Home Tenders Terms Of Reference For Pre & Post Consultancy

Terms Of Reference For Pre & Post Consultancy

Terms Of Reference

For

Pre & Post Consultancy

 

  1. Background of Project:

 

The Ministry of Health and Wellness requires the services of a consultancy firm to carry-out the required pre and post consultancy (Design and Supervisory) services for Sewage Treatment Plant at Princess Margaret, Savannah-La-Mar and Falmouth Hospitals.

 

  1. Scope of work:

The proposed consultancy is to Design and develop the required Construction Drawings, Bill of Quantities and Specification documents required as well as to provide the Technical Supervision to enable the selected Works Contractor to successfully implement the works for Sewage Treatment Plant at Princess Margaret, Savannah-La-Mar and Falmouth Hospitals. The consultancy firm will be required to obtain all the necessary/required approvals from the regulatory agencies and bodies as required by laws of Jamaica.

 

Pre-Contract:

 

  1. Renewal of National Environment and Planning Agency (NEPA) Licenses
    1. Information gathering, including obtaining last 2 years (or amount as necessary) of monthly water usage from National Water Commission (NWC).
    2. Preparation of Documentation & Application and submission of same to NEPA, including all necessary support follow-up required for granting of license.

 

  1. Update Bill of Quantities (BQ), Utilizing existing Designs and Quantities
    1. Utilizing suppliers locally and overseas to obtain current market prices.
    2. Compile tender Bill of Quantities (BQ), Technical Specifications and Drawings for inclusion in Tender Document.

 

  1. Prepare Tender Evaluation Report
    1. Carry out quantitative analysis of tender proposals, including necessary checks for arithmetical errors and inconsistencies.
    2. Carry out comparative analysis of qualification information and technical proposals.
    3. Determination of suitability for and recommendation for award of contract.

 

 

 

Post-Contract:

  1. Contract Administration and Construction Monitoring
    1. Provide construction administration support to ensure that the work is being carried out in accordance with contract plans, specifications, bill of quantities and conditions of contract in the best interest of the client.
    2. Modify designs, specifications and/or bill of quantities as needed so as to allow for dissemination of revisions to the contractor in a timely manner.
    3. Assist the Project Manager in construction meetings with the Contractor and stakeholders.
    4. Provide the Contractor with the necessary information for the initial setting out of the works.
    5. Prepare progress reports and attend project meetings.
    6. Review contractor’s claims for payment and make recommendations for payment.
    7. Assist in the preparation and settling of the Final Account.

 

  1. Commissioning and Operations
    1. Carry out the commissioning of the plant.
    2. Assist in the compliance of the plant to NEPA standards by providing guidance on water quality testing and analysis.
    3. Complete and submit for approval all outstanding NEPA documents as per the license of the plant.
    4. Carry out inspection for Practical Completion and make recommendation for issuing of the Certificate of Practical Completion.
    5. Prepare project completion report incorporating all design modifications, as-built drawings and any revisions to the technical specifications.
    6. Carry out necessary training and orientation sessions.

 

Additional services which may be required:

  • Determine feasibility/suitability of previous proposed solution and make necessary recommendations/amendments.

 

  • Payment timeline:

The Consultant will be paid as follows, subject to the approval of the respective deliverables by the MOH&W after contract signing:

 

  • 10% – A Comprehensive Work Plan with timelines (3 days after contract signing)
  • 30 % – upon submission and approval of Facility Design
  • 30 % – upon submission and approval of Construction Drawings
  • 10 % – upon submission and approval of Bill of Quantities
  • 20% – Upon the successful completion of the Supervision phase

 

 

 

 

Qualifications and Experience:

 Experience of the Firm:

  • Three (3) years’ experience in conducting similar assignments or projects that include sewage treatment plants of a similar size and complexity.
  • At least three (3) Assignments completed of a similar nature.

 

Key Experts Qualifications and Experience:

Key Expert 1 –Team Lead Architect and Project Manager:

 Qualifications:

  • At least a BSc. in Architectural Studies from a recognised University
  • Professional Certification /Registered member of Professional Body of Architects

Experience:

  • Minimum five (5) years of experience in general building or property design.
  • At-least 3 Similar Working experience with International Organization, Private sector, UN/UN agencies, or reputed corporate offices etc.

 

Key Expert 2 – Mechanical /Electrical/ Plumbing Engineer

Qualifications:

  • At least a Bachelor’s Degree in Engineering
  • Registered Engineer (Jamaica Institute of Engineers)Sc. in Engineering

Experience:

  • Five (5) years of experience in the designing of sewer and mechanical systems.

 

Key Expert 3 – Quantity Surveyor

  • Sc. in Quantity Surveying and five (5) years working experience as a Quantity Surveyor OR
  • Diploma in Construction Management or Quantity Surveying (QS) and seven (7) years’ Experience as a Quantity Surveyor
  • Professionally Certified

 

  1. Opportunity Summary:
  • Type of contract and modality: Lump Sum for Products and Services
  • Length of contract: 6 months pre construction
  • Location: Kingston, Jamaica
  • Responsible Person: Sean Parham-Team Leader, MOH&W and Mr. Marville Williams – Project Architect-MOH&W
  • Requirements: Consultant Firm must be a registered company of Jamaica

 

  1. About us:

 

The Ministry of Health & Wellness (MOH&W) is the authority on Health Services within Jamaica and is directly responsible for the Public Health Care Systems (PHC System) in the island.  Health Services are structured into three main levels, Central, Regional and Parish.  The Central Level is directly responsible for governance, policy, monitoring and evaluation. The Regional Health Authorities, born out of the National Health Service Act in 1997 and the Government of Jamaica’s Health Reform Programme which saw the decentralizing of health service delivery, is directly responsible for activities at the Regional and Parish Levels.  Under decentralization, the management of delivery of health services shifted from central government (MOH&W) to four semi-autonomous bodies – the Regional Health Authorities (RHA).  Jamaica’s health system comprises a central body (Ministry of Health & Wellness), four Regional Health Authorities (RHAs), related Agencies/organizations, and private health facilities and diagnostic centers.

 

The Ministry of Health and Wellness governance structure comprises two broad areas: – administrative and technical services. The Permanent Secretary is responsible for the administrative services and the Chief Medical Officer the technical services. The health system offers primary, secondary, and tertiary care. Primary care is delivered through a network of 316 health centers. Simultaneously, secondary and tertiary care is offered through 24 hospitals (including the quasi- government, teaching hospital of the University of the West Indies) and has a combined capacity of 4,802 beds. Hospital inpatient services within the public system is offered to the population through 18 general and 6 specialist hospitals. There are also four community hospitals that offers mainly maternity, child health and/or curative services. Public sector hospitals accounts for over 95% of hospital based care.

 

The Ministry of Health & Wellness is mandated to carry out all functions for health outlined in the National Disaster Plan, and as directed by the National Disaster Committee (NDC) and Executive (NDE), and must ensure that all activities for health are implemented with efficiency for emergency and routine medical and health care service, including public and international health.  

 

      Diversity: 

The MOH&W is committed to diversity and inclusion and to providing equal opportunities to all candidates. We embrace diversity based on gender, age, education, national origin, ethnic origin, race, disability, sexual orientation, and religion. We encourage women, Afro-descendants and persons of indigenous origins to apply.

 

Experience of the Firm: Score/marks
·         Three (3) years’ experience in conducting similar assignments or projects that include sewage treatment plants of a similar size and complexity. ·         30
·         At least three (3) Assignments completed of a similar nature. ·         10
   
Key Experts Qualifications and Experience:  
Key Expert 1 –Team Lead Architect and Project Manager:  
 Qualifications:  
·         At least a BSc. in Architectural Studies from a recognised University ·         10
·         Professional Certification /Registered  member of Professional Body of Architects

 

·         10
Experience:  
·         Minimum five (5) years of experience in general building or property design.

 

·         10
·         At-least 3 Similar Working experience with International Organization, Private sector, UN/UN agencies, or reputed corporate offices etc. ·         5
   
Key Expert 2 – Mechanical/Electrical/ Plumbing Engineer  
Qualifications:  
·         At least a Bachelor’s Degree  in Engineering ·         5
·         Registered Engineer (Jamaica Institute of Engineers)Sc. in  Engineering ·         5
Experience:  
·         Five (5) years of experience in the designing of sewer and mechanical systems. ·         5
   
Key Expert 3 – Quantity Surveyor  
·         B.Sc. in Quantity Surveying and five (5) years working experience as a Quantity Surveyor  OR ·         5
·         Diploma in Construction Management or Quantity Surveying (QS) and seven (7) years’ Experience as a Quantity Surveyor ·         5

 

Evidence to support qualification and experience listed above must be included in the submission along with signed individual CVs.

Firms must attain a minimum score of 75 in order to be considered for an award. The responsive bidder with the lowest bid price will be awarded the contract.