
Department of Economic Planning and Development
Government of Malawi
REQUEST FOR EXPRESSION OF INTEREST (INDIVIDUAL CONSULTANTS SELECTION)
COUNTRY: Malawi
NAME OF PROJECT: REGIONAL CLIMATE RESILIENCE FOR EASTERN AND SOUTHERN AFRICA 2 (RCRP)
Grant No.: E2800
Assignment Title: Occupation Health & Safety Specialist
Reference No.: MW-EP&D-401192-CS-INDV
1. Background
This request for expression of interest follows the General Procurement Notice for the Regional Climate Resilience for Eastern and Southern Africa 2 (RCRP-2) that appeared in the World Bank Website on 23rd April, 2025.
The Government of Malawi through the Ministry of Finance (MoF) has received financing from the World Bank toward the cost of the Regional Climate Resilience for Eastern and Southern Africa 2 (RCRP) and intends to apply part of the proceeds for consulting services.
2. Brief Description
The consulting services (“the Services”) include Working in collaboration with PCU members, Environmental Safeguards Specialist and Social Safeguard Specialists, as well as other technical specialists, the incumbent will familiarize him/herself with the ESCP, ESMF, and, when developed and approved, the ESIA, ESMPs and shall ensure that relevant OHS management plans and relevant OHS instruments are in place and also ensure timely, efficient and effective implementation of the tools as outlined in the Environmental and Social Commitment Plan (ESCP) and Environmental and Social Management Framework (ESMF) and where appropriate, recommend on the improvements to be made to the PCU. The Occupational Health and Safety Specialist will be responsible for the day-to-day facilitation and coordination of all activities related to occupational health and safety standards under the project, including developing standard operating procedures, addressing health and safety issues of the various activities within the project works scope, ensuring compliance with World Bank’s ESF, Malawian OHS laws and policies, Good Industrial International Practices (GlIPs) and other occupational health and safety guidelines. The incumbent will present a progress report to the Project Coordinator on a monthly basis, highlighting a synthesis of progress against planned actions, key challenges, and proposed management decisions.
3. Duration of the assignment
The assignments are for period of five years with contract eligible for review and renewal annually depending on performance.
The detailed Terms of Reference (TOR) for the assignment can be obtained by writing an email to the following email address: epd_procurement@finance.gov.mw
The Department of Economic Planning & Development now invites eligible individual Consultants to indicate their interest in providing the they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are: Individual Consultant;
4. Qualification and experience
The candidate should meet the following minimum qualifications and expertise
- Master’s Degree in disciplines such as engineering (Civil, Electrical, Mechanical Environmental, Quality and Safety), Health and Safety or closely related field. Those with postgraduate qualifications and/ or international certificate in OHS e.g. NEBOSH, in relevant or similar fields will have an added advantage.
- A minimum of 8 years of demonstrable project experience in developing, implementing and/or supervising OHS in construction, with experience in transport infrastructure, energy, hydropower, DRM and or extractives sectors at similar or senior level;
- Knowledge of OHS management systems, including experience auditing/ assessing health and safety programs and systems.
- Membership of professional bodies and experience in implementing World Bank funded projects and/or other multilateral banks’ OHS policies
- Have a working knowledge of Malawi’s legal framework on occupational health and workers welfare.
- Familiarity with Government of Malawi standard procedures and practices with regards to infrastructure construction projects will be a plus; thorough understanding of social regulatory framework will be a plus.
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” February, 2025. (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.
A Consultant will be selected in accordance with the Individual Consultant Selection method set out in the Procurement Regulations.
Further information can be obtained at the address below during office hours 7:30am to 12:00pm and from 13:30pm to 16:30pm excluding public holidays.
5. Mode of Application
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 04th June, 2025 on or before 14:00 hours local time. Individual Consultants submitting their CVs via email must obtain confirmation of receipt from The Department of Economic Planning & Development, Regional Climate Resilience Project.
If an Individual Consultant does not receive an acknowledgment from The Department of Economic Planning & Development within two days of sending the documents, they should contact Procurement Specialist
for follow-up.
Procurement & Disposal Unit
Attn: Sylvester Jere, Procurement Specialist
Department of Economic Planning and Development
Regional Climate Resilience Program
P. O. Box 30136
Lilongwe
MALAWI.
Tel: (+265) 999 211 175/ 999 636 474
E-mail: epd_procurement@finance.gov.mw