Welcome to AFD/dgMarket


Recherche
Recherche Avancée

PROVISION OF CONSULTANCY SERVICES FOR CONDUCTING BUSINESS IMPACT TO ENABLE INSTALLATION FIRE HYDRANT, DELUGE AND FIRE DETECTION AND SUPPRESSION SYSTEMS AND REACTIVE POWER COMPENSATION STUDY FOR TANESCO’S GRID NETWORK INCLUDING SAPP AND EAPP UNDER TANZANIA – ZAMBIA TRANSMISSION INTERCONNECTOR PROJECT (TAZA) (EXPIRED)

Appel à Manifestation d'Intérêt

Informations générales

Pays:   Tanzanie
Ville/Localité:   Dar es salaam
Numéro de l'avis/du contrat:   PA/001/2022-23/HQ/C/19
Date de publication:   Dec 29, 2022
Date limite (heure locale):   Février 14, 2023 - 10:30
Agence de financement:   Agence Française de Développement - Agence de Financement
Acheteur:   TANZANIA - Tanzania Electric Supply Company Limited
Eligibilité des Soumissionaires:   UNITED REPUBLIC OF TANZANIA
TANZANIA ELECTRIC SUPPLY COMPANY LIMITED (TANESCO)



REQUEST FOR EXPRESSIONS OF INTEREST FOR CONSULTING SERVICES

Country: TANZANIA, UNITED REPUBLIC OF
Name of Project: TANZANIA – ZAMBIA TRANSMISSION INTERCONNECTOR PROJECT (TAZA)
Practice Area: ENERGY AND EXTRACTIVES SPECIFIC PROCUREMENT NOTICE
Credit No.: CTZ 1038 01 T
Project ID No.: P163752
Assignment Title: PROVISION OF CONSULTANCY SERVICES FOR CONDUCTING BUSINESS IMPACT TO ENABLE INSTALLATION FIRE HYDRANT, DELUGE AND FIRE DETECTION AND SUPPRESSION SYSTEMS AND REACTIVE POWER COMPENSATION STUDY FOR TANESCO’S GRID NETWORK INCLUDING SAPP AND EAPP UNDER TANZANIA – ZAMBIA TRANSMISSION INTERCONNECTOR PROJECT (TAZA).

Tender No.: PA/001/2022-23/HQ/C/19


Issue Date: 29th December, 2022


1. The Government of the United Republic of Tanzania through Tanzania Electric Supply Company Limited (TANESCO), has received financing from the AFD towards the cost of consultancy services for conducting business impact to enable installation of fire hydrant, deluge and fire detection and suppression systems; and reactive power compensation study for TANESCO’s grid network including SAPP and EAPP under Tanzania – Zambia Transmission Interconnector Project (TAZA) and intends to apply part of the proceeds for consulting services herein.

2. The consulting services (“the Services”) include but not limited to the following: -
2.1. Assignment I: Deluge, Fire Detection and Suppression Systems;
(a) To conduct site visits to (10) selected grid substations and take all necessary details and requirements (measurements) for designing purpose. The consultant shall provide transport for his own staff during the entire period of the assignment.
(b) Prepare a final report including detailed engineering design and technical specifications for selected solution of Deluge system per power transformers, Fire detection and suppression system for Control building and fire hydrant system to the selected grid substations.
(c) Seek approval of the design from Commissioner of M/s Fire and Rescue Force as pre-legal requirements.
(d) Prepare draft bid document based on the designed solution.

2.2. Assignment II: This is divided into two parts;
(a) Part I: Provide Engineering Design Services and Procurement Support to TANESCO; and
(b) Part II: Supervision of installation and general project management of the reactive power compensation.

It is envisaged the scope of the consulting services to be conducted in 2 phases as outlined below: -
Assignment-1: Lump sum Contract
This assignment will take place over a period of 12 weeks and will cover all activities outlined above (under paragraph 2(a) – (d)).
Assignment-2: Lump Sum Contract and Time Based Contract
This assignment will take place over a period of twenty-two (22) calendar months excluding defect liability period. Part I will be under Lump Sum Contract whereas Part II will be under Time Based Contract.

3. The detailed Terms of Reference (TOR) for this assignment is available on TANESCO website through link: https://tanesco.co.tz/index.php/procurement/current-tenders?own=0. You are advised to notify the Client in writing to the address provided in Paragraph 9 that you intending to submit the Expression of Interest (EOI) if at all you are intending to do so, as promptly as possible, after having accessed this Request for Expression of Interest (REOI) for Client’s reference, record and direct communication of Clarification Responses and/ or Addendums.
4. TANESCO now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the services as per the following guidance: -
The shortlisting criteria are: -
(a) Core business and years in business (submit Certificate of Incorporation of the firm and the Company Profile);
(b) Relevant similar experience which should specifically include: -
(i) Experience of at least ten (10) years in the field of Energy and Power providing consultancy services of similar nature in fire system studies and solutions.
(ii) Experience in consultancy services related to reactive power compensation study and capacity building having executed two (2) or more similar assignments in transmission system with voltage level of 220kV and above.
Note: The consultant shall prepare a Table Summary with the following information for completed reactive power compensation study with voltage level of at least 220kV within the last ten (10) years or so: (i) Project Name; (ii) Contract Number; (iii) Contract Value; (iv) Contract Signing Date; (v) Original Completion Date; (vi) Actual Completion Date and reasons if the completion date was delayed; (vii) Voltage Level of the Project; (viii) Route Length/Substation type (AIS or GIS); (ix) Country(ies) where the project is located; (x) Client’s Name; (xi) Client’s Address; (xii) Project Financier; and (xiii) Brief Description of the Scope Performed. If in the submitted experience the Firm participated as partnership/association/consortium in the Form of JV or Lead Firm or Sub-consultant, please state the role performed in that association (Lead Firm, JV or Sub-Consultant) and the details of scope executed. The higher the number of completed projects including their complexity shall enhance the shortlisting of the firm for submission of proposals. The Firm shall not use the Managerial Capability nor the Technical Capability of the Affiliate Member to enhance its qualification.
(iii) Experience in procurement of Contractors and Management, Supervision, Testing and Commissioning of the reactive power compensators and conducting capacity building.
(iv) Demonstration of experience of working in similar conditions, specifically in developing countries.
(c) Demonstration of technical and managerial capability of the firm (provide only the entire Structure of the Organization/Firm, Organization Structure specific for this assignment, general qualifications, relevant number of key-staff, and list of completed projects accompanied with completion certificates and other relevant details in the form advised under Paragraph 4(b)(ii) hereinabove). Please, do not provide the Curriculum Vitae (CV) of key staff at this shortlisting stage, as the CV of Key Experts will not be evaluated at shortlisting stage.

5. The attention of interested Consultants is drawn to article 1.3.3 of the AFD’s Procurement Regulations October 2019 (Guidelines for the Procurement of AFD-Financed Contracts in Foreign Countries – V7) setting forth the AFD’s policy on conflict of interest and unfair competitive advantage. Firm intending to submit an expression of interest should not have a conflict of interest and unfair competitive advantage as per AFD’s Procurement Regulations.

6. Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. Therefore, each member of JV must independently meet the requirements of the shortlisting criteria, therefore, shall be evaluated independently. In case one or both JV partners not meeting the shortlisting criteria stipulated under Paragraph 4 herein, then both JV partners shall forthwith be disqualified at this shortlisting stage. The maximum number of members in a JV is two (2). The Technical and Managerial Capability of the Sub-Consultant shall not be evaluated to enhance the qualification of the Applicant.

7. A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the AFD’s Procurement Regulations.

8. Further information can be obtained at the address below during office hours 08:00 Hours up to 1700 Hours East African Time on Monday to Friday inclusive except on public holidays:
Secretary TANESCO Tender Board
TANESCO Office,
Third Floor, Room No. A 305,
Umeme Park Building,
Morogoro Road, Ubungo Area
P.O. Box 9024,
Dar es Salaam.
TANZANIA.
Email: sec.tenderboard@tanesco.co.tz;
Copy: pmuprojects@taneco.co.tz

9. For notification of intention to submit EOI and clarification purposes, the Client's address is:
Secretary TANESCO Tender Board,
P. O. Box 9024,
Dar es Salaam – Tanzania
Attn.: Rehema O. Shabani,
Address: Morogoro Road, Ubungo Area,
Umeme Park Building, 3rd Floor, Room No. A305.
City: Dar Es Salaam
Country: TANZANIA
Telephone: +255 222 210 231/232
Email: sec.tenderboard@tanesco.co.tz

Must copy the following:
PMU Projects: pmuprojects@tanesco.co.tz
Mr. Elias J. Makunga, elias.makunga@tanesco.co.tz
Mr. Timothy Mgaya, timoth.mgaya@tanesco.co.tz
Mr. David D. Mrema, david.mrema@tanesco.co.tz
Mr. David C. Kapongo, david.kapongo@tanesco.co.tz
Mr. Raymond Mbaga, raymond.mbaga@tanesco.co.tz
Mr. Abdallah Awadh, abdallah.awadh@tanesco.co.tz

Note: The Deadline for Submission of Clarification Queries is 03rd February, 2023

10. The clarifications response and/ or addendums shall be direct communicated to Interested Applicants that have notified the Client as per instructions provided in Paragraph 3, and also shall be posted on TANESCO Website: https://tanesco.co.tz/index.php/procurement/current-tenders?own=0 for all interested firms to comply.

11. Expressions of interest must be submitted in a clearly marked envelopes and delivered to the following address (in personal or by e-mail through address: taza.consulting@tanesco.co.tz) on or before Tuesday, 14th February, 2023 at 10:30 Hours East African Time: In addition to the original hard copy, the number of copies to be submitted with the EoI is: Two (2) hard copies and three (3) soft copies in separate USB Flash drives in read only format. Any discrepancies between the original and the copy/ or copies, the original document shall prevail, in the EoI, please, clearly state the Name of the Consulting Firm, the Physical Address, Postal Address, Valid E-mail Address, Website and Telephone Numbers. In case of association/ partnership/ consortium please, state clearly if is a Joint Venture (JV) partnership/association/consortium or is a Lead Firm with other partner/associate/consortium member(s) as Sub-consultant(s). For any partnership/association/consortium each member must provide full details of its addresses as directed hereinabove. In case of electronic submission, the original document must find TANESCO office not more than seven (7) days from Application Submission Deadline. Any late submissions (in person or by e-mail) shall be rejected.

Secretary TANESCO Tender Board
TANESCO Office,
Ground Floor, Room No. G 04,
Umeme Park Building,
Morogoro Road, Ubungo Area
P.O. Box 9024,
Dar es Salaam.
Tanzania.
Email: (taza.consulting@tanesco.co.tz)

MANAGING DIRECTOR
TANZANIA ELECTRIC SUPPLY COMPANY LTD
Langue d'origine:   Anglais

Contact

Adresse :   Zua Mgweno
Manager Procurement Generations and Operations
Tanzania Electric Supply Company Limited
P.O. Box 9024
Dar es Salaam
Dar es Salaam, Dar es salaam +255
Tanzanie
Téléphone:   +255 754 455 744
Fax:   -
Adresse électronique :   zua.mgweno@tanesco.co.tz
Site Web:   http://www.tanesco.co.tz

Missions

 

Texte original

UNITED REPUBLIC OF TANZANIA
TANZANIA ELECTRIC SUPPLY COMPANY LIMITED (TANESCO)



REQUEST FOR EXPRESSIONS OF INTEREST FOR CONSULTING SERVICES

Country: TANZANIA, UNITED REPUBLIC OF
Name of Project: TANZANIA – ZAMBIA TRANSMISSION INTERCONNECTOR PROJECT (TAZA)
Practice Area: ENERGY AND EXTRACTIVES SPECIFIC PROCUREMENT NOTICE
Credit No.: CTZ 1038 01 T
Project ID No.: P163752
Assignment Title: PROVISION OF CONSULTANCY SERVICES FOR CONDUCTING BUSINESS IMPACT TO ENABLE INSTALLATION FIRE HYDRANT, DELUGE AND FIRE DETECTION AND SUPPRESSION SYSTEMS AND REACTIVE POWER COMPENSATION STUDY FOR TANESCO’S GRID NETWORK INCLUDING SAPP AND EAPP UNDER TANZANIA – ZAMBIA TRANSMISSION INTERCONNECTOR PROJECT (TAZA).

Tender No.: PA/001/2022-23/HQ/C/19


Issue Date: 29th December, 2022


1. The Government of the United Republic of Tanzania through Tanzania Electric Supply Company Limited (TANESCO), has received financing from the AFD towards the cost of consultancy services for conducting business impact to enable installation of fire hydrant, deluge and fire detection and suppression systems; and reactive power compensation study for TANESCO’s grid network including SAPP and EAPP under Tanzania – Zambia Transmission Interconnector Project (TAZA) and intends to apply part of the proceeds for consulting services herein.

2. The consulting services (“the Services”) include but not limited to the following: -
2.1. Assignment I: Deluge, Fire Detection and Suppression Systems;
(a) To conduct site visits to (10) selected grid substations and take all necessary details and requirements (measurements) for designing purpose. The consultant shall provide transport for his own staff during the entire period of the assignment.
(b) Prepare a final report including detailed engineering design and technical specifications for selected solution of Deluge system per power transformers, Fire detection and suppression system for Control building and fire hydrant system to the selected grid substations.
(c) Seek approval of the design from Commissioner of M/s Fire and Rescue Force as pre-legal requirements.
(d) Prepare draft bid document based on the designed solution.

2.2. Assignment II: This is divided into two parts;
(a) Part I: Provide Engineering Design Services and Procurement Support to TANESCO; and
(b) Part II: Supervision of installation and general project management of the reactive power compensation.

It is envisaged the scope of the consulting services to be conducted in 2 phases as outlined below: -
Assignment-1: Lump sum Contract
This assignment will take place over a period of 12 weeks and will cover all activities outlined above (under paragraph 2(a) – (d)).
Assignment-2: Lump Sum Contract and Time Based Contract
This assignment will take place over a period of twenty-two (22) calendar months excluding defect liability period. Part I will be under Lump Sum Contract whereas Part II will be under Time Based Contract.

3. The detailed Terms of Reference (TOR) for this assignment is available on TANESCO website through link: https://tanesco.co.tz/index.php/procurement/current-tenders?own=0. You are advised to notify the Client in writing to the address provided in Paragraph 9 that you intending to submit the Expression of Interest (EOI) if at all you are intending to do so, as promptly as possible, after having accessed this Request for Expression of Interest (REOI) for Client’s reference, record and direct communication of Clarification Responses and/ or Addendums.
4. TANESCO now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the services as per the following guidance: -
The shortlisting criteria are: -
(a) Core business and years in business (submit Certificate of Incorporation of the firm and the Company Profile);
(b) Relevant similar experience which should specifically include: -
(i) Experience of at least ten (10) years in the field of Energy and Power providing consultancy services of similar nature in fire system studies and solutions.
(ii) Experience in consultancy services related to reactive power compensation study and capacity building having executed two (2) or more similar assignments in transmission system with voltage level of 220kV and above.
Note: The consultant shall prepare a Table Summary with the following information for completed reactive power compensation study with voltage level of at least 220kV within the last ten (10) years or so: (i) Project Name; (ii) Contract Number; (iii) Contract Value; (iv) Contract Signing Date; (v) Original Completion Date; (vi) Actual Completion Date and reasons if the completion date was delayed; (vii) Voltage Level of the Project; (viii) Route Length/Substation type (AIS or GIS); (ix) Country(ies) where the project is located; (x) Client’s Name; (xi) Client’s Address; (xii) Project Financier; and (xiii) Brief Description of the Scope Performed. If in the submitted experience the Firm participated as partnership/association/consortium in the Form of JV or Lead Firm or Sub-consultant, please state the role performed in that association (Lead Firm, JV or Sub-Consultant) and the details of scope executed. The higher the number of completed projects including their complexity shall enhance the shortlisting of the firm for submission of proposals. The Firm shall not use the Managerial Capability nor the Technical Capability of the Affiliate Member to enhance its qualification.
(iii) Experience in procurement of Contractors and Management, Supervision, Testing and Commissioning of the reactive power compensators and conducting capacity building.
(iv) Demonstration of experience of working in similar conditions, specifically in developing countries.
(c) Demonstration of technical and managerial capability of the firm (provide only the entire Structure of the Organization/Firm, Organization Structure specific for this assignment, general qualifications, relevant number of key-staff, and list of completed projects accompanied with completion certificates and other relevant details in the form advised under Paragraph 4(b)(ii) hereinabove). Please, do not provide the Curriculum Vitae (CV) of key staff at this shortlisting stage, as the CV of Key Experts will not be evaluated at shortlisting stage.

5. The attention of interested Consultants is drawn to article 1.3.3 of the AFD’s Procurement Regulations October 2019 (Guidelines for the Procurement of AFD-Financed Contracts in Foreign Countries – V7) setting forth the AFD’s policy on conflict of interest and unfair competitive advantage. Firm intending to submit an expression of interest should not have a conflict of interest and unfair competitive advantage as per AFD’s Procurement Regulations.

6. Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. Therefore, each member of JV must independently meet the requirements of the shortlisting criteria, therefore, shall be evaluated independently. In case one or both JV partners not meeting the shortlisting criteria stipulated under Paragraph 4 herein, then both JV partners shall forthwith be disqualified at this shortlisting stage. The maximum number of members in a JV is two (2). The Technical and Managerial Capability of the Sub-Consultant shall not be evaluated to enhance the qualification of the Applicant.

7. A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the AFD’s Procurement Regulations.

8. Further information can be obtained at the address below during office hours 08:00 Hours up to 1700 Hours East African Time on Monday to Friday inclusive except on public holidays:
Secretary TANESCO Tender Board
TANESCO Office,
Third Floor, Room No. A 305,
Umeme Park Building,
Morogoro Road, Ubungo Area
P.O. Box 9024,
Dar es Salaam.
TANZANIA.
Email: sec.tenderboard@tanesco.co.tz;
Copy: pmuprojects@taneco.co.tz

9. For notification of intention to submit EOI and clarification purposes, the Client's address is:
Secretary TANESCO Tender Board,
P. O. Box 9024,
Dar es Salaam – Tanzania
Attn.: Rehema O. Shabani,
Address: Morogoro Road, Ubungo Area,
Umeme Park Building, 3rd Floor, Room No. A305.
City: Dar Es Salaam
Country: TANZANIA
Telephone: +255 222 210 231/232
Email: sec.tenderboard@tanesco.co.tz

Must copy the following:
PMU Projects: pmuprojects@tanesco.co.tz
Mr. Elias J. Makunga, elias.makunga@tanesco.co.tz
Mr. Timothy Mgaya, timoth.mgaya@tanesco.co.tz
Mr. David D. Mrema, david.mrema@tanesco.co.tz
Mr. David C. Kapongo, david.kapongo@tanesco.co.tz
Mr. Raymond Mbaga, raymond.mbaga@tanesco.co.tz
Mr. Abdallah Awadh, abdallah.awadh@tanesco.co.tz

Note: The Deadline for Submission of Clarification Queries is 03rd February, 2023

10. The clarifications response and/ or addendums shall be direct communicated to Interested Applicants that have notified the Client as per instructions provided in Paragraph 3, and also shall be posted on TANESCO Website: https://tanesco.co.tz/index.php/procurement/current-tenders?own=0 for all interested firms to comply.

11. Expressions of interest must be submitted in a clearly marked envelopes and delivered to the following address (in personal or by e-mail through address: taza.consulting@tanesco.co.tz) on or before Tuesday, 14th February, 2023 at 10:30 Hours East African Time: In addition to the original hard copy, the number of copies to be submitted with the EoI is: Two (2) hard copies and three (3) soft copies in separate USB Flash drives in read only format. Any discrepancies between the original and the copy/ or copies, the original document shall prevail, in the EoI, please, clearly state the Name of the Consulting Firm, the Physical Address, Postal Address, Valid E-mail Address, Website and Telephone Numbers. In case of association/ partnership/ consortium please, state clearly if is a Joint Venture (JV) partnership/association/consortium or is a Lead Firm with other partner/associate/consortium member(s) as Sub-consultant(s). For any partnership/association/consortium each member must provide full details of its addresses as directed hereinabove. In case of electronic submission, the original document must find TANESCO office not more than seven (7) days from Application Submission Deadline. Any late submissions (in person or by e-mail) shall be rejected.

Secretary TANESCO Tender Board
TANESCO Office,
Ground Floor, Room No. G 04,
Umeme Park Building,
Morogoro Road, Ubungo Area
P.O. Box 9024,
Dar es Salaam.
Tanzania.
Email: (taza.consulting@tanesco.co.tz)

MANAGING DIRECTOR
TANZANIA ELECTRIC SUPPLY COMPANY LTD


More information: Cliquez ici
Veuillez noter que cet avis est pour information seulement.
Nous nous efforçons de fournir des informations les plus exactes et mises à jour mais nous ne pouvons pas garantir que toutes les informations fournies sur notre site ne contiennent pas d'erreur.
Si vous avez des suggestions/corrections pour cet avis, n'hésitez pas à nous en informer.