Overview
INVITATION TO BID – SUPPLY OF GOODS
The Government of Guyana (GOGY) has received financing from the Caribbean Development Bank (CDB) towards the cost of building and outfitting a Hospitality and Tourism Training Institute 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 the GOGY 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 GOGY shall derive any rights from the Loan Agreement or have any claim to the proceeds of the Loan.
The Ministry of Education is the Executing Agency of this Project and now wishes to procure equipment for the implementation of the procurement of Goods for the HOSPITALITY & TOURISM TRAINING INSTITUTE
The GOGY now invites sealed bids from eligible and qualified bidders for the supply of:
Lot 1-Butchery Workshop Equipment
Lot 2- Pantry Equipment
Lot 3- Pastry Kitchen Equipment
Lot 4-Hot Kitchen Equipment
Lot 5-Mixology Laboratory Equipment
Lot 6-Food Service Equipment
The bidder may bid for any individual Lot or any combination of Lots: Bidders may Bid for one or all lots, as further defined in the bidding document. Bidders wishing to offer discounts in case they are awarded more than one contract will be allowed to do so, provided those discounts are included in the Letter of Bid.
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.
Eligibility
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:
If the Bidder is a manufacturer:
-
Financial Capability
Bidders submitting proposals for any single lot within Lots 1 to 6 shall provide documentary evidence demonstrating an overall annual revenue of not less than USD 86,000 for each year commencing January 1, 2021. Bidders submitting proposals for all Lots 1 through 6 shall provide documentary evidence demonstrating an overall annual revenue of not less than USD 250,000 for each year from January 1, 2021 to the present; and
-
Experience and Technical Capacity
The Bidder shall furnish documentary evidence to demonstrate that it made sales of at least five (5) of the items (or similar) that comprise the Bidder’s Bid since January 01, 2021, and at least fifty percent (50%) of the Bid Price
If Bidder is not a manufacturer:
If a Bidder is not a manufacturer but is offering the Goods on behalf of the Manufacturer under Manufacturer's Authorisation Form (Section IV, Bidding Forms), both the Bidder and the Manufacturer shall demonstrate the above qualifications (i) and (ii) except that in respect of (ii) the Bidder shall demonstrate that it has successfully completed at least five (5) contracts for similar goods since January 01, 2019.
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 from November 19, 2025. A complete set of Bidding documents can be requested by interested bidders. Requests may be made by email to the first address below. Applications must be clearly marked: “Request for Bid Documents for the Supply, Delivery, Installation and Commissioning of Equipment & Furniture for the Hospitality Tourism Training Institute, Block D Ground Floor (Lots 1-6).
Bidders shall submit two (2) Hard Copies and one (1) Matching Electronic copy on a USB flash drive. The Bidding submission procedures shall be:
Bidders shall submit bids to the second address below. The subject of the sealed envelope should state:
BID SUBMISSION – Supply, Delivery, Installation and Commissioning of Equipment & Furniture for the Hospitality Tourism Training Institute, Block D Ground Floor (Lots 1-6), Ministry of Education.
Attention: Chairman
National Procurement and Tender Administration Board
49 Main and Urquart Streets
Georgetown
Guyana
The package must be received at the second address below no later than 9:00 am, December 18, 2025 (Local time in Guyana). The name and address of the Bidder as well as the name of the Bid “Supply, Delivery, Installation and Commissioning of Equipment & Furniture for the Hospitality Tourism Training Institute, Block D Ground Floor (Lots 1-6)-Ministry of Education” and the Lots in the Bid must be clearly shown on the front cover page of the bid document.
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. Bidders will have the option to join the bid opening remotely, for example, using Zoom. Qualification information only must be submitted simultaneously to the third address below.
Each bid must be accompanied by a Bid Declaration for which a form is provided in the Bid documents. Late bids and bids received without a Bid Declaration will be rejected.
The GOGY 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 The GOGY’s action. The GOGY will not defray any costs incurred by any bidder in the preparation of bids.
Contact
Address 1
Hospitality and Tourism Training Institute (HTTI) Project
Lot 109 Barima Avenue
Bel Air Park
Georgetown
Guyana
Address 2
National Procurement and Tender Administration Board
Main and Urquhart Streets
Kingston
Georgetown
Guyana
Tel #: Tender Board +(592) 223-7041 or +(592) 223-7042
Address 3
Procurement Policy Unit
Caribbean Development Bank