MINISTRY OF NATIONAL SECURITY has floated a tender for Design Build and Commissioning of 600KWAC Solar Photovoltaic Plant. The project location is Saint Vincent and the Grenadines and the tender is closing on 10 Dec 2020. The tender notice number is , while the TOT Ref Number is 46320802. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Saint Vincent and the Grenadines

Summary : Design Build and Commissioning of 600KWAC Solar Photovoltaic Plant

Deadline : 10 Dec 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 46320802

Document Ref. No. :

Competition : ICB

Financier : Caribbean Development Bank (CDB)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : MINISTRY OF NATIONAL SECURITY
Project Coordinator The Energy Unit Corner of Higginson & Lower Middle Street Kingstown
Saint Vincent and the Grenadines
Email :energyunit@vincysurf.com

Tender Details

Tenders are invited for Design Build And Commissioning of 600KWAC Solar Photovoltaic Plant.

Procurement Notice

PROJECT NAME

Energy Efficiency Measures and Solar Photovoltaic Plant

ROLE/SERVICE

Design Build And Commissioning of a 600kWac Solar Photovoltaic Plant

COUNTRY

Saint Vincent and the Grenadines

DEADLINE

Dec 10, 2020

02:00 PM

TYPE

Goods

OVERVIEW

The Government of St. Vincent and the Grenadines (GOSVG) has received financing from the Caribbean Development Bank (CDB) in an amount equivalent to USD$6.026 million towards the cost of the 14/OR-STV & GA 44/STV -Energy Efficiency Measures and Solar Photovoltaic Plant (the 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 (GOSVG) 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 (GOSVG) 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 Ministry of National Security Air & Sea Port Development (MNSA) through its Energy Unit (EU-MNSA). Ministry of National Security has contracted Consultants who will assist the Energy Unit with managing this contract and delivering the Project.

MNSA now invites eligible firms and consortia to submit sealed bids for the Design Build And Commissioning Of A 600kWac Solar Photovoltaic Plant.

The scope of work includes, but is not limited to the following:

Detail Design, Engineering, Supply, Packaging and forwarding, Transportation, Unloading, Storage, Installation, Testing, Commissioning of the PV-plant Inverters (PCU), PV panels, inclusive of Balance of System (BOS), AC & DC Cables, Energy Management System (EMS), weather station with prediction software, fire detection system, LV Switchgear, Grounding and Lightning Protection System etc., everything required for normal operation. The Bid scope shall also include project management including HSE and ESMP, construction management, start-up and commissioning, as well as testing and certification of work.

The following work also forms part of the scope of work for the Contractor:

1) All civil works required for completion of this project, including minor land levelling, surface drains, substation building foundation extension, switchyard preparation, cable trenches etc.

2) All works associated with the extension of the switch room building.

3) AC cables for PCU output to LV switchgear connection and from LV switchgear to Transformer

4) Relocation of existing transformer LV cable feed to new LV switchgear

5) MV switchgear (if required)

6) Site dark-sky security Illumination

The 11KV grid integration with the national grid will be managed by VINLEC. Operations and Maintenance (O&M) of the facilities will be undertaken by the Argyle International Airport (AIA) on the completion of commissioning and handover.

ELIGIBLITY

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

2. 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 and the following;

i. Countries eligible for procurement under EU-funded projects which are not CDB Member Countries.

ii. Firms resident or registered in countries eligible for procurement under EU-funded projects which are not CDB Member Countries.

Eligible Bidders will be required to submit full qualification and evaluation information with their Bids establishing their eligibility to Bid and qualification to perform the contract if the Bid is accepted. Tender 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.

Qualification requirements include, inter alia:

(a) an average annual turnover within the last 5 years of at least one million six hundred thousand United States dollars (USD$1, 600, 000), calculated as total certified payments received for contracts in progress or completed, within the last five years divided by five years;

(b) a demonstrable cash flow (including access to credit) of three hundred fifty thousand United States dollars (USD350, 000); and

(c) experience as service provider, joint venture member[1], management contractor or sub-contractor in at least five (5) projects of a nature, scope and complexity comparable to the proposed project activity within the last seven (7) years (to comply with this requirement, works quoted should be at least 80 percent complete).

(d) Bidder-s capacity to mobilize key personnel and equipment to carry out the services

(e) Presentation of a Design and Construction Method Statement and Work Schedule

(f) Evidence of Quality Control/Assurance and Occupational Health and Safety Systems and Environmental and Social Management capability.

[1] For contracts under which the Bidder participated as a joint venture member or sub-contractor, only the Bidder-s share, by value, shall be considered to meet this requirement.

INSTRUCTIONS

Bid Documents may be obtained by eligible Bidders from the first address below. Requests may be made by written application including email. Written applications must be clearly marked: “Request for Bids Documents for the Design Build And Commissioning of a 600kWac Solar Photovoltaic Plant ”, along with the name, address and contact information of the Firm/s for which Bidding Documents are being requested. Documents will be sent electronically to Applicants who have so requested in writing.

Documents will be promptly dispatched, but under no circumstance will The Government of St. Vincent and the Grenadines or Ministry of National Security or their authorised agent be held responsible for late delivery or loss of the documents so transmitted.

Submissions clearly marked “Bids for the Design Build And Commissioning of a 600kWac Solar Photovoltaic Plant ”, must be received at the physical or email address below not later than 1400 hours Atlantic Standard Time (AST) on December 10, 2020. Bid opening will take place immediately after the deadline for submission at the second address below in the presence of Bidder representatives who choose to attend.

The Government of St. Vincent and the Grenadines Ministry of National Security 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 Government of St. Vincent and the Grenadines Ministry of National Security action. Government of St. Vincent and the Grenadines Ministry of National Security will not defray any costs incurred by any Bidder in the preparation of Bids. All bids must be accompanied by a Bid Security.

CONTACT

1. Address for Correspondence

Project Coordinator

The Energy Unit

Ministry of National Security

Corner of Higginson & Lower Middle Street

Kingstown

ST. VINCENT

Energyunit@vincysurf.com

2 Address for Bid Submission and Bid Opening

The Energy Unit

Ministry of National Security

Corner of Higginson & Lower Middle Street

Kingstown

ST. VINCENT

eesolarpv@gov.vc

Documents

 Tender Notice