Project Name
Millennium Highway and West Coast Road Reconstruction Project
Role/Service
Construction Works to Upgrade Road from Cul-de-Sac to Soufriere Road and Anse La Raye Bridge
Country
Deadline
09:00 AM
Type

Overview

The Government of Saint Lucia (GOSL) has received financing from the Caribbean Development Bank (CDB) – United Kingdom Caribbean Infrastructure Partnership Fund (UKCIF) in an amount equivalent to US$43,287,000 towards the cost of the Millennium Highway and West Coast Road Reconstruction Project (the Project) and intends to apply a portion of the proceeds of this financing to eligible payments under this contract.  Payment by CDB will be made only at the request of GOSL and upon approval by CDB, and will be subject, in all respects, to the terms and conditions of the Financing Agreement.  The Financing Agreement prohibits withdrawal from the financing account for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import, to the knowledge of CDB, is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations.  No party other than (GOSL) shall derive any rights from the Financing Agreement or have any claim to the proceeds of the Financing.

The Project is being implemented by the Ministry for Infrastructure, Ports, Transport, Physical Development and Urban Renewal (MIPTPDUR) through its Department of Infrastructure, Ports and Transport (DIPT).  DIPT has contracted Consultants who will assist the supervision with delivering the Project.  The Consultants have prepared designs and contract documentation and will assist in bid administration and evaluation and supervise Project activities.

DIPT now invites sealed bids from eligible bidders for Construction Works to Upgrade Road from Cul-de-Sac to Soufriere Road and Anse La Raye Bridge.  The works include, but are not limited to the following:

  • Lot 2A - 73599-W-17A:  Cul-de-Sac Bridge to Anse La Raye Bridge
  • Lot 2B - 73599-W-17B:   Anse La Raye Bridge
  • Lot 3A - 73599-W-18A:  Anse La Raye Bridge to Canaries
  • Lot 3B - 73599-W-18B:   Canaries to Soufriere Bridge

Bidders may Bid for one or several lots, as further defined in the bidding document. Bidders wishing to offer discounts in case they are awarded more than one contract will be allowed to do so, provided those discounts are included in the Letter of Bid.

Eligibility

Firms whether bidding individually or in the form of a Joint Venture, shall:

  1. be legally incorporated or otherwise organised in, and have their principal place of business in an Eligible Country;
  1. be more than fifty (50) percent beneficially owned by a citizen or citizens and/or a bona fide resident or residents of an Eligible Country, or by a body corporate or bodies meeting these requirements, as far as the ownership can be reasonably determined; and
  1. shall have no arrangement and undertake not to make any arrangement whereby the majority of the financial benefits of the contract, i.e. more than fifty (50) percent of the value of the contract, will accrue or be paid to sub-contractors or sub-consultants that are not from an Eligible Country.

Eligible countries are member countries of CDB. Bidders are advised to review the detailed eligibility criteria detailed in Section 4 and conflict of interest provisions in Section 5 of the Procurement Procedures for Projects Financed by CDB (November 2019), as published on CDB’s website.

Eligible bidders will be required to submit full qualification information with their bids establishing their eligibility to bid and qualification to perform the contract if the bid is accepted.  Tender and qualification information are to be submitted in the English Language on the prescribed forms inserted in the Bid Documents.  Submissions that do not provide the information required, or do not demonstrate the prospective contractor’s ability to perform satisfactorily, will not qualify and will not be considered for further evaluation.

Qualification requirements include, inter alia:

  1. Minimum average annual construction turnover as specified below, calculated as total construction revenue within the best three (3) of the last five (5) years divided by three (3) years:
  • Lot 2A: XCD24,621,524.17 or equivalent to USD9,062,359.37
  • Lot 2B: XCD6,728,638.69 or equivalent to USD2,476,586.80
  • Lot 3A: XCD19,088,446.37 or equivalent to US$7,025,818.53
  • Lot 3B: XCD17,234,945.22 or equivalent to USD USD6,343,606.77
  • Multiple Contracts: The minimum average annual construction turnover for multiple lots is calculated as total of the values set up above for individual lots.

 

  1. Access to, or 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 follows for the subject contract(s) net of the Bidder’s other commitments:
  • Lot 2A XCD8,207,174.72or equivalent to USD3,020,786.46
  • Lot 2B: XCD2,242,879.56 or equivalent to USD825,528.93
  • Lot 3A: XCD6,362,815.46 or equivalent to USD2,341,939.51
  • Lot 3B: XCD5,744,981.74 or equivalent to USD2,114,535.59
  • Multiple Contracts: The construction cash flow requirements for multiple lots are calculated as total of the values set up above for individual lots.

 

  1. Experience under construction contracts in the role of prime contractor, a Joint Venture (JV) member, subcontractor, or management contractor for at least the last seven (7) years prior to the bid submission deadline, starting 1st January 2014.

Instructions

A complete set of bidding documents in English may be downloaded by interested eligible bidders for free upon the submission of a written application to address (1) below. The requests may be made by written application including e-mail and must be clearly marked: “Request for Bidding Documents for the Construction Works to Upgrade Road from Cul-de-Sac to Soufriere Road and Anse La Raye Bridge”, along with the name, address and contact information of the bidder for which Bidding Documents are being requested.

Bid submissions must be received no later than 9:00 a.m. (Saint Lucia Time) on April 13, 2022. Hardcopy bids must be delivered to address (2) below.  If the Bidder prefers to submit electronic bids via email, the bids must be encrypted and protected with a password or password-protected and emailed to address (3) below.  Late Bids will be rejected.  Bids will be publicly opened at 11 a.m. (Saint Lucia Time) on April 13, 2022, in the presence of the Bidders’ designated representatives and anyone who choose to attend at address (2) below or using conferencing facilities at (4) below. Qualification information only must be simultaneously submitted to address (5) below.

All bids must be accompanied by Bid-Securing Declaration. Late bids will be rejected.

DIPT reserves the right to accept or reject any bid, and to annul the process and reject all bids, at any time prior to award of contract, without thereby incurring any liability to the affected prospective bidder(s) or any obligation to inform the affected prospective bidder(s) of the grounds for DIPT’s action.  DIPT will not defray any costs incurred by any bidder in the preparation of bids.

CONTACT

1. Address for Correspondence

Project Coordinator

Special Projects Unit

Union Building Complex, Union

Castries

Saint Lucia

Telephone: +1 758-468-4300 / 468-4370

E-mail: nicholas.johnny@govt.lc; and njohnny64@gmail.com

 

2. Address for Submission of Paper-Based Bids and Bid Opening

The Secretary

Central Public Procurement Board

2nd Floor Financial Administrative Centre, Point Seraphine

Castries

Saint Lucia

3. Address for Submission of Bids via E‑Mail

saintluciactbprocurement@govt.lc

4. For Attending Bid Opening Using Conferencing Facilities

All Bidders that received documents directly from DIPT will be sent a Zoom meeting link.

 

5. Address for Completed Qualification Information Only

Procurement Officer

Caribbean Development Bank

+1 246-539-1600

procurement@caribank.org