NATIONAL PETROLEUM CORPORATION (NPC) has floated a tender for Infrastructural Replacement of Component A and Component B Works Packages. The project location is Barbados and the tender is closing on 12 May 2021. The tender notice number is NPC-PP 1.5.2.1 BID 10, while the TOT Ref Number is 51866642. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Barbados

Summary : Infrastructural Replacement of Component A and Component B Works Packages

Deadline : 12 May 2021

Other Information

Notice Type : Tender

TOT Ref.No.: 51866642

Document Ref. No. : NPC-PP 1.5.2.1 BID 10

Competition : ICB

Financier : INTER-AMERICAN DEVELOPMENT BANK (IDB)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NATIONAL PETROLEUM CORPORATION (NPC)
Project Execution Unit, Wildey, St. Michael, Telephone: 1 (246) 430-4000 ext. 4076 / 1 (246) 230-6213 Fax: 1 (246) 426-4326
Barbados
Email :pmo@npc.com.bb

Tender Details

Tenders are invited for Infrastructural Replacement of Component A and Component B works packages.

Request for Bids (RFB)

Barbados

Deployment of Cleaner Fuels and Renewable Energies in Barbados

3843/OC-BA (BA-L1012)

Infrastructural Replacement of Component A and Component B works packages

NPC - PP 1.5.2.1 BID10

1. This RFB follows the General Procurement Notice for this Project that appeared in Development Business, issue no. IDB 391-03/17 of 24 March, 2017.

2. The Government of Barbados has received a loan from the Inter-American Development Bank toward the cost of Deployment of Cleaner Fuels and Renewable Energies in Barbados project, and it intends to apply part of the proceeds of this loan to payments under the Contract for Infrastructural Replacement of Component A and Component B works packages.

3. The National Petroleum Corporation (NPC) now invites sealed bids from eligible and qualified bidders for the civil works aspects of the replacement of Natural Gas cast iron pipelines with Polyethylene (PE) Pipe, including the excavation and backfilling of the formed trenches and rehabilitation of those sections of the road network to reduce road user costs. The works will take place along the following areas:

Package A:
Highway 7 - Dover, Christ Church to Worthing Main Road, Christ Church and its tributary roads (approx. 12, 260 ft./3.7 km)
Highway 7 Tributary Roads - Rendezvous, Christ Church to the Chamberlain Bridge (Independence Arch) in
Bridgetown, St. Michael(approx. 9, 784 ft./3 km)
Package B:
Bridgetown - Chamberlain Bridge (Independence Arch) to The Mighty Grynner Highway (formerly Spring
Garden Highway), St. Michael(excluding Lakes Folly, St. Michael) (approx. 15, 555 ft. /4.74 km)
Belle to Flint Hall, St. Michael via My Lord-s Hill, St. Michael(approx. 3, 491 ft. /1.06 km).
It is anticipated that Packages A and B will be executed simultaneously and that excavation activities will be conducted
on more than one public roadway at a time. A bidder may bid for a single package or both packages as shown
above. The estimated construction and reporting period is:
i. Package A - 14.5 months
ii. Package B - 12.75 months.
4. The RFB will be conducted through the International Competitive Bidding (ICB) procedures specified in the InterAmerican Development Bank-s Policies for the Procurement of Goods and Works financed by the InterAmerican Development Bank GN-2349-15 approved by the Board of Executive Directors of the Bank
on 2nd of July 2019 and effective 1st of January 2020, and is open to all bidders from Eligible Source
Countries as defined in the bidding document.
5. Interested Bidders will be invited to a virtual pre-bid conference which is to be held on April 21, 2021 at 10:00
a.m. Barbados Time. Interested eligible bidders may obtain further information from The National Petroleum
Corporation-s Project Execution Unit; Kim Best, pmo@npc.com.bb.
6. Qualifications requirements include:
i. Showing an annual billing of a minimum of USD two (2) million dollars over the past five (5) years for Package
A and an annual billing of a minimum of USD one (1) million dollars over the past five (5) years for Package B;
ii. Experience as prime contractor in the construction of at least three (3) road works projects of a nature and
complexity equivalent to the Works over a period of 6 years for each Package (to comply with this
requirement, works cited should be at least seventy (70) percent complete);
iii. Information to show that the contractor of each package can ensure the timely availability (own, lease, hire,
etc.) of the essential equipment listed below:
Item/Description
Excavation and filling
Asphalt cutter/walk-behind saw
Excavator / Backhoe
Jackhammer /Pneumatic hammer and compressor
Skid Steer Loader with attachments
Digging implements (hoes, shovels, forks, pick axes)
Dump Truck
Compaction and Paving
Vibratory compactors/rammers
Vibrating Fill compactor (jumping jack or plate)
Asphalt Sprayer
Machine pavers/asphalt rollers
Transporting Equipment
Flatbed Truck with Crane Extension
Crane Truck/Truck with lifting equipment
Forklift
Flatbed trailer
Ancillary Items / Equipment
Personal Protective Equipment
Watering Truck / Water Tanks
Dust Screens
Concrete Vibrator (large)
Portable work lights
Safety Barricades (traffic cones, netting, caution tape, flashing warning lights)
Traffic control paddles (stop/go)
iv. The hiring of a Contract Manager with five years- experience in works of an equivalent nature and volume,
including no less than three years as Manager; and
v. Liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance
payments which may be made under the Contract, of no less than US$250, 000 (per package).
Note: A consistent history of litigation or arbitration awards against the Applicant or any partner of a JVCA may result
in disqualification.
A margin of preference for national contractors/JVCAs shall not be applied.
7. A complete set of the bidding document in English and in pdf format may be purchased by interested bidders on the
submission of a written application to the email address at 10. below and upon confirmation of payment of a nonrefundable fee of one hundred ($100.00) Barbados dollars or equivalent amount in US currency. The method of
payment can be via direct deposit to the National Petroleum Corporation or wire transfer to Scotia Bank Account
#40055-9021565. (The amount charged for the Bid Document will be subject to a wire transfer charge, which must
be paid in full by the Bidder.) (A scanned copy, screenshot or picture, as applicable, of the payment should accompany
the email.) The Bidding Document will be provided following receipt of confirmation of payment and will be sent by
electronic mailfrom pmo@npc.com.bb.
8. Bids must be delivered to the address below at or before 3:00 p.m. Barbados Time on May 12, 2021.
Electronic bidding shall not be permitted. Late bids will be rejected. In accordance with public health
recommendations to limit gatherings, the NPC may restrict or prohibit in-person attendance at the bid opening. Bids
will be opened in the presence of the bidders- representatives who choose to attend at 3:30 p.m. Barbados Time
on May 12, 2021. Provision will be made for attendance via an on-line medium. Bidders- representatives wishing to
attend should send a request to the email address provided at 10 below.
9. All bids shall be accompanied by a Bid Security of USD 75, 000 for Package A and USD 70, 000 for Package B or an
equivalent amount in a freely convertible currency.
10. The address referred to above is: The National Petroleum Corporation, Project Execution Unit, Wildey, St. Michael,
Barbados. Telephone: 1 (246) 430-4000 ext. 4076 or 1 (246) 230-6213, Fax: 1 (246) 426-4326, Email:
pmo@npc.com.bb.
11. All Corporate Applicants must provide a Certificate of Incorporation as evidence of the fact that the company is an
existing registered company as at the date of the application. The Certificate must be in the name of the Applicant.
12. Local Applicants are advised that the Certificate of Incorporation referred to in the above paragraphs means a
Certificate of Incorporation issued under the 1985 Companies Act of Barbados or where applicable a Certificate of
Amendment. Certificates must be dated after December 31, 1984.
13. Where the Certificate of Incorporation has not been submitted at the date of opening, the Applicant will be given a
maximum of one (1) week to meet this obligation. Failure to submit the Certificate of Incorporation within the
extended period would render the application void.
14. Suppliers interested in any tenders by the Government of Barbados must be aware that the Labour Clause (Public
Contracts) ACT CAP 349 shall in so far as is applicable to the tender, apply to any contract made in respect of the
tender. Full details of the conditions of the ACT CAP 349 may be obtained from the Chief Labour Officer, Warrens
Office Complex, Warrens, St. Michael or via the ILO Database of Labour Legislation website
https://www.ilo.org/dyn/natlex/docs/ELECTRONIC/51892/74898/F417969845/BRB51892.pdf
15. Any firm incorporated outside of Barbados, which is awarded a contract, will be required to be registered in Barbados
as an External company under the ‘Companies Act of Barbados- found at
https://www.investbarbados.org/legislations/companies-act-cap-308/
16. The Government of Barbados is not responsible for any costs or expenses incurred by Applicants in connection with
the preparation or delivery of the Bid.
17. Late submissions will not be accepted and will be returned unopened to the Applicant.
18. The Government of Barbados reserves the right to accept or reject any application received.

Documents

 Tender Notice