Construction of the Piaye Bridge
Category:
Tender Opportunities
Public Reference:
SLU-DVRP-CPB-RFB-CH-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:
Piaye, Saint Lucia
Status:
Closed
Description:
REVISED-April 7, 2021
Invitation for Bids
SAINT LUCIA
DISASTER VULNERABILITY REDUCTION PROJECT
Loan No./Credit No./ Grant No.: T FA 3651
Contract Title: Construction of the Piaye Bridge
Reference No.: SLU-DVRP-CPB-RFB-CH-01-21
- The Government of Saint Lucia has received financing from the European Union through 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 Bridge at Piaye in the Quarter of Laborie.
- The Department of Economic Development, Transport & Civil Aviation now invites sealed bids from eligible bidders to carry out construction works for the Construction of the Piaye Bridge at Piaye in the Quarter of Laborie which includes the following:
- The construction of two bridge abutments;
- The construction of a new composite steel/concrete deck, with a clear span of 25m;
- Demolition, down taking and cartage of the existing bridge to storage site in Vieux Fort (Department of Infrastructure, South) and abutment structure;
- Raising of approach road levels and construction of new asphaltic pavement;
- The construction of scour protection to protect the riverbank and riverbed;
- The construction of temporary pedestrian access
The Construction period is fourteen (14) months.
- Qualifications Requirements Include:
Minimum Average Annual Construction Turnover of United states five million, four hundred thousand dollars (USD5,400,000.00) 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 seven hundred thousand dollars (USD 700,000.00) 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, 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 subcontractor, between January 1, 2016 and the application submission deadline at least one (1) similar contract with a minimum value of United States two million, five hundred thousand dollars (USD 2,500,000.00). Construction experience in the following key activities successfully completed:
Bridge construction minimum span of 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.
- 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 January 2011,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.
- 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 23, 2021.
- 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).
- A Pre-Bid meeting shall take place on March 10, 2021 at 10:00 a.m. at the Conference Room at the address specified below*
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.
- Bids shall be delivered to the address below** for physical delivery on or before April 28, 2021 at 9:30 a.m. Bidders shall have the option of submitting bids electronically to the saintluciactbprocurement@govt.lc
- Late bids will be rejected. Bids will be publicly opened in the presence of the bidders. Designated representatives and anyone who choose to attend the meeting of the Central Tenders Board on April 28, 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.
- All bids must be accompanied by a Bid-Securing Declaration.
- 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 physical Bids)
Central Tenders Board
Department of Finance
2nd Floor Finance Administrative Centre
Point Seraphine
Castries, Saint Lucia
Tender Dossier / Supporting Documents
Ask a Question