THE GOVERNMENT OF MALAWI
MINISTRY OF WATER AND SANITATION
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES – FIRM SELECTION)
Country: Malawi
Name of Project: Malawi Watershed Services Improvement Project (MWASIP)
Grant No. /Credit No.: IDA-D5860/IDA-65790
Assignment Title: Consultancy Services for Provision of Pilot Payment for Watershed Services (PWS) Scheme.
Reference No.: MW-MOAIWD-303586-CS-QCBS
Date of Issue: 16th September 2022
The Government of Malawi has obtained a credit and grant from the International Development Association (IDA) to support efforts on landscape restoration and livelihood enhancement in the Shire River Basin through the implementation of the Malawi Watershed Services Improvement Project (MWASIP). The project, designed to be implemented over a period of 6 years, is targeting the upper and middle Shire River Basin which include parts of Mangochi, Balaka, Machinga, Zomba, Ntcheu, Blantyre and Neno Districts.
The Project Development Objective (PDO) of MWASIP is to increase the adoption of sustainable landscape management practices and improve watershed services in targeted watersheds. The project scope consists of three related components that will contribute to the achievement of the PDO described as follows:
Component 1: Scaling–Up Landscape Restoration; The component will support interventions to improve and restore capacity of watersheds (catchment rehabilitation) and improve livelihoods of small-holder farming communities.
Component 2: Improving Watershed Services; The component will support interventions that will help to maximize benefits that the communities and downstream water users will obtain from managing watersheds and developing capacity of institutions to manage the watersheds. The component will also support development of enabling infrastructure investments such as irrigation schemes, dams, high yielding boreholes, roads and bridges, market centres, etc. in the basin.
Component 3: Technical and Project Management; The Component will support the process of strengthening the capacity of the Ministry of Water and Sanitation to manage the project and the provision of technical assistance for preparation of phases of the project and investments.
The Government of Malawi is using part of the proceeds under the MWASIP component 2 to finance provision of technical support and the initial capital required to establish a market-based mechanism for the provision and maintenance of selected watershed services in the Shire River Basin. The mechanism will involve using payments or rewards to individual farming households or groups of households to encourage certain land-use practices that result in a specific watershed service that is of value to downstream water users. The aim is to provide a demonstration to the potential buyers that payments to individual farming households or groups of households can sufficiently encourage land-use practices to sustain a market for landscape restoration and downstream reduction in sediments. Beyond the immediate financial benefits to the buyers, reduced sedimentation will also improve climate change adaptation in the sense that reduced sediments will lead to improved water quality and availability and increase resilience to the impact of flash floods in the form of landslides or similar potentially life-threatening events.
Expressions of Interest are now being sought from consultancy firms with global and relevant experience in conducting research that provides evidence for establishing a payment for ecosystem schemes design, project implementation and evaluation, and in environmental and rural development, policy, sustainable land, forest and water management practices, land use planning, socioeconomics, climate change, as well as be fully conversant with development work at the strategic level. The firm must be familiar with the country situation and be able to think broadly and interact orally.
The consultancy services (“the Services”) is the provision of Pilot Payment for Watershed Services (PWS) Scheme. The implementation period for the assignment is 42 months. The detailed Terms of Reference (TORs) for this assignment can be obtained through the address as indicated below.
The Ministry of Water and Sanitation now invites eligible consulting firms (“Consultants”) only to indicate their interest in providing the Services. Interested firms should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are:
1. Core business of the firm(s) and years in business.
2. Relevant experience, which should specifically include the following:
- Minimum of 10 years of experience in conducting research that provides evidence for establishing a payment for ecosystem schemes design, project implementation and evaluation.
- Experience in environmental and rural development, policy, sustainable land, forest and water management practices, land use planning, socioeconomics, climate change, as well as be fully conversant with development work at the strategic level.
- Experience in the water sector in hydrological assessments, modelling, hydro-meteorological monitoring, water quality monitoring (sediment sampling and analysis), and climate variability and change modelling.
- Experience in similar assignments in the Sub-Saharan African region or any other region with similar environment.
3. Technical and Managerial capability of the firm (Provide only the structure of the organization, general qualifications, and number of key staff. Do not provide CV of the staff). Key Experts will not be evaluated at the short-listing stage.
Interested consultants should provide only references which are responding to the shortlisting criteria.
The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” dated November 2020 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.
Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a Joint Venture and/or a sub-consultancy. In the case of a Joint Venture, all the partners in the Joint Venture shall be jointly and severally liable for the entire contract, if selected.
A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations.
Further information can be obtained at the address below during office hours from 08:00 to 12:00 and 13:00 to 16:00 Hours Malawi Time (Monday to Friday, except national public holidays).
Expressions of Interest clearly marked: “Consultancy Services for Provision of Pilot Payment for Watershed Services (PWS) Scheme.” must be delivered in a written form to the address below (in person, or by mail, or by e-mail) by 16:30 Hours on Friday, 30th September 2022.
Address for request for clarifications, further details and submission of EOIs:
The Program Coordinator (Attn: Procurement Specialist)
Malawi Watershed Services Improvement Project (MWASIP)
Physical Address:
Malawi Watershed Services Improvement Project (MWASIP)
Lilongwe Old Town
Off Kamuzu Procession Road
Opposite Lilongwe Town Hall (at the Roundabout)
Postal Address:
Private Bag A192
Lilongwe
MALAWI
Phone: +265 01 753 163
Email: [email protected] / [email protected] / [email protected]