Regional Climate Resilience Program for Eastern and Southern Africa 2 Project (RCRP2) (Малави - Тендер #64796279) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Малави (другие тендеры и закупки Малави) Организатор тендера: The World Bank Номер конкурса: 64796279 Дата публикации: 18-06-2025 Источник тендера: Тендеры всемирного банка |
||
P181308
Regional Climate Resilience Program for Eastern and Southern Africa 2 Project (RCRP2)
Malawi
OP00364223
Request for Expression of Interest
Published
MW-EP&D-451828-CS-QCBS
Quality And Cost-Based Selection
English
Jul 01, 2025 14:00
Jun 17, 2025
Department of Economic Planning and Development
Adwell Zembele
P.O. Box 30136 Lilongwe 3 Malawi
Malawi
Malawi
0999145033
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 (RCRP-2)
Project ID.: P181308
Assignment Title: Consultancy Services (Firm) For Review, Detailed Design and Supervision of The National Disaster Management and Climate Resilience Centre (NDMCRC) Building
Reference No. MW-EP&D-451828-CS-QCBS
Loan No. /Grant No.: IDA-E2800
Issue date: 18th June, 2025
The Government of Malawi, through the Department of Economic Planning and Development, has received financing from the World Bank towards 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 service include Review, Detailed Design and Supervision of the National Disaster Management and Climate Resilience Centre (NDMCRC) Building, which will also house the National Emergency Operations Centre (NEOC) and offices for Department of Disaster Management (DoDMA), Department of Water Resources (DWR) and Department of Climate Change and Meteorological Services (DCCMS). The NEOC will be within the building for improved coordination during emergencies following the incident command system.
The building will be constructed in Area 20 on plot number CH20/20 that is along the M1 road next to Kamuzu Statue in Lilongwe City. The assignment is expected to be implemented within 36 months with an estimated staff month of 84.5 for Design Phase and 350 for supervision Phase.
The primary objective of the consultancy is to (i) review and update the available draft feasibility study and (ii) prepare preliminary designs and (iii) undertake detailed design including the (iv) preparation of tender documents for the National Disaster Management and Climate Resilience Centre (NDMCRC) for a design life span of 50 years and finally (v) undertake construction supervision of the of the building (and auxiliary services). The review and design process shall be in line with the relevant International Organization for Standardization (ISO) and Leadership in Energy and Environmental Design (LEED) level 1 standards
In addition, the review and design shall incorporate best possible technical solutions and shall also adhere to British Standards incorporating a European Standard (BS EN) like BS EN 1992-1-2: 2004 (Structural Fire Design), BS EN 15643:2021 (Sustainability of Construction), BS EN 1992-1-1: 2004 (Design of Concrete Structures), BS EN 1992-2: 2005 (Design and detailing rules), BS EN 1996-1-1: 2005 (Design of masonry structures), BS EN 1997-2: 2007 (Geotechnical design: Ground investigation and testing), and BS EN 1998-1: 2004 (Design of structures for earthquake resistance) among others
The detailed Terms of Reference (TORs) for the assignment 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 consulting firm should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The short-listing criteria are:
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 form of a joint venture or a sub-consultancy. In case of a joint venture, all partners will 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 8.00 to 12.00; 13.30 to 16.30 hours’ local time (Monday to Friday, except national public holidays)
Expressions of interest clearly marked: “Consultancy Services (Firm) for Review, Detailed Design and Supervision of the National Disaster Risk Management and Climate Resilience Centre” must be delivered in a written form to the address below (in person, or by mail, or by e-mail) by 14:00 local Time on 1st July 2025
Address for the Clarification, further details and submission of the EOIs:
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