1. The Solomon Islands Road and Aviation Project (SIRAP) is currently being prepared by the Government of the Solomon Islands (SIG) and The World Bank and will be supported through a Project Preparation Advance. SIRAP will form part of the regional Pacific Aviation Investment Program (PAIP) being implemented respectively in Kiribati, Tonga, Tuvalu, Samoa and Vanuatu. PAIP has a development objective to (i) improve the safety, security, efficiency, management, and environmental sustainability of airports; and (ii) improve regional harmonization of aviation safety standards. The program recognizes the key role air transport plays in the economic and social development of each participating country and the need to strengthen the efficiency and viability of this sector.
2. The Implementing Agency is the Ministry of Finance and Treasury (MOFT) of the Solomon Islands Government (SIG), which is responsible for the overall implementation of the project. A Project Support Team (PST) will be recruited and will be responsible for day-to-day project management, with support from the PAIP Technical and Fiduciary Services Unit (TFSU) who provides regional program implementation support across the PAIP program. The Ministry of Communication and Aviation (MCA), and the Ministry of Infrastructure and Development (MID), Civil Aviation Authority of Solomon Islands (CAASI) and other line ministries are also involved in supporting project implementation, providing inputs, and performing roles within their respective mandates.
3. The MCA invites sealed quotations from eligible bidders for INVESTIGATION
SERVICES FOR THE SOLOMON ISLANDS ROADS AND AVIATION PROJECT.
4. The budget for this procurement is USD 115,000 (tax inclusive).
5. This invitation is issued under the open RFQ and the Most Advantageous Bid will be recommended for contract award for the Bid of the Bidder that meets the qualification criteria and whose Bid has been determined to be:
a. substantially responsive to the RFQ document; and
b. the lowest evaluated cost.
6. The following minimum qualification requirements apply to this RFQ:
a. The bidder must provide evidence of relative and reference calibration of equipment that has been completed within 12 months prior to testing being undertaken. (Testing certificate to be supplied within Tender submission). Each and every geophone sensor must be in working order and at the spacing specified by the manufacturer.
b. The bidder shall propose Key personnel, such as Team Leader (TL) and Testing Technician (TT) meeting the qualification requirements for these positions as outlined in SOW.
7. The Priced Activity Schedule (AS) shall be included for the preparation of (your) Quotation. No subcontracting is allowed.
8. A Lump Sum contract is expected to be signed based on the Provision and inclusion of all activities and costs to undertake the assignment and to submit the required deliverables as per the AS. The quotation shall be inclusive of all costs borne by the Contractor, including mobilisation, logistics, remuneration, overheads, taxes and duties etc. You quotation(s) should be submitted as per the instructions contained herein.
9. A complete set of Request for Quotation (RFQ) documents in English will be provided to interested eligible bidders upon the submission of a written application to mvaoahi@paiptfsu.com
10. Quotations must be submitted to mvaoahi@paiptfsu.com on or before March 8, 2019. Late quotations may be rejected.