Eligibilitatea Ofertanţilor
4. Eligibility criteria to AFD’s financing are specified in sub-clause 1.3 of the “Procurement Guidelines for AFD-Financed Contracts in Foreign Countries”, available online on AFD’s website: https://www.afd.fr/en /bid-invitations-and-procurement.
5. If the Applicant is a JV, the expression of interest shall include:
a. A copy of the JV Agreement entered into by all members
or
b. A letter of intent to execute a JV Agreement, signed by all members together with a copy of the Agreement proposal,
In the absence of this document, the other members will be considered as Sub consultants.
The experiences and qualifications of Sub consultants are not taken into account in the evaluation of the applications.
6. Interested consultants and/or firms must provide information evidencing that they are qualified and experienced to perform the services. For that purpose, documented evidence (such as brochures, description of similar assignments carried out in the past 10 years, experience in similar conditions, availability of appropriate managerial and technical skills among staff, etc.) of recent and similar services shall be submitted. For each project performed, the consultant shall provide; (a) the name and address of the Client, (b) date(s) of execution, and (c) name(s) of lead and/or associate firms.
i) Determination of the similarity of the consultant’s experiences will be based on:
a. The contracts size: Physical size and scope of works executed, complexity, methods/technology and value contracts (EURO 30 million and above);
b. The nature of the Services Detailed Engineering Designs, Design review, Preparation of Tender Documents and Supervision of Works Contract for Water Supply Systems and sanitation;
c. The technical area and expertise: Carrying out Designs & preparation of Tender Documents and Supervision of construction works for water supply projects and sanitation.
d. The location: Water supply projects implemented in similar settings (experience in Eastern Africa Countries will be an added advantage).
ii) The Client will also take into account for the evaluation of the applications the following items:
a. Skills and availability of in-house technical back-up experts provided to the on-site experts.
b. Local representatives/partners.
iii) Quality assurance procedures and certifications of the Applicant as per ISO 9001 or environmental and social certification.
7. The Client will also take into account for the evaluation of the applications the following items:
1) Skills and availability in-house experts, especially in the following fields with experience in implementing Development Projects: Water Engineer, Civil Structure and Geotechnical Engineer, Dam Expert, Water Quality Expert, Sanitation Engineer, Land Surveyor, Quantity Surveyor, Electromechanical Engineer and registered Architect.
2) Local representatives/partners.
8. The Consultant/firm will be selected in accordance with the AFD Procurement Guidelines on “procurement of consulting services” and the Tanzania Public Procurement Regulations, GN. No. 446, 2013 of the Public Procurement Act No. 7 of 2011 on “procedures for selection and employment of Consultants”.
9. Among the submitted applications, Morogoro Urban Water Supply and Sanitation Authority (MORUWASA) will shortlist a maximum of six (6) consultants, to whom the Request for Proposals to carry out the Services shall be sent.
10. In order to confirm eligibility for AFD financing, interested firms shall submit (as part of the expression of interest) a duly signed ‘statement of integrity, which is appended to this REOI and can be requested at the email address provided below or downloaded from the AFD website: https://www.afd.fr/en
11. Expressions of Interest in One (1) Original and four (4) copies must be submitted in a sealed envelope clearly marked “Expression of Interest for “Provision of Consultancy Services for the Detailed Engineering Design, Design Review, Tender Documents Preparation and Projects Supervision for the implementation of Morogoro Water Supply and Sanitation project; Tender No. AE/038/2021-2022/C/01” and delivered to the address below no later than date 22nd April 2022 at MORUWASA Head Quarters