Skip to Main Navigation

Fiji Tourism Development Program in Vanua Levu

VISIÓN GENERAL

DATOS BÁSICOS DEL ANUNCIO

  • P178694

  • Fiji Tourism Development Program in Vanua Levu

  • Fiji

  • OP00315519

  • Request for Expression of Interest

  • Published

  • FJ-FRA-362859-CS-QCBS

  • Quality And Cost-Based Selection

  • English

  • Nov 01, 2024 23:45

  • Oct 14, 2024

INFORMACIÓN DE CONTACTO

  • Fiji Roads Authority

  • Sainiana Matau

  • 360 Victoria Parade, Suva, Fiji

  • Fiji

  • Fiji

  • 8915571

DETALLES

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

 

Name of Project

Fiji Tourism Development Program in Vanua Levu or ‘Na Vualiku’

Loan Number

IDA-73690

Assignment Title

Design and Supervision Consultant - Vanua Levu Cross Island Road Resilient Tourism Infrastructure Works

Reference Number

FJ-FRA-362859-CS-QCBS

Country of Delivery

Republic of Fiji

 

The Government of the Republic of Fiji has received financing from the World Bank toward the cost of the FIJI TOURISM DEVELOPMENT PROGRAM IN VANUA LEVU and intends to apply part of the proceeds for consulting services. The project is implemented by the Ministry of Tourism and Civil Aviation (MTCA) along with two implementing agencies, the Fiji Roads Authority (FRA) and Airports Fiji Limited (AFL).

The consulting services (“the Services”) will support the Fiji Roads Authority (FRA) in the Design and Supervision of the Vanua Levu Cross Island Road Resilient Tourism Infrastructure Works.

The objective of this consultancy is to improve the climate resilience of the identified infrastructure investments that would further Vanua Levu’s sustainable tourism development, specially developing the Cross-Island Road into a tourism scenic route. The Consultant will assess the current infrastructure, its capacity to meet future demands, particularly in relation to tourism, identify key gaps and deficiencies; prepare the detailed designs and cost estimates for prioritized infrastructure investments, contribute to development of bidding documents and support FRA during the procurement of civil works; and supervision of works. 

The D&S assignment will be carried out in two phases:

•           Phase 1 for the Design Services, under a lumpsum-based contract to be implemented within a period of 6 months, and

•           Phase 2 for the Supervision of the Works Contract/s, under a time-based contract to be implemented within an estimated period of 18 months + 12 months of Defect Liability Period.

Both contracts will be signed together on contract award.

The detailed Terms of Reference (“TOR”) for the assignment are available here: https://www.dropbox.com/scl/fi/vqrxz8h8h7a8zgjk7f4fu/TERMS-OF-REFERENCE-DESIGN-SUPERVISION-CONSULTANCY-Oct-2024-to-issue.docx?rlkey=vpfa2l5wesffzusitm0rh2j0f&st=tv3iowe4&dl=0

The FRA now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

The shortlisting criteria are:   

  • Significant experience  in design of roads and/ or highways improvements and/ or upgradation and supervision of associated civil works demonstrated by at least two successfully completed similar assignments valued at least USD1m each (value of the design and supervision services component) over the last 10 years;
  • Demonstrated relevant experience in the Pacific Region;
  • Experience in development partner’s funded similar projects.

Key Experts will not be evaluated at the shortlisting stage.

The attention of interested Consultants is drawn to paragraph 3.14, 3.16 and 3.17 of the World Bank’s Procurement Regulations for IPF Borrowers dated November 2020 (“the Regulations”), setting forth the World Bank’s policy on conflict of interest.

Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

A Consultant will be selected in accordance with the Quality and Cost-Based Selection (“QCBS”) method set out in the Regulations and based on the criteria set out in the TOR. Further information can be obtained at the address below.

Expressions of interest must be delivered in a written form to the address below (by e-mail) by 01st November 2024.

 

Fiji Roads Authority

E-mail fj.procurement@outlook.com  copy to sainiana.matau@fijiroads.org