The Basic Needs Trust Fund Seventh Project (BNTF 7) was approved on October 23, 2012, by the Caribbean Development Bank (CDB) and provides grant funding to ten participating Borrowing Member Countries (BMCs) viz. Belize, Commonwealth of Dominica, Grenada, Guyana, Jamaica, Montserrat, St. Kitts and Nevis, St. Lucia, St. Vincent and the Grenadines, and the Turks and Caicos Islands. Governments of the ten participating BMCs provide counterpart funding. The Terminal Disbursement Date for BNTF 7 is December 31, 2016.
2. The infrastructure component of BNTF 7 provides, inter alia, for the implementation of an unspecified number of sub-projects consisting primarily of minor civil works including buildings for education, water supply and sanitation, footpaths, bridges, drains and minor road developments. The maximum cost of each sub-project will not exceed the equivalent of US$600,000 and construction works will be done either by private contract, force account, self help or a combination of the afore mentioned modes of execution.
3. Additional information on BNTF 7 can be obtained at CDB’s corporate web site, viz. http://www.caribank.org/programmes/basic-needs-trust-fund
4. The overall objective of BNTF 7 is to reduce poverty and vulnerability in targeted communities through enhanced access to basic social and economic infrastructure and human resource development services.
CDB now invites submission of expressions of interest from consultants who are interested in providing architectural and/or engineering services for individual sub-projects or groups of sub-projects. Services contracts will be awarded either for a single sub-project or groups of sub-projects, as funding for these are approved by CDB for each BMC. Each contract price will be fully paid for, directly by CDB. Under previous BNTF programmes, consultants in the participating BMC where sub-projects are located were engaged by CDB, and provided the majority of similar services.
The brief description of services required under the proposed services assignments include:
a) consultation with and advice to the BNTF Project Manager (PM) of the respective BMC, at all stages of the execution of the services;
b) preparation, or review and completion, of designs and tender documents, including consultation with beneficiary communities;
c) assistance to the PM with the pre-qualification of contractors, and preparation of bid documents;
d) assistance to the PM with the evaluation of bids and the negotiation of the construction contracts as necessary;
e) provision of technical inspection of construction works for the government, under the terms of the construction contract including issuing of payment certificates, preparation of monthly reports, final handover and training of key beneficiaries in minor preventative maintenance practices for the completed works.
In relation to consulting services, a consultant, each member of a joint venture or consortium and any sub-contractor shall be eligible for procurement if:
a) in the case of the body corporate, it is legally incorporated or otherwise organized in an eligible country, has its principal place of business in an eligible country and is more than 50% beneficially owned by a citizen or citizens and/or bona fide resident or residents of an eligible country or countries or by a body corporate or bodies corporate meeting these requirements;
b) in the case of natural persons and unincorporated firms, the person or persons is or are a citizen or citizens or bona fide resident or residents of an eligible country; and
c) in all cases, the tenderer has no arrangement and undertakes not to make any arrangement whereby any substantial part of the net profits or other tangible benefits of the contract will accrue or be paid to a person not a citizen or bona fide resident of an eligible country.
Consultants, whether acting singly or in joint ventures, are required to submit full details of his/her individual practice or firm, inclusive of general experience in the field of the assignment, including specialist knowledge and qualification of each of the proposed personnel who will undertake assignments. In the case of firms, the documents must include articles of incorporation and audited financial statements for the last three years. Submissions are to be sent to the Portfolio Manager (BNTF), at the address below by April 4, 2014 at 4:00pm. The names and address of the applicant shall be clearly marked on the envelope containing each submission. All information must be submitted in the English Language.
Portfolio Manager, BNTF Tel: 1-(246)-431-1600
Social Sector Division Fax: 1-(246)-431-7269
Caribbean Development Bank E-mail:
P. O. Box 408, Wildey, St. Michael
Barbados, W. I.
9. Consultants should indicate the type of work in which they are interested and the total value of work they have the capacity to perform concurrently. CDB will request an update of this information as and when needed.
10. After evaluation of the information submitted, a shortlist of consultants and/or joint ventures of consultants drawn from the response to this notice, as well as from similar notices circulated regionally and locally, will be created and those consultants will be requested to submit proposals for the provision of services. The Terms of Reference for specific services will be made available to short-listed consultants.
11. CDB reserves the right to accept or reject late applications or to cancel the present notice partially or in its entirety. CDB will not be bound to assign any reason for not short-listing any applicant and will not defray any costs incurred by any applicant in preparing applications.
12. Applicants will be advised in due course, of the results of their applications.
13. Additional general notices for expressions of interest will be issued at least once annually, during the life of BNTF 7. CDB expects to issue Request for Proposals to short-listed individuals, firms and/or joint ventures for an individual sub-project or group of sub-projects, approved at various times, during the implementation period of the current programme.
MINISTRY OF EMPLOYMENT, TRADE, INDUSTRY & DIASPORA AFFAIRS
EMPLOYMENT OPPORTUNITY
Applications are being solicited from suitable candidates for the post of DIRECTOR OF TRADE , Ministry of Employment, Trade, Industry and Diaspora Affairs.
DUTIES:
Under the supervision of the Permanent Secretary, the Director of Trade
- leads the Division of Trade of the Ministry of Employment, Trade, Industry and Diaspora Affairs.
- supervises the staff of the Division Trade;
- formulates and co-ordinates the implementation of the government's internal and external trade policy;
- recommends appropriate strategies of achieving greater export performance and earnings;
- monitors developments related to domestic trade, including consumer protection, price control, supplies control and commerce; monitors and reports on the execution of International Trade Agreements signed by government with International Agencies;
- monitors and reports on the implementation of policies and programmes on trade issues relating to Dominica's participation in and association with regional groups and agencies such as the OECS, CARICOM and
CARIFORUM amongst others;
- executes the performance management function.
QUALIFICATION & EXPERIENCE:
Candidates should possess the following:
QUALIFICATION: Masters Trade Development, International Trade, Marketing or other related
discipline
EXPERIENCE: Five (5) years in the field.
SKILLS/KNOWLEDGE: Strong knowledge of Caribbean political, economic, social and
cultural history and relevant rules, regulations and laws;
Comprehensive understanding and knowledge of standards, treaties, agreements,
protocols and, trade and foreign policies;
Experience in diplomacy and negotiations;
Experience in collecting and analyzing information ;
Excellent oral communication and strong report writing skills.
Interested persons should submit applications along with curriculum vitae including the names of three (3) references by
February 28, 2014 under ‘Confidential Cover’ to:
Ref: DIRECTOR OF TRADE
The Permanent Secretary,
Ministry of Employment , Trade, Industry and Diaspora Affairs,
4th Floor, Financial Centre
Kennedy Avenue
Roseau
Commonwealth of Dominica.
DEADLINE FOR RECEIPT OF APPLICATIONS IS MONDAY, MARCH 31, 2014, 4:00 PM
For detailed information see Vacancies at www.dominica.gov.dm
SUPPLY CONTRACT NOTICE
Procurement of Diagnostic/Chemistry equipment for the National Centre for Testing Excellence
Stock Farm St. George Dominica
- 1. Publication reference
EuropeAid/135338/D/SUP/DM
- 2. Procedure
Open
- 3. Programme
DCI – Banana Accompanying Measures
- 4. Financing
Financing Agreement DM/BAN/2012/024-197
- 5. Contracting authority
The beneficiary: The Government of the Commonwealth of Dominica
CONTRACT SPECIFICATIONS
- 6. Description of the contract
The Dominica Bureau of Standards (DBOS) Fresh Produce Export Quality Control Act was enacted in 2009 which promotes the certification of farms, packinghouses and activities throughout the value chain. Currently, banana is the only crop produced through a fully developed certification scheme, namely Global G.A.P. (Good Agricultural Practices) and Fair Trade.
There is need to develop similar certification schemes (Dominica Global G.A.P.) for other major crops; some of which are identified in Dominica’s National Export Strategy. The development of certification schemes for these major crops is being pursued by the DBOS.
To support the DBOS thrust in certification activities, the Banana Accompanying Measures (BAM) Project will provide assistance to purchase Chemistry equipment for the National Centre for Testing Excellence (NCTE) in support of the DBOS certification activities. The equipment will enhance the NCTE’s ability to conduct various tests and analysis which is required for the development and implementation of the Dominica global G.A.P. certification scheme.
Furthermore modern agricultural interventions are based on diagnosis, research which informs operators as to the most cost effective and efficient method of conducting farm operations and treatments given the high cost of agricultural input.
- 7. Number and titles of lots
One lot only
TERMS OF PARTICIPATION
- 8. Eligibility and rules of origin
Participation is open to all legal persons [participating either individually or in a grouping (consortium) of tenderers which are established in a Member State of the European Union or in a country or territory of the regions covered and/or authorised by the specific instruments applicable to the programme under which the contract is financed (see item 22 below). All goods supplied under this contract must originate in one or more of these countries. Participation is also open to international organisations. Participation of natural persons is directly governed by the specific instruments applicable to the programme under which the contract is financed.
- 9. Grounds for exclusion
Tenderers must submit a signed declaration, included in the Tender Form for a Supply Contract, to the effect that they are not in any of the situations listed in point 2.3.3 of the Practical Guide to contracts procedures for EU external actions.
- 10. Number of tenders
Tenderers may submit only one tender per lot. Tenders for parts of a lot will not be considered. Any tenderer may state in its tender that it would offer a discount in the event that its tender is accepted for more than one lot. Tenderers may not submit a tender for a variant solution in addition to their tender for the supplies required in the tender dossier.
- 11. Tender guarantee
Tenderers must provide a tender guarantee of Seven thousand nine hundred and eighty six Euro dollars and eighty six Euro cents (€7986.86) when submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer(s) upon signature of the contract by all parties. This guarantee will be called upon if the tenderer does not fulfil all obligations stated in its tender.
- 12. Performance guarantee
The successful tenderer will be asked to provide a performance guarantee of 10% of the amount of the contract at the signing of the contract. This guarantee must be provided together with the return of the countersigned contract no later than 30 days after the tenderer receives the contract signed by the Contracting Authority. If the selected tenderer fails to provide such a guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted the next cheapest compliant tender.
- 13. Information meeting and/or site visit
No information meeting is planned
- 14. Tender validity
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders.
- 15. Period of implementation of tasks
Ninety (90) days from contract signature until the provisional acceptance.
SELECTION AND AWARD CRITERIA
- 16. Selection criteria
The following selection criteria will be applied to tenderers. In the case of tenders submitted by a consortium, these selection criteria will be applied to the consortium as a whole:
1) Economic and financial capacity of tenderer (based on i.a. item 3 of the Tender Form for a Supply Contract). In case of tenderer being a public body, equivalent information should be provided.
Legal persons:
(a) The average annual turnover of the tenderer must exceed the annualised maximum budget of the contract.
Natural persons:
(a) The financial situation of the tenderer should not be in deficit, taken into account debts, at the beginning and end of year.
2) Professional capacity of Tender.
Legal persons:
(a) Has a Professional certificate appropriate to this contract.
Natural persons:
(a) Has a professional certificate appropriate to this contract.
3) Technical capacity of tenderer (based on i.a. items 5 and 6 of the Tender Form for a Supply Contract)
Legal persons:
(a) the tenderer has delivered supplies under at least three contracts with a budget of at least €100,000.00 in Chemistry laboratory Equipment which were implemented during the following period: 3 years from the submission deadline, 19th May 2011.
Natural persons:
(a) the tenderer has delivered supplies under at least three contracts with a budget of at least €100,000.00 EUR in Chemistry laboratory equipment which were implemented during the following period:19th May 2011.
An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. Some examples of when it may not be considered appropriate by the Contracting Authority are when the tender rely in majority on the capacities of other entities or when they rely on key criteria. If the tender rely on other entities it must prove to the Contracting Authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator. Furthermore, the data for this third entity for the relevant selection criterion should be included in the tender in a separate document. Proof of the capacity will also have to be furnished when requested by the Contracting Authority.
- 17. Award criteria
Price.
TENDERING
- 18. How to obtain the tender dossier
The tender dossier is available from the following Internet address: https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome. The tender dossier is also available from the Contracting Authority. Tenders must be submitted using the standard Tender Form for a Supply Contract included in the tender dossier, whose format and instructions must be strictly observed.
Tenderers with questions regarding this tender should send them in writing to the Contracting Authority edf@#cwdom.dm The National Authorising Officer Office of the National Authorising Officer 3rd Floor Financial Centre Kennedy Avenue Roseau Commonwealth of Dominica, West Indies: publication reference EuropeAid/135338/D/SUP/DM
at least 21 days before the deadline for submission of tenders given in item 19. The Contracting Authority must reply to all tenderers' questions at least 11 days before the deadline for submission of tenders. Eventual clarifications or minor changes to the tender dossier shall be published at the latest 11 days before the submission deadline on the EuropeAid website at https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome and the Office of the National Authorising Officer website www.nao.dm
- 19. Deadline for submission of tenders
12 pm 19th May, 2014.
Any tender received after this deadline will not be considered.
- 20. Tender opening session
19th May, 2014 at 2:30 pm at the Conference Room of the Office of the National Authorising Officer/EDF.
21. Language of the procedure
All written communications for this tender procedure and contract must be in English.
22. Legal basis
The contract is financed under the EU regulation No: 1341/2011 of the European Parliament and of the Council of 13 December 2011, amending Regulation (EC) No: 1905/2006 establishing a financing instrument for development cooperation.
THE GENERAL PUBLIC IS INFORMED THAT THE SUPPLEMENTARY ELECTORS LISTS FOR THE QUARTER ENDED FEBRUARY 28, 2014 ARE POSTED FOR PUBLIC VIEWING IN THE UNDERMENTIONED POLLING DISTRICTS.
POLLING DISTRICT A01 - PETITE SOUFRIERE
POLLING DISTRICT A03 - GOOD HOPE
POLLING DISTRICT A04 - CASTLE BRUCE
POLLING DISTRICT A05 - CASTLE BRUCE
POLLING DISTRICT B01 - DUBLANC
POLLING DISTRICT B02 - COLIHAUT
POLLING DISTRICT B03 - BIOCHE
POLLING DISTRICT C02 - COTTAGE
POLLING DISTRICT C03 - CLIFTON
POLLING DISTRICT D01 - GRAND BAY
POLLING DISTRICT D02 - GRAND BAY
POLLING DISTRICT D03 - TETE MORNE
POLLING DISTRICT E01 - LA PLAINE
POLLING DISTRICT E02 - LA RONDE
POLLING DISTRICT E03 - BOETICA
POLLING DISTRICT E04 - VICTORIA
POLLING DISTRICT E05 - CARIB
POLLING DISTRICT E06 - DELICES
POLLING DISTRICT F01 - MASSACRE
POLLING DISTRICT F02 - MAHAUT
POLLING DISTRICT F03 - MAHAUT/JIMMIT HOUSING SCHEME
POLLING DISTRICT F04 - TARREAU
POLLING DISTRICT F05 - CAMPBELL
POLLING DISTRICT F06 - WARNER
POLLING DISTRICT F07 - CANEFIELD
POLLING DISTRICT G01 - SAMS GUTTER, MARIGOT
POLLING DISTRICT G02 - MARIGOT EAST
POLLING DISTRICT G03 - MARIGOT WEST
POLLING DISTRICT H01 - GRAND FOND
POLLING DISTRICT H02 - RIVIERE CYRIQUE
POLLING DISTRICT H03 - MORNE JAUNE
POLLING DISTRICT J02 - ANSE SOLDAT
POLLING DISTRICT J03 - CALIBISHIE
POLLING DISTRICT J04 - PAIX BOUCHE
POLLING DISTRICT K02 - PETITE SAVANNE
POLLING DISTRICT K04 - BAGATELLE
POLLING DISTRICT L01 - GLANVILLIA
POLLING DISTRICT L02 - PORTSMOUTH WEST
POLLING DISTRICT L03 - PORTSMOUTH EAST
POLLING DISTRICT M02 - ROSEAU
POLLING DISTRICT M03 - ROSEAU
POLLING DISTRICT M05 - ROSEAU
POLLING DISTRICT M06 - ROSEAU
POLLING DISTRICT M07 - ROSEAU
POLLING DISTRICT N01 - POTTERSVILLE
POLLING DISTRICT N03 - GOODWILL
POLLING DISTRICT N04 - GOODWILL
POLLING DISTRICT N05 - GOODWILL
POLLING DISTRICT N06 - FOND COLE
POLLING DISTRICT N07 - STOCKFARM
POLLING DISTRICT O01 - KINGSHILL
POLLING DISTRICT O02 - NEWTOWN
POLLING DISTRICT O04 - NEWTOWN/CITRONIER
POLLING DISTRICT O05 - EGGLESTON
POLLING DISTRICT O06 - GIRAUDEL
POLLING DISTRICT O07 - WALL HOUSE/LOUBIERE
POLLING DISTRICT O08 - BATH EASTATE
POLLING DISTRICT O09 - ELMSHALL
POLLING DISTRICT P01 - TRAFALGAR
POLLING DISTRICT P02 - LAUDAT
POLLING DISTRICT P03 - WOTTEN WAVEN
POLLING DISTRICT P04 - MORNE PROSPER
POLLING DISTRICT Q01 - COULIBISTRIE
POLLING DISTRICT Q03 - SALISBURY
POLLING DISTRICT R01 - ATKINSON
POLLING DISTRICT R02 - SALYBIA
POLLING DISTRICT S01 - LAYOU
POLLING DISTRICT S02 - MERO
POLLING DISTRICT S03 - BELLES
POLLING DISTRICT S04 - ST. JOSEPH WEST
POLLING DISTRICT S05 - ST. JOSEPH EAST
POLLING DISTRICT T01 - SCOTTS HEAD
POLLING DISTRICT T02 - SOUFRIERE
POLLING DISTRICT T03 - POINTE MICHEL
POLLING DISTRICT T04 - POINTE MICHEL
POLLING DISTRICT U02 - UPPER PENVILLE
POLLING DISTRICT U03 - LOWER PENVILLE
POLLING DISTRICT U04 - AMBAS
POLLING DISTRICT U05 - VIEILLE CASE
POLLING DISTRICT U06 - THIBAUD
POLLING DISTRICT V01 - WOODFORD HILL
POLLING DISTRICT V02 - WESLEY EAST
POLLING DISTRICT V03 - WESLEY WEST
THE LISTS CAN ALSO BE INSPECTED AT THE HOMES OF THE ASSISTANT REGISTERING OFFICERS FOR THESE POLLING DISTRICTS BETWEEN 5:00 P.M AND 5:30 P.M. MONDAY TO FRIDAY.
PERSONS IN THE ABOVE-MENTIONED POLLING DISTRICTS WHO APPLIED FOR REGISTRATION AS ELECTORS DURING THE PERIOD DECEMBER 1, 2013 TO FEBRUARY 28, 2014 ARE REQUESTED TO INSPECT THE LIST AND TO BRING ANY DISCREPANCY THEREIN, TO THE ATTENTION OF THE REGISTERING OFFICER FOR THE POLLING DISTRICT, CONSTITUENCY OR THE ELECTORAL OFFICE AT THE CORNER OF TURKEY LANE AND INDEPENDENCE STREET, ROSEAU.
CHIEF ELECTIONS OFFICER
The general public is hereby informed that the Roseau City Council will be conducting a valuation exercise in the municipality of Roseau effective Wednesday, 12th March, 2014 in accordance with the Roseau City Council Act No. 17 of 1982, Sections 51, 52 and 56.
51) For the purpose of making the valuation list the Valuers with their Assistants and
Servants may, at all reasonable times until the valuation list is completed, enter,
view, examine, survey and measure all and every part of any rateable premises and
to do or cause to be done any act or thing necessary.
52) The Council and all and every person or persons shall give the Valuers every
facility by allowing them to inspect any books and take any copies or extracts or to
do any other thing necessary to enable them to make the valuation list.
56) The Council may at any time, whenever it appears that the names of any owner or
occupier of any premises have not been included in the valuation list add his name
thereto; and the Council shall give him notice in writing that his name has been
inserted in the said list and the assessment made in respect of the premises of
which he is owner or occupier, and he shall be at liberty to object to the said
inclusion or valuation in the manner provided for in the regulation.
The co-operation of all owners and occupiers of properties within the boundaries of the municipality of Roseau is hereby solicited.
Persons requiring additional information with respect to the valuation exercise are advised to contact the office of the City Clerk , Roseau City Council on 21 Long Lane or at telephone numbers 448-2973/ 449- 8219 or Email :
Meanwhile, property owners who are in arrears of Municipal & Land & House Rates are advised to settle such rates at the Council’s office from Monday to Friday between the hours of 8.00am to 4.00pm.