REQUEST FOR PROPOSAL (RFP) - Procurement of Generator for the John Compton Dam

RFP Ref. No.: 01

Date Issued: July 14, 2025.

Introduction

The Water & Sewerage Company Inc. (WASCO) is inviting sealed proposals from qualified suppliers for the provision, delivery, installation, and commissioning of a standby generator at the John Compton Dam (JCD) site located in Millet. This generator is required to support critical water infrastructure and ensure continuous operation during power outages.

Background

The John Compton Dam plays a vital role in the provision of potable water to a significant portion of the population, particularly in the north of the island. Due to recurrent power supply disruptions, the installation of a reliable backup power system has become critical to ensure uninterrupted service delivery and operational resilience.

Scope of Work

The successful bidder shall be responsible for:

• Supplying a new diesel-powered standby generator (Capacity:1250 kVA);

• Delivering the generator to the JCD site;

• Installing and commissioning the unit, including connection to existing infrastructure;

• Providing a compatible automatic transfer switch (ATS);

• Conducting testing and commissioning;

• Providing user training and documentation;

• Offering industry-standard warranty and after-sales service and support;

• Offering a warranty 2 years or 2,000 hours. 

Optional items that may be considered: - List and cost of service spares; - Preventive maintenance service agreement.

Minimum Technical Requirements

Standby Generator Requirements

• 1250 KVA containerized sound attenuated unit with multiple access points. (20-foot container)

• Engine type: 4 Stroke Diesel

• Emission Standard: Tier 1 or Tier 2 • ISO 8528, NFPA 110 Compliant

• 240/415 volts, 3-phase, 50 Hz • Unit mounted breaker control system; 4 pole, 2000 amps

• Deep-sea control module

• ASCO 2000-amp multi-voltage 4-pole transfer switch

• Anti-Condensation heater on alternator

• Block heater for the engine • Trickle charger for starting batteries

• Emergency stops at each entry point (minimum 2)

• Internally fitted (lagged and cladded) exhaust system

• Vertical air discharge (preferred)

• Sidewall cable exit positions

• Internal AC lighting and DC emergency lights

• Base-mounted fuel tank with 8 to 10 hours full load capacity

• The fuel tank must have a level indicator or sensor, piped to the container wall for manual tank refill

• Oil and coolant drain pumps

Submission Requirements

Interested bidders must submit the following:

• Company profile and proof of similar project experience;

• Detailed technical proposal, including generator specifications;

• Delivery and installation schedule;

• After-sales support and warranty details;

• Price schedule including CIF costs, installation, commissioning, testing, and training;

• Certificate of Insurance covering all aspects of the project, including third party and employees;

• Valid business license and tax compliance certificate.

Evaluation Criteria

Proposals will be evaluated based on the following:

• Technical compliance (40%)

• Price (30%)

• Delivery timeline (15%)

• Warranty and after-sales service (10%)

• Relevant experience and qualifications (5%)

Site Visit Required

A site visit at the JCD location will be scheduled for interested bidders on an agreed-upon date and time. Attendance is mandatory and must be confirmed in writing, in advance of the scheduled visit.

References

Provide at least three client references where the contractor has supplied and/or installed standby generators. Include client’s name, address, contact person, number and email.

Other Questions

Contractor is to address the following in the response:

1. Company History

2. Is the contractor a designated representative of the selected supplier?

3. Does the contractor have personnel on staff who are trained or certified by the supplier and who will be working on this project?

4. How will the contractor address matters arising during the manufacturer’s warranty period?

Disclaimer

The Water & Sewerage Company Inc. (WASCO) reserves the right to accept or reject any proposal, to annul the procurement process, and to reject all proposals at any time prior to the award of the contract, without incurring any liability. All submitted proposals and supporting documentation shall become the property of WASCO and will not be returned to the bidder. WASCO reserves the right, at its sole discretion, to decline to make an award and is under no obligation to select any particular contractor or the lowest-priced submission.

Pricing

Ensure that the following are enclosed:

• A price list showing the cost of all items in Eastern Caribbean Dollars XCD.

• Details of all payment terms and conditions that the contractor would like considered.

Submission Deadline and Contact Information

Three (3) copies of bid proposals must be submitted no later than Thursday July 31st, 2025, in a clearly marked, sealed envelope as follows:

RFP: Generator Procurement for John Compton Dam

Water & Sewerage Company Inc.

Attention: Mrs. Zilta George Leslie, Chief Executive Officer

Lanse Road, San Soucis, Castries

wascocorp@wascosaintlucia.com Tel. +758-457-3900

Late submissions will not be considered.

Subscribe

* indicates required