Capture.png

August 14, 2022

ZAMBIA RAILWAYS LIMITED
A Member of Group of Companies

INVITATION FOR EXPRESSIONS OF INTEREST

REFERENCE NO : ZRL/EOI/001/2022

TENDER TITLE : CONSULTANCY SERVICES FOR THE DETAILED
INSPECTION, DESIGN, TENDER DOCUMENT PREPARATION AND
CONSTRUCTION SUPERVISION OF THE BOMBWE BRIDGE.

1.0 INTRODUCTION

Zambia Railways Limited (the Client) was allocated funds from the Government of the Republic of
Zambia and intends to apply part of the funds to payments under the contract for Consultancy
Services for the Detailed Inspection, Design, Tender Document Preparation and Construction
Supervision of the Bombwe Bridge.

The existing bridge has outlived its design life and requires remedial actions to support train
operations in the interim. The consultant will be expected to undertake detailed inspections of
the existing bridge and propose appropriate shortterm rehabilitation measures including their
cost estimates.

A detailed inspection of the existing substructures located next to the operational bridge
including the railway embankment approaches for a replacement bridge meant to link the
replacement bridge to the railway shall also undergo a detailed inspection to establish,
particularly the structural integrity of the reinforced concrete substructures. The Consultant will
also be expected to prepare detailed designs of the replacement bridge superstructure including
Bidding Documents for the construction of the replacement bridge. The consultant shall further
undertake the necessary Environmental and Social Impact Assessment for the project.

Zambia Railways Limited (ZRL) now invites eligible consultants to express interest in
providing these services.

2.0 PROJECT BRIEF

The project is estimated to take thirtythree (33) months and consists of a fivespan railway
bridge of approximately 75 m total length. The bridge is designed with substructures comprising
four reinforced concrete piers and abutments whose foundations are piled.

The consultancy services are envisaged to cover the following:

a) Detailed inspection of existing operational bridge
b) Detailed inspection of replacement bridge substructure and design of superstructure.

c) Preparation of Tender documents

d) Supervision of works for a replacement bridge

e) Post Construction services

3.0 QUALIFICATIONS OF CONSULTANTS

a. Team Leader

The Proposed specialist must have an educational background of Bachelor in Engineering (Civil)
or Equivalent with international experience as team leader /Senior Bridge Engineer in design
and/or supervision of railway bridges of which there must be at least one 80m Steel Railway
bridge. The proposed specialist shall have atleast 20 years of professional experience in the field
of assignment.

b. Bridge Design Engineer/Substructure

The Proposed specialist must have an educational background of Bachelor in Engineering (Civil)
or Equivalent with proven experience in design of different types of bridges and culverts. The
proposed specialist shall have at least 15 years of professional experience in the field of
assignment.

c. Bridge Design Engineer/Superstructure

The Proposed specialist must have an educational background of Bachelor in Engineering (Civil)
or Equivalent with proven experience in design of different types of railway bridges and culverts.
The proposed specialist shall have at least 10 years of professional experience in the field of
assignment.

d. Geomatic Engineer

The Proposed specialist must be a qualified surveyor with an educational background of
Bachelors’ degree in Geomatic Engineering or Land Surveying with at least 10 years of
professional experience in road/railway surveying, data computation, drawings production and
interpretation.

e. Railway Engineer

The Proposed specialist must have an educational background of Bachelor in Engineering (Civil)
or Equivalent with proven experience in design of Railways. Experience of railway construction
supervision is preferable. The proposed specialist shall have at least 15 years of professional
experience in the field of assignment.

f. Environmentalist

The Proposed specialist must have an educational background of Bachelor in Environmental
Science /Engineering with proven experience in environmental assessment and mitigation with
specialized knowledge in safety issues in bridge projects. The proposed specialist shall have at
least 12 years of professional experience in the field of assignment.

g. Procurement Specialist
The Proposed specialist must have an educational background of Bachelor in Purchasing and
Supply, Chartered Institute of Purchasing and Supply (CIPS) or equivalent or Bachelor’s degree
in Engineering with extensive experience in preparation of bid documents for railway and bridge
projects with fair knowledge in international contract. Knowledge of Zambian Procurement law
is preferable. The proposed specialist shall have at least 10 years of professional experience in
the field of assignment.

h. Resident Engineer Bridge

The Proposed specialist must have an educational background of Bachelor in Engineering (Civil)
or Equivalent with proven experience in construction supervision of bridges of which there must
be at least one 80m long Steel girder bridge.

The proposed specialist shall have at least 15 years of professional experience in the field of
assignment.

i. Resident Engineer Railway

The Proposed specialist must have an educational background of Bachelor in Engineering (Civil)
or Equivalent with proven experience in construction supervision of railway.

The proposed specialist shall have at least 15 years of professional experience in the field of
assignment.

j. Quantity Surveyor

The Proposed specialist must have an educational background of Bachelor in Quantity Surveying
or Equivalent with experience in preparation of BOQ and Cost estimates for railway/road and
bridge projects, knowledge in Construction of bridges and railways. The proposed specialist shall
have at least 10 years of professional experience in the field of assignment

k. Geotechnical Engineer

The Proposed specialist must have an educational background of Bachelor in Geotechnical
Engineering or Equivalent with experience of Geotechnical study, analysis, and testing of soil
samples for rail/road and bridge works. The proposed specialist shall have at least 10 years of
professional experience in the field of assignment.

l. Construction Planner

The Proposed specialist must have an educational background of Bachelor in Engineering (Civil)
or Equivalent with proven experience in construction planning and execution of railway bridges.
The proposed specialist shall have at least 10 years of professional experience in the field of
assignment.

m. Hydrologist/Hydraulic Engineer

The Proposed specialist must have an educational background of Bachelor in Engineering (Civil)
or Science with experience of field Hydrology, for bridge design and analysis of hydrological
conditions. The proposed specialist shall have at least 10 years of professional experience in the
field of assignment.

4.0 ELIGIBILITY
The Expression of Interest is to both Local and International Consultancy firms. The
international consultancy firms shall comply with section 113 (d) of the Zambia Public
Procurement Regulations of 2022 which mandates them to partner with Citizen Bidders.(Citizen
and Local Bidders must be registered Members of the Engineering Institution of ZambiaEIZ)

Interested consultants / partnerships must provide information indicating that they are qualified to
perform the services (proof of company registration, valid tax compliance certificates, brochures,
description of similar assignments, experience in similar conditions, availability of appropriate
skills among staff, etc.) and additional information as mentioned below:

a) Name, address, telephone ,fax numbers and email address

b) Organization Structure of the firm

c) Present work load(amount and type of work, country and assignment and experts
deployed)

d) Any other details deemed fit to enable the Client to appreciate their relevant capability.

5.0 SUBMISSION

Expressions of Interest clearly marked CONSULTANCY SERVICES FOR THE
DETAILED INSPECTION, DESIGN, TENDER DOCUMENT PREPARATION AND
CONSTRUCTION SUPERVISION OF THE BOMBWE BRIDGEZRL/EOI/001/2022
must be submitted to Zambia Railways Limited addressed to the Manager Procurement and
Supplies, corner of Ghana and Buntungwa avenue, P.O Box 80935, Kabwe, Zambia on or before
5th September 2022 at 10:30hrs Local time.

Expressions of Interest can also be accessed on the Zambia Railways website
www.zrl.com.zm
and
https://sararail.org.
For any Clarifications email
mehetabel.mumbwala@zrl.com.zm and
sampaya.sankombo@zrl.com.zm

Manager Procurement and Supplies

Zambia Railways Limited


17052203-6993-41B8-95B3-3EE88DFEACEB-1200x824-1.jpeg

May 16, 2022

The Elsewedy Electric Company of Egypt local unit has disclosed that it intends to invest about $500 million and will set up its own mining company in Zambia. However, the planned investments are currently at concept stage.

Speaking in an exclusive interview with the Zambian Business Times – ZBT Elsewedy Electric country Manager Mohamad Hassan said the investment budget is not yet out or finalized but is projected to be about US$500 million in total investments.

El Sewedy Electric country Manager disclosed that the mineral to be mined is Copper which will be locally fabricated to produce copper rods used in making transformers, wires, and also start to make sheets for automotive batteries etc.

When asked by ZBT where the El Sewedy Copper Mine would be located and if the company has acquired a mining licence, the Country Manager said the place where the mine is to be set has not yet been finalized as they are still in talks with other stakeholders.

Hassan said for the mining development and eventual mining operations, the company is projecting to employ over ten thousand (10,000) Zambian employees. He stated that the company currently has many projects in Zambia which include a transformer unit established in 2009 co-owned by el Sewedy and ZESCO with about 120 permanent employees.

El Sewedy Electric country Manager said the motive behind the investment is to foster development as the company is a chain as it is specialises in Wire & cable, electrical products, smart infrastructure and infrastructure development.

He said from the same mining which where the main shareholder will be government, the company intends to create a Fabrication factory which will be making rods for cables, sheets, wires, wire copper core for transformers etc.

He said once the new projects are actualized, they will mainly benefit local Zambian people as most of the 10,000 people to be employed will be Zambians. The Country Manager said the projects are likely to commence this year but could however not disclose the actual month when further queried by ZBT.


02.jpg

November 18, 2021

2ème projet ONAS : Date limite 18/01/2022 / Caution : 141 126 Dollars

 

carrying out of the study and works of the purification station of the industrial zone of Monastir and connection of raw water and purified water

 

  1. For the Equipment part: Have completed at least one wastewater treatment plant equipment project with an average daily flow rate greater than or equal to 2000 m3 / d.

 

  1. For the civil engineering part: Have achieved at least:

– a wastewater treatment plant project with an average daily flow rate greater than or equal to 1000 m3 / d

Or

– one (01) hydraulic works or engineering works for a total amount greater than or equal to five (05) million Tunisian dinars


011.jpg

November 18, 2021

1er projet SONEDE : Date limite 10/02/2022 / Caution : 370 000 Dollars

 

the design, construction and semi-industrial start-up (turnkey) of a 4 m3 / s surface water treatment complex in Béjaoua in the governorate of Manouba.

Series n ° 1: design and studies, supply of construction equipment, turnkey implementation, and semi-industrial start-up of a surface water treatment plant in Béjaoua with a nominal capacity of 4 m3 / s that can accept an overload of 25%.

Series n ° 2: design, construction, equipment of a break-load basin and treated water outlet from 2 reinforced concrete storage tanks for treated water with a capacity of 10,000 m3 each

Series n ° 3: study, supply of ductile iron pipes with a diameter of 1800 mm, valves, metering equipment and regulation and protection equipment, laying and installation work and tests for the discharge pipe of raw water with a diameter of 1800 mm in ductile iron on a linear distance of 1900 ml between the raw water pumping station and the treatment station


lusaka-zambia.jpg

November 3, 2021
22/10/2021    S206

Zambia-Lusaka: Wastewater treatment plant construction work

2021/S 206-534809

Contract notice

Works

 

Legal Basis:

 

This contract will be financed by the European Investment Bank (EIB) and subject to EIB’s Guide to Procurement.

Section I: Contracting authority

I.1)Name and addresses

Official name: Lusaka Water Supply and Sanitation Company
Postal address: Plot No. 871/2 Katemo Road, Rhodes Park
Town: Lusaka
NUTS code: ZM Zambia
Postal code: 10101
Country: Zambia
Contact person: Mr. Cheelo Choolwe
E-mail: cheelo.harold3@gmail.com
Telephone: +260 966891060
Internet address(es):
Main address: https://www.lwsc.com.zm

I.3)Communication

Access to the procurement documents is restricted. Further information can be obtained at: https://www.lwsc.com.zm
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address

I.4)Type of the contracting authority

Body governed by public law

I.5)Main activity

Other activity: Water & Sanitation

Section II: Object

II.1)Scope of the procurement

II.1.1)Title:

Detailed Design, Construction and Operation Management of the Proposed New Ngwerere and Chunga Wastewater Treatment Plants in Lusaka, Zambia

Reference number: EIB-GtP/LWSC/LSP/EIB/W-001/2017

II.1.2)Main CPV code

45252127 Wastewater treatment plant construction work

II.1.3)Type of contract

Works

II.1.4)Short description:

Detailed Design and Construction of the new Ngwerere Wastewater Treatment Plant, with a capacity of 70,000 m3/day, and the new Chunga Wastewater Treatment Plant with a capacity of 26,000 m3/day in Lusaka, Zambia, 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.

II.1.5)Estimated total value

II.1.6)Information about lots

This contract is divided into lots: no
II.2)Description

II.2.3)Place of performance

NUTS code: ZM Zambia
Main site or place of performance:

Lusaka, Zambia

II.2.4)Description of the procurement:

Procurement will be through restricted procedure with prequalification

II.2.5)Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value

II.2.7)Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no

II.2.9)Information about the limits on the number of candidates to be invited

Envisaged minimum number: 8
Maximum number: 20
Objective criteria for choosing the limited number of candidates:

All applicants meeting the evaluation criteria will be shortlisted.

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: no

II.2.13)Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation

III.1.2)Economic and financial standing

List and brief description of selection criteria:

 

(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) Financial Capabilities: Other Sources of Finance The applicant shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments.

(c) 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.

(d) 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 and Debt Ratio (Total Liabilities/Total Assets) ≤ 0.8.

III.1.3)Technical and professional ability

List and brief description of selection criteria:

 

(a) General 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 23 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 23 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 23 below the design of a least one waste water treatment plant.

(d) At least one (1) of the reference projects in (a) or (b) must have been accomplished in a country with a low-income or lower-middle income economy as listed by the World Bank.

(e) The applicant (individual company or consortium altogether) has successfully operated, managed and trained a client’s operational staff for at least three (3) wastewater treatment plants with a design capacity of 20,000 m3/day or more.

(f) Environmental & Social and Health and Safety (ESHS) Experience. The applicant (individual company or consortium altogether) shall provide evidence of contracts completed and under implementation as prime contractor, joint venture member, management contractor or subcontractor demonstrating significant ESHS Impact.

Minimum level(s) of standards possibly required:

The applicant (individual company or consortium altogether) shall demonstrate availability of a valid ISO certification or internationally recognized equivalent as follows: Quality Management certificate ISO 9001, Environmental Management certificate ISO 14001 and Health and Safety certificate OHSAS 18001.

III.2)Conditions related to the contract

III.2.2)Contract performance conditions:

The successful tenderer for the Works Contract will be asked to provide a performance guarantee of 10% of the amount of a contract at the signing of the contract. This guarantee must be provided together with the return of the countersigned contract no later than 30 days after the tenderer receives the contract signed by the Contracting Authority. If the selected tenderer fails to provide such a guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted the next cheapest compliant tender.

Section IV: Procedure

IV.1)Description

IV.1.1)Type of procedure

Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system

IV.1.8)Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information

IV.2.1)Previous publication concerning this procedure

Notice number in the OJ S: 2021/S 141-371586

IV.2.2)Time limit for receipt of tenders or requests to participate

Date: 30/11/2021
Local time: 12:00

IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 05/01/2022

IV.2.4)Languages in which tenders or requests to participate may be submitted:

English

IV.2.6)Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 19/03/2022

Section VI: Complementary information

VI.1)Information about recurrence

This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review

VI.4.1)Review body

Official name: Mr.Jonathan Kampata, Managing Director, Lusaka Water Supply and Sanitation Company Limited
Postal address: P.O.BOX 50198, Plot 871/872 Katemo Road, Rhodes Park, Lusaka
Town: Lusaka
Postal code: 10101
Country: Zambia

VI.5)Date of dispatch of this notice:

18/10/2021

Address

(60) Tenth district, Nasr City, Cairo, Egypt
+2 02 247 33 725

+2 02 247 32 677

afcca@outlook.com

LOCATIONS

We serve all africa





GET IN TOUCH

Follow Us

Follow our social media activity