II.1.4)Short description:
The DCSC will be engaged to perform as ‘the Engineer’ as defined by FIDIC forms of contract, for the above contract. The DCSC will design and administer the construction contracts for all the packages presented below and ensure that the works are constructed in accordance with the provisions stated in the conditions of contract, drawings, specifications and bills of quantities. In parallel with these activities the DCSC shall support the MWSC’s PIU in their work to ensure smooth project implementation. All works shall be carried out in full compliance with the Zambian requirements.
The overall duration of the service contract shall be 54 months including the defects liability period of the network works contracts. The details provided in the table are indicative and are based on the outcome of a feasibility study conducted on the water and sewerage network.
II.2.4)Description of the procurement:
Design and construction supervision Chililabombwe: this contract will include the following:
• 21 km of bulk water pipeline that require new installation and or upgrades;
• 33 km of reticulation extensions into unserviced areas;
• 20 km of water networks rehabilitation in existing areas;
• 33 km of bulk sewer network upgrades;
• 1 Pump station;
• 3 Reservoirs;
Design and Construction Supervision Chingola:
This contract will include the following:
• 29 km of bulk water pipeline that require new installation and or upgrades;
• 54 km of reticulation extensions into unserviced areas;
• 42 km of water networks rehabilitation in existing areas;
• 54 km of sewer network upgrades;
• 3 Pump stations;
• 11 Reservoirs.
Design and Construction Supervision Mufulira:
This contract will include the following:
• 17 km of bulk water pipeline that require new installation and or upgrades;
• 5 km of reticulation extensions into unserviced areas;
• 18 km of water networks rehabilitation in existing areas;
• 5 km of sewerage network upgrades;
• 2 Pump stations;
• 8 Reservoir.
II.2.5)Award criteriaQuality criterion - Name: Qualification / Weighting: 83.80
Quality criterion - Name: Adequacy and quality of the proposed methodology and work plan in responding to the terms of reference / Weighting: 245.49
Quality criterion - Name: Key experts / Weighting: 543.46
Quality criterion - Name: Overall weighted assessment / Weighting: 872.75
Quality criterion - Name: Overall weighted assessment (%) / Weighting: 83.76 %
Cost criterion - Name: Proposal price under consideration (EUR) / Weighting: 2,568,725.00
Cost criterion - Name: Fm (Lowest financial proposal following arithmetic corrections) / Weighting: 2,568,725.00
Cost criterion - Name: Sf (Bidder with the lowest financial proposal following arithmetic corrections) / Weighting: 100.00
Cost criterion - Name: F (Price of proposal under consideration) / Weighting: 2,568,725.00
Cost criterion - Name: Sf bidder / Weighting: 100.00
Cost criterion - Name: St bidder (Technical Score) / Weighting: 83.76
Cost criterion - Name: Weighted Technical Score / Weighting: 67.01
Cost criterion - Name: Weighted financial score / Weighting: 20.00
Cost criterion - Name: S: Combined weighted technical and financial score / Weighting: 87.01