添加至收藏夹
Second Tanzania Intermodal and Rail Development Project
项目编号(Project ID):P176682
项目名称(Project Title):第二期坦桑尼亚多式联运及铁路发展项目
国家(Country):坦桑尼亚
公告编号(Notice No):OP00416596
公告类型(Notice Type):征求意向书(Request for Expression of Interest)
公告状态(Notice Status):已发布
借款方招标参考号(Borrower Bid Reference):TZ-NIRC-519753-CS-QCBS
采购方式(Procurement Method):质量与成本综合评选法(QCBS)
公告语言(Language of Notice):英语
提交截止日期/时间(Submission Deadline Date/Time):
2026 年 1 月 22 日 15:30
发布日期(Published Date):2026 年 1 月 13 日
机构/部门:国家灌溉委员会(National Irrigation Commission)
联系人:Eng. Raphael Laizer
地址:Kikuyu South,邮政信箱 146,Dodoma
国家:坦桑尼亚
电话:+255 656 112 107
农业部
国家灌溉委员会(NIRC)
(咨询服务——公司选聘)
坦桑尼亚多式联运及铁路发展项目(TIRP-2)
项目编号:P176682
IDA 贷款编号:7529
TZ-NIRC-519753-CS-QCBS
为第二期坦桑尼亚多式联运及铁路发展项目(TIRP-2)
B 组件下的 Buigiri、Ikowa、Dabalo 和 Hombolo 四座大坝
及其配套防洪工程
提供独立设计审查与施工监理咨询服务
本次征求意向书公告依据本项目此前在《联合国开发商业》(UNDB)
WB2651-05/13 期(2013 年 5 月)发布的总体采购公告。
坦桑尼亚联合共和国政府已从世界银行获得贷款,用于资助坦桑尼亚多式联运及铁路发展项目(TIRP),并拟使用部分贷款资金支付本次咨询服务费用。
本咨询服务包括:
对 Buigiri、Ikowa、Dabalo 和 Hombolo 大坝
及其相关防洪工程开展
独立设计审查与施工监理
服务期为 39 个自然月
本任务的**详细任务大纲(ToR)**可在以下网站查阅:
www.nirc.go.tz
国家灌溉委员会(代表坦桑尼亚政府)现邀请符合条件的咨询公司提交意向,并提供支持性文件,证明其具备实施本服务所需的资格与相关经验。
入围评审标准包括:
公司主营业务及成立年限
类似项目经验:
项目名称
客户名称及完整联系方式
合同金额(美元等值)
项目执行周期(起止日期)
在过去 10 年内,成功完成至少 3 个规模和复杂程度相当的类似合同
需提供以下信息:
在类似条件下实施项目的经验
公司技术与管理能力:
仅需提供组织结构、总体资质说明及关键人员数量
不需提交关键专家个人简历(CV)
专家个人不在入围阶段进行评审
请注意《世界银行 IPF 借款人采购条例》(第七版,2025 年 9 月)
第三章第 3.14、3.16 与 3.17 条关于利益冲突的规定。
此外,就本任务特别说明:
咨询公司不得因其既有或当前对其他客户的义务而产生利益冲突
不得处于无法以借款方最佳利益履约的情形
咨询公司可与其他公司联合以增强自身资质
须明确说明合作形式为联合体和/或分包
如为联合体,所有联合体成员在中选后须对合同承担连带责任
联合体每一成员均须独立满足评审标准
咨询公司将按照
质量与成本综合评选法(QCBS)
并依据《世界银行 IPF 借款人采购条例》(第七版,2025 年 9 月)进行选聘。
咨询时间:
周一至周五(公共假日除外)
当地时间 08:00 – 16:00
意向书提交截止时间:
2026 年 1 月 22 日(星期四)15:30(当地时间)
提交方式:
现场递交
邮寄
电子邮件
通过电子邮件提交意向书的公司,必须确认 NIRC 已成功接收文件。
若发送后未收到确认,请联系:
Raphael Laizer 先生
电话:+255 656 112 107
邮箱:raphael.laizer@nirc.go.tz
NIRC 不对文件损坏或无法读取承担责任。
秘书
NIRC 招标委员会
项目管理办公室(PMU)
Kikuyu South
邮政信箱 146
Dodoma
坦桑尼亚
官方链接
UNITED REPUBLIC OF TANZANIA MINISTRY OF AGRICULTURE NATIONAL IRRIGATION COMMISSION REQUEST FOR EXPRESSION OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION)
PROJECT NAME: TANZANIA INTERMODAL RAIL DEVELOPMENT PROJECT (TIRP-2) PROJECT ID: P176682, IDA CREDIT NO: 7529
TENDER REFERENCE NO.: TZ-NIRC-519753-CS-QCBS PROVISION OF CONSULTANCY SERVICES FOR INDEPENDENT DESIGN REVIEW AND CONSTRUCTION SUPERVISION OF BUIGIRI, IKOWA, DABALO AND HOMBOLO DAMS AND ASSOCIATED FLOOD-CONTROL WORKS UNDER COMPONENT B OF THE SECOND TANZANIA INTERMODAL AND RAIL DEVELOPMENT PROJECT (TIRP-2)
This request for Expression of Interests follows the General Procurement Notice for this Project that appeared in United Nations Development Business (UNDB) Issue No. WB2651-05/13 posted on May 2013. The Government of the United Republic of Tanzania has received a credit from the World Bank towards the cost of the Tanzania Intermodal Rail Development Project (TIRP), and intends to apply part of the proceeds for Consultancy Services.
The consulting services (“the Services”) include the Conducting of Independent Design Review and Construction Supervision of Buigiri, Ikowa, Dabalo and Hombolo Dams and Associated Flood-Control Works under Component 2 of the Second Tanzania Intermodal and Rail Development Project (TIRP-2) for the period of Thirty-Nine (39) Calendar Months.
The detailed Terms of Reference (TOR) for the assignment can be found at the following website: www.nirc.go.tz The National Irrigation Commission on behalf of Government of Tanzania, now invites eligible consulting firms (“Consultants”) to indicate their interest in providing Services. Interested Consultants should provide information with supporting documents demonstrating that they have the required qualifications and relevant experience to perform the Services.
The shortlisting criteria are: (i) Core business of the firm and years of business (ii) experience in similar assignments - successful preparation of at least 3 similar contracts (by size and complexity) in the last ten years - information to be provided should include name of assignment, name and full contact address of the client, contract value (in equivalent US dollars) and period (dates) of execution of assignments; , (iii) experience in similar conditions; and (iv) technical and managerial capability of the firm (Provide only the structure of the organization, general qualifications and number of key staff. Do not provide CV of the key staff. Experts will not be evaluated at the shortlisting stage.
The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” Seventh Edition, September 2025, setting forth the World Bank’s policy on conflict of interest.
In addition, please refer to the following specific information on conflict of interest related to this assignment: Consultants shall not be hired for any assignment that would be in conflict with their prior or current obligations to other clients, or that may place them in a position of being unable to carry out the assignment in the best interests of the Borrower. 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 shall independently meet the requirements of the evaluation criteria.
A Consultant will be selected in accordance with the procedures set out in the Quality and Cost Based Selection Method (QCBS) set out in the World Bank’s “Procurement Regulations for IPF Borrowers” Seventh Edition, September 2025. Further information can be obtained at the address below during office hours from 08:00 – 16:00 hours local time, Mondays to Fridays inclusive, except Public Holidays. Expression of interest must be delivered in a written form to the address below (in person or by mail, or by e-mail) on or before Thursday, January 22, 2026 at 15.30 hours Local Time.
The firms which will submit their REOIs via e-mail must get confirmation of the receipt of their documents from NIRC. In case the firm does not receive an acknowledgement from NIRC immediately after sending the documents via email please call Mr. Raphael Laizer (+255 656 112 107) or Email: raphael.laizer@nirc.go.tz for follow-up. NIRC is not responsible for any corrupted documents. The Secretary, NIRC Tender Board, PMU Office, Kikuyu South, P.O Box 146, Dodoma. TANZANIA. DIRECTOR GENERAL NATIONAL IRRIGATION COMMISION (NIRC)