THE REPUBLIC OF SOUTH SUDAN
MINISTRY OF WATER RESROUCES AND IRRIGATION
REQUEST FOR EXPRESSION OF INTEREST
(CONSULTING SERVICES-FIRMS SELECTION)
| Country | South Sudan |
| Name of project | Regional Climate Resilience Program for Eastern and Southern Africa |
| IDA Grant no. | E-1920-SS |
| Assignment title | Development of a National Flood Forecasting and Early Warning System for South Sudan |
| Reference no. | SS-MWRI-517667-CS-QCBS |
1. South Sudan is one of the most flood-exposed countries globally, ranking 7th in population exposure to riverine floods (source: World Bank 2022 Global Flood Risk Atlas; UN-OCHA 2023 Humanitarian Bulletins). The country has experienced catastrophic and recurrent flooding in recent years (2019â2025), affecting on average 1.1million people per year and causing damages exceeding USD 670 million in 2021 alone (Source: Post-Disaster Needs Assessment, Republic of South Sudan and EU, March 2022). The Sudd Wetlands (~57,000km2, with average annual inflow~33km3) and the river systems of the Baro-Akobo-Sobat (for upstream conditions), Bahr-el-Jebel, Bahr-el-el-Ghazal and White Nile sub-basins play a central role in the hydrological regime of the country.
The assignment will cover all major flood-prone areas of South Sudan, with special focus on the Sudd Wetlands, BAS, Bahr-el-Ghazal, Bahr-el-Jebel and their tributaries; and White Nile River systems, and vulnerable major urban centers such as Juba City, Yirol (Lakes State), Bentiu, Bor, Malakal, Akobo, Pibor and Nasir. Final list of vulnerable urban areas will be identified during stakeholdersâ engagements.
2. The main objective of this consultancy is to design and implement a National Flood Forecasting and Early Warning System in South Sudan.
3. The assignment period is 12 months, and it is expected to commence in March 2026.
4. The detailed Terms of Reference can be downloaded from the website of the Ministry of Water Resources and Irrigation of South Sudan at https://mwri.gov.ss and the NGO Forum at https://comms.southsudanngoforum.org/c/tenders/8 . The Terms of Reference may also be obtained from the email address below: crfm.procurement@gmail.com copied to crfmsouthsudan@gmail.com.
5. The Ministry of Water Resources and Irrigation (MWRI) now invites eligible consulting firms (âConsultantsâ) 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:
a. Core business
- Legal entity / consortium of legal entities registered nationally or internationallyâ Joint venture shall not be more than three.
- Flood forecasting and early warning system as one of its cores businesses.
b. Similar assignments
i. A Minimum of ten (10) years as a consulting firm in flood forecasting and early warning system.
ii. Experience of at least 3 assignments completed in the last 10 years, similar in nature, scope and magnitude in the following areas:
- Flood forecasting
- Development of early warning system
- Flood Hazard and Risk Mapping
iii. Experience in capacity building/institutional strengthening related to flood forecasting and early warning.
c. Technical & Managerial Organization of the Firm
i. Description of the firmâs/organizationâs profile, including its management structure. general qualifications, and number of key staff. Do not provide CV of the staff). Key Experts will not be evaluated at the shortlisting stage.
d. Experience in Similar Conditions
Experience in the sub-Saharan African region / conflict affected situations.
7.The consulting firm must submit proposals with relevant areas of specialization and should specify and present; Description of the firmâs profile (certificate of incorporation and operating licenses, etc), including its management structure, Names and areas of expertise and experience of the experts, Record/previous experience of carrying out activities similar to the ones required for this assignment, Where the firm was in a joint venture or sub-consultancy for an assignment, indicate the amount paid to the firm and All previous contract sums must be shown in United States Dollar equivalent.
8. The attention of interested consultants is drawn to Section III, paragraphs 3.14, 3.16 and 3.17 of the World Bankâs âProcurement Regulations for IPF Borrowersâ July 2016 and revised Seventh Edition September 2025 [Procurement in Investment Project Financing; Goods, Works, Non-Consulting and Consulting Services], setting forth the World Bankâs policy on conflict of interest.
9. 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 and each firm must meet the shortlisting criteria.
10. A consultant will be selected in accordance with the Consultants Quality and Cost-Based Selection (QCBS) method set out in the World Bankâs âProcurement Regulations for IPF Borrowersâ July 2016, revised Seventh Edition September 2025.
11. Further information can be obtained at the address below during office hours from 09:00 to 15:00 hours local (Monday through Friday); and
12. Expressions of Interest shall be submitted in a written form by 17:00 hours Juba time on 10th November 2025 (in person or by mail or by e-mail) to the following address:
Email: crfm.procurement@gmail.com copied to crfmsouthsudan@gmail.com, fuseinircrp@gmail.com
The address for in-person or by mail submission is as follows:
Procurement Unit
Ministry of Water and Irrigation
Plot No: 11, Block No: AXII, Hai Cinema,
P. O. Box: 476
Juba, South Sudan
Attention: RCRP Project Coordinator
