Construction of Riverbank Stabilization Works along the Marchand-Entrepot River


Category:     Tender Opportunities
Public Reference:     SLU-DVRP-W-RFQ-RIVER-02-23
Financing:     World Bank
Implementing Agency:     Department of Economic Development
Permanent Secretary,
Department of Economic Development
1st Floor,
Finance Administrative Centre,
Pointe Seraphine,
Castries
Location:    Saint Lucia
Status:    Closed
Description:

Invitation for Quotation

SAINT LUCIA
DISASTER VULNERABILITY PROJECT

Loan No./Credit No./ Grant No.: IDA Credit # 5493-LC, SCF Loan # TF017101, SCF Grant # TF017143

Contract Title:  Construction of Riverbank Stabilization Works along the Marchand-Entrepot River

Reference No.    SLU-DVRP-W-RFQ-RIVER-02-23

  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 Riverbank Stabilization Works along the Marchand-Entrepot River

 

  1. The Department of Economic Development now invites sealed quotations from eligible bidders for the Construction of Riverbank Stabilization Works along the Marchand-Entrepot River in Saint Lucia which entails the Construction of Retaining Structures: Reinforced Concrete, Cantilevered wall, Gabion Wall, and River Training Works.

 

The construction period is three (3) months.

 

  1. Qualifications Requirements Include: 

Minimum Average Annual Construction Turnover of Eastern Caribbean one million, one hundred thousand dollars (XCD 1,100,000.00) calculated as total certified payments received for contracts in progress or completed, within the last seven (7) years, divided by five (5) years for the best five years.

         In case of JV, JV members should jointly meet the requirement, at least one partner must meet at least twenty-five percent (25%) of the requirement, and all other partners must meet at least 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: (i) the following cash flow requirement: Eastern Caribbean five hundred thousand, eight hundred and ten dollars(XCDXCD500,810.00) 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 seven [7] years starting January 1, 2015.

Specific Construction and Contractor Management Experience:   A minimum number of one similar contract that have been satisfactorily and substantially completed as a prime contractor, joint venture member, management contractor, or subcontractor, between January 1, 2015 and the application submission deadline one (1) similar contract with a minimum value of Eastern Caribbean seven hundred and seventy-two thousand dollars (XCD 772,000.00) executed in three (3) months during the last seven (7) years. Construction experience in the following key activities successfully completed:

   Retaining Structures: (Reinforced Concrete Cantilevered Walls and Gabion wall system), River Training Works and or other characteristics as described in Section VI, Employer’s Requirements.

  1. Bidding will be conducted through 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 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.
  1. Interested eligible bidders may obtain further information from the Project Coordinator, Project Coordination Unit, Department of Economic Development, 2nd Floor Finance Administrative Centre, Pointe Seraphine, Castries, Saint Lucia, (email slupcu@gosl.gov.lc) 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 24, 2023.    
  1. A complete set of the Invitation to Quote 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.
  1. A site visit will be conducted by the Employer on Friday, March 6, 2023 at 10:00 a.m,. 
  1. Quotations must be delivered to the address below** on or before, March 13, 2023 at 9:30 a.m. (0930 hours on or before). Bidders may submit Quotations electronically in the form of an encrypted or password­protected document to centralpublicprocurementboard@govt.lc;. In case of encrypted quotations, the bidder should indicate that the Chairperson of the Central Public Procurement Board may open the quotation and the "password key" for opening the quotation. Quotations cannot be opened before the time of bid submission and opening.

The password key for password-protected bids must be sent within thirty (30) minutes after the quotation submission deadline to centralpublicprocurementboard@govt.lc; Quotation submissions are made via PDF formats only and submitted as one document with a size limit of 25MB. Where quotations exceed the size limit of 25 MB, bidders are advised to make submissions in multi parts (via pdf format to the email address centralpublicprocurementboard@govt.lc ) each email not exceeding 25MB.

 The first submission should contain the following:

  • Form of Quotation
  • Initialed Priced Bill of Quantities

 Late quotations will be rejected.

  1. The addresses referred to above are:

    *The Project Coordinator (For clarification)

Disaster Vulnerability Reduction Project

Department of Economic Development

2nd Floor Finance Administrative Centre

Point Seraphine, Castries, Saint Lucia

Telephone: 758-468-2413/20

Email: slupcu@gosl.gov.lc

 

**The Secretary (Submission of physical Bids)

Central Public Procurement Board

Department of Finance

2nd Floor Finance Administrative Centre

Point Seraphine

Castries, Saint Lucia

 

Tender Dossier / Supporting Documents

Ask a Question