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 The Lusaka Water and Sewerage Corporation (LWSC) is undertaking the implementation of the Lusaka Sanitation Programme (LSP) with financial support from World Bank, African Development Bank (AfDB), European Investment Bank (EIB), German Government via KfW (Kreditanstalt für Wiederaufbau), and the Government of the Republic of Zambia (GRZ). The main objective of the Lusaka Sanitation Programme (LSP) is to provide long-term solutions to the sanitation challenges in Lusaka. The overall investment budget of the programme is € 240 million and is expected to be provided by the International Financial Institutions EIB, KfW, AfDB, the World Bank, and a contribution from the Republic of Zambia / LWSC / Other. 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 the proposed 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, 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. As such, the Consultant’s key outputs shall be as follows; 1. Critical Review of the relevant documents like the Feasibility Study and Water Supply and Sanitation Masterplan 2. Preparation of Prequalification documents and inception report 3. Undertaking of Comprehensive Geotechnical Investigations 4. Preparation of Functional Designs for the 2No. WWTPs, 5. Preparation of Tender Documents and Specifications - Design-Build based on FIDIC Yellow Book. 6. Procurement of Design-Build Contractor (Including a Prequalification stage) 7. Review of the Environmental and Social Impact Assessment and implementation of its recommendations in the detail design and construction phase. 8. Review of the Resettlement Action Plan and its Implementation thereof 9. Construction Supervision over the works period (24 months) and Superintendence over the DNP (12 months) 10.Verification of the Operation and Training after completion of construction (36 months includes DNP) The core team of experts is likely to consist of a Project Manager/Team Leader, Resident Engineers, Assistant Resident Engineer – Electromechanical, Assistant Resident Engineers – Civil, Wastewater Treatment Specialist/Process Engineer, Biogas/Power Generation Specialist, Electromechanical Engineer, Electrical/Automation/SCADA Expert, Procurement/Tender Expert, Civil Works/Structural Engineer, Hydraulic Expert, Environmental Specialist, Economist/Financial Expert, Geotechnical Expert, Sociologist/Social Scientist, Surveyors, Legal Expert, RAP Specialist/Valuer, Quantity Surveyor and Operations and Maintenance Expert. The core team shall be supported by short term experts having expertise in, but not limited to: water company management, asset management and customer management expertise; change and transformation management; and training. Bidders’ proposed staffing will need to include experts who have experience of both design-build contracts as well as experience of working in a similar environment to Zambia. 8. Indicative budget Maximum up to EUR 5,762,400 9. Intended timing of publication of the contract notice March 2017 10. Additional information N/A 11. Legal basis The tenderer will be selected in accordance with procedures set out in the European Investment Bank’s Guide to Procurement for Projects Financed by EIB. http://www.eib.org/infocentre/publications/all/guide-to-procurement.htm?f=search&media=search Remarks: There must be a minimum period of 30 calendar days between the publication of this prior information notice and the publication of the corresponding contract notice. No applications or requests for information should be sent at this stage.
| CPV-Code: |
71530000
|
| Abgabefrist: |
|
| Typ: |
Prior information notice without call for competition |
| Status: |
Not specified |
| Aufgabe: |
Water |
| Vergabestelle: |
| name: |
Lusaka Water and Sewerage Company |
| address: |
Plot No. 871/2 Katemo Road, Rhodes Park |
| postal_code: |
|
| city: |
Lusaka - ZM |
| country: |
ZM |
| email: |
None |
| phone: |
None |
| contact_point: |
|
| idate: |
11. Juni 2020 21:30 |
| udate: |
11. Juni 2020 21:30 |
| doc: |
064556_2017.xml |
| authority_types: |
|
| activities: |
|
|
| Quelle: |
http://ted.europa.eu/udl?uri=TED:NOTICE:064556-2017:TEXT:EN:HTML |
| Unterlagen: |
None |
| Zuschlagskriterium: |
Not specified |
| Vertrag: |
Services |
| Prozedur: |
Not applicable |
| Nuts: |
None |
| Veröffentlichung: |
21.02.2017 |
| Erfüllungsort: |
Lusaka - ZM |
| Link: |
|
| Lose: |
| Name |
Los Nr 1 Zambia__Lusaka__EIB - Leistungen für die Entwurfsprüfung und Bauüberwachung bei Wasser- und Abwasserbehandlungsanlagen |
| Gewinner |
None |
| Datum |
|
| Wert |
None |
| Anzahl Angebote |
None |
|