Project Name
Building Resilience and Adaptive Capacity to Climate Change and Disaster Risk in the Kalinago Territory: Kalinago Multipurpose Resource Centre and Emergency Shelter- (Retender)
Role/Service
Construction of the Kalinago Multipurpose Resource Centre and Emergency Shelter
Country
Deadline
02:30 PM
Type

Overview

INVITATION TO BID

Identification number of the ICB is: GA65DMI/2023/01-A

 

The Government of the Commonwealth of Dominica (GOCD) has received financing through the Caribbean Development Bank (CDB) from the Special Funds Resources of CDB allocated from resources provided under Community Disaster Risk Reduction Fund, in an amount equivalent to USD 2.13 Million towards the cost of the Building Resilience and Adaptive Capacity to Climate Change and Disaster Risk in the Kalinago Territory 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 (GOCD) 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 GOCD shall derive any rights from the Financing Agreement or have any claim to the proceeds of the Loan.

The Climate Resilience Execution Agency for Dominica (CREAD) is the Executing Agency for the Works, and the Project Management Unit of the Ministry of Environment, Rural Modernisation, Kalinago Upliftment and Constituency Empowerment (MERMKUCE) tis responsible for the overall implementation of the Project. CREAD intends to invite sealed bids from eligible and qualified bidders for the construction of the Kalinago Multipurpose Resource Centre & Emergency Shelter.  The works include, but are not limited to the following:

  1. Site Preparation
  2. Construction of the reinforced concrete substructure
  3. Construction of the reinforced concrete superstructure
  4. External walls and building façade
  5. Internal walls and partitions
  6. Installation of doors and windows
  7. Installation of services
  8. Finishes
  9. External works

The bidding process is conducted according to the procedures specified in the Procurement Procedures for Projects Financed by CDB (November, 2019) as published on CDB’s website and is open to all bidders from eligible countries.

 

 

Eligibility

Eligible countries are member countries of CDB. Bidders are advised to review the relevant 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).

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

(a) be legally incorporated or otherwise organised in, and have their principal place of business in an Eligible Country;

(b) 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

(c) 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 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. 

Qualification requirements include, inter alia:

(a) an average annual turnover (defined as certified payments received for works in progress or completed) within the best five (5) of the last eight (8) years of at least four million, one hundred and twenty-five thousand Eastern Caribbean dollars (XCD 4,125,000);

(b) a demonstrable cash flow (including access to credit) of eight hundred thousand and twenty-five thousand Eastern Caribbean dollars (XCD 825,000); and

(c) 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 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.

Bidding Documents may be obtained by eligible bidders from the first email address below.  Requests may be made by email with the subject line: “Request for Bid Documents for the Kalinago Multipurpose Resource Centre & Emergency Shelter (Retender)”, along with the name, address, and contact information of the bidder for which Bidding Documents are being requested.

Hard copies of Bids must be submitted in sealed envelopes, with the name and address of the bidder, and be clearly marked “Bid for the Kalinago Multipurpose Resource Centre & Emergency Shelter (Retender)”, must be received at the second address below not later than 2:30pm local time on November 14th, 2023.  Bid opening will take place immediately after the deadline for submission at the second address below in the presence of bidders’ representatives who choose to attend at the second address below. Qualification information only must be submitted simultaneously to the third address below.

Each bid must be accompanied by a Bid Securing Declaration. Late bids will be rejected.

The GOCD/MERMKUCE/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/MERMKUCE/CREAD action. GOCD/MERMKUCE/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 Resilience Execution Agency for Dominica (CREAD)

The Palm Cottage Pavillion

Cornwall Street

P.O.Box 1469

Roseau

COMMONWEALTH OF DOMINICA

 

 

2. Address for Bid Submission, Bid Opening and Completed Qualification Information (Hard Copies):
Climate Resilience Execution Agency for Dominica (CREAD)

The Palm Cottage Pavillion

Cornwall Street

P.O.Box 1469

Roseau

COMMONWEALTH OF DOMINICA

 

1-767-448-4444
3. Caribbean Development Bank:
Procurement Policy Unit

Caribbean Development Bank

P.O. Box 408

Wildey

St. Michael

BARBADOS

 

      

1-246-539-1600