Senior Investigative Journalist
Joshua.Seemungal@guardian.co.tt
The decision by the Urban Development Corporation of Trinidad and Tobago (UDeCOTT) to sole-select a consultant for two major infrastructure projects has prompted industry sources to call for greater transparency from the state company regarding the deals and future urban development consultancy contracts.
Last week, UDeCOTT confirmed to Guardian Media that International Project Initiatives Limited (IPI) was sole-selected for two consultancy assignments through a process permitted under the Public Procurement and Disposal of Property Act (2015).
IPI was awarded consultancy contracts for the San Fernando Waterfront Project and the Invaders Bay Project, with a combined value exceeding $6.2 million.
“IPI’s tender was duly evaluated by the Statutory Committee under the Act (PDAC) in accordance with OPR’s Guidelines. The PDAC committee comprises professionals employed at UDeCOTT, namely the Divisional Manager of Legal or designate, Divisional Manager of Finance, and subject-matter expert—Divisional Manager, Construction or designate. The award of the tender was duly published by UDeCOTT on 30 July 2025 and 11 September 2025, as strictly required under the Act.
“IPI’s contract price includes professional reimbursable costs such as fees for architects, engineers (civil, MEP, structural, and coastal), quantity surveyors, financial specialists, IT professionals, graphic artists, and other expenses including equipment rental and licenses,” the state company said in a statement to Guardian Media.
IPI is owned by Sebastian Paddington, a former director of the Sport Company of Trinidad and Tobago (SPORTT). He was among 14 former SPORTT directors ordered by the High Court in July to pay $40,000 each for failing to perform their duties in approving a $34 million contract under the controversial LifeSport programme.
Paddington was present at the launch of Prime Minister Kamla Persad-Bissessar’s Port-of-Spain Revitalisation Project two weeks ago, where media reports referred to him as UDeCOTT’s Programme Manager.
According to UDeCOTT documents, the Invaders Bay contract was executed on 30 July for $2.59 million. IPI’s website indicates it previously provided an Invaders Bay Conceptual Master Plan in 2015.
IPI stated its master plan included a review of baseline information, a structured plan, a regulatory and land-use plan, green concepts and urban design, the application of planned unit development regulations, and site development standards and guidelines.
UDeCOTT documents show IPI’s San Fernando Waterfront project contract was executed on 11 September 2025 for $3.63 million. According to IPI’s website, the company had previously worked on the project in 2019 and 2021.
In 2019, IPI provided services including preliminary analysis, cost-benefit analysis, financial analysis, implementation strategy and financing arrangements, and post-implementation feasibility assessments.
In 2021, the company delivered further services: a review of the existing feasibility study, development of a detailed master plan, guidelines for future waterfront projects, and a policy framework to guide planning for architects and engineers.
The waterfront project underwent several consultations under the People’s Partnership government (2010–2015) before the PNM initiated work in early 2021. Progress has been delayed by land acquisition and occupation issues.
When asked about urban planning consultancy contracts awarded to IPI under the PNM government for the San Fernando Waterfront and Invaders Bay projects, former UDeCOTT Chairman Noel Garcia (October 2015–May 2025) said: “I am not aware of any contract being awarded for urban consultation for those projects.”
Guardian Media attempted to contact IPI and Paddington multiple times over the past week via phone, text, and email but received no response.
President of the Joint Consultative Council, Fazir Khan, said all urban design consultancy awards must comply with the Public Procurement and Disposal of Public Property Act.
“This means awards should adhere to open tendering and full transparency requirements unless a documented exception is applied. Given the importance of the overall plan for T&T, competitive tendering ensures the best resources are procured.
“The International Waterfront Centre statutory approvals contract was awarded on 6 March 2023, approximately one month before the Act’s operationalisation. As such, only the IWC contract potentially falls outside the new regime, whereas the others clearly fall within its scope.
“For contracts dated after April 2023, like the Invaders Bay and San Fernando Waterfront consultancies, compliance with the PPDPPA—including open tendering—is a legal requirement unless a narrowly defined exception is transparently justified and recorded. If select or sole tendering was used for these later contracts without appropriate legal justification or OPR oversight, these awards could potentially be challenged under the Act,” Khan said.
According to the Public Procurement and Disposal of Public Property (Procurement Methods and Procedures) Regulations, 2021, public bodies engaging in single-source selection must: gain approval with detailed justification; request a proposal or contract price from the supplier; and engage in negotiations unless unfeasible.
The Act specifies criteria for single-source selection, including:
Continuation of previous competitive procurement within the last 12 months, where the contractor performed satisfactorily and the contract price is reasonable.
Acquisition of spare or replacement parts for existing equipment. Procurement of goods similar to existing equipment if single-source selection is more cost-effective.
Services delivered by a supplier possessing relevant information and data, with satisfactory prior performance and reasonable pricing. Services usually provided by a public body.
Cases of emergency.
Section 14 of the Act emphasizes that sole-source selection should be used only in exceptional circumstances.
