Consultancy Services for Change Management and Communications for NSW

REFERENCE NUMBER: MW-MTPW-450371-CS-CQS

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 Change Management and Communications for Malawi National Single Window (MNSW).

  • Objective of the Assignment

The primary objective is to facilitate smooth transitions, mitigate resistance, enhance stakeholder engagement, and ensure that all stakeholders are adequately prepared for the changes that come with the MNSW implementation.

The key stakeholders for the assignments include the following, but not limited to Malawi Government, Border and Certificate, License and Permit (CLP) Issuing Agency Management, CLP Issuing Agency Staff, Traders and staff, Freight forwarders and staff, Statistical agencies and information consumers, Treasury, Malawi Banks and the general public or consumers. Annex 1 contains a table showing key implementation and change management issues for each stakeholder.

Specifically, the Consultancy service aims to;

  1. Develop a robust Change Management Strategy and Plan that ensures the successful adoption of the MNSW System.
  2. Create an effective Communications Strategy and Plan to inform and engage stakeholders throughout the project.
  3. Provide technical guidance on change management and communications approaches.
  4. Establish a Monitoring and Evaluation Framework for tracking progress of change management and communications efforts.
  5. Execute change management strategy and communication strategy

The Consultant(s) will be engaged for 43 man-weeks over a 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:

  • Team leader/Change Management expert with minimum qualification of Master’s Degree in Human Resource Management or Change Management or equivalent, with minimum of 15 years of general experience. Previous consultancy expertise of at least 10 years in change management and should have undertaken 5 similar assignments.
    • Communication expert with minimum qualification of Bachelor’s Degree in Mass Communication or its equivalent with a minimum of 10 years of general experience. Previous consultancy expertise of at least 7 years in Developing Communication Strategies and should have undertaken 3 similar assignments.
    • Monitoring and Evaluation specialist with minimum qualification of Bachelor’s Degree in Economics or its equivalent with a minimum of 10 years of general experience. Previous consultancy expertise of at least 7 years in Monitoring and Evaluation Systems and should have undertaken 3 similar assignments.
    • Expertise in the Implementation of information technology systems with a minimum of work on at least 2 government projects involving the introduction of large-scale information system.

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 16:30 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 18 October, 2024.

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
E-mail: procurement@satcp.mw; shaibu.somba@satcp.mw

Leave a Reply

Your email address will not be published. Required fields are marked *