THE REPUBLIC OF MALAWI
MINISTRY OF FINANCE AND ECONOMIC AFFAIRS
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES – FIRMS SELECTION)
Country: Malawi
Name of Project: Regional Climate Resilience Programme for Eastern and Southern
Africa 2 (RCRP2)
Project ID.: P181308
Assignment Title: Consultancy for Design Review and Construction Supervision for Rehabilitation of Three Rural Water Supply Systems.
Reference No. MW-EP&D-434773-CS-QCBS
Issue date: 1st April, 2025
The Government of Malawi (GoM) has secured a grant from the International Development Association (IDA) of the World Bank to assist in improving resilience to water-related climate shocks under the Regional Climate Resilience Programme for Eastern and Southern Africa 2 (RCRP-2). The RCRP-2 is an initiative by the Government of Malawi and the African Union with support from the World Bank to respond to the effects of Tropical Cyclone Freddy which Malawi experienced in the 2022 – 2023 rainfall season.
The Government of Malawi would, therefore, like to utilize some of the resources under RCRP-2 to rehabilitate rural water supply systems in Malawi.
The main primary objective of the consulting services (“the Services”) is therefore to assist the Department of Water Supply in the Ministry of Water and Sanitation in the design review and Construction supervision for rehabilitation of the following rural gravity fed water supply systems: Chididi in Nsanje district, Lichenya in Mulanje district and Mfundazi in Neno district.
The implementation period for the assignment is estimated to be one hundred and eight (108) weeks.
The Terms of Reference (ToRs) for the assignment can be obtained at the address below during office hours from 8:00 to 12:00 and 13:30 to 16:30 hrs local time (Monday to Friday, except national public holidays).
The Ministry of Finance and Economic Affairs through the Department of Economic Planning and Development now invites eligible consulting firms only (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are as follows:
- Core business of the firm(s) and their experience in business
- Relevant experience, which should specifically include the following:
- Experience in reviewing and preparing preliminary design and detailed design of rural water supply systems with due consideration to climate resilience of the infrastructure.
- Experience in undertaking vulnerability assessments of the rural water supply systems.
- Experience in reviewing and preparing detailed tender documents for construction or rehabilitation of rural water supply systems,
- Experience in providing comprehensive engineering supervision, contract management and quality control services for the construction or rehabilitation of rural water supply systems, and
- Experience in similar assignments in the Sub-Saharan African region or any other region with a 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 shortlisting stage.
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 and World Bank Regulations dated September 2023.
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 World Bank’s Procurement Regulations.
Further information can be obtained at the address below during office hours from 8:00 to 12:00 and 13:30 to 16:30 hrs local time (Monday to Friday, except national public holidays)
Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by e-mail) by 14:00 hrs on 14th April, 2025.
Address for the Clarification, further details and submission of the EOIs:
The Chairperson,
Internal Procurement and Disposal Committee,
Ministry of Finance and Economic Affairs,
Department of Economic Planning and Development,
P. O. Box 30136,
Lilongwe,
Malawi.
Alternatively, applications may be emailed to: epd_procurement@finance.gov.mw