EOI: FFA Solar Site Assessment Consultancy
posted
10-12-2023
apply before
04-01-2024
category
Community Services & Development
job type
Consultant
experience
More than 5 years
advert type
contract
qualification
Degree
salary range
unknown
REQUEST FOR EXPRESSIONS OF INTEREST
Regional - Pacific Islands.
Forum Fisheries Agency: Pacific Islands Regional Oceanscape Program - Second Phase for Economic Resilience.
Grant No.: E2180.
Assignment Title: FFA Solar Site Assessment Consultancy
Reference No.: SB-FFA-386252-CS-CQS
The Pacific Islands Forum Fisheries Agencies (FFA) has received financing from the World Bank towards the cost of the Pacific Islands Regional Oceanscape Program - Second Phase for Economic Resilience Project (PROPER), and intends to apply part of the proceeds for consulting services.
FFA is seeking to modernize its infrastructure in Honiara, Solomon Islands to achieve carbon neutrality, and to provide a demonstration case for “greening” fisheries administration infrastructure – an objective that FFA member countries are pursuing as part of planned upgrades to their respective infrastructure.
Under Component 3.1 of the project, FFA is progressing initial work towards the potential energy efficiency upgrades of the Secretariat’s headquarter in Honiara. This work requires the services of a consultant (firm) to conduct a site survey of the FFA headquarter in Honiara.
The aim of this assignment is to perform a site survey that will provide all the required site information needed to draft the EPC Tender specifications.
The scope of services for the local consulting firm include the following key deliverables:
- Mapping – Base map and surveys (topographical, networks, fences and poles, vegetation and drainage.
- Electrical Survey.
- Ground Investigation Report.
The detailed Terms of Reference (TOR) for the assignment can be accessed here: ToRs for FFA site survey consultancy_Approved.pdf.
FFA now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide detailed information demonstrating that they have the required qualifications and relevant experience to perform the Services.
The selection criteria are:
- at least 5 years of relevant technical and regional experience in similar assignments.
- have experience in similar survey projects in the Pacific region.
- possess detailed technical abilities and previous experiences in conducting topological surveys and electrical surveys. Reference letters, commissioning reports, minutes, or certificate of completion of works, or any document attesting the proper execution of similar works will be desirable.
- The Consultant (firm) must propose a team capable of successfully carrying out the required scope of services, with local in-depth experience in executing similar assignments. The exact composition of the team will be left to each firm to propose, but key expertise and specialists expected to be included are as follows:
Expert Position/expertise/ Qualification and experience of key personnel
Topographer
- 5 years experienced topographer with adequate tools (theodolite, portable GPS, adequate professional software and all accessories).
Mapping engineer
- 5 years experienced cartographer with adequate 3D/GIS software.
Electrical engineer
- 5 years electrical engineer able to draw wiring diagrams and familiar with power components.
Ground surveyor
- 10 years Qualified ground surveyor able to perform ISO 22476-3:2004 compliant indirect investigations of soil by standard penetration tests within the scope of the geotechnical investigations according to EN 1997-1 and EN 1997-2.
Key Experts’ CVs will not be evaluated at this stage.
The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” November 2020 (“Procurement 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 Consultants Qualification-based Selection (CQS) method set out in the Procurement Regulations.
Further information can be obtained at the address below during office hours 8:00am to 4:30pm (Honiara time).
Expressions of interest must be delivered in a written form to the address below by e-mail or hand delivery to the FFA Office, by 4:30pm, 5 January 2024.
Forum Fisheries Agency
Attn: Project Coordinator – PROPER
1 FFA Road, Koloale, Honiara, Solomon Islands
E-mail: proper.procurement@ffa.int
Share on E-mail