Request for expression of interest : Construction of Boreholes with hand pump for the CSA Project

Good Neighbors International Zambia

Empowering People, Transforming Communities

Good Neighbors Zambia is implementing a Climate Smart Agriculture (CSA) project in Chiwena area of Mumbwa District with support from the Community Chest of Korea. The project aims to improve resilience to Climate Change among local farmers.  To achieve this, part of the funding is to cover the expense under the contract for the Borehole sitting, drilling, supply, and installation of hand pumps in 13 villages of Chiwena Area in Mumbwa District.

The overall objective of the EOI is to preselect borehole drilling construction contractors or firms that will provide construction services of boreholes and hand pumps in 13 selected villages in Chiwena. The specific villages are Mika, Sokotela, Chiwena, Mutebe, Mwambanabantu, Chisaka, Choonta, Kabesa, Kauta and Kayamboma. Others include Mwanamakaya, Kapelabulungu and Sanse. The construction contractors will be responsible for the drilling of boreholes, and construction of related civil works, and the installation of hand pumps.

GNZ is inviting construction contractors to a competitive vendor selection and vetting process. Interested vendors must provide all necessary information and documentation demonstrating they have the required eligibility, competence, legally registered licenses, NCC registration Category C- grade 6, financial liquidity and capable management, and verified client references. Vendors who qualify will be preselected for the next stage of procurement to provide the specific construction services.

Eligibility: The Construction Contractor (applicant) must have and should share copies of a certificate of competency from WARMA, Valid NCC Certificate Grade 6, Category Construction (C) and Valid EIZ Certificate. In addition, the Construction Contractor should share copies of other appropriate documentary evidence demonstrating the applicant’s compliance.

The documentation required to provide evidence of eligibility shall be;

1.      Certificate of Incorporation

2.      Valid Tax Clearance Certificate

3.      Valid Workers Compensation Certificate

4.      Valid NAPSA Certificate

5.      Valid NCC Certificate (Grade 6 category C)

6.      Valid EIZ Certificate

7.      Litigation Status

8.    Documentary evidence establishing the bidders’ qualifications to perform the contract

Criteria for Selection: Interested and eligible construction contractors should provide all necessary information demonstrating that they have all necessary equipment (e.g., drilling and service rigs with respective crews), relevant experience and required professional and financial capacity to successfully complete the construction of rural water supply and sanitation infrastructures, quality, and timeline. Applicants whose applications have met the eligibility requirements (“passed”) and met or exceeded selection criteria below will be prequalified and notified invited for the next stage of procurement.

Technical and professional expertise and qualifications of Key Personnel: The construction contractor must demonstrate that they will deploy at least the key positions that meet the following requirements for each construction site. The construction contractor must provide resumes for these positions as Annexes in their submissions. Applicants may also recommend additional positions as appropriate.

Minimum Qualifications and Experience of Key Personnel proposed for deployment.

  • Project/Contract Manager (1)
    BSc Engineering or equivalent, must be a registered Engineer, general work experience 10 years and similar works 6 years’ experience
  • Site Engineer (Civil) (1)
    BSc Engineering / (Diploma in Water Engineering) general work experience 8 years and similar works 5 years’ experience
  • Hydrogeologist  (1)
    Degree in Mineral Sciences or related field general work experience 7 years and similar works 3 years’ experience
  • Quantity surveyor (1)
    BSc Quantity Surveying general work experience 7 years and similar works 3 years’ experience
  • General Site Foremen(2)
    Craft Certificate / Civil Engineering general work experience 5 years and similar works 5 years’ experience
  • Driller(2)
    Craft Certificate / Civil Engineering general work experience 5 years and similar works 4 years’ experience
  • Pump Test Operator(1)
    Craft Certificate / Civil Engineering general work experience 5 years and similar works 4 years’ experience

Organization’s Capacity – Machinery & Equipment: The construction contractor must demonstrate that it possesses and will deploy the following machinery and equipment for the implementation of the contract if awarded. Provide details in the Annexes.

Type of Equipment and Specifics: Borehole Drilling Crew

  • DTH Drilling rig 4 x 4 (can be combination drilling rig) (1)
  • Min 6-ton Support truck, which must be 4 x 4 (1)
  • Equipment for Drilling Hole Diameter (130mm) (To drill up to 60m)
  • Temporary casing available, ideally flush threaded at diameter 6’’(≥ 30 m each)
  • Air compressor (Min 17 bars) (1)
  • Geophysical equipment( 2 resistivity meters (No sticks, coconut or similar!)
  • Pumping test equipment, including accessories ( 2)
  • Rods, minimum 70m, per rig (70)
  • Light vehicles (1)
  • Generator set and welding Equipment (1)

 Past Performance : The construction contractor should submit a summary of similar construction contracts completed, including client name, duration, cost, a brief description of the service, and contact details of a person knowledgeable of works performed in the last five years. Provide copies of contracts or purchase orders to demonstrate past performance. Provide details in the Annexes.

Financial Capacity: Applicants must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet the necessary cash-flow requirement. The applicant should submit audited financial statements for at least the last three years demonstrating soundness of applicant’s financial position and its prospective long-term profitability. Provide details in the Annexes.

Registration with Zambia Public Procurement Authority: Construction contractors registered with ZPPA have added an advantage and will receive a higher rating. Provide details in the Annexes.

Submission Guidelines

Applicant’s EOIs should be in English and may not exceed 5 pages; however, an applicant cover page, executive summary, and annexes are not included in this page limitation requirement. Additional pages over the maximum allowed will be removed and not evaluated.

Submit a complete EOI in PDF format via email to:[email protected]

Include reference number 01-25-CCK/GNZ-CSA Project in the subject line of the submission. The application should be addressed to: Attention: CCK-GNZ Climate Smart Agriculture Project.

Note: Any EOI received after the deadline for submission shall be declared late and will be rejected.

Successful prequalified applicants will be notified and will be provided with additional information for further procurement actions associated with this EOI. This is not an RFP, do not submit information on pricing.

Questions Due:

Any questions regarding this EOI may be sent to [email protected] by April 11, 2025, at 17:00hours Zambian Time.

Share with friends:

* Legitimate employers do not ask for payment. Find out more at safe job search tips.