TERMS OF REFERENCE (ToR) FOR THE PROCUREMENT OF A CONSULTANT TO SCOPE THE ESTABLISHMENT OF THE ZAMBIA INDEPENDENT SYSTEM AND MARKET OPERATOR (ISMO) NATIONAL CONTROL CENTRE AND BACKUP CONTROL CENTRE
Reference: ISMO/PROC/....
Date of Issue: 19.02.2026
Closing Date: 1.03.2026
1.0 BACKGROUND AND CONTEXT
1.1. The Government of the Republic of Zambia, through the Electricity Act No. 11 of 2019, has mandated the creation of an Independent System and Market Operator (ISMO). The ISMO will be a state-owned, legally independent entity responsible for the secure, reliable, and non-discriminatory operation of the national electricity grid and the management of the electricity market.
1.2. The core operational function of the ISMO will be executed from a National Control Centre (NCC). Given the critical national importance of continuous electricity system reliability, a fully redundant Backup Control Centre (BCC) is required to ensure business continuity and disaster recovery.
1.3. The System Operator and Market Operator functions will be co-located but will be independent of each other. The security of data exchanges between the two functions is a priority.
1.4. The introduction of the Open Access Regime in Zambia entails a restructuring of the electricity supply industry to facilitate transparent and non-discriminatory third-party access to the integrated power system. The ISMO, through the National Control Centre and the Backup National Control Centre, will be the operational nerve center of this new market structure. The aim is to provide control centers with state-of-the-art systems and robust operational protocols.
1.5. The Ministry of Energy, acting on behalf of the future ISMO entity, now seeks to engage a consultant to conduct a comprehensive preliminary scoping study for the technical design and implementation of the national control centers.
2.0 OBJECTIVES OF THE ASSIGNMENT
The overall objective is to develop a detailed, actionable, and bankable master plan for the establishment of the ISMO's Primary National Control Centre (NCC) and its geographically separate Backup Control Centre (BCC).
Specific objectives include:
2.1 To define the functional, technical, and architectural requirements for both the NCC and BCC.
2.2 To specify the required hardware, software, and communication systems.
2.3 To develop a phased implementation plan for the construction of premises, the installation of software, hardware, and communication systems. The technologies should have smooth interfaces with two existing TNSP control centres.
3.0 SCOPE OF WORK
The consultant shall perform the following tasks:
3.1 Situation Analysis and Data Gathering
3.2 Functional and Technical Design
Primary (NCC) and Backup (BCC) Centre Design:
Core System Architecture:
3.3 Operational Design NCC/BCC
3.4 Technology Specifications and Procurement Strategy
3.5 Implementation Roadmap and Financial Model
4.0 DELIVERABLES
Period of Performance – Three (3) months from the date of an approved Inception Report
4.1 Inception Report: Within 2 weeks of commencement, detailing work plan, methodology, and stakeholder engagement plan.
4.2 Draft Final Report: Comprehensive scoping study document for review by the Ministry.
4.3 Stakeholder Validation Workshop: Presentation of key findings to stakeholders for feedback.
4.4 Final Report: Incorporating all feedback, delivered in hard copy (10 copies) and electronic format. The report shall include:
4.5 A summarized "Bankable" Master Plan & Presentation: A concise version suitable for presentation to government and potential financiers.
5.0 CONSULTANT QUALIFICATIONS AND EXPERIENCE
The consulting firm (or consortium) must demonstrate:
5.1 General Requirements
5.2 Key Expert Requirements
The team must include, as a minimum, the following key experts:
6.0 DURATION OF THE ASSIGNMENT
The assignment is expected to be completed within 3 months from the date of contract signing.
7.0 REPORTING AND MANAGEMENT
8.0 SUBMISSION REQUIREMENTS
Technical and Financial Proposals must be submitted separately, sealed, and clearly marked.
Technical Proposal must include:
Financial Proposal must include:
9.0 EVALUATION CRITERIA
Proposals will be evaluated based on the following criteria:
Criteria - Weight
Technical Proposal - 80%
Consultant's Relevant Experience - 25%
Qualifications & Experience of Key Team - 35%
Methodology & Work Plan Adequacy - 20%
Financial Proposal - 20%
Total - 100%
*The contract will be awarded to the bidder with the highest combined technical and financial score, subject to a satisfactory due diligence process. To progress to the financial evaluation a bidder should score have a minimum score of 50% from the technical evaluation.
10.0 SUBMISSION DETAILS
Applications must be submitted electronically to admin@cigzambia.org; copy to anna.rosengren@cowater.com no later than 27th February, 2026.
Join a Focused Community on job search to uncover both advertised and non-advertised jobs that you may not be aware of. A jobs WhatsApp Group Community can ensure that you know the opportunities happening around you and a jobs Facebook Group Community provides an opportunity to discuss with employers who need to fill urgent position. Click the links to join. You can view previously sent Email Alerts here incase you missed them and Subscribe so that you never miss out.