REHABILITATION OF 162KM OF THE GREAT NORTH ROAD (T2) - FROM MPIKA TO CHINSALI IN MUCHINGA PROVINCE OF ZAMBIA

The Government of the Republic of Zambia is undertaking a project of upgrading of the single carriageway Zambian Great North Road (GNR) also known as Trunk Road number 2 (T2), linking Mpika and Nakonde in the Muchinga Province, in North-Eastern Zambia at the border to Tanzania. The Project is being …

CPV: 45233120 Gradbena dela na cestah
Kraj izvršitve:
REHABILITATION OF 162KM OF THE GREAT NORTH ROAD (T2) - FROM MPIKA TO CHINSALI IN MUCHINGA PROVINCE OF ZAMBIA
Organ za podeljevanje:
Road Development Agency
Številka dodelitve:

1. Buyer

1.1 Buyer

Official name : Road Development Agency
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : REHABILITATION OF 162KM OF THE GREAT NORTH ROAD (T2) - FROM MPIKA TO CHINSALI IN MUCHINGA PROVINCE OF ZAMBIA
Description : The Government of the Republic of Zambia is undertaking a project of upgrading of the single carriageway Zambian Great North Road (GNR) also known as Trunk Road number 2 (T2), linking Mpika and Nakonde in the Muchinga Province, in North-Eastern Zambia at the border to Tanzania. The Project is being financed through a loan from the European Investment Bank (EIB) and a grant amounting from the European Union (made available through the resources of the European Development Fund (EDF). The Great North Road (T2) Upgrade Project will involve the Rehabilitation of 162km of the Great North Road (T2) - from Mpika to Chinsali in Muchinga Province of Zambia. The Project will be divided into two Lots or contracts as follows: LOT 1: MPIKA to SHIWAN’GANDU -KM 4+100 to 86+770 (82.67KM) and LOT 2: SHIWAN’GANDU to CHINSALI JUNCTION KM 86+770-165.646 (78.88KM)
Procedure identifier : 0856fd97-1e67-4273-9577-65537baf737c
Previous notice : 708894-2022
Type of procedure : Restricted

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233120 Road construction works

2.1.2 Place of performance

Country : Zambia
Additional information : Anywhere in the given country

2.1.4 General information

Additional information : Tenders or requests to participate must be submitted electronically via: rda_hq@roads.gov.zm and copy to MChilufya@roads.gov.zm Prequalification for civil works for Lot 1 and 2. Interested applicants will download the PQDs from RDA website. On receipt of the Applications from Applicants interested in pre-qualification for the provision of the Works, the Promoter will select those considered to be qualified and invite them to submit Bids for the Works. It is anticipated that this invitation will be sent in June 2023. Selection of the Contractors, conclusion of Contract formalities and mobilisation is planned to be completed by December 2023.
Legal basis :
Other

5. Lot

5.1 Lot technical ID : LOT-0001

Title : MPIKA to SHIWAN’GANDU -KM 4+100 to 86+770 (82.67KM)
Description : The selection procedures, and the subsequent tender procedures, shall be carried out in accordance with the EIB’s Guide to Procurement version 2018. The EIB Guide to Procurement version 2018 is available on the EIB’s website http://www.eib.org/en/infocentre/publications/all/guide-to-procurement.htm. The law applicable to the tendering procedure is the Zambia Public Procurement Act No. 8 of 2020 as amended. The principal objective of the project is: Upgrading and widening of the carriageway to 7.0 m with 2 m shoulders on either side. The road shall generally be widened from existing surfaced width of approximately 6 m to 11 m roadway i.e. widening of about 5m plus improved/widened side drainage system. The project road has been divided into two (2) Construction LOTS as follows: LOT 1: (From Km 4+100 to Km 86+770), Mpika (Mazingo Hotel) to Shiwan’gandu Junction (D53/T2 Junction) – 82.67 km; and LOT 2: (Km 86+770 to Km 165+646), Shiwan’gandu Junction (D53/T2 Junction) to Chinsali Junction – 78.88 km. Two forms of contract will be signed for both lots and prequalified bidders will be free to bid for any Lot or both. The duration of the Works Contracts are expected to be 36 months for each Lot (construction period of 36 months, and defects notification period of 12 months). One Construction Supervision Consultant will be involved who shall be expected to mobilise two teams, one for each Works Lot. The Works Contracts for both Lots are expected to start concurrently. One envelope system will be adopted for the project. The tenders shall be invited through the Banks’ “Restricted procedures” which are formal procedures whereby only those companies invited by the Employer/Promoter may submit tenders. These will be preceded by a pre-qualification exercise open to all interested companies and advertised in the local media and Employer’s website and in the OJEU, in order to select the companies to be invited (the list of candidates is established through a system of pre-qualification of contractors and suppliers established and maintained through publication in the OJEU). They are similar to open procedures regarding the tendering stage (involving clear and comprehensive tender documents, and fair and transparent tendering, evaluation and award practices). Outside of the EU, these procedures are also referred to as ICB (including a pre-qualification phase). All Firms originating from all countries of the world are eligible to tender for works, goods and services contracts.

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233120 Road construction works
Additional classification ( cpv ): 45233120 Road construction works

5.1.2 Place of performance

Country : Zambia
Additional information : From Mpika to Shiwa Ng’andu Junction (D53/T2 Junction) - 82.7km

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 67 000 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : This notification is for pre-qualification for the execution of the Works as described. Based on the responses received a short list of Applicants will be prepared and these will be invited to submit Bids based on the Bidding Documents which will be made available to the selected shortlist Contractors. Estimated Value excluding VAT: 67 000 000.00 EUR

5.1.10 Award criteria

Criterion :
Type : Price
Description : Lowest price among technically compliant tenders.
Description of the method to be used if weighting cannot be expressed by criteria : Lowest price among technically compliant tenders.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Zambia Public Procurement Authority
Organisation providing additional information about the procurement procedure : Road Development Agency
Organisation providing more information on the review procedures : Zambia Public Procurement Authority

5.1 Lot technical ID : LOT-0002

Title : SHIWAN’GANDU to CHINSALI JUNCTION KM 86+770-165.646 (78.88KM)
Description : The selection procedures, and the subsequent tender procedures, shall be carried out in accordance with the EIB’s Guide to Procurement version 2018. The EIB Guide to Procurement version 2018 is available on the EIB’s website http://www.eib.org/en/infocentre/publications/all/guide-to-procurement.htm. The law applicable to the tendering procedure is the Zambia Public Procurement Act No. 8 of 2020 as amended. The principal objective of the project is: Upgrading and widening of the carriageway to 7.0 m with 2 m shoulders on either side. The road shall generally be widened from existing surfaced width of approximately 6 m to 11 m roadway i.e. widening of about 5m plus improved/widened side drainage system. The project road has been divided into two (2) Construction LOTS as follows: LOT 1: (From Km 4+100 to Km 86+770), Mpika (Mazingo Hotel) to Shiwan’gandu Junction (D53/T2 Junction) – 82.67 km; and LOT 2: (Km 86+770 to Km 165+646), Shiwan’gandu Junction (D53/T2 Junction) to Chinsali Junction – 78.88 km. Two forms of contract will be signed for both lots and prequalified bidders will be free to bid for any Lot or both. The duration of the Works Contracts are expected to be 36 months for each Lot (construction period of 36 months, and defects notification period of 12 months). One Construction Supervision Consultant will be involved who shall be expected to mobilise two teams, one for each Works Lot. The Works Contracts for both Lots are expected to start concurrently. One envelope system will be adopted for the project. The tenders shall be invited through the Banks’ “Restricted procedures” which are formal procedures whereby only those companies invited by the Employer/Promoter may submit tenders. These will be preceded by a pre-qualification exercise open to all interested companies and advertised in the local media and Employer’s website and in the OJEU, in order to select the companies to be invited (the list of candidates is established through a system of pre-qualification of contractors and suppliers established and maintained through publication in the OJEU). They are similar to open procedures regarding the tendering stage (involving clear and comprehensive tender documents, and fair and transparent tendering, evaluation and award practices). Outside of the EU, these procedures are also referred to as ICB (including a pre-qualification phase). All Firms originating from all countries of the world are eligible to tender for works, goods and services contracts.

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233120 Road construction works
Additional classification ( cpv ): 45233120 Road construction works

5.1.2 Place of performance

Country : Zambia
Additional information : From Shiwa Ng’andu Junction (D53/T2 Junction) to Chinsali Junction – 78.88km

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 63 000 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : This notification is for pre-qualification for the execution of the Works as described. Based on the responses received a short list of Applicants will be prepared and these will be invited to submit Bids based on the Bidding Documents which will be made available to the selected shortlist Contractors. Estimated Value excluding VAT: 63 000 000.00 EUR

5.1.10 Award criteria

Criterion :
Type : Price
Description : Lowest price among technically compliant tenders.
Description of the method to be used if weighting cannot be expressed by criteria : Lowest price among technically compliant tenders.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Zambia Public Procurement Authority
Organisation providing additional information about the procurement procedure : Road Development Agency
Organisation providing more information on the review procedures : Zambia Public Procurement Authority

6. Results

Value of all contracts awarded in this notice : 126 891 369,12 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Zhongmei Engineering Group Limited
Tender :
Tender identifier : tender of Zhongmei Engineering Group Limited
Identifier of lot or group of lots : LOT-0001
Value of the tender : 69 504 541,47 US dollar
Subcontracting : No
Contract information :
Identifier of the contract : RDA/CE/ICB/003/24
Date of the conclusion of the contract : 10/06/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 7

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : China Jiangxi International Economic and Technical Cooperation Co.
Tender :
Tender identifier : tender of China Jiangxi International Economic and Technical Cooperation Co.
Identifier of lot or group of lots : LOT-0002
Value of the tender : 63 693 793,98 Euro
Subcontracting : No
Contract information :
Identifier of the contract : RDA/CE/ICB/004/24
Date of the conclusion of the contract : 10/06/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 8

8. Organisations

8.1 ORG-0001

Official name : Road Development Agency
Registration number : 000000000000000000000000
Postal address : P.O. Box 50003
Town : Lusaka
Postcode : 10101
Country : Zambia
Contact point : Chief Executive Officer/Acting Director Procurement
Telephone : +260 211253088
Fax : +260 211253404
Internet address : www.rda.org.zm
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Zambia Public Procurement Authority
Registration number : 000000000000000
Postal address : Stand J-11790 Chisekela Road, Off Alick Nkhata Rd
Town : Lusaka
Postcode : J-11790
Country : Zambia
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : Zhongmei Engineering Group Limited
Size of the economic operator : Large
Registration number : 00000000000
Postal address : 1177
Town : Honggutan New District, Nanchang
Postcode : J-11790
Country : China
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0004

Official name : China Jiangxi International Economic and Technical Cooperation Co.
Size of the economic operator : Large
Registration number : 0000000000
Postal address : 1198
Town : Honggutan District, Nanchang
Postcode : J-11790
Country : China
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 71159b77-5166-4f69-9b97-0b353210e5d6 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 23/09/2025 14:04 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00626393-2025
OJ S issue number : 184/2025
Publication date : 25/09/2025