Development of Environmental and Social Management and Monitoring Plans (ESMMPS) for six (6) high yielding boreholes for Mpira Balaka Rural Piped Water Supply Scheme
THE GOVERNMENT OF THE REPUBLIC OF MALAWI
MINISTRY OF FORESTRY AND NATURAL RESOURCES
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES – FIRMS SELECTION)
COUNTRY: Malawi
NAME OF PROJECT : Malawi Resilience and Risk Management Project(MRDRM)
Credit No./Grant No. : IDA-65680/IDA-D5780
Assignment Title: Development of Environmental and Social Management and Monitoring Plans (ESMMPS) for six (6) high yielding boreholes for Mpira Balaka Rural Piped Water Supply Scheme
Reference No.:MW-MOIWD-2254208-CS-QBS
Issue date: 6th November,2021
01. Background
The Government of the Republic of Malawi has applied for financing from
the International Development Association toward the cost of Malawi
Resilience and Disaster Risk Management Project (MRDRMP) and it intends
to apply part of the proceeds for consulting services being Development of
Environmental and Social Management and Monitoring Plans (ESMMPS) for
six (6) high yielding boreholes for Mpira Balaka Rural Piped Water Supply
Scheme.
The objective of the consultancy is to undertake Environmental and Social
Assessments and prepare Environmental and Social Management Plans
(ESMPs) and its Environmental and Social Management Monitoring Plans
(ESMMPs) in accordance with EMA, 2017, EIA Guidelines and World Bank
Safeguards Policies.
The consultancy will be delivered within a period of 11 man days over 3
months
02. TORs availability
For the detailed Terms of Reference (TOR’S) for this assignment information
can be obtained at the address below at Paragraph 8 during office hours
from 8:00 to 12:00; 13:00 to 16:00hours local time (Monday to Friday, except
national public holidays).
03. The shortlisting criteria
i. The Secretary to the Ministry of forestry and Natural Resources now
invites eligible consulting firms only (“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. Interested firms must
provide information indicating that they are qualified to perform the
services. The shortlisting criteria are:
1. Core business of the firm(s) and years in business
2. Relevant experience, which should specifically include the following:
(a) Must have experience in conducting an Environmental and Social
Impact Assessment for the project that includes an Environmental
and Social Management Monitoring Plan
(b) Must have experience in baseline study of information of the
existing biophysical characteristics and the socio-economic
environment status of the proposed area
(c) Must have detailed knowledge environmental Legislative and
Regulatory policies environmental Environment Management Phone :
Act, Forestry Act, Water Resources Act, National Irrigation Policy,
National Water Policy, National Environment Policy, National
Climate Change Management Policy, Malawi National Land Policy
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 short-listing stage.
04. Conflict of Interest
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” July 2016, Revised November 2017 and August 2018
(“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.
05. Selection method
A Consultant will be selected in accordance with the Quality and Cost Based
Selection (QBS) method set out in the procurement Regulations of July 2016
under Consultant selection.
Further information can be obtained at the address below during office hours
from 8.00 to 12.00; 13.00 to 16.00 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 mail, or by e-mail) by 29th November, 2021.
Address for the Clarification, further details and submission of the EOIs:
The Project Coordinator (Attn: The Procurement Specialist),
Malawi Resilience and Disaster Risk Management Project,
Physical Address:
Malawi Resilience and Disaster Risk Management Project
Lilongwe Old Town,
Off Kamuzu Procession Road,
Opposite Lilongwe Town Hall (at the Roundabout)
Postal Address:
Private Bag A192
Lilongwe,
MALAWI.
+265 01 753 163
Email:[email protected] /[email protected] /[email protected]