Digital Malawi Acceleration Project (DMAP) | Tenderlake

Digital Malawi Acceleration Project (DMAP)

Contract Value:
-
Notice Type:
Prior Information Notice
Published Date:
31 July 2025
Closing Date:
14 August 2025
Location(s):
MW MALAWI
Description:
Consultancy services are sought to prepare Environmental and Social Management Plans for the Digital Malawi Acceleration Project, focusing on broadband expansion and connectivity for government institutions and schools.

Provision of consultancy services for the preparation of Environmental and Social Management Plans

Bid Reference: MW-PPPC-499951-CS-QCBS
Procurement method: Quality And Cost-Based Selection
World Bank project No. : P505095

REQUEST FOR EXPRESSIONS OF INTEREST



(CONSULTING SERVICES – FIRMS SELECTION)



 



COUNTRY:                          MALAWI



NAME OF PROJECT:         DIGITAL MALAWI ACCELERATION PROJECT



GRANT NO:                         IDA-E338-MW                     



ASSIGNMENT TITLE:      PROVISION OF CONSULTANCY SERVICES FOR THE PREPARATION OF ENVIRONMENTAL AND SOCIAL MANAGEMENT PLANS



REFERENCE NO.:              MW-PPPC-499951-CS-QCBS



The Government of Malawi (GoM) has received a grant from the International Development Association (IDA) under the Digital Malawi Acceleration Project (DMAP) to increase access to, and inclusive use of, the internet and improve the Government's capacity to deliver digitally enabled services. The DMAP component 1 subcomponent 1.1 and 1.2, by their nature, pose potential environmental and social risks and impacts. Activities under these subcomponents must fulfil the requirements for the Environmental and Social Framework (ESF) of the World Bank and Environmental Management Act (2017) and other relevant national legislations of the Government of Malawi and intends to apply part of the proceeds for consulting services.



The consulting services (“the Services”) aims at preparing the Environmental and Social Management Plans (ESMP) for:




  1. Lot 1: Expansion of broadband coverage (telecoms towers) in rural areas

  2. Lot 2: Provision of last-mile connectivity targeting 500 government institutions spread across the country

  3. Lot 3: Provision of education sector connectivity, targeting 2000 schools spread across the country.



The Consultant is expected to carry out the following tasks:




  1. Review of the DMAP documents.

  2. Undertake environmental and social screening exercises.

  3. Provide baseline information about environmental, social, economic, and cultural conditions Conducting monitoring visits to the project Sites

  4. Review relevant legal provisions

  5. Identify and assess key potential positive and adverse environmental and social impacts

  6. Propose measures that would enhance the positive effects of the project.

  7. Propose measures that will mitigate the anticipated negative impacts of the project

  8. Conduct stakeholder consultative meetings

  9. Develop a costed ESMP and monitoring plan



The assignment is for a period of three (3) months each Lot with an estimated level of input for Key Experts as follows:




  1. Lot 1: 105 Man days

  2. Lot 2: 140 Man days

  3. Lot 3: 140 Man days



The detailed Terms of Reference (TORs) can be obtained at the following address  https://www.pppc.mw/procurement; or can also be obtained upon request at the address given below.



The Public Private Partnership Commission (PPPC) now invites eligible qualifying Consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consulting Firms should provide information demonstrating that they have the required relevant experience to perform the Services. The shortlisting criteria are:




  1. Core business of the firm(s) and years in business

  2. Relevant similar experience, which should specifically include the following:




  • The firm should demonstrate having experience in providing environmental and social management services to donor funded development projects and at least 5 years of relevant experience of working with World Bank projects.

  • The firm should demonstrate having a solid proficiency in preparing environmental and social instruments such as ESIAs and ESMPs.

  • The firm should demonstrate having a track record of undertaking assignments of similar nature resulting in the submission of at least six environmental and social safeguards instruments, to project developers over the recent years



 3. The firm should demonstrate having a solid team of professionals in relevant areas as indicated in the TORs.  (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 February2025 (“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 be liable for the entire contract, if selected.



A Consultant(s) will be selected in accordance with 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 08:00 to 16:30 hours, local time. Detailed terms of reference (ToRs) are available on the PPPC Website, www.pppc.mw/procurement. The ToRs can also be sent to interested consultants by e-mail upon request from the e-mail address indicated below.



 



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 14th August 2025 at 4:00pm Local Time.



 



The Chairperson,



Internal Procurement and Disposal Committee,



Public Private Partnership Commission



2nd Floor, Livingstone Towers



Glyn Jones Road



P.O. Box 937



Blantyre



MALAWI



 



Tel: +265 1 823 655; Fax : +265 1 821 248 ; E-mail : info@pppc.mw 

The Buyer:
Public Private Partnership Commission
Chimwemwe David Matemba
Livingstone Towers P.O. Box 937 Blantyre
Malawi
Email:
cmatemba@pppc.mw
Additional information:
Link:
Click to view World Bank project page