Expression of Interest for Recruitment of an Integrity Auditor for the Water Security Project in Burkina Faso (PSE-BF). The Government of Burkina Faso has received a credit from the International Development Association (IDA) and intends to use a portion of the proceeds of this credit to make payments under the following contract: Selection of a consultant (firm) for the integrity audit for the Water Security Project in Burkina Faso (PSE-BF). The objective of recruiting the Integrity Auditor is to ensure that appropriate procedures and reviews are in place to maintain the integrity of the procurement and contract execution process (Components 1 and 2). The audit will verify that the financial statements of the PSE-BF are presented in accordance with international accounting standards, and with the accounting principles and methods generally accepted by the IDA. It is expected that this audit will enable the PSE-BF team and its partners to: - Ensure compliance with procurement procedures by verifying that processes are correctly followed and conform to current regulations; - Ensure that the services provided by the Works Supervision and Control Offices comply with contractual requirements; - Ensure the conformity of the works with technical specifications and other technical documents governing the activities; - Formulate recommendations to strengthen the integrity of the projects technical and financial activities. In practical terms, the integrity auditor shall: 1. Regarding the monitoring of ethical compliance The integrity auditor must conduct real-time monitoring. They shall verify that: - decisions taken (contract amendments, modifications) do not conceal favoritism or a diversion from the original scope of the contract; - relationships between public officials and the contract holder remain strictly professional to prevent any conflicts of interest. 2. Regarding the oversight of technical and financial execution The auditor shall examine the actual delivery of services to ensure that public funds are utilized in a proper and regular manner: - verification of services rendered: ensuring that paid invoices correspond to work or services actually executed in accordance with the contractual standards; - analysis of contract amendments: assessing whether contractual modifications are justified by unforeseen technical requirements rather than by a desire to circumvent competitive bidding rules. 3. Regarding the prevention and detection of fraud risks They act as a bulwark against breaches of integrity (corruption, influence peddling, unlawful taking of interest): - warning signals: identifying "red flags" during the execution phase, such as unjustified delays, irregular payments, or frequent changes in key contacts; - execution review: at the conclusion of the project or at key milestones, compiling a comprehensive review that includes an ethical assessment of the contracts execution. The duration of the assignment is one year, renewable subject to a satisfactory evaluation of the services rendered. This duration may not exceed the implementation period of the project. The Directorate of Public Procurement within the Ministry of Agriculture, Water, Animal Resources, and Fisheries invites eligible candidates to express their interest in providing the services described above. Interested Consultants (consulting firms) must provide information demonstrating that they possess the required qualifications and relevant experience to perform the Services, specifically: - brochures or promotional literature presenting the Consultant; - qualifications to perform the Services; - client references; - technical references regarding similar assignments previously executed (including completion dates, costs, clients, and contact details/phone numbers), as well as certificates of satisfactory completion or validation reports, etc. NB: Bidders are required to attachin chronological order and in a legible formatcopies of the cover pages (indicating the subject matter, the contracting authority, and the execution timeframe) and signature pages of the relevant contracts, along with certificates of satisfactory completion, to substantiate their claimed experience; failure to do so shall render the reference invalid. Participation in this competitive process is open to all bidders in good standing with the relevant administrative authorities, provided they are not currently subject to any prohibition or suspension. Consultants may associate with other consultants to pool their respective expertise, forming a joint venture (groupement solidaire). NB: "Similar complexity" is defined in terms of the scope of the contracts, the nature of the services provided, the technical domain, and the geographical context. The b Interested firms must provide information demonstrating that they possess the qualifications required to perform the services outlined above. Expressions of interest dossiers must include, in particular: - a letter of expression of interest addressed to the Minister of State, Minister of Agriculture, Water, Animal and Fisheries Resources (MAERAH); - a presentation of the firm highlighting its identification details (RCCM/Business Registration Number, IFU/Tax ID, location, full address) and its fields of expertise; - the applicants references regarding the execution of similar contracts (attach copies of the cover and signature pages of the contracts, certificates of satisfactory performance, or validation reports). The pre-selection criteria will focus on: o Having been established for at least 5 years and being active in the technical auditing of dam construction/rehabilitation and hydro-agricultural development works; o Having successfully completed at least two (02) construction/rehabilitation audit assignments involving hydro-agricultural infrastructure and dams within the last ten (10) years; o Possessing knowledge and expertise in the field of integrated natural resource management and the monitoring of projects implemented by state-owned corporations or national enterprises. Similar references must be substantiated by copies of contracts (including the cover page indicating the amount and source of funding, the scope of work, the client, the execution timeframe, the signature page, the key personnel mobilized by the consultant, the client contact details, the candidates role in the event of a consortiumwhether as lead firm or memberthe project size [Program/Project Budget], and a certificate of satisfactory completion). Experience gained by the consultantor consortium of consultantsworking on projects funded by multilateral institutions will be considered an asset and, as such, will be duly recorded and given added weight during the evaluation. The consultant shall also provide a summary sheet for each similar assignment submitted as a reference. References pertaining to work performed as a subcontractor will not be taken into consideration. Consultants are hereby advised that the provisions set forth in Paragraphs 3.14, 3.16, 3.17, and 3.19 of Section III of the "World Bank Procurement Regulations for IPF Borrowers" (Revised September 2025)specifically those pertaining to the World Banks rules regarding conflicts of interestare applicable to this process. Consultants may associate with other firms in the form of a joint venture to enhance their respective competencies. A Consultant (firm) will be selected using the Consultants Qualification-Based Selection (CQS) method, as described in Paragraph 7.11 of the "World Bank Procurement Regulations for IPF Borrowers" (Revised September 2025). [Disclaimer: The above text is machine translated. For accurate information kindly refer the original document.] Tender Link : Burkina Faso