Southern African Trade and Connectivity Project (Malawi)
REFERENCE NO.: MW-MTPW-463804-CS-CQS
DATE OF ISSUE: 4th February, 2025
- Introduction:
The Government of Malawi (GoM) has received a credit and grant from the International Development Association (IDA) under the Southern Africa Trade and Connectivity Project (Project) to support efforts to reduce trade costs and time, increase access to improved infrastructure, and increase value chain development in targeted corridors of Malawi and Mozambique, and intends to apply part of the proceeds for consulting services.
The Ministry of Transport and Public Works intends to apply part of the proceeds for consulting services. (“the Services”) include Consultancy services for Building A Risk-Based Market Surveillance Framework For Consumer And Agricultural Products In Malawi
2. Objective of the Assignment
The project aims to develop and implement Policies and Standard Operating Procedures (SOPs) for an Integrated Market Surveillance Framework for Consumer and Agricultural Products, operated by the Agencies. The SOPs will include a Code of Good Regulatory Practices in Conducting Inspections.
At the country level, ensuring the application of common approaches is essential for the successful integration of the market surveillance frameworks of the Agencies and for increasing their overall efficiency.
Success criteria for the project include:
- Successful implementation of SOPs for a Risk-Based Market Surveillance Framework,
- Completion of Framework implementation trainings and workshops,
- Effective execution of pilot projects: and
- Effective change management and scalability of the methodologies developed.
The Consultant(s) will be engaged fo 12 month duration (essentially full time) subject to renewal upon satisfactory delivery of the assignment and availability of resources.
The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below.
The Ministry of Transport and Public Works 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:
a). Core business of the firm(s) and years in business;
b). Relevant similar experience, which should specifically include the below:
- Have at least 10 years of advisory experience in risk management in regulation, including in international organizations (each member),
- Profound knowledge of risk management, regulatory systems, conformity assessment, and market surveillance, Pest Risk Analysis (at least one member for each field).
- Extensive knowledge of international best practices in the management of non-compliance risk (at least one member),
- High-level involvement in the development of international best practices in building risk-based market surveillance frameworks (at least one member),
- A proven track record of undertaking successful projects aimed at building risk-based market surveillance systems: at least 5 projects in different countries (all members).
- Fluency in spoken and written English (all members).
- Experience of project implementation in Malawi (at least one member).
c). Technical and Managerial capability of the firm. (Provide only the structure of the organization, general qualifications and experience, and number of key staff. Do not provide detailed CV of the staff. 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 November 2020 (“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.
A Consultant will be selected in accordance with the Consultant Qualification Selection (CQS) method set out in the Procurement Regulations.
Further information can be obtained at the address below during office hours from 07:30 to 16:00 hours, local time.
Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) by 17th February, 2025
The Chairman,
Internal Procurement and Disposal of Assets Committee,
Ministry Of Transport and Public Works,
Attn: Project Manager,
Capital Hill, Ground Floor, Room 31
Private Bag 322,
Lilongwe 3, Malawi.
Tel: +265 1 753 699
Fax: +265 1 750 307