Integrated Project 2024 - RFP
Integrated Project 2024 - RFP
A.O. ADADE-BOATENG
S. AKUNYUMU
CTM DEPARTMENT, KNUST
Dear Sir/Madam,
1. The CTM Department of KNUST intends to apply part of its Budgetary Allocation towards the cost of
constructing 3-Bedroom Residential Facility to support the Department’s programs.
2. The CTM Department now invites proposals to provide the following consulting services: Pre-Contract and
Post –Contract Consulting services. More details on the services are provided in the attached Terms of Reference.
GROUPS 1 - 20
4. A Consultant will be selected under The Quality and Cost- Based Selection (QCBS) procedures described
in this RFP.
(b) whether you will submit a proposal alone or in association with other consultants.
Yours sincerely,
………………………………………………
Prof. Theophilus Adjei-Kumi
(Head)
SECTION 2 - INTRODUCTION
1.1 The Employer named in the Data Sheet will select a Consultant
among those listed in the letter of invitation, in accordance with the
method of selections specified in the in the Data Sheet and detailed in
the edition of the Guidelines indicated in the Data Sheet.
1.5 The Employer will provide the inputs specified in the Data Sheet,
assist the Consultant in obtaining licenses and permit needed to carry
out the services, and make available relevant project data and reports.
1.6 Please note that (i) the costs of preparing the proposal and of
negotiating the contract, including a visit to the Employer, are not
reimbursable as a direct cost of the assignment; and (ii) the Employer is
not bound to accept any of the proposals
that may place them in a position of not being able to carry out the
assignment in the best interest of the Employer.
1.7.2 as pointed out in para. 1.7.1 (a) above, Consultants may be hired
for downstream work, when continuity is essential, in which case this
possibility shall be indicated in the Data Sheet and the factors used for
the selection of the Consultant should take the likelihood of continuation
into account. It will be the exclusive decision of the Employer whether
or not to have the downstream assignment carried out, and if it is carried
out, will hire for the purpose.
a. defines, for the purposes of this provision, the terms set forth below
as follows:
d. Will have the right to require that, in contracts financed from the
public funds of Ghana, a provision be included requiring consultants to
permit the Public Procurement Board to inspect their accounts and
records relation to the performance of the contract and to have them
audited by auditors appointed by the Public Procurement Board.
2. Clarification and
Amendment of RFP Documents
2.1 Consultants may request a clarification of any of the RFP documents
up to the number of days indicated in the Data Sheet before the proposal
submission date. Any request for clarification must be sent in writing by
mail, cable, telex, facsimile, or electronic mail to the Employer will
respond by cable, telex, facsimile, or electronic mail to such requests
and will send written copies of the response (including an explanation
of the query but without identifying the source of inquiry) to all invited
Consultants who intend to submit proposals.
2.2 At any time before the submission of proposals, the Employer may,
for any reason, whether at its own initiative or in response to a
clarification requested by an invited Consultant, amend the RFP. Any
amendment shall be issued in writing through addenda. Addenda shall
be sent by mail, cable, telex, facsimile, or electronic mail to all invited
Consultants and will be binding on them. The Employer may at its
discretion extend the deadline for the submission of proposals.
3. Preparation of Proposal
Technical Proposal
3.1 Consultants are requested to submit a proposal (para. 1.2) written in
the language(s) specified in the Data Sheet.
i. If a Consultant considers that it does not have all the expertise for by
associating with individual Consultant(s) and/or other Consultants or
entities in a joint venture or sub-consultancy, as appropriate.
Consultants may associate with the other Consultants invited for this
assignment only with approval of the Employer as indicated as indicated
in the Data Sheet. Consultants must obtain the approval of the employer
to enter into a joint venture with Consultants not invited for this
assignment. Foreign Consultants are encouraged to seek the
participation of local Consultants by entering into a joint venture with,
or subcontracting part of the assignment to, national Consultants.
iii. It is desirable that the majority of the key professional staff proposed
be permanent employees of the Consultant or has an extended and stable
working relationship with it.
iii. A description of the methodology and work plan for performing the
assignment (Section 3D).
iv. The list of the propose staff team by specialty, the tasks that would
be assigned to each staff team member, and their timing (Section 3E)
v. CVs. Recently signed by the proposed professional staff and the
authorized representative submitting the proposal (Section 3f). key
information should include number of years spent working for the
Consultant and degree of responsibility held in various assignments
during the last ten (10) years.
vi. Estimates of the total staff input (professional and support staff;
time) needed to carry out the assignment, supported by bar chart
diagrams showing the time propose for each professional staff team
member (Section 3E and 3G)
3.8. The Consultants may not use more than three foreign currencies the
employer may require Consultants to state the portion of their price
representing local cost in the national currency if so indicated in the
Data Sheet.
3.10. The Data Sheet indicates how long the proposals must remain
valid after the submission date. During this period, the Consultant is
expected to keep available the professional staff proposed for the
assignment or a replacement of such staff subject to clause 6.4. The
Employer will make its best effort to complete negotiations within this
period. If the Employer wishes to extend the validity period of the
proposals, the Consultants who do not agree have the right not to extend
the validity of their proposals.
4.3 for each proposal, the Consultants shall prepare the number of copies
indicated in the Data Sheet. Each Technical Proposal and Financial
Proposal shall be marked “ORIGINAL” OR “COPY” as appropriate.
If there are any discrepancies between the original and the copies of the
proposal, the original governs.
4.4 The original and all copies of the Technical Proposal shall be placed
in a sealed envelope clearly marked “Technical Proposal”, and the
original and all copies of the Financial Proposal in a sealed envelope
5. Proposal Evaluation
General
5.1 From the time the bids are opened to the time the contract is
awarded, if any Consultant wishes to contact the Employer on any
matter related to its proposal, it should so in writing at the address
indicated in the Data Sheet. Any effort by the consultant to influence the
Employer in the Proposal evaluation, proposal comparison or contract
award decisions may result in the rejection of the Consultant’s proposal.
in the Data Sheet. The official selling rates used, provided by the source
indicated in the Data Sheet, will be those in effect on the date indicated
in the Data Sheet. The evaluation shall excluded those taxes, duties,
fees, levies, and other charges imposed under the applicable law; and to
be applied to foreign and non-permanent resident Consultants (and to
be paid under the contract, unless the Consultants is exempted), and
estimated as per para. 3.7
5.8 In case of QCBS, the lowest Financial Proposal (fm) will be given
a financial score (sf) of the other Financial Proposals will be computed
as indicated in the Data Sheet. Proposals will be ranked according to
their combined technical (st) and financial (sf) scores using the weights
(t = the weight given to the Technical Proposal; p= the weight given to
the Financial Proposal; T+P=1) indicated in the Data Sheet:
S=St*T%+Sf*P%. The Consultant achieving the highest combined
technical and financial score will be invited for negotiations.
5.9 In the case of Fixed-Budget Selection, the Employer will select the
Consultant that submitted the highest ranked Technical Proposal within
the budget (“evaluated” price). Proposals that exceed the indicated
budget will be rejected. In the case of the least-cost selection, the
employer will select the lowest proposal (“evaluated price”) among
those that passed the minimum technical score. In both cases the
selected consultant is invited for negotiations.
6. Negotiations
6.1 Negotiations will be held at the address indicated in the Data Sheet.
The aim is to reach an agreement on all points and sign a contract.
6.3 The financial negotiations will include a clarification (if any) of the
Consultant’s tax liability in Ghana, and the manner in which it will be
reflected in the contract; and will reflect the agreed technical
modification in the cost of the services. Unless there are exceptional
reasons, the financial negotiations will involve neither the remuneration
rate for staff (no breakdown of fees) nor other proposed unit rates in the
cases of QCBS, Fixed-Budget Selection, and the least cost selection
methods. For other methods, the employer will provide consultants with
the information on remuneration rates described in the Appendix to this
information.
6.4 Having selected the consultant on the basis of, among other things,
an evaluation of proposed key professional staff and the employer
expects to negotiate a contract on the basis of the experts named in the
proposal. Before contract negotiations, the employer will require
assurances that the experts will be actually available. The employer will
not consider replacement during contract negotiations unless both
parties agree that undue delay in the selection process makes such
replacement unavoidable or that such changes are critical to meet the
objectives of the assignment. If this is not the case and if it is established
that key staff were offered in the proposal without confirming their
availability, the consultant may be disqualified.
6.5 The negotiations will conclude with a review of the draft form of the
contract. To complete negotiations the employer and the consultant will
initial the agreed contract. If negotiations fail, the employer will invite
the consultant whose proposal received the second highest score to
negotiate a contract.
7. Award of
Contract
7.1 The contact will be awarded following negotiations. After
negotiations are completed, the employer will promptly notify other
consultants on the shortlist that they were unsuccessful and return the
unopened financial proposals of those consultants who did not pass the
technical evaluation (para 5.3).
8. Confidentiality
8.1 Information relating to evaluation of proposals and
recommendations concerning awards shall not be disclosed to the
consultants who submitted the proposals or to other persons not
officially concerned with the process, until the winning consultant has
been notified that it has been awarded the contract.
INFORMATION TO CONSULTANTS
DATA SHEET
Clause
Reference
The method of selection is: QUALITY AND COST – BASED SELECTION (QCBS)
The Applicable Law is: PUBLIC PROCUREMENT ACT 2003, (ACT 663) AS
AMENDED WITH (ACT 914)
1.5 The Employer will provide the following inputs: Refer to the Terms of Reference,
Section 5
1.6 The Employer envisages the need for continuity for downstream work: No
1.11 The clauses on fraud and corruption in the Contract are: 1.8 (a) (i) (ii) of RFP
2.1 Clarifications may be requested Fourteen (14) working days before the submission date.
3.2 (i) Shortlisted Consultant/entity may associate with other shortlisted Consultant: No
(ii) The estimated number of professional staff-months required for the assignment is:
The Assignment is estimated to last for about 6-Calendar Months.
However, the actual staff months are to be determined by the firm in its
Proposals.
(iii) The minimum required experience of proposed professional staff is: Refer to
Clause 5.2 (iii) and the Terms of Reference
(iv) Reports that are part of the assignment must be written in the following
language(s): English
3.6 Proposals must remain valid 120 days after the submission date.
4.1 Consultants must submit an original and One (1) additional copy of each proposal
Information on the outer envelope should also include : Address of the sender and title of
the consultancy
4.3 Proposals must be submitted no later than the following date and time:
16TH FEBRUARY 2024; 16:00 HRS GMT
5.2 The number of points to be given under each of the evaluation criteria are:
Points
(ii) Adequacy of the proposed work plan and methodology in responding to the Terms of
Reference [35]
Methodology - 15
Understanding the Objectives of the Assignment
Approach to task in RfP
Work Plan - 15
Adequacy of work plan
Organization of Staff - 5
Adequacy of staff mix and schedule
(iii) Qualifications and competence of the key staff for the Assignment [50]
The Consulting Team should be made up of Architect, Quantity Surveyors,
Civil/Structural Engineer, Mechanical Engineer, Electrical Engineer and Geodetic
Engineer
- Architect: (20%)
Minimum 1st Degree & or Post Graduate Diploma in Architecture – 5 years
relevant experience.
Membership of Professional body
5.4 The weights given to the Technical (T) and Financial (P) Proposals are: 0.8:0.2
6.1 The address for negotiations is: CTM DEPARTMENT CONFERENCE ROOM,
KNUST – KUMASI
7.1 The assignment is expected to commence by May 1, 2024
3C. Comments and Suggestions of Consultants on the Terms of Reference and on Data, Services, and
Facilities to be provided by the Employer
3D. Description of the Methodology and Work Plan for Performing the Assignment
[Location, Date]
Dear Ladies/Gentlemen,
Title: ………………………………………………………………………………………………
We, the undersigned, offer to provide the consulting services for ………………………………...
……………………………………………………………… [Title of consulting services] in accordance
with your Request for Proposal dated [Date] and our Proposal. We are hereby submitting our Proposal,
which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope.
If negotiations are held during the period of validity of the Proposal, i.e., before [Date] we undertake to
negotiate on the basis of the proposed staff. 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 Faithfully,
Authorized Signature:
Name and Title of Signatory:
Name of Consultant:
Address:
Using the format below, provide information on each assignment for which your Consultancy, either
individually as a corporate entity or as one of the major companies within an association, was legally
contracted.
Start Date Completion Date Approx. Value of Services (in current US$ Or
(Month/Year): (Month/Year): GH¢):
Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions
Performed:
1.
2.
3.
4.
5.
1.
2.
3.
4.
5.
1. Technical/Managerial Staff
2. Support Staff
Profession: ____________________________________________________________________
_____________________________________________________________________________
______________________________________________________________________________
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 assignment and give dates
and locations. Use about half a page]
__________________________________________________________________________
Education:
[Summarize University/university and other specialized education of staff member, giving names of
schools, dates attended, and degree obtained. Use about one quarter of a page.]
_____________________________________________________________________________
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 positions held, and locations
of assignments. For experience in last ten years, also give types of activities performed and Employer references,
where appropriate. Use about two pages.]
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.
Subtotal (1)
Subtotal (2)
Subtotal (3)
Subtotal (3)
Title: __________________________
Address: _______________________
Activity (work) 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th
________________
________________
________________
________________
________________
Reports Date
1. Inception Report
4. Final Report
[Location, Date]
Dear ladies/Gentlemen,
Title: _________________________________________________________________________
We, the undersigned, offer to provide the consulting services for [Title of consulting services] in
accordance with your Request for Proposal dated [Date] and our Proposal (Technical and Financial
Proposals). Our attached Financial Proposal is for the sum of [Amount in words and Figures]. This
amount is exclusive of the local taxes, which we have estimated at [Amount(s) in words and figures].
Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract
negotiations, up to expiration of the validity period of the Proposal, i.e., [Date].
Commissions and gratuities, if any, 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:
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours Faithfully,
Authorized Signature:
Name and Title of Signatory
Name of Consultancy:
Address:
Subtotal
Local Taxes
Remuneration
Reimbursable
Miscellaneous Expenses
Subtotal ____________________________
Regular Staff
Local Staff
Consultants
2. Trip
Miscellaneous travel expenses
3. Day
Subsistence Allowance
4.
Local Transportation Costs
5.
Office rent/accommodation/
Clerical assistance
_________________________
4. Software
_____________________
Grand Total
1.0 BACKGROUND
The CTM Department of KNUST intends to apply part of its Budgetary Allocation from the Ghana
Education Trust Fund for Consultancy Services for the Construction of some infrastructural development
projects. An approval has been given by the GETFund to procure a Quality Assurance Consultant to
manage the projects.
The CTM DEPARTMENT, KNUST now invites proposals from shortlisted Consultancy firms for the
above assignments.
2.0 OBJECTIVES
a. Provide, manage and supervise the procurement and supervision of the works/projects to be
undertaken in the University named in Section 3.3 of this document.
b. Ensure quality of works, materials and value for money invested is assured at all times throughout
the project period.
c. Ensure the works and reports are delivered in timely manner throughout the project period.
The scope of services of the consulting firm shall include but not limited to the following:
3.1 PRE-CONTRACT
i. Study the supplied set of drawings and other pre-contract project documentation.
ii. Visit the proposed sites in the Greater Accra Region to appreciate the location and nature of the
site and its environments.
iii. Carry out detailed site investigation including geotechnical studies at the locations.
iv. Review the supplied drawings (if any) and other pre-contract project documentation, informed by
the results of the site investigations and Geotechnical reports
v. Prepare and agree with the University the Detailed Designs and documentations such as detailed
cost plan, estimates and project plans;
vi. Prepare tender documents which shall be based on the provisions of the Public Procurement Law
(Act 914 as amended) and its accompanying Standard Tender Documents, (STD). the Tender
Document shall include but not limited to Bills of Quantities, Tender Drawings, Condition of
Contract, special Conditions of contract, specification, Tender Data information, forms of
securities/ guaranteed and any other documents to facilitate the tendering process
vii. Carry out evaluation of tenders in consultation with the University and recommendations for
contract offer.
viii. Prepare contract Documentation after acceptance of offer for contracting
3.2 POST-CONTRACT
i. Be responsible for the regular supervision of the construction of the construction works during the
construction and maintenance periods of the contract which will include but not limited to:
• site introduction
• orientation and setting out the structure
• day-to-day supervision
• general contract administration
• review of contractors programme of works
• commissioning and testing of materials
• installations and equipment
• preparation of as built drawings
ii. Monitor, analyze and give necessary advice for project costs control during the pre-contract,
construction and maintenance periods.
iii. Perform any other duties assigned by the Employer or related to the assignment that will ensure
good planning, smooth implementation and completion of the works within agreed duration and
of the quality required for the achievement of overall objectives of the projects.
The University intends to procure a Consultant for the Design and Construction of 2Nr. 4-Bedroom
Residential Facilities
4.0 DURATION
The selected consultant shall be expected to commence work not later than two (2) weeks after the
issuance of letter of commissioning.
The consulting service period is estimated to last Seventeen (17) months (i.e. from commencement of
review of the existing documentations to end of defects liability (maintenance) period considering the
project with the longest duration. However the contract can be extended depending on the prevailing
conditions at the time and also to include other salient works necessary for the University.
Quantity Surveyor
Must have a minimum first degree in Building Technology or Quantity Surveying and must be a
member of the Ghana Institution of Surveyors. Must have at least five (5) years post qualification
experience in Cost Management, Contract Administration and Quantity Surveying duties on
Projects of similar nature, complexity and scope.
Land Surveyor
Must have a minimum first degree in Geodetic/Geomatic Engineering or a related field and must
be a registered member with the Ghana Institute of Surveyors in good standing. Must have at least
Five (5) years post qualification experience in topographical surveying of similar nature,
complexity and scope.
The Consultant shall be expected to produce reports and the identified outputs in the forms and at the
times indicated, and shall in all matters requiring consultations, report to the Head, CTM Department,
KNUST or his designated representative.
Milestone/Reports
The following milestone and regular reports would be submitted in three (3) hard copies and one (1)
soft copy each,
1. An inception Report which shall be submitted within three (3) weeks after commencement of
assignment
2. Monthly report consisting progress report, financial report, challenges and recommendations.
3. Final Project completion Report which shall outline, in detail, the final accounts of the project, any
operations manuals for the installations, as-built drawings of the whole structure especially the
building service. The report shall be issued not less than two (2) months after expiry of the
maintenance period and shall be accompanied by the certificate of making good all defects and the
final Project completion certificate.