St Jude Hospital Reconstruction Project
Category:
Specific Procurement Notices
Public Reference:
SLU-SJHRP/2024/002
Financing:
Saudi Fund for Development
Implementing Agency:
Central Public Procurement Board(CPPB)
Ministry of Finance and Economic Development
4th Floor, Finance Administrative Centre
Pointe Seraphine Drive, Castries
Saint Lucia
Location:
Saint Lucia
Status:
Closed
Description:
Department of Economic Development
SPECIFIC PROCUREMENT NOTICE
IMPLEMENTATION OF CONSTRUCTION ACTIVITIES (WORKS)
Name of the project: St Jude Hospital Reconstruction Project
Sector: Health
Project Description: Implementation of Construction Activities (Works) for the St. Jude Hospital Reconstruction Project
Mode of Financing: Loan form the Saudi Fund for Development
Financing No. _______
Contract/Bid No.: SLU-SJHRP/2024/002
The Government of Saint Lucia has received financing from the Saudi Fund for Development (SFD) toward the cost of St Jude Hospital Reconstruction Project, and it intends to apply part of the proceeds toward payments under the contract for Implementation of Construction Activities (Works) of the project. The objective of the assignment is to carry out the implementation of construction activities with the objective of optimal quality, financial prudence and timely completion of the construction activities within the prevailing engineering specifications, social, environmental and health standards.
The action is expected to cover (twenty-four (24) months) period from the commencement date.
The civil works consists of site activities such as roads sidewalks, drainage etc. along with reconstruction, refurbishment, reconstruction works to bring several structures and to supply and install required furniture and equipment to bring the medical facility into use.
The Department of Economic Development through Project Management Unit (PMU) now invites eligible contractor to indicate their interest in carrying out the action. Interested Contractors should provide information demonstrating that they are fully qualified; have required qualifications and relevant experience to perform the consulting services. A margin of Preference of 15% is offered for a joint venture between Saudi and Saint Lucia Firms.
The selection criteria of the contractors will be based on the following:
- The audited balance sheets for the last 5 (five) years shall be submitted and must demonstrate the soundness of the Tenderer’s financial position, showing long-term profitability. Where necessary, the Employer will make inquiries with the Tenderer's bankers.
- The Tenderer shall have an average annual turnover as prime contractor over the last 5 (five) years of not less than 10 million USD equivalent. Amount of annual turnover shall be presented as total revenue from the official income statements.
- The Tenderer must demonstrate access to, or availability of financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet:
- the overall cash flow requirements for this contract taking into account its current commitments and pending awards for the entire duration of the contract; and
- the estimated cash-flow requirements for 4 months of 3 million USD equivalent
- The Tenderer shall have the above-mentioned resources free of ongoing obligations and/or pending contract awards. The Employer may reject the tender if the level of the confirmed commitments to be carried out in parallel with the Contract exceeds the tenderer’s annual turnover for the previous year by a factor of 1.2.
- Based upon known commitments, the Tenderer shall also provide a summary of the projected assets and liabilities for the next 2 (two) years, expressed in its equivalent of USD.
- All pending litigation shall in total not represent more than 25% percent of the Tenderer’s net worth and shall be treated as resolved against the Tenderer.
- Experience as a prime contractor (one contractor signed contract), lead partner, partner in JVCA/consortium in the execution of at least 2 (two) contracts, with a value of works, implemented by the Tenderer, at least 10 million USD equivalent, that have been successfully completed and of a similar nature to the proposed contract. The similarity shall be based on construction of building with minimum two underground floor where the security of the construction pit was performed with piles and geotechnical anchors or construction of public building with the total floor area of min. 8.000 m².
- For the above, or other contract, experience as a prime contractor (one contractor signed contract), lead partner, partner in JVCA/consortium in the execution at least 1 (one) contract, regardless of its value that have been successfully completed and covers the following specific activities and works:
- Construction of hospital building (clinical, or educational)
- Performing the works on civil, electrical, plumbing and mechanical installations
- The Tenderer shall own, or have assured access to (through hire, lease, purchase agreement, availability of manufacturing equipment, or other means), the following key items of equipment in full working order, and must demonstrate that, based on known commitments, they will be available for use in the proposed Contract. (See table in clause 15(i) of the Tender Data Sheet)
- The Tenderer shall provide suitably qualified personnel to fill the following positions. (See table in clause 15 (j) of the Tender Data Sheet)
In case of bid submitted by a joint venture/consortium, these selection criteria will be applied to the joint venture/consortium as a whole:
- Individual partners must each satisfy the requirements for soundness of financial position as specified in requirement (a) given above.
- the Leading Company shall meet not less than 50% and each partner shall meet not less than 20% of the requirements under (b) and (c) given above. The Joint venture must satisfy collectively criterion for average annual turnover (criterion a) and criterion for availability of financial resources (criterion c) for which purpose the relevant figures for each of the partners shall be added to arrive at the joint venture's total capacity.
- in terms of experience, each of proposed projects must have value as specified in requirement (g) given above.
In order to enable post-bidding qualification to be made where the bidders have not been prequalified, each tenderer shall submit the following documents and information with his tender:
- Letter of Tender and Appendix to Tender
- Tender Security in accordance with Clause 23 of Instructions to Tenderers
- Written confirmation authorizing the signatory of the Tender to commit the tenderer in accordance with Clause 24 of Instructions to Tenderers
- In the case of a Tender submitted by a JV, JV agreement in accordance with Clause 16 of Instructions to Tenderers
- Completed Bill of Quantities as provided in Annex 2
- Documentary evidence establishing the tenderer’s qualifications in accordance with the requirements of Section III, Tender Data Sheet, using the relevant forms furnished in Annex 1: Tender Forms
- Letter(s) authorizing the Employer to seek references from the bidder's bankers – Form BIRC: Bank Information Request Consent
- Name and address of the bank, which will provide the Performance and Advance Payment Securities.
- Name (s) and address (s) the insurer (s) and its/their principal terms for the insurances required under the Contract;
- information on any subcontract relating to the Works proposed by the bidder, including the name and address of any subcontractor to whom the bidder proposes to subcontract 20% or more of the value of the Works- Form PS-1: List of Proposed Subcontractors
- Schedule of Supplementary Information shall accompany the Bid and is required to be submitted in sufficient detail to demonstrate the Bidder’s capability to perform the Contract. Schedule of Supplementary Information shall be submitted using the forms provided in Annex 3 – Schedule of Supplementary Information and include the following information:
- Site organization and Method statement
- Mobilization and Construction Schedules
- Organization chart
- Traffic Management Plan
- Quality Assurance Plan
- Cash flow
- Covenant of Integrity
- The Minutes of any pre-tendering conference and other relevant correspondence issued during the tendering period.
Contractors may associate with other firms to form a joint venture or sub consultancy to enhance their qualifications. The Expression of interest must clearly indicate the type of intended association as joint venture or sub consultancy and the lead firm in the Expression of Interest.
A contractor will be selected in accordance with the Quality and Cost Based Selection with the procedures set out in the Guidelines for the Use of Contractors under Saudi Fund for Development Financing. Contractors may express interests in the forms of association, validated by an agreement among members of the association which clearly specifies the type of association, i.e., a joint-venture, intermediate forms of association, or sub consultancy. The Call is opened to all eligible companies however, a margin of preference of 15% is given to Saudi and Saint Lucian Joint Venture.
Interested contractors may obtain further information at the address below during office hours (08:00 to 16:30 hours) from Mondays to Fridays.
Attention: Project Management Unit (PMU)
The Department of Economic Development
Address: 1st Floor, Finance Administrative Centre
Pointe Seraphine Drive, Castries
Saint Lucia
E-mail address: projects@candw.lc
Submission of Proposals, in English (one Original plus three copies), in a sealed envelope clearly marked “Proposal for Implementation of Construction Activities (Works) for the St Jude Hospital Reconstruction Project”, must be hand-delivered or by registered mail/ courier to the address indicated below not later than Tuesday March 5th, 2024 at 14:00 hours Local time.
*DEADLINE EXTENDED FOR TENDER SUBMISSION*
The new closing date and time for the submission of tenders are 19 March 2024 at 14:00Eastern Caribbean time (local time).
If you have already submitted a bid in respect of this procurement process, please be assured that your offer will be held securely until the revised offer opening date. Alternatively, you are permitted to take advantage of this extension to the deadline to make revisions to that proposal.
Attention: The Chairman of The Central Public Procurement Board.
Address: Ministry of Finance and Economic Development
4th Floor, Finance Administrative Centre
Pointe Seraphine Drive, Castries
Saint Lucia
Tender Dossier / Supporting Documents
Ask a Question