Redevelopment of the Millet Intake and Raw Water Pipeline within the John Compton Dam Water Supply System


Category:     Tender Opportunities
Public Reference:     SLU-DVRP-W-ICB-RBCC-01-19
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:

REVISED
Invitation for Bids

SAINT LUCIA DISASTER VULNERABILITY PROJECT
Loan No./Credit No./ Grant No.: IDA Credit # 5493-LC, SCF Loan # TF017101, SCF Grant # TF017143

Contract Title: Redevelopment of the Millet Intake and Raw Water Pipeline within the John Compton Dam Water Supply System

Reference No. SLU-DVRP-W-ICB-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 Redevelopment of the Millet Intake and Raw Water Pipeline within the John Compton Dam Water Supply System.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 Redevelopment of the Millet Intake and Raw Water Pipeline within the John Compton Dam Water Supply System.

2. The Department of Economic Development Transport and Civil Aviation now invites sealed bids from eligible bidders for the Redevelopment of the Millet Intake and Raw Water Pipeline within the John Compton Dam Water Supply System, Saint Lucia comprises the following:

•   reconstruction of existing weir including new water meter chamber;

•   supply and installation of approximately 3,300 metres of 450 mm diameter raw water transmission main including air release valve chambers;

•   construction of a cast in place reinforced water meter chamber (Junction Connection Chamber);

•   construction of a permanent access road adjacent to or within close proximity to proposed water transmission main; and

•   connection to the existing raw water transmission main(s).

•   Qualifications Requirements Include:  

 

Minimum Average Annual Construction Turnover 
United States five million five hundred thousand dollars (USD5,500,000) 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: United States one million four hundred and twenty-five thousand dollars (USD$1,425,000,000) 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 five 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 United States four million dollars. Construction experience in the following key activities successfully completed: 

a) Construction activities in locations with challenging site conditions (i.e.: site accessibility issues, inconsistent topography, climate etc.)
b) Construction of a minimum of 10,000 metres of water transmission pipe with a minimum diameter of 300 mm (not necessarily constructed under one Contract).
c) Construction of cast-in-place reinforced concrete structures with minimum dimensions of 6 metres x 3 metres x 3 metres

In case of JV, one member should have completed : Construction of a minimum of 10,000 metres of water transmission pipe with a minimum diameter of 300 mm (not necessarily constructed under one Contract


4. Bidding will be conducted through the International 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 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 the 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/ slupcu@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 30, 2020.

    
6. 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 # 901367740, Swift Code: bosllclc) payable to the Disaster Vulnerability Reduction Project. The document will be sent by Courier to bidders overseas.  The document will be sent by Courier to bidders overseas.

 
•   A site visit will take place on October 19, 2020 starting at 10:00 a.m. at Millet. A pre-bid meeting    shall take place on October 20, 2020. Bidders may engage in the pre-bid meeting via Zoom.  The link to the Zoom online pre-bid meeting will be provided to those Bidders who obtained the bidding documents. Bidders are advised to visit the GOSL website at https://www.stlucia.org/en/covid-19/ for travel protocols to Saint Lucia

•   Bids must be delivered to the address below (**) on or before, November 11, 2020 at 9:30 a.m. (0930 hours on or before). Due to the COVID-19 pandemic Bidders may submit Bids electronically in the form of an encrypted or password­protected document to saintluciactbprocurement@govt.lc. In case of encrypted bids, the bidder should indicate that the Chairperson of the Central Tenders Board may open the bid and the "password key" for opening the bid.  Bids cannot be opened before the time of bid submission and opening

The password key for password-protected bids must be sent within one (1) hour after the bid submission deadline to saintluciactbprocurement@govt.lc;  Bid submissions are made via PDF formats only and submitted as one document with a size limit of 25MB.


Late bids will be rejected. Bids will be opened publicly in the presence of the bidders’ designated representatives and anyone who choose to attend at the address below (***) on November 11, 2020 at 10:00 a.m. (1000 hours) Saint Lucia time. Bidders may witness the bid opening via video conferencing (Zoom or similar).  The link to the online meeting will be provided to Bidders.

 
   All bids must be accompanied by a Bid Securing Declaration.


•   The addresses referred to above 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: 758-468-2413/20
Email: slupcu@gosl.gov.lc

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

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

Tender Dossier / Supporting Documents

Ask a Question