REOI ToR Design Supervision Port Health Facilities Wash Stations FINAL
REOI ToR Design Supervision Port Health Facilities Wash Stations FINAL
The Government of St. Vincent and the Grenadines (GOSVG) has received financing from the
Caribbean Development Bank (CDB) towards the cost of the Improving Response and Resilience
of the Health Sector to COVID-19 Project and intends to apply a portion of the proceeds to eligible
payments under these contracts. Payment by CDB will be made only at the request of the (GOSVG
and upon approval by CDB, and will be subject, in all respects, to the terms and conditions of the
Loan Agreements. The Loan Agreement prohibits a withdrawal from the Loan Account for the
purpose of any payment to persons or entities, or for any import of goods, if such payment or
import, to the knowledge of CDB, is prohibited by a decision of the United Nations Security
Council taken under Chapter VII of the Charter of the United Nations. No party other than GOSVG
shall derive any rights from the Loan Agreement or have any claim to the proceeds of the Loan.
The Ministry of Finance, Economic Planning and Information Technology is the Executing
Agency of this Project and now wishes to procure the services of a consultancy firm for the Design
and Supervision of the Installation of Wash Stations and Upgrading of Four Port Health Facilities..
The objective of the consultancy is to provide design and supervision services of works that will
make the facilities operational in accordance with International Health Regulations. Specifically,
the design and supervision services will facilitate the improvement of (a) containerised port health
facilities for the seaports of Canouan and Union Island, inclusive of mechanical, electrical and
plumbing works, roofing improvements, inclusion of a shaded waiting area, (b) the flow and
segregation of passengers at the Canouan and Union Island airports. Further details can be found
in the attached Terms of References (TORs); and (c) the installation of wash stations at 15 health
facilities across the country.
1
The duration of the assignment is six months. The Ministry of Finance, Economic Planning and
Information Technology now invites interested eligible consulting firms to submit Expressions of
Interest (EOI) for the provision of these consultancy services.
(b) in the case of unincorporated firms, the persons are citizens or bona fide residents of
an eligible country; and
(c) in all cases, the consultant has no arrangement and undertakes not to make any
arrangements, whereby any substantial part of the net profits or other tangible benefits
of the contract will accrue or be paid to a person not a citizen or bona fide resident of
an eligible country.
Eligibility for procurement includes all CDB member countries and shall be extended to all
countries that are not CDB Member Countries. Consultants are advised to review the detailed
eligibility criteria detailed in Section 4 and conflict of interest provisions in Section 5 of the
Procurement Procedures for Projects Financed by CDB (January, 2021), as applicable and as
published on CDB’s website.
Interested consultant teams are required to submit their Expression of Interest using the “EOI
Consulting Firms template” attached to this REOI or can be made available upon request by
contacting Address 1 below. All information must be submitted in English. Further information
may be obtained from the first address below between 9:00 am and 3:30 pm Monday to Friday,
except on Public Holidays.
The Expression of Interest must be received electronically at the first (PIU) and second (CDB)
addresses below no later than 4:00 PM. (EST) on Wednesday, July 3, 2024. The submission
should include the name and address of the applicant and shall be clearly marked “Expression of
Interest – Consultancy Services for the Design and Supervision of the Installation of Wash
Stations and Upgrading of Four Port Health Facilities”.
2
The selection method shall be Consultants’ Qualifications Selection. Therefore, following the
assessment of submissions, firms shall be assessed and compared, and the best qualified and
experienced firm shall be selected. Only the selected firm shall be asked to submit a combined
technical and financial proposal and, if such proposal is responsive and acceptable, be invited to
negotiate a contract. The GOSVG reserves the right to accept or reject late applications or to cancel
the present invitation partially or in its entirety. It will not be bound to assign any reason for not
selecting any applicant and will not defray any costs incurred by any applicant in the preparation
and submission of Expressions of Interest.
Email: [email protected]
copied to: [email protected]
3
IMPROVING RESPONSE AND RESILIENCE OF THE HEALTH SECTOR TO
COVID-19 PROJECT
TERMS OF REFERENCE
Consultancy Services for the Design and Supervision of
the Installation of Wash Stations and Upgrading of Four Port Health Facilities
1. BACKGROUND
1.01 The Government of St. Vincent and the Grenadines (GOSVG) has received financing
from the Caribbean Development Bank (CDB) towards the cost of financing the
Immediate Public Health Response to contain, control and mitigate the impact of
COVID-19 and other infectious diseases on the delivery of health care and intends
to apply a portion of the proceeds of this financing to eligible payments under
contracts for Consultancy Services for the Design and Supervision of the Upgrading of
the Port Health facilities at the Canouan and Union Island airports and seaports.
2. OBJECTIVE
2.01 The objective of the consultancy is to provide Design and Supervision Services for the
upgrading of four Port Health facilities at the Canouan and Union Island airports and
seaports and to install 15 wash stations at Health Facilities island-wide. The Consultant,
in consultation with the Ministry of Health, Wellness and Environment (MOHWE) and
the relevant Port and Airport Authorities, will finalise the scope of the works and tender
documents. The scope includes the improvement of (a) containerised Port Health
facilities for the seaports of Canouan and Union Island, inclusive of Mechanical,
Electrical and Plumbing works, roofing improvements, inclusion of a shaded waiting
area, and other goods and works improvements, (b) the flow and segregation of
passengers at the Canouan and Union Island airports in order to make the facilities
operational in accordance with International Health Regulations. and (c) for the
installation of hand washing stations at 15 health facilities. The Consultant will be
required to provide designs and estimates for works, assist with procurement, provide
instructions to contractors, and to supervise the implementation of the works.
Design Services
3.01 The Consultant, in consultation with the Project Coordinator and the MOHWE, shall
provide the architectural, engineering and other services necessary for the preparation of
the tender document/s for the goods and works, and estimates of cost thereof in sufficient
detail to allow GOSVG to consider and approve the suitability of such designs for the
purposes for which the Works are intended. Accordingly, the Consultant will be required
to:
(b) For the wash stations, the final designs shall be informed by the issues associated
with the failure of the previous solutions.
1
(c) Provide designs/ Bills of quantities for the works,
(d) Provide a short list of contractors for the works in each case
(g) Assist in the preparation of the Invitation to Bid (ITB) for the works contract
after consultations with the Project Coordinator;
(h) Modify the construction works if the engineering estimates of the construction
cost, inclusive of an allowance for the contingencies (10%), value added tax,
price increases and ancillaries, where applicable, exceed the Budget, so as to
bring the estimated cost of construction works within, or as near as possible to,
the allocated cost. Any such modification shall be included in the final design.
(i) Attend ALL Pre-bid Meetings, Bid Openings, Contract Signings, Contractor
Introduction Meetings and provide guidance on best practices to clients, i.e.
Project Coordinator, the MOHWE and CDB.
Pre-Construction Services
3.02 The pre-construction services shall be guided by the Procurement Policy for Projects
financed by CDB (November 2019) and Procurement Policy for Projects Financed by
CDB (January 2021). The Consultant shall, in consultation with the Project Coordinator,
furnish a Bid Evaluation Report in accordance with the CDB’s Guidance note: Bid
Evaluation for Goods, Works and Non-consulting Services (June 2021), within two weeks
of tender opening.
4.01 The Consultant shall provide the following professional services for the technical
inspection/Supervision of construction Works:
(a) advising the contractor on the interpretation of the drawings and technical
specification
(b) Review the contractor construction schedule and comment on the procedures,
sequence and method .
(c) Conduct technical inspection of the works to oversee the performance of the
Works and inspection of all critical elements during the construction works and
require that such performance be in accordance with the plans and specifications
prepared by the Consultant. The Consultant shall investigate, report and advise
on unusual circumstances which may arise during construction.
(d) Revise designs to suit unforeseen conditions which may arise during
construction.
(e) Consult with and advise the GOSVG during the construction period.
(f) Conduct progress meetings between the Consultant, Contractor and GOSVG
stakeholders, prepare and issue minutes of said meetings.
(g) Review and approve estimates and invoices submitted by the Construction
2
Contractor for payment of work completed and prepare payment certificates; and
ensure that advanced payments to the Construction Contractor are utilised for
the intended purpose.
(h) Where the Contractor has ceased to perform works as required by the terms of
the Construction agreement, the Consultant must advise the Client/Employer
and make relevant recommendations (including termination).
(i) Review and approve request(s) for extension of time. The Consultant/Supervisor
must present to the Client/Employer, the details of an extension of time request
within two weeks of receiving a request for extension of time.
(j) Liaise with the Project Coordinator and relevant authorities and offer assistance
so as to expedite the acceptance and takeover of the Works.
(k) Ensure good occupational health and safety practices (including the wearing of
personal protective equipment) are followed on-site during construction.
(l) Report and investigate any accidents
(m) Monitor and report on the contractors compliance with the Environmental and
Social Management plan
(n) Make a final inspection of the completed Works, recommend the issuing or non-
issuing of the completion certificate within 14 days of the Works Contractor
request for issuance, and prepare a Completion Report, electronic copy in PDF
format to the GOSVG and CDB, within 14 days of the end of work by the
Construction Contractor.
5.01 The Consultant shall have at least five years’ experience in the design and construction
supervision of buildings. The Consultant’s team shall consist of persons with at least a
bachelor’s degree in architecture, civil engineering and construction supervision and have
five years relevant experience. The Consultant's team shall also include person(s) with the
qualifications necessary for preparation of the ESMP and monitoring of its
implementation.
6.01 The assignment is expected to be carried out over a period of six (6) months.
7. DELIVERABLES
(i) The Consultant shall provide the Designs and Estimates, and Tender
Document, inclusive of an ESMP, for the goods and works no later than
thirty (30) calendar days after contract signature.
(ii) The Consultant shall prepare the Bid Evaluation Reports for the goods
and works no later than fourteen (14) calendar days after receipt of bids
from the Client.
(i) The Consultant shall prepare payment certificates and certify the works
completed and goods supplied and installed
3
(ii) The Consultant shall prepare an interim progress report if required.
(iii) The Consultant shall prepare a Completion Report for the works
inclusive of the Certificate of Completion of the Works.
8. TERMS OF PAYMENT
8.01 The payment schedule is as specified below and summarised in tables below: