Republic of Malawi Department of Economic Planning and Development (DEPD) PROCUREMENT PLAN- REGIONAL CLIMATE RESILIENCE PROGRAM FOR EASTERN AND SOUTHERN AFRICA 2 I. General 1.Project information Country: Malawi Project Name: Regional Climate Resilience Program for Eastern and Southern Africa 2 Project ID: P181308 2.Project Implementation Agency: Department of Economic Planning and Development 3.Date of the Procurement Plan: November 16, 2023 4.Period covered by this Procurement Plan: November 2023 to April 2025 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: Not Applicable X. Other Relevant Procurement Information: - (a) Proposed Procedures for CDD Components: Not Applicable (b) Reference to (if any) Project Operational/Procurement Manual: EP&D 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: None 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) ($'000) Goods, IT 2,000 & Non- Consulting ≧ < ≦ ≧ < ≦ < ≦ Services Consultant 1,000 s (Firms) Individual 300 15,000 15,000 200 3,000 3,000 100 200 300 Consultant s *These prior review thresholds are for the purposes of the initial procurement plan for the first 18 months. The thresholds will be revised periodically based on re-assessment of risks. All contracts not subject to prior review will be post- reviewed. XIII. Procurement Packages/Plan with Procurement Arrangements and Time Schedule: as per the table below: PROCUREMENT PLAN A. Works 1 2 3 4 5 6 7 8 9 10 Ref. Contract Estimated Market Selecti Prequ Domes Review Expecte Expecte No. Description Cost Approac on alifica tic by d bid d US$ h Method tion Prefere Bank opening Contrac (yes/n nce (Prior / date t o) (yes/no Post) Signatu ) re Date 1 Construction of 9,000,000.0 Open RFB No No Post 07/05/24 09/27/24 the National DRM 0 National and Climate Resilience Centre that will include National Emergency Operation Centre 2 Reconstruction of 10,900,000. Open RFB No No Prior 08/09/24 11/29/24 hydraulic 00 National strictures (3 dykes) 3 Reconstruction of 3,300,000.0 Open RFB No No Post 10/10/24 12/09/24 Water supply 0 National schemes (3) 4 Reconstruction of 8,500,000.0 Open RFB No No Post 07/05/24 09/27/24 medium scale 0 National bridges, culverts, and roads sections for Blantyre City Council 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 Approa on alifica c w d bid d US$ ch Method tion Prefere by opening Contrac (yes/n nce Bank date t o) (yes/no) (Prior Signatu / Post) re Date 1 Supply and delivery of 450,000.00 Open RFB No No Post 01/26/24 03/09/24 office and ICT National equipment for the PCU, PIU, implementing departments and districts 2 Supply and delivery of 150,000.00 Open RFB No No Post 02/24/24 03/09/24 office furniture and National filing cabinets for the PCU 3 Supply and delivery of 500,000.00 Open RFB No No Post 01/26/24 03/09/24 NEOC Equipment National 4 Supply and delivery of 500,000.00 Open RFB No No Post 01/26/24 03/09/24 ICT equipment for the National districts to operationalize DRM MIS across all districts, expand instrumentation across the country 5 Supply and delivery of 1,500,000.0 Open RFB No No Post 01/26/24 03/09/24 automatic weather 0 National station and associated equipment 6 Supply and install 1,500,000.0 Open RFB No No Post 01/26/24 03/09/24 equipment and 0 National associated items as recommended by Multi Hazard Early Warning System assessment 7 Rehabilitation of 18 1,500,000.0 Open RFB No No Post 08/09/24 11/29/24 surface water 0 National monitoring stations 8 Supply and delivery of 2,500,000.0 Open RFB No No Post 01/26/24 03/09/24 weather radar 0 National 9 Supply and delivery of 200,000.00 Open RFB No No Post 01/26/24 03/09/24 ICT system upgrades National for urban UBR 10 Supply and delivery of 1,400,000.0 Open RFB No No Post 01/26/24 03/09/24 vehicles fourteen (14 0 National No.) 4x4 double cabin C. Consultancy Services 1 2 3 4 5 6 7 8 9 Ref. Contract Estimated Market Selecti Shortlisti Revie Expected Expected No. Description Cost Approac on ng w proposal Contract US$ h Method (Yes/No) by opening Signature Bank date Date (Prior / Post) 1 Consulting Service to 200,000.00 Open QCBS Yes Post 01/26/24 03/09/24 consolidate multisectoral National watershed and catchment studies and plans 2 Consulting Service to 500,000.00 Open QCBS Yes Post 01/26/24 03/09/24 develop a basin plans in Internatio selected Water Resource nal Areas (WRA) 3 Consultancy Services for 5,000,000. Open QCBS Yes Prior 01/26/24 03/09/24 feasibility study and 00 Internatio detailed design of nal proposed interventions and preparation of bidding packages and accompanying safeguards documents 4 Consultancy Services to 300,000.00 Open QCBS Yes Prior 01/26/24 03/09/24 the catchment Internatio management committees nal to develop, adopt and implement basin plans 5 Technical Assistant to 500,000.00 Open QCBS Yes Post 01/26/23 03/12/24 establish and demarcate Internatio 100-year flood mark in nal City Rivers and related legal framework 6 Consultancy Service to 400,000.00 Open QCBS Yes Post 01/26/23 03/12/24 carry out Bathymetric Internatio Survey on Shire River nal 7 Consulting Service to 100,000.00 Open CQS Yes Post 01/26/23 03/12/24 development National National Emergency Response Plan/Government Incident Command Structure, for coordinating Disaster Response at National, Sub-National and Local Level 8 Consulting Services to 500,000.00 Open QCBS Yes Post 01/26/23 03/12/24 supervision the Internatio construction the National nal DRM and Climate Resilience Centre that will include National Emergency Operation Centre 9 Consulting services to 100,000.00 Open CQS Yes Post 01/26/23 03/12/24 review and update National safeguard instruments of NEOC 10 Consulting services to 200,000.00 Open QCBS Yes Post 05/04/24 07/19/24 Establish and National operationalize DRM MIS across all districts, expand instrumentation across the country 11 Consulting services for 200,000.00 Open QCBS Yes Post 01/26/24 03/09/24 Hydromet support National 12 Consulting services for 100,000.00 Open CQS Yes Post 01/26/24 03/09/24 the review and updating National of safeguards instruments of hydromet network 13 Consulting Service to 1,000,000. Open QCBS Yes Prior 01/26/24 03/09/24 build capacity on climate 00 Internatio financing and expansion nal of MRV unit 14 Consulting services for 1,000,000. Open QCBS Yes Prior 01/26/24 03/09/24 the design review and 00 Internatio supervision of hydraulic nal infrastructure (3 dykes) 15 Consulting services for 300,000.00 Open QCBS Yes Post 01/26/24 03/09/24 the review, preparation Internatio and updating of safeguard nal instruments of hydraulic infrastructure 3 dykes 16 Consulting services for 1,000,000. Open QCBS Yes Prior 01/26/24 03/09/24 the design review and 00 Internatio supervision of 3 water nal supply scheme 17 Consulting services for 100,000.00 Open CQS Yes Post 01/26/24 03/09/24 the review and updating National of safeguards instruments of 3 Water Supply schemes 18 Consulting services for 150,000.00 Open CQS Yes Post 01/26/24 03/09/24 the Development of National Water Users Association for Water supply schemes 19 Consulting services for 800,000.00 Open QCBS Yes Post 03/09/24 04/12/24 design review and Internatio supervision of medium nal scale bridges, culverts, and roads section in Blantyre City Council 20 Consulting services for 200,000.00 Open QCBS Yes Post 03/09/24 04/12/24 the review and updating National of safeguards instruments of medium scale bridges, culverts, and roads section in Blantyre City Council 21 Technical Assistance 5,000,000. Open QCBS Yes Prior 01/26/24 03/09/24 Contingency 00 Internatio nal 22 Consulting services for 50,000.00 Open CQS Yes Post 05/04/24 07/19/24 the Development of National Urban Proxy Means Testing (PMT) for Unified Beneficiary Registry (UBR) 23 Consulting services for 1,000,000. Open QCBS Yes Prior 01/26/24 03/09/24 the provision of Annual 00 Internatio Audit services nal 24 Hiring of GBV Service 300,000.00 Open QCBS Yes Post 05/04/24 07/19/24 Provider Internatio nal 25 Hiring of Procurement 300,000.00 Open INDV Yes Prior 01/26/24 03/09/24 Specialist 26 Hiring of Assistant 200,000.00 Open INDV Yes Prior 01/26/24 03/09/24 Procurement Specialist 27 Hiring of Contract 300,000.00 Open INDV Yes Prior 01/26/24 03/09/24 Management Specialist 28 Hiring of Financial 300,000.00 Open INDV Yes Post 01/26/24 03/09/24 Management Specialist 29 Hiring of Monitoring and 250,000.00 Open INDV Yes Prior 01/26/24 03/09/24 Evaluation Specialist 30 Hiring of Environmental 250,000.00 Open INDV Yes Prior 01/26/24 03/09/24 Specialist (1) 31 Hiring of Environmental 250,000.00 Open INDV Yes Prior 01/26/24 03/09/24 Specialist (2) 32 Hiring of Social Safeguards 250,000.00 Open INDV Yes Post 01/26/24 03/09/24 Specialist (1) 33 Hiring of Social Safeguards 250,000.00 Open INDV Yes Prior 01/26/24 03/09/24 Specialist (2) 34 Hiring of OHS Specialist 250,000.00 Open INDV Yes Prior 01/26/24 03/09/24 35 Hiring of Communication 250,000.00 Open INDV Yes Prior 01/26/24 03/09/24 Specialist 36 Hiring of Project Engineer 250,000.00 Open INDV Yes Post 01/26/24 03/09/24 (1) 37 Hiring of Project Engineer 250,000.00 Open INDV Yes Prior 01/26/24 03/09/24 (2) 38 Hiring of Procurement 30,000.00 Open INDV Yes Prior 01/26/24 03/09/24 Intern 39 Hiring of POE - Architect 300,000.00 Open INDV Yes Post 06/26/24 09/30/24 40 Hiring of POE – Structural 300,000.00 Open INDV Yes Post 06/26/24 09/30/24 Engineer 41 Hiring of POE – Mechnical 300,000.00 Open INDV Yes Post 06/26/24 09/30/24 Engineer 42 Hiring of POE – ICT 300,000.00 Open INDV Yes Post 06/26/24 09/30/24 Engineer 43 Hiring of POE – Electrical 300,000.00 Open INDV Yes Post 06/26/24 09/30/24 Engineer 44 Hiring of POE – Quantity 300,000.00 Open INDV Yes Post 06/26/24 09/30/24 Surveyor RFB – Request for Bids; RFQ – Request for Quotations; and INDV - Individual Consultant 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, 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. 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 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 Eastern and Southern Africa : Regional Climate Resilience Program for Eastern and Southern Africa 2 Project (RCRP2) PLAN General Information Country: Eastern and Southern Africa 2024-12-04 Bank’s Approval Date of the Original Procurement Plan: 2024-12-13 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P181308 GPN Date: Project Name: Regional Climate Resilience Program for Eastern and Southern Africa 2 Project (RCRP2) Loan / Credit No: IDA / E2800 Africa Union Commission 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$) ) for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned GOODS Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Estimated Am Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) ount (US$) (US$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual ET-AUC-436731-GO-RFQ / su Request for Quota Single Stage - One E Pending Impl pply and installation of IT eq IDA / E2800 Post Limited - National 20,000.00 0.00 2024-12-04 2025-01-29 2025-07-28 tions nvelope ementation uipment (Laptops, and Print ers and etc ) NON CONSULTING SERVICES Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Estimated Am Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) ount (US$) (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 ET-AUC-436729-CS-QCBS / C onsulting Service to Support the development, hosting an d operationalization of the di Quality And Cost- Open - Internationa Pending Impleme IDA / E2800 Post 300,000.00 0.00 2024-12-02 2024-12-23 2025-02-05 2025-03-05 2025-04-04 2025-05-09 2025-06-13 2026-06-13 gital Monitoring, Reporting a Based Selection l ntation nd Learning Dashboard (MRL D) for the AU Climate Change and Resilient Development S trategy and Action Plan ET-AUC-436721-CS-QCBS / C onsulting Service for Consoli Quality And Cost- Open - Internationa Pending Impleme dating regional knowledge a IDA / E2800 Prior 1,200,000.00 0.00 2024-12-15 2025-01-05 2025-02-18 2025-03-18 2025-04-17 2025-05-22 2025-06-26 2026-06-26 Based Selection l ntation nd tools on disasters risk ma nagement in 5 member State s ET-AUC-436723-CS-QCBS / C onsulting Service to conduct a comprehensive study on cli mate financing in the contine Quality And Cost- Open - Internationa Pending Impleme IDA / E2800 Post 600,000.00 0.00 2024-12-15 2025-01-05 2025-02-18 2025-03-18 2025-04-17 2025-05-22 2025-06-26 2026-06-26 nt and related technical assis Based Selection l ntation tance to strengthen capacity in member countries to acce ss climate finance, and devel opment of M&E system to tra ck progress ET-AUC-436727-CS-QCBS / C onsulting Service to study Afr Quality And Cost- Open - Internationa Pending Impleme IDA / E2800 Post 800,000.00 0.00 2024-12-20 2025-01-10 2025-02-23 2025-03-23 2025-04-22 2025-05-27 2025-07-01 2025-12-28 ica-wide water security diagn Based Selection l ntation ostic and action plan 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 ET-AUC-436715-CS-INDV / Pr Individual Consult Pending Impleme IDA / E2800 Post Open - National 129,600.00 0.00 2024-12-15 2025-02-02 2025-02-23 2025-03-30 2026-03-25 oject Coordinator ant Selection ntation ET-AUC-436720-CS-INDV / Tr Individual Consult Pending Impleme IDA / E2800 Post Open - National 81,000.00 0.00 2024-12-15 2025-02-02 2025-02-23 2025-03-30 2026-03-25 aining Coordinator ant Selection ntation Page 1