CW-01: Road Package has been closed on 28 May 2021.
It no longer accepts any bids. For further information,
you can contact the Asian Development Bank
https://devbusiness.un.org/content/cw-01-road-package Invitation for Bids Date: 28 May 2021 Loan No. and Title: SOL (53421-002): Land and Maritime Connectivity Project Contract No. and Title: CW-01: Road Package Deadline for Submission of Bids: 5 August 2021, 14:00 hours, Solomon time 1. The Government of the Solomon Islands has applied for financing from the Asian Development Bank (ADB) toward the cost of Land and Maritime Connectivity Project (LMCP). Part of this financing will be used for payments under the Contract named above. Bidding is open to Bidders from eligible source countries of ADB. 2. The Ministry of Infrastructure Development of the Government of the Solomon Islands (the “Employer”) invites electronic bids from eligible Bidders for the construction and maintenance of roads under the LMCP Road Package. The scope of works includes the following: I. Utilities Services Relocation/Installation and Road Rehabilitation Works (to be completed in 1095 days): ● Utilities Services Relocations- where required under the following road rehabilitation works; ● Road Rehabilitation Works for Mendana Avenue – (Road Section-SP R7: Length 1.66 km); ● Road Rehabilitation Works for Tandai Highway – (Road Section-SP R1: Town Ground to White River: Length 3.1 km); ● Road Rehabilitation Works Henderson Airport to the Eastern End of the Mberande Bridge –(Road Section-SP R5: Length 31.8 km); ● Construction/installation works for bus bay, bus shelter, drainage structure, street furniture etc. following the specimen design provided in the bidding documents; ● Specific Works (Emergency/Unforeseen): any repair, rehabilitation and maintenance works (during construction and maintenance period) after any natural disaster or for any other unforeseen emergency works for the above road sections. II. Performance-based Maintenance Works (4 years following the road rehabilitation works) for all three road sections mentioned above. 3. Open competitive bidding (OCB-international) will be conducted using the Single-Stage: Two-Envelope bidding procedure and is open to all Bidders from eligible countries as described in the Bidding Document. 4. Only eligible Bidders with the following key qualifications should participate in this bidding: ● Soundness of the Bidder’s financial position showing through audited annual financial statements for the last 3 years. As a minimum, the Bidder’s net worth for the last year calculated as the difference between total assets and total liabilities should be positive; ● Minimum average annual construction turnover of US$45 million calculated as total certified payments received for contracts in progress or completed, within the last 3 years; ● Participation in at least one road construction contract that has been successfully or substantially completed within the last 07 years and that is similar to the proposed works, where the value of the Bidder’s participation under the contract exceeds US$45 million. The similarity of the Bidder’s participation shall be based on the physical size, nature of works, complexity, methods, technology or other characteristics as described in Section 3 (Evaluation and Qualification Criteria) and Section 6 (Employer’s Requirements). 5. After reviewing key qualifications, the adequacy of technical proposals of the bids will be evaluated following technical scoring based evaluation criteria, as set out in Section 3. For complete details about qualification requirements, Bidders should refer to Section 1 (Instructions to Bidders), Section 2 (Bid Data Sheet) and Section 3 (Evaluation and Qualification Criteria). 6. To obtain the bidding documents in English, Bidders should visit, at no cost, the e-tender Portal Tenderlink at https://www.tenderlink.com/mid. Prior to downloading the bid documents, bidders are required to register themselves with the Tenderlink portal. The registration by the bidders is free of charge. 7. To obtain further information, Bidders should contact Mr. Mike Qaqara, Director Civil Engineering (Ag), Ministry of Infrastructure Development, Melanesian Haus, Town Ground Area, West Honiara, Solomon Islands, at email address: mqaqara@mid.gov.sb or phone number (677) 22262. 8. Bidders must submit their Bids electronically through the web https://www.tenderlink.com/mid on or before 5 August 2021, 14:00 hours, Solomon time. Late bids and hard copies submissions will not be accepted. All bids must be accompanied by a bid security in the amount of SBD 5,000,000.0 (Five Million Solomon Dollars), or USD 625,000.0 (Six Hundred Twenty-Five Thousand USD) in the form of an unconditional bank guarantee or an irrevocable letter of credit, or a cashier’s or certified check, or SWIFT message in the form of MT760. 9. Bidders will have the option to attend the pre-bid meeting to be held via video conference on 15 June 2021 at 10:00 a.m. (Honiara time). The link to the virtual meeting will be sent to all Bidders through the Tenderlink portal seven days before the meeting. 10. The Employer will not be responsible for any costs or expenses incurred by Bidders in connection with the preparation or delivery of their Bids. SOL (53421-002): Land and Maritime Connectivity Project Solomon Islands Not cancelled Invitation for Bids Goods Non-Consulting Services Works Friday, May 28, 2021- 00:01 ADB-P748571-05/21 SOL (53421-002) CW-01 Transportation Roads, Bridges and Tunnels Friday, May 28, 2021 English Friday, May 28, 2021- 16:51 Asian Development Bank