Settlement upgrading project
Tuesday, September 17, 2019
by Department of Housing
THE BID SUBMISSION DEADLINE HAS BEEN EXTENDED.

The Government of Saint Lucia (GOSL) has received financing from the Caribbean Development Bank (CDB) for the Settlement Upgrading Project and intends to apply a portion of the proceeds of this financing to eligible payments under a contract for which this invitation is issued. Payments 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 Programme for the Regularisation of Unplanned Developments (PROUD) within the Department of Housing, Urban Renewal and Telecommunications, the Executing Agency. Note that the PROUD has contracted a Consultant who will be assisting in the supervision of the works.

The PROUD now invites sealed bids from eligible bidders to undertake any combination of the following works;

  1. Lot 1: Construction of Residential Accesses and Drains at La Resource Phases 2 and 3, Contract No. /SUP 53/SFR – OR – STL (P7) 

 

  1. Lot 2: Construction of Residential Accesses and Drains at La Resource Phases 4 and 5, Contract No. /SUP 53/SFR – OR – STL (P8) 

 

  1. Lot 3: Construction of Residential Accesses and Drains at Sarrot, Contract No. /SUP 53/SFR – OR – STL (P9)

Consideration will be limited to firms or joint ventures of firms, which are legally incorporated or otherwise organised 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

 

  1. 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).

Eligible countries are member countries of CDB.

Eligible bidders will be required to submit full qualification information with their bids establishing their eligibility to bid and qualifications to perform the contract if the bid is accepted. Tender and qualifications 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 evaluation.

Qualification requirements include, inter alia:

  1. An average annual turnover (defined as certified payments received for works in progress or completed) within the last five (5) years of:
    1. Lot 1: XCD3,150,000;
    2. Lot 2: XCD2,835,000;  
    3. Lot 3: XCD3,340,000; 
  2. A demonstrable cash flow (including access to credit) of:
    1. Lot 1: XCD400,000;
    2. Lot 2: XCD360,000;
    3. Lot 3: XCD425,000;
  3. Experience as prime contractor in the construction of at least two (2) assignments of a nature, scope and complexity comparable to the proposed works within the last six (6) years.  Subcontract work and labour only contracts shall not qualify.
  4. Experience in the construction of roads (Bituminous surfacing dressing, asphaltic concrete & concrete) base and experience in the construction of Earthen and reinforced concrete drains.

Bidding Documents may be obtained by eligible bidders from the following address below for a non-refundable fee of XCD500:

           The Project Coordinator                                                                                       

Department of Housing, Urban Renewal                             

and Telecommunications                                                         

7th Floor Conway Business Centre                                        

Cnr. John Compton Highway & Jn. Baptiste Street              

Castries                                                                                  

ST. LUCIA, W.I                                                                    

Telephone: 1-758 468-2600/2609                                           

Facsimile number: 1-758 452-1838

Email: cuthbert.mcdiarmed@govt.lc

 

Requests may be made by written application including email.  Written applications must be clearly marked:  “SUP (NCB) - Request for Bidding Documents for the Construction of Residential Accesses, Drains and Footpaths, Lot 1 to 3”, 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 Accountant General.

Information to pay by wire transfer can be obtained from the Project Coordinator, whose address is above.

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 PROUD 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 the Settlement Upgrading Project (NCB) – Construction of Residential Accesses, Drains and Footpaths (Lot 1 or Lot 2 or Lot 3 or any combination)”, must be received at the address below.  The deadline for submission has now been extended to 4:30 p.m. on Tuesday, October 8, 2019. 

            The Chairperson

            Central Tender’s Board

Department of Finance, Economic

Affairs and Social Security

Financial Administrative Centre

Point Seraphine

Castries

ST. LUCIA, W.I

 

Bid opening will take place at 10:00 am on Wednesday, October 9, 2019 at the office of the Central Tender’s Board in the presence of bidders representatives who choose to attend. 

All bids must be accompanied by a Bid Security of Ten Thousand Eastern Caribbean Dollars (XCD10,000) for any single NCB Lot  or Thirty Thousand Eastern Caribbean Dollars (XCD30,000.00) for any Combination of Lots.

The PROUD reserves the right to accept or reject any bid, and to terminate 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 the PROUD action. The PROUD will not defray any costs incurred by any bidder in the preparation of bids.

To print, please see PDF attached.

Attachments: