18 MONTHS PROCUREMENT PLAN -MALAWI EDUCATION REFORM PROJECT (MERP) I. General 1.Project information Country: Malawi Project Name: Malawi Education Reform Project (MERP) Project ID: P174329 2.Project Implementation Agency: Ministry of Education (MoE) 3.Date of the Procurement Plan: July 27, 2021 4.Period covered by this Procurement Plan: January 2022 to June 2023 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. 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, Page 1|8 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. 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 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. Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). Goods: Not Applicable for those contracts identified in the Procurement Plan tables. Works: Not Applicable for those contracts identified in the Procurement Plan tables. Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations: Not Applicable. Other Relevant Procurement Information: - (a) Procurement Approach and Prior Review Thresholds: The Procurement Arrangements as indicated in the below table will be used. The thresholds for the Bank’s prior review requirements are also provided in the table: Prior-review Thresholds for Procurement Methods Thresholds Procurem Substant Works Goods, IT & Non-Consulting Shortlist of National ent ial Services Consultants Type Risk ($`000) Works 10,000 Open Open Reques Open Open Reques Consulti Engineeri Internatio Nation t for internatio Nation t for ng ng & nal or al or Quotati nal or ICB al or Quotati Services Constructi NCB on or ($'000) NCB on or ($'000) on ICB ($'000 Nationa ($'000 Nationa Supervisio ($'000 ) l ) l n ($'000) Shoppin Shoppin g g ($'000) ($'000) Goods, IT 2,000 ≧ < ≦ ≧ < ≦ < ≦ & Non- Consultin g Services Consultan 1,000 7,000 7,000 200 1,000 1,000 100 200 300 ts (Firms) Page 2|8 Individual 300 Consultan ts *These prior review thresholds are for the purposes of the initial procurement plan for the first 18 months. The thresholds will be revised periodically based on re-assessment of risks. All contracts not subject to prior review will be post-reviewed. Prequalification. Not expected for the works/goods packages in the procurement plan. Proposed Procedures for CDD Components: CDD will be applicable for works for construction of low-cost classrooms under MERP School Improvement Grants (SIG) under component 2. CDD implementation arrangements will be elaborated in the PIM. Reference to (if any) Project Operational/Procurement Manual: The MoE will prepare a Procurement manual. The Procurement Plan will also form part of the Project Implementation Manual. Any Other Special Procurement Arrangements: None Procurement Packages/Plan with Procurement Arrangements and Time Schedule: as per the table below: b) PROCUREMENT PLAN A. Works There are no envisaged works at central level, other that construction of low-cost classrooms to be supported under MERP School Improvement Grant (SIG) and will be implemented through Community-driven Development approach. 1 2 3 4 5 6 7 8 9 10 Ref. Contract Estimated Market Selectio Prequa Domesti Review Expect Expecte No. Description Cost Approac n lificatio c by Bank ed bid d US$ h Method n Prefere (Prior / openin Contrac (yes/no nce Post) g date t ) (yes/no) Signatu re Date 1. N/A B. Goods and Non-Consulting Services 1 2 3 4 5 6 7 8 9 10 Ref. Contract Estimat Market Selectio Prequa Domesti Review Expect Expecte No. Description ed Approac n lificatio c by Bank ed bid d Cost h Method n Prefere (Prior / openin Contrac US$ (yes/no nce Post) g date t ) (yes/no) Signatu re Date 1. Supply and delivery 995,000. Open RFB No No Post 30-Apr- 30-May- of vehicles six (6 00 National 22 22 No.) 4x4 double cabin and eighty (80 No.) motorcycles for desk officers and Page 3|8 Clerks of works 2. Supply of forty-one 164,000. Open RFB No No Post 30-Apr- 30-May- (41 No.) laptops 00 National 22 22 and three (3No.) printers for basic education, budget, EMIS and district desk officers 3. Supply and delivery 4,550.00 Limited RFQ No No Post 30-Apr- 30-Jun- of one (1No.) 22 22 heavy-duty photocopier/scann er 4. Printing of school 110,000. Open RFB No No Post 1-Apr- 15-Jun- leadership training 00 National 22 22 materials C. Consultancy Services 1 2 3 4 5 6 7 8 9 10 Ref. Contract Estimat Market Selecti Evaluatio Shortli Review Expecte Expecte No. Description ed Approa on n Option sting by d d Cost ch Method (yes/n Bank proposa Contrac US$ o) (Prior / l t Post) opening Signatu date re Date 1. Hiring of Project 321,000. Direct DIR Direct No Post 30-Sep- 30-Nov- Coordinator 00 22 21 2. Hiring of 292,000. Direct DIR Direct No Post 30-Sep- 30-Nov- Procurement 00 22 21 Specialist 3. Hiring of Financial 292,000. Direct DIR Direct No Post 30-Sep- 30-Nov- Management 00 22 21 Specialist/ Accountant 4. Hiring of Financial 150,000. Direct DIR Direct No Post 30-Sep- 30-Nov- Management 00 22 21 Assistant 5. Hiring of Monitoring 150,000. Direct DIR Direct No Post 30-Sep- 30-Nov- and Evaluation 00 22 21 Expert 6. Hiring of 150,000. Open INDV Most Yes Post 30-Sep- 30-Nov- Environmental Expert 00 Qualified 22 21 and Experienc ed INDV 7. Hiring of Social 150,000. Open INDV Most Yes Post 30-Sep- 30-Nov- Safeguards Expert 00 Qualified 22 21 and Experienc ed INDV 8. Hiring of Gender 150,000. Open INDV Most Yes Post 30-Sep- 30-Nov- Specialist 00 Qualified 22 21 and Experienc ed INDV 9. Hiring of thirty-four 318,000. Open INDV Most Yes Post 31-Jan- 01-Mar- (34No.) District 00 Qualified 22 22 Clerks of Works to and supervise Experienc construction of the ed INDV low classroom blocks at school level 10. Individual 155,850. Open INDV Most Yes Post 31-Jan- 01-Mar- Architectural 00 Qualified 22 22 Consultant and Page 4|8 Experienc ed INDV RFQ – Request for Quotations; RFB – Request form Bids; INDV - Individual Consultant Selection and DIR–Direct Selection. Note: Direct Selection has been recommended for hiring of Key MERP PIU staff because MESIP whose design and interventions are similar to MERP will be closing on July 30, 2021, and staff are readily available, and MoE wish to benefit from the experience the staff have gained over the years of implementing MESIP, Page 5|8 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 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. Page 6|8 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 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: 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. Page 7|8 Name of the person duly authorized to sign the Bid/Proposal on behalf of the Bidder/Consultant: Title of the person signing the Letter: Page 8|8 PROCUREMENT Malawi : Malawi Education Reform Program Project PLAN General Information Country: Malawi Bank’s Approval Date of the Original Procurement Plan: 2021-12-05 2021-12-28 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P174329 GPN Date: Project Name: Malawi Education Reform Program Project Loan / Credit No: IDA / 69830, IDA / D9020 Ministry of Education 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 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 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-MOE-266762-CS-INDV / Component 5. Project Individual Procurement Specialist Under IDA / 69830 Coordination and Capacity Prior Consultant Open 292,000.00 0.00 2021-12-10 2021-12-08 2022-02-09 2022-03-02 2022-04-06 2023-04-05 Individual Consultancy Implementation Building Selection Services MW-MOE-266345-CS-INDV / Component 5. Project Individual Financial Management Under IDA / 69830 Coordination and Capacity Prior Consultant Open 292,000.00 0.00 2021-12-10 2021-12-08 2022-02-09 2022-03-02 2022-04-06 2023-04-05 Specialist Individual Implementation Building Selection Consultancy Services MW-MOE-266350-CS-INDV / Component 5. Project Individual Under Project Manager Individual IDA / 69830 Coordination and Capacity Prior Consultant Open 321,000.00 0.00 2021-12-10 2021-12-08 2022-02-09 2022-03-02 2022-04-06 2023-04-05 Implementation Consultancy Services Building Selection Component 5. Project Individual MW-MOE-269763-CS-INDV / Pending IDA / D9020 Coordination and Capacity Prior Consultant Open 150,000.00 0.00 2021-12-23 2022-02-10 2022-02-20 2022-03-13 2026-03-12 Gender Specialist Implementation Building Selection MW-MOE-269769-CS-INDV / Component 5. Project Individual Pending Monitoring and Evaluation IDA / D9020 Coordination and Capacity Prior Consultant Open 150,000.00 0.00 2021-12-23 2022-02-10 2022-02-20 2022-03-13 2026-03-12 Implementation Specialist Building Selection MW-MOE-270763-CS-INDV / Component 5. Project Individual Pending Consultancy Service for IDA / D9020 Coordination and Capacity Prior Consultant Open 150,000.00 0.00 2021-12-27 2022-02-14 2022-03-07 2022-03-28 2026-03-27 Implementation Environmental Specialist Building Selection MW-MOE-270769-CS-INDV / Component 5. Project Individual Pending Consultancy for Social IDA / D9020 Coordination and Capacity Prior Consultant Open 150,000.00 0.00 2021-12-27 2022-02-09 2022-03-02 2022-03-23 2026-03-22 Implementation Safeguards Specialist Building Selection MW-MOE-270772-CS-INDV / Component 5. Project Individual Pending Assistant Financial IDA / D9020 Coordination and Capacity Post Consultant Open 150,000.00 0.00 2021-12-27 2022-02-09 2022-03-02 2022-03-23 2026-03-22 Implementation Management Specialist Building Selection Page 1