logo

 Download the pdf here

               GOVERNMENT OF THE REPUBLIC OF ZAMBIA

                              MINISTRY OF AGRICULTURE

                            B I D D I N G D O C UME N T S

                                                  FOR

TENDER NO. MoA/UNDP/SCRALA/W/001/2022 FOR CONSTRUCTION OF BULKING CENTRES IN SESHEKE, MULOBEZI, NAMWALA, SIAVONGA, MAFINGA, CHAMA, SIOMA, LUANGWA, CHONGWE, RUFUNSA, MAMBWE, CHIRUNDU AND GWEMBE DISTRICTS

Programme: Strengthening Climate Resilience of Agricultural Livelihoods in Agro-Ecological Regions I and II in Zambia Project (SCRALA

ISSUED ON: JULY, 2022 1-ii Section 1 – Instructions to Bidders

THE GOVERNMENT OF THE REPUBLIC OF ZAMBIA

MINISTRY OF AGRICULTURE

INVITATION FOR BIDS (IFB)

TENDER NO: MoA/UNDP/SCRALA/W/001/2022: TENDER FOR THE PROPOSED CONSTRUCTION OF BULKING CENTERS IN SESHEKE, MULOBEZI, NAMWALA, SIAVONGA, MAFINGA, CHAMA, SIOMA, LUANGWA, CHONGWE, RUFUNSA, MAMBWE, GWEMBE AND CHIRUNDU DISTRICTS

The Ministry of Agriculture has received funds under the “Strengthening Climate Resilience of Agricultural Livelihoods in Agro-Ecological Regions I and II in Zambia Project (SCRALA) – supported by Green Climate Fund (GCF) through the United Nations Development Programme (UNDP) and intends to apply part of the funding to payments for the Proposed Construction of Bulking Centers in Sesheke, Mulobezi, Namwala, Siavonga, Mafinga, Chama, Sioma, Luangwa, Chongwe, Rufunsa, Mambwe, Gwembe, and Chirundu Districts.

The Ministry of Agriculture now invites sealed bids from eligible bidders in Category B, Grade 5 and 6 registered with the National Council for Construction for the tender for the proposed construction of Bulking Centers in Sesheke, Mulobezi, Namwala, Siavonga, Mafinga, Chama, Sioma, Luangwa, Chongwe, Rufunsa, Mambwe, Gwembe and Chirundu Districts.

Bidding will be conducted through National Competitive Bidding (NCB)) a procedure specified in the Public Procurement Act No. 8 of 2020 and the Public Procurement Regulations of 2022.

The Bidding document will be obtained from the office of the Head, Procurement and Supplies Unit at the Ministry of Agriculture, Ground Floor, Mulungushi House, Room G03, Independence Avenue, P.O. Box 50197, Lusaka, Zambia, upon payment of a non-refundable fee of K500.00 in cash. The contact telephone no. is 260-1-254645. HOWEVER, TELEFAX BIDS WILL NOT BE ACCEPTED. Section 1 – Instructions to Bidders 1-iii

The Bids shall be valid for a period of 120 days after Bid opening and must be accompanied by a Bid-Securing Declaration. The Bid-Securing Declaration shall be in the sample format provided in the Bidding Document.

Interested bidders may obtain further information and inspect the bidding document from the office of the Head, Procurement and Supplies Unit at the Ministry of Agriculture, Ground Floor, Mulungushi House, Room G03, Independence Avenue, P.O. Box 50197, Lusaka, Zambia.

Bids shall be submitted in accordance with the Instructions to Bidders contained in the Bidding Documents. All bids, in sealed envelopes, must be clearly be marked ‘’Tender for the Proposed Construction of Bulking Centers in Sesheke, Mulobezi, Namwala, Siavonga, Mafinga, Chama, Sioma, Luangwa, Chongwe, Rufunsa, Mambwe, Gwembe and Chirundu Districts.

Bids shall be deposited in the Tender Box at the Ministry of Agriculture, Procurement and Supplies Unit, Ground Floor, Mulungushi House, on or before Friday, 4th August, 2022 at 10.00 hours local time.

Bids delivered after the deadline stipulated above will be rejected and returned unopened to the Bidder(s). The Bids will be opened in the Ministry, Main Conference Room No.436, 4th Floor, Mulungushi House at the Ministry of Agriculture, on the same date soon after closing, in the presence of bidders or their representatives who choose to attend. LATE BIDS SHALL NOT BE ACCEPTED.

Head- Procurement and Supplies Unit

For/ Permanent Secretary

MINISTRY OF AGRICULTURE 1-iv Section 1 – Instructions to Bidders

Standard Bidding Document

Table of Contents

PART 1 – Bidding Procedures ……………………………………………………………………………….. 1-1

Section 1 – Instructions to Bidders ………………………………………………………………………….. 1-3

Section II – Bid Data Sheet (BDS) ………………………………………………………………………… 1-29

Section III – Evaluation and Qualification Criteria ………………………………………………….. 1-35

Section IV – Bidding Forms …………………………………………………………………………………. 1-45

Section V – Eligible Countries ……………………………………………………………………………….. 1-1

PART 2 – Employer’s Requirements ……………………………………………………………………… 2-2

Section VI – Employer’s Requirements …………………………………………………………………… 2-3

PART 3 – Conditions of Contract and Contract Forms ………………………………………….. 3-1

Section VII. General Conditions of Contract …………………………………………………………… 3-3

Section VIII. Particular Conditions of Contract……………………………………………………… 3-29

Section IX – Contract Forms ………………………………………………………………………………… 3-33 1-1

PART 1 – Bidding Procedures 1-3

Section 1 – Instructions to Bidders

Table of Clauses

  1. General ………………………………………………………………………………………………………. 1-5
  2. Scope of Bid ………………………………………………………………………………………………… 1-5
  3. Source of Funds …………………………………………………………………………………………… 1-5
  4. Fraud and Corruption ……………………………………………………………………………………. 1-5
  5. Eligible Bidders …………………………………………………………………………………………… 1-8
  6. Eligible Materials, Equipment and Services …………………………………………………….. 1-9
  7. Contents of Bidding Document ………………………………………………………………….. 1-10
  8. Sections of Bidding Document …………………………………………………………………….. 1-10
  9. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ………………………. 1-11
  10. Amendment of Bidding Document ……………………………………………………………….. 1-12
  11. Preparation of Bids …………………………………………………………………………………… 1-12
  12. Cost of Bidding ………………………………………………………………………………………….. 1-12
  13. Language of Bid …………………………………………………………………………………………. 1-12
  14. Documents Comprising the Bid ……………………………………………………………………. 1-12
  15. Letter of Bid and Schedules …………………………………………………………………………. 1-13
  16. Alternative Bids …………………………………………………………………………………………. 1-13
  17. Bid Prices and Discounts …………………………………………………………………………….. 1-14
  18. Currencies of Bid and Payment ……………………………………………………………………. 1-15
  19. Documents Comprising the Technical Proposal ……………………………………………… 1-15
  20. Documents Establishing the Qualifications of the Bidder ………………………………… 1-15
  21. Period of Validity of Bids ……………………………………………………………………………. 1-15
  22. Bid Security ………………………………………………………………………………………………. 1-16
  23. Format and Signing of Bid …………………………………………………………………………… 1-18
  24. Submission and Opening of Bids ……………………………………………………………….. 1-18
  25. Sealing and Marking of Bids ……………………………………………………………………….. 1-18
  26. Deadline for Submission of Bids ………………………………………………………………….. 1-19
  27. Late Bids …………………………………………………………………………………………………… 1-19
  28. Withdrawal, Substitution, and Modification of Bids ……………………………………….. 1-19
  29. Bid Opening ………………………………………………………………………………………………. 1-20
  30. Evaluation and Comparison of Bids ………………………………………………………….. 1-21
  31. Confidentiality …………………………………………………………………………………………… 1-21 1-4 Section I – Instructions to Bidders
  1. Clarification of Bids ……………………………………………………………………………………. 1-21
  2. Deviations, Reservations, and Omissions ………………………………………………………. 1-21
  3. Determination of Responsiveness …………………………………………………………………. 1-22
  4. Nonconformities, Errors, and Omissions ……………………………………………………….. 1-22
  5. Correction of Arithmetical Errors …………………………………………………………………. 1-23
  6. Conversion to Single Currency …………………………………………………………………….. 1-23
  7. Margin of Preference ………………………………………………………………………………….. 1-23
  8. Evaluation of Bids………………………………………………………………………………………. 1-24
  9. Comparison of Bids ……………………………………………………………………………………. 1-25
  10. Qualification of the Bidder ………………………………………………………………………….. 1-25
  11. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ……………….. 1-25
  12. Award of Contract ……………………………………………………………………………………. 1-26
  13. Award Criteria …………………………………………………………………………………………… 1-26
  14. Notification of Award …………………………………………………………………………………. 1-26
  15. Signing of Contract …………………………………………………………………………………….. 1-26
  16. Performance Security ………………………………………………………………………………….. 1-27
  17. Adjudicator ……………………………………………………………………………………………….. 1-27 Section I – Instructions to Bidders 1-5

Section I – Instructions to Bidders

A. General

1. Scope of Bid

1.1 The Employer, as indicated in the BDS, issues this Bidding Document for the procurement of the Works as specified in Section 6 (Employer’s Requirements). The name, identification, and number of contracts of this bidding are provided in the BDS.

1.2 Throughout this Bidding Document:

(a) the term “in writing” means communicated in written form and delivered against receipt;

(b) except where the context requires otherwise, words indicating the singular also include the plural and words indicating the plural also include the singular; and

(c) “day” means calendar day;

(d) the term “Project Manager” refers to the officer, body or institution appointed under Section 57 of the Public Procurement Act of 2008 as Contract Manager;

(e) “Government” refers to the Government of the Republic of Zambia, any Procuring Entity or the relevant approvals authority as defined in the Public Procurement Act of 2008; and

(f) “ZPPA” refers to the Zambia Public Procurement Authority.

2. Source of Funds

2.1 The Procuring Entity indicated in the BDS has applied for or received financing (hereinafter called “funds”) toward the cost of the project or programme named in the BDS. The Employer intends to apply a portion of the funds to eligible payments under the contract(s) for which this Bidding Document is issued.

2.2 Payments by the Employer will be made only at the request of the Project Manager

3. Fraud and Corruption

3.1 It is the Government’s policy to require that Employers (including beneficiaries of the funds), as well as bidders, suppliers, and contractors and their agents (whether declared or not), personnel, subcontractors, sub-consultants, service providers and suppliers, under Government-financed contracts, observe the highest standard of ethics during the procurement