Design, Construction and Operation Management of the Proposed New Ngwerere and Chunga... Tender

LUSAKA WATER SUPPLY AND SANITATION COMPANY has floated a tender for Design, Construction and Operation Management of the Proposed New Ngwerere and Chunga Wastewater Treatment Plants. The project location is Zambia and the tender is closing on 17 Dec 2021. The tender notice number is LWSC/LSP/EIB/W-001/2017, while the TOT Ref Number is 59929645. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Zambia

Summary : Design, Construction and Operation Management of the Proposed New Ngwerere and Chunga Wastewater Treatment Plants

Deadline : 17 Dec 2021

Other Information

Notice Type : Tender

TOT Ref.No.: 59929645

Document Ref. No. : LWSC/LSP/EIB/W-001/2017

Financier : European Union (EU)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Name :Login to see tender_details

Address : Login to see tender_details

Email : Login to see tender_details

Login to see details

Tender Details

Tenders are invited for Design, Construction and Operation Management of the Proposed New Ngwerere and Chunga Wastewater Treatment Plants in Lusaka, Zambia.

CONTRACT SPECIFICATIONS
6. Description of the contract
Detailed Design and Construction of the new Ngwerere Wastewater Treatment Plant, with
an expected capacity of 70, 000 m
3
/day, and the new Chunga Wastewater Treatment Plant
with an expected capacity of 26, 000 m
3
/day and in Lusaka, Zambia, following the FIDIC
Yellow Book form of contracting. The works are expected to require approximately 24
months construction plus a 12 months Defects Notification Period (DNP), during which
the Contractor will undertake Operational and Maintenance Management and Training of
the Employer-s staff. The Contract may also include an Option to extend the Operational
and Maintenance Management and Training period for up to 3 years. The Works will
include earthworks, civil, mechanical, electrical and instrumentation components.
7. Selection criteria
The following selection criteria will be applied to applicants. 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.
A. Economic and Financial Capacity:
(a) Financial Capacity: Liquidity. The applicant shall demonstrate that it has access to, or
has available, liquid assets, unencumbered real assets, lines of credit, and other
financial means (independent of any contractual advance payment) sufficient to meet
the construction cash flow requirements estimated as EUR 3, 875, 000 for the subject
contract net of the applicant-s other commitments
(b) Average Annual Construction Turnover. Minimum annual construction turnover of
EUR70, 000, 000 for the last 5 years, starting 1st January 2016, calculated as total
certified annual payments received for contracts in progress and/or complete.
Additionally each member of a Joint Venture must meet 25% of this requirement and
additionally one members of a Joint Venture must meet 40% of the requirement.
(c) Financial Capability: Financial Position. The audited balance sheets or, if not
required by the laws of the Applicant-s country, other financial statements for the last
5 years, acceptable to the Employer, shall be submitted and must demonstrate the
current soundness of the Applicant-s financial position based on the following criteria:
Liquidity ratio (Current Assets/Current Liabilities) ≥ 1.1
B. Technical capacity of candidate
(a) General Construction experience. The applicant (individual company or consortium
altogether) in the role of prime contractor, JV member or subcontractor, for at least the
last 5 years, starting 1st January 2016 (must have successfully completed (i.e. final
payment made by the client) at any time during the period from January 2016 up to the
deadline of submission of applications as indicated under item 19 below), at least 3
construction projects each with a total contract price equivalent to EUR30 million or
more.
(b) Specific Construction Experience. The applicant (individual company or consortium
altogether) in the role of prime contractor, JV member, subcontractor, or management
contractor for at least the last 5 years, starting 1st January 2016 (must have
successfully completed (i.e. final payment made by the client) at any time during the
period from January 2016 up to the deadline of submission of applications as indicated
under item 19 below), at least 2 projects based on FIDIC Yellow Book contract
conditions or equivalent that included waste water treatment plants with capacity of at
least 50, 000 m3
/day
(c) Specific Design Experience. The applicant (individual company or consortium
altogether) in the role of prime contractor, JV member, subcontractor, or design
consultant for at least the last 5 years, starting 1st January 2016 (must have
successfully completed (i.e. final payment made by the client) at any time during the
period from January 2016 up to the deadline of submission of applications as indicated
under item 19 below the design of a least one waste water treatment plant utilizing

Documents

 Tender Notice


Procurement Documents for Zambia

Access a comprehensive library of standard procurement documents specific to Zambia. Here, you'll find all the essential forms, guidelines, and templates required for tender applications and submissions in Zambia

Explore Procurement Documents for Zambia


Want To Bid in This Tender?

Get Local Agent Support in Zambia and 60 More Countries.

View All The Services


View Tenders By


Publish Tenders


Have Any Dispute With The Purchaser?