Road Infrastructure along the major national highway which connects the north to the south (Highway Section at Micoud and Volet)


Category:     Tender Opportunities
Public Reference:     SLU-DVRP-W-ICB-RINHV-01-16
Financing:     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:

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: Road Infrastructure along the major national highway which connects
the north to the south (Highway Section at Micoud and Volet)

Reference No.: SLU-DVRP-W-ICB-RINHV-01-16

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 Road Infrastructure along the major
national highway which connects the north to the south (Highway Section at Micoud
and Volet).

2. The Department of Economic Development, Transport & Civil Aviation now invites sealed
bids from eligible bidders to carry out Road Infrastructure along the major national highway
which connects the north to the south (Highway Section at Micoud and Volet) which
includes the following:

• The construction of two bridge abutments, supported by DIP piles.
• The construction of a new reinforced concrete deck, with a clear span of 16.4m.
• The demolition of the existing culvert structure.
• Raising of approach road levels and construction of new asphalt pavement.
• The construction of scour protection to protect the riverbank.
• The construction of temporary pedestrian access.

The Construction period is ten (10) months.

3. Qualifications Requirements Include:
Minimum Average Annual Construction Turnover of Eastern Caribbean five million
five hundred thousand dollars calculated as total certified payments received for
contracts in progress or completed, within the last five (5) 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 one million, one hundred thousand dollars (1,100, 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, all parties combined must meet 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 five [5] years starting January 1, 2015.

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, 2015 and the application submission deadline at least one (1) similar
contract with a minimum value of Eastern Caribbean four million and thirty- two
thousand and three hundred dollars (XCD$4,500,000). Construction experience in the
following key activities successfully completed:
Bridge construction span exceeding 10m and road works including application of
asphaltic concrete and 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.

4. 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.

5. Interested eligible bidders may obtain further information from Project Coordinator,
Project Coordination Unit, Department of Economic Development Transport & Civil Aviation,
2 nd 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 September 11, 2020.

6. A complete set of bidding documents in English may be obtained by interested eligible
bidders upon the submission of a written application to the address below (*).

7. Bids must be delivered to the address below (**) on or before October 14, 2020 at 9:30
a.m. 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 October 14, 2020 at 10:00 a.m. (1000 hours).

8. All bids must be accompanied by a Bid-Securing Declaration.

9. 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: 758-468-5816
Email: slupcu@gosl.gov.lc

**The Secretary (Submission of Bids)
Central Tenders Board
Department of Finance
2 nd Floor Finance Administrative Centre
Point Seraphine
Castries, Saint Lucia

***Meeting of the Central Tenders Board (Opening of Bids)
Central Tenders Board
Department of Finance
3 rd Floor Finance Administrative Centre
Point Seraphine
Castries, Saint Lucia

Tender Dossier / Supporting Documents

Ask a Question