PROCUREMENT PLAN I. General 1. Project Information Country: Malawi Project Name: Malawi Electricity Access Project Project ID: P164331 2. Project Implementation Agencies: MONREM AND ESCOM 3. Date of the Procurement Plan: 1 May 2019 4. Period Covered by this procurement plan: 2019-2020 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 are 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. 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 The Public Procurement and Disposal Regulations, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations under the following conditions: 1 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 and operational skills development shall not be used in the evaluation of bids unless specifically agreed by the Bank on a case to case basis. o 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 5.5 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: No (b) Works: No Domestic preference is not applicable for National Open Competitive Procurement 2 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 (USD millions): The overall Project procurement Risk is Substantial. The project being a non- emergency project, there would be prior reviews of cases unless specifically indicated in the Procurement Plan Post Review: All contracts not subject to prior review shall be subject to post review. 3 XI. Procurement Prior Review Thresholds Based on Substantial Risk Rating (USD millions) Type of Procurement Threshold (Million USD) Works (including turnkey, supply & installation of plant and 10 equipment, and PPP) Goods, information technology and non-consulting services 2 Consultants: firms 1 Consultants: Individuals 0.3 These thresholds shall apply to all procurement activities regardless of their procurement/selection methods. XII. Thresholds for Procurement Approaches and Methods (USD millions) Works Goods, IT and Non- Shortlist of National Consulting Services Consultants Open Open Request Open Open Request Consulti Engineering Internatio Natio for Internatio Natio for ng & nal nal Quotatio nal nal Quotati Service Construction n on s Supervision < ≥ < > ≥ < ≤ ≤ 7 7 0.2 1.0 1.0 0.1 0.2 0.3 4 PROCUREMENT PACKAGES WITH METHODS AND TIME SCHEDULES A. GOODS I. MONREM Sr. Contract Description Est. Cost Revie Market Selecti Evaluat Procurem Prequali Domesti Expected Expected No (US$) w by Approach on ion ent fication c date of bid/ date of Bank Method Option Process (Yes/ Prefere proposal Contract (Prior s No) nce opening Signature / (Yes/No) Post) COMPONENT 3 3.1 Procurement of one 4x4 75,000 Post Open- RFQ Single No No July, 2019 August 2019 double cabin pick up National Stage-One Envelope 3.2 Procurement of Office 50,000 Post Open- RFQ Single No No July, 2019 August 2019 Furniture National Stage-One Envelope 3.3 Procurement of Office 20,000 Post Open- RFQ Single No No July, 2019 August 2019 Equipment National Stage-One Envelope 3.4 Procurement of one 4x4 75,000 Post Open- RFQ Single No No October December double cabin pick up National Stage-One 2021 2021 Envelope II. ESCOM Sr. Contract Description Est. Cost Revie Market Selecti Evaluatio Procurem Prequali Domestic Expected Expected No (US$) w by Approach on n ent fication Preferen date of bid/ date of Bank Method Options Process (Yes/ ce proposal Contract (Prior No) (Yes/No) opening Signatur / e Post) COMPONENT 1 5 Sr. Contract Description Est. Cost Revie Market Selecti Evaluatio Procurem Prequali Domestic Expected Expected No (US$) w by Approach on n ent fication Preferen date of bid/ date of Bank Method Options Process (Yes/ ce proposal Contract (Prior No) (Yes/No) opening Signatur / e Post) 3,200,000. Prior Open RFB Single No No Dec 2019 Feb 2020 Procurement for supply 1.1 00 Internation Stage One and delivery of LED bulbs al Envelop 6 B. CONSULTANCY SERVICES I. MONREM Sr. No Contract Description Est. Cost Review Market Selec Evalua Shortlis Expecte Expect (US$) by Bank Approach tion tion ting d date ed date (Prior/ Meth Option (Yes/ of bid/ of Post) od s No) proposa Contrac l t opening Signatu re COMPONENT 3 1.0 Consultancy services to undertake Prior Open- QCBS Yes Oct 2019 Dec 1,000,000 prefeasibility studies for 10 mini grid locations International 2019 2.0 Consultancy services for transaction advisory Post Open- QCBS Yes Oct 2020 Dec 1,500,000 for the design of the mini-grid tender process International 2020 3.0 Consultancy Services to develop Targeted Post Open- QCBS Yes Oct 2019 Dec Government Policy and Regulation for Off-Grid 650,000 International 2019 Systems 4.0 Consultancy services to undertake Consumer Post Open- QCBS Yes Oct 2019 Dec 350,000 Awareness Campaigns on Off-grid Systems International 2019 5.0 Consultancy Services for Quality Assurance for Post Open- QCBS Yes Oct 2019 Dec 500,000 Off-Grid Systems International 2019 6.0 Consultancy Services for provision of Technical Post Open- QCBS Yes Oct 2019 Dec Assistance for Financial Institutions engaged in 1,000,000 International 2019 Off-grid systems 7.0 Consultancy Services for Fund Management to Prior Open- QCBS Yes Oct 2019 Dec 2,000,000 offer loans and grants to solar companies International 2019 8.0 Consultancy Service for Technical Partner to Post Open- QCBS Yes Oct 2019 Dec 500,000 the Fund Manager (Firm) International 2019 9.0 Consultancy Services for Assessment of Post Open- QCBS Yes Oct 2019 Dec Institutional Design of semi-autonomous Rural 2,000,000 International 2019 Electrification Agency and Fund 10.0 Procurement Specialist Prior OPN-National INDV Yes Oct 2019 Dec 250,000 2019 11.0 Financial Management Specialist Post OPN-National INDV Yes Oct 2019 Dec 250,000 2019 7 II. ESCOM Sr. Contract Description Est. Cost Review by Market Selecti Evalu Shortlist Expected Expected No (US$) Bank Approac on ation ing date of date of (Prior/ h Metho Optio (Yes/ bid/ Contract Post) d ns No) proposal Signature opening COMPONENT 3 1 Individual Consultant to provide financial 80,000.00 Prior Open INDV YES N/A July 2019 management services National 2 Individual Consultant to provide procurement 80,000.00 Prior Open INDV YES N/A July 2019 support National 3 Individual Consultant for Social Safeguard 100,000.00 Post Open INDV YES N/A July 2019 services National 4 Consultancy Services for Project 3,240,000.0 Prior Open QCBS Yes April 2019 July 2019 Implementation Support and Supervision (GIS 0 Internatio Planning design, packaging and supervision nal support during construction) 5 Consultancy services for development of 500,000.00 Post Open QCBS Yes Sept 2019 Oct 2019 System-wide MV feeder- specific upgrading Internatio Master Plan nal 6 Consultancy services for preparation and 500,000.00 Post Open QCBS Yes Sept 2019 Nov 2019 implementation of a gender capacity building Internatio plan and program. nal 7 Consultancy Services to provide training for 500,000.00 Post Open QCBS Yes Sept 2019 Nov 2019 construction supervision management Internatio personnel and Private Sector Contractor nal Personnel. 8 9 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 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. 10 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 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 11 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: 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. 12 PROCUREMENT Malawi : Malawi - Electricity Access Project PLAN General Information Country: Malawi Bank’s Approval Date of the Original Procurement Plan: 2020-04-15 2022-01-24 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P164331 GPN Date: 2019-12-02 Project Name: Malawi - Electricity Access Project Loan / Credit No: IDA / 64610 Department of Energy Affairs 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-DOEA-162953-GO-RFQ Technical Assistance and Request for Single Stage - One / Procurement of Office IDA / 64610 Post Limited 50,000.00 5,502.61 Completed 2020-08-05 2021-02-24 2020-09-30 2021-03-22 2021-03-29 2021-03-29 Capacity Building Quotations Envelope Furniture MW-DOEA-162955-GO-RFQ Technical Assistance and Request for Single Stage - One / Procurement of Office IDA / 64610 Post Limited 20,000.00 5,034.31 Completed 2020-06-20 2021-03-10 2020-08-15 2021-04-12 2021-02-11 2021-04-16 Capacity Building Quotations Envelope Equipment MW-DOEA-226449-GO-RFB Technical Assistance and Single Stage - One / Procurement of two 4x4 IDA / 64610 Post Request for Bids Limited 141,497.00 150,454.87 Completed 2021-03-25 2021-04-12 2021-03-30 2021-04-12 2021-04-13 2021-04-29 2021-04-27 2021-05-19 2021-05-16 2021-07-13 2021-05-20 2021-10-11 Capacity Building Envelope double cabin pick up MW-DOEA-233754-GO-DIR Under / Supply ,Delivery and Technical Assistance and IDA / 64610 Post Direct Selection Direct 87,400.00 0.00 Implementati 2021-05-21 2021-08-23 2021-05-26 2021-12-09 2021-06-30 2021-12-27 Installation of Financial Capacity Building on Management system MW-DOEA-241669-GO-RFQ Technical Assistance and Request for Single Stage - One / Procurement of Office IDA / 64610 Post Limited 14,000.00 0.00 Canceled 2021-06-29 2021-07-20 2022-02-09 Capacity Building Quotations Envelope Furniture MW-DOEA-241673-GO-RFQ Pending Technical Assistance and Request for Single Stage - One / Procurement of Office IDA / 64610 Post Limited 15,000.00 0.00 Implementati 2021-06-29 2021-07-18 2021-07-27 Capacity Building Quotations Envelope Equipment on 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$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual MW-DOEA-162950-NC-DIR / Technical Assistance and IDA / 64610 Post Direct Selection Direct 115,000.00 0.00 Canceled 2020-07-20 2020-08-03 2020-08-24 2020-09-23 2020-10-28 2021-07-25 Procurement of Office Space Capacity Building Pending MW-DOEA-162950-NC-DIR- Technical Assistance and IDA / 64610 Post Direct Selection Direct 115,000.00 0.00 Implementati 2020-07-20 2020-07-25 2020-08-29 2021-08-29 / Procurement of Office Space Capacity Building on CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Contract Type Estimated Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Amount (US$) (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-DOEA-153637-CS-QCBS / Consultancy Service for Technical Assistance and Quality And Cost- Under Fund Management to offer IDA / 64610 Prior Open - International 3,800,000.00 0.00 2020-04-30 2021-01-14 2020-05-07 2021-04-20 2020-06-11 2021-08-23 2020-07-28 2021-10-22 2020-08-18 2022-01-20 2020-09-22 2020-10-20 2024-07-06 Capacity Building Based Selection Implementation loans and grants to solar companies MW-DOEA-226460-CS-QCBS / Consultancy services to Quality And Cost- undertake prefeasibility IDA / 64610 Grid Electrification Prior Open - International 1,000,000.00 0.00 Under Review 2021-03-30 2021-06-01 2021-04-07 2021-07-14 2021-06-02 2021-12-20 2021-06-07 2021-06-21 2021-07-12 2021-07-31 2022-07-31 Based Selection studies for 10mini grid locations MW-DOEA-228857-CS-QCBS / Consultancy service for Quality And Cost- transaction advisory for the IDA / 64610 Grid Electrification Prior Open - International 1,500,000.00 0.00 Canceled 2021-06-01 2021-06-22 2021-08-05 2021-09-02 2021-10-02 2021-11-06 2021-12-11 2022-12-11 Based Selection design of the mini-grid tender process MW-DOEA-228858-CS-QCBS / Consultancy service to Quality And Cost- undertake Consumer IDA / 64610 Grid Electrification Post Open - International 350,000.00 0.00 Canceled 2021-07-20 2021-06-10 2021-08-10 2021-08-02 2021-09-23 2021-10-21 2021-11-20 2021-12-25 2022-01-29 2023-01-29 Based Selection Awareness Campaigns on Off- grid Systems MW-DOEA-228861-CS-QCBS / Consultancy Service for Quality And Cost- IDA / 64610 Grid Electrification Post Open - International 500,000.00 0.00 Canceled 2021-10-05 2021-10-26 2021-12-09 2022-01-06 2022-02-05 2022-03-12 2022-04-16 2023-04-16 Quality Assurance for Off- Based Selection Grid Systems MW-DOEA-228863-CS-QCBS / Consultancy Service for provision of Technical Quality And Cost- IDA / 64610 Grid Electrification Prior Open - International 1,000,000.00 0.00 Canceled 2021-08-03 2021-08-24 2021-10-07 2021-11-04 2021-12-04 2022-01-08 2022-02-12 2023-02-12 Assistance for Financial Based Selection Institutions engaged in Off- grid Systems Page 1 MW-DOEA-228812-CS-QCBS / Consultancy Services to Quality And Cost- develop Targeted Government IDA / 64610 Grid Electrification Post Open - International 650,000.00 0.00 Canceled 2021-06-01 2021-06-15 2021-08-09 2021-08-23 2021-09-06 2021-09-20 2021-10-11 2022-10-11 Based Selection Policy and Regulation for Off- Grid System MW-DOEA-273020-CS-QCBS / Consultancy Services to Off-grid Market Development Quality And Cost- Pending Undertake Consumer IDA / 64610 Post Open - International 350,000.00 0.00 2022-01-31 2022-03-02 2022-05-26 2022-06-25 2022-07-25 2022-09-04 2022-10-15 2023-10-15 Fund Based Selection Implementation Awareness Campaigns on Off Grid Systems 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-DOEA-162944-CS-INDV Individual Technical Assistance and / Hiring of the Procurement IDA / 64610 Prior Consultant Open 220,000.00 29,678.45 Signed 2020-07-31 2020-05-05 2020-09-18 2021-02-10 2020-10-09 2021-04-16 2020-11-13 2021-03-01 2021-05-12 Capacity Building Specialist Selection MW-DOEA-162943-CS-INDV Individual Technical Assistance and / Hiring of the Financial IDA / 64610 Prior Consultant Open 220,000.00 28,717.12 Signed 2020-06-30 2020-05-13 2020-08-18 2020-11-13 2020-09-08 2021-12-06 2020-10-13 2021-03-01 2021-04-11 Capacity Building Management Specialist Selection Page 2