Date post: | 28-Apr-2018 |
Category: |
Documents |
Upload: | truongnguyet |
View: | 217 times |
Download: | 0 times |
1 of 14
TERMS OF REFERENCE
CONSULTANCY SERVICES FOR IMPROVEMENT OF
INFRASTRUCTURE AT KAMEMBE AIRPORT
I. BACKGROUND
1.1. Rwanda Civil Aviation Authority
Rwanda Civil Aviation Authority (RCAA) is a Rwandan Government Entity established by Law No.
21/2004 of 10/08/2004 and governed by Law No. 53/2011 of 14 December 2011 as amended up to
date.
RCAA has a legal personality, administrative and financial autonomy and it is governed in accordance
with laws governing organs of public service in Rwanda.
Main activities of RCAA include but not limited to:
Supervising and organization of air transport;
Management and operation of airports;
Airspace management and surveillance ; and
Establishing relations and collaborating with other agencies of the same attributions at regional
and international level.
1.2. Kamembe Airport and the Great Lakes Trade Facilitation Project
Kamembe airport is located in Ruzizi District, Western Province, about 5km southwest of Cyangugu
city which lies at the southern end of Lake Kivu. Kamembe is connected by a 170km long road from
Kigali. The existing Airport is located near Kamembe at approximately 2km from Kivu Lake and the
border of the Democratic Republic of Congo, and about 5km from Kamembe town.
The existing airfield has 1500m x 45m flexible (asphalt) runway and oriented in 02-20 direction. The
runway at present is open to VFR operations only. RWY 20 for Landings and RWY 02 for Take off are
recommended at Kamembe airport.
Kamembe airport has great potential, with passenger traffic growing at an average of 15 percent per
annum between 2006 and 2013, and at an average of 18 percent between 2010 and 2015.
The airport movement area has recently undergone rehabilitation of the 60 year old runway by fully
restructuring the pavement up to the subgrade layer.
Under the Great Lakes Trade Facilitation Project (GLTFP), it was found to be of paramount importance
to upgrade other airport facilities including navigational aids and communication equipment and
weather equipment, aeronautical ground lighting, airport perimeter fencing and lighting and a transit
cargo facility.
The GLTFP is a project approved to be funded by the World Bank with the main objective to facilitate
cross-border trade by increasing the capacity for commerce and reducing the costs faced by traders,
especially small-scale and women traders, at targeted locations in the borderlands. “Capacity for
commerce” in the context of this project is defined as the capacity of core trade infrastructure, in
particular, the airport at Kamembe, border markets, and border facilities, to handle an increased flow of
goods, services, and people, and the capacity of government agencies at the border to provide high
2 of 14
quality and efficient services.
II. PROJECT ELEMENTS AND THE SCOPE OF CONSULTANCY SERVICES
Several interventions are proposed to improve operating conditions at Kamembe airport. After full
resurfacing of the movement area, RCAA has an objective to make further improvements at Kamembe
airport and these include:
1. installation of aeronautical ground lighting (AGL),
2. navigational aids (VOR/DME),
3. Automatic Weather Observation System (AWOS),
4. Digital-Aeronautical Information Management (D-AIM),
5. ATS Message Handling System (AMHS),
6. put in place RNAV SIDs and STARs Procedures for Kamembe,
7. conducting WGS-84 survey,
8. construction and lighting of airport perimeter fence
9. construction of a transit cargo and baggage storage warehouse.
The scope of service for the consultant firm shall include designs, preparation of tender documents and
subsequent supervision as outlined in the following paragraphs.
The main improvements are categorized in the following project elements for which the scope of
consultancy service are also briefly described:
a) Aeronautical Ground Lighting (AGL) - As per ICAO standards, for providing ILS Cat‐1
lighting, a length of 900 m of land is required. However, as the terrain conditions are not
favorable to provide the full length of runway lighting, a feasible length of approach lighting
will be determined by the Consultant through a design study, for Approach 20 which is
predominantly used for landings. The approach lights are to be provided over high mast lattice
structure complying with the ICAO requirements of frangibility.
The consultant shall carry out all necessary assessments and studies to produce a detailed design
for installation of new AGL at Kamembe airport and subsequent supervision as outlined in the
following paragraphs.
The design would include as deliverables; AGL layout details, pavement details where affected,
transformer pits, and all other civil works associated with the installations.
The scope of consultancy would also include assessment of existing primary power supply,
identifying required improvements and carrying out detail design for the provision of a
secondary power supply that allows the minimum switchover time that meets relevant ICAO
requirements. This would also include design of a new fully functional power station, related
cable trenches and cabling to supply the newly installed airfield facilities and the entire airport.
If required, electrical substations should also be designed. The design should allow for spare
cable ducts for power and data to take into consideration future airports expansion.
The consultant shall carry out all necessary studies to produce a detailed design for installation
of new AGL and power supply control and monitoring systems with the related fiber networks.
b) Navigational Aids - Due to the physical dimension of Kamembe airport, it is not suited to a full
Category 1 instrument landing system (ILS). However, the dimensions and distances allow for
non-precision approaches and for the airport to pass relevant ICAO standards. As such, a
3 of 14
coupled GNSS and DVOR/DME approach is proposed for descent guidance, and simple
DVOR/DME approaches to allow older aircraft in the region, without GPS systems on board,
to perform non-precision landings.
The Consultant shall carry out the feasibility and detailed design (including developing technical
specifications) for supply and installation of DVOR/DME including;
DVOR/DME positioning on ground and full civil works, electrical and electronic
installation details.
Power connections, electrical protection and stabilization.
Equipment power supply and backup system
Remote control connectivity (wired and radio based networks) from remote site to
Control Tower, technical room and maintenance office. The remote control shall cater
for both DVOR/DME and power (main and backup)
Network within technical room, maintenance office, tower, MET Office as well as
related civil works.
Maintenance office (remote control location) and system room for main racks.
Power and data networks cabling and all related civil works from the equipment to the
buildings as necessary - ATC tower, maintenance office, technical room
To carry out the flight check of the installed DVOR/DME and designed Area
Navigation (RNAV) Standard Instrument Departures (SIDs) and Standard Terminal
Arrival Route Charts (STARS)
Supervision of the installation as well as the Flight check of all flight procedures.
Initiate the amendment of the Rwanda Aeronautical Information Publication (AIP) to
capture all the changes made to the existing information.
Flight check and commissioning.
c) World Geodetic System (WGS)-84 Survey – For purpose of providing accurate aerodrome
data to the users, it is RCAA principle to carry out WGS-84 surveys for all airports in Rwanda
and update relevant data in the Aeronautical Information Publication. Under these terms of
reference, the Consultant shall in compliance with ICAO provisions carry out WGS-84 survey
at Kamembe, Kigali and Gisenyi airports to update among others the following information;
Runway profiles, declared distances, runway entities (THR, TDZ, SWY, CWY, reference
point, etc) elevations and coordinates, taxiways and apron details including TWY
centerline points, apron stands elevations and coordinates, altimeter check points, etc.
Obstacles surveys in the vicinity of the airport – obstacles at the airport, obstacles within
the obstacle limitation surfaces especially in approaches, etc.
Any other obstacles, profiles, cross sections etc that are relevant to the physical
characteristics of the airfield.
d) Weather and Communication Systems: The region where Kamembe Airport is located is
prone to adverse weather conditions that may affect flight operations.
The Consultant will undertake detailed design (including developing full technical
specifications) for supply and installation of the Automatic Weather Observation System
(AWOS) to timely detect and provide early warnings on various weather changes at the airport
including but not limited to the following:
Determine the appropriate position of different sensors and wind socks on ground and
also design of related civil works.
4 of 14
Power supply, electrical protection and stabilization
Source of Power Backup System
Grounding and lightning protection
Required materials /devices for main power and its backup connectivity
Remote control connectivity (wired and radio based networks) from remote sites to
Control Tower, technical room and maintenance office. The remote control shall cater
for both system and power (main and backup)
Propose maintenance office (location of system remote control) and system room
(location of main racks).
Location of the antenna at the top of system room
Power and Data networks cabling and related civil works on Runway, in the tower,
maintenance office and technical room.
Exchange of aviation MET data between Kamembe airport and other airports through
AMHS/AFTN Communication Centre at KIA.
Network (power and data network ducts) within technical room, maintenance office,
tower, AIM Office and MET Office as well as related civil works.
Digital Automatic Terminal Information Service (D-ATIS) for continuous
broadcasting of METAR in busier terminal (i.e. airport).
Interconnection of D-ATIS and AWOS to ensure automatic read of data from AWOS
system before automatic validation of these data for broadcasting.
Supervision of the installation of the Automatic Weather Observation System
(AWOS).
e) Message Handling Systems: The Consultant shall also undertake full design study to provide
an appropriate ATS Message Handling System (AMHS) and subsequent supervision as outlined
in the following paragraphs. AMHS would be a standard system used to connect Kamembe
Airport to the Aeronautical Telecommunication Network (ATN) which will enable it to
exchange ATS messages (FPLs, NOTAMs, MET Messages, etc.) worldwide, especially flight
and meteorology information exchange between Kigali International Airport as Rwanda’s main
airport and Kamembe airport. This ATS Message Handling System will be installed in a
network environment to serve both Kamembe airport and Kigali International Airport.
The design shall include as minimum the following:
System operational requirements between Kigali as main Airport and Kamembe
International Airport.
Establishment of Communications Center for national ATS Messages.
Kamembe airport and Kigali International Airport site interconnectivity supported by a
proposal.
Positioning of remote control system and main system racks.
Required devices for power connectivity, protection and stabilization
System power backup system, required hardware for its connectivity,
AMHS remote control system for both KIA and Kamembe sites
5 of 14
Installation and civil works,
Wide Area Network configuration between KIA and Kamembe airport.
Network within technical room, maintenance office, tower, AIM Office and MET
Office as well as related civil works.
AFTN and AMHS Gateway
Conversion AMHS/AFTN and vice versa
Interconnectivity of AMHS and existing AIRCON2100.
Interconnectivity of AMHS to the existing SADC VSAT system
Required training needs.
The scope of consultancy will also include design studies for installation of appropriate
hardware for connectivity between Kamembe and Kigali airports. As part of the design, the
Consultant will study and provide detailed information to equip Kamembe airport with Digital
Aeronautical Information Management (D-AIM) to enable and enhance provision of ground-to-
ground and ground-to-air aeronautical information sharing between Kigali International airport
and Kamembe airport and also promoting integration and sharing of static and dynamic MET
and aeronautical information between KIA and Kamembe users. The system will be installed at
both airports to interconnect them and allow data flow between them.
The design shall include as minimum the following:
System operational requirements between Kigali as main Airport (KIA) and Kamembe
International Airport.
Kamembe airport and KIA site interconnectivity supported by a proposal
Positioning of remote control system and main system racks.
Required devices for power connectivity, protection and stabilization
System power backup system, required hardware for its connectivity,
D-AIM remote control system for both KIA and Kamembe sites
Installation and civil works,
Wide Area Network configuration between KIA and Kamembe airport.
Network within technical room, maintenance office, tower, AIM Office and MET
Office as well as related civil works.
Interconnectivity of D-AIM and existing AIRCON2100.
Interconnectivity of AIM to the existing SADC VSAT system
Required training needs
f) Fence for Safety and Security: A new airport perimeter fence that is compliant with ICAO
Standards and Recommended Practices will be constructed in order to protect the airport
boundary to meet security requirements. The new fence will follow the alignment of the existing
fence and where it deviates and there is a likelihood to alienate some land used for cultivation
by surrounding communities, relevant safeguards policies will need to be complied with.
The Consultant shall also carry out detailed design for fence lighting and provide site
supervision services for both construction and lighting.
6 of 14
g) Logistics infrastructure – Cargo Warehouse: The Consultant shall carry out full detailed
design studies and supervision of a cargo warehouse at Kamembe airport. The studies shall
include assessment of cargo traffic and forecasts on which the design criteria shall be based on.
As minimum, design outputs would be the following
Determination of a suitable location and building footprint
Architectural and structural detail design
Requirements for chilling facilities
Mechanical ventilations and HVAC systems
Equipment room for new air navigation and ground movement systems (AMHS, D-
AIM, DVOR/DME, etc) and existing systems such as communication racks, etc.
Office for maintenance staff, required cable ducts, antenna areas as well as false flow.
CCTV equipment room
Access control system
Electrical and mechanical design;
Cargo security system;
CCTV system
Fire safety systems (smoke detectors, water hydrants, fire hoses etc as applicable)
IT facilities for communication, internet access etc
Appropriate signage system
Furniture and interior amenities
Landside and airside access routes
III. GENERAL SCOPE OF SERVICES
The general requirement is for the consultant to provide consultancy services relating to each discrete
element of the Kamembe Airport Upgrade Project detailed in section 2 above. The scope of the
consultancy services is to include topographical surveys and geotechnical studies (for the areas found
to have not been covered by similar previous studies), detailed design, detailed technical specifications
of facilities and ancillaries for Navigation aids (DVOR/DME, AMHS, D-AIM), Weather system, tender
evaluation and site supervision during the construction stage.
To carry out Installation Supervision and commissioning of new acquired systems at Kamembe and at
Kigali International Airports.
The works will include other complementary works as its integral and inseparable part. The consultant
shall act as the Engineer during the construction and installation stage of each element of the project and
shall advise the Employer on the various aspects of the Employer’s responsibilities under each contract.
3.1. Detailed Design Services
The consultant shall as appropriate carry out detailed design for all elements in 2 stages. The
design shall be fully multi-disciplinary including but not limited to architectural, structural,
electrical, electronic, electro-mechanical, mechanical, civil and building and interior design and
7 of 14
shall include environmental impact assessment (and management plan) and any other
appropriate engineering disciplines depending on the requirements of each respective element.
The study shall also include development of relevant specifications for construction, installation,
testing, training and commissioning. A set of bills of quantities shall also be included. A separate
confidential cost estimate shall be provided as output to this stage. The consultant shall use only
SI units except where operational requirements demands otherwise.
The initial concept design shall first be prepared together with cost estimates and discussed with
RCAA and the relevant stakeholders. Once the concepts have been agreed the design shall be
developed into a final detailed design. The final detailed design for each element shall include
all the relevant drawings and confidential cost estimate.
3.2. Environmental and Social Studies – In accordance with latest international requirements on
environmental protection (World Bank, IFC, etc), the Consultant shall carry out
Environmental and Social Impact Assessment (ESIA) studies and secure necessary
environmental and social clearances for the OVERALL project. This shall include an
assessment of risks related to Gender-Based Violence on the construction site and its
surroundings, and the identification of appropriate measures to prevent and mitigate those risks.
3.3. Tender Documentation and Tender Evaluation
On receipt of RCAA approval of the final scheme design, the consultant shall prepare all the
necessary tender documents that will include the Employers Requirements, Drawings,
Specifications, and a Pricing Document or a Bills of Quantities. The consultant shall also ensure
that, in each of the tender documents, the principles and guidelines of ‘’GLTFP Code of Conduct
for the Prevention and Mitigation of Gender-Based Violence (GBV)’’ are properly included.
During the tender process the consultant shall provide all the necessary technical and contractual
responses to queries raised by the tenderers. The tender process will be managed by RCAA and
hence all communications during the tender period shall be via RCAA.
On return of tenders for each respective element, the consultant shall assist the RCAA with the
evaluation of the tenders. Tenders shall be evaluated for compliance with tender documentation,
technical approach of the contractor for undertaking the works and cost that will include a full
review of the rates in the Pricing Document or the Bills of Quantities. Additionally, tenders shall
be evaluated for compliance with the principles and guidelines of the ‘’GLTFP Code of Conduct
for the Prevention and Mitigation of Gender-Based Violence (GBV)’’.
3.4. Site Supervision Services
The Consultant shall carry out all duties and responsibilities of the Engineer as specified under
the World Bank Harmonized Edition of the Conditions of Contract for Construction prepared
by the International Federation of Consulting Engineers (Fédération Internationale des
Ingénieurs-Conseils, or FIDIC), FIDIC 2010.
These shall include but not be limited to:
a) To prepare a construction supervision plan outlining the routines and procedures to be
applied in construction supervision, administration and quality control.
b) Issue all necessary instructions to the contractor, check and control the work to ensure that
it is carried out in accordance with the contract requirements.
8 of 14
c) Provide general guidance to the contractor as may be necessary to ensure that the works are
carried out expeditiously according to the specified standards, agreed schedule and within
the terms of the contract.
d) During the execution of the works, carry out regular inspections of all work areas, items,
installations and systems to ensure compliance with design, project specifications and
quality standards including contractor’s own quality system. Keep all necessary records,
including reporting of any non-conformances or non-compliance for further action.
e) Maintain a full daily record of all the plant employed on undertaking works including the
monitoring of contractor’s work methodology and testing of soil samples and in-situ
compaction. Maintain full records of all test results.
f) Liaise with the consultant’s design team as necessary to obtain any necessary design data
and parameters to ensure compliance of the works to design.
g) Obtain all the necessary quality and specification compliance certificates from the
contractor and check and approve all materials, items and equipment required for the project
to ensure compliance with specifications.
h) Ensure the contractor performs all the testing required for compliance with project
specifications and witness the testing being undertaken. Keep and maintain all testing
records.
i) Ascertain and agree with the contractor monthly measurements of work executed together
with their applications for payment and certify these to the Employer as being correct and
within the terms of the contract.
j) Maintain a record of the results of all monthly work measurements carried out for payments
to the contractor.
k) Check and approve all working drawings prepared by the contractor.
l) Monitor contractor’s working methods for compliance with Safety Regulations and the
project specific Health & Safety Plan.
m) Monitor contractor’s adherence to the principles and guidelines set forth in the ‘’GLTFP
Code of Conduct for the Prevention and Mitigation of Gender-Based Violence (GBV)’’,
and liaise with ad-hoc structures that the contractor may decide to put in place (e.g. GBV
Internal Task Force etc.) for risk prevention and mitigation purposes, as well as to facilitate
the process of reporting of GBV cases occurring on the construction site.
n) Monitor contractor’s compliance with the airport’s specific safety and security regulations
and ensure that they are complied with.
o) Monitor and obtain from the contractor his daily plant and labour returns.
p) Maintain site diaries, photographs and other documents necessary to record the contractor's
compliance with the contract.
q) Provide all necessary supervision as generally understood and as agreed by the Employer
for proper execution, completion and commissioning of the works.
r) Prepare and submit to the Employer;
Monthly progress reports
Technical reports as necessary
Final completion reports and any
Other reports
s) Monitor and witness all the testing and commissioning of the works, items, and systems.
t) For any airport operational equipment or systems, when required to do so, attend Factory
Acceptance Tests (FAT’s), Site Acceptance Tests (SAT’s) and Operational Acceptance
Tests (OPT’s) upon completion.
u) Ensure the contractor prepares all the ‘As Built’ and ‘As Installed’ drawings including
operation manuals, corrective and preventive maintenance schedules manuals.
9 of 14
3.5. Project Reporting Services
The consultant shall prepare and submit to RCAA all the reports as specified in this section.
Unless hardcopies are specified (recommend minimum two hardcopies for each report unless
RCAA wants to print themselves) for any particular report type, submission of reports shall be
in an electronic format by email or via an FTP site or via suitable media. In addition to the
specific reports specified for certain parts of the consultancy services, the consultant shall
submit the following reports:
i) Executive Reports
The consultant shall prepare and submit to RCAA an Executive Report that tracks the
overall progress of each element of the Kamembe Airport Upgrade Project. The report
shall monitor the overall programme of the full development charting progress of each
element. The report shall provide key details of the quarter and show a graphical
representation of the status of time and cost for each element.
ii) Design Reports
The consultant shall prepare and submit to RCAA a concept design report upon
completion of the initial preliminary/concept design for each element of the project.
On completion of the final scheme design, the consultant shall prepare and submit to
RCAA the final scheme design report. The report shall summarise the basis of design
and where relevant, provide references to the background data used in the design.
iii) Tender Evaluation Report
The consultant shall prepare and submit to RCAA a tender evaluation report upon
completion of each tender for each respective element of the Kamembe Airport Upgrade
Project.
The tender evaluation shall be based on an appropriate marking matrix that is to be
developed for each element that takes into account the specific technical and operational
requirements as set out in the tender documents.
iv) Monthly Progress Reports during Construction/installation Stages
During the construction stage of each respective element, the consultant shall prepare
and submit to the Employer a Monthly Progress Report by the middle (15th) of each
month summarizing the work activities and progress achieved by the contractor for the
preceding month and the work accomplished by the supervision team for the same
period. The report shall outline any problems encountered (administrative, technical or
financial) and give recommendations on how these problems may be overcome. The
report shall include the following:
Brief summary of the work undertaken during the month
Programme review and progress made on work undertaken including percentage of
actual progress against planned progress
Status of design development and working drawings by the contractor
Status of procurement for the various materials, items and equipment
Quality control testing carried out and non-conformances
Weather conditions and any weather related delays
10 of 14
Contractor’s equipment and materials on site
Contractors payment record
Project cash flow projections
Claims for cost and time extensions by the contractor or any other third party
Variations
Environmental mitigation measures including any social issues
Health and safety issues
Gender-Based Violence (GBV) issues, and related actions/measures taken by the
contractor to address them.
Problems encountered on site
Progress photographs
Contractors and consultants personnel on site
v) Technical Reports and Other Reports
When deemed necessary or requested by RCAA, the Consultant shall produce as
necessary technical reports and position papers dealing with technical matters arising
during the implementation of the overall Kamembe airport upgrade programme.
vi) Final Completion Reports
The Consultant shall prepare a final completion report for each element of the
Kamembe Airport Upgrade Project when the respective element reaches a stage of
completion. These reports shall initially be submitted in draft and shall summarize the
method of construction, installation, the installation and construction supervision
performed, and recommendations for future maintenance including any necessary
recommendations for training of the Employer’s staff in operation and maintenance.
IV. GENERAL EXPERIENCE OF THE FIRM The firm should have at least 15 years of general experience in consultancy services.
V. SPECIFIC EXPERIENCE OF THE FIRM
The firm should have undertaken at least three (3) similar consultancy assignments with similar
scope technically, geographically and environmentally with evidence of such experience.
VI. CONSULTANT’TEAM COMPOSITION
6.1. Design and Tender Preparation
6.1.1. Team Leader – To ultimately be responsible for the delivery of the consultancy services.
Must be degree qualified and a Registered Professional or Chartered or equivalent Civil
Engineer with not less than 15 years of cumulative experience with minimum of 10 years
specifically related to airports and aviation projects including the management of design and
construction of airport works and operation of airport facilities. Also must be conversant with
aerodrome regulatory requirements and standards including ICAO and IATA. The Project
Manager must be a senior member of the consultant’s staff and is expected to take on the role
of The Engineer for the construction contract. He/she will be required to act as a professional
advisor to RCAA on all aspects of the proposed improvements on Kamembe airport through
the process of detailed design and development of detailed specifications, procurement,
11 of 14
construction/ installations and implementation of the project including testing and
commissioning. Must be fluent in English.
6.1.2. Architect – Must be qualified with an appropriate degree/diploma and be a Registered
Professional Architect with not less than 8 years of cumulative experience related to airports
and associated aviation building projects design and construction. Must be fluent in English.
6.1.3. Airport Senior Civil Engineer – Must be degree qualified and preferably a Registered
Professional or Chartered or equivalent Civil Engineer with not less than 8 years of cumulative
experience related to airports and/or other infrastructure projects involving airfield
pavements, roads, car parks, fences, drainage and services design and construction. Must be
conversant with ICAO Standards, and be fluent in English.
6.1.4. Senior AGL and Electrical Engineer– Must be degree qualified and a Registered
Professional or Chartered or equivalent Electrical or Electronic Engineer with not less than
10 years of cumulative experience related to airports and associated AGL projects design and
installations including power supply, distribution and backup systems. Must be conversant
with ICAO Standards as applicable to AGL and electrical systems at airports and be fluent in
English.
6.1.5. CNS/ATM Expert – Must be suitably qualified with an engineering degree in electronics,
telecommunication or equivalent. The expert must have extensive knowledge in the
DVOR/DME design, planning and implementation of modern CNS/ATM systems with not
less than 10 years of cumulative experience related to design and installation of Navigation
Aids. Must be conversant with ICAO and other Aeronautical Standards as applicable to
NAVAIDS, and be fluent in English.
6.1.6. Senior RNAV/RNP (PBN) Specialist - Must be degree qualified with not less than 10 years
in RNAV SIDS STARS design, Commissioning and AIP amendment and publication.
6.1.7. AIM Specialist- Must be degree qualified and shall possess at least 10 years’ experience in
technical and operational AIM and AMHS, AIM and AMHS systems design and installation,
AIM automation design, installation and Commissioning. Must be conversant with ICAO
Standards as applicable to AMHS/AFTN and AFTN/AMHS compatibility. Must be fluent in
English.
6.1.8. Senior Structural Engineer – Must be degree qualified and a Registered Professional or
Chartered or equivalent Structural Engineer with not less than 10 years of cumulative
experience related to airports and/or similar public buildings projects design and construction.
Must be fluent in English. Knowledge of ICAO Standards would be an advantage.
6.1.9. Senior Mechanical Engineer - Must be degree qualified and a Registered Professional or
Chartered or equivalent Mechanical Engineer with not less than 10 years of cumulative
experience related to airports and/or similar public buildings projects design and construction.
Must be fluent in English. Knowledge of ICAO Standards would be an advantage.
6.1.10. Senior Quantity Surveyor – Must be degree qualified and a Registered Professional or
Chartered or equivalent Quantity Surveyor with not less than 10 years of cumulative
experience related to preparation of Bills of Quantities for airports and/or similar buildings
and infrastructure projects. Must be fluent in English and have experience of working under
different contract forms and methods of measurement and demonstrate sound knowledge of
costs and prices for building and civil engineering works.
12 of 14
6.1.11. Environmentalist (1 No) – To carry out the environmental and social impact assessment for
the project in line with the applicable IFC standards. Must be degree qualified with at least 10
years’ experience in this subject.
6.2. Site Supervision
6.2.1. Project Team Leader – To ultimately be responsible for the delivery of the supervision
services. Must be degree qualified and a Registered Professional or Chartered or equivalent
Civil Engineer with not less than 15 years of cumulative experience with minimum of 10 years
specifically related to airports and aviation projects including the management of design and
construction of airport works and operation of airport facilities. Also must be conversant with
aerodrome regulatory requirements and standards including ICAO and IATA and be fluent in
English. The Project Manager must be a senior member of the consultant’s staff and is
expected to take on the role of The Engineer for the construction contract. He/she will be
required to act as a professional advisor to the Client on all aspects of the project through the
process of construction and implementation of the project including site controls, testing,
commissioning, and operational readiness and commencing operations.
6.2.2. Resident Engineer – To lead the supervision team for all project works and installations.
Must be degree qualified and a Registered Professional or Chartered or equivalent Civil
Engineer with not less than 10 years of cumulative experience related to airports and
associated aviation infrastructure projects design and construction. Must be conversant with
ICAO Standards and be fluent in English. To act as the Engineer’s Assistant and ensure
Health, Safety, Environmental and Social issues (including Gender-Based Violence – GBV)
are appropriately addressed in the execution of the works by the contractor, be responsible for
the day to day administration of the construction contract plus the management of engineering
technical matters including review of contractor’s design and working drawings, method
statements, compliance with health and safety requirements, specifications for materials,
workmanship and routine testing as part of overall quality control.
6.2.3. Airport Civil Engineer – To be responsible for the supervision of all civils works involved
in the project including but not limited to earthworks, concrete, ducting, buildings, drainage
and services including water supply and sanitation. Must be degree qualified and preferably a
Registered Professional or Chartered or equivalent Civil Engineer with not less than 8 years
of cumulative experience related to airports and/or other infrastructure projects involving
airfield pavements, roads, car parks, fences, drainage and services design and construction.
Must be conversant with ICAO Standards, and be fluent in English.
6.2.4. AGL and Electrical Engineer – To be responsible for the supervision of AGL and all other
electrical related installation works, testing and commissioning. Must be degree qualified and
a Registered Professional or Chartered or equivalent Electrical or Electronic Engineer with
not less than 10 years of cumulative experience related to airports and associated AGL
projects design and installations including power supply, distribution and backup systems.
Must be conversant with ICAO Standards as applicable to AGL and electrical systems at
airports and be fluent in English.
6.2.5. CNS/ATM Expert – To be responsible for the supervision of installation, testing and
commissioning of all NavAids and weather equipment and systems in this project. Must be
suitably qualified with an engineering degree in electronics, telecommunication or equivalent.
The expert must have extensive knowledge in the DVOR/DME planning and implementation
of modern CNS/ATM systems with not less than 10 years of cumulative experience related to
design and installation of Navigation Aids. Must be conversant with ICAO and other
Aeronautical Standards as applicable to NAVAIDS, and be fluent in English.
13 of 14
6.2.6. AIM Specialist- To be ultimately responsible for supervision of the installation, testing and
commissioning of D-AIM and AMHS equipment and systems. Must be degree qualified and
shall possess at least 10 years’ experience in technical and operational AIM and AMHS, AIM
and AMHS systems design and installation, AIM automation design, installation and
Commissioning. Must be conversant with ICAO Standards as applicable to AMHS/AFTN
and AFTN/AMHS compatibility. Must be fluent in English.
6.2.7. Mechanical Engineer – To be responsible for supervision, testing and commissioning of all
mechanical installations including HVAC, fire detection and alarms, plumbing, etc. Must be
degree qualified and a Registered Professional or Chartered or equivalent Mechanical
Engineer with not less than 8 years of cumulative experience related to airports and/or similar
public buildings projects design and construction supervision. Must be fluent in English.
Knowledge of ICAO Standards would be an advantage.
6.2.8. Quantity Surveyor – To be responsible for the supervision and cost monitoring for all the
works associated with this project. Must be degree qualified and a Registered Professional or
Chartered or equivalent Quantity Surveyor with not less than 10 years of cumulative
experience related to site supervision and cost monitoring and control for airports and/or
similar buildings and infrastructure projects. Must be fluent in English and have experience
of working under different contract forms and methods of measurement and demonstrate
sound knowledge of costs and prices for building and civil engineering works.
6.2.9. Environmentalist (1 No) – To monitor the day to day contractor activities on site relating to
protection of the environment and to ensure all the environmental mitigation measures are
undertaken in accordance with the project requirements. Must be degree qualified with at
least 8 years’ experience.
6.2.10. Technical Engineers/Technicians - Must have a diploma or another suitable technical
qualification certificate in the disciplines of building services, topography, soil mechanics,
with a minimum of 8 years of practical experience and with capability and experience to
supervise and produce report on construction projects.
VII. DURATION Provision of the consultancy services for designs and preparation of tender documents shall take
maximum 5 months.
The estimated time for site supervision of all the project elements is 12 months. However, the
time assignment of supervision personnel shall be linked to the schedule of the related project
element to be supervised.
VIII. FACILITIES TO BE PROVIDED TO CONSULTING FIRM RCAA will provide an office space to the consultancy firm at Kamembe International Airport.
The Contractor is expected to provide the Engineer’s accommodation and transport and office
supplies through the Works contract. However, the Contractor will be expected to submit rates
and breakdowns therefor for the provision by the Consultant of appropriate residential
accommodation for the design and supervision teams and for the Consultant’s vehicles during the
course of the services.
IX. CONSULTANTS FEE PROPOSAL AND SCHEDULE OF PAYMENT The financial proposal shall be as per standard “Financial Proposal Forms” to be issued with the
RFP and it will have two components; (a) Remuneration and (b) Reimbursable. The design and
tender document preparation will be “Lump Sum” and the supervision part “Time Based.
14 of 14
The consultant shall determine the appropriate programme for design, preparation of tender
documentation, assistance with tender procedures and site supervision for each element and
prepare a fee proposal commensurate with such timescales.
The programme determined for each element shall be subject to meeting RCAA’s operational
requirements.
X. PROCUREMENT METHOD
The Procurement Method shall be Quality and Cost Based Selection Method (QCBS).