Revised Invitation for Bids for the Construction of New Dennery Polyclinic at Bois Jolie, Dennery, Saint Lucia

Published: 7/1/2021 12:47:44 PM
Description:

REVISED- June 29, 2021

Invitation for Bids

REBIDDING

SAINT LUCIA

DISASTER VULNERABILITY REDUCTION PROJECT

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

Contract Title:  Construction of New Dennery Polyclinic at Bois Jolie,  Dennery,  Saint Lucia

Reference No.    SLU-DVRP-W-ICB-DPC-02-21

 

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 the new Dennery Polyclinic

 

2.         The Department of Economic Development Transport and Civil Aviation now invites sealed bids from eligible bidders for the Construction of the New Dennery Polyclinic at Bois Jolie in Saint Lucia which is comprised of:

  • The Earthworks: Excavation and Filling Works including rock excavation.
  • The construction of one (1) two-storey and two (2) single storey buildings with a central concourse link and a guard hut.
  • Asphaltic paved roads and carpark areas.
  • Concrete walkways and stormwater drainage works.
  • Sewerage distribution and waste water disposal works and Treatment Plant.
  • Electrical, Plumbing, Air-Condition, Communications and Fire Fighting Equipment Installations.
  • Fencing and Landscaping works.

The construction period is twenty-four (24) months.

  1. Qualifications Requirements Include:  

Minimum Average Annual Construction Turnover 

United States eight million, four hundred thousand dollars (US 8,400,000.00) calculated as total certified payments received for contracts in progress or completed, within the last seven (7) 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 one million, four hundred thousand dollars (USD$ 1,400,000.00) for the subject contract net of Bidders other commitments. 

The Bidder shall also demonstrate that it has an 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 this 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 years starting January 1, 2014. 

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, 2015 and the application submission deadline at least one (1) similar contract with a minimum value of United States six million dollars (USD 6,000,000.00). Construction experience in the following key activities successfully completed: 

For the above and any other contracts completed and under implementation as prime contractor, joint venture member, management contractor or sub-contractor on or after the first day of the calendar year during the period stipulated in 4.2 (a) above, a minimum construction experience in the following key activities successfully completed:

a) Construction of a Two-storey reinforced concrete building with a minimum floor area of 10,500sq.ft

b) Earthworks to comprising of Excavation and Filling Works including rock excavation. Roads, Pavements and Drainage Works

c) Construction and or installation of sewerage Distribution and treatment plants. Installation of Electrical, plumbing and HVAC system

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.

4. Bidding will be conducted through 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 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.

5.         Interested eligible bidders may obtain further information from the 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/ slupcu@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 March 3, 2021.    

6.         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).

  7.       A pre-bid meeting    shall take place on March 30, 2021 starting at 10:00 a.m. A site visit conducted by the Employer shall be organized following the pre-bid meeting. 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. Bidders are advised to visit the GOSL website at https://www.stlucia.org/en/covid-19/ for travel protocols to Saint Lucia

8. Bids may be delivered physically on or before, July 6, 2021 at 9:30 a.m. (0930 hours on or before). Due to the COVID-19 pandemic Bidders may submit Bids electronically in the form of an encrypted or password protected document to saintluciactbprocurement@govt.lc. In case of encrypted bids, the bidder should indicate that the Chairperson of the Central Tenders Board may open the bid and the "password key" for opening the bid.  Bids 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 bid submission deadline to saintluciactbprocurement@govt.lcBid submissions are made via PDF formats only and submitted as one document with a size limit of 25MB.

 Late bids will be rejected. Bids will be opened publicly in the presence of the bidders. Designated representatives and anyone who chooses to attend at the meeting of the Central Tenders Board on July 6, 2021, at 10:00 a.m. (1000 hours) Saint Lucia time. Bidders may witness the bid opening via video conferencing (Zoom or similar).  The link to the online meeting will be provided to Bidders.

9. All bids must be accompanied by a Bid-Securing Declaration.

10. The addresses 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: 758-468-2413/285-9699

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

 

 

 

 

 

 

 

 

Ministry: Ministry of Physical Development
Attachments: