THE UNIVERSITY OF THE WEST INDIES€¦ · f. “Proposal” means the Technical Proposal and the...
Transcript of THE UNIVERSITY OF THE WEST INDIES€¦ · f. “Proposal” means the Technical Proposal and the...
THE UNIVERSITY OF THE WEST INDIES OPEN CAMPUS
GLOBAL AFFAIRS CANADA
FUNDED PROJECT Strengthening Distance Education in the Caribbean
P.O. Box 1341, Bridgetown, BARBADOS
Phone: (246) 417-7332; Fax: (246) 432-0280; email: [email protected]
SELECTION OF CONSULTANTS
REQUEST FOR PROPOSALS (RFP)
Selection of Consultants for “Site Study and Conceptual Design Documentation
Preparation”
A Global Affairs Canada (GAC) funded Project:
“Strengthening Distance Education in the Caribbean (SDEC)”
Implementation Agency: The University of the West Indies Open Campus through the
SDEC Project Management Unit (SDEC-PMU)
To be officially re-issued to pre-qualified bidders on October 03, 2016
Page | 2
TABLE OF CONTENTS
SECTION 1: Letter of Invitation
SECTION2: Instructions to Consultants
A. General Provisions
1. Introduction
2. Definitions
3. General Guidelines
B. Preparation of Proposals
4. Technical Proposal format
5. Financial Proposal format
6. Clarification of RFP documents
7. Arrangements for Site visits
C. Submission and Evaluation of Proposals
8. Method of Selection
9. Evaluation of Technical Proposals
10. Evaluation of Financial Proposals
11. Combined Technical and Financial Evaluation
12. Address and Format for Submission
SECTION 3: Terms of Reference
A. Project Background
13. out the UWI Open Campus
14. Project Funding by GAC
15. Project Rationale
B. Objectives of the Assignment
C. Scope of Works
Group 1: Site Characterization Works
i. Topographic and Cadastral survey
ii. Geotechnical survey investigations
iii. Engineering investigations.
Page | 3
Group 2: Environmental and Social Impact Assessment (ESIA)
Group 3: Conceptual Engineering and Architectural Design Works
a. Architectural and Engineering Designs:
i. Location
ii. Site
iii. Buildings
iv. Landscape
v. Sustainability
D. List of Reports, Schedules of Deliveries and Period of Performance 16. Duration
17. Deliverables and Timelines
18. Manpower Scheduling and Costs
APPENDIX 1: Selected Site Details
APPENDIX 2: Financial Proposal Summary Spreadsheet
Page | 4
THE UNIVERSITY OF THE WEST INDIES OPEN CAMPUS
GLOBAL AFFAIRS CANADA
FUNDED PROJECT Strengthening Distance Education in the Caribbean
P.O. Box 1341, Bridgetown, BARBADOS
Phone: (246) 417-7332; Fax: (246) 432-0280; email: [email protected]
SECTION 1: Letter of Invitation
October 3, 2016
Prequalified Consultant
----------------------- -------------------------
-----------------------
RE: RFP FOR “SITE STUDY AND CONCEPTUAL DESIGN DOCUMENTATION
PREPARATION”.
The University of The West Indies Open Campus, through funding received from Global
Affairs Canada (GAC) under the Strengthening Distance Education in The Caribbean (SDEC)
Project, intends to enter into a Contract for the provision of Site Study and Conceptual Design
Documentation and now invites your firm to submit Technical and Financial Proposals for the
provision of those services.
Separate Technical and Financial Proposals must be submitted in hard copy to the address
provided herein and electronically in zip files (i.e. via e-mail) and must be password
protected. The password for the Technical Proposal must be submitted an hour or less before
the bid period ends while the password for the Financial Proposal will be requested if the
consultant is shortlisted after evaluation of the Technical Proposal. The Proposals must be
submitted to the email address below on or before 4:00p.m. Eastern Caribbean Time on
November 1, 2016.
The Consultant is requested to acknowledge receipt of this RFP and to indicate within two (2)
days of receipt, their intention to submit or not submit Proposals. Such indication should be
sent to [email protected].
Sincerely
__________________
Page | 5
Mitra Knight
Project Director
SECTION 2: Instructions to Consultants
A. GENERAL PROVISIONS
1. Introduction
The University of the West Indies Open Campus (UWIOC), through funding received
from Global Affairs Canada (GAC), is soliciting proposals from experienced and
suitably qualified individuals, teams, firms or joint ventures (JV) who are experts in the
field, to bid for a Consultancy to undertake needs analyses, survey drawings, soil testing
and related environmental analyses, and to prepare detailed conceptual engineering and
architectural design documents and costings for four (4) regionally dispersed UWI Open
Campus Sites.
The consultancy is being executed under the “Strengthening Distance Education in the
Caribbean” (SDEC) Project and implementation is being managed through the
Strengthening Distance Education in the Caribbean Project Management Unit (SDEC-
PMU).
Contracting Authority
The University of the West Indies Open Campus (UWIOC), through the Strengthening
Distance Education in the Caribbean Project Management Unit (SDEC-PMU) will be
the contracting authority for this agreement.
Short-listed Consultants are invited to submit a Technical Proposal and a Financial
Proposal for consulting services required for the assignment named. The Proposal will
serve as the basis for negotiating and ultimately signing the Contract with the selected
Consultant.
2. Definitions and Abbreviations
a. The term “Consultant” in this document means a legally-established
professional consulting firm, or an entity that may provide services to the
“Client/Purchaser” under the contract.
b. The term “Vendor” in this document will refer to the bidding “Consultant/s”.
c. The term “Purchaser/Client” will refer to the UWIOC/SDEC.
d. The term “RFP” refers to Request for Proposals and not to a contract offer. It
shall mean and include the complete set of documents, specifications, drawings
and addenda incorporated herein, and included in this RFP.
e. “Joint Venture” means an Association (with or without a legal personality
distinct from that of its members) of more than one Consultant, where one
member has the authority to conduct all business for and on behalf of any and
Page | 6
all the members of the JV, and where the members of the JV are jointly and
severally liable to the client for the performance of the contract.
f. “Proposal” means the Technical Proposal and the Financial Proposal of the
Consultant.
g. “TOR” in Section 3 of this RFP means the Terms of Reference that explains
the objectives, scope of work, activities and tasks to be performed, respective
responsibilities of the Client and the Consultant, and expected results and
deliverables of the assignment.
3. General Guidelines
a. The Consultant shall be responsible for gathering all information necessary
for the successful completion of this assignment.
b. The services must be carried out in accordance with generally accepted
standards of professional practice, following recognized project
management principles and practices for Site investigation services.
c. The Consultant’s scope of work is understood to cover all activities
necessary to accomplish the stated objectives of these services while
adhering to accepted principles and practices, whether or not a specific
activity is cited in the TOR.
d. The submission of a proposal neither commits UWIOC/SDEC to award a
contract to any vendor, nor limits our rights to negotiate in our best interest.
e. UWIOC/SDEC reserves the right to contract with a Vendor for reasons
other than price.
f. Failure to answer any questions in this RFP may subject the proposal to
disqualification.
g. UWIOC/SDEC reserves the right to request, of the selected Consultant,
additional information that is necessary and pertinent to the project, and to
ensure the Vendor's adequate competence to perform according to bid
specifications.
h. Products and services which are not specifically requested in the RFP but
which are necessary to provide the functional capabilities proposed by the
Vendor shall be included in the Proposal.
i. Prices are to be quoted in (US$), with all relevant taxes being quoted in a
separate line.
j. The final prices quoted for goods shall include the price delivered to Site,
as specified in the contract pricing forms, inclusive of any handling
charges, and all other incidental charges.
k. Expenses incurred in the preparation of Proposals in response to the RFP
are the sole responsibility of the Vendor.
Page | 7
B: Preparation of Proposals
Individual Technical and Financial Proposals are to be submitted as per instructions in
the Letter of Invitation above. The Proposals shall remain valid for 120 days after the
deadline for submission.
4. Technical Proposal Format
The Technical Proposal should give the proposed methodology, organisation,
programme of works and key personnel to be engaged on the Project. Relevant
background information on the consulting firm(s) and Curricula Vitae should be
attached, together with information on similar projects completed within the past five
(5) years. The above information should also be submitted for associated or sub-
Consultants to be employed on the project.
The Consultant should note the requirement for past experience and should therefore
indicate particular experience on Conceptual Architectural and Engineering design
projects.
The key personnel and support staff should be identified and the Consultant, if
awarded this assignment, may not vary the proposed key staff unless the Client gives
prior written approval. The Consultant shall be expected to tender reasons for his
decision to vary the key staff.
In preparing the Technical Proposal the Consultant should ensure the inclusion of
specific training and/or experience in contemporary, energy efficient, ‘Green’,
educational facility design.
5. Financial Proposal Format
The Financial Proposal shall detail the fees to be paid to the Consultant and shall
apportion those fees over the different stages of the assignment. Also, the schedule for
payment during the project lifecycle should be stated, and all applicable taxes shall be
shown.
The Financial Proposal package must include the Financial Proposal Summary
Spreadsheet which is attached as Appendix B.
A schedule of rates for professional and support staff for engagement on unforeseen
work arising on this Project must be supplied.
6. Clarification of RFP Document
Consultants may request clarifications with respect to this RFP from the Project Director at
the e-mail address given in the Letter of Invitation. Clarifications may be sought on or before
3:00 pm Monday October 17, 2016. The Client will respond in writing and will send written
copies of the response to all short-listed consultants.
Page | 8
7. Arrangement for Site Visits Site visits to each of the Sites will be arranged and issued by the SDEC-PMU to allow the
bidders to have an understanding of the Sites’ location and layout. The dates for these Site
visits will be fixed and a schedule issued to bidders by October 10, 2016. No alternative dates,
outside of the scheduled dates, will be accommodated. It must be noted that bidders wishing
to attend the Site visits will do so at their own expense.
C.Submission and Evaluation of Proposals
Proposals should be submitted to the Client on or before the date and time, and at the address
stipulated in the Letter of Invitation, and in the method also stipulated in the Letter of
Invitation.
Proposals must be sent electronically (via email), in PDF format. Technical and Financial
Proposals must be sent simultaneously and must be separately zipped and password protected.
Proposals which are submitted before the closing date must be sent alone and password
withheld. The password for the Technical Proposal must be sent in a separate email message
within an hour of the tender deadline.
Only Consultants whose Technical Proposals have been evaluated and are shortlisted, will be
requested to submit the password for their Financial Proposal.
8. Method of Selection
The Consultant shall be selected using the selection method as established by the Evaluation
Committee for this Consultancy.
9. Evaluation of Technical Proposals
The Technical Proposals shall be evaluated prior to the evaluation of the Financial Proposals.
The Technical Proposals shall be evaluated based upon FIDIC guidelines using the scales
below:
Approach and Methodology 35%
Appropriate Resource and Personnel 35%
Relevant &/or Related Experience 25%
Timelines & Plans 5%
100%
10. Evaluation of Financial Proposal
Upon completion of the evaluation and scoring of all Technical Proposals, the Financial
Proposal for short-listed Consultants will be opened. The Consultant with the lowest fee shall
be awarded a financial score of 100. The other Consultants shall be given a financial score
using the following formula:
Page | 9
Consultant's Financial Score = (Lowest Fee/Consultant's Fee) x 100
11. Combined Technical and Financial Evaluation
The weighting of Technical and Financial Proposals shall be as follows:
Technical Proposal 80%
Financial Proposal 20%
100%
The Combined Score for each Consultant shall be therefore be arrived at using the following
formula:
Combined Score = (Technical Score x 0.8) + (Financial Score x 0.2)
12. Address and Format for Submissions
The reports shall be submitted both in hard copy and electronically to the addresses below and
in the following formats - AutoCAD & PDF for Drawings and MS Word, MS Excel for
reports.
Hard copy submission:
Hard copies should be delivered to:
The Project Director
GAC/SDEC Project Management Unit
C/o The University of the West Indies Open Campus
P.P. Box 1341
Bridgetown
Barbados
BB11000
Electronic submission:
Electronic copies should be delivered to: sdec-tenders @open.uwi.edu
Page | 10
SECTION 3: TERMS OF REFERENCE (TOR)
1. Project Background
13. About the UWI Open Campus
The University of the West Indies Open Campus (UWIOC) is the newest campus of the 60-
year-old University of the West Indies (UWI). It was formally launched in Antigua &
Barbuda in June 2008 and is an amalgamation of the previous Office of the Board for Non-
Campus Countries & Distance Education (BNNCDE), the School of Continuing Studies
(SCS), the UWI Distance Education Centre (UWIDEC), and the Tertiary Level Institutions
Unit (TLIU).
The UWI Open Campus offers multi-mode teaching and learning services through virtual and
physical Site locations across the Caribbean region. There are currently 44 Site locations of
the Open Campus in the region, serving 17 countries in the English-speaking Caribbean.
The Open Campus has developed a unique approach in the Caribbean region to enhancing the
student experience in innovative continuing and professional education, undergraduate,
postgraduate and continuing education study programmes and courses by distance, blended,
online and face-to-face learning modes.
14. Project funding by Global Affairs Canada
On March 27, 2013 the Global Affairs Canada (GAC) and the UWI Open Campus signed a
contribution agreement for a project entitled “UWI Open Campus - Strengthening Distance
Education in the Caribbean” (SDEC). This agreement covers the period from March 27, 2013
to March 31, 2018.
The SDEC Project will, among other things, create and implement new market-driven
responsive Distance Education courses and programmes, and strengthen the long term
capacity of UWI as an institution. The latter includes the strengthening of both human
resources and institutional infrastructure such as systems, processes and, to a very limited
extent, physical facilities of the University in support of the new programmes.
15. Project Rationale The Governments of the Caribbean have indicated the need for the University of the West
Indies to play a significant role in the development of human capital which is essential to the
economic growth of Caribbean countries. The University has accepted this responsibility and
has instituted the Open Campus to extend its capabilities by offering opportunities for
education in dual and multimode format in order to achieve its strategic objective of
developing human capital and promoting economic growth throughout the Region. In 2008,
the fourth campus of The University of the West Indies - The Open Campus - was formally
launched. Since then, the institution has expanded its reach across the Caribbean region and
now serves in excess of 18,000 students at 44 Sites in 17 countries. This campus, which
comprises a network of real and virtual nodes, is ideally positioned to provide post-secondary
education to persons in hitherto under‐served communities, as well as to Caribbean and other
peoples residing in the Diaspora and beyond.
Page | 11
In these respects, the Open Campus will not only improve access to university , continuing
professional and pre-university programmes, but it will also provide the scaffolding by which
access is made possible to many who would otherwise be excluded from development through
higher education. Existing limitations in terms of resources at the Sites and the technological
capabilities that are essential must however be addressed as a matter of urgency if the
indicated strategic objectives are to be realized.
In addressing some of the limitations of access due to physical infrastructure, The UWI Open
Campus has selected for development, several Sites in several Caribbean territories and an
assessment of these Sites is now required.
The selected Sites are:
1. Belize
2. Dominica
3. St. Kitts
4. Trinidad (San Fernando)
A summary of each Site is listed as Appendix A.
B. Objectives of the Assignment
The objective of this assignment is to hire a firm (the “Consultant”) to provide needs analyses,
survey drawings, soil testing and related environmental analyses, and prepare detailed
conceptual architectural and engineering design documents and costings for four (4)
regionally dispersed UWI Open Campus Sites.
C. Scope of Works
The Scope of Works is categorized into three (3) specific groups:
Group 1: Site Characterization works
Group 2: Environmental and Social Impact Assessment (ESIA)
Group 3: Conceptual Architectural and Engineering Design Works
Details of works under each Group are outlined below.
It is anticipated that at the end of the works, the following outcomes will be realized for each
of the four (4) selected Sites:
1. Survey drawings will be prepared;
2. Soil testing and related environmental analysis would have been conducted;
3. Detailed engineering concept design document will be prepared and must include the
identification of realistic constraints for design;
4. Detailed architectural concept design document will be prepared and will highlight
identification of a recommended design solution;
5. Detailed costings (for new construction; extensive renovations and light renovations)
will be prepared;
6. Probable cost for recommended Design solutions
7. Preliminary Project Schedules will be prepared.
Page | 12
The Consultant must also:
Identify any red-flag issues surrounding the proposed Project and indicate whether
these issues can be eliminated or mitigated; and
Gather and present additional Site-related information that will be used by potential
bidders of the Project to inform their Designs for the selected Sites.
Group 1: Site Characterization Works
Site Characterization work should commence with the conduct of needs analyses and site
surveys. It must also include validation of the legal boundaries and commercial viability of the
land. The Site characterization works report is intended to inform the appropriate positioning
of buildings and define the likely extent of the works and infrastructural needs for the future
development of the Site.
As a minimum, the following will be required:
a. Topographic and Cadastral Survey
Site cadastral and topographical surveys should be undertaken to determine the legal parcel
extent, and the commercial viability of the operations or construction or retention of a
Learning Centre/Site at the location. It should also consider the erection of safe buildings and
adequate car parks, and should also provide mapping of the Site.
This mapping should include:
The shape and size of the legal extent of the parcel;
All physical features both man-made and topographic within the survey area;
Evidence of made-up ground, dumping, subsidence or past demolition;
All adjacent roadways, ramps, bridges, tunnels, footpaths, tracks, with spot levels
to curbs, channels and crowns including all material finishes clearly marked;
All service-related features such as sub-stations, pump houses, telecommunications
boxes, manholes, inspection covers, gullies, service plates, overhead cables and
other obstructions must be clearly located;
Any other engineering features or elements of structure of relevance;
Levels within the survey area in grid formation at a maximum of 5 metres,
including topographic contour lines. All changes of line, level and surface material
to be recorded and sufficient levels to be taken to denote all changes in ground
profile;
Details of levels, locations and profiles of any ponds, ditches, streams (including
water level and direction of flow), banks, depressions, mounds, footpath, retaining
walls and the like;
Ground and/or slab levels immediately outside the Site boundary particularly
where a difference in surface material or ground level across the boundary exists;
Outline of any properties adjacent to the Site including slab levels, drainage runs,
building overhangs, overhead cables within close proximity of Site boundary;
All drains crossing the Site;
Any electricity substation, gas governors and valves, telephone junction boxes,
water stop cocks within the Site or adjacent areas shall be shown and identified on
the survey;
Page | 13
Buildings and paved areas and the like within the Site boundary shall be shown in
full outline;
Overhead lines and wires are to be shown with line and height where they cross or
are in close proximity to the Site;
Underground tanks, cellars, footings as can be located without excavation are to be
shown in outline with levels and description of construction;
Any evidence of flooding or ponding or saturated ground conditions are to be
shown;
Position, size and nature of all mains services (gas, water, electricity, telephone,
etc.) entries into the Site and to any existing buildings.
b. Geotechnical Survey Investigations
The Consultant shall undertake at each of the 4 Sites, sufficient borehole drilling and sampling
to provide a good overview of the geotechnical characteristics across the Sites, in order to
inform the subsequent positioning of buildings and foundation designs.
The Consultant must also, among other things, assess the following geotechnical issues:
Depth to 400kN/m2 soil bearing capacity
Soil percolation potential
Water table depth
Vulnerability to landslides and rock falls
Identification of historical land uses of the Site
General suitability of soils/geology of land for building upon
Identification of unsuitable soils (e.g. clays)
Presence of water bearing aquifers and at what depth
Vulnerability to liquefaction
Chemical analysis on soils to identify any hazardous materials, e.g. fertilizers
Seismic Site classification
c. Engineering Investigations
The Consultant shall investigate and assess the following general engineering issues:
Walk over visual inspection of the Site and walk-through inspection of existing
buildings to identify any potential demolition considerations
Cadastral survey to verify Site boundaries
Constraints to phased expansion
Susceptibility to lava flows and ash falls
The Site’s vulnerability to tsunamis
The existing capacity and expansion potential of the road access to the Site as well as
alternative routes
Identification of any potential hazards on approach routes from population centres that
would jeopardise access to or from the Site, e.g. slides, rock falls, old bridges, flood
prone zones
Existing infrastructure capacity constraints with respect to utility access (water,
electricity, cell phone coverage, broad band service)
Identifying whether there are existing important buried utilities, and if so, mapping
their locations
The Sites’ wind exposure
A wind drift assessment in order to inform the appropriate siting of an incinerator
Page | 14
Drainage
Exposure to forest fires
Presence of old landfill(s)
Potential effect of explosions from nearby gas or fuel-related installations or pipelines
Proximity to airport
Proximity to fire station
Group 2: Environmental and Social Impact Assessment
The Consultant shall conduct an Environmental and Social Impact Assessment (ESIA) for
each of the Sites.
As a minimum, the ESIA report for each Site shall include the following:
1. Executive Summary
2. Introduction
3. Policy, Legal and Administrative Framework
4. Public Participation and Consultation
a. Record and collate comments received from the public and other stakeholders,
if any
5. Description of the Proposed Project
6. Description of the Existing Environment
7. Identification and Assessment of Potential Impacts (direct, indirect and cumulative)
8. Recommended Mitigation & Residual Impacts
9. Identification and Analysis of Alternatives
10. Environmental Management of the Project
a. Environmental Monitoring and Management Plans
b. Orientation of Construction Staff
c. Orientation of Operations staff
d. Evacuation Plan
Group 3: Conceptual Architectural and Engineering Conceptual Designs
Conceptual Design solutions should take the development of the Design for each Site to a
level where it is sufficient to make a detailed planning application to the relevant Local
Authorities.
This includes but is not limited to:
An analysis of the local context (physical, social, economic and planning)
The identification of realistic constraints for Design (on a per site basis)
The identification of a recommended Design solution (on a per site basis)
Preparation of detailed architectural and engineering design concepts.
This should include:
Location:
Adjoining roads and buildings
Access to the Site
Visibility splays
Landscape
Page | 15
Site:
Set backs
Public rights of way
Green Areas
Car Parks
The relationship between buildings and spaces around them
Accessibility of the Site
The impact of the layout on energy consumption
Crime prevention measures
Buildings:
The height, width, length and orientation of buildings and their relationship to
the local context and the human scale
Entrances and facades (including the proportion of glazing)
The appearance of the buildings
Their distribution across the Site
Accessibility to and between them
Their relationship to uses surrounding the Site
Their flexibility
Lighting
Texture, contrast, tone and lighting in relation to accessibility
Access for emergency services
Landscape:
Description of hard and soft landscaping
Its relationship to the local context
Sustainability:
Measures for the minimization of energy consumption
Low-carbon and renewable energy sources
Adaptability to climate change
The use of materials and their potential for re-use and recycling
D. List of Reports, Schedules of Deliverables and Period of Performance
16. Duration
It is expected that the Consultancy will be completed in the Timelines as defined in the break-
down table in Deliverables and Timeline in Section 17 below.
The proposed work programme for carrying out duties under this assignment must be
presented in Gantt chart format. The Consultant should also submit a Preliminary Works
Programme in Gantt chart format showing the duration of broad items of the Works and the
expected overall duration of the Site studies.
Page | 16
17. Deliverables and Timelines
The Consultant shall submit the reports shown in the table below by the deadlines outlined.
Each report should contain at a minimum, where applicable, the following:
Introduction
Capability Statement
Methodology
Findings
Recommendations
Schedules
Costings
References
Appendices
Figures
Tables
Deliverables Deadline for Submission (From
Work Commencement Date)
Social and Environmental Impact
Assessments (SEIA) Works
2 months after commencement of
Consultancy
Site Characterization Works
4 months after commencement of
Consultancy
Preliminary Architectural and Engineering
Design Works
6 months after commencement of
Consultancy
12. Manpower Scheduling and Costings
In estimating man- month requirements and cost of the services, the Consultant should ensure
that the proposal takes full account of all of the above requirements, as well as the following
items.
Consultant remuneration
Consultant out of pocket expenses
Support staff services
Equipment hire
Report reproduction costs
Supervision costs
Schedule/Work Plan
Page | 17
APPENDIX A
SELECTED SITES DETAILS
BELIZE
Site Summary This Site is located at Princess Margaret Drive, Belize City, Belize
and is a two level concrete structure built in 1977. The building
itself has a total floor space of 2,750 square feet.
Site address Princess Margaret Drive, Belize City, Belize
Acreage 393,303.24 square feet (9.029 Acres)
Existing Structure(s) Two (adjoining) Buildings on the same property. Two level
concrete structure built in 1977 with a total floor space of 2750
square feet.
Description of adjoining
properties
None
Water courses (on or nearby) None
Sitemap Available
Any existing plans None
Topographic map Available
Historical land use University of the West Indies - Extra Mural Department; School
of Continuing Studies; UWI Distance Education Centre; Belize
High School; Belize Water Services; Identified as Hurricane
Shelter.
Zoning information Educational and Residential
Page | 18
DOMINICA
Site Summary This Site is located at Elmshall Road, Roseau and is a concrete
structure comprising four offices and six multi-purpose rooms
(Study, Reading, Exam, Lecture, Conference & Workshop
Rooms). The initial structure was built in 1929 with subsequent
additions made in 1991 & 1996.
There are three (3) existing structures:
1. The 'Old' wing (the original building that
comprises Reception Area and Senior
Administrative Assistants' Offices, the
Old Library, kitchenette, large and small
classrooms, bathrooms and Conference
Room)
2. The 'New' Wing (comprising computer
lab, New Library, Marketing & Outreach
Office, Programme Officer's Office,
Auditorium and bathrooms)
3. A Director's Cottage consisting Director's
Office, a filing room and bathroom.
Site address Elmshall Road, Roseau, Dominica
Acreage Not Available
Existing Structure(s) Concrete structure built in 1929 with additions in 1991 & 1996.
Description of adjoining
properties
None
Water courses (on or nearby) None
Sitemap Available
Any existing plans Not Available
Topographic map Not Available
Historical land use University of the West Indies - Extra Mural Department; School of
Continuing Studies; UWI Distance Education Centre
Zoning information To be confirmed
Page | 19
Page | 20
ST KITTS
Site Summary This Site is located at The Gardens, Basseterre and is a brick and
mortar building with a felt shingle roof. The year that the structure
was built could not be determined; however it was expanded in
1996. The structure has a total floor area of 7,589 square feet.
Site address The Gardens, Basseterre, St. Kitts
Acreage 34,786.26 Square Feet (0.798 Acres)
Existing Structure(s) Two level brick and mortar building with a floor area of 7,589
square feet
Description of adjoining
properties
None
Water courses (on or nearby) No water courses on or near the property.
Sitemap Available
Any existing plans Available
Topographic map Available
Historical land use University of the West Indies - Extra Mural Department; School of
Continuing Studies; UWI Distance Education Centre.
Zoning information Residential
Page | 21
TRINIDAD (SAN FERNANDO)
Site Summary This site is located at 7-9 Padmore Street, San Fernando and is a
two level concrete structure. The building itself has a total floor
space of 14,946 square feet.
Site address 7-9 Padmore Street, San Fernando, Trinidad
Acreage Not Available
Existing Structure(s) Two level concrete structure with a total floor space of 14,946
square feet.
Description of adjoining
properties
None
Water courses (on or nearby) The closest water course is south of the site.
Sitemap Available
Any existing plans Available
Topographic map Not available
Historical land use University of the West Indies - Extra Mural Department; School of
Continuing Studies; UWI Distance Education Centre.
Zoning information Residential
Page | 22
APPENDIX B
Financial Proposal Summary Spreadsheet
Company Name:
Phone #:
Email:
Representative:
1. Belize 2. Dominica 3. Trinidad 4. St Kitts
Site Characterization Works
Remuneration
Reimbursable Expenses
Mobilzation
Environmental and Social Impact Assessment
Remuneration
Reimbursable Expenses
Mobilzation
Preliminary Design Works
Remuneration
Reimbursable Expenses
Mobilzation
TOTAL COST -$ -$ -$ -$
* THE TOTAL COSTS ARE INCLUSIVE OF TAXES, DUTIES, FEES AND OTHER IMPOSITIONS.
- END -