Skip to Main Navigation

Saint Vincent and the Grenadines Volcanic Eruption Emergency Project

Overview

NOTICE AT-A-GLANCE

  • P176943

  • Saint Vincent and the Grenadines Volcanic Eruption Emergency Project

  • St. Vincent and the Grenadines

  • OP00351595

  • Invitation for Bids

  • Published

  • SVG-VEEP-GO-RFB-06

  • Request for Bids

  • English

  • Jun 03, 2025 13:30

  • Apr 11, 2025

CONTACT INFORMATION

  • SVG - Ministry of Finance, Economic Planning, Sustainable Development, and Information Technology

  • Roxanne John

  • Administrative Center, Kingstown, Saint Vincent and the Grenadines Tel no.: 1-784-457-1746

  • St. Vincent and the Grenadines

  • St. Vincent and the Grenadines

  • 7844571746

  • rjohn@svgcpd.com

  • http://finance.gov.vc/finance/index.php/central

Details

Specific Procurement Notice

Template

Request for Bids

Goods

(Two-Envelope Bidding Process)

Country: St. Vincent and the Grenadines

Name of Project: Volcanic Eruption Emergency Project (VEEP)

Contract Title: The supply of pipework for CWSA

Loan No./Credit No./ Grant No.: IDA-70060

RFB Reference No.: SVG-VEEP-GO-RFB-06

 

  1. The Government of St. Vincent and the Grenadines has received financing from the World Bank toward the cost of the Volcanic Eruption Emergency Project (VEEP), and intends to apply part of the proceeds toward payments under the contract for ‘The supply of pipework for CWSA For this contract, the Borrower shall process the payments using the Direct Payment disbursement method, as defined in the World Bank’s Disbursement Guidelines for Investment Project Financing, except for those payments, which the contract provides to be made through letter of credit.

2.         The Economic Planning Division within the Ministry of Finance, Economic Planning and Information Technology now invites sealed Bids from eligible Bidders for the supply of pipework for the Central Water and Sewerage Authority (CWSA) in St. Vincent and the Grenadines. The pipework included in the scope of supply comprises 13.2km of HDPE pipeline, 0.7km Ductile Iron material pipes, fittings, different type of valves and instrumentation for the water supply sector. The final destination of the supply is the Customs Area at the Port of Kingstown. The acceptable time range for delivery is between 4 and 6 months.

3.         Bidding will be conducted through international competitive procurement using a Request for Bids (RFB)  as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” Fifth Edition September 2023 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.

4.         Bids will be evaluated in accordance with the evaluation process set out in the bidding documents. The following weightings shall apply for Rated Criteria (including technical and non-price factors): 50%. This should comply with the mandatory requirements for Rated Criteria in the Procurement Regulations and for Bid cost: 50%

5.         Interested eligible Bidders may obtain further information from the Economic Planning Division within the Ministry of Finance, Economic Planning and Information Technology and inspect the bidding document during office hours Monday – Friday: 8:00am – 4:00pm at the address given below.

6.         The bidding document in English may be purchased by interested eligible Bidders upon the submission of a written application to the address below. The document will be sent by email.

7.         Bids must be delivered to the address below on or before June 3, 3025 at 1.30pm (local SVG Time). Electronic Bidding will be permitted. Late Bids will be rejected. The outer Bid envelopes marked “Original Bid”, and the inner envelopes marked “Technical Part” will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend, at the address below on June 3, 2025 at 1.45pm (local SVG Time). All envelopes marked “Second Envelope: Financial Part” shall remain unopened and will be held in safe custody of the Purchaser until the second public opening.

8.         All Bids must be accompanied by a Bid-Securing Declaration.

9.         Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.

10.       The address(es) referred to above is (are):

Address to obtain further information and to request bidding documents in accordance with paragraph 5 and 6:

Attn:    Recardo Frederick

            Director of Economic Planning

            Economic Planning Division

Ministry of Finance, Economic Planning and Information Technology

1st Floor, Administrative Centre,

Bay Street

Kingstown

St. Vincent and the Grenadines

Tel: 784-457-1746

 

Email: cenplan@svgcpd.com, rjohn@svgcpd.com,  ctoby@svgcpd.com, nstewart@svgcpd.com,  nfergus@svgcpd.com

 

Address to submit Bid documents in accordance with paragraph 7 above:

Attn:    The Chairman

Central Procurement Board

Ministry of Finance

Second Floor, Administrative Building,

Bay Street

Kingstown

For Electronic Submission:

procurement@gov.vc