Construction of Piaye Community Centre


Category:     Tender Opportunities
Public Reference:     SLU -DVRP-PIAC-RFB-COM-01-21
Financing:     World Bank
Implementing Agency:     The Department of Economic Development, Transport and Civil Aviation
Permanent Secretary,
Department of Economic Development, Transport and Civil Aviation
1st Floor,
Finance Administrative Centre,
Pointe Seraphine,
Castries
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: Construction of Piaye Community Centre

Reference No. SLU -DVRP-PIAC-RFB-COM-01-21

 

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 Construction of the Piaye Community Centre.

 

  1. The Department of Economic Development, Transport & Civil Aviation now invites sealed bids from eligible bidders for the Construction of the Piaye Community Centre which includes the following:

  • The Earthworks: Excavation and Filling Works including rock excavation.

  • The construction of one (1) two-storey building

  • Asphaltic paved roads and carpark areas.

  • Concrete walkways and stormwater drainage works.

  • Electrical, Plumbing, Air-Condition, Communications and Fire Fighting Equipment Installations.

  • Fencing and Landscaping works.

 The construction period is twelve (12) months.

3. Qualifications Requirements Include:

Minimum Average Annual Construction Turnover of Eastern Caribbean four million five hundred thousand dollars (XCD 4, 500,000.00) calculated as total certified payments received for contracts in progress and/or completed within the last five (5) years.

In case of JV, JV all parties combined must meet the requirement, one member must meet at least forty percent (40%) of the requirement, and each member must meet 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 the construction cash flow estimated as Eastern Caribbean one million dollars (XCD 1,000,000) for the subject contract net of the Bidder’s 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, JV member, sub-contractor, or management contractor for at least the

last five (5) years, starting 1st January 2016.

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 sub-contractor, between 1st January 2016 and application submission deadline: At least one (1) similar contract with a minimum value of Eastern Caribbean four million (XCD 4, 000,000). Construction experience in the following key activities successfully completed:

Two Storey reinforced concrete structure with a minimum floor area of 2500 sq.ft

including plumbing, electrical and retaining walls, Concrete pavement, drainage 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.

3. 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.

4. 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 February 18, 2021.

5. 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 (*). The document will be sent by electronically to Bidders (due to COVID).

6.A Pre-Bid meeting shall take place on March 5, 2021 at 10:00 a.m. at the Conference Room at the address specified below (*)

7. A site visit conducted by the Employer shall be organized following the pre-bid meeting. Bidders are encouraged to attend the pre-bid meeting and site visit virtually due to COVID-19.

Bidders may engage in the pre-bid meeting and Site Visit via Zoom. The link to the Zoom online pre-bid meeting and Site Visit will be provided to those Bidders who obtained the bidding documents.

8. Bids must be delivered to the address below (**) on or before March 17, 2021.

9. 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 March 17, 2021 at 10:00 a.m. (1000 hours). Confirmed receipt of Bids will be sent from saintluciactbprocurement@govt.lc. Bidders may witness the bid opening via video conferencing (Zoom or similar). The link to the online meeting will be provided to Bidders

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

11. The address(es) 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: 758-468-5816

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

 

***Meeting of the Central Tenders Board (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