Consultancy Services for Preparation of Functional Designs, Tendering and Construction Supervision for the Proposed New Ngwerere and Chunga Wastewater Treatment Plants in Lusaka, Zambia
1.
Publication reference:
LWSC/LSP/EIB/CS-001/2017
2.
Procedure:
Restricted tender
3.
Programme title:
Lusaka Sanitation Programme
4.
Financing:
European Investment Bank, 98-100, boulevard Konrad Adenauer, L-2950 Luxembourg, Grand Duchy of Luxembourg and KfW Group, Palmengartenstrasse 5-9, 60325 Frankfurt am Main, Germany
5.
Contracting Authority:
Lusaka Water and Sewerage Company, Head Office. Plot No. 871/2 Katemo Road, Rhodes Park. 257579-83 / 250002 / 251571. Lusaka, Zambia
6.
Nature of contract:
Fee based
7.
Contract description
LWSC with the support of EIB and KfW will engage the services of a competent consulting firm to prepare functional designs and tender documents, procurement of design-build works Contractor, and supervision of the construction of two WWTPs, following the FIDIC Yellow Book form of contracting.
The consultancy services assignment will be delivered in two phases. Phase 1 will cover topographic and geotechnical surveys, prequalification of works Contractors, functional design including Environmental Impact Assessment, tender documents, and the procurement of design-build works Contractor. Phase 2 will cover the supervision of the implementation of the Design and Works of the two (2) New Wastewater treatment plants (WWTP) by the appointed Contractor, following the FIDIC Yellow Book form of contracting. It is expected to require approximately 24 months construction plus a 12 months defects notification period and operation and training assistance after completion of construction (36 months including the DNP). During Phase 2 the Consultant will continue to provide overall project management, construction supervision, monitoring and quality assurance of construction works and accompanying measures.
8.
Maximum budget:
EUR 5,762,400
9.
Scope for additional services
The Contracting Authority may, at its own discretion and subject to the availability of funding, extend the scope and duration of the project to cover complementary and/or additional services.
In case of complementary services, the extension shall be up to a maximum not exceeding 50% of the initial contract value. In case of additional services, such extension shall be up to a maximum not exceeding the length and value of the initial contract.
Any extension of the contract would be subject to satisfactory performance by the Contractor.
10.
Eligibility:
Participation is open to all legal or natural persons participating either individually or in a grouping (consortium) of candidates. Participation is also open to international organizations. There are no nationality restrictions.
11.
Sub-contracting
Subcontracting is allowed up to a maximum of 15% of the initial contract value.
12.
Provisional date of invitation to tender:
September 2017
13.
Provisional commencement date of the contract:
December 2017
14.
Initial period of implementation of tasks
The consultancy assignment is for a period of no longer than Forty Eight (48) months plus a maximum of Twenty Four (24) months to oversee the training after construction. This period may be extended, with the prior approval of EIB. See also item 7 above.
15.
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 sub-contractors.
i. Economic and Financial Capacity:
The annual turnover (individual company or consortium overall) of the candidate must be of at least EUR 3,500,000 for each of the last three (3) years for which accounts have been closed.
(a) Current ratio (current assets/current liabilities) in the last year for which accounts have been closed must be at least 1. In case of a consortium this criterion must be fulfilled by the leader of the consortium.
Note to candidates: In the application form, please make sure to include the actual year for which the data is provided.
ii. Professional capacity of candidate
(a) The number of the permanent staff of the candidate (individual company or consortium overall) currently working in fields related to this contract must be at least 15 for each of the last three (3) years (2014, 2015, 2016).
iii. Technical capacity of candidate
(a) The candidate (individual company or consortium altogether) has successfully implemented, during the last 5 years (must have been successfully completed i.e. final payment made by the client at any time during the period from January 2012 up to the deadline of submission of applications as indicated under item 23 below), at least 3 projects for/including Topographic and Geotechnical Surveys, preparation of Functional Design and Environmental and Social Impact Assessment and preparation of Tender Document for design-build works based on FIDIC Yellow Book contracts, of Waste Water Treatment Plants with capacity at least 150,000 P.E with secondary treatment.
(b) The candidate (individual company or consortium altogether) has successfully implemented, during the last 5 years (must have been successfully completed i.e. final payment made by the client or taking over certificate issued at any time during the period from January 2012 up to the deadline of submission of applications as indicated under item 23 below), at least 3 project for/including Supervision of the implementation of Design Build Contracts for Construction of Waste Water Treatment Plants with capacity of at least 70,000 m3/day, including training of the operational staff.
(c) The candidate (individual company or consortium altogether) has successfully implemented at least one (1) project for/including construction supervision (on behalf of employer/contracting authority) for any kind of construction which is governed by FIDIC Yellow Book contract conditions.
(d) The candidate has successfully implemented at least one (1) project for/including preparation of Resettlement Action Plan.
At least one (1) of the reference projects a) and b) must have been accomplished in a developing country.
At least one (1) of the reference projects a) and b) must include anaerobic digestion.
The sub criteria can be covered either under 1 project or separate projects for each sub criterion under separate references.
If a candidate/tenderer has implemented the project in a consortium, the percentage that the candidate/tenderer has successfully completed must be clear from the documentary evidence, together with a description of the nature of the services provided if the selection criteria relating to the pertinence of the experience have been used.
If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be reexamined to identify the eight best candidates. The only factors which will be taken into consideration during this re-examination are:
1) the cumulative contract value of references (proportion carried out by candidate) satisfying technical capacity criterion 21.iii.(a) and 21.iii.(b) of the applicants whose number of occurrences are equal shall be taken into consideration.
16.
Deadline for receipt of applications
The applications must be received no later than 10:30 hours Zambian time on 16/08/2017. Any application received after this deadline will not be considered.
17.
Application Format and details to be provided:
18.
Additional information before the deadline for submission of applications
Interested Candidates may submit questions no later than 16:00 hours Zambian time on 04/08/2017 via the postal or email addresses below, specifying the reference code and the contract title.
Any clarification of the contract notice will be sent to the applicants by the Promoter and any corrigendum to the contract notice will be published in the Official Journal of the European Union (OJEU) website (
http://ted.europa.eu/TED/main/HomePage.do) at the latest on 10/08/2017.
19.
How applications may be submitted
Applications must be submitted in English in a sealed envelope:
• EITHER by recorded delivery (official postal service) to :
Plot No. 871/2 Katemo Road, Rhodes Park. P.O Box 50198 Lusaka, Zambia, For the attention of: Mr. Hector Machilika
In this case, the delivery record makes proof of compliance with the time-limit for receipt.
• OR hand delivered (including courier services) in return for a signed and dated receipt to:
The tender box at LWSC Head Office at the following address: Plot No. 871/2 Katemo Road, Rhodes Park. P.O Box 50198 Lusaka, Zambia
In this case, the acknowledgment of receipt makes proof of compliance with the time-limit for receipt.
The applications must be also sent in pdf format to the following e-mail addresses:
MjE5VVJQYVxfWk5QVVZZVlhOLVRaTlZZG1BcWg==,
MTZnW3NvZ1xfZmllOnNbYmlpKF1pZw==, and
MjE5WE5dUlpPZE4eLWZOVVxcG1BcWg==
The Applications must be marked “LWSC/LSP/EIB/CS-001/2017: Expression of Interest. Provision of Consultancy Services for Preparation of Functional Designs, Tendering and Construction Supervision for Proposed New Ngwerere and Chunga Wastewater Treatment Plants in Lusaka”.
Applications submitted by any other means will not be considered.
By submitting an application candidates accept 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.
20.
Additional information
This tender procedure is launched with “suspension clause”. This entails that the award of the contract is subject to the signature of a Finance Contract between the EIB, and the Promoter (LWSC). The candidates interested in participating in this tender procedure must be fully aware that in no event shall the Contracting Authority be liable for any damages whatsoever including, without limitation, damages for loss of profits / costs incurred by applicant in preparing and submitting his application, in any way connected with the cancellation of the tender procedure on the ground of the “suspension clause” even if the Contracting Authority has been advised of the possibility of damages.
As such, by submitting their application, the candidate accepts in full the use of the “suspension clause” in this tender procedure as well as its possible consequences.