Regional Climate Resilience Program for Eastern and Southern Africa 2 Project (RCRP2) (Малави - Тендер #67965235) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Малави (другие тендеры и закупки Малави) Организатор тендера: The World Bank Номер конкурса: 67965235 Дата публикации: 23-10-2025 Источник тендера: Тендеры всемирного банка |
||
P181308
Regional Climate Resilience Program for Eastern and Southern Africa 2 Project (RCRP2)
Malawi
OP00403001
Request for Expression of Interest
Published
MW-EP&D-505803-CS-QCBS
Quality And Cost-Based Selection
English
Nov 04, 2025 14:00
Oct 22, 2025
Department of Economic Planning and Development
Adwell Zembele
P.O. Box 30136 Lilongwe 3 Malawi
Malawi
Malawi
0999145033
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES – FIRMS SELECTION)
Country: Malawi
Name of Project: Regional Climate Resilience Program for Eastern and Southern Africa 2 (RCRP-2)
Project ID.: P181308
Assignment Title: Consultancy for Third Party Monitoring Firm for Environmental and Social Compliance Monitoring
Reference No. MW-EP&D-505803-CS-QCBS
Loan No. /Grant No.: IDA-E2800
Issue date: 22nd October 2025
The Government of Malawi (GoM) 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) to undertake various rehabilitation and maintenance works and to build climate resilience in some districts affected by Cyclone Freddy, and intends to apply part of the proceeds for consulting services.
The consulting services include Consultancy for Third Party Monitoring Firm for Environmental and Social Compliance to provide independent support to the RCRP 2 on the environmental and social compliance monitoring. The firm will be responsible for collecting, analyzing, and reviewing information to ensure that implementation of interventions under the program is adhering to the obligations related to environmental and social requirements as stipulated in the project’s environmental and social instruments namely: the ESCP, ESMF, GRM Handbook, SEP, RPF, RAPs, ESIAs/ESMPs and GBV/SEA/SH prevention and response plans among others prepared for different sub-projects activities. The assignment is expected to be implemented within a period of 3 Years with an estimated total man months of 18 (6 per year) .
The main objective of this assignment is to ensure E&S compliance by checking if there is adherence to the environmental and social safeguards regulations, monitor the implementation of E&S related measures, facilitate the identification of potential or actual environmental and social non-compliance and unmitigated/ previously unidentified risks or impacts and provide recommendations for remedial actions to address non-compliance or issues, enhance transparency and accountability through independent monitoring and reporting on the environmental and social performance of the program and ensure the adequacy of stakeholder engagement with the affected communities and other stakeholders, ensuring that their concerns are being addressed, including through functional grievance redress mechanisms.
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 be delivered in a written form to the address below (in person, or by e-mail) by 14:00 local Time on 4th November 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.
https://rcrp.gov.mw/publications-page
Alternatively, applications may be emailed to: procurement@rcrp.gov.mw