RESILIENT AND STRATEGIC TRANSPORT OPERATIONAL ENHANCEMENT PROJECT (RESTORE) P500625
COUNTRY: MALAWI
NAME OF PROJECT: RESILIENT AND STRATEGIC TRANSPORT OPERATIONAL ENHANCEMENT PROJECT (P500625)
GRANT NO: IDA VS160
ASSIGNMENT TITLE: CONSULTANCY SERVICES FOR SYSTEMATIC ROAD SAFETY AUDIT OF THE DETAILED ENGINEERING DESIGN AND CONSTRUCTION OF THABWA-CHIKWAWA-BANGULA (M001) ROAD AND THABWA - MASENJERE-FATIMA CHITSEKO (SEVENI) (3152) ROAD
REFERENCE NO.: MW-RA-528665-CS-CQS
ISSUE DATE: 19 JANUARY, 2026
The Government of Malawi (GoM) has applied for financing from the World Bank toward the cost of the Resilient and Strategic Transport Operational Enhancement Project (RESTORE) to support efforts to provide safe and climate resilient transport connectivity in the Lower Shire Valley and strengthen the institutional capacity for climate-resilient road asset management. The RESTORE project will focus on rehabilitating the M001 road and upgrading $152 road, namely Thabwa-Chikwawa - Bangula Road and Thabwa - Masenjere -Fatima- Chitseko (Seveni) respectively in the lower Shire valley and selected marketplaces along M001 and $152 for resilient and safe connectivity; and the enhancement of government's capacity of mainstreaming climate resilience in the life cycle of transport asset management. The section of M001 road from Thabwa-Chikwawa-Bangula is approximately 90 km while the $152 road from Thabwa-Chitseko (Seveni) is 59km long.
The consulting services (the Services") is to undertake a systematic Road Safety Audit (RSA) and IRAP Assessments, namely: Star Rating for Schools (SR4S) and Star Rating for Designs (SR4D) of the Engineering Design of Upgrading of Thabwa-Chikwawa-Bangula (M001) and Thabwa-Chitseko(Seveni) (S152) Roads. It is envisioned that the Road Safety Audit (RSA) and IRAP Assessments will lead to safety improvement and ensure attainment of 3-Stars or above of the roads hence greatly contributing to reduction of fatalities once opened to traffic. The expected start date of assignment is April, 2026.
The detailed Terms of Reference (TOR) for the assignment can be found at the following website:www.ra.org.mw.
The Roads Authority 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:
1) Core business of the firm(s) and years in business.
2) Consultancy firm should be registered with the National Construction Industry Council or similar body as required.
3) Relevant experience which should specifically include the following:
(a). At least five years general experience in road design services
(b). Experience in carrying out Road Safety Audits with at least two (2) road safety audit assignments done in the last 5 years
4) Technical and Managerial capability of the firm(s) (Provide only the structure of the organization. Do not provide CVS of the Experts). Key Experts will not be evaluated at the short-listing 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-6th Edition" dated February, 2025 ("Procurement Regulations"), setting forth the World Bank's policy on conflict of interest.
In addition, please refer to the following specific information on conflict of interest related to this assignment: "Faimess and transparency in the selection process require that Consultants or their affiliates, competing for a Consulting assignment do not derive a competitive advantage from having provided Consulting Services related to it. To that end, the Borrower shall make available to all short-listed Consultants, together with the request for proposals document, all information that would give a Consultant a competitive advantage".
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 Consultant's Qualifications-based Selection (COS) method as set out in the Procurement Regulations.
Further Information can be obtained at the address below during office hours 0730 to 1200 and from 1300 to 1630 Local Time.
Expressions of Interest must be delivered in a written form to the address below (in person, by mail, or by e-mail) by 4th February, 2026.
The Chairperson,
Internal Procurement and Disposal Committee,
Roads Authority,
Room 35
Attn: Procurement Manager
Functional Building,
Off Paul Kagame Road,
Private Bag B346,
Lilongwe 3,
Malawi
E-mail: wphiri@ra.org.mw Cc.: mmalinda@ra.org.mw; ipc@ra.org.mw
Website: www.ra.org.mw