Consultancy Services for the Review and Supervision of the Construction of the Proposed Lecture Theater at Feta Mikindani Campus in Mtwara Region

Quality And Cost-Based Selection

Tanzania

AI Tenders **cliquez sur le + pour accéder au chat IA et poser vos questions **
Avatar
Moussa
Expert en appels d'offres
Bonjour de l’entreprise , je m’appelle Moussa. Je peux vous aider à analyser cet appel d’offres, identifier les points importants et préparer votre réponse. Quelle est votre question ?
 
 
Imprimer cette publication

Résumé :

Tanzania — Tanzania Scaling-up Sustainable Marine Fisheries and Aquaculture Management Project (TASFAM) — Échéance : 08/05/2026

Consultancy Services for the Review and Supervision of the Construction of the Proposed Lecture Theater at Feta Mikindani Campus in Mtwara Region

Résumé de l’avis Banque mondiale

Source Banque mondiale
Référence WB-OP00442446
ID Banque mondiale OP00442446
Référence appel TZ-MLF-526523-CS-QCBS
Pays Tanzania
Projet Tanzania Scaling-up Sustainable Marine Fisheries and Aquaculture Management Project (TASFAM)
ID projet P179969
Grand secteur À classer
Secteur d’activité À classer
Codes secteurs
Organisme / contact Ministry of Livestock and Fisheries
Type d’avis Request for Expression of Interest
Statut Published
Méthode de passation Quality And Cost-Based Selection
Date de publication 02/05/2026
Date d’échéance 08/05/2026
Catégorie Consultations


Voir l’avis officiel Banque mondiale


Description complète

THE UNITED REPUBLIC OF TANZANIA

 

MINISTRY OF LIVESTOCK AND FISHERIES – TASFAM

 

 
   

 

 

 

 

 

 

REQUEST FOR EXPRESSION OF INTEREST (CONSULTING SERVICES  FIRMS SELECTION)

 

 

 

 

REF. NO.: TR99/TASFAM/P179969/2025/2026/C/10; TZ-MLF-526523-CS-QCBS FOR

PROPOSAL DESCRIPTION: Consultancy Services for the Review and Supervision of the Construction of the Proposed Lecture Theater at FETA Mikindani Campus in Mtwara Region

 

 

 

 

 

 

 

01/05/2026

 

Table of contents

LIST OF ABBREVIATIONS 4

INVITATION NOTICE 5

QUALIFICATION AND EVALUATION CRITERIA 7

DESCRIPTION OF ACTIVITY/SERVICES 11

 

 
   

SCOPE OF ACTIVITY / SERVICES 12

 

ABBREVIATIONS AND ACRONYMS

 

 

EoI

Expression of Interest

 

G.N.

Government Notice

 

GPN

General Procurement Notice

 

ICS

International Competitive Selection

 

NCS

National Competitive Selection

 

NeST

National e-Procurement System of Tanzania

 

PPA

Public Procurement Act, Cap. 410

 

 

THE UNITED REPUBLIC OF TANZANIA

 

MINISTRY OF LIVESTOCK AND FISHERIES – TASFAM

 

 
   

 

 

 

 

 

REQUEST FOR EXPRESSION OF INTEREST (CONSULTING SERVICES  FIRMS SELECTION)

 

TR99/TASFAM/P179969/2025/2026/C/10; TZ-MLF-526523-CS-QCBS FOR

Consultancy Services for the Review and Supervision of the Construction of the Proposed Lecture Theater at FETA Mikindani Campus in Mtwara Region

 

01/05/2026

  1. This invitation for expression of interest (pre-qualification) follows the General Procurement Notice (GPN) dated 23/02/2026.
  2. The MINISTRY OF LIVESTOCK AND FISHERIES – TASFAM has received a Credit from the World Bank toward the cost of Consultancy Services for the Review and Supervision of the Construction of the Proposed Lecture Theater at FETA Mikindani Campus in Mtwara Region, and it intends to apply part of the proceeds for consulting services. The consulting services (“the Services”) include Consultancy Services for the Review and Supervision of the Construction of the Proposed Lecture Theater at FETA Mikindani Campus in Mtwara Region.

 

  1. The MINISTRY OF LIVESTOCK AND FISHERIES – TASFAM 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 for a period of 365.
  2. Interested all eligible tenderers must provide information indicating that they are qualified to perform the services by submitting consultant’s profile, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, etc. The specific shortlisting criteria are indicated in section of qualification and evaluation criteria.
  3. Consultants may associate with other firms in the form of a joint venture or a sub – consultancy to enhance their qualifications.
  4. The Consultant will be selected in accordance with the Quality and Cost Based Selection method set out in the Consultant Guidelines.
  5. The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Gui delines: Selection and Employment of Consultants [under IBRD Loans and IDA Credits & Grants] by World Bank Borrowers of Fourth Edition November 2020 (“Consultant Guidelines”), setting forth the World Bank’s policy on conflict of interest.
  6. Interested eligible consultants may obtain further information through National e-Procurement system (NeST)
  7. Expressions of Interest (EoI) must be delivered though NeST before deadline indicated on NeST.

 

Permanent Secretary

P.o.Box 2847, Dodoma

 

EVALUATION CRITERIA

 

 

    • Commercial Evaluation

 

      1. Eligibility

 

        • Litigation History (SCORE: Comply/Not Comply to specified minimum requirements)

Litigation History Start Year

2021-01-01

Litigation History End Year

2025-12-31

 

 

 

      1. Standard Tender Forms

 

        • Notarized Special Power of Attorney (SCORE: Comply/Not Comply to specified minimum requirements)

Bidder must fill in Standard Power of Attorney as per the required format and upload it into the system.

 

 

 

 

    • Technical Evaluation

 

      1. Experience

 

        • Specific Experience (SCORE: Comply/Not Comply to specified minimum requirements)

 

 

Contracts

 

Value of each specific experience contract in the specified tender currency

 

200000000

 

 

        • General Experience (SCORE: Comply/Not Comply to specified minimum requirements)

General experience start date

2016-01-01

General experience end date

2025-12-31

Number of contract

10

Contract value in the specified currency

200000000

 

 

 

      1. Key Personnel

 

        • Key Personnel (SCORE: Comply/Not Comply to specified minimum requirements)

 

 

 

Equivalent in Quantity Surveying 7. Geodetic surveyor – Bachelor’s degree in surveying or equivalent 8. Project Manager’s Representative – Architect or Civil Engineer with at least a Bachelor’s degree or Equivalent 9. Clerk of works – Diploma in Civil Engineering 10.

Environmental and Health & Safety Supervisor – Bachelor’s degree in environmental engineering

 

 

 

 

 

 

 

 

 

 

Experience of Key Personnel

Project Manager – 5 years≥ Structural Engineer – 5 years≥ Environmentalist –

5 years≥ Electrical Engineer – 5 years≥ Mechanical Engineer – 5 years≥ Quantity Surveyor

– 10 years≥ Geodetic surveyor – 5 years≥ Project Manager’s Representative – 5 years≥ Clerk of works – 5 years≥ Environmental and Health & Safety Supervisor – 5

years≥

Number of Required Key Personnel

1

 

 

Categories of Key Personnel

1. Project Manager 2. Structural

Engineer 3. Environmentalist 4. Electrical Engineer 5. Mechanical Engineer 6. Quantity Surveyor 7. Geodetic surveyor 8. Project

 

 

 

Manager’s Representative 9. Clerk of works 10. Environmental and Health & Safety Supervisor

 

Description of Services

 

 

The Government of Tanzania, through relevant authorities, is committed to strengthening coastal infrastructure to support fisheries development and vocational training. The government proposes to construct a lecture theatre at FETA Mikindani Campus will expand training capacity for fisheries and marine technology students. To ensure quality, sustainability, and compliance with national building codes, consultancyservices are required for the design and supervision of both facilities.

 

Scope of Activity

 

  1. SCOPE OF WORK

 

The scope of the consultancy is to provide technical review and financial supervision to ensure that works are conducted under the contract and to the satisfaction of the Client. The Consultant shall be appointed as the Project Manager as defined in the Works contract documents. The consultancy services will encompass the following tasks:

    1. Review of the Lecture Theatre and Redesign of the FETA Lecture Theatre

 

      • To assess the spatial constraints, geotechnical conditions, and environmental factors of the sites

 

      • Engage stakeholders to identify functional and technical requirements for the lecture theatre.

 

      • Develop conceptual and detailed architectural and engineering designs, including:

 

        • Site plans, floor plans, elevations, and sections for a lecture theatre.

 

        • Structural designs to ensure stability and safety for a multi-storey structure.

 

        • Electrical systems, including lighting and audio-visual setups suitable for a modern lecture theatre.

 

        • Plumbing, sanitation, and fire safety systems (e.g., fire escapes, sprinklers).

 

        • Ventilation and air conditioning systems to ensure a conducive learning environment.

 

        • Accessibility features, such as ramps and elevators, must be used to comply with inclusivity standards.

 

      • Ensure designs comply with Tanzanian building codes, accessibility standards, and environmental regulations.

 

      • Incorporate sustainable and climate-resilient features, such as energy-efficient

 

 

lighting, solar power, and rainwater harvesting, where feasible.

 

    1. RESPONSIBILITIESOF THE CONSULTANT

 

The Consultant will assist the Client (Ministry of Livestock and Fisheries) in performing all normal duties associated with the construction supervision. These will include:

  1. Monitor closely the progress and quality of the works and inform the client promptly of any problems that could adversely affect the costs or time for completion of the works, and instruct the contractors to take any remedial measures deemed necessary for the timely completion of the works.
  2. Assist the contractors with day-to-day technical issues arising from the design specifications and drawings as issued by the design firm;
  3. Check the quality of all the executed works, quality of installed and built materials, and installed items of plant and order replacement or making good of any sub-standard workmanship encountered anywhere in the permanent works;
  4. Review and approve all material submittals of the contractors.

 

  1. Maintain records of completed works with details of any deviations from contract documents, i.e. drawings, technical specifications, etc.
  2. Check quantities/percentages contained in the contractors’ Interim Payment Certificates, approve when agreed, and issue a payment certificate.
  3. Where necessary, issue change orders provided no change in cost/extension of time is involved, and once endorsed by the Client.
  4. Advise and seek approval from the Client for change orders where an increase or decrease in cost or extension of time is involved.
  5. Review and approve the testing plans, performance tests, and commissioning plans under the technical specifications and conditions stipulated in the contract documents for all the mechanical plants envisaged;
  6. Keep a diary or log book, recording the Contractor’s hours on the job site, weather conditions, materials on site, equipment on site, staffing levels, and data relative to questions of extras or deductions, list of visiting officials, daily activities, and observations in general;

 

 

  1. Chair weekly site meetings and monthly site progress meetings, and prepare and issue minutes to all concerned parties;
  1. Prepare and submit the monthly progress reports, which shall include progress reporting, photos, physical and financial progress schedules, and environmental mitigation measures taken;
  1. Supervise the implementation of the Environmental and Social Management Plan, such as source of building materials; construction equipment operated and maintained to minimize noise; dust reduction levels; pollution control; enforcement of code of conduct in the Camp; waste management; firefighting; soil erosion reduction, etc.
  2. Supervise the Contractor in all matters of Health, Safety, and care of the Works;

 

  • Prepare the as-built drawings upon completion of the Works.

 

  1. Undertake a final review/inspection with the Client to confirm compliance and quality acceptability, and issue a certificate of substantial completion with a list of all outstanding defects (snag list) to be made good during the defect liability period.

After completion of the works, the Consultant shall inspect the works periodically throughout the defect liability period (as per the planned schedule) to ensure proper monitoring of the work performance. After such site inspection(s), the consultant shall instruct the contractors to undertake any remedial measures.

The main tasks to be conducted by the Consultant during the defect liability period include:

 

  1. Prepare a supervision plan for the defect liability period.

 

  1. Check and verify that the defect has been made good.

 

  1. Prepare and issue the final account within 90 days of practical completion of the defect liability period;
  2. After the expiry of the defect liability period, issue a certificate of making good the defectto the contractor for the release of the remaining retention fund.