EIB - Detailed design and construction supervision services for water and sewer networks (примерный перевод: EIB - Детальное проектирование и услуги по надзору за строительством для водопроводных и канализационных сетей) (Замбия - Тендер #2024565)
Поделиться
Для перевода текста тендера на нужный язык воспользуйтесь приложением:
Доступ к полной информации по данной закупке закрыт. Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации. .
Регистрация
1.Publication referenceLWSC/LSP/EIB/CS-003/2017
2.ProcedureRestricted tender
3.Programme titleLusaka Sanitation Programme
4.FinancingEuropean Investment Bank, 98-100, boulevard Konrad Adenauer, L-2950, Luxembourg, Grand Duchy of Luxembourg
5.Contracting AuthorityLusaka Water and Sewerage Company, Head Office. Plot No. 871/2 Katemo Road, Rhodes Park. 257579-83 / 250002 / 251571. Lusaka, Zambia
6.Nature of contractFee based
7.Contract descriptionLWSC with the support of EIB will engage the services of a competent consulting firm to:a) Undertake detailed engineering surveys and designs of the sub projects which
include topographic surveys, civil, structural, process, hydraulic computation and analysis, mechanical and electrical designs along with the working drawings and specifications;b) Engage the
major polluting Industries in Lusaka, for the acceptance of industry sewage measurement equipment with vandalism proof chambers;c) Preparation of Environmental and Social Impact Assessment (ESIA)
and Resettlement Action Plan (RAP) and its implementation, including land valuation and acquisition, based on a framework ESIA and RPF (Resettlement Policy Framework) carried out by the
Contracting Authority;d) Prepare tender documentation and assist LWSC in tender administration process;e) Undertake contract administration and construction supervision.The consultancy services
assignment will be delivered in two phases. Phase 1 will cover topographic and geotechnical surveys, prequalification of works Contractors, detailed engineering design, and tender documents,
procurement of the works Contractor. Phase 2 will cover the implementation by the Project from appointment of the works Contractor to completion of the works following the FIDIC Red Book form of
contracting and is expected to require approximately 24 months construction plus a 12 months defects notification period (DNP).
8.Maximum budgetEUR 4,606,200
9.Scope for additional servicesThe 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.EligibilityParticipation 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-contractingSubcontracting is allowed up to a maximum of 15% of the initial contract value.
12.Provisional date of invitation to tenderOctober 2017
13.Provisional commencement date of the contractJanuary 2018
14.Initial period of implementation of tasksThe consultancy assignment is for a period of no longer than Forty Eight (48) months, inclusive 12 months DNP.
15.Selection criteriaThe 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:(a) The annual turnover (individual company or consortium overall) of the candidate must be of at least EUR 3,000,000 for each of the last three (3) years for which accounts have been
closed.(b) 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 17 below), at
least 3 project for/including Topographic and Geotechnical Surveys and preparation of Detailed Design and Environmental and Social Impact Assessment and preparation of Tender Document for
construction works based on FIDIC Red Book contract conditions or equivalent of at least 40 km sewerage main collectors and secondary sewerage system each. At least one of the projects should
include pumping station with capacity of at least 200 l/s.(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 17 below), at least 3 project for/including Supervision of Construction of at least 40 km sewerage main collectors and secondary sewerage system each. At least one of the
projects should include pumping station with capacity of at least 200 l/s.(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 Red 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.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.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 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 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 15.iii.(a) and (b) of the applicants whose number of occurrences
are equal shall be taken into consideration.
16.Award criteriaBest price-quality ratio.
17.Deadline for receipt of applicationsThe applications must be received no later than 16:00 hours Zambian time on 2/10/2017.Any application received after this deadline will not be
considered.Interested Candidates may submit questions no later than 16:00 hours Zambian time on 11/09/2017 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 21/09/2017.
18.Application Format and details to be provided:Interested consulting firms must request for the application form in writing from the Procurement Specialist via the postal or e-mail address
provided below.
19.How applications may be submittedApplications 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 MachilikaIn 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, ZambiaIn 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: hectormachilika@gmail.com, mayumbelok@yahoo.com, and kapembwa1@yahoo.comThe Applications must be marked “LWSC/LSP/EIB/CS-003/2017: Expression of Interest. Provision of Consultancy
Services for Detailed Design and Construction Supervision for Rehabilitation and Upgrading of Main Sewer Collectors, Sewage Pump Stations, Septic sludge Receiving Station and Industrial
Measurement Equipment 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.Operational languageAll written communications for this tender procedure and contract must be in English.
21.Additional informationThis tender procedure is launched with “suspension clause”. This entails that the award of the contract is subject to the signing 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 or the EIB 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.
Источник закупки
Перейти
Импорт - Экспорт по стране Замбия
Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.
Портал отображает информацию о закупках, публикуемых в сети интернет и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей, являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя. На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet, которые нужны для статистики посещения ресурса.