Fiji Tourism Development Program in Vanua Levu (Фиджи - Тендер #66367138) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Фиджи (другие тендеры и закупки Фиджи) Организатор тендера: The World Bank Номер конкурса: 66367138 Дата публикации: 20-08-2025 Источник тендера: Тендеры всемирного банка |
||
P178694
Fiji Tourism Development Program in Vanua Levu
Fiji
OP00373944
Request for Expression of Interest
Published
FJ-MTCA-362630-CS-CQS
Quality And Cost-Based Selection
English
Sep 08, 2025 23:45
Aug 18, 2025
Ministry of Tourism and Civil Aviation
Marlon Lezama
Levels 2 and 3, Victoria Parade Suva
Fiji
Fiji
6799906608
https://mcttt.gov.fj/
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 |
Detailed design study for new Savusavu landfill and existing Savusavu dump rehabilitation (Environmental and Social Impact Assessment, options study, and detailed feasibility study) |
Reference Number |
FJ-MTCA-362630-CS-CQS |
Country of Delivery |
Republic of Fiji |
The Government of Fiji through the Ministry of Finance, Strategic Planning, National Development and Statistics has received financing from the World Bank (“WB”) for the Fiji Tourism Development Program in Vanua Levu or ‘Na Vualiku’ and intends to apply part of the proceeds for consulting services.
The consulting services (“the Services”) will support the Ministry of Tourism and Civil Aviation (“MTCA”) as the lead Implementing Agency, and its counterparts in conducting Detailed design study for new Savusavu landfill and existing Savusavu dump rehabilitation (Environmental and Social Impact Assessment, options study, and detailed feasibility study) for the Fiji Tourism Development Program in Vanua Levu (FTDPVL).
The objective of this consultancy is to support the Government of Fiji in identifying and developing technically and economically feasible solid waste management solutions for the Northern Division. The consultancy will prepare the evidence-based and bidding documents for physical infrastructure through a Public-Private Partnership (PPP) arrangement (Design-Build or Design-Build-Operate), including environmental, social, land acquisition, and resettlement assessments and plans.
The Services are expected to start by December 2025 for 6.5 months of Consultancy inputs over a 9-month period.
The detailed Terms of Reference (“TOR”) for the assignment is available by contacting Mr. Akshay Chand on Akshay.chand01@mtca.gov.fj or clicking the link below.
https://drive.google.com/drive/folders/1DlD1Ye4uoX4G2UrHe5f6j-KA3ut7RCsT?usp=sharing
The MTCA 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 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.
The shortlisting criteria are:
1. Experience in Solid Waste Management Feasibility and Infrastructure Design
The firm must have successfully completed at least three assignments in the past ten years focused on the technical and/or economic feasibility, design, or planning of solid waste management infrastructure. These assignments must include core services such as infrastructure scenario development, market sizing, technical design, or operational planning for solid waste systems.
2. Experience Working in Small Island Developing States (SIDS) or Coastal Environments in a Developing Country Context
The firm must have successfully completed at least one similar assignment in a SIDS or geographically similar coastal context. Evidence should show familiarity with unique challenges such as logistics, terrain, land access, and community engagement in remote island settings.
3. Demonstrated Capacity in Environmental and Social Risk Assessment
The firm must have conducted at least two assignments involving Environmental and Social Impact Assessments (ESIA) or preliminary environmental and social screenings aligned with international standards (e.g. World Bank ESF, ADB Safeguards). Experience in Solid Waste Management would be preferable.
4. Economic and Financial Modelling in the Public Infrastructure Sector
The firm must demonstrate experience in preparing cost-benefit analyses, lifecycle cost modelling, or investment planning in public infrastructure sectors, preferably in waste management. At least one assignment must have included dynamic modelling of CAPEX/OPEX and revenue forecasting.
Key Experts will not be evaluated at the shortlisting stage.
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 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. This TOR is subject to further discussion and refinement in consultation with stakeholders to ensure comprehensive coverage and alignment with project objectives.
Expressions of interest must be uploaded using the link below by 8th September 2025:
https://forms.gle/Pt1v3PHsignAvEGm7
The Consultants are advised to consult the following Guidance Note, including EOI template available here:
https://drive.google.com/drive/folders/1DlD1Ye4uoX4G2UrHe5f6j-KA3ut7RCsT?usp=sharing
Ministry of Tourism and Civil Aviation
Attn: Akshay Chand (Mr)
Procurement Officer
Level 4, Civic Tower Victoria Parade, Suva
Tel: +679 3315577 or +679 9906608
E-mail: Akshay.chand01@mtca.gov.fj copy to fj.procurement@outlook.com