Header

Consultancy: To Conduct a Benchmark Study on Malawi’s Trade Facilitation Systems and Processes

Reference: PX/MAI/0355
Location: Malawi
Duration: 15 person weeks (75 person days)
Closing Date: 1 Apr 2011

Background

The Government of Malawi through the Ministry of Industry and

Trade has requested the Commonwealth Secretariat for assistance to benchmark Malawi’s trade facilitation system and processes.

Malawi is a small, landlocked country whose development depends on transit solutions in neighbouring countries to access gateways to international markets.

Malawi essentially relies on three relatively long land routes to access international gateways: the road to Durban (2300 km), the road to Beira and the railroad to the port of Nacala in Mozambique, both about 800 km.

Malawi’s global competitiveness has been lagging behind in global ranking. According to World Bank published “Doing Business Guide 2010”, Malawi’s ranking has declined from 169th to 172st. Malawi is not featured in the World Bank’s Logistics Performance Index, indicators measuring the at-the-border and behind-the-border trade policy performance and outcome.

2. Purpose of the project

To improve Malawi’s trade competitiveness by adopting best practice systems and processes

3. Description of the project

The main objective of the project is to carry out a trade facilitation benchmarking study against international best practices that will assist the Government of Malawi to improve its competitiveness and develop a strategy to implement the changes.

4. Scope of work

The consultant(s) will work closely with the Project Manager from the Special Advisory Services Division (SASD) and, using internationally acknowledged methodology, will perform the following tasks:

i) Preparation of a comparative analysis of trade facilitation systems against best international practices.

ii) Recommendations on short, medium and long term strategies that should be put in place to improve the country’s’ trade facilitation systems.

iii) Review of the existing border control procedures with the neighbouring countries

iv) Develop Strategies to enhance compliance (risk management).

v) Identification main implementation bottlenecks

vi) Conduct two stakeholder consultation workshops

vii) Conduct a regional symposium on Improving Trade Flows

viii) Preparation of detailed action plan, budget and strategy for addressing the gaps identified in the benchmark study.

5. Consultants’ Output

  • An in-depth Benchmark study on Malawi’s Trade Facilitation systems and Process against best international practices
  • Detailed action plan, budget and strategy for implementation to address the limitation identified in the current trade facilitation systems and process
  • Conduct two stakeholder workshops and the Regional Symposium on Improving trade flows

6. Expected Project Outcomes

  • Reduction in bureaucracy and business facilitation delays
  • Introduction of simplified and harmonized customs’ procedures
  • Improved service levels from Government trade related agencies in the trade logistics supply chain
  • Increased intra region trade
  • Improvement in the global competitiveness rankings assigned to Malawi in the short to medium

7. Key performance indicators

  • All project deliverables produced within budget and schedule.
  • Interim outputs and final reports accepted by the Ministry of Industry and Trade other and key public and private stakeholders.

8. Responsible to:

Project Manager/ Advisor (Trade), Special Advisory Services Division

9. Required expertise

  1. Proven international expertise and experience in Trade Facilitation, Logistics and Customs.
  2. Proven international and regional experience of conducting projects of similar nature.
  3. In-depth knowledge of the region’s trade facilitation issues.
  4. Post graduate qualifications in transport economics, economics systems design and analysis, public policy, international business and law are desirable.
  5. Excellent communication skills are essential, as is the ability to interface effectively at all levels.

10. Duration and Project Budget

The total duration is 15 person weeks. The project budget is at an all inclusive fee of £32,100.00 (includes fees, subsistence allowance (12 days), air travel expenses, Incidentals and any other project related costs).

11. Submission of Proposals

You are required to submit a proposal which should include the following:

  • Company profile;
  • Resume of consultant(s);
  • Proposed approach to effectively deliver the outputs;
  • Budget and time lines

1. This invitation is open to consulting companies (registered in any Commonwealth member country) and individual consultant(s) teaming with other individual consultant(s).

2. Consultants must demonstrate their knowledge of the subject by clearly interpreting the terms of reference and providing a methodology and approach that they will adopt in undertaking the assignment.

3. Consultants must provide a clear work plan that they will use in undertaking the assignment.

4. A financial proposal on fees, air and local travel, subsistence and other costs must be attached to the proposal.

5. Consulting companies must provide the names and nationalities of all the consultants who will be involved in the project, their respective levels of effort and their CVs.

6. Consulting companies should also attach their company profile/capability statement to the proposal.

7. Proposals should be submitted to the attention of Mr James Lek via email at j.lek@commonwealth.int

8. The deadline for submission of proposals is GMT 2359 hrs on Friday, 01 April 2011.

Download Terms of Reference