Provision of Consultancy services for feasibility study, preparation of master plan, and preliminary engineering design for the new Mogadishu Airport, Somalia.
UNOPS
Provision of Consultancy services for feasibility study, preparation of master plan, and preliminary engineering design for the new Mogadishu Airport, Somalia.
Request for proposal
Reference:
RFP/2025/60007
Beneficiary countries or territories:
Somalia
Registration level:
Basic
Published on:
30-Oct-2025
Deadline on:
03-Dec-2025 09:00 (GMT 0.00)
Description
Tender description: Provision of Consultancy services for feasibility study, preparation of master plan, and preliminary engineering design for the new Mogadishu Airport, Somalia.
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
Interested in improving your knowledge of what UNOPS procures, how we procure and how to become a vendor to supply to our organization? Learn more about our free online course on “Doing business with UNOPS” here
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
Interested in improving your knowledge of what UNOPS procures, how we procure and how to become a vendor to supply to our organization? Learn more about our free online course on “Doing business with UNOPS” here
This tender has been posted through the UNOPS eSourcing system. / Cet avis a été publié au moyen du système eSourcing de l'UNOPS. / Esta licitación ha sido publicada usando el sistema eSourcing de UNOPS. Vendor Guide / Guide pour Fournisseurs / Guíra para Proveedores: https://esourcing.unops.org/#/Help/Guides
First name:
N/A
Surname:
N/A
| Link | Description | |
|---|---|---|
| https://esourcing.unops.org/#/Help/Guides | UNOPS eSourcing – Vendor guide and other system resources / Guide pour fournisseurs et autres ressources sur le système / Guía para proveedores y otros recursos sobre el sistema |
80101601
-
Feasibility studies or screening of project ideas
New clarification added: Kindly confirm the turnaround time, for the review of deliverables submitted by the consultantRESPONSEReview comments shall be received within 2 weeks of the submission.
Edited on:
25-Nov-2025 12:27
Edited by:
webservice@unops.org
New amendment added #3: This amendement is to make minor revision as belowA. Offer Eligibility under particulars TabBefore Revision As a minimum requirement, at least one joint venture member must satisfy the Financial capability criterion as outlined in SECTION II: EVALUATION METHOD AND CRITERIA.At least one joint venture member must have successfully delivered similar Services contracts within the Four (4) years preceding the proposal opening as outlined in SECTION II: EVALUATION METHOD AND CRITERIA.All Joint Ventures must independently meet all the remaining Eligibility and Qualification criteria stated in SECTION II: EVALUATION METHOD AND CRITERIA. For joint ventures, consortia, or associations submitting bids, all bid documents and the offer submission itself must be in the name of the lead partner. If awarded the contract, UNOPS will execute the agreement with that lead partner. The offer should be submitted to UNOPS by the lead member of the JV.AFTER REVISIONEach Joint Venture, consortium, or association member shall meet the offeror eligibility conditionsAt least one of the joint venture members must meet qualification criteria such as Financial capability criteria and experienceFor joint ventures, consortia, or associations submitting bids, all bid documents and the offer submission itself must be in the name of the lead partner. If awarded the contract, UNOPS will execute the agreement with that lead partner. The offer should be submitted to UNOPS by the lead member of the JV.B. Uploaded RFP Section VI - Returnable Schedules_USE FOR ANY LOT WITH SUSTAINABILITY DRIVE LINK under 0.9 DRiVE Supplier Sustainability Questionnaire
Edited on:
25-Nov-2025 08:34
Edited by:
webservice@unops.org
New clarification added: The Terms of Reference (ToR) establish that the Airport Security Expert requires to prove a “University degree supplemented by extended training on policing”. Given that such a supplement of extended training on policing is not issued by most of the Universities worldwide, may you kindly lower down such a requirement?UNOPS RESPONSEYes all schedules need to be submitted Given the security context in Somalia, the position is required
Edited on:
24-Nov-2025 14:12
Edited by:
webservice@unops.org
New clarification added: Would you kindly confirm whether offerors need to submit the following Schedules belonging to Sections IV and V: Section IV: Schedule of Details- Schedule 1: Contract Details- Schedule 2: Project Specific Information Section V: Requirements- Schedule 3: Requirements of the EmployerUNOPS RESPONSEYes all schedules need to be submitted Given the security context in Somalia, the position is required
Edited on:
24-Nov-2025 14:10
Edited by:
webservice@unops.org
New clarification added: May you kindly provide the document “UNGM supplier ineligibility lists” required on Section II?RESPONSE This is an internal document and will not be shared with vendors
Edited on:
24-Nov-2025 14:08
Edited by:
webservice@unops.org
New clarification added: Would you kindly confirm whether all Joint Ventures MEMBERS need to submit the following documents:- Schedule 0.10 Dispute Details- Schedule 0.11 Acknowledgement of the Addenda Would you kindly confirm whether offerors need to submit the following documents:- Schedule 0.9 DRIVE Supplier Sustainability Questionnaire- Schedule 0.13 Proposal/No Proposal Confirmation- Schedule 0.14 Proposal ChecklistRESPONSE Lead consultant and parties will submit dispute details Lead consultant will submit addenda DRIVE suppliers sustainability questionnaireNo proposal Proposal checklist
Edited on:
24-Nov-2025 14:06
Edited by:
webservice@unops.org
New clarification added: Given that Schedule 0.3 Joint Venture Partner Information states that “All Joint Ventures must meet all the remaining additional criteria stated in SECTION II: EVALUATION METHOD AND CRITERIA.”Would you kindly confirm whether all Joint Ventures MEMBERS need to submit the following documents:- Schedule 0.12 Self-disclosure- Certification of incorporation of the offeror/Certificate of Company registration- Certification of registration as Engineering Consultant- Schedule 4.8 Insurance Details and Insurances- Confirmation letter (or draft policy) from an insurer stating that the required insurance policies will be provided to the offeror, if selected.RESPONSEThe composition or the constitution of the Joint Venture, consortium or association shall not be altered without the prior consent of UNOPS; andEach Joint Venture, consortium, or association member shall meet the offeror eligibility conditionsAt least one of the joint venture members must meet qualification criteria such as Financial capability criterias For joint ventures, consortia, or associations submitting bids, all bid documents and the offer submission itself must be in the name of the lead partner. If awarded the contract, UNOPS will execute the agreement with that lead partner. The offer should be submitted to UNOPS by the lead member of the JV.The lead consultant will have to submit the self disclosure, all parties to submit registration certificate, lead consultant to submit insurance documentation
Edited on:
24-Nov-2025 14:03
Edited by:
webservice@unops.org
New clarification added: 1) Activity 4.2: Preliminary Cost EstimatesIt is understood that the Client wishes for Bill of Quantities following the Preliminary Engineering Designs. Client to please confirm or advise otherwise.2) Activity 4.2: Preliminary Cost EstimatesIn the affirmative to the above query, Client is kindly requested to extend the period for completion of Milestone 4.RESPONSE Yes , this is required The Duration is the project remains unchanged
Edited on:
24-Nov-2025 14:01
Edited by:
webservice@unops.org
New clarification added: We understand that UNOPS will provide assistance in setting up Stakeholder consultations with the relevant Somali national and local government agencies, airline industry representatives, and local communities, including vulnerable groups mentioned in the RFP. Please confirm.RESPONSEUNOPS will support on this
Edited on:
24-Nov-2025 14:00
Edited by:
webservice@unops.org
New clarification added: Kindly confirm that OLS surveys are not required to be conducted Kindly confirm that OLS surveys are not required to be conductedUNOPS RESPONSEOLS survey is required as part of the general feasibility study
Edited on:
24-Nov-2025 13:59
Edited by:
webservice@unops.org
New clarification added: Kindly confirm that the latest traffic forecast for the existing airport will be made available to the consultantUNOPS RESPONSEThe Consultant is responsible for this as part of the feasibility study
Edited on:
24-Nov-2025 13:55
Edited by:
webservice@unops.org
New clarification added: QUESTION RE: RFP/2025/60007 - Provision of Consultancy services for feasibility study, preparation of master plan, and preliminary engineering design for the new Mogadishu Airport, Somalia Dear Madam/Sir, Please find IOS Partners’ clarification questions on the RFP for the Consultancy Services below:1. Question 1: Could you kindly confirm whether UNOPS has an indicative budget range or a maximum financial cap allocated for this assignment? This information will help ensure that our proposed approach and resources are aligned with your expectations.2. Question 2: Is there any indicative estimate of the expected Level of Effort (e.g., expert-months or anticipated number of missions) that UNOPS envisions for the successful delivery of the four outputs described in the ToR?3. Question 3: Could you please clarify when UNOPS expects the consultancy contract to commence following contract signature, so that we can align our team availability and mobilization plan accordingly?4. Question 4: Could you confirm precisely which site studies are expected from the Consultant (e.g., geotechnical investigations, topographic surveys, environmental baseline surveys, hydrological assessments, security assessments) and which studies or datasets UNOPS will provide?5. Question 5: Given the location and security sensitivities in the region, could you clarify what security arrangements will be facilitated for the Consultant (e.g., access to protected or “green zone” areas, escorts, transportation support, and clearance procedures)?6. Question 6: Could you kindly confirm which datasets, previous studies, traffic data, CAD files, spatial information, or other relevant documents will be made available to the Consultant at contract inception?7. Question 7: Could you clarify whether UNOPS or the Government counterparts will support the organization and logistics of stakeholder consultations, or if the Consultant is expected to manage and arrange all stakeholder engagement activities independently?8. Question 8: Could you provide additional clarity regarding the anticipated roles of the Somali federal and state authorities in this assignment, particularly in terms of approvals, data access, technical reviews, and coordination?9. Question 9: Could you confirm whether UNOPS requires the Consultant to have a Somali-registered local partner or local presence for the execution of this assignment, or if this is optional?10. Question 10: Given the scope and technical complexity of the assignment, would UNOPS kindly consider granting an extension to the proposal submission deadline? We are highly interested and fully capable of supporting this strategic project, and an extension would allow us to submit a comprehensive and high-quality proposal. UNOPS RESPONSE This is a tender and budget can not sharedThe level of effort should be determined by the consultant01 Jan 2026Studies specified in the TOR and other studies relevant to the feasibility studyConsultant will arrange his/her own security This is the consultant responsibility Consultant is expected to manage but UNOPS will support UNOPS will manage the internal approval process from the government counterpart and world Bank This is an international tender and registration in your country of origin is sufficientThe revised submission date is 03 Dec 2025
Edited on:
24-Nov-2025 13:54
Edited by:
webservice@unops.org
New clarification added: Schedule 0.3 - Will the experience and qualifications of subconsultants contribute to the technical evaluation score?Schedule 0.3 - Should subconsultants complete any specific forms (e.g., Joint Venture Partner Information, Exclusivity Statement) even if they are not JV partners?Schedule 0.3 - Do subconsultants need to meet financial capability criteria or only the lead partner?Schedule 0.4 - In the Assets section, what exactly qualifies as an “asset”?Schedule 0.6 - If the actual project start date changes, will the signed declaration remain valid, or can we update the availability periods later?Schedule 0.6 - Can we indicate approximate timeframes instead of exact dates?Schedule 0.9 - Please provide the sustainability questionnaireSchedule 0.13 - Should Form 0.13 be submitted in all cases, including when we intend to submit a proposal, or only if we choose not to submit? Please confirm the correct name and email address of the designated UNOPS contact person for clarifications, as the instructions specify not to use the secure proposal email address.Qualification Criteria/ Financial Capability Documentation - Our company does not disclose detailed bank balances or provide certified financial statements beyond our audited annual report. We can share: Audited annual financial statements showing cash position or Unaudited Q3 figures, if acceptable. Could you kindly confirm if these alternatives would be acceptable to meet the financial capability requirement?Is it acceptable for the bidder to propose the same individual to fulfill multiple positions within the team?Could you please clarify the expected role of the airport in relation to the existing airport in Mogadishu?Will data relating to the performance of the existing airport(s) in Somalia be provided where necessary to contextualize assumptions related to financial projections?Regarding the 50 year financial model, may the bidder assume that a top-level tax analysis, based on a fixed corporate tax rate is required?In the event no prior historical financial/economic/traffic data is available, is it acceptable to use a broad-sample industry benchmark to base assumptions on for the initial 50 year financial model?What should be the validity period of our offer?UNOPS RESPONSESubconsultant experiance will not contribute to evaluation score Subconsultant is not considered as JV, association or Consortium hence will not be evaluated Subconsultant will not evaluatedRefer to the TOR Signed declaration remains validYes but with in the duration of the projectThis already included in the E sourcing If you choose not to submit The request is for an audited financial report but financial capability to demonstrate that you can start the work with out advance payment should be demonstrated in the form of bank statement letter or line of creditSame individual can be proposed but qualification and experience to cover the positions shall be demonstrated properly Not related, this project is for a new airport This can be arranged with the relevant stakeholderYESYES120 days To be posted
Edited on:
24-Nov-2025 13:53
Edited by:
webservice@unops.org
New clarification added: Do the reimposed sanctions on Iran prevent a private company based in Iran from being awarded a contract by UNOPS? Shall a bid submitted in JV with an Iranian firm be considered eligible?No nationalities are excluded from submitting a proposal.
Edited on:
24-Nov-2025 13:51
Edited by:
webservice@unops.org
New clarification added: - All invoices will be issued to UNOPS?- Considering the offer is presented by a consortium; invoices will be issued only by the lead consultant/representative, or can both parties invoice separately based on their % of participation within the consortium?- Regarding the requested insurance letters; can these be from an international insurer based in the home-country of the company, or do they need to be from an insurer in the place of performance?- Activity 4.1 Preliminary Engineering Design – could you provide a list of which facilities need to be included in this preliminary design, and to what level of detail this need to be developed? Often, certain facilities will be developed by private parties (e.g. cargo, MRO, FBO, commercial facilities such as hotel, etc). The masterplan always indicates the location and approximate sizes for these, but the facilities are then developed and operated by a private party. Should we provide the design and site studies (topographic and geotechnical) for all facilities or only the essential ones?- If BIM is considered, what LOD is needed?- We request an extension of the deadline by 2 more weeks.UNOPS RESPONSEThe invoices will be released to the JV lead only, no separate invoicing allowed.Home-country insurance can be accepted.Refer to TORNo extension for the submission deadline.
Edited on:
24-Nov-2025 13:50
Edited by:
webservice@unops.org
New clarification added: May you please clarify which is the period of time for completion of the project (from starting date and to ending date)?Please refer to the ToR
Edited on:
24-Nov-2025 13:49
Edited by:
webservice@unops.org
New clarification added: May you please clarify which is the period of time for completion of the project (from starting date and to ending date)?Please refer to the ToR
Edited on:
24-Nov-2025 13:48
Edited by:
webservice@unops.org
New clarification added: We kindly request an extension to the bid submission deadline for the tender. Due to the short timeframe and the need to ensure a complete and fully compliant proposal, we would appreciate additional time to finalize all technical and financial requirements We respectfully request that the deadline be extended to18, dec, 2025 . This extension will allow us to provide a high-quality submission that meets all project expectations.RESPONSEUNOPS is not able to extend the submission date to 18 Dec 2025 as the project has a tight timeline. We have already granted 2 weeks extension and the submission date remains 03 Dec 2025
Edited on:
24-Nov-2025 13:47
Edited by:
webservice@unops.org
New clarification added: If the offeror proposes nominated sub-consultants, can the experience of those sub-consultants be used to meet the eligibility and qualification requirements? If so, we assume Schedules 0.4 (Capacity and Experience) and 0.7 (Performance Statements) should be completed using the sub-consultants’ experience as well.RESPONSESub-consultant experience and expertise can not be considered in Eligibility for the bidder’s submission, only Joint Venture, consortium or association can be accepted as a joint submission. Bidder to refer to RFP Section I - Instructions to Offerors.
Edited on:
24-Nov-2025 13:46
Edited by:
webservice@unops.org
New clarification added: Alternatively, will UNOPS be willing to provide Security for the Site Activities?RESPONSE The bidder needs to arrange for his/her security. It is the bidder’s responsibility to check the available security services companies, and the bidder shall bear all security related costs, cost should be reflected in the proposal.
Edited on:
24-Nov-2025 13:45
Edited by:
webservice@unops.org
New clarification added: QUESTIONIf Security personnel are required, will this be Government Personnel or a private Security Company? Should this be factored into the financial proposal?RESPONSEIt is the bidder’s responsibility to provide his own security for his ground data collection team.
Edited on:
24-Nov-2025 13:43
Edited by:
webservice@unops.org
New clarification added: The overall Security Environment is not Clear. Would the Consultant, for example, require Security while undertaking Topographical Surveys, Geotechnical and Materials Investigations or Sensitization meetings?RESPONSEIt is the bidder’s responsibility to provide his own security for his ground data collection team.
Edited on:
24-Nov-2025 13:41
Edited by:
webservice@unops.org
New clarification added: Dear UNOPS Team,In light of the extensive requirements of this bid, we kindly request a one-week extension to the submission deadline.Best regards,Two weeks extensions have been granted and new submission date is 03 Dec 2025
Edited on:
24-Nov-2025 13:40
Edited by:
webservice@unops.org
New clarification added: Dear Sir/Madam,We would like to ask for two clarifications concerning the Expertise required: firstly, we would like to know if the profile named as Aviation Economist can have an Education related to Aeronautical Engineering. Secondly, for the staff number 19 (Strcutural Engineer), we would like to know if it is possible to add a professional with Education in Architecture, rather than Civil Engineering, taking into account the fact that this profile has deep expertise in Structural Engineering.Thank you very much.UNOPS RESPONSE1. It is the bidder’s responsibility to demonstrate that the proposed key personnel have related experience required to cover the Aviation Economist Role. noting that the bid is based on a scoring system, the highest score is for the fully compliant proposal.2. Structural Engineer can not be replaced by architectural engineer, this role needs civil and structural engineering knowledge and experience. However, this is the minimum list of staff, bidders are free to add more staff if needed.
Edited on:
24-Nov-2025 13:39
Edited by:
webservice@unops.org
New clarification added: Is it possible for you to send a recording of the pre-bidding meeting or notes from it?UNOPS RESPONSEMinutes of the pre bid meeting has been uploaded on esourcing
Edited on:
24-Nov-2025 13:38
Edited by:
webservice@unops.org
New clarification added: QUESTIONGiven the international nature of the reference tender, we understand that no JV member is required to be registered in the Ministry of Public Works, Reconstruction and Housing of the Federal Government of Somalia (question to be ticked at 0.14 Proposal Checklist - Technical Proposal). Is our understanding correct?UNOPS RESPONSERegistration in the country of origin is accepted for the international bidders, in case of JV, local members are required to be registered in the Ministry of Public Works, Reconstruction and Housing of the Federal Government of Somalia.
Edited on:
24-Nov-2025 13:37
Edited by:
webservice@unops.org
New clarification added: Good day,1. please confirm if the pre-bid conference was a mandatory requirement. 2. please advise if an international firm can participate in this tender without having to associate with a local firm, but instead incorporate local experts in their project team.UNOPS RESPONSE1. Prebid is not mandatory, however, we encourage all bidders to participate and to check the MOM as well. 2.This RFP is international bid, International, No restriction for participation, however, the scoring system is considering the regional experience, for international consultant specially with no regional experience, having a local partner will increase the scoring, having a local expert can be accepted considering a clear technical submission illustrating roles and responsibilities, and how this will contribute in the
Edited on:
24-Nov-2025 13:36
Edited by:
webservice@unops.org
New clarification added: Dear UNOPS Colleagues,Following clarifications are requested:Refer to Section 1.2 (Project Location and Rationale) on Page No. 3 of TOR, which states that "the Federal Government of Somalia selected the Maaxaay Area, North of Mogadishu, 30Km away from the existing Aden Adde International Airport (AAIA), allocated a plot area of 20 km2. This area has been declared as protected by the Government of Somalia in a letter issued by the President of Hirshabeelle State of Somalia." Does "protected" refer to a legally designated conservation/protected area where construction is restricted, or does it simply mean that the land has been administratively reserved and safeguarded specifically for the development of the new airport? Please clarify.As per the pre-bid meeting, the 20 km² site is a green field and state-owned and reserved for the proposed airport. In accordance with WB ESF (ESS5), a Resettlement Action Plan (RAP) is required only where land acquisition or displacement affects persons with formal or informal land use, including encroachers. Kindly confirm: (a) As per our understanding the land for the airport project is already acquired and contains no permanent legal occupants who need to be resettled, (b) Does the RAP pertain only to informal users such as encroachers?, (c) Will any additional land beyond the reserved site be required to be acquired causing RAP to be prepared for same?Refer to Activity 2.9: Stakeholder Engagement on Page No. 15 of TOR, which states that "the Master Plan and Feasibility Study will include a process of consultation based on the Project’s Stakeholder Engagement Plan (SEP)." Please confirm whether an SEP for the proposed Project has already been prepared? If so, we assume that the Consultant will use the existing SEP as the guiding framework for all future stakeholder consultations. Kindly confirm. Kind Regards.UNOPS RESPONSE1. It Means that the area is administratively reserved, no Land acquisition is required.2.a)It is the bidder’s responsibility to check and verify the site conditions and RAP related information.b)It is the bidder’s responsibility to check and verify the site if there are any occupants.c)Bidder to refer to ESS5 which specify in details who is considered as PAP and all other aspects.3.It is the responsibility of the bidder to prepare the SEP based on the need, timing, and type of stakeholders. Thus bidder to prepare his own SEP.
Edited on:
24-Nov-2025 13:34
Edited by:
webservice@unops.org
New clarification added: Continuation Questions31. Will stakeholder engagement be led by the consultant or coordinated by the client?32. What is the role of the Somali Civil Aviation Authority in design approvals and oversight?33. Is there a designated PMU (Project Management Unit) or focal point for coordination by the Client?34. Will the facility be a joint user? Commercial, general aviation, training clubs?35. Please elaborate the scope of Rainwater harvesting and sewage treatment plants.36. Has funding for the new international airport project been allocated?37. Is there a requirement that the bidder needs to be registered in Somalia or will the registration in the country of establishment suffice?38. In Section 2 of the Qualification Criteria, clause 4, it is mentioned that "The offeror has experience successfully delivering minimum 3 similar Services contracts during the last Five years prior to proposal opening exceeding 400,000 USD. (In the case of a joint venture, at least one of the joint venture members must meet this criteria)". Does this mean that the minimum total of 3 similar services should be 400,000 USD or each individual project should be of 400,000 USD totalling a minimum 1,200,000 USD? Please confirm.39. In reference to above query no. 38, please elaborate the word similar. Does it imply specifically airport projects or other infrastructure and transport projects (bridges,roads, urban transport & master planning, large-scale master planning & design such as hospital / education compounds, multi-purpose commercial projects such as exhibition centre compounds, IT cities etc.) can fulfill the criterion as well? Please confirm.40. Based on the review of TORS, an extensive stakeholder engagement and data acquisition is required; it is suggested to increase the timeline to accommodate all studies and surveys to be carried out adequately.41. Kind request to please post the questions as well as answers by UNOPS on the portal as it helps to avoid ambiguities.UNOPS RESPONSE31. It should be led by the Bidder.32. Somali Civil Aviation Authority is one of the key stakeholders, who should be consulted, and shall have a key rule in review and approval.33. Bidders shall coordinate through UNOPS.34. It is the responsibility of the bidder to determine during the study.35. It is the responsibility of the bidder to determine the need, and to also determine the required specification based on the study output.36. TBA at a later stage.37. Please refer to bid eligibility and qualification, registration in the country of establishment can be accepted.38. Each individual project should be of 400,000 USD.39. Similar in this bid refer to airport projects, feasibility study, design and master planning.40. No change on the timeline.41. Clarifications posted on e-sourcing portal
Edited on:
24-Nov-2025 13:30
Edited by:
webservice@unops.org
New clarification added: Dear UNOPS Colleagues!Greetings!Following clarifications are requested.What are the expected spatial and functional components to be addressed in each phase of the 50-year master plan (5, 10, 20, 50 years)?Will the master plan include provisions for future airport city or commercial zone integration?Is there a requirement for modular terminal expansion strategies to accommodate phased growth?What is the designated critical aircraft type for determining runway length, strength, and RESA dimensions?Should the initial design accommodate Code E aircraft, with future provisions for Code F (e.g., A380)?Are there any topographical or environmental constraints that may affect airside layout or orientation?The TOR requires to design the Airport for the diverted traffic. Please specify the area of airspace / the traffic of the vicinity airports to be studied.What peak hour passenger and cargo volumes should be used for sizing terminal and cargo facilities?Are there specific requirements for segregated processing zones (e.g., VIP, MEDEVAC, humanitarian)?Will the terminal design need to incorporate IATA Level of Service (LoS) standards?Are there existing or planned public transport links to the Maaxaay site?Should landside planning include multimodal transport hubs or logistics zones?What are the expected parking ratios for staff, passengers, and commercial vehicles?Will the new airport require a standalone ATC tower or integration with national CNS/ATM systems?Are there preferred technologies or vendors for navigational aids and surveillance systems?Are there any national standards or preferred technologies for utilities (power, water, telecom)?Should the design include hydrogen readiness or SAF (Sustainable Aviation Fuel) infrastructure?What are the specifications for CFR stations and medical emergency facilities?The extent of the utility network design. Is there any water supply, sewage networks, etc. available nearby?What renewable energy targets (e.g., % of total energy) are expected in the design?Are there specific climate resilience benchmarks (e.g., flood resistance, heatwave tolerance)?Will GHG emission modeling follow ICAO CAEP or World Bank ESF guidelines?Please elaborate on availability of data and whether following data is available with Client or Consultant is to acquire? For example: (a) Air traffic data to be diverted to the airport, (b) Vehicular traffic data, (c) Demographic and socioeconomic studies of the area, (d) Meteorologist data, (e) Land use plans/ Master plan showing planned future developments of the Mogadishu, (f) Any previous Geotechnical investigations, Topographic surveys, Groundwater and environmental surveys, (g) Local restrictions on emissions and noise abatement, (h) Material survey. Who will be responsible for arranging such data? (j) Historical data on National disasters i. e. earthquake, thunder storms, hurricanes etc.Will the client provide existing LiDAR/topographic data, or is the consultant responsible for acquisition?· Are there seasonal limitations or security protocols for conducting field surveys in Maaxaay?Are baseline aviation activity forecasts available, or should the consultant develop them independently?Will the financial model require scenario testing (e.g., low-growth, high-growth, climate impact)?Are there any assumptions for aeronautical and non-aeronautical revenue streams to be used?Is there an existing ESIA or RAP framework to align with, or will these be developed from scratch?Are there known sensitive receptors or protected zones within the 20 km² site?Kind Regards.UNOPS RESPONSE1.The spatial and functional components to be addressed in each of the 5-, 10-, 20- and 50-year phases are not pre-defined by UNOPS. Instead, they are expected to emerge from the analyses conducted under Output 2.2.please refer to Activity 2.10: Commercial Land Development Opportunities Assessment.3. No specific requirements at this stage, this will be developed during the study.4. It is the responsibility of the bidder to determine the runway length throughout the study as illustrated in the ToR.5.It is the responsibility of the bidder to determine during the study.6.It is the responsibility of the bidder to determine during the study.7.It is the responsibility of the bidder to determine during the study.8. It is the responsibility of the bidder to determine during the study.9.It is the responsibility of the bidder to determine during the study.10. Refer to Activity 2.9: Stakeholder Engagement.11. It is the responsibility of the bidder to check and verify the actual condition of the project location.12.Please refer to Activity 2.10: Commercial Land Development Opportunities Assessment.13.It is the responsibility of the bidder to determine during the study.14.Standalone ATC tower.15. No pre-determined technologies or vendors, It is the responsibility of the bidder to determine during the study.16. No, Bidder to follow the accepted international standards.17. Refer to Activity 2.11.P18. It is the responsibility of the bidder to determine during the study.19. There are no available networks, the study shall consider a standalone concept. With tie in for internet connection only.20. No specified target, to be determined during the study.21. There are no available bench marks.22. Refer to Activity 4.4: GHG Accounting and emission abatement strategy.23. No available data available.24. No available data available.25. No limitation.26.It is the responsibility of the bidder to determine during the study.27. Yes28. No assumption available at this stage.29. To be Developed during the study.30. No, however, It is the responsibility of the bidder to check and verify.
Edited on:
24-Nov-2025 13:25
Edited by:
webservice@unops.org
New clarification added: 1. Site Boundary & Protection StatusCould UNOPS clarify the operational meaning of the site being “declared as protected”?Specifically: • Does this mean no further land acquisition is required? • Are there any informal settlements or seasonal land users within the 20 km² boundary? • Will an official GIS shapefile of the site boundary be provided?2. Availability of Existing DataPlease confirm which datasets will be made available at project commencement, including: • Topographic data (DEM/DSM, LiDAR, satellite imagery) • Geotechnical or hydrological information (if any) • Meteorological/wind data beyond HCMM • Previous studies for Maaxaay area • Cadastral/land ownership maps3. Security Arrangements and Access ProtocolsFor field missions, could UNOPS clarify: • Whether security escorts will be arranged by UNOPS/Government or by the Consultant • Whether security costs should be included in the financial proposal or treated separately • Whether multiple site visits are expected/allowed4. Required Depth of Airspace/ATC AssessmentDoes the scope require:(a) a concept-level dual-airport ATC operations model, or(b) a more detailed proposal for future CTR redesign and airspace configuration?The expected level of analysis will determine staffing and technical modelling requirements.5. Extent of Field InvestigationsShould the Consultant include primary field investigations (boreholes, CPT, geotechnical pits, hydrological field measurements) within this contract, or is the feasibility-level analysis expected to rely mainly on desktop studies?6. Design Aircraft for Runway Length AnalysisIs the Client expecting: • A single critical aircraft selection (e.g., A350/B777), or • Multiple runway-length scenarios including both Code E and future Code F options?7. Responsibility for Stakeholder ConsultationsWill stakeholder consultations—especially with ministries, state governments, local communities, and vulnerable groups—be organized by UNOPS/Government, or should the Consultant plan and budget for all logistical arrangements?8. Required Level of Detail for Conceptual DesignsShould the conceptual design outputs be: • Level 1: High-level block plans • Level 2: Conceptual layouts with preliminary engineering • Level 3: Detailed preliminary engineering suitable for procurement planningClarification will directly impact resource planning.9. Climate Resilience Frameworks to be AppliedWhich standards should be followed for the climate risk assessment and GHG accounting? • World Bank Climate and Disaster Risk Screening Tool • IFC Performance Standards • ICAO environmental guidance • ISO 14064-1 for GHG quantificationOr a combined methodology?10. Access to Favori LLC (HCMM Operator)Will UNOPS facilitate formal coordination with Favori LLC for obtaining: • ATC/airspace information • Traffic and apron usage data • Infrastructure condition data • Operational constraints affecting the new airport study?Thank you very much for your guidance and support. We remain available to provide any additional information.UNOPS RESPONSE1.Declared as protectedNo further Land acquisition is required.Bidder to check and verify the site condition.No GIS file available within UNOPS.2.Availability of Existing DataNo available existing data.3.Security Arrangements and Access ProtocolsFor field missionsThe bidder shall provide his own security measures/escort.Bidders shall ensure that all security-related costs are fully incorporated within their proposal.Site access will be granted for the ground data collection team. There are no restrictions on site visit for the bidder data collection team and key staff. 4. We don't anticipate having both airports operating at the same time. Thus a concept-level dual-airport ATC operations model is sufficient in case of overlapping in operation.5. Bidder to include all required data collection required to deliver the scope of work. Desktop studies only are not acceptable.6. It is the responsibility of the bidder to determine the runway length throughout the study as illustrated in the ToR.7. The bidder to include the cost of all stakeholder consultation in his proposal.8. Level 2.9. Bidder to refer to Activity 4.4: GHG Accounting and emission abatement strategy.10. Yes, UOPS will facilitate to the possible extent the access for the available data.
Edited on:
24-Nov-2025 13:17
Edited by:
webservice@unops.org
New clarification added: Bonjour Cher Partenaire , J’espère que vous allez bien.Nous venons par la présente solliciter un report de la date de soumission initialement prévue, afin de la fixer au 20 décembre 2025. Cette prolongation nous permettra de finaliser l’ensemble des éléments requis dans les meilleures conditions et de garantir une qualité optimale de notre proposition.Nous vous remercions par avance pour votre compréhension et restons à votre disposition pour toute information complémentaire.UNOPS RESPONSEBidders note that English is the bid Language, we are unable to provide responses for query with other languages.
Edited on:
24-Nov-2025 13:16
Edited by:
webservice@unops.org
New clarification added: Dear UNOPSI hope this message finds you well.Following our internal review of the Terms of Reference for the Consulting Services for Feasibility Study, Preparation of Master Plan, and Preliminary Engineering Design for the New Mogadishu Airport, we would appreciate clarification regarding the sequencing of the proposed deliverables.The TOR currently presents the Master Plan (Output 2) to be undertaken before the Feasibility Study (Output 3). From a traditional project development perspective, the feasibility stage normally precedes master planning, as it provides the baseline analysis of technical, environmental, financial, and economic viability upon which the master plan is formulated.However, upon closer review, the TOR appears to deliberately position the Master Plan as a strategic, long-term (50-year) framework, intended to outline the spatial configuration, phasing, and investment sequencing for the new airport. The Feasibility Study, in turn, is described as focusing on the near-term (20-year) developments identified in the Master Plan, refining cost estimates, technical designs, and financial models to confirm viability for implementation.To ensure full alignment with UNOPS and World Bank expectations, we would therefore appreciate your guidance on the following point:Kindly confirm whether the sequence provided in the TOR—Master Plan first, followed by the Feasibility Study—is deliberate, or if UNOPS would prefer that the Feasibility Study precede the Master Plan in accordance with standard engineering and planning practice.This clarification will help ensure our proposed work plan and milestone schedule align fully with UNOPS’ intended approach and reporting expectations.Your prompt response appreciatedUNOPS RESPONSEThe Deliverables were deliberately structured as in the ToR, the Masterplan stage is a comprehensive document that outlines the long-term development strategy for Mogadishu which includes but not limited to: Technical Requirements Analysis, 50-Year Financial Model, Infrastructure Development Plan and Conceptual Design ..etc. During this stage all technical requirements and conceptual design and alternatives shall be submitted and approved by UNOPS and other stakeholders. This will allow the bidder to proceed for the next refine feasibility study in full alignment to avoid rework.
Edited on:
24-Nov-2025 13:14
Edited by:
webservice@unops.org
New clarification added: Dear Sirs,Please find below our third batch of queries for your kind consideration:45 Output 4: Preliminary Engineering Design: Client to provide the LOD level for Engineering Design i.e. 200, 300 or others.46 Output 4: Preliminary Engineering Design: Client is requested to extend the timeline for Output 4 i.e. Preliminary Design as 1 month is very tight period considering the huge scale and deliverables for this stage.47 Activity 2.5, page12, point a. Airports: Client to provide the clarity on the Airports mentioned here "Inventory of all current and planned commercial service airports, including their size, capacity, and types of services offered".48 Activity 2.5, page12, point d: Client to provide the clarity on the expected largest Aircraft mentioned here as the context is quite open-ended. "Assess the most likely scenarios for the provision of longer runway length and capacity in the near-term and long-term. Identify the largest aircraft type that could serve the airport in each scenario and any associated load constraints.".49 General: Client to confirm the expected Code Category of the Airport i.e., 4E or 4F.50 General :Client to confirm that in the event of any delay arising from Government agencies/ private parties/ stakeholders during Stakeholder Engagement, the consultant shall not be liable and will be provided with additional time to complete the tasks.51 Key Staff: Client to confirm if the requirement of Master's degree be compensated with more years of experience.52 Logistics: As per sections 6.1.2 and 8 on pages 43,44 of RFP, the Consultant understands that Client will facilitate Visas for Liaisoning with Ministries only and not for Stakeholder Consultation Forums. Please confirm/ clarify.Regards,UNOPS RESPONSE45. LOD 200 is sufficient.46. The detailed design activity shall start after finalizing the master plan alternative and draft feasibility study (months 6), we anticipate preliminary design as parallel activity.47. This task is to ensure the bidder will consider the current and planned commercial services etc. as part of the study.48. As shown in the ToR, the bidder is requested to study and analyze the stakeholders needs, Up-to-date aviation market assessment, and realistic forecasts, to determine the largest aircraft type, and longer runway length in each scenario.49. To be determined throughout the study.50. UNOPS will make sure no delay from other parties, in case of such an event, where a proven delay occurred by others, additional time to complete will be given in Back-to-Back bases.51. Full marks of technical scoring will be given for the fully compliant submission, for any alternative proposed key staff, case by case evaluation with reasonable scoring will be adopted.52. The Client will also facilitate free access to the sites and processing of entry visas and work permits for the Consultant’s staff. We also expect the bidders to have a local partner who can also facilitate the entry permits and other logistical requirements.
Edited on:
24-Nov-2025 13:11
Edited by:
webservice@unops.org
New clarification added: RESPONSES FOR ABOVE QUESTIONS FROM 45 45. LOD 200 is sufficient.46. The detailed design activity shall start after finalizing the master plan alternative and draft feasibility study (months 6), we anticipate preliminary design as parallel activity.47. This task is to ensure the bidder will consider the current and planned commercial services etc. as part of the study.48. As shown in the ToR, the bidder is requested to study and analyze the stakeholders needs, Up-to-date aviation market assessment, and realistic forecasts, to determine the largest aircraft type, and longer runway length in each scenario.49. To be determined throughout the study.50. UNOPS will make sure no delay from other parties, in case of such an event, where a proven delay occurred by others, additional time to complete will be given in Back-to-Back bases.51. Full marks of technical scoring will be given for the fully compliant submission, for any alternative proposed key staff, case by case evaluation with reasonable scoring will be adopted.52. The Client will also facilitate free access to the sites and processing of entry visas and work permits for the Consultant’s staff. We also expect the bidders to have a local partner who can also facilitate the entry permits and other logistical requirements.
Edited on:
24-Nov-2025 13:09
Edited by:
webservice@unops.org
New clarification added: QUESTIONS35 LOD: Regarding the Preliminary Engineering Design, the RFP states that it should include sufficiently detailed plans for all airport infrastructure components to ensure technical feasibility and refined cost estimates. Could you please clarify the intended level of design detail (30 %, 60 %, 100 %) should it be considered as a detailed design, or more of a conceptual/preliminary design stage36 Aircraft type: Could you please confirm the critical aircraft type to be adopted37 "Output 2: Airport Masterplan Alternative Development Plans (page 20)"” How many Master Plan and Concept Development (CD) alternatives will be developed?38 Activity 2.4: Prepare 50-Year Financial Model for Mogadishu” It is assumed that FMM-related Opex estimates shall be prepared for the preferred development plan only. Please confirm39 Activity 2.4: Prepare 50-Year Financial Model for Mogadishu” "For the purpose of preparing the Opex, we assume that the cost breakdown will include the following categories:• Facilities maintenance (hard FM)• Utilities (power, water, fuel, ICT services)• Asset renewal and replacement• FM staffing• Specialist services (cleaning, security, landscaping, waste management, pest control)Please confirm if this cost structure is acceptable, otherwise please advise if any categories should be added and/or removed."40 Activity 2.5: Infrastructure, Systems, and Operations: The ToR refers to an ‘operational review.’ Kindly confirm that this review relates to airport operational functionality (i.e., passenger flow, terminal usage, security screening capacity, logistics, etc.) and does not include building operations such as HVAC, water systems, MEP infrastructure, hard/soft FM services, or other facility-management tasks41 Activity 3.3: Data Collection and Analysis: "The TOR states the FGS will provide all related data under activity 3.3.In this context, please confirm whether O&M cost information for the existing Aden Adde International Airport will be included and shared with the Consultant for reference and benchmarking. Additionally, kindly advise on the availability and expected delivery timeline for the key data needed for Opex modelling—such as current utility costs at AAIA, existing maintenance contracts and expenditure, and staff registers including roles and salary scales"42 "Section 5 [Environmental and Social Impact Assessment (ESIA)/Environmental and Social Management Plan (ESMP)] Task 10 [Analysis of Alternatives - points 1-4]": "It is understood that Task 10 under the ESMP/ESIA is misallocated and refers to Master Plan development alternatives rather than environmental tasks. Kindly confirm so our scope remains aligned with FM-related operational considerations only.”43 Section 7 [Technology Transfer]: "Regarding technology transfer for the two FGS engineering staff, could you clarify their current roles and those expected after training? Are they purely observational, or are we to integrate them into specific tasks to build direct capacity in their speciality areas as per their expected roles & responsibilities?"44 Scope of work: The Consultant understand that the electrical and telecommunication supply to the project will be provided via Tie-in connection with public utilities networks at the project boundaries and thus the consultant exclude the design of any power generation / Grid substations as such facilities are usually carried out by the relevant authorities / approved contractor by authorities as part of a design & Built contract; please confirm,Regards,UNOPS RESPONSE 35. The requirement clearly identifies the design scope as preliminary design scope prepared for the near-term (i.e., 20 years). Please refer to Activity 4.1: Preliminary Engineering Design.36. It is the responsibility of the bidder to determine through data collection and the study.37. There are no specified number of alternatives, however, we expect to have 3 alternatives or as per bidders' vision.38. Confirmed.39. Given a multiple stakeholder engagement in such a decision, this is to be discussed and agreed on after awarding.40. Activity 2.5 has sufficient details for the activity.41. The ToR clearly specifies that the government will provide all the related data in its custody, there is no guarantee if the requested data is available at this stage, however, UNOPS will facilitate providing any available data.42. The task is located in ESMP to guide the bidders that Environmental and social impact shall be considered as a Key factor in analysing and comparing the multiple alternatives. This should be considered in both ESMP and Master Pan Development.43. This is part of the capacity building, through direct interaction with the nominated trainees, no cost to be considered by the bidder for this activity, this activity shall be done through interaction during ground data collection, and review process of the different deliverables.44. For telecommunication, a Tie-in connection with a public provider is acceptable. Regarding the electrical power supply, Mogadishu city does not have a sustainable power grid that is sufficient to run the airport, thus it is required by the bidder to provide a power generation solution to ensure sustainable operation at a later stage.
Edited on:
24-Nov-2025 13:08
Edited by:
webservice@unops.org
New clarification added: Dear Sirs,Please find below our second batch of queries for your kind consideration:27 Output 2: Airport Masterplan - Activity 2.10: Commercial Land Development Opportunities Assessment: Kindly advise if there is any available development plan for the Gateway City to ensure alignment with its vision, zoning, and phasing strategy?28 Output 2: Airport Masterplan - Activity 2.10: Commercial Land Development Opportunities Assessment: The Consultant understands that a conceptual land-use plan and supporting report will be sufficient for the land-side area (non-aviation). Please confirm.29 Output 2: Airport Masterplan - Activity 2.10: Commercial Land Development Opportunities Assessment: Could you please provide the exact boundary and area of the land-side area (non-aviation) to be considered for the land-use plan?30 Master Plan Phases: Please Provide the planned MAP value for each of the four Master Plan phases (5-year, 10-year, 20-year, and 50-year horizons)31 Scope of work: "We kindly request confirmation on the phasing to be applied for each task, as follows:o The master plan should address the following four phases: 5 years, 10 years, 20 years, and 50 years· 50-Year Financial Model· Realistic 50-year forecasts that include passenger flows, cargo volumes, business and general aviation metrics, aircraft operations, and fleet mix in the region.· A preliminary engineering design will be prepared for the near-term: 20 Year Phase· Preparation of the feasibility study for the 20 year phase"32 Scope of work: Please confirm that the design scope will be for the 20 year phase33 Planned runway: Please confirm the number of runways planned in each phase34 Master Plan: Please advise if there been a previous Master Plan prepared for this airport? If so, could you please share details on its scope and the availability of data from that plan?UNOPS RESPONSE27. No available development plan for the Gateway City.28. Confirmed.29. This will be determined by the bidder during the study.30. It is the responsibility of the bidder to determine these values for each of the four Master Plan phases as per the ToR.31. Confirmed.32. Confirmed.33. It is the responsibility of the bidder to determine the number of runways based on his study.34. No previous master plan available.
Edited on:
24-Nov-2025 13:05
Edited by:
webservice@unops.org
New clarification added: Dear Sirs,Please find below our first batch of queries for your kind consideration: Scope of work: The Consultant understands that Interior design is not part of the consultant scope of work. Please Confirm or advise otherwise. Acoustics studies: The Consultant understands that Acoustics studies are part of the consultant scope of work. Please Confirm or advise otherwise. Scope of work: The Consultant understands that his scope of work is limited to providing signage and wayfinding strategy. Please confirm or advise otherwise. General : Please provide the number of CGIs required for both external perspective renders. General : Kindly clarify if the client has any special requirements regarding the design, functionality, or operations of the terminal building that should be taken into account in the proposal. General: Please confirm the anticipated demands for potable water required for airport operations Scope of work: The consultant understands that all wet utilities are available at the project limit of works and as such scope doesn’t include design outside the project LOW. Please confirm this understanding Scope of work: Please confirm if separate networks for potable water and recycled water is required for the airports. General : Please confirm if there are any natural drainage course or wadis within the site that require diversionsScope of work: The Consultant understands that the scope includes water treatment plant. Please note that the consultant will include preparation of Performance Specifications to enable the main contractor to procure design & build contracts for these plants from specialized vendors. Please confirm, and advise for the required plant capacity in m3/day. Scope of work: Please confirm if Foul sewer treatment plant is required as per the current scope.Scope of work: "Consultant understands that our scope related to Fuel will be limited to fuel storage only, kindly Confirm, otherwise, please advise on the network details, such as, length, diameters, number of hydrants, and level of automation in the system."BHS (Baggage handling system): Kindly advise on level of automation in BHS (Baggage handling system) in the airport and estimated number of visitors per expansion (5, 10, 20, and 50 years)Cargo Facilities: In cargo facilities, cold storage/ cold room is mentioned, kindly advise on the goods stored in these rooms their areas, and desired temperatures. General: "To be able to prepare a well comprehensive design, please provide the following for Cargo systems.Flight & Cargo Data: Number of cargo flights, annual tonnage, peak hour throughput.Handling Requirements: ULD count, cargo carts, forklifts, special cargo needs.Space Requirements: Estimated built-up area, cold storage, truck docks.Operational Flow: Inbound/outbound ratio, dwell time, customs process.Automation Level: Manual, semi-automated, or fully automated systems.Future Growth: Expansion projections for (5, 10, 20, and 50 years)."16. MRO hangers: Kindly provide us with numbers, components, and areas of MRO hangars.Regards,UNOPS RESPONSEBidder’s understanding is correct.Acoustic studies is part of the bidder’s scope.The scope work is defined in the TORThere is no specific Number of CGIs, the bidder is expected to provide a number that is sufficient to show all aspects of the study and preliminary designThere are no further requirements other than included in the TOR at this stage, it is the bidder responsibility to ensure Stakeholders requirements during the study.It is part of Bidder scope of work.Bidder’s understanding is correct. Confirmed.Bidder to check and verify the project location.Bidder is requested through the study to provide the performance specification, including the required plant capacity in m3/day based on his studiesConfirmed, Bidder to provide the performance specification, including the required plant capacity in m3/day based on his studies.The bidder is referring to Activity 2.5: Infrastructure, Systems, and Operations Review, which includes evaluation of the current airport, bidders to note that the scope of work is to provide FS with preliminary design for international Airport, which entails that all systems shall meet the international standards, including but not limited to the Fuel system.It is Bidder’s responsibility to identify the required advanced technology BHS, with a capacity based on the study as per the ToR. It is the responsibility of the bidder to identify the requirement throughout the study as per the ToR.The requested data is part of the Bidder’s scope of work.The requested data is part of the Bidder’s scope of work.
Edited on:
24-Nov-2025 12:54
Edited by:
webservice@unops.org
New clarification added: QUESTION1 Activity 2.4 and Activity 4.3: As per Activity 2.4, the Consultants are required to prepare a 50-year financial model covering aeronautical and non-aeronautical revenues, air traffic, OPEX, capital investments, and return expectations. Further, under Activity 4.3, the Consultants are expected to undertake economic and financial analyses, including financial feasibility for the next 20 years. Kindly confirm the difference in these two studies.2 Milestone Table and Activity 4.3: Since the traffic study is to be conducted under Milestone 3A, revenue estimation may not be feasible under Milestone 2. Moreover, while Activity 4.3 indicates that financial analysis forms part of Output 4, the milestone table shows financial assessment under Milestone 3A. Given that financial feasibility can only be carried out once the Preliminary Cost Estimates (under Milestone 4) are available, we understand that the Financial Feasibility Analysis is to be undertaken as part of Milestone 4. Accordingly, under Output 3, the Consultants are expected to provide only the Technical Feasibility Assessment. Kindly confirm.3 Sustainability: Please clarify whether the GHG accounting exercise should include aircraft operations or be limited to airport infrastructure and ground activities.4 Sustainability: Kindly confirm if renewable energy feasibility studies are to be included at the master plan level5 Security Risk & Threat Assessment (STRA): is the Security Risk & Threat Assessment (STRA), Security Conops, and Security Strategy Reports are required as part of the Consultant scope of work; Please advise.6 Utilities Relocation:Please advise if there is any existing utilities within the allocated plot for the airport, and if yes is there utilities lines relocations envisaged; client to clarify.7 Project Boundary: Please provide the kmz file for the planned location of the airport8 General : Please advise for the expected passengers occupancy for the airport.9 General: "For a proper understanding of the project, the Client is kindly request to provide the following information for the terminal building:- Total anticipated Built-Up Area (BUA)- Total anticipated Gross Floor Area (GFA)- Number of floors- Building footprint and plot coverage - Space program- Number of basements"10 Scope of work: The Consultant understands that his architectural scope of work is limited to concept design drawings only for the terminal building and support facilities buildings. Please confirm or advise otherwise.UNOPS RESPONSEBidders are to prepare a 50-year financial model, and Feasibility study for the next 20 years.UNOPS have flexibility in terms of deliverable timing as long it serves the purpose of the study, this can be discussed after awarding.Please refer to Activity 4.4: GHG Accounting and emission abatement strategy. Yes, renewable energy feasibility studies to be included.Yes.The existing land is virgin, however, It is the responsibility of the bidder to check and verify the existing condition of the project location.KMZ file has been uploaded on e-sourcingThis is part of the scope, Bidder to verify through the study, the existing and projection for 20 years.As outlined in the ToR, the Master Plan and Feasibility Study are intended to define the long-term development vision for the new Mogadishu Airport, At this stage, the terminal building parameters are not predetermined. These components are expected to be developed through the Master Planning and Feasibility Study process by the bidder.Refer to page 28, Activity 4.1: Preliminary Engineering Design.
Edited on:
24-Nov-2025 12:49
Edited by:
webservice@unops.org
New clarification added: QUESTIONCould you please let us know if the recording of the clarification meeting is available for those who could not participate?UNOPS RESPONSEMinutes of the pre bid meeting has been uploaded on esourcing
Edited on:
24-Nov-2025 11:48
Edited by:
webservice@unops.org
New clarification added: QUESTIONDear Sir/Madam,Proposed personnel listed appear somewhat excessive and overlapping for this project, could you please streamline into multidisciplinary team and reduce around 8 to 10 experts?That would be more realistic and cost effective.UNOPS RESPONSEBidders to be advised that the personnel requirements outlined in the bid documents have been thoroughly studied and determined to be necessary to adequately address the complexity, scope, and specific expertise requirements of this solicitation.Bidders are therefore required to strictly adhere to the personnel stipulations as specified in the ToR
Edited on:
24-Nov-2025 11:46
Edited by:
webservice@unops.org
New clarification added: Q1. The TOR lists “2. Airfield/Airspace Specialist” as a single Key position. Given the specialized nature of airfield geometry/pavements and airspace/PANS-OPS, would the Client accept two Key experts—2A Airfield Specialist and 2B Airspace Specialist—treated together as fulfilling the single Key function (#2), with no change to scope, deliverables, schedule, or price? Responsibilities will be clearly divided in our Organization & Staffing and confirmed in the Inception Report.Q2. Please confirm that a single expert may fulfill two Key positions:• #1 Team Leader / Airport Specialist, and• #7 Airport Safety Specialist.The proposed individual meets or exceeds all qualifications and experience for both roles. We will maintain clear segregation of duties and independent safety review within our QA/QC, with no change to scope, deliverables, schedule, or price.Kindly confirm that these arrangements are acceptable under the TOR.UNOPS RESPONSEQ1: Providing two personnel to collectively cover the specified requirement in the TOR can be accepted, provided that the Bidder clearly demonstrates the respective roles and responsibilities of each expert within the proposed Organization and Staffing structure. This division of responsibilities shall be clearly presented in the proposal and subsequently confirmed in the Inception Report.Q2: The intention of segregating these two functions is to ensure that each Key Expert can dedicate adequate time and attention to their respective areas of responsibility, maintaining the required level of quality and avoiding any potential conflict of interest between the two functions. Maintaining the Team Leader as an independent role is crucial to ensure overall control, coordination, and oversight of the team’s progress.However, the evaluation process will be conducted based on a scoring mechanism, with 70% allocated to the technical submission and 30% to the financial submission. Bidders are reminded that proposing Key Personnel who do not meet the minimum specified experience requirements may adversely affect their technical score.UNOPS therefore strongly recommends that bidders comply fully with the stated requirements to ensure the highest possible technical evaluation scoring.
Edited on:
24-Nov-2025 11:45
Edited by:
webservice@unops.org
New amendment added #2: This is Amendment 02:This amendment includes the following:Attaching the Minutes of the Prebid meeting. Thanks!
Edited on:
23-Nov-2025 08:58
Edited by:
webservice@unops.org
New clarification added: UNOPS RESPONSE:As indicated under the Particulars section, it is EAST AFRICAN TIME.Date: Thursday, 13 November 2025Time: 3:30 PM - 4:40 PM (East Africa Time)
Edited on:
10-Nov-2025 07:48
Edited by:
webservice@unops.org
New clarification added: UNOPS RESPONSE:As indicated under the Particulars section, it is EAST AFRICAN TIME.Date: Thursday, 13 November 2025Time: 3:30 PM - 4:40 PM (East Africa Time)
Edited on:
10-Nov-2025 07:47
Edited by:
webservice@unops.org
New clarification added: UNOPS RESPONSE:Q1: Bidder to ad with the ToR requirement " 50-year master plan”Q2: Bidders are requested to adhere to the bid timeline as outlined in the Terms of Reference. We acknowledge and appreciate your recommendations regarding the proposed schedule; however, the duration has been carefully determined in alignment with the project’s scope of work.With respect to the preliminary engineering design, it is assumed that this activity will proceed in parallel with the feasibility study. The preliminary design phase is expected to commence upon submission of the Master Plan, thereby allowing a total of five months for concurrent progress on both the feasibility study and the preliminary design.Given the overall project timeline, the review and approval process will be fast-tracked to minimize delays. Upon clearance of each submission by UNOPS, the consultant may proceed to the subsequent deliverable, with any comments or revisions incorporated into the next submission as appropriate.Q3: As reflected in the revised Terms of Reference (Amendment 01), the Environmental and Social Impact Assessment (ESIA), Environmental and Social Management Plan (ESMP), and Resettlement Action Plan (RAP) have been incorporated into the consultant’s scope of work. These additions are intended to ensure that the Master Planning, Feasibility Study, and Preliminary Design phases comprehensively address and integrate approval processes, community engagement activities, and social and environmental impact considerations.Q4:Bidders are requested to adhere to the bid requirements as stated in the Terms of Reference. The qualifications and minimum years of experience specified for each specialist have been carefully determined to align with the complexity and specialized nature of this project, ensuring compliance with UNOPS quality standards and expectations.The evaluation will follow a scoring mechanism, with 70% allocated to the technical submission and 30% to the financial submission. Please note that proposing key personnel who do not meet the minimum specified experience requirements may adversely affect the bidder’s technical score.UNOPS therefore strongly recommends that bidders comply fully with the stated requirements to ensure the highest possible technical evaluation outcome.Q5: The list of key personnel provided in the Terms of Reference represents the minimum required positions for this bid. As noted in the response to Question 4, the evaluation will follow a scoring mechanism. While the inclusion of a BIM Manager is not mandatory, UNOPS strongly welcomes the proposal of this role. The addition of a BIM Manager would be recognized as an added value to the team composition and will be positively reflected in the technical scoring due to the strategic benefits this position can contribute to project coordination, data management, and overall delivery efficiency.
Edited on:
10-Nov-2025 07:45
Edited by:
webservice@unops.org
New clarification added: UNOPS RESPONSE:Q1: Bidder to ad with the ToR requirement " 50-year master plan”Q2: Bidders are requested to adhere to the bid timeline as outlined in the Terms of Reference. We acknowledge and appreciate your recommendations regarding the proposed schedule; however, the duration has been carefully determined in alignment with the project’s scope of work.With respect to the preliminary engineering design, it is assumed that this activity will proceed in parallel with the feasibility study. The preliminary design phase is expected to commence upon submission of the Master Plan, thereby allowing a total of five months for concurrent progress on both the feasibility study and the preliminary design.Given the overall project timeline, the review and approval process will be fast-tracked to minimize delays. Upon clearance of each submission by UNOPS, the consultant may proceed to the subsequent deliverable, with any comments or revisions incorporated into the next submission as appropriate.Q3: As reflected in the revised Terms of Reference (Amendment 01), the Environmental and Social Impact Assessment (ESIA), Environmental and Social Management Plan (ESMP), and Resettlement Action Plan (RAP) have been incorporated into the consultant’s scope of work. These additions are intended to ensure that the Master Planning, Feasibility Study, and Preliminary Design phases comprehensively address and integrate approval processes, community engagement activities, and social and environmental impact considerations.Q4:Bidders are requested to adhere to the bid requirements as stated in the Terms of Reference. The qualifications and minimum years of experience specified for each specialist have been carefully determined to align with the complexity and specialized nature of this project, ensuring compliance with UNOPS quality standards and expectations.The evaluation will follow a scoring mechanism, with 70% allocated to the technical submission and 30% to the financial submission. Please note that proposing key personnel who do not meet the minimum specified experience requirements may adversely affect the bidder’s technical score.UNOPS therefore strongly recommends that bidders comply fully with the stated requirements to ensure the highest possible technical evaluation outcome.Q5: The list of key personnel provided in the Terms of Reference represents the minimum required positions for this bid. As noted in the response to Question 4, the evaluation will follow a scoring mechanism. While the inclusion of a BIM Manager is not mandatory, UNOPS strongly welcomes the proposal of this role. The addition of a BIM Manager would be recognized as an added value to the team composition and will be positively reflected in the technical scoring due to the strategic benefits this position can contribute to project coordination, data management, and overall delivery efficiency.
Edited on:
10-Nov-2025 07:44
Edited by:
webservice@unops.org
New clarification added: UNOPS RESPONSEPlease refer to Amendment 01. The revised Terms of Reference (TOR) have been issued, and the new bid closing date is 3 December 2025. In addition, the Pre-Bid Meeting is scheduled for 13 November 2025, and the last date for submission of queries is 21 November 2025.These revisions have been made to include the Environmental and Social Impact Assessment (ESIA)/Environmental and Social Management Plan (ESMP) and Resettlement Action plan (RAP). Bid submission date has been extended to provide bidders with additional time to finalize their preparations and ensure the submission of a comprehensive proposal
Edited on:
10-Nov-2025 07:42
Edited by:
webservice@unops.org
New clarification added: Good day,this is to ask whether it is possible to obtain an extension for the proposal submission of 2 weeks.UNOPS RESPONSEPlease refer to Amendment 01. The revised Terms of Reference (TOR) have been issued, and the new bid closing date is 3 December 2025. In addition, the Pre-Bid Meeting is scheduled for 13 November 2025, and the last date for submission of queries is 21 November 2025.These revisions have been made to include the Environmental and Social Impact Assessment (ESIA)/Environmental and Social Management Plan (ESMP) and Resettlement Action plan (RAP). Bid submission date has been extended to provide bidders with additional time to finalize their preparations and ensure the submission of a comprehensive proposal
Edited on:
10-Nov-2025 07:40
Edited by:
webservice@unops.org
New clarification added: UNOPS RESPONSE:As indicated under the Particulars section, it is EAST AFRICAN TIME.Date: Thursday, 13 November 2025Time: 3:30 PM - 4:40 PM (East Africa Time)
Edited on:
10-Nov-2025 07:17
Edited by:
webservice@unops.org
New clarification added: UNOPS RESPONSE:Q1: Bidder to ad with the ToR requirement " 50-year master plan”Q2: Bidders are requested to adhere to the bid timeline as outlined in the Terms of Reference. We acknowledge and appreciate your recommendations regarding the proposed schedule; however, the duration has been carefully determined in alignment with the project’s scope of work.With respect to the preliminary engineering design, it is assumed that this activity will proceed in parallel with the feasibility study. The preliminary design phase is expected to commence upon submission of the Master Plan, thereby allowing a total of five months for concurrent progress on both the feasibility study and the preliminary design.Given the overall project timeline, the review and approval process will be fast-tracked to minimize delays. Upon clearance of each submission by UNOPS, the consultant may proceed to the subsequent deliverable, with any comments or revisions incorporated into the next submission as appropriate.Q3: As reflected in the revised Terms of Reference (Amendment 01), the Environmental and Social Impact Assessment (ESIA), Environmental and Social Management Plan (ESMP), and Resettlement Action Plan (RAP) have been incorporated into the consultant’s scope of work. These additions are intended to ensure that the Master Planning, Feasibility Study, and Preliminary Design phases comprehensively address and integrate approval processes, community engagement activities, and social and environmental impact considerations.Q4:Bidders are requested to adhere to the bid requirements as stated in the Terms of Reference. The qualifications and minimum years of experience specified for each specialist have been carefully determined to align with the complexity and specialized nature of this project, ensuring compliance with UNOPS quality standards and expectations.The evaluation will follow a scoring mechanism, with 70% allocated to the technical submission and 30% to the financial submission. Please note that proposing key personnel who do not meet the minimum specified experience requirements may adversely affect the bidder’s technical score.UNOPS therefore strongly recommends that bidders comply fully with the stated requirements to ensure the highest possible technical evaluation outcome.Q5: The list of key personnel provided in the Terms of Reference represents the minimum required positions for this bid. As noted in the response to Question 4, the evaluation will follow a scoring mechanism. While the inclusion of a BIM Manager is not mandatory, UNOPS strongly welcomes the proposal of this role. The addition of a BIM Manager would be recognized as an added value to the team composition and will be positively reflected in the technical scoring due to the strategic benefits this position can contribute to project coordination, data management, and overall delivery efficiency.
Edited on:
10-Nov-2025 07:16
Edited by:
webservice@unops.org
New clarification added: Good day,Would it be possible to get 2 additional weeks to complete our assesment of local firms available for this project. This is a very important step to make sure we are able to propose the best team for this project.Thank you very much Good day,UNOPS RESPONSEPlease refer to Amendment 01. The revised Terms of Reference (TOR) have been issued, and the new bid closing date is 3 December 2025. In addition, the Pre-Bid Meeting is scheduled for 13 November 2025, and the last date for submission of queries is 21 November 2025.These revisions have been made to include the Environmental and Social Impact Assessment (ESIA)/Environmental and Social Management Plan (ESMP) and Resettlement Action plan (RAP). Bid submission date has been extended to provide bidders with additional time to finalize their preparations and ensure the submission of a comprehensive proposal.
Edited on:
10-Nov-2025 07:13
Edited by:
webservice@unops.org
New clarification added: Good day,this is to ask whether it is possible to obtain an extension for the proposal submission of 2 weeks.UNOPS RESPONSEPlease refer to Amendment 01. The revised Terms of Reference (TOR) have been issued, and the new bid closing date is 3 December 2025. In addition, the Pre-Bid Meeting is scheduled for 13 November 2025, and the last date for submission of queries is 21 November 2025.These revisions have been made to include the Environmental and Social Impact Assessment (ESIA)/Environmental and Social Management Plan (ESMP) and Resettlement Action plan (RAP). Bid submission date has been extended to provide bidders with additional time to finalize their preparations and ensure the submission of a comprehensive proposal
Edited on:
10-Nov-2025 07:12
Edited by:
webservice@unops.org
New amendment added #1: Dear Bidders,This is Amendment 01: This amendment includes the following:a) Revised TORs which includes the Environmental and Social Impact Assessment (ESIA)/Environmental and Social Management Plan (ESMP) and Resettlement Action plan (RAP).b) What has changed (see below): Replaced the existing TOR with the Revised TORs (File Name: "01-FINAL TOR-Feasibility Study and Master Planning for New Mogadihsu Airport Oct 2025")Bid Closing deadline has changed from 20 Nov 2025 to 03 Dec 2025 09:00 UTCPre bid meeting date has changed to Thursday 13 Nov 2025 from 3:30pm-4:40pm: MEETING LINK
Edited on:
05-Nov-2025 09:31
Edited by:
webservice@unops.org
New clarification added: Dear Bidder,We are sorry, we are unable to extend the dealine due to the urgency of the requirement. Please note the deadlines will remain as follows:Deadline2025-11-20, 09:00 UTC (20 Nov 2025, 12.00pm)Deadline for clarifications2025-11-14, 09:00 UTC (14 Nov 2025, 12.00pm)
Edited on:
04-Nov-2025 07:54
Edited by:
webservice@unops.org