Login
Register
Complete Your Profile
Change Password
Request a Password Reset
Download Documents
Download Documents
The Caribbean Community Climate Change Centre (CCCCC) has floated a tender for The R-s (Reduce, Reuse, Recycle) for Climate Resilience Wastewater Systems in Barbados (3R-CReWS) project. The project location is Barbados and the tender is closing on 02 Mar 2023. The tender notice number is , while the TOT Ref Number is 79505991. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.
Procurement Summary
Country : Barbados
Summary : The R-s (Reduce, Reuse, Recycle) for Climate Resilience Wastewater Systems in Barbados (3R-CReWS) project
Deadline : 02 Mar 2023
Other Information
Notice Type : Tender
TOT Ref.No.: 79505991
Document Ref. No. :
Competition : ICB
Financier : Self Financed
Purchaser Ownership : Public
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
Expressions of Interest are invited for The R-s (Reduce, Reuse, Recycle) for Climate Resilience Wastewater Systems in Barbados (3R-CReWS) project.
The Caribbean Community Climate Change Centre (the Centre) has received financing from Green Climate Fund (GCF), toward the cost of the project titled “The R-s (Reduce, Reuse, Recycle) for Climate Resilience Wastewater Systems in Barbados (3R-CReWS) project” and hereby invites suitably qualified individual consultants to submit Expressions of Interest for the contract “National Project Coordinator ” (the Services).
TERMS OF REFERENCE
NATIONAL PROJECT COORDINATOR FOR THE R-S (REDUCE, REUSE, RECYCLE) FOR
CLIMATE RESILIENCE WASTEWATER SYSTEMS IN BARBADOS (3R CREWS) PROJECT
I. PROJECT SUMMARY
Country: Barbados
Donor: Green Climate Fund (GCF)
Project Name: The R-s (Reduce, Reuse, Recycle) for Climate
Resilience Wastewater Systems in Barbados (3RCReWS) project
Contract Title: National Project Coordinator
Contract #: Contract #5/2023/GCF/Barbados/CCCCC
Number of Positions: 1
Type of contract: Individual Consultant
Estimated Start Date: March 2023
Contract duration: 12 Months- Renewal upon satisfactory performance
Main duty station: Barbados
Budget: USD$72, 000.00
Deadline for Submission: on or before 2:00pm (GMT-6), Friday, 24th February
2023
II. BACKGROUND
The Caribbean Community Climate Change Centre (CCCCC) was
established by an Agreement signed in February 2002 and was officially opened
in August 2005. Membership is opened to all Member States and Associated
Member States of the Caribbean Community (CARICOM) on an optional basis.
In 2013, the Centre was registered with the United Nations under Article 102 of
the Charter of the United Nations and designated as a Centre of Excellence by
the United Nations Institute for Training and Research (UNITAR). Its staff comprises
a cadre of highly qualified professionals.
The CCCCC has the mandate to coordinate the Caribbean Community-s
(CARICOM) response to climate change as well as provide climate changerelated policy advice and guidance to CARICOM Member States. As part of its
effort to continuously execute its mandate, the CCCCC was accredited on July
9, 2015, as a regional implementing entity by the Board of the Green Climate
Fund (GCF), a key multilateral financing mechanism to support climate action
in developing countries. As a regional direct access entity, the Centre has the
mechanism, which includes the Regional Framework for Achieving
Development Resilient to Climate Change and its Implementation Plan, to
coordinate climate action in the region. Utilizing a bottom-up approach, the
aim is to develop bankable projects, both national and regional, consistent with
national priorities, the Regional Framework, GCF-s strategic results area, and
investment criteria and the Sustainable Development Goals.
This consultancy is related to the implementation of the Funded Activity
Agreement (FAA) signed on October 21, 2022, between the Caribbean
Community Climate Change Centre and the Green Climate Fund (GCF)
relevant to the project titled, The R-s (Reduce, Reuse, Recycle) for Climate
Resilience Wastewater Systems in Barbados (3R-CReWS).
This project was developed through a collaboration between the Government
of Barbados, Barbados Water Authority (BWA) and the CCCCC whereby a
Subsidiary Agreement was signed between the BWA and the CCCCC for the
implementation of the project. The BWA is the entity in Barbados charged with
supplying the island with potable water as well as the provision of wastewater
treatment and disposal services to the sewered areas of Bridgetown and the
South Coast. The BWA is also responsible for the monitoring, assessment, control,
and protection of the water resources in the public-s interest
Expanding on the above, the goal of the 3R-CReWS project is to facilitate the
enhancement of the health, wellbeing, and productivity of Barbadians using
carbon neutral and climate resilient water and energy management
technologies and strategies that ensure water is protected, managed,
recycled, reused, and conserved.
The main objectives of the project are to:
1. Increase knowledge of wastewater generation including sources of
wastewater and the quantity and quality impacts, as well optimize
treatment and minimize energy consumption and associated GHG
emissions.
2. Build resilience into Barbados- wastewater management systems, which
results in increased water availability, production, distribution, and access,
thereby improving the community-s resilience health and wellbeing, and
water and food security.
3. Produce a treated wastewater effluent quality so that it can be reused for
agricultural purposes, reducing stress on diminishing groundwater
resources and potable water supplies as a result of climate change.
4. Enable the use of reclaimed water for aquifer recharge thereby reducing
saline intrusion and contamination of ground water resources while
enhancing water security, particularly during periods of drought for
Barbados.
5. Reduce GHG emissions, increase self-sufficiency, contribute to the
electrical grid and contribute to the frequency stabilization of the
electricity grid and act as power shortfall filler.
6. Increase supply of locally sourced renewable energy that allows for a
long-term source of revenue through a feed-in tariffs program.
7. provide a standard and formal guidance to regulate and promote the
use of reclaimed water and obtain greater by-in from stakeholders.
8. Build capacity and re-train BWA staff, including the private sector, to
conduct preventive maintenance and adopt climate-risk related
adaptation strategies to increase the wastewater collection and
treatment systems resiliency; and
9. Promote and demonstrate actions that encourage all water users in
Barbados, including tourists, to conserve and efficiently use water
resources.
10. Strengthens the enabling environment and, strengthening buy-in,
ownership and leadership in the private sector for the adoption of
wastewater technologies and reuse options and having nation-wide
public education and awareness on the nexus between climate change
and water availability, wastewater as a resource, wastewater treatment
and reuse options and promoting transparency and lessons emerging
from this project
Outcomes 1 and 2 of the 3R-CReWS project are the largest, in terms of budget,
as they are focused on infrastructure works and transfer of technology.
Specifically, Outcome 1 aims to achieve a climate resilient pathway through the
upgrade of the Bridgetown Sewage Treatment Plant (BSTP) to a tertiary treatment
system and the installation of wastewater treatment systems in two Zone A
locations in Barbados to harness reclaimed water, which will be utilized for aquifer
recharge and agricultural irrigation. This will be achieved through the installation
of a 9km pipeline that will supply reclaimed water to support irrigation
developments in the Codrington-Neils-Lears-Salters-Constant-Valley, which will
benefit 155 farmers on 235 Hectares and recharge wells (injections wells) for
replenishing the aquifer. This water reclamation and reuse process will be
complemented with the installation of decision support tools and infrastructure
that are critical for resilient building.
Outcome 2, which spans the installation of renewable energy PV systems,
automated controls such as variable frequency drives (VFDs) and a sludge
dewatering system, will contribute to the achievement of a low-emission
pathway.
Outcomes 3 and 4 are “soft” developmental results that primarily aim to create
an enabling environment for achieving a paradigm shift in the approaches to the
management of water resources, specifically wastewater, and thereby
promoting water security in the face of a changing climate. Specifically,
Outcome 3 is targeting the enhancement of capacities and capabilities, primarily
at the BWA, for managing, monitoring, and operating the upgraded BSTP through
the development of customized trainings, updating the Standard Operating
Procedures (SOPs) and Operational Manual and implementing a risk
management framework. Outcome 4 further strengthens the enabling
environment through a legislative review, strengthening buy-in, ownership and
leadership in the private sector for the adoption of wastewater technologies and
reuse options and having nation-wide public education and awareness on the
nexus between climate change and water availability, wastewater as a resource,
wastewater treatment and reuse options and promoting transparency and
lessons emerging from this project.
The CCCCC project components will be executed by a Project Management
Office (PMO) whilst those components under BWA will be executed under the
management of the BWA Project Management Office (PMO), through a
dedicated Project Team. More specifically, the CCCCC PMO will comprise of a
Project Manager, a National Project Coordinator, a Project Engineer, a
Procurement Officer, a Finance Officer and two (2) Administrative Officers that
will work closely with BWA-s Project Management Office. In addition, the Project
will be monitored by a Project Steering Committee comprising key stakeholders.
It is against this background that the CCCCC is seeking to contract a National
Project Coordinator (NPC) to spearhead the implementation of the 3R-CReWS
project in Barbados.
III. OBJECTIVE
The main objective of positionis to support the CCCCC in the effective and efficient
coordination of the 3R-CReWS in Barbados. The project coordinator will support the
CCCCC-s project manager in the implementation, monitoring, evaluation, and
reporting of the 3R-CReWS project. Additionally, the project coordinator will also
support the Barbados Water Authority-s efforts in Barbados to ensure that the
counterpart-financing activities are implemented as set out in the signed FAA.
IV. DUTIES AND RESPONSIBILITIES
The National Project Coordinator-s duties and responsibilities will include but not
be limited to the following:
a) Managing and overseeing the day-to-day activities of the CCCCC-s
Project Team stationed in Barbados. Inclusive of these duties, the NPC will
report to the CCCCC-s Project Manager for the Project, including
implementation activities occurring in Barbados.
b) Liaising and working closely with personnel of the CCCCC based at the
head office in Belize assigned with the responsibility for the
implementation, procurement, monitoring, evaluation, and
financial/accounting activities of the Project.
c) Ensuring the timely implementation of GCF funded project activities and
arranging for any national coordination and public consultations as
required.
d) Establish and/or maintain sound working relationships with government
agencies, non-governmental organizations, local communities, and
representatives of most affected sectors to maximize effectiveness of the
project.
e) Participate and play an active role in the coordination of networking
activities such as meetings, workshops, and stakeholder meetings,
webinars, etc.
f) Drafting Terms of References, technical specifications, and scope of
services for the procurement of consultancies, goods and works associated
with the GCF funded activities and managing the performance of service
providers.
g) Supporting the delivery of quality project outputs and deliverables.
h) Manage consultants/suppliers, monitor progress of deliverables under the
contracts and provide feedback, as necessary. Additionally, support to the
processing of payments to service providers once approved.
i) Preparation of annual and quarterly work plans, including budgets, monthly
summaries, quarterly and annual progress reports, that inter alia highlight
achievements, issues that could affect the Project and recommendations
for resolution.
j) Ensure that project activities are undertaken on time and within approved
budgets and other tolerances as outlined in the yearly/quarterly work plans.
k) Managing and monitoring the project risks initially identified and
progressively provide management updates and submit new risks if any
to the Project Steering Committee for consideration and decision on
possible actions if required. The NPC will update the status of these risks by
maintaining the project risks log and recording lessons learnt.
l) Supporting the Centre-s preparation of requests for disbursement to the
GCF, through advance of funds, direct payments, or reimbursement.
m) Overseeing the implementation of the Project activities implemented by
Barbados Water Authority (BWA) and financed through co-financing as per
FAA.
n) Assisting the Centre's Project Manager in monitoring BWA-s compliance
with its obligations under the Subsidiary Agreement.
o) Preparing and delivering presentations on the project as deemed
necessary.
p) Coordinating meetings of the Project Steering Committee, ensuring the
recording of Minutes and implementation of decisions
q) Work closely with the Project Coordinator of the WSRN project on project
complementarities.
r) Providing support to the Centre on the development of complementary
projects to support Barbados' climate resilience efforts.
V. CONDITIONS PRECEDENT FOR SECOND DISBURSEMENT
It is the NPC responsibility to ensure that all the conditions set out in the FAA
prior to request of second disbursement are met. These include the following:
a) Delivery and approval of the Operations Manual detailing the
implementation of the project.
b) Environmental and Social assessments and management plans for the
following project aspects:
I. Reclaimed water pipeline network
II. Cluster sewage collection and treatment plant
III. Photovoltaic system
IV. Reverse Osmosis and brine disposal system
V. Upgrade of the Sewage treatment plant
b) Detailed land ownership and occupancy surveys for all proposed facility
sites, right of ways, permanent and temporary easement of facilities,
including temporary facilities used during construction phase.
c) Land acquisition and resettlement plan in the content, format and
process as prescribed in the ESSS 5 on land acquisition and involuntary
settlement (if applicable).
d) Baseline study to assess the baseline, midterm, and final target for cobenefit indicators.
VI. REPORTING
The position will be commissioned by the Centre who is the Contracting Authority
for the purpose of the assignment. The National Project Coordinator will report
directly to the Project Manager assigned to this project in the PDMU, or any person
delegated to supervise his/her day-to-day activities.
VII. LOCATION OF ASSIGNMENT
The National Project Coordinator will be stationed in Barbados at the offices of
the Barbados Water Authority (BWA). The initial contract duration is for one (1)
year with a probationary period of three (3) months, and subject to extension,
contingent on performance and availability of funding.
VIII. PERFORMANCE INDICATORS FOR EVALUATION OF RESULTS
• Project activities implemented effectively and efficiently as per approved
work program and budget.
• Quality of outputs delivered including monthly progress reports, technical
documents, workshops, and workshop reports amongst others.
• Conditions precedent to second disbursement are met satisfactorily.
• Material provided to support monitoring, learning, adaptive feedback,
evaluation, and risk identification and mitigation (including monthly reports,
strategic documents, and recommendations)
• Feedback from the Government of Barbados, Barbados Water Authority,
the Project Steering Committee, and stakeholders.
Ix. PAYMENT
Payment will be made in monthly instalments upon the submission and
acceptance of a monthly project highlight report and Invoice.
x. QUALIFICATIONS AND ExPERIENCE
The National Project Coordinator is required to possess the minimum
competency requirements listed hereunder and should describe in detail in the
CV, experience in the successful completion of similar engagements, relevant to
the scope of the consultancy.
Minimum Qualifications Requirements: A post-graduate degree in
Environmental Engineering, Hydraulic Engineering, Civil Engineering, Structural
Engineering or a related discipline.
Specific Experience:
• Minimum of 5 years- experience in the field of engineering.
• Minimum of 5 years' proven experience in project cycle management
with a focus on Climate Resilient Infrastructure Natural Resource
Management and/ or Water Resource management and/or any
engineering similar in scope and size.
• Minimum of 5 years- experience in client and stakeholder management
and coordination.
• Proven experience working with the water sector in Barbados and/or in
the Caribbean and Latin American region especially in relation to matters
such as: technical requirements, necessary permits, and procedures for
connection, etc.
General Experience:
• Proven expertise and in-depth knowledge of water management, water
sanitation, sustainable energy and climate change policies and practices
in the Latin America and the Caribbean context.
• Proven ability to generate and sustain ongoing consultation and
meaningful participatory processes with a wide cross section of
stakeholders throughout the duration of the period of employment.
• Proven experience and knowledge of non-revenue water standards and
academia-industry cooperation.
• Demonstrated record of engagement (coordination and working) with
national/regional counterparts (including government officials at national
and state level and the private sector), partners or donors. Experience
within Barbados will be considered an asset.
xI. EVALUATION CRITERIA
Responsive candidates will be evaluated as per the evaluation criteria below:
DESCRIPTION WEIGHT
A QUALIFICATIONS
A1 A post-graduate degree in Environmental
Engineering, Hydraulic Engineering, Civil Engineering,
Structural Engineering or a related discipline.
20
B SPECIFIC ExPERIENCE REQUIRED
B1 Minimum of 5 years- experience in the field of engineering. 15
B2 Minimum of 5 years' proven experience in project cycle
management with a focus on Climate Resilient
Infrastructure, Natural Resource Management and/ or
Water Resource management and/or any engineering
similar in scope and size.
15
B3 Minimum of 5 years- experience in client and stakeholder
management and coordination.
15
B4 Proven experience working with the water sector in
Barbados and/or in the Caribbean and Latin American
region especially in relation to matters such as: technical
requirements, necessary permits, and procedures for
connection, etc.
10
C GENERAL ExPERIENCE REQUIRED
C1 Proven expertise and in-depth knowledge of water
management, water sanitation, sustainable energy and
climate change policies and practices in the Latin
America and the Caribbean context.
10
C2 Proven ability to generate and sustain ongoing
consultation and meaningful participatory processes with
a wide cross section of stakeholders throughout the
duration of the period of employment.
10
C3 Proven experience and knowledge of non-revenue water
standards and academia-industry cooperation.
5
C4 Demonstrated record of engagement (coordination and
working) with national/regional counterparts (including
government officials at national and state level and the
private sector), partners or donors. Experience within
Barbados will be considered an asset.
5
TOTAL 100
TELEPHONE INTERVIEW (or equivalent)
The evaluation committee may interview the experts short-listed, after having
written provisional conclusions, but before concluding the technical evaluation.
The interview shall be conducted by telephone or other electronic media and
the date and time of these interviews will be confirmed or notified to the
consultant at least 5 days in advance. If a consultant is unable to participate in
an interview by force majeure, a mutually convenient alternative date and time
is arranged with the tenderer. If the consultant is unable to participate in this
second scheduled time, he/she will be eliminated from the evaluation process.
xII. Application Submission Procedure
Suitably qualified Individual Consultants are invited to submit an Expression of
Interest which should include the following application documents:
• Letter of motivation outlining motivation and how your experience, skills,
qualifications, and professional networks fit with the required job
description.
• Curriculum vitae or resume with full details of experience, achievements
and qualification.
• Contact details of three (3) professional references.
The Centre-s electronic-procurement system shall be used to manage the
submission, withdrawal, substitution, or modification of EOI-s.
Consultants must first register by creating a Username, profile and password
before accessing the bid submission form at the URL:
www.caribbeanclimate.bz/bid-submission.
1. Prior to EOI Submission, Consultants will be required to complete the
submission form with fields that include:
i. Name of Consultant (Company):
ii. Contract Reference:
iii. Contract Title:
iv. Name and Email address of uploader
2. Consultants must upload one (1) password protected PDF files for the EOI.
An automatic receipt time stamped email will be sent to the uploader-s
email account as a receipt and proof of submission. Each submission will
be given a confirmation number.
3. Submissions of EOIs
(i) EOI should be addressed to Colin Young (PhD), Executive Director,
Caribbean Community Climate Change Centre
(ii) EOI-s must be uploaded as files to
http://www.caribbeanclimate.bz/bidsubmission/.
(iii)The subject matter of the submission must read: “National Project
Coordinator”
(iv) EOI-s must be secured with a password. Such password must be
emailed to atillett@caribbeanclimate.bz no later than 15 minutes
prior to the deadline for bid submission. The subject matter for email
containing password must read “National Project Coordinator”
(Consultant-s Name).
Requests for Clarification: email: procurement@caribbeanclimate.bz Attention:
Ms. Andrea Tillett, Procurement Officer. Requests for clarification should be
received by the Centre no later than: Tuesday, 14th February 2023. Consultants
are advised that the responses to the requests for clarification will be only
posted on the Centre-s Webpage
at: https://www.caribbeanclimate.bz/blog/category/opportunities/procurement2/procurement/
The deadline for the submission of EOI-s is on or before 2:00pm (GMT-6), Friday,
24th February 2023.
The Caribbean Community Climate Change Centre reserves the right to accept
or reject any submission and to annul the process and reject all submissions at
any time prior to the contract signature without thereby incurring any liability to
consultants.
Documents
Procurement Documents for Barbados
Access a comprehensive library of standard procurement documents specific to Barbados. Here, you'll find all the essential forms, guidelines, and templates required for tender applications and submissions in Barbados
Want To Bid in This Tender?
Get Local Agent Support in Barbados and 60 More Countries.
View Tenders By