1. GENERAL

The Barbados Water Authority (BWA) is desirous of receiving quotations for the Supply and Installation of exterior doors at the South Coast Sewage Treatment Plant.

 

  1. INSTRUCTIONS TO TENDERERS

2.1       All bidders must supply the following information in their bids.  Failure to provide the information will render the bid null and void: –

  1. Registration number of company;
  2. Country in which company is registered;
  3. The date on which the company was first incorporated and the names and addresses of all company directors. Certified copy must be issued by the Corporate Affairs Registry.
  4. A certified copy of company’s Certificate of Incorporation, as evidence that the company is in existence at the date of the bid; Failure to provide the certified copy of the Certificate of Incorporation will render the tender null and void. Certified copy must be issued by the Corporate Affairs Registry.
  5. Registered office of the company
  6. In the case of sole proprietorships or partnerships, the names and addresses of owners must be supplied. If the business is registered under the Registration of Business Names Act, a certified copy of the registration must also be provided. Certified copy must be issued by the Corporate Affairs Registry.

 

  1. Barbadian bidders must provide a copy of their VAT Registration Certificate and Tax Identification Number (TIN).
  2. Bidders should be aware that the labour clauses of (Public Contracts) Act, Cap. 349 shall, in so far as is applicable to the subject of the tender, apply to any contract made in respect of the tender.

 

2.2       Tenders to be submitted via electronic mail with attachments in PDF format (For large files please submit multiple emails and attachments) to the email address below with the subject:

                   “TENDER FOR THE SUPPLY AND INSTALLATION OF EXTERIOR DOORS AT THE SOUTH COAST SEWAGE TREATEMENT PLANT, # 042022 and addressed to:

 

The Chairman

Tenders Committee

Barbados Water Authority

Email: bwatenders.committee@bwa.gov.bb

 

to reach the office no later than Friday 16TH September, 2022 at 4:30pm.

 

2.3       No tender will be considered unless it complies with the conditions set out in this Notice.

2.4       The BWA does not bind itself to accept the lowest or any tender.

2.5       The BWA reserves the right to withdraw this tender notice at any time.

2.6       The BWA reserves the right to annul the process at any time prior to the award of contract without incurring any liabilities.

2.7       Any tender submitted after the closing time and date or any extension thereof will not be considered.

2.8       All tenders must be quoted in either Barbados Dollars or US Dollars .Tenders quoted in US dollars will be evaluated using the prevailing exchange rate at the date of closing of the tender.

2.9       Bidders must state all lead times and delivery dates.

 

  1. PENALTIES

          The Barbados Water Authority reserves the right to apply and enforce penalties against a tenderer for non-performance as it relates to specified delivery dates.  The total penalty shall not exceed 5% of contract sum for the first occurrence and 10% thereafter for each additional occurrence.  When there is evidence that the lack of performance directly impacts the BWA’s operations penalties in the form of a retention on payments due to the Bidder shall be applied.

 

  1. CONDITIONS OF TENDERING
  2. Acceptance of Tender and Tenderer’s Expenses

The BWA shall not reimburse the Bidder for any expense incurred in the preparation of this tender.

  1. Firm Price

No price variation clause may be included in the Tender.  Prices in Barbados or US dollars must be quoted and such prices shall include all cost for materials, labour, transport, management fees and all other things necessary.

  1. Tenderer to obtain they own information

The Bidder shall inform themselves on all matters necessary for compliance with and completion of the Contract and in all matters that might in any way affect the prices quoted.

  1. Insurance

The Bidder shall obtain adequate insurance to indemnify the BWA against all claims for death, injuries, damage to property and losses sustained by the Bidder during the procurement and performance of duties under this Contract.

  1. Addenda

Any interpretation of, or change/s in the Tender Document prior to the specified closing date, will be made only by Addendum issued by the BWA to each Bidder to whom the Tender Document has been issued and it shall become part of the Tender Document.

  1. Compliance with conditions of tendering

The Bidder must comply with all the above Conditions of Tendering.  Failure to comply with or breach of any of the Conditions may disqualify the Tender.

  1. Performance Security
  • The successful Tenderer shall furnish the performance security for the performance of the contract in a form acceptable to the BWA within twenty-seven (27) days of the receipts of notification of award from the BWA.  The performance security shall be in a sum equivalent to ten percent (10%) of the contract price. The proceeds of the performance security shall be payable to the Barbados Water Authority as compensation for any loss resulting from the successful tenderer’s failure to complete its obligations under the contract.  If the tenderer shall be in default of any of the terms and conditions of the contract, the BWA shall be entitled to make a claim against the performance security. The claim shall be in writing to the agency, bank or insurance company that issues the performance security.

 

  • The performance security shall be valid for one (1) year after the date for completion of the tenderer’s obligations, and shall be denominated in the currency of the contract or in a freely convertible currency acceptable to the BWA and shall be in one of the following forms:-
    • A bank guarantee or irrevocable letter of credit, issued by a bank located in Barbados or abroad, acceptable to the BWA and in the form provided in the Bidding Documents or another form acceptable to the BWA; or
    • A cashiers cheque, or certified check payable to the BWA or cash.

 

  • The performance security will be discharged by the BWA and returned to the tenderer not later than one (1) year following the date of completion of the tenderer’s performance obligations, including any warranty under the Contract.
  1. BACKGROUND

The South Coast Sewage Treatment Plant is responsible for treating all sewage from the south coast sewered network before it can be disposed of through a piped outfall, into the marine environment. The plant consists of varying screening elements that remove debris and solids from the sewage flow. As sewage flows through the plant, varying levels of hydrogen sulfide (H2S) gases are released into the plant. These H2S gasses are highly corrosive, and have caused the degradation of numerous doors as well as door jambs of both the treatment building as well as the administrative building at the facility.

 

  1. DESCRIPTION OF WORKS AND SPECIFICATIONS
    • Single and Double Doors
  • Supply and install all doors significantly impacted by corrosion, with new or doors

constructed from grade 304 or 316 stainless steel grade or other material suitable for use in corrosive wastewater environments.

  • The repair of damaged doors where the deterioration from corrosion is not significant and allow for repair without compromising strength.
  • Make good all doors, door jambs, door hardware, major defects and door locking mechanisms.
  • All doors should be capable of withstanding a Category 2 Hurricane or similar wind speeds.
  • Doors to be reinforced with grade 304 or 316 stainless steel strips or similarly approved vertical edges and horizontal bottom edges.
  • Replace, or repair where practical, corroded door jambs, and make good all walls and floors adjacent to the door Fair-faced blockwork to be retained as much as possible, with minor plastering being allowed where it has been necessary to make good any damages done to blockwork walls.
  • Replace all door handles, hinges, locks and other hardware with ones suitable for use within a corrosive environment.
  • Remove and cart offsite all damaged doors, jambs, mounting hardware and locking mechanisms and debris created during the installation and repair processes.
  • Coating of all doors with a coating approved for use in corrosive
  • Making good of all recesses to accept door
  • Replacement and installation of all door signage as
  • All measurements are to be confirmed on-site by the contractor.

 

  • Large Garage Style Industrial Roller Shutter Doors
  • Large garage style industrial doors, roll shutters shall be designed for a long service within an aggressive wastewater environment.
  • Large garage style industrial doors or roll shutters shall be power driven and have the ability to be operated manually, e.g. chain hoist, should there be a loss in power or emergency situation, and shall be characterized by low maintenance and economical operation.
  • Preference will be given to doors with an electric operator and control systems, which are optimally matched to the door technology, and possess a soft start and soft stop function of the door curtain, which protects all door and operator components from wear.
  • Power driven doors shall be supplied with a direct drive operator and variable operator fitting as standard.
  • Doors should be equipped with a curtain and operator cover for effective protection against dirt and adverse effects of the weather.
  • Preference will be given to doors that are equipped with tension spring assemblies that allow the doors to open and close particularly easily and provide protection to the door and operator mechanism and enable long service life.
  • Preference will be given to doors that have incorporated into their design, features to ensure high safety during opening and closing.
  • The entire door construction, including support brackets and side guides, should be fitted as a frame unit to the building structure, to reduce fitting time and costs.
  • Preference will be given to doors with designs to minimize wear of the guide channel and edge of door wear. Guide channels with polyamide sliding surfaces, or similar, to reduce wear of the door curtain are preferred. In case of maintenance, the metal holder should be replaceable in a service-friendly way.
  • Preference will be given to roller shutters where the standard power limit in the “Open” and “Close” directions ensures safe operation, as the door stops reliably when encountering an obstacle.
  • Door should be equipped with Break-in-resistant locking mechanisms such as shootbolts or a lockable bottom profile.
  • Quantity and location of exterior doors and door jambs

 

Item Description Location Door Jamb
1 Single Door, mounting and

locking hardware

Northern wall of effluent pump

room

Jamb to be

repaired

2 Single door, repair and make good door jambs, hinges and locking

mechanisms

Northwestern corner of effluent pump room. Jambs to be replaced
3 Replacement of double door inclusive of hinges and locking mechanism Southern wall of treatment building.  New doors should be fitted with view ports 14” to 16” in diameter. Jamb to be repaired with remedial concrete work executed on floor between

the jambs

4 Replacement of single door

inclusive of door hardware and locking mechanism

Northwestern corner of the

treatment building (west of fine screen conveyor)

Jamb to be repaired
5 Repair of double door, including hinges, hardware and locking mechanism and

latches

Eastern wall within treatment building close to Rakemax medium screens. Jambs to be repaired and coated
6 Repair of double door, including hinges, hardware and locking mechanism and

latches,

Southern wall of screw lift motor room Jambs to be repaired and coated
7 Replacement of single door inclusive of door hardware

and locking mechanism

Western wall of screw lift motor room Jambs to be repaired and

coated

8 Replacement of single door inclusive of door hardware and locking mechanism Eastern wall of screw lift motor room Replacement of door jambs and making good

walls

9 Repair of single door,

inclusive of door hardware and locking mechanism

Northern wall of the treatment

building (close to grit removal chamber)

Jambs to be

repaired and coated

10 Repair of double door, hardware and locking

mechanism

Northern wall of administrative building (store room) Jambs to be repaired and

coated

11 Repair of single door, hardware and locking mechanism, repair or

replacement of automatic door closure mechanism

Northern wall of administrative building (northern end of office corridor) Jambs to be repaired and coated
12 Repair of single door, hardware and locking mechanism, repair or

replacement of automatic door closure mechanism

Southern wall of administrative building (southern end of office corridor) Jambs to be repaired and coated

 

13 Repair of single door, hardware and locking mechanism, repair or replacement of automatic

door closure mechanism

Southern wall of administrative building (Kitchen/Lunchroom) Jambs to be repaired and coated
14 Repair of single door, inclusive of door hardware

and locking mechanism

Southern wall of administrative building (Generator room)
15 Replacement of 2 no. large roll shutter type industrial doors, inclusive lf guide rails and opening/closing mechanism. Opening and closing mechanism to be electronic but with the capability to operate manually should the electronic operation fail or cease to operate. Northern and Western walls of the treatment building. Modification of all walls, jambs, and lintels necessary to alow for the quick installation of new roller shutter type doors.

 

                Table 1: Description of location and quantity of doors to be addressed at a minimum.

 

  1. RECONNAISSANCE AND FIELD SURVEYS
  • Supplier/Contractor to define and analyse the feasibility of proposed alternatives, identify impacts and discuss as appropriate.
  • Supplier/Contractor to prepare draft layout plans for any proposed alternatives addressing desired objectives.
  • Supplier/Contractor to perform field reconnaissance and prepare a record of site conditions.
  • Supplier/Contractor to obtain and review available information relevant to this project from the BWA’s Wastewater Division, inclusive of as-built drawings pertinent to project.
  • Supplier/Contractor to perform field data collection surveys to obtain the location of plumbing, piping, and electric conduit, etc. that may pose challenges to the execution of the project.
  • Supplier/Contractor shall coordinate all details of the equipment needed for installation with other related parts of the work.
  • Supplier/Contractor shall verify that all structures, piping, wiring, and equipment components are compatible. Contractor shall be responsible for all structural and other alterations required to accommodate doors differing in dimensions or other characteristics from those currently installed.

 

 

 

  1. SUBMISSIONS
  • The Supplier shall submit four (4) copies of the following information at a minimum for review and approval:
  • Certified general arrangement drawings showing all important details including materials of construction, dimensions, loads on supporting structures, and anchor bolt locations.
  • Descriptive literature, bulletins and/or catalogs of the equipment.
  • Complete data on motors and gear reducers.
  • Wiring diagrams and electrical schematics for all control equipment to be furnished.
  1. WARRANTY
  • A written supplier’s warranty shall be provided for the doors supplied for this project. The warranty shall be for a minimum period of one (1) year on materials and installation, from the date of completion of the project. Such warranty shall cover all defects or failures of materials or workmanship which occur as the result of normal operation and service.

 

Tenders shall be submitted to the Barbados Water Authority’s Wastewater Division electronically to bwatenders.committee@bwa.gov.bb on or before Friday, September 16th, 2022, and should include a break-down of the materials and labour costs, noting any lead times for overall supply or major components, and installation benchmarks or milestones.

 

Please contact Mr. Brian Stuart at the South Coast Sewage Treatment Plant at (246) 434-4220 to facilitate a site visit.