Procurement Plan (Textual Part) I. General 1. Project Information Country: Mozambique Project Name: Southern Africa Regional Trade Connectivity Project Project ID: P164847 2. Project Implementation Agency: MTC 3. Date of the Procurement Plan: May 12, 2020 4. Period Covered by this procurement plan: 24 Months II. Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016) (“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. 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. When the Borrower uses its own national open competitive procurement arrangements as set forth in as set forth in Mozambique Procurement Regulation, the Decree 5/2016 of March 8, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: There should be no mandatory requirements for inclusion of local experts and firms for the consulting assignments. 1 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 : Not Applicable VI. Leased Assets: Not Applicable VII. Procurement of Second Hand Goods: Not Applicable VIII. Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). Specify for each. (a) Goods: Not Applicable (b) Works: To be defined Domestic preference is not applicable for National Open Competitive Procurement IX. Hands-on Expanded Implementation Support (HEIS): Not Applicable X. Other Relevant Procurement Information: None XI. Procurement Prior Review Thresholds (US$ millions) Type of Procurement Substantial Risk Works (including turnkey, supply & 10 installation of plant and equipment, and PPP) 2 Goods, information technology and 2 non-consulting services Consultants: firms 1 Consultants: Individuals 0.3 Post Review: All contacts not subject to prior review shall be subject to post review. XII. Thresholds for Procurement Approaches and Method (US$ millions) Works Goods, IT and Non-consulting Shortlist of National Services Consultants Open Open Request Open Open Request Consulti Engineeri Internatio Nationa for Internatio Nation for ng ng & nal l Quotati nal al Quotati Services Construct on on ion ≥ < ≥ < Supervisi ≤ ≤ on 15 15 0.2 5 5 0.1 0.3 0.3 XIII. Summary of the procurement packages: (Planned for the first 18 months after project effectiveness): Category: {Indicate Goods, Civil Works, Non-Consultancy Services or Consultancy Services as appropriate, and replicate this table for all each of the four categories} Sr. Contra Estimate Revie Market Selectio Evalua Procure- Prequa Domesti Expect Expecte No ct d Cost w by Approac n -tion ment li- c ed date d date Descri (US$) Bank h Method Option Process ficatio Preferen of bid/ of p-tion (Prior/ (Open- (RFP, s (Single n ce propos Contrac Post) National RFB, (BAFO, stage- (Yes/ (Yes/No) al t / QCBS Rated single No) openin Signatu Limited etc.) Criteria envelope g re etc.) etc.) etc.) 1 Works 2 Goods and NCS Consul ting Service s 3 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 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. 4 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 documents relating to the procurement process and/or contract execution (in 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 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. 5 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: 6 PROCUREMENT Southern Africa : Southern Africa Trade and Connectivity Project PLAN General Information Country: Southern Africa Bank’s Approval Date of the Original Procurement Plan: 2022-02-09 2022-04-03 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P164847 GPN Date: Project Name: Southern Africa Trade and Connectivity Project Loan / Credit No: IDA / 68700 Ministry of Transport and Public Works Executing Agency(ies): WORKS Activity Reference No. / Estimated Actual Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification High SEA/SH Procurement Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Contract Description Component Review Type Method Market Approach Amount Amount Document / and Recommendation Signed Contract No. Process (Y/N) Risk Document Type Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Completion (US$) (US$) Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned GOODS Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual MW-MTPW-277510-GO-RFB / Procurement of communication and Strengthen Regional environment monitoring Single Stage - One IDA / 68700 Coordination and Project Post Request for Bids Open - National 500,000.00 0.00 Canceled 2022-03-07 2022-03-12 2022-04-23 2022-05-23 2022-06-27 2022-12-24 equipment and back up for Envelope Implementation the Malawi Revenue Authority (MRA) Disaster Recovery Site (DRS) MW-MTPW-286600-GO-DIR Strengthen Regional Pending / Procurement of PIU IDA / 68700 Coordination and Project Post Direct Selection Direct 90,000.00 0.00 Implementati 2022-04-07 2022-04-12 2022-05-22 2022-11-18 accounting software Implementation on MW-MTPW-286676-GO-DIR / Procurement of SO class Pending software for upgrading of the IDA / 68700 Reduce Trade Costs Post Direct Selection 100,000.00 0.00 Implementati 2022-04-07 2022-04-12 2022-05-22 2022-11-18 Malawi Revenue Authority on (MRA) ASYCUDA World MW-MTPW-286680-GO-DIR / Procurement of Linux Pending Software for upgrading the IDA / 68700 Reduce Trade Costs Post Direct Selection Direct 40,000.00 0.00 Implementati 2022-04-07 2022-04-12 2022-05-22 2022-11-18 Malawi Revenue Authority on (MRA) ASYCUDA World MW-MTPW-286674-GO-DIR / Procurement of Java Pending Software for upgrading of the IDA / 68700 Reduce Trade Costs Post Direct Selection Direct 10,000.00 0.00 Implementati 2022-04-07 2022-04-12 2022-05-22 2022-11-18 Malawi Revenue Authority on (MRA) ASYCUDA World MW-MTPW-285072-GO-RFB / Procurement of ICT equipment for upgrading of Pending Single Stage - One Malawi Revenue Authority IDA / 68700 Reduce Trade Costs Post Request for Bids Open - National 550,000.00 0.00 Implementati 2022-04-15 2022-04-29 2022-06-10 2022-07-10 2022-08-14 2023-02-10 Envelope (MRA) ASYCUDA WORLD on software and equipment for Data Recovery Site (DRS) MW-MTPW-287415-GO-RFQ / Procurement of Server, Strengthen Regional Pending Request for Single Stage - One power back up and local Area IDA / 68700 Coordination and Project Post Limited 15,000.00 0.00 Implementati 2022-04-22 2022-06-17 2022-12-14 Quotations Envelope network for PIU TOMPRO Implementation on accounting software NON CONSULTING SERVICES Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Contract Type Estimated Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Amount (US$) (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual MW-MTPW-277498-CS-QCBS Strengthen Regional Quality And Cost- / Consulting Services for third IDA / 68700 Coordination and Project Post Open - International 600,000.00 0.00 Under Review 2022-03-07 2022-03-16 2022-03-28 2022-05-11 2022-06-08 2022-07-08 2022-08-12 2022-09-16 2027-06-30 Based Selection party monitoring. Implementation INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Contract Type Estimated Actual Amount Draft Negotiated Description Component Review Type Method Market Approach Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Amount (US$) (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual MW-MTPW-277467-CS-INDV Individual Under / Recruitment of PPP expert IDA / 68700 Reduce Trade Costs Post Consultant Open 350,000.00 0.00 2022-03-14 2022-03-16 2022-04-24 2022-05-04 2022-06-01 2027-06-25 Implementation advisor (in-house) for PPPC Selection MW-MTPW-277529-CS-INDV Individual / Recruitment of Transport Under IDA / 68700 Reduce Trade Costs Post Consultant Open 150,000.00 0.00 2022-03-14 2022-03-16 2022-05-02 2022-05-23 2022-06-27 2027-06-26 PPP Expert Advisor (retainer) Implementation Selection for the logistics for PPPC MW-MTPW-277530-CS-INDV Strengthen Regional Individual / Recruitment of Under IDA / 68700 Coordination and Project Post Consultant Open 108,000.00 0.00 2022-03-14 2022-03-16 2022-06-01 2022-06-22 2022-07-27 2027-12-31 Disbursement and Accounts Implementation Implementation Selection Assistant Page 1 MW-MTPW-284989-CS-INDV / Recruitment of a Senior Strengthen Regional Individual Pending Consultant for the National IDA / 68700 Coordination and Project Post Consultant Open 40,000.00 0.00 2022-03-30 2022-05-22 2022-06-12 2022-07-17 2023-01-13 Implementation Trade Facilitation Committee Implementation Selection Secretariat. MW-MTPW-284993-CS-INDV / Recruitment of a Junior Strengthen Regional Individual Pending Consultant for the National IDA / 68700 Coordination and Project Post Consultant Open 30,000.00 0.00 2022-03-30 2022-05-22 2022-06-12 2022-07-17 2023-01-13 Implementation Trade Facilitation Committee Implementation Selection Secretariat. Page 2