Project Name
Road and Bridge Rehabilitation Loubiere to Bagatelle Phase 1: Loubiere to Grand Bay – Civil Works (Deadline Extended)
Role/Service
Construction of the Road and Bridge Rehabilitation Loubiere to Bagatelle, Phase 1: Loubiere to Grand Bay- Civil Works
Country
Deadline
02:00 PM
Type

Overview

INVITATION FOR BIDS
(deadline for bid submission extended to 12-Apr-23)

The Government of the Commonwealth of Dominica (GoCD) has received financing allocated from the resources of the (UK) Caribbean Infrastructure Partnership Fund through the Caribbean Development Bank (CDB), and from the Special Funds Resources of CDB, towards the cost of the Rehabilitation of Loubiere to Bagatelle, Phase I - Loubiere to Grand Bay Road (LGBR) and intends to apply a portion of the proceeds of this financing to eligible payments under this contract.

The primary aim of the project is to; (i) rehabilitate the LGBR road in the southern part of the island where the damage occurred during Tropic al Storm Erika and Hurricane Maria to better than the pre-existing conditions; (ii) reduce the vulnerability of the road to future extreme climatic events and natural hazards, and (iii) improve the safety for the motoring public.

The Project is being implemented by the Ministry of Public Works, Public Utilities and Digital Economy (MoPWPUDE) through the Climate Resilience Execution Agency for Dominica (CREAD).  MOTT MacDonald Limited (UK) are the design consultants and have also been contracted to assist with delivery of the Project.

CREAD now invites sealed bids from eligible bidders for the construction of the Road and Bridge Rehabilitation Loubiere to Bagatelle, Phase 1: Loubiere to Grand Bay- Civil Works.  The works include, but are not limited to the following:

  • LOT 1
    • Segment 1: Loubiere to Snug Corner
      • Road length 1.5km  
      • 2 bridges
      • 8 culverts
      • 1 slope stabilisation intervention
    • Segment 3: Pichelin to Grand Bay
      • Road length 2.65km
      • 3 bridges
      • 9 culverts
         
  • LOT 2
    • Segment 2: Snug Corner to Pichelin
      • Road Length 6.25km
      • 35 culverts
      • 12 slope stabilization interventions
 

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;
     
  2. 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 (January 2021), 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.  Bid 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. an average annual turnover an average annual turnover of at least US$12.0Mn (EC$32.0Mn) for either Lot 1 or Lot 2, and US$20.0Mn (EC$54.0Mn) for both Lot1 and Lot 2, calculated as total certified payments received for contracts in progress and/or completed within the best 5 of the last 8 years, divided by five years
     
  2.  a demonstrable cash flow, including 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 US$3.0Mn (EC$8.0Mn) for either Lot 1 or Lot 2, and US$5.0Mn (EC$13.5Mn) for both Lot 1 and Lot 2.
     
  3. experience as prime contractor in the construction of at least two (2) assignments of a nature, scope, and complexity comparable to the proposed project activity within the last eight (8) years (to comply with this requirement, works quoted should be at least 80 percent complete).

Instructions

Bidding Documents may be obtained by eligible bidders from the first email address below.  Requests must be made by email with the subject line: “Request for Bidding Documents for the Road and Bridge Rehabilitation Loubiere to Bagatelle, Phase 1: Loubiere to Grand Bay- Civil Works”, along with the name, address, and contact information of the bidder for which Bidding Documents are being requested.

Submissions in sealed envelopes clearly marked “Bid for Road and Bridge Rehabilitation Loubiere to Bagatelle, Phase 1: Loubiere to Grand Bay- Civil Works, Lot #....”, must be received at the second address below not later than 2:00pm local time on April 12th, 2023.  Bid opening will take place immediately after the deadline for bid submission at the second address below in the presence of bidders’ representatives who choose to attend

All bids must be accompanied by a Bid Security of Two Million Eastern Caribbean Dollars (XCD) per Lot. Late bids will be rejected.

The GOCD/MoPWPUDE/CREAD 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 GOCD/MoPWPUDE/CREAD action.  GOCD/MoPWPUDE/CREAD will not defray any costs incurred by any bidder in the preparation of bids.

Contact

1. Address for obtaining Bid Package (e-copy), and Clarifications
Capital Projects Manager

Climate Resilient Execution Agency for Dominica (CREAD)


 

2. Address for Bid Submission, Bid Opening and Completed Qualification Information (Hard copies)

Climate Resilient Execution Agency for Dominica (CREAD)

The Palm Cottage Pavilion

Cornwall Street,

P.O Box 1469

Roseau

Commonwealth of Dominica

+1 767 448 4444