Upload
phungtuyen
View
279
Download
15
Embed Size (px)
Citation preview
NATIONAL INSURANCE PROPERTY DEVELOPMENT COMPANY LIMITED
REQUEST FOR PROPOSALS
FOR A
DESIGN/SUPERVISING CONSULTANCY SERVICES
FOR THE
UPGRADE OF THE ARIMA DISTRICT HEALTH FACILITY
FOR
THE MINISTRY OF HEALTH
OF
THE GOVERNMENT OF THE REPUBLIC OF TRINIDAD AND
TOBAGO
SEPTEMBER, 2013
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
TABLE OF CONTENTS
SECTION NO. & SECTION TITLE PAGE
NO
1.0 INVITATION TO TENDER 1
2.0 INSTRUCTIONS TO PROPONENTS 4
2.1 Introduction 4
2.1.1 Request for Qualifications and Proposals 4
2.2 Definitions 5
2.3 Project Communication/ Reporting Flow 7
2.4 Objectives 9
2.5 Scope of Services 9
2.6 Source of Funds 9
2.7 General Conditions 9
2.7.1 Eligible Proponents 9
2.7.2 Proponent Responsibilities 10
2.7.3 Cost of Request for Proposal Documents 10
2.7.4 NIPDEC Communications 11
2.7.5 RFP Clarification 11
2.7.6 Addenda 12
2.7.7 Proponent’s Representative 12
2.7.8 Pre-Submission Briefing 12
2.7.9 Site Visit and Schedule 12
2.7.10 Right to Cancel Request for Proposal 13
2.7.11 Consideration of Proposals 13
2.7.12 Cost of Preparing Proposals, Presentations and Negotiations 13
2.7.13 Exclusion 13
2.7.14 Confidentiality of Proposals 14
2.7.15 Corrupt and Fraudulent Practices 14
2.7.16 Commissions 15
2.7.17 Waiver and Allocation of Risk 15
2.7.18 Form of Correspondence 16
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
SECTION NO. & SECTION TITLE PAGE
NO
2.8 Preparation of Proposals 16
2.8.1 Technical Proposal 16
2.8.2 Financial Proposal 18
2.8.3 Proposal Validity 19
2.9 Submission, Receipt And Opening of Proposals 19
2.9.1 Submission Requirements 19
2.9.2 Deadline for Proposal Submission 20
2.9.3 Opening of Proposals 20
2.9.4 Late Proposals 20
2.9.5 Receipt for Request for Proposal 21
2.9.6 Delivery by Hand 21
2.9.7 Language of Proposal 21
2.9.8 Signing Proposal 21
2.9.9 Joint and Several Liability 22
2.9.10 Amendment of Proposals Before Submission Date 22
2.9.11 Interlineations, Alterations or Erasure of Proposal 22
2.9.12 Proponent’s Representation 22
2.9.13 Time Periods 23
2.9.14 Misleading or False Information 22
2.9.15 Proposals to be Property of NIPDEC 23
2.9.16 Required Format for Proposals 23
3.0 Evaluation of Proposals 24
3.1 Evaluation Committee 24
3.2 Determination of Responsiveness 24
3.3 Eligibility 29
3.4 Evaluation Criteria – Technical and Financial 30
3.5 Ranking of Proposals 30
3.6 Award of Contract 31
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
SECTION NO. & SECTION TITLE PAGE
NO 4.0 DRAFT USER BRIEF AND CONDITIONS OF CONTRACT 31
Annex 1 User Brief for the Upgrade of the Arima District Health Facility 32
Annex 2 General Conditions FIDIC Client/Consultant Model Services Agreement,
Fourth Edition, 2006
54
Annex 3 Particular Conditions of Contract 57
5.0 APPENDICES TO RFP – SPECIMEN FORMS 61
Appendix 1 Form of Tender 62
Appendix 2 Technical Proposal Standard Forms 63
Appendix 2A Technical Proposal Submission Form 64
Appendix 2B Applicant Information Sheet 65
Appendix 2C Work Experience of the Firm 66
Appendix 2D Similar Types of Works 67
Appendix 2E Proponent’s References 68
Appendix 2F General Background and Organization 69
Appendix 2G Methodology and Work Plan 70
Appendix 2H Format of Curriculum Vitae (CV) for Proposed Key Professional 71
Appendix 2I Financial Capability of the Proponent 73
Appendix 3 Financial Proposal Standard Forms 74
Appendix 3A Financial Proposal Submission Form 75
Appendix 3B Price Schedule 76
Appendix 3C Remuneration and Payment 77
Appendix 3D Reimbursable 78
Appendix 4 Scope of Services 79
Appendix 4A Scope of Services 80
Appendix 4B Responsibility Matrix 100
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
1
1.0 INVITATION TO TENDER
NATIONAL INSURANCE PROPERTY DEVELOPMENT COMPANY LIMITED
INVITATION TO TENDER FOR A DESIGN/SUPERVISING CONSULTANT FOR THE
UPGRADE OF THE ARIMA DISTRICT HEALTH FACILITY
The National Insurance Property Development Company Limited (NIPDEC), acting on behalf of the
Ministry of Health, Government of the Republic of Trinidad and Tobago, invites Proponents to be
engaged as a Design/Supervision Consultant for the Upgrade of the Arima District Health Facility
(ADHF).
Local and Foreign firms are invited to submit Proposals for the above works. Applications will be
evaluated according to the following basic criteria, among others, as required by this Request for Proposal
(RFP):
i. General Background of the Firm
ii. Performance History
iii. Work experience of the Firm in performing construction services for projects of a similar
value and nature
iv. Available manpower and other resources and present workload
v. Eligibility based on submission of required statutory certificates (local firms)
Proponents shall provide details of general and specific experience and past performance in providing
similar services (upgrade/ renovation works) for at least three (3) previous Health Care Facilities or
similar projects, including any project currently being undertaken or having been undertaken within the
past five (5) years with a construction cost of over Forty Million Trinidad and Tobago Dollars
(TT$40,000,000.00), using FIDIC Conditions of Contract or similar.
Proponents are advised that Request for Proposal (RFP) Packages will be available from September
10th
, 2013 either by:
Downloading the document from NIPDEC’s Website at www.nipdec.com (Click on
“Design/Supervision Consultant for the Upgrade of the Arima District Health Facility.”.
A code will be provided to allow access.),
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
2
Or
From the Office of the Company Secretary at 56-60 St. Vincent street, Port of Spain, between
the hours of 9:00 a.m. and 3:00 p.m.
There is a non-refundable Tender Fee of TT$3,450.00 VAT Inclusive, which must be paid at any branch
of First Citizens Bank of Trinidad and Tobago Limited, Account #1448112, Swift Code FCTTTTPS.
For intermediary banking information, please refer to:
http://firstcitizenstt.com/about/Branches-ATM/Correspondent-Banks.html
To be allowed access to the RFP Packages, Proponents must present their payment receipts to the office
of NIPDEC’s Company Secretary.
SUBMISSION OF PROPOSALS WILL BE CLOSED ON
24th
October 2013 at 2:00 p.m.
Complete Proposals must be addressed to:
The Chairman of the Tenders Committee
National Insurance Property Development Co. Ltd. (NIPDEC)
56-60 St. Vincent Street,
Port of Spain, Republic of Trinidad and Tobago
Sealed packages must be placed in the appropriately marked box situated in the Security Booth at
NIPDEC’s Head Office, 56 - 60 St. Vincent Street, Port of Spain on or before 24th
October 2013 at 2:00
p.m. Late applications will not be considered. Tender submissions will not be accepted
electronically.
There will be a Pre-Submission Briefing and Site Visit at 1:30 p.m. on Thursday 19th
September, 2013,
to be held at the Arima District Health Facility located on Queen Mary Avenue, Arima.
Proposals will be opened at a public ceremony at NIPDEC’s Head Office, 56 - 60 St. Vincent Street, Port
of Spain in the presence of the Proponent’s representatives on 24th
October 2013 at 2:30 p.m.
Only Firms purchasing RFP packages shall be permitted to submit a Proposal. Any Proposal submitted
by a Firm which has not purchased a RFP package will be rejected as invalid.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
3
Further note that:
(i) Proponents shall bear all costs associated with the preparation and submission of the
Proposal including the tender fee which is not reimbursable;
(ii) Foreign Proponents are expected to comply with the requirements in the RFP packages to
the extent to which such requirements are applicable to them;
(iii) NIPDEC reserves the right to cancel the present Tender in its entirety or partial, without
defraying any cost incurred by any firm in submitting its Tender.
Further information or clarification can be obtained from the Company Secretary, at NIPDEC Telephone
(868)-625-8750 Extension 4204. E-mail [email protected].
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
4
2.0 INSTRUCTIONS TO PROPONENTS
2.1 Introduction
2.1.1 Request for Qualifications and Proposals
The National Insurance Property Development Company Limited (NIPDEC) is
soliciting submissions from Consultancy firms that are interested in and capable of
providing Consultancy services during Pre Construction, Construction and Post
Construction, inclusive of “FIDIC Engineer” services as defined in the FIDIC
Conditions of Contract for Construction for Building and Engineering Works
Designed by the Employer (1999 Red Book).
This Request for Proposal (herein after referred to as RFP) is intended to lead to the
entry into a contract between NIPDEC and the Consultant that has the required
qualifications and expertise to satisfy NIPDEC’s requirements.
The estimated Programme of Works envisages the Hospital Upgrade of the ADHF
being undertaken within a twenty-four (24) month timeframe using a
Design/Bid/Build Model. The Design/Supervising Consultant will act as the “FIDIC
Engineer” of the Project and will be guided by the FIDIC Conditions of Contract for
Construction for Building and Engineering Works Designed by the Employer (1999
Red Book).
Qualified Design/Supervising Consultants are invited to submit one (1) Proposal
comprising a Technical Proposal and a Financial Proposal, for the provision of
Design/Supervision Consultant for the Upgrade of the Arima District Health
Facility.
It is the intent of NIPDEC to engage the successful Proponent in a timely manner,
to assist in the contract negotiations with the Contractor responsible for the phase.
This RFP is intended to lead to the entry into a contract between NIPDEC and a
Design/Supervising Consultant that has the required qualifications and expertise to
satisfy NIPDEC’s requirements and the FIDIC Conditions of Contract for
Construction for Building and Engineering Works Designed by the Employer
(1999 Red Book).
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
5
Proponents may, if they so desire, assemble teams so as to submit their Proposals,
and if successful, undertake the Services as a Joint Venture or Consortium with
their team members.
2.2 Definitions
The following are the definitions of terms used in this Request for Proposal (RFP) Document:
(a) “Addendum” means any written or graphic instrument issued by NIPDEC, which
modifies or interprets the RFP by additions, deletions, clarifications or corrections,
or other types of modifications.
(b) “Client” means the Ministry of Health (MOH)
(c) “Contract” means the Contract signed by the Parties and all the attached documents
listed in RFP documents that are the General Conditions of Contract (GCC), the
Special Conditions of Contract (SCC) by which the GCC may be amended or
supplemented, and the Appendices.
(d) “Design/Bid/Build Contract” means the Contract to be negotiated and entered into
between NIPDEC and the Contractor for the services to be provided by the latter.
(e) “Data Sheet” means such part of the Instructions to Consultants used to reflect
specific Project conditions.
(f) “Day” means a calendar day and “year” means 365 days.
(g) “Design/Supervising Consultant” means the entity appointed by NIPDEC to
provide administration and management of all aspects of the Design of the
Programme as well as to supervise the Upgrade of the Arima District Health Facility.
(h) “Arima District Health Facility” means the facility to be upgraded, inclusive of
furniture, fixtures and equipment, site development, and any upgrade of external
works outside the Project premises as directed by NIPDEC;
(i) “Proponent” means any entity, individual, corporation, firm, joint venture or
consortium that submits a Proposal directly to NIPDEC in response to this RFP.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
6
(j) “NIPDEC” means the National Insurance Property Development Company Limited,
who is the Employer with which the selected Design/Supervising Consultant shall
sign the Contract for the Services.
(k) “Government” means the Government of the Republic of Trinidad and Tobago
(GORTT).
(l) “Instructions to Proponents” (Section 2 of the RFP) means the document which
provides the Design/Supervising Consultants with all information needed to prepare
their Proposal.
(m) “Joint Venture” means a Design/Supervising Consultant which comprises of two or
more Partners, each of whom will be jointly and severally liable to NIPDEC for all
the Design/Supervising Consultant’s obligations under the Contract.
(n) “LOA” means the Letter of Award being offered to the selected Design/Supervising
Consultant by NIPDEC before execution of a formal Agreement.
(o) “Personnel” means professional and support staff provided by the
Design/Supervising Consultant and assigned to perform the Services or any part
thereof.
(p) “Partner” means any of the entities that make up the Joint Venture; and “Partners”
mean all those entities.
(q) “Proposal” means the Technical and the Financial Proposal.
(r) “RFP” means this document, “Request for Proposal” prepared by NIPDEC for the
selection of a Design/Supervising Consultant.
(s) “Services” mean the work to be performed by the Design/Supervising Consultant
pursuant to the Contract.
(t) “Standard Electronic Means” includes facsimile and email transmissions.
(u) “BOQ” means Bill of Quantities.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
7
(v) “Change Order” means the work that is added to or deleted from the original Scope
of Work of a Contract, which alters the original contract amount and/or completion
date.
(w) “APETT” means Association of Professional Engineers of Trinidad and Tobago
(x) “TTIA” means Trinidad and Tobago Institute of Architects
(y) “BOETT” means Board of Engineering of Trinidad and Tobago
(z) “ISTT” means Institute of Surveyors of Trinidad and Tobago
(aa) “OSHA” means Occupational Safety and Health Authority of Trinidad and Tobago
(bb) “Employer” means the National Insurance Property Development Company
Limited
(cc) “Project” means the Upgrade of the Arima District Health Fcaility.
(dd) “HSE” means Health, Safety and the Environment in as indicated in this Request for
Proposal
2.3 Project Communication/Reporting Flow
The Project Communication/Reporting Flow for the delivery of Design/Supervising
Consultancy Services is presented in Diagram 1 below. The Design/Supervising Consultant
shall report directly to NIPDEC.
The Design/Supervising Consultant will be the liaison between the Contractor and NIPDEC as
demonstrated below:
1. Contractor is instructed by the Design/Supervising Consultant.
2. Design/Supervising Consultant is instructed by the Project Manager.
3. Contractor requests for information/ clarification/ instructions/ approvals are
channeled through the Design/Supervising Consultant.
4. End User requests for information/ action from Design/Supervising Consultant
requiring Project Manager approval to be channeled through the Project Manager.
5. Design/Supervising Consultant to submit fortnightly project progress reports to the
Project Manager.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
8
CLIENT/ END USER
PROJECT MANAGER
DESIGN/ SUPERVISING CONSULTANT
CONTRACTOR
6. Design/Supervising Consultant to copy Project Manager on all correspondence to the
Contractor.
7. Contractor to copy Project Manager on all correspondence to the Design/Supervising
Consultant.
8. Contractor invoices to be submitted to Design/Supervising Consultant with copy/
notification to Project Manager
COMMUNICATION/ REPORTING PROTOCOL DIAGRAM
1. CLIENT: Ministry of Health (MoH)
2. END USER: North Central Regional Health Authority (NCRHA) –
Arima District Health Facility (ADHF)
3. PROJECT MANAGER: National Insurance Property Development Company Ltd
(NIPDEC)
4. DESIGN/SUPERVISING Any firm contracted by NIPDEC to provide services for the
CONSULTANT: Project.
5. CONTRACTOR: Any firm contracted by NIPDEC to provide services for the
Project.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
9
2.4 Objectives
The objective of this RFP is to invite Proponents to submit one (1) Proposal each in
accordance with the requirements of this said RFP. Each Proposal must contain sufficient
details in response to this RFP to constitute a comprehensive and firm offer to NIPDEC and be
suitable for acceptance and implementation. NIPDEC will select a preferred
Design/Supervising Consultant with whom to enter negotiations for the award of a Contract.
2.5 Scope of Services
The Scope of Services to be delivered by the Design/Supervising Consultant is detailed at
Appendix 4.
2.6 Source of Funds
Funding for this Project will be provided for by the Government of the Republic of Trinidad
and Tobago.
2.7 General Conditions
2.7.1 Eligible Proponents
A Proponent shall not have a conflict of interest. A Proponent shall hold NIPDEC’s
interests paramount, without any consideration for future work, and strictly avoid
conflicts with other Projects for their own corporate interests. Proponents shall not
qualify for any Project that would be in conflict with their prior or current
obligations to other clients, or that may place them in a position of not being able to
carry out the Project in the best interests of NIPDEC.
A Proponent found to have a conflict of interest with one or more parties in this
RFP process shall be disqualified. Proponents may be considered to have a conflict
of interest with one or more parties in this RFP process if:
(i) They have, directly or indirectly, controlling shareholders or partners in
common; or
(ii) Their legal representatives are the same or have a common party in their
executive boards or management, or when the decision- making quorum
of their shareholders at assemblies or meetings belongs directly or
indirectly to the same natural persons or entities; or
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
10
(iii) They have a relationship with each other, directly or through common
third parties that puts them in a position where they have access to
information about or can influence other proposals or the decision of
NIPDEC regarding this RFP process; or
(iv) They submit more than one application for this RFP process. This does
not restrict either the participation of contractors in more than one
application or the participation as Proponent and contractor
simultaneously in the same RFP process. However, a Proponent that
submits a proposal with a specific contractor, will not be allowed to
submit another one exchanging roles between themselves; or
(v) They have participated directly or indirectly, in any capacity, in the
preparation of the design, feasibility studies, terms of reference, or
technical specifications of the works or related services that are the
subject of this RFP process.
2.7.2 Proponent Responsibilities
It is the responsibility of each Proponent before submitting a Proposal to:
a) Examine thoroughly the RFP and related documents;
b) Visit the Project Site to become familiar with and satisfy itself as to the
conditions that may affect cost, progress and performance of the Services;
c) Consider local laws and regulations that may affect cost, progress and
performance of the Services and implementation of the Project;
d) Study and carefully correlate the Proponent’s knowledge and observations
with the requirements of this RFP.
The submission of a Proposal shall be interpreted by NIPDEC that the Proponent
has fully considered all relevant factors in relation to the above.
2.7.3 Cost of RFP Documents
A Proponent is required to pay a non-refundable fee of Three Thousand Trinidad
and Tobago Dollars (TT$3,450.00) VAT Inclusive as described in Section 1of this
RFP.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
11
2.7.4 NIPDEC Communications
Only NIPDEC’s Company Secretary (“NIPDEC’s Representative”) is authorized to
communicate and otherwise deal with Proponents and all Proponents must
communicate and otherwise deal with that person only. The contact address of the
NIPDEC’s Company Secretary is as follows:
Ms. Lisa Solomon
Company Secretary
National Insurance Property Development Company Limited
56 – 60 St. Vincent Street
Port of Spain
Email: [email protected]
Tel: (868) 625-8750 ext. 4204
Fax: (868) 623-0877
2.7.5 RFP Clarification
If a Proponent has any question about the contents of this RFP, or about any
matters relating to it (including any clarifications, errors or omissions in this RFP),
the question must be directed in writing, and not orally, to NIPDEC’s
Representative at the contact address set out above. NIPDEC’s Representative will
answer all questions in writing, and will provide a copy of all questions and their
answers, to each of the Proponents. Questions received less than five working days
prior to the date for return of Proposals may not be answered. Only those contained
in formal written Addenda will be binding. Oral answers and other interpretations
or clarification will be without legal effect. NIPDEC will endeavor to submit its
responses to questions in a timely manner but will not be responsible in any event
for any late delivery or non-delivery of any Addendum.
Answers not contained in formal written Addendum shall be given as a matter of
assistance to the Proponent but they shall not be construed as adding to or taking
away from or otherwise altering the meaning and intent of the RFP documents,
and/or the Proponent’s obligation hereunder.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
12
2.7.6 Addenda
NIPDEC is entitled to issue Addenda changing this RFP at any time. Addenda may
be issued only by NIPDEC’s Representative. Addenda will be issued only to
Proponents who have registered with NIPDEC as having received a copy of this
RFP. No change in this RFP is effective unless undertaken by an Addendum issued
under this paragraph.
2.7.7 Proponent’s Representative
Each Proponent must, within two days of receiving the RFP, advise NIPDEC’s
Representative, in writing, of the name, business address, telephone and fax
number and e-mail address of an individual who is designated as the Proponent’s
Representative for the purpose of this RFP. The Proponent’s Representative is the
only person authorized to communicate with NIPDEC for the purposes of this RFP
and NIPDEC is not required to communicate or otherwise deal with any other
person on behalf of the Proponent.
2.7.8 Pre-Submission Briefing
NIPDEC shall convene a pre-submission briefing for the purpose of clarifying any
of the requirements contained in this RFP on 19th September, 2013 at 1:30 p.m. at
the proposed Site at the Arima District Health Facility, Trinidad. Proponents are
encouraged to attend and participate in the briefing. NIPDEC will transmit to all
prospective Proponents on record the minutes of the meeting and any Addenda as
NIPDEC considers necessary in response to queries raised. Oral statements may
not be relied upon and will not be binding or legally effective. Further briefings
may be held if NIPDEC considers it necessary or desirable to do so and the date,
time and location of any further briefings will also be communicated by
Addendum.
2.7.9 Site Visit and Schedule
A Site Visit will be convened immediately after the Pre-Submission Briefing in
order for Proponents to familiarize themselves with the existing site conditions.
Proponents may request further access to the Project site by reasonable notice in
writing to NIPDEC’s Representative at any time before the deadline for submission
of Proposals. NIPDEC’s Representative is entitled to impose such terms and
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
13
requirements as a condition of authorizing such access as NIPDEC’s
Representative considers necessary or desirable.
2.7.10 Right to Cancel RFP
NIPDEC is entitled to cancel this RFP at any time by Addendum issued to
Proponents, without liability for any loss, damage, cost or expense incurred or
suffered by any Proponent as a result of that cancellation.
2.7.11 Consideration of Proposals
In considering any proposals delivered in response to this RFP, NIPDEC reserves
the absolute and unfettered discretion to:
i) Accept or reject any proposal that fails to comply with the requirements
set out in this RFP;
ii) Assess proposals as it sees fit, without in any way being obliged to select
any proposal or Proponent;
iii) Determine whether any proposal or proposals satisfactorily meet the
selection criteria set out in this RFP;
iv) Require clarification from any one or more of the Proponents in respect
of proposals submitted;
v) Reject any or all proposals with or without cause, whether according to
the selection criteria set out herein or otherwise.
2.7.12 Cost of Preparing Proposals, Presentation and Negotiations
Each Proponent is solely responsible for the risk and cost of preparing and
submitting its proposal in response to this RFP and any presentations or
negotiations relating thereto. Neither NIPDEC nor its officials, employees,
consultants or NIPDEC’s Representative are liable for the cost of doing so or are
obliged to remunerate any Proponent for these costs.
2.7.13 Exclusion
This RFP does not impose on NIPDEC any duty of fairness or natural justice to
any or all Proponents with respect to this RFP or the process it creates. Unless
NIPDEC is expressly required by this RFP to “act reasonably”, NIPDEC is
entitled to act in its sole, absolute and unfettered discretion.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
14
2.7.14 Confidentiality of Proposals
Proponents are required to keep their proposals confidential and must not
disclose their Proposals, or any information contained in them, to anyone else
without the prior written consent of NIPDEC.
2.7.15 Corrupt and Fraudulent Practices
Proponents shall adhere to the highest ethical standards and shall refrain from
engaging in corrupt or fraudulent practices. Corrupt practices shall include the
offering or giving by Proponents or any officer, employee, or person acting on
their behalf to any officer, employee or person acting on behalf of NIPDEC any
gift or consideration of any kind as an inducement or reward for doing or
forbearing to do or for having done or forborne to do any act in relation to this
RFP process including the evaluation of proposals and the negotiation and
execution of the Contract. Fraudulent practice means any misrepresentation of
facts in order to influence the evaluation and selection process described in this
RFP or the negotiation and execution of the Contract to the detriment of NIPDEC
and includes collusive practices among Proponents (prior to or after submission
of proposals) designed to establish prices at artificial, non-competitive levels and
to deprive NIPDEC of the benefits of free and open competition.
NIPDEC, shall without prejudice to any other right, reject a proposal if it
determines that the Proponent in question or any other officer, employee or
person acting for the Proponent has engaged in a corrupt or fraudulent practice.
a) “Bribery” means the act of unduly offering, giving, receiving or
soliciting anything of value to influence the process of procuring goods
or services, selecting consultants, or executing contracts.
b) “Extortion” or “Coercion” means the act of attempting to influence the
process of procuring goods or services, selecting consultants, or
executing contracts by means of threats of injury to person, property or
reputation.
c) “Fraud” means the misrepresentation of information or facts for the
purpose of influencing the process of procuring goods or services,
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
15
selecting consultants, or executing contracts, to the detriment of the
Borrower or other participants.
d) “Collusion” is an agreement between proponents designed to result in
bids at artificial prices that are not competitive.
If it is demonstrated that a Proponent in a procurement process or
supplier/contractor during the execution of the contract has committed corrupt
practices, NIPDEC will:
(i) Reject a proposal to award a contract in connection with the
respective procurement process; and/or
(ii) Declare a firm and/or its personnel directly involved in corrupt
practices, temporarily or permanently ineligible to be awarded future
contracts from NIPDEC.
2.7.16 Commissions
Proponents shall furnish information in the Financial Proposal on commissions
and gratuities, if any, paid or to be paid to agents relating to their proposals and
to contract execution if the Proponent is awarded the Contract.
2.7.17 Waiver and Allocation of Risk
NIPDEC accepts no responsibility or liability for the accuracy or completeness of
this RFP or of any recorded or oral information communicated or made available
for inspection by NIPDEC and no representation or warranty, express or implied,
is made or given by NIPDEC with respect to the accuracy or completeness of any
one of those things. The risk, responsibility and liability connected with reliance
by any Proponent or any other person on this RFP or any other such information
as is described in this paragraph is solely that of each Proponent. Each Proponent
acknowledges and agrees that it is solely responsible for obtaining its own
financial, legal, accounting, engineering and other advice with respect to the
contents of this RFP or any such information as is described in this paragraph.
Each Proponent who submits a Proposal to NIPDEC is deemed to have released
NIPDEC from, and waived, any action, cause of action, claim, liability, demand,
loss, damage, cost or expense, of every kind, in any way connected with or
arising out of the contents of this RFP or any such information as is described in
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
16
this paragraph. Each Proponent who submits a proposal is deemed to have agreed
that it is solely responsible and liable to ensure that it has obtained and
considered all information necessary to enable it to understand the requirements
of this RFP, and of the Project, and to prepare and submit its proposal.
2.7.18 Form of Correspondence
Any letter, notice or addendum mentioned in this RFP may be delivered to the
appropriate address by hand, mail, courier or facsimile.
2.8 Preparation of Proposals
Proponents are required to submit one Proposal comprising of a Technical Proposal and a
Financial Proposal as hereinafter described. This Proposal shall be evaluated in accordance with
the Evaluation Criteria set out in Section 3.
2.8.1 Technical Proposal
In preparing the Technical Proposal, Proponents are expected to examine the
documents comprising this RFP in detail. Material deficiencies in providing the
information requested may result in rejection of a Proposal. All standard forms for
the Technical Proposal and the Financial Proposal are attached at Appendix 2 and 3
respectively and shall be completely filled out and returned in response to this RFP.
To be eligible for award of the Contract, the Proponent shall provide evidence
satisfactory to NIPDEC of its eligibility and adequacy of its resources as well as
competency for performing the role of Design/Supervising Consultant effectively.
To this end, the Technical Proposal submitted shall include, but not be limited to:
a) A brief description of the Proponent Firm, including copies of original
documents defining the constitution or legal status, place of registration
and principal place of business of the company or joint venture or
consortium (See Appendix 2B).
b) Proponents shall provide details of general and specific experience and
past performance in providing similar services (upgrade/ renovation works)
for at least three (3) previous Health Care Facilities or similar Projects,
including any Project currently being undertaken or having been
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
17
undertaken within the past five (5) years with a construction cost of over
Forty Million Trinidad and Tobago Dollars (TT$40,000,000.00), using
FIDIC Conditions of Contract or similar. The time period (calendar year,
months) during which these projects were undertaken, country, client and
particulars of the project (including information on particulars and results)
should be given. The Proponent should identify at least three references
(contact person by name, title and address, and fax/telephone number) for
the projects cited with whom NIPDEC may establish communication to
assess the Proponent’s historical performance (See Appendices 2C, 2D and
2E respectively). In addition, the Proponent shall include its Current
Workload and its original completion date.
c) Information must also be provided on Proponent’s litigation history
including all settled adverse claims, disputes or lawsuits with an owner of a
project and any pending litigations (See Appendix 2F), and Description of
any Statutory or Governmental violation/s.
d) Detailed statement of the proposed methodology, approach, strategies and
work plan for executing the specific works, ensuring works will be
completed with the time frame.(See Appendix 2G). In addition, the
following are to be included in the Appendix 2G:
i. Quality Assurance/Quality Control (QA/QC) and Safety Plan.
ii. Work Programme in MS Project 2007 (or latest edition) with
Detailed Work Breakdown Structure indicating key tasks at each
stage as outlined in the Scope of Services and shall show critical
path, linkages, and milestones.
iii. Detailed listing of all Codes of Practice, Standards and
Specifications being employed for both design and supervising
purposes.
e) Project Organizational Chart and Details of the Proponent’s
Design/Supervising Consultancy team including original signed Curricula
Vitae of all professionals assigned to the Project – Hospital Architect,
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
18
Civil/Structural Engineer, Mechanical and Electrical Engineer and
Quantity Surveyor among others. (See Appendix 2H). In addition,
credentials of all Sub Consultant/s shall be included in the Appendix 2H.
f) Audited Financial Statements for the years 2010, 2011 and 2012
where available, or management accounts for 2012 if unavailable.
Summary Aged Payables and Receivables. Certification of ability to
meet insurance requirements, certification of no debarment,
disqualification, default, or early termination from contracts in the
last five (5) years and certification of no commercial bankruptcy in
the last five (5) years of any member of joint venture or consortium
(see Appendix 2I)
g) Proof of a Joint Venture or Consortium or a written agreement of a Joint
Venture or Consortium between Design and Supervising personnel. In the
event that one or more parties terminate its involvement in a Joint Venture
or Consortium, the party shall notify NIPDEC immediately before such
termination. Such termination shall not relieve any party from its liability.
In the event of such termination, NIPDEC reserves the right to terminate
any contract awarded to the Joint Venture or Consortium.
h) Proof of Professional Indemnity Insurance Coverage in excess of Six
Million Trinidad and Tobago Dollars (TT$6M) per incident, with the
number of incidents unlimited.
2.8.2 Financial Proposal
a) A fixed percentage will be paid by NIPDEC for all of the Services required
to be provided by the Design/Supervising Consultant as per payment
schedule shown in Appendix 3C. This cost shall constitute the total cost to
NIPDEC inclusive of Value Added Tax (VAT). All costs shall be in
Trinidad and Tobago Dollars (TTD) only.
b) The Proponent is required to submit a Cash Drawdown Schedule detailing
the milestone payments required from NIPDEC for the Design/Supervising
Consultancy Services required by this RFP.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
19
c) The Proponent shall complete the Form of Tender at Appendix 1 and the
Remuneration and Payment Section at Appendix 3. The Financial Proposal
for Design/Supervising Consultancy services shall be given as a fixed
percentage of the Client Approved Construction Budget. Payments will be
made as detailed in Appendix 3 based on completion of stages defined.
Reimbursable expenditure and any other sums related to the Consultancy
services shall be clearly detailed in the Financial Proposal as per schedule in
Appendix 3B.
Payment(s) will only be made in Trinidad and Tobago Dollars (TTD).
FAILURE TO SUBMIT A PROPERLY COMPLETED FORM OF TENDER
SHALL RESULT IN DISQUALIFICATION OF THE PROPOSAL.
2.8.3 Proposal Validity
Proposals must remain valid for One Hundred and Fifty days after the tender
opening.
2.9 Submission, Receipt and Opening of Proposals
2.9.1 Submission Requirements
For each Proposal comprising the Technical Proposal and the Financial Proposal, the
Proponent shall prepare and submit one (1) original and seven (7) colored copies -
one of which must be an electronic copy of the proposal. The complete Proposal
shall be without alterations. Each Proposal should be marked “Original” or “Copy”
as appropriate. If there are any discrepancies between the original and the copies of
the Proposal, the original governs.
The original and all copies of the Proposal shall be placed in a sealed envelope
bearing the following identification:
i. “Proposal for Design/Supervision Consultant for the Upgrade of the
Arima District Health Facility.”
ii. The name of the Proponent.
The envelope should be addressed as follows:
Chairman, Tenders Committee
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
20
National Insurance Property Development
Company Limited
56 – 60 St. Vincent Street
Port of Spain
and must be deposited by the bearer in the appropriately marked Proposal box at
NIPDEC’s Head Office.
The Proposal shall also include the following or equivalent as applicable, all valid as
at the date of submission as follows:
Value Added Tax Clearance Certificate
National Insurance Board Clearance Certificate
Board of Inland Revenue Clearance Certificate
2.9.2 Deadline for Proposal Submission
Proposals must be submitted by 2:00 p.m. local time 24th
October, 2013.
Proposals are to be submitted in the manner herein set out. No responsibility will
be attached to NIPDEC for premature opening or failure to open a proposal not
properly addressed and identified.
2.9.3 Opening of Proposals
NIPDEC shall open all Proposals at 2:30 p.m. on 24th
October, 2013 at
NIPDEC’s Head Office at 56 –60 St. Vincent Street, Port of Spain, Trinidad.
Each Proponent may be represented by one representative when Proposals are
being opened.
Representatives will be allowed to attend the proceedings after they show a photo
ID and sign an attendance register. At the time Proposals are opened, NIPDEC
shall announce the names of the Proponents and such other details as NIPDEC
considers appropriate. If an acceptable notice of withdrawal has been received
from any Proponent, its Proposal will not be opened.
2.9.4 Late Proposals
NIPDEC will reject late Proposals. Late Proposals shall be returned unopened to
the Proponent.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
21
2.9.5 Receipt for RFP
A copy of NIPDEC’s receipt for the non-refundable fee for this RFP must be
submitted with the Proposal. Only Proposals submitted in response to this RFP
by Proponents who have paid for and received a copy of this RFP will be
considered.
2.9.6 Delivery by Hand
The Proposal is to be delivered by hand and placed in the box provided for the
purpose located in the Security Booth, NIPDEC’s Head Office, 56–60 St.
Vincent Street, Port of Spain.
2.9.7 Language of Proposal
All Proposals must be in the English Language. The ruling language is the
English Language. All communications shall be in English Language.
2.9.8 Signing Proposal
The original and copies of the Proposal must be under the Company seal and the
original signature of the Proponent and must be complete and include copies of all
attachments and required certificates. The Proposal must be signed by a Proponent
as follows:
a) Sole Proprietorship: Signature of the sole proprietor in the presence of a
witness who will also sign. Insert the words “Sole Proprietor” under the
signature.
b) Partnership: Signature of all partners in the presence of a witness who will
also sign. Insert the word “Partner” under each signature.
c) Corporation: Proposal must be signed and the corporation seal affixed
thereto by duly authorized signing officer(s) of the corporation in conformity
with the by-laws of the corporation in the presence of a witness who will also
sign. Insert the capacity in which the officer(s) sign under each signature. A
copy of the corporation’s by-laws together with a copy of the resolution of the
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
22
Board of Directors authorizing the officers to sign must also be submitted
with the Proposal.
d) Joint Venture or Consortium: All joint ventures or consortia members who
are individuals must sign as indicated under “Sole Proprietorship” above. All
joint ventures or consortia members who are corporations must execute as
indicated under “Corporation” above.
2.9.9 Joint and Several Liability
Where the Proponent is not a sole proprietorship or single-corporate entity any
legal liability of the Proponent arising out of this RFP and the Contract shall be
joint and several.
2.9.10 Amendment of Proposals before Submission Date
Modification or amendment of Proposals may be made at any time before the
deadline for submission of Proposals as set out above providing they are
completed and submitted in the same manner as required for submission of
Proposals. “Modification” or “Amendment” shall be written on the envelope. No
modifications to a Proposal will be accepted after the deadline for submission of
Proposals.
2.9.11 Interlineations, Alteration or Erasure of Proposal
Any interlineations, alteration or erasure in a Proposal must be initialed by the
authorized signatory or signatures and the witness to the Proposal as detailed
above.
2.9.12 Proponent’s Representation
By submitting its Proposal to NIPDEC, each Proponent represents and warrants
to NIPDEC that the information in its Proposal is accurate and complete and by
presenting its Proposal represents that it has read and understands this RFP and
that its Proposal is presented in accordance with it.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
23
2.9.13 Time Periods
Time, if stated as a number of days, will include Saturdays, Sundays and
holidays.
2.9.14 Misleading or False Information
If NIPDEC determines that a proposal contains false or misleading information,
NIPDEC is entitled to reject that Proposal at any time as being invalid.
2.9.15 Proposals to be Property of NIPDEC
All Proposals submitted on time will become the property of NIPDEC and will
not be returned. However, only the design of the successful Proponent will be
used on this project. Designs of unsuccessful Proponents will not be used on this
or any other projects being managed by NIPDEC.
2.9.16 Required Format for Proposals
Proposals must be submitted in the format described below and shall contain all
the information required by this RFP in the order of sequence to facilitate
comparison and evaluation of the Proposals. The required format and sequence is
as follows:
A. Table of Contents listing the individual sections of the Proposal and their
corresponding page numbers.
Section 1 - Cover Letter signed by the Proponent or the Principals of each entity
included in the Proponent’s Team.
Section 2 - Certificates and receipt as applicable:
i) Value Added Tax Clearance Certificate (valid as at the date
of submission);
ii) National Insurance Board Compliance Certificate (valid as at
the date of submission);
iii) Board of Inland Revenue Clearance Certificate (valid as at
the date of submission);
iv) Certification of Incorporation;
v) Copy of NIPDEC’s receipt for this RFP.
Section 3 - Form of Tender at Appendix 1.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
24
Section 4 - Executive Summary being a brief synopsis of the highlights of the
Proposal.
Section 5 - Detailed Technical Proposal containing all the information required
by this RFP (completed Technical Proposal Standard Forms at
Appendix 2) and such other information as the Proponent may deem
pertinent in relation to the Services.
Section 6 - Detailed Financial Proposal containing all the information required
by the RFP (completed Financial Proposal Standard Forms at
Appendix 3).
Section 7 - Appendices (if any).
Each Proposal shall be typewritten, or computer written, using a 12-point font, on
standard 8½” X 11” paper (except for programmes, charts and drawings), in a
binder and accompanied by the cover letter on the Proponent’s letterhead. The
body of the Technical Proposal shall be no more than fifty pages in length,
excluding Proposal forms and exhibits, and shall provide all information
requested herein.
If the Proponent’s Proposal does not comply with these instructions, it may be
rejected without further consideration. These restrictions are intended to provide
uniformity in the Proponents’ response formats.
Proposals shall be well organized in a matter indicated above and written in a
concise, clear, complete and legible manner. All Sections and Sub-Sections shall
be clearly labeled.
3.0 EVALUATION OF PROPOSALS
3.1 Evaluation Committee
The Proposals submitted in response to the RFP will be evaluated by an Evaluation
Committee to be approved by NIPDEC’s Tenders Committee.
3.2 Determination of Responsiveness
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
25
Following the opening of Proposals, NIPDEC shall ascertain whether material errors in
computation have been made in the Proposals, whether the required guarantees and sureties
have been provided, whether the documents have been properly signed, whether the
Proposals are substantially responsive to the RFP documents and whether the Proposals are
otherwise generally in order.
For purpose of this Clause, a substantially responsive Proposal is one which conforms to all
the terms, conditions and specifications of the RFP Documents without material deviation
or reservation.
A material deviation or reservation is one which has the potential to affect in any
substantial way the scope, quality, or performance of the Works, or which limits in any
substantial way, inconsistent with the RFP Documents, NIPDEC's rights or the Proponent's
obligations under the Contract, and the rectification of which deviation or reservation would
affect unfairly the competitive position of other Proponents presenting substantially
responsive Proposals. Issues amongst others to be considered in relation to responsiveness
are seen below.
GROUP A
Failure to submit any of the documents in Group A below shall render the Proposal
non-responsive and in turn shall result in disqualification
# Item Appendix
Technical/
Financial
Proposal
1 Completed Form of Tender 1 Technical
2 Technical Proposal Submission Form 2A Technical
3 Applicant’s Information Sheet 2B Technical
4 Work Experience of the Firm 2C Technical
5 Similar Type of Works 2D Technical
6
General Background and Organization including:
Details of the Proponent’s Design/Supervision consultant team inclusive
of a brief description of the Proponent Firm;
Copies of original documents defining the constitution or legal status,
place of registration, principal place of business of the company and
proof of Joint Venture or Consortium.
2F Technical
7 Technical Approach and Methodology, inclusive of Quality Assurance/Quality
Control (QA/QC) Plan and Detailed Health and Safety Manual. 2G Technical
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
26
GROUP A
Failure to submit any of the documents in Group A below shall render the Proposal
non-responsive and in turn shall result in disqualification
# Item Appendix
Technical/
Financial
Proposal
8
Work Plan, including detailed Gantt chart indicating key tasks, critical path,
linkages, and milestone for planning, design and construction services, and
material procurement in MS Project 2007 or latest edition.
2G Technical
9
Organization and Staffing, both Company and Project Based, inclusive of
manpower loading chart for all aspects of the assignment, stating the roles,
responsibilities, and the level of participation of each key personnel.
2G Technical
10 Updated and Signed CV’s of Key Personnel assigned to the Project; 2H Technical
11 Financial Proposal Submission Form 3A Financial
12 Price Schedule 3B Financial
13 Remuneration and Payment 3C Financial
14
Submission of Proof of Professional Indemnity Insurance Coverage in excess of
Six Million Trinidad and Tobago Dollars (TT$6M) per incident, with the
number of incidents unlimited.
- Financial
15 Proof of a Joint Venture or Consortium. A Letter of Intent to enter into Joint
Venture or Consortium is not acceptable. - Technical
16 Submission of Current Workload; - Technical
17 Detailed listing of all Codes of Practice, Standards and Specifications being
employed for both design and supervising purposes; - Technical
18 Current Work Load - Technical
19 Declaration of Non-Collusion and Non-Conflict of Interest (in accordance with
the requirements of this RFP). - -
20 One (1) original copy and Seven Copies (7) printed copies - one of which must
be an electronic copy of the Proposal. -
Technical and
Financial
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
27
GROUP B
Failure to submit any of the documents in Group B below, within five (5) days from when it is communicated by
NIPDEC, shall render the Proposal non-responsive and in turn shall result in disqualification
# Item Appendix
Technical/
Financial
Proposal
1 Copy of NIPDEC Receipt - -
2 Proponent's References 2E Technical
3 Updated and Signed Credentials of all Sub-consultants and their availability; - Technical
4 Power of Attorney or Signing Authority with Specimen Signature - -
5 Proponents Representative for Request for Proposal - -
6 Reimbursable 3D Financial
7
Submission of at least three referral letters, and shall include the following
information at a minimum:
Complete Name of the referee;
Company Name and Title/Position Held;
Contact number (Tel/Mobile Number, Email Address and Video
Conference contact); and,
Name of relevant project/s.
- Technical
8 Financial Capability of the Proponent 2I Technical
9 Audited Financial Statements for the last 3 years (2010, 2011, & 2012, where
available, or management accounts for 2012, if unavailable).
- Technical
10 Submission of Proponent’s litigation history and description of any Statutory or
Governmental violations;
- -
Proponents are advised to refer to the Responsiveness Checklists above to ensure that
they are substantially responsive.
3.2.1 If a Proposal does not conform to the specification or is not otherwise
substantially responsive, it shall be rejected by NIPDEC, and shall not
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
28
subsequently be made responsive by the Proponent having corrected or
withdrawn the non-conforming deviation or reservation.
In order to facilitate the assessment of the qualification of the Proponent,
each Proponent and each member of a Partnership, Joint Venture or
Consortium wishing to submit a proposal shall fill in the Qualification
Questionnaire Forms included in Section 4.0 - Appendices to RFP –
Specimen Form – Forms 1A to 1D.
Failure to submit with the Proposal the Qualification Questionnaire
completed and duly signed will render the proposal non-responsive.
3.2.2 Proponents determined to be substantially responsive will be checked for
any material error in computation. Arithmetical errors found will be dealt
with as follows:
(a) Where there is a discrepancy between amounts in figures and in
words, the amount in words will govern; and
(b) Significant arithmetical errors or obvious errors in pricing
discovered in the Proponent’s Cost Proposal will be dealt with as
described herein.
i. The Proponent will be informed of the amount and nature of
the errors and asked if he wishes to stand by his Tender or to
withdraw.
ii. If the Proponent elects to stand by his Tender, for the purposes
of administering the contract and for interim payments and the
settlements of accounts, an endorsement, signed by both
parties to the contract, will be added to the contract sum
indicating that all rates or prices (excluding preliminary items,
prime cost and provisional sums) inserted therein by the
Proponent are to be considered as reduced or increased in the
same proportion as the corrected total of priced items exceeds
or falls short of the original total of such items.
iii. Alternatively, by agreement with the Proponent, the total net
error shall be added to or deducted for the total shown against
Preliminaries, so that the contract sum remains the same, and
an endorsement signed by both parties to the contract will be
added to the final accepted cost. If the Proponent does not
accept the corrected amounts, his Tender shall be rejected and
the Tender security forfeited.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
29
iv. Where errors are discovered after acceptance of the Tender,
the errors will be adjusted by either of the foregoing methods
as the Proponent would be deemed to have stood by his
Tender.
v. The Contractor shall not alter or otherwise qualify the text of
the cost breakdown. Any alteration or qualification made
without the written approval of the Employer shall be ignored
and the text of the cost breakdown as printed shall be adhered
to.
vi. Where there is a discrepancy between the cost breakdown and
the total amount derived, the cost breakdown as quoted will
govern, unless in the opinion of the Employer there is an
obviously gross misplacement of the decimal point in the unit
rate, in which event the total amount as quoted will govern
and cost breakdown will be corrected.
3.3 Eligibility
Criteria Title Description/Requirements Result
A Certificates/
Documentation
1. Submission of all documentation required by
this RFP, inter alia:
a. Valid VAT, NIS and BIR Compliance
Certificates (as applicable)
b. Proof of Professional Indemnity
coverage.
c. Completed Form of Tender
d. Certificate of Incorporation
Qualified/
Disqualified
B Conflict of
Interest
1. Must not have a Conflict of Interest in
accordance with the requirements of this
RFP
Qualified/
Disqualified
C Historical
Contract Non –
Performance
1. History of Non-performing contracts
2. Pending Litigation
Qualified/
Disqualified
.
ONLY PROPOSALS PASSING ALL ELIGIBILITY REQUIREMENTS SHALL
PROCEED TO THE EVALUATION STAGE
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
30
3.4 Evaluation Criteria – Technical / Financial
The Evaluation Committee will carry out the evaluation of the Technical and Financial
Proposals, applying the Evaluation criteria and point system specified hereunder.
Technical Proposal:
a) Qualifications and Relevant Experience of Key Professional Staff, Designated
Manpower Resources (CV’s, Professional Qualifications and Affiliations),
Available manpower, Sub Consultants and other resources and present
workload.
30 pts
b) General Background and Organization of Firm, Qualifications and Experience
of Proponent in providing similar Design/Supervision Consultancy.
30 pts
c) Quality of Project Schedule, Method Statement and QA/QC plan including
detailed description of Deliverables.
20 pts
Financial Proposal:
d) Design/Supervising Consultancy Fees 20 pts
Evaluation Process:
Proponents must score at least sixty five percent of the points allocated to each criterion of
the evaluation and must have an overall score of at least seventy-five points to be deemed
compliant.
NIPDEC reserves the right to accept or reject any variation, deviation or alternative offer.
Variations, deviations, alternative offers and other factors which are in excess of the
requirements of the RFP or otherwise result in the accrual of unsolicited benefits to NIPDEC
shall not be taken into account in Proposal evaluation.
3.5 Ranking of Proposals
Upon completion of the evaluation of the Proposals, NIPDEC shall rank Proposals in order of
merit and the highest ranking will be given to the Proposal with the highest score. The
Proponent’s whose Proposal is ranked highest will be the preferred Proponent.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
31
3.6 Award of Contract
The Contract will be awarded following successful negotiations with the preferred Proponent.
If negotiations are not successful, NIPDEC reject the Preferred Proponent’s Proposal and
initiate negotiations with the next-ranked Proponent.
The Design/Supervising Consultant is expected to commence the services immediately upon
signing of a Contract.
A Foreign Design/Supervising Consultant shall be VAT registered within three (3) months of
signing of the Contract.
4.0 USER BRIEF AND CONDITIONS OF CONTRACT
Annex 1 User Brief for the Upgrade of the Arima District Health Facility
Annex 2 General Conditions FIDIC Client/Consultant Model Services Agreement,
Fourth Edition, 2006
Annex 3 Particular Conditions of Contract
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
32
ANNEX 1
USER BRIEF OF UPGRADE OF THE ARIMA DISTRICT
HEALTH FACILITY
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
33
1.0 INTRODUCTION
The Arima District Health Facility (ADHF) is approximately seventeen years old. The facility
has deteriorated over the years to the extent that the services offered by the ADHF are becoming
inadequate to serve the current needs the facility and its occupants. In order to ensure that the
Ministry of Health's mandate to provide excellent health care services to the citizen of Trinidad
and Tobago is met, the Ministry of Health (MoH) had decided to refurbish the Arima District
Health Facility with development of the appropriate infrastructure and services to meet
international standards for Health Care facilities.
This project shall be undertaken in a number of stages:
Stage 1: Condition Assessment
Conduct a condition assessment of the facilities to determine the extent of the upgrade. In
order to ensure that the facility is refurbished to meet current building codes and that
services are adequately upgraded, a full condition assessment shall be conducted prior to
undertaking the design works. Findings of the condition assessment and
recommendations for the way forward on the project shall be submitted to the Client.
Details on the scope of works involved for the Condition assessment can be found in
Appendix 4 - Scope of Services
Stage 2: Request for Proposal
Development of designs, a scope of works and specifications for the Contractor which
will be based on the findings from the condition assessment and discussions held with the
End User and Client to determine their requirements for the facility. These documents
shall form part of the Request for Proposal for a Contractor to execute the works.
Stage 3: Decanting Methodology
Given that the facility needs to maintain operations during construction, it will be
necessary to decant the services provided on a phased basis. The most practical approach
would be to decant on a block-by-block basis. It has been agreed with the Client that a
temporary Service Centre (Block E) would be constructed where the occupants from
Block D will be located for the duration of the refurbishment period. Block D will then
be used as the decanting block for the duration of the project.
The temporary Service Centre (Block E) of modular construction would be built to:
meet the moving needs
be flexible to ensure that all service areas from each of the blocks can be
accommodated
provide service delivery after decanting
The Consultant is therefore required to:
Formulate a decanting methodology. The Decanting Methodology shall form part
of the Request for Proposal for a Contractor to execute the works.
Supervise the Construction of the Temporary Service Centre (Block E).
Manage the execution of the decanting process.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
34
Stage 4: Refurbishment/ Upgrade of the facilities
Manage the execution the decanting processes and Contractor’s scope of works for the
refurbishment/ upgrade of the ADHF.
Provide Details of the Design/Supervision’s services are described in Appendix 4 – Scope of
Services.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
35
2.0 EXISITING SERVICE AREAS:
The following are the existing services areas within the ADHF that are required to be refurbished/upgraded:
BLOCK A
Item Service Area Current Services Current Condition Required Upgrade Updated
A A&E Department Provides 24hrs
Services daily A& E
Resuscitation Room
Staff Lounge
CSSD
Inadequate seating
Poor VAC System,
heated, uncomfortable
work environment
Unsecured windows in
observation area and
Doctor’s Assessment
Rooms
Inadequate shelving
Provisions for a walk-in clinic with
extended hours.
Area should be refurbished for future
use as a General Practice Walk-In
Clinic.
Future digital imaging equipment to
be provided by the Client.
Additional Patient seating required
Installation of for oxygen with central
oxygen store suction outlets
Upgrade of Suction lines
Two Doctor’s Consultation rooms (1
in cast room)
Replacement of shelving in trauma
room
One isolation room.
One Nurse’s change room
One Doctor’s lounge.
One nurse’s lounge
Room for cadavers
Bereavement room
Burglar proofing of windows at the
Doctor Assessment Rooms
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
36
BLOCK A
Item Service Area Current Services Current Condition Required Upgrade Updated
Burglar proofing of patient
observation area
Refurbishment of Registration Area.
B Operating Theatre
and Recovery
Room
Not operational Water damage to walls
and floor.
Inadequate gas supply
Equipment required for
commissioning of OT
Upgrade of the theatre for Same Day
surgery capabilities with sluice room
and scrub area.
Recoating of floor
Installation of medical gas piping.
Change room
Recovery area
Storage area
C Laboratory
Department Laboratory operating
hours : Mon-Sun 8am
to 4pm.
Complete Blood
Count (CBC) Testing
Basic Chemistry
TB Cytology
- No biohazard liquid
waste system at facility Provision of Point of Care Testing.
Installation of a liquid/biohazard
waste system.
Installation of new waste lines drops
for machines
Installation of new Laboratory
countertops and sink areas
Replacement and installation shelving
and cupboard areas
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
37
BLOCK A
Item Service Area Current Services Current Condition Required Upgrade Updated
Installation of gas lines for Bunsen
burners.
D Pharmacy
Department Storage of
Pharmaceuticals and
Chemicals.
Pharmacy Operating
Hours:
Mon, Wed, Fri 8am to
10 pm
Tue, Thur 8am to 8
pm
Sat & Sun 8am to 12
Noon
Inadequate storage
capacity/shelving.
Replacement of shelving and
increased storage capacity with
Mechanical mobile shelving
Replacement/Refurbishment of
Cabinetry
Appropriate storage location of drugs
and pharmaceutical drugs, chemicals,
alcohol based medicines, alcohol etc.
Installation of double lock cabinet
(where appropriate).
Installation of refrigerator/freezer
Flammable Liquid storage area for
storage of alcohols
Storage area for IV Fluids
Storage area for Consumables
Storage area for expired drugs
Upgrade of seating of patient waiting
area.
Replacement/ Refurbishment of
dispensing counter top.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
38
BLOCK A
Item Service Area Current Services Current Condition Required Upgrade Updated
E
Medical Records
Department
Storage of Medical
Records.
Medical Records
Service:
Mon - Fri 8am to 4pm
Inadequate storage
capacity/shelving.
No emergency exit for
filing room
Installation of an Emergency Exit
Increase in size of medical records
storage.
Replacement of shelving and
increased storage capacity with
Mechanical mobile shelving (where
applicable).
Installation of built-in enclosed
shelving area for forms
Restructuring of layout in main office
(inclusive of shifting of information
booth and repositioning of 2nd
iron
gate.)
F Radiology
Department Basic X-Rays
Ultra Sounds
Dressing Room
Inadequate Patient
dressing/ changing
rooms.
Two (2) dedicated dressing rooms for
X-Ray services.
Change room (needed for X-ray
Room 1, 2 and Ultrasound room)
One (1) dedicated dressing room for
ultra sound.
Future plans for Digital imaging
capturing.
Staff Room (next to Radiologists
office)
Construction of Storage Room for
consumable.
Computerized radiography
workstation
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
39
BLOCK A
Item Service Area Current Services Current Condition Required Upgrade Updated
Installation of sink in X-ray room 1
G Administration
Area, Main Administration
Area, Human
Resources,
Pantry/Lunch Room,
IT, Server Room,
Conference Room,
Telephone Operator’s
Booth
Improper layout and
utilization of space.
Expansion of the Server Room for IT
with provision of Desk and Chair for
IT
Upgrade both staircases leading to
Administration Area.
Partitioned office area for Human
Resource Assistant.
Partitioned office area for
Administrative Assistant.
Cubicles for Human Resource Staff/
Desk for privacy screening.
Cubicles for admin staff/staff
screening.
Storage room for Housekeeping
Filing Room for Administration
Sealing of Cluster Leader’s office for
privacy.
Separate partitioned office for Cluster
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
40
BLOCK A
Item Service Area Current Services Current Condition Required Upgrade Updated
Leader’s Secretary
Conference room
H Escorts/ Attendants
and Drivers Support to the
Accident and
Emergency
Room to store and secure Oxygen
Cylinders( 48, 110, 220 lbs)
Raising of roof in Ambulance Bay to
accommodate larger ambulances e.g.
Fire, EHS
Upgrade of Emergency Door to
automatic sliding door.
Trolley and Wheelchair bay area with
easy access in cases of emergencies.
I CSSD Support to the
Accident and
Emergency
Increased space to cater for current
operations
Upgraded and additional shelving and
cupboards
Change room/shower
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
41
BLOCK B - HEALTH CENTRE CLINICS
Item Service Area Current Services Current Condition Required Upgrade Updated
A Chronic Disease Clinic, Lifestyle 5x/ wk Inadequate clinical
space.
Inadequate seating
accommodations
No AC functioning
in Dr’s Room
Layout may have to be reconfigured
to accommodate additional clean and
dirty wound dressing rooms.
Additional seating.
Future plans for Digital imaging
capturing.
One additional consultation room
Phlebotomy room
Larger centralized waiting area
Partitioning of Assessment Rooms
into 4 areas
Pantry area
Larger store room
Installation of wrought iron gates to
corridors leading to Nurses
Assessment Room and Consultation
rooms to minimize unauthorized
entry.
Accommodation for Relocation of
janitors.
Septic dressing room
B Psychiatry Clinic 2 x/ wk (MOH) - Seating for sixty (60) patients
required
- Enclosure of Reception area.
- Three additional rooms needed; one
for MHO, MSW and Doctor
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
42
BLOCK B - HEALTH CENTRE CLINICS
Item Service Area Current Services Current Condition Required Upgrade Updated
- Refurbishment/ Installation of
cupboards
- Exit corridors
C Skin Clinic 2 x/ wk (MOH) General Refurbishment of area required.
D STD Clinic (QPCC) 1 x/ wk General Refurbishment of area required.
E Chest (Asthma) Clinic (MOPC) 1 x/ wk General Refurbishment of area required.
F VCT/HIV Clinic - Mon 8am -
4pm
- Walk in Clinic
- Counseling and
Testing
- Referrals to
treatment sites,
Social Worker
and
Nutritionist
- Adequate seating
- Water damage on
walls in waiting
area, corridors,
toilets and testing
rooms
- Inadequate storage
for patient notes
- Improved storage area for notes
- Storage area for linens, curtains,
stationary, gloves
- Enclosure of Receptionist area with
countertops
H Cafeteria Limited Space - Increased space for operations within
cafeteria with additional shelving
required to stock and display goods.
- Seating area for patrons to sit and
eat.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
43
BLOCK B - HEALTH CENTRE CLINICS
Item Service Area Current Services Current Condition Required Upgrade Updated
- Installation for use of electric stove
- Hot and cold water
I Quality Department Open office space
Lack of patient privacy
No alternative safety exit
- Separation partitions needed for
privacy/confidentiality
- Exit door required
- Viewing window area
J Medical Social Worker Department Limited space - Expansion of the office space
- Installation of appropriate door and
door frame to facilitate wheelchair
bound patients.
- Filing room with filing cabinets,
stationery cabinets and cupboards.
- Two medical social worker
interviewing room (sound proof)
- Managers Office
Play room
- Emergency exit
- Pantry area
K DOTS Unit
(Dots Directly Observed Treatment
Short-Course)
Limited space
Not ideally conducive for
treatment of TB patients
- Separate waiting area
- Clerk area
- Separate entrance and exit from
general areas.
- Storage cupboard for TB medication
- Stationary Cupboard
- Installation of a Picture Archiving
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
44
BLOCK B - HEALTH CENTRE CLINICS
Item Service Area Current Services Current Condition Required Upgrade Updated
Communication (PAC) System
BLOCK C - SPECIALIST CLINIC
Item Service Area Current Services Current Condition Required Upgrade
A Paediatric Clinics 1 x/ wk Inadequate seating
Insufficient space Larger waiting area/additional
seating
Additional consultation room
required
Partitioning of assessment room.
Change room for infants
Staff room
Play room
2 offices for registered nurses
1 store room
1 equipment room
B School Health Waiting area for students and parents
Counseling Room (Sound proof)
Staff office
Store room
Equipment room
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
45
BLOCK C - SPECIALIST CLINIC
Item Service Area Current Services Current Condition Required Upgrade
Filing room
Vision screening room
DHV Office (ability to
accommodate students)
Increase in corridor space
Larger ECG room
C Paediatric Physiotherapy Clinic 2 x/ wk - General upgrade of area
D Antenatal Clinic 5 x/ wk - General upgrade of area
E Maternal & Child Health - 4 Doctor’s Consultation Rooms
required
- Lamaze Room for 10 persons
- 1 Obstetrics Consultant Room
required
- 6 DHV Consultation Room required
- 1 Drug Room with Medication
Refrigerator
- 1 Phlebotomy t Room
- 1 Clinical Instructor’s Office
- 1 Nutrition Consultation Office
- 3 Rooms for Sexual and
Reproductive Health; filing room,
consultation room, nursing
assessment room
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
46
BLOCK C - SPECIALIST CLINIC
Item Service Area Current Services Current Condition Required Upgrade
- 1 Change Room
- 1 Kitchen/ Lunch Room
- 1 Store Room with built-in shelving
- 1 Equipment Room
- Enclosed registration area
- Refurbishment of all toilets
- All rooms to be equipped with sinks
F NCRHA Dental Clinic - General Refurbishment of area
required
- Upgrade of room to facilitate X-rays
- Upgrade of storage area
- Establishment of a sterilization/ store
room
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
47
BLOCK D
Item Service Area Current Services Current Condition Required Upgrade
A UWI Dental Clinic Formerly the Obs &
Gynae Unit which is
now used by UWI
Dental.
- General upgrade of area in keeping
with layout provided for Department
in Block E
B MoH Dental Admin - General upgrade of area in keeping
with layout provided for Department
in Block E
C GP Clinic GP Clinic Hours:
Mon - Fri 8am to
10pm
Sat - Sun 8am to
4 pm
- General upgrade of area in keeping
with layout provided for Department
in Block E
- Sluice and wound dressing room
would be required.
D Isolation Unit Dengue, H1N1
etc.
Not operational
currently being used
by GP Clinic.
- General upgrade of area.
G Stores/ Materials Management
Department
(Relocated to BLOCK E)
Storage of Stock
Items
Inadequate storage
capacity/shelving.
Department to be relocated to Block E.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
48
BLOCK D
Item Service Area Current Services Current Condition Required Upgrade
H Laundry Unit
(Relocated to BLOCK E)
Department to be relocated to Block E.
I Sewing Room
(Relocated to BLOCK E)
Department to be relocated to Block E.
J Engineering Office
(Relocated to BLOCK E)
Department to be relocated to Block E.
K Housekeeping Areas throughout
Facility
- Upgrade of all Janitor Rooms
- Installation of Shelving in Janitor
Rooms
- Installation of Standard sinks for
janitorial rooms
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
49
Car Park, External Lighting and Fencing of Perimeter of Facility
Item Service Area Current Services Current Condition Required Upgrade
A Car Park and Road ways at the
Facility
- Potholes,
uneven surfaces
and poor access
to maneuver
around the
facility
Repaving of entire driving way and car
parks
Construction of a road over drain to back
of facility to enable access around the
entire perimeter
Proper marking/ demarcation on roads/
car parks
B External Lighting - Insufficient
lighting around
perimeter
- Installation of additional external lighting
C Perimeter Fencing - Broken fences.
No fencing in
some areas.
Unsecured
areas.
- Construction of a perimeter wall and
fencing of the entire facility
D Internal and External Walls,
Signage
- Some areas in
need of
repainting
internally and
externally
- Poor signage at
the Facility
- Repainting of internal and external walls
of facility
- Installation of proper signage throughout
Facility
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
50
3.0 GENERAL REQUIREMENTS:
Services Upgrade
Upgrade of all engineering services for each block are required. All medical and non-medical
services for each block area need to be continuously maintained throughout the entire project
Building Organisation
Since the operational nature of the ADHF is to accommodate both visitor/patient access and secured
support spaces, the organization of the building needs to be maintained by zoning of the layout of
the spaces to clearly establish a public-to-private sequence of interior spaces. This zoning will allow
both visitor/patient and secure operations to occur simultaneously and independently of one another.
Roof Upgrade
Replacement of the existing timber roof and upgrade of the Existing Concrete roof with an
appropriate roofing system.
Floor Coverings
Upgrade of floor coverings where necessary.
Recommendation for Finishes:
All floor coverings should be smooth, easily cleansing, and appropriately wear resistant.
There should be coving between the floor and the wall to prevent accumulation of dust and
dirt in corners and crevices.
Must be able to withstand cleaning with a chlorine releasing products up to 10,000 p.p.m
(in the event of a blood and/or body fluid spillage)
Carpets and woods are NOT a suitable floor covering in any clinical and non clinical areas.
Unsealed joints and tiles should be avoided as they may produce a reservoir for infectious
agents.
In all clinical areas and adjoining corridors: coved vinyl flooring should be laid up to the
wall edge or up to the fixtures/ fittings with a good seal.
In non clinical areas e.g. waiting rooms: a suitable flooring which can withstand cleaning
with a chorine product up to 10,000 p.p.m e.g. hard tile surface, flotex, vinyl or rubber is
recommended.
Walls
Painting and/or resurfacing of walls (where necessary). Smooth paint surfaces are easier to clean,
i.e. acrylic emulsion or eggshell finish.
Ceilings
Resurfacing of ceiling where necessary. Ceilings should be easily accessible for cleaning with no
hidden lighting or box work, and preferably with a wipeable smooth surface.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
51
Windows
Securing and Replacement of all window areas where necessary. Windows should offer natural
ventilation. It may be necessary to shield views into the room from outside by appropriate means,
e.g. obscure glass, antibacterial curtains, and venetian blinds (If venetian blinds are to be
considered, they MUST be installed between the 2 glass panes. Vertical blinds are NOT
recommended in clinical areas, and should only be used in office/ administration areas)
Registration Areas
Upgrade of all registration areas. Installation of Plexiglas partitions.
Waiting Areas
Upgrade of all patient waiting areas with the appropriate type and number of seats.
Walkways and Parking
Upgrade of the walkways and parking facilities.
Installation of a covered walkway from Service Centre to the decanting block.
Proposed walkway from the ADHF to the New Arima Hospital.
Security
An upgrade of the security provisions of the ADHF for both visitor and staff access. Work shall
include but are not limited to:
Expansion of the existing Security Room.
Refurbishment and relocation of the main security booth.
Refurbishment of the staff security booth.
The design shall include the development of appropriate architectural adjustments to meet client
requirements, as well as appropriate electronic systems to ensure appropriate, comprehensive
administration and maintenance of the entire security system. Active security design should be
based on the application of familiar and well tested technologies such as keypad, key card access,
proximity, motion and thermal sensors, CCTV monitoring, and biometric controls, as appropriate
for a modern health center of the type and size described herein.
Landscaping
Xeriscaping- Indigenous planting materials that are insect resistant and drought tolerant - should
ideally be used. A lawn should be planted only to the extent necessary to minimize the harshness of
the surrounding Site. The rest of Site should be landscaped to minimize maintenance work. The
general approach should seek to increase occupant health and decrease maintenance and operating
costs while lending to an aesthetically pleasing ambience.
Emergency Power
Based on the condition assessment, upgrade of the emergency generator system as necessary to be
able to serve critical building ventilation systems, emergency lighting, computer sets,
communication systems, the fire detection and alarm systems, security systems and the
surgery/treatment/examination rooms. It should be located in a suitably secured so as to provide
little or no interference or contamination of the environmental observations required to be measured
by the ADHF after handover.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
52
Wastewater Treatment
Based on the condition assessment, a complete sanitary waste and vent system must be provided as
necessary. Sanitary waste should ideally flow by gravity to a wastewater treatment system outside
the buildings. Oil separators should be provided in areas where required to meet the relevant codes.
The effluent wastewater shall meet or exceeds the more stringent of the pollution standards
specified by the Water and Sewerage Authority (WASA) and the Environmental Management
Authority (EMA).
Medical Waste Disposal
Based on the condition assessment, a suitable system for treatment of medical waste from the
building shall be provided as required.
Water Storage
Based on the condition assessment, upgrade of the water storage system with increased capacity, if
required.
Air Conditioning
Based on the condition assessment, installation/ upgrade of an appropriate centralized Air
Conditioning System to meet international codes and standards for Hospital and Health-Care
facilities.
Fire Detection, Alarm and Suppression System
Designs shall include an appropriate Fire Detection, Alarm and Suppression System to meet the
necessary codes and standards for the type activities being undertaken and equipment/consumables
being stored.
I.T. Requirements
Upgrade of the server room. Installation of structured cabling for all client supplied equipment.
Must ensure connectivity into the government backbone.
Client – Supplied Equipment
Infrastructure for all Client-Supplied equipment should be catered for.
Other Services and Performance Requirements Associated with the Project
Design shall include any other services not mentioned but deemed a necessary part of
a Health Care Facility towards ensuring complete functionality.
The Project must be designed to cater for differently-abled persons in the provision
of parking, bathrooms, ramps, and any other relevant function or area.
Inclusion of natural lighting throughout the facility.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
53
4.0 ADDITIONAL SERVICE AREAS:
The following service area is to be established within the ADHF:
Establishment of a Children’s Walk-In Centre with the following services areas:
Ambulance Bay
One (1) Private Consultation Room
Three (3) Doctor’s Consultation Room
Waiting Area
Triage
Gesol
Short Stay Bay
Asthma Room
Procedure Room
Registration Area
Play area
Bathroom with Shower and Family Changing Area
Catchment Population: 1000 patients/ month
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
54
ANNEX 2
GENERAL CONDITIONS – FIDIC CLIENT/CONSULTANT
MODEL SERVICES AGREEMENT FOURTH EDITION
2006
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
55
General Conditions
FIDIC Client/Consultant Model Services Agreement Fourth Edition 2006
1. GENERAL PROVISIONS
1.1. Definitions
1.2. Interpretation
1.3. Communications
1.4. Law and Language
1.5. Change in Legislation
1.6. Projects and Sub-Contracts
1.7. Copyright
1.8. Notices
1.9. Publication
1.10. Corruption and Fraud
2. THE CLIENT
2.1. Information
2.2. Decisions
2.3. Assistance
2.4. Clients Financial Arrangements
2.5. Equipment and Facilities
2.6. Supply of Clients Personnel
2.7. Client’s Representative
2.8. Services of Others
2.9. Payment for Services
3. THE CONSULTANT
3.1. Scope of Services
3.2. Normal, Additional and Exceptional Services
3.3. Duty of Care and Exercise of Authority
3.4. Client’s Property
3.5. Supply of Personnel
3.6. Representatives
3.7. Changes in Personnel
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
56
4. COMMENCEMENT, COMPLETION, VARIATION AND TERMINATION
4.1. Agreement Effective
4.2. Commencement and Completion
4.3. Variations
4.4. Delays
4.5. Changed Circumstances
4.6. Abandonment, Suspension or Termination
4.7. Corruption and Fraud
4.8. Exceptional Services
4.9. Rights and Liabilities of Parties
5. PAYMENT
5.1. Payment to the Consultant
5.2. Time for Payment
5.3. Currencies of Payment
5.4. Third Party Charges on the Consultant
5.5. Disputed Invoices
5.6. Independent Audit
6. LIABILITIES
6.1. Liability and Compensation between the Parties
6.2. Duration of Liability
6.3. Limit of Compensation
6.4. Indemnity
6.5. Exceptions
7. INSURANCE
7.1. Insurance for Liability and Indemnity
7.2. Insurance for Client’s Property
8. DISPUTES AND ARBITRATION
8.1. Amicable Dispute Resolution
8.2. Mediation
8.3. Arbitration
INDEX OF SUB-CLAUSES
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
57
ANNEX 3
PARTICULAR CONDITIONS
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
58
References from Clauses in the General Conditions:
PARTICULAR CONDITIONS
CLAUSE DESCRIPTION DETAILS
1.1 Definitions Change “Consultant” to “Design/Supervising Consultant”
1.1.2
The Project is Engagement of a Design/Supervising Consultant for the
Upgrade of the Arima District Health Facility.
1.1.7 Client National Insurance Property Development Company Limited
1.1.8 Consultant To be inserted by Proponent
1.1.10 Commencement Date
To be inserted by Proponent
1.1.11 Time for Completion 36 months (inclusive of the Defects Liability Period)
1.3 Language of
Communications
English
1.4 Language(s) of the
Agreement
English
Ruling Language English
Governing Laws Laws of Trinidad and Tobago
1.8 Notices
Client’s Address 56-60 St. Vincent Street, Port of Spain, Trinidad, W.I.
Email [email protected]
Telephone number (868) 625 8749 ext.4204
Facsimile number (868) 623 0877
Consultant’s Address To be inserted by Proponent
Email To be inserted by Proponent
Telephone number To be inserted by Proponent
Facsimile number To be inserted by Proponent
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
59
PARTICULAR CONDITIONS
CLAUSE DESCRIPTION DETAILS
2.3 Assistance Add: (g) providing assistance in obtaining whatever
exemptions may be available with respect to tax and income
tax.”
2.4 Clients Financial
Arrangement
Delete Sub-Clause 2.4.
2.5 Equipment and Facilities Delete entire Clause.
3.1 Scope of Services Replace Appendix 1 with Appendix 4.
3.2.1 Normal, Additional and
Exceptional Services
Delete Sub-Clause 3.2.1 and replace with the following:
“Normal Services are those described as such in Appendix 4
(Scope of Services). Additional Services are those which by
written agreement of the parties are otherwise additional to
Normal Services.”
4.4.1 Delays Add: (d) Should the Consultant’s action(s) result in delays
due to increase(s) in scope, cost or duration, the Client’s
approval shall be obtained prior to any such actions. If the
Consultant neglects to obtain prior approval, or if the Client
refuses such approval, the Client shall reserve the right to
Claim for cost(s) incurred due to delays.
4.5.1 Changed Circumstances Delete the letter “I” in the first word to Sub-Clause 4.5.1, the
word therefore becomes “If”
4.6.2 Abandonment, Suspension
or Termination
Change in Sub-Clause 4.6.2 “21 days” to “14 days”.
4.6.3 Abandonment, Suspension
or Termination
Change in Sub-Clause 4.6.3 “14 days” to “28 days”. Change
(a) “28 days” to “56 days”.
5.2.1 Time for Payment Change Sub-Clause 5.2.1 “28 days” to “56 days”.
5.2.2 Agreed Compensation for
Overdue Payment (percent
per day)
Delete sub-clause 5.2.2
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
60
PARTICULAR CONDITIONS
CLAUSE DESCRIPTION DETAILS
6.2 Duration of Liability 5 years
Reckoned from After the date stated in the Taking Over Certificate for the
Works.
6.3.1 Limit of Compensation TT$ 6,000,000.00 per Single occurrence with the number of
occurrences unlimited.
8.2 Mediation
8.2.1 Named Mediator Dispute Resolution Centre of Trinidad and Tobago
8.2.1 Nominating Centre for
Mediation
Dispute Resolution Centre of Trinidad and Tobago
8.3 Arbitration Delete clause 8.3
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
61
5.0 APPENDICES TO REQUEST FOR PROPOSAL – SPECIMEN FORMS
Appendix 1 - Form of Tender
Appendix 2 - Technical Proposal Standard Forms
2A - Technical Proposal Submission Form
2B - Proponent Information Sheet
2C - Work Experience of the Firm
2D - Similar Types of Works
2E - Proponent’s References
2F - General Background and Organization
2G - Methodology and Work Plan
2H - Format of Curriculum Vitae (CV) for Proposed Key Professional
Appendix 3 - Financial Proposal Standard Forms
3A - Financial Proposal Submission Form
3B - Price Schedule
3C - Remuneration and Payment
3D - Reimbursable
Appendix 4 - Scope of Services
These Appendices form part of the Agreement
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
62
APPENDIX 1
FORM OF TENDER
Chairman
Tenders Committee
National Insurance Property
Development Company Limited
56-60 St. Vincent Street
PORT-OF-SPAIN
Dear Sir,
RE: RFP for a Design/Supervising Consultant for the Upgrade of the Arima District Health
Facility
I/We having visited the site and taken note of the services issued in connection with these Works
and having made due allowance for Addenda Nos. ………….. , do hereby offer to furnish all labor,
equipment and materials in providing the proposed Design/Supervising Consultancy Services for
the fee of ………. percent of the Client approved Construction Budget payable in Trinidad and
Tobago Currency or such other sum as may be determinable by the Conditions of Contract VAT
Inclusive.
I/We agree to hand over the work duly completed to your entire satisfaction within ……………....
(inclusive of Sundays and Public Holidays) calculated from the date on which contract is signed.
It is understood that this offer shall remain open for acceptance for a period of One Hundred and
fifty (150) days and that you do not bind yourself to accept any tender nor to be responsible for any
expenses incurred in estimating any tender received.
Signature …………………………………………….………... in the capacity of
………………………………………………………………….... duly authorized
to sign tenders for and on behalf of …………………………………………………..
………………………………………………………………………………………....
(IN BLOCK LETTERS)
Address ………………………………………………………………………………..
Date …………………………………………………………………………………….
Company Stamp………………………………………………………………………….
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
63
APPENDIX 2
TECHNICAL PROPOSAL – STANDARD FORMS
2A Technical Proposal Submission Form
2B Proponent Information Sheet
2C Work Experience of the Firm
2D Similar Types of Works
2E Proponent’s References
2F General Backgrounds and Organization
2G Methodologies and Work Plan
2H Formal of Curriculum Vitae (CV) for Proposed Key Professional Staff
2I Financial Capability of the Proponent
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
64
APPENDIX 2A
TECHNICAL PROPOSAL SUBMISSION FORM
Date:
Chairman
Tenders Committee
National Insurance Property
Development Company Limited
#56-60 St. Vincent Street
PORT-OF-SPAIN
Dear Sir:
We, the undersigned, offer to provide the RFP for a Design/Supervising Consultancy Services for
the Upgrade of the Arima District Health Facility in accordance with your Request for Proposals
dated _____________2013.
We hereby submit our Proposal, comprising a Technical Proposal and a Financial Proposal sealed under a
single envelope.
If negotiations are held during the period of validity of the Proposal, we undertake to negotiate on the basis of
the proposed key professional personnel we have named. Our Proposal is binding upon us and subject to the
modifications resulting from contract negotiations.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
______________________________ ____________________________
Authorized Signature Title of Signatory:
______________________________
NAME IN BLOCK LETTERS
Name of Proponent: ____________________________________________
(BLOCK LETTERS)
Address of Proponent: ____________________________________________
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
65
APPENDIX 2B
APPLICANT INFORMATION SHEET
(To be filled out and returned in the Proposal)
Date: _____________________
Page _______ of _______ pages
Proponent’s Legal Name:
Sole Proprietorship Partnership Corporation Joint Venture or Consortium
Year of constitution:
Legal address in country of constitution:
Authorized representative information:
Name:
Address:
Telephone/Fax numbers:
E-mail Address:
Attached are copies of original documents of:
1. Articles of Incorporation or Documents of Constitution of legal entity named above,
2. Letter of authorization to represent the legal entity named above.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
66
APPENDIX 2C
WORK EXPERIENCE OF THE FIRM
(To be filled out and returned in the Proposal)
Name of Proponent: ____________________________ Date: _____________________
Page _______ of _______ pages
Starting
Month /
Year
Ending
Month /
Year
Years Contract Identification
Role of Applicant
______
______
Contract name:
Brief Description of the Works performed by the Applicant:
Name of Contracting Entity:
Address:
______________
______
______
Contract name:
Brief Description of the Works performed by the Applicant:
Name of Contracting Entity:
Address:
______________
______
______
Contract name:
Brief Description of the Works performed by the Applicant:
Name of Contracting Entity:
Address:
______________
______
______
Contract name:
Brief Description of the Works performed by the Applicant:
Name of Contracting Entity:
Address:
______________
______
______
Contract name:
Brief Description of the Works performed by the Applicant:
Name of Contracting Entity:
Address:
______________
______
______
Contract name:
Brief Description of the Works performed by the Applicant:
Name of Contracting Entity:
Address:
______________
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
67
APPENDIX 2D
SIMILAR TYPE OF WORKS
(To be filled out and returned in the Proposal)
Name of Proponent: _______________________ Date: _____________________
Page _______ of _______ pages
Project Name:
____ of ___ required
Information
Description of the similarity in accordance with
the Scope of Services
1.
2.
3.
4.
5.
6.
Project Name:
____ of ___ required
Information
Contract Identification
Award date
Completion date
____________________________________________
____________________________________________
Role in Contract Consultant Management
Consultant
Sub-consultant
Total contract amount ____________________________ TT$__________
If party in a JVCA or sub-consultant,
specify participation of total contract
amount
____________%
_____________
TT$__________
Consulting Entity’s Name:
Address:
Telephone/fax number:
E-mail:
____________________________________________
____________________________________________
____________________________________________
____________________________________________
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
68
APPENDIX 2E
PROPONENT’S REFERENCES
(To be filled out and returned in the Proposal)
Relevant Services Carried Out in the Last Five Years
Using the format below, provide information on each referenced assignment for which your firm/entity,
either individually as a corporate entity or as one of the major companies within an association was legally
contracted.
Assignment Name: Country:
Location within Country
Professional Staff Provided by your
Firm/entity (profiles)
Name of Client: No. of Staff:
Address:
No. of Staff-Months; duration of
assignments:
Start Date (Month/Year): Completion Date
(Month/Year):
Approx. value of services (in Current
US$ and TT$):
Name of Associated Firm, if any: No. of Months of Professional Staff
Provided by Associated Firms:
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions
performed:
Narrative Description of Project::
Description of Actual Services Provided by you Staff:
Proponent’s Name _____________________________________
(BLOCK LETTERS)
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
69
APPENDIX 2F
GENERAL BACKGROUND AND ORGANIZATION
(To be filled out and returned in the Proposal)
Name of Proponent: _______________________ Date: _____________________
Page _______ of _______ pages
Non-Performing Contracts
Contract non-performance did not occur during the past five (5) years
Pending Litigation
No pending litigation
Pending litigation.
Year Outcome as
percent of
total assets
Contract Identification
Total Contract
Amount
(current value,
TT$ equivalent)
______
______
Contract Identification:
Name of Contracting Entity:
Address of Contracting Entity:
Matter in dispute:
___________
______
______
Contract Identification:
Name of Contracting Entity:
Address of Contracting Entity:
Matter in dispute:
___________
______
______
Contract Identification:
Name of Contracting Entity:
Address of Contracting Entity:
Matter in dispute:
___________
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
70
APPENDIX 2G
METHODOLOGY AND WORK PLAN
(To be filled out and returned in the Proposal)
[Technical approach, methodology and work plan are key components of the Technical Proposal. It is
recommended that you present your Technical Proposal divided into the following three chapters:
a) Technical Approach and Methodology
b) Work Plan
c) Organisation and Staffing
a) Technical Approach and Methodology. In this chapter you should explain your understanding of the
objectives of the assignment, approach to the services, methodology for carrying out the activities and
obtaining the expected output, and the degree of detail of such output. You should highlight the problems
being addressed and their importance, and explain the technical approach you would adopt to address them.
You should also explain the methodologies you propose to adopt and highlight the compatibility of those
methodologies with the proposed approach. You should also detail in this chapter your QA/QC plan and
safety plan to be implement for this project.
b) Work Plan. In this chapter you should propose the main activities of the assignment, their content and
duration, phasing and interrelations, milestones and delivery dates of the reports. The proposed work plan
should be consistent with the technical approach and methodology, showing understanding of the RFP
Requirements and ability to translate them into a feasible working plan. A list of documents, including
reports, drawings, and tables to be delivered as outputs, should be included here. Work programmes shall be
in MS Project 2007 or latest, and shall show linkages, critical path/s, milestones, and should be read in
conjunction with the Technical Approach and Methodology.
c) Organization and Staffing. In this chapter you should propose a manpower loading chart for all aspects
of the assignment, and its respective man-hour allocation for the project. In addition, you should indicate
who will be the Proponent’s full time on-site key personnel for this project and its intended role for the
project.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
71
APPENDIX 2H
FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED KEY PROFESSIONAL STAFF
(To be filled out and returned in the Proposal)
Page 1 of 2
Name of Proponent: _______________________________________________________
Name of Staff: ___________________________________________________________
Profession: ______________________________________________________________
Date of Birth: ____________________________________________________________
Years with Firm/entity: _______________________ National: _____________________
Membership in Professional Societies: ________________________________________
________________________________________________________________________
Detailed Task Assigned: ___________________________________________________
________________________________________________________________________
Key Qualifications:
[Give an outline of staff member’s experience and training most pertinent to tasks on assignment. Describe
degree of responsibility held by staff member on relevant previous assignments and give dates and location.
Use about half a page.]
Education:
[Summarize college/university and other specialized education of staff member, giving names of school,
dates attended and degrees obtained. Use about half a page.]
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
72
Appendix 2H Continued
Format of Curriculum Vitae (CV) for Proposed Key Professional Staff
(To be filled out and returned in the Proposal)
Page 2 of 2
Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions held by
staff member since graduation, giving dates, names of employing organizations, titles of position held,
and locations of assignments. For experience in the last ten years, also give types of activities
performed and client references, where appropriate. Use about three-quarters of a page.]
Languages:
[For each language indicate proficiency: excellent, good, fair, or poor; in speaking, reading, and
writing]
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data
correctly describe me, my qualifications, and my experience.
_________________________________________________Date:________________
[Signature of staff member and authorized representative of the Firm]
Full Name of staff member:_______________________________________________
Full Name of authorized representative: ___________________________________
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
73
APPENDIX 2I
FINANCIAL CAPABILITY OF THE PROPONENT
(To be filled out and returned in the Proposal)
Name of Proponent: _________________________________________ Date: _______________
Page _______ of _______ pages
To be completed by the Applicant
Financial information
in TT$
Historic information for previous ______ (__) years
(TT$ in 000s)
Year 1 Year 2 Year 3 Year ... Year n Avg. Avg.
Ratio
Information from Balance Sheet
Total Liabilities (TL)
Total Assets (TA)
Net Worth (NW)
Current Assets (CA)
Current Liabilities
(CL)
Information from Income Statement
Total Revenue (TR)
Profits Before Taxes
(PBT)
Attached are copies of financial statements (balance sheets, including all related notes, and income
statements) for the years required above complying with the following conditions:
1. Must reflect the financial situation of the Applicant or, and not sister or parent companies;
2. Historic financial statements must be audited by a certified accountant;
3. Historic financial statements must be complete, including all notes to the financial
statements;
4. Historic financial statements must correspond to accounting periods already completed and
audited (no statements for partial periods shall be requested or accepted).
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
74
APPENDIX 3
FINANCIAL PROPOSAL – STANDARD FORMS
3A FINANCIAL PROPOSAL SUBMISSION FORM
3B PRICE SCHEDULE
I: REMUNERATION FOR KEY PROFESSIONAL STAFF
II: REMUNERATION FOR OTHER SUPPORT PROFESSIONAL STAFF
III: OTHER REIMBURSABLE INCIDENTAL EXPENSE
IV: GRAND TOTAL
3C REMUNERATION AND PAYMENT
3D REIMBURSABLES
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
75
APPENDIX 3A
FINANCIAL PROPOSAL SUBMISSION FORM
(To be filled out and returned in the Proposal)
Date:
Chairman
Tenders Committee
National Insurance Property
Development Company Limited
#56-60 St. Vincent Street
PORT-OF-SPAIN
Dear Sir:
We, the undersigned, offer to provide the Design/Supervising Consultancy Services for the Upgrade
of the Arima District Health Facility in accordance with your Request for Proposal dated __________,
2013. Our attached Price Proposal is for the fee of ................... percent of the Client Approved Construction
Budget VAT Exclusive (where applicable).
The breakdown of the aforementioned percentage is as follows:
Supervision Cost by activity detailed in the Technical Proposal in the Milestone Format.
Our Price Proposal shall be binding upon us subject to the modifications resulting from Contract
negotiations, up to expiration of the validity period of the Proposal.
Commissions and gratuities paid or to be paid by us to agents relating to this Proposal and Contract
execution, if we are awarded the Contract, are listed below.
Name and Address Amount and Purpose of Commission
of Agents Currency or Gratuity
____________________
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name and Address of Firm:
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
76
APPENDIX 3B
PRICE SCHEDULE
I: REMUNERATION FOR KEY PROFESSIONAL STAFF
Experts Name and
Position
No. of
Persons
Required
Unit Rate in
TT$
Man months to be
considered for
Evaluation
Total
Key Personnel
II: REMUNERATION FOR OTHER SUPPORT PROFESSIONAL STAFF
Experts Name and
Position
No. of
Persons
Required
Unit Rate in
TT$
Man months to be
considered for
Evaluation
Total
Support Staff
III: OTHER REIMBURSABLE INCIDENTAL EXPENSE
Item Unit Quantity Unit Rate in TT$ Amount
IV: GRAND TOTAL
Sr. No. Particulars Amount in TT$ Amount in Words
A Remuneration for key professional
staff
B Remuneration for other support staff
C Other reimbursable incidental
expenses
GRAND TOTAL
Note:
1. The unit rate in TT$ quoted by the Firm shall be inclusive of all taxes, duties, etc. excluding service tax. The
service tax with surcharge shall be reimbursable on actual basis.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
77
APPENDIX 3C
REMUNERATION & PAYMENT
The Proponent shall complete the Form of Tender which will clearly identify an overall fee of %
of the Client Approved Construction Budget.
Payments will be made on the basis of achievement of milestones throughout the Project. The table below
summarizes the percentage payment at the different stages. The percentages outlined below will be applied to
the overall Bid Amount Percentage as offered by the Proponent.
All payments shall be subjected to 10% Retention with a Limit of Retention of 5% of the Contract Sum.
NIPDEC reserves the right to amend the percentages above during negotiations with the
successful Proponent.
Completion of Stage Percentage payment
Pre-Construction Phase (Stage # 1) 30%
Construction Phase (Stage # 2) 60%
Post-Construction (Stage # 3) 10%
Total 100%
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
78
APPENDIX 3D
REIMBURSABLES
Item #
Description of Item
Unit
Quantity
Rate TT$
Cost TT$
TOTAL
Company Stamp and Seal…………………………………
Principal’s Signature Date
Name: _______________________________________
Title: _______________________________________
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
79
APPENDIX 4
SCOPE OD SERVICES
4A DETAILED SCOPE OF SERVICES
4B RESPONSIBILITY MATRIX
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
80
APPENDIX 4A
DETAILED SCOPE OF SERVICES
FOR THE
DESIGN/SUPERVISING CONSULTANCY SERVICES FOR THE
UPGRADE OF THE ARIMA DISTRICT HEALTH FACILITY
DESCRIPTION
The Services to be performed by the Design/Supervising Consultant shall include all Design and
Supervision Services for Pre-Construction, Construction and Post-Construction as indicated below. The
Design/Supervising Consultant will be required to provide administration and management of works
performed by the Contractor. The Design/Supervising Consultant will have responsibility for all matters
directly relating to design elements of this Project as well as have responsibility for all other supervision
consultancy matters relating to the Project.
The Design/Supervising Consultant will also be required to work with a Project Team lead by NIPDEC
towards the successful completion of the project on schedule, at or below budgeted costs, meeting or
exceeding standards stipulated in this RFP and the Contract, and in adherence with standards required by
statutory authorities.
The Design/Supervising Consultant will oversee the delivery of the Project and will perform the duties of
a FIDIC “Engineer” as defined by FIDIC Conditions of Contract for Construction for Building and
Engineering Works Designed by the Employer (1999 Red Book) as these may be attributable to, specified
and/ or implied by the contract(s) and in accordance with the laws, technical standards and construction
norms and rules, including but not limited to the activities described in this Scope of Services.
The Design/Supervising Consultant for this said Project will perform the design/supervision consultancy
services as per the FIDIC Conditions of Contract for Construction for Building and Engineering Works
Designed by the Employer (1999 Red Book) and shall be engaged under the FIDIC Client/Consultant
Model Services Agreement (2006 White Book).
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
81
Project Administration and Communication Tools
The Design/Supervising Consultant becomes the administrator of the Contract, hence stands as the
conduit of information between NIPDEC and the Contractor.
The Design/Supervising Consultant’s Project Management and Communication Tools during construction
are to maintain control and timely completion of the project.
The Design/Supervising Consultant shall:
i) Establish an internet based file transfer protocol system (FTP site) or similar, reporting
procedures and conduits, and data storage facilities, to manage the overall Project Team’s
administration, communication and productivity.
ii) Oversee the internet based file transfer protocol system (FTP site) or similar, its
implementation and maintenance to enhance the overall Project Team’s administration,
communication and productivity.
iii) Establish templates for all documentation and reports required on the project.
iv) Organize, prepare agenda, and coordinate all meetings, including site meetings, progress
meetings with other stakeholders etc; meet with the contractors to clarify issues, track
progress, provide feedback and instructions to the contractors and other stakeholders. Site and
progress review meetings to be done on the first day of the first (1st) and third (3
rd) week of
every month or as requested by NIPDEC.
v) Maintain a Daily Project Diary, to record all events pertaining to the Contract, request from
and orders given to the Contractor, any other information which may at a later date be of
assistance in resolving queries which may arise concerning execution of the works.
(a) Review Schedule on a weekly basis
(b) Have weekly Coordination of Vendors
(c) Maintain Fortnightly Budget Updates
(d) Maintain and manage Master Schedule
This management tool reviews overall work completed periodically with the Contractor, developing
Corrective Action Plans and Monitoring Procedures as required, to be submitted to NIPDEC for review
and comments.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
82
General Responsibilities
The Design/Supervising Consultant shall:
1) Conduct a condition assessment of the facility and existing designs. Provide a condition
assessment report and recommended design changes due to Architectural, Civil, Structural,
Mechanical, Electrical and/or other statutory, Client or NIPDEC requested changes.
2) Preparation of all technical documentation in accordance with the End User’s requirements.
3) Ensure that all applications are made and obtain all necessary statutory authority/agency
approvals and permits.
4) Provide value engineering, analyses of alternate construction methods and materials for
potential quality, cost and schedule enhancements and communicate findings with NIPDEC.
Ensure that all designs comply with all relevant local and international building codes, rules
and regulations.
5) Manage all relevant technical issues, notices, and requests raised by the Contractor as
appropriate.
6) Where any contractor deviates from the designs and specifications as per the contract(s) or are
behind schedule or in any way violates the terms and conditions of such contract (s), the
Design/Supervising Consultant will be required to identify such shortcomings immediately
and inform the respective contractor (s) of such deviations/ violations in a timely manner by
meeting with and writing to the Contractor and requesting that such deviations/ violations be
corrected within reasonable time frame to be agreed with NIPDEC.
7) Ensure that the construction methods proposed by the Contractor for carrying out the works
are in accordance with the Contract and specifications and are satisfactorily implemented in
accordance with prevailing standards and best practice, and request/ approve improvements
from the Contractor where necessary.
8) Inspect all materials to ensure that they are consistent with the technical specifications and are
suitable for construction.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
83
9) Formulate and manage snag listing of defective items of works and corrections as required and
communicate findings and corrective measures with NIPDEC.
10) Confirm satisfaction with the construction works, all required documentation, statutory
approvals and all other deliverables as per Contract for facilitating NIPDEC’s submission of a
Certificate of “Practical Completion” to the Contractor on the completion of construction
works.
11) Adhere to the Codes of Conduct and Codes of Ethics of all relevant professional associations
such as, but not limited to, APETT, TTIA, BOETT, ISTT.
12) Ensure that high quality construction is achieved and to ensure that all works are carried out in
full compliance with the engineering design, technical specifications and other contract
documents within the stipulated time period.
13) Properly supervise the works and approve the materials and workmanship of the works in
cooperation and in consultation with the Contractor and NIPDEC to ensure timely completion
of the project.
14) Maintain records of all plan labor and material used in the construction of the works.
15) Inspect the works, during the construction period and at proper intervals during the Defects
Liability Period and to issue Defects Liability Certificates after the rectification, by the
Contractor, of possible defects and assist NIPDEC in issuance of final payment certificates.
16) The Design/Supervising Consultant will inform the Contractor of any instance of faulty or
unsatisfactory work and require same to be corrected within a specified time and inform
NIPDEC promptly if the Contractor fails to comply.
Further, the principal responsibilities will include, but not limited to the following items below, and shall
not be taken to replace or modify, but should be read in conjunction with, the General Conditions of the
FIDIC Conditions of Contract for Construction for Building and Engineering Works Designed by the
Employer (1999 Red Book), and as per the Responsibility Matrix shown in Appendix 4B, as enhancing
and clarifying the role and responsibilities of the Design/Supervising Consultant as relevant to this
Project:
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
84
PHASE TITLE OF SCOPE
OF SERVICES DETAILS OF SCOPE OF SERVICES
PAYMENT
(%)
Pre-
Construction
Phase
Conduct Condition
Assessment
Conduct a condition assessment of the facilities and its
existing design to determine the extent of the upgrade.
Provide value engineering, analyses and materials for
potential quality, cost and schedule enhancements.
A report must be submitted within 30 days of
commencement of the assessment.
Pre-
Construction
Phase
Preparation of
User’s Brief
inclusive of
Designs, Drawing
and all Technical
Documents
The Design/Supervising Consultant shall:
i) Attend all stakeholder meetings and collate all
information as relevant to complete the Final
User’s Brief Document for the Contractor.
ii) Prepare and submit User Brief based on
intermediate User Brief provided within this RFP
and the findings of the Condition assessment
iii) Prepare a full set of drawings inclusive of
Conceptual, Preliminary and Final Design
Drawings
Designs must comply with all relevant local and
international building codes, rules and regulations.
iv) Prepare and submit:
calculations
schedules
diagrams
charts
medical equipment listing
technical specifications
methodologies and
any other technical documents in
reference to the Final User
Requirements.
Submit these documents within four (4) months upon
commencement of stakeholder meetings.
Pre-
Construction
Development of
Medical and Non-
The Design/Supervising Consultant shall develop the
Medical and Non-Medical Equipment Listing and
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
85
PHASE TITLE OF SCOPE
OF SERVICES DETAILS OF SCOPE OF SERVICES
PAYMENT
(%)
Phase
Medical Equipment
listing and
specifications
Specifications required for the facility. This shall form
part of the Request for Proposal document.
Pre-
Construction
Phase
Pre-
Construction
Phase
Construction
Supervision
Manual
Construction
Supervision
Manual
The Design/Supervising Consultant shall prepare, for
NIPDEC’s approval, a Construction Supervision Manual
outlining routines and procedures to be applied in contract
management, construction supervision and administration.
This manual shall form part of the Request for Proposal
document.
Pre-
Construction
Phase
Preparation of
Tender package
and review of
tender submitted
The Design/Supervising Consultant shall:
Participate and provide inputs in the preparation of Tender
and Contract Documents. Such inputs include, but are not
limited to user’s brief, full set of final designs and
drawings, technical specifications, calculations, schedules,
diagrams, charts, medical equipment listing, technical
specifications, methodologies particular conditions of
contract, appendix to tender, milestone cost breakdown,
charts, and analyses of soil investigation reports and
cadastral and topographical surveys, and construction
supervision manual.
i) Participate in the preparation of Final Cost Estimates.
ii) Nominate a technical representative to form part of
the Evaluation Team.
iii) Attend Site Visits and Pre-Submission Briefings as
required.
iv) Provide technical or other inputs in responding to
queries from the Proponents.
v) Perform technical evaluation of Proposals submitted
and report to Tender Evaluation Committee.
vi) Check the thoroughness and accuracy of the milestone
cost breakdown submitted by the Proponents. Check
reasonable and adequacy of price proposed by
Proponents.
vii) Participate in shortlisted Proponents’ presentations.
Provide any other technical inputs required during
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
86
PHASE TITLE OF SCOPE
OF SERVICES DETAILS OF SCOPE OF SERVICES
PAYMENT
(%)
tendering stage.
Pre-
Construction
Phase
Project/Programme
Schedule Control
The Design/Supervising Consultant shall develop the
preliminary schedule for the project inclusive of pre-
construction, construction and post construction activities,
and shall highlight all critical activities and milestones.
Construction
Phase
Project Document
Control
The Design/Supervising Consultant shall:
i) Establish infrastructure, procedures, conduits, and
data storage facilities for the proper management and
control of project documents. The Consultant will
oversee the system’s implementation and maintenance
to enhance the overall Project Team’s administration,
communication and productivity.
ii) Review and approve as appropriate the Contractor’s
Work Programme including activity scheduling and
resource programming.
iii) Provide and submit the following:
Construction Supervision Manual
Project Cost model and reports
Project Accounting / Financial Reporting
iv) Manage project records – Establish and maintain a
system to compile all correspondence, submittals,
RFI’s etc.
Maintain all Project Logs and records
Prepare and file various project reports.
Construction
Phase
Budget and
Schedule Control
The Design/Supervising Consultant shall:
i) The Consultant shall employ standard Project
Management tools to maintain control of the budget
and timely completion of the project. The documents
for the budget and schedule control shall be always
available at monthly progress meetings, and if
requested by NIPDEC.
ii) In general, the Consultant shall provide justification
to NIPDEC for actual or expected increase in costs.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
87
PHASE TITLE OF SCOPE
OF SERVICES DETAILS OF SCOPE OF SERVICES
PAYMENT
(%)
Construction
Phase
Budget and
Schedule Control
The Consultant shall at all times, apply proven
methods of cost control at all stages of the project.
The Cost Control system shall be capable of
adjustment to reflect up-to-date cost information by
means of continuous accounting. The system should
be capable of providing to NIPDEC an up-dated and
detailed comparison between the budget and actual
expenditures to date, committed to date and forecast.
iii) A Cost/Budget report shall be issued as part of the
consultant’s monthly progress report to NIPDEC
summarizing the current financial status of the
Project. It includes the approved estimate and notes
all variances from the estimate and changes initiated
by NIPDEC/the Client. Changes to the control
estimate are divided into three categories:
“Approved” (i.e., a change estimate has been
executed and approved by the NIPDEC/Client);
“Pending” (i.e., a change estimate has been
submitted and awaits approval by the
NIPDEC/Client),
“Approximate” (i.e., an approximate estimate has
been developed and submitted to the NIPDEC as
an early warning system for information and
review).
Also to be shown is an overall project cost, with savings
and/or overruns shown on a trade basis. This is to be
combined with the status of billings to complete the
financial status of the project.
Construction
Phase
Plant, Labour, and
Equipment
Monitor
The Design/Supervising Consultant shall:
i) Monitor the Contractor’s labour reports by reviewing
detailed expenditure of labour, comparing the
estimated costs against the actual costs both for the
period and accumulated to date. Projections of costs
to complete, savings and/or overruns are to be
continuously monitored. The documentation for this
report shall be included in the monthly progress
reports to NIPDEC.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
88
PHASE TITLE OF SCOPE
OF SERVICES DETAILS OF SCOPE OF SERVICES
PAYMENT
(%)
ii) Maintain records of all plant, Labour, and Material
used in the construction of the works.
Construction
Phase
Permits and
Certificates
The Design/Supervising Consultant shall:
i) Review the Contractor’s permit responsibilities, to
confirm ongoing conformance with the requirements
established during the pre-construction stage.
ii) Obtain statutory authority/agency approvals and
permits.
iii) Address issues and make decisions on certificates and
orders as specified in details in the Contract
Documents, subject to the approval of NIPDEC.
Construction
Phase
Use of and Access
to the Construction
Site
The Design/Supervising Consultant shall monitor the
Contractor’s warehousing, storage, access, inventory
control systems, and clean-up to prevent losses or damage
on site.
Construction
Phase
Contractor’s
Submittal
The Design/Supervising Consultant shall review and
recommend for NIPDEC’s approval the following
Contractor’s submittal:
Insurance Certificates;
Construction Staging Area/ Traffic Plan;
Construction/Temporary Facilities proposal/s;
Equipment and Plant Plan;
Three weeks look ahead schedule;
Sub Contractor Listing;
Shop Drawings and Material Submittals
Any other document as required by the Contract.
Construction
Phase
Shop Drawings and
Sample Control
The Design/Supervising Consultant shall:
i) Review and approve shop drawings and sample
submitted by the Contractor upon receipt.
ii) Maintain approved samples with labels and date
approved.
Construction
Phase
Request for
Information/
Clarification/
The Design/Supervising Consultant shall:
i) Review and resolved all Request for Information /
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
89
PHASE TITLE OF SCOPE
OF SERVICES DETAILS OF SCOPE OF SERVICES
PAYMENT
(%)
Instructions Clarification / Instructions submitted by the
Contractor within a time frame to be agreed by
NIPDEC.
ii) Furnish copies to NIPDEC of all Requests for
Information / Clarification / Instructions.
Construction
Phase
Site Staff
The Design/Supervising Consultant shall:
i) Maintain a competent supervisory staff at the job site
to monitor the progress of the Contractors.
a) On Site Staff (full-time staff)
Due to the scale and variety of the project, the
Consulting Team staff should include, at the
least, the following full-time on-site personnel
exclusively assigned to this site:
One (x1) Construction Supervisor, with a
minimum of ten (10) years of Healthcare
Construction Experience (“HCE”),
inclusive of design experience;
One (x1) Site Control Officer, with a
minimum of five (5) years HCE,
One (x1) Administrative Assistant
The above staff shall be direct employees of
the Principle Consultant and shall not be sub-
consultants.
b) Other Staff (to be available at all times to
support the On-Site Staff)
The Consultant is to maintain a full cadre of
design experts inclusive of, but not limited to:
Architects, Structural and Civil Engineers,
Services Engineers and FIDIC Specialists
all with at least ten (10) years HCE;
Procurement Specialists, Medical
Equipment Specialists, Interior Designers
all with at least five (5) years HCE; and
Health and Safety Officer, Quantity
Surveyors, Draughtsman, Supervisory,
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
90
PHASE TITLE OF SCOPE
OF SERVICES DETAILS OF SCOPE OF SERVICES
PAYMENT
(%)
Administrative and Management Staff.
Construction
Phase
Site Inspections The Design/Supervising Consultant shall conduct regular
site inspections and approve works or provide instructions
to correct deficiencies as required.
Construction
Phase
Procurement
The Design/Supervising Consultant shall review the
Contractor’s procurement activities as defined in the
Procurement Plan established during the pre-construction
phase, in addition to monitoring the Contractor’s progress
relative to the Master Schedule.
Construction
Phase
Change Orders and
Addenda
The Design/Supervising Consultant shall:
i) Manage the process of Change Orders by
implementing the procedures developed during the
pre-construction phase, or thereafter, as approved by
NIPDEC.
ii) Prepare detailed recommendations to NIPDEC for
contract change orders and addenda, as necessary, to
ensure the best possible technical results are achieved
with the available funds.
Construction
Phase
Quality Assurance
and Quality
Control (QA/QC)
The Design/Supervising Consultant shall:
i) Ensure that the Contractors prepare QA/QC Plans, to
the satisfaction of NIPDEC.
ii) Oversee implementation of the QA/QC Plans,
focusing on construction scope and constructability
issues as well as timely submittal/approval issues,
which might impact material deliveries and project
scheduling requirements.
iii) For the duration of all construction activities, and in
addition to providing daily guidance and mentoring,
the Design/Supervising Consultant will conduct
quarterly meetings and inspection sessions to review
the implementation of Quality Control mechanisms;
provide support in realignment, updating and
reviewing of Quality Control guidelines; and present a
report to NIPDEC at the end of each quarter on
findings and recommendations.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
91
PHASE TITLE OF SCOPE
OF SERVICES DETAILS OF SCOPE OF SERVICES
PAYMENT
(%)
Construction
Phase
iv) Participate in quality testing and review and comment
on all test results as required, including but not
limited to soils, compaction, concrete, fabrication
certificates etc. This also includes a detailed
statement of required testing equipment and
technicians. Ensure that tests are carried out by
qualified inspectors and technicians, appointed by the
Contractor.
v) Monitor the Contractor’s Quality Control Programme
and shall inclusive of a review of the construction
documents, shop drawings and specifications.
Ensure a system of Quality Assurance of works,
approve materials and sources of materials, review all
mix designs proposed by the Contractor and
approve/suggest modifications in the mix design,
laying methods, sampling and testing procedure and
Quality Control measures to ensure required standard
and consistency in quality, at the commencement of
item
vi) Participate in quality testing and review and comment
on all test results as required. This also includes a
detailed statement of required testing equipment and
technicians. Ensure that tests are carried out by
qualified inspectors and technicians, approved by
NIPDEC.
vii) Check the laboratory and field tests carried out by the
Contractor and develop a mechanism in consultation
with NIPDEC, to carry out adequate number of
independent tests other than the regular testing done
by laboratory personnel.
viii) Order special tests of materials and/or completed
works, order removal and substitution of improper
materials and/or works as required, with NIPDEC’s
approval.
ix) Monitor and check the day to day quality control and
quantity measurements of the works carried out under
the Contract, keep all measurement records as per the
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
92
PHASE TITLE OF SCOPE
OF SERVICES DETAILS OF SCOPE OF SERVICES
PAYMENT
(%)
Construction
Phase
Quality Assurance
and Quality
Control (QA/QC)
directions of NIPDEC.
x) Monitor and check the overall FF&E installation
supplied and performed by the Contractor and check
its conformance against Contractor’s contractual
obligations.
Construction
Phase
Construction
Phase
Health, Safety and
Environment
Health, Safety and
Environment
The Design/Supervising Consultant shall:
i) Direct the Contractor in all matters concerning
construction safety and care of the works (including
the erection of the temporary signs at road works) and
if required, to request the Contractor to provide any
necessary lights, guards, fencing and watchmen;
ii) Direct the Contractor to carry out all such works or to
do such things as may be necessary in his opinion to
avoid or to reduce the risk in any emergency affecting
the safety of life or of adjoining property;
iii) Direct the contractor to take all necessary steps
including those mentioned in the construction contract
to protect the environment on and off the site which
arise due to construction operations;
iv) Monitor the Contractor’s performance with regard to
the Environmental Impact Plan.
v) Monitor the Safety Plan developed during the pre-
construction phase by the Contractor.
vi) Report all discovered departures from established
procedures to the Contractor and develop and
implement the proper corrective actions. Whenever it
has been discovered that there exist a departure from
the established procedures, the Supervising
Consultant shall report the issue to NIPDEC and work
with the responsible team members to develop and
implement the proper corrective actions
Construction
Phase
Disputes and
Claims
The Design/Supervising Consultant shall:
i) Inform NIPDEC on the Contractor's claims for
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
93
PHASE TITLE OF SCOPE
OF SERVICES DETAILS OF SCOPE OF SERVICES
PAYMENT
(%)
additional monies or for extensions of time.
Before NIPDEC decides whether the Contractor may be
entitled to additional money or an extension of time,
NIPDEC is expressly required to consult with the
Design/Supervising Consultant and the Contractor:
ii) Inform NIPDEC of any disputes.
iii) Exercise impartial discretion having regard to all
circumstances when giving a decision, opinion or
consent, expressing his satisfaction or approval, and
determining value to NIPDEC.
The Design/Supervising Consultant has no authority to
instruct NIPDEC as to the position to adopt.
Construction
Phase
General
The Design/Supervising Consultant shall:
i) Respond to all relevant technical issues, notices, and
requests raised by the Contractor as appropriate.
ii) Participate in snag listing of defective items of works
and corrections as required.
iii) Participate in testing and commissioning of all plant
and equipment required by the Contract.
iv) Review and advise on the training programmes
submitted by the Contractor, and participate in each
training programme to be conducted by the Contractor.
v) Confirm satisfaction with the construction works, all
required documentation, statutory approvals and all
other deliverables as per Contract for facilitating
NIPDEC’s submission of a Certificate of “Practical
Completion” to the Contractor on the completion of
construction works.
vi) Adhere to the Codes of Conduct and Codes of Ethics of
all relevant professional associations such as, but not
limited to, APETT, TTIA, BOETT, ISTT.
Construction
Phase
Shop Fabrication
The Design/Supervising Consultant shall inspect materials
and fabricated items at the shops or plants of the
manufacturer and again on the site to assure that all
material adheres to standards before installation.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
94
PHASE TITLE OF SCOPE
OF SERVICES DETAILS OF SCOPE OF SERVICES
PAYMENT
(%)
Construction
Phase
Samples
The Design/Supervising Consultant shall:
i) Confirm that the Contractor prepares sample
installations to performance standards, which are kept
intact for final acceptance of the work.
Any work falling below the standards or not in accordance
with the Contract or Contract Documents, of the approved
sample shall be rejected.
Construction
Phase
Reporting
Requirements
The Design/Supervising Consultant shall submit the
following Reports to NIPDEC:
i) Inception/Commencement Report
An Inception/Commencement Report shall be
formulated by the Design/Supervising Consultant in
conjunction with the Contractor and submitted within
thirty (30) days of commencement of services
including any information which may impact on the
successful completion of the Project.
ii) Fortnightly Progress Report
A Fortnightly Progress Report shall be formulated by
the Design/Supervising Consultant in conjunction with
the Contractor to be submitted on the first day of the
first (1st) and third (3
rd) week of every month.
The Fortnightly Progress Report shall cover the
following:
a) Verify contents of the Contractor’s Fortnightly
Report to Contract requirements
b) Verify accuracy of the Contractor’s Fortnightly
Report to actual site conditions
c) Details of all delays, if any, reasons for such delay
(s) and the recommendations for corrective
measures
d) Details of all meetings, decisions taken therein,
mobilization of resources (Consultant’s and the
Contractor’s), physical and financial progress
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
95
PHASE TITLE OF SCOPE
OF SERVICES DETAILS OF SCOPE OF SERVICES
PAYMENT
(%)
Construction
Phase
Reporting
Requirements
e) Other issues as may be necessary to provide
additional information to NIPDEC with respect to
the successful completion of the Project
iii) Taking Over Report
A detailed Taking Over Report is to be submitted to
NIPDEC prior to the issuance of the Taking Over
Certificate. The Design/Supervising Consultant will
inform NIPDEC of the status of defects if any in
relation to the Contractor’s Scope of Services.
This Detailed Taking Over Report shall address the
performance of the Project in relation to Time, Cost,
Quality, Scope, Risk and Health, Safety and the
Environment
iv) Detailed Contract Completion/Final Report
A detailed Contract Completion/Final Report is to be
submitted to NIPDEC after the issuance of the final
Certificate of Completion. The Design/Supervising
Consultant will prepare a comprehensive Final Report
of the supervision performed, as built construction
drawings, problems encountered and solutions
undertaken thereon and recommendations for future
projects of similar nature to be undertaken by the
Employer.
This Detailed Contract Completion/Final Report shall
pay particular attention to the following:
a) Time
- Details of extension of time granted to the
Contractor by NIPDEC
b) Cost
c) Quality
-Details of Quality Assurance System
-Quality observed at site
d) Scope
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
96
PHASE TITLE OF SCOPE
OF SERVICES DETAILS OF SCOPE OF SERVICES
PAYMENT
(%)
Construction
Phase
Reporting
Requirements
- Details of variation orders issued
- Details of claims
e) Risk
-Details of Personnel including substitutions
made during each of the projects
f) Health, Safety and the Environment
-Special preventative measures for maintenance
g) Recommendations for improved execution of a
similar Project in the future.
Construction
Phase
Equipment Testing
The Design/Supervising Consultant shall:
i) Liaise with the Contractor to coordinate and manage
equipment testing, commissioning and turnover.
ii) Direct the training and orientation of MOH’s
personnel or its authorized representative in the
operation and maintenance of the Arima District
Health Facility.
iii) Assist in evaluating systems performance in the
critical break-in periods
Construction
Phase
Training The consulting firm shall include provisions for on-the-job
training of counterpart technical and professional staff of
the Employer, Client and/ or End User who might be made
available during the project.
Construction
Phase
Permanent
Equipment
Installation and
Maintenance Plan,
Commissioning and
Start-Up- Plan
The Design/Supervising Consultant shall assist NIPDEC in
assessment of the Equipment Installation and
Maintenance Plan from the Contractor to achieve
conformity to the requirements established in the Contract
and acceptance by NIPDEC.
Construction
Phase
Invoices
The Design/Supervising Consultant will be required to
verify all invoices or payment requests from the Contractor
to ensure that they are accurate and tenable under the
Contract, and submit to NIPDEC with payment certificate
or return to the Contractor with advice for revision and
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
97
PHASE TITLE OF SCOPE
OF SERVICES DETAILS OF SCOPE OF SERVICES
PAYMENT
(%)
resubmission as necessary.
Construction
Phase
Project Close Out
The Design/Supervising Consultant shall:
Liaise with NIPDEC and the Contractor to ensure orderly
project closeout and transition from construction to actual
use.
Post-
Construction
Phase
General
The Design/Supervising Consultant shall:
i) Review, approve and certify all “As Built” drawings,
manuals, warranties, technical literature, keys, spares
and other related taking over items in accordance with
the Contract.
ii) Review and recommend the Facility Management
Plans obtained from the Contractor.
iii) Ensure that all construction issues are fully resolved
and that all hand over packages are obtained from the
Contractor prior to NIPDEC’s issuance of “Taking
Over Certificate.”
iv) Ensure that all construction issues are fully resolved
and that all hand over packages is obtained from the
Contractor prior to NIPDEC’s Issuance of “Taking
over Certificate”.
v) Confirm satisfaction with the remedial works for
facilitating NIPDEC’s issuance of a “Performance
Certificate” to the Contractor.
vi) Conduct inspections with NIPDEC and the
Contractor of the completed Projects, and participate
in the compilation of punch lists and follow-up with
the Contractor to expedite the completion of punch-
list items, and monitor performance under the Project
guarantees.
vii) Review the construction and work to expedite final
payment and close out. This includes providing a final
reconciliation of project costs and coordinating as-
built records as well as operation and maintenance
manuals.
viii) Assist and advise NIPDEC for advance actions
required to be taken for handing over of site and in
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
98
PHASE TITLE OF SCOPE
OF SERVICES DETAILS OF SCOPE OF SERVICES
PAYMENT
(%)
achieving different milestones for completion of
projects as per schedule.
ix) Prepare the Project Completion Report (50% retention
to be released), upon Confirmation of satisfaction
with the remedial works for facilitating NIPDEC’s
issuance of a “Performance Certificate” to the
Contractor (release of final 50% retention).
Any other related responsibilities which may become necessary to successfully execute the Contract.
Notes:
1. The successful Proponent must report at the frequency required by NIPDEC. Progress reporting
must be undertaken at all stages of the project and the contents of the report will be pre-agreed by
NIPDEC and the successful Proponent.
2. Provide all tools, equipment, materials, software, supplemental design codes and standards,
manpower etc. for the works described herein.
3. The successful Proponent must ensure satisfaction of all that is required, the full extent of the
project, the project aims and objectives inclusive of the purpose of the facility whilst undertaking
all aspects of the Scope of Services.
Ensure that all Drawings, layouts, details, sketches, profiles, etc. are prepared and submitted in AutoCAD 2007
format or latest edition, while all work programmes and/or Gantt Charts must be in Microsoft Project 2007 or
latest edition.
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
99
Appendix 4B
Responsibility Matrix
Legend
P=Perform (Direct responsibility for execution of the Work)
S=Support (Assist in the execution of the Work)
R=Review & Recommend (Reviewing the Work Product and recommend)
A=Approve (Approving the Work Product)
K=Keep Informed (Given for General Information Purposes)
G=Be Guided (Guided by)
Activity Design/
Supervising
Consultant
Client/
NIPDEC Contractor
1. PRE CONSTRUCTION PHASE
1.1 Conduct Condition Assessment R, P S, A
1.2 Preparation of User’s Brief inclusive of
all Technical Documents R, P S, A
1.3
Detailed Design Drawings,
Specifications and Technical
Documents
R, P S, A
1.4 Development of Medical Equipment
listing and specifications R, P S, A
1.5 Permits and Certificates R, P S, A, G
S (where
applicable
during
construction)
1.6 Request for Proposal S P
1.7 Technical Evaluation of Proposals P, R P, A, G S (for
Presentation)
2. CONSTRUCTION PHASE
2.1 Project Administrative Manual P R
2.2 Master Schedule R, A R, A P
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
100
Activity Design/
Supervising
Consultant
Client/
NIPDEC Contractor
2.3 Master Schedule Update R K P
2.4 Project Cost Model & Reports P A S
2.5 Project Accounting / Financial Reporting P, R R, A S
2.6 Inception/Commence Report P A S
2.7 Project Procurement Activities R, S A P
2.8 Submit Progress Payment Requests R A P
2.9 Issue Progress Payment to Contractor R P
2.10 Payments to Consultants P
2.11 Payments of Third Party Specialists/
Suppliers/ Works Contractors R P
2.12 Fortnightly Project Management Reports P R S
2.13 Construction Supervision Manual P R
2.14 Construction Supervision R,P S,P P
2.15 Insurance Certificates R A P
2.16 Mobilization P
2.17 Temporary Facilities R R P
2.18 Construction Staging Area/ Traffic Plan R R, A P
2.19 Equipment and Plant Plan R R P
2.20 Construction Schedule / Three Weeks Look
Ahead Schedule R R, A P
2.21 Subcontract Listing R R, A P
2.22 Shop Drawings/ Material Submittals R R P
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
101
Activity Design/
Supervising
Consultant
Client/
NIPDEC Contractor
2.23 Maintain Shop Drawing & Sample Control R R P
2.24 Construction/ Temporary Facilities R, A A, G P
2.25 Construction R R P
2.26 Conduct Job Coordination Meetings S K P
2.27 Interpret Plans & Specifications R S P
2.28 Request for Information / Clarification /
Instructions R G P
2.29 Administer QA/QC Procedure P S,K P
2.30 Administer Security Programme R K P
2.31 Administer Safety Programme R S,K P
2.32 Oversee Safety Programme S,R A P
2.33 Inspect and Monitor Subcontractors P S P
2.34 Scope or Program Change Quotation
Requests/ Change Orders R P,A P
2.35 Administer Change Order Programme
(Scope/ Program) R P,S
2.36
Site/ Unforeseen Condition Site Unforeseen
Condition Change Quotation Requests/
Change Orders
R A P
2.37 FF&E Installation Administration R,A S P
3. PROJECT CLOSE OUT & POST
CONSTRUCTION PHASE
3.1 As Built Drawings R S,K P
3.2 Prepare Snag/ Deficiency List P S,K P
National Insurance Property Development Company Ltd.
REQUEST FOR PROPOSALS (RFP)
Design/Supervising Consultancy Services for the
Upgrade of the Arima District Health Facility
______________________________________________________________________________
102
Activity Design/
Supervising
Consultant
Client/
NIPDEC Contractor
3.3 Conduct Final Inspections P,A S S
3.4 Practical Completion Certificate P A P
3.5 O&M Manuals R,A S P
3.6 Train Client Personnel R,A S P
3.7 Testing and Inspection Administration R,A S P
3.8 Completion Certificates P S,A
3.9 Close out Documentation R,A S,A P
3.10 Final Cost Report P S,R S
3.11 Testing & Commissioning (Start-up) S,R S P
3.12 Warranty Review A S,K P
3.13 Submission of Facility Management Plan R A P
3.14 Final Statement R A P
3.15 Taking Over Report P A S
3.16 Holdback Disbursements R P
3.17 Detailed Contract Completion/Final Reports P A