Overview
INVITATION FOR PREQUALIFICATION OF CONTRACTORS
The Government of Grenada (GOGR) has received financing from the Caribbean Development Bank (CDB) towards the cost of the Sauteurs Coastal Protection Project and intends to apply a portion of the proceeds to eligible payments under this contract. Payment by CDB will be made only at the request of GOGR and upon approval by CDB, and will be subject, in all respects, to the terms and conditions of the Loan Agreement. The Loan Agreement prohibits a withdrawal from the Loan Account for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import, to the knowledge of CDB, is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations. No party other than GOGR shall derive any rights from the Loan Agreement or have any claim to the proceeds of the Loan.
The Ministry of Infrastructure, Public Utilities, Civil Aviation and Transportation (MOI) is the Executing Agency for the Project and is responsible for the overall implementation of the project. MOI intends to prequalify contractors for 58/SFR-GRN-01; The project involves the construction of a 400m-long revetment at +2.5m MSL, a 30m-long spur groyne at +1.5m MSL, and three breakwater groups: Group 1 (157.4m, 33.6m submerged), Group 2 (173m, 47m submerged), and Group 3 (177m, 47m submerged). These breakwaters will be connected by sills set at -0.3m MSL. Works also include excavation to -1.5m MSL for toe stone placement and the construction of a 45m-long access road. The project will impact approximately 7,300m² of seabed. It is expected that Invitations for Bids will be issued in June 2025.
Prequalification will be conducted through the prequalification procedures specified in the Procurement Procedures for Projects Financed by CDB (January, 2021), as published on CDB’s website and is open to all bidders from eligible countries.
Eligibility
Eligible countries are member countries of CDB. Bidders are advised to review the relevant eligibility criteria detailed in Section 4 and conflict of interest provisions in Section 5 of the Procurement Procedures for Projects Financed by CDB (January, 2021), as published on CDB’s website.
Firms whether applying individually or in the form of a Joint Venture, shall:
-
be legally incorporated or otherwise organised in, and have their principal place of business in an Eligible Country;
-
be more than fifty (50) percent beneficially-owned by a citizen or citizens and/or a bona fide resident or residents of an Eligible Country, or by a body corporate or bodies meeting these requirements, as far as the ownership can be reasonably determined; and
-
shall have no arrangement and undertake not to make any arrangement whereby the majority of the financial benefits of the contract, i.e. more than fifty (50) percent of the value of the contract, will accrue or be paid to sub-contractors or sub-consultants that are not from an Eligible Country.
Pre-qualification requirements will include the following:
(a) a minimum average annual turnover (defined as billing for works in progress and completed), calculated over the best five (5) of the last seven (7) years, of nine million United States dollars (USD 9mn);
(b) demonstrable cash flow (including access to credit) of at least one million, five hundred thousand United States Dollars (USD 1.5mn) or its equivalent;
(c) experience as prime contractor in the construction of at least two (2) assignments of a nature and complexity comparable to the proposed project activity within the last seven (7) years, each of a value of at least seven million United States Dollars (USD7mn) (to comply with this requirement, works quoted should be at least 80 percent complete); and
(d) provide documentary evidence to demonstrate compliance with other specific requirements: Reference Letter (minimum of 2) from clients for similar contracts that were successfully and substantially completed in the capacity of prime contractor, joint venture member, or subcontractor.
Instructions
Interested eligible Applicants may obtain further information from and inspect the Prequalification Documents at the Ministry of Infrastructure, Public Utilities, Civil Aviation and Transportation at the first email address below, Monday to Friday from 8:00 a.m. to 4:00 p.m. local time (Grenada).
A complete set of the prequalification documents in English may be obtained by interested Applicants by sending a request to cto@moiid.gov.gd or ctosec@moiid.gov.gd.
Prequalification submissions must be in English and must be submitted by 6th June 2025, 1400 hours [2 PM] local time by electronic submission (PDF format) to the email address indicated in the second address below and copied simultaneously to CDB at the third email address below. The “Subject” field of the email containing the Application must read: “[insert Company Name or Abbreviation] - SCPP Prequalification Documents, Ref. No. 58/SFR-GRN-01”. The submission will be deemed to have been received at the time that it is received by MOI. The burden of proving receipt of the e-mail will be on the applicant and will not be met solely by a read receipt or sent items report generated by the bidder’s computer.
MOI reserves the right to accept or reject late applications or to cancel the prequalification process. MOI will not be bound to assign any reason for not pre-qualifying any applicant and will not defray costs incurred by applicants in the preparation and submission of the pre-qualification documents.
Contacts
Address 1 - Queries and Clarifications
Ministry of Infrastructure, Public Utilities, Civil Aviation & Transportation
Ministerial Complex
Sir Eric Mathew Gairy Botanical Gardens
Tanteen
St. George’s
Grenada, W. I.
Address 2 - For Submission of Applications
Central Procurement Unit
Ministry of Finance
Galleria Mall
Grand Anse
St. George’s
Grenada, W. I
Email: cpu@gov.gd
Address 3
Procurement Officer
Caribbean Development Bank
P. O. Box 408, Wildey
St. Michael
BARBADOS, W.I.