PROVISION OF CONSULTANCY SERVICES FOR FEASIBILITY STUDY AND FLOOD MODELING OF THE KINYASUNGWE CATCHMENT AREA INCLUDING FEASIBILITY STUDY, FLOOD MODELING, DETAILED ENGINEERING DESIGNS FOR REHABILITATION OF THE SIX RESERVOIRS AND PREPARATION OF ESIA

THE UNITED REPUBLIC OF TANZANIA
MINISTRY OF AGRICULTURE NRC
NATIONAL IRRIGATION COMMISSION

THE SECOND TANZANIA INTERMODAL AND RAIL DEVELOPMENT
PROJECT (TIRP2) – VER 3 OF 31 JULY 2023
Tender No. 0005/2023-2024/C/99

REQUEST FOR EXPRESSIONS OF INTEREST

TANZANIA INTERMODAL RAIL DEVELOPMENT PROJECT (TIRP-2)
PROJECT ID: P176682, IDA CREDIT NO: 75290

TENDER NO 0005/2023/2024/C/99 FOR PROVISION OF CONSULTANCY SERVICES FOR FEASIBILITY STUDY AND FLOOD MODELING OF THE KINYASUNGWE CATCHMENT AREA INCLUDING FEASIBILITY STUDY, FLOOD MODELING, DETAILED ENGINEERING DESIGNS FOR REHABILITATION OF THE SIX RESERVOIRS AND PREPARATION OF ESIA. PROJECT (REFERENCE NO. TZ-NIRC-397242-CS-QCBS) REQUEST FOR

EXPRESSIONS OF INTEREST (REOI)

  1. This request for Expression of Interests follows the General Procurement Notice for this Project that appeared in United Nations Development Business (UNDB) Issue No. WB2651- 05/13 posted on May 2013.
  2. The Government of the United Republic of Tanzania has received a credit from the World Bank towards the cost of the Tanzania Intermodal Rail Development Project (TIRP-2), and intends to apply part of the proceeds for Consultancy Services.
  3. The consulting services (*the Services”) for Conducting Feasibility study, Detailed Engineering Design, Flood modeling, ESIA & Preparation of Procurement Document for rehabilitation and Construction of six Dams for the period of six (6) Calendar Months.
  4. The National Irrigation Commission on behalf of Government of Tanzania, now invites eligible consulting firms (*Consultants”) to indicate their interest in providing Services. Interested Consultants should provide information with supporting documents demonstrating that they have the required qualifications and relevant experience to perform the Services.
  5. The shortlisting criteria are: (i) experience in similar assignments – successful preparation of at least 3 similar contracts (by size and complexity) for the last ten years – information to be provided should include name of assignment, name and full contact address of the client, contract value (in equivalent (in US dollars) and period (dates) of execution of assignments; , (ti) experience in similar conditions; and (ili) technical and managerial capability of the firm (Provide only the structure of the organization, general qualifications and number of key staff. Do not provide CV of the key staff. Experts will not be at evaluated at the shortlisting stage. (iv) Financial Capability of the firm
  6. The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for PF Borrowers* Fifth Edition. September 2023, setting forth the World Bank’s policy on conflict of interest. In addition, please refer to the following specific information on conflict of interest related to this assignment: Consultants shall not be hired for any assignment that would be in conflict with their prior or current obligations to other clients, or that may place them in a position of being unable to carry out the assignment in the best interests of the Borrower.
  7. The attention of interested Consultants is drawn to Section II1, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s *Procurement Regulations for PF Borrowers” Fifth Edition, September 2023, setting forth the World Bank’s policy on conflict of interest. In addition, please to refer to the following specific information on conflict of interest related to this assignment: Consultants shall not be hired for any assignment that would be in conflict with their prior or current obligations to other clients, or that may place them in a position of being unable to carry 0 out the assignment in the best interests of the Borrower.
  8. Further information can be obtained at the address below during office hours from 08:00 – 16:00 hours local time, Mondays to Fridays inclusive, except Public Holidays.
  9. Expression of interest must be delivered in a written / electronic form to the address below (in person or by mail, or by e-mail) by May 06, 2024. The firms which will submit their REOls via e-mail must get confirmation of the receipt of their documents from NIRC. In case the firm does not receive an acknowledgement from NIRC immediately after sending the documents via email please call Mr. Raphael Laizer (+255 656 112 107) or Email: [email protected] for follow-up. NIRC is not responsible for any corrupted documents.

The Secretary,
NIRC Tender Board,
PMU Office, Kikuyu South,
P.O Box 146,
Dodoma.
TANZANIA E-Mail:
[email protected]

DIRECTOR GENERAL
NATIONAL IRRIGATION COMMISION (NIRC)


Comments

Leave a Reply

Your email address will not be published. Required fields are marked *