loading
  • ZM Lusaka
  • 31.05.2017
  • Ausschreibung
  • (ID 2-262404)

ZM-Lusaka: EDF — Lusaka transmission distribution rehabilitation project (LTDRP) — design and supervision of the low-voltage distribution network


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 31.05.2017, 17:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Bauleitung, Objektüberwachung / sonstige / Objektplanung Ver-/ Entsorgung
    Aufgabe
    The proposed service contract will provide technical assistance services for the design and supervision of works for the LTDRP low-voltage distribution network. Activities to be undertaken will include a detailed design study, works tenders scoping (tentatively, it is foreseen that the works will be tendered in 3 or more lots), support to the procurement process and supervision of works on site for the improvement of power supply to the existing and new customers in selected high-density low-income areas of Lusaka City. The scope for works contracts will include rehabilitation, strengthening and expansion of the existing low-voltage distribution network and will be implemented in 2 phases.
    The service contractor will also undertake a socio-economic baseline study in selected project target areas which will provide input to the design phase and allow for proper monitoring of intended results and evaluation of improvements in peoples' livelihoods during the project implementation phase and after the project has been fully implemented.
    Following the design and subsequent rehabilitation/extension works and as a part of a wider project, at least 63 000 new individual connections of households, public amenities and eligible micro and small enterprises (MSEs) in selected low-income high-density areas are foreseen under a separate grant contract with ZESCO (national service provider).
    Adresse des Bauherren ZM-Lusaka
    TED Dokumenten-Nr. 141024-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Zambia-Lusaka: EDF — Lusaka transmission distribution rehabilitation project (LTDRP) — design and supervision of the low-voltage distribution network

      2017/S 074-141024

      Service contract notice

      Location — Southern Africa, Zambia, Lusaka Province

      1.Publication reference:
      EuropeAid/138361/IH/SER/ZM.
      2.Procedure:
      Restricted.
      3.Programme title:
      Lusaka transmission distribution rehabilitation project (LTDRP) — low-voltage distribution network.
      4.Financing:
      Financing agreement ref. No FED/2016/038-238: Lusaka transmission distribution rehabilitation project (LTDRP) — low-voltage distribution network.
      5.Contracting authority:

      National Authorising Officer (NAO) of the European Development Fund (EDF) in Zambia, Ministry of Finance of the Republic of Zambia, Lusaka, ZAMBIA.


      Contract specification

      6.Nature of contract:
      Fee-based.
      7.Contract description:
      The proposed service contract will provide technical assistance services for the design and supervision of works for the LTDRP low-voltage distribution network. Activities to be undertaken will include a detailed design study, works tenders scoping (tentatively, it is foreseen that the works will be tendered in 3 or more lots), support to the procurement process and supervision of works on site for the improvement of power supply to the existing and new customers in selected high-density low-income areas of Lusaka City. The scope for works contracts will include rehabilitation, strengthening and expansion of the existing low-voltage distribution network and will be implemented in 2 phases. 
      The service contractor will also undertake a socio-economic baseline study in selected project target areas which will provide input to the design phase and allow for proper monitoring of intended results and evaluation of improvements in peoples' livelihoods during the project implementation phase and after the project has been fully implemented. 
      Following the design and subsequent rehabilitation/extension works and as a part of a wider project, at least 63 000 new individual connections of households, public amenities and eligible micro and small enterprises (MSEs) in selected low-income high-density areas are foreseen under a separate grant contract with ZESCO (national service provider).
      8.Number and titles of lots:
      1 lot only.
      9.Maximum budget:
      5 000 000 EUR.
      10.Scope for additional services:
      The contracting authority may, at its own discretion, extend the project in duration and/or scope subject to the availability of funding up to the estimated amount of approximately 7 500 000 EUR. Any extension of the contract would be subject to satisfactory performance by the contractor.


      Conditions of participation

      11.Eligibility:
      Participation in tendering is open on equal terms to natural and legal persons (participating either individually or in a grouping consortium of tenderers) which are established in a Member State of the European Union, ACP States or in a country or territory authorised by the ACP–EC Partnership Agreement under which the contract is financed (see also item 29 below). Participation is also open to international organisations.
      12.Candidature:
      All eligible natural and legal persons (as per item 11 above) or groupings of such persons (consortia) may apply. 
      A consortium may be a permanent, legally-established grouping or a grouping which has been constituted informally for a specific tender procedure. All members of a consortium (i.e., the leader and all other members) are jointly and severally liable to the contracting authority. 
      The participation of an ineligible natural or legal person (as per item 11) will result in the automatic exclusion of that person. In particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded.
      13.Number of applications:
      No more than 1 application can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or member of a consortium submitting an application). In the event that a natural or legal person submits more than 1 application, all applications in which that person has participated will be excluded.
      14.Shortlist alliances prohibited:
      Any tenders received from tenderers comprising firms other than those mentioned in the shortlisted application forms will be excluded from this restricted tender procedure unless prior approval from the contracting authority has been obtained (see ‘Practical Guide’ — PRAG 2.4.3). Shortlisted candidates may not form alliances or subcontract to each other for the contract in question.
      15.Grounds for exclusion:
      As part of the application form, candidates must submit a signed declaration, included in the standard application form, to the effect that they are not in any of the exclusion situations listed in Section 2.3.3 of the PRAG.
      16.Subcontracting:
      Subcontracting is allowed.
      17.Number of candidates to be shortlisted:
      On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender.


      Provisional timetable

      18.Provisional date of invitation to tender:
      August 2017.
      19.Provisional commencement date of the contract:
      January 2018.
      20.Initial period of implementation of tasks:
      56 months.


      Selection and award criteria

      21.Selection criteria:
      The following selection criteria will be applied to candidates. In the case of applications submitted by a consortium, these selection criteria will be applied to the consortium as a whole unless specified otherwise. The selection criteria will not be applied to natural persons and single-member companies when they are subcontractors: 
      1) Economic and financial capacity of candidate (based on item 3 of the application form). In the case of the candidate being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last 3 years for which accounts have been closed: 
      a) the candidate's average annual turnover, excluding this contract, over the years indicated in the standard application forms must be at least equivalent to 2 500 000 EUR; 
      b) current ratio (current assets/current liabilities) in the last year for which accounts have been closed must be at least 1. In the case of a consortium this criterion must be fulfilled by each member. 
      The candidate must specify the years in question in figures on item 3 of the application form.
      2) Professional capacity of candidate (based on items 4 and 5 of the application form). The reference period which will be taken into account will be the last 5 years from the submission deadline: 
      a) the candidate must be specialised in the following fields: 
      — engineering design in the energy sector, 
      — supervision of works in the energy sector. 
      Supporting professional certificate(s) shall be provided with the submission of the tender, in the case of shortlisting;
      b) a minimum of 10 staff currently working (i.e. in 2017, ‘current year’ in point 4 of the application form), and on average in the above under (a) mentioned relevant fields of specialisation; 
      c) a minimum of 10 staff as permanent staff on average in the reference period (i.e. for the current year and the 2 previous years).
      3) Technical capacity of candidate (based on items 5 and 6 of the application form). The reference period which will be taken into account will be the last 5 years from the submission deadline: 
      the candidate must demonstrate experience in the provision of technical assistance services covering all of the aspects listed below: 
      i. at least 2 contracts in the energy sector with a cumulative budget of at least 4 000 000 EUR (proportion carried out by the candidate); 
      ii. feasibility/design studies for medium/low-voltage distribution network (33 kV overhead line or below) rehabilitation or construction, under at least 1 contract with a budget — cumulative, in case of more contracts — of at least 500 000 EUR (proportion carried out by the candidate); 
      iii. supervision of at least 1 works contract for the rehabilitation or construction of medium/low-voltage distribution network (33 kV overhead line or below) with a budget — cumulative, in case of more contracts — of at least 1 500 000 EUR (proportion carried out by the candidate).
      One and the same contract may cover both sub-points ii) and iii) of criterion 21.3) above, however in that case the candidate must explicitly indicate the proportion carried out by them in each of the above aspects. Likewise, candidates are allowed to refer to service contracts covering aspects that go beyond the mere scope of the above areas of intervention provided that they explicitly indicate the proportion carried out by them in both sub-points ii) and iii) of criterion 21.3) above. That information should be provided under the ‘Type and scope of services provided’. 
      Candidates/tenderers are allowed to refer either to projects completed within the reference period (although started earlier) or to projects not yet completed. The following shall apply: 
      • in the case of completed projects, a project will be considered in its whole if proper evidence of performance is provided (statement or certificate from the entity which awarded the contract, proof of final payment), 
      • in the case of projects still ongoing only the portion satisfactorily completed during the reference period although started earlier will be taken into consideration. This portion will have to be supported by documentary evidence of completion (e.g. proof of payment of interim invoices, certificate(s) of partial completion) also detailing its value, 
      • if a candidate has implemented the project in a consortium, the percentage that the candidate has successfully completed must be clear from the documentary evidence, together with a description of the nature of the services provided.
      Previous experience which caused breach of contract and termination by a contracting authority shall not be used as reference. 
      An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing a commitment on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility — notably that of nationality — and must fulfil the same relevant selection criteria as the economic operator. With regard to technical and professional criteria, an economic operator may only rely on the capacities of other entities where the latter will perform the works or services for which these capacities are required. With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies become jointly and severally liable for the performance of the contract. 
      If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be re-examined to identify the 8 best candidates. The only factors which will be taken into consideration during this re-examination are:
      a. 1 point for each contract meeting criterion 3(ii) and/or 3(iii) for which the proportion satisfactorily completed by the candidate exceeded 500 000 EUR; 
      b. 1 extra point will be gained for each contract meeting criteria 3(ii) and/or 3(iii) if European Development Fund (EDF) rules and procedures were applied in the given contract; 
      c. 1 extra point will be gained for each contract meeting either 3(ii) and/or 3(iii)) if it was carried out in the sub-Saharan Africa region. 
      The candidates will be ranked according to their total number of points; and the 8 candidates with the highest scores will be shortlisted.
      22.Award criteria:
      Best price-quality ratio.


      Application

      23.Deadline for receipt of applications:
      31.5.2017 (17:00), Zambian local time.
      Any application received by the contracting authority after this deadline will not be considered.
      24.Application format and details to be provided:
      Applications must be submitted (in 1 original and 3 copies) using the standard application form, the format and instructions of which must be strictly observed. The application form is available from the following Internet address: 

      http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=B

      The application must be accompanied by a declaration of honour on exclusion and selection criteria using the template available from the following Internet address: 

      http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=A

      Any additional documentation (brochure, letter, etc.) sent with an application will not be taken into consideration.
      25.How applications may be submitted:
      Applications must be submitted in English exclusively to the contracting authority in a sealed envelope: 
      • either by recorded delivery (official postal service) to: 
      The National Authorising Officer of the European Development Fund, Ministry of Finance, Central Statistics Office (CSO) Complex — Opposite UNZA Ridgeway Campus, Nationalist/John Mbita Road, PO Box 50376, Lusaka, ZAMBIA. 

      Attention: Mr Temwani Chihana — EDF Coordinator. E-mail: MThsW2BhYFlmWThmWWcmX2duJnJl

      In this case, the delivery record is proof of compliance with the time limit for receipt,
      • or hand delivered (including courier services) directly to the contracting authority in return for a signed and dated receipt to: 
      The National Authorising Officer of the European Development Fund, Ministry of Finance, Central Statistics Office (CSO) Complex — Opposite UNZA Ridgeway Campus, Nationalist/John Mbita Road, Lusaka, ZAMBIA. 
      Attention: Mr Temwani Chihana — EDF Coordinator. 
      In this case, the acknowledgment of receipt is proof of compliance with the time limit for receipt.
      The contract title and the publication reference (see item 1 above) must be clearly marked on the envelope containing the application and must always be mentioned in all subsequent correspondence with the contracting authority. 
      Applications submitted by any other means will not be considered. 
      By submitting an application candidates agree to receive notification of the outcome of the procedure by electronic means. Such notification shall be deemed to have been received on the date upon which the contracting authority sends it to the electronic address referred to in the application.
      26.Alteration or withdrawal of applications:
      Candidates may alter or withdraw their applications by written notification prior to the deadline for submission of applications. No application may be altered after this deadline.
      Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with item 25. The outer envelope (and the relevant inner envelope if used) must be marked ‘Alteration’ or ‘Withdrawal’ as appropriate.
      27.Operational language:
      All written communication for this tender procedure and contract must be in English.
      28.Date of publication of prior information notice:
      13.9.2016. 
      The notice number in OJ S may be found under the title of the project in the published notice on the EuropeAid webpage.
      29.Legal basis:
      Annex IV to the Partnership Agreement between the members of the African, Caribbean and Pacific Group of States of the one part, and the European Community and its Member States, of the other part, signed in Cotonou on 23.6.2000 as amended in Luxembourg on 25.6.2005 and in Ouagadougou on 22.6.2010. Reference is made to Annex IV as revised by Decision No 1/2014 of the ACP–EU Council of Ministers of 20.6.2014.
      30.Additional information:
      The services to be provided by the contractor consist of 2 phases: detailed design phase and supervision phase for works. The supervision phase for the works will come into force once the detailed design phase is successfully completed to the satisfaction and approval of the contracting authority and contract(s) for construction works are in force. 
      Failure by the detailed design contractor to successfully perform the detailed design phase will result in cancellation of the initial contract and the respective supervision services required will be re-tendered by the contracting authority.

       

       

    © 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 18.04.2017
Zuletzt aktualisiert 18.04.2017
Wettbewerbs-ID 2-262404 Status Kostenpflichtig
Seitenaufrufe 39