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 2022-02-09 Bank’s Approval Date of the Original Procurement Plan: 2022-06-21 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P164847 GPN Date: 2022-06-07 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 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 MW-MTPW-277510-GO-RFB / Procurement of communicati Strengthen Regional Coordin on and environment monitori Single Stage - One E IDA / 68700 ation and Project Implement 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 ng equipment and back up fo nvelope ation r the Malawi Revenue Authori ty (MRA) Disaster Recovery S ite (DRS) MW-MTPW-286600-GO-DIR / Strengthen Regional Coordin Under Imple IDA / 68700 Post Direct Selection Direct 90,000.00 79,350.00 2022-04-07 2022-04-12 2022-04-12 2022-04-14 2022-05-22 2022-11-18 Procurement of PIU accounti ation and Project Implement mentation ng software ation MW-MTPW-286676-GO-DIR / Procurement of SO class soft Under Imple IDA / 68700 Reduce Trade Costs Post Direct Selection 100,000.00 0.00 2022-04-07 2022-04-12 2022-04-12 2022-04-21 2022-05-22 2022-11-18 ware for upgrading of the Ma mentation lawi Revenue Authority (MRA ) ASYCUDA World MW-MTPW-286680-GO-DIR / Procurement of Linux Softwa Under Imple IDA / 68700 Reduce Trade Costs Post Direct Selection Direct 40,000.00 0.00 2022-04-07 2022-04-12 2022-04-12 2022-04-21 2022-05-22 2022-11-18 re for upgrading the Malawi mentation Revenue Authority (MRA) AS YCUDA World MW-MTPW-286674-GO-DIR / Procurement of Java Softwar IDA / 68700 Reduce Trade Costs Post Direct Selection Direct 10,000.00 0.00 Canceled 2022-04-07 2022-04-12 2022-04-12 2022-04-21 2022-05-22 2022-11-18 e for upgrading of the Malawi Revenue Authority (MRA) AS YCUDA World MW-MTPW-285072-GO-RFB / Procurement of ICT equipme nt for upgrading of Malawi Re Single Stage - One E Under Imple IDA / 68700 Reduce Trade Costs Post Request for Bids Open - National 550,000.00 0.00 2022-04-15 2022-06-09 2022-04-29 2022-06-15 2022-06-10 2022-07-10 2022-08-14 2023-02-10 venue Authority (MRA) ASYC nvelope mentation UDA WORLD software and eq uipment for Data Recovery Si te (DRS) MW-MTPW-287415-GO-RFQ / Strengthen Regional Coordin Procurement of Server, powe Request for Quota Single Stage - One E IDA / 68700 ation and Project Implement Post Limited 15,000.00 8,566.18 Signed 2022-04-22 2022-04-07 2022-06-17 2022-05-31 2022-12-14 r back up and local Area net tions nvelope ation work for PIU TOMPRO accou nting software MW-MTPW-292446-GO-DIR / Procurement of ASYCUDA Wo Under Imple rld software modules to upgr IDA / 68700 Reduce Trade Costs Post Direct Selection Direct 1,200,000.00 0.00 2022-04-29 2022-04-27 2022-05-04 2022-05-04 2022-06-18 2022-12-15 mentation ade Malawi Revenue Authorit y's (MRA) existing Customs s ystem MW-MTPW-294901-GO-RFQ / Procurement of two (2) moto Strengthen Value Chains for Request for Quota Single Stage - One E Under Imple IDA / 68700 Post Limited 80,000.00 0.00 2022-05-25 2022-05-25 2022-07-20 2023-01-16 r vehicles for the Ministry of I Regional Integration tions nvelope mentation ndustry for facilitation of insti tutional capacity MW-MTPW-299043-GO-RFB / Procurement of mobile scann Open - Internationa Single Stage - One E Under Imple ers and their connectivity to IDA / 68700 Reduce Trade Costs Post Request for Bids 1,000,000.00 0.00 2022-06-19 2022-06-09 2022-06-24 2022-06-15 2022-08-05 2022-09-04 2022-10-09 2023-04-07 l nvelope mentation customs ASYCUDA World sys tem for the Malawi Revenue Authority (MRA) 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$) Notice equest for Proposals as Issued Proposals / Minutes al Proposal otiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual MW-MTPW-277498-CS-QCBS Strengthen Regional Coordin Quality And Cost- Open - Internationa Under Implement / Consulting Services for third IDA / 68700 ation and Project Implement Post 600,000.00 0.00 2022-03-07 2022-03-16 2022-03-28 2022-05-04 2022-05-11 2022-06-08 2022-07-08 2022-08-12 2022-09-16 2027-06-30 Based Selection l ation party monitoring. ation MW-MTPW-288909-CS-QCBS / Consulting services to asses s the sanitary, phytosanitary Quality And Cost- Open - Internationa Under Implement IDA / 68700 Reduce Trade Costs Post 200,000.00 0.00 2022-04-15 2022-04-08 2022-04-29 2022-05-11 2022-05-23 2022-07-04 2022-08-03 2022-09-07 2022-10-01 2023-10-01 and standards capacities, skil Based Selection l ation ls, services, equipment and i nfrastructure at Malawi's age ncies. MW-MTPW-294898-CS-QCBS / Recruitment of Consulting S Quality And Cost- Open - Internationa Under Implement ervices for Post Clearance Au IDA / 68700 Reduce Trade Costs Post 175,000.00 0.00 2022-05-30 2022-06-02 2022-06-13 2022-06-06 2022-07-11 2022-08-22 2022-09-21 2022-10-26 2022-11-30 2023-11-30 Based Selection l ation dit and Authorised Economic Operator for the Malawi Reve nue Authority (MRA) Page 1 INDIVIDUAL CONSULTANTS Activity Reference No. / Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Invitation to Identifie Draft Negotiated Cont Description Component Review Type Method Process Status Terms of Reference Signed Contract Contract Completion o. h unt (US$) (US$) d/Selected Consultant ract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual MW-MTPW-277467-CS-INDV Individual Consult / Recruitment of PPP expert a IDA / 68700 Reduce Trade Costs Post Open 350,000.00 0.00 Canceled 2022-03-14 2022-03-16 2022-04-24 2022-05-04 2022-06-01 2027-06-25 ant Selection dvisor (in-house) for PPPC MW-MTPW-277529-CS-INDV / Recruitment of Transport PP Individual Consult Under Implement IDA / 68700 Reduce Trade Costs Post Open 150,000.00 0.00 2022-03-14 2022-03-16 2022-05-02 2022-05-23 2022-06-27 2027-06-26 P Expert Advisor (retainer) fo ant Selection ation r the logistics for PPPC MW-MTPW-277530-CS-INDV Strengthen Regional Coordin Individual Consult Under Implement / Recruitment of Disburseme IDA / 68700 ation and Project Implement Post Open 108,000.00 0.00 2022-03-14 2022-03-16 2022-06-01 2022-06-02 2022-06-22 2022-07-27 2027-12-31 ant Selection ation nt and Accounts Assistant ation MW-MTPW-284989-CS-INDV Strengthen Regional Coordin / Recruitment of a Senior Con Individual Consult Under Implement IDA / 68700 ation and Project Implement Post Open 40,000.00 0.00 2022-03-30 2022-04-04 2022-05-22 2022-06-03 2022-06-12 2022-07-17 2023-01-13 sultant for the National Trade ant Selection ation ation Facilitation Committee Secre tariat. MW-MTPW-284993-CS-INDV Strengthen Regional Coordin / Recruitment of a Junior Con Individual Consult Under Implement IDA / 68700 ation and Project Implement Post Open 30,000.00 0.00 2022-03-30 2022-04-04 2022-05-22 2022-06-02 2022-06-12 2022-07-17 2023-01-13 sultant for the National Trade ant Selection ation ation Facilitation Committee Secre tariat. MW-MTPW-294996-CS-INDV / Recruitment for Information Strengthen Regional Coordin , communication and technol Individual Consult Under Implement IDA / 68700 ation and Project Implement Post Open 150,000.00 0.00 2022-05-20 2022-05-23 2022-07-01 2022-07-22 2022-08-26 2023-02-22 ogy specialist for the Project i ant Selection ation ation mplementation office at the Southern Africa trade and co nnectivity project MW-MTPW-294896-CS-INDV / Recruitment of Customs Ris Individual Consult Under Implement IDA / 68700 Reduce Trade Costs Post Open 90,000.00 0.00 2022-05-20 2022-05-23 2022-07-01 2022-07-22 2022-08-26 2023-02-22 k Management Advisor for th ant Selection ation e Malawi Revenue Authority ( MRA) MW-MTPW-297895-CS-INDV / Procurement of a Consultan Individual Consult Under Implement t to conduct a needs assess IDA / 68700 Reduce Trade Costs Post Open 50,000.00 0.00 2022-06-02 2022-06-07 2022-07-02 2022-07-07 2022-07-31 2023-01-27 ant Selection ation ment for the design, manage ment and delivery of a Borde r Residency pass system MW-MTPW-299048-CS-INDV / Procurement of Consultancy to conduct a study on mappi Strengthen Value Chains for Individual Consult Under Implement IDA / 68700 Post Open 30,000.00 0.00 2022-06-19 2022-06-13 2022-08-07 2022-08-28 2022-10-02 2023-03-31 ng of Value Chains for Export Regional Integration ant Selection ation s and Identification of last mil e infrastructure gaps along t he project coverage areas MW-MTPW-277467-CS-INDV. Individual Consult Pending Impleme / Recruitment of PPP expert a IDA / 68700 Reduce Trade Costs Prior Open 350,000.00 0.00 2022-03-14 2022-06-08 2022-06-29 2022-08-12 2023-02-08 ant Selection ntation dvisor (in-house) for PPPC Page 2