loading
  • ZM Chingola
  • 10.03.2017
  • Ausschreibung
  • (ID 2-256353)

EIB - Detailed design and construction supervision services for water and sewer networks (ZM-Chingola)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 10.03.2017, 10:30 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Bauleitung, Objektüberwachung / Objektplanung Ver-/ Entsorgung / Ausschreibung, Vergabe / allgemeine Beratungsleistungen / Kostenmanagement / Projektsteuerung / Bauleistung
    Aufgabe
    Mulonga Water and Sewerage Company Limited (MWSC) has, through the Government of the Republic of Zambia, received a total of € 150 million from the European Investment Bank (EIB), Agence Française de Développement (AFD), The European Union and directly from the Government of the Republic of Zambia (GRZ) for the financing of the Zambia Water and Sanitation Project (ZWSP) and intends to apply part of the proceeds towards consulting services. The services required are for the Detailed Design and Construction Supervision of Water and Sewerage Networks in the towns of Chingola, Chililabombwe and Mufulira within Zambia’s Copperbelt Province. The services will be executed in two phases:
    Phase 1 (indicative scope): update existing outline designs; carry out detailed designs for the agreed technical options and obtain necessary permits; provide detailed cost estimates; prepare the technical content of the Solicitation/Bidding Document for the selection of a works Contractor(s) for the Rehabilitation and Expansion of the Water and Sewer Networks; and support the evaluation of the technical aspects of bids. Phase 2: carry out construction supervision.
    The estimated budget for the required services is € 3 million.
    Leistungsumfang
    MWSC invites prospective Consulting Firms with a proven track record in detailed design and construction supervision of projects including raw water pipeline, trunk main, raw/potable water storage, potable water distribution, sewerage network and associated pumping systems to indicate their interest in providing the Services. The eligibility criteria, establishment of the short-list and the selection shall follow the Restricted Tendering procedures specified by the Zambia Public Procurement Authority (ZPPA) and the European EIB Guide to Procurement. Where the two conflict, the EIB guideline shall take precedence. The Consulting Firm shall be selected using the Quality and Cost Based Selection method.
    Expressions of Interest is open to all eligible local and foreign based Consulting Firms as required by the EIB. The EIB shall not provide finance, directly or indirectly, to or for the benefit of, award a contract under any EIB Project to, or enter into any relationship with, an individual or entity who is subject to financial sanctions imposed by the European Union pursuant to Chapter 2 of Title V of the Treaty on European Union or article 215 of the Treaty on the Functioning of the European Union, either autonomously or pursuant to the financial sanctions decided by the United Nations Security Council on the basis of article 41 of the UN Charter. This applies without the need for the Exclusion Proceedings. The attention of interested Consulting Firms is also drawn to section 1.5 of the EIB Guide to Procurement (June 2011).
    Following the format of the application form (see paragraph 3):
    Economic and financial capacity: The candidate must provide evidence of its annual turnover (if the candidate is an individual company) or the average turnover (where the candidate is a consortium) in the last 3 years for which the accounts have been closed. The annual turnover must be at least 1.5 times the estimated maximum budget for required services. The candidate (where the candidate is a consortium, each member of the consortium) must provide information on its cash and cash equivalents for these years (excluding this contract).
    The candidate must provide information on its professional capacity such as the minimum number of permanent staff in the last 3 years.
    Interested Consulting Firms must provide information demonstrating that they are qualified to perform the services in the form of brochures, clear description of similar assignments including assignments in sub-Saharan Africa, availability of appropriate skills among staff, etc. Similar assignments (Reference Projects) must include:
    (1) Water network detailed design including Computer Aided Design (CAD);
    (2) Sewer network design including CAD;
    (3) Topographic Surveys;
    (4) Water network modelling;
    (5) Wastewater network modelling;
    (6) Water and wastewater demand modelling;
    (7) Cost Estimation; and
    (8) Construction Supervision of water and sewer networks.
    Projektadresse ZM-Chingola
    TED Dokumenten-Nr. 57167-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Zambia-Chingola: EIB - Detailed design and construction supervision services for water and sewer networks

      2017/S 032-057167

      INVITATION FOR EXPRESSIONS OF INTEREST

      No: ZWS2/C4XD/C/001

      PROJECT: ZAMBIA WATER AND SANITATION PROJECT

      FINANCED BY:

      • EUROPEAN INVESTMENT BANK (EIB)

      • AGENCE FRANCAISE de DEVELOPPEMENT (AFD)

      • GOVERNMENT OF THE REPUBLIC OF ZAMBIA (GRZ)

      PROCURING ENTITY: MULONGA WATER AND SEWERAGE COMPANY LIMITED, CHINGOLA, ZAMBIA

       1.BACKGROUND:

      Mulonga Water and Sewerage Company Limited (MWSC) has, through the Government of the Republic of Zambia, received a total of € 150 million from the European Investment Bank (EIB), Agence Française de Développement (AFD), The European Union and directly from the Government of the Republic of Zambia (GRZ) for the financing of the Zambia Water and Sanitation Project (ZWSP) and intends to apply part of the proceeds towards consulting services. The services required are for the Detailed Design and Construction Supervision of Water and Sewerage Networks in the towns of Chingola, Chililabombwe and Mufulira within Zambia’s Copperbelt Province. The services will be executed in two phases: 
      Phase 1 (indicative scope): update existing outline designs; carry out detailed designs for the agreed technical options and obtain necessary permits; provide detailed cost estimates; prepare the technical content of the Solicitation/Bidding Document for the selection of a works Contractor(s) for the Rehabilitation and Expansion of the Water and Sewer Networks; and support the evaluation of the technical aspects of bids. Phase 2: carry out construction supervision. 
      The estimated budget for the required services is € 3 million.
       2.ELIGIBILITY AND SHORT-LISTING CRITERIA:

      MWSC invites prospective Consulting Firms with a proven track record in detailed design and construction supervision of projects including raw water pipeline, trunk main, raw/potable water storage, potable water distribution, sewerage network and associated pumping systems to indicate their interest in providing the Services. The eligibility criteria, establishment of the short-list and the selection shall follow the Restricted Tendering procedures specified by the Zambia Public Procurement Authority (ZPPA) and the European EIB Guide to Procurement. Where the two conflict, the EIB guideline shall take precedence. The Consulting Firm shall be selected using the Quality and Cost Based Selection method. 
      Expressions of Interest is open to all eligible local and foreign based Consulting Firms as required by the EIB. The EIB shall not provide finance, directly or indirectly, to or for the benefit of, award a contract under any EIB Project to, or enter into any relationship with, an individual or entity who is subject to financial sanctions imposed by the European Union pursuant to Chapter 2 of Title V of the Treaty on European Union or article 215 of the Treaty on the Functioning of the European Union, either autonomously or pursuant to the financial sanctions decided by the United Nations Security Council on the basis of article 41 of the UN Charter. This applies without the need for the Exclusion Proceedings. The attention of interested Consulting Firms is also drawn to section 1.5 of the EIB Guide to Procurement (June 2011). 
      Following the format of the application form (see paragraph 3): 
      Economic and financial capacity: The candidate must provide evidence of its annual turnover (if the candidate is an individual company) or the average turnover (where the candidate is a consortium) in the last 3 years for which the accounts have been closed. The annual turnover must be at least 1.5 times the estimated maximum budget for required services. The candidate (where the candidate is a consortium, each member of the consortium) must provide information on its cash and cash equivalents for these years (excluding this contract). 
      The candidate must provide information on its professional capacity such as the minimum number of permanent staff in the last 3 years. 
      Interested Consulting Firms must provide information demonstrating that they are qualified to perform the services in the form of brochures, clear description of similar assignments including assignments in sub-Saharan Africa, availability of appropriate skills among staff, etc. Similar assignments (Reference Projects) must include: 
      (1) Water network detailed design including Computer Aided Design (CAD); 
      (2) Sewer network design including CAD; 
      (3) Topographic Surveys; 
      (4) Water network modelling; 
      (5) Wastewater network modelling; 
      (6) Water and wastewater demand modelling; 
      (7) Cost Estimation; and 
      (8) Construction Supervision of water and sewer networks. 
      Note: 
      • Interested Consulting Firms must provide, for each of the eight areas of work listed above, a minimum of three (3) reference projects which must have been successfully completed in the last 5 years. One reference project may cover more than one area of work. The total number of reference projects for this application must not exceed thirty (30). The value of the consultancy services provided for at least one (1) reference project for the areas of work must meet the following minimum consulting fee thresholds: 
      a. Water network detailed design including Computer Aided Design (CAD) – € 250,000 
      b. Sewer network design including CAD – € 200,000 
      c. Construction Supervision of water and sewer networks – € 100,000 
      d. Water network modelling – € 50,000 
      e. All other areas of work – € 20,000 
      • Interested Consulting Firms must provide at least two (2) Reference Projects, successfully completed in the last 5 years, for: 
      a. Water network detailed design and construction supervision for construction works having a capital value of at least € 10,000,000 or other currency equivalent 
      b. Sewer network detailed design and construction supervision for construction works having a capital value of at least € 5,000,000 or other currency equivalent 
      • All Key personnel must also be registered with relevant nationally/internationally recognized professional institutions. Proof of qualifications/professional registration (certificates) will be required in the Request for Proposals. 
      • Interested Consulting Firms must also provide proof of the following: 
      i. Detailed Company Profile stating the core business and years in business 
      ii. Technical and Managerial Organization structure of the firm/s, Certificate of incorporation 
      iii. Valid Value Added Tax Certificate 
      iv. Valid Tax Clearance Certificate. 
      • Interested Consulting Firms may associate with other firms in the form of a joint venture or sub-consultancy to enhance their capacity to successfully carry out the Service. 
      The maximum number of applicants that will be short-listed is Eight (8).
       3.APPLICATION FORM:

      Interested Consulting Firms must request for the application form in writing from the procurement specialist via the postal or email addresses provided below.
       4.REQUESTS FOR CLARIFICATION/INFORMATION:

      Interested Consulting Firms may contact the Procurement Specialist in writing such that the correspondence is received no later than 16:00 hours Zambian time on 03 March 2017 via the postal or email addresses below.
       5.SUBMISSION OF EXPRESSIONS OF INTEREST:

      Expressions of Interest sealed in an envelope and marked: 
      “ZWS2/C4XD/C/001: Detailed Design and Construction Supervision Services for Water and Sewer Networks” must be deposited in the tender box at MWSC’s Head Office at the following address: Musonko House, Kabundi Road, P.O Box 11712, Chingola, Zambia by 10 March 2017 at 10:30 hours Zambian time. 
      Alternatively, Expressions of Interest may be sent in pdf format to the email address: MTdpa2hcbmteZl5nbSdzcGxpOWZwbFwnXGhmJ3Nm and copied to MThkZ21hayZlb1lrXThlb2tbJltnZSZyZQ== and MjE3XGRjUFtUUS9cZmJSHVJeXB1pXA== such that the correspondence is received no later than the submission date and time stated above. 
      Late and/or faxed submissions shall be invalid and shall not be accepted.
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 15.02.2017
Zuletzt aktualisiert 15.02.2017
Wettbewerbs-ID 2-256353 Status Kostenpflichtig
Seitenaufrufe 74