Download as doc, pdf, or txt
Download as doc, pdf, or txt
You are on page 1of 15

BIDDING DOCUMENT

2. Bid Data Sheet (BDS)


Section II - Bid Data Sheet (BDS)
A. Introduction
The Employer is: Ministry of Education and Vocational Training
ITB 1.1

ITB 1.1 The name of the bidding process is: Construction of 15 New
Secondary Schools in the Rural Districts of Unguja and Pemba
The identification number of the bidding process is: MoEVT/ZABEIP/
CW/1
The number and identification of Volumes comprising this bidding process
is: Package CW/1: Matemwe, Mwanda and Chaani Secondary
Schools.
Volume 1: Bidding Procedures, Employers Requirements
(Specifications and List of Drawings), General and Particular
Conditions of Contract and Security Forms

Volume 2: Bills of Quantities (2A – Matemwe, 2B – Mwanda and


2C – Chaani Secondary Schools.

Volume 3: Drawings (Matemwe, Mwanda and Chaani Secondary


Schools).

ITB 2.1 The Borrower is: The United Republic of Tanzania

ITB 2.1 The name of the Project is: Zanzibar Basic Education Improvement
Project (ZABEIP).

ITB 4.1(a) The individuals or firms in a JV shall be jointly and severally liable.

B. Bidding Documents
ITB 7.1 For Clarification of bid purposes only, the Purchaser’s address is:
Attention: Ms. Mwanaidi S. Abdalla, Room number 17
Mazizini , Airport Road
Ground Floor
City: Zanzibar town
ZIP Code: not applicable
Country: Tanzania
Telephone: +255 24 2234267
Facsimile number: +255 24 2232827
Electronic mail address: edumajenzi@zanzinet.com
Cc: mwanaidiabdalla@hotmail.com, edu.alsd@zanzinet.com
edu@zanzinet.com, masudkhamis@hotmail.com ,
bknkuba@yahoo.co.uk , eiss007@hotmail.com ;
Requests for clarification should be received by the Employer not later
than: 14 days before the deadline date for submission of bids.

ITB 7.4 A Pre-Bid meeting shall take place. If a Pre-Bid meeting will take place, it
will be at the following date, time and place:
Date: 26 February 2010
Time: 10.00 hours
Place: Ministry of Education and Vocational Training
Headquarters, Airport Road, Mazizini Area, Ground Floor ,Room
number 26.
A site visit conducted by the Employer shall be organized (Unguja on 23rd
February 2010 and Pemba 24th February 2010).

C. Preparation of Bids

ITB 10.1 The language of the bid is: English

ITB 11.1 (i) The Bidder shall submit with its bid the following additional documents:
1. Work programme (In MS Project)
2. Method statement
3. List of works intended to be subcontracted

ITB 13.1 Alternative bids shall not be permitted.

ITB 13.2 Alternative times for completion shall not be permitted.


If alternative times for completion are permitted, the evaluation method
will be as specified in Section III (Evaluation and Qualification Criteria).

ITB 13.4 Alternative technical solutions shall be permitted for the following parts of
the Works: N/A
If alternative technical solutions are permitted, the evaluation method will
be as specified in Section III (Evaluation and Qualification Criteria).

ITB 14.6 The prices quoted by the Bidder shall not be subject to adjustment during
the performance of the Contract.
The prices shall be quoted by the bidder in: Tanzanian Shillings
ITB 15.1

ITB 18.1 The bid validity period shall be: Ninety (90) days.

ITB 19.1 The Bidder shall furnish a bid security in the amount of at least 2% of the
Bid price.

(a) an unconditional guarantee, issued by a bank or


ITB 19.3 (d)
(c) a cashier’s or certified check

ITB 20.1 In addition to the original of the bid, the number of copies is: THREE

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall
indicate:
“The name and description of the documentation required to demonstrate the
authority of the signatory to sign the Bid such as a Power of Attorney; and
In the case of Bids submitted by an existing or intended JV an undertaking signed
by all parties (i) stating that all parties shall be jointly and severally liable, if so
required in accordance with ITB 4.1(a), and (ii) nominating a Representative who
shall have the authority to conduct all business for and on behalf of any and all
the parties of the JV during the bidding process and, in the event the JV is
awarded the Contract, during contract execution.”
D. Submission and Opening of Bids
ITB 21.1 Bidders shall not have the option of submitting their bids electronically.

ITB 21.1 (b) If bidders shall have the option of submitting their bids electronically, the
electronic bidding submission procedures shall be: N/A

ITB 22.1 For bid submission purposes, the Purchaser’s address is:
Attention: Secretary,
Ministerial Tender board
Address: Ministry of Education and Vocational Training ,
P.O Box 394
Floor-Room number: Ground Floor , Room number 18
City: Zanzibar
Telephone: +255 24 2232827 , +255 24 2234267
Fax No: +255 24 2232827

Country: United Republic of Tanzania

The deadline for bid submission is:


Date: 24th March 2010
Time: 11.00 AM

ITB 25.1 The bid opening shall take place at:


Street Address: Ministry of Education and Vocational Training
Headquarters, Mazizini, Airport Road.
Floor/ Room number: First Floor, Conference Room, Room No.10.
City: Zanzibar
Country: United Republic of Tanzania
Date: 24th March 2010
Time: 11.30 AM

ITB 25.1 If electronic bid submission is permitted in accordance with ITB 21.1, the
specific bid opening procedures shall be: N/A
E. Evaluation and Comparison of Bids
ITB 32.1 Not applicable.

ITB 33.1 A margin of preference shall not apply.

ITB 42.1 The Adjudicator proposed by the Employer is: The Tanzania Institute of
Arbitrators. The hourly fee for this proposed Adjudicator shall be:
Tanzania Shillings One Hundred Thousand. The biographical data of
the proposed Adjudicator is as follows:
___________________________________________________________
(insert CV)
Section III - Evaluation and Qualification Criteria

This section contains all the criteria that the Employer shall use to evaluate bids and qualify
Bidders if the bidding was not preceded by a prequalification exercise and post qualification
is applied. In accordance with ITB 34 and ITB 36, no other methods, criteria and factors shall
be used. The Bidder shall provide all the information requested in the forms included in
Section 4 (Bidding Forms).

Table of Criteria

1. Evaluation...............................................................................................................1-34

1.1 Adequacy of Technical Proposal..............................................................................1-34


1.2 Multiple Contracts....................................................................................................1-34
1.3 Completion Time......................................................................................................1-34
1.4 Technical Alternatives..............................................................................................1-34
1.5 Margin of Preference [Applicable for ICB only].....................................................1-34

2. Qualification............................................................................................................1-35

2.1 Eligibility..................................................................................................................1-35
2.2 Historical Contract Non-Performance......................................................................1-36
2.3 Financial Situation....................................................................................................1-37
2.4 Experience................................................................................................................1-39
2.5 Personnel..................................................................................................................1-41
2.6 Equipment.................................................................................................................1-41
1. Evaluation
In addition to the criteria listed in ITB 34.1 (a) – (e) the following criteria shall
apply:
1.1 Adequacy of Technical Proposal
Evaluation of the Bidder's Technical Proposal will include an assessment of
the Bidder's technical capacity to mobilize key equipment and personnel for
the contract consistent with its proposal regarding work methods, scheduling,
and material sourcing in sufficient detail and fully in accordance with the
requirements stipulated in Section VI (Employer's Requirements).
1.2 Multiple Contracts
Pursuant to Sub-Clause 34.4 of the Instructions to Bidders, if Works are
grouped in multiple contracts, evaluation will be as follows: N/A
1.3 Completion Time
An alternative Completion Time, if permitted under ITB 13.2, will be
evaluated as follows: N/A
1.4 Technical Alternatives
Technical alternatives, if permitted under ITB 13.4, will be evaluated as
follows: N/A
1.5 Margin of Preference N/A
If a margin of preference shall apply under ITB 33.1, the procedure will be as
follows as: N/A
2. Qualification
2.1 Eligibility
Factor

Criteria
Bidder
Sub-Factor Documentation
Requirement Single Entity Joint Venture, Consortium or Association Required
All partners Each At least one
combined partner partner
2.1.1 Nationality Nationality in accordance Must meet Existing or Must meet N/A Form ELI –1.1 and
with ITB 4.2. requirement intended JV requirement 1.2, with attachments
must meet
requirement
2.1.2 Conflict of No- conflicts of interests as Must meet Existing or Must meet N/A Letter of Bid
Interest described in ITB 4.3. requirement intended JV requirement
must meet
requirement
2.1.3 Bank Not having been declared Must meet Existing JV Must meet N/A Letter of Bid
Ineligibility ineligible by the Bank as requirement must meet requirement
described in ITB 4.4. requirement
2.1.4 Government Compliance with conditions Must meet Must meet Must meet Form ELI –1.1 and
N/A
Owned Entity of ITB 4.5 requirement requirement requirement 1.2, with attachments
2.1.5 Ineligibility Not having been excluded as Letter of Bidt
based on a United a result of the Borrower’s
Nations resolution or country laws or official Existing JV
Must meet Must meet
Borrower’s country regulations, or by an act of must meet N/A
requirement requirement
law compliance with UN Security requirement
Council resolution, in
accordance with ITB 4.8
2.2 Historical Contract Non-Performance
Factor

Criteria
Bidder
Sub-Factor Documentation
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
2.2.1 History of non- Non-performance of a Form CON - 2
performing contracts contract did not occur within
the last FIVE (5) years prior
to the deadline for
application submission,
based on all information on
Must meet Must meet
fully settled disputes or
requirement requirement
litigation. A fully settled N/A
by itself or as by itself or
dispute or litigation is one N/A
partner to as partner to
that has been resolved in
past or past or
accordance with the Dispute
existing JV existing JV
Resolution Mechanism
under the respective
contract, and where all
appeal instances available to
the bidder have been
exhausted.
2.2.2 Pending All pending litigation shall in Must meet Must meet Form CON – 2
Litigation total not represent more than requirement requirement
TWENTY percent (20%) of by itself or as by itself or as
N/A N/A
the Bidder’s net worth and partner to partner to
shall be treated as resolved past or past or
against the Bidder. existing JV existing JV
2.3 Financial Situation
Factor

Criteria
Bidder Documentation
Sub-Factor
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
2.3.1 Historical Submission of audited
Financial balance sheets or if not
Performance required by the law of the
bidder’s country, other
financial statements
acceptable to the Employer,
for the last FIVE [5] years to
Must meet Must meet Form FIN – 3.1 with
demonstrate the current N/A N/A
requirement requirement attachments
soundness of the bidders
financial position and its
prospective long term
profitability.
(criterion 1)
(criterion 2)
_____________
2.3.2. Average Minimum average annual
Annual Turnover turnover of Must meet
Must meet
TZS 6,750,000,000, FIFTY
FIFTY
calculated as total certified Must meet Must meet percent
percent Form FIN –3.2
payments received for requirement requirement (50%) of the
(50%) of the
contracts in progress or requirement
requirement
completed, within the last
FIVE (5 ) years
2.3.3. Financial The Bidder must demonstrate Must meet Must meet
Resources access to, or availability of, Must meet Must meet FIFTY FIFTY
financial resources such as Form FIN –3.3
requirement requirement percent percent
liquid assets, unencumbered (50%) of the (50%) of the
2.3 Financial Situation
Factor

Criteria
Bidder Documentation
Sub-Factor
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
real assets, lines of credit,
and other financial means,
other than any contractual
advance payments to meet:
(i) the following cash-flow
requirement: requirement
requirement
500,000,000
and
(ii) the overall cash flow
requirements for this contract
and its concurrent
commitments.
2.4 Experience
Factor
Criteria
Bidder

Sub-Factor Joint Venture, Consortium or Documentation


Requirement Association Required
Single Entity All partners Each At least
combined partner one
partner
2.4.1 General Experience under contracts in
Experience the role of contractor,
subcontractor, or management
contractor for at least the last Must meet Must meet
FIVE (5) years prior to the requirement N/A requirement N/A Form EXP-4.1
applications submission
deadline, and with activity in at
least NINE (9) months in each
year.
2.4.2 Specific (a)Participation as contractor, Must meet Must meet N/A Must meet Form EXP 2.4.2(a)
Experience management contractor, or requirement requirements requirement
subcontractor, in at least TWO for all for one
(2) contracts within the last characteristics characteristic
FIVE ( 5) years , each with a
value of at least THREE
BILLION (TZS 3,000,000,000),
that have been successfully and
substantially completed and that
are similar to the proposed
Works. The similarity shall be
based on the physical size,
complexity,
methods/technology or other
2.4 Experience
Factor
Criteria
Bidder

Sub-Factor Joint Venture, Consortium or Documentation


Requirement Association Required
Single Entity All partners Each At least
combined partner one
partner
characteristics as described in
Section VI, Employer’s
Requirements.
2.4.2 Specific b) For the above or other
Experience contracts executed during the
period stipulated in 2.4.2(a)
above, a minimum experience
in the following key activities: Must meet
1. Concrete work requirements Must meet
Must meet
2. Walling (Quantities in N/A requirements Form EXP-2.4.2(b)
requirements
3. Roofing the left
4. Carpentry and column)
fabricated metalwork
5. Electrical and plumbing
installations
6. Building finishes
2.5 Personnel
The Bidder must demonstrate that it will have the personnel for the key positions that
meet the following requirements:

Total Work
In Similar Works
Similar
No. Position Experience
Experience
(years)
(years)
1 Project Manager 10 5
2 Site Agent 10 5
3 General Foreman 10 8
4 Civil Engineer 10 5
5 Technicians 10 8

The Bidder shall provide details of the proposed personnel and their experience
records in the relevant Forms included in Section IV, Bidding Forms.
2.6 Equipment
The Bidder must demonstrate that it will have access to the key Contractor’s
equipment listed hereafter:
No. Equipment Type and Characteristics Minimum Number required
1 Tipping truck 2
2 Steel scaffolding 600 Sq. M
3 Generator set (20 – 50 kVA) 1
4 Poker vibrator 2
5 Dumpers 2
6 Concrete mixer (14/10) 2
7 Water bowser 1

The Bidder shall provide further details of proposed items of equipment using the
relevant Form in Section IV.

You might also like