Tender Detail

Buyer/Seller : Can be viewed by Subscribers
TOI : 90875205
Requirement : Guyana coastal adaptation and resilience project
Tender description : General Procurement Notice For: Guyana Coastal Adaptation and Resilience Project 1 Consultant Services (firm) for the Design and Supervision Services of Categories 2 and 3 Sluice Works 4 Civil Works contracts Works for Categories 1, 2, and 3 Works for channel Dredging 6 Goods contract Vehicles for supervision for CAT 2 and 3 Works (2 Contracts) Procurement of Materials to support CAT 2 and 3 Works (3 Contracts) Supply and Delivery of Steel Sheet Piles Supply and Delivery of Geotextile Fabric Supply and Delivery of Stainless Steel materials The Co-operative Government of Guyana (GoG) is implementing the Guyana Coastal Adaptation and Resilience Project (hereafter ‘the project’) with US$45 million financing from the ?Guyana REDD+ Investment Fund (GRIF). The project seeks to enhance climate adaptation and reduce flood risk in urban, semi-urban, and rural areas in the coastal plain of Guyana. The project supports the GoG in improving the resilience against flooding in coastal Regions 4, 5, 6, and the part of Region 3 east of the centerline of the Essequibo River, through its structural and non-structural interventions. It intends to apply part of the proceeds to payments for goods, works, non-consulting services, and consulting services to be procured under this project. The project will include the following components: Component 1: Improving Drainage Infrastructure (~US$40 million): This component will finance civil works for the repair, rehabilitation, and replacement of approximately 45 existing eligible drainage structures. In line with the project’s focus on asset management and sustainability of investments, goods and equipment for maintenance of drainage infrastructure may also be financed under this Component. Following a selection and prioritization process, sluices deemed to be eligible for financing under the project will be categorized into those requiring repairs (Category 1), significant rehabilitation (Category 2), and complete replacement (Category 3). Sub-component 1.1 Repairs to existing sluices. Category 1 drainage sluices are defined as needing repairs, within the existing footprint, with relatively small costs (e.g., less than 15 percent of full replacement). Sub-component 1.2 Rehabilitation or replacement of drainage infrastructure. This sub-component will finance in situ rehabilitation (Category 2) and complete replacement (Category 3) of sluices, requiring more detailed field investigation and studies prior to design. Sub-component 1.3 Design and Construction Supervision. Consulting services for condition assessments, geotechnical/site investigations, feasibility studies, detailed engineering designs, E&S assessments, procurement support, and construction supervision for Sub-component 1.1 and 1.2 activities will be financed under this sub-component. For Category 3 sluices, a detailed assessment of alternatives and additional hydrological/hydraulic analysis will be needed to define the functional requirements. Component 2: Improving Flood Management and Drainage Operations (~US$2.5 million): This component will finance non-structural measures to strengthen the capacity of the MoA to manage and efficiently operate the drainage system and thus reduce flood risk and support climate adaptation. This includes providing support for (i) developing and upgrading the NDIA’s asset management system and procedures and the associated training; (ii) developing, updating, and harmonizing technical standards and guidelines for flood risk management in new urban development; and (iii) guidelines, protocols, and training to build NDIA’s and relevant agencies’ personnel capacity to operate and maintain the drainage system. Component 3: Project Management (~US$2.5 million): This component will finance specialist consultants for the Project Implementation Unit (PIU) to effectively manage key functions, including planning, coordination, financial management (FM), procurement, and E&S throughout the project implementation period. Specifically, this component will enable the PIU to provide technical and operational support for (i) project management and coordination, including financial management and disbursement, procurement, contract administration, environmental and social risk and impact management, grievance redress mechanisms, training, and monitoring, reporting and evaluation; (ii) carrying out citizen engagement and social awareness activities; and (iii) incremental project operating cost. Procurement of contracts financed by the World Bank will be conducted through the procedures as specified in the World Bank’s “Procurement Regulations for IPF Borrowers, Seventh Edition, September 2025” (Procurement Regulations) andis open to all eligible firms and individuals as defined in the Procurement Regulations. After project negotiations, the World Bank shall arrange the publication on its external website of the agreed initial procurement plan and all subsequent updates once it has provided a no objection. Specific procurement notices for contracts subject to open international competitive procurement will be announced, as they become available, in UN Development Business online, on the World Bank’s external website https://www.worldbank.org/ext/en/home, and/or in the name of the newspaper of national circulation in the borrower’s country and the official gazette (if required under national legislation). Prequalification/initial selection of suppliers and contractors will be required for the following contracts: Component 1 – Improving Drainage Infrastructure project Id: P503393 procurement Method: N/a submission Deadline Date/time: language of Notice: English
Company Industry: Non Classified

Key values

Closing date : 09/03/2026
Location : Guyana - Not Classified

Tender Documents

Top