Consultancy on Detailed Engineering Design, Works Procurement & Construction Services Supervision of Accelerated Last-Mile Infrastructure (LMI)

REFERENCE NO.:               MW-MTPW-454201-CS-QCBS

  1. 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 improve value chain development in targeted corridors of Malawi and Mozambique.

The Ministry of Transport and Public Works intends to apply part of the proceeds for consulting services. The consulting services (“the services”) include consultancy on “Detailed Engineering Design, Procurement of Works and Construction Works Supervision” of accelerated Last Mile Infrastructure in support of selected (priority) agricultural value chains with an estimated investment in order of USD 4 Million. The final selection of about ten (10) sub-projects will be done prior to issuing the Request for Proposals (RFP).

  • OBJECTIVES OF THE ASSIGNMENT

The objective of these Terms of Reference (ToRs) is to engage an independent expert to undertake:

  • A detailed engineering design of Last Mile Infrastructures (LMIs) that could include some if not all of the following: market sheds, stores and sanitation facilities; reinforced concrete structures including bridges and spot improvements on roads; storage facilities and warehousing; rehabilitation of small-scale irrigation network systems.
    • Conducting related technical surveys, data collection and consultations, preparing engineering designs (ready for tendering), taking off quantities and bills of quantities, preparation of bid documents, confidential cost estimates, and support the Client with the procurement of works contracts according to Government of Malawi and World Bank procurement regulations.
    • Works contract supervision including defects liability period to ensure works are implemented within budget, on time and to specified standards. The contracts will be managed following core principles of ethics and integrity, and in line with Government of Malawi and World Bank guidelines on occupational health and safety, social and environmental safeguards.
  • REQUEST FOR EXPRESSION OF INTEREST CONSULTANT

The Ministry of Transport and Public Works through the Southern Africa Trade and Connectivity Project now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the services. Interested firms should provide information demonstrating that they have the required qualifications and relevant experience to perform the services. The shortlisting criteria are:

  • Core business of the firm(s) and number of years in business.
    • Relevant experience, that should specifically include the following:
      • Minimum of a combined ten (10) years of experience in preparing detailed engineering design, procurement and supervision of construction works with main focus on rural roads, bridges, markets and small-scale irrigation.
      • Experience in supervising and contract administration of rehabilitation works of rural infrastructure with main focus on rural roads, bridges, markets and small-scale irrigation.
      • Experience in supervising contractors with optimum objective professional coaching to ensure successful achievement of project objectives.
      • Experience with implementing Occupational Safety and Health, Environmental and Social Safeguards requirements as stipulated bv the Government of Malawi and World Bank guidelines.
      • Experience working in the infrastructure sector in rural Malawi or any other region with similar environment.
    • Technical and managerial capability of the firm to backstop the project. Provide only the structure of the organization, general qualifications, and profile of the permanent staff. Do not provide Curriculum Vitae (CVs). Key experts will not be evaluated at the short-listing stage.
  • NOTES for submission of the EOI:

Interested consultants should provide with their application:

4.1. Letter of expression of interest signed by a duly authorized person.

4.2. A maximum of ten (10) project references which best demonstrate their relevant experience. Each project reference should not have more than 2 pages. Only the following project references are considered: 

– Project must have been completed successfully within the last 10 years (after 2014);

– Those where the applicant had a significant share in project implementation (either as the lead firm or as an associate firm with an implementation share of more than 30%)

4.3. Audited financial statements for the last three financial years, 2023/2022, 2022/2021, 2021/2020, showing a solid financial performance.

4.4. Copies of professional registration documents with the National Construction Industry Council; Malawi Revenue Authority Tax Clearance Certificate and professional registration with the Malawi Engineers Institute.

  •  Consultants are required to indicate that they would submit an Expression of

Interest. This should be done by and not later than 25th October, 2024, at or before 16:30 hours (Malawi time).

  1. CONFLICT OF INTEREST

The attention of interested consultants is drawn to Section III, paragraph 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 policy on conflict of interest.

  1. ASSOCIATION OF CONSULTANTS

Consultants may associate with each other firms to enhance their qualifications but should indicate clearly whether the association is a joint venture/partnership or a partner in the joint venture/partnership is in a form of a sub-consultancy. In the case of a joint venture/partnership, all the partners in the joint venture/partnership shall be jointly and severally liable for the entire contract, if selected.

  1. SELECTION OF CONSULTANT

A consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations.

  1. CONTRACT DURATION

The contract will run within the project duration that ends by 30th June 2027 and will have an estimated duration of 28 months.

  1. PAYMENT SCHEDULE

The payment will be lump sum for Detailed Engineering Design and Procurement support services; and time based for the supervision of works and defects liability period.

  1. REPORTING AND SUPERVISION

The Consultant will report to the Project Manager in the Southern Africa Trade and Connectivity Project Implementation Unit (SATCPIU).

  1. SUBMISSION OF EXPRESSIONS OF INTEREST

Interested consulting firms meeting the stated requirements should submit their Expressions of Interest including their updated organization profile with reachable references to be delivered in a written form to the address below in person or by mail, or by email by 1st November 2024 on or before 16:30 hours (Malawi time).

The Chairman
Internal Procurement and Disposal of Assets Committee
Ministry of Transport and Public Works
Southern Africa Trade and Connectivity Project (SATCP)
Attention: The Project Manager
Capital Hill, Private Bag 322, Lilongwe 3, MALAWI
Tel: +265 1 789 577 or +265 999 510 795
or by E-mail through: procurement@satcp.mw, 
Copy: shaibu.somba@satcp.mw; cdgondwe@hotmail.com

Leave a Reply

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