Project Name
POWER PROJECTS SURINAME
Role/Service
Bid for Overhead Lines Paramaribo and Nickerie
Country
Deadline
12:00 PM
Type

Overview

The Government of Suriname (GOS) has received financing from the Caribbean Development Bank (CDB) for the POWER PROJECTS SURINAME (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 GOS 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 GOS 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 of Finance through its NV EnergieBedrijven Suriname (EBS) which is the Executing Agency. NV EBS has contracted FICHTNER to be the Consultant for this project. The Consultant has prepared design and contract documentation (FIDIC Silver Book) and will assist in tender administration, evaluation and supervise Project activities.

NV EBS now invites sealed bids from eligible and qualified bidders for the following:

SECTION PARAMARIBO

  • Paramaribo Overhead Lines consisting of:
    • 110 kV double circuit OHL with an approximate route length of eight (8) km (D2-Leiding)
    • 110 kV double circuit OHL with an approximate route length of six (6) km (Leiding-E)
    • 110 kV double circuit OHL with an approximate route length of twelve (12) km (E-T-off)
    • All OHL and cable works include the necessary civil and erection works.

SECTION NICKERIE

  • Nickerie Overhead Lines consisting of:
    • 33 kV double circuit OHL with an approximate route length of fifteen (15) km.

Eligiblity

Consideration will be limited to firms or joint ventures of firms, which are legally incorporated or otherwise organized in, and have their principal place of business in an eligible country and are either:

  1. more than 50% 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 corporate meeting these requirements; or
  2. owned or controlled by the Government of an eligible country provided that it is legally and financially autonomous and operated under the commercial law of an eligible country and otherwise meets the eligibility requirements of the CDB Guidelines for Procurement (2006)

A Bidder, and all parties constituting the Bidder, may have the nationality of any country.

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:

(a)       an average annual turnover (defined as certified payments received for works in progress or completed) within the last three (3) years of at least six million United States dollars (USD 6,000,000);

(b)        a demonstrable cash flow (including access to credit) of six hundred thousand United States dollars (USD 600,000); and

(c)        Participation as contractor, management contractor or subcontractor, in at least two (2) contracts for the design, supply, installation and commissioning of transmission lines with voltage levels 110 kV or above within the last five (5) years, each with a value of at least five million US Dollar (USD 5,000,000), that have been successfully and at least 80% completed and that are similar to the proposed works.

Instructions

Bidding Documents may be obtained by eligible bidders from the first address below for a non-refundable fee of US$ 500. Requests may be made by written application, including email, to the address of correspondence included under point 1 below. Written applications must be clearly marked: “Request for Bidding Documents for Overhead Lines Paramaribo and Nickerie”, along with the name, address and contact information of the bidder for which Bidding Documents are being requested. Payment should be by wire transfer, bank draft or bank guaranteed cheque made payable to:

N.V. EnergieBedrijven Suriname (EBS). Information to pay by wire transfer can be obtained from the first address below.

Applicants who request that documents be forwarded to them must submit an account number from a local courier agent that accepts freight collect charges.  Documents will be promptly dispatched, but under no circumstance will the Ministry of Finance or the NV EBS or their authorised agent be held responsible for late delivery or loss of the documents so transmitted.

Submissions in sealed envelopes clearly marked “Bid for Overhead Lines Paramaribo and Nickerie”, must be received at the second address below not later than 12:00 pm (noon) on 16 December 2020. In the event the Bidder will not be able to submit hard copies of the bids, for COVID-19 reasons, the Employer may allow electronic submission, upon written request by the Bidder. The request for electronic submission, with reasons, shall be sent via email to the address of correspondence included under point 1 below, latest 7 working days prior to submission deadline.  Bidders shall proceed with electronic submission of the bid only upon written approval by the Employer. In such event, Bidders have the responsibility to submit also hard copies as indicated in the tender documents, by the date indicated by the Employer thereafter.

Address for electronic submission: https://cloud.fichtner.de/index.php/s/CHgg5goKX4xy476

Bid opening will take place immediately after the deadline for submission at the second address below in the presence of bidder’s representatives who choose to attend. Due to the current COVID-19 situation, in the event of travel restriction, the Employer may allow Bidders to attend the bid opening via teleconference.

All bids must be accompanied by a Bid Security of one hundred thousand United States dollars (USD 100,000).

The Ministry of Finance or the NV EBS 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 Ministry of Finance or the NV EBS action. Ministry of Finance or the NV EBS will not defray any costs incurred by any bidder in the preparation of bids

Contact
1. Address for Correspondence
Mr. Jerry Aseja
N.V. Energie Bedrijven Suriname (EBS)
Project Coordinator CDB Project

Noorderkerkstraat 2-14
Paramaribo
Suriname
E-mail:

2 Address for Bid Submission and Bid Opening
Mr. Jerry Aseja
N.V. Energie Bedrijven Suriname (EBS)
Project Coordinator CDB Project

Noorderkerkstraat 2-14
Paramaribo
Suriname

3. Address for Clarifications
Procurement Officer

FICHTNER GmbH & Co. KG
Mr. Gian Luca Rosati
Sarweystrasse 3
70191 Stuttgart
Germany