Reconstruction of the Vanard (Venus) Anse La Raye Link Road has been closed on 14 Apr 2021.
It no longer accepts any bids. For further information,
you can contact the World Bank
https://devbusiness.un.org/content/reconstruction-vanard-venus-anse-la-raye-link-road Invitation for Bids SAINT LUCIA DISASTER VULNERABILITY REDUCTION PROJECT Loan No./Credit No./ Grant No.:_ T FA 3651 Contract Title: Reconstruction of the Vanard (Venus) Anse La Raye Link Road Reference No. SLU-DVRP-VAB-RFB-RDS-01-21 1. The Government of Saint Lucia has received financing from the European Union through 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 Reconstruction of the Vanard (Venus) to Anse La Raye Link Road 2. The Department of Economic Development, Transport & Civil Aviation now invites sealed bids from eligible bidders for Reconstruction of the Vanard (Venus) to Anse La Raye Link Road which includes the construction of retaining walls and slope stabilization works, paving works, construction of gabion baskets, drainage, culverts and concrete works. The construction period is twelve (12) months. 3. Qualifications Requirements Include: Minimum Average Annual Construction Turnover of United States seven million dollars ($7,000,000.00) calculated as total certified payments received for contracts in progress and/or completed within the last seven (7) years. In case of JV, JV all parties combined must meet the requirement, one member must meet at least forty percent (40%) of the requirement, and each member must meet 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 the construction cash flow estimated as United States one million, two hundred thousand dollars (USD 1, 200, 000) for the subject contract net of access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as USD$1,200,000 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 seven (7) years, starting 1st January 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 sub-contractor, between 1st January 2016 and application submission deadline: At least one (1) contract which entailed the Construction of 7km road including retaining walls, drainage of a minimum value of USD4m constructed in 12 months during the last 5 years. 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 the 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 January 2011 (and revised 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 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 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 February 16, 2021. 7. 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). 8. A Pre-Bid meeting shall take place on February 26, 2021 at 10:00 a.m. at the Conference Room at the address specified below (*) A site visit conducted by the Employer shall be organized following the pre-bid meeting. 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. 9. Bids must be delivered to the address below (**) on or before April 14, 2021. Bidders shall have the option of submitting bids electronically to the saintluciactbprocurement@govt.lc 10. 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 April 14, 2021 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 8. All bids must be accompanied by a Bid-Securing Declaration. 9. The address(es) 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: 758-468-5816 Email: slupcu@gosl.gov.lc **The Secretary (Submission of Bids) Central Tenders Board Department of Finance 2nd Floor Finance Administrative Centre Point Seraphine Castries, Saint Lucia ***Meeting of the Central Tenders Board (Opening of Bids) Central Tenders Board Department of Finance 3rd Floor Finance Administrative Centre Point Seraphine Castries, Saint Lucia Saint Lucia Disaster Vulnerability Reduction Project Saint Lucia Not cancelled RFB- Request for Bids Invitation for Bids Works Wednesday, April 14, 2021- 09:30 WB-P672465-02/21 TFA3651 SLU-DVRP-VAB-RFB-RDS-01-21 P127226 Notice version number: 1 Roads, Bridges and Tunnels Wednesday, February 17, 2021 OP00117218 English Wednesday, February 17, 2021- 15:21 PCU- Department of Planning and National Development, Ministry of Finance, Economic Affairs Plannin Cheryl Mathurin PCU of the Department of Planning and National Development, Ministry of Finance, Economic Affairs Pl 1-758-468-2413 chmathurin@gosl.gov.lc Rural and Inter-Urban Roads, Social Protection, Other Water Supply, Sanitation and Waste Management, Public Administration- Water, Sanitation and Waste Management, Water Supply, Other Transportation, Other Public Administration, Rural and Inter-Urban Roads, Social Protection, Other Water Supply, Sanitation and Waste Management, Public Administration- Water, Sanitation and Waste Management, Water Supply, Other Transportation, Other Public Administration World Bank Monday, February 15, 2021- 19:00 IBRD/IDA Loans (PE) PCU- Department of Planning and National Development, Ministry of Finance, Economic Affairs Plannin USD 4798300.00 Reconstruction of the Vanard (Venus) Anse La Raye Link Road Project Coordinator proc_voc_id: 72141000 proc_voc_title: Highway and road construction services seg_id: 72000000 seg_title: Building and Facility Construction and Maintenance Services family_id: 72140000 family_title: Heavy construction services class_id: 72141000 class_title: Highway and road construction services cmdty_id: cmdty_title: