Consultancy for Groundwater Dependency and Vulnerability Assessment in Four Inland African Cities
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-OP00421174
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 : South Africa Project : The Sustainable Groundwater Management in the SADC Member States – Project Phase 2 Grant No .: GEF 176607 Assignment Title : Consultancy Services to Determine Dependency and Vulnerability of Groundwater in the Inland Cities (Dodoma, Harare, Lusaka and Windhoek) Reference No.: ZA-SADC-GMI-521601-CS-CQS The SADC Groundwater Management Institute (SADC-GMI), through the SADC Secretariat, has received financing from the World Bank toward the cost of the Sustainable Groundwater Management in the SADC Member States Project under GEF Grant Number 176607 and intends to apply part of the proceeds for consulting services.
The consulting services ("the Services") will focus on determining the dependency and vulnerability of groundwater in the inland cities of Dodoma, Harare, Lusaka and Windhoek. The estimated level of effort is 370 person-days shared among 7 Key Experts and deployed over twelve (12) months. The implementation period is expected to start on 1 March 2026.
The detailed Terms of Reference (TOR) for the assignment can be found on the SADC-GMI website: www.sadc-gmi.org . SADC-GMI now invites eligible consulting firms ("Consultants") to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they possess the required qualifications and relevant experience to perform the Services.
The shortlisting criteria are as follows: Relevance and suitability of the core business area of the applicant firm to the subject assignment and the number of active years in the business/in the consulting industry.
Expand full description
The applicant firm’s overall institutional, managerial, and technical competence and capability , in terms of financial strength, institutional quality management system, and a good track record in providing urban water dependency and vulnerability assessment services, are desirable factors to be assessed for the shortlisting.
At least ten (10) years of relevant experience in the field of urban water dependency and vulnerability assessments and groundwater studies, with at least five (5) similar assignments in complexity and nature, and preferably three (3) of them in the Sub-Saharan Africa (SSA) region. Technical and professional capabilities to deliver on the assignment must be demonstrated through previous assignments done.
Relevant completion certificates and/or letters of recommendation from clients must be provided. A good number and mix of a pool of professional experts under the firm’s command, as well as the applicant firm’s experience in different countries—including working experience in socio-economic and geographic contexts similar to those of the Southern African region—would be an advantage.
Note: The qualifications and experience of Key Experts shall not be evaluated at this 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 September 2025 ).
In addition, please refer to the following specific information on conflict of interest related to this assignment: Consultants shall not be hired for any assignment that would conflict with their prior or current obligations to other clients, or that may place them in a position of being unable to carry out the assignment in the best interest of the Borrower, as per paragraph 3.17 of the Procurement Regulations.
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 partners shall be jointly and severally liable for the entire contract if selected.
A Consultant will be selected in accordance with the Consultant’s Qualifications Selection (CQS) method set out in the World Bank’s Procurement Regulations. Further information can be obtained via email at procurement@sadc-gmi.org during office hours from 0800 to 1700 hours . Expressions of interest must be submitted electronically to procurement@sadc-gmi.org no later than 30 January 2026 .
REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) Country : South Africa Project : The Sustainable Groundwater Management in the SADC Member States – Project Phase 2 Grant No .: GEF 176607 Assignment Title : Consultancy Services to Determine Dependency and Vulnerability of Groundwater in the Inland Cities (Dodoma, Harare, Lusaka and Windhoek) Reference No.: ZA-SADC-GMI-521601-CS-CQS The SADC Groundwater Management Institute (SADC-GMI), through the SADC Secretariat, has received financing from the World Bank toward the cost of the Sustainable Groundwater Management in the SADC Member States Project under GEF Grant Number 176607 and intends to apply part of the proceeds for consulting services.
The consulting services ("the Services") will focus on determining the dependency and vulnerability of groundwater in the inland cities of Dodoma, Harare, Lusaka and Windhoek. The estimated level of effort is 370 person-days shared among 7 Key Experts and deployed over twelve (12) months. The implementation period is expected to start on 1 March 2026.
The detailed Terms of Reference (TOR) for the assignment can be found on the SADC-GMI website: www.sadc-gmi.org . SADC-GMI now invites eligible consulting firms ("Consultants") to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they possess the required qualifications and relevant experience to perform the Services.
The shortlisting criteria are as follows: Relevance and suitability of the core business area of the applicant firm to the subject assignment and the number of active years in the business/in the consulting industry.
The applicant firm’s overall institutional, managerial, and technical competence and capability , in terms of financial strength, institutional quality management system, and a good track record in providing urban water dependency and vulnerability assessment services, are desirable factors to be assessed for the shortlisting.
At least ten (10) years of relevant experience in the field of urban water dependency and vulnerability assessments and groundwater studies, with at least five (5) similar assignments in complexity and nature, and preferably three (3) of them in the Sub-Saharan Africa (SSA) region. Technical and professional capabilities to deliver on the assignment must be demonstrated through previous assignments done.
Relevant completion certificates and/or letters of recommendation from clients must be provided. A good number and mix of a pool of professional experts under the firm’s command, as well as the applicant firm’s experience in different countries—including working experience in socio-economic and geographic contexts similar to those of the Southern African region—would be an advantage.
Note: The qualifications and experience of Key Experts shall not be evaluated at this 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 September 2025 ).
In addition, please refer to the following specific information on conflict of interest related to this assignment: Consultants shall not be hired for any assignment that would conflict with their prior or current obligations to other clients, or that may place them in a position of being unable to carry out the assignment in the best interest of the Borrower, as per paragraph 3.17 of the Procurement Regulations.
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 partners shall be jointly and severally liable for the entire contract if selected.
A Consultant will be selected in accordance with the Consultant’s Qualifications Selection (CQS) method set out in the World Bank’s Procurement Regulations. Further information can be obtained via email at procurement@sadc-gmi.org during office hours from 0800 to 1700 hours . Expressions of interest must be submitted electronically to procurement@sadc-gmi.org no later than 30 January 2026 .
REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) Country : South Africa Project : The Sustainable Groundwater Management in the SADC Member States – Project Phase 2 Grant No .: GEF 176607 Assignment Title : Consultancy Services to Determine Dependency and Vulnerability of Groundwater in the Inland Cities (Dodoma, Harare, Lusaka and Windhoek) Reference No.: ZA-SADC-GMI-521601-CS-CQS The SADC Groundwater Management Institute (SADC-GMI), through the SADC Secretariat, has received financing from the World Bank toward the cost of the Sustainable Groundwater Management in the SADC Member States Project under GEF Grant Number 176607 and intends to apply part of the proceeds for consulting services.
The consulting services ("the Services") will focus on determining the dependency and vulnerability of groundwater in the inland cities of Dodoma, Harare, Lusaka and Windhoek. The estimated level of effort is 370 person-days shared among 7 Key Experts and deployed over twelve (12) months. The implementation period is expected to start on 1 March 2026.
The detailed Terms of Reference (TOR) for the assignment can be found on the SADC-GMI website: www.sadc-gmi.org . SADC-GMI now invites eligible consulting firms ("Consultants") to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they possess the required qualifications and relevant experience to perform the Services.
The shortlisting criteria are as follows: Relevance and suitability of the core business area of the applicant firm to the subject assignment and the number of active years in the business/in the consulting industry.
The applicant firm’s overall institutional, managerial, and technical competence and capability , in terms of financial strength, institutional quality management system, and a good track record in providing urban water dependency and vulnerability assessment services, are desirable factors to be assessed for the shortlisting.
At least ten (10) years of relevant experience in the field of urban water dependency and vulnerability assessments and groundwater studies, with at least five (5) similar assignments in complexity and nature, and preferably three (3) of them in the Sub-Saharan Africa (SSA) region. Technical and professional capabilities to deliver on the assignment must be demonstrated through previous assignments done.
Relevant completion certificates and/or letters of recommendation from clients must be provided. A good number and mix of a pool of professional experts under the firm’s command, as well as the applicant firm’s experience in different countries—including working experience in socio-economic and geographic contexts similar to those of the Southern African region—would be an advantage.
Note: The qualifications and experience of Key Experts shall not be evaluated at this 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 September 2025 ).
In addition, please refer to the following specific information on conflict of interest related to this assignment: Consultants shall not be hired for any assignment that would conflict with their prior or current obligations to other clients, or that may place them in a position of being unable to carry out the assignment in the best interest of the Borrower, as per paragraph 3.17 of the Procurement Regulations.
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 partners shall be jointly and severally liable for the entire contract if selected.
A Consultant will be selected in accordance with the Consultant’s Qualifications Selection (CQS) method set out in the World Bank’s Procurement Regulations. Further information can be obtained via email at procurement@sadc-gmi.org during office hours from 0800 to 1700 hours . Expressions of interest must be submitted electronically to procurement@sadc-gmi.org no later than 30 January 2026 .
REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) Country : South Africa Project : The Sustainable Groundwater Management in the SADC Member States – Project Phase 2 Grant No .: GEF 176607 Assignment Title : Consultancy Services to Determine Dependency and Vulnerability of Groundwater in the Inland Cities (Dodoma, Harare, Lusaka and Windhoek) Reference No.: ZA-SADC-GMI-521601-CS-CQS The SADC Groundwater Management Institute (SADC-GMI), through the SADC Secretariat, has received financing from the World Bank toward the cost of the Sustainable Groundwater Management in the SADC Member States Project under GEF Grant Number 176607 and intends to apply part of the proceeds for consulting services.
The consulting services ("the Services") will focus on determining the dependency and vulnerability of groundwater in the inland cities of Dodoma, Harare, Lusaka and Windhoek. The estimated level of effort is 370 person-days shared among 7 Key Experts and deployed over twelve (12) months. The implementation period is expected to start on 1 March 2026.
The detailed Terms of Reference (TOR) for the assignment can be found on the SADC-GMI website: www.sadc-gmi.org . SADC-GMI now invites eligible consulting firms ("Consultants") to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they possess the required qualifications and relevant experience to perform the Services.
The shortlisting criteria are as follows: Relevance and suitability of the core business area of the applicant firm to the subject assignment and the number of active years in the business/in the consulting industry.
The applicant firm’s overall institutional, managerial, and technical competence and capability , in terms of financial strength, institutional quality management system, and a good track record in providing urban water dependency and vulnerability assessment services, are desirable factors to be assessed for the shortlisting.
At least ten (10) years of relevant experience in the field of urban water dependency and vulnerability assessments and groundwater studies, with at least five (5) similar assignments in complexity and nature, and preferably three (3) of them in the Sub-Saharan Africa (SSA) region. Technical and professional capabilities to deliver on the assignment must be demonstrated through previous assignments done.
Relevant completion certificates and/or letters of recommendation from clients must be provided. A good number and mix of a pool of professional experts under the firm’s command, as well as the applicant firm’s experience in different countries—including working experience in socio-economic and geographic contexts similar to those of the Southern African region—would be an advantage.
Note: The qualifications and experience of Key Experts shall not be evaluated at this 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 September 2025 ).
In addition, please refer to the following specific information on conflict of interest related to this assignment: Consultants shall not be hired for any assignment that would conflict with their prior or current obligations to other clients, or that may place them in a position of being unable to carry out the assignment in the best interest of the Borrower, as per paragraph 3.17 of the Procurement Regulations.
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 partners shall be jointly and severally liable for the entire contract if selected.
A Consultant will be selected in accordance with the Consultant’s Qualifications Selection (CQS) method set out in the World Bank’s Procurement Regulations. Further information can be obtained via email at procurement@sadc-gmi.org during office hours from 0800 to 1700 hours . Expressions of interest must be submitted electronically to procurement@sadc-gmi.org no later than 30 January 2026 .
Agency: SADC-GMI Procurement method: Consultant Qualification Selection Notice type: Request for Expression of Interest Status: Published Value: 240000.0 USD
Buyer & contacts
Documents
Tags & Signals
Similar tenders
Groundwater Situational Analysis Report Preparation Services
This procurement seeks professional services to produce a comprehensive groundwater situational analysis report. The assignment involves characterizing groundwater conditions and analyzing the current situation. The contractor will undertake specific tasks related to groundwater assessment and reporting.
Repair and Installation of Spare Parts for Chevrolet Impala Vehicle
This tender involves the repair, securing, and installation of spare parts for a 2018 Chevrolet Impala vehicle with license plate 8502, which was damaged in a traffic accident. The procurement covers necessary automotive components and repair services to restore the vehicle to operational condition. The work includes both mechanical repairs and installation of replacement parts.
Repair and Installation of Spare Parts for 2012 Toyota Hilux Vehicle
This tender involves the repair, securing, and installation of spare parts for a 2012 Toyota Hilux vehicle. The procurement covers necessary maintenance and component replacement services. The work aims to restore the vehicle to proper operational condition.
Unlock the full IndexBox Tenders workspace
Get hourly updates across 100k+ opportunities, AI recommendations, and one-click autopilot 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.