Revised Initiation for Bids - Castries Market Redevelopment (Box Park)


Category:     Tender Opportunities
Public Reference:     SLU-RTCP-W-RFB-CMBP-01-20
Financing:     World Bank
Implementing Agency:     Ministry of Tourism, Investment, Creative Industries, Culture and Information
3rd Floor Sir Stanislaus James Building,
Waterfront,
Castries,
Saint Lucia.

Telephone: (758) 468-4629
Fax: (758) 451-7414
Email: psmot@gosl.gov.lc
Ministry Site: http://tourism.govt.lc
Location:    Saint Lucia
Status:    Closed
Description:

REVISED – DECEMBER 14, 2021

Invitation for Bids

 

 

SAINT LUCIA

OECS REGIONAL TOURISM COMPETITIVENESS PROJECT

Loan/Credit No: IDA Credit #6000-LC

 

 

Contract Title: Castries Market Redevelopment (Box Park).

Reference No. SLU-RTCP-W-RFB-CMBP-01-20

 

  1. The Government of Saint Lucia has received financing from the World Bank toward the cost of the OECS Regional Tourism Competitiveness Project, and intends to apply part of the proceeds toward payments under the contract for the Castries Market Redevelopment (Box Park).


  2. The Ministry of Tourism, Investment, Creative Industries, Culture and Information  now invites sealed bids from eligible bidders for the Castries Market Redevelopment (Box Park),   which includes the following:
  • Earthworks: Excavation and Filling Works
  • Construction of two-storey building w/ reinforced concrete frame, first floor slab and converted containers at first floor level
  • Exterior works comprising of concrete walkways and storm water drainage works
  • Electrical, Plumbing, HVAC, and Fire Fighting
    Equipment Installations.

The construction period is twelve (12) months.

 

Qualifications Requirements Include:

            Minimum Average Annual Construction Turnover of Eastern Caribbean twelve million, seven hundred and fifty thousand dollars (XCD12, 750,000) calculated as total certified payments received for contracts in progress and/or completed within the last six (6) years, divided by five (5) years for the best five years.

            In case of JV, JV all parties combined must meet the requirement, one member must meet at least fifty five percent (55%) of the requirement, and each member must meet forty percent (40%) 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, six hundred thousand dollars (XCD1,600,000) 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 six (6) years, starting 1st January 2016, divided by five (5) years for the best five years.

 

            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 2017 and application submission deadline: At least one (1) similar contract with a minimum value of Eastern Caribbean six million, five hundred thousand dollars (XCD6,500,000). Construction experience in the following key activities successfully completed:

            Earthworks: Excavation and Filling Works; Construction of two-storey building w/ reinforced concrete frame and first floor slab and converted containers at first floor level; Exterior works comprising of concrete walkways and storm water drainage works; Electrical, Plumbing, HVAC, and Fire Fighting Equipment Installations 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.

 

  1. 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 September 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.

 

  1. Interested eligible bidders may obtain further information from Project Coordinator, Project Coordination Unit, Department of Economic Development, 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 December 2, 2021.

 

  1. 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 electronically to Bidders (due to COVID).

 

A Pre-Bid meeting shall take place on December 22, 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.

 

  1. Bids must be delivered to the address below (**) on or before January 12, 2021.

 

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 January 12, 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.

 

  1. All bids must be accompanied by a Bid Security of Eastern Caribbean one hundred and

      Sixty four thousand dollars XCD 164,000.

 

  1. The address(es) referred to above (are):

 

*The Project Coordinator (For clarification and Pre-Bid Meeting)

OECS Regional Tourism Competitiveness Project

Department of Economic Development

2nd Floor Finance Administrative Centre

Point Seraphine, Castries, Saint Lucia

Email: slupcu@gosl.gov.lc

 

**The Secretary (Submission of Bids Physical)

Central Public Procurement Board

Department of Finance

2nd Floor Finance Administrative Centre

Point Seraphine

Castries, Saint Lucia

 

 

The Secretary (Submission of Bids: Electronic)

 saintluciactbprocurement@govt.lc

 

 

***Meeting of the Central Public Procurement Board (Opening of Bids)

Central Public Procurement Board

Department of Finance

5th Floor Finance Administrative Centre

Point Seraphine

Castries, Saint Lucia

 

Tender Dossier / Supporting Documents

Ask a Question