CONSULTANCY SERVICE FOR THE PREPARATION OF RESETTLEMENT ACTION PLAN FOR THE REHABILITATION OF MTHAWIRA PARKWAY
This is one of more than 100,000 active tenders available on IndexBox Tenders. Get full access to detailed descriptions, workspace tools, AI recommendations, and expert support to help you work with this opportunity and thousands more.
Source ID: WB-OP00415053
Estimated value
As published by the source; may be updated by the buyer.
Scope overview
REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) Country: Malawi Name of Project: Regional Climate Resilience Program for Eastern and Southern Africa 2 (RCRP2) Project ID.: P181308 Assignment Title: Consultancy for the Preparation and Implementation of Resettlement Action Plan (RAP) For Rehabilitation of Mthawira Parkway in Machinjiri Area, Blantyre City Reference No. MW-EP&D-508924-CS-QCBS Date of Issue: 10th December, 2025 The Government of Malawi, through the Department of Economic Planning and Development has received financing from the World Bank towards the cost of the Regional Climate Resilience Program for Eastern and Southern Africa 2 Malawi (RCRP2 - MW) and intends to apply part of the proceeds for consulting services. The consulting services include. Consultancy for the Preparation and Implementation of Resettlement Action Plan (RAP) For Rehabilitation of Mthawira Parkway in Machinjiri Area, Blantyre City. The Consultant will ensure that all Resettlement Action Plan works are undertaken as per the RCRP2-MW Resettlement Policy Framework, while further ensuring compliance with the relevant local and international environmental and social laws. The assignment is expected to be implemented within 10 months with an estimated man month of 16. The objective for the assignment is to develop and implement a comprehensive RAP that will identify and assess all Project Affected Persons (PAPs) to be compensated before commencement of project works, thus, ensuring that before taking possession of the land and related assets, full compensation has been provided and as applicable displaced people have been resettled and moving allowances have been provided. The detailed Terms of Reference (TORs) for the assignment can be found at the following website or can be obtained upon request at the address given below. The Ministry of Finance and Economic Affairs through the Department of Economic Planning and Development 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:
- Core business of the firm(s) and years in business
- Relevant similar experience, which should specifically include the below:
- Experience in preparation and implementation of Environmental and Social Commitment Plans (ESCPs)
- Experience in Stakeholder Engagement Plans (SEP) on Environmental and Social Management Frameworks (ESMFs),
- Experience in preparation and implementation of the Resettlement Policy Frameworks (RPF) and Resettlement Action Plan (RAP),
- Experience in developing and implementing Livelihood Restoration Plans (LRPs)
- Experience in Environmental and Social Impact Assessments (ESIAs) or Environmental and Social Management Plans (ESMPs) or Environmental and Social Management and Monitoring Plans (ESMMPs),
- Experience in Contractor-ESMPs, Grievance Redress Mechanism (GRM) and Gender Based Violence, Sexual Abuse, Sexual Harassment (GBV/SEA/SH) prevention plans on World Bank funded projects in the SADC region
- Demonstrate experience that it has successfully completed at least 2 similar assignments on preparation and implementation of RAP in an urban setting preferably for World Bank funded projects in the SADC region with verifiable references.
- Experience in engaging with a diverse range of stakeholders, including local communities, project-affected persons (PAPs), local councils, NGOs, Contractors for civil works related projects and government agencies among others.
- 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 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 the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations. Further information can be obtained at the address below during office hours from 8:00 to 12:00; 13:30 to 16:30 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 e-mail) by 14:00PM local time on 23rd December 2025 Physical Address: Regional Climate Resilience Programme for Eastern and Southern Africa 2 (RCRP-2) Area 12, Chinura Road House Number 12-293 gate 42 Near Wamkulu Palace Postal Address The Chairperson, Internal Procurement and Disposal of Assets Committee, Ministry of Finance and Economic Affairs Department of Economic Planning and Development Regional Climate Resilience Programme for Eastern and Southern Africa 2 (RCRP-2) P.O. Box 30136, Capital Hill, Lilongwe 3 Malawi. www.rcrp.gov.mw Alternatively, expression of interest may be emailed to: procurement@rcrp.gov.mw Agency: Department of Economic Planning and Development Procurement method: Quality And Cost-Based Selection Notice type: Request for Expression of Interest Status: Published Value: 180000.0 USD
Buyer & contacts
Documents
Similar tenders
Oral Health Services. Replaces contract # 1158142.
Oral Health Services. Replaces contract # 1158142. Department: Department of Health & Human Svcs Solicitation: 1155406 Contract type: Open Solicitation Vendor: Fatima Oglesby Morris Vendor contact: Fatima Oglesby Morris DA, RDH (fomorris@aol.com) County contact: Bree Stroman (Breanna.Stroman@montgomerycountymd.gov) 240-777-9946 Living wage contract: No
provide access to quality out-of-school programming focusing on reading and math learning interventions for low to moderate-income children at the Germantown Branch Boys & Girls Club
provide access to quality out-of-school programming focusing on reading and math learning interventions for low to moderate-income children at the Germantown Branch Boys & Girls Club Department: Department of Housing & Community Affairs Contract type: Competitive - General Grant Vendor: Boys & Girls Clubs of Greater Washington, Inc. Vendor contact: Shilry Laney (slaney@bgcgw.org) County contact: Eric Harris (eric.harris@montgomerycountymd.gov) 2407779922 Living wage contract: No
Gear Cluster Procurement for Military Distribution
The Defense Logistics Agency is seeking quotes for gear cluster components under NSN 3020008873386. The procurement includes two delivery lines with quantities of 358 units and 1 unit respectively, both destined for DLA Distribution Depot Hill. All qualified suppliers may submit electronic quotes for consideration.
Unlock the full IndexBox Tenders workspace
Get hourly updates across 100k+ opportunities, AI recommendations, and one-click pipeline workflows. Zero obligation.
Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.