Job Description
The Government of the Commonwealth of Dominica (GoCD) has received financing allocated from the resources of the (UK) Caribbean Infrastructure Partnership Fund through the Caribbean Development Bank (CDB), and from the Special Funds Resources of CDB, towards the cost of the Rehabilitation of Loubiere to Bagatelle, Phase I - Loubiere to Grand Bay Road (LGBR) and intends to apply a portion of the proceeds of this financing to eligible payments under this contract.
The primary aim of the project is to; (i) rehabilitate the LGBR road in the southern part of the island where the damage occurred during Tropical Storm Erika and Hurricane Maria to better than the pre-existing conditions; (ii) reduce the vulnerability of the road to future extreme climatic events and natural hazards, and (iii) improve the safety for the motoring public.
The Project is being implemented by the Ministry of Public Works, Public Utilities and Digital Economy (MoPWPUDE) through the Climate Resilience Execution Agency for Dominica (CREAD). MOTT MacDonald Limited (UK) are the design consultants and have also been contracted to assist with the delivery of the Project.
CREAD now invites sealed bids from eligible bidders for the construction of the Road and Bridge Rehabilitation Loubiere to Bagatelle, Phase 1: Loubiere to Grand Bay- Civil Works.
The works include, but are not limited to the following:
LOT 1
- Segment 1: Loubiere to Snug Corner
- Road length 5km
- 2 bridges
- 8 culverts
- 1 slope stabilisation intervention
- Segment 3: Pichelin to Grand Bay
- Road length65km
- 3 bridges
- 9 culverts
LOT 2
- Segment 2: Snug Corner to Pichelin
- Road Length 25km
- 35 culverts
- 12 slope stabilization interventions
Responsibility
The CLO will promote constructive partnerships and communication between CREAD and the communities on issues relating to project implementation and will be responsible for implementing community engagement activities as set out in the Stakeholder Engagement Plan (SEP). Among other activities, CLO will:
- Review SEP with a view to identifying and documenting any gaps in the (i) stakeholder identification and analysis that were undertaken; (ii) stakeholder engagement programme (e.g., information to be disclosed, format and communication methods; stakeholder consultation methods); and (iii) schedule for the various stakeholder engagement activities. Information in the ESIA should be used to support SEP review and implementation. The SEP must be updated to address any gaps identified;
- Maintain updates to SEP as necessary, based on issues arising during implementation that may include inter alia, stakeholder engagement, and land acquisition. Any major changes to the project activities and/or schedule will be duly reflected in the updated SEP.
- Provide timely feedback to SCPM on concerns raised by community leaders.
- Provide timely feedback to community members on project implementation, concerns raised or important decisions taken by CREAD in accordance with agreed protocols.
- Develop public relations programmes along with CREAD and the Gender Responsive and Socially Inclusive Road Safety Awareness Strategy Consultant, Non-Governmental Organisations, and Community-based Organisations to educate community members about the project and encourage their continuous buy-in and active participation throughout the project cycle.
- Facilitate dialogue and sensitise Project-affected communities as necessary, with particular attention being paid to obtaining information from the less vocal persons in the communities through the use of differential participatory techniques.
- Manage community members’ expectations of the project during scheduled meetings and ad-hoc interaction, as necessary.
- Identify potential grievances or project risks and/or opportunities.
- Assist CREAD with management of, and timely responses to grievances lodged through the Grievance Redress Mechanism of the SEP.
- Liaise with contractors as needed (e.g. during the local labour recruitment process by assisting with drafting gender-responsive local hiring policies and procedures) especially where community requirements are being solicited.
- Raise awareness of employment opportunities, especially for vulnerable groups in the society and within the Project areas including women, youth and Persons with Disabilities (PWDs).
- Manage stakeholder engagement logistics such as soliciting suggestions/grievances from suggestion boxes, placing communication materials on notice boards and via social media, and arranging community meetings.
- Facilitate stakeholder participation at all relevant levels in accordance with the identified needs of the different categories of stakeholders, particularly women, youth, and PWDs. This may include other activities – participatory assessments and problem-solving of issues, concerns and opportunities, focus group discussions, information-sharing, and community meetings.
- Assist Resettlement Action Committee with management of, and timely responses to grievances lodged through the Grievance Redress Mechanism of the SEP.
- Review and assist in the finalisation of the Resettlement Action Plan and its implementation in consultation with the Ministry of Housing and Lands.
- Assist in evaluating the social, environmental and economic impacts of Project activities on the well-being of community members using participatory approaches.
- Monitor implementation of the recommendations proposed under the Consultancy – “Gender Responsive and Socially Inclusive Road Safety Awareness Strategy” and participation in training activities.
- Assist SCPM in ensuring that the implementation of project activities is in conformance with GOCD’s and CDB’s environmental and social requirements.
- Attend Project Steering Committee meetings as required and provide information on community discussions, highlighting any current and/or potential challenges likely to impact implementation progress.
- Maintain comprehensive and updated minutes of meetings with the community and other stakeholders.
- Prepare and submit to SCPM inputs for incorporation into monthly progress reports to CDB.
- Prepare and submit to SCPM, inputs for incorporation into a Project Completion Report (PCR), within three months after practical completion of the works.
- Promote and conduct awareness training on health and safety risks directly associated with the Project. These should include but not be limited to mitigating potential conflicts between any foreign workers and local communities that may arise from an influx of workers to the Project sites during construction, increased risks of harmful practices such as sex work, gender-based violence and the use of illegal drugs.
Experience and Qualifications
- an average annual turnover of at least US$12.0Mn (EC$32.0Mn) for either Lot 1 or Lot 2, and US$20.0Mn (EC$54.0Mn) for both Lot1 and Lot 2, calculated as total certified payments received for contracts in progress and/or completed within the best 5 of the last 8 years, divided by five years
- a demonstrable cash flow, including liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment), sufficient to meet the construction cash flow requirements estimated as US$3.0Mn (EC$8.0Mn) for either Lot 1 or Lot 2, and US$5.0Mn (EC$13.5Mn) for both Lot1 and Lot 2.
- experience as prime contractor in the construction of at least two (2) assignments 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).
Benefits and Others
Firms whether bidding 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, 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 countries are member countries of CDB. Bidders are advised to review the detailed 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.
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. Bid 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 do not demonstrate the prospective contractor’s ability to perform satisfactorily, will not qualify and will not be considered for further evaluation.
Bidding Documents may be obtained by eligible bidders from the first email address below. Requests must be made by email with the subject line: “Request for Bidding Documents for the Road and Bridge Rehabilitation Loubiere to Bagatelle, Phase 1: Loubiere to Grand Bay-Civil Works”, along with the name, address, and contact information of the bidder for which Bidding Documents are being requested.
Submissions in sealed envelopes clearly marked “Bid for Road and Bridge Rehabilitation Loubiere to Bagatelle, Phase 1: Loubiere to Grand Bay- Civil Works, Lot #. ”, must be received at the second address below not later than 2:00pm local time on MARCH 29th, 2023. Bid opening will take place immediately after the deadline for bid submission at the second address below in the presence of bidders’ representatives who choose to attend.
All bids must be accompanied by a Bid Security of Two Million Eastern Caribbean Dollars (XCD) per Lot. Late bids will be rejected.
The GOCD/MoPWPUDE/CREAD 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 GOCD/MoPWPUDE/CREAD action. GOCD/MoPWPUDE/CREAD will not defray any costs incurred by any bidder in the preparation of bids.
[one_half]
Address for obtaining Bid Package (e- copy), and Clarifications
Capital Projects Manager
Climate Resilient Execution Agency for Dominica
(CREAD)
Email: lgbr@creadominica.org
[/one_half]
[one_half_last]
Address for Bid Submission, Bid Opening and Completed Qualification Information (Hard copies)
Climate Resilient Execution Agency for Dominica
(CREAD)
The Palm Cottage Pavilion
Cornwall Street, P.O Box 1469
Roseau, Commonwealth of Dominica
Telephone: +1(767) 448-4444
[/one_half_last]
Job Skills
- Construction Project Management
- Prepare Reports
- Written/Oral Communication

AboutCompany
CREAD- Phone: +1 (767) 448-4444
- eMail: info@creadominica.org
- URL: https://www.creadominica.org/
- Address: The Palm Cottage Pavilion, Cornwall Street, Roseau, Dominica
Operating as a statutory government agency, the Climate Resilience Execution Agency for Dominica (CREAD) leads and coordinates strategic initiatives across sectors in the Commonwealth of Dominica with the goal of making the country the world’s first climate-resilient nation. CREAD acts to bolster the ability of the business community, public services, and social sector partners to build strong and resilient communities, develop adaptive infrastructure, accelerate economic growth, strengthen institutional systems, enhance Dominicans’ capacity to respond to the local impacts of global climate change, and set an example for the rest of the world on how to respond to the challenges of a changing climate.