Project Name
Natural Disaster Management – Disaster Risk Reduction & Climate Change Adaptation Project
Role/Service
Bid for Supply of Perseverance Road Rehabilitation – Bridges Project
Deadline
02:30 PM
Type

Overview

INVITATION TO BID – WORKS

 

The Government of St. Vincent and the Grenadines (GOSVG) has received financing from the Caribbean Development Bank (CDB) in an amount equivalent to twenty-five million, nine hundred thousand US dollars (USD 25.9 million) towards the cost of the Natural Disaster Management – Disaster Risk Reduction & Climate Change Adaptation Project and intends to apply a portion of the proceeds to eligible payments under this contract.  Contractor prequalification will not be undertaken prior to inviting contractors to bid for this project. Payment by CDB will be made only at the request of GOSVG 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 GOSVG shall derive any rights from the Loan Agreement or have any claim to the proceeds of the Loan.

The Ministry of Transport, Infrastructure & Physical Planning (MTI) is the Executing Agency for the Project, and the Natural Disaster Management – Project Implementation & Management Unit (NDM PIMU), is responsible for the overall implementation of the project. The MTI invites sealed bids from eligible and qualified bidders for Perseverance Road Rehabilitation – Bridges. The works include, but may not be limited to the following:

  • Site Clearance and Topsoil Removal 

  • Demolition of 5 No. existing bridges 

  • By-Pass Interventions include:

    • Construction of 3 No. Ford Crossings 

    • Erection of 2 No. Bailey Bridges

  • Earthworks to Formation Levels 

  • Construction of 5 No. Reinforced Concrete Slab Bridges 

  • Inlet and Outlet Slope and Bed Protection Works

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. 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:

  1. be legally incorporated or otherwise organised in, and have their principal place of business in an Eligible Country;

  2. 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

  3. 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:

  1. an average annual turnover (defined as certified payments received for works in progress or completed) within the last eight (8) years of at least four million eight hundred and sixty-four thousand Eastern Caribbean dollars (XCD4,064,000);

  2. a demonstrable cash flow (including access to credit) of five hundred and forty thousand Eastern Caribbean dollars (XCD540,000); and

  3. experience as prime contractor in the construction of at least two (2) assignment of a nature, scope and complexity comparable to the proposed project activity within the last eight (8) 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 February 9, 2026, 10 AM AST. Requests may be made by personal application or in writing at ndmse1svg@gmail.com.  Written applications must be clearly marked: “Request for Bid Documents for the construction of the Perseverance Road Rehabilitation – Bridges Project”. Applicants who request that documents be forwarded to them must submit an account number from a local courier agent that accepts freight collect charges. The documents will be promptly dispatched, but under no circumstance will the NDM-PIMU, be held responsible for late delivery, loss or damage to the documents.

The electronic Bidding submission procedures shall be:

Email bid submission to: procurement@gov.vc

Subject: Perseverance Road Rehabilitation – Bridges

Attention:

Secretary

Central Procurement Board

Ministry of Finance, Economic Planning & Private Sector Development

Note: All electronic submissions shall be password protected. The password is to be emailed to same address within 15 minutes following the bid submission deadline.

Hard copies of Bids must be submitted in sealed envelopes, with the name and address of the bidder, and be clearly marked “Bid for Supply of Perseverance Road Rehabilitation – Bridges Project” and must be delivered to the second address below no later than 2:30 PM AST on March 18, 2026. 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 second address below. Qualification information only must be submitted simultaneously to the third address below.

Each bid must be accompanied by Bid-Securing Declaration. Late bids will be rejected.

GOSVG/MTI 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 action. GOSVG/MTI will not defray any costs incurred by any bidder in the preparation of bids.

Contact

Address 1
Engineer

NDM - PIMU

Ministry of Transport, Infrastructure and Physical Planning

St. Vincent and the Grenadines

Copy: office.mtwh@mail.gov.vc

784-456-6167
Address 2
Secretary

Central Procurement Board

Ministry of Finance, Economic Planning and Private Sector Development

2nd Floor, Administrative Building

Bay Street, Kingstown,

St. Vincent and the Grenadines

Address for Electronic Bid Submission

Address 3

Caribbean Development Bank 

 

+1 (246) 539-1600