PUBLIC PRIVATE PARTNERSHIP COMMISSION (PPPC) has floated a tender for Provision of Consultancy Services to Conduct a Base Line Survey. The project location is Malawi and the tender is closing on 10 Dec 2021. The tender notice number is , while the TOT Ref Number is 60424990. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Malawi

Summary : Provision of Consultancy Services to Conduct a Base Line Survey

Deadline : 10 Dec 2021

Other Information

Notice Type : Tender

TOT Ref.No.: 60424990

Document Ref. No. :

Competition : ICB

Financier : World Bank (WB)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : PUBLIC PRIVATE PARTNERSHIP COMMISSION (PPPC)
Internal Procurement and Disposal Committee, Public Private Partnership Commission, 2nd Floor, Livingstone Towers, Glyn Jones Road, P.O. Box 937, Blantyre Tel: +265-1823655 Fax: +265-1821248 Attn: The Chairman
Malawi
Email :info@pppc.mw

Tender Details

Tenders are invited for Provision of Consultancy Services to Conduct a Base Line Survey on the Current Manual Public Procurement Systems and Environment in Malawi.

The Government of Malawi has received financing from the World Bank toward the cost of the implementation of a new ICT Project “Digital Malawi Program Phase I: Digital foundations Project”, and intends to apply part of the proceeds for the consulting services to conduct a Base Line Survey on the current manual Public Procurement Systems and Environment in Malawi.

The Public Procurement and Disposal of Assets Authority (PPDA) was established following the enactment of the Public Procurement and Disposal of Public Assets (PPD) Act of 2017. The mandate of the Authority is to regulate, monitor and oversee public procurement and disposal of public assets in Malawi.

The Authority is mandated to authorize procuring and disposing entities to use other forms of communications, including electronic communication, in all aspects of the procurement cycle with the aim of achieving its objectives.

As part of the Digital Malawi project, the Government intends to use part of the proceeds to engage a Consultant to develop a Monitoring and Evaluation framework and conduct a Base Line Survey on the current manual Public Procurement System and Environment in Malawi.

The general objective of the assignment is to develop a Monitoring and Evaluation framework and carry out a survey that would establish a baseline to measure the effectiveness and efficiency of the current public procurement system on key indicators in the data collected from public procurement stakeholders ranging from Procuring and Disposal Entities (PDEs), Development Partners, Anti-Corruption Bureau, Civil Society Organizations, Private sector, the Malawi Confederation of Chambers of Commerce and Industry, and Suppliers (based in Malawi and abroad) and regulatory institutions and Financial Institutions.

The estimated level of effort for the assignment is 135man days within the duration of three (3) months.

The detailed Terms of Reference (TORs) for the assignment can be found in the attachment below 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) Demonstrate having carried out and successfully completed at least two similar assignment during the past 5 years demonstrable by completion certificates from the contracting institutions.

(2) Demonstrate knowledge of carrying similar surveys in developing countries.

(3) Demonstrate knowledge of public procurement process and procedures and is conversant with survey requirements to have credible results.

(4) The firm should demonstrate having technical and managerial capabilities to successfully execute the assignment through a brief presentation of the firm-s management structure and number of permanent staffs. 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” July 2016 Revised November 2017 and August 2018, 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.

Consultants 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, that is, 08:00 to 4:30 hours.

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 2:00pm local time on Friday 10th December 2021.

Documents

 Tender Notice