Invitation for Bids - Rehabilitation of Blanchard Community Centre


Category:     Tender Opportunities
Public Reference:     SLU-DVRP-W-NCB-RBCC-01-19
Financing:     The World Bank
Implementing Agency:     Project Coordination Unit, Department of Economic Development, Transport and Civil Aviation
Attn: Project Coordinator
2nd Floor, Finance Administrative Centre
Pointe Seraphine
Castries
Saint Lucia
Tel: 1-758-468-2413
E-mail: slupcu@gosl.gov.lc
Location:    Saint Lucia
Status:    Closed
Description:

REVISED January 3, 2020

Invitation for Bids

SAINT LUCIA

DISASTER VULNERABILITY REDUCTION PROJECT

Loan No./Credit No./ Grant No.:_ IDA Credit # 5493-LC, SCF Loan # TF017101, SCF Grant # TF017143

 

Contract Title:  Rehabilitation of the Blanchard Community Centre

Reference No. SLU-DVRP-W-NCB-RBCC-01-19

 

  1. The Government of Saint Lucia has received financing from the World Bank toward the cost of the Disaster Vulnerability Reduction Project, and intends to apply part of the proceeds toward payments under the contract for the Rehabilitation of the Blanchard Community Centre.
  1. The Department of  Development, Transport & Civil Aviation now invites sealed bids from eligible bidders for the Rehabilitation of the Blanchard Community Centre, Micoud, Saint Lucia, which comprises of:
  • The Site Clearance and removal of topsoil off site.
  • The excavation and filling works to formation levels.
  • The Construction of one (1) building block of reinforced concrete construction housing cafeteria, meeting room open deck, etc.
  • Electrical, plumbing and Air-Conditioning works
  • External Access Ramp, Pavement, drainage, fencing works, etc. 
  1. Qualifications Requirements Include:

    Minimum Average Annual Construction Turnover of Eastern Caribbean three million seven hundred and fifty thousand dollars (XCD3,750,000) calculated as total certified payments received for contracts in progress or completed, within the last three (3) years.

    In case of JV, JV members should jointly meet the requirement, at least one partner must meet at least forty percent (40%) of the requirement, and all other partners must meet at least twenty five percent (25%) of the requirement;

    Financing:
    The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credits, and other financial means, other than any contractual advance payments to meet: (i) the following cash flow requirement: Eastern Caribbean seven hundred and fifty thousand dollars (XCD$750,000) for the subject contract net of Bidders other commitments.

    The Bidder shall also demonstrate that it has adequate source of financing to meet the cash flow requirements on works currently in progress and for future contract commitments.
    In case of JV, JV members should jointly meet the requirement, at least one partner must meet at least forty percent (40%) of the requirement, and each partner must meet at least twenty five percent (25%) of the requirement;

    General Construction Experience: Experience under construction contracts in the role of prime contractor, joint venture member, subcontractor, or management contractor for at least the last seven [7] years starting January 1, 2012.

    Specific Construction and Contractor Management Experience:  A minimum number of similar contracts that have been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor, or subcontractor, between January 1, 2014 and the application submission deadline at least one (1) similar contract with a minimum value of Eastern Caribbean two million seven hundred thousand (XCD$2,700,000). Construction experience in the following key activities successfully completed: Reinforced concrete structure with a suspended floor slab, including inter alia plumbing electrical and HVAC, concrete pavement, drainage or other characteristics as described in Section VI, Employer’s Requirements.

    More details about all requirements related to the qualification, eligibility, litigation history, and technical capabilities are specified in the Section III Evaluation and Qualification Criteria of the Bidding Documents.
  1. Bidding will be conducted through the National Competitive Bidding procedures as specified in the World Bank’s Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers dated January 2011 (and revised July 2014) (“Procurement Guidelines”), and is open to all eligible bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the World Bank’s policy on conflict of interest.
  1. Interested eligible bidders may obtain further information from Project Coordinator, Project Coordination Unit, Department of Economic Development Transport & Civil Aviation, 2nd Floor Finance Administrative Centre, Pointe Seraphine, Castries, Saint Lucia, email chmathurin@gosl.gov.lc and inspect the bidding documents during office hours from 0900 hours (9:00am) to 1500 hours (3:00 pm) daily from Monday to Friday at the address given below (*) from November 25, 2019. 
  1. A complete set of bidding documents in English may be purchased by interested eligible bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of Eastern Caribbean one hundred dollars (XCD100.00). The method of payment will be by certified cheque, or telegraphic Bank transfer to Bank of Saint Lucia (Account #901367247) payable to the Disaster Vulnerability Reduction Project. The document will be sent by Courier to bidders overseas. 
  1. Bids must be delivered to the address below (**) on or before, January 20, 2020 at 9:30 a.m. (0930 hours on or before). Electronic bidding will not be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the address below (***) on January 20th, 2020 at 10:00 a.m. (1000 hours). 
  1. All bids must be accompanied by a Bid-Securing Declaration. 
  1. The address(es) referred to above is(are): 

*The Project Coordinator (For clarification and Pre-Bid Meeting)

Disaster Vulnerability Reduction Project

Department of Economic Development, Transport and Civil Aviation

2nd Floor Finance Administrative Centre

Point Seraphine, Castries, Saint Lucia

Telephone: 758-468-2560/468/5583

Email: slupcu@govt.lc

 

**The Secretary (Submission of Bids)

Central Tenders Board

Department of Finance

2nd Floor Finance Administrative Centre

Point Seraphine

Castries, Saint Lucia

 

***Meeting of the Central Tenders Board (Opening of Bids)

Central Tenders Board

Department of Finance

2nd Floor Finance Administrative Centre

Point Seraphine

Castries, Saint Lucia

 

 

Tender Dossier / Supporting Documents

Ask a Question