REQUEST FOR EXPRESSIONS OF INTEREST
SAINT LUCUA
Assignment Title: Consultancy Services for the Development of Pre-Feasibility and
Feasibility Studies for Flood Mitigation Measures in Castries and Anse La Raye
Reference No.: SLU-FRP-FS-04-24
The Government of Saint Lucia (GoSL) intends to apply for financing from the World Bank
toward the cost of the Saint Lucia Flood Risk Management Project and intends to apply part of the
proceeds for the development of Pre-Feasibility and Feasibility Studies for Flood Mitigation
Measures in Castries and Anse La Raye. A Flood Mitigation Study will be conducted, with support
of the Global Facility for Disaster Reduction and Recovery (GFDRR), to design adequate, costeffective, environmentally, and socially friendly, sustainable flood protection and urban drainage
interventions to reduce the risk of flooding in the Project Areas.
Nature-Based Solutions (NBS) for Climate Resilience, an opportunity scan for this methodology
was carried out for Castries and Anse La Raye 2023 (see Figure 1) in October 2023. The Saint
Lucia Flood Risk Project is a follow-up to the scan aiming at the design of adequate, cost-effective,
environmental, and social friendly, sustainable flood protection and urban drainage interventions
to reduce the risk of flooding in the Project Areas, by limiting its probability and reducing the
vulnerability for current and future climatic conditions.
The consulting services (“the Services”) is intended to determine the feasibility of a set of effective
flood protection including SUDS and NBS interventions ready for design that are economically
viable/affordable for the country. In this context, the GOSL is seeking a consulting firm here in
referred to (“the Consultant”) to develop a Pre-Feasibility and Feasibility Study for Flood
Mitigation measures in Castries and Anse La Raye in accordance with international best practices.
The assignment will be undertaken in initial four phases,
Phase I: Inception Phase
In this phase, an Inception Mission will be conducted including the following activities:
• Start-up meeting with the Client and relevant Stakeholders;
• Site visits to the Project Areas and inspection of known bottlenecks;
• Collection and review of existing information/documents/previous flood study reports.
Phase II: Development of the computational framework
The objective of Phase II is the development of models and databases for flood hazard and risk
assessment; and the design and analysis of measures/interventions.
Phase III: Determination of the flood risk baseline conditions under current and future
climatic conditions
The objective of Phase III is to provide the flood profile of the Project Areas by presenting an
overview of the current and future flood risk with the existing and projected drainage
infrastructure and institutional setting. It will identify current bottlenecks and shall serve as a
reference for evaluation of the effectivity of proposed interventions.
Phase IV: Pre-Feasibility study of possible sustainable urban drainage systems (SUDS)
interventions and NBS solutions
The objectives of this task are to identify at pre-feasibility level effective flood risk mitigation
measures / interventions to achieve the agreed flood return period with due attention to SUDS
and nature-based solutions, including their costs and benefits and social and environmental
implications, and to select the preferred mitigation measures / interventions through multicriteria analysis and Stakeholder input for further analysis.
Phase V: Feasibility study of most promising SUDS interventions and NBS solutions
The objective of this task is to investigate the economic feasibility of the selected risk reduction
alternatives and their social and environmental impact. Through multicriteria analysis the
Government of Saint Lucia will make a final selection. Phase V stated in the ToR is for
information purposes only and not subject to submission of EOI or at the proposal submission
stages.
Given that the exact scope of Phase V is currently unknown, the Consultant will provide
complete technical and financial proposals for Phases I-IV only. The contract will cover Phases
I-IV and will be a lump-sum contract. At the end of Phase IV, the exact scope of Phase V will
be finalized, and the selected firm may be invited to submit a technical and financial proposal
for Phase V contingent upon the performance of the consultant under the first contract and the
acceptability of the Phase V technical and financial proposals to the Government. The
Government reserves the right and may decide to adopt a competitive selection process for
Phase 5.
The detailed Terms of Reference (TOR) for the assignment can be obtained at the address
given below and also attached with the REOI.
The Department of economic Development, the Implementing Agency, now invites
eligible consulting firms (“Consultants”) to indicate their interest in providing the Services.
The shortlisting criteria are:
1. At least twenty (20) years of experience in the design of sustainable urban/rural
drainage systems (SuDS) including the application of nature-based solutions (NBS)
developing Caribbean countries
2. Management of at least four (4) flood risk mitigation projects during the past ten
years;
3. At least five (5) years’ overall experience with similar conditions as the Caribbean or
similar Small Island
Developing States working on similar assignments
Interested Consultants should provide information demonstrating that they have the
required qualifications and relevant experience to perform the Services. In the assessment
of submissions, consideration will be given to technical competence, qualifications and
experience including local and regional. Key Experts will not be evaluated at the
shortlisting stage.
The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.15, 3.16
and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” Fifth Edition,
September 2023 (“Procurement Regulations”), setting forth the World Bank’s policy on
conflict of interest. In addition, please refer to the following specific information on
conflict of interest related to this assignment: Consultants shall not be hired for any
assignment that would be in conflict with their prior or current obligations to other clients,
or that may place them in a position of being unable to carry out the assignment in the best
interests of the Borrower (paragraph 3.17 of the Procurement Regulations).
Consultants may associate with other firms to enhance their qualifications but should
indicate clearly whether the association is in the form of a joint venture and/or a subconsultancy. In the case of a joint venture, all the partners in the joint venture shall be
jointly and severally liable for the entire contract, if selected.
A Consultant will be selected in accordance with the Quality and Cost Based Selection
(QCBS) method set out in the Procurement Regulations.
Further information can be obtained at the address below during office hours 8:00 a.m. -
4:30 p.m. (0800 to 1630 hours, local time). Expressions of Interest must be submitted
using Government of Saint Lucia Electronic Government Procurement (e-GP) System
- https://in-tendhost.co.uk/goslprocurement/ no later than 0930 hours on Wednesday June
19, 2024. Submissions shall include a cover page displaying the name and address of the
Consultant and shall be clearly marked “Expression of Interest – Consultancy Services
for the Development of Pre-Feasibility and Feasibility Studies for Flood Mitigation
Measures in Castries and Anse La Raye.”
Project Implementation Unit
Department of Economic Development
2nd Floor, Finance Administrative Center
Pointe Seraphine
Castries
Saint Lucia
E-mail:vernecia.badal@govt.lc