GOVERNANCE TO ENABLE SERVICE DELIVERY IN MALAWI PROJECT PREPARATION ADVANCE (PPA) PROCUREMENT PLAN I. General 1. Project Information Country: Malawi Project Name: Governance to Enable Service Delivery in Malawi Project ID: P164961 2. Project Implementation Agency: National Local Government Finance Committee (NLGFC) 3. Date of the Procurement Plan: February 1, 2019 4. Period Covered by this procurement plan: II. Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016 revised November 2017 and August 2018) (“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 as set forth in STEP. III. Bank’s Standard Procurement Documents: 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. 1 When the Borrower uses its own national open competitive procurement arrangements as set forth in The Public Procurement and Disposal of Assets Act, 2017 and its subsidiary instruments namely: The Public Procurement Regulations, 2004, Desk Instructions (2005), Standard bidding Documents and Circulars for the Public Procurement and Disposal of Assets (PPDA) Authority such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations under the following conditions: o Provision of “set-asides” contracts for small enterprises shall not be applied. o 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. o Procurement Documents include provisions, intended to adequately mitigate against environmental, social (including sexual exploitation and abuse and gender-based violence), health and safety (“ESHS”) risks and impacts When other national procurement arrangements other than national open competitive procurement arrangements are applied by the Borrower, such arrangements shall be subject to paragraph 5.5 of the Procurement Regulations. In accordance with paragraph 5.4(c) and 5.5 of the Procurement Regulations, the request for bids/request for proposals/request for quotations document shall require that Bidders/Proposers submitting Bids/Proposals/quotations 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: N/A VI. Leased Assets as specified under paragraph 5.10 of the Procurement Regulations: Not Applicable. VII. Procurement of Second Hand Goods as specified under paragraph 5.11 of the Procurement Regulations: Not Applicable. VIII. Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). (a) Goods: N/A 2 (b) Works: N/A Domestic preference is not applicable for National Open Competitive Procurement IX. Other Relevant Procurement Information Provide any other relevant procurement information such as procedures for CDD components, Procurement in Situations of Urgent Need of Assistance or Capacity Constraints etc.--NONE X. Procurement Prior Review Thresholds (US$ millions): The overall Project procurement Risk is Substantial. The project being a non- emergency project, there would be generally prior reviews of cases unless specifically indicated in the Procurement Plan as a special measure. Post Review: All contracts not subject to prior review shall be subject to post review. XI. Procurement Prior Review Thresholds Based on Substantial Risk Rating (US$ millions) Type of Procurement Threshold (Million USD) Works (including turnkey, supply & installation of plant 5 and equipment, and PPP) Goods, information technology and non-consulting 1.5 services Consultants: firms 0.5 Consultants: Individuals 0.2 XII. Thresholds for procurement approaches and methods 3 Works Goods, IT and Non- Shortlist of Consulting Services National Consultants Open Open Request Open Open Request Consultin Engineering Internation Nation for Internation National for g Services & al al Quotatio al Quotation Construction n < < Supervision ≧ < ≧ ≦ ≦ ≦ 7 7 0.2 1 1 0.1 0.2 0.3 4 PROCUREMENT PACKAGES WITH METHODS AND TIME SCHEDULES A. GOODS B. CONSULTANCY SERVICES Sr. No Contract Description Est. Cost Review by Market Selecti Evaluati Shortlisti Expected Expected (US$) Bank Approach on on ng date of date of (Prior/ Method Options (Yes/ No) proposal Contract Post) opening Signature 1 Design of Performance Based Grant, 270,000. assessment and associated Systems and Prior Direct CDS Yes Feb 2019 Mar 2019 00 Procedures for Local Authorities 5 SUMMARY NO CATEGORY OF VALUE (US$) PROCUREMENT A Goods B Works C Consultancy D Non-Consultancy TOTAL 6 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, 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. 7 (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 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 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. 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 8 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: 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. 9 PROCUREMENT Malawi : Malawi Governance to Enable Service Delivery Project PLAN General Information Country: Malawi 2022-09-19 Bank’s Approval Date of the Original Procurement Plan: 2025-03-07 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P164961 GPN Date: Project Name: Malawi Governance to Enable Service Delivery Project Loan / Credit No: IDA / D5980, IDA / V2660 Mulanje District Council 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-MJDC-316546-CW-RFB / Request for Bids - Construction of School blocks Performance-Based Financin Single Stage - One E Small Works SPD 2023-07-2 IDA / D5980 Post Request for Bids Open - National 164,000.00 0.00 Signed 2022-10-03 2022-10-15 2022-10-08 2022-11-19 2022-10-15 2022-12-19 2023-01-11 2023-01-23 2023-02-03 at Waluma & Chanunkha and g for Service Delivery nvelope (1 envelope proce 2 an under five Clinic at Mussa ss) Health Centre MW-MJDC-316542-CW-RFB / Request for Bids - Construction of Makazombo Performance-Based Financin Single Stage - One E Small Works SPD 2023-07-2 IDA / D5980 Post Request for Bids Open - National 97,000.00 0.00 Completed 2022-10-03 2022-10-15 2022-10-08 2022-11-19 2022-11-14 2022-12-19 2022-11-29 2023-01-23 2023-02-03 Bridge, Chimwamesi Riverba g for Service Delivery nvelope (1 envelope proce 2 nk protection works and mak ss) ala Concrete pad MW-MJDC-316541-CW-RFQ / Request for Quota Performance-Based Financin Request for Quota Single Stage - One E 2023-06-0 Construction of Market Toilet IDA / D5980 Post Open - National tions (Non Bank-S 27,000.00 0.00 Signed 2022-10-08 2022-12-03 2023-03-01 g for Service Delivery tions nvelope 1 s at various markets PD) MW-MJDC-316546-CW-RFB. / Request for Bids - Construction of School blocks Performance-Based Financin Single Stage - One E Small Works SPD Under Imple 2023-05-2 IDA / V2660 Post Request for Bids Open - National 164,000.00 0.00 2022-10-03 2022-11-15 2022-10-08 2022-11-19 2022-12-19 2023-01-23 at Waluma & Chanunkha & U g for Service Delivery nvelope (1 envelope proce mentation 3 nder five Clinic at Mussa Heal ss) th Clinic Request for Bids - MW-MJDC-316529-CW-RFB / Works (without pr Rehabilitation of Chitakale M Performance-Based Financin Single Stage - One E equalification) SP 2023-07-2 IDA / D5980 Post Request for Bids Open - National 173,000.00 0.00 Canceled 2022-10-03 2022-10-15 2022-10-08 2022-11-19 2022-11-14 2022-12-19 2023-01-23 arket, Tchelekere Irrigation S g for Service Delivery nvelope D - Applying contr 2 cheme and Chambe Piped W actor disqualificia ater System tion MW-MJDC-422123-CW-RFQ / Request for Quota Performance-Based Financin Request for Quota Single Stage - One E Pending Imp 2024-09-0 Construction of Ngolowera to IDA / D5980 Post Open - National tions (Non Bank-S 68,000.00 0.00 2024-05-01 2024-06-07 g for Service Delivery tions nvelope lementation 5 Tambala Concrete Deck (Tha PD) nguzi River) MW-MJDC-422124-CW-RFQ / Request for Quota Performance-Based Financin Request for Quota Single Stage - One E Under Imple 2024-09-0 Rehabilitation of Chilombo to IDA / D5980 Post Open - National tions (Non Bank-S 61,000.00 0.00 2024-05-01 2024-06-07 g for Service Delivery tions nvelope mentation 5 Tambala Road PD) Request for Quota MW-MJDC-422125-CW-RFQ / Performance-Based Financin Request for Quota Single Stage - One E Pending Imp 2024-09-0 IDA / D5980 Post Open - National tions (Non Bank-S 71,000.00 0.00 2024-05-01 2024-06-07 Construction of Milonde EPA g for Service Delivery tions nvelope lementation 5 PD) Office Request for Quota MW-MJDC-422122-CW-RFQ / Performance-Based Financin Request for Quota Single Stage - One E Under Imple 2024-07-0 IDA / D5980 Post Open - National tions (Non Bank-S 9,000.00 0.00 2024-05-01 2024-07-17 2024-06-07 Rehabilitation of Chitakale M g for Service Delivery tions nvelope mentation 8 PD) arket MW-MJDC-422117-CW-RFQ / Request for Quota Performance-Based Financin Request for Quota Single Stage - One E Pending Imp 2024-09-0 Construction of Milonde Healt IDA / D5980 Post Open - National tions (Non Bank-S 40,000.00 0.00 2024-05-01 2024-06-07 g for Service Delivery tions nvelope lementation 5 h Center Guardian Shelter PD) MW-MJDC-422116-CW-RFB / Request for Bids - Construction of M`motola He Performance-Based Financin Single Stage - One E Small Works SPD Pending Imp 2024-12-3 IDA / D5980 Post Request for Bids Open - National 285,000.00 0.00 2024-04-25 2024-05-01 2024-05-31 2024-06-14 2024-06-30 alth Post - Martenity wing, In g for Service Delivery nvelope (1 envelope proce lementation 1 cinerator, Ash pit, Staff hous ss) e and Rubbish pit MW-MJDC-422121-CW-RFQ / Request for Quota Performance-Based Financin Request for Quota Single Stage - One E Pending Imp 2024-09-0 Construction of Protective Re IDA / D5980 Post Open - National tions (Non Bank-S 39,000.00 0.00 2024-05-01 2024-06-07 g for Service Delivery tions nvelope lementation 5 medial works for Chimwames PD) i Bridge Request for Quota MW-MJDC-440581-CW-RFQ / Performance-Based Financin Request for Quota Single Stage - One E tions - Small Work Under Imple 2024-12-0 Construction of Mwanakhu P IDA / D5980 Post Open - National 60,000.00 0.00 2024-08-05 2024-09-06 g for Service Delivery tions nvelope s (Emergency) SP mentation 5 olice Unit D -Competitive Request for Quota MW-MJDC-472174-CW-RFQ / Performance-Based Financin Request for Quota Single Stage - One E tions - Small Work Under Imple 2025-05-3 Construction of staff house a IDA / D5980 Post Open - National 62,000.00 0.00 2025-01-31 2025-02-12 2025-03-01 g for Service Delivery tions nvelope s (Emergency) SP mentation 0 nd toilets at Msikawanjala Pol D -Competitive ice Unit Request for Quota MW-MJDC-472179-CW-RFQ / Performance-Based Financin Request for Quota Single Stage - One E tions - Small Work 2025-05-3 Construction of Mbiza Comm IDA / D5980 Post Open - National 28,000.00 0.00 Canceled 2025-01-31 2025-03-01 g for Service Delivery tions nvelope s (Emergency) SP 0 unity Hall in TA Tombondiya D -Competitive Request for Quota MW-MJDC-472189-CW-RFQ / Performance-Based Financin Request for Quota Single Stage - One E tions - Small Work Under Imple 2025-05-3 Construction of Dyanyama T IDA / D5980 Post Open - National 40,000.00 0.00 2025-01-31 2025-02-12 2025-03-01 g for Service Delivery tions nvelope s (Emergency) SP mentation 0 DC Administration block D -Competitive Request for Quota MW-MJDC-472191-CW-RFQ / Performance-Based Financin Request for Quota Single Stage - One E tions - Small Work Under Imple 2025-05-3 Construction of 2 Market shel IDA / D5980 Post Open - National 40,000.00 0.00 2025-01-31 2025-02-12 2025-03-01 g for Service Delivery tions nvelope s (Emergency) SP mentation 0 ters and toilets at Chikuse M D -Competitive arket Request for Quota MW-MJDC-472193-CW-RFQ / Performance-Based Financin Request for Quota Single Stage - One E tions - Small Work Under Imple 2025-05-3 Construction of Nkando Mark IDA / D5980 Post Open - National 17,000.00 0.00 2025-01-31 2025-02-12 2025-03-01 g for Service Delivery tions nvelope s (Emergency) SP mentation 0 et Water Closet Toilets - 10 R D -Competitive ooms MW-MJDC-472197-CW-RFQ / Request for Quota Installation of Street lights at Performance-Based Financin Request for Quota Single Stage - One E tions - Small Work Under Imple 2025-05-3 IDA / D5980 Post Open - National 100,000.00 0.00 2025-01-31 2025-02-12 2025-03-01 Nkando, Chinakanaka, Nkhon g for Service Delivery tions nvelope s (Emergency) SP mentation 0 ya, Chitakale & Limbuli Mark D -Competitive ets Request for Quota MW-MJDC-481388-CW-RFQ / Performance-Based Financin Request for Quota Single Stage - One E tions - Small Work Pending Imp 2025-06-3 Construction of MSikawanjala IDA / D5980 Post Open - National 80,000.00 0.00 2025-03-14 2025-04-01 g for Service Delivery tions nvelope s (Emergency) SP lementation 0 Police Unit in T/A Chikumbu D -Competitive Request for Quota MW-MJDC-481494-CW-RFQ / Performance-Based Financin Request for Quota Single Stage - One E tions - Small Work Pending Imp 2025-06-3 Construction of Mathambi Pol IDA / D5980 Post Open - National 80,000.00 0.00 2025-03-14 2025-04-01 g for Service Delivery tions nvelope s (Emergency) SP lementation 0 ice in T/A Mabuka D -Competitive Request for Quota MW-MJDC-481495-CW-RFQ / Performance-Based Financin Request for Quota Single Stage - One E tions - Small Work Pending Imp 2025-06-3 Construction of Gumulira to L IDA / D5980 Post Open - National 68,000.00 0.00 2025-03-14 2025-04-01 g for Service Delivery tions nvelope s (Emergency) SP lementation 0 iveya Bridge in T/A Mthirama D -Competitive nja Page 1 Request for Quota MW-MJDC-481496-CW-RFQ / Performance-Based Financin Request for Quota Single Stage - One E tions - Small Work Pending Imp 2025-06-3 Construction of Ndanga mate IDA / D5980 Post Open - National 50,000.00 0.00 2025-03-14 2025-04-01 g for Service Delivery tions nvelope s (Emergency) SP lementation 0 rnity staff houses in T/A Ndan D -Competitive ga Request for Quota MW-MJDC-481498-CW-RFQ / Performance-Based Financin Request for Quota Single Stage - One E tions - Small Work Pending Imp 2025-06-3 Gravelling of Khwalala-Chimb IDA / D5980 Post Open - National 150,000.00 0.00 2025-03-14 2025-04-01 g for Service Delivery tions nvelope s (Emergency) SP lementation 0 alanga road via Nkatesi in T/ D -Competitive A Juma 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$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual MW-MJDC-316948-GO-RFB / Procurement of Medical Equi Performance-Based Financin Single Stage - One E IDA / D5980 Post Request for Bids Open - National 106,000.00 0.00 Completed 2022-10-03 2023-04-03 2022-10-08 2022-11-19 2023-05-16 2022-12-19 2023-06-14 2023-01-23 2023-06-14 2023-07-22 2024-01-26 pment for Ndanga Maternity g for Service Delivery nvelope Wing and Mulanje District Ho spital Paying Ward NON CONSULTING SERVICES Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Estimated Am Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) ount (US$) (US$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Expression of Interest Short List and Draft R Request for Proposals Opening of Technical Evaluation of Technic Description Component Review Type Method Process Status Terms of Reference Report and Draft Neg Signed Contract Contract Completion o. h unt (US$) (US$) Notice equest for Proposals as Issued Proposals / Minutes al Proposal otiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual INDIVIDUAL CONSULTANTS Activity Reference No. / Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Invitation to Identifie Draft Negotiated Cont Description Component Review Type Method Process Status Terms of Reference Signed Contract Contract Completion o. h unt (US$) (US$) d/Selected Consultant ract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Page 2