Castries Market Redevelopment (Box Park)


Category:     Tender Opportunities
Public Reference:     SLU-RTCP-W-RFB-CMBP-01-20
Financing:     World Bank
Implementing Agency:     Central Tenders Board
The Secretary (Submission of Bids)
Central Tenders Board
Department of Finance
2nd Floor Finance Administrative Centre
Point Seraphine
Castries, Saint Lucia
Location:    Castries, Saint Lucia
Status:    Closed
Description:

REVISED – DECEMBER 30, 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 subcontractor, 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.

3. Bidding will be conducted through the National Competitive Bidding procedures as
specified in the World Bank’s Guidelines: Procurement of Goods, Works and NonConsulting 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.

4. Interested eligible bidders may obtain further information from Project Coordinator,
Project Coordination Unit, Department of Economic Development, 2
nd 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.

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 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 take place on January 4, 2022 at 10:00
a.m.

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.

6. Bids must be delivered to the address below (**) on or before January 26, 2022.

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 26, 2022 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.

7. All bids must be accompanied by a Bid Security of Eastern Caribbean one hundred and
Sixty four thousand dollars XCD 164,000.

8. 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