0% found this document useful (0 votes)
41 views90 pages

Tender Document Mizembwe Muheza Tanga

This document announces a tender for the construction of the Mizembwe Water Supply Project Phase II in Mheza District, Tanga Region in Tanzania. The Rural Water Supply and Sanitation Agency (RUWASA) invites bids from local contractors registered as Civil Engineering contractors in Class Three or higher. The completion date for the project works is not specified. Bidders must register on the Tanzania National Procurement System (TANePS) and pay the tender participation fee to participate. Bids must be submitted through TANePS by 11:00 am on December 26th, 2022 and will be opened promptly thereafter.

Uploaded by

Eddie Eker
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
41 views90 pages

Tender Document Mizembwe Muheza Tanga

This document announces a tender for the construction of the Mizembwe Water Supply Project Phase II in Mheza District, Tanga Region in Tanzania. The Rural Water Supply and Sanitation Agency (RUWASA) invites bids from local contractors registered as Civil Engineering contractors in Class Three or higher. The completion date for the project works is not specified. Bidders must register on the Tanzania National Procurement System (TANePS) and pay the tender participation fee to participate. Bids must be submitted through TANePS by 11:00 am on December 26th, 2022 and will be opened promptly thereafter.

Uploaded by

Eddie Eker
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

THE UNITED REPUBLIC OF TANZANIA

MINISTRY OF WATER
RURAL WATER SUPPLY AND SANITATION AGENCY
(RUWASA)

Tender Document
For

AE-102/2022-23/TAG/W/08

CONSTRUCTION OF MIZEMBWE WATER SUPPLY PROJECT PHASE II AT MHEZA DISTRICT IN TANGA


REGION

National Competitive Tendering

DECEMBER, 2022

1|Page
PART 1 – TENDERING PROCEDURES

2|Page
SECTION I: INVITATION FOR TENDERS

Rural water Supply and Sanitation Agency (RUWASA)

Tender No. AE-102/2022-23/TAG/W/08

for

Construction of MIZEMBWE water supply project phase II at Mheza District in Tanga Region

Invitation for Tenders

Date: December 10, 2022

1. This Invitation for Tenders follows the General Procurement Notice for this Project
which appeared in the Tanzania National-Procurement System (TANePS) dated
June 09, 2022.

2. The Government of Tanzania has set aside funds for the operation of the Rural
water Supply and Sanitation Agency (RUWASA) during the financial year
2022/2023. It is intended that part of the proceeds of the fund will be used to cover
eligible payment under the contract for the Construction of MIZEMBWE water
supply project phase II at Mheza District in Tanga Region

or

The Rural water Supply and Sanitation Agency (RUWASA) has received Fund
from the National Water Fund towards the cost of Construction of MIZEMBWE
water supply project phase II at Mheza District in Tanga Region, and it intends to
apply part of the proceeds of this Fund to cover eligible payments under the contract
for Construction of MIZEMBWE water supply project phase II at Mheza District
in Tanga Region.

3. The Rural water Supply and Sanitation Agency (RUWASA) now invites tenders
from contractors registered or capable of being registered in as local contractors
Civil Engineering in Class Three and above with the Contractors Registration
Board are eligible, for construction of Construction of MIZEMBWE water supply
project phase II at Mheza District in Tanga Region.
4. Tendering will be conducted through the NCT-National Competitive Tendering
procedures specified in the Public Procurement Regulations. Interested eligible
Tenderers may obtain further information and inspect the Tendering Documents
provided on TANePS
5. A complete set of Tendering Document(s) in English may be obtained or
downloaded through TANePS.
1|Page
6. Tenderers are required to register on the TANePS and pay tender participation fees
indicated in the TANePS to able to participate in this tendering process

7. All tenders must be accompanied by a Tender Securing Declaration in the format


provided in the Tendering Documents.

8. All Tenders must be submitted through TANePS at or before 11:00 am, 26th
December 2022 Tenders will be opened promptly thereafter on TANePS dashboard
and tenderers may participate in the opening by logging into the TANePS.

9. Tenders not received or opened through TANePS shall not be accepted for
evaluation irrespective of the circumstances.

REGIONAL MANAGER
RURAL WATER SUPPLY AND SANITATION AGENCY
P.o.Box 30206
Pwani

2|Page
SECTION II: INSTRUCTIONS TO TENDERERS (ITT)

Instruction to Tenderers to be used for this Tender shall be


the Instructions to Tenderers (ITT) for the Standard Tender
Document for Procurement of Small Works under National
Competitive Methods prepared by the Public Procurement
Regulatory Authority available on PPRA’s Website
www.ppra.go.tz.

3|Page
Section III – Tender Data Sheet

SECTION III: TENDER DATA SHEET (TDS)


The following specific data for the works to be procured shall complement, supplement, or
amend the provisions in the Instructions to Tenderers (ITT). Whenever there is a conflict, the
provisions herein shall prevail over those in ITT.
TDS. Required ITT Information/Data to be filled by the PE
No Information/Data Clause

A. Introduction
1. Name of the PE 1.1 & The PE is: Rural Water Supply and Sanitation
1.2 Agency (RUWASA)

2. Name of the project 1.2 & Name of Project is: Construction of MIZEMBWE
2.1 water supply project phase II at Mheza District in
Tanga Region

3. Expected date of 1.2 The expected completion date of the works is: [insert
completion the expected completion date for the works].

4. Financial year 2.1 Financial Year 2022-2023

5. Financing Institution 2.1 Name of financing institution is: National Water Fund

6. The loan /credit 2.1 The loan/ credit number is: NA and name of the
number financing Institution NA

7. Members of JVCA 3.1 Maximum number of members in the JVCA shall be:
There is no limit.

8. Eligibility of 3.5 Only Tenderers registered as local contractors Civil


Tenderers Engineering in Class Three and above with the
Contractors Registration Board are eligible

9. Sub-Contracting 3.12 Indicate if Sub-contracting is allowed Not Applicable


Arrangements

10. Site Visit and Pre- 6.4 Site visit will be held on December 16, 2022
tender Meeting
Pre-tender meeting will take place at Mheza DM Office
on December 16,2022 at 14:30PM

B. Preparation of Tenders
11. Language of the 10.1 Language of Tender and all correspondence shall be.
Tender English
12. Other required 11.1(h)
The Tenderer shall submit the following additional
documents
documents in its Tender [list any additional document
not already listed in ITB 11.1 that must be submitted
with the Bid. The list of additional documents may
include the following:]

4|Page
Section III – Tender Data Sheet

Code of Conduct for Contractor’s Personnel (ES)

The Tenderer shall submit its Code of Conduct that will


apply to Contractor’s Personnel (as defined in Sub-
Clause 1 (ii) of the General Conditions of Contract), to
ensure compliance with the Contractor’s Environmental
and Social (ES) obligations under the Contract (if
required). The Tenderer shall use for this purpose the
Code of Conduct form provided in Section IV. No
substantial modifications shall be made to this form,
except that the Bidder may introduce additional
requirements, including as necessary to take into
account specific Contract issues/risks.

Management Strategies and Implementation Plans


(MSIP) to manage the (ES) risks
The Bidder shall submit Management Strategies and
Implementation Plans (MSIPs) to manage the following
key Environmental and Social (ES) risks:
[Note: insert name of any specific plan and risk/s
informed by the relevant environmental and social
assessment]:
 [e.g. Sexual Exploitation, and Abuse (SEA)
prevention and response action plan]
 [e.g. Traffic Management Plan to ensure safety
of local communities from construction traffic];
13. Information to be 12.4 Extra information to be submitted by the JVCA other
submitted by JVCA than information required under Clause ITT12.3 Not
Applicable
14. Duties and taxes to 15.3 List down all duties, taxes and other levies payable by
be paid by contractor the Contractor under the Contract a
Unless stated otherwise but this contract will be
VAT Exempted

15. Price Adjustment 15.5 The price shall be “fixed”

16. Fixed Budget Tender


F 15.6 Indicate if the tender is tendered under National,
International and Restricted Competitive Tendering on
Fixed Budget Method No

17. Currency of the 16.1 The currency in which the prices shall be quoted shall
Tender be: Tanzanian Shillings

18. Authority for Foreign 16.2 The Authority for Obtaining Rate of Foreign Exchange
Exchange Rate Not Applicable
19. Tender Validity 17.1 The Tender validity period shall be 120 days.
Period
20 Form of Tender 18.1 The Tender Securing Declaration is applicable.
Security
18.3 The Tender Security shall be in the form of:
Tender Securing Declaration
21. Alternative tenders 19.1 Alternative Tenders are “not allowed” in this Tender.

22. Alternative 19.2 Alternative time for completion


Completion Time not applicable

5|Page
Section III – Tender Data Sheet

23. Technical 19.3 Offer of technical alternatives to the requirements of the


Alternatives Tendering Documents are “not allowed” in this Tender.
24. Power of Attorney 20.2 Written confirmation of authorization to sign on behalf of
the Tenderer is Power of Attorney in the Format
Provided in Section V: Tendering Forms
C: Submission of Tenders
25. Extension of 22.3 The extension of the deadline for submission of Tenders
Deadline for shall be made not later than not more than Two days
Submission of before the expiry of the original deadline.
Tenders
26. Currency for 30.2 The currency that shall be used for Tender evaluation
Converting Tender and comparison purposes to convert all Tender prices
Prices expressed in various currencies is: Not Applicable

The source of exchange rate shall be: [Not Applicable

The date of exchange rate shall be: Not Applicable

27. Adjustment of Tender 31.2(d) Tender price “will not” be adjusted by making an
Price for Allowance allowance for varying times of completion
for Varying Times of
Completion

28. Domestic Preference 32.1 Domestic preference to apply. OR Domestic preference


not applicable.
Not Applicable
C. Opening and evaluation of tenders

29. Post qualification 34.1 Post-qualification shall be performed Applicable


performance
30. Percentage for 38.1 Percentage for increase or decrease for quantities of is
Increase and should be maximum 15 percent
Decrease for
Quantities

D. Award of contract
31. Performance 40.1 Performance Securing Declaration shall be Not
security/ Applicable
Performance
Securing Declaration The amount of Performance Security Bond shall be
15% of the contract price

32. Environmental and 40.1


performance securing declaration is Applicable
Social Performance
Security
33. Advance Payment 42.1 The Advance Payment shall be fifteen (15) percent of
the Contract Price.

34. Adjudicator for the 43.1 The proposed adjudicator for the project is: Will be
Project nominated from the list proposed by NCC
35. Source of the 43.2 The Adjudicator shall appointed from a List of a Panel of
Adjudicator Adjudicator issued by National Construction Council:

E. Right to review
36. Address to submit 47.1 The address to submit copies of complaints:
Copy of complaints The Chief Executive Officer,
Public Procurement Regulatory Authority
PSPF Dodoma Plaza, 9th Floor, Jakaya Kikwete Road,
6|Page
Section III – Tender Data Sheet

P.O. Box 2865,Dodoma, TANZANIA.


Tel: +255 26 2963854
E-mail: [email protected]
Web: www.ppra.go.tz

37. Address to Submit an 48.2 The address for Appeal to PPAA:


Appeal to PPAA The Executive Secretary,
Public Procurement Appeals Authority,
Ministry of Finance and Planning,
1 Madaraka Street, P.O.Box 9310,
11468 Dar es Salaam.
Telephone +255 22 2120451 Mobile:+255743505505
Fax + 255 022 2120460
Email: [email protected] or [email protected]
Website www.ppaa.go.tz

7|Page
Section IV – Qualification and Evaluation Criteria

SECTION IV(a): QUALIFICATION AND EVALUATION CRITERIA


(Following Prequalification)

This section contains all the criteria that the PE shall use to evaluate tenders and qualify
Tenderers. In accordance with ITT28 and ITT 31, no other methods, criteria and factors shall
be used. The Tenderer shall provide all the information requested in the forms included in
Section V (Tendering Forms).

Wherever a Tenderer is required to state a monetary amount, Tenderers should indicate the
TZS equivalent using the rate of exchange determined as follows:
 For construction turnover or financial data required for each year - Exchange rate
prevailing on the last day of the respective calendar year (in which the amounts for that
year is to be converted) was originally established.
 Value of single contract - Exchange rate prevailing on the date of the contract.
Exchange rates shall be taken from the publicly available source identified in the ITT 30.1. Any
error in determining the exchange rates in the Tender may be corrected by the PE

1. Margin of Preference

If a margin of preference shall apply under ITT 32.1, the procedure will be as follows as:

A margin of preference of up to 10% (ten percent) shall be granted to local contractors or


JVCA of local and Foreign contractors, in accordance with, and subject to, the following
provisions:

(a) Contractors applying for such preference shall provide, as part of the data for
qualification, such information, including details of ownership, as shall be required
to determine whethera particular contractor or group of contractors qualifies for
margin of preference. The tendering documents shall clearly indicate the
preference and the method that will be followed in the evaluation and comparison
of tenders to give effect to such preference.

(b) After tenders have been received and reviewed by the PE, responsive tenders
shall be classified into the following groups:

(i) (i) Group A: Tenders offered by domestic Tenderers and JVCA meeting
the respective criteria of ITTs 32.3;

(ii) Group B: Tenders offered by JVCA of domestic and foreign firms meeting the
criteria of ITT 32.4 above; or

(iii) Group C: Tenders offered by foreign contractors.

All evaluated tenders in each group shall, as a first evaluation step, be compared to
determine the lowest tender, and the lowest evaluated tenders in each group shall be
further compared with each other. If, as a result of this comparison, a tender from Group
A or Group B is the lowest, it shall be selected for the award. If a tender from Group C is
the lowest, as a second evaluation step, all tenders from Group C shall then be further
compared with the lowest evaluated tender from Group A and B. For the purpose of this
further comparison only, an amount of applicable margin of preference (from 6 to 10%)
of the respective tender price corrected for arithmetical errors, including unconditional
discounts and excluding provisional sums and the cost of day works, if any, shall be
8|Page
Section IV – Qualification and Evaluation Criteria

added to the evaluated price offered in each tender from Group C. If the Tender from
Group A or B is the lowest, it shall be selected for award. If not, the lowest evaluated
tender from Group C based on the first evaluation step shall be selected

2. Evaluation

In addition to the criteria listed in ITT 31.2 (a) – (e) the following criteria shall
apply:

2.1 Assessment of Adequacy of Technical Proposal with Requirementsl

2.2 Multiple Contracts, if permitted under ITT 31.5, will be evaluated as follows:

Award Criteria for Multiple Contracts [ITT 31.5]:

Lots

Tenderers have the option to tender for any one or more lots. Tenders will be
evaluated lot-wise, taking into account discounts offered, if any, for combined
lots. The contract(s) will be awarded to the Tenderer or Tenderers offering the
lowest evaluated cost to the PE for combined lots, subject to the selected
Tenderer(s) meeting the required qualification criteria for lot or combination of
lots as the case may be for which they were prequalified.

Packages

Tenderers have the option to tender for any one or more packages and for any
one or more lots within a package. Tenders will be evaluated package-wise,
taking into account discounts offered, if any, for combined packages and/or
lots within a package. The contract(s) will be awarded to the Tenderer or
Tenderers offering the lowest evaluated cost to the PE for combined
packages, subject to the selected Tenderer(s) meeting the required
qualification criteria for combination of packages and or lots as the case may
be for which they were prequalified.

2.3 Alternative Completion Times

An alternative Completion Time, if permitted under ITT 19.2, will be evaluated


as follows:

Not Applicable
2.4 Technical Alternatives

Technical alternatives, if permitted under ITT 19.4, will be evaluated as


follows:

Not Applicable.

9|Page
Section IV – Qualification and Evaluation Criteria

3. Qualification

3.1 Update of Information

The Tenderer shall continue to meet the criteria used at the time of
prequalification.

3.2 Specialized Subcontractors

Only the specialized subcontractors as approved by the PE will be


considered. The specialized subcontractor shall continue to meet the criteria
used at the time of prequalification. The general experience and financial
resources of the specialized sub-contractors shall not be added to those of
the Tenderer for purposes of qualification of the Tenderer.

3.3 Financial Resources

Using the relevant Form, FIN-3.3 and FIN-3.4 in Section V, Tendering Forms,
the Tenderer must demonstrate access to, or availability of, financial
resources such as liquid assets, unencumbered real assets, lines of credit,
and other financial means, other than any contractual advance payments to
meet:

i. the following cash-flow requirement:………………………………

and

ii. the overall cash flow requirements for this


contract and its current Works commitment.

3.4 Contractor’s Representative and Key Personnel

The Tenderer must demonstrate that it has the personnel for the key
positions that meet the following requirements: [Specify requirements for
each lot as applicable]

In Similar
Total Work
Works
No. Position Experience
Experience
(years)
(years)
1 Project Manager 5 5
2 Site agent /Site Engineer 3 2
3 Surveyor 3 2
4 Plumbing technician 5 3
5 Electromechanical Technician 5 3
6 Masonry Technician-storage tanks 5 5
construction

The Tenderer shall provide details of the Contractor’s Representative and


Key Personnel and such other Key Personnel that the Tenderer considers
appropriate to perform the Contract, together with their academic
qualifications and work experience. The Tenderer shall complete the
relevant Forms in Section V, Tendering Forms.

10 | P a g e
Section IV – Qualification and Evaluation Criteria

3.5 Equipment
The Tenderer must demonstrate that it has access to the key equipment
listed hereafter:
[Specify requirements for each lot as applicable]
Minimum Number
No. Equipment Type and Characteristics
required
1 Concrete Mixers 03
2 Generator (Not less than 10 KVA) 02
3 Portable Electrical Welding Set 02
4 Trucks Not less than 7 Tons 02
5 Pickup 02
6 Levelling Equipment (Total Station) 01

The Tenderer shall provide further details of proposed items of equipment using
the relevant Form in Section V, Tendering Forms.

11 | P a g e
Section IV – Qualification and Evaluation Criteria

SECTION IV(b): QUALIFICATION AND EVALUATION CRITERIA


(Without Prequalification)

This section contains all the criteria that the PE shall use to evaluate tenders and qualify
Tenderers if the tendering was not preceded by a prequalification exercise and post
qualification is applied. In accordance with ITB 12.2 and ITB 32, no other methods, criteria
and factors shall be used. The Tenderer shall provide all the information requested in the
forms included in Section V (Tendering Forms).

1. Margin of Preference

If a margin of preference shall apply under ITT 32.1, the procedure will be as follows as:

A margin of preference of up to 10% (ten percent) shall be granted to local contractors or


JVCA of local and Foreign contractors, in accordance with, and subject to, the following
provisions:

(a) Contractors applying for such preference shall provide, as part of the data for
qualification, such information, including details of ownership, as shall be required
to determine whethera particular contractor or group of contractors qualifies for
margin of preference. The tendering documents shall clearly indicate the
preference and the method that will be followed in the evaluation and comparison
of tenders to give effect to such preference.

(b) After tenders have been received and reviewed by the PE, responsive tenders
shall be classified into the following groups:

(i) (i) Group A: Tenders offered by domestic Tenderers and JVCA meeting
the respective criteria of ITTs 32.3;

(ii) Group B: Tenders offered by JVCA of domestic and foreign firms meeting
the criteria of ITT 32.4 above; or

(iii) Group C: Tenders offered by foreign contractors.

All evaluated tenders in each group shall, as a first evaluation step, be compared to
determine the lowest tender, and the lowest evaluated tenders in each group shall be
further compared with each other. If, as a result of this comparison, a tender from Group
A or Group B is the lowest, it shall be selected for the award. If a tender from Group C is
the lowest, as a second evaluation step, all tenders from Group C shall then be further
compared with the lowest evaluated tender from Group A and B. For the purpose of this
further comparison only, an amount of applicable margin of preference (from 6 to 10%)
of the respective tender price corrected for arithmetical errors, including unconditional
discounts and excluding provisional sums and the cost of day works, if any, shall be
added to the evaluated price offered in each tender from Group C. If the Tender from
Group A or B is the lowest, it shall be selected for award. If not, the lowest evaluated
tender from Group C based on the first evaluation step shall be selected

12 | P a g e
Section IV – Qualification and Evaluation Criteria

2. Evaluation

In addition to the criteria listed in ITB 31.2 (a) – (f) the following criteria shall apply:

2.1 Adequacy of Technical Requirements

Evaluation of the Tenderer's Technical Proposal will include an assessment of


the Tenderer's technical capacity to mobilize key equipment and personnel for
the contract consistent with its tender regarding work methods, scheduling, and
material sourcing in sufficient detail and fully in accordance with the requirements
stipulated in Section VII (Works Requirements).

2.2 Multiple Contracts

Pursuant to Sub-Clause 31.5 of the Instructions to Tenderers, if Works are


grouped in multiple contracts, evaluation will be as follows:

Award Criteria for Multiple Contracts [ITB 31.5]:

Lots

Tenderers have the option to tender for any one or more lots. Tenders will be
evaluated lot-wise, taking into account discounts offered, if any, for combined
lots. The contract(s) will be awarded to the Tenderer or Tenderers offering the
lowest evaluated cost to the Employer for combined lots, subject to the
selected Tenderer(s) meeting the required qualification criteria for lot or
combination of lots as the case may be.

Packages

Tenderers have the option to tender for any one or more packages and for any
one or more lots within a package. Tenders will be evaluated package-wise,
taking into account discounts offered, if any, for combined packages and/or
lots within a package. The contract(s) will be awarded to the Tenderer or
Tenderers offering the lowest evaluated cost to the Employer for combined
packages, subject to the selected Tenderer(s) meeting the required
qualification criteria for combination of packages and or lots as the case may
be.

Qualification Criteria for Multiple Contracts:

Section IV describes criteria for qualification for each lot (contract) for multiple
lots (contracts). The criteria for qualification is aggregate minimum requirement
for respective lots as specified under items 3.1, 3.2, 4.2(a) and 4.2(b). However,
with respect to the specific experience under item 4.2 (a) of Section IV, the
Employer will select any one or more of the options as identified below:

N is the minimum number of contracts


V is the minimum value of a single contract
(a) For one Contract:
Option 1:
(i) N contract(s), each of minimum value V;
Or

13 | P a g e
Section IV – Qualification and Evaluation Criteria

Option 2:
(i) N contracts, each of minimum value V; or
(ii) Less than or equal to N contracts, each of minimum value V, but with
total value of all contracts equal or more than N x V.
(b) For multiple Contracts
Option 1:
(i) Minimum requirements for combined contract(s) shall be the aggregate
requirements for each contract for which the tenderer has submitted
tenders as follows, and N1, N2, N3, etc. shall be different contracts:
Lot 1: N1 contracts, each of minimum value V1;
Lot 2: N2 contracts, each of minimum value V2;
Lot 3: N3 contracts, each of minimum value V3;
----etc.
or
Option 2:
(i) Minimum requirements for combined contract(s) shall be the aggregate
requirements for each contract for which the Tenderer has tender for as
follows, and N1, N2, N3, etc. shall be different contracts:
Lot 1: N1 contracts, each of minimum value V1;
Lot 2: N2 contracts, each of minimum value V2;
Lot 3: N3 contracts, each of minimum value V3;
----etc, or
(ii) Lot 1: N1 contracts, each of minimum value V1; or number of contracts
less than or equal to N1, each of minimum value V1, but with total value of
all contracts equal or more than N1 x V1.
Lot 2: N2 contracts, each of minimum value V2; or number of contracts
less than or equal to N2, each of minimum value V2, but with total value of
all contracts equal or more than N2 x V2.
Lot 3: N3 contracts, each of minimum value V3; or number of contracts
less than or equal to N3, each of minimum value V3, but with total value of
all contracts equal or more than N3 x V3.
----etc, or
(iii) Subject to compliance as per (ii) above with respect to minimum value
of single contract for each lot, total number of contracts is equal or less
than N1 + N2 + N3 +--but the total value of all such contracts is equal or
more than N1 x V1 + N2 x V2 + N3 x V3 +---.

14 | P a g e
Section IV – Qualification and Evaluation Criteria

2.3 Alternative Completion Times

An alternative Completion Time, if permitted under ITB 19.2, will be evaluated as


follows:………………………………………………………….…………………………
………………
2.4 Technical Alternatives

Technical alternatives, if permitted under ITB 19.4, will be evaluated as follows:


……………………

2.5 Specialized Subcontractors

Only the specific experience of sub-contractors for specialized works


permitted by the Employer will be considered. The general experience and
financial resources of the specialized sub-contractors shall not be added to
those of the Tenderer for purposes of qualification of the Tenderer.

The specialized sub-contractors proposed shall be fully qualified for their work
proposed, and meet the following criteria:

………………………………………………………………………..

………………………………………………………………………….

15 | P a g e
Section IV - Qualification and Evaluation Criteria

3. Qualification

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture (existing or intended)
No. Subject Requirement Single Entity All Parties Each Member One Member Submission
Combined
Requirements
1.1. Eligibility

1.1 Nationality Nationality in accordance Must meet Must meet Must meet N/A Forms ELI – 1.1 and
with ITT3.1 requirement requirement requirement 1.2, with attachments
1.2 Conflict of Interest No conflicts of interest in Must meet Must meet Must meet N/A Form of Tender
accordance with ITT3.7 requirement requirement requirement
1.3 Not declared Not having been declared Must meet Must meet Must meet N/A Form of Tender
Ineligible ineligible as described in requirement requirement requirement
ITT3.8
1.4 Government Owned Meets conditions of Must meet Must meet Must meet N/A Forms ELI – 1.1 and
Entity ITB3.9 requirement requirement requirement 1.2, with attachments
1.5 Anti-Bribery Policy Submission of anti-bribery Must meet Must meet Must meet N/A Form-INTEG
policy/code of conduct requirement requirement requirement
and Compliance
Programme
2.2. Historical Contract Non-Performance

2.1 History of Non- Non-performance of a Must meet Must meet Must meet N/A Form CON-2
Performing Contracts contract1did not occur as requirement1,2 requirements requirement2
a result of contractor
default since 1st January
[Insert year].
2.2 Debarment based on Not under debarment Must meet Must meet Must meet N/A Tender Submission
Execution of Tender based on execution of a requirement requirement requirement Form
Securing Declaration Tender Securing
by the Authority Declaration pursuant to
ITT 3.8 (e)

1
Non performance, as decided by the PE, shall include all contracts where (a) non performance was not challenged by the contractor, including through referral to
the dispute resolution mechanism under the respective contract, and (b) contracts that were so challenged but fully settled against the contractor. Non
performance shall not include contracts where PEs decision was overruled by the dispute resolution mechanism. Non performance must be based on all
information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the
respective contract and where all appeal instances available to the Tenderer have been exhausted.
2 This requirement also applies to contracts executed by the Tenderer as JVCA member.

16 | P a g e
Section IV - Qualification and Evaluation Criteria

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture (existing or intended)
No. Subject Requirement Single Entity All Parties Each Member One Member Submission
Combined
Requirements
2.3 Pending Litigation Tenderer’s financial Must meet N/A Must meet N/A Form CON – 2
position and prospective requirement requirement
long term profitability
sound according to criteria
established in 3.1 below
and assuming that all
pending litigation will be
resolved against the
Tenderer
2.4 Litigation History No consistent history of Must meet Must meet Must meet N/A Form CON – 2
court/arbitral award requirement requirement requirement
decisions against the
Tenderer3 since 1st
January [insert year]
2.5 Compliance with No consistent history by Must meet N/A Must meet N/A Form CON – 2
Statutory the Tenderer4 of failure to requirement requirement
Requirements pay taxes and social
security Contributions,
and no failure to comply
with environmental and
health and safety
requirements since 1st
January [insert year]
3.3. Financial Situation and Performance
3.1 Financial Capabilities (i) The Tenderer shall Must meet Must meet N/A N/A Form FIN – 3.1, with
demonstrate that it has requirement Requirement attachments
access to, or has
available, liquid assets,
unencumbered real
assets, lines of credit, and
other financial means
(independent of any
contractual advance

3The Tenderer shall provide accurate information about any litigation or arbitration resulting from contracts completed or ongoing under its execution over the last
five years. A consistent history of court/arbitral awards against the Tenderer or any member of a joint venture may result in disqualifying the Tenderer.
4 The Tenderer shall provide accurate information about failure to meet tax and social security Contributions, and no failure to comply with environmental and

health and safety requirements over the specified period. A consistent history of failure to meet these statutory obligations may result in disqualifying the
Tenderer.
17 | P a g e
Section IV - Qualification and Evaluation Criteria

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture (existing or intended)
No. Subject Requirement Single Entity All Parties Each Member One Member Submission
Combined
Requirements
payment) sufficient to
meet the construction
cash flow requirements
estimated as Tshs(insert
the amount)_for the
subject contract(s) net of
the Tenderers other
commitments
(ii) The Tenderers shall
also demonstrate, to the
satisfaction of the PE, that
it has adequate sources of N/A
finance to meet the cash Must meet N/A
flow requirements on requirement Must meet
works currently in requirement
progress and for future
contract commitments.
(iii) The audited balance
sheets or, if not required
by the laws of the
Tenderer’s country, other
financial statements
acceptable to the
Employer, for the last
(insert number of Must meet
years)__years shall be Must meet requirement N/A
submitted and must requirement
demonstrate the current N/A
soundness of the
Tenderer’s financial
position and indicate its
prospective long-term
profitability.
3.2 Average Annual Minimum average annual Must meet Must meet Must meet Must meet Form FIN – 3.2
Construction construction turnover of requirement requirement ________%, __________%,
Turnover TZS (insert the amount) ___________of ___________of
calculated as total the requirement the requirement
certified payments
received for contracts in
progress and/or

18 | P a g e
Section IV - Qualification and Evaluation Criteria

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture (existing or intended)
No. Subject Requirement Single Entity All Parties Each Member One Member Submission
Combined
Requirements
completed within the last
(insert number of
years)years, divided by
(insert number of
years)_years
3.3 Current Commitments The Service Provider shall Must Meet Must Meet the N/A N/A Form FIN-3
also demonstrate that it Requirement requirement
has adequate sources of
finance to meet the cash
flow requirements on
contracts currently in
progress and for future
contract commitments.
4.0. Experience
4.1 (a) General Construction Experience under Must meet N/A Must meet N/A Form EXP – 4.1
Experience construction contracts in requirement requirement
the role of prime
contractor, JVCA
member, sub-contractor,
or management contractor
for at least the last (insert
number of years)_years,
starting 1st January[insert
year]_____.
4.2 (a) Specific Construction (i) A minimum number of Must meet Must meet N/A N/A Form EXP 4.2(a)
& Contract similar5contracts specified requirement requirement8
Management below that have been
Experience satisfactorily and
substantially6 completed
as a prime contractor,
JVCA member7,

5
The similarity shall be based on the physical size, complexity, methods/technology and/or other characteristics described in Section VIII, Work’s Requirements.
Summation of number of small value contracts (less than the value specified under requirement) to meet the overall requirement will not be accepted.
6 Substantial completion shall be based on 80% or more works completed under the contract.
7 For contracts under which the Tenderer participated as a joint venture member or sub-contractor, only the Tenderer’s share, by value, shall be considered to

meet this requirement.


8 In the case of JVCA, the value of contracts completed by its members shall not be aggregated to determine whether the requirement of the minimum value of a

single contract has been met. Instead, each contract performed by each member shall satisfy the minimum value of a single contract as required for single
19 | P a g e
Section IV - Qualification and Evaluation Criteria

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture (existing or intended)
No. Subject Requirement Single Entity All Parties Each Member One Member Submission
Combined
Requirements
management contractor or
sub-contractor7 between
1st January [insert year]
and application
submission deadline: (i) N
(insert number of
contracts) contracts, each
of minimum value V[insert
value];
Or
(ii) Less than or equal to N
[insert number of
contracts] contracts, each
of minimum value V
[insert value]; but with
total value of all contracts
equal or more than N x V;
[insert values of N & V,
delete (ii) above if not
applicable].
[In case the Works are to
be tender as individual
contracts under a slice
and package (multiple
contract) procedure, the
minimum number of
contracts required for
purposes of evaluating
qualification shall be
selected from the options
specified in ITT 31.5 ]
[Add the following if “Must meet Must meet N/A “Must meet
specialized sub-contractor requirement requirement requirement
is permitted and describe for one (Requirement
nature and characteristics contract can be met
of specialized works:] (Requirement through a
“(ii) For the following can be met Specialized Sub-

entity. In determining whether the JVCA meets the requirement of total number of contracts, only the number of contracts completed by all members each of
value equal or more than the minimum value required shall be aggregated.
20 | P a g e
Section IV - Qualification and Evaluation Criteria

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture (existing or intended)
No. Subject Requirement Single Entity All Parties Each Member One Member Submission
Combined
Requirements
specialized works, the through a contractor)”
Employer permits Specialized
specialized sub- Sub-
contractors as per ITT contractor)”
3.12”

4.2 (b) Experience in Key For the above and any Must meet Must meet N/A Must meet the Form EXP – 4.2 (b)
Activities other contracts completed requirements requirements following
and under implementation requirements for
as prime contractor, the key activities
JVCA member, listed below16[list
management contractor or key activities and
sub-contractor9 on or after the
the first day of the corresponding
calendar year during the minimum
period stipulated in 4.2 (a) requirements]
above, a minimum
construction experience in
the following key activities
successfully completed10:
[list activities indicating
volume, number or rate of
production as
applicable]11
4.2 (c) For contracts Must meet Must meet Must meet the Must meet the Form EXP – 4.2 (c)
[substantially completed requirements requirements following following
and under requirements: requirements:
implementation] as prime [list key [list key
contractor, JVCA requirements to requirements to
member, or Subcontractor be met by each be met by one
between 1st January member member
[insert year] and otherwise state: otherwise state:

9
For contracts under which the Tenderer participated as a joint venture member or sub-contractor, only the Tenderer’s share shall be counted to meet this
requirement.
10 Volume, number or rate of production of any key activity can be demonstrated in one or more contracts combined if executed during same time period. The rate

of production shall be the annual production rate for the key construction activity (or activities).
11 The minimum experience requirement for multiple contracts will be the sum of the minimum requirements for respective individual contracts,

unless specified otherwise.

21 | P a g e
Section IV - Qualification and Evaluation Criteria

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture (existing or intended)
No. Subject Requirement Single Entity All Parties Each Member One Member Submission
Combined
Requirements
Application submission ”N/A”] ”N/A”]
deadline, experience in
managing ES risks and
impacts in the following
aspects: [Based on the
ES assessment, specify,
as appropriate, specific
experience requirements
to manage ES aspects.]

22 | P a g e
Section IV - Qualification and Evaluation Criteria
23
3.5 Key Personnel

The Tenderer must demonstrate that it will have suitably qualified (and in adequate
numbers) Key Personnel, as described in the Specifications.

The Tenderer shall provide details of the Key Personnel and such other Key Personnel that
the Tenderer considers appropriate to perform the Contract, together with their academic
qualifications and work experience. The Tenderer shall complete the relevant Forms in
Section IV, Tendering Forms.

Minimum
Item Relevant academic years of
Position/specialization
No. qualifications relevant work
experience
1
2 …
e.g. degree in relevant e.g. [years]
environmental subject working on
3 road projects
in similar work
environments
4
5 e.
[add others as appropriate]
6

3.6. Equipment

The Tenderer must demonstrate that it will have access to the key Contractor’s
equipment listed hereafter:

[Specify requirements for each lot as applicable]

No. Equipment Type and Characteristics Minimum Number


required
1
2
3
4
5

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

23 | P a g e
Section V- Tendering Forms

Section V: TENDERING FORMS


Below is a checklist of forms/documents required to be submitted by the Tenderer. Each
Tenderer must ensure that all forms/documents are properly prepared and submitted with
his Tender. Failure to fill in and submit, or improper filling of the Forms/documents may
result in the rejection of the Tender.
Form Name Description Check if Included
with the
Submission

Yes NO

Form of Tender

Schedules

Priced Bill of Quantities

Schedule of Cost Indexation

Schedule of Payment Currencies

Standard Power of Attorney

Tender -Securing Declaration

Tender Security (Bank Guarantee)

Form of Tender Security (Insurance Bond)

Technical Submission Forms

Form PER -1 Key Personnel Schedule

Form PER-2: Resume and Declaration- Key Personnel

Equipment

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

ES Management Strategies and


Implementation Plans

24 | P a g e
Section V- Tendering Forms

Form Name Description Check if Included


with the
Submission

Yes NO

Code of Conduct for Contractor’s Personnel


(ES) Form
Tenderer’s Qualification

Form ELI -1.1 Tenderer Information Form

Form ELI -1.2 Information Form for JVCA Tenderers

Form INTEG Undertaking by Tenderer on Anti–Bribery


Policy/Code of Conduct and Compliance
Programme
Form CON – 2 Historical Contract Non-Performance,
Pending Litigation and Litigation History, and
Conformance to Statutory Requirements
Form CCC: Current Contract Commitments / Works in
Progress
Form FIN – 3.1 Financial Situation and Performance

Form FIN – 3.2: Average Annual Construction Turnover

Form FIN – 3.3: Financial Resources

Form EXP – 4.1: General Construction Experience

Form EXP–4.2(a) Specific Construction and Contract


Management Experience
Form EXP - 4. 2( b) Construction Experience in Key Activities

Form EXP - 4.2(c) Specific Experience in Managing ES aspects

25 | P a g e
Section V- Tendering Forms

Form of Tender
[date]

To: [name and address of Employer]

We [insert name of tenderer], offer to execute the [name and identification number of
contract] in accordance with the Conditions of Contract accompanying this tender for the
Contract Price of [amount in numbers], [amount in words] [name of currency].

The Contract shall be paid in the following currencies:

Currency Percentage payable Rate of exchange: one Inputs for which


in currency foreign equals [insert foreign currency is
local] required
(a)
(b)

The advance payment required is:-

Amount Currency
(a)
(b)

The discounts offered and the methodology for their application are:
(i) The discounts offered are: [Specify in detail each discount offered.]

(ii) The exact method of calculations to determine the net price after application of
discounts is shown below: [Specify in detail the method that shall be used to
apply the discounts];

We accept the appointment of [name proposed in Tender Data Sheet] as the Adjudicator.

or

We do not accept the appointment of [name proposed in Tender Data Sheet] as the
Adjudicator, and we propose instead that [name] be appointed as Adjudicator, whose
résumé and hourly fees are attached.

We hereby confirm [insert the name of the Appointing Authority], to be the Appointing
Authority, to appoint the adjudicator in case of any arisen disputes in accordance with ITT
43.1

We are not participating, as tenderers, in more than one tender in this tendering process
other than alternative tenders in accordance with the tendering documents.

We declare that, as tenderer (s) we do not have conflict of interest with reference to ITT 3.7

26 | P a g e
Section V- Tendering Forms

With reference to ITT 3.12, it is our intention to subcontract approximately [insert the
percent] percentage of the Tender /Contract Price, details of which are provided herein.

Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part
of the contract has not been declared ineligible by the Government of Tanzania under
Tanzania's laws or any other official regulations.

We declare that our tendering price did not involve agreement with other tenderers for the
purpose of tender suppression.

We understand that you are not bound to accept the lowest or any tender you receive.

We hereby confirm that this tender complies with the tender validity and tender securing
declaration required by the tendering documents and specified in the Tender Data Sheet.

Authorized Signature:

Name and Title of Signatory:

Name of Tenderer:

Address:

27 | P a g e
Section V- Tendering Forms

Schedules
1. Priced Bill of Quantities
The Tenderer shall fill in rates and prices for all items of the Works described in the Bill of
Quantities.
Items for which no rate or price is entered by the Tenderer will not be paid for by the PE
when executed and shall be deemed covered by the other rates and prices in the Bill of
quantities. However, failure to quote for a major item in the tender will form a justifiable
ground for rejection of tender.
On the other hand, if the Tenderer introduces new Bill of Quantities items not specified in
the Tendering documents the new items, corresponding quantities and prices shall not be
accepted and the Tender may be disqualified as being substantially non responsive.

28 | P a g e
Section V- Tendering Forms

2. Schedule of Payment Currencies

For ...........................insert name of Section of the Works

Separate tables may be required if the various sections of the Works (or of the Bill of
Quantities) will have substantially different foreign and local currency requirements. The
Employer should insert the names of each Section of the Works.

A B C D
Percentage of
Rate of
Local Currency Total Tender
Name of Payment Amount of Exchange
Equivalent Price (TTP)
Currency Currency to Local
C=AxB 100xC
Currency
TBP
Local currency
1.00

Foreign Currency
#1

Foreign Currency
#2

Foreign Currency
#3

Total Bid Price 100.00


Provisional Sums
Expressed in Local 1.00
Currency
TOTAL TENDER
PRICE (Including
provisional sum)

29 | P a g e
Section V- Tendering Forms

3. Schedule of Cost Indexation

[Note to PE: It is recommended that the PE is advised by a professional with experience in


construction costs and the inflationary effect on construction costs when preparing the
contents of the Schedule of Cost Indexation. In the case of very large and/or complex works
contracts, it may be necessary to specify several families of price adjustment formulae
corresponding to the different works involved]

[The formulae for price adjustment shall be of the following general type:]

+ ….

where:

“Pn” is the adjustment multiplier to be applied to the estimated contract value in the relevant
currency of the work carried out in period “n”, this period being a month unless otherwise
stated in the SCC;

“a” is a fixed coefficient, stated in the relevant table of adjustment data, representing the
non-adjustable portion in contractual payments;

“b”, “c”, “d”, ... are coefficients representing the estimated proportion of each cost element
related to the execution of the Works as stated in the relevant table of adjustment data; such
tabulated cost elements may be indicative of resources such as labour, equipment and
materials;

“Ln”, “En”, “Mn”, ... are the current cost indices or reference prices for period “n”, expressed
in the relevant currency of payment, each of which is applicable to the relevant tabulated
cost element on the date 49 days prior to the last day of the period (to which the particular
Payment Certificate relates); and

“Lo”, “Eo”, “Mo”, are the base cost indices or reference prices, expressed in the relevant
currency of payment, each of which is applicable to the relevant tabulated cost element on
the Base Date.

The cost indices or reference prices stated in the Table of Adjustment Data shall be used. If
their source is in doubt, it shall be determined by the Project Manager. For this purpose,
reference shall be made to the values of the indices at stated dates (quoted in the fourth and
fifth columns respectively of the table).

If the currency in which the Contract price is expressed is different from the currency of the
country of origin of the indices, a correction factor will be applied to avoid incorrect
adjustments of the Contract price. The correction factor shall be: Z0 / Z1, where,

Z0 = the number of units of currency of the origin of the indices which equal to one unit of
the currency of the Contract Price on the Base date, and

30 | P a g e
Section V- Tendering Forms

Z1 = the number of units of currency of the origin of the indices which equal to one unit of
the currency of the Contract Price on the Date of Adjustment.

Schedule of Adjustment Data

[In Tables A, B, and C, below, the Tenderer shall (a) indicate its amount of local currency
payment, (b) indicate its proposed source and base values of indices for the different foreign
currency elements of cost, (c) derive its proposed weightings for local and foreign currency
payment, and (d) list the exchange rates used in the currency conversion. In the case of
very large and/or complex works contracts, it may be necessary to specify several families
of price adjustment formulae corresponding to the different works involved.]

Table A. Local Currency


Table A. Local Currency

Index Index Source Base Tenderer’s Range of Tenderer’s


code description of value and related weighting proposed
index date currency Proposed by the weighting
amount Procuring Entity
Non- — — — a: * a: *
adjustable
b: ------ to ------* b:

c: ------- to ------* c:

d: ------- to -----* d:

e: ------- to ------* e:

etc. etc.
Total 1.00

[* To be entered by the PE. Whereas “a” should a fixed percentage, b, c, d and e should
specify a range of values and the Tenderer will be required to specify a value within the
range such that the total weighting = 1.00]

31 | P a g e
Section V- Tendering Forms

Table B. Foreign Currency (FC)


State type: ....................... [If the Tenderer is allowed to receive payment in foreign
currencies this table shall be used. If Tenderer wishes to quote in more than one foreign
currency (up to three currencies permitted) then this table should be repeated for each
foreign currency.]

Index Index Source Base Tenderer’s Equivalent Range of Tenderer’s


code description of index value and related source in Foreign weighting proposed
date currency in Currency 1 Proposed by the weighting
type/amount Procuring Entity
Non- — — — a: * a: *
adjustable
b: ------ to ------* b:

c: ------- to ------* c:

d: ------- to -----* d:

e: ------- to ------* e:

etc.
etc.
[* To be entered by the PE. Whereas “a” should a fixed percentage, b, c, d and e should
specify a range of values and the Tenderer will be required to specify a value within the
range such that the total weighting = 1.00]

32 | P a g e
Section V- Tendering Forms

Special Power of Attorney12

KNOW ALL MEN BY THESE PRESENTS THAT I the undersigned [insert name of the Donor]
being [insert designation] of [insert name of the company] of [insert company address] having
its registered office at [insert physical address of company];

WHEREAS in course of business it is necessary to bid for tenders and enter into contracts;

NOW THEREFORE KNOW ALL MEN THAT I [insert name of the Donor] by virtue of
authority conferred to me by the Board Resolution No [insert Board Resolution Number] of
[insert day] day of [insert Board Resolution month and year],do hereby ordain, nominate,
authorize, empower and appoint [insert name of Donee] of [insert address of the Donee] to
be our true lawful Attorney and Agent with full power and authority for us and in our names
and for our accounts and benefits, to do any, or all of the following acts, in the execution of
tender No. [insert tender number] that is to say;
To act on my behalf or for the company and do any other thing or things incidental
for [insert tender Number] of [insert description of procurement] for the [insert name
of the procuring entity];

AND provided always that this Power of Attorney shall not revoke or in any manner affect
any future Power of Attorney given to any other person or persons for such other power or
powers shall remain and be of the same force and affect as if this deed has not been
executed.

AND we hereby undertake to ratify everything, which our Attorney or any substitute or
substitutes or agent or agents duly appointed by him under this power on his behalf herein
before contained shall do or purport to do in virtue of this Power of Attorney.

SEALED with the common seal of the said [[insert name of the company] and delivered in
the presence of us this [insert date] day of [insert month] [insert year].

IN WITNESS whereof we have signed this deed on this [insert date] day of [insert month]
[insert year] at [insert place] for and on behalf of [insert name of the company or Donor]

SIGNED AND DELIVERED by the said


[insert name of Donor] Identified to me
by[insert name]
The latter being known to me personally this [insert date, month and year]

DONOR

12
Note: Power of Attorney for a Foreign Firm may be presented in any other legally
acceptable format
33 | P a g e
Section V- Tendering Forms

BEFORE ME:

Name:……………………………..

Address:…………………………..

Qualification:………………………

Signature:
COMMISSIONER FOR OATHS

Acknowledgement

I [insert name of Donee] doth hereby acknowledge and accept to be Attorney of the said
[insert name of the company/donor] under the Terms and Conditions contained in this
Power of Attorney and I promise to perform and discharge my duties as the lawfully
appointed Attorney faithfully and honestly.

SIGNED AND DELIVERED by the said


[insert name of Donee] Identified to me
by [insert name]
The latter being known to me personally
this [insert date, month and year],

DONEE

BEFORE ME

Name:………………………….
Address:……………………….

Qualification:…………………..

Signature:
COMMISSIONER FOR OATHS

34 | P a g e
Section V- Tendering Forms

Tender -Securing Declaration

Date: [insert date (as day, month and year)]


Tender No.: [insert tender number]
Alternative No.: [insert identification No if this is a Tender for an alternative]

To: [insert complete name of Procuring Entity]


We, the undersigned, declare that:
We understand that, according to your conditions, Tenders must be supported by a
Tender- Securing Declaration.
We accept that we will be suspended from being eligible for tendering in any contract with
any Procuring Entity for the period of time determined by the Public Procurement
Regulatory Authority, if we are in breach of our obligation(s) under the Tender conditions,
because we:
(a) have withdrawn our Tender during the period of Tender validity specified in
the Form of Tender; or
(b) having been notified of the acceptance of our Tender by the PE during the
period of Tender validity, (i) fail or refuse to execute the Contract, if required,
or (ii) fail or refuse to furnish the Performance Security, in accordance with
the ITT.
We understand this Tender Securing Declaration shall expire if we are not the successful
Tenderer, upon the earlier of (i) our receipt of your notification to us of the name of the
successful Tenderer; or (ii) twenty-eight days after the expiration of our Tender.
Signed: [insert signature of person whose name and capacity are shown] In the capacity of
[insert legal capacity of person signing the Tender Securing Declaration]

Name: [insert complete name of person signing the Tender Securing Declaration]

Duly authorized to sign the Tender for and on behalf of: [insert complete name
of Tenderer]

Dated on day of _, [insert date of signing]

Corporate Seal (where appropriate)

35 | P a g e
Section V- Tendering Forms

Tender Security (Bank Guarantee)


[If required, the Bank/Tenderer shall fill in this Bank Guarantee form in
accordance with the instructions indicated in brackets.]

[insert bank’s name, and address of issuing branch or office]

Beneficiary: [insert name and address of Procuring Entity] Date:[insert date]

TENDER GUARANTEE No.:[insert number]

We have been informed that [insert name of the Tenderer; if a joint venture, list complete
legal names of partners] (hereinafter called "the Tenderer") has submitted to you its Tender
dated [insert date] (hereinafter called "the Tender") for the execution of [insert name of
Contract] under Invitation for Tenders No. [insert IFT number] (“the IFT”).

Furthermore, we understand that, according to your conditions, Tenders must be


supported by a Tender Guarantee.

At the request of the Tenderer, we [insert name of bank] hereby irrevocably undertake to
pay you any sum or sums not exceeding in total an amount of [insert amount in figures
expressed in TZS or the equivalent amount in an international freely convertible currency]
([insert amount in words]) upon receipt by us of your first demand in writing accompanied
by a written statement stating that the Tenderer is in breach of its obligation(s) under the
Tender conditions, because the Tenderer:

(a) has withdrawn its Tender during the period of Tender validity specified by the
Tenderer in the Form of Bid; or
(b) does not accept the correction of errors in accordance with the Instructions to
Tenderers (hereinafter “the ITT”) of the IFT; or
(c) having been notified of the acceptance of its Tender by the Procuring Entity
during the period of Tender validity, (i) fails or refuses to execute the Contract
Form, if required, or (ii) fails or refuses to furnish the Performance Security, in
accordance with the ITB.

This Guarantee shall expire: (a) if the Tenderer is the successful Tenderer, upon our
receipt of copies of the Contract signed by the Tenderer and of the Performance Security
issued to you by the Tenderer; or (b) if the Tenderer is not the successful Tenderer, upon
the earlier of (i) our receipt of a copy of your notification to the Tenderer that the Tenderer
was unsuccessful, or (ii) twenty-eight days after the expiration of the Tenderer’s Tender.

Consequently, any demand for payment under this Guarantee must be received by us at
the office on or before that date.

[signature(s) of authorized representative(s) ]

36 | P a g e
Section V- Tendering Forms

Form of Tender Security (Tender Bond)


[If required, the Surety/Tenderer shall fill in this Tender Bond Form in accordance with the
instructions indicated in brackets.]

[insert Insurer’s name, and address of issuing branch or office]

Beneficiary: [insert name and address of Procuring Entity] Date:[insert date]

BOND NO. [insert Bond number]

BY THIS BOND [insert name of Tenderer; if joint venture, insert complete legal names of
partners] as Principal (hereinafter called “the Principal”), and [insert name, legal title, and
address of Surety], authorized to transact business in [insert name of country of Employer],
as Surety (hereinafter called “the Surety”), are held and firmly bound unto [insert name of
Procuring Entity] as Obligee (hereinafter called “the Employer”) in the sum of [insert amount
in figures expressed in TZS or the equivalent amount in an international freely convertible
currency] [insert amount in words], for the payment of which sum, well and truly to be made,
we, the said Principal and Surety, bind ourselves, our successors and assigns, jointly and
severally, firmly by these presents.

WHEREAS the Principal has submitted a written Tender to the Employer dated the
[number] day of [month], [year], for the construction of [insert name of Contract] (hereinafter
called the “Tender”).

NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the


Principal:
a) withdraws its Tender during the period of Tender validity specified in the Form of
Tender; or
b) refuses to accept the correction of its Tender Price, pursuant to ITT, or
c) having been notified of the acceptance of its Tender by the Employer during the
period of Tender validity; (i) fails or refuses to execute the Form of Agreement in
accordance with the Instructions to Tenderers, if required; or (ii) fails or refuses to
furnish the Performance Security in accordance with the Instructions to Tenderers;

then the Surety undertakes to immediately pay to the Employer up to the above amount
upon receipt of the Employer’s first written demand, without the Employer having to
substantiate its demand, provided that in its demand the Employer shall state that the
demand arises from the occurrence of any of the above events, specifying which event(s)
has occurred.

The Surety hereby agrees that its obligation shall remain in full force and affect up to and
including the date 28 days after the date of expiration of the Tender validity as stated in the
Invitation to Tender or extended by the Employer at any time prior to this date, notice of
which extension(s) to the Surety being hereby waived.

37 | P a g e
Section V- Tendering Forms

IN TESTIMONY WHEREOF, the Principal and the Surety have caused these presents to be
executed in their respective names this [insert number] day of [month], [year]

Principal: Surety:
Corporate Seal (where appropriate)

[insert signature(s) of authorized [insert signature(s) of


authorized representative(s)] representative(s)]

_
[insert printed name and title] [insert printed name and
title]

38 | P a g e
Section V- Tendering Forms

Technical Submission

39 | P a g e
Section V- Tendering Forms

Technical Submission Forms


- Key Personnel Schedule
- Equipment
- Site Organization
- Method Statement
- Mobilization Schedule
- Construction Schedule
- ES Management Strategies and Implementation Plans
- Others

40 | P a g e
Section V- Tendering Forms

Form PER -1

Key Personnel Schedule


Tenderers should provide the names and details of the suitably qualified Key
Personnel to perform the Contract. The data on their experience should be supplied
using the Form PER-2 below for each candidate.

Key Personnel

1. Title of position:

Name of candidate:
Duration of [insert the whole period (start and end dates) for which this position will
appointment: be engaged]
Time [insert the number of days/week/months/ that has been scheduled for
commitment: for this position]
this position:
Expected time [insert the expected time schedule for this position (e.g. attach high
schedule for this level Gantt chart]
position:

41 | P a g e
Section V- Tendering Forms

Form PER-2:
Resume and Declaration-
Key Personnel
Name of Tenderer

Position [#1]: [title of position from Form PER-1]

Personnel Name: Date of birth:


information

Address: E-mail:

Professional qualifications:
Academic qualifications:
Language proficiency: [language and levels of speaking, reading and writing skills]
Details
Address of employer:

Telephone: Contact (manager / personnel


officer):

Fax:
Job title: Years with present employer:

Summarize professional experience in reverse chronological order. Indicate particular technical and
managerial experience relevant to the project.

Duration of
Project Role Relevant experience
involvement
[main
[role and responsibilities [describe the experience relevant to this
project [time in role]
on the project] position]
details]

Declaration

I, the undersigned Key Personnel, certify that to the best of my knowledge and belief, the
information contained in this Form PER-2 correctly describes myself, my qualifications and
my experience.

42 | P a g e
Section V- Tendering Forms

I confirm that I am available as certified in the following table and throughout the expected
time schedule for this position as provided in the Tender:
Commitment Details
Commitment to duration of contract: [insert period (start and end dates) for which this Key
Personnel is available to work on this contract]
Time commitment: [insert the number of days/week/months/ that this Key
Personnel will be engaged]

I understand that any misrepresentation or omission in this Form may:


(a) be taken into consideration during Tender evaluation;
(b) lead to my disqualification from participating in the Tender;
(c) lead to my dismissal from the contract.
Name of Key Personnel: [insert name]
Signature: __________________________________________________________
Date: (day month year): _______________________________________________

Countersignature of authorized representative of the Tenderer:


Signature: ________________________________________________________
Date: (day month year): __________________________________

43 | P a g e
Section V- Tendering Forms

Equipment
The Tenderer shall provide adequate information to demonstrate clearly that it has the capability to
meet the requirements for the key equipment listed in Section IV (Qualification and Evaluation Criteria).
A separate Form shall be prepared for each item of equipment listed, or for alternative equipment
proposed by the Tenderer. The Tenderer shall provide all the information requested below, to the extent
possible. Fields with asterisk (*) shall be used for evaluation.

Type of Equipment*

Equipment Name of manufacturer, Model and power rating


Information

Capacity* Year of manufacture*

Current Current location


Status

Details of current commitments

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured

The following information shall be provided only for equipment not owned by the Tenderer.

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

44 | P a g e
Section V- Tendering Forms

Site Organization
[insert Site Organization information]
The Tenderer is required to present an organizational diagram/chart indicating his proposed
project organization, including Head Office management and possible sub-contractors.

The chart shall be sufficiently detailed to enable an assessment of the number of


supervisory staff and foremen available on site to the extent that CVs requested under
Personnel, such candidate shall be identifiable on the attached organization diagram

Method Statement
[insert Method Statement]

The Tenderer is expected to detail clearly how he intends to execute the works and
complete the entire work in accordance with the proposed programme

45 | P a g e
Section V- Tendering Forms

Mobilization Schedule
[insert Mobilization Schedule]

The Tenderer is required to present the timeline for establishing his site camp,
Project Manager’s fully equipped site office as well as fully laboratory for the sole
use of the Project Manager, mobilization of resources i.e. personnel, equipment and
materials.

Construction Schedule
[insert Construction Schedule]

The Tenderer is required to submit Construction Schedule showing time taken and
resources required in execution of various tasks, presented in bar chart, preferably,
using Microsoft Project. The Construction Schedule must reflect construction period
stipulated in the Tendering Documents.

46 | P a g e
Section V- Tendering Forms

ES Management Strategies and Implementation Plans


(ES-MSIP)

The Tenderer shall submit comprehensive and concise Environmental and Social
Management Strategies and Implementation Plans (ES-MSIP) if required by ITT
11.1 (h) of the Tender Data Sheet. These strategies and plans shall describe in
detail the actions, materials, equipment, management processes etc. that will be
implemented by the Contractor, and its subcontractors.

In developing these strategies and plans, the Bidder shall have regard to the ES
provisions of the contract including those as may be more fully described in the
Works Requirements in Section VII.

47 | P a g e
Section V- Tendering Forms

Code of Conduct for Contractor’s Personnel (ES) Form

Note to the Employer:


The following minimum requirements shall not be modified. The Employer may add
additional requirements to address identified issues, informed by relevant environmental
and social assessment.
The types of issues identified could include risks associated with: labor influx, spread of
communicable diseases, and Sexual Exploitation and Abuse (SEA), Sexual Harassment
(SH)etc.
Delete this Box prior to issuance of the bidding documents.

Note to the Tenderer:


The minimum content of the Code of Conduct form as set out by the Employer shall
not be substantially modified. However, the Tenderer may add requirements as
appropriate, including to take into account Contract-specific issues/risks.

The Tenderer shall submit the Code of Conduct form as part of its Tender.

CODE OF CONDUCT FOR CONTRACTOR’S PERSONNEL


We are the Contractor, [enter name of Contractor]. We have signed a contract with [enter
name of Employer] for [enter description of the Works]. These Works will be carried out at
[enter the Site and other locations where the Works will be carried out]. Our contract
requires us to implement measures to address environmental and social risks related to the
Works, including the risks of sexual exploitation, sexual abuse and sexual harassment.

This Code of Conduct is part of our measures to deal with environmental and social risks
related to the Works. It applies to all our staff, laborers and other employees at the Works
Site or other places where the Works are being carried out. It also applies to the personnel
of each subcontractor and any other personnel assisting us in the execution of the Works.
All such persons are referred to as “Contractor’s Personnel” and are subject to this Code
of Conduct.

This Code of Conduct identifies the behavior that we require from all Contractor’s Personnel.

Our workplace is an environment where unsafe, offensive, abusive or violent behavior will
not be tolerated and where all persons should feel comfortable raising issues or concerns
without fear of retaliation.

48 | P a g e
Section V- Tendering Forms

REQUIRED CONDUCT
Contractor’s Personnel shall:
1. Carry out his/her duties competently and diligently;
2. Comply with this Code of Conduct and all applicable laws, regulations and other
requirements, including requirements to protect the health, safety and well-being of
other Contractor’s Personnel and any other person;
3. Maintain a safe working environment including by:
a. ensuring that workplaces, machinery, equipment and processes under each
person’s control are safe and without risk to health;
b. wearing required personal protective equipment;
c. using appropriate measures relating to chemical, physical and biological
substances and agents; and
d. following applicable emergency operating procedures.
4. Report work situations that he/she believes are not safe or healthy and remove
himself/herself from a work situation which he/she reasonably believes presents an
imminent and serious danger to his/her life or health;
5. Treat other people with respect, and not discriminate against specific groups such as
women, people with disabilities, migrant workers or children;
6. Not engage in Sexual Harassment, which means unwelcome sexual advances,
requests for sexual favors, and other verbal or physical conduct of a sexual nature
with other Contractor’s or Employer’s Personnel;
7. Not engage in Sexual Exploitation, which means any actual or attempted abuse of
position of vulnerability, differential power or trust, for sexual purposes, including, but
not limited to, profiting monetarily, socially or politically from the sexual exploitation of
another;
8. Not engage in Sexual Abuse, which means the actual or threatened physical
intrusion of a sexual nature, whether by force or under unequal or coercive
conditions;
9. Not engage in any form of sexual activity with individuals under the age of 18, except
in case of pre-existing marriage;
10. Complete relevant training courses that will be provided related to the environmental
and social aspects of the Contract, including on health and safety matters, and
Sexual Exploitation and Abuse (SEA), and Sexual Harassment (SH);
11. Report violations of this Code of Conduct; and
12. Not retaliate against any person who reports violations of this Code of Conduct,
whether to us or the Employer, or who makes use of the grievance mechanism for
Contractor’s Personnel or the project’s Grievance Redress Mechanism.
RAISING CONCERNS
If any person observes behavior that he/she believes may represent a violation of this Code
of Conduct, or that otherwise concerns him/her, he/she should raise the issue promptly. This
can be done in either of the following ways:

49 | P a g e
Section V- Tendering Forms

1. Contact [enter name of the Contractor’s Social Expert with relevant experience in
handling gender-based violence, or if such person is not required under the Contract,
another individual designated by the Contractor to handle these matters] in writing at
this address [ ] or by telephone at [ ] or in person at [ ]; or
2. Call [ ] to reach the Contractor’s hotline (if any) and leave a message.

The person’s identity will be kept confidential, unless reporting of allegations is mandated by
the country law. Anonymous complaints or allegations may also be submitted and will be
given all due and appropriate consideration. We take seriously all reports of possible
misconduct and will investigate and take appropriate action. We will provide warm referrals
to service providers that may help support the person who experienced the alleged incident,
as appropriate.

There will be no retaliation against any person who raises a concern in good faith about any
behavior prohibited by this Code of Conduct. Such retaliation would be a violation of this
Code of Conduct.

CONSEQUENCES OF VIOLATING THE CODE OF CONDUCT


Any violation of this Code of Conduct by Contractor’s Personnel may result in serious
consequences, up to and including termination and possible referral to legal authorities.

FOR CONTRACTOR’S PERSONNEL:

I have received a copy of this Code of Conduct written in a language that I comprehend. I
understand that if I have any questions about this Code of Conduct, I can contact [enter
name of Contractor’s contact person with relevant experience] requesting an explanation.

Name of Contractor’s Personnel: [insert name]

Signature: __________________________________________________________

Date: (day month year): _______________________________________________

Countersignature of authorized representative of the Contractor:


Signature: ________________________________________________________
Date: (day month year): ______________________________________________

ATTACHMENT 1: Behaviors constituting Sexual Exploitation and Abuse (SEA) and


behaviors constituting Sexual Harassment (SH)

50 | P a g e
Section V- Tendering Forms

ATTACHMENT 1 TO THE CODE OF CONDUCT FORM


BEHAVIORS CONSTITUTING SEXUAL EXPLOITATION AND ABUSE (SEA) AND
BEHAVIORS CONSTITUTING SEXUAL HARASSMENT (SH)
The following non-exhaustive list is intended to illustrate types of prohibited behaviors:
(1) Examples of sexual exploitation and abuse include, but are not limited to:
 A Contractor’s Personnel tells a member of the community that he/she can get them
jobs related to the work site (e.g. cooking and cleaning) in exchange for sex.
 A Contractor’s Personnel that is connecting electricity input to households says that
he can connect women headed households to the grid in exchange for sex.
 A Contractor’s Personnel rapes, or otherwise sexually assaults a member of the
community.
 A Contractor’s Personnel denies a person access to the Site unless he/she performs
a sexual favor.
 A Contractor’s Personnel tells a person applying for employment under the Contract
that he/she will only hire him/her if he/she has sex with him/her.
(2) Examples of sexual harassment in a work context
 Contractor’s Personnel comment on the appearance of another Contractor’s
Personnel (either positive or negative) and sexual desirability.
 When a Contractor’s Personnel complains about comments made by another
Contractor’s Personnel on his/her appearance, the other Contractor’s Personnel
comment that he/she is “asking for it” because of how he/she dresses.
 Unwelcome touching of a Contractor’s or Employer’s Personnel by another
Contractor’s Personnel.
 A Contractor’s Personnel tells another Contractor’s Personnel that he/she will get
him/her a salary raise, or promotion if he/she sends him/her naked photographs of
himself/herself.

51 | P a g e
Section V- Tendering Forms

Tenderer’s Qualification
To establish its qualifications to perform the contract in accordance with Section IV
(Qualification and Evaluation Criteria) the Tenderer shall provide the information requested
in the corresponding Information Sheets included hereunder

Form ELI -1.1: Tenderer Information Form


Date: _________________
Tender No. and Title: _________________
Page__________of _______________pages

Tenderer’s name
In case of Joint Venture (JVCA), name of each member:
Tenderer’s country of registration:
[indicate country of Constitution]
Tenderer’s year of incorporation:
Tenderer’s legal address:
Tenderer’s authorized representative information
Name: _____________________________________
Address: ___________________________________
Telephone/Fax numbers: _______________________
E-mail address: ______________________________
(d) Attached are copies of original documents of
 Articles of Incorporation (or equivalent documents of constitution or association), and/or
documents of registration of the legal entity named above, Income Tax Clearance and
Business Licence in accordance with ITT 3.1.
 In case of JVCA, letter of intent to form JVCA or JVCA agreement, in accordance with ITT
3.1.
 In case of Government-owned enterprise or institution, in accordance with ITT 3.9
documents establishing:
 Legal and financial autonomy
 Operation under commercial law
 Establishing that the Tenderer is not dependent agency of the Employer
2. Included are the organizational chart, a list of Board of Directors.

52 | P a g e
Section V- Tendering Forms

Form ELI -1.2: Information Form for JVCA Tenderers


(to be completed for each member of Joint Venture)
Date: _______________
Tender No. and Title: __________________
Page _______________ of ____________ pages

Tenderer’s Joint Venture name:

JVCA member’s name:

JVCA member’s country of registration:

JVCA member’s year of constitution:

JVCA member’s legal address in country of constitution:

JVCA member’s authorized representative information


Name: ____________________________________
Address: __________________________________
Telephone/Fax numbers: _____________________
E-mail address: _____________________________
(e) Attached are copies of original documents of
 Articles of Incorporation (or equivalent documents of constitution or association), and/or
registration documents of the legal entity named above, Income Tax Clearance and Business
Licence in accordance with ITT 3.1
 In case of a Government-owned enterprise or institution, documents establishing legal and
financial autonomy, operation in accordance with commercial law, and absence of
dependent status, in accordance with ITT 3.9.
2. Included are the organizational chart, a list of Board of Directors..

53 | P a g e
Section V- Tendering Forms

Form INTEG- UNDERTAKING BY TENDERER ON ANTI – BRIBERY POLICY /


CODE OF CONDUCT AND COMPLIANCE PROGRAMME

Each Tenderer must submit a statement, as part of the tender documents, in either of the
two given formats which must be signed personally by the Chief Executive Officer or other
appropriate senior corporate officer of the tendering company and, where relevant, of its
subsidiary in the United Republic of Tanzania. If a tender is submitted by a subsidiary, a
statement to this effect will also be required of the parent company, signed by its Chief
Executive Officer or other appropriate senior corporate officer.

MEMORANDUM (Format 1)

(Regulation 78(2) of the Public Procurement Regulations, 2013 - Government Notice


No. 446 of 2013 as amended in 2016.)

This company _____________________[name of company] places importance on


competitive tendering taking place on a basis that is free, fair, competitive and not open to
abuse. It is pleased to confirm that it will not offer or facilitate, directly or indirectly, any
improper inducement or reward to any public officer their relatives or business associates, in
connection with its tender, or in the subsequent performance of the contract if it is
successful.

This company has an Anti-Bribery Policy/Code of Conduct and a Compliance Program


which includes all reasonable steps necessary to assure that the No-bribery commitment
given in this statement will be complied with by its managers and employees, as well as by
all third parties working with this company on the public sector projects, or contract including
agents, consultants, consortium partners, sub- contractors and suppliers. Copies of our Anti-
Bribery Policy/Code of Conduct and Compliance Program are attached13.

Authorized Signature:

Name and Title of Signatory:

Name of Tenderer:

Address:

13Signingof this memorandum is not sufficient if it is not accompanied by the Anti-bribery Policy/Code
of Conduct and Compliance programme of the Tenderer. For tenders submitted by the JVCA each
member must submit its Anti-bribery Policy/Code of Conduct and Compliance programme

54 | P a g e
Section V- Tendering Forms

MEMORANDUM (Format 2)

(Regulation 78(2) of the Public Procurement Regulations, 2013 - Government Notice


No. 446 of 2013 as amended in 2016.)

This company _____________________[name of company] has issued, for the purposes of


this tender, a Compliance Program copy attached14 - which includes all reasonable steps
necessary to assure that the No-bribery commitment given in this statement will be complied
with by its managers and employees, as well as by all third parties working with this
company on the public sector projects or contract including agents, consultants, consortium
partners, subcontractors and suppliers.

Authorized Signature:

Name and Title of Signatory:

Name of Tenderer:

Address: _________________________________________________________

14
Signing of this memorandum is not sufficient if it is not accompanied by the Anti-bribery Policy/Code
of Conduct and Compliance programme of the Tenderer. For tenders submitted by the JVCA each
member must submit its Anti-bribery Policy/Code of Conduct and Compliance programme

55 | P a g e
Section V- Tendering Forms

Form CON – 2:
Historical Contract Non-Performance, Pending Litigation and
Litigation History, and Conformance to Statutory Requirements
Tenderer’s Name: ________________
Date: ______________________
Joint Venture Member’s Name_________________________
Tender No. and Title: : ___________________________
Page _______________of ______________pages

Non-Performed Contracts in accordance with Section IV, Qualification and Evaluation Criteria
Contract non-performance did not occur since 1st January [insert year] specified in Section IV,
Qualification and Evaluation Criteria, Sub-Factor 2.1.
Contract(s) not performed since 1st January [insert year] specified in Section IV, Qualification
and Evaluation Criteria, requirement 2.1
Year Non- Contract Identification Total Contract
performed Amount in TZS
portion of
contract
[insert [insert amount Contract Identification: [indicate complete contract [insert amount]
year] and percentage] name/ number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for nonperformance: [indicate main
reason(s)]
Pending Litigation, in accordance with Section IV, Qualification and Evaluation Criteria
No pending litigation in accordance with Section IV, Qualification and Evaluation Criteria, Sub-
Factor 2.3.
Pending litigation in accordance with Section IV, Qualification and Evaluation Criteria, Sub-
Factor 2.3 as indicated below.

56 | P a g e
Section V- Tendering Forms

Year of Amount in Contract Identification Total Contract


dispute dispute Amount
(currency)
Contract Identification:
Name of Employer:
Address of Employer:
Matter in dispute:
Party who initiated the dispute:
Status of dispute:

Litigation History in accordance with Section IV, Qualification and Evaluation Criteria
No Litigation History in accordance with Section IV, Qualification and Evaluation Criteria,
Sub-Factor 2.4.
Litigation History in accordance with Section IV, Qualification and Evaluation Criteria, Sub-
Factor 2.4 as indicated below.
Year of Outcome as Contract Identification Total Contract
award percentage of
Net Worth
[insert [insert percentage] Contract Identification: [indicate [insert amount]
year] complete contract name, number, and
any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert
street/city/country]
Matter in dispute: [indicate main issues
in dispute]
Party who initiated the dispute: [indicate
“Employer” or “Contractor”]
Reason(s) for Litigation and award
decision [indicate main reason(s)]

 Proof of Payment of Taxes since 1st January [insert year] specified in Section IV, Qualification
and Evaluation Criteria, Sub-Factor 2.5
Proof of Payment of Social Security Contributions since 1st January [insert year] specified in
Section IV, Qualification and Evaluation Criteria, Sub-Factor 2.5.
 No Consistent History of abuse of Employment Laws since 1st January [insert year] specified in
Section IV, Qualification and Evaluation Criteria, Sub-Factor 2.5.
Payment of Taxes [Provide certified evidence of Tax Clearance for the
previous Tax Period] Note: Should not be more than 15
months old.

57 | P a g e
Section V- Tendering Forms

Social Security Contributions [Provide a certified copy of Social Security Contributions for
the specified Period]
History of Employment Related 1. Provide a list and outcome of Labour Cases decided in
Cases the last two years by the Commission of Mediation and
Arbitration
2. [Provide a list of pending Labour Cases with the Labour
Commission of Mediation and Arbitration]

58 | P a g e
Section V- Tendering Forms

Form CCC: Current Contract Commitments / Works in


Progress

Tenderers and each partner to a JVCA should provide information on their current commitments on
all contracts that have been awarded, or for which a letter of intent or acceptance has been
received, or for contracts approaching completion, but for which an unqualified, full completion
certificate has yet to be issued.

Name of contract Employer, Value of Estimated Average monthly


contact outstanding work completion date invoicing over
address/tel/fax TZS last six months
(TZS/month)
1.

2.

3.

4.

5.

etc.

59 | P a g e
Section V- Tendering Forms

Form FIN – 3.1: Financial Situation and Performance


Tenderer’s Name: ________________
Date: ______________________
Joint Venture Member’s Name_________________________
Tender No. and Title: ___________________________
Page _______________of ______________pages

(f) Financial data

Type of Financial information Historic information for previous _________years,


in (amount in currency, currency, exchange rate, TZS)
(currency)

Year 1 Year 2 Year 3 Year4 Year 5

Statement of Financial Position (Information from Balance Sheet)

Total Assets (TA)

Total Liabilities (TL)

Total Equity/Net Worth (NW)

Current Assets (CA)

Current Liabilities (CL)

Working Capital (WC)

Information from Income Statement

Total Revenue (TR)

Profits Before Taxes (PBT)

Cash Flow Information

Cash Flow from Operating


Activities

60 | P a g e
Section V- Tendering Forms

2. Sources of Finance

Specify sources of finance to meet the cash flow requirements on works currently in
progress and for future contract commitments.

No. Source of finance Amount (TZS)

2. Financial documents

The Tenderer and its parties shall provide copies of financial statements for ___________years
pursuant Section IV, Evaluation and Qualifications Criteria, Sub-factor 3.3. The financial
statements shall:

(g) reflect the financial situation of the Tenderer or in case of JVCA member, and not an
affiliated entity (such as parent company or group member).

(h) be independently audited or certified in accordance with local legislation.

(i) be complete, including all notes to the financial statements.

(j) correspond to accounting periods already completed and audited.

 Attached are copies of financial statements15 for the ____________years required above;
and complying with the requirements

15
If the most recent set of financial statements is for a period earlier than 12 months from the date of tender,
the reason for this should be justified.

61 | P a g e
Section V- Tendering Forms

Form FIN – 3.2: Average Annual Construction Turnover

Tenderer’s Name: ________________


Date: ______________________
Joint Venture Member’s Name_________________________
Tender No. and Title: ___________________________
Page _______________of ______________pages

Annual turnover data (construction only)


Year Amount Exchange rate TZS equivalent
Currency
[indicate year] [insert amount and indicate
currency]

Average
Annual
Construction
Turnover *

* See Section IV, Qualification and Evaluation Criteria, Sub-Factor 3.2.

62 | P a g e
Section V- Tendering Forms

Form FIN – 3.3: Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of
credit, and other financial means, net of current commitments, available to meet the total
construction cash flow demands of the subject contract or contracts as specified in Section IV
(Qualification and Evaluation Criteria)

Source of financing Amount (TZS)


1.

2.

3.

4.

63 | P a g e
Section V- Tendering Forms

Form EXP – 4.1: General Construction Experience

Tenderer’s Name: ________________


Date: ______________________
Joint Venture Member’s Name_________________________
Tender No. and Title: ___________________________
Page _______________of ______________pages

Starting Ending Contract Identification Role of


Year Tenderer
Year

Contract name:____________________
Brief Description of the Works performed by
the Tenderer:
_____________________________
Amount of contract: ___________________
Name of Employer: ____________________
Address: _____________________________
Contract name:
_________________________
Brief Description of the Works performed by
the Tenderer:
_____________________________
Amount of contract: ___________________
Name of Employer: ___________________
Address: _________________________
Contract name: ________________________
Brief Description of the Works performed by
the Tenderer:
__________________________
Amount of contract: ___________________
Name of Employer: ___________________
Address: _________________________

64 | P a g e
Section V- Tendering Forms

Form EXP–4.2(a): Specific Construction and Contract


Management Experience
Tenderer’s Name: ________________
Date: ______________________
Joint Venture Member’s Name_________________________
Tender No. and Title: ___________________________
Page _______________of ______________pages
Similar Contract No. Information

Contract Identification
Award date
Completion date
For Non-completed Projects?
Role in Contract Member Management
Prime Sub-
in Contractor
Contractor contractor
 JVCA 


Total Contract Amount TZS*
If member in a JVCA or sub- *
contractor, specify participation in
total Contract amount
Employer's Name:
Address:
Telephone/fax number
E-mail:

65 | P a g e
Section V- Tendering Forms

Form EXP - 4.2(a) (cont.)


Specific Construction and Contract Management
Experience (cont.)
Similar Contract No. Information

Description of the similarity in accordance


with Sub-Factor 4.2(a) of Section IV:
1. Amount

2. Physical size of required works items

3. Complexity

4. Methods/Technology

5. Construction rate for key activities

6. Other Characteristics

66 | P a g e
Section V- Tendering Forms

Form EXP - 4.2(b): Construction Experience in Key


Activities
Tenderer’s Name: ________________
Date: ______________________
Joint Venture Member’s Name_________________________
Sub-contractor's Name16 (as per ITB 34.2 and 34.3): ________________

Tender No. and Title: ___________________________


Page _______________of ______________pages

Sub-contractor's Name (as per ITT 34.2 and 34.3): ________________


All Sub-contractors for key activities must complete the information in this form as per ITT
34.2 and 34.3 and Section IV, Qualification Criteria and Requirements, Sub-Factor 4.2.

1. Key Activity No One: ________________________

Information
Contract Identification
Award date
Completion date
Role in Contract Prime Member in Management Sub-
Contractor JVCA Contractor contractor
   

Total Contract Amount


TZS

Quantity (Volume, number or Total quantity in Percentage Actual


rate of production, as applicable) the contract participation Quantity
performed under the contract per (i) (ii) Performed
year or part of the year (i) x (ii)

Year 1
Year 2
Year 3
Year 4
Employer’s Name:

16
If applicable.

67 | P a g e
Section V- Tendering Forms

Address:

Telephone/fax number

E-mail:

Information

Employer’s Name:
Address:

Telephone/fax number

E-mail:

2. Activity No. Two


. …………………

Information

Description of the key activities in


accordance with Sub-Factor 4.2(b) of
Section IV:

68 | P a g e
Section V- Tendering Forms

Form EXP - 4.2(c): Specific Experience in Managing ES


aspects

[The following table shall be filled in for contracts performed by the


Tenderer, and each member of a JVCA]

Tenderer 's Name: ________________


Date: ___________________
Tenderer 's JVCA Member Name: __________________
Tender No. and title: _____________________
Page __________________of
________________pages

1. Key Requirement no 1 in accordance with 4.2 (c): ______________________

Contract Identification
Award date
Completion date
Role in Contract
Prime Member in Management
Subcontractor
Contractor JVCA Contractor

Total Contract Amount


TZS

Details of relevant experience

2. Key Requirement no 2 in accordance with 4.2 (c): ______________________


3. Key Requirement no 3 in accordance with 4.2 (c): ______________________

69 | P a g e
Section VI- Eligible Countries

SECTION VI: ELIGIBLE COUNTRIES

Tender No. and Title:

All countries are eligible except countries subject to the following provisions.

A country shall not be eligible if:

(a) as a matter of law or official regulation, the Government of Tanzania prohibits


commercial relations with that country, provided that the Government of Tanzania is
satisfied that such exclusion does not preclude effective competition for the
provision of goods or related services required; or

(b) by an act of compliance with a decision of the United Nations Security Council
taken under Chapter VII of the Charter of the United Nations, the Government of
Tanzania prohibits any import of goods from that country or any payments to
persons or entities in that country.

70 | P a g e
PART 2 - Procuring Entity’s Requirements
Section VII – Works Requirements

72 | P a g e
Section VII – Works Requirements

Specifications
A set of precise and clear Specifications is a prerequisite for Tenderers to respond
realistically and competitively to the requirements of the PE without qualifying or conditioning
their tenders. In the context of international competitive tendering, the Specifications must
be drafted to permit the widest possible competition and, at the same time, present a clear
statement of the required standards of workmanship, materials, and performance of the
goods and services to be procured. Only if this is done shall the objectives of economy,
efficiency, and fairness in procurement be realized, responsiveness of tenders be ensured,
and the subsequent task of Tender evaluation facilitated. The Specifications should require
that all goods and materials to be incorporated in the Works be new, unused, of the most
recent or current models, and incorporate all recent improvements in design and materials
unless provided otherwise in the Contract.

Samples of Specifications from previous similar projects - are useful in preparing


Specifications. The use of metric units is encouraged. Most Specifications are normally
written specially by the PE or Project Manager to suit the Contract Works in hand. There is
no standard set of Specifications for universal application in all sectors in all countries, but
there are established principles and practices, which are reflected in these documents.

There are considerable advantages in standardizing General Specifications for repetitive


Works in recognized public sectors, such as highways, ports, railways, urban housing,
irrigation, and water supply, in the same country or region where similar conditions prevail.
The General Specifications should cover all classes of workmanship, materials, and
equipment commonly involved in construction, although not necessarily to be used in a
particular Works Contract. Deletions or addendums should then adapt the General
Specifications to apply them to the particular Works.

Care must be taken in drafting Specifications to ensure that they are not restrictive. In the
Specifications of standards for goods, materials, and workmanship, recognized international
standards should be used as much as possible. Where other particular standards are used,
whether national standards or other standards, the Specifications should state that goods,
materials, and workmanship that meet other authoritative standards, and which ensure
substantially equal or higher quality than the standards mentioned, shall also be acceptable.
To that effect, the following sample clause may be inserted in the Special Conditions or
Specifications.

“Equivalency of Standards and Codes

Wherever reference is made in the Contract to specific standards and codes to be met by the
goods and materials to be furnished, and work performed or tested, the provisions of the
latest current edition or revision of the relevant standards and codes in effect shall apply,
unless otherwise expressly stated in the Contract. Where such standards and codes are
national, or relate to a particular country or region, other authoritative standards that ensure a
substantially equal or higher quality than the standards and codes specified shall be
accepted subject to the Project Manager’s prior review and written consent. Differences
between the standards specified and the proposed alternative standards shall be fully
described in writing by the Contractor and submitted to the Project Manager at least 28 days
prior to the date when the Contractor desires the Project Manager’s consent. In the event
the Project Manager determines that such proposed deviations do not ensure substantially
equal or higher quality, the Contractor shall comply with the standards specified in the
documents.”

These Notes for Preparing Specifications are intended only as information for the PE or the
person drafting the tendering documents. They should not be included in the final
documents.

73 | P a g e
Section VII – Works Requirements

Environmental, Social, Health and Safety Requirements


The Employer should include a suitably qualified Environmental and Social
specialist/s.
The Employer should attach or refer to the Employer’s environmental and social,
policies that will apply to the project. If these are not available, the Employer
should use the following guidance in drafting an appropriate policy for the Works.]
SUGGESTED CONTENT FOR AN ENVIRONMENTAL AND SOCIAL POLICY (STATEMENT)
The Works’ policy goal, as a minimum, should be stated to integrate
environmental protection, occupational and community health and safety, gender,
equality, child protection, vulnerable people (including those with disabilities),
sexual harassment, gender-based violence, Sexual Exploitation and Abuse
(SEA), HIV/AIDS awareness and prevention and wide stakeholder engagement
in the planning processes, programs, and activities of the parties involved in the
execution of the Works. The policy should set the frame for monitoring,
continuously improving processes and activities and for reporting on the
compliance with the policy.
The policy shall include a statement that, for the purpose of the policy and/or
code of conduct, the term “child” / “children” means any person(s) under the age
of 18 years.
The policy should, as far as possible, be brief but specific and explicit, and
measurable, to enable reporting of compliance with the policy in accordance with
the General Conditions of Contract.
As a minimum, the policy is set out to the commitments to:
1. apply good international industry practice to protect and conserve the
natural environment and to minimize unavoidable impacts;
2. provide and maintain a healthy and safe work environment and safe
systems of work;
3. protect the health and safety of local communities and users, with
particular concern for those who are disabled, elderly, or otherwise
vulnerable;
4. be intolerant of, and enforce disciplinary measures for illegal activities. To
be intolerant of, and enforce disciplinary measures for gender-based
violence, inhumane treatment, sexual exploitation, rape, sexual abuse,
sexual activity with children, and sexual harassment;
5. incorporate a gender perspective and provide an enabling environment
where women and men have equal opportunity to participate in, and
benefit from, planning and development of the Works;
6. work co-operatively, including with end users of the Works, relevant
authorities, contractors and local communities;
7. engage with and listen to affected persons and organizations and be
responsive to their concerns, with special regard for vulnerable, disabled,
and elderly people;

74 | P a g e
Section VII – Works Requirements

8. provide an environment that fosters the exchange of information, views,


and ideas that is free of any fear of retaliation, and protects
whistleblowers;
9. minimize the risk of communicable diseases and to mitigate the effects of
communicable diseases associated with the execution of the Works;
The policy should be signed by the senior manager of the Employer. This is to
signal the intent that it will be applied rigorously.

MINIMUM CONTENT OF ES REQUIREMENTS


In preparing detailed specifications for ES requirements, the specialists should
refer to and consider:
 project reports e.g. ESIA/ESMP
 consent/permit conditions
 required standards including Guidelines
 relevant international conventions or treaties etc., national legal and/or
regulatory requirements and standards (eg NEMC and OSHA Guidelines)
 relevant international standards e.g. TDFA Guidlines
 relevant sector standards
 grievance redress mechanism including types of grievances to be
recorded and how to protect confidentiality e.g. of those reporting
allegations of SEA.
 SEA prevention and management.
The detail specification for ES should, to the extent possible, describe the
intended outcome rather than the method of working.The ES requirements
should be prepared in manner that does not conflict with the relevant General
Conditions of Contract and Particular Conditions of Contract.
PAYMENT FOR ES REQUIREMENTS
The Employer’s ES and procurement specialists should consider how the
Contractor will cost the delivery of the ES requirements. In the majority of cases,
the payment for the delivery of ES requirements shall be a subsidiary obligation
of the Contractor covered under the prices quoted for other Bill of Quantity items
or activities. For example, normally the cost of implementing work place safe
systems of work, including the measures necessary for ensuring traffic safety,
shall be covered by the Tenderer’s rates for the relevant works. Alternatively,
provisional sums could be set aside for discrete activities for example for HIV
counselling service, and, and, GBV/SEA awareness and sensitization awareness
and sensitization or to encourage the contractor to deliver additional ES
outcomes beyond the requirement of the Contract.

75 | P a g e
Section VII – Works Requirements

Drawings
Insert here a list of Drawings. The actual Drawings, including site plans, should
be attached to this section or annexed in a separate folder.

76 | P a g e
Section VII – Works Requirements

Bills of Quantities

Objectives
The objectives of the Bill of Quantities are:
(a) to provide sufficient information on the quantities of Works to be performed to enable
tenders to be prepared efficiently and accurately; and
(b) when a Contract has been entered into, to provide a priced Bill of Quantities for use in
the periodic valuation of Works executed.
In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient
detail to distinguish between the different classes of Works, or between Works of the same nature
carried out in different locations or in other circumstances which may give rise to different
considerations of cost. Consistent with these requirements, the layout and contents of the Bill of
Quantities should be as simple and brief as possible.
Daywork Schedule
A Daywork Schedule should be included only if the probability of unforeseen work, outside the
items included in the Bill of Quantities, is high. To facilitate checking by the PE of the realism of
rates quoted by the Tenderers, the Daywork Schedule should normally comprise the following:
(a) A list of the various classes of labor, materials, and Construction Equipment for which
basic daywork rates or prices are to be inserted by the Tenderer, together with a
statement of the conditions under which the Contractor shall be paid for work
executed on a daywork basis.
(b) Nominal quantities for each item of daywork, to be priced by each Tenderer at
daywork rates as Tender. The rate to be entered by the Tenderer against each basic
daywork item should
Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by including a
provisional sum in the Summary Bill of Quantities. Similarly, a contingency allowance for possible
price increases should be provided as a provisional sum in the Summary priced Bill of Quantities.
The inclusion of such provisional sums often facilitates budgetary approval by avoiding the need
to request periodic supplementary approvals as the future need arises. Where such provisional
sums or contingency allowances are used, the Special Conditions of Contract should state the
manner in which they shall be used, and under whose authority (usually the Project Manager’s).

The estimated cost of specialized work to be carried out, or of special goods to be supplied, by
other contractors should be indicated in the relevant part of the Bill of Quantities as a particular
provisional sum with an appropriate brief description. A separate procurement procedure is
normally carried out by the PE to select such specialized contractors. To provide an element of
competition among the Tenderers in respect of any facilities, amenities, attendance, etc., to be
provided by the successful Tenderer as prime Contractor for the use and convenience of the
specialist contractors, each related provisional sum should be followed by an item in the Bill of
Quantities inviting the Tenderer to quote a sum for such amenities, facilities, attendance, etc.

These Notes for Preparing a Bill of Quantities are intended only as information for the PE or the
person drafting the Tendering Documents. They should not be included in the final documents.

77 | P a g e
Section VII – Works Requirements

1. Sample Bill of Quantities17


(Local Currency and Foreign Currency)

Item no. Description Unit Quantity Rate Amount

[To be entered by the Employer;


Delete if not applicable:] Provisional
sums for additional ES outcomes.

Total

17
In case of Lump-sum Contract, use Sample Activity Schedule.

78 | P a g e
Section VII – Works Requirements

Sample Activity Schedule


Item no. Description Unit Amount

[To be entered by the Employer;


Delete if not applicable:] Provisional
sums for additional ES outcomes

79 | P a g e
Section VII – Works Requirements

Supplementary Information

80 | P a g e
Section VIII – General Conditions of Contract

PART 3 – CONDITIONS OF CONTRACT AND


CONTRACT FORMS

81 | P a g e
Section VIII – General Conditions of Contract

SECTION VIII: GENERAL CONDITIONS OF


CONTRACT

The General Conditions of Contract to be used for this Tender


shall be the General Conditions of Contract for the Standard
Tender Document for Procurement of Small Works under
National Competitive Methods prepared by the Public
Procurement Regulatory Authority available on PPRA’s
Website www.ppra.go.tz

82 | P a g e
Section IX – Special Conditions of Contract

SECTION IX: SPECIAL CONDITIONS OF CONTRACT


The following Special Conditions of Contract (SCC) shall supplement the General
Conditions of Contract (GCC). Whenever there is a conflict between the GCC and
SCC, the provisions of the SCC herein shall prevail over those in the GCC. Except
where otherwise indicated, all SCC should be filled in by the Employer prior to
issuance of the Tendering Documents. Schedules and reports to be provided by
Employer should be annexed. The corresponding clause number of the GCC is indicated
in parentheses.
SCC. Condition GCC Data/Information to be Supplied
No Clause
A. General
1. Employer’s Name 1.1(a) The Employer is Rural water supply and
Sanitation Agency(RUWASA), Presented by
Regional Manager PWANI, P.O.Box 20306

2. Adjudicator’s Name 1.1(b) The Adjudicator is National Construction


Council (NCC),
(Baraza la Taifa la Ujenzi),
Office Accommodation Scheme, 9th floor,
Azikiwe Street,
P. O. Box 70039,
Dar es salaam,
TANZANIA.
3. Defects Liability Period 1.1(p) The Defects Liability Period is 365 days.

4. Project Manager’s Name 1.1(y) The Project Manager is To be appointed by


Accounting Officer.

5. Description of Works 1.1(r) The Works consist of Construction of


MIZEMBWE water supply project phase II
at Mheza District detailed in “Measured
Works” in the Bills of Quantities

6. Project Start Date 1.1 The Project Start Date shall be Within two weeks
After Official Granted of VAT Exemption for this
project.

7. Project Completion Date 1.1(v) The Intended Completion Date for the whole of the
Works shall be 180 days (24) calendar weeks (as
inserted by the Bidder and agreed upon in the
Tender Evaluation) to be calculated from the
“start date”

8. Site Area 1.1(ee) The Site is located at Mizembwe Villages and is


defined in drawings No: As shown in the “Bid
Form”.
9. Sectional Completion of 2.2 Indicate whether sectional completion is specified
the Works not specified.

10 Other Documents 2.3(j) List other documents that form part of the contract
Forming the Contract if any:
Not Applicable

83 | P a g e
Section IX – Special Conditions of Contract

11. Conditions Precedent 3.1 Conditions Precedent to Contract Effectiveness


Not Applicable

12. Language of Contract 4.1 The language of the Contract documents is


English.
13. Law of Contract 4.1 The law that applies to the Contract is the Laws of
Tanzania.

14. Delegation by Project 7.1 Delegation by Project Manager not applicable


Manager
15. Address for 8.1 Address for communication
Communications Employer P.O.Box 20306, Pwani
Contractor To inserted after award
Project Manager to be appointed

16. Schedule of Other 12.1 Include the Schedule of Other Contractors, if any.
Contractors Not Applicable
17. Schedule of Key 13.1 Include the Schedule of Key Personnel.
Personnel Position Total In similar
experien works(Years)
ce(years)

Project 5 5
Manager
Site agent 3 2
/Site
Engineer
Surveyor 3 2
Plumbing 5 3
technician
Electrome 5 3
chanical
Technicia
n
Masonry 5 5
Technicia
n-storage
tanks
constructi
on
18. Minimum 17.1 The minimum insurance covers shall be:
Insurance covers a) loss of or damage to the Works, Plant, and
Materials 2,500,000.00;
b) loss of or damage to Equipment
2,500,000.00;
c) loss of or damage to property (except the
Works, Plant, Materials, and Equipment) in
connection with the Contract 2,500,000.00
and
d) personal injury or death 2,500,000.00.

84 | P a g e
Section IX – Special Conditions of Contract

19. Site Investigation Reports 18.1 Site Investigation Reports available to the Tenderer
are:
Not Applicable

20. Tax Payment Status 25.1 Unless otherwise state tax payment status Not
Applicable

21. HIV Aids Awareness 26.4 The other measures include:


Programme a) Minimizing the number of migrant workers
employed on the project and household in
the site camp

b) Providing access to voluntary counseling


and testing (VCT)

c) Providing psychological support and health


care including prevention and treatment of
opportunistic infections for workers infected
and affected, as well as their families

d) Providing condoms (male and female) to


workers
22. Site Possession Date 28.1 The Site Possession Date shall be Within four
weeks after official notification by client of
acceptance of the Bid

23 Adjudicator’s Name 31.2 Name of the Adjudicator:…: National


Construction Council Headquarters,
Office Accommodation Scheme, 9th floor,
Azikiwe Street,
P. O. Box 70039,
Dar es salaam, Or

At any other venue selected and agreed by the


Client, Contractor and the Arbitrator

24. Time for Referring the 31.2 Time frame to refer matter to the Adjudicator:
Matter for Adjudication seven (7) Days

25. Timeframe for Reference 32.2 Within …. seven (7) days any Party, if
to Arbitration dissatisfied with the Adjudicator’s decision may
refer the dispute to the arbitrator.

NB: If either party has not referred the matter for


arbitration within number of days mention in this
Clause, the decision of the Adjudicator shall
become final and binding to the Parties.

26. Place of Arbitration 32.3 Arbitration will take place at Any other venue
selected and agreed by the Client, Contractor
and the Arbitrator. in accordance with rules and
regulations published by National Construction
Council (NCC) of Tanzania using As per NCC
reimbursable expenses.

27. Responsibility for Site 35.1 Insert if the Contractor is responsible for Site
Security Security

OR

85 | P a g e
Section IX – Special Conditions of Contract

Name of the responsible person for the security of


the site is: … the Contractor is responsible

B. Time control
28. Time for Submission of 36.1 The Contractor shall Submit a Program for the
Works Programme Works within Fourteen [14] days of delivery of
the Letter of Acceptance.

30. Period for Programme 36.2 The period between program updates is seven [7]
Update days.

31. Penalty for Failure to 36.2 The amount to be withheld by the Project Manager
Update Programme in the case the contractor does not submit an
updated program is: 10% of the amount of the
value certified.

32. Environmental and Social 36.5 The Contractor shall be required to submit ES
(ES) Progess Report Progress Report

33. Reporting Incidents of ES 36.6 The Contractor shall be required to Report


Violation Incidents of ES Violation

C. Quality Control
34. Defects Liability Period 44.1 The Defects Liability Period is 365 days.

D. Cost Control
35. Minimum Amount of 52.7 Minimum Amount of Interim Payment Certificate
Interim Payment will be 15% of contract price up to a scope of
Certificate 75% of the progress of work

36. Currency of Payment 54.1 The currency of payment shall be Tanzania


shillings (Tshs.)

37. Other Compensation 55.1(l) Mention other compensation events (if any)
Events Not Applicable
38. Price Adjustment 57.1 The contract “is not” subject to price adjustment.

39. Limit of Retention 58.1 Limit of retention will be five percent (5%) of
contract price.

40. Amount of Retention 58.1 The amount of retention is ten percent (10%) of
value of works of Interim Payment Certificate’.

41. Retention Money 58.3 Retention Money Security shall be in the Format
Guarantee provided in Section X: Contract Forms
42. Amount of Liquidated 59.1 The amount of liquidated damages is 0.1 percent
Damages of contract price per day.
43. Maximum Amount of 59.1 The maximum amount of liquidated damages must
Liquidated Damages be equivalent to the amount of the performance
security Ten percent (10%).

44. Bonus for early 60.1 The bonus for early completion is ZERO.
completion

86 | P a g e
Section IX – Special Conditions of Contract

45.. Amount for Advance 61.1 The amount of advance payment shall fifteen
Payment (15%) per cent of the contract sum payable by not
later than 28 days upon submission of
unconditional Advance Payment Bank Guarantee.

46. Performance Security/ 62.1


Performance Securing The amount of Performance Security shall be.
Declaration. security bond the amount shall be 15% of the
contract price

47. Environmental and Social 62.1 An Environmental and Social (ES) Performance
Performance Security Security ‘shall not be provided to the Employer.

E. Discharge of Contract
48. Time for Handover of Site 66.1 Contractor shall handover the site and the works to
the Employer within 30 days after Certificate of
Completion is issued
49. Handover of As- built 68.1 As built drawings shall be supplied by the
Drawings and Operating contractor by. Four weeks upon request by the
Manuals Project Manager or before the end of period of
final measurement as agreed

50. Amount to be Withheld for 68.2 The amount to be withheld by the Project Manager
Failure to Submit As-Built in the case the contractor does not submit as built
Drawings and Operating drawings is: Tsh. 5,000,000.00.
Manuals
The amount to be withheld by the Project Manager
in the case the contractor does not submit
operating manuals is: Not Applicable.

51. Number of Days for 69.2(f) Number of days for which the maximum amount of
Maximum Liquidated liquidated damages can be paid is 100 days.
Damage to be Paid

52. Percentage to Apply the 70.1 The percentage to apply to the value of the work
Value of Work not not completed, representing the Employer's
Completed at Time of additional cost for completing the Works, is
Termination for Default Twenty percent (20%).

87 | P a g e
Section X – Contract Forms

SECTION X: CONTRACT FORMS

This Section contains forms which, once completed, will form part of
the Contract. The forms for Performance Security and Advance
Payment Security, when required, shall only be completed by the
successful Tenderer after contract award.

The Contract Forms to be used for this Tender shall be the Contract
Forms- Section X of the Standard Tender Document for
Procurement of Small Works under National Competitive Methods
prepared by the Public Procurement Regulatory Authority available
on PPRA’s Website www.ppra.go.tz.

88 | P a g e

You might also like