WORKS CONTRACT NOTICE

WORKS CONTRACT NOTICE Construction of One Stop Inspection Stations (OSIS) in Manyoni (Lot 1) and in Nyakanazi (Lot 2) including supply and installatio...
Author: Aubrey Tate
1 downloads 1 Views 248KB Size
WORKS CONTRACT NOTICE Construction of One Stop Inspection Stations (OSIS) in Manyoni (Lot 1) and in Nyakanazi (Lot 2) including supply and installation of weighbridges Location – Singida and Kagera regions in Tanzania 1.

Publication reference EuropeAid/136863/IH/WKS/TZ

2.

Procedure Open

3.

Programme title Construction of One Stop Inspection Station (OSIS) in Manyoni and Nyakanazi, including supply and installation of weighbridges

4.

Financing Financing Agreement RSO/FED/2013/024-121

5.

Contracting Authority The National Authorizing Officer for EDF on behalf of the United Republic of Tanzania Ministry of Finance and Planning P.O. BOX 1851 1 Madaraka Street 11468 Dar es Salaam, United Republic of Tanzania

CONTRACT SPECIFICATIONS 6.

Description of the contract Construction of 2 (two-side) OSIS facilities; one in Manyoni (Singida region) and one in Nyakanazi (Kagera region). Each site will include access and internal roads, a building for inspection facilities, including weighbridges, information and communication technology (ICT) works and security system. Additionally the site will include other offices, a safe parking area to accommodate trucks, staff housing accommodation, and fully serviced land for filling station and garage facility. The following tables show approximate quantities of major works in the contract:

15 January 2016 Works Contract Notice _ Construction of One Stop Inspection Stations (OSIS)

Page 1 of 7

SN 1 2 3 4 5 6 7 8 9 10

11 12

Description of Civil Works Clearing and Grubbing Excavations Cut to spoil Fill (G3, G7&G15) Cement stabilisation CRS base course Concrete for parking and Access roads(200mm thick) Double Surface dressing Electrical/Lighting works Installation of Weigh-in-motion [WIM] Bridge machine (Digital WIM, Capacity 100 tons, platform size 3500mmx2000mm (outer dimension), Type of installation; Pit Type, Speed of Weighing; 15 Km/h to 80 Km/h and One Direction of weighing) Installation of Static Weighbridge (Digital, Capacity; 100 tons and accuracy of +/- 10kgs as per EN 45501) Fencing using chain-link and Galvanised steel posts

Units m2 m3 m3 m3 m3 m3 m3 m2 no no

Manyoni Nyakanazi 110,000 110,000 3,000 3,400 17,500 17,538 33,500 41,000 18,500 18,500 3,230 3,230 17,200 17,270 16,150 15,200 80 80 2 2

no

2

2

m2

14,700

14,700

Manyoni

Nyakanazi

4,336

4,336

Building Works SN

7.

Description

1

Clearance and Grubbing (area m2)

2

Construction of Tanzania Revenue Authority [TRA] offices (with area of 225m2 each)

2

2

3

Construction of Police offices (with area of 348 m2 each)

2

2

4

Construction of TANROADS [Tanzania National Roads Agency] offices (with area of 275 m2 each)

2

2

5

Construction of staff houses Type I (with area of 143 m2 each)

6

6

6

Construction of staff houses Type II (with area of 160 m2 each)

6

6

7

Construction of Wellness centre (with area of 352 m2 each)

1

1

Number and titles of lots Two Lots: Lot 1) Construction of OSIS in Manyoni - Singida region Lot 2) Construction of OSIS at Nyakanazi – Kagera region

TERMS OF PARTICIPATION 8.

Eligibility and rules of origin

15 January 2016 Works Contract Notice _ Construction of One Stop Inspection Stations (OSIS)

Page 2 of 7

Participation in tendering is open on equal terms to all natural and legal persons (participating either individually or in a grouping - consortium - of tenderers) which are established in one of the Member States of the European Union, ACP States or in a country or territory authorised by the ACP-EC Partnership Agreement under which the contract is financed (see also heading 22 below). Participation is also open to international organisations. All supplies and materials under this contract shall originate from one or more of those eligible countries. However, they may originate from any country when the amount of the supplies and materials to be purchased is below 100,000 euros 9.

Grounds for exclusion Tenderers must submit a signed declaration, included in the Tender Form for a Works Contract, to the effect that they are not in any of the situations listed in point 2.3.3 of the Practical Guide.

10.

Number of tenders Tenderers may submit only one tender per lot. Tenders for parts of a lot will not be considered. Any tenderer may state in its tender that it would offer a discount in the event that its tender is accepted for more than one lot. Tenderers may not submit a tender for a variant solution in addition to their tender for the works required in the tender dossier.

11.

Tender guarantee Tenderers must provide a tender guarantee of an amount of EUR 50,000.00 or TZS 100 Million for each Lot, when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer upon signature of the contract by all parties.

12.

Performance guarantee The successful tenderer will be asked to provide a performance guarantee of 10% of the amount of the contract at the signing of the contract. This guarantee must be provided together with the return of the countersigned contract no later than 30 days after the tenderer receives the contract signed by the Contracting Authority. If the selected tenderer fails to provide such a guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted the next cheapest compliant tender.

13.

Information meeting and/or site visit An optional information meeting and/or site visit will be held as followed: Lot No.

14.

OSIS Name

Date

Meeting Place/Venue and Time

1

Manyoni

31st May 2016

Regional Manager's Office, TANROADS - Singida at 08:30HRS

2

Nyakanazi

2nd June 2016

Regional Manager's Office, TANROADS - Kagera at 08:30HRS

Tender validity Tenders must remain valid for a period of 90 days after the deadline for submission of tenders. In exceptional circumstances, the Contracting Authority may, before the validity period expires, request that tenderers extend the validity of tenders for a specific period.

15 January 2016 Works Contract Notice _ Construction of One Stop Inspection Stations (OSIS)

Page 3 of 7

15.

Period of implementation of tasks The period of implementation of the tasks is 18 (eighteen) calendar months including mobilisation from the date of commencement as instructed by the Supervisor. If a tenderer is awarded two Lots, the period of implementation for both Lots awarded to him will be concurrent and not sequential.

SELECTION AND AWARD CRITERIA 16.

Selection criteria The selection criteria for each tenderer are as follows: Economic and financial capacity of candidate: i)

The tenderer’s average annual turnover in the past 3 years must be at least EUR 6 Million (or TZS 15 Billion) if tenders for one lot and EUR 12 Million (or TZS 30 Billion) if tenders for two lots. The tenderer is required to submit a statement of overall turnover and turnover for works contracts for the last three financial years;

ii)

If it is the sole tenderer, it must have access to sufficient credit and other financial facilities to cover the required cash flow for the duration of the contract. In any case, the amount of credit available to the tenderer must exceed the equivalent of EUR 1.0 Million (or TZS 2,4 Billion) for each lot. The tenderer shall submit a statement from a bank or other financing institution acceptable to the Contracting Authority confirming the availability of sufficient credit as required by Form 4.4; and

iii) The tenderer must provide the information required in the tender forms. Technical and professional capacity of candidate: i)

The tenderer must have completed as prime contractor minimum one project in the road works for not less than a value of 5 million euros and minimum one project in the building works for not less than 2 million euros, and implemented during the 3 years prior to the deadline for the submission of tenders, i.e. June 2013 - end of May 2016. This means that the project(s) the tenderer refers to could have been completed at any time during the indicated period but it does not necessarily have to be started and completed during that period, nor implemented for the entire period;

ii)

The tenderer must have the following certificate a. for national tenderers: certificate of registration with the Contractor’s Registration Board in Class One (1) Civil Works and minimum Class Two (2) in building works; b.

for foreign tenderers: certificate of registration equivalency of the above Classes in civil works and in building works in their own country of registration.

iii) The Contracting Authority reserves the right to ask for copies of certificates of final acceptance signed by the Supervisors/Contracting Authority of the projects concerned.

15 January 2016 Works Contract Notice _ Construction of One Stop Inspection Stations (OSIS)

Page 4 of 7

iv) If it is the sole tenderer, it must be able to carry out at least 70 % of the contract works using its own resources, which means that it must have the equipment, materials, human and financial resources necessary to carry out that percentage of the contract. v)

The lead member of a tenderer, which is a joint venture or consortium, must be able to carry out at least 50 % of the contract works using its own means.

vi) A partner of a tenderer, which is a joint venture or consortium, (i.e. not the lead member) must be able to carry out at least 10 % of the contract works using its own means. vii) The Project Manager must be fluent in spoken and written English. The minimum experience and qualifications required for key personnel are shown in the table below:

Position

Project Manager/Site Agent (minimum 1 per Lot) Surveyor (minimum 1 per Lot) Materials/Quality Assurance Engineer (minimum 1 per Lot)

In Similar Works (Years)

Total Experience for Proposed Position (Years/No. of Projects)

8

4/2

B.Sc. in Civil Eng.

5

5/2

Advanced Diploma in Surveying

5

5/2

B.Sc. in Civil Eng.

Qualification

Note: Tenderers may propose alternative qualifications of equivalent status for these positions. An economic operator may, where appropriate and for a particular contract, rely on the capacity of other entities, regardless of the legal nature of the links which it has with them. Some examples of when it may not be considered appropriate by the Contracting Authority are when the tenderer relies mostly on the capacity of other entities or when it relies on key criteria. If the tenderer relies on other entities, it must prove to the Contracting Authority that it will have at its disposal the resources necessary to perform the contract, for example by producing an undertaking on the part of those entities to place resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator. Furthermore, the tender should include a separate document providing data on this third entity for the relevant selection criterion. Proof of capacity must be furnished at the request of the Contracting Authority. 17.

Award criteria The most economically advantageous tender is the technically compliant tender with the lowest price.

TENDERING 18.

How to obtain the tender dossier The tender dossier is available electronically on the EU website by encoding the publication

15 January 2016 Works Contract Notice _ Construction of One Stop Inspection Stations (OSIS)

Page 5 of 7

reference EUROPEAID/136863/IH/WKS/TZ: services/index.cfm?do=publi.welcome.

https://webgate.ec.europa.eu/europeaid/online-

Hard copy of the tender dossier can be requested upon payment of 100,000 TZS per lot which excludes courier delivery from The National Authorising Officer for EDF, Programme Support Unit Ministry of Finance, Treasure Main Building - Room 330, 2nd Floor 1, MADARAKA Street P.O. BOX 1851 11468 Dar es Salaam, United Republic of Tanzania Email: [email protected] and [email protected] Fax: +255 22 211 6597 upon payment of the courier delivery cost, if any. The Tender Dossier is available for inspection at the: - Office of the Contracting Authority above, - at the Tanzania National Roads Agency (TANROADS) 3rd Floor Airtel House Ali Hassan Mwinyi/Kawawa Roads Junction Dar es Salaam - at the Delegation of the European Union to Tanzania 4th Floor Umoja House Garden Avenue – Dar es Salaam Tenders must be submitted using the standard tender form included in the tender dossier, whose format and instructions must be strictly observed. Tenderers with questions regarding this tender should send them in writing to The National Authorising Officer for EDF, Programme Support Unit Fax: +255 22 211 6597 Email: [email protected] and [email protected] (mentioning the publication reference shown in item 1) at least 21 days before the deadline for submission of tenders given in item 19. The Contracting Authority must reply to all tenderers' questions at least 11 days before the deadline for submission of tenders. Eventual clarifications or minor changes to the tender dossier will be published at the latest 11 days before the submission deadline on the EuropeAid website at https://webgate.ec.europa.eu/europeaid/onlineservices/index.cfm?do=publi.welcome. 19.

Deadline for submission of tenders The deadline for submission of tenders is on 4th July 2016 at 10:00HRS Local Time. The Contracting authority’s opening hours is Monday to Friday from 09:00 to 15:00HRS Local Time. Any tender received by the Contracting Authority after this deadline will not be considered.

20.

Tender opening session

15 January 2016 Works Contract Notice _ Construction of One Stop Inspection Stations (OSIS)

Page 6 of 7

The public opening session is on 4th July 2016 at 10:30 HRS Local Time. 21.

Language of the procedure All written communications for this tender procedure and contract must be in English.

22.

Repetition of similar works Subsequent to the initial contract resulting from the current tender procedure, new works consisting in the repetition of similar works, up to the estimated amount of 20% of the original contract price, may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new works are in conformity with the same basic project.

23.

Legal basis1 Annex IV to the Partnership Agreement between the members of the African, Caribbean and Pacific Group of States of the one part, and the European Community and its Member States, of the other part, signed in Cotonou on 23 June 2000 as amended in Luxembourg on 25 June 2005 and in Ouagadougou on 22 June 2010. Reference is made to Annex IV as revised by Decision 1/2014 of the ACP-EU Council of Ministers of 20 June 2014.

1

Please state any specificity that might have an impact on rules on participation (such as geographic or thematic or long/short term).

15 January 2016 Works Contract Notice _ Construction of One Stop Inspection Stations (OSIS)

Page 7 of 7