Saint Vincent and the Grenadines: Beryl Emergency Resilient Recovery Project ( - Тендер #67899558) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: международный Организатор тендера: The World Bank Номер конкурса: 67899558 Дата публикации: 21-10-2025 Источник тендера: Тендеры всемирного банка |
||
P507316
Saint Vincent and the Grenadines: Beryl Emergency Resilient Recovery Project
St. Vincent and the Grenadines
OP00402400
Invitation for Bids
Published
SVG-BERRY-W-RFB-02
Request for Bids
English
Dec 10, 2025 14:00
Oct 20, 2025
SVG - Ministry of Finance, Economic Planning, Sustainable Development, and Information Technology
Nerissa Fergus
Administrative Center, Kingstown, Saint Vincent and the Grenadines Tel no.: 1-784-457-1746
St. Vincent and the Grenadines
St. Vincent and the Grenadines
7844571746
http://finance.gov.vc/finance/index.php/central
Specific Procurement Notice
Request for Bids
Small Works
(Two-Envelope Bidding Process)
Employer: The Government of St. Vincent and the Grenadines c/o Ministry of Finance, Economic Planning and Information Technology
Project: Beryl Emergency Resilient Recovery Project (BERRy)
Contract title: Construction of a permanent bridge at Overland
Country: Saint Vincent and the Grenadines
Loan No. /Credit No. / Grant No.: IDA-76430
RFB No: SVG-BERRY-W-RFB-02
Issued on: October 20, 2025
The Ministry of Finance, Economic Planning and Information Technology (hereinafter called “MFEPIT”), an implementing agency of the Borrower now invites sealed Bids from eligible Bidders for the Construction of a permanent bridge at Overland.
The proposed bridge has a clear span of 23 m with a minimum clear depth to the riverbed of 4.4m. The superstructure comprises 7 No. 23.8m long precast prestressed reinforced concrete AASHTO III beams with a 250mm thick reinforced concrete structural deck. The deck slab and beams are supported on reinforced concrete abutment walls approximately 4.4m in height. Wingwalls are also reinforced concrete construction. The entire structure will be supported on reinforced concrete spread footings which are located approximately 1.0m below the river bed. In cross-section, the proposed road width over the new bridge is 7.60m wide with a 1.5m wide sidewalk on both sides. Reinforced parapet walls are included at the sides of the sidewalk to provide protection for pedestrians. There will be reinforced concrete wingwalls supported on spread footings protected by dumped rip rap 1m thick surrounding both abutments and wingwalls.
It is proposed to construct the new bridge to the west of and upstream of the fording with the existing road and bailey bridge crossing still functioning during the construction of the new bridge and approach roads. The fording will also be kept open for the use of heavy traffic. Upon completion of the new bridge, the existing bailey bridge will be dismantled and removed. The existing abutments for the bailey will be demolished.
There will be construction of river lining Works upstream and downstream of the bridge for a distance of 62m.
The scope of work also includes road Works for approximately 90m on the south and 62m on the north approaches respectively. There are also some drainage Works on the road approaches, and landscaping works in the vicinity of the bridge.
The Contractor will be required to provide a temporary facility for the manufacture of precast, pre-stressed reinforced concrete AASHTO III beams.
The estimated duration of the Works is 365 days.
Bidders are required to meet the qualifications detailed in Item 3 [Qualification] of Section III [Evaluation and Qualification Criteria] of this Request for Bids document.
2. Bidding will be conducted through international competitive procurement using Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for Investment Project Financing (IPF) Borrowers 5th edition September 2023) (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations.
3. Interested eligible Bidders may obtain further information from the Economic Planning Division of the Ministry of Finance, Economic Planning and Information Technology using the email addresses as stated below and inspect the bidding document during office hours Monday – Friday: 8:00am – 4:00pm at the address given below:
Attention: Mr. Recardo Frederick
Director of Economic Planning
Economic Planning Division
Ministry of Finance, Economic Planning and Information Technology
First Floor, Administrative Building
Bay Street
Kingstown
Saint Vincent and the Grenadines
Email: cenplan@svgcpd.com jdasilva@svgcpd.com nfergus@svgcpd.com ctoby@svgcpd.com
All requests for further information shall be made in writing.
4. The bidding document in English may be obtained by interested eligible Bidders upon the submission of a written application to the address below. The document will be sent by email.
5. Bids must be delivered to the address below on or before 2.00pm (local SVG time) on December 10, 2025. Electronic bidding will be permitted. Late Bids will be rejected. The outer Bid envelopes marked “ORIGINAL BID”, and the inner envelopes marked “TECHNICAL PART” will be publicly opened in the presence of the Bidders’ designated representatives and anyone who chooses to attend, at the address below on December 10, 2025 at 2.30pm (local SVG time). All envelopes marked “FINANCIAL PART” shall remain unopened and will be held in safe custody of the Employer until the second public Bid opening. The address referred to above is:
Attention: The Chairman
Central Procurement Board
Ministry of Finance, Economic Planning and Information Technology
Second Floor, Administrative Building
Bay Street
Kingstown
Saint Vincent and the Grenadines
For electronic submission send to the following email address: procurement@gov.vc
Confirmation of receipt of bids will be sent to Bidders.
6. All Bids must be accompanied by a Bid-Securing Declaration.
7. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful bidder’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the bidding document.