design-build services for the new sangre · pdf fileof the new sangre grande enhanced health...
Post on 12-Feb-2018
214 Views
Preview:
TRANSCRIPT
NATIONAL INSURANCE PROPERTY DEVELOPMENT COMPANY LIMITED
REQUEST FOR PROPOSALS
TO PROVIDE
DESIGN-BUILD SERVICES FOR
THE NEW SANGRE GRANDE ENHANCED HEALTH CENTER
INCLUSIVE OF FURNITURE, FIXTURES & EQUIPMENT
FOR
THE MINISTRY OF HEALTH
OF THE
GOVERNMENT OF THE REPUBLIC OF TRINIDAD AND
TOBAGO
(TENDER NO. 2013/09/01) September, 2013
National Insurance
Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
TABLE OF CONTENTS
SECTION NO. & SECTION TITLE PAGE
NO.
PROPONENT’S CHECKLIST FOR RESPONSIVENESS
1.0 INVITATION TO TENDER 5
2.0 INSTRUCTIONS TO PROPONENTS 7
2.1 Introduction 7
2.1.1 Request for Qualifications and Proposals 7
2.2 Definitions 7
2.3 Objective 8
2.4 Scope of Services 8
2.5 Source of Funds 8
2.6 General Conditions 9
2.6.1 Eligible Proponents 9
2.6.2 Proponent Responsibilities 9
2.6.3 Cost of RFP Documents 10
2.6.4 NIPDEC Communications 10
2.6.5 RFP Clarification 10
2.6.6 Addenda 11
2.6.7 Proponent’s Representative 11
2.6.8 Pre-Submission Briefing 11
2.6.9 Site Visit and Schedule 11
2.6.10 Right to Cancel RFP 12
2.6.11 Consideration of Proposals 12
2.6.12 Cost of Preparing Proposals and Negotiations 12
2.6.13 Exclusion 12
2.6.14 Confidentiality of Proposals 13
2.6.15 Corrupt and Fraudulent Practices 13
2.6.16 Commissions 13
2.6.17 Waiver and Allocation of Risk 13
2.6.18 Form of Correspondence 114
2.7 Preparation of Proposals 114
National Insurance
Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
TABLE OF CONTENTS
SECTION NO. & SECTION TITLE PAGE
NO.
2.7.1 Technical Proposal 14
2.7.2 Cost Proposal 17
2.7.3 Proposal Validity 18
2.7.4 Tender Security 18
2.8 Submission, Receipt And Opening Of Proposals 20
2.8.1 Submission Requirements 20
2.8.2 Deadline for Proposal Submission 20
2.8.3 Opening of Proposals 20
2.8.4 Late Proposals 21
2.8.5 Proof of Payment of Tender Fee ffor RFP 21
2.8.6 Delivery by Hand 21
2.8.7 Language of Proposal 21
2.8.8 Failure to Provide Information 21
2.8.9 Signing Proposal 21
2.8.10 Joint and Several Liability 22
2.8.11 Amendment of Proposals Before Submission Date 22
2.8.12 Interlineations, Alterations or Erasure of Proposal 22
2.8.13 Proponent’s Representation 22
2.8.14 Time Periods 22
2.8.15 Misleading or False Information 22
2.8.16 Proposals to be Property of NIPDEC 23
2.8.17 Required Format for Proposals 23
2.9 Qualification/Evaluation of Proposals 24
2.9.1 Evaluation Committee 24
2.9.2 Determination of Responsiveness 24
2.9.3 Qualification Criteria 30
2.9.4 Evaluation Criteria – Technical/Cost 31
2.9.5 Presentation 32
2.10 Negotiations 33
National Insurance
Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
TABLE OF CONTENTS
SECTION NO. & SECTION TITLE PAGE
NO.
2.11 Award of Contract 33
3.0 EMPLOYER'S REQUIREMENTS 34
3.1 Design-Build Services and Deliverables 34
3.1.1 Introduction 34
3.1.2 Services and Deliverables 34
3.1.3 Project Delivery Method 36
3.1.4 Project Schedule 36
3.2 User’s Brief and Conditions of Contract 37
3.2.1 User’s Brief 38
Annex 1 - User’s Brief / User Space Requirement 40
Annex 2 – NIPDEC HSE Guide 41
3.2.2 Conditions of Contract 51
Annex 3 – FIDIC 1999 General Conditions of Contract for
Plant and Design-Build 52
Annex 4 – Particular Conditions of Contract 54
Annex 5 – Appendix to Tender 61
3.3 Post Award Requirements 65
3.3.1 Performance Bonds 65
3.3.2 Professional Indemnity Insurance 65
3.3.3 Advance Payment 65
3.3.4 Submittals During Design Period, Specifications and Design Requirements
65
3.3.5 Employer’s Construction Office 71
3.3.6 Employer’s Representative Equipment 71
3.3.7 Contractor’s Submittals During Construction Period 74
3.3.8 Project Closeout 75
4.0 APPENDICES TO RFP – SPECIMEN FORMS 76
Appendix 1 – Form of Tender 77
Appendix 2 – Tender Security Form 79
Appendix 3 –Technical Proposal Form (Form 1) 80
Appendix 4 – Cost Proposal Form (Form 2) 94
1 | P a g e
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 Form
Place “tick”
if included
in the
Proposal
1 One (1) original and Seven (7) Copies - One (1) of which is an electronic copy of the Proposal.
- -
2 Completed Form of Tender 1 -
3 Completed Tender Security (TT$100,000.00) 2 -
4 Technical Proposal Submission Form 3 1A
5 Applicant’s Information Sheet 3 1B
6 Work Experience of the Firm 3 1C
7 Similar Type of Works 3 1D
8 General Background and Organization including:
• Details of the Proponent’s D-B construction team inclusive of a
brief description of the Proponent’s 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.
3 1F
9 Proof of Joint Venture or Consortium such as Joint Venture
Agreement. A Letter of Intent to enter into Joint Venture or
Consortium is not acceptable.
- -
10
Technical Approach and Methodology, inclusive of Detailed Quality
Assurance/Quality Control (QA/QC) Manual and Detailed Health and
Safety Manual
3 1G
11
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.
3 1G
12 Organization and Staffing, including manpower loading chart for all
aspects of the assignment, stating the roles, responsibilities, and the 3 1G
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
2 | P a g e
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 Form
Place “tick”
if included
in the
Proposal
level of participation of each key personnel.
13 Format of Curriculum Vitae (CV) for Proposed Key Professionals 3 1H
14 Submission of conceptual designs (drawings and specifications) in
the required format (sketch is not accepted).
Conceptual drawings shall clearly state the dimensions in metric
system, and shall include at a minimum of the following:
• Architectural Drawing (elevations, cross sections, floor plan,
3D perspectives-all views).
• Schematic diagrams (or isometric drawings) of all services
e.g. Electrical, Plumbing, Mechanical..
• Site Layout drawings (General Site Layout with Xeriscaping,
Electrical Site Layout, Sewer Site Layout, Roads and Car
Parks).
• Structural Drawings (Foundation plan, Building Framing
Plan, Design Notes, calculations).
Technical Specifications shall clearly indicate all relevant
performance criteria, relating to material, equipment and finishes.
- -
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
3 | P a g e
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 Form
Place “tick”
if included
in the
Proposal
1 Proponent's References
3 1E
2 Proof of Payment of Tender Fee - -
3 List of Proposed Major Sub-Contractors 3 1J
4 Product Brochures, Data Sheets, Specifications, and
Local Agents. 3 1K
5 Company Profiles and Signed Credentials of major Sub-contractors
- -
6 Description of OSHA Violations, Workers’ Compensation claims or
safety claims, and any Statutory approval violations - -
7 Power of Attorney or Signing Authority with Specimen Signature - -
8 Proponents Representative - -
9 Available Plant and Equipment. 3 1I
10 Current Work Load - -
11 Submission of the following documents for the Medical Equipment
as per the attached Medical Equipment Specifications:
• Brochures, data sheets, local agent/s;
• 1 year warranty and maintenance (parts and labour);
• Maintenance schedule (for 1 year) for each medical
equipment to provide for a 97% equipment uptime;
• CV of medical equipment maintenance personnel to be used;
and,
• Sample 4 years extended warranty, maintenance contract and
cost breakdown for parts and labour for Digital X-ray and
Dental X-Ray equipment only;
- -
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
4 | P a g e
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 Form
Place “tick”
if included
in the
Proposal
12 Cost Proposal Submission Form 4 2A
13 Financial Capability of the Proponent 4 2B
14 Audited Financial Statements for the years 2010, 2011 and 2012,
where available, or management accounts for 2012, if unavailable 4 2B
15 Average Annual Construction Turnover 4 2C
16 Cost Breakdown Schedule 4 2D
17 Proposed Cash Drawdown Schedule 4 2E
18
Letters of commitment from Bank (s) / Financial Institution that the
project can be financed for at least four (4) months of the Proponent’s
Cash Draw Down Schedule
- -
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
5 | P a g e
1. INVITATION TO TENDER
NATIONAL INSURANCE PROPERTY DEVELOPMENT COMPANY LIMITED
INVITATION TO TENDER
FOR THE DESIGN-BUILD SERVICES FOR CONSTRUCTION OF THE NEW SANGRE
GRANDE ENHANCED HEALTH CENTER INCLUSIVE OF FURNITURE, FIXTURES
AND EQUIPMENT
The National Insurance Property Development Co. Ltd. (NIPDEC), acting on behalf of the Ministry of Health, Government of the Republic of Trinidad and Tobago, invites Proponents for the Design-Build Services for the construction of the New Sangre Grande Enhanced Health Center inclusive of Furniture, Fixtures, and Equipment. Prospective Proponents are invited to submit Proposals for the above Works. Proponents will be evaluated according to the following basic criteria:
i. General Background of the Firm ii. Financial Capability of the Firm
iii. Performance History iv. Work experience of the Firm in performing construction services for
projects of a similar value and nature v. Available manpower and other resources
vi. Present Workload vii. Eligibility based on submission of required statutory certificates (local
firms)
Prospective proponents should be capable of undertaking all facets of the design and construction of a public facility to a value over Twenty Million Trinidad and Tobago Dollars (TT$20,000,000.00). Proponents are advised that Request for Proposal (RFP) Packages will be available from 20th September 2013 either by:
� Downloading the document from NIPDEC’s Website at www.nipdec.com (Click on “New Sangre Grande Enhanced Health Center inclusive of Furniture, Fixtures and Equipment”. A code will be provided to allow access.),
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.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
6 | P a g e
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 Proof of Payment of Tender Fee to the office of NIPDEC’s Company Secretary.
SUBMISSION OF PROPOSALS WILL BE CLOSED ON THURSDAY 14th NOVEMBER 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 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. 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 1st October, 2013 to be held at the proposed Site located on Ojoe Road, Sangre Grande. 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 Proponent’s representatives at Thursday 14th November, 2013 at 2:30 pm. 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 shall be rejected as invalid. The Proposal must be accompanied by a Tender Security of One Hundred Thousand Dollars (TT$100,000.00) or Fifteen Thousand Six Hundred and Twenty-Five United States Dollars (US$15,625.00). Please be advised that NIPDEC’s criteria for the acceptance of Banks and Insurance Companies that provide surety for bonds to Contractors are as follows:
a. With respect to Banks, Bonds would be accepted where shareholders equity is at least TT$10 Million.
b. For Insurance Companies, paid up capital plus free reserves must be at least TT$30 Million and Certification by the Supervisor of Insurance of the Company’s capacity to issue the bond and that the requisite re-insurance is in place.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
7 | P a g e
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 is not bound to accept any of the Proposals submitted.
Further information or clarification can be obtained from the Company Secretary, at NIPDEC Telephone 1 868-625-8750 Extension 4204. E-mail lsolomon@nipdec.com.
2. 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 Design-Build Construction firms
that are interested in and capable of providing a combination of
professional services including planning, design, construction and
outfitting services for the New Sangre Grande Enhanced Health Center.
This Request for Proposal (herein after referred to as RFP) is intended to
lead to the entry into a contract between NIPDEC and a Design-Build
Contractor that has the required qualifications and expertise to satisfy
NIPDEC’s requirements.
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
In this Request for Proposals (RFP):
a) Design-Build means the procurement under one contract, with one firm
or joint venture or consortium for design, construction and outfitting of
the project.
b) Employer means National Insurance Property Development Company
Ltd. (NIPDEC).
c) Design-Build Contractor means any Proponent with whom NIPDEC
chooses (on the basis of NIPDEC’s evaluation as hereinafter provided)
to enter into a contract for the provision of Design-Build services.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
8 | P a g e
d) Proponent means any entity, firm, joint venture or consortium which
purchases a Tender Package or which submits a Proposal directly to
NIPDEC in response to this RFP as the context requires.
e) RFP means this Request for Proposals and the Appendices attached
hereto and all Addenda.
f) Addendum means any written or graphic instrument issued by
NIPDEC that modifies or interprets the RFP by additions, deletions,
clarifications or corrections or other types of modifications.
g) Services mean all the Services to be performed by the Design-Build
Contractor.
h) Invitation means the letter of invitation inviting parties to submit
proposals in response to this RFP.
i) Contract means the Contract to be negotiated and entered into between
NIPDEC and the Design-Build Contractor. The Contract will be
based on FIDIC 1999 Conditions of Contract for Plant and Design-
Build – General Conditions. (See Section 3.2.2 - Annex 6 - FIDIC
GENERAL CONDITIONS OF CONTRACT FOR PLANT & DESIGN-BUILD).
j) Project Manager means NIPDEC’s representative who is responsible
for administering the Contract and is the only person (unless otherwise
indicated) authorized to issue instructions with regard to this project.
k) Site Control Officer means NIPDEC’s authorized representative at the
construction site. His/her duties include surveillance of all construction
work to ensure compliance with the contract documents.
l) OSHA means Occupational Safety and Health Authority of Trinidad
and Tobago
m) Day means a calendar day and year means 365 days.
2.3. OBJECTIVE
The objective of this RFP is to invite Proponents to submit one proposal each in
accordance with the requirements of this 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-Build Contractor with whom to enter negotiations
for the award of a final contract.
2.4. SCOPE OF SERVICES
The Scope of Services is as per Section 3 – Employer’s Requirement.
2.5. SOURCE OF FUNDS
The project is being funded by the Government of Republic of Trinidad and
Tobago.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
9 | P a g e
2.6. GENERAL CONDITIONS
2.6.1. 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 assignments or their own corporate
interests. Proponents shall not qualify for any assignment 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 assignment 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:
(a) They have, directly or indirectly, controlling shareholders or partners
in common; or
(b) 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
(c) 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
(d) 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
(e) 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.
2.6.2. 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;
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
10 | P a g e
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.
2.6.3. Cost of RFP Documents
A Proponent is required to pay a non-refundable fee of Three Thousand Four
Hundred Fifty Trinidad and Tobago dollars (TT$3,450.00) VAT Inclusive for
this RFP.
2.6.4. 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 NIPDEC’s Representative is as follows:
Ms. Lisa Solomon
Company Secretary
National Insurance Property Development Company Limited
56 – 60 St Vincent Street
Port of Spain
Tel: (868) 625-8750
Fax: (868) 623-0877
E-mail lsolomon@nipdec.com
2.6.5. RFP Clarification
If a Proponent has any question about the contents of this RFP, or about any
matters relating to it (including any clarification, errors or omissions of or 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 respective answers, to each of the Proponents.
Questions received less than five (5) working days prior to the date for return
of Proposals may not be answered. Only information contained in formal
written Addenda will be binding. Oral answers and other interpretations or
clarification will be without legal effect. NIPDEC will endeavour 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.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
11 | P a g e
Answers not contained in formal written Addenda 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 thereunder.
2.6.6. Addenda
NIPDEC is entitled to issue addenda changing this RFP up to five (5) calendar
days before the closing date for submission of this RFP (except for addenda to
extend any deadline under this RFP which may be issued at any time).
Addenda may be issued only by NIPDEC’s Representative. Addenda will
only be issued 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.
2.6.7. Proponent’s Representative
Each Proponent must, within five (5) days of receiving the RFP, advise
NIPDEC’s Representative, in writing, of the name, business address,
telephone number 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.
2.6.8. Pre-Submission Briefing
NIPDEC shall convene a pre-submission briefing for the purpose of clarifying
any of the requirements contained in this RFP on 1st October, 2013 at 1:30
p.m. at the proposed Site on Ojoe Road, Sangre Grande, 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 Addenda.
2.6.9. 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
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
12 | P a g e
the deadline for submission of Proposals. NIPDEC’s Representative is entitled
to impose such terms and requirements as a condition of authorizing such
access as NIPDEC’s Representative considers necessary or desirable.
2.6.10. 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.
2.6.11. Consideration of Proposals
In considering any proposals delivered in response to this RFP, NIPDEC
reserves the absolute and unfettered discretion to:
a) Accept or reject any proposal that fails to comply with the requirements
set out in this RFP;
b) Assess proposals as it sees fit, without in any way being obliged to select
any proposal or Proponent;
c) Determine whether any proposal or proposals satisfactorily meet the
selection criteria set out in this RFP;
d) Require clarification from any one or more of the Proponents in respect
of proposals submitted;
e) Reject any or all proposals with or without cause, whether according to
the selection criteria set out herein or otherwise.
2.6.12. Cost of Preparing Proposals, Presentations and Negotiations
Each Proponent is solely responsible for the risk and cost of preparing and
submitting its proposal in response to this RFP, presentations and any
negotiations relating thereto and neither NIPDEC nor its officials, employees
or consultants (including NIPDEC’s Representative) are liable for the cost of
doing so or are obliged to remunerate any Proponent for these costs.
2.6.13. 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 Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
13 | P a g e
2.6.14. 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.
2.6.15. 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.
2.6.16. Commissions
Proponents shall furnish information in the Cost 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.
2.6.17. 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,
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
14 | P a g e
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 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.
2.6.18. 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. Additionally, formal
documents, appropriately signed, may be electronically scanned and submitted
via e-mail.
2.7. PREPARATION OF PROPOSALS
Proponents are required to submit one and only one Technical Proposal, and one
and only one Cost Proposal as hereinafter described. Submittals containing more
than one Technical Proposal or more than one Cost Proposal shall be rejected as
invalid.
These Proposals shall be evaluated in accordance with the
Qualification/Evaluation Criteria set out in Section 2.9 –
Qualification/Evaluation of Proposals.
2.7.1. Technical Proposal
2.7.1.1. In preparing the Technical Proposal, Proponents are expected to examine the documents comprising this RFP in detail. Material deficiencies in providing all relevant information requested may result in rejection of a Proposal. All standard forms attached in Section 4 – Appendices to RFP – Technical Proposal Form (Appendix 3) and Cost Proposal Form (Appendix 4) shall be completely filled out and returned in response to this RFP.
2.7.1.2. 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 Services effectively. To this end, the Technical Proposal submitted shall include, but not be limited to:
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
15 | P a g e
2.7.1.2.1. Completed and signed Technical Proposal Submission Form (See Section 4 - Appendices to RFP – Technical Proposal Submission Form – Form 1A).
2.7.1.2.2. 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 Section 4 - Appendices to RFP – Technical Proposal Form– Form 1B).
2.7.1.2.3. Details of general and specific experience and past
performance of the Proponent in demonstrating at a minimum of one (1) completed design of a health and/or similar facility, and construction of a public facility within the last 5 years. In instances where only Design services or only Construction services were performed, Proponents shall indicate this clearly in their statement of work experience as per Technical Proposal Form 1C.Financial information and history of performance must support the ability of the Proponent to complete successfully projects costing in excess of TTD 20 Million Dollars per year. 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 references i.e. 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 Section 4 - Appendices to RFP – Technical Proposal Form - Form 1C to 1E).
2.7.1.2.4. 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 Section 4 - Appendices to RFP – Technical Proposal Form - Form 1F).
2.7.1.2.5. Detailed statement of the proposed methodology (design and build) approach, strategies, and work plan for executing the works, ensuring works will be completed with the time frame (See Section 4 - Appendices to RFP – Technical Proposal Form - Form 1G).
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
16 | P a g e
2.7.1.2.6. Detailed Gantt chart, using Microsoft Project 2010 or latest version, indicating key tasks and time frame for planning, design and construction services, approvals and material procurement. This Gantt Chart shall include the Linkages, Critical Path and Milestones (See Section 4 - Appendices to RFP – Technical Proposal Form - Form 1G).
2.7.1.2.7. Organizational Chart and Details of the Proponent’s
Design-Build construction team including original signed Curricula Vitae of all Design professionals – Architect, Civil/Structural Engineer, Mechanical and Electrical Engineer and Quantity Surveyor – and its professional Construction personnel – Project Manager, Construction Manager, Chief Site Foreman and Safety Officer who shall be committed to the project (See Section 4 - Appendices to RFP – Technical Proposal Form - Form 1G and Form 1H).
2.7.1.2.8. Listing of available Plant and Equipment (See Section 4
- Appendices to RFP – Technical Proposal Form - Form 1I).
2.7.1.2.9. List of proposed major subcontractors, including
telephone number, address, and name of contact. (See Section 4 - Appendices to RFP – Technical Proposal Form - Form 1J)
2.7.1.2.10. List of products and suppliers, including telephone
number, address, and name of contact. (See Section 4 - Appendices to RFP – Technical Proposal Form - Form 1K).
2.7.1.2.11. Proof of a Joint Venture or Consortium such as a Joint
Venture Agreement. A notarized Letter of Intent to enter into Joint Venture or Consortium is acceptable. In the event that one or more parties terminate its involvement in a Joint Venture or Consortium, the party shall notify NIPDEC no later than fourteen (14) days 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.
2.7.1.2.12. Conceptual designs (drawings and specifications) in the
required format (sketch is not accepted).
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
17 | P a g e
Conceptual drawings shall clearly state the dimensions in metric system, and shall include at a minimum of the following:
• Architectural Drawing (elevations, cross sections, floor plan, 3D perspectives-all views).
• Schematic diagrams (or isometric drawings) of all services e.g. Electrical, Plumbing, Mechanical.
• Site Layout drawings (General Site Layout with Xeriscaping, Electrical Site Layout, Sewer Site Layout, Roads and Car Parks).
• Structural Drawings (Foundation plan, Building Framing Plan, Design Notes, calculations). Technical Specifications shall clearly indicate all relevant performance criteria, relating to material, equipment and finishes.
2.7.1.2.13. Documents for the Medical Equipment as per attached Medical Equipment Specifications:
• Technical specifications;
• Brochures, data sheets, local agent/s;
• 1 year warranty and maintenance (parts and labour);
• Maintenance schedule (for 1 year) for each medical equipment to provide for a 97% equipment uptime;
• CV of medical equipment maintenance personnel to be used; and,
• Sample 4 years extended warranty, maintenance contract and cost breakdown for parts and labour for Digital X-ray and Dental X-Ray equipment only.
2.7.1.2.14. Detailed Health and Safety Manual.
2.7.1.2.15. Detailed Quality Assurance/Quality Control (QA/QC) Manual.
2.7.1.2.16. Description of any OSHA violations, workers’
compensation claims, and/or safety claims.
2.7.1.2.17. Description of any statutory approval violations.
2.7.2. Cost Proposal
2.7.2.1. A fixed lump sum price will be paid by NIPDEC for all of the
Services required to be provided by the Design-Build Contractor.
This cost shall constitute the total cost to NIPDEC inclusive of
Value Added Tax. All cost shall be in Trinidad and Tobago
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
18 | P a g e
Dollars (See Section 4 - Appendices to RFP – Cost Proposal
Submission Form - Form 2A).
2.7.2.2. Audited Financial Statements for the years 2010, 2011 and 2012,
or management accounts for 2012 if audited financial statements
are unavailable. A statement from the Proponent’s Bank that the
Proponent is financially sound and it has access to or has
available, liquid assets, lines of credit, and other financial means
sufficient to meet the construction cash flow for the contract for a
period of four (4) months, taking into account the Proponent’s
commitments to other contracts. Certification of ability to meet all
insurance and bonding 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 Section 4 - Appendices to RFP –
Technical Proposal Form - Form 2B).
2.7.2.3. Average Annual Construction Turnover (See Section 4 -
Appendices to RFP – Technical Proposal Form - Form 2C).
2.7.2.4. The Cost Proposal must show the cost for each milestone activity
detailed in the Cost Breakdown Schedule (See Section 4 -
Appendices to RFP – Cost Breakdown Schedule - Form 2D).
2.7.2.5. The Proponent is required to submit a Cash Drawdown Schedule
detailing the milestone payments required from NIPDEC for the
Design-Build Services required by this RFP (See Section 4 -
Appendices to RFP – Cost Proposal Form - Form 2E).
2.7.2.6. The Proponent shall complete the Form of Tender at Section 4
Appendix 1. Other forms for submitting the information requested
above are shown in Section 4 - Appendices to RFP - Form 1
(Technical Proposal) and Form 2 (Cost Proposal).
2.7.3. Proposal Validity
Proposals must remain valid for 150 days after the tender opening.
2.7.4. Tender Security
2.7.4.1. The Proponent shall furnish as part of its Proposal, a Tender
Security in accordance with this Sub-Clause.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
19 | P a g e
2.7.4.2. The Tender Security shall be in the amount of TT$ 100,000.00,
and shall:
(a) at the Proponent’s option be a letter of credit, a certified
cheque, or a Bank guarantee from a Banking institution, or
a bond issued by a surety;
(b) be in accordance with the forms of Tender Security
included in the Appendices, or other form approved by
NIPDEC prior to Proposal submission;
(c) be payable promptly upon written demand by NIPDEC in
case the conditions listed in Sub Clause 2.7.4.5. are
invoked;
(d) be submitted in its original form; copies will not be
accepted;
(e) remain valid for a period of 28 days beyond the validity
period of the Proposal, as extended, if applicable, in
accordance with this RFP;
2.7.4.3. Any Proposal not accompanied by a responsive Tender
Security shall be rejected by NIPDEC as non-responsive.
2.7.4.4. The Tender Security of unsuccessful Proponents shall be
returned as promptly as possible upon the successful
Proponent’s furnishing of the Performance Security pursuant to
the requirements of this RFP.
2.7.4.5. The Tender Security may be forfeited:
(a) if a Proponent withdraws its Proposal during the period of
Tender validity, except as provided in this RFP; or
(b) if the successful Proponent fails to:
(i) sign the Contract in accordance with the requirements
of this RFP;
(ii) furnish a Performance Security in accordance with the
requirements of this RFP.
2.7.4.6. The Tender Security of a Joint Venture or Consortium must be
in the name of the Joint Venture or Consortium that submits the
Proposal.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
20 | P a g e
2.8. SUBMISSION, RECEIPT AND OPENING OF PROPOSALS
2.8.1. Submission Requirements
2.8.2.1. For each Proposal the Proponent should prepare and submit One
(1) original and Seven (7) Copies - One (1) of which is an electronic
copy of the Proposal.. The complete Proposal shall be without
alterations. Each Technical Proposal and Cost 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.
2.8.2.2. The original and all copies of the Proposal shall be placed in a
sealed envelope bearing the following identification: (i)
“Proposal for Design-Build Services for the Construction of a
New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fittings and Equipment” and the name of the
Proponent. The envelope should be addressed as follows:
Chairman, Tenders Committee
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.
2.8.2. Deadline for Proposal Submission
Proposals must be submitted by 2:00 pm local time on 14th November,
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.
2.8.3. Opening of Proposals
NIPDEC shall open all Technical Proposals and Cost Proposals at 2:30 pm
on 14th November, 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
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
21 | P a g e
withdrawal has been received from any Proponent, its Proposal will not be
opened.
2.8.4. Late Proposals
NIPDEC will reject late Proposals. Late Proposals shall be returned
unopened to the Proponent.
2.8.5. Proof of Payment of Tender Fee for RFP
A Proof of Payment 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.
2.8.6. 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.
2.8.7. 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.
2.8.8. Failure to Provide Information
Failure to provide information that is essential to evaluate a proposal may
result in disqualification of the Proponent.
2.8.9. 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 as applicable.
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
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
22 | P a g e
corporation’s by-laws together with a copy of the resolution of
the 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.
2.8.10. 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.
2.8.11. 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 stated in this RFP
providing they are completed and submitted in the same manner as
required for submission of Proposals. No modifications to a Proposal
will be accepted after the deadline for submission of Proposals.
2.8.12. 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.
2.8.13. 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
understood this RFP and that its Proposal is presented in accordance
with it.
2.8.14. Time Periods
Time, if stated as a number of days, will include Saturdays, Sundays
and holidays.
2.8.15. 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.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
23 | P a g e
2.8.16. Proposals to be Property of NIPDEC
All Proposals will become the property of NIPDEC when submitted
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.
2.8.17. Required Format for Proposals
2.8.17.1. Format
Proposals must be submitted in the format described below
and shall contain all the information required by this RFP in
the order indicated below to facilitate comparison and
evaluation of the Proposals. The required format and sequence
is as follows:
� Table of Contents listing the individual sections of
the Proposal and their corresponding page numbers.
Section I: Cover Letter signed by the Proponent
or the Principals of each entity included
in a Proponent team
Section II: Certificates as applicable (all valid as at
the date of submission):
• Value Added Tax Clearance
Certificate;
• National Insurance Board
Compliance Certificate;
• Board of Inland Revenue
Clearance Certificate;
• Certification of Incorporation.
Section III: Form of Tender (to be seen at
Appendix I) and Tender Security.
Section IV: Executive Summary being a brief
synopsis of the highlights of the
Proposal.
Section V: Detailed Technical Proposal containing
all the information required by this RFP
(filled up Technical Proposal Standard
Forms at Appendix II) and such other
information as the Proponent may deem
pertinent in relation to the Services, and
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
24 | P a g e
Section VI: Proponent’s detailed conceptual
designs and specifications as per
Clause 2.7.1.2.12
Section VII: Proponent’s documentation for
Medical Equipment as per Clause
2.7.1.2.13
Section VIII: Detailed Cost Proposal containing all
the information required by the RFP
(filled up Cost Proposal Standard Forms
at Appendix III).
Section IX: Appendices, inclusive of specifications.
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 seventy-five (75) pages in length, excluding
Proposal forms, appendices and exhibits, and shall provide
all information requested herein.
2.8.17.2. Non-Compliance
If the Proponent’s Proposal does not comply with the
required format as stated in Clause 2.8.17.1 – Format, the
Proponent’s Proposal may be rejected without further
consideration. These restrictions are intended to provide
uniformity in the Proponents’ response formats.
2.8.17.3. Organization of Proposal
Proposals shall be well organized and written in a concise,
precise, clear, complete and legible manner. All Sections
and Sub-Sections shall be clearly labeled and paged.
2.9. QUALIFICATION / EVALUATION OF PROPOSALS
2.9.1. 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.
2.9.2. Determination of Responsiveness
Following the opening of Proposals, NIPDEC shall ascertain whether
material errors in computation have been made in the Proposals, whether
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
25 | P a g e
the required guarantees and sureties have been provided, whether the
documents have been properly signed, whether the Proposals are
responsive to the RFP documents and whether the Proposals are otherwise
generally in order.
The Proponent’s responsiveness will be determined as per the Group A
and Group B of the following responsiveness tables:
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 Form
Technical/
Financial
Proposal
1 One (1) original and Seven (7) Copies - One (1) of which is an electronic copy of the Proposal.
- - Technical
and Financial
2 Completed Form of Tender 1 - Financial
3 Completed Tender Security (TT$100,000.00) 2 - Financial
4 Technical Proposal Submission Form 3 1A Technical
5 Applicant’s Information Sheet 3 1B Technical
6 Work Experience of the Firm 3 1C Technical
7 Similar Type of Works 3 1D Technical
8 General Background and Organization including:
• Details of the Proponent’s D-B construction team inclusive of a
brief description of the Proponent’s 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.
3 1F Technical
9 Proof of Joint Venture or Consortium such as Joint Venture
Agreement. A Letter of Intent to enter into Joint Venture or
Consortium is not acceptable.
- - Technical
10
Technical Approach and Methodology, inclusive of Detailed Quality
Assurance/Quality Control (QA/QC) Manual and Detailed Health and
Safety Manual
3 1G Technical
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
26 | P a g e
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 Form
Technical/
Financial
Proposal
11
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.
3 1G Technical
12
Organization and Staffing, including manpower loading chart for all
aspects of the assignment, stating the roles, responsibilities, and the
level of participation of each key personnel.
3 1G Technical
13 Format of Curriculum Vitae (CV) for Proposed Key Professionals 3 1H Technical
14 Submission of conceptual designs (drawings and specifications) in
the required format (sketch is not accepted).
Conceptual drawings shall clearly state the dimensions in metric
system, and shall include at a minimum of the following:
• Architectural Drawing (elevations, cross sections, floor plan,
3D perspectives-all views).
• Schematic diagrams (or isometric drawings) of all services
e.g. Electrical, Plumbing, Mechanical..
• Site Layout drawings (General Site Layout with Xeriscaping,
Electrical Site Layout, Sewer Site Layout, Roads and Car
Parks).
• Structural Drawings (Foundation plan, Building Framing
Plan, Design Notes, calculations).
Technical Specifications shall clearly indicate all relevant
performance criteria, relating to material, equipment and finishes.
- - Technical
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
27 | P a g e
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 Form
Technical/
Financial
Proposal
1 Proponent's References
3 1E Technical
2 Proof of Payment of Tender Fee - - -
3 List of Proposed Major Sub-Contractors 3 1J Technical
4 Product Brochures, Data Sheets, Specifications, and
Local Agents. 3 1K Technical
5 Company Profiles and Signed Credentials of major Sub-contractors
- - Technical
6 Description of OSHA Violations, Workers’ Compensation claims or
safety claims, and any Statutory approval violations - - Technical
7 Power of Attorney or Signing Authority with Specimen Signature - - Technical
8 Proponents Representative - - Technical
9 Available Plant and Equipment. 3 1I Technical
10 Current Work Load - - Technical
11 Submission of the following documents for the Medical Equipment
as per the attached Medical Equipment Specifications:
• Brochures, data sheets, local agent/s;
• 1 year warranty and maintenance (parts and labour);
• Maintenance schedule (for 1 year) for each medical
equipment to provide for a 97% equipment uptime;
• CV of medical equipment maintenance personnel to be used;
and,
• Sample 4 years extended warranty, maintenance contract and
cost breakdown for parts and labour for Digital X-ray and
Dental X-Ray equipment only;
- - Technical
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
28 | P a g e
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 Form
Technical/
Financial
Proposal
12 Cost Proposal Submission Form 4 2A Financial
13 Financial Capability of the Proponent 4 2B Financial
14 Audited Financial Statements for the years 2010, 2011 and 2012,
where available, or management accounts for 2012, if unavailable 4 2B Financial
15 Average Annual Construction Turnover 4 2C Financial
16 Cost Breakdown Schedule 4 2D Financial
17 Proposed Cash Drawdown Schedule 4 2E Financial
18
Letters of commitment from Bank (s) / Financial Institution that the
project can be financed for at least four (4) months of the Proponent’s
Cash Draw Down Schedule
- - Financial
Proponents are advised to refer to the Responsiveness Checklists above to ensure that
they are responsive.
If a Proposal does not conform to these requirements or is not otherwise responsive, it
shall be rejected by NIPDEC, and shall not subsequently be made responsive by the
Proponent having corrected or withdrawn the non-conforming deviation or reservation.
2.9.2.1. 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 1F.
Failure to submit completed and signed Qualification
Questionnaire/s will render the Proposal non-responsive.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
29 | P a g e
2.9.2.2. Proposals determined to be 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.
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 Proponent 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
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
30 | P a g e
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.
2.9.3. Qualification Criteria
The Qualification Criteria are as follows:
Criteria Title Description/Requirements Result
A Eligibility of
Proponent
1. Submission of all documentation
required by this RFP, inter alia:
a. Valid VAT, NIS and BIR
Compliance Certificates (as
applicable)
b. Tender Security
c. Completed Form of Tender
Qualified or
Disqualified
B Financial
Qualification
1. Audited Financial Statements for the
last 3 years (2010, 2011, & 2012,
where available, or management
accounts for 2012, if unavailable).
2. Letters of commitment from Bank (s)
/ Financial Institution that project can
be financed for at least four (4)
months as per Proponent’s Cash Draw
Down Schedule
Evaluation will be done
based on the following:
Average annual
turnover :
- at least TT$20M per
year over the last three
(3) years (qualified).
- less than TT$20M per
year over the last three
(3) years (disqualified).
-Adequate funding
(qualified)
-Inadequate funding
(disqualified)
C Contract
Performance
1. History of Non-performing contracts
Qualified or
Disqualified
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
31 | P a g e
Only proponents who have passed ALL qualification criteria shall be
evaluated.
2.9.4. Evaluation Criteria – Technical / Cost
The Evaluation Committee will carry out the evaluation of the Technical
and Cost Proposals on the basis of their responsiveness to the RFP,
applying the Evaluation criteria and point system specified hereunder.
Criteria Title Description/Requirements RFP Clause References
Score
Max Min
D Detailed Design Proposal
1. Conceptual design and specifications
2. Proposed Medical Equipment documentation
Clauses 2.7.1.2.12 and
2.7.1.2.13
25 15
E Schedule, Method Statement, Q/A-QC & HSE Manuals
1. Methodology 2. Detailed schedule with
Critical Path 3. QA/QC Manual 4. Safety Manual
Clauses 2.7.1.2.5, 2.7.1.2.6
2.7.1.2.14 and 2.7.1.2.15
15 9
F Experience of Firm in Design-Build over the last five (5) years
1. Experience in all facets of the design of a health and/or similar facility, and construction of a public facility
2. Completed Projects (indicate if On Time and On Budget)
Clauses 2.7.1.2.3 15 9
G General Background and Organization including Qualification & Experience of Project Personnel
1. General Organizational Chart and Role definition.
2. Organizational Chart of Project Team and Project Role definition
3. Updated and signed CV’s of each Personnel in the Project Team
4. Equipment Resources 5. Present Workload
Clauses 2.7.1.2.2,
2.7.1.2.7, and 2.7.1.2.8
15 9
Technical Score (TS) 70 42
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
32 | P a g e
Criteria Title Description/Requirements RFP Clause References
Score
Max Min
H Financial Capability
1. Profitability Ratio = (Net Profit / Turnover) x 100 (>5%)
2. Liquidity Ratio = Current Assets / Current Liabilities (>1.5)
3. Indebtedness / Gearing Ratio = Total Liabilities / Total Assets (< 0.8)
Clause 2.7.2.2 5 3
I Cost Proposal Score (CPS) – based on reasonableness and adequacy 20 0
Total Cost Proposal Score 25 3
Ranking Score (RS) = (TS) + (CPS) 95
Presentation Score (PS) (see below, shortlisted Proponents only) 5 3
Total Score = (RS) + (PS) 100
Firms must attain at least the minimum score in each of the categories
of the Technical and Cost Evaluation for their Proposal to be
considered.
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.
2.9.5. Presentation
Upon completion of the evaluation of the Technical Proposal and the
Cost Proposal, NIPDEC shall rank Proponents in order of merit and the
highest ranking will be given to the Proponent with the highest score.
The three top firms will be short listed and invited to make a
presentation of their designs, which will be scored as indicated above.
The Presentation Score will be added to the Ranking Score to produce a
Total Score for each short listed Proponent. The Proponent with the
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
33 | P a g e
highest Total Score will be the Preferred Proponent and will be invited
for negotiations.
2.10 NEGOTIATIONS
Negotiations with the preferred Proponent will include a discussion of the
Technical Proposal and the Cost Proposal. NIPDEC and the Preferred
Proponent will develop an agreed Final Scope of Services and final terms to be
incorporated in the Contract. During negotiations NIPDEC shall be entitled to
open up for negotiations any aspect of the Preferred Proponent’s Proposal.
Inability to agree on detailed costs or compensation for the services or a
judgment on the part of NIPDEC that such costs or compensation are
inappropriate or excessive shall be sufficient cause for rejection of the
Preferred Proponent’s Proposal and for initiation of negotiations with the next-
ranked Proponent which follows in the final order of merit or for abortion of
the process.
Having selected a Proponent on the basis of, among other factors, an
evaluation of proposed key professional staff, NIPDEC expects to negotiate a
contract on the basis of the experts named in the Proposal. Before contract
negotiations, NIPDEC will require written assurances that the experts will
actually be available. NIPDEC will not consider substitutions during contract
negotiations unless both parties agree that undue delay in the selection process
makes such substitution 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 professional staff were offered in the Proposal without confirming
their availability, the Preferred Proponent may be disqualified.
1.11 AWARD OF CONTRACT
The Contract will be awarded following successful negotiations with a
preferred Proponent.
The Design-Build Contractor is expected to commence the services
immediately upon signing of Contract. The Design-Build Contractor shall
submit the Performance Bond, Insurances (Public Liability and Workmen’s
Compensation) and Professional Indemnity Bond/Insurance, updated letter of
Guarantee from Bank, Revised Schedule, and Commitment of Technical
Personnel prior to the signing of Contract.
A Foreign Design-Build Contractor shall be VAT registered within three
months of signing of the Contract.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
34 | P a g e
3. EMPLOYER’S REQUIREMENTS
3.1. Design-Build Services and Deliverables
3.1.1. Introduction
The Services to be performed by the Design-Build Contractor shall
include all Design, Project Management, Procurement, Pre-
construction, Construction, Construction Supervision, Supply and
Installation of Fixed and Loose Furniture, Fixtures and Equipment
(inclusive of medical equipment), and Post-Construction services. The
Design-Build Contractor will provide comprehensive administration
and management of all aspects of the project inclusive of Design and
Construction and will work with 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 to codes and standards required by statutory and
regulatory authorities.
3.1.2. Services and Deliverables
The services required include, but are not limited to the following:
a) Provision of all labour, materials, tools and equipment, and
Design-Build services necessary for design, construction and
outfitting of the project described herein, along with other specific
tasks as further defined by this Request for Proposal (RFP) and
the Contract.
b) The production of all drawings (in AutoCAD 2010 or latest
version) and calculations – Architectural (inclusive of all 3D
renderings), Civil/Structural Engineering, Mechanical, Electrical
Engineering, Interior Decorating, Landscaping, Site
Development, and any other services as required.
c) Provision of all necessary testing for design purposes to confirm
soil characteristics and site topography and all necessary quality
control testing during construction in order to ensure that all
material design and building specifications are satisfied.
d) Obtainment of all statutory approvals (outline and final) – Town
and Country Planning Division (T&CPD), Ministry of Works and
Transports; Water and Sewerage Authority (WASA) Approval,
Fire Services Department Approval, Regional Corporation,
Environmental Management Authority (EMA), Public Health
Inspectorate, Occupational Safety and Health Administration
(OSHA), Ministry of Energy, National Gas Company, National
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
35 | P a g e
Petroleum Marketing Company, Trinidad and Tobago Electricity
Commission (T&TEC), Electrical Inspectorate, Lift Inspectorate
and any other necessary approvals.
e) Submittal of a full set of “As Built” drawings, Final Statutory
Approvals, Keys, Spare Materials, Testing and Commissioning
documents, Warranties on equipment operations and Maintenance
Manuals on completion of construction.
f) Provision of Value Engineering, analysis of alternate construction
methods and materials for potential quality, cost and schedule
enhancements. Designs must comply with all relevant building
codes.
g) Maintenance and evaluation of construction documents for
constructability, serviceability, maintainability, potential
problems, ambiguous and omitted information within the project
budget.
h) Provision of Bills of Quantities and/or detailed breakdowns for
supporting the Cost Proposal.
i) Development of a project schedule inclusive of design phase and
construction phase. Activities shall be coordinated to accomplish
the completion of the project by the earliest date possible within
the stipulated project budget and time frame.
j) Development of a material procurement schedule, and manpower
and equipment utilization schedule, and to be coordinated with the
project schedule.
k) Submittal to NIPDEC of a detailed fortnightly progress reports
including updated photographs showing construction progress and
updated Gantt Charts, in order for NIPDEC to advise its Client –
the Ministry of Health – of the progress of the works. Additional
information shall be provided if requested by NIPDEC.
l) Submittal of As-Built drawings during the progress of
construction, in Auto CAD 2010 or latest version.
m) Development of requirements for safety, quality assurance, and
schedule adherence. NIPDEC’s HSE Guide for Contractors is
shown as Section 3.2.1. Annex 5.
n) The Design-Build Contractor should satisfy himself as to the full
extent and character of the works, the supply of material and all
local conditions and restrictions that may affect the works. He
should include in his proposal all payments that would be required
for labour and other resources to ensure that the project is
completed according to the agreed schedule.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
36 | P a g e
o) Provision of a detailed Quality Assurance / Quality Control
Manual showing proposed testing agencies.
p) The Design-Build Contractor shall be readily available and
immediately repair to the satisfaction of NIPDEC any defects that
will arise during the Defects Notification Period as set forth in the
Appendix to Tender.
q) Submission of all documentation contained in items a) to p) above
for records or approval as required.
3.1.3. Project Delivery Method
The Design-Build Contractor will perform Services required by this
RFP based on a fixed lump sum price. The Design-Build Contractor
will commit to a fixed lump sum price for all design, construction and
site development works. The selection of a Design-Build Contractor
will be based on the evaluation of qualifications and technical concepts
or solutions, c
osts and scheduling submitted by Proponents comprising a formal sealed
proposal to NIPDEC as outlined in Section 2.9 -
Qualification/Evaluation of Proposals. The Design-Build Contractor
will be responsible for design, pricing, value engineering and
constructability issues. Proponents are required to examine site
topography and soil conditions in the areas. Proponents shall propose
preliminary conceptual designs inclusive of recommended or required
building systems, elevations, areas, floor plans and cross sections in
limited detail for further development by the Design-Build Contractor.
3.1.4. Project Schedule
NIPDEC intends that the Design-Build Contractor will begin detailed
planning and design upon award of the Design-Build Contract. The
Design-Build Contractor as part of his planning and design services
will propose to NIPDEC a strategy for the best approach for the
successful completion of the New Sangre Grande Enhanced Health
Center
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
37 | P a g e
3.2.0 USER’S BRIEF AND CONDITIONS OF CONTRACT
3.2.1. User’s Brief
Annex 1 – User’s Brief / User Space Requirement
Annex 2 - NIPDEC HSE Guide
3.2.2. Conditions of Contract
Annex 3 - FIDIC 1999 General Conditions of Contract for Plant and
Design-Build
Annex 4 - Particular Conditions of Contract
Annex 5 - Appendix to Tender
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
38 | P a g e
SECTION 3.2.1 -
USER’S BRIEF
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
39 | P a g e
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
40 | P a g e
ANNEX 1 -
USER’S BRIEF / USER SPACE REQUIREMENT
NATIONAL INSURANCE PROPERTY DEVELOPMENT COMPANY LIMITED
USER’S BRIEF
TO INFORM THE REQUEST FOR PROPOSALS
TO PROVIDE
DESIGN-BUILD SERVICES FOR THE
CONSTRUCTION OF A NEW
SANGRE GRANDE ENHANCED HEALTH CENTRE
FOR
THE MINISTY OF HEALTH
OF
THE GOVERNMENT OF THE REPUBLIC OF TRINIDAD AND TOBAGO
September 2013
National Insurance Property Development Company Ltd.
USER’S BRIEF
Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
TABLE OF CONTENTS PAGE
NO.
UB - 1 INTRODUCTION 1
UB-1.1 Description 1
UB-1.2 The Site 1
UB - 2 FACILITY DESIGN 3
UB-2.1 Facility Design Codes and Standards 3
UB-2.2 Facility Design Overview 3
UB-2.2.1 General Building Organization 3
UB-2.2.2 Clinic and Non-Clinic Support Space 4
UB-2.2.3 Infection Prevention and Control
Requirements 6
UB-2.2.4 Security 11
UB-2.2.5 Landscaping 13
UB-2.2.6 Air Conditioning and Air Exchange System 13
UB-2.2.7 Emergency Power 13
UB-2.2.8 Wastewater Treatment 14
UB-2.2.9
Fire Detection, Alarm, and Suppression
System 15
UB-2.2.10 Elevator System 15
UB-2.2.11 Other services and Performance Requirements
Associated with the Project 16
UB-2.2.12 Medical Equipment 17
UB-2.2.13 Maintenance 17
UB - 3 REQUIREMENTS 18
UB-3.1 Building Overview 18
UB-3.1.1 Ground Floor 22
UB-3.2 External Works 24
UB - 4 USER SPACE REQUIREMENTS 26
UB - 5 SUMMARY OF NOMINAL AREAS PER ACTIVITY SPACE 102
UB – 6 EXISTING DESIGNS & SPECIFICATIONS 108
APPENDIX 1 : ICT REQUIREMENTS 110
APPENDIX 2 : MEDICAL EQUIPMENT SPECIFICATION
SHEET 129
APPENDIX 3 : LAND SURVEY REPORT 136
APPENDIX 4 : GEOTECHINICAL INVESTIGATION
REPORT 137
1
UB-1. INTRODUCTION
UB-1.1 Description
The Government of the Republic of Trinidad and Tobago (GORTT) through the
Ministry of Health (MoH) continues to improve the delivery of health care
services in Trinidad and Tobago. In this regard, the MoH has obtained Cabinet
approval for the construction of a New Sangre Grande Enhanced Health Centre.
It is proposed to construct a one or two-storey building with space for
Administration, Pharmacy, Mental Health, Treatment Rooms,
Consult/Examination Rooms, Out Reach Services, Ophthalmology and
Audiology, Dental Clinic, Pharmacy, Wellness Centre, HIV Testing,
Electrocardiography (ECG), X-Ray Services, Phlebotomy, Mental Health and
Medical Records, inclusive of all services, furniture, fixtures and equipment
(exclusive of medical equipment), and all necessary external works, hereinafter
referred to as the Project.
A key input to the design process is the definition of the philosophy of the Project,
the user arrangement and the spatial requirements for this Project. This User Brief
outlines the functional and physical space needs for the organization and takes
into account such elements as offices, washrooms, waiting areas, various medical
rooms, storage rooms, common areas, and other functional areas described below.
The purpose of this document is to provide a detailed description of the user and
space requirements for the Project to guide Proponents in the preparation of their
responses to the Request for Proposal (RFP) for the design and construction of the
Project.
UB-1.2 The Site
This Site is approximately three (3) acres in area and is situated on Ojoe Road
Sangre Grande, south of the existing Sangre Grande Hospital and was assigned by
2
the Cabinet of the Republic of Trinidad and Tobago to the Ministry of Health for
the above mentioned purpose.
It is anticipated that this area will be utilised for the design and construction of the
new Health Centre, Driveways and Parking Lots, taking into consideration the
necessary setbacks as prescribed in the Town and Country Planning regulations.
West of the Property allocated for the SGEHC, a hospital is to be sited which will
share certain infrastructural elements such as drainage, fencing, car parks,
lighting, security etc.
The boundaries and topographical features of the Site are as detailed in the Land
Survey report included in the RFP (See Appendix 3).
The subsoil conditions inclusive of recommendations for the design and
construction of foundations are as detailed in the Geotechnical Investigation
report included in the RFP (See Appendix 4).
The design, construction, equipping and all related works must be completed
within fifteen (15) months.
Designs for the facility was previously completed in 2006 however the
construction of the building was not executed. Since then there have been several
additional End User requirements and services areas to be included for the
facility. This RFP requires that the criteria governing the design and construction
of the structure should be based on the; Section UB-2: Facility Design; Section
UB-3: Requirements, Section UB-4: User Space Requirements, Section UB-5:
Summary of Nominal Areas per activity space and in Section UB-6 Existing
Designs and Specifications.
The Design/Build Contractor shall modify the existing Designs and specifications
based on the aforementioned criteria for the development of new designs for the
3
New Sangre Grande Enhanced Health Centre. The designs shall ensure clarity of
layout; spatial allocations and adjacencies, functionality; aesthetics; services;
furniture, fixtures and equipment; external works; the number and types of
persons to be accommodated; the desired level of security and any special needs
pertinent to facilities of this nature, are all accommodated.
UB-2.0 FACILITY DESIGN
UB-2.1 FACILITY DESIGN CODES AND STANDARDS
Facility design and construction shall comply with all relevant codes and
standards (or latest editions) in order to carry out a satisfactory design. The design
shall include, at the minimum and are not limited to, the following standards:
� Building Notes of the National Health Services (NHS) of UK (Latest
Edition)
� International Code Council ICC codes and Standards
� American Concrete Institute ACI Codes
� Trinidad and Tobago Bureau of Standards (TTBS)
� American Society for Testing and Materials (ASTM)
� American Society for Heat Refrigeration Air Conditioning Engineers
(ASHRAE)
� Caribbean Uniform Building Code (CUBIC)
� Underwriters Laboratories (UL)
� International Building Code (IBC)
� US Food and Drug Administration (FDA) for Medical Equipment
� All local statutory agencies.
UB-2.2 FACILITY DESIGN OVERVIEW
The Design shall conform to the following general requirements:
UB-2.2.1. General Building Organization
Since the operational nature of the New Sangre Grande Enhanced
Health Centre is to accommodate both visitor/patient access and
secured support spaces, the organization of the building needs to zone
the layout of the spaces to clearly establish a public-to-private
4
sequence of interior spaces and make provisions in all areas that are
convenient to differently-abled persons. This zoning will allow both
visitor/patient and secure operations to occur simultaneously and
independently of one another.
The public-to-private sequence of spaces should start with the
reception and the waiting area, followed by secure support clinical and
non-clinical spaces. The common and shared building spaces would be
distributed among the rooms and secure spaces as required. To avoid
cross-circulation between visitors and secure facility zones, dedicated
office and secure circulation corridors will need to be established.
Separation of the visitor/patient entrance from the secure entrances
will also work to establish and maintain a public-to-private zoning of
the building layout. Ideally, this separation should be characterized by
sufficient distance to provide an effective visual and auditory barrier
between the public and secure facility entrances. Operations at the
administrative and technical levels are to be accommodated in the
design of the designated building and must be sufficiently separate as
described herein.
UB-2.2.2. Clinic and Non-Clinic Support Space
The spaces that will support the offices, clinics, and related support
functions for the Project must have similar characteristics with regard
to utilities, finishes and furnishings. The closed offices and clinics
must be characterized by acoustically hard walls and doors that define
the perimeter of the room. Use of high impact gypsum wall board is
suggested in high activity areas where damage to walls is expected, in
order to minimize the need for repair due to impact damage in these
high activity areas.
5
Generally, finishes include high grade porcelain tiles and/or seamless
vinyl for floor finish, painted gypsum stud wall or concrete block
partition walls (where appropriate) are to be expected on walls, and
suspended acoustic tile or gypsum ceiling with lighting (where
appropriate), ventilation, and fire detection, alarm and suppression
fixtures (as appropriate) recessed into the ceiling system. However,
due to infection control, some areas have specific finishes which will
be detailed in the succeeding sections.
Furnishings for the clinical rooms will include some mix of a desk and
desk chair, a variety of under desk storage cabinets and drawers (files,
supplies, and related items.), stainless steel deep sinks, wall mounted
shelves and floor mounted lateral file cabinets and other specific
clinical equipping which will be detailed in the foregoing section.
Executive offices must receive additional furnishings including a mix
of visitor seating, supplies credenza, and conference table with chairs.
The utilities that are provided to the office and clinical spaces must
include standard power and communications/ data services.
Lighting must be supplied by high efficiency recessed fluorescent
fixtures providing indirect and diffused illumination to prevent glare
and sharp shadow casting; photo and motion/ thermal sensor could be
used in conjunction with the fluorescent lights to minimize the use of
artificial lighting if sufficient natural daylight is available. Emergency
power must be supplied by an emergency generator while
uninterrupted power will be provided by local or centralised UPS
units, where required.
6
UB-2.2.3. Infection Prevention and Control Requirements
UB - 2.2.3.1 Hand Hygiene
Hand hygiene is the single most important measure
in reducing the spread of infection. It is an
infection control practice with a clearly
demonstrated efficacy, and remains the cornerstone
of efforts to reduce infection. Good design with
sufficient hand wash basins approximately placed
can increase compliance.
a) Hand Washing Facilities
All clinical rooms must have adequate hand
hygiene facilities; preferably a designated
hand wash basin with wall-mounted liquid
soap dispenser and paper towel dispenser.
In addition, it is required to have alcohol
hand rub available in the room.
b) Hand Wash Basins
• Taps to all clinical areas should be
elbow taps controlled with a mixer tap.
Sinks should be stainless steel and have
NO plug or overflow and the water
should not be directly over the outflow
as this can lead to the splashing of
micro-organisms from the drain (HBN
10).
7
• Hand wash basins must not be
obstructed and must be free of clutter
and inappropriate items.
• Hand disinfections, soaps and alcohol
hand rub (including drip trays to
prevent splashes) should be wall
mounted near the sink and should not
be refillable, but be of a disposable
single-cartridge design.
• Paper towels should be wall mounted
and located conveniently above or near
the hand wash basin.
• Cotton, absorbent towels MUST NOT
be used.
• Foot operated bins should be provided
and situated near each hand washbasin.
• Waterproof splash backs e.g. Integrated
Plumbed System (IPS) (with a good
seal) should be fitted behind all sinks.
However, the location of the hand wash
basin should not be within the curtained
patient examination area and should be
away from surfaces e.g. worktops,
where splashing may occur.
c) Alcohol Hand Rub
The use of alcohol hand rub is
recommended as the gold standard for hand
hygiene (World Health Organization
8
(W.H.O) 2009) and therefore is advocated
alongside hand wash facilities.
• Alcohol hand rub is available in a wall
mounted dispenser (located in the
clinical zone), pump dispenser or hand
carriage.
• Alcohol hand rub pump dispensers/
hand carried containers must not be
refilled.
UB - 2.2.3.2 Finishes
a) Recommendation for Finishes
The finishes should be designed to provide a
comforting environment for patients and
practitioners. During planning, materials
and finishes should be selected to minimize
maintenance; they should be compatible
with the rooms intended function. All
finishes in patient and clinical areas should
be chosen with cleaning in mind, especially
where contamination with blood or body
fluids is a possibility. All walls, soft
furnishings, e.g. patient chairs and couches
and floor finishes in any clinical areas
MUST be accessible and capable of easy
cleaning, be able to withstand cleaning with
chlorine releasing product up to 10,000 parts
per million (p.p.m) and should also dry
quickly (See appendix).
9
b) Floor Coverings
• 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.
Areas such as conference rooms shall
contain suitable flooring to improve
acoustics and absorb sound in the room.
10
c) Walls
Smooth paint surfaces are easier to clean,
i.e. acrylic emulsion or eggshell finish.
d) Ceilings
Ceilings should be easily accessible for
cleaning with no hidden lighting or box
work, and preferably with a wipeable
smooth surface.
e) Windows
The room should have a window to the
outside for views and to offer natural
ventilation. It may be necessary to shield
views into the room from outside by
appropriate means, e.g. obscure glass.
f) Curtains
All curtains must be fire retardant and
antibacterial.
g) Blinds
Venetian blinds should not be used, as they
are extremely difficult to clean. 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. All rooms shall
have vertical venetian blinds. However,
11
Clinical Areas MUST have venetian blinds
between two glass panes.
h) Lighting
Artificial lighting which is easily
controllable, with the capacity to provide
low levels of lighting is recommended.
i) Soft Furnishings
These are easily contaminated, and may
become malodorous, so they should be
covered in a material that is impermeable to
fluids, or of the vinyl variety that is
wipeable and not affected by chorine
releasing cleaning products.
j) Work Surfaces
These should be designed for ease of
cleaning. Surfaces near plumbing fixtures
should be smooth, non-porous and water
resistant. They should be free of cracks,
fissures, open joints and crevices that will
retain or permit the passage of dirt and
particles.
k) Joints
All joints must be sealed and well
maintained. Keep work surface clear, not as
storage areas.
UB-2.2.4. Security
As noted previously, the Project will need to be designed to
accommodate both visitor access and secure facility operations. Visitor
12
access is important to support the function and operations of the
facility. Providing access in a user friendly manner will help reinforce
the character of the Project as a welcoming and open facility that has a
central and critical role in the provision of quality services to the
citizens of Trinidad and Tobago.
A secure facility is important to ensure that [1] consistency in the
quality of service is maintained, [2] continuous facility operations are
maintained, [3] critical assets (people, information and materials) are
protected, [4] opportunities for disruption of the new Sangre Grande
Enhanced Health Centre functions and operations are minimized, and
[5] the safety and security of staff and visitors are ensured and
maintained. Because of the location of this preferred Site for the new
Sangre Grande Enhanced Health Centre, attention to passive and
active security measures must work together to maximize the safety
and security of the Project. Passive security design will work to
minimize the opportunities to breech the Project security through
passive surveillance, access control, and territorial reinforcement.
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.
The integrated application of passive and active security measures
starting from the perimeter of the Project Site and proceeding in layers
of security, as people move through the Site and building should work
to establish and maintain a vigilant and effective security system.
13
UB-2.2.5. 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. Entrances to the buildings must be kept clear of
landscaping materials that can be inadvertently blown or carried into
either of the buildings. Low maintenance perennials must be provided,
so as to minimize life cycle facility costs, labour and other resource
needs, as well as to reduce the chances of allergens and other plant and
soil materials that are brought into the new building. The general
approach should seek to increase occupant health and decrease
maintenance and operating costs while lending to an aesthetically
pleasing ambience.
UB-2.2.6. Air Conditioning and Air Exchange System
The requirement is for the supply and installation of a complete Direct
Expansion System. Some Clusters may carry the same type units
accurately sized and zoned for optimum efficiency. All washrooms
should carry suitably sized extractor fans. The Proponent should allow
for the selection of units which use environmentally friendly
refrigerant R410A (or equal) – which is not scheduled for phase out.
Duct work design and installation shall be in accordance with
ASHRAE standards.
UB-2.2.7. Emergency Power
A 24 hour diesel-fuel emergency generator system with a base
mounted double-walled tank should be provided to serve critical
building ventilation systems, emergency lighting, computer sets,
communication systems, the fire detection and alarm systems, security
systems and the treatment/examination rooms. It shall be an outdoor
14
type generator located in a secured area with exhaust system providing
releases downwind of the proposed building and suitably located so as
to provide little or no interference or contamination of the
environmental observations required to be measured by the Sangre
Grande Enhanced Health Centre after handover.
UB-2.2.8. Waste Treatment
UB-2.2.8.1 Wastewater Treatment
A complete sanitary waste and vent system must be provided. 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). A suitable system for treatment of
medical waste from the building shall be provided as appropriate.
UB-2.2.8.2 Medical/ Biomedical Waste
Medical Waste, (MW) otherwise known as clinical waste, normally
refers to waste products from the Health Centre that cannot be
considered general waste.
Biomedical Waste, (BMW), consists of solids, liquids, sharps, and
laboratory waste that are potentially infectious or dangerous and are
considered bio-waste. This waste must be properly managed to
protect staff as well as the general public.
A suitable system for collection, temporary storage and transportation
from the Health Centre to an off- site treatment facility has to be
included.
15
It is assumed that other government agency will provide the off –site
treatment while the transportation can be contracted services.
While Trinidad and Tobago has no specific standards for this activity,
it is expected that the system(s) proposed will meet international
standards e.g. OSHA and The USEPA.
UB-2.2.9. 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.
The Building shall be equipped with adequate fire prevention facilities
– hose reels, extinguishers, emergency exit signage, sprinkle/
suppression system (if applicable), smoke/heat detectors and alarms, as
well as hydrants externally as required.
UB-2.2.10. Elevator System
The Proponent shall include in its Proposal a two-stop elevator system
with a maximum capacity of twelve (12) passengers at one time. The
elevator system to be carried out shall include the whole of the design,
labour and all materials necessary to form a complete installation
including any necessary builders works, tests, adjustments,
commissioning and maintenance as prescribed and all other incidental
sundry components necessary, together with necessary labour for
installing such components, for the complete execution of the works
and for the proper operation of the installation. It shall also include all
necessary co-operation with other contractors involved on the Site in
respect of co-ordination, programming, scheduling and sequence of
16
installation of the works. In addition, the elevator system shall be in
compliance with all Government and Local ordinances, orders, rules
and regulations, and shall be in accordance with the current Code of
Practice for the installation of an elevator system.
The Proponent shall submit prior to hand over all necessary operating
and maintenance manuals, warranties, as-built drawings, and shall
obtain a certification of approval from the Lift Inspectorate of Trinidad
and Tobago.
UB-2.2.11. Other Services and Performance Requirements Associated with
the Project
� 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.
� Building services must include integrated intra and extra network
computer set installations in accordance with The Ministry of
Health Guidelines as supplied in Appendix 1.
� Windows should be capable of being opened should the Air
Conditioning be disrupted.
� Disruption of Air Conditioning over the entire building should be
avoided. If possible Air Conditioning should be zoned.
� Wastewater and Effluent Treatment Systems must be designed to
meet or exceed applicable Statutory Codes.
� Reserve water supply shall be catered for.
� The proponent shall submit specific information on the equipment
they intend to supply. Such information shall include but not be
limited to:
- Name of Product and Model;
- Detailed Product Specifications and Descriptions;
- Details on equipment warranties to be provided;
17
- Manufacturer’s Name, Address and Contact details;
- List of accredited local distributors, Dealers and Service Centre
together with their particulars;
- Accreditation and/ or certification standards for the product e.g.
CE Marking, US Food & Drug Administration (FDA);
- All accessories to be provided with the equipment;
- Training for operators and maintenance personnel to be
provided with the equipment and;
- Soft licenses required for the use, operation and maintenance of
the equipment.
UB-2.2.12. Medical Equipment
The Proponent shall provide the infrastructure and shall supply,
install, test and commission all medical equipment listed in the User
Space Requirement to be supplied by the Contractor. See Appendix
2 for Medical Equipment Specifications.
In addition, the Proponent shall provide infrastructure for all Client-
Supplied medical and non-medical equipment as specified.
UB-2.2.13. Maintenance
The Proponent shall provide one (1) year warranty and one (1) year
maintenance for parts and labour to all Contractor-supplied
equipment as stated in the specification. Maintenance of the
equipment shall be in accordance with the manufacturer’s
requirements for warranties, and a maintenance schedule shall be
submitted to the Client for approval. In addition, Proponents shall
provide extended warranties (4 years) for parts and labour for X-ray
Systems (General and Dental).
18
UB-3. REQUIREMENTS
The requirements for the new Sangre Grande Enhanced Health Centre broadly consist of
the following types of accommodations:
• One or two Storey Building (as per Proponent’s discretion);
• External Works;
• Driveways and Parking Facilities;
• Supply of Furniture, Fixtures and Equipment (inclusive of Room and Directional
Signage Internal and External, exclusive of medical equipment.
Optionally, at the Employer’s discretion, the Works may include developmental works
outside the Site, such as:
• Road Works (inclusive of Road Signage)
• Drainage
• Telephone Infrastructure
• Power Infrastructure
• Water Supply and Sewage main
The Proponent must design these functional areas in conformity with these details and
obtain the approval of the Employer before construction.
UB-3.1. BUILDING OVERVIEW
The new Sangre Grande Enhanced Health Centre should have a total nominal
floor area of 1750m2
- 1850m2, inclusive of circulation area. The following
description provides the requirements on the basis of a one (1) storey structure
to highlight, inter alia, necessary adjacencies. The Proponent, at its discretion,
may provide an equivalent single and/or multi-storey structure provided that
the requisite adjacencies are maintained, and shall be cost effective when
compared to a two (2) storey structure. Main entrance of this building shall be
appropriately designed using Ojoe Road as the main access. In addition, the
Proponent shall include on its proposal a location maps and signage e.g.
directional signage, room signage, parking signage, etc. which is to be
strategically located as it deemed appropriate.
19
The building shall compose of public, clinical, areas and staff areas. All of the
mentioned functional areas are subdivided into clusters to guide the
Proponents in providing the correct adjacencies of rooms according to its
functions so as not to disrupt the flow of operation of the building.
During the review and modification of the existing designs and specifications
towards the development of new designs for the New Sangre Grande
Enhanced Health Centre, the Proponent shall note the following
comment/changes to the existing designs.
Room # Room Name Remarks
EH-00 DIS WC / Breast Feeding See room data sheets
EH-01 Reception See room data sheets
EH-02 Medical Records See room data sheets
EH-03 Security See room data sheets
EH-05 Consult / Exam rm. To be renamed Doctor's Consultation/ Examination
Room. See Room data Sheets.
EH-06 Consult / Exam rm. To be renamed Doctor's Consultation/ Examination
Room. See Room data Sheets.
EH-07 Consult / Exam rm. To be renamed Doctor's Consultation/ Examination
Room. See Room data Sheets.
EH-08 Consult / Exam rm. To be renamed Doctor's Consultation/ Examination
Room. See Room data Sheets.
EH-09 Consult / Exam rm. To be renamed Doctor's Consultation/ Examination
Room. See Room data Sheets.
EH-10 Consult / Exam rm. To be renamed Nurses' Consultation/ Examination
Room. See Room data Sheets.
EH-11 Consult / Exam rm. To be renamed Nurses' Consultation/ Examination
Room. See Room data Sheets.
EH-13 Ophthalmology & Audiology See room data sheets
EH-14 Dental Clinic. See room data sheets
EH-15 Dental Reception See room data sheets
EH-16 Dental Counsel See room data sheets
EH-17 Wellness Clinic See room data sheets
EH-18 Nurses Station See room data sheets
EH-20 Clean Utility See room data sheets
EH-21 Dirty Utility See room data sheets
20
Room # Room Name Remarks
EH-24 Staff/Seminar Room To be renamed staff conference and seminar room
EH-27 Store rm. 1 See room data sheets
EH-28 Nurse Office To be renamed DHV Office
EH-32 Cleaner rm. See room data sheets
EH-33 Outreach Services / Staff Lounge To be renamed Staff Lounge. See room data sheets.
EH-42 Communication rm. See room data sheets
EH-43 Control Point See room data sheets
EH-45 Nurse Assistant To be renamed Nurses Assistant/ Screening Room.
See room data sheets.
EH-47 Dental Sub-waiting Area See designs
EH-56 Store rm.
Pharmacy. See room data sheets EH-57 Store rm.
EH-58 Dispensary Counselling
EH-59 Pharmacy Dispensing
EH-A Ultrasound Room See room data sheets
EH-B X-Ray Room See room data sheets
EH-C ECG Room See room data sheets
EH-D Phlebotomy Room/ Point of Care Testing
Room See room data sheets
EH-E HIV Testing Room See room data sheets
EH-F General Consultation Area See room data sheets
EH-G Store Room – Linen
EH-H Minor Procedure Room Minor Procedure Area. See room data sheets.
EH-I Observation Bay
EH-J Doctor's Consultation/ Examination Room
GP Area. See room data sheets. EH-K Nurses’ Consultation/ Examination Room
EH-L Screening Room
EH-M Mental Health Reception and Waiting Area
Mental Health Area. See room data sheets.
EH-N Doctor's Consultation/ Examination Room
EH-O Mental Health Officer Room
EH-P Psychiatric Social Worker Room
EH-Q Clinical Psychologist
EH-R Occupational Therapy/Drug Rehabilitation
Room
EH-S Administrative Entrance and Waiting Area
Administrative Area. See room data sheets.
EH-T PCP II Workstation
EH-U PHCSAO Workstation
EH-V Senior District Health Visitor Workstation
EH-W Medical Social Worker Work Station
21
Room # Room Name Remarks
EH-X Medical Records Assistant Workstation
EH-Y Senior Pharmacist Workstation
EH-Z CRO Work Station See room data sheets
EH-AA Family Planning Clerical Room
Family Planning Area. See room data sheets. EH-AB Family Planning Consultation Room
EH-AC Pap Smear Room
EH-AD Ophthalmology & Audiology Waiting Room See room data sheets
EH-AE Canteen See room data sheets
EH-AF Main Waiting Area See room data sheets
EH-AG Children's Play Area See room data sheets
B1 Staff Male Washroom To be shared by Cluster 1, 2, 3, 4 & 5
B2 Staff Female Washroom To be shared by Cluster 1, 2, 3, 4 & 5
B3 Public Male Washroom To be shared by Cluster 1, 2, 3, 4 & 5
B4 Public Female Washroom To be shared by Cluster 1, 2, 3, 4 & 5
B5 Staff Male Washroom For Cluster 6
B6 Staff Female Washroom For Cluster 6
B7 Public Male Washroom For Cluster 6
B8 Public Female Washroom For Cluster 6
B9 Staff Male Washroom For Cluster 8
B10 Staff Female Washroom For Cluster 8
Subsequent to the review of the above-mentioned modifications, the proponent shall design
according to the rooms and clusters as identified in U.B.-3.1.1 Ground Floor and UB-4 User
Space Requirements.
22
UB-3.1.1 GROUND FLOOR
Room # Room Name Remarks Adjacencies
Cluster 1
EH-00 DIS WC / Breast Feeding
Next to Cluster
2&3. Near to
Cluster 4
EH-01 Reception
EH-02 Medical Records
EH-03 Security
EH-05 Doctor's Consultation/ Examination Room.
EH-06 Doctor's Consultation/ Examination Room.
EH-07 Doctor's Consultation/ Examination Room.
EH-08 Doctor's Consultation/ Examination Room.
EH-09 Doctor's Consultation/ Examination Room.
EH-10 Nurses' Consultation/ Examination Room.
EH-11 Nurses' Consultation/ Examination Room.
EH-13 Ophthalmology & Audiology
EH-18 Nurses Station
EH-20 Clean Utility
EH-21 Dirty Utility
EH-45 Nurses Assistant/ Screening Room
EH-J Doctor's Consultation/ Examination Room
GP Area EH-K Nurses’ Consultation/ Examination Room
EH-L Screening Room
EH-Z CRO Workstation
EH-AD Ophthalmology & Audiology Waiting Area
EH-AE Canteen
EH-AF Main Waiting Area
EH-AG Children's Play Area
Cluster 2
EH-A Ultrasound Room
Next to Cluster
1&3. Near to
Cluster 4
EH-B X-Ray Room
EH-C ECG Room
EH-D Phlebotomy Room/ Point of Care Testing
Room
EH-E HIV Testing Room
EH-AA Family Planning Clerical Room
Family Planning Area. EH-AB Family Planning Consultation Room
EH-AC Pap Smear Room
Cluster 3
EH-H Minor Procedure Room Minor Procedure Area
Next to Cluster
1&2. Near to EH-I Observation Bay
23
Room # Room Name Remarks Adjacencies
Cluster 4
Cluster 4
EH-14 Dental Clinic.
Dental Near to Cluster 1, 2
& 3
EH-15 Dental Reception
EH-16 Dental Counsel
EH-47 Dental Sub-waiting Area
Cluster 5
EH-56 Store rm.
Pharmacy Next to main
waiting area
EH-57 Store rm.
EH-58 Dispensary Counselling
EH-59 Pharmacy Dispensing
Cluster 6
EH-M Mental Health Reception and Waiting Area
Mental Health Area None
EH-N Doctor's Consultation/ Examination Room
EH-O Mental Health Officer Room
EH-P Psychiatric Social Worker Room
EH-Q Clinical Psychologist
EH-R Occupational Therapy/Drug Rehabilitation
Room
Cluster 7
EH-17 Wellness Clinic Main Entrance
Cluster 8
EH-24 Staff Conference Room None
EH-28 DHV Office
EH-33 Staff Lounge
EH-F General Consultation Area
EH-S Administrative Entrance and Waiting Area Administrative Area
EH-T PCP II Workstation
EH-U PHCSAO Workstation
EH-V Senior District Health Visitor Workstation
EH-W Medical Social Worker Work Station
EH-X Medical Records Assistant Workstation
EH-Y Senior Pharmacist Workstation
Cluster 9
EH-G Store Room – Linen
See Designs
EH-27 Store rm. 1
EH-32 Cleaner rm.
EH-42 Communication rm.
EH-43 Control Point
24
Room # Room Name Remarks Adjacencies
Cluster 10
B1 Staff Male Washroom To be shared by Cluster 1, 2,
3, 4 & 5
B2 Staff Female Washroom To be shared by Cluster 1, 2,
3, 4 & 5
B3 Public Male Washroom To be shared by Cluster 1, 2,
3, 4 & 5
B4 Public Female Washroom To be shared by Cluster 1, 2,
3, 4 & 5
Cluster 11
B5 Staff Male Washroom For Cluster 6
B6 Staff Female Washroom For Cluster 6
B7 Public Male Washroom For Cluster 6
B8 Public Female Washroom For Cluster 6
Cluster 12
B9 Staff Male Washroom For Cluster 8
B10 Staff Female Washroom For Cluster 8
UB-3.2. EXTERNAL WORKS
The Proponent shall include for the design and construction of all external services
including roads, footpaths, water supply distribution system, overhead tank, water
sump, sewerage system, solid waste disposal, storm water drains with rain water
harvesting, street lighting, horticulture and other public amenities. In addition, the
Proponent shall include provisional unique feature e.g. Statue or water feature, to
be placed at the front of the building.
The entire Site shall be a mixture of greenery and paved surface as deemed
appropriate. All paved areas shall be well graded, properly drained and shall be
capable of bearing the load of vehicular traffic as defined in Table 1. Provision
must be made for 50 parking spaces as also shown in Table 1:
25
Table 1- Section – Parking
Type of Parking Type of Vehicle No. of
Vehicles
Work Vehicle Parking Medium to light vehicles (no large vehicles) 5
Reserved Parking Light vehicles 15
Visitor / Patient Parking Light vehicles 30
26
UUBB –– 44::
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
27
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Breast Feeding Station Room/Space
Number: EH-00
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function Serve as the mother/patient breast milk expressing station
Space Description Closed space with standard finishes with attached washroom
Occupant Load Up to 3 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture
Desk, Chair, Bin, Clock, Tissue Dispenser, Hand sanitizer Dispenser, Arm chair,
crib, visitor chair, Phone, shelving for personal belongings and built-in
bookcase.
Attached washroom:
1 water closets (one for PWD), sink and vanity counter top with elbow tap,
under counter cupboards, Tissue Dispenser, soap dispenser, waste bin.
Medical Furniture (supplied by
others) One (1) Electronic breast pump
Specialties Attached Washroom. See designs
Communications Two (2) phones / data / communication outlet
Remarks Proponent to Propose Design
28
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Reception Room/Space
Number: EH-01
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 25m
2 Quantity: 1
Function Main Reception Area
Space Description General open space for registration with clerks’ counter enclosed in Plexiglas
Occupant Load Up to 10 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture
Five registration stations with partitions, counter top with storage for
personal effect (lockable), 5 staff chairs, 5 visitor chairs, built-in shelving,
holder for brochures, suggestion box, digital display, clock, waste bin and
hand sanitizer.
Medical Furniture (supplied by
others) None
Specialties None
Communications Seven (7) phone / data / communication outlet
Remarks Increase from 3 stations to 5 stations. Proponent to Propose Design
29
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Medical Records Room/Space
Number: EH-02
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 15m
2 Quantity: 1
Function General filing of medical records of at least 25,000 files
Space Description Closed space with standard finishes
Occupant Load No permanent occupancy
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture Mechanical mobile shelving, enclosed shelving for archived files, filing index
cabinet, step ladder, Pedestal desk with 1 chair.
Medical Furniture (supplied by
others) None
Specialties None
Communications One(1) phone / data / communication outlet
Remarks Proponent to Propose Design
30
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Security Room/Space
Number: EH-03
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 4m
2 Quantity: 1
Function Security Station
Space Description Open space with standard finishes
Occupant Load Up to one (1) person
Hours of Use Monday – Friday 8:00am to 10:00pm
Adjacencies See Designs
Contractor Supplied Furniture Desk, chair, Waste bin, Phone
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
31
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Doctor's Consultation/
Examination Room
Room/Space
Number: EH-05
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function Patient Examination Room
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons with sub waiting area
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture
1 deep sink with elbow tap with vanity counter top, mirror, Automated soap
dispenser, Automated Hand sanitizer Dispenser, Tissue dispenser, counter
top with over head and under counter storage, phone, waste bin, desk, chair,
two (2) visitor chairs, clock, and step stool.
Contractor Supplied Medical
Equipment Antibacterial impregnated fabric (Privacy Screen), X-Ray view box.
Medical Furniture (supplied by
others)
Examination bed with storage, diagnostic sets, angled pulsed light and IV
stand.
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
32
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Doctor's Consultation/
Examination Room
Room/Space
Number: EH-06
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function Patient Examination Room
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons with sub waiting area
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture
1 deep sink with elbow tap with vanity counter top, mirror, Automated soap
dispenser, Automated Hand sanitizer Dispenser, Tissue dispenser, counter
top with over head and under counter storage, phone, waste bin, desk, chair,
two (2) visitor chairs, clock, and step stool.
Contractor Supplied Medical
Furniture Antibacterial impregnated fabric (Privacy Screen), X-Ray view box.
Medical Furniture (supplied by
others)
Examination bed with storage, diagnostic sets, angled pulsed light and IV
stand.
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
33
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Doctor's Consultation/
Examination Room
Room/Space
Number: EH-07
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function Patient Examination Room
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons with sub waiting area
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture
1 deep sink with elbow tap with vanity counter top, mirror, Automated soap
dispenser, Automated Hand sanitizer Dispenser, Tissue dispenser, counter
top with over head and under counter storage, phone, waste bin, desk, chair,
two (2) visitor chairs, clock, and step stool.
Contractor Supplied Medical
Furniture Antibacterial impregnated fabric (Privacy Screen), X-Ray view box,
Medical Furniture (supplied by
others)
Examination bed with storage, diagnostic sets, angled pulsed light and IV
stand.
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
34
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Doctor's Consultation/
Examination Room
Room/Space
Number: EH-08
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function Patient Examination Room
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons with sub waiting area
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture
1 deep sink with elbow tap with vanity counter top, mirror, Automated soap
dispenser, Automated Hand sanitizer Dispenser, Tissue dispenser, counter
top with over head and under counter storage, phone, waste bin, desk, chair,
two (2) visitor chairs, clock, and step stool.
Contractor Supplied Medical
Furniture Antibacterial impregnated fabric (Privacy Screen), X-Ray view box,
Medical Furniture (supplied by
others)
Examination bed with storage, diagnostic sets, angled pulsed light and IV
stand.
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
35
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Doctor's Consultation/
Examination Room
Room/Space
Number: EH-09
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function Patient Examination Room
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons with sub waiting area
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture
1 deep sink with elbow tap with vanity counter top, mirror, Automated soap
dispenser, Automated Hand sanitizer Dispenser, Tissue dispenser, counter
top with over head and under counter storage, phone, waste bin, desk, chair,
two (2) visitor chairs, clock, and step stool.
Contractor Supplied Medical
Furniture Antibacterial impregnated fabric (Privacy Screen), X-Ray view box,
Medical Furniture (supplied by
others)
Examination bed with storage, diagnostic sets, angled pulsed light and IV
stand.
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
36
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Nurses’ Consultation/
Examination Room
Room/Space
Number: EH-10
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function Patient Examination Room
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons with sub waiting area
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture
1 deep sink with elbow tap with vanity countertop, mirror, Automated soap
dispenser, Automated hand sanitizer dispenser, Tissue dispenser, Counter
top with over head and under counter storage, phone, waste bin, clock, desk,
chair, two (2) visitor chairs, and step stool.
Contractor Supplied Medical
Furniture Antibacterial impregnated fabric (Privacy Screen)
Medical Furniture (supplied by
others)
Examination bed with storage, wall thermometer, manual
sphygmomanometer.
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
37
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Nurses’ Consultation/
Examination Room
Room/Space
Number: EH-11
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function Patient Examination Room
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons with sub waiting area
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture
1 deep sink with elbow tap with vanity countertop, mirror, Automated soap
dispenser, Automated hand sanitizer dispenser, Tissue dispenser, Counter
top with over head and under counter storage, phone, waste bin, clock, desk,
chair, two (2) visitor chairs, and step stool.
Contractor Supplied Medical
Furniture Antibacterial impregnated fabric (Privacy Screen)
Medical Furniture (supplied by
others)
Examination bed with storage, wall thermometer, manual
sphygmomanometer.
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
38
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Ophthalmology and
Audiology
Room/Space
Number: EH-13
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 20m
2 Quantity: 1
Function Ophthalmology and Audiology Room
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Ophthalmology and Audiology Waiting Area
Contractor Supplied Furniture
1 deep sink with elbow tap with vanity countertop, mirror, Automated soap
dispenser, Automated hand sanitizer dispenser, Tissue dispenser, Counter
top with over head and under counter storage, phone, waste bin, clock, desk,
chair, two (2) visitor chairs, and step stool.
Medical Furniture (supplied by
others)
Auto refractor Keratometer, Auto chart projector, 2 Non Contact
Tonometers, Digital Ophthalmoscope, Slit Lamp, Applanation tonometer and
2 Audio meters.
Specialties None
Communications Three (3) phone / data / communication outlet
Remarks Proponent to Propose Design
39
DENTAL AREA
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Dental Clinic Room/Space
Number: EH-14
Cluster
Number: 4
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 35m
2 Quantity: 1
Function To provide patient treatment
Space Description Closed space with standard finishes with 2 dental stations with partitions of
approximately 4-5 ft high.
Occupant Load Up to 6 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture
Each Dental station shall include: stainless steel countertops with drawerss, stainless
steel deep sink, hand wash sink with elbow taps, Automated soap dispenser, Tissue
dispenser and Automated hand sanitizer dispenser.
Shared Space to include: wall mounted lockable glass front stainless steel
cupboards, stainless steel storage cupboard, 1 full refrigerator, waste bin, clock,
phone.
Contractor Supplied Medical
Furniture
Each Dental station shall include: Dental Chair with hand piece control system,
cuspidor, built-in over head dental light, dental compressor and vacuum (suction
machine inside closet), dentist stool and dentist assistant stool. (Refer to attached
specification sheet.)
Shared Space to include: digital X-Ray machine with work station, x-ray view box
and bench top autoclave. (Refer to attached specification sheet.)
Specialties Lead lined door.
Communications Three (3) phone / data / communication outlet
Remarks Proponent to Propose Design
40
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Dental Reception Room/Space
Number: EH-15
Cluster
Number: 4
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 8m
2 Quantity: 1
Function Reception area for dental patients
Space Description See Designs
Occupant Load Up to 3 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Next to dental waiting area
Contractor Supplied Furniture Desk, chair, two (2) visitor chairs, Phone, clock, waste bin, two 4-drawer filing
cabinet, holder for brochures and suggestion box.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
41
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Dental Counsel Room/Space
Number: EH-16
Cluster
Number: 4
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10m
2 Quantity: 1
Function Room for counseling of dental patients
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture
Desk, chair, two (2) visitor chairs, clock, phone, waste bin, stainless
steel sink with elbow tap with vanity, Automated soap dispenser, and
Automated hand sanitizer dispenser and tissue dispenser.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
42
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Wellness Clinic Room/Space
Number: EH-17
Cluster
Number: 7
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 90m
2 Quantity: 1
Function Area designed to suit various pieces of equipment, cubicle for Wellness
Facilitator and outreach storage room.
Space Description Closed space with standard finishes with One Wall Fully Mirrored,
washrooms and external entrance.
Occupant Load Up to 20 persons
Hours of Use Monday – Friday 8:00am to 8:00pm
Adjacencies Next to main entrance area with separate external entrance.
Contractor Supplied Furniture
Wellness Facilitator: One cubicle with desk, chair, two visitor chairs, phone
waste bin and holder for brochures.
General Area: Automated Hand sanitizer dispenser, Water fountain, Clock,
Waste bin, Two (2) Treadmills, Two (2) Elliptical machines, two (2) stationary
bike, One (1) foldable Table Tennis board table, One (1) Multi-gym machine,
and an Aerobics Area.
42” LCD screens, DVD Player, CD Play.
Storage Area with built-in cupboards.
Male washroom: 1 water closets (for PWD), 2 shower, 1 change room, sink
with vanity counter top and elbow tap, mirror, Automated soap dispenser,
tissue dispenser and Female washroom: 1 water closet (for PWD), 2 showers,
1 change room, sink with vanity counter top and elbow tap, mirror,
Automated soap dispenser, tissue dispenser, and hand bag hooks .
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
43
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Nurses Station Room/Space
Number: EH-18
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10m
2 Quantity: 1
Function Administration Centre for nurses
Space Description See Designs
Occupant Load Up to 3 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Near to main reception station and children's play area (full view)
Contractor Supplied Furniture Counter top with storage for personal effect (lockable), three chairs, built-in
closed shelving, clock, phone, waste bin, hand sanitizer dispenser.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
44
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Clean Utility Room Room/Space
Number: EH-20
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10m
2 Quantity: 1
Function A room for the storage and preparation of clean and sterile consumables and
equipment for patient treatment.
Space Description Closed space with standard finishes
Occupant Load Up to 2 persons; no permanent staff
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Next to clean utility
Contractor Supplied Furniture
Wall mounted stainless steel cupboards for storage of equipment and
sterile supplies; one (1) slop hopper sink and drainer, stainless steel
counter tops, One (1) Automatic soap dispenser; One (1) ; One (1)
Hand sanitizer dispenser, Two tier trolley and waste bin
Medical Furniture (supplied by
others) Autoclave
Specialties Seamless Vinyl walls
Communications None
Remarks Proponent to Propose Design
45
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Dirty Utility Room Room/Space
Number: EH-21
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10m
2 Quantity: 1
Function Room for the cleaning and holding of used equipment for collection and
sterilization elsewhere, disposal of clinical and other wastes and soiled linen.
Space Description Closed space for storage and cleaning of medical equipment with an external
access for collection and disposal of solid waste
Occupant Load Up to 2 persons; no permanent staff
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Next to clean utility room
Contractor Supplied Furniture
One (1) slop hopper sink and drainer, stainless steel counter tops, One
(1) Automatic soap dispenser; One (1) ; One (1) Hand sanitizer
dispenser and waste bin
Medical Furniture (supplied by
others) None
Specialties Seamless Vinyl walls
Communications None
Remarks Proponent to Propose Design
46
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Staff Conference and Seminar
Room
Room/Space
Number: EH-24
Cluster
Number: 8
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 60m
2 Quantity: 1
Function Space to hold conferences, presentations and seminars to the staff.
Space Description Closed space with standard finishes with folding wall panels to split the room
into two.
Occupant Load Up to 40 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture
Conference table with seating capacity for 40 persons, book shelves, white
board, overhead projector and screen, two (2) 42” LCD screens, 20 wireless
microphones, phone, clock, waste bin, Video equipment: DVD,
teleconferencing, Radio and speakers.
Medical Furniture (supplied by
others) None
Specialties None
Communications Twenty (20) phone / data / communication outlet
Remarks Proponent to Propose Design
47
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Store Room 1 Room/Space
Number: EH-27
Cluster
Number: 9
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 30m
2 Quantity: 1
Function General Storage Room
Space Description Closed space with standard finishes
Occupant Load Up to 2 persons; no permanent staff
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture Stainless steel shelving
Medical Furniture (supplied by
others) None
Specialties None
Communications None
Remarks Proponent to Propose Design
48
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: DHV Office Room/Space
Number: EH-28
Cluster
Number: 8
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function DHV’s Office
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture Desk, chair, 2 visitor chairs, phone, clock, waste bin, 1 four drawer filing
cabinet.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
49
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Cleaner’s Room Room/Space
Number: EH-32
Cluster
Number: 9
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 6m
2 Quantity: 1
Function Storage of cleaning supplies
Space Description Closed space with standard finishes
Occupant Load Up to 2 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture Open shelving, one janitorial sink, mop and broom rack and floor drain
Medical Furniture (supplied by
others) None
Specialties Seamless Vinyl walls
Communications None
Remarks Proponent to Propose Design
50
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Staff Lounge Room/Space
Number: EH-33
Cluster
Number: 8
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 25m
2 Quantity: 1
Function Comfortable room for staff to have coffee, prepare and eat lunch, or socialize
during work breaks.
Space Description Closed space with standard finishes
Occupant Load Up to 12 persons max
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture
Sink, kitchenette counter with upper and lower cupboards, One (1) soap
dispenser; One (1) ; One (1) Hand sanitizer dispenser, one (1) refrigerator,
microwave, water cooler, table with 6 chairs, 6 seater sofa set, one(1) 42”
LCD screen and DVD player, clock, waste bin and phone.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
51
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Communications Room Room/Space
Number: EH-42
Cluster
Number: 9
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10m
2 Quantity: 1
Function
See Appendix 1
Space Description
Occupant Load
Hours of Use
Adjacencies
Contractor Supplied Furniture
Medical Furniture (supplied by
others)
Specialties
Communications
Remarks
52
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Security Control Point Room/Space
Number: EH-43
Cluster
Number: 9
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 4m
2 Quantity: 1
Function Security Station
Space Description Open space with standard finishes
Occupant Load Up to 1 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture Desk, Chair, waste bin, clock and phone
Medical Furniture (supplied by
others) None
Specialties None
Communications One(1) phone / data / communication outlet
Remarks Proponent to Propose Design
53
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Nurses Assistant/ Screening
Room
Room/Space
Number: EH-45
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 20m
2 Quantity: 1
Function Patient screening and recording of patients vitals
Space Description Closed space with standard finishes with 2 nurses’ stations
Occupant Load Up to 6 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture
Each Station: Desk, chair, two (2) visitor chairs, one (1) 4-drawer filing cabinet
General: sink with elbow tap and vanity countertop, mirror, Automated soap
dispenser, Tissue dispenser, Automated hand sanitizer dispenser, clock,
phone and waste bin.
Medical Furniture (supplied by
others)
Each Station: wall mounted thermometer, digital weight scales, digital Baby
weight scale, height scale, vital signs machine and portable blood pressure
monitor, examination bed with storage and antibacterial curtains to separate
stations, blood glucose testing machine.
Specialties None
Communications Two(2) phone / data / communication outlet
Remarks Proponent to Propose Design
54
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Dental Sub-waiting Area Room/Space
Number: EH-47
Cluster
Number: 4
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10m
2 Quantity: 1
Function Sub-waiting area for dental patients.
Space Description Ganging Chairs for 6 persons.
Occupant Load Up to 6 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Next to dental reception.
Contractor Supplied Furniture Ganging Chairs for 6 persons.
Medical Furniture (supplied by
others) None
Specialties None
Communications None
Remarks Proponent to Propose Design
55
PHARMACY AREA
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Pharmacy Store Room Room/Space
Number: EH-56
Cluster
Number: 5
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10m
2 Quantity: 1
Function Storage of Pharmaceuticals
Space Description Closed space with standard finishes
Occupant Load Up to 2 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture
One (1) Antibiotic controlled cupboard with locks, One (1) Narcotic controlled
double door cupboard double locked, “dexion” shelving and free standing shelving
units, refrigerator, step ladder.
Medical Furniture (supplied by
others) None
Specialties None
Communications One(1) phone / data / communication outlet
Remarks Proponent to Propose Design
56
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Storage Room/Space
Number: EH-57
Cluster
Number: 5
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10m
2 Quantity: 1
Function Storage of consumables
Space Description Closed space with standard finishes
Occupant Load Up to 2 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture Built-in and free standing stainless steel shelving units.
Medical Furniture (supplied by
others) none
Specialties None
Communications None
Remarks Proponent to Propose Design
57
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Dispensary and Counseling Room/Space
Number: EH-58
Cluster
Number: 5
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10m
2 Quantity: 1
Function Office for Counseling on the usage of medication.
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture Desk, Chair, 2 visitor chairs, one 4-drawer filing cabinet, clock, phone and
waste bin.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
58
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Pharmacy Dispensing Room/Space
Number: EH- 59
Cluster
Number: 5
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 25m
2 Quantity: 1
Function For the dispensing of drugs
Space Description Closed space with standard finishes
Occupant Load Up to 6 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See Designs
Contractor Supplied Furniture
Three (3) Dispensing windows with adjustable Counter tops (2 ft wide), six
adjustable stools, overhead and under counter storage, one 22 cu. ft.
refrigerator, three (3) four drawer filing cabinets, PA system, ticket dispenser,
One deep sink with elbow tap and vanity counter top, hand sanitizer
dispenser, soap dispenser, tissue dispenser, digital display, phone, clock and
waste bin.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two(2) phone / data / communication outlet
Remarks
Proponent to Propose Design. Dispensary counter shall be adjustable in
height to allow for comfortable and ergonomic working. Each stool shall
adjustable with 5 wheel casters with built-in foot rest and ergonomic back
rest.
59
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Ultrasound Room Room/Space
Number: EH-A
Cluster
Number: 2
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function Perform ultrasound procedures on the patient
Space Description Closed space with standard finishes with sub waiting area for 3 persons
Occupant Load Up to 3 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Close to public washrooms.
Contractor Supplied Furniture
Desk, chair, two (2) visitor chairs, Automated soap dispenser, Tissue
dispenser, Automated hand sanitizer dispenser, 1 deep sink with elbow tap,
counter tops with vanity, counter tops with over head and under counter
storage, 3-seater ganging chair (external) phone, clock, waste bin and step
stool.
Medical Furniture (supplied by
others)
Portable ultrasound units with Doppler and OB, complete CR reader, digital
cassette reader with cassette, examination bed with storage and examination
light.
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
60
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: X-Ray Room Room/Space
Number: EH-B
Cluster
Number: 2
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 30m
2 Quantity: 1
Function Room to perform X-Rays
Space Description Closed space with standard finishes with sub waiting area for 3 persons
Occupant Load Up to 3 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture
X-Ray Area: See below.
Observation/ Work Area (6m2): Desk, chair, two (2) visitor chairs, dry laser
printer, phone, clock and waste bin.
Small Change Room: sink with elbow tap and vanity countertop, Automated
soap dispenser, Automated hand sanitizer dispenser, tissue dispenser and
waste bin.
Contractor Supplied Medical
Furniture
X-Ray Area: 1 fixed digital x-ray unit with x-ray examination table and chest
bucky. (Refer to attached specification sheet.)
Specialties Lead lined walls and solid lead lined door with lead lined view window
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
61
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: ECG Room Room/Space
Number: EH-C
Cluster
Number: 2
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function Room to perform ECGs
Space Description Closed space with standard finishes with sub waiting area for 3 persons
Occupant Load Up to 3 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture
Desk, chair, two (2) visitor chairs, clock, phone, waste bin, Automated Soap
dispenser, Automated hand sanitizer dispenser, tissue dispenser, 1 deep sink
with elbow tap, counter tops with over head and under counter built-in
storage, step stool and 3-seater ganging chairs(external).
Medical Furniture (supplied by
others) ECG Machine with cart and examination bed with storage
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
62
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Phlebotomy Room/ Point of
Care Testing Room
Room/Space
Number: EH-D
Cluster
Number: 2
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 15m
2 Quantity: 1
Function Serve as patient’s medical testing, and/or blood sample collection
Space Description Closed space with standard finishes with sub waiting area for 3 persons
Occupant Load Up to 3 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture
Desk, chair, two (2) visitor chairs, one 4 drawer filing cabinet, clock, waste
bin, phone, Automated Soap dispenser, tissue dispenser, Automated hand
sanitizer dispenser, 1 deep sink with elbow tap and vanity countertop, small
refrigerator, stainless steel counter tops with built in storage, one medium
transport cooler and 3-seater ganging chairs (external).
Medical Furniture (supplied by
others)
Phlebotomy Chair, blood testing machine (CBC Lab Analyser), 1 biochemistry
analyser, 1 HbA1C Analyser, Two tier trolley and examination light.
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
63
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: HIV Testing Room Room/Space
Number: EH-E
Cluster
Number: 2
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function Serve as patient’s medical testing, and/or blood sample collection
Space Description Closed space with standard finishes with sub waiting area for 3 persons
Occupant Load Up to 3 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture
Desk, chair, two (2) visitor chairs, one 4 drawer filing cabinet, clock, phone,
waste bin, Automated Soap dispenser, Automated hand sanitizer dispenser,
tissue dispenser, 1 deep sink with elbow tap and vanity countertop, small
refrigerator, counter tops with over head and under counter storage, and 3-
seater ganging chairs (external).
Medical Furniture (supplied by
others) None
Specialties None
Communications One(1) phone / data / communication outlet
Remarks Proponent to Propose Design
64
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: General Consultation Area Room/Space
Number: EH-F
Cluster
Number: 8
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 45m
2 Quantity: 1
Function
Area with two (2) offices to house Health Education Officer/Nutritionist/PHI
and one (1) office to house Medical Social Worker. General Consultation
Area. 3 offices. Small waiting area for 10ppl.
Space Description Closed space with standard finishes: Three (3) offices and small waiting area
for 10 people.
Occupant Load Up to nineteen (19) persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture
Two (2) Offices shall contain: desk, chair, two (2) visitor chairs, waste bin,
clock, phone, one 4-drawer filing cabinet.
Medical Social Worker Office shall contain: desk, chair, two (2) visitor chairs,
waste bin, clock, phone, one 4-drawer filing cabinet and couch.
Waiting Area: 10 chairs, hand sanitizer dispenser and water fountain.
Medical Furniture (supplied by
others) None
Specialties None
Communications Three(3) phone / data / communication outlet
Remarks Proponent to Propose Design
65
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Store Room - Linen Room/Space
Number: EH-G
Cluster
Number: 9
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10m
2 Quantity: 1
Function Storage Room for Linen
Space Description Closed space with standard finishes
Occupant Load Up to 2 persons; no permanent staff
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Next to Store Room 1
Contractor Supplied Furniture Stainless steel shelving
Medical Furniture (supplied by
others) None
Specialties None
Communications None
Remarks Proponent to Propose Design
66
MINOR PROCEDURE AREA
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Minor Procedure Room Room/Space
Number: EH-H
Cluster
Number: 3
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 15m
2 Quantity: 1
Function Room to conduct minor procedures on patients.
Space Description Closed space with standard finishes.
Occupant Load Up to three (3) persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Next to observation Bay and Sterilisation Room
Contractor Supplied Furniture
1 scrub sink, automatic soap dispenser, tissue dispenser, Automated hand
sanitizer dispenser, clock, phone, waste bin, pedestal desk and chair, and
step stool.
Contractor Supplied Medical
Furniture X-Ray view box and piped oxygen (Headwall)
Medical Furniture (supplied by
others)
Examination Bed, Two tier trolley, IV stand, angle pulsed light, small suction
machine.
Specialties None
Communications Two (2) phone / data / communication outlets
Remarks Proponent to Propose Design
67
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Observation Bay Room/Space
Number: EH-I
Cluster
Number: 3
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 20m
2 Quantity: 1
Function Observation of patients
Space Description Closed space, standard finishes with 3 observation bays
Occupant Load Up to six (6) persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Next to Minor Procedure Room and Sterilisation Room
Contractor Supplied Furniture
General: desk with chair, 2 visitor chairs, 1 deep sink with elbow tap and
vanity countertop, over head and under counter storage, mirror, Automated
soap dispenser, Tissue dispenser, Automated hand sanitizer dispenser,
phone, clock and Waste bin.
Contractor Supplied Medical
Furniture
Antibacterial impregnated fabric (Privacy Screen) between each bay, X-Ray
view box and piped oxygen (headwall)
Medical Furniture (supplied by
others)
Each Bay: 1 Two tier trolley (for patient), step stool, wall suction unit with
suction apparatus, IV Stands, vital signs machine, diagnostic set, angle pulsed
light and wall thermometers.
General: nebulizer, resuscitation unit (adult and child), crash cart,
defibrillator with external paddles.
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
68
GP AREA
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Doctor's Consultation/
Examination Room
Room/Space
Number: EH-J
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 2
Function Patient Examination Room
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Near Main waiting area
Contractor Supplied Furniture
1 deep sink with elbow tap with vanity counter top, mirror, Automated soap
dispenser, Automated Hand sanitizer Dispenser, Tissue dispenser, counter
top with over head and under counter storage, phone, waste bin, desk, chair,
two (2) visitor chairs, clock, and step stool.
Contractor Supplied Medical
Furniture Antibacterial impregnated fabric (Privacy Screen), X-Ray view box
Medical Furniture (supplied by
others)
Examination bed with storage, diagnostic sets, angled pulsed light and IV
stand.
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
69
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Nurses’ Consultation/
Examination Room
Room/Space
Number: EH-K
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function Patient Examination Room
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Near Main waiting area
Contractor Supplied Furniture
1 deep sink with elbow tap with vanity countertop, mirror, Automated soap
dispenser, Automated hand sanitizer dispenser, Tissue dispenser, Counter
top with over head and under counter storage, phone, waste bin, clock, desk,
chair, two (2) visitor chairs, and step stool.
Contractor Supplied Medical
Furniture Antibacterial impregnated fabric (Privacy Screen),
Medical Furniture (supplied by
others)
Examination bed with storage, wall thermometer, manual
sphygmomanometer.
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Screening Room Room/Space
Number: EH-L
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 25m
2 Quantity: 1
Function To record patient’s vitals
Space Description Closed space with standard finishes separated into three 3 cubicles
Occupant Load Up to nine (9) persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Near Main waiting area and other clinical areas
70
Contractor Supplied Furniture
Each Station: Desk, chair, two (2) visitor chairs, one (1) 4-drawer filing cabinet
General: sink with elbow tap and vanity countertop, mirror, Automated soap
dispenser, Tissue dispenser, Automated hand sanitizer dispenser, clock,
phone and waste bin.
Medical Furniture (supplied by
others)
Each Station: wall mounted thermometer, digital weight scales, digital Baby
weight scale, height scale, vital signs machine and portable blood pressure
monitor, examination bed with storage and antibacterial curtains to separate
stations, blood glucose testing machine.
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
71
MENTAL HEALTH AREA
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Mental Health Reception and
Waiting Area
Room/Space
Number: EH-M
Cluster
Number: 6
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 50m
2 Quantity: 1
Function Waiting area for patients
Space Description Open space with standard finishes
Occupant Load Up to 50 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture
1 reception station: Phone, counter top with drawers (lockable), three (3) staff
chairs, clock, waste bin, 10 filing cabinets.
Ganging chairs for 50 persons, one (1) 42” LCD Television, DVD, holder for
brochures, suggestion box, potable water fountain, hand sanitizer dispenser,
Medical Furniture (supplied by
others) None
Specialties None
Communications Three (3) phone / data / communication outlet
Remarks Proponent to Propose Design
72
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Doctor's Consultation/
Examination Room
Room/Space
Number: EH-N
Cluster
Number: 6
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 15m
2 Quantity: 2
Function Patient Examination Room
Space Description Closed space with standard finishes
Occupant Load Up to 6 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Near Mental Health Main waiting area
Contractor Supplied Furniture
1 deep sink with elbow tap with vanity counter top, mirror, Automated soap
dispenser, Automated hand sanitizer dispenser, Tissue dispenser, counter top
with over head and under counter storage, phone, waste bin, clock, desk,
chair, two (2) visitor chairs, and step stool.
Contractor Supplied Medical
Furniture Antibacterial impregnated fabric (Privacy Screen), X-Ray view box
Medical Furniture (supplied by
others)
Examination bed with storage, diagnostic sets, angle pulsed light and wall
thermometer.
Specialties None
Communications Two(2) phone / data / communication outlet
Remarks Proponent to Propose Design
73
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Mental Health Officer Rooms Room/Space
Number: EH-O
Cluster
Number: 6
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10m
2 Quantity: 3
Function Offices for the Mental Health Officers
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture Desk, chair, two (2) visitor chairs and lockable cabinetry, hand sanitizer
dispenser, phone, clock and waste bin.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
74
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Psychiatric Social Worker
Room
Room/Space
Number: EH-P
Cluster
Number: 6
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10m
2 Quantity: 1
Function Psychiatric Social Worker Office
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture Desk, chair, two (2) visitor chairs, hand sanitizer dispenser, clock, phone and
waste bin.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
75
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Clinical Psychologist Room/Space
Number: EH-Q
Cluster
Number: 6
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10m
2 Quantity: 1
Function Clinical Psychologist Office
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture Desk, chair, two (2) visitor chairs, hand sanitizer dispenser, clock, phone and
waste bin.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
76
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Occupational Therapy/Drug
Rehabilitation Room
Room/Space
Number: EH-R
Cluster
Number: 6
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 20m
2 Quantity: 1
Function Room for Occupational Therapy/Drug Rehabilitation
Space Description Closed space with standard finishes
Occupant Load Up to 12 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture 1 table, 12 chairs, hand sanitizer dispenser, phone, clock, waste bin, water
cooler, one (1) 42” LCD Television, DVD Player and white board.
Medical Furniture (supplied by
others) None
Specialties Sound Proof
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
77
ADMINISTRATIVE AREA
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Administrative Entrance and
Waiting Area
Room/Space
Number: EH-S
Cluster
Number: 8
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 20m
2 Quantity: 1
Function Main Entrance and common area for administrative staff.
Space Description Open space with standard finishes
Occupant Load Up to 8 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture
General Clerical Station: desk, chair, phone waste bin.
Waiting Area: Seating for 4 persons, hand sanitizer dispenser, potable water
fountain, waste bin, and clock.
Office Equipment Area: Stationery cabinet
Medical Furniture (supplied by
others) None
Specialties None
Communications Three (3) phone / data / communication outlet
Remarks Proponent to Propose Design
78
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: PCP II Workstation Room/Space
Number: EH-T
Cluster
Number: 8
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10 m
2 Quantity: 1
Function Workstation for the PCP II
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture Desk, chair, two (2) visitor chairs, clock, phone, waste bin, one (1) 4-drawer filing
cabinet and hand sanitizer dispenser.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
79
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: PHCSAO Workstation Room/Space
Number: EH-U
Cluster
Number: 8
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10 m
2 Quantity: 1
Function Workstation for the PHCSAO
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture Desk, chair, two (2) visitor chairs, clock, phone, waste bin, one (1) 4-drawer filing
cabinet and hand sanitizer dispenser.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
80
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Senior District Health Visitor
Workstation
Room/Space
Number: EH-V
Cluster
Number: 8
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10 m
2 Quantity: 1
Function Workstation for the Senior District Health Visitor
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture Desk, chair, two (2) visitor chairs, clock, phone, waste bin, one (1) 4-drawer filing
cabinet and hand sanitizer dispenser.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
81
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Medical Social Worker Work
Station
Room/Space
Number: EH-W
Cluster
Number: 8
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10 m
2 Quantity: 1
Function Workstation for the Medical Social Worker
Space Description Closed space and standard finishes
Occupant Load Up to 3 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture Desk, chair, two (2) visitor chairs, clock, phone, waste bin, one (1) 4-drawer filing
cabinet and hand sanitizer dispenser.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
82
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Medical Records Assistant
Workstation
Room/Space
Number: EH-X
Cluster
Number: 8
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10 m
2 Quantity: 1
Function Workstation for the Medical Records Assistant
Space Description Open space with standard finishes
Occupant Load Up to 3 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture Desk, chair, two (2) visitor chairs, clock, phone, waste bin, one (1) 4-drawer filing
cabinet and hand sanitizer dispenser.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
83
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Senior Pharmacist
Workstation
Room/Space
Number: EH-Y
Cluster
Number: 8
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10 m
2 Quantity: 1
Function Workstation for the Senior Pharmacist
Space Description Open space with standard finishes
Occupant Load Up to 3 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture Desk, chair, two (2) visitor chairs, clock, phone, waste bin, one (1) 4-drawer filing
cabinet and hand sanitizer dispenser.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
84
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: CRO Workstation Room/Space
Number: EH-Z
Cluster
Number: 8
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12 m
2 Quantity: 1
Function Workstation for the CRO with transparent finishing.
Space Description Cubicle with standard finishes
Occupant Load Up to 3 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Close to reception in the main waiting area.
Contractor Supplied Furniture Desk, chair, two (2) visitor chairs, phone, waste bin and one (1) 4-drawer filing
cabinet, bookshelf.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
85
FAMILY PLANNING AREA
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Family Planning Clerical Room Room/Space
Number: EH-AA
Cluster
Number: 2
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10 m
2 Quantity: 1
Function Family Planning Clerical Room
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture Desk, chair, two (2) visitor chairs, two 4-drawer filing cabinets, stationery cabinet
clock, waste bin and phone.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
86
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Family Planning Consultation
Room
Room/Space
Number: EH-AB
Cluster
Number: 2
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12 m
2 Quantity: 1
Function Family Planning Consultation Room
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons.
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture
Desk, chair, two (2) visitor chairs, clock, phone, waste bin, stainless steel sink
with elbow tap with vanity, soap dispenser, and hand sanitizer dispenser and
tissue dispenser.
Medical Furniture (supplied by
others) None
Specialties None
Communications Two (2) phone / data / communication outlet
Remarks Proponent to Propose Design
87
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Pap Smear Room Room/Space
Number: EH-AC
Cluster
Number: 2
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function Pap Smear Examination Room
Space Description Closed space with standard finishes
Occupant Load Up to 3 persons with sub waiting area
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture
1 deep sink with elbow tap with vanity countertop, mirror, Automated soap
dispenser, tissue dispenser, Automated hand sanitizer dispenser, wall
mounted storage cupboard, 1 storage cabinet, clock, phone, waste bin, desk,
chair, two (2) visitor chairs, and step stool, clothes hook and an adjustable
stool.
Contractor Supplied Medical
Furniture Antibacterial impregnated fabric (Privacy Screen)
Medical Furniture (supplied by
others)
Examination bed with stirrups and storage, two tier Two tier trolley, angle
pulsed light.
Specialties None
Communications One(1) phone / data / communication outlet
Remarks Proponent to Propose Design
88
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Ophthalmology and
Audiology Waiting Area
Room/Space
Number: EH-AD
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 15m
2 Quantity: 1
Function Ophthalmology and Audiology Waiting Area
Space Description Open space with standard finishes
Occupant Load Up to 18 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Ophthalmology and Audiology Room
Contractor Supplied Furniture Desk, Chair, 2 visitor chairs, 15 ganging chairs, clock, phone, waste bin and
hand sanitizer and.
Medical Furniture (supplied by
others) None
Specialties None
Communications One(1) phone / data / communication outlet
Remarks Proponent to Propose Design
89
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Canteen Room/Space
Number: EH-AE
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 25 m
2 Quantity: 1
Function Area for canteen and vending machines
Space Description Open space with standard finishes
Occupant Load Up to 10 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Main Waiting Area
Contractor Supplied Furniture Canteen area with counter top, Two (2) tables with four (4) chairs each and potable
water fountain.
Medical Furniture (supplied by
others) None
Specialties None
Communications None
Remarks Proponent to Propose Design
90
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Main Waiting Area Room/Space
Number: EH-AF
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 100m
2 Quantity: 1
Function Main waiting Area
Space Description Open space with standard finishes
Occupant Load Seating for 120 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies See designs
Contractor Supplied Furniture
Ganging chairs for 120 persons, one (1) 42” LCD Television, DVD, clock, waste
bin, holder for brochures, suggestion box, potable water fountain and hand
sanitizer dispenser.
Furniture (supplied by others) 4 vending machines
Specialties PA system
Communications None
Remarks Proponent to Propose Design
91
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Children’s Play Area Room/Space
Number: EH-AG
Cluster
Number: 1
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 20m
2 Quantity: 1
Function Area for Children to play and be observed by nurses and doctors
Space Description Open space with standard finishes
Occupant Load Up to 10 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies Near to nurses Examination room in Cluster 1
Contractor Supplied Furniture
Countertops with over and under counter storage, built-in shelving, desk and chair
(for adult), 3 small tables with four (4) small chairs (for children), 42” TV, DVD,
phone, clock, Waste bin,
Medical Furniture (supplied by
others) None
Specialties None
Communications None
Remarks Proponent to Propose Design
92
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Staff Male Washroom Room/Space
Number: B1
Cluster
Number: 10
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 10m
2 Quantity: 1
Function Staff washroom (for male and person with disability)
Space Description Washrooms fitted up with toilets, change room, urinal, sink & vanity
Occupant Load Up to 3 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture 1 water closets (PWD), 1 urinal, 1 change room, sink with vanity counter
top and elbow tap, mirror, soap dispenser, hand sanitizer dispenser and
tissue dispenser .
Medical Furniture (supplied by
others)
None
Specialties None
Communications None
Remarks Proponent to Propose Design
93
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Staff Female Washroom Room/Space
Number: B2
Cluster
Number: 10
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 18m
2 Quantity: 1
Function Staff washroom (for female and person with disability)
Space Description Washrooms fitted up with toilets, change room, sink & vanity
Occupant Load Up to 4 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture 3 water closets (one for PWD), 1 change room, 3 sinks with vanity counter
top and elbow tap, mirror, soap dispenser, hand sanitizer, tissue dispenser
and hand bag hooks.
Medical Furniture (supplied by
others)
None
Specialties None
Communications None
Remarks Proponent to Propose Design
94
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Public Male Washroom Room/Space
Number: B3
Cluster
Number: 10
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function Public washroom (for male and person with disability)
Space Description Washrooms fitted up with toilets, urinal, sink & vanity
Occupant Load Up to 4 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture 2 water closets (one for PWD), 2 urinals, 2 sinks with vanity counter tops
and elbow taps, mirrors, soap dispensers, hand sanitizer dispenser and
tissue dispenser .
Medical Furniture (supplied by
others)
None
Specialties None
Communications None
Remarks Proponent to Propose Design
95
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Public Female Washroom Room/Space
Number: B4
Cluster
Number: 10
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 20m
2 Quantity: 1
Function Public washroom (for female and person with disability)
Space Description Washrooms fitted up with toilets, baby changing station, sink & vanity
Occupant Load Up to 4 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture 4 water closets (one for PWD), baby changing station, 2 sinks, with vanity
counter tops and elbow taps, mirrors, soap dispensers, hand sanitizer,
tissue dispenser, and hand bag hooks.
Medical Furniture (supplied by
others)
None
Specialties None
Communications None
Remarks Proponent to Propose Design
96
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Staff Male Washroom Room/Space
Number: B5
Cluster
Number: 11
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 5m
2 Quantity: 1
Function Staff washroom (for male and person with disability)
Space Description Washrooms fitted up with toilets, urinal, sink & vanity
Occupant Load Up to 1 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture 1 water closet (PWD), 1 sink with vanity counter top and elbow tap, mirror,
soap dispenser, hand sanitizer dispenser and tissue dispenser.
Medical Furniture (supplied by
others)
None
Specialties None
Communications None
Remarks Proponent to Propose Design
97
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Staff Female Washroom Room/Space
Number: B6
Cluster
Number: 11
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 5m
2 Quantity: 1
Function Staff washroom (for female and person with disability)
Space Description Washrooms fitted up with toilets, sink & vanity
Occupant Load Up to 1 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture 1 water closet (PWD), 1 sink with vanity counter top and elbow tap, mirror,
soap dispenser, hand sanitizer dispenser, tissue dispenser, and hand bag
hooks.
Medical Furniture (supplied by
others)
None
Specialties None
Communications None
Remarks Proponent to Propose Design
98
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Public Male Washroom Room/Space
Number: B7
Cluster
Number: 11
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function Public washroom (for male and person with disability)
Space Description Washrooms fitted up with toilets, urinal, sink & vanity
Occupant Load Up to 2 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture 2 water closets (one for PWD), 2 urinals, 2 sinks with vanity counter tops
and elbow taps, mirrors, baby changing station, soap dispensers, hand
sanitizer dispenser and tissue dispenser.
Medical Furniture (supplied by
others)
None
Specialties None
Communications None
Remarks Proponent to Propose Design
99
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Public Female Washroom Room/Space
Number: B8
Cluster
Number: 11
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 12m
2 Quantity: 1
Function Public washroom (for female and person with disability)
Space Description Washrooms fitted up with toilet, baby changing station, sink & vanity
Occupant Load Up to 2 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture 2 water closets (one for PWD), 2 sinks with vanity counter tops and elbow
taps, mirrors, baby changing station, soap dispensers, hand sanitizer
dispenser, tissue dispenser, and hand bag hooks.
Medical Furniture (supplied by
others)
None
Specialties None
Communications None
Remarks Proponent to Propose Design
100
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Staff Male Washroom Room/Space
Number: B9
Cluster
Number: 12
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 5m
2 Quantity: 1
Function Staff washroom (for male and person with disability)
Space Description Washrooms fitted up with toilets, sink & vanity
Occupant Load Up to 1 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture 1 water closet (PWD), 1 sink with vanity counter top and elbow tap, mirror,
soap dispenser, hand sanitizer dispenser and tissue dispenser.
Medical Furniture (supplied by
others)
None
Specialties None
Communications None
Remarks Proponent to Propose Design
101
UUSSEERR SSPPAACCEE RREEQQUUIIRREEMMEENNTTSS
SSAANNGGRREE GGRRAANNDDEE EENNHHAANNCCEEDD HHEEAALLTTHH CCEENNTTRREE
Activity Space: Staff Female Washroom Room/Space
Number: B10
Cluster
Number: 12
Length: See
Remarks Width:
See
Remarks Height: 3 m Nominal Area: 5m
2 Quantity: 1
Function Staff washroom (for female and person with disability)
Space Description Washrooms fitted up with toilet, sink & vanity
Occupant Load Up to 1 persons
Hours of Use Monday – Friday 8:00am to 4:00pm
Adjacencies None
Contractor Supplied Furniture 1 water closet (PWD), 1 sink with vanity counter top and elbow tap, mirror,
soap dispenser, hand sanitizer dispenser, tissue dispenser, and hand bag
hooks.
Medical Furniture (supplied by
others)
None
Specialties None
Communications None
Remarks Proponent to Propose Design
102
UUBB –– 55::
SSUUMMMMAARRYY OOFF NNOOMMIINNAALL AARREEAASS
PPEERR AACCTTIIVVIITTYY SSPPAACCEE
103
Room # Room Name Nominal
Area (m2)
Space
Quantity
Total
Nominal
Area (m2)
Cluster 1
EH-00 DIS WC / Breast Feeding 12 1 12
EH-01 Reception 25 1 25
EH-02 Medical Records 15 1 15
EH-03 Security 4 1 4
EH-05 Doctor's Consultation/ Examination Room. 12 1 12
EH-06 Doctor's Consultation/ Examination Room. 12 1 12
EH-07 Doctor's Consultation/ Examination Room. 12 1 12
EH-08 Doctor's Consultation/ Examination Room. 12 1 12
EH-09 Doctor's Consultation/ Examination Room. 12 1 12
EH-10 Nurses' Consultation/ Examination Room. 12 1 12
EH-11 Nurses' Consultation/ Examination Room. 12 1 12
EH-13 Ophthalmology & Audiology 20 1 20
EH-18 Nurses Station 10 1 10
EH-20 Clean Utility 10 1 10
EH-21 Dirty Utility 10 1 10
EH-45 Nurses Assistant/ Screening Room 20 1 20
EH-J Doctor's Consultation/ Examination Room 12 2 24
EH-K Nurses’ Consultation/ Examination Room 12 1 12
EH-L Screening Room 25 1 25
EH-Z CRO Workstation 12 1 12
EH-AD Ophthalmology & Audiology Waiting Area 15 1 15
EH-AE Canteen 25 1 25
EH-AF Main Waiting Area 100 1 100
EH-AG Children's Play Area 20 1 20
Sub-Total 443
Cluster 2
EH-A Ultrasound Room 12 1 12
104
Room # Room Name Nominal
Area (m2)
Space
Quantity
Total
Nominal
Area (m2)
EH-B X-Ray Room 30 1 30
EH-C ECG Room 12 1 12
EH-D Phlebotomy Room/ Point of Care Testing
Room 15 1 15
EH-E HIV Testing Room 12 1 12
EH-AA Family Planning Clerical Room 10 1 10
EH-AB Family Planning Consultation Room 12 1 12
EH-AC Pap Smear Room 12 1 12
Sub-Total 115
Cluster 3
EH-H Minor Procedure Room 15 1 15
EH-I Observation Bay 20 1 20
Sub-Total 35
Cluster 4
EH-14 Dental Clinic. 35 1 35
EH-15 Dental Reception 8 1 8
EH-16 Dental Counsel 10 1 10
EH-47 Dental Sub-waiting Area 10 1 10
Sub-Total 63
Cluster 5
EH-56 Store rm. 10 1 10
EH-57 Store rm. 10 1 10
EH-58 Dispensary Counselling 10 1 10
EH-59 Pharmacy Dispensing 25 1 25
Sub-Total 55
Cluster 6
EH-M Mental Health Reception and Waiting Area 50 1 50
EH-N Doctor's Consultation/ Examination Room 15 2 30
EH-O Mental Health Officer Room 10 3 30
EH-P Psychiatric Social Worker Room 10 1 10
105
Room # Room Name Nominal
Area (m2)
Space
Quantity
Total
Nominal
Area (m2)
EH-Q Clinical Psychologist 10 1 10
EH-R Occupational Therapy/Drug Rehabilitation
Room 20 1 20
Sub-Total 150
Cluster 7
EH-17 Wellness Clinic 90 1 90
Sub-Total 90
Cluster 8
EH-24 Staff Conference Room 60 1 60
EH-28 DHV Office 12 1 12
EH-33 Staff Lounge 25 1 25
EH-F General Consultation Area 45 1 45
EH-S Administrative Entrance and Waiting Area 20 1 20
EH-T PCP II Workstation 10 1 10
EH-U PHCSAO Workstation 10 1 10
EH-V Senior District Health Visitor Workstation 10 1 10
EH-W Medical Social Worker Work Station 10 1 10
EH-X Medical Records Assistant Workstation 10 1 10
EH-Y Senior Pharmacist Workstation 10 1 10
Sub-Total 222
Cluster 9
EH-G Store Room – Linen 10 1 10
EH-27 Store rm. 1 30 1 30
EH-32 Cleaner rm. 6 1 6
EH-42 Communication rm. 10 1 10
EH-43 Control Point 4 1 4
Sub-Total 60
Cluster 10
B1 Staff Male Washroom 10 1 10
B2 Staff Female Washroom 18 1 18
106
Room # Room Name Nominal
Area (m2)
Space
Quantity
Total
Nominal
Area (m2)
B3 Public Male Washroom 12 1 12
B4 Public Female Washroom 20 1 20
Sub-Total 60
Cluster 11
B5 Staff Male Washroom 5 1 5
B6 Staff Female Washroom 5 1 5
B7 Public Male Washroom 12 1 12
B8 Public Female Washroom 12 1 12
Sub-Total 34
Cluster 12
B9 Staff Male Washroom 5 1 5
B10 Staff Female Washroom 5 1 5
Sub-Total 10
Total Nominal Area of Rooms 1337
Circulation Spaces (30%) 401
Total Nominal Area of Building 1738
107
ACTIVITY SPACE NOMINAL AREAS SUMMARY SHEET
Room Name Total Nominal Area
(m2)
Cluster 1 443
Cluster 2 115
Cluster 3 35
Cluster 4 63
Cluster 5 55
Cluster 6 150
Cluster 7 90
Cluster 8 222
Cluster 9 60
Cluster 10 60
Cluster 11 34
Cluster 12 10
Total Nominal Area of Rooms 1337
Circulation Spaces (30%) 401
Total Nominal Area of Building 1738
108
UUBB –– 66::
EEXXIISSTTIINNGG DDEESSIIGGNNSS &&
SSPPEECCIIFFIICCAATTIIOONNSS
109
IINNSSEERRTT CCDD HHEERREE
110
AAPPPPEENNDDIIXX 0011
IICCTT RREEQQUUIIRREEMMEENNTTSS
111
A. Summary of ICT Requirements
1. Spaces (Rooms) a. Equipment / Telecommunications Room (ER/TR) (dual role)– also called the
Server Room – Located on Ground Floor
b. Entrance Facility Room (EF) – Ground Floor
c. Entrance Facility Room or Cabinet (EF) – Rooftop – for Wireless Equipment
2. Pathways for Telecommunications cabling a. Outside Plant – cabling from outdoor to indoor : used by the Telecommunication
Service Provider
b. Ceiling Distribution System for Horizontal Cabling / with Utility Columns for
distribution of Telecommunication Outlets.
c. Vertical Pathway between the two TRs and between the two ERs for Backbone or
Vertical Cabling
3. Telecommunication cabling a. Horizontal Copper cabling from both TRs to the outlets at the various work/desk
areas
b. Dedicated Telecommunication Racks (Open Rack type) with RJ-45 Patch Panels
for Horizontal Cross Connects located in each TR.
c. Telecommunication Outlets at the various work areas (desk areas)– High Density
and Modular RJ-45
d. Dedicated Equipment Rack (Cabinet type) for Video/Voice Equipment.
4. ICT Equipment a. Gigabit Ethernet Switches: located in each Telecommunication Rack, providing
Ethernet connectivity to all work areas and connecting the wireless, and voice and
video infrastructure.
b. IEEE 802.11n Wireless Infrastructure
c. Video and Voice Media server.
d. Video conferencing equipment
e. Voice Handsets and Voice conferencing equipment
f. Overhead and Mobile Paging System
5. Power, Grounding, Bonding
6. Environmental – HVAC, Electronic Security
B. Description of ICT Requirements
1. Spaces (Room)
112
a. Entrance Facility (EF) x 2 - Ground Floor room dedicated for Service
Provider equipment, connects to the Outside Plant pathway, and acts as the
termination / demarcation point between the Service Provider and the
Customer. To cater for the possibility of Wireless WAN Service to the
building, an Entrance Facility on the Rooftop of the building, together with a
platform for hosting Wireless Infrastructure should also be provided. Both
Entrance Facilities should be vertically aligned and connected via a vertical
riser system that facilitates easy routing of cables between from one room to
the other.
b. Main Equipment/Telecommunications Room (ER/TR) x 1 – Ground Floor
Room close to the EF for Customer Equipment – Servers, Switches, Routers,
PBX etc. Would also serve as a Telecommunication Room housing a
Horizontal Cross Connection Panel and Switches, Serving the Work Area
outlets (network drops) on the ground floor, and Connecting Horizontal
Cabling to Backbone Vertical Cabling. This room should be vertically
aligned with the Telecommunication Room and should centrally located.
2. Pathways for Telecommunications Cabling
a. Outside Plant (OSP)– pathway outside of the building to be used by
the Telecommunication Providers to route fiber or copper cabling
from the outside service pole (aerial service), cabinet or underground
connection point into the Entrance Facility of each building. A service
pole should also be included and pathway between both buildings for
the subsurface routing of telecommunication cables.)
Further specifications
A service pole of x height, of x material for each building that can be used
by Telecommunication providers for connecting cabling aerially, and then
routing downwards into the underground pathway. An underground
pathway (tunnel or conduit type) that begins at the identified entry points
outside of the FS and ODCS buildings and leads to each Entrance Facility
within the FS and ODCS buildings. Path diversity via multiple paths
would be considered a plus. The designer should consider installing dual
(e.g., duplicate) service entrances (e.g., two 100 percent diverse routes) as
emergency backup for buildings that provide continuous services.
If a conduit type pathway is proposed, this should comprise
- an underground subsurface conduit for outdoor telecommunication
cables
- Manholes or hand holes along the pathway, but located away from traffic
areas, that can support easy placement and pulling of cables through the
conduit.
113
- Conduit should be of x size
- Conduit system should not be shared with power cables for safety
reasons
- Conduit should be away from gas systems and waterways other
- Conduit should be properly sealed
If a tunnel pathway is proposed, the tunnel should provide a raceway for
telecommunication cable. This tunnel can be shared with other cables and
therefore must provide for a minimum distance between power cabling
and telecommunication cabling as recommended by BICSI.
3. Telecommunication Cabling
a. Horizontal Cabling
• Horizontal cabling must be installed in a star topology. Each
telecommunications outlet connector must be cabled directly to a Patch
Panel in the Telecommunications Room and Main Server Room.
• Horizontal cabling should be terminated in a Telecommunications Room /
Server Room that is on the same floor as the area being served.
• 4 cable runs per outlet, 2 outlets per 100 sqft room.
• From the Horizontal Cross Connect to the telecommunications
outlet/connector should not exceed 90 m (295 ft).
• Patch cords and cross-connect cords should not exceed 5 m (16 ft).
• NOTE: In establishing limits on horizontal cable lengths, a 10 m (33 ft)
allowance was made for the combined length of patch cords and cables
used to connect equipment in the work area and TR. All equipment
cords must meet the same performance requirements as the patch cords.
Equipment cords differ from patch cords and cross-connect jumpers in
that they attach directly to active equipment; patch cords and cross-
connect jumpers do not attach directly to active equipment.
• The designer should use systematic methods and procedures for labeling
and managing horizontal pathways and spaces.
• Building horizontal pathways must be installed in locations that protect
cables from the moisture levels beyond the intended operating range of
internal premises cable. For example, slab-on-grade construction where
pathways are installed underground or in concrete slabs in direct contact
with soil (e.g., sand and gravel) is considered a wet location. The
designer should consult applicable codes, standards, and regulations for
local definitions of damp location, dry location, and wet location.
114
• A ceiling distribution systems that uses the space between the structural
ceiling (e.g., physically part of the roof or floor above) and an accessible
ceiling grid suspended below the structural ceiling, should be used.
• The raceways, conduits, or cable trays should extend from the TR to the
midpoint of the zone. From that point, the pathway should extend to the
top of the utility columns or wall conduit.
• Allow for a minimum of: – 76 mm (3 in) of clear vertical space above
conduits and cables. – 305 mm (12 in) of clear vertical space above the
tray or raceway for overhead ceiling cable tray or raceway systems.
• It should be ensured that other building components (e.g., lighting fixtures,
structural supports, air ducts) do not restrict access to cable trays or
raceways.
• Pathway and Cable Support: Every ceiling distribution system must
provide proper support for cables from the TR to the work areas it
serves. Ceiling panels, support channels (T-bars), and vertical supports
would not be considered as proper supports. Ceiling conduits,
raceways, cable trays, and cabling must be suspended from or attached
to the structural ceiling or walls with hardware or other installation aids
specifically designed to support their weight. The pathways must:
• Have adequate support to withstand pulling the cables.
• Be installed with at least 76 mm (3 in) of clear vertical space above
the ceiling tiles and support channels (T-bars) to ensure
accessibility.
• Horizontal pathways or cables should not rest directly on or be
supported by:
• Ceiling panels.
• Support channels (T-bars).
• Vertical supports.
• Other components of the suspended ceiling.
• It is important to provide sufficient space between the suspended
ceiling structure and the telecommunications pathways/cables to
install, maneuver, and store ceiling tiles during service.
• When sufficient space is available above the pathway, up to 152
mm (6 in) should be provided between the suspended ceiling and
the cabling pathways.
• When a tray is used in the ceiling area, conduit should be provided
from the tray to the telecommunications outlet/connectors or
zones, except in cases where loose cables are permitted by and
meet the applicable codes.
• The inside of a cable tray must be free of burrs, sharp edges, or
projections that can damage cable insulation.
• For distribution to work areas utility columns or poles should be
used: a utility column is a post used by a ceiling distribution
system. They extend from the suspended ceiling support channel to
the floor, and conceal and protect telecommunications cabling
from the ceiling to the desks. They can also be used to provide
115
electrical outlets for work area equipment. Utility columns that are
used for both telecommunications and power distribution must be
equipped with a barrier and must comply with applicable electrical
codes. When a metallic barrier is used, it must be bonded to
ground.
b. Backbone Cabling
Riser Pathway from Entrance Facility to Telecommunication Entrance on the Roof
Top
Riser pathway from Equipment Room / TR on Ground.
Fiber Backbone cabling to support 40 Gigabit Ethernet speeds should be installed
between the Telecommunications Room in Main Server Room to any interconnecting
locations.
A. Local Area Network (LAN): Data Communications Services and
Infrastructure
a. Structured cabling
All LAN structured cabling should adhere at a minimum to the
following specifications:
Cabling
equipment
Technical Specifications and Standards
Structured Cabling Standards Structured Cabling Solutions must be in
conformance with applicable TIA/EIA standards.
Example: EIA/TIA 568A & 568B Standard
CAT-6 Unshielded Twisted Pair
(UTP)Cable
CAT-6 UTP Cable ,Patch Cords, Patch Panels and
Modules must operate at a nominal frequency
bandwidth of 250MHz
Fibre Optic Cabling Multimode Graded Index Fibre 50/125 µm
(micrometers) or better Indoor/Outdoor Rated
Fibre Optic Source Semiconductor Laser wavelength 1300nm
Warranty Structured Cabling Solution must be backed by a
minimum warranty period of 20 Years
b. LAN Switches
All LAN switches should adhere at a minimum to the following
specifications
(i). Stackable Edge Gigabit Switch
116
Name of Goods or Related Service Technical Specifications and Standards
Required Features
Load Sharing (up to 15.4 Watts per port or 370 Watts per
switch)
Redundant Power Support
IEEE 802.3af compliant to provide standards based Power over
Ethernet on all (24) 10/100/1000 RJ45 ports
Auto-discovery of connectivity of a PoE device
Auto MDI/MDIX support on all (24) 10/100/1000 ports
Dynamic power management support (prioritize power
delivery per port)
Simultaneous bi-directional traffic flow on each stacking port
Layer 3 static routing support
Domain Naming (DNS) support
IEEE 802.3 ad Link Aggregation support (six Link Dynamic
Aggregation groups or Multi-link groups)
Auto-unit replacement
SNTP support
Syslog support
Port shaping support
Multi-link Trunking (MLT) support (trunked ports must be
able to span multiple units of the stack for fail-safe
connectivity) (6 trunks per switch, 4 members per trunk,
16Gbps bandwidth per trunk) Support for distributed and
clustered aggregation mode (SMLT)
Integrated Time Domain reflectometer (TDR) to provide
physical cable plant troubleshooting.
IPv6 filtering and classification
Jumbo frame support (up to 9,216 bytes)
MAC addresses (up to 16,000 MAC addresses per switch)
Up to 256 port or protocol based per VLAN tagging option
IGMP snooping support (up to 256 IGMP groups)
Multiple spanning tree groups (up to 8 STGs)
Fail-safe stacking to ensure uptime of the rest of the switches in
a stack in the event that a switch in the stack should fail.
117
Name of Goods or Related Service Technical Specifications and Standards
Four groups of remote monitoring (RMON) on all ports
(SNMPv3-compliant)
Support for standard advanced dynamic routing protocol OSPF
(ii) Stackable Edge POE Gigabit Switch
Name of Goods or Related Service Technical Specifications and Standards
Chassis Stackable 1U Chassis
Switch fabric L3 Switching fabric
Switching Fabric bandwidth 160 Gbps minimum forwarding bandwidth,
non-blocking wire-speed performance per
switch. Up to 640 Gbps per Stack
Name of Goods or Related Service Technical Specifications and Standards
Chassis Stackable 1U Chassis
Switch fabric L3 Switching fabric
Switching Fabric bandwidth 160 Gbps minimum forwarding bandwidth,
non-blocking wire-speed performance per
switch Up to 640 Gbps per Stack
Switching Fabric frame forwarding rate 35.7 Mpps (million packets per second) per
switch
Stacking port Built-in recessed stacking ports
Stack Throughput 32 Gbps minimum (based on an eight switch
stack)
Stacking design simultaneous bi-directional traffic flow on each
stacking port
10/100/1000 Base–T Power over Ethernet
ports
Twenty-four (24) 10/100/1000 Base-T RJ-45
power over Ethernet ports
Fibre ports Four (4) additional built-in SFP GBIC ports
Max built-in GBIC ports per stack Thirty two (32) GBIC uplink ports per stack
118
Switching Fabric frame forwarding rate 71.4 Mpps (million packets per second) per
switch
Stacking port Built-in recessed stacking ports
Stack Throughput 32 Gbps minimum (based on an eight switch
stack)
Stacking design simultaneous bi-directional traffic flow on
each stacking port
10/100/1000 Base–T Power over Ethernet
ports
Forty-eight (48) 10/100/1000 Base-T RJ-45
power over Ethernet ports
Fibre ports Four (4) additional built-in SFP GBIC ports
Max built-in GBIC ports per stack Thirty two (32) GBIC uplink ports per stack
Name of Goods or Related Service Technical Specifications and Standards
Required Features
Load Sharing (up to 15.4 Watts per port or 740 Watts per switch)
Redundant Power Support
IEEE 802.3af compliant to provide standards based Power over
Ethernet on all (48) 10/100/1000 RJ45 ports
Auto-discovery of connectivity of a PoE device
Auto MDI/MDIX support on all (48) 10/100/1000 ports
Dynamic power management support (prioritize power delivery
per port)
Simultaneous bi-directional traffic flow on each stacking port
Layer 3 static routing support
Domain Naming (DNS) support
IEEE 802.3 ad Link Aggregation support (six Link Dynamic
Aggregation groups or Multi-link groups)
Auto-unit replacement
SNTP support
Syslog support
Port shaping support
Multi-link Trunking (MLT) support (trunked ports must be able
to span multiple units of the stack for fail-safe connectivity) (6
trunks per switch, 4 members per trunk, 16Gbps bandwidth per
trunk) Support for distributed and clustered aggregation mode
(SMLT)
Integrated Time Domain reflectometer (TDR) to provide physical
cable plant troubleshooting.
IPv6 filtering and classification
Jumbo frame support (up to 9,000 bytes)
MAC addresses (up to 16,000 MAC addresses per switch)
119
Name of Goods or Related Service Technical Specifications and Standards
Up to 256 port or protocol based per VLAN tagging option
IGMP snooping support (up to 256 IGMP groups)
Multiple spanning tree groups (up to 8 STGs)
Fail-safe stacking to ensure uptime of the rest of the switches in a
stack in the event that a switch in the stack should fail.
Four groups of remote monitoring (RMON) on all ports
(SNMPv3-compliant)
Support for standard advanced dynamic routing protocol OSPF
Name of Goods or Related Service Technical Specifications and Standards
120
(iii) Stand-alone Edge Gigabit Switch
c. Recommended LAN topology
The following illustrates the wired LAN topology which can by
deployed for the recommended 10 Gbps Ethernet LAN configuration:
Rack form factor 1U
Switch fabric L3 Switching fabric
Switching Fabric speed 160 Gbps bandwidth minimum Up to 640 Gbps per Stack
Forwarding rate 35.7 Mpps (million packets per second) minimum per switch
10/100/1000 Base–T Power over
Ethernet ports
Twenty-four (24) 10/100/1000 Base-T RJ-45 Ethernet ports
Fibre ports Four (4) additional built-in SFP Fibre mini-GBIC ports
Required Features
Multi-link trunking (6 trunks per switch, with 4 members per
trunk) (8Gbps minimum bandwidth per trunk). Support for
distributed and clustered aggregation mode (SMLT)
IPv6 filtering and classifications
Jumbo frame support (up to 9,000 bytes)
Multiple spanning tree groups (up to 8 STGs)
Up to 256 port or protocol based per VLAN tagging option
DiffServ QOS, Simplified QOS, Queuing function, Traffic
Policing
IEEE 802.1x enhancement (multiple host/multiple authentication/
and guest VLAN)
Up to 8,000 MAC addresses
Industry Standard Command Line Interface (CLI)
IGMP snooping with up to 256 IGMP groups
Four groups of remote monitoring (RMON) on all ports
(SNMPv3-compliant)
Auto MBI/MDIX
Support for standard advanced dynamic routing protocol OSPF
121
4. ICT Equipment
a. IEEE 802.11n Wireless Network
Requirements:
System:
1. An integrated, controller based wireless access system comprising one or more
Wireless LAN Controllers, PoE LAN Switch(es), 802.11n Lightweight Access Points
and a central Wireless Management System with appropriate software licenses.
2. The Wireless system will provide building wide wireless access.
3. Access points powered via industry standard PoE (802.3af / 802.3at)
4. Access Point support for plug and play installation.
5. Access point radio configuration for 802.11n (including the use of concurrent dual-
band 802.11a/n and 802.11b/g/n connectivity). Support for the 802.11 a/c standard is
a plus (although there is no certification program by WiFi Alliance up to this time).
6. Lightweight Access Points can function as Autonomous Access Points.
Interoperability:
7. All equipment must be certified by the WiFi Alliance or equivalent for WLAN
interoperability.
8. The system should use the IETF standard – CAPWAP (Control and Provisioning of
Wireless Access Points protocol - RFC 5415) for communication between the
controller and the lightweight access points.
122
Management / Operations
9. Support for
i. centrally-deployed configurations and upgrades,
ii. centralized security, and
iii. centralized monitoring of the wireless network.
iv. GUI-based management.
10. The system should provide RF Management that supports automatic channel selection
and transmit power controls.
Performance Enhancements
11. Should provide a maximum configuration of 3x3 MIMO and be able to achieve
maximum data rates of up to 300 Mbps.
12. Access Points should support simultaneously tunneled traffic and bridged traffic at
the AP.
13. Access Points support for Wireless Distribution System (WDS) for both backhaul and
to service clients would be a plus.
14. Support session availability option for the wireless controller.
15. QoS throughout the entire solution.
Support for IEEE 802.11e Quality of Service (QoS) extensions for 802.11 network,
WMM.
16. Support for WWM Power Save. .
17. Support fast, secure roaming and handover.
18. Support multiple SSIDs.
19. Support location-based services application support, providing an API to integrate
location and presence capabilities with third-party applications.
20. Support assignment of client policies without requiring segmentation.
Security
21. Wireless signal continuous interference monitoring and mitigation. The system
should include an option to add an Integrated Wireless IPS sensor (using one of the
available radios of the APs) for 24x7 rogue detection and termination.
22. Access Points should support 802.1x (Extensible Authentication Protocol -EAP)
clients (called supplicants in the standard) – used on wired for Port Based
Authentication.
23. The system should support the latest secure authentication and encryption standards.
(A list of supported standards in this area should be provided by the vendor).
24. The system should provide a customizable, centralized Captive Portal for wireless
guest access (Hotspot).
123
Redundancy
25. Wireless security and critical services that continue to function if connectivity to the
controller is lost OR controller redundancy with sufficient emergency capacity to
manage all Access Points when a failure occurs in the primary controller. For
controller redundancy vendor should provide details of the proposed redundancy
configuration.
26. Automatic reconfiguration of surrounding Access Points to provide coverage in the
event of an AP failure.
b. Unified Communications platform that supports Voice, Video, Messaging. Dual
support for both H232 and SIP is required
c. Overhead and Mobile IP based Paging System that may be independent to the
PBX, but must be accessible from phones.
5. Power, Grounding, Bonding
Telecommunications equipment is sensitive to electrical power fluctuations. Because of
this sensitivity, the designer should consider providing:
• Dedicated branch circuits serving individual outlets.
• Dedicated electrical power feeders.
• Power conditioning.
• Backup power.
• Dedicated telecommunications grounding and bonding.
• If additional power conditioning, backup, or standby systems are
required for the equipment, allocate space and allow for HVAC
loading in the Server Room for these systems.
• The contractor is responsible for the telecommunications
grounding and bonding and the telecommunications circuit
protectors at the Telecommunications Room, Main Server Room
and the ground floor Entrance Facility.
• Therefore each ICT room should be equipped with an
o ac grounding electrode system (e.g., also known as the
earthing system).
o Equipment grounding system (e.g., also known as the
equipment bonding system).
o Because the purpose of each of these systems is unique,
one cannot be used in place of the other two.
o Power – requirements for DC systems (to be determined)
ER/TR Electrical Requirements
a. Electrical : Quantity (to be determined) : Type IEC 309, 220V, 30 A
Nema receptacle
b. Electrical : Quantity (to be determined) : 110V, 30 A dual receptacle
124
c. Network : Quantity (to be determined) Category 6 or better network
drop receptacles
d. Network : Quantity (to be determined ) Fibre Optic infrastructure at
specified at 40 Gbps or better
A. Electrical and Network Requirements (End User)
a. Electrical : Quantity (to be determined) : 110V, 30 A dual receptacle
b. Network : Quantity (to be determined) Category 6 or better network
drop receptacles
The electrical and network infrastructure must be installed in close
proximity (less than 1 m) to the ICT equipment of the end user.
D. Environmental Requirements
Air conditioned to main ambient temperature of Server Room between 61deg
F (16 deg C) to 64 deg F (18 deg C) and relative humidity of 55 to 45 percent
E. Security Requirements
One door with electronic keypad access control. No windows or glass
partitions.
A. ICT Spaces/Rooms I. Outside Plant - refers to all of the physical cabling and supporting infrastructure
(such as conduit, cabinets, tower or poles), located between the identified entry
points of the wired service providers’ (TSTT and FLOW at present)located within
SGEHC building.
Provide underground conduits from the identified entry points. The contractor is
required to provide
1. an underground pathway (tunnel or conduit type) that begins at the
identified entry points outside of the FS and ODCS buildings and
leads to each Entrance Room within the FS and ODCS buildings.
The conduit type pathway should comprise
a. an underground subsurface conduit that can support the
placement of outdoor telecommunication cables
b. manholes or handholes that can support easy placement and
pulling of cables through the conduit.
c. Conduit should be of x size
d. Conduit system should not be shared with power cables for
safety reasons
e. Conduit should be away from gas systems
f. Properly sealed
125
g. Locate maintenance holes out of road for traffic and safety
considerations.
The tunnel pathway may be shared.
1. Pole to accept aerial access.
2. Contractor should provide drawing plan showing location of the
built pathways.
C. Table
Entrance Facility
Consists of the telecommunications service entrance to the building and backbone pathways
between buildings.
Location: � Providers of all telecommunications services shall be contacted to establish requirements.
� Location of other utilities shall be considered in locating the entrance facility.
� Alternate entrance facility should be provided where security, continuity or other special
needs exist.
� Equipment not related to the support of the entrance facility should not be installed in,
pass through, or enter the telecommunications entrance facility.
� Dry location not subject to flooding and close as practicable to building entrance point
and electrical service room.
� Wireless transmission/reception shall be located close to wireless field.
Design Considerations: � Accommodate the applicable seismic zone requirements.
� A service entrance pathway shall be provided via one of the following entrance types:
Underground, Buried, Aerial, Tunnel.
� Minimum one wall should be covered with rigidly fixed 21mm (0.75 in.) A-C plywood.
� Minimum lighting same as telecommunication room.
� False ceilings shall not be provided.
� Minimum door same as telecommunications room.
� Electrical power same as telecommunications room. No convenience receptacles
mentioned.
� Grounding same as telecommunications room.
The entrance facility is the location for the Telecom Service Provider equipment and
demarcation points as well as the interface with SGEHC cabling systems.
Entrance Facilities The ENTRANCE FACILITY consists of the various types of telecommunications network
cables that enter the building and continue to the ENTRANCE WIRING CLOSET. The
ENTRANCE FACILITY also includes manholes, conduits, pull boxes, trenches and the
appropriate termination and protection devices. Fiber optic cable and copper twisted pair cable
126
will be included in most building entrances. These cables may be brought to the building by
either of two methods, direct buried or underground.
Direct buried cable is placed below the earth’s surface by digging a trench or plowing the cable
into place with the use of special sub-soil type plows made specifically for that purpose. Either
plowing or trenching does not require the use of conduit. Direct buried is the least expensive
method when existing conduit is not available, but is not practical when multiple cables are
involved.
Underground cable utilizes conduit placed below the earth’s surface by trenching. Underground
conduit systems require manholes placed below ground to facilitate pulling cables into the
conduit and splicing of the underground cables.
GENERAL:
New or remodeled SGEHC building will provide entrance conduits in the size and
quantity specified by this section of the standard. These conduits will extend beyond the
foundation to 1) nearest existing manhole 2) location of a proposed manhole to be placed
as a part of the building project or 3) to a point beyond landscaped and/or paved areas, if
the entrance will be direct buried.
SIZE:
Entrance conduit will be 4-inches inside diameter.
TYPE:
Entrance conduit will be galvanized steel through the foundation wall to a point 12-
inches beyond the disturbed earth. Bends and sweeps will be galvanized steel. Other
sections may be type C PVC conduit.
QUANTITY:
A minimum of one 4-inch conduit plus one spare conduit will always be required. If fiber
cables are required, an additional conduit with a minimum of three inner ducts will be
required.
Additional conduits may be required to accommodate special purpose cables or due to
high copper cable pair requirements. The need for added ducts for high pair requirements
can be determined from Table -1.
Table 1-1
Copper Cable
Pairs
No of Conduits
Required*
6 to 900 One, 4-inch
901 to 2100 Two, 4-inch
2101 to 3600 Three, 4-inch
3601 to 4800 Four, 4-inch
4801 to 6000 Five, 4-inch
6001 to 7200 Six, 4-inch
(*) Does not include one spare conduit or one conduit with inner duct installed
DEPTH:
Entrance should be placed at a depth of 48-inches to the top of the duct, if possible. When
obstructions prevent placement at that depth, a minimum depth of 24-inches should be
maintained.
SEPARATIONS:
All conduits paralleling power and other foreign conduits and pipes carrying gas, water,
oil, or sewer will have a minimum separation of 12-inches of firm earth. This separation
127
may be reduced to 4- inches if the entrance conduit is completely encased in 4-inches of
concrete. Crossing separations may be treated in the same manner with the concrete
encasement extending a minimum of 3-feet either side of the crossing.
BENDS:
Bends in underground conduit are undesirable and are to be avoided. When required,
bends and sweeps will be limited to the equivalent of no more than two 90 bends and will
be encased in 4-inches of concrete.
ENTRANCES:
Conduits entering through a basement or foundation wall will be sloped so that water will
not run into the building. All conduits will be sealed until used and seals will be restored
around the cables entering the building to prevent the entrance of water, gases and
vermin.
CONCRETE CAPS:
All runs of underground conduit not encased in concrete from other causes will be capped
with a minimum of 4-inches of concrete.
MANHOLES:
When required manholes will be no less than 8-feet by 4-feet in size, they will be pre-cast
and installed on a minimum of 12-inches of sand. Manholes will be provided complete
with a permanent ladder, cable racks, grounding/bonding inserts, pulling eyes, lid, ring,
collars and a sump of at least 8- inches in diameter.
PULL LINES:
All conduit placed will have a minimum of one ¼- inch nylon rope in each duct and inner
duct to facilitate placing pulling lines.
METAL SECTIONS:
All galvanized steel sections will be reamed on the interior edges to remove burrs.
Bushings will be installed on all open ends.
DIRECT BURIED:
Cables placed by this method should be 36-inches deep and no less than 24-inches deep
when necessary to clear other obstructions. Separations from other obstacles are the same
as for underground conduit except the concrete should be placed as a divider when
needed, not as an encapsulant. Cables may be placed in the same trench as other utilities
but must be separated by a minimum of 12-inches of firm earth. See Figures 1- 1 and 1-2
for proper placement.
128
FIGURE 1-1 FIGURE 1-2
129
AAPPPPEENNDDIIXX 0022
MMEEDDIICCAALL EEQQUUIIPPMMEENNTT
SSPPEECCIIFFIICCAATTIIOONN SSHHEEEETT
130
DENTAL EQUIPMENT
SGEHC
DENTAL CHAIR 2
Dental chair shall be designed for left or right hand
practitioners and shall have:
60 degrees rotation
All metal frame
Synchronized seated tilt
Contoured backrest with build-in arm support
Automatic return
Removable swing out armrests
Replaceable upholstery easy to maintain
Extendable headrest
Switches on back panel on both sides of the chair
Dental assistant unit
Cuspidor
Scaler Adaptor
Electrical: 110/115 V. 60Hz
SGEHC
DENTAL LIGHT 2
Operating dental light shall be mounted on a post attached
to the Dental Chair and shall include the following
features
Head with continuous rotation
Removable faceplate
Tee shaped handles
Bulb replacement without the use of tools
Twin beam, color corrected light system
Automatic On when lowered
Counterbalanced support arm allowing no drift
Electrical: 110/115 V. 60Hz
SGEHC
DENTAL CART 2
Dental cart shall be designed for three hand pieces and
shall have the following features:
Selector with three automatic pinch –valve hand piece
controls
Patient water system
Air/Water syringe with quick-change sterilizable tip
Disc foot control
Stainless steel instrument tray
Adjustable height cart frame mounted on casters
Fiber optic connection compatible with Items PHDE-
010
Electrical : 110/115 V. 60 Hz
SGEHC
DENTIST STOOL 2
Dentist stool frame shall be chromium plated (or
equivalent finish) with upholstered round seat and
backrest
- Unit shall have a five pod base with ball bearing
131
casters designed for hard floor surface
- Chair to have a base foot ring
- Height adjustment from 45 to 70cm by gas spring
- operated by a level
- Backrest and seat angle to be adjustable
SGEHC
DENTAL ASSISTANT
STOOL 2
Dental assistant stool frame shall
- Be chromium plated (or equivalent finish) with
upholstered round seat and backrest.
Unit shall have a five-pod base with ball-bearing
casters designed for hard floor surface
Chair to have a base foot ring
Height adjustment from 45 to 70cm by gas spring
operated by a lever
Backrest and seat angle to be adjustable
SGEHC
AIR COMPRESSOR 1
The air compressor for dental practice shall deliver clean,
ultra-dry, 100% oil-less dental air
Unit shall have thermally protected motor(s), vented
crankcase and deeply finned cylinders, air intake
filters, stainless steel drying chamber, storage tank
with siphon meeting ASME code and a control box.
Unit shall have the capacity to service up to two
dental units simultaneously
The compressor shall be installed within the dental
suite sand shall be supplied with a sound reducing
cover
Electrical: 110/115V, 1Ph, 60Hz
SGEHC
SUCTION SYSTEM 1
The suction system shall be designed for dental
application
Unit shall be designed to provide uniform vacuum
power
Unit shall have a see through solids collector easy to
clean, electrical system pre-wired for remote control,
motor with a solid-state switch
Unit shall have the capacity to service up to two
dental units simultaneously
Unit shall be supplied complete with a remote panel
and air/water separator
Electrical: 110/115V, 1Ph, 60Hz
Required Services for all dental equipment: 1. Training of Users.
2. Certified Training for Maintenance staff
3. Extended Warranty for four (4) years
4. Required to carry out Preventative Maintenance as per manufacturer’s recommendations.
5. Responsible for Preventative Maintenance kit and other consumables required for PM.
132
DENTAL X-RAY EQUIPMENT
ID
DESCRIPTION SPECIFICATION
SGEHC DENTAL X-RAY
SYSTEM
The dental X-Ray
- Shall be an Intra-oral digital wall mounted unit with remote
control and computer workstation
70 KVp, 7 mA, 0.6mm focal Spot
Exposure time selections of 3 of 99 impulses, duty cycle of 1
exposure second per minute
Focal length with 8-inch clear cone
Head mounted on a counter balanced arm allowing no-drift
Remote control shall be digital type and shall permit hand-held
control with extension cord.
Electrical: 120V, 60 Hz
Warranty
• 1 year warranty with 4 years extended warranty parts and
labour.
SGEHC DIGITAL X-RAY
SYSTEM
Standard Composition
• High Frequency X-ray Generator
• X-ray Tube Assembly
• X-ray Table
• Automatic Exposure Control
• Vertical Wall Stand
• Digital Detector System
• Control Console with Lead Glass Shielding
• Acquisition and review workstation
• Accessories
Technical Specifications
• High Frequency generator and integrated table
• Patient support table with a floating table top with locks
• Dual focal spot X- Ray tube
• Wall Stand and digital detector
• Beam limiting device
• Free-standing system
• Large travel range and flexibility of tube rotation
133
DENTAL X-RAY EQUIPMENT
ID
DESCRIPTION SPECIFICATION
• Acquisition review workstation for image post-processing,
short-term storage and quick in-room viewing of images
• Images may be transferred automatically or manually
Features to include:
• Digital Radiographic detector system
• Integrated floor mounted x-ray tube system
• Mechanical linkage between the tube stand and the table
detector
• Fast preview image with the fully processed image in less
than 15 seconds
• Post-acquisition processing for multiple views from single
exposure
• Automated and customizable image transfer and printing
• DICOM 3.0 and IHE compliant
• Multi-resolution image processing for enhancement of detail
• Tissue Equalization algorithm
Accessories
• To be supplied with an acquisition and review workstation
for image post-processing, short-term storage, and quick in-
room viewing of images.
• Laser Imager for Dry laser printing.
- Touch panel operation
- 3 sizes 35x45 cms, 26x36 cms and 18x24cms
online. Film size is selectable for added flexibility.
- Automatic calibration
- DICOM compatible print
- Service Class (standard), to obtain density scales
that are equivalent to those on the console display
• All other accessories required for start up and
commissioning of the unit.
Warranty
• 1 year warranty with 4 years extended warranty parts and
labour.
• Sample Service contract to be provided for a 97%
134
DENTAL X-RAY EQUIPMENT
ID
DESCRIPTION SPECIFICATION
equipment uptime
Training
• Applications Training to be done by a representative from
the manufacturer on the use of the equipment
• Factory service with all expenses (airfare, board, tuition) for
one (1) Biomedical Engineer at the manufacturer’s service
centre
SGEHC X-RAY VIEWING BOX
Shall have:
- A viewing screen of 140 mm X 370 mm
- Instant start lighting feature
- Operate on 110V, 60 HZ
- Viewing screen should be vertical
- Full length bottom lip to support X-ray film
- A height of 165 mm and a width of 390 mm and a depth of
130 mm.
- A standard 380mm diameter x380mm long, white
fluorescent lamp (GE No P14T12 CW)
SGEHC AUTOCLAVE
TABLETOP
- Autoclave shall be designed for the sterilization of small
packs and unwrapped instruments and utensils.
- Unit shall have a stainless steel door and stainless steel
chamber of 15 –litre capacity approximately.
- Unit shall have a fully digital control panel indicating
temperature, pressure, the cycle status and the conditions of
the unit.
- Unit shall have a drying cycle controlled by the digital timer
of the control panel.
- Control panel; shall include a printer giving a record of all
the sterilization cycles.
- Unit to have a pressure safety valve, a door safety
mechanism, error warning indicator, overheat protection,
door interlock switch.
- Unit shall permit sterilization at different cycle 121/124oc
and 134/138 oc.
- Chamber shall be equipped with a rack for packs and two
stainless steel instrument trays.
135
DENTAL X-RAY EQUIPMENT
ID
DESCRIPTION SPECIFICATION
- Electrical : 220 v/60Hz 1 Phase
Required Services:
Training of Users.
Extended Warranty for four (4) years
Required to carry out Preventative Maintenance as per
manufacturer’s recommendations.
Responsible for Preventative Maintenance kit and other
consumables required for PM.
PIPED OXYGEN
ID
DESCRIPTION SPECIFICATION
SGEHC MEDICAL OXYGEN
Oxygen Installation:
• Two (2) filled 220 cubic foot cylinders with a 2 x 2
automatic change-over manifold and pressure regulating
system for the distribution system (expandable to four (4)
cylinders).
• Recessed wall mounted distribution outlet and service
consoles.
• Two (2) Head Walls with Medical Oxygen Outlets (Medstar,
quick connect 50-60 psi)
• Piping to head walls Room
136
AAPPPPEENNDDIIXX 0033
LLAANNDD SSUURRVVEEYY RREEPPOORRTT
SURVCON CO LTD 10/11/2012
CONSTRUCTION OF A NEW GRANDE ENHANCED
HEALTH CENTRE (SGEHC)
ENGINEERING LAND SURVEY
Land Surveying Report for the Preliminary Work for the SGEHC
- Engineering Land Surveying Services -
The Site
NIPDEC
CCoommppaannyy SSeeccrreettaarryy
National Insurance Property Development Company Limited
56-60 St. Vincent Street, Port of Spain, TRINIDAD.
Submitted by
S U R V C O N Date: 10
th November 2012
SURVEYING AND CONSTRUCTION SERVICES CO LTD 1 1 B F r i a r ’ s Cou r t , A l t yr e Dr iv e , C oc o y ea , S AN F ER NANDO . T r i n ida d a nd T o ba g o. W e s t In d i e s
SURVCON CO LTD 10/11/2012
TR ANSMITTAL LETTER
SURVCON CO LTD 10/11/2012
S U R V C O N SURVEYING AND
CONSTRUCTION
SERVICES CO LTD Telephone: 1-868-653-6228 E-mail: survcon_tt@yahoo.com
11B Friar’s Court
Altyre Drive
Cocoyea
San Fernando
Trinidad, W.I.
2012-11-10
Ms Alana Umraw
Company Secretary
National Insurance Property Development Company Limited
50 – 60 St. Vincent Street,
PORT OF SPAIN
Dear Ms Umraw
SUBJECT: Preliminary Surveying for the Construction of the
New Sangre Grande Enhanced Health Centre
SURVCON Surveying and Construction Services Co. Ltd. hereafter called SURVCON is
pleased for the opportunity to provide Engineering Surveying Services for NIPDEC for the
preliminary survey required for the construction of a New Sangre Grande Enhanced Health
Centre. SURVCON, therefore, thanks NIPDEC for the confidence placed in the Organisation
for we are also confident that we can provide an integrated, client centred approach in
delivering the required product in a flexible, timely, economical and professional manner.
We have equipped and tailored our services to meet your organization’s need and start date
of 15th October 2012 which is due for completion on or before 14
th November 2012, exactly
one month after the start of the project in this noble endeavour.
We thank you and are grateful for the opportunity to provide your organisation with the
professional Surveying Services required and look forward to continued close, harmonious
associations with you, on this and future projects.
Yours truly,
_______________
Teresa Morris
Managing Director
SURVCON Co. Ltd
DDiirreeccttoorrss:: HHoolllliiss JJ.. EEvveerrsslleeyy ((TTTTLLSS)) TTeerreessaa MMoorrrriiss JJeewweell VViiaallvvaa GGrreeggoorryy MMoorrrriiss ((TTTTLLSS))
SURVCON CO LTD 10/11/2012
SURVCON – Construction of a New Sangre Grande Enhanced Health Centre
Engineering Surveying Services
Table of Contents
Sections Page No.
TECHNICAL PROPOSAL
1.0 Preamble 01
2.0 Project Brief 01
3.0 Contact Personnel 01
4.0 Survey Requirement for Commencement 02
5.0 Methodology 02
6.0 Scope of Works 04
7.0 Deliverables 05
FINANCIAL PROPOSAL
8.0 Fee Structure 05
9.0 Appendices 06
SURVCON CO LTD 10/11/2012
SURVCON – Survey for the New Sangre Grande Enhanced Health Centre
. Engineering Surveying Services
1.0 Preamble
1.1 Survcon in direct response to the Fax received on July 23rd
2012 on behalf of Ms.
Alana Umraw re: subject and the subsequent site visits on Friday 27th
July where
further details and concerns were identified and clarified concerning the proposed
Ojoe Road, Sangre Grande Site. As a direct result SURVCON submitted its proposal
and was awarded the contract to do preliminary Engineering and Land Surveying
Services so that Proponents for the Construction of the New Sangre Grande Enhanced
Health Centre can be provided with accurate information as to boundaries, elevations,
and other relevant information for guiding the design and construction process
2.0 Project Brief
2.1 The Government of the Republic of Trinidad and Tobago via the Cabinet has
allocated approximately 2.3 acres for the construction of The New Sangre Grande
Enhanced Health Centre under the management of the National Insurance Property
Development Company Limited (NIPDEC). To this end Survcon has been retained to
conduct Cadastral and Topographical Surveying Services of the site via an
contractual agreement dated 1st October 2012 and with an expressed commencement
date of Monday 15th
October 2012 conveyed via mutual agreement between Survcon
and NIPDEC representative Kashama Mahadeo during the final site visit on Friday
12th October 2012 at 1.00pm
3.0 Contact personnel for Project.
Survcon Co Ltd Nipdec
Teresa Morris Kshama Mahadeo
Gregory Morris Roger McNamara
Jewel Vialva
SURVCON CO LTD 10/11/2012
SURVCON - Survey for the New Sangre Grande Enhanced Health Centre
Engineering Surveying Services
4.0 Requirements for Commencement
4.1 In order to complete this undertaking in a timely and professional manner the
following was sourced prior to the initial survey due to discrepancies in the Cadastral
plan (Book 1151 folio 107) for the site conveyed in the commencement package
delivered on Friday 12th
October 2012.
Source the original survey notes for Survey Order 30/86 from Lands and Survey to
determine the error in the aforementioned plan presented see appendix I, from all
relevant Cadastral plans and recent surveys from the Land Survey vault on
Wrightson road.
The proposed design for the site to be used for the establishment of the parcel’s
boundary irons which was also provided in the commencement package furnished
by Nipdec’s representative Kshama Mahadeo.
It was also noted that the copy presented was not clear enough to set out the
boundary during the final field visit and a digital copy was subsequently released
to Survcon via email.
5.0 Methodology Briefs
The methodology to be employed in satisfying the specific objectives of this tender
are all common, tried and tested procedures, practised and documented. Of course
cognisant of the site requirement to determine the location if there were any utilities
that may have traverse the site, As a result letters were dispatched to NGC, T&TEC
and WASA. In addition since WASA was considered to be of greatest concern given
the fact that T&TEC had no underground lines in the area, a site visit to their office
was initiated to expedite their response to the correspondence sent to the required
departments. See appendix III
Thus the rudimentary steps are as follows.
1. All Survey notes for primary survey were sourced from the department of Lands and
Surveys and correspondence dispatched to the relevant authorities and visits arranged.
SURVCON CO LTD 10/11/2012
SURVCON - Survey for the New Sangre Grande Enhanced Health Centre
Engineering Surveying Services
2. Once the error on the plan was determined from the additional information obtained
from the Department of Lands and Surveys vault on Wrightson Road, digital plans
were plotted for the said parcel and all surrounding parcels to provide a framework
for re-establishing the boundaries in question and establishing the new boundaries for
the 2.3 acres parcel identified and whose geometry was established by the Designer of
the facility and conveyed to us via email in an AutoCAD format.
3. Three Primary controls were established on site with two being monumental S1 and
S2 see attached drawing DWG001, to an accuracy of ±0.5cm. These points among
others were used to conduct both the cadastral and topographical survey of the site.
The geographical referring system was based on a hand held GPS unit and was
discussed in the pre tender meeting on Friday 27th
July 2012 at the project site, prior
to the tender site visit. .
4. The handing out of notices of adjoining parcels were all state based due to the chosen
location of The New Sangre Grande Enhanced Health Centre north of the
constructed existing road reserve and surrounded by the parent parcel.
5. Using traditional Topcon Reflectorless Total Station -documenting the XYZ position
of salient points, trees, water ways and spot heights on the site via a TDS data
collector system to avoid the propagation of booking errors. Data submitted in
Appendix II.
6. The recorded data that was collected using the TDS Data Logging system is then
downloaded and plotted on a layered AutoCAD drawing and saved in the requested
2007 format, Soft DESK platform
7. The detailed Topographical Drawing showing all spot heights, controls and the
adjacent roads and the visible drain since part of the drain in the road reserve is
partially collapsed. In addition contours were generated at an interval better than the
suggested contour interval of 1.0m. The northern ravine was not shown as instructed.
8. The elevation of the control point and the offsite water valve were propagated by
direct levelling techniques to increase the height accuracy of the two points.
9. All correspondence will also be presented in the Appendices.
This methodology is standard surveying practice and will yield the required accuracy and
requirements for the site.
SURVCON CO LTD 10/11/2012
SURVCON - Survey for the New Sangre Grande Enhanced Health Centre
Engineering Surveying Services
6.0 Scope of Works
6.1 The following tasked activities were conducted to meet the requirements of the
contract document and demanded by the client, and adhered to, to ensure that the
project is undertaken in a timely and cost effective manner.
Control and Survey
o To conduct detailed Engineering Land Survey of the above mentioned 2-
acre parcel of land as indicated in the project description, and submit to
NIPDEC a comprehensive report detailing said Engineering Land Survey.
o To provide and submit a complete set of cadastral and topographical survey
drawings which will be required for the Design- Construction project
inclusive of cross sections, elevations, coordinated boundaries, landmarks,
etc. stamped and signed by a licensed Surveyor. Topographical surveys
shall show the elevation of the site in relation to the existing roads and
drains.
o To install and maintain on site concrete landmark/stakes on the land’s
boundaries.
o To provide a location plan highlighting the location of the site with
reference to key landmarks such as roads.
o To provide current site photographs (including aerial photographs)
o To identify and submit a report of possible underground obstruction such as
waterlines, gas lines, sewer lines, etc
o Engineering land surveys shall be carried out by a licensed Land Surveyor
of Trinidad and Tobago, registered with the Institute of Surveyors of
Trinidad and Tobago.
o Any other items deemed to be necessary.
Preparation of Drawings
o The preparation of As-Built topographical plan and cadastral plan for
designated area.
o All objects will be shown with their colour type and attributes set by
layer ensuring full control of visibility on plots. All Controls
both horizontal and vertical will be shown in their corresponding
layers indicating their bench mark references as attributes.
o
SURVCON CO LTD 10/11/2012
SURVCON - Survey for the New Sangre Grande Enhanced Health Centre
Engineering Surveying Services
7.0 Deliverables
6.1 The following reports and digital documents and drawings will be delivered during
the one (1) month project as required once the registration via the land and survey
department is facilitated since this process can be very untimely. .
o One (1) original copy and three (3) copies of comprehensive
Engineering Land Survey Report.
o One (1) original copy and three (3) copies of drawings and sketches
stamped and sign by authorized Land Surveyor.
o Digital/Soft copy of item 1, 2 and 3. Item 2 is preferably in AutoCAD
2007 format.
o Any other requirements deemed necessary for proper execution of a
design-build project.
8.0 Fee Structure
7.1 SURVCON submits the following cost proposal for the provision of Digital
Draughting Services, Labour, Supervision and Equipment for all works required as
requested. This proposal is based on the standards established for such work by the
Institute of Surveyors and based on the requirements and conditions likely to be
encountered on such a project and the site visit conducted on September 27th 2012,
for the sum of $ 12 500.00 for the entire process.
SURVCON Limited thanks you for the confidence placed in the organisation, and trusts that
the submission meets with your approval.
Yours truly,
_______________
Teresa Morris
Managing Director
SURVCON Co. Ltd.
SURVCON CO LTD 10/11/2012
Appendix I Relevant Cadastral Plans
SURVCON CO LTD 10/11/2012
SURVCON CO LTD 10/11/2012
SURVCON CO LTD 10/11/2012
Appendix II
Raw data from the data logger
# Easthings Northings RL/m Descriptions
1 704253.022 1171619.587 100.023 S1
2 704160.901 1171649.853 100.624 S2
3 704162.766 1171590.898 100.136 S3
5 704243.349 1171648.131 99.995 S
6 704246.158 1171640.345 100.231 S
7 704247.935 1171634.136 100.177 S
8 704250.952 1171625.463 100.008 S
9 704255.689 1171611.768 99.784 S
10 704259.457 1171601.289 99.439 S
11 704261.837 1171593.491 98.211 S
12 704263.732 1171586.389 97.528 S
13 704266.467 1171579.357 96.650 S
14 704257.898 1171579.650 97.052 S
15 704255.603 1171587.467 98.091 S
16 704252.701 1171595.218 99.252 S
17 704249.099 1171605.858 99.571 S
18 704245.871 1171615.911 99.881 S
19 704243.027 1171625.915 99.948 S
20 704238.725 1171638.197 100.116 S
21 704234.480 1171646.598 100.155 S
22 704227.886 1171647.406 100.150 S
23 704230.300 1171636.920 100.211 S
24 704234.138 1171624.461 100.171 S
25 704238.206 1171613.099 99.957 S
26 704241.335 1171602.205 99.731 S
27 704243.933 1171590.537 99.242 S
28 704245.851 1171584.758 98.446 S
29 704246.276 1171579.648 97.927 S
30 704235.551 1171579.745 99.185 S
31 704233.943 1171589.929 99.554 S
32 704231.760 1171601.022 99.963 S
33 704227.411 1171612.939 100.143 S
34 704227.414 1171612.964 100.142 S
35 704223.032 1171626.139 100.106 S
36 704220.850 1171638.851 100.303 S
37 704219.077 1171649.594 100.269 S
38 704218.105 1171658.922 100.260 S
39 704216.445 1171666.106 100.281 S
40 704211.346 1171672.704 100.295 S
41 704203.502 1171671.674 100.438 S
SURVCON CO LTD 10/11/2012
42 704203.413 1171662.828 100.323 S
43 704210.368 1171656.566 100.344 S
44 704207.620 1171643.938 100.316 S
45 704212.794 1171642.784 100.400 S
46 704208.907 1171628.730 100.325 S
47 704217.221 1171628.954 100.334 S
48 704218.502 1171615.779 100.253 S
49 704211.878 1171612.219 100.164 S
50 704220.371 1171611.408 100.325 S
51 704224.611 1171599.453 100.325 S
52 704214.258 1171600.274 100.281 S
53 704207.528 1171596.075 100.233 S
54 704207.840 1171585.684 100.103 S
55 704219.168 1171587.848 100.203 S
56 704229.914 1171589.023 99.684 S
57 704232.230 1171579.376 99.396 S
58 704223.450 1171579.110 99.480 S
59 704214.080 1171578.795 100.262 S
60 704200.327 1171578.515 99.966 S
61 704190.790 1171577.828 99.894 S
62 704198.881 1171586.038 100.035 S
63 704199.295 1171596.138 100.250 S
64 704189.557 1171589.619 100.035 S
65 704188.780 1171602.378 100.327 S
66 704202.265 1171606.133 100.224 S
67 704189.500 1171614.625 100.191 S
68 704201.548 1171615.130 100.272 S
69 704203.481 1171627.458 100.322 S
70 704190.201 1171628.174 100.483 S
71 704190.388 1171641.438 100.477 S
72 704200.630 1171638.704 100.362 S
73 704190.490 1171652.047 100.396 S
74 704200.251 1171652.991 100.338 S
75 704189.624 1171667.106 100.503 S
76 704189.172 1171679.380 100.570 S
77 704183.162 1171684.843 100.576 S
78 704198.190 1171672.131 100.501 S
79 704200.009 1171665.585 100.545 S
80 704221.045 1171666.933 100.199 S
81 704231.327 1171662.583 100.040 S
82 704236.008 1171652.082 100.144 S
83 704241.182 1171645.946 100.562 S
84 704242.777 1171650.835 100.232 S
85 704242.100 1171655.444 100.156 S
86 704241.264 1171660.063 100.018 S
87 704242.636 1171660.136 99.396 S
88 704243.144 1171655.291 99.531 S
89 704243.745 1171650.953 99.682 S
90 704244.494 1171643.114 100.061 S
SURVCON CO LTD 10/11/2012
91 704245.690 1171643.074 99.977 S
92 704246.546 1171639.499 100.047 S
93 704247.945 1171634.738 100.139 S
94 704246.359 1171635.912 100.252 S
95 704246.295 1171636.536 100.524 S
96 704245.751 1171638.272 100.575 TP
97 704245.236 1171640.467 100.690 S
98 704244.858 1171641.863 100.446 S
99 704243.114 1171640.503 100.172 S
100 704243.240 1171637.892 100.155 S
101 704243.954 1171635.940 100.117 S
102 704241.915 1171637.918 100.096 GW
103 704250.484 1171621.412 99.998 S
104 704253.695 1171611.271 99.979 S
105 704252.612 1171610.736 100.289 S
106 704254.226 1171609.387 100.377 S
107 704254.702 1171608.552 99.803 S
108 704252.082 1171609.455 99.752 S
109 704256.064 1171603.241 99.528 S
110 704258.823 1171596.104 99.255 S
111 704259.897 1171591.830 99.130 S
112 704260.491 1171587.922 98.104 S
113 704272.623 1171572.977 96.436 CR
114 704270.410 1171581.684 97.076 CR
115 704267.126 1171593.476 98.074 CR
116 704263.952 1171602.506 98.842 CR
117 704260.493 1171612.556 99.533 CR
118 704256.419 1171623.492 99.889 CR
119 704252.803 1171633.224 100.026 CR
120 704249.689 1171644.938 99.884 CR
121 704248.557 1171658.271 99.763 CR
122 704248.109 1171670.990 99.801 CR
123 704247.883 1171685.637 99.896 CR
124 704247.764 1171696.710 99.966 CR
125 704243.584 1171660.540 99.828 WW
126 704243.787 1171656.791 99.827 WW
127 704244.398 1171651.074 99.827 WW
128 704244.132 1171650.875 99.333 CDR
129 704243.545 1171656.166 99.207 CDR
130 704243.250 1171660.780 99.069 CDR
131 704239.238 1171649.273 100.272 T
132 704242.590 1171649.346 100.488 T
133 704241.958 1171653.589 100.495 T
134 704238.154 1171655.427 100.063 T
135 704236.538 1171655.790 100.219 T
136 704236.351 1171654.117 100.201 T
137 704234.683 1171654.202 100.167 T
138 704231.094 1171653.781 100.162 COCO
139 704229.025 1171653.166 100.217 COCO
SURVCON CO LTD 10/11/2012
140 704228.254 1171654.858 100.125 COCO
141 704225.230 1171647.678 100.299 MANGO
142 704211.327 1171648.665 100.371 T
143 704207.423 1171650.267 100.350 T
144 704208.742 1171654.321 100.272 T
145 704203.445 1171647.317 100.423 T
146 704207.691 1171638.392 100.474 T
147 704209.808 1171612.567 100.421 T
148 704236.305 1171610.349 100.096 T
149 704237.633 1171607.083 100.064 T
150 704267.256 1171578.738 96.344 S
151 704257.698 1171578.455 96.460 S
152 704249.154 1171577.928 97.143 S
153 704240.339 1171577.880 98.058 S
154 704231.731 1171577.433 98.797 S
155 704223.149 1171577.860 99.071 S
156 704213.762 1171577.567 99.569 S
157 704204.087 1171577.461 99.539 S
158 704194.865 1171577.385 99.423 S
159 704188.459 1171576.872 99.443 S
160 704178.230 1171585.136 99.890 S
161 704169.336 1171582.912 99.647 S
162 704171.026 1171597.465 100.291 S
163 704180.363 1171598.302 100.289 S
164 704172.409 1171612.381 100.334 S
165 704181.056 1171613.502 100.341 S
166 704180.113 1171628.148 100.376 S
167 704171.950 1171630.921 100.461 S
168 704174.131 1171643.282 100.512 S
169 704181.657 1171640.741 100.574 S
170 704183.182 1171648.031 100.459 S
171 704174.802 1171651.411 100.444 S
172 704176.711 1171659.857 100.466 S
173 704182.200 1171657.021 100.452 S
174 704183.829 1171665.522 100.495 S
175 704176.721 1171666.847 100.570 S
176 704179.107 1171675.362 100.612 S
177 704184.666 1171671.261 100.533 S
178 704262.729 1171622.842 100.039 WV
179 704263.030 1171621.657 99.775 UP
180 704257.030 1171636.216 100.215 UP
181 704272.067 1171596.242 98.340 UP
182 704239.828 1171642.867 100.183 T
189 704167.950 1171613.758 100.510 S
190 704170.803 1171623.901 100.421 S
191 704167.123 1171633.780 100.440 S
192 704164.366 1171620.176 100.393 S
193 704158.248 1171630.231 100.288 S
194 704152.604 1171620.214 100.562 S
SURVCON CO LTD 10/11/2012
195 704144.490 1171613.313 100.590 S
196 704135.281 1171617.719 100.595 S
197 704126.090 1171620.446 100.622 S
198 704119.932 1171622.101 100.675 S
199 704123.204 1171631.203 100.671 S
200 704129.542 1171628.430 100.643 S
201 704137.119 1171625.380 100.570 S
202 704145.681 1171622.707 100.513 S
203 704151.147 1171630.847 100.519 S
204 704141.262 1171634.505 100.524 S
205 704131.624 1171637.986 100.641 S
206 704135.049 1171645.860 100.538 S
207 704144.085 1171641.545 100.497 S
208 704154.459 1171638.189 100.437 S
209 704160.435 1171637.049 100.579 S
210 704167.373 1171643.128 100.386 S
211 704157.694 1171646.269 100.465 S
212 704149.552 1171651.257 100.637 S
213 704150.658 1171659.782 100.633 S
214 704159.901 1171658.455 100.492 S
215 704168.974 1171656.821 100.515 S
216 704169.803 1171667.815 100.510 S
217 704161.794 1171668.414 100.525 S
218 704153.781 1171668.707 100.576 S
219 704160.068 1171676.827 100.582 S
220 704167.723 1171676.484 100.533 S
221 704174.004 1171674.101 100.553 S
222 704177.686 1171683.502 100.501 S
223 704171.064 1171688.355 100.532 S
224 704175.661 1171696.356 100.414 S
225 704180.197 1171689.585 100.544 S
226 704186.295 1171690.010 100.493 S
227 704190.742 1171694.234 100.330 S
228 704195.979 1171689.297 100.506 S
229 704192.281 1171685.123 100.475 S
230 704199.449 1171683.333 100.538 S
231 704195.087 1171679.725 100.513 S
232 704202.180 1171677.265 100.483 S
233 704198.193 1171674.392 100.531 S
235 704164.298 1171605.088 100.386 S
236 704163.364 1171596.888 100.241 S
237 704169.165 1171599.423 100.218 S
238 704166.460 1171588.631 99.932 S
239 704178.674 1171580.979 99.888 S
240 704179.210 1171576.864 99.632 S
241 704170.621 1171576.582 99.510 S
242 704169.264 1171580.411 99.635 S
243 704161.020 1171584.289 99.776 S
244 704159.061 1171576.362 99.512 S
SURVCON CO LTD 10/11/2012
245 704147.707 1171576.119 99.573 S
246 704146.874 1171585.653 99.895 S
247 704154.834 1171585.212 99.841 S
248 704155.578 1171595.084 100.077 S
249 704156.610 1171600.569 100.391 S
250 704150.836 1171609.018 100.521 S
251 704145.147 1171605.499 100.135 S
252 704142.946 1171597.397 100.018 S
253 704132.837 1171599.481 100.247 S
254 704134.620 1171607.090 100.303 S
255 704135.794 1171611.998 100.552 S
256 704126.965 1171613.801 100.393 S
257 704117.938 1171615.057 100.602 S
258 704112.849 1171617.198 100.684 S
259 704110.400 1171610.093 100.585 S
260 704115.876 1171608.214 100.478 S
261 704116.263 1171598.471 100.180 S
262 704108.107 1171596.406 100.270 S
263 704108.631 1171585.301 100.325 S
264 704115.751 1171584.621 100.234 S
265 704116.226 1171577.136 100.377 S
266 704110.184 1171576.489 100.371 S
267 704123.543 1171582.692 100.222 S
268 704121.182 1171593.148 100.175 S
269 704122.051 1171600.380 100.103 S
270 704131.393 1171594.043 100.053 S
271 704133.230 1171587.118 100.213 S
272 704139.794 1171583.087 99.897 S
273 704141.140 1171591.765 99.983 S
274 704139.552 1171576.173 99.610 S
275 704130.151 1171575.914 99.859 S
276 704130.112 1171576.833 100.242 S
277 704119.100 1171576.782 100.299 S
278 704119.254 1171575.819 99.968 S
279 704110.438 1171575.753 100.043 S
280 704110.333 1171577.016 100.431 S
281 704141.808 1171575.456 98.842 CDR
282 704152.016 1171575.646 98.758 CDR
283 704163.040 1171575.847 98.716 CDR
284 704173.596 1171575.977 98.670 CDR
285 704180.136 1171576.112 98.622 CDR
286 704188.077 1171576.226 98.586 CDR
287 704132.932 1171575.361 98.855 CDR
288 704124.049 1171575.348 98.993 CDR
289 704114.483 1171575.195 99.060 CDR
290 704106.512 1171575.186 99.200 CDR
291 704153.738 1171590.613 99.926 T
292 704147.444 1171608.921 100.593 MANGO
293 704161.843 1171609.481 100.671 T
SURVCON CO LTD 10/11/2012
294 704156.965 1171608.121 100.456 MANGO
295 704268.926 1171573.559 96.422 ER
296 704267.520 1171579.512 96.896 ER
297 704263.952 1171591.634 98.009 ER
298 704260.080 1171603.414 98.972 ER
299 704255.698 1171615.732 99.704 ER
300 704252.010 1171626.057 99.917 ER
301 704247.913 1171638.102 99.997 ER
302 704245.434 1171651.105 99.723 ER/WW 1.11
303 704245.090 1171663.218 99.694 ER/WW 1.46
304 704244.834 1171677.077 99.723 ER/ww/br
305 704244.703 1171688.952 99.847 ER/WW/BR
306 704244.659 1171696.951 99.921 ER/WWBR 2.00
307 704251.026 1171694.004 99.916 ER/WW/BR
308 704251.420 1171679.061 99.792 ER/WW/BR
309 704251.838 1171664.249 99.752 ER/WW/BR
310 704252.252 1171651.174 99.783 ER/WW/BR/END
311 704253.771 1171641.922 99.895 ER
312 704255.662 1171635.030 99.965 ER
313 704259.734 1171622.702 99.775 ER
314 704264.421 1171611.949 99.370 ER
315 704268.403 1171600.727 98.612 ER
316 704272.253 1171588.596 97.576 ER
317 704274.512 1171579.826 96.799 ER
318 704276.332 1171570.521 96.156 ER
319 704276.113 1171579.649 96.707 WW
320 704277.549 1171572.321 96.306 WW
321 704280.396 1171566.465 95.935 PAVE
322 704278.186 1171571.024 95.302 BANK
323 704277.952 1171572.189 94.796 BANK
324 704278.194 1171573.112 95.406 BANK
325 704280.425 1171574.690 95.327 BANK
326 704282.070 1171570.478 94.891 CENTRE
327 704281.547 1171569.816 95.202 BANK
328 704281.774 1171567.432 95.204 S/F
329 704267.289 1171576.532 95.066 BANK
330 704267.649 1171577.155 96.373 BK
331 704267.601 1171577.904 96.264 BANK/LOW
332 704238.582 1171576.570 0.000 FC
333 704208.291 1171576.166 0.000 FC
334 704242.777 1171729.681 0.000 FC
335 704254.183 1171577.317 95.622 CDR
336 704261.316 1171577.736 95.395 CDR
338 704108.318 1171580.364 100.362 S
339 704135.203 1171580.519 100.227 S
340 704147.011 1171579.619 99.749 S
341 704153.860 1171580.720 99.804 S
342 704160.447 1171580.502 99.783 S
343 704165.411 1171580.679 99.688 S
SURVCON CO LTD 10/11/2012
344 704192.541 1171582.388 99.971 S
345 704204.245 1171582.196 100.002 S
346 704221.755 1171582.794 100.023 S
347 704236.545 1171583.377 99.274 S
348 704195.507 1171659.670 100.426 S
349 704180.957 1171620.639 100.359 S
350 704197.257 1171619.844 100.350 S
352 704246.383 1171644.530 99.852 ER
353 704188.474 1171575.672 99.442 S
354 704179.225 1171575.664 99.632 S
355 704170.636 1171575.382 99.495 S
356 704159.076 1171575.162 99.487 S
357 704147.722 1171574.919 99.548 S
358 704139.567 1171574.973 99.601 S
359 704130.166 1171574.714 99.859 S
360 704119.269 1171574.619 99.979 S
361 704110.454 1171574.554 100.061 S
362 704249.176 1171577.074 97.231 S
363 704257.817 1171576.991 96.423 S
364 704267.190 1171575.918 96.372 S
365 704253.167 1171619.473 99.998 S
SURVCON CO LTD 10/11/2012
Appendix III Raw data from the data logger
15th October 2012
The Chairman
The National Gas Company Of Trinidad and Tobago Limited
Head Office
Orinoco Drive
POINT LISAS INDUSTRIAL ESTATE
Re: Construction of a New Sangre Grande Enhanced Health Centre (SGEHC).
Request for proposal for preliminary Works- Land Surveying – Commencement of Works.
With reference to the above - captioned matter, I Gregory Morris of Survcon Co. Ltd and the
assigned surveyor for conducting preliminary works at the said site would need from your
company, detailed identification of the following: The location and/or existence of Gas Lines
to service the Hospital or the existence of any items under your preview which may traverse
the site and may bring the works to a halt.
This is mandatory to ensure that plans made for the infrastructure avoid those areas, and
therefore affect where the surveying works can be performed. If, however, the land is
unencumbered by your company we would like a letter of clearance, stating such. However,
if encumbered, we would like to be told what it is and be given exact locations of same.
We look forward to an immediate response to this letter as preliminary works began on
Monday October 15, 2012.
Yours Respectfully
_____________
Gregory Morris
Operational Manager SURVCON Co. Ltd
SURVCON CO LTD 10/11/2012
15th October 2012
The Chairman
Trinidad and Tobago Electrical Commission
Head Office
61 Frederick Street
PORT OF SPAIN
Re: Construction of a New Sangre Grande Enhanced Health Centre (SGEHC).
Request for proposal for preliminary Works- Land Surveying – Commencement of Works.
With reference to the above - captioned matter, I Gregory Morris of Survcon Co. Ltd and the
assigned surveyor for conducting preliminary works at the said site would need from your
company, detailed identification of the following: The location and/or existence of
underground Utility Lines or the existence of any items under your preview which may
traverse the site and may bring the works to a halt.
This is mandatory to ensure that plans made for the infrastructure avoid those areas, and
therefore affect where the surveying works can be performed. If, however, the land is
unencumbered by your company we would like a letter of clearance, stating such. However,
if encumbered, we would like to be told what it is and be given exact locations of same.
We look forward to an immediate response to this letter as preliminary works began on
Monday October 15, 2012.
Yours Respectfully
_____________
Gregory Morris
Operational Manager SURVCON Co. Ltd
SURVCON CO LTD 10/11/2012
15th October 2012
Cheryl Wyke
Manager
Systems Optimisation Department
Water and Sewerage Authority
Head Office
Farm Road
ST JOSEPH
Re: Construction of a New Sangre Grande Enhanced Health Centre (SGEHC).
Request for proposal for preliminary Works- Land Surveying – Commencement of Works.
With reference to the above - captioned matter, I Gregory Morris of Survcon Co. Ltd and the
assigned surveyor for conducting preliminary works at the said site would need from your
company, detailed identification of the following: The location and/or existence of Water
Lines or the existence of any items under your purview which may traverse the site and may
bring the works to a halt. For the open 10 Acre parcel located south of the Sangre Grande
Health facility on Ojoe Rd, indentified on our visit to your Office on Farm Road, St. Joseph.
This is mandatory to ensure that plans made for the infrastructure avoid those areas, and
therefore affect where the surveying works can be performed. If, however, the land is
unencumbered by your company we would like a letter of clearance, stating such. However,
if encumbered, we would like to be told what it is and be given exact locations of same if
possible, your assistance it critical to the successful and timely completion of this project.
We thank you in advance and look forward to a timely response from your good office to this
correspondence as the preliminary works began on Monday October 15, 2012.
Yours Respectfully
_________ Gregory Morris (TTLS)
Operational Manager SURVCON Co. Ltd
SURVCON CO LTD 10/11/2012
15th October 2012
Steve Joseph
Head, Water Supply and Distribution
Water and Sewerage Authority
Head Office
Farm Road
ST JOSEPH
Re: Construction of a New Sangre Grande Enhanced Health Centre (SGEHC).
Request for proposal for preliminary Works- Land Surveying – Commencement of Works.
With reference to the above - captioned matter, I Gregory Morris of Survcon Co. Ltd and the
assigned surveyor for conducting preliminary works at the said site would need from your
company, detailed identification of the following: The location and/or existence of Water
Lines or the existence of any items under your purview which may traverse the site and may
bring the works to a halt. For the open 10 Acre parcel located south of the Sangre Grande
Health facility on Ojoe Rd indentified on our visit to your Office on Farm Road, St. Joseph.
This is mandatory to ensure that plans made for the infrastructure avoid those areas, and
therefore affect where the surveying works can be performed. If, however, the land is
unencumbered by your company we would like a letter of clearance, stating such. However,
if encumbered, we would like to be told what it is and be given exact locations of same if
possible, your assistance it critical to the successful and timely completion of this project.
We thank you in advance and look forward to a timely response from your good office to this
correspondence as the preliminary works began on Monday October 15, 2012.
Yours Respectfully
_________ Gregory Morris (TTLS)
Operational Manager SURVCON Co. Ltd
SURVCON CO LTD 10/11/2012
Map provided by Ms Cheryl Wyke, Manager of Systems Optimisation Department at Wasa
Head Office at Farm Road. St. Joseph.
We are however still awaiting confirmation of the Map from Mr. Steve Joseph, Head of
Water Supply and Distribution, Water and Sewerage Authority, Farm Road. St. Joseph.
Survcon is still awaiting confirmation of the verbal acknowledgement for the site from
T&TEC and we are still awaiting acknowledgment from BGC.
SURVCON CO LTD 10/11/2012
Drawn by : Jewel Vialva
1201015NIPD Rev 000ISSUE NO :
Checked by : Gregory Morris
Alana Umraw
Company Secretary
SURVCON
1:750 Distances are in metresSCALE : Heights are in metres
Date : 2012-10-29
Profiles across the site with a contour interval of 0.5m ..vertical exaggeration 10x
National Insurance Property Development Company Limited
56-600 St. Vincent Street , PORT OF SPAIN
ISSUE NO :
Drawn by : Jewel Vialva
1201015NIPD Rev 000ISSUE NO :
Checked by : Gregory Morris
Alana Umraw
Company Secretary
SURVCON
1:750 Distances are in metresSCALE : Heights are in metres
Date : 2012-10-29
National Insurance Property Development Company Limited
56-600 St. Vincent Street , PORT OF SPAIN
ISSUE NO :
Profiles across the site with a contour interval of 0.5m ..vertical exaggeration 10x
Appendix IV
Final Cross Section Plans - also see subsequent pans attached.
SURVCON CO LTD 10/11/2012
..................................................................................................................................................................................
G. N.
UPRN No.
Final Cadastral plan – see subsequent plan.
Aerial Photograph 2007 - See digital copy
SURVCON CO LTD 10/11/2012
1 133 730.00 mN
1 174 630.00 mN
70
4 2
60
.00 m
E
70
4 2
90
.00 m
E
70
4 3
00
.00 m
E
70
4 2
80
.00 m
E
70
4 2
70
.00 m
E
70
4 2
50
.00 m
E
70
4 2
40
.00 m
E
70
4 2
30
.00 m
E
70
4 2
20
.00 m
E
70
4 2
10
.00 m
E
70
4 2
00
.00 m
E
70
4 1
90
.00 m
E
70
4 1
80
.00 m
E
70
4 1
70
.00 m
E
70
4 1
60
.00 m
E
70
4 1
50
.00 m
E
70
4 1
40
.00 m
E
70
4 1
30
.00 m
E
70
4 1
20
.00 m
E
70
4 1
10
.00 m
E
70
4 1
00
.00 m
E
70
4 0
90
.00 m
E
70
4 2
60
.00 m
E
70
4 2
90
.00 m
E
70
4 3
00
.00 m
E
70
4 2
80
.00 m
E
70
4 2
70
.00 m
E
70
4 2
50
.00 m
E
70
4 2
40
.00 m
E
70
4 2
30
.00 m
E
70
4 2
20
.00 m
E
70
4 2
10
.00 m
E
70
4 2
00
.00 m
E
70
4 1
90
.00 m
E
70
4 1
80
.00 m
E
70
4 1
70
.00 m
E
70
4 1
60
.00 m
E
70
4 1
50
.00 m
E
70
4 1
40
.00 m
E
70
4 1
30
.00 m
E
70
4 1
20
.00 m
E
70
4 1
10
.00 m
E
70
4 1
00
.00 m
E
70
4 0
90
.00 m
E
1 174 640.00 mN
1 174 650.00 mN
1 174 660.00 mN
1 174 670.00 mN
1 174 680.00 mN
1 174 690.00 mN
1 174 700.00 mN
1 174 710.00 mN
1 174 720.00 mN
1 174 740.00 mN
1 174 620.00 mN
1 174 610.00 mN
1 174 600.00 mN
1 174 590.00 mN
1 174 580.00 mN
1 174 570.00 mN
1 174 560.00 mN
1 174 550.00 mN
1 133 730.00 mN
1 174 630.00 mN
1 174 640.00 mN
1 174 650.00 mN
1 174 660.00 mN
1 174 670.00 mN
1 174 680.00 mN
1 174 690.00 mN
1 174 700.00 mN
1 174 710.00 mN
1 174 720.00 mN
1 174 740.00 mN
1 174 620.00 mN
1 174 610.00 mN
1 174 600.00 mN
1 174 590.00 mN
1 174 580.00 mN
1 174 570.00 mN
1 174 560.00 mN
1 174 550.00 mN
Drawn by : Jewel Vialva
1201015NIPD Rev 000ISSUE NO :
Checked by : Gregory Morris
Alana Umraw
Company Secretary
SURVCON
1:500 Distances are in metresSCALE : Heights are in metres
Date : 2012-10-29
Topographical plan showing countours shown cross the site with a contour interval of 0.5m
National Insurance Property Development Company Limited
56-600 St. Vincent Street , PORT OF SPAIN
ISSUE NO :
..................................................................................................................................................................................
NOTES
Co-ordinates are based on WGS 84 hand held GPS systems
Heights are assummed
S1 - 704 253.02mE , 1171 619.50mN - Elevation 100.02m
S2 - 704 160.90mE , 1171 649.85mN - Elevation 100.04m
L E G E N D
0.50 m
UP
s y m b o l
contours
D e s c r i p t i o n
spot height
bacando tree
control stations
utility pole
drain
boundary iron
contour interval
mango tree
jamoon tree
milk wood tree
unknown tree
coconut tree
almond tree
palm tree
Topographical Plan - see attached large format plan
137
AAPPPPEENNDDIIXX 0044
GGEEOOTTEECCHHIINNAALL
IINNVVEESSTTIIGGAATTIIOONN RREEPPOORRTT
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
41 | P a g e
ANNEX 2 -
NIPDEC HSE GUIDE
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
42 | P a g e
National Insurance Property Development Company Limited
Contractor Safety Management
H S E Guide for Contractors
1. INTRODUCTION
1.1 SCOPE:
The purpose of this document is to provide information to Contractors as it relates to
NIPDEC’s HSE process for Contractor selection and management of Contracts. It is
intended purely as a guide and does not replace any information contained in any
tender or contract documentation.
NIPDEC’s obligation under OSHA, (Occupational Safety and Health Act 2004) is to
ensure that its employees and Contractors carry out their work safely. To do this,
NIPDEC and contractors must ensure that risks from identified hazards are
controlled to an acceptable level which will not cause injury. This includes: -
� The design and implementation of systems of safe work.
� Undertaking hazard identification and risk control activities.
� Providing proper equipment and safe use of substances.
� Providing adequate instructions, training, and supervision.
2.0 CONTRACTOR SAFETY
The aim of the Contractor Safety Guideline is to provide a practical and relevant
HSE system for NIPDEC’s staff overseeing the work of Contractors; to integrate
Health and Safety requirements into Contractor Management and to fulfill
NIPDEC’s Health and Safety Obligations to its Contractors.
Other than the information contained in this Guide, all Contractors are required to
attend a NIPDEC HSE Project INDUCTION prior to commencing contract.
Inductions will be arranged and delivered by the Health and Safety Officer in
coordination with the Projects Department.
Any Contractor employees or sub-contractors who are employed after the initial
induction are to be inducted by the principal Contractor. Records of such inductions
are to be generated and forwarded to NIPDEC’s HSE Department.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
43 | P a g e
3.0 RESPONSIBILITIES
3.1 NIPDEC’s PROJECT MANAGERS/ SUPERVISORS
Project Managers / Supervisors will be responsible for ensuring that the particulars
contained within these guidelines are implemented when engaging the services of
contractors. Specifically, Managers/Supervisors are responsible for:
� assessing the competence of contractors to meet OSHA specifications
� Ensuring that Contractors engaged by NIPDEC are aware of any Health and
Safety hazards that may exist in the area in which they are working.
� Ensuring that Contractors work safely and complete the work as specified in
the Contract and Safe Work Method Statement.
� Monitor the progress of the contracted work, and should the contractor deviate
from the safety standards required, take steps to remedy the situation.
3.2 CONTRACTORS (INCLUDING SUB-CONTRACTORS)
� Contractors must ensure NIPDEC’s induction training is undertaken by their
employees or any other agents of the said contractor entering the project.
� Prepare, implement, update and make available HSE management plans
� Ensure that any sub-contractor provides a written Safe Work Method
Statement (Job Safety Analysis) before commencing work.
� Direct and monitor Compliance with applicable legislation and any Safe
Method Statement (Job Safety Analysis) or procedures
� Keep a register of, and other records in relation to all hazardous substances on
Site.
� Communicate any major HSE issues as they arise
4.0 HEALTH AND SAFETY PLAN
4.1 CONTRACT MANAGEMENT
Regardless of the status of the Contractor’s Health Safety and Environmental
Management System, the successful Contractor is required to complete a Contract
Health and Safety Plan or agreed equivalent, to the satisfaction of NIPDEC.
The Health and Safety Plan is an agreed approach to managing the Safety aspects of
the Contract works and forms the basis for ongoing inspections and actions arising
from non-conformances with the Plan.
4.2 SITE INSPECTIONS AND NON-CONFORMANCES
Depending on the nature and duration of the contract works, random inspections
may be carried out by NIPDEC. Any non-conformances or risks identified during
site inspections are to be rectified by the Contractor.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
44 | P a g e
Significant or repeated non-conformances will be recorded and may affect the
evaluation of contractor performance that will be completed at the end of the
contract.
Repeated significant non-conformances may result in other action consistent with the
terms of the contract.
4.3 INCIDENT NOTIFICATION AND INVESTIGATION
Any incident which results in an injury to Contractor personnel must be reported to
NIPDEC’s Manager/Supervisor on site within 24 hours.
Any injury which is serious in nature, for example requiring medical attention, must
be reported immediately for First Aid, and preservation of the scene if required
5.0 SERIOUS INCIDENTS
In the event of a serious incident, NIPDEC’s Site Manager must be informed
immediately and the scene of the incident preserved.
Any injury which is serious in nature, e.g. requiring medical attention is to be
reported immediately.
Serious incidents are not confined to, but are inclusive of the under mentioned,
occurring at, or in relation to, the place of work.
� that resulted in a person being killed
� an amputation of a limb
� the placing of a person on a life-support system’
� any event or circumstance listed below that presents an immediate threat
to life:
� The loss of consciousness of a person caused by physical force exposure
to hazardous substances, electric shock or lack of oxygen.
� Major damage to equipment, building or structure.
� An uncontrolled explosion or fire
� An uncontrolled escape of gas, dangerous goods or steam
� A spill or incident resulting in exposure to a notifiable or prohibited
carcinogenic substance.
� Entrapment of a person
� Serious burns to a person
6.0 FIRST AID
The Contractor is expected to make arrangements for appropriate first aid resources
for the duration of the contract works.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
45 | P a g e
This may be achieved by completing a First Aid Risk Assessment relevant to the
Contract works under consideration, or by producing evidence of an existing First
Aid Assessment that covers the scope of the contract.
7.0 EVALUATION OF CONTRACTOR PERFORMANCE
Contractor HSE performance will be evaluated on completion of contract, and may
form part of the evaluation process for future tenders.
8.0 SPECIFIC HSE HAZARDS AND NIPDEC’S EXPECTATIONS
The following is a listing of some of the common hazards that may be
associated with NIPDEC’s CONTRACT works. The listing is not exhaustive
and contractors will be expected to complete their own risk assessment
process.
Contractors are also expected to work in accordance with relevant Safety
Legislation, Codes of practice and acceptable standards.
For all hazards, guidance from NIPDEC’s Safety Department may be
requested.
8.1 CONFINED SPACE ENTRY
Confined spaces include any space which is not intended for permanent or ongoing
occupancy, that has restricted means of access, and that contains or may contain a
hazardous atmosphere, or some other hazardous nature.
Confined spaces are dangerous places and require particular risk control measures,
including completion and issue of a “Permit to Work” certificate.
Only trained and competent personnel are to be involved in confined space entry
work.
For NIPDEC contracts a CONFINED SPACE ENTRY course must have been
completed within the previous 12 months. Contractors could access this Program
from NIPDEC’s HSE Department.
8.2 CHEMICALS
Contractors must have a current Register off Material Safety Data Sheets relevant to
chemicals used at that particular site, located at, and made available to all staff at
those Contract sites, including access to Sub-contractor personnel.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
46 | P a g e
Chemicals used must have been assessed as possessing the lowest risk in order to
undertake the task required. All employees and sub-contractors are to be informed of
the hazards associated with the chemicals used, and their safe use requirements.
Chemical containers are to be appropriately labelled and stored at all times. New
chemicals to be brought on site will first be subject to a risk assessment.
Material Safety Data Sheets (MSDS) are to be located in the chemical register and
all employees informed of Safety requirements before use.
8.3 ELECTRICAL EQUIPMENT & POWER TOOLS
All Electrical equipment must be tested and deemed satisfactory for purpose
intended.
Residual current devices (Ground Floor Circuit Interrupters – GFCI’s) are to be used
when required.
Electrical leads are to be elevated above ground level where wet ground or other
hazards exists.
8.4 LIFTING EQUIPMENT
All lifting equipment used in connection with NIPDEC’s contract work, must have
been inspected as evidenced by certification.
Any equipment found to be outside of test date duration will be removed from the
worksite and replaced with a serviceable alternative.
8.5 MANUAL HANDLING
Contractors are to ensure that Manual Handling is minimized. Where heavy items
(e.g. 40kg and above) that are unstable/difficult to hold etc, a manual handling risk
assessment is to be completed and /or mechanical assistance provided.
Tasks involving periods of sustained awkward posture or repetitive movements for
more often than 30 minutes at a time, or 2 hrs beyond a shift are classified as
hazardous manual handling tasks, and are also subject to a risk assessment, and
appropriate risk control measures.
8.6 PLANT AND EQUIPMENT
All plant and equipment must be serviceable for the purpose intended. All Operators
are to have appropriate licenses or competencies.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
47 | P a g e
All equipment must be inspected on a daily basis before work and maintained in
good condition.
Any equipment found to be not in safe working condition will be removed from site
and replaced.
8.7 PERSONAL PROTECTIVE EQUIPMENT
Personal protective equipment is to be individually issued and maintained in good
working condition, and fit for purpose.
Helmets are to be cared for and must be replaced in instances of excessive wear and
tear, and not exceeding 3 years use.
PPE not of sound working condition will be replaced by the Contractor.
8.8 PUBLIC SAFETY
Public Safety is of paramount concern to NIPDEC at all times. All machinery must
be left in a safe place and condition, so as to not present a hazard to the public.
No trenches or openings are to be left unattended. All works are to be appropriately
barricaded and adequate measures undertaken to prevent unauthorized access to any
worksite.
8.9 TRAFFIC MANAGEMENT
NIPDEC mandates that for any work on roads, appropriate traffic management
control measures are to be put in place.
A traffic management plan must be provided by the Contractor if the project
necessities same, and appropriate traffic control signage deployed where applicable.
8.10 TRENCHING AND EXCAVATIONS
Before commencing any excavation, an underground survey or assessment must
have been acquired of the area. All trenches based on magnitude, must be shored,
sloped or benched to protect against collapse.
No machinery is to be parked or operated alongside a trench.
No trenches are to be left in such a manner so as to pose a risk to persons.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
48 | P a g e
8.11 WORKING AT HEIGHTS
Contractors must provide adequate protection to employees against falls from
heights.
Once working at height 6 feet and above, all employees must wear ‘full-bodied’
harnesses.
Harnesses and shock-absorbent lines are to be checked daily before use.
All scaffolds are to be erected by a qualified person. Ladders may only be used as a
means of access/egress, and must have been properly checked and tested before use.
8.12 WORKING NEAR POWER LINES
Working near power lines carries with it, the danger of electrocution in the event of
contact with the lines, or by coming close enough to cause an arc to occur.
Remember electricity can jump 15’.
Planning the job and inspecting the site before work is very important. Using proper
protective equipment to prevent shock and following proper procedures are of dire
importance.
Machinery working near or under power lines must be properly and expertly
supervised. The Operator has to be extremely careful and not come into contact with
any overhead lines. The services of a Banksman may be an option for this type of
operation.
9.0 CONTRACTOR PERFORMANCE MONITORING
During the implementation of any contract, the Project Manager in coordination with
the Health and Safety Officer shall monitor HSE performance by:
� Ensuring regular site inspections are conducted with the contractor;
� Advising the contractor on newly identified hazards and risks;
� Monitoring and following up on corrective actions where non-conformances
are identified;
� Reviewing accident and incident reports inclusive of complaints;
� Regular meetings with the contractor and record any HSE performance issues.
10.0 HSE LEGISLATIVE COMPLIANCE
All Contractors and Sub-contractors are to maintain a safe workplace by complying
with the Occupational Safety and Health Act 2004.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
49 | P a g e
All Contractors and Sub-contractors working for NIPDEC are obligated to:
� Ensure their own health and safety;
� Not place at risk any other person;
� Not interfere with or misuse anything provided for safety in the workplace;
� Use necessary Personal Protective Equipment;
� Comply with instructions given for safety and health at the workplace.
� Report all injuries to NIPDEC on a timely basis
11.0 ALCOHOL AND OTHER DRUGS
The risk level related to hazards at any workplace can be significantly increased by
alcohol and other drugs. Contractors and Sub-contractors are required to ensure
persons affected by alcohol or other drugs are not permitted to carry out work for
NIPDEC. The consumption of alcohol or other drugs is not permitted at NIPDEC
Sites. Random drug testing at all NIPDEC sites will always be an option once
deemed necessary.
12.0 HOT WORK
Hot Work including welding, thermal or Oxygen cutting or heating and other related
heat or spark producing operations, are not to take place in any area without a “Hot
Work Permit”. Hot Work permits are to be requested by the contractor and endorsed
by the Project Manager or Health and Safety Officer.
Contractors and Sub-contractors must comply with NIPDEC’s Hot Work Permit and
it’s their responsibility to ensure total adherence.
Appropriate PPE, for example aprons, leather sleeves, gauntlet gloves, eye
protection, welding spats (or flame proof overalls) is the appropriate wear. All
welding leads and equipment must be inspected regularly and maintained in good
condition.
13.0 RUBBISH AND HAZARDOUS WASTE
Contractors are to properly dispose of all rubbish from site on a timely basis.
General housekeeping is of utmost importance at all times and minimizes risks.
Contaminated rubbish, including hazardous waste, is to be disposed of in accordance
with Environmental laws and statutory requirements.
14.0 EMERGENCY EVACUATION PROCEDURES
Emergency Evacuation Procedures are of prime importance and must be in place at
all NIPDEC Projects.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
50 | P a g e
Emergency Evacuations Procedures will be site specific and must be adhered to,
enforced and adopted at all NIPDEC sites.
Evacuation procedures will be initiated by an alarm, upon which all personnel will:
� Stop all work and leave immediately in an orderly manner;
� Proceed to the muster point or assembly area until advised the emergency is
over;
� Do not re-enter until advised that it is safe to do so.
15.0 NON-COMPLIANCE
During the execution of a contract, should a Contractor be found in breach of HSE
requirements, all work with regards to that activity shall be suspended. The
Contractor shall be alerted to the matter in writing by NIPDEC’s HSE Department in
coordination with the Project Manager. Work cannot recommence until NIPDEC’s
HSE Department in coordination with the Project Manager, are satisfied that
adequate risk controls are in place to avoid risk of injury.
Examples of HSE breaches may include non-compliance with OSHA Act 2004, not
observing controls as stipulated in Job Safety Analysis or Method Statements, Poor
HSE performance, including one-off instances or continuous breaches of HSE
requirements.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
51 | P a g e
SECTION 3.2.2 -
CONDITIONS OF CONTRACT
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
52 | P a g e
ANNEX 3 -
FIDIC 1999 GENERAL CONDITIONS OF CONTRACT
FOR
PLANT and DESIGN BUILD
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
53 | P a g e
GENERAL CONDITIONS OF CONTRACTS
1. General Provisions
2. The Employer
3. The Engineer
4. The Contractor
5. Design
6. Staff and Labour
7. Plant , Materials and Workmanship
8. Commencement , Delays and Suspension
9. Test on Completion
10. Employer’s Taking Over
11. Defects Liability
12. Test After Completion
13. Variations and Adjustments
14. Contract Price and Payment
15. Termination by Employer
16. Suspension and Termination by Contractor
17. Risk and Responsibility
18. Insurance
19. Force Majeure
20. Claims , Disputes and Arbitration
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
54 | P a g e
ANNEX 4 -
PARTICULAR CONDITIONS OF CONTRACT
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
55 | P a g e
PARTICULAR CONDITIONS OF THE CONTRACT
Clause Particular Condition Details
1.4 Law and Language
At the end of Sub Clause 1.4 insert the following :- The Contractor shall observe and fulfill any obligations and requirements imposed upon him by any law, byelaw, order enacted by the Government of Trinidad and Tobago or any department thereof in respect of any matter connected with the execution of the works.
2.4 Employer’s Financial Arrangements
Delete Sub Clause 2.4
4.1 Contractor’s General Obligations
Contractor’s General Obligations At the end of Sub Clause 4.1 insert the following :- The Contractor shall promptly inform the Employer and the Engineer of any error, omission, fault and other defect in the design of or specifications in the Works which are discovered when reviewing the Contract Documents or in the process of execution of the Works. The Contractor shall not use the site for any purpose other than the execution of this Contract; the proposed siting of all soil heaps, temporary roads , rail and sleeper tracks , paths , hard standings, sheds and any other structures shall be subject to the approval of the Engineer. The Contractor shall take precautions as are necessary to minimize delay and to maintain continuity of work during inclement weather.
4.2 Performance Security
In the first paragraph of sub clause 4.2 substitute “ 7 days “ for “ 28 days “ In the last paragraph of Sub-Clause 4.2 substitute "30 days" for`21 days". At the end of Sub-Clause 4.2 insert the following:- The performance security shall be in the form of a bank guarantee or a bond (at the Contractor's option). The amount of the bank guarantee shall be ten percent (10%) of the VAT Inclusive Accepted Contract Amount from an institution approved by the Employer and as detailed in the RFP.
4.4 Sub-Contractors In Paragraph (c) replace 28 days with 7 days.
4.8 Safety Procedures
Insert at the end of (a): including but not limited to all the requirements of the Occupational Safety , Health and Environmental Act (latest edition)of the Republic of Trinidad and Tobago as well as NIPDEC’s HSE Guide for Contractors.
4.16 Transport of Goods
In Paragraph (a) replace 21 days with 7 days.
4.21 Progress Reports Replace “monthly” with “fortnightly”. Insert at the end of 4.21:- (i) two-week look-ahead schedule inclusive of any decisions, documents, approvals, involvements, participation, and provision of equipment and/or materials which will impact on the works
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
56 | P a g e
planned.
PARTICULAR CONDITIONS OF THE CONTRACT
Clause Particular Condition Details
6.5 Working Hours At the end of Sub-Clause 6.5 insert the following:- The Contractor shall make provision for working overtime or at night at no extra cost to the Contract, if necessary, to ensure completion of the works within the period.
8.1 Commencement of Works
In the first paragraph replace “42 days” with “21 calendar days”
8.3 Programme Insert (e) Critical Path must be shown on programmes. At the end of Sub-Clause 8.3 insert the following:- Appropriate computer software (preferably Microsoft Project 2003 or latest version) shall be used in the preparation of the programme referred to in this sub clause, one (1) copy of which shall be submitted in digital and hard copy formats. At the end of the last paragraph insert: “The revised programme shall not exceed the agreed completion date”.
9.1 Contractor's Obligations
In the second paragraph change :- -“21 days” to “7days” and -“14 days” to “5 days”
9.2 Delayed Tests Change “21 days” to “7 days”
12.1 Procedure for Tests after Completion
In the first paragraph, replace “Unless otherwise stated in the Particular of Conditions, the Employer shall :” with “The Contractor shall:” In (b) change “Employer’s Personnel” to “Contractor’s Personnel” In the second paragraph, “21 days” to change to “7 days” and “14 days” to “7 days” Delete the third paragraph.
13.3 Variation Procedure
Insert the following paragraph at the end: The rates in the Bill of Quantities and/or detailed breakdown provided by the Contractor shall be the basis of determining the cost of variations as necessary.
13.4 Payment in Applicable Currencies
Delete and insert the following: Payments shall be made in Trinidad and Tobago Currency only, and shall not be subject to any price fluctuation or exchange rate fluctuation.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
57 | P a g e
PARTICULAR CONDITIONS OF THE CONTRACT
Clause Particular Condition Details
13.8 Adjustment for Changes in Cost
Delete sub-clause 13.8 and replace it with the following:- No adjustment shall be made for cost increases/ decreases which occur during the period stipulated for carrying out the works except the same is as a consequence of the introduction of or changes to statutory regulations.
14.2 Advance Payment
Delete 5th paragraph and substitute with the following:- Advance payment to be repaid in five (5) equal installments from the 2nd Interim Payment.
14.3 Application for Interim Payment Certificate
Replace (a) with: (a) The estimated contract value of the Works executed shall be
in accordance with an agreed milestone payment schedule.
14.15 Currencies of Payment
Delete this clause Sub-Clause 14.15 and insert the following:- Payments shall be made in Trinidad and Tobago Currency only, and shall not be subject to any price fluctuation or exchange rate fluctuation.
18.5 Professional Indemnity Insurance
Insert the following Clause 18.5:- The firm is to provide Professional Indemnity Insurance, which shall cover the risk of professional negligence in the design of Works. This insurance shall be for a limit of not less than $5 Million (TT) and for a single occurrence with the number of occurrence unlimited.
20.2 Appointment of the Dispute Adjudication Board
Delete this Sub- Clause and replace with the following Sub- Clause 20.2: “Disputes shall be adjudicated by a DAB in accordance with Sub Clause 20.4 [Obtaining Dispute Adjudication Board’s Decision].
The Parties shall jointly appoint a DAB by the date 28 days after a party gives notice to the other Party of its intention to refer a dispute to a DAB in accordance with Sub-Clause 20.4. The DAB shall comprise one (1) suitably qualified person (“the adjudicator”). The agreement between the Parties and the adjudicator shall incorporate by reference the General Conditions of Dispute Adjudication Agreement contained in the Appendix to the General Conditions, with such amendments as are agreed between them. The terms of remuneration of the adjudicator shall be mutually agreed upon by the Parties when agreeing to the terms of his/her appointment. Each Party will be responsible for paying one-half of this remuneration.
If at any time the Parties so agree, they may appoint another suitably qualified person to replace the adjudicator of the
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
58 | P a g e
PARTICULAR CONDITIONS OF THE CONTRACT
Clause Particular Condition Details
20.2 Appointment of the Dispute Adjudication Board
Unless the Parties agree otherwise, the appointment will come into effect if the adjudicator declines to act or is unable to act as a result of death, disability, resignation or termination of appointment. The replacement shall be appointed in the same manner as the replaced adjudicator was required to have been agreed upon as described in this Sub-Clause. The appointment of the adjudicator may be terminated by mutual agreement of both Parties, but not by the Employer or the Contractor acting alone. Unless otherwise agreed by both Parties, the appointment of the DAB shall expire when the DAB has given its decision on the dispute referred to its under Sub-Clause 20.4 [Obtaining Dispute Adjudication Board’s Decision], unless other disputes have been referred to the DAB by that time under Sub-Clause 20.4, in which event the relevant date shall be when the DAB has also given decisions on those disputes.”
20.3 Failure to Agree Dispute Adjudication Board
Delete this Sub-Clause and replace with the following Sub-Clause 20.3:
“If either of the following conditions apply, namely: (a) The Parties fail to agree upon the appointment of the
adjudicator of the DAB by the dated stated in the first paragraph of Sub-Clause 20.2 [Appointment of the Dispute Adjudication Board],or
The Parties fail to agree upon the appointment of a replacement person within 42 days after the date on which the adjudicator declines to act or is unable to act as a result of death, disability, resignation or termination of appointment, then the DAB shall, upon the request of either r or both of the Parties and after due consultation with both Parties, appoint an adjudicator. This appointment shall be final and conclusive. Each Party shall be responsible for paying one-half of the remuneration of the DAB.”
20.4 Obtaining Dispute Adjudication Board's Decision
Amend this Sub-Clause by deleting the second paragraph. The penultimate paragraph is deleted and replaced with the following paragraph: ”In either event, this notice of dissatisfaction shall state that it is given under this Sub-Clause, and shall set out the matter in dispute and the reason(s) for dissatisfaction. Except as stated in Sub-Clause 20.7 [Failure to Comply with Dispute Adjudication Board’s Decision] and Sub-Clause 20.8 [Expiry of Dispute Adjudication Board’s Appointment], neither Party shall be entitled to commence proceedings before the Dispute Resolution Centre of Trinidad and Tobago in accordance with Sub Clause20.6 [Final Settlement of Disputes] for settlement of a dispute unless a notice of dissatisfaction has been given in accordance with this Sub-Clause.”
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
59 | P a g e
PARTICULAR CONDITIONS OF THE CONTRACT
Clause Particular Condition Details
20.5 Amicable Settlement
Delete this Sub- Clause and replace it with the following Sub Clause 20.5: “Where notice of dissatisfaction has been given under Sub-Clause 20.4 above, both Parties shall attempt to settle the dispute amicably before the commencement of proceedings before the Dispute Resolution Centre of Trinidad and Tobago in accordance with Sub Clause 20.6 [Final Settlement of Disputes].”
20.6 Arbitration Delete Sub-Clause 20.6 and replace it with Sub-Clause 20.6: “Final Settlement of Disputes Unless settled amicably, any dispute in respect of which the DAB’s decision (if any) has not become final and binding shall be finally settled by the Dispute Resolution Centre (DRC) of Trinidad and Tobago under the rules determined by the DRC.”
20.7 Failure to Comply with Dispute Adjudication Board’s Decision
Delete Sub-Clause 20.7 and replace it with the following Sub-Clause 20.7:
“In the event that: (a) Neither Party has given notice of dissatisfaction within
the period stated in Sub-Clause 20.4 [Obtaining Dispute Adjudication Board’s Decision],
(b) The DAB’s related decision (if any) has become final and binding, and
(c) A Party fails to comply with this decision, then the other Party may, without prejudice to any other rights it may have, refer the failure itself to the Dispute Resolution Centre of Trinidad and Tobago under Sub-Clause 20.6 [Final Settlement of Disputes]. Sub-Clause 20.4 [Obtaining Dispute Adjudication Board’s Decision] and Sub-Clause 20.5 [Amicable Settlement] shall not apply to this reference.”
20.8 Expiry of Dispute Adjudication Board’s Appointment
Delete Sub-Clause 20.8 and replace it with the following Sub-Clause 20.8:
“If a dispute arises between the Parties in connection with, or arising out of, the Contract or the execution of the Works and there is no DAB in place, whether by reason of the expiry of the DAB’s appointment or otherwise: (a) Sub-Clause 20.4 [Obtaining Dispute Adjudication
Board’s Decision] and Sub-Clause 20.5 [Amicable Settlement] shall not apply, and
The dispute may be referred directly to Dispute Resolution Centre of Trinidad and Tobago under Sub-Clause 20.6 [Final Settlement of Disputes].”
Insert new sub clause 21.1: The Employer shall pay to the Contractor in the manner hereinafter set out any tax properly chargeable under the Value Added TAX Act 1989 by the Board of Inland Revenue on the Contractor on the supply to the Employer of any goods and services by the Contractor under this Contract. The Contractor shall, not later than the date for the issue of each
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
60 | P a g e
PARTICULAR CONDITIONS OF THE CONTRACT
Clause Particular Condition Details Certificate; give written notice to the Employer of the rate of tax
chargeable on the supply of goods and services for which the Certificate is being issued. If the rate of tax so notified is varied under statute the Contractor shall, not later than 7 days after the date when such varied rate comes into effect, send to the Employer the necessary amendment to the rate given in his written notice and that notice shall then take effect as so amended. A tax invoice computed by applying the rate given in the aforesaid written notice (or, where relevant, amended written notice) to the amount of each Certificate shall be submitted by the Contractor Such amount shall be paid by the Employer to the Contractor within the period for honouring Certificates stated in Sub-Clause 14.7 of these Conditions. The Employer shall pay the tax referred to in this Sub-Clause notwithstanding any deduction which the Employer may be empowered to make under Sub-Clause 8.7 of these Conditions as liquidated and ascertained damages from any monies due or to become due to the Contractor. The Anticipated Contract Amount shall be exclusive of any tax properly chargeable under the Value Added Tax Act, 1989. Recovery of such tax by the Contractor from the Employer shall be in accordance with the provisions contained in this Sub-Clause
…………………………………………………………. (Signature of Proponent)
………………………………….. …..…………………. (Name of Signatory)
Block Letters
…………………………………………………………. (Name of Company)
…………………………………………………………… (Address in full)
…………………………………………………………….
…………………………………………………………….
………….………………………………………………….
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
61 | P a g e
ANNEX 5 - APPENDIX TO TENDER
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
62 | P a g e
APPENDIX TO TENDER
With the exception of the items for which the Employers requirements have been
inserted, the following information must be completed before the Tender is submitted.
The Proponent must sign the signature page at the end of the Appendix to Tender
Section.
Item Sub-Clause Entry Employer’s Name and Address…….
1.1.2.2 & 1.3……. National Insurance Property Development Company Limited (NIPDEC). 56-60 St. Vincent Street Port-of-Spain.
Contractor’s name and address……..
1.1.2.3 & 1.3……. ................................................. ................................................. .................................................
Engineer’s name and address………
1.1.2.4 & 1.3……. National Insurance Property Development Company Limited (NIPDEC) or its nominated Representative. 56-60 St. Vincent Street Port-of-Spain.
Time for Completion of the Works…
1.1.3.3………….... • Detailed Design inclusive of Statutory Approvals - Three (3) Months
• Construction inclusive of (but not limited to) training, testing and commissioning – Twelve (12) months
Defects Notification Period………..
1.1.3.7…………… One (1) Year.
Electronic transmission systems……
1.3………………. Telefax: (868) 623-0877
Governing Law…………………….
1.4………………. Laws of the Republic of Trinidad & Tobago.
Ruling language……… 1.4………………. English.
Language for communications……..
1.4………………. English.
Time for access to the Site………….
2.1………………. Immediately upon issuance of Site Possession Letter.
Amount of Performance Security…..
4.2……………… 10% of the Vat Inclusive Accepted Contract Amount, in Trinidad and Tobago Dollars.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
63 | P a g e
Item Sub-Clause Entry Period for notifying unforeseeable errors, faults, and defects in the Employer’s Requirements…………
5.1………………. Seven (7) days immediately after Signing of the Contract.
Normal working hours……………..
6.5………………. As required for completion within the stipulated duration of 15 months in Clause 1.1.3.3
Delay damages for the Works……
8.7 & 14.15(b)…... 0.05% of the final Contract Price per day, in Trinidad and Tobago Dollars.
Maximum amount of Delay Damages…………
8.7………………. N/A
Total advance payment……………..
14.2……………… 10% of the Original Contract Amount.
Number and timing of installments...
14.2……………… One (1).
Currencies and proportions…………
14.2……………… Trinidad and Tobago Dollars.
Start payment of advance payment...
14.2(a)...………… Five (5) equal installment starting from the 2nd interim certificate.
Percentage retention………………
14.3……………… 10% of Gross Value of the Work.
Limit of Retention Money………...
14.3……………… 5% of the Accepted Contract Amount.
Plant and Materials for payment when shipped en route to the Site….
14.5(b)……………
Any single item whose value exceeds Five Hundred Thousand Trinidad and Tobago Dollars (TTD500,000.00), and the amount to be certified shall be sixty percent (60%) of the Engineer’s determination of the cost of the Plant and Materials.
Plant and Materials for payment when delivered to the Site……………….….
14.5(c)…………… Any single item whose value exceeds Five Hundred Thousand Trinidad and Tobago Dollars (TTD500,000.00), and the amount to be certified shall be
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
64 | P a g e
Item Sub-Clause Entry seventy percent (70%) of the Engineer’s determination of the cost of the Plant and Materials.
Minimum amount of Interim Payment…………….
14.6……………….. One Million Trinidad and Tobago Dollars (TTD1,000,000.00), or as per Milestone Payment
Currencies of payment……………...
14.15……………… Trinidad and Tobago Dollars only, and shall not be subject to any price fluctuation or exchange rate fluctuation.
Periods for submission of insurance:
(a) Evidence of insurance…..
(b) Relevant
policies……
18.1……………… 18.1………………
Five (5) days before the date of signing the Contract and before the commencement of the Works. Five (5) days after the date of signing the Contract and before the commencement of the Works.
Maximum amount of deductibles for insurance of the Employer’s risks….
18.2(d)……………. Twenty Five Thousand Trinidad and Tobago Dollars (TTD 25,000.00).
Minimum amount of third party insurance…………
18.3……………… One Million Trinidad and Tobago Dollars (TT$1,000,000.00) per occurrence with the number of occurrences unlimited.
The DAB shall be………………….
20.2……………… Dispute Resolution Centre (1 member)
Appointment (if not agreed) to be made by…………………
20.3………………
The President of the Law Association of Trinidad and Tobago.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
65 | P a g e
3.3. POST AWARD REQUIREMENTS
3.3.1. Performance Bonds
The successful firm will be required to provide an open ended
Performance Bond in the sum of ten percent (10%) of the contract
sum (Vat inclusive) within fourteen (14) days of the date of the
Letter of Acceptance as a guarantee for the proper performance of
the contract. This surety must be provided as specified in the
Letter of Invitation. Release of the Performance Bond will be
authorized upon satisfactory completion of the contract.
Please be advised that NIPDEC’s criteria for the acceptance of
Banks and Insurance Companies that provide surety for bonds to
Firms are as follows:
a. With respect to banks, bonds would be accepted where
shareholders equity is at least TT$10 Million Dollars.
b. For Insurance Companies, paid up capital plus free
reserves must be at least TT$30 Million and certification
by the Supervisor of Insurance of the Company’s
capacity to issue the bond and that the requisite re-
insurance is in place.
3.3.2. Professional Indemnity Insurance
The firm is to provide Professional Indemnity Insurance, which
shall cover the risk of professional negligence in the Design of the
Works. This insurance shall be for a limit of not less than $ 5
Million per single occurrence, with the number of occurrences
unlimited.
3.3.3. Advance Payment
The Advance Payment and Installment to Advance Payment is as
per Section 3.0 – Annex 8 - Appendix to Tender.
3.3.4. Submittals During Design Period, Specifications, and Design
Requirements
3.3.4.1. Design Review Submission and Approvals
a) There shall be Three (3) cycles of design review at:
� 30% completion – within eight (8) calendar
days after Contract signing;
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
66 | P a g e
� 80% completion – within thirty eight (38)
calendar days upon receipt of comments of
30% review;
� 100% completion – within twenty three (23)
calendar days upon receipt of comments of
80% review.
The Design Team shall develop a full Project
Technical Specification appropriate for this Project
which shall be submitted to review team within
seven (7) days upon contract signing. The Project
Technical Specification shall be project specific and
shall use as a reference the Specification as stated in
the in the User Brief, UB-6 of the RFP.
Upon submittal of design drawings and construction
documents, the Design Team shall make a detailed
presentation to the review team, showing how the
design meets the requirements of the RFP. Review
comments will be available 7 days after submission
for each cycle.
b) Each design submission shall be comprised of the
following divisions: civil/infrastructure works,
architectural, structural, mechanical, electrical,
plumbing, landscaping, etc. as required.
c) Each review submission package shall include six
(6) copies of all design drawings and construction
documents. The packages must be submitted to
NIPDEC’s Project Manager or nominated
representative.
d) All units of measurements shall be in Metric
System.
3.3.4.2. Electronic Media:
Design review submission packages and final
Construction Document.
a) Submission drawings will be executed in electronic
format AutoCAD Version 2010 (or latest version)
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
67 | P a g e
as well as hard copy. All other documents shall be
submitted in hard copy as well as electronic format
as required by NIPDEC.
b) The construction record drawing shall be completed
in AutoCAD version 2010 (or latest version) as well
as hard copy.
3.3.4.3. Approved Construction Documents:
a) The final construction documents submission
package will be submitted by the Design-Build
Contractor for approval by NIPDEC five (5) days
after completion of the 95% review cycle. NIPDEC
will have seven (7) days to take approval action. If
there is no response by NIPDEC before that period,
the Design-Build Contractor will proceed as if
approved.
b) The final construction documents submission
package will include a full set of construction
documents including all disciplines/packages.
c) The final construction documents submission
package will incorporate any NIPDEC supplied
comments from the 95% submission package
reviews and will comply with the Contract
documents.
d) If the final construction documents submission
package is not complete a post submittal may be
required the cost of which will be borne by the
Design-Build Contractor.
e) The approved final construction documents must
include such details that the project can be
constructed and will be used for construction of the
project.
3.3.4.4. Construction Drawing Preparation
Mandatory material and equipment schedules and details
may be indicated either on the drawings or in the
specifications, at the option of the Design-Build
Contractor. The construction drawings shall include, but
not limited to, a coordinated set of the following:
a) Civil engineering drawings including asbestos
management plan, demolition plans, effluent system
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
68 | P a g e
plans, site development plans, paving plans, utility
plans, schedules, calculations and details.
b) Structural drawings including foundation plans,
framing plans schedules and details, general notes
and all calculations.
c) Architectural drawings including floor plans,
building elevations, building sections, wall sections,
reflected ceiling plans, stair details, toilet and bath
details, door schedules and details, window
schedules and details, room finish schedules, auto
transport and other details.
d) Fire protection drawings including floor and roof
plans, riser diagrams, equipment schedules and
details, including general notes and all related
calculations.
e) Plumbing drawings for water supply, waste water,
including all floor and roof plans, riser diagrams,
equipment schedules, plumbing fixtures schedules
and details, general notes and all related
calculations.
f) Electrical drawings including site infrastructure
floor and roof plans (power, lighting and other
systems), line diagrams, panel schedules, equipment
schedules, light fixture schedules, calculations and
details.
g) Equipment, Mechanical and HVAC drawings
including all relevant details.
h) Landscaping plans.
i) Signage (Internal and External).
j) Any other drawings required to fully and properly
describe the Works to be executed.
3.3.4.5. Construction Specifications
Project specifications shall include specifications for all
products, material, equipment, methods, and systems
shown on the construction drawings in accordance with
standard professional practice and the Contract
documents. The specification submitted for review shall
include:
a) The name of the manufacturer, the product name,
model number, country manufactured, and other
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
69 | P a g e
identification as appropriate to clearly and uniquely
identify the product that will be used in the
construction of the project.
b) Other data as appropriate to clearly and uniquely
identify the product that will be used in the
construction of the project i.e. fabrication drawings,
shop drawings, installation drawings, product data,
and samples as required by the Contract documents,
and;
c) The required stamp of the licensed/registered
Architect or Engineer of Trinidad and Tobago will
be considered as certification of compliance with
the RFP and Contract requirements.
3.3.4.6. Design Requirements (Compliance with codes and
standards)
Project design shall be in compliance with the
following applicable codes and standards:
a) Building Notes of the National Health Service
(NHS) of UK (Latest Edition)
b) International Code Council (ICC) Codes and
Standards
c) British Standards (BS)
d) American Concrete Institute (ACI) Codes
e) Trinidad and Tobago Bureau of Standards
(TTBS)
f) Trinidad and Tobago Small Building Code
g) American Society for Testing and Materials
(ASTM)
h) American Society for Heat Refrigeration Air
Conditioning Engineers (ASHRAE)
i) Caribbean Uniform Building Code (CUBIC)
j) Underwriters Laboratories (UL)
k) Institute of Electrical and Electronics
Engineers (IEEE)
l) Occupational Safety and Health Standards
(OSH)
m) Sound Systems for Emergency Purposes (BS
EN 60849)
n) American National Standards Institute
(ANSI)
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
70 | P a g e
o) Air-Conditioning and Refrigeration Institute
(ARI)
p) Other
The Design-Build Contractor shall consider all
requirements (other than procedural requirements)
of:
(i) Zoning laws.
(ii) Environment and erosion control regulation
including guidelines established by the
Environmental Management Authority
(EMA).
(iii) Laws relating to landscaping, open space,
minimum distance of a building from the
property line, maximum height of a building,
historic preservation, and aesthetic qualities of
a building.
(iv) The Design-Build Contractor shall consult
with appropriate officials of the Town and
Country Planning Division, WASA, T&TEC,
Fire Authority, OSHA, Ministry of Works,
and other agencies required for approval
coordination of these works, before and during
the construction period in accordance with the
customary schedule of inspections in the
locality of the building construction. The
Design-Build Contractor is to ensure that all
Outline and Final Statutory Approvals are
received before and after construction.
(v) The Design-Build Contractor shall provide
prompt, written notification to NIPDEC
concerning conflicts with, or recommended
deviations from codes, laws, regulations,
standards, and opinions of review officials as
described above. No work altering the scope
of this contract shall be undertaken prior to
receipt of written approval from NIPDEC.
(vi) Pesticides and Toxic Act of 1979.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
71 | P a g e
3.3.4.7. Quality Assurance/Quality Control:
a) To reduce design errors and omissions, the Design-
Build Contractor shall develop and execute a
QA/QC manual that demonstrates that the project
plans and specifications have gone through a
rigorous, thorough review and coordination effort.
b) Approval must be obtained from NIPDEC for
independent Testing Agencies for:
(i) Materials – concrete, steel, aggregates,
soil, asphalt. Agencies must be
accredited by established laboratories.
c) Approval must be obtained from NIPDEC for:
(i) Sub-contractors
(ii) Fixed Equipment
(iii) Finishes
d) Within one (1) week of signing of Contract, the
Design-Build Contractor will submit a detailed
QA/QC manual describing each QA/QC task that
will be undertaken during the Construction period
and the name of the Design-Build Contractor’s
Team member responsible for QA/QC.
e) Upon its completion each task shall be initialed and
dated by the responsible Design-Build Contractor’s
Team Member.
f) A 100% completed QA/QC manual shall be
submitted with the final construction document
submission package.
3.3.5. Employer’s Construction Office
Promptly after starting work at the site, the Contractor shall provide
and equip a suitable office for the exclusive use of the Employer’s
Representative, and the Contractor shall maintain this office
thereafter until the completion of the work to be done under this
contract. This office shall be a separate building located, as
directed, where it will not interfere with the progress of the work.
The office and furniture shall be relatively new and in good
condition. The equipment, supplies, and services furnished shall be
acceptable to the Employer.
The Contractor shall furnish insurance coverage of adequate
amount to replace not only the Contractor's equipment, but all
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
72 | P a g e
property belonging to the Employer's Representative and staff, at
replacement cost.
The Office shall be of suitable height and of ample size to
accommodate the furniture and equipment listed below, without
crowding (at least 200 sq. ft. of floor area). It shall be weather tight
and acceptably insulated and suitably ventilated; the floor shall be
tight and of sufficient construction to withstand the loads imposed
upon it. The office shall be partitioned so as to provide two
separate rooms, one of which shall be suitable to accommodate
meetings of at least 12 persons. Each room will have a door, with
lock and key, and a minimum of two screened windows which can
be both opened and locked shut. The office shall have two exterior
doors, with cylinder locks and keys. The exterior doors shall also
be provided with a hasp, for which the Employer will furnish his
own locks. The office shall contain acceptable toilet facilities, to
include a toilet, sink with hot and cold water, exhaust fan, and
mirror. The Contractor shall make arrangements and pay all costs
associated with tying the office sanitary system into an approved
disposal system.
The Contractor shall provide office space and facilities until the
office, furnishings, and equipment described above are ready for
use, but by so doing he shall not be relieved of his obligation to
provide and equip the specified Engineer's office as promptly as
possible.
Unless otherwise directed by the Employer, after the date of
completion of the Work as stated in the final estimate, the
Contractor shall remove the office and all such temporary facilities
from the site, the same to become his property, and leave the
premises in a condition acceptable to the Employer.
The Contractor shall furnish a parking area large enough to
accommodate a minimum of six cars adjacent to the office, two (2)
for the exclusive use of the Employer, and four (4) for use by the
Project Manager and Client.
3.3.6. Employer’s Representative Equipment
The Contractor shall furnish the following furniture, equipment,
supplies, and services:
a) One plan table or sloping plan shelf, about 3 ft. by 6 ft., with
a reasonably smooth top, and one suitable swivel stool.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
73 | P a g e
b) Trolley Drawing Plan Carrier complete with minimum of
twenty Plan Hangers;
c) Twelve additional folding chairs and conference table.
d) Electric lights, desk lamps and outlets as directed. The
Contractor shall pay for installation and all charges for the
energy used.
e) Broom and dustpan.
f) Four desks for general office use. Each about 3 ft. by 5 ft.,
all with a desk chair of the armchair swivel type. Plan rack,
as directed or approved by the Employer. Plan storage
cabinet as approved by the Employer.
g) Two four-drawer, legal size, metal filing cabinets with locks.
The Contractor shall furnish up to two additional filing
cabinets if so requested by the Employer.
h) Class ABC type fire extinguisher of at least 4-lb capacity.
i) Supply of drinking water in a suitable dispenser, with hot and
cold supply and refrigerator space.
j) Paper cups, paper towels, liquid soap, and toilet paper; each
with suitable dispenser or holder.
k) A waste basket for each desk, and a supply of appropriately
sized plastic trash bags.
l) Thermostatically controlled, refrigerant type, air conditioner
of adequate capacity to maintain a maximum temperature of
not more than 72 deg. F. under all hot weather conditions.
The Contractor shall provide all service necessary and
provide all power used.
m) The Contractor shall arrange for complete janitor service to
be provided on a daily basis.
n) Computers, Dell or HP Standard laptop computer with Intel
core I7, at least a 4 GIG processor, 3 GIG RAM, a minimum
of 500 GIG hard drive capacity, CD/DVD/Blu-ray Burner
drive,; Windows 7 Operating System, with up-to-date
Microsoft Office application (Excel, Word, Access, Project,
Power-Point); Printer, HP Laser Jet Series 3600N or equal;
High-speed Scanner, and peripherals necessary to make a
complete and operable system. Provide an uninterruptible
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
74 | P a g e
power supply system consisting of APC Model 200 or equal.
Software programs including maintenance and updates for
the duration of the project. The Employer will select the
software to be provided at a cost not to exceed $2500 and
maintenance/update fees not to exceed $500 per year. All
Hardware, Software, and data files shall become property of
the Employer.
o) Projector;
p) Five (5) Apple Ipad tablets (latest editions), 64GB Wi-Fi and
4G, unlimited data plan to be maintained by the Contractor
throughout the course of the project.
q) High speed internet Wi-Fi access service (minimum
10mbps). The Contractor shall be responsible for connection
and paying all fees associated with providing this service for
the duration of the contract.
r) 200 ft. reel-mounted stainless steel Engineer's tape, Richter
No. RI 553112 or equivalent.
s) Insulated waterproof chest for storage and moist curing of
concrete cylinders; size and construction as directed with
capability of maintaining required curing temp.
3.3.7. Contractor’s Submittals during Construction Period
a. The Design-Build Contractor shall submit a total of four (4)
sets of the approved construction documents to NIPDEC in A1
paper size (841mm x 594mm).
b. Other submittals - The Design-Build Contractor shall submit
test results, certificates, updated detailed Gantt chart with
critical path, manufacturer’s instructions, manufacturer’s field
reports etc. as required by the Contract documents. The project
record drawing will be available for review by NIPDEC at all
times.
c. Shop drawings and submittals – The Design-Build Contractor
shall submit reviewed shop drawings, detail drawings,
schedules, descriptive literature and samples, testing laboratory
reports, field test data and review the colour, texture and
suitability of materials for conformity with the Contract
documents and construction documents. The Design-Build
Contractor shall recommend approval, disapproval or other
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
75 | P a g e
suitable disposition to NIPDEC. NIPDEC will have final
approval authority. The Design-Build Contractor shall evaluate
the submittals with reference to any companion submittal that
constitutes a system. When necessary, the Design-Build
Contractor will submit related components of a system before
acting on a single component. Should this procedure be
inappropriate, the Design-Build Contractor shall review all
prior submittals for related components of the system before
acting on a single component. The Design-Build Contractor
may be required to hold joint reviews with NIPDEC. The
Design-Build Contractor shall notify NIPDEC in writing of any
and all deviations from the requirements of the construction
documents that he has found in the submittals.
3.3.8. Project Close Out
The Design-Build Contractor shall comply with the requirements
for submission of final contractual as-built drawings, manuals,
keys, warranties, and other documents or items as NIPDEC will
require. Required as-built drawings and specifications must be
submitted in the same format required for the construction
documents. All keys shall be properly labeled.
The Design-Build Contractor shall undertake and submit to
NIPDEC full statutory approvals from agencies/authorities as
required.
The Design-Build Contractor shall provide training to the Client
body as required.
The Design-Build Contractor shall provide a one (1) year warranty
and Maintenance (parts and labour) to all Contractor-Supplied
Equipment, which will start upon successful handover of the
Project to the Client. Scope of work for the provision of said
Service Maintenance shall be in accordance with the specification
stated in the User Brief, UB-6, and as per the Manufacturer’s
recommendation. The Contractor is required to submit a
maintenance schedule for all Contractor-Supplied equipment. This
schedule shall be as per the Manufacturer’s recommendation and
will form part of the Hand-Over package.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
76 | P a g e
SECTION 4 - APPENDICES TO RFP*
SPECIMEN FORMS
Appendix 01 – Form of Tender
Appendix 02 – Tender Security Form
Appendix 03 – Technical Proposal Form (Form 1)
Appendix 04 – Cost Proposal Form (Form 2)
*ALL FORMS ARE TO BE FILLED OUT AND RETURNED IN THE
PROPOSAL
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
77 | P a g e
APPENDIX 1
FORM OF TENDER
(NOTE: THE APPENDIX HEREIN FORMS PART OF THE TENDER)
Tender of: …………………………………………………………………….
…………………………………………………………………….
For the Works – Design-Build Services for the Construction of a New Sangre Grande
Enhanced Health Center inclusive of Furniture, Fixtures and Equipment
To: The Tenders Committee
National Insurance Property Development Co Ltd
56-60 St Vincent Street
PORT OF SPAIN
Sir,
1. Having examined the Request For Proposal for the Design-Build of the above named
Works, taken note of the services issued in connection with these Works and made due
allowance for Addenda Nos. ………….. , and having also inspected the site/s of the
Works, we offer to perform the said Works in full conformity with the said Request For
Proposal for the sum of ___________________________________________________
__________________________________________________________________
( $ ) Dollars inclusive of Value Added Tax (where applicable)
or such sum as may be ascertained in accordance with FIDIC 1999 Conditions of
Contract for Plant and Design-Build.
2. We agree to do any extra work, which may be ordered by the Employer, and to accept
full compensation therefore at such prices as may be agreed upon in writing by the
Employer and us in accordance with the FIDIC 1999 Conditions of Contract for Plant and
Design-Build.
3. If our Proposal is accepted, we will within fourteen (14) days from the date of “Letter of
Award of Contract," execute the Agreement and furnish to the Employer a satisfactory
Professional Indemnity Insurance and a Registered Performance Security to the value
of ten percent 10%) of the Vat inclusive Tender Sum in Trinidad and Tobago Dollars
guaranteeing the faithful performance of the Works as per the Tender Documents.
4. We further agree to commence the Works within the time specified in the Appendix to
Tender and Particular Conditions and to execute the said Works in such a manner as to
complete them within the time limit set forth in the Request for Proposal, failing which,
liquidated damages shall be paid by us to the Employer at the rate specified in the
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
78 | P a g e
Request for Proposal, until the Works shall have been completed as per the requirements
of the Contract Documents.
5. This Tender is submitted without collusion with any other Proponents or any other party.
We have exercised our own judgment regarding the information required to prepare and
submit this Tender and have utilized all the data which we believe pertinent from the
Employer and other sources in arriving at our conclusions.
6. We agree to abide by this Tender for a period of one hundred and fifty (150) calendar
days from the date fixed for receiving the same, and it shall remain binding upon us and
may be accepted at any time before expiration of that period.
7. We understand that you are not bound to accept the lowest or any Tender you may
receive.
8. We agree to complete the design services inclusive of all relevant drawings and
construction documents as follows:
a. 30% - Acceptance of Conceptual Design & drawings, and evidence of
application of Outline Approvals to all Statutory Authorities;
b. 80% - NIPDEC’s acceptance of full set of Design Calculations & Drawings and
evidence of application of Final Approvals to Statutory Authorities;
c. 100% - NIPDEC’s receipt of final approvals to Statutory Authorities.
9. Design-Build Services for the Construction of a New Sangre Grande Enhanced Health
Center inclusive of Furniture, Fixtures and Equipment within Fifteen (15) months
inclusive of weekends and public holidays after the Notice to Commence.
We are,
Sir,
Yours faithfully,
…………………………………………………………. (Signature of Proponent)*
………………………………………..…………………. (Name of Signatory)
Block Letters
…………………………………………………………. (Name of Company)
…………………………………………………………………….. (Address in full)
………………………………………………………….
* Note In case of a Tender by a Firm or Company, the signature of a person fully authorised by the Firm or Company
to sign on behalf of the Firm or Company.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
79 | P a g e
APPENDIX 2
TENDER SECURITY FORM
Brief description of Contract: _______________________________________________
Name and address of Beneficiary ____________________________________________
(whom the tender documents define as the Employer).
We have been informed that _________________ (hereinafter called the “Principal”) is
submitting an offer for such Contract in response to your invitation, and that the
conditions of your invitation (the “conditions of invitation”, which are set out in the
document entitled instructions to Tenderers) require his offer to be supported by a tender
security.
At the request of the Principal, we (name of bank)
____________________________hereby irrevocably undertake to pay you, the
Beneficiary / Employer, any sum of sums not exceeding in total the amount of
__________________________(say:_________________) upon receipt by us of your
demand in writing and your written statement (in the demand) stating that:
a. the Principal has, without your agreement, withdrawn his offer after the latest
time specified for its submission and before the expiry of its period of validity, or
b. the principal has refused to accept the correction of errors in his offer in
accordance with such conditions of invitation, or
c. you awarded the Contract to the Principal and he has failed to comply with sub-
clause 1.6 of the conditions of the Contract or
d. you awarded the Contract to the Principal and he has failed to comply with sub-
clause 4.2 of the conditions of the Contract.
Any demand for payment must contain your signatures (s) which must be authenticated
by your bankers or by a notary public. The authenticated demand and statement must be
received by us at this office on or before (the date 35 days after the expiry of the validity
of the Letter if Tender) __________________, when this guarantee shall expire and shall
be returned to us.
This guarantee is subject to the Uniform Rules for Demand Guarantees, published as
number 458 by the International Chamber of Commerce, except as stated above.
Date:____________________________
Signature(s)___________________________________
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
80 | P a g e
APPENDIX 3
TECHNICAL PROPOSAL (FORM 1)
STANDARD FORMS
1A. Technical Proposal Submission Form
1B. Applicant Information Sheet
1C. Work Experience of Firm
1D. Similar Type of Works
1E. Proponent’s References
1F. General Background and Organization
1G. Methodology, Work Plan, Organization and Staffing
1H. Curricula Vitae of Proposed Professional Staff
1I. Available Plant and Equipment
1J. List of Proposed Major Sub Contractor
1K. List of Product and Suppliers.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
81 | P a g e
Form 1A. Technical Proposal Submission Form
(To be filled out and returned in the Proposal)
To: The Tenders Committee
National Insurance Property Development Co Ltd
56-60 St Vincent Street
PORT OF SPAIN
Date:
Dear Sir:
We, the undersigned, offer to provide the Design-Build Services for the Construction of
New Sangre Grande Enhanced Health Center inclusive of Furniture, Fixtures and
Equipment in accordance with your Request for Proposals dated
____________________.
We hereby submit our Proposal which includes a Technical Proposal and a Cost 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 Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
82 | P a g e
Form 1B. Applicant Information Sheet in accordance with Section 2.7.1.2.2
(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 Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
83 | P a g e
Form 1C. Work Experience of the Firm in accordance with Section 2.7.1.2.3
(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 Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
84 | P a g e
Form 1D. Similar Type of Works in accordance with Section 2.7.1.2.3
(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 Design Brief and
Scope of Services
1. __________________
2. __________________
3. __________________
4. __________________
5. __________________
6. __________________
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
85 | P a g e
Form 1D. Similar Type of Works in accordance with Section 2.7.1.2.3
(To be filled out and returned in the Proposal)
Name of Proponent: ______________________ Date: _____________________
Page _______ of _______ pages
Project Name:
____ of ___ required.
Information
Contract Identification
Award date
Completion date
____________________________________________
____________________________________________
Role in Contract � Contractor � Management
Contractor � Subcontractor
Total contract amount ____________________________ TT$__________
If party in a JVCA or
subcontractor, specify
participation of total contract
amount
____________%
_____________
TT$__________
Contracting Entity’s Name:
Address:
Telephone/fax number:
E-mail:
____________________________________________
____________________________________________
____________________________________________
____________________________________________
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
86 | P a g e
Form 1E. Proponent’s References in accordance with Section 2.7.1.2.3
(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$):
Name of Associated Firm, if any: No. of Months of Professional Staff
Provided by Associated Firms:
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and
functions performed:
Narrative Description of Project:
Description of Actual Services Provided by you Staff:
Proponent’s Name _____________________________________
(BLOCK LETTERS)
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
87 | P a g e
Form 1F. General Background and Organization in accordance with Section
2.7.1.2.4
(To be filled out and returned in the Proposal)
Name of Proponent: _______________________ Date: _____________________
Page _______ of _______ pages
Non-Performing Contracts
� Contract non-performance did not occur during the past five (5) years
Pending Litigation
� No pending litigation � Pending litigation
Year Outcome as
percent of
total assets
Contract Identification
Total Contract
Amount
(current value,
TT$
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:
___________
______
______
Contract Identification:
Name of Contracting Entity:
Address of Contracting Entity:
Matter in dispute:
___________
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
88 | P a g e
Form 1G. Methodology and Work Plan
In accordance with Section 2.7.1.2.5 to 2.7.1.2.7
(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 (inclusive of
Designs, charts and diagrams) divided into the following three chapters:
a) Technical Approach and Methodology – Design and Construction
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, and
methodology for carrying out the activities and obtaining the expected output and the
quality of works, 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. Please include the Design Concept, procedure of obtaining approvals from
the required statutory authority, material procurement strategies, Quality
Control/Quality Assurance manual, and the Proponent’s detailed HSE manual.
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. The work
programme shall show linkages, critical path, and milestones.
c) Organization and Staffing. In this chapter you should propose a manpower loading
chart for all aspects of the assignment, stating the roles, responsibilities, and the level of
participation of each key personnel.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
89 | P a g e
Form 1H. Format of Curriculum Vitae (CV) for Proposed Key Professional Staff
In accordance with Section 2.7.1.2.7
(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 Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
90 | P a g e
Form 1H. Format of Curriculum Vitae (CV) for Proposed Key Professional Staff
(In accordance with Section 2.7.1.2.7)
(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 Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
91 | P a g e
Form 1I. Available Plant and Equipment in accordance with Section 2.7.1.2.8
(To be filled out and returned in the Proposal)
No. Item
Make, Model and
Year of
Manufacture
Status Current
Location
Proponent’s Name _____________________________________
(BLOCK LETTERS)
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
92 | P a g e
Form 1J. List of Proposed Major Sub Contractors in accordance with Section
2.7.1.2.9
(To be filled out and returned in the Proposal)
No. Sub Contractor
Name Office Address Contact Number
Name of
Contact
� Proponent to include Sub-Contractor’s Company Profile, signed credentials and
date of Sub-Contractor’s availability for this project.
Proponent’s Name _____________________________________
(BLOCK LETTERS)
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
93 | P a g e
Form 1K. List of Product and Suppliers in accordance with Section 2.7.1.2.10
(To be filled out and returned in the Proposal)
No. Product
Description Supplier Manufacturer
Country of
Origin
� Proponent to include data/cut sheets, product specifications, brochures, or any
documentation to fully describe said product/s. Also, please indicate the name of
local agent.
Proponent’s Name _____________________________________
(BLOCK LETTERS)
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
94 | P a g e
APPENDIX 4
COST PROPOSAL (FORM 2)
STANDARD FORMS
2A. Cost Proposal Submission Form
2B. Financial Capability of the Proponent
2C. Average Annual Construction Turn Over
2D. Cost Breakdown Schedule
2E. Proposed Cash Drawdown Schedule
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
95 | P a g e
Form 2A Cost Proposal Submission Form
(To be filled out and returned in the Proposal)
To: The Tenders Committee
National Insurance Property Development Co Ltd
56-60 St Vincent Street
PORT OF SPAIN
Date:
Dear Sir:
We, the undersigned, offer to provide the the Design-Build Services for the Construction of New
Sangre Grande Enhanced Health Center inclusive of Furniture, Fixtures and Equipment in
accordance with your Request for Proposal dated ____________________. Our attached Price
Proposal is for the fixed lump sum of: $ _________________________________ Vat Inclusive
(where applicable).
The breakdown of the lump sum cost is as follows:
• Design-Builder’s Construction 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 Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
96 | P a g e
Form 2B.
Financial Capability of the Proponent in accordance with Section 2.7.2.2
(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:
a) Must reflect the financial situation of the Applicant or, and not sister or parent
companies;
b) Historic financial statements must be audited by a certified accountant;
c) Historic financial statements must be complete, including all notes to the financial
statements;
d) Historic financial statements must correspond to accounting periods already completed
and audited (no statements for partial periods shall be requested or accepted).
e) Letter from Bank ensuring four (4) month guarantee.
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
97 | P a g e
Form 2C.
Average Annual Construction Turnover in accordance with Section 2.7.2.3
(To be filled out and returned in the Proposal)
Name of Proponent: __________________ Date: ____________________
Page _______ of _______ pages
Annual turnover data (construction only)
Year Amount and Currency TT$ equivalent
*Average
Annual
Construction
Turnover
*Average annual construction turnover calculated as total certified payments received for
work in progress or completed, divided by the number of years
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
98 | P a g e
Form 2D Cost Breakdown in accordance with Section 2.7.2.4
(To be filled out and returned in the Proposal)
WBS DESCRIPTION COST (TT$)
1.0 DESIGN SERVICES
1.1 30% - Acceptance of Conceptual Design & drawings, and
evidence of application of Outline Approvals to all Statutory
Authorities;
1.2 80% - NIPDEC’s acceptance of full set of Design
Calculations & Drawings and evidence of application of
Final Approvals to Statutory Authorities;
1.3 100% - NIPDEC’s receipt of final approvals to Statutory
Authorities.
Subtotal “Design Services”:
WBS DESCRIPTION COST (TT$)
2.0 CONSTRUCTION SERVICES
2.1. Preliminaries
2.1.1 Performance Bonds (one time cost)
2.1.2 Insurances (one time cost)
2.1.3 Site Sign Board (one time cost)
2.1.4 Provision for Site Hoarding and maintenance
(to be paid pro-rated to the accomplishment)
2.1.5 Provision for Employer ‘s Office, Equipment and
Consumables as stated in Clause 3.3.5 and 3.3.6 (to be paid
pro-rated to the accomplishment)
2.1.6 Provision for Communication for Site Officer and Project
Officer (to be paid pro-rated to the accomplishment)
2.1.7 Provision for wetting as necessary to prevent dust nuisance
as specified (to be paid pro-rated to the accomplishment)
2.1.8 Provision for road maintenance (to be paid pro-rated to the
accomplishment)
2.1.9 Other Preliminary Works other than above (Proponent to
detail)
WBS DESCRIPTION COST (TT$)
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
99 | P a g e
2.2 Building Works
2.2.1 Foundation and Ground Floor slab
2.2.2 Building Frame
2.2.3 Upper Floor and staircase
2.2.4 Internal and External Walls
2.2.5 Finishes:
2.2.5.1 Floor Finishes
2.2.5.2 Wall Finishes
2.2.5.3 Ceiling Finishes
2.2.6 Painting and Decorating
2.2.7 Doors, Door Frames and Ironmongery
2.2.8 Windows including Glazing
2.2.9 Carpentry, Joinery and Metal Works
2.2.10 Roof , roof frame and Guttering
2.2.11 Electrical Installations:
2.2.11.1 1st Fix (Rough in)
2.2.11.2 2nd Fix (Completion of Work)
2. 1.12 Plumbing Installations
2.2.12.1 1st Fix (Rough in)
2.2.12.2 2nd Fix (Completion of Work)
2.2.13 A/C Installations
2.2.13.2 1st Fix (Rough in)
2.2.13.2 2nd Fix (Completion of Work)
2.2.14 Lift Installation
2.2.15 External Works
2.2.16 Miscellaneous Items ( please detail on a separate paper )
Subtotal “Building Works”:
2.3 Site Development/Civil Works
2.3.1 Road Works and Car Parks
2.3.2 Drainage System
2.3.3 Water Supply Reticulation System
2.3.4 Waste Water Collection / Effluent System
2.3.5 Electrical Supply
2.3.6 IT/Telephony Supply
Subtotal “Civil Works”:
3.0 FURNITURE, FIXTURES, AND EQUIPMENT (FF+E)
3.1 Furniture, Fixtures, and Equipment (FF+E)
3.2 Medical Equipment
Subtotal “Furniture, Fixtures and Equipment”:
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
100 | P a g e
S U M M A R Y
WBS DESCRIPTION COST (TT$)
1.0 DESIGN SERVICES
2.0 CONSTRUCTION SERVICES
2.1 Preliminaries
2.2 Building Works
2.3 Site Development / Civil Works
3.0 FURNITURE, FIXTURES AND EQUIPMENT (FFE)
A Subtotal
“Design Services + Construction Services + FFE)”:
B CLIENT CONTINGENCY (10% OF “A”)
C
SERVICE MAINTENANCE OF ALL
CONTRACTOR-SUPPLIED EQUIPMENT FOR
ONE (1) YEAR
D
PROVISIONAL SUM
(Infrastructure External Development for: Road
Works, Drainage, WASA connection, T&TEC
Connection, Effluent Treatment System)
$ 3,000,000.00
E TOTAL (VE) E = A + B + C + D
F VAT ( 15% of “E” )
G TENDER SUM (VI) (G = E + F) (for transfer to Form of Tender)
Signed by _________________________ Name of Proponent ______________________
Block Letters __________________________________
National Insurance Property Development Company Ltd.
Request for Proposal (RFP) Design-Build Services for the Construction
of the New Sangre Grande Enhanced Health Center inclusive of
Furniture, Fixtures and Equipment
101 | P a g e
Form 2E Proposed Cash Drawdown Schedule In accordance with Section 2.7.2.5
(To be filled out and returned in the Proposal)
Please indicate the following:
1. Items of work
a. Design Services (as per Milestone Activity Form 2D);
b. Preliminaries (as per Milestone Activity Form 2D);
c. Construction Works Details (as per Milestone Activity Form 2D);
d. Furniture, Fixtures, and Equipment (as per Milestone Activity Form 2D);
e. Site Development Work (as per Milestone Activity Form 2D).
f. Service Maintenance of one (1) year (as per Milestone Activity Form 2D).
2. Indicate the Months
3. Total Cost per item
4. Total cost per month
top related