RFP: Consultancy Services for the Preparation of Concept Design and Feasibility Studies, including Preliminary Environmental and Social Impact Assessment (P-ESIA) For the Toothik & Kongo Dams, Water Treatment and Associated Transmission & Distribution Systems

The World Bank

Sierra Leone 🇸🇱

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

Sierra Leone

Sierra Leone Water Security and WASH Access Improvement Project (SLWSWCIP)

Grant No.: E5500

Project ID: P507588

Issue date: 7th May, 2026

Assignment Title: Consultancy Services for the Preparation of Concept Design and Feasibility Studies, including Preliminary Environmental and Social Impact Assessment (P-ESIA) For the Toothik & Kongo Dams, Water Treatment and Associated Transmission & Distribution Systems

Reference No.: SL-MWRS-539810-CS-QCBS

The Guma Valley Water Company, through the Ministry of Water Resources and Sanitation, has received financing from the World Bank toward the cost of the Sierra Leone Water Security and WASH Access Improvement Project and intends to apply part of the proceeds for consulting services.

The consulting services (“the Service”) include Preparation of Concept Design and Feasibility Studies, including Preliminary Environmental and Social Impact Assessment for the Toothik & Kongo Dams, Water Treatment and Associated Transmission & Distribution Systems. This assignment shall be completed within eight (8) months, including periods for review of the Consultant’s deliverables by Guma Valley Water Company and WASH Implementation Team (WASHIT).

The detailed terms of Reference (TOR) for the assignment SHALL be requested via email at:; bernadettekargbo222@gmail.com ; gumaprocurement@yahoo.com .

The Guma Valley Water Company, through the WASHIT, 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:

i) Core business and years in business,

ii) Relevant experience of the Firm

iii) Technical and Managerial Capability of the firm

Please note that the Key Expert will not be evaluated at the Shortlisting stage.

Consultants should take note that the Expression of Interest must include the following information:

  1. Core Business and how it is relevant to the assignment;
  2. Number of years in business, both as a registered business entity and in providing services in the sector(s) that are relevant to this assignment;
  3. Management structure, number of directors and total number of staff – fulltime, on contract and as associates (however, Key Personnel and their specific experiences are not evaluated at this stage);
  4. Financial performance (e.g. turnover and profitability) in the last five years;
  5. Enlist firm’s experience (at least 5 -10years). For each similar assignment undertaken by the firm, it is required to state the cost, whether it undertook the job solely, in partnership with other firms (name them and the role of your firm), and name of the client, the duration of the assignment, the number of staff/person-day(s) your firm engaged on the assignment, cost of the assignment (and cost of the project, if available), status of completeness as at time of expression of interest for this assignment, a brief scope of work for the assignment, etc.

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” Revised February 2025 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest, as per paragraph 3.17 of the Procurement Regulations.                                                                                           

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 set out in the Revised Procurement Regulations, February 2025.

Further information can be obtained at the address below during office hours, 0900 to 1700 hours from Mondays to Fridays.

Expressions of interest must be delivered in a written form to the address below in person or by e-mail.

The Managing Director

Guma Valley Water Company

Guma Building, 4th Floor

12/14 Lamina Sankoh Street

Freetown, Sierra Leone

(Sierra Leone Water Security and WASH Access Improvement Project)

Tel.: +232 79 600 664; +232 77 600 664; +232 78 005 805

OR

Via e-mail to: Email: gumaprocurement@yahoo.com; bernadettekargbo222@gmail.com; kawenikargbo@gmail.com , gibriljabba@hotmail.com

When submitting, please indicate clearly in the sealed envelope or e-mail subject heading ‘EOI Consultancy Services for the Preparation of Concept Design and Feasibility Studies, Including Preliminary Environmental and Social Impact Assessment (P-ESIA) for the Toothik & Kongo Dams, Water Treatment and Associated Transmission & Distribution Systems. SUBMISSION WILL BE ACCEPTED for this assignment by the 21st May, 2026, at 1600hrs GMT

8 days remaining

Apply by 21 May, 2026

POSITION TYPE

ORGANIZATION TYPE

EXPERIENCE-LEVEL

IHE Delft - MSc in Water and Sustainable Development