Republic of Malawi EGENCO LTD 18 MONTHS PROCUREMENT PLAN- MALAWI EMERGENCY POWER RESTORATION PROJECT I. General 1.Project information Country: Malawi Project Name: Malawi Emergency Power Restoration Project (MEPRP) Project ID: P178914 2.Project Implementation Agency: EGENCO Limited 3.Date of the Procurement Plan: May 17, 2022 4.Period covered by this Procurement Plan: May 2022 to October 2023 II. Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (November 2020) (“Procurement Regulations”) the Bank’s Systematic Tracking and Exchanges in Procurement (STEP) system will be used to prepare, clear and update Procurement Plans and conduct all procurement transactions for the Project. This textual part along with the Procurement Plan tables in STEP constitute the Procurement Plan for the Project. The following conditions apply to all procurement activities in the Procurement Plan. The other elements of the Procurement Plan as required under paragraph 4.4 of the Procurement Regulations are set forth in STEP. III. The Bank’s Standard Procurement Documents: shall be used for all contracts subject to international competitive procurement and those contracts as specified in the Procurement Plan tables in STEP. IV. National Procurement Arrangements: In accordance with paragraph 5.3 of the Procurement Regulations, when approaching the national market (as specified in the Procurement Plan tables in STEP), the country’s own procurement procedures may be used. When the Borrower uses its own national open competitive procurement arrangements as set forth in the Public Procurement and Disposal of Public Assets Act, 2017 of the Republic of Malawi, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations as follows:  Provision of “set-asides” contracts for small enterprises shall not be applied.  Criteria such as environmental aspect, extent of local content, technology transfer, and managerial, scientific & operational skills development shall not be used in the evaluation of bids unless specifically agreed by the Bank on case to case basis.  Procurement Documents include provisions, as agreed with the Bank, intended to adequately mitigate against environmental, social (including sexual exploitation and abuse and gender-based violence), health and safety (“ESHS”) risks and practices. When other national procurement arrangements other than national open competitive procurement arrangements are applied by the Borrower, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations. In accordance with paragraph 5.3 of the Procurement Regulations, the request for bids/request for proposals document shall require that Bidders/Proposers submitting Bids/Proposals present a signed acceptance at the time of bidding, to be incorporated in any resulting contracts, confirming application of, and compliance with, the Bank’s Anti-Corruption Guidelines, including without limitation the Bank’s right to sanction and the Bank’s inspection and audit rights. The form of the Letter of Acceptance is attached in Appendix 1. V. Prequalification. Not expected for the works/goods packages in the procurement plan. VI. Leased Assets as specified under paragraph 5.10 of the Procurement Regulations: Leasing may be used for those contracts identified in the Procurement Plan tables. Not Applicable VII. Procurement of Second-Hand Goods as specified under paragraph 5.11 of the Procurement Regulations – is allowed for those contracts identified in the Procurement Plan tables. Not Applicable. VIII. Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). (a) Goods: Not Applicable for those contracts identified in the Procurement Plan tables. (b) Works: Not Applicable for those contracts identified in the Procurement Plan tables. IX. Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations: If requested by the Recipient, the World Bank will provide procurement hands-on expanded implementation support (HEIS) to help expedite preparation of bidding documents. X. Other Relevant Procurement Information: - (a) Proposed Procedures for CDD Components: Not Applicable (b) Reference to (if any) Project Operational/Procurement Manual: EGENCO and ESCOM will prepare a Procurement Manual which will be part of the Project Implementation Manual (PIM) to elaborate procurement arrangements under the proposed Project. The Procurement Plan will also form part of the PIM. XI. Any Other Special Procurement Arrangements: Being emergency project, simple and fast procurement and selection processes fit for purpose in an emergency will be used including the following streamlined procurement arrangements: (i) increased thresholds for Requests for Quotations (RFQ) to US$1 million for goods and services and US$5 million for works; (ii) direct contracting of firms as appropriate; (iii) Limited Competition with identified manufacturers and suppliers for other items; (iv) Use of procurement agents; (v) Force account, as needed; (vi) Bid Securing Declaration may be used instead of the bid security; (vii) Advance payment may be increased to 40 percent, while secured with the advance payment guarantee; (viii) The time for submission of bids/proposal can be shortened to seven - 15 days in competitive national and international procedures, and to three days for the Request for Quotations, however if bidders request an extension, it should be granted, and (ix) The retroactive financing may be applied to the contracts procured in advance for the purpose of this Project objective using procurement procedures consistent with Sections I, II and III of the World Bank’s Procurement Regulations and consistent with the Financing Agreement of this Project. XII. Procurement Approach and Prior Review Thresholds: Based on the overall procurement risk rating of “Substantial”, the thresholds for the Bank’s prior review and procurement method threshold are provided in the table below: Prior-review Thresholds for Procurement Methods Thresholds Procureme Substanti Works Goods, IT & Non-Consulting Shortlist of National nt al Services Consultants Type Risk ($`000) Works 10,000 Open Request Request Internatio for for Engineerin Open Open nal or Quotatio Open Quotatio Consultin g& Nation Nation ICB n or Internatio n or g Constructi al or al or ($'000 National nal or ICB National Services on NCB NCB Shoppin ($'000) Shoppin ($'000) Supervisio ($'000) ($'000) g g n ($'000) ($'000) ($'000) Goods, IT 2,000 & Non- Consulting ≧ < ≦ ≧ < ≦ < ≦ Services Consultant 1,000 s (Firms) Individual 300 7,000 7,000 200 1,000 1,000 100 200 300 Consultant s Note Given that the project will finance a combination of goods, services, and works for emergency response as per OP 8.00, there is normally no prior review, and there will be no Standstill Period, provided that utilities will informally share documentation for quality assurance purposes before contractual commitments. XIII. Procurement Packages/Plan with Procurement Arrangements and Time Schedule: as per the table below: PROCUREMENT PLAN A. Works 1 2 3 4 5 6 7 8 9 10 Ref Contract Estimated Market Selectio Prequa Domesti Review Expecte Expecte . Description Cost Approa n lificatio c by d bid d No. US$ ch Method n Prefere Bank opening Contrac (yes/no nce (Prior / date t ) (yes/no) Post) Signatu re Date 1 Reconstruction of 193,000.00 Limited RFQ No No Post 01-Jul-22 30-Jul-22 Chilala Bridge 2 Extension of 500,000.00 Limited RFQ No No Post 01-Jul- 30-Jul-22 Stoplog guides /22 and repair of slabs 3 Maintenance of 400,000.00 Limited RFQ No No Post 01-Aug- 31-Aug- Spillway ( Supply 22 22 of wire ropes for 5 Gates) 4 Desilting of River 1,100,000.0 Limited RFB No No Post 01-Jul-22 30-Jul-2 Left Bank Channel 0 5 Rehabilitation or 28,876,769. Limited RFB Yes No Prior 01-Apr- 01-Aug- upgrade of the 00 23 23 Dam Supply, delivery 600,000.00 Limited RFQ No No Post 01-Oct- 31-Oct- 6 and installation of 22 22 Cooling Water System B. Goods and Non-Consulting Services 1 2 3 4 5 6 7 8 9 10 Ref. Contract Estimated Market Selecti Prequ Domesti Revie Expecte Expecte No. Description Cost Approach on alifica c w d bid d US$ Method tion Prefere by opening Contrac (yes/n nce Bank date t o) (yes/no) (Prior Signatu / Post) re Date 1. Motor Vehicles (4 240,000.00 Limited RFQ No No Post 20-May- 31-May- x 4 D/Cab ) 22 22 2. Office Furniture & 25,000.00 Limited RFQ No No Post 20-May- 31-May- Equipment 22 22 C. Consultancy Services 1 2 3 4 5 6 7 8 9 Ref. Contract Estimate Market Selecti Shortlisti Revie Expected Expected No. Description d Approa on ng w proposal Contract Cost ch Method (Yes/No) by opening Signature US$ Bank date Date (Prior / Post) 1. ESIA for Dam Rehabilitation 1,200,000 Limited CQS No Post 01-Aug-22 30-Aug-22 Assessment and Prep of .00 Safeguard Studies and Plans 2. Engineering Consultancy 4,200,000 Limited CQS No Post 30-Jun-22 15-Jul-22 Services OE Phase 2 for the .00 Assessment of the Rehabilitation or Upgrade for the dam Dam Expert – dam safety 240,000.0 Direct DIR No Post 01-Aug-22 30-Aug-22 3. panel 0 Geotechnical Expert – dam 240,000.0 Direct DIR No Post 01-Aug-22 30-Aug-22 4. safety panel 0 5. Hydro-mechanical Expert – 120,000.0 Direct DIR No Post 01-Aug-22 30-Aug-22 dam safety panel 0 6. Hydrological Expert – dam 240,000.0 Direct DIR No Post 01-Aug-22 30-Aug-22 safety panel 0 7. Environmental Engineer on 50,000.00 Direct DIR No Post 01-Aug-22 30-Aug-22 Panel of Experts 7. Social Expert on Panel of 50,000.00 Direct DIR No Post 01-Aug-22 30-Aug-22 Expert 8. Hiring of Environmental. 168,000.0 Limited INDV Yes Post 27-May- 01=Jun-22 Safeguard Specialist for the 0 22 PIU 9. Hiring of Procurement 168,000.0 Limited INDV Yes Post 27-May- 01-Jun-22 Specialist for the PIU 0 22 10. Hiring of Social Specialist 168,000.0 Limited INDV Yes Post 27-May- 01-Jun22 for the PIU 0 22 11 Hiring of a Dam Engineer 40,000.0 Limited INDV Yes Post 20-Jun22 01-Jul22 for the PIU. (To review 0 design and construction supervision of cofferdam done by SVTP consultant during Phase I) RFB – Request for Quotations; RFB – Request form Bids; CQS- Consultant’s Based Qualifications; INDV - Individual Consultant Selection and DIR– Direct Selection. Appendix 1 Letter of Acceptance of the World Bank’s Anti-Corruption Guidelines and Sanctions Framework Date: Invitation of Bids/Proposals No.__________ To: ___________________________________________________________________________ We, along with our sub-contractors, sub-consultants, service providers, suppliers, agents (whether declared or not) consultants and personnel, acknowledge and agree to abide by the World Bank’s policy regarding Fraud and Corruption (corrupt, fraudulent, collusive, coercive, and obstructive practices), as set out and defined in the World Bank’s Anti-Corruption Guidelines1 in connection with the procurement and execution of the contract (in case of award), including any amendments thereto. We declare and warrant that we, along our sub-contractors, sub-consultants, service providers, suppliers, agents (whether declared or not), consultants and personnel, , are not subject to, and are not controlled by any entity or individual that is subject to, a temporary suspension, early temporary suspension, or debarment imposed by a member of the World Bank Group, including, inter alia, a cross-debarment imposed by the World Bank Group as agreed with other international financial institutions (including multilateral development banks), or through the application of a World Bank Group finding of non-responsibility on the basis of Fraud and Corruption in connection with World Bank Group corporate procurement. Further, we are not ineligible under the laws or official regulations of [Insert name of Employer as per bidding document] or pursuant to a decision of the United Nations Security Council. We confirm our understanding of the consequences of not complying with the World Bank’s Anti-Corruption Guidelines, which may include the following: a. rejection of our Proposal/Bid for award of contract; b. in the case of award, termination of the contract, without prejudice to any other remedy for breach of contract; and c. sanctions, pursuant to the Bank’s Anti-Corruption Guidelines and in accordance with its prevailing sanctions policies and procedures as set forth in the Bank’s Sanctions Framework. This may include a public declaration of ineligibility, either indefinitely or for a stated period of time, (i) to be awarded or otherwise benefit from a Bank-financed contract, financially or in any other manner;2 (ii) to be a nominated3 sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed contract; and (iii) to receive the proceeds 1Guidelines on Preventing and Combating Fraud and Corruption in Projects Financed by International Bank for Reconstruction and Development Loans and the International Development Agency Credits and Grants, dated October 15, 2006, and revised in January 2011 and July 2016, as they may be revised from time to time. 2 For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract. 3 A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower. of any loan made by the Bank or otherwise to participate further in the preparation or implementation of any Bank-financed project. We understand that we may be declared ineligible as set out above upon: a. completion of World Bank Group sanctions proceedings according to its prevailing sanctions procedures; b. cross-debarment as agreed with other international financial institutions (including multilateral development banks); c. the application of a World Bank Group finding of non-responsibility on the basis of Fraud and Corruption in connection with World Bank Group corporate procurement; or d. temporary suspension or early temporary suspension in connection with an ongoing World Bank Group sanctions proceeding. For avoidance of doubt, the foregoing effects of ineligibility do not extend to a sanctioned firm’s or individual’s execution of its ongoing Bank-financed contracts (or its ongoing sub-agreements under such contracts) that are not the subject of a material modification, as determined by the Bank. We shall permit, and shall cause our sub-contractors, sub-consultants, agents (whether declared or not), personnel, consultants, service providers or suppliers, to permit the Bank to inspect4 all accounts, records, and other documents relating to the procurement process and/or contract execution (in the case of award), and to have them audited by auditors appointed by the Bank. We agree to preserve all accounts, records, and other documents (whether in hard copy or electronic format) related to the procurement and execution of the contract. Name of the Bidder/Consultant: Name of the person duly authorized to sign the Bid/Proposal on behalf of the Bidder/Consultant: Title of the person signing the Letter: 4 Inspections in this context are usually investigative (i.e., forensic) in nature: they involve fact-finding activities undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is not limited to accessing and examining a firm's or individual's financial records and information, and making copies thereof as relevant; accessing and examining any other documents, data, and information (whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining third-party verification of information. PROCUREMENT Malawi : Emergency Power Restoration Project PLAN General Information Country: Malawi 2022-09-26 Bank’s Approval Date of the Original Procurement Plan: 2023-03-13 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P178914 GPN Date: Project Name: Emergency Power Restoration Project Loan / Credit No: IDA / E0970 Electricity Generation Company Executing Agency(ies): WORKS Activity Reference No. / Estimated Actual Am Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification High SEA/SH R Procurement D Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Contract Complet Description Component Review Type Method Amount (U ount (US$ and Recommendation Signed Contract o. h cess (Y/N) isk ocument Type atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes ion S$) ) for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned MW-EGENCO-314183-CW-RF Request for Bids - Component 1: Kapichira Da B / Rehabilitation Works for t Single Stage - One E Works (without pr 29,000,000.0 Pending Imp 2024-01-1 IDA / E0970 m Rehabilitation and Strengt Post Request for Bids Limited 0.00 2023-04-01 2023-04-06 2023-05-18 2023-06-17 2023-07-22 he Spillway, Embankment Da nvelope equalification) SP 0 lementation 8 hening m, and Dam Instrumentation D Equipment MW-EGENCO-314838-CW-RF Request for Quota Component 1: Kapichira Da Q / Supply, Delivery, Installat Request for Quota Single Stage - One E tions - Small Work Pending Imp 2023-06-3 IDA / E0970 m Rehabilitation and Strengt Post Limited 730,000.00 0.00 2022-11-06 2023-01-01 ion and Commissioning of Up tions nvelope s (Emergency) SP lementation 0 hening graded Cooling System D -Competitive EGC012/WBP178914/W/RFB/ Request for Quota Component 1: Kapichira Da FY2022-23 / Reconstruction Request for Quota Single Stage - One E tions - Small Work Pending Imp 2023-03-2 IDA / E0970 m Rehabilitation and Strengt Post Limited 300,000.00 0.00 2022-09-25 2022-09-29 Works for the Tempory Chilal tions nvelope s (Emergency) SP lementation 8 hening a bridge on Access Road T14 D -Competitive 6 MW-EGENCO-324258-CW-RF Request for Bids - Component 1: Kapichira Da B / Reconstruction Works for Single Stage - One E Small Works SPD Pending Imp 2024-01-1 IDA / E0970 m Rehabilitation and Strengt Post Request for Bids Limited 1,000,000.00 0.00 2023-03-27 2023-04-01 2023-05-13 2023-06-12 2023-07-17 the Permanent Chilala Bridge nvelope (1 envelope proce lementation 3 hening on Access Road T146 ss) Request for Quota EGC049/W/FY2022-23 / Exte Component 1: Kapichira Da Request for Quota Single Stage - One E tions - Small Work Pending Imp 2023-04-2 nsion of the Stoplog Guides f IDA / E0970 m Rehabilitation and Strengt Post Limited 500,000.00 0.00 2022-08-11 2022-10-24 tions nvelope s (Emergency) SP lementation 2 or Spillway hening D -Competitive Request for Quota EGC035/WB/W/RFB/FY2022- Component 1: Kapichira Da Request for Quota Single Stage - One E tions - Small Work Pending Imp 2023-06-1 23 / Construction Works to R IDA / E0970 m Rehabilitation and Strengt Post Limited 1,000,000.00 0.00 2022-10-19 2022-12-14 tions nvelope s (Emergency) SP lementation 2 einforce Embankment Dam i hening D -Competitive n Phase I GOODS Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Estimated Am Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) ount (US$) (US$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual EGC/158/SS/G/FY20-23 / Sup Component 1: Kapichira Da ply and Delivery of lifting wir Request for Quota Single Stage - One E Pending Impl IDA / E0970 m Rehabilitation and Strengt Post Limited 400,000.00 0.00 2022-07-05 2022-07-16 2023-01-12 e ropes for 5 spillway gate fo tions nvelope ementation hening r the Immediate Maintenance of Spillway MW-EGENCO-324264-GO-RF Component 1: Kapichira Da Request for Quota Single Stage - One E Pending Impl Q / Supply and Delivery of ea IDA / E0970 m Rehabilitation and Strengt Post Limited 852,787.00 0.00 2023-05-06 2023-07-01 2023-12-28 tions nvelope ementation rthen and quarry materials fo hening r Phase 2 EGC05/WBP178914/G/RFQ/F Component 1: Kapichira Da Y2022-23 / Procurement of 3 Request for Quota Single Stage - One E Pending Impl IDA / E0970 m Rehabilitation and Strengt Post Limited 240,000.00 0.00 2022-06-22 2022-08-18 2023-02-14 (No.). x Motor vehicles (2.5lit tions nvelope ementation hening res, 4x4 Twin Cab with Cano py) for PIU EGC04/WBP178914/G/RFQ/F Y2022-23 / Procurement of of Component 1: Kapichira Da Request for Quota Single Stage - One E Pending Impl fice furniture and equipment: IDA / E0970 m Rehabilitation and Strengt Post Limited 25,000.00 0.00 2022-06-23 2022-08-09 2023-02-05 tions nvelope ementation 7 (No.) x laptops, 7 (No.) Des hening ks and chairs, 3 (No.) x Fridg es) MW-EGENCO-324081-GO-RF Component 1: Kapichira Da Request for Quota Single Stage - One E Pending Impl Q / Procurement of Mobile ph IDA / E0970 m Rehabilitation and Strengt Post Limited 40,000.00 0.00 2022-11-20 2023-01-15 2023-07-14 tions nvelope ementation one Handsets and airtime. 7 hening (seven) MW-EGENCO-349167-GO-RF Component 1: Kapichira Da Single Stage - One E Pending Impl B / Supply, Delivery and Insta IDA / E0970 m Rehabilitation and Strengt Post Request for Bids Limited 1,334,545.00 0.00 2023-06-12 2023-06-17 2023-07-29 2023-08-28 2023-10-02 2024-03-30 nvelope ementation llation of Dam Instrumentatio hening n Equipment NON CONSULTING SERVICES Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Estimated Am Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) ount (US$) (US$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual MW-EGENCO-324251-NC-RF Component 1: Kapichira Da Q / Hiring of 50-ton mobile cr Request for Quota Single Stage - One E Pending Impl IDA / E0970 m Rehabilitation and Strengt Post Limited 145,000.00 0.00 2022-09-20 2022-09-24 2023-03-23 ane and tipper trucks, and Ex tions nvelope ementation hening cavators for Spillways MW-EGENCO-324253-NC-RF Component 1: Kapichira Da Q / Hiring of Tipper trucks, B Request for Quota Single Stage - One E Pending Impl IDA / E0970 m Rehabilitation and Strengt Post Limited 995,000.00 0.00 2022-07-29 2022-08-02 2023-01-29 ull Dossers, Dampers and Ex tions nvelope ementation hening cavators for Desilting of Rive r left bank channel CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Expression of Interest Short List and Draft R Request for Proposals Opening of Technical Evaluation of Technic Description Component Review Type Method Process Status Terms of Reference Report and Draft Neg Signed Contract Contract Completion o. h unt (US$) (US$) Notice equest for Proposals as Issued Proposals / Minutes al Proposal otiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual MW-EGENCO-324259-CS-CQ S / Consultancy Services for Component 1: Kapichira Da ESIA for Dam Rehabilitation Consultant Qualifi Pending Impleme IDA / E0970 m Rehabilitation and Strengt Post Limited 1,200,000.00 0.00 2022-11-28 2022-12-12 2023-01-11 2023-02-15 2023-08-14 Assessment and Preparation cation Selection ntation hening of Safeguards Studies and pl ans – supervision of impleme ntation of E&S plans Page 1 MW-EGENCO-324260-CS-CQ Component 1: Kapichira Da S / Consultancy Services for Consultant Qualifi Pending Impleme IDA / E0970 m Rehabilitation and Strengt Post Limited 100,000.00 0.00 2022-11-28 2022-12-12 2023-01-11 2023-02-15 2023-08-14 Disaster Risk analysis and E cation Selection ntation hening mergency preparedness for t he project life cycle EGC09/WBP178914/S/RFP/FY 2022-24 / Engineering Consul tancy Services for upgrade of the Dam, Design, procureme Component 1: Kapichira Da Consultant Qualifi Pending Impleme nt support , supervision , up IDA / E0970 m Rehabilitation and Strengt Post Limited 4,200,000.00 0.00 2022-08-11 2022-08-11 2022-11-09 2022-11-12 2023-05-11 cation Selection ntation grade operation manuals, da hening m break analysis, prepare e mergency preparedness plan , dam safety report and Sedi ment Management Plan MW-EGENCO-324256-CS-CQ Component 1: Kapichira Da S / Recruitment of consultant Consultant Qualifi Pending Impleme IDA / E0970 m Rehabilitation and Strengt Post Limited 50,000.00 0.00 2023-01-23 2023-02-06 2023-03-08 2023-04-12 2023-10-09 (Firm) for capacity building in cation Selection ntation hening OHS and working in fast flow ing water INDIVIDUAL CONSULTANTS Activity Reference No. / Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Invitation to Identifie Draft Negotiated Cont Description Component Review Type Method Process Status Terms of Reference Signed Contract Contract Completion o. h unt (US$) (US$) d/Selected Consultant ract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual MW-EGENCO-314823-CS-IND Component 1: Kapichira Da Individual Consult Pending Impleme V / Hiring of Dam Expert on P IDA / E0970 m Rehabilitation and Strengt Post Direct - National 240,000.00 0.00 2022-10-01 2022-10-11 2022-11-01 2022-12-06 2023-06-04 ant Selection ntation anel of Experts hening MW-EGENCO-314816-CS-IND Component 1: Kapichira Da Individual Consult Pending Impleme V / Hiring of an Hydrological IDA / E0970 m Rehabilitation and Strengt Post Direct - National 240,000.00 0.00 2022-10-01 2022-10-11 2022-11-01 2022-12-06 2023-06-04 ant Selection ntation Expert on Panel of Experts hening MW-EGENCO-314824-CS-IND Component 1: Kapichira Da Individual Consult Pending Impleme V / Hiring of Enviromental Saf IDA / E0970 m Rehabilitation and Strengt Post Limited 216,000.00 0.00 2022-10-01 2022-10-06 2022-10-27 2022-12-01 2023-05-30 ant Selection ntation eguards Specialist in PIU hening EGC06/WBP178914/S/RFP/FY Component 1: Kapichira Da 2022-23 / Design and Constr Individual Consult Direct - Internation Pending Impleme IDA / E0970 m Rehabilitation and Strengt Post 168,000.00 0.00 2022-08-02 2022-08-02 2022-08-19 2022-09-10 2023-03-09 uction Supervision Services f ant Selection al ntation hening or construction of the Cofferd am EGC011/WBP178914/S/RFP/F Component 1: Kapichira Da Y2022-23 / Geological Servic Individual Consult Direct - Internation Pending Impleme IDA / E0970 m Rehabilitation and Strengt Post 20,000.00 0.00 2022-08-30 2022-09-01 2022-09-02 2022-09-19 2023-03-18 es for CSD Cofferdam Design ant Selection al ntation hening and Foundation Construction MW-EGENCO-324248-CS-IND Component 1: Kapichira Da Individual Consult Pending Impleme V / Aerial Photography and M IDA / E0970 m Rehabilitation and Strengt Post Limited 50,000.00 0.00 2022-10-26 2022-10-28 2023-01-22 2023-02-26 2023-08-25 ant Selection ntation apping (Drone Survey) hening EGC07/WBP178914/S/RFP/FY Component 1: Kapichira Da Individual Consult Direct - Internation Pending Impleme 2022-23 / Hiring of Sediment IDA / E0970 m Rehabilitation and Strengt Post 168,000.00 0.00 2022-07-18 2022-07-20 2022-08-05 2022-08-16 2023-02-12 ant Selection al ntation Management Expert hening MW-EGENCO-324250-CS-IND Component 1: Kapichira Da Individual Consult Pending Impleme V / Hiring of Monitoring and E IDA / E0970 m Rehabilitation and Strengt Post Limited 144,000.00 0.00 2022-11-28 2022-12-03 2022-12-24 2023-01-28 2023-07-27 ant Selection ntation valuation Specialist hening EGC023/WBP178914/S/RFP/F Component 1: Kapichira Da Individual Consult Pending Impleme Y2022-33 / Hiring of Social a IDA / E0970 m Rehabilitation and Strengt Post Limited 216,000.00 0.00 2022-05-27 2022-06-01 2022-06-08 2022-06-27 2022-12-24 ant Selection ntation nd Gender Safeguards Speci hening alist for PIU MW-EGENCO-314790-CS-IND Component 1: Kapichira Da Individual Consult Pending Impleme V / Hiring of a Social Develop IDA / E0970 m Rehabilitation and Strengt Post Direct - National 240,000.00 0.00 2023-07-31 2023-08-13 2023-09-03 2023-10-08 2024-04-05 ant Selection ntation ment Specialist on Panel of E hening xperts MW-EGENCO-314833-CS-IND Component 1: Kapichira Da Individual Consult Pending Impleme V / Hiring of an Environmenta IDA / E0970 m Rehabilitation and Strengt Post Direct - National 240,000.00 0.00 2023-07-31 2023-08-10 2023-08-31 2023-10-05 2024-04-02 ant Selection ntation l Engineer on Panel of Expert hening s Page 2