REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES – FIRMS SELECTION)
Country: Malawi
Name of Project: Regional Climate Resilience Program for Eastern and Southern
Africa 2 (RCRP2)
Project ID.: P181308
Assignment Title: Consultancy to Develop Inclusive Shire River Basin Management Plan
Reference No. MW-EP&D-505789-CS-QCBS
Date of Issue: 10th September 2025
The Government of Malawi, through the Department of Economic Planning and Development has received financing from the World Bank toward the cost of the Regional Climate Resilience Program for Eastern and Southern Africa 2 Malawi (RCRP2 – MW) and intends to apply part of the proceeds for consulting services.
The consulting services include Consultancy to Develop Inclusive Shire River Basin Management Plan. The assignment will undertake a critical review of the 2016 Plan, other existing plans, documents and studies to determine which elements remain valid, which require significant revision, and where critical gaps exist. Emphasis will be placed on integrating updated hydrological, climatic, and land use data including remote sensing, earth science derived information, as well as aligning the strategic framework with current institutional mandates, development priorities, and climate resilience objectives under the RCRP. The assignment is expected to be implemented within 16 Calendar months with an estimated staff month of 2,320.
The main objective of the assignment is to develop an Inclusive Shire River Basin Management Plan (SRBMP) (2025–2047). The developed Plan will serve as the central framework for guiding sustainable natural resources (and water resources management, climate adaptation, and inclusive green growth in the basin) management.
The detailed Terms of Reference (TORs) for the assignment can be found at the following website or can be obtained upon request at the address given below.
The Ministry of Finance and Economic Affairs through the Department of Economic Planning and Development now invites eligible consulting firms (“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:
- Core business of the firm(s) and years in business
- Relevant similar experience, which should specifically include the below:
- Experience in development of integrated catchment plans and programs or any related catchment work in countries within the Sub-Saharan region,
- Experience in water, soil, land and forest management
- Experience in developing Basin Plans
- Experience in natural resources management and assessment
- Experience of work in similar climate condition like of Malawi
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 February 2025 (“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 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 8:00 to 12:00; 13:30 to 16:30 hours 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 by e-mail) by 23rd September 2025.
Physical Address:
Regional Climate Resilience Programme for Eastern and Southern Africa 2 (RCRP-2)
Area 12,
Chinura Road House Number 12-293 gate 42
Near Wamkulu Palace
Postal Address
The Chairperson,
Internal Procurement and Disposal of Assets Committee,
Ministry of Finance and Economic Affairs
Department of Economic Planning and Development
Regional Climate Resilience Programme for Eastern and Southern Africa 2 (RCRP-2)
P.O. Box 30136,
Capital Hill,
Lilongwe 3
Malawi.
Alternatively, applications may be emailed to: procurement@rcrp.gov.mw