Description: |
Invitation for Bids
Issuing Date: May 09, 2022
SAINT LUCIA
OECS REGIONAL TOURISM COMPETITIVENESS PROJECT
Source of Funding: IDA Credit #6000-LC
Contract Title: Supply and Installation of Hardware and Software for Saint Lucia Collateral Registry
Reference No. SLU-RTCP-GO-RFB-SICR-01-20
- Saint Lucia has received financing from the World Bank toward the cost of the OECS Regional Tourism Competitiveness Project and intends to apply part of the proceeds toward payments under the contract for the Supply and Installation of Hardware and Software for Saint Lucia Collateral Registry.
- The Department of Economic Development now invites sealed bids from eligible bidders for the Supply and Installation of Hardware and Software for Saint Lucia Collateral Registry.
- Bidding will be conducted through Limited International Competitive Bidding (LICB) procedures as specified in the World Bank’s Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits and Grants by World Bank Borrowers” dated January 2011 (and revised July 2014) (“Procurement Guidelines”), and is open to all eligible bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the World Bank’s policy on conflict of interest.
Qualification requirements for Bidders are:
(i) Experience
- The bidder should have experience implementing a similar project (along with operational acceptance certificates) during the past 5 years, at least two (2) customer references with at least two (2) Government institutions, who have successfully deployed systems similar to the Collateral Registry system. Similar projects will be considered as the projects similar in size and led by the bidder or JV partners as main contractor(s), with the following scope: (a) design, development and implementation of electronic Collateral Registry (e-Registry);
(b) required hardware to support the Registry software- (references as “subcontractors” will be not allowed for the bidders or JV partners).
- The Bidder must provide a full description of their company profile including scope and size of his activities, copies of original documents defining the constitution of legal status, place of registration and principal place of business of the company or firm.
- Bidders must have a valid partnership for supply and service delivery with the hardware vendor company.
- Bidders must have a valid partnership for supply and service delivery with a hardware vendor company and authorized for Saint Lucia and broader Caribbean territory.
In case of a Joint Venture, all partners combined must meet requirements
(ii) Financial capacity:
- Average annual turnover of at least a minimum of one million United States dollars (USD1,000,000.00) equivalent, calculated as total certified payments received for contracts in progress or completed, in each of the last three (3) years (2017, 2018, 2019).
- Availability of liquid assets of at least a minimum of one hundred thousand United States dollars (USD100,000.00)
- If the bidder is a Joint Venture, all partners combined must meet the qualifications requirement and all partners of the Joint Venture shall be liable jointly and severally for the execution of the Contract. For the partner in charge (leader of the Joint Venture) the average annual turnover must not be less than 40% of the total required annual turnover and for each other partners the average annual turnover must not be less than 25% of the total.
(iii) Technical Capacity
- At least five (5) IT staff members/consultant certified in the following fields, combined to fulfill the following requirements. (One staff member/consultant could play the role of more than one specialist when holding the required certificates as below).
- One (1) Project Manager with at least 5-7 years of proven experience in the relevant field, holding a valid certification of ITIL (Information Technology Infrastructure Library) and PMP (Project Management Professional, PMI institute) or equivalent.
- One (1) Deputy Project Manager with at least 5 years of proven experience in the relevant field, holding a valid certification PMP (PMI institute) or equivalent. The Deputy Project Manager shall be available during the whole project timeline due to the complexity and number of stakeholders and services to be implemented during the project.
- One (1) Business Analyst and Software Architect with a minimum of 5 years of experience in the relevant field.
- One (1) specialist for the implementation of the Servers and Storage equipment holding the architect level of certification.
- Two (2) specialists certified for managing and administering the relational database technology;
- One (1) specialist certified with professional level for service oriented architecture non vendor related,
- Specialists certified (MCPD) or Java developers holding a certification from Microsoft or Oracle or IBM or SQL.
- One (1) networking specialist in order to support the project team if required
- One (1) specialists certified with professional level for Service Oriented Architecture, nonvendor related
- Interested eligible bidders may obtain further information from the Project Coordinator, Project Coordination Unit, Department of Economic Development, 2nd Floor Finance Administrative Centre, Pointe Seraphine, Castries, Saint Lucia, email ortcpslu@govt.lc during office hours 0900 hours (9:00am) to 1500 hours (3:00 pm) daily from Monday to Friday at the address given below (*) from May 09, 2022. A pre-bid meeting which potential bidders may attend will be held on May 23, 2022.
Join Zoom Meeting
https://us02web.zoom.us/j/82389667197?pwd=MStMWlZLTFZZRVRDZEpwbytuMGdP UT09
Meeting ID: 823 8966 7197
Passcode: 254002
- A complete set of bidding documents in English may be obtained by interested eligible bidders. An electronic copy of the document will be sent to all bidders.
- Bids must be delivered to the address below (**) on or before June 22, 2022 at 9:30 a.m. (0930 hours). Late bids will be rejected. Bids will be opened in the presence of Bidders’ representatives who choose to attend at the address below at 10:00 am ECT, June 22, 2022. Electronic bidding will be permitted.
- All bids must be accompanied by a Bid-Securing Declaration.
- The attention of prospective Bidders is drawn to (i) the fact that they will be required to certify in their bids that all software is either covered by a valid license or was produced by the Bidder and (ii) that violations are considered fraud, which can result in ineligibility to be awarded World Bank-financed contracts.
The address(es) referred to above (are):
*The Project Coordinator (For clarification and Pre-Bid Meeting)
OECS Regional Tourism Competitiveness Project
Department of Economic Development
2nd Floor Finance Administrative Centre
Point Seraphine, Castries, Saint Lucia
Email: slupcu@gosl.gov.lc
**The Secretary (Submission of Bids Physical)
Central Public Procurement Board
Department of Finance
2nd Floor Finance Administrative Centre
Point Seraphine
Castries, Saint Lucia
The Secretary (Submission of Bids: Electronic)
Central Public Procurement Board
Department of Finance
2nd Floor Finance Administrative Centre
Point Seraphine
Castries, Saint Lucia saintluciactbprocurement@govt.lc
***Meeting of the Central Public Procurement Board (Opening of Bids)
Central Public Procurement Board
Department of Finance
5th Floor Finance Administrative Centre
Point Seraphine
Castries, Saint Lucia
|