Southern African Trade and Connectivity Project (Malawi)
REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION)
NAME OF PROJECT: SOUTHERN AFRICA TRADE AND CONNECTIVITY PROJECT (P164847)
Credit No: 6870-MW
Grant No: D804-MW
Assignment Title: conduct a comprehensive feasibility study for the rehabilitation and upgrade of Chipoka Port into a multimodal transit hub and develop Makanjira port to
facilitate prospective mining activities in Makanjira area.
Reference No.: MW-MTPW-490823-CS-CQS
Date of Issue : 28 th June 2025
The Government of Malawi (GoM) has obtained 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 consulting services (“the Services”) include conduct a comprehensive feasibility study for
the rehabilitation and upgrade of Chipoka Port into a multimodal transit hub and develop
Makanjira port to facilitate prospective mining activities and passengers services in
Makanjira area. The assignment is for a period of 5 months and it is expected to commence in
September, 2025.
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:
a) Assess the current condition of the port infrastructure and facilities.
b) Identify and evaluate potential rehabilitation options for ports, including their technical
and financial implications.
c) Analyze the market demand and forecast future passenger and cargo traffic for
Chipoka and Makanjila Ports.
d) Evaluate the environmental and social impacts of the proposed Chipoka and Makanjila
Ports interventions and develop preliminary environmental and social management
plans.
e) Provide recommendations for the most feasible options including cost estimates,
timelines, and potential funding sources.
f) Develop a preliminary design and operational plan for the recommended options.
g) Conduct risk assessments and propose mitigation strategies for both Ports.
h) Investigate the traffic options on the existing transport corridors (Nacala, Mtwara, and
Central formally Dar es lam) and assess their potentials and limitations to service
traffic demands of the transit hub, taking into consideration the possible development
of domestic and regional traffic (Tanzania, Mozambique, and Zambia) also referring to
the National Transport Master Plan.
i) Demonstrate the technical, economic, social, ecological, and environmental viability of
establishing a multimodal transit hub.
j) The detailed technical designs of port with special cargo handling facilities to support
the anticipated mining activities
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 thestaff. 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 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 Cost Qualification Base Selection (CQBS)
method set out in the Procurement Regulations.
Further information can be obtained at the address below during office hours from 07:30 to 16:30 hours, local time or visit www.satcp.mw
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 11 th July, 2025
The Chairman,
Internal Procurement and Disposal of Assets Committee,
Ministry Of Transport and Public Works,
Attn: Project Manager,
Capital Hill,
Private Bag 322,
Lilongwe 3, Malawi.
Tel: +265 985 069 633
E-mail: procurement@satcp.mw CC: steve.manda@satcp.mw