Centralized Core Banking System (CCBS) for the Saint Lucia Development Bank


Category:     Tender Opportunities
Public Reference:     SLU-DVRP-CCBS- 01-ICB-16
Financing:     Climate International Development Association
Implementing Agency:     Project Coordination Unit, Department of Economic Development, Transport and Civil Aviation
Attn: Project Coordinator
2nd Floor, Finance Administrative Centre
Pointe Seraphine
Castries
Saint Lucia
Tel: 1-758-468-2413
E-mail: slupcu@gosl.gov.lc
Location:    Saint Lucia
Status:    Closed
Description:

REVISED ON OCTOBER 20, 2020

INVITATION FOR BIDS (IFB)

Issuing date: September 23, 2020
Name of Country: Saint Lucia
Name of Project: Disaster Vulnerability Reduction Project
Brief Description of the Information System: Centralized Core Banking System (CCBS)
Loan Number: Loan #5493-LC, SCF Loan # TF017101, SCF Grant # TF017143
IFB Title: Centralized Core Banking System (CCBS) for the Saint Lucia Development Bank
IFB Number: SLU-DVRP-CCBS- 01-ICB-16

1. This Invitation for Bids (IFB) follows the General Procurement Notice (GPN) for this
project that appeared in UNDB online on November 12, 2014. Updated September 2,
2020

2. Saint Lucia has received a loan, credit and Grant from the Climate International
Development Association toward the cost of the Disaster Vulnerability Reduction
Project, and it intends to apply part of the proceeds of this loan, credit and Grant to
payments under the agreement(s) resulting from this IFB: Centralized Core Banking
System (CCBS) for the Saint Lucia Development Bank (SLDB).

3. The Department of Economic Development, Transport and Civil Aviation serves as the
implementing agency for the project and now invites sealed bids from eligible Bidders
for the supply and installation of a Centralized Core Banking System (CCBS) based on
a Commercial-Off-The-Shelf (COTS) modular IT system with configuration and
parameterization including the following modules: 1

1) AP (Accounts Payable)
2) AR (Accounts Receivable)
3) FA (Fixed Assets)
4) GL (General Ledger)
5) LO (Loan Origination)
6) LCO (Limits and Collateral)
7) KYC-AML-Risk (Know-Your-Customer, Anti-Money Laundering, Risk)
8) TF, LC and BG - Trade Finance/Services (Forfaiting/Factoring, Letters of Credit,
Document Collection) and BG (Bank Guarantees)
9) FX (Foreign Exchange)

1Some of the modules (e.g., PORTAL, CMS) can be developed as “custom software” in case these are not a part of the proposed integrated commercial package solution.

10) FAS (Financial Assets)
11) SACM (Security, Access and Channel Management)
12) TL (Teller Services)
13) ES/DMS E-Services (Electronic/Online services)
14) PORTAL (internal communications and support)
15) CMS (Content Management System/DMS)

Due to the COVID-19 situation, the Supplier and Purchaser may experience
difficulties in carrying out consultation, analysis, development and test activities on
site. To mitigate these difficulties, Bidders may carry these activities off site and use
video conferencing (Zoom or similar) and team collaboration software such as
Microsoft Teams to facilitate the delivery of the solution. Bidders are advised to visit
the GOSL website at https://www.stlucia.org/en/covid-19/ for travel protocols to Saint
Lucia.

The Supplier will be required to provide training to personnel of the SLDB, carry out
testing and maintenance and warranty Services following Post acceptance of the
system. The supply and installation should be completed within eleven (11) months
from the notification of award of contract.

4. Bidding will be conducted using the National Competitive Bidding (NCB) procedures
specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA
Credits, edition of World Bank’s Guidelines: Procurement of Goods, Works and Non-
Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank
Borrowers dated January 2011 (and revised July 2014) (“Procurement Guidelines”), and is
open to all Bidders eligible as defined in these Guidelines, that meet the following
minimum qualification criteria

Qualification requirements for Bidders are:

(i) Average Annual Turnover in each of the three years preceding bid submission (2017, 2018,
2019) shall be a minimum of United States seven hundred and fifty thousand dollars
(USD750,000.00).
In case of a Joint Venture all partners combined must meet the requirements,
Each partner must meet at least twenty-five (25%) of the requirements
One Member must meet 40% of the requirement

(ii) The Bidder shall submit audited financial statements or other financial statements
acceptable to the Purchaser for the last three years (2017, 2018, 2019) and must demonstrate
the current soundness of the Bidder’s financial position and indicate its prospective long-
term profitability.

(iii) Manufacturer(s) Authorization using the sample found in Section VII of the Bidding
Document

(iv) Quality Statement of Information technologies and Software must hold ISO9000 series
certification for process control. The Bidder shall provide copy of certificate of conformity
issued by certification bodies;

(v) The Bidder shall have experience in delivering training of Purchasers' staff under contract
for Supply and Installation of Core Banking for public agencies, similarly sized development
banks.

Specific Qualification Requirements for Bidders are:

During the past seven (8) years (2012-2019), the Bidder must have successfully completed as
a management or prime contractor or a Joint Venture partner at least one (1) contract
involving design, installation, technical support and training of the following core banking
and associated modules including:

(i) AP (Accounts Payable)
(ii) AR (Accounts Receivable)
(iii) FA (Fixed Assets)
(iv) GL (General Ledger)
(v) LO (Loan Origination)
(vi) LCO (Limits and Collateral)
(vii) KYC-AML-Risk (Know-Your-Customer, Anti-Money Laundering, Risk)
(viii) TF, LC and BG - Trade Finance/Services (Forfaiting/Factoring, Letters of
Credit, Document Collection) and BG (Bank Guarantees)
(ix) FX (Foreign Exchange)
(x) FAS (Financial Assets)
(xi) SACM (Security, Access and Channel Management)
(xii) TS (Teller Services)
(xiii) E-Services (Electronic/Online services)
(xiv) Portal (internal communications and support)
(xv) CMS (Content Management System)

The Bidder must submit operational acceptance certificates and contact information of
clients from whom the references could be taken or whom the Purchaser may, where
necessary, request information from to familiarize themselves with the systems put into
operation by the Bidder.

5. The attention of prospective Bidders is drawn to (i) the fact that they will be required to
certify in their bids that all software is either covered by a valid license or was produced
by the Bidder and (ii) that violations are considered fraud, which can result in ineligibility
to be awarded this or future World Bank-financed contracts.

6. Interested eligible bidders may obtain further information from Project Coordinator, Project
Coordination Unit, Department of Economic Development Transport & Civil Aviation, 2 nd
Floor Finance Administrative Centre, Pointe Seraphine, Castries, Saint Lucia, email
chmathurin@gosl.gov.lc and inspect the bidding documents during office hours from 0900

hours (9:00am) to 1500 hours (3:00 pm) daily from Monday to Friday at the address given
below (*) from September 21, 2020.

7. A pre-bid meeting which potential bidders may attend will be held on October 8, 2020.
Bidders may engage in the pre-bid meeting via Zoom. The link to the Zoom online pre-
bid meeting will be provided to those Bidders who obtained the bidding documents

8. A complete set of bidding documents in English may be purchased by interested eligible
bidders upon the submission of a written application to the address below and upon
payment of a nonrefundable fee of Eastern Caribbean one hundred dollars (XCD100.00).
The method of payment will be by certified cheque, or telegraphic Bank transfer to Bank
of Saint Lucia (Account # 901367740, Swift Code: bosllclc) payable to the Disaster
Vulnerability Reduction Project. The document will be sent by Courier to bidders
overseas.

9. Bids must be delivered to the address below (**) on or before, November 11, 2020 at 9:30
a.m. (0930 hours on or before). Due to the COVID-19 pandemic Bidders may submit Bids
electronically in the form of an encrypted or password­protected document to
saintluciactbprocurement@govt.lc. In case of encrypted bids, the bidder should
indicate that the Chairperson of the Central Tenders Board may open the bid and the
"password key" for opening the bid. Bids cannot be opened before the time of bid
submission and opening

The password key for password-protected bids must be sent within one (1) hour after the
bid submission deadline to saintluciactbprocurement@govt.lc ; Bid submissions are
made via PDF formats only and submitted as one document with a size limit of 25MB.

Late bids will be rejected. Bids will be opened publicly in the presence of the bidders’
designated representatives and anyone who choose to attend at the address below (***) on
November 11, 2020 at 10:00 a.m. (1000 hours) Saint Lucia time. Bidders may witness the
bid opening via video conferencing (Zoom or similar). The link to the online meeting
will be provided to Bidders.

Bids need to be secured by a Bid Securing Declaration.

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

*The Project Coordinator (For clarification and Pre-Bid Meeting)
Disaster Vulnerability Reduction Project
Department of Economic Development, Transport and Civil Aviation
2 nd Floor Finance Administrative Centre
Point Seraphine, Castries, Saint Lucia
Telephone: 758-468-2413/20
Email: slupcu@gosl.gov.lc

**The Secretary (Submission of Bids)
Central Tenders Board
Department of Finance
2 nd Floor Finance Administrative Centre
Point Seraphine
Castries, Saint Lucia
Or electronically to : saintluciactbprocurement@govt.lc

***Meeting of the Central Tenders Board (Opening of Bids)
Central Tenders Board
Department of Finance
3 rd Floor Finance Administrative Centre
Point Seraphine
Castries, Saint Lucia

Tender Dossier / Supporting Documents

Ask a Question