Supervision Services - Construction of Works: Contract for Road Infrastructure along the major national Highway which connects the north to the South (Highway Section at Micoud and Volet)


Category:     Request for Expressions of Interest
Public Reference:     SLU-DVRP-CS-DC-SUPVOL-01-20
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:

REQUEST FOR EXPRESSIONS OF INTEREST

SAINT LUCIA
DISASTER VULNERABILITY REDUCTION PROJECT
Loan #5493-LC, SCF Loan # TF017101, SCF Grant # TF017143

Assignment Title: Supervision Services - Construction of Works: Contract for Road Infrastructure along the major national Highway which connects the north to the South (Highway Section at Micoud and Volet)

Reference No. : SLU-DVRP-CS-DC-SUPVOL-01-20

Saint Lucia has received financing from the World Bank towards the Disaster Vulnerability Reduction Project (DVRP) and intends to apply part of the proceeds for consulting services for Supervision of the Construction of Works: Contract for Road Infrastructure along the major national Highway which connects the north to the South (Highway Section at Micoud and Volet).

The consulting services (“the Services”) include providing technical assistance to the Department of Economic Development, Transport and Civil Aviation (DEDTCA) with the construction and contract management, supervision of the execution of the works to ensure a) quality in delivery of the works contract, b) compliance by the selected contractor to the works contract and, c) certification of all works.  The consultant shall also ensure adherence by the Contractor to the COVID-19 protocols and ESHS (environmental, social, health and safety) requirements contained in the contract, including the ESMP and other relevant information.   Key activities also include use of the Procore Software for supervision of the pile testing and monitoring of the behaviour of piles during driving by ensuring that the Contractor undertakes the testing and procedures as specified in the Works Contract.   The assignment will be for the duration of ten (10) calendar months during the construction period and three-man months during the defect’s liability period of 365 days. 

(The Terms of Reference may also be obtained on the website of the Department of Finance: www.finance.gov.lc ).

The Department of Economic Development, Transport and Civil Aviation now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services; (brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff, (please note that the individual experts’ bio data is not required at this stage.)

The selection criteria are:

The minimum required qualifications and experience of the legally established consulting firm are:

  • General Experience: (10 points)

At least five (5) years’ experience in contract administration management and supervision of civil works contracts including the construction of works related to roadworks and bridges (10 points)

  • Specific Experience: (35 points)

Demonstrated experience with implementation of ESHS and ESMP within the last 5 years (15 points)

Demonstrated experience with supervision of pile testing and monitoring of behavior of piles (15 points)

Demonstrated experience in the use of the PROCORE Software (5 points)

 

Similar Experience: (55 points)

At least two (2) successfully completed contracts during the past ten (10) years which entailed contract administration and supervision of construction of road and bridge works in flood risk areas (20 points)

At least one (1) successfully completed contract during the past ten years which entailed the use of rip rap for erosion protection (35 points)

 

To be selected, the Consulting Firm shall propose a multidisciplinary team of key experts with the following qualifications and experience:

 

WORK TEAM MINIMUM REQUIREMENTS

POSITIONS

QUALIFICATIONS

SPECIFIC EXPERIENCE

Team Leader (Resident Engineer/Manager)

 

BSc in Civil Engineering/ and Project Management Certification

Professional experience in contract administrative management and supervision of civil works contracts for the construction of bridges. Experienced in working with multilateral organizations.

Experience not less than ten (10) years

Environmental Specialist

Certification in the relevant area

At least seven (7) years working experience with at least one completed similar assignment

Public Relations /Social Specialist

Certification in the relevant area

At least seven (7) years working experience with at least one completed similar assignment

Hydraulic Engineer

Certification in the relevant area

At least seven (7) years working experience with at least one completed similar assignment

Clerk of Works

 

Associate Degree/Diploma in Civil Engineering; / Diploma in Construction Engineering/Building Services/Quantity Surveying

At least seven (7) years working experience with at least one completed similar assignment.

 

The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants under IBRD Loans and IDA Credits & Grants by World Bank Borrowers 2011, Revised July 2014 (“Consultant Guidelines”), setting forth the World Bank’s policy on conflict of interest.

Consultants may associate to enhance their qualifications.  The associations should clearly indicate the form of the association (Joint-venture or sub-consultancy; member in charge; other member/s and or sub-consultants[1]). Joint ventures shall submit letters of intent indicating their intent to form a joint venture if awarded the contract and shall provide the above mentioned information for each member of the joint venture.

A Consultant will be selected in accordance with the Selection Based on Consultants’ Qualifications Method (CQS) set out in the World Bank’s Guidelines: Selection and Employment of Consultants under IBRD Loans and IDA Credits & Grants by World Bank Borrowers 2011 Revised July 2014 (“Consultant Guidelines”). 

Further information can be obtained at the address below during office hours 8:00 a.m-4:00 p.m. (0800 to 1600 hours).

Expressions of interest must be delivered in a written form to the address below (in person, or by e-mail) by January 20, 2021

Project Coordination Unit
Department of Economic Development, Transport and Civil Aviation
Attn: Project Coordinator
Second Floor, Finance Administrative Centre
Trou Garnier, Pointe Seraphine
Castries
Saint Lucia
Tel: 758-468-2413
E-mail: slupcu@gosl.gov.lc
Website: www.finance.gov.lc

 

[1] Consultants should note that only the lead firm will be assessed with a Sub-consultancy; and all firms will be assessed with a Joint Venture

 

Tender Dossier / Supporting Documents

Ask a Question