Project Name
Vieux Fort Water Supply Redevelopment Project
Role/Service
Procurement of Equipment for the Supervisory Control and Data Acquisition System (SCADA) Replacement and Upgrade - ICB NO: VGFS04
Country
Deadline
02:00 PM
Type

Overview

INVITATION TO BID

The Government of Saint Lucia (GOSL) has received financing from the Caribbean Development Bank (CDB) in an amount equivalent to approximately twenty-seven (27) million United States Dollars towards the cost of the Vieux Fort Water Supply Redevelopment Project and intends to apply a portion of the proceeds 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 Loan Agreement.  The Loan Agreement prohibits a withdrawal from the Loan 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 Loan Agreement or have any claim to the proceeds of the Loan.

 The Water and Sewerage Company (WASCO) is the Executing Agency for the Project and is responsible for the overall implementation of the project. WASCO is a statutory corporation wholly owned by GOSL.  The Project Management Unit (PMU) of WASCO intends to invite sealed bids from eligible and qualified bidders for the supply of Equipment for the Supervisory Control and Data Acquisition System (SCADA) Replacement and Upgrade under the Vieux Water Supply Redevelopment Project.

The bidding process is conducted according to the Guidelines for Procurement (January 2006), 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 as published on CDB’s website.

Firms whether applying 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) If the Bidder is a manufacturer:

(i)     Financial Capability

The Bidder shall furnish documentary evidence that it meets the following financial requirement(s):

  • Minimum average annual turnover of USD 500,000.00 calculated as total payments received for contracts completed or under execution over the last five (5) years.

 

(ii)     Experience and Technical Capacity

The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s):

  • Successful completion as main supplier within the last five (5) years of at least two (2) contracts each valued at USD 250,000.00 with a nature and complexity similar to the scope of supply described in Section VI.

 

(iii)    Documentary Evidence

The Bidder shall furnish documentary evidence to demonstrate that the Goods it offers meet the following usage requirements:

  • Been in production for at least five (5) years;
  • Sold a minimum of 25 units of similar type and specification over the last three (3) years;
  • Been in operation for a minimum of three (3) years.

 

(b)     If Bidder is not a manufacturer:

         If a Bidder is not a manufacturer, but is offering the Goods on behalf of the Manufacturer under Manufacturer's Authorisation Form (Section IV, Bidding Forms), the Manufacturer shall demonstrate the above qualifications (i), (ii), (iii) and the Bidder shall demonstrate that it has successfully completed at least two contracts of similar goods in the past three years.

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 that do not demonstrate the prospective supplier’s ability to perform satisfactorily, will not qualify and will not be considered for further evaluation.

A complete set of Bidding Documents will be provided to interested bidders electronically upon request. Requests may be made via email to the first address below (pmuprojects@wascosaintlucia.com). Requests must have the subject title “Request for Bid Documents for the Supply of Equipment for the Supervisory Control and Data Acquisition System (SCADA) Replacement and Upgrade”. There is no purchase fee for the request of the Bidding Documents.

Hard copies of Bids must be submitted in sealed envelopes, with the name and address of the bidder, and be clearly marked “Bid for Supply of Equipment for the Supervisory Control and Data Acquisition System (SCADA) Replacement and Upgrade - VFWSRP” and must be delivered to the second address below no later than 2:00 pm, local time on 5th August 2024. Bids will be opened publicly immediately after the deadline for submission of bids, in the presence of Bidders' representatives who choose to attend at the first address below. Qualification information only must be submitted simultaneously to the third address below.

Each bid must be accompanied by a “Bid Security” of USD 5,000.00. Late bids will be rejected.

WASCO 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 WASCO action. GOSL will not defray any costs incurred by any bidder in the preparation of bids.

Contact

Address 1:
To request a copy of the bidding documents, please contact:
1 758 453 2790
Address 2:
Attention: Chief Executive Officer, WASCO

L'anse Road
Castries
SAINT LUCIA

Address 3: Procurement Officer
Caribbean Development Bank
(+1 246) 539-1600