Google Translate:

Switch Language:

Tender Background

Tenders

Display:

This RFP will be governed by the following schedule:

Proposals Due Date:         March 31, 2025

Notification of Award:    April 25, 2025

Execution of Contract:     May 5, 2025

Completion of Work:       September 30, 2025

HLSCC reserves the right to negotiate with the selected consulting team on technical details, topics, deliverables, methodology, scheduling, and budget issues. HLSCC shall not be obligated to accept the lowest priced proposal but shall make an award in the best interest of the project.

Incomplete proposals and proposals received after the deadline March 31, 2025, will not be considered.

The Caribbean Public Health Agency (CARPHA) intends to award a supply contract for the supply, delivery, unloading of Reagents, Elisa Kits and Antisera at CARPHA in Port of Spain, Trinidad and Tobago with financial assistance from the 11th EDF Programme of Support for Health System Strengthening for prevention and control of outbreaks of Zika and other mosquito-borne diseases in the Caribbean


The tender dossier is available from https://tinyurl.com/3hkhd5cs


The deadline for submission of tenders is Monday 17th March 2025 before 4.30pm (Atlantic Standard Time)


Possible additional information or clarifications/questions, please email (please ensure that you receive an email acknowledgement from CARPHA)


Responses will be published on the website of CARPHA at: https://tinyurl.com/3hkhd5cs

SALARY AND ALLOWANCES

Basic Salary is at the rate of EC$117,936.00 per annum plus the following allowances per annum:

Legal Allowance $ 24,000.00
Travel $ 8,808.00
Telephone $ 1,746.00
Entertainment $ 6,480.00

Salary and allowances are exempt from income tax.
Applications, along with two written references and certified copies of documents pertaining to qualifications, should be addressed to:


The Secretary
Judicial and Legal Services Commission
2nd Floor, Heraldine Rock Building
The Waterfront
Castries
Saint Lucia, W.I.

To reach her no later than Friday, 28th March 2025.
NB: Applications may also be submitted via email to . Unsuitable candidates will not be acknowledged. Candidates meeting the minimum qualifications and experience may not be considered for an interview. Only the candidates with the best qualifications and experience will be shortlisted for interview.

Interested eligible Proposers may obtain further information from and inspect the Proposal document during office hours from

08.30 am to 04.00 pm at the address given immediately below:
Attn: Edmond A. Jackson
Director General, Finance and Planning
Ministry of Finance, Economic Planning and Information Technology
2nd Floor, Administrative Building
Bay Street, Kingstown
St. Vincent and the Grenadines
Email: , ,

The proposal document in the English Language may be requested by interested eligible Proposers upon the submission of a written application to the address given immediately above. The document will be sent by email in PDF Format.

For physical submissions, Proposals must be delivered in a single outer envelope containing two sealed envelopes, separating the technical and financial proposals, each clearly marked, to the address below on or before 2:00 PM (SVG time) March 19, 2025. Electronic submission of proposals will be permitted but the technical and financial proposals must be separated, marked and password protected. Late Proposals will be rejected. Proposals will be publicly opened in the presence of the Proposers’ designated representatives and anyone who chooses to attend at the address below on 2.30 PM (SVG time) March 19, 2025. The Proposals opening will also be facilitated by an online platform. The details of the same shall be shared at least one (1) day before the scheduled Proposal opening.

The address to submit Proposals is:
Attn: Chairman, Central Procurement Board
Ministry of Finance, Economic Planning and Information Technology
2nd Floor, Administrative Building
Bay Street, Kingstown
St. Vincent and the Grenadines
Email:

All Proposals must be accompanied by a Bid-Securing Declaration.

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

Please note that the selected candidate will be required to complete the World Bank’s online Environmental and Social Framework course.

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 [revised November 2017, August 2018, November 2020 and September 2023] (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

A Consultant will be selected in accordance with the Individual Consultant Selection method set out in the Procurement Regulations.

Further information can be obtained at the address below during office hours 0900 to 1300 hours.

Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) by March 28, 2025.

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: , , , , ,  

The Expressions of Interest must be submitted electronically to the address below no later than April 04th, 2025, with the subject “Expression of Interest - Consulting Services to Conduct Mangrove Ecosystem and Management Diagnostic Assessment (AFD_REMAR_2025_01)”.

Tehillah Bannis, Procurement Officer
Organisation of the Eastern Caribbean States Commission
P.O. Box 179, Morne Fortune, Castries, St. Lucia
Tel: 1-758-455-6418
E-mail: Copied to:

Interested Applicants may obtain further information at the address below during office hours: 8.30am to 4.30pm Atlantic Standard Time:
Chamberlain Emmanuel, Head, Environmental Sustainability Division
OECS Commission, Morne Fortune, P.O. Box 179, Castries, SAINT LUCIA
Email: copy : ; ; ;

Remuneration
A competitive salary and benefits will be offered to the successful candidate.

Conditions
This role will be remote but the successful candidate will be expected to schedule and make visits as required.

All applications should be addressed to:
Human Resource Manager, The Valley, Anguilla
Email:
Telephone: (264) 498-8395/497-2538
Office Hours: 8:30 a.m. to 4:30 p.m. Monday to Friday

Applications should be received by 28 March 2025. The application package should include:

1. A letter of interest specifically addressing the applicant’s background in relation to qualifications described (not more than three pages);
2. A current résumé or curriculum vitae;
3. Certified copies of educational qualifications; and
4. Three professional references (one of which should be from a current supervisor) with each referee’s position, office or home address, e-mail address, and telephone numbers.

For additional information about the College and for a complete job description, please send your request to

Duration of the assignment: The contract will be for a period of 12 months.

The attention of interested individual Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” dated July 2016, revised November 2017, and August 2018, setting forth the World Bank’s policy on conflict of interest. Please refer to paragraph 3.17 of the Procurement Regulations on conflict of interest related to this assignment which is available on the 

Bank’s website at http://pubdocs.worldbank.org/en/178331533065871195/Procurement-Regulations.pdf


A Consultant will be selected in accordance with the Open Competitive Selection of Individual Consultants set out in the Procurement Regulations.

Further information can be obtained at the address below during office hours 8:00 am to 4:00 pm on Monday to Friday.
Expressions of interest must be delivered in a written form to the address below by e-mail by 21 March 2025.

Caribbean Public Health Agency
Anthony Seunarine / Procurement Manager
16-18 Jamaica Boulevard, Federation Park
Port-of-Spain, Trinidad and Tobago
Tel: 1-868-622-4261. Ext - 40216
E-mail:

It is expected that these will be procured during the period March 2025 to October 2026.

Consultants, contractors and suppliers from member countries of CDB and other countries eligible for
procurement under the European Union (EU)-funded programme, which are not CDB member countries, in accordance with the EU Eligibility Rules will be eligible to participate in these procurement opportunities. A list of eligible countries can be found at this link: https://www.caribank.org/publications-and-resources/resource-library/document/cdb-european-union-eligibility-criteria-cariforum-eu-economic-partnership-agreement-and-caricom. Potential bidders/proposers are advised to review the detailed eligibility criteria detailed in Section 4 of the Procurement Procedures for Projects Financed by CDB (January 2021), as published on CDB’s website.

The OECS Commission is the Executing Agency for the project. Further details of the project can be obtained by contacting the address below.

Mr Francis Burnett
Interim Head, Pooled Procurement Services Unit
Morne Fortune
P.O. Box 179
Castries,
Saint Lucia
1-758-455-6353
CC:

The Eastern Caribbean Telecommunications Authority (ECTEL) invites proposals to provide the following consultancy services: Review of the Spectrum Management Framework and Spectrum Fees for the ECTEL Contracting States.


Proposals must be submitted electronically by email in PDF format and addressed to the Managing Director of ECTEL at the following email address: . Responses must be received by 4::30p.m. AST on April 15, 2025.


A Consultant will be selected based on the quality and cost of the proposal described in this Request for Proposal (RFP).

The RFP includes the following documents:
Section 1 - Letter of Invitation
Section 2 - Instructions to Consultants
Section 3 - Technical Proposal - Standard Forms
Section 4 - Financial Proposal - Standard Forms
Section 5 - Terms of Referenc

Interested eligible Bidders may obtain further information from

Economic Planning Division,
Recardo Frederick, Director of Economic Planning,
AND

and inspect the bidding document during office hours 900 hours and 1500 hours at the address given below.

The bidding document in English may be obtained by interested Bidders upon the submission of a written application to the address below (a). The link to the document will be sent by email.

Bids must be delivered to the address below on or before April 4, 2025, at 1300 hours (local SVG time). Electronic Bidding will not be permitted. Late Bids will be rejected. Bids will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend at the address below on April 4, 2025, at 1330 hours (local SVG time).

All Bids must be accompanied by a Bid-Securing Declaration

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.

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

a) Bid Documents
Economic Planning Division
1st Floor Administrative Centre
Bay Street
Kingstown Saint Vincent and the Grenadines
Tel: 784-457-1746 or 784-457-2182
Email: , , AND .

b) Bid Submission
Chairman
Central Procurement Board
Ministry of Finance, Economic Planning and Information Technology
2nd Floor Administrative Centre
Kingstown
VC0100
Saint Vincent and the Grenadines

The attention of interested individual Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” dated July 2016, revised November 2017, and August 2018, setting forth the World Bank’s policy on conflict of interest. Please refer to paragraph 3.17 of the Procurement Regulations on conflict of interest related to this assignment which is available on the Bank’s website at http://pubdocs.worldbank.org/en/178331533065871195/Procurement-Regulations.pdf

A Consultant will be selected in accordance with the Open Competitive Selection of Individual Consultants set out in the Procurement Regulations.

Further information can be obtained at the address below during office hours 8:00 am to 4:00 pm on Monday to Friday.

Expressions of interest must be delivered in a written form to the address below by e-mail by 21 March 2025.

Caribbean Public Health Agency
Anthony Seunarine / Procurement Manager
16-18 Jamaica Boulevard, Federation Park
Port-of-Spain, Trinidad and Tobago
Tel: 1-868-622-4261. Ext - 40216
E-mail:

The Organisation of Eastern Caribbean States intends to award a work contract for coastal resilience works in the Commonwealth of Dominica and St. Kitts and Nevis with financial assistance from the 11th EDF. The tender dossier is published on the OECS website: https://oecs.int/en/tenders-biospace-work.
The deadline for submission of tender is 3:00 p.m. (AST) on 20th May 2025. Possible additional information or clarifications/questions shall be published on the OECS website: https://oecs.int/en/tenders-biospace-work.

The Government of Saint Lucia, in collaboration with the NAP Global Network, is looking for a consultant to develop the Second Progress Report on the implementation of the country’s National Adaptation Plan (NAP). This consultancy will assess progress on climate adaptation efforts from 2022 to 2024 and provide actionable recommendations for strengthening the country’s resilience to climate change. If you have expertise in climate change adaptation, particularly in Small Island Developing States, apply now to contribute to this vital initiative."

Subscribe to OECS Newsletter