MINISTRY OF NATIONAL SECURITY has floated a tender for Design Installation and Commissioning of Energy Efficiency Measures. The project location is Saint Vincent and the Grenadines and the tender is closing on 18 Dec 2020. The tender notice number is , while the TOT Ref Number is 47276230. 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 Installation and Commissioning of Energy Efficiency Measures

Deadline : 18 Dec 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 47276230

Document Ref. No. :

Competition : ICB

Financier : Caribbean Development Bank (CDB)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

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

Tender Details

Tenders are invited for Design Installation and Commissioning of Energy Efficiency Measures.

Procurement Notice

PROJECT NAME

Energy Efficiency Measures and Solar Photovoltaic Plant

ROLE/SERVICE

Design Installation and Commissioning Of Energy Efficiency Measures

COUNTRY

Saint Vincent and the Grenadines

DEADLINE

Dec 18, 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 (MNSAS) through its Energy Unit (EU-MNSAS). Ministry of National Security has contracted Consultants who will assist the Energy Unit with managing this contract and delivering the Project.

MNSAS now invites eligible firms and consortia to submit sealed bids for the Design Installation and Commissioning of Energy Efficiency Measures including Solar PV generating plants. The scope of work includes, but is not limited to the following spread across seven facilities in six locations:

Lot A

· Improvement of air condition system efficiency: The assessment of operating efficiency and the replacement or repair of approximately 450 tons of outdated AC cooling capacity with inverter-type mini-splits or VRF-type systems with an energy efficiency ratio (EER) higher than 13 or in accordance with ASHRAE 90.1;

· Improvement of lighting system: The assessment of the levels of illumination and energy efficiency of existing lighting and replacement of over 5000 fluorescent tubes and incandescent and high-pressure sodium bulbs and fittings with LED lamps and fixtures and the installation of time and occupancy-activated switches in strategic intermittently occupied areas;

· Energy Management Practice; This includes: (i) the implementation of various measures to reduce the building heat load through the sealing and improved insulation of the building envelope via the application of solar reflective paint or films to the roof and windows respectively and the reduction in cool air leaks; and (ii) the enhancement of facility management practices via acquisition of basic monitoring equipment and, in the case of the Financial Complex, the installation of an Energy Management System in conjunction with capacity building for the maintenance staff of the respective building units.

· Performance Guarantee (PG) Testing: The execution of performance guarantee tests.

Lot B

· Installation of estimated 150kWac of building-integrated solar PV energy generating systems: This will include in some cases the expansion and tie-in to existing solar PV installations while in other cases it will involve the supply, installation and commissioning of new PV sets.

· Performance Guarantee (PG) Testing: The execution of performance guarantee tests.

Contractors may bid for Lot A, Lot B or both.

The target buildings are located in three geographic areas; downtown Kingstown, Calliaqua and in the Grenadine island of Canouan. All the buildings currently house operating business units and are normally staffed. The retrofit will be executed within this environment.

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 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:

1. an average annual turnover within the last 5 years of at least for;

Lot A: one million United States dollars (USD$1, 000, 000, )

Lot B: two hundred and fifty thousand United States dollars USD$250, 000,

Lot A&B: one million three hundred thousand United States dollars (USD$1, 300, 000), calculated as total certified payments received for contracts in progress or completed, within the last five years divided by five years;

2. a demonstrable cash flow (including access to credit) of

Lot A: USD$180, 000

Lot B: USD$ 50, 000

Lots A&B: USD$250, 000, ; and

3. experience as service provider, joint venture member[1], management contractor or sub-contractor in at least three (3) projects of a nature, scope and complexity comparable to the proposed project activity within the last seven (7) years each with a minimum value of, for;

Lots A&B: USD$800, 000

For Lot A, USD$500, 000

For Lot B, USD$100, 000

(to comply with this requirement, works quoted should be at least 80 percent complete).

4. The minimum required key personnel and equipment to carry out the services

5. Presentation of a Design and Construction Method Statement and Work Schedule

6. Evidence of Quality Control/Assurance and Occupational Health and Safety Systems and the required personnel and previous experience in developing and implementing an Environmental and Social Management Plan (ESMP).

[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 Design Installation and Commissioning Of Energy Efficiency Measures”, 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 Installation and Commissioning Of Energy Efficiency Measures ”, must be received at the physical or email address below not later than 1400 hours Atlantic Standard Time (AST) on December 18, 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. Qualification information only must be simultaneously submitted to the third address below. Late bids will be rejected.

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

Address 1 for Correspondence

The Energy Unit

Ministry of National Security

Corner of Higginson & Lower Middle Street

Kingstown

St. Vincent & The Grenadines

Attn: Project Coordinator

Energyunit@vincysurf.com

Address 2 for Bid Submission

The Energy Unit

Ministry of National Security

Corner of Higginson & Lower Middle Street

Kingstown

Documents

 Tender Notice