Overview
INVITATION TO BID – SUPPLY OF GOODS
The Government of the British Virgin Islands (GOBVI) has received financing from the Caribbean Development Bank (CDB) in an amount equivalent to Sixty-Five Million United States dollars (USD65M) towards the cost of the Response Recovery Loan - Hurricane Irma 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 GOBVI 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 GOBVI shall derive any rights from the Loan Agreement or have any claim to the proceeds of the Loan.
The Ministry of Finance is the Executing Agency for the Project and is responsible for the overall implementation of the project. The Ministry of Finance intends to invite sealed bids from eligible and qualified bidders for the supply of Mechanical, Fire Protection and Electrical Long Lead Items, Ralph T. O’Neal Administration Complex.
Eligiblity
The bidding process is conducted according to the 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.
Eligible countries are member countries of CDB[1]. 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.
Eligible bidders will be required to submit full qualification information with their bids establishing their eligibility to bid and qualification to perform the contract if the bid is accepted. Qualification requirements include, inter alia:
-
an average annual turnover (defined as certified payments received for works in progress or completed) within the last 3 years of at least three million United States dollars (USD3 mn); and
-
experience in successfully implementing at least three (3) similar type contracts of a nature, scope and complexity comparable to the proposed project activity within the last 7 years (to comply with this requirement, works quoted should be at least 80 percent complete).
[1]Occasionally contracts may be financed out of special programs that would further expand or restrict eligibility to a particular group of member countries. When this is the case, it should be mentioned in this paragraph.
Instructions
Bidding and qualification information are to be submitted in the English Language on the prescribed forms inserted in the Bid Documents. Submissions that do not provide the information required or that do not demonstrate the prospective supplier’s ability to perform satisfactorily, will not qualify and will not be considered for further evaluation.
Bid documents will be available for first inspection at the first address below, from 1st December 2025. Requests may be made by personal application or in writing at procurement@gov.vg. Written applications must be clearly marked: “Request for Bid Documents for the Supply of Procurement of Mechanical, Fire Protection and Electrical Long Lead Items for the Ralph T. O’Neal Administration Complex”.
For additional information, the contact officer is Mrs. Diana Percell-Gumbs, Procurement Coordinator, telephone number: (284)-468-3701 ext. 4243/45/46 or e-mail DPercell-Gumbs@gov.vg
The Pre-Tender meeting is scheduled virtually for Wednesday, 17th December 2025 at 10:00 a.m. BVI local time. All prospective tenderers will be notified of the access code and password prior to the meeting. The pre-tender meeting is not mandatory; however, it is recommended that each Tenderer attend. Each Tenderer must be fully informed regarding all existing and expected conditions and matters relating, which might affect the cost of performance of the Contract. Failure to fully assess all associated costs, shall not relieve the Tenderer of the responsibility to properly evaluate the difficulty or cost of successfully performing the Contract.
Hard copies of Bids must be submitted in sealed envelopes, with the name and address of the bidder, and be clearly marked “Bid for Procurement of Mechanical, Fire Protection and Electrical Long Lead Items for Central Administrative Complex” and must be delivered to the second address below no later than Tuesday, 20th January, 2026 before 10:00 am BVI local time. Bids will be opened publicly immediately after the deadline for submission of bids, in the presence of Bidders' representatives who choose to attend at the first address below. Qualification information only must be submitted simultaneously to the third address below.
Each bid must be accompanied by a Bid-Securing Declaration. Late bids will be rejected.
GOBVI/Ministry of Finance reserves the right to accept or reject any bid, and to annul the process and reject all bids, at any time prior to award of contract, without thereby incurring any liability to the affected prospective bidder(s) or any obligation to inform the affected prospective bidder(s) of the grounds for GOBVI/Ministry of Finance action. GOBVI will not defray any costs incurred by any bidder in the preparation of bids.
Contacts
Address 1
Ministry of Finance
Procurement Unit
RFG Place, Third Floor
Waterfront Drive
Tortola
British Virgin Islands
Address 2
Ministry of Finance
Procurement Unit
RFG Place, Third Floor
Waterfront Drive
Tortola
British Virgin Islands
Address 3
Caribbean Development Bank