18 MONTHS PROCUREMENT PLAN-SSRLP PROJECT Project information: Malawi Social Support for Resilient Livelihood Project - P169198 Project Implementation Agency: National Local Government Finance Committee, Malawi Date of the Procurement Plan: September 2019 Period covered by this Procurement Plan: June 2019 to January 2021 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. 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. 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, the Bank’s Anti-Corruption Guidelines, including without limitation the Bank’s right 1 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). Prior Procurement Arrangements: The Procurement Arrangements as indicated in the below table and within the thresholds indicated in the below tables will be used. The thresholds for the Bank’s prior review requirements are also provided in the table below: Table: Thresholds*, Procurement Arrangements, and Prior Review (The table below depicts the Thresholds and Procurement Methods to be used under the REDISSE II project): Thresholds*, Procurement Methods, and Prior Review for Substantial Risk Thresholds for Procurement Expenditure Procurement Contracts Subject to No Approaches and Category Method Prior Review / [eq. US$] Methods* [eq. USD] All contracts at or above Open Competition USD10,000,000 are subject to International Market international advertising and the C ≥ 7,000,000 Approach and Direct use of the Bank’s SPDs (or other Contracting documents agreed with the 1 Works Bank). Open Competition National Market 200,000 < C < 7,000,000 None Approach 2 Thresholds for Procurement Expenditure Procurement Contracts Subject to No Approaches and Category Method Prior Review / [eq. US$] Methods* [eq. USD] C ≤ 200,000 RfQ None All contracts at or above Open Competition USD2,000,000 are subject to International Market international advertising and the C ≥ 1,000,000 Approach and Direct use of the Bank’s SPDs (or other Goods, IT and Contracting documents agreed with the 2 non-consulting Bank). services Open Competition National Market 100,000 < C < 1,000,000 None Approach C ≤ 100,000 RfQ None All contracts at or above USD1,000,000 are subject to for international advertising and the C < 200,000 Consulting Services use of the Bank’s SPDs (or other National documents agreed with the shortlist for Bank). 3 selection of All contracts at or above consultant firms for USD1,000,000 are subject to Engineering and international advertising and the C ≤ 300,000 Construction use of the Bank’s SPDs (or other Supervision documents agreed with the Bank). Selection of All values ≥ 300,000 4 Individual All Approaches consultants Training, Based on approved Workshops, This line activity is not subject 5 All Values Annual Work Plan & Study Tours to procurement Review. Budgets (AWPB) by TTL *These 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. Other Special Procurement Arrangements: When approaching the national market, as agreed in the Procurement Plan, the Open National Bidding procedure of Public Procurement and Asset Disposal Act 2017 and Regulations (Applicable Version) may be used. The specific Requirements for national open competitive procurement include the following: a.open advertising of the procurement opportunity at the national level; b.the procurement is open to eligible firms from any country; c. 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; d.contracts with an appropriate allocation of responsibilities, risks, and liabilities; e.publication of contract award information; f. rights for the Bank to review procurement documentation and activities; g.an effective complaints mechanism; and h.maintenance of records of the Procurement Process. 3 Other national procurement arrangements (other than national open competitive procurement), that may be applied (such as limited/restricted competitive bidding, request for quotations/shopping, direct contracting), shall be consistent with the Bank’s Core Procurement Principles and ensure that the Bank’s Anti-Corruption Guidelines and Sanctions Framework and contractual remedies set out in its Legal Agreement apply Prequalification. Not expected for the works/goods packages in the procurement plan. Proposed Procedures for CDD Components: Applicable for activities under component 1 on Improving Social and Economic Inclusion, especially those for Enhanced Public Works and Livelihood Programs. Reference to (if any) Project Operational/Procurement Manual: The National Local Government Finance Committee team will prepare Procurement manuals. 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 Works 1 2 3 4 5 6 7 8 9 Ref. Contract Estimated Procureme Prequ National Review Expected Expected Comme No. (Description) Cost nt Method/ alifica Prefere by bid Contract nts US$ Arrangeme tion nce Bank opening Signature million nt (yes/n (yes/no) (Prior / date Date o) Post) 1. Minor works for 350,000.0 Open, Post No Post Septembe October maintenance of 0 National, r 11, 2020 16, 2020 District RFB SCTP/EPWP offices 2. Goods and Non-Consulting Services 1 2 3 4 5 6 7 8 9 Ref. Contract Estimated Procureme Prequa Nation Review Expected Expected Com No. (Description) Cost nt Method/ lificatio al by bid Contract ment US$ million Arrangeme n Prefer Bank opening Signatur s nt (yes/no ence (Prior / date e Date ) (yes/n Post) o) IDA 1. Procurement of 1,800,009.0 Open, Post No Post September October 27 motor 0 Internation 11, 2020 16, 2020 vehicles al, RFB 4 2. Procurement of 248,000.00 Limited, Post No Post September October 31 motor cycles National, 11, 2020 16, 2020 RFQ 3. Procurement of 1,659,750.4 Open, Post No Post July 24, August IEC Materials 0 Internation 2020 14, 2020 al, RFB 4. Procurement of 696,145.00 Open, Post No Post August 07, August office furniture, National, 2020 31, 2020 ICT equipment RFB and system upgrades 5. Procurement of 1,388,889.0 Open, Post No Post September Septembe materials, inputs 0 Internation 9, 2020 r 20, 2020 and tools for al, RFB Expanded Public Works Programme (EPwP) 6. Procurement of 1,084,698.0 CDD Post No Post January 20, February Household 0 Details to 2021 15, 2021 Livelihood and be Cooperative elaborated Assets following in the PIM CDD Approach in accordanc e with Annex XII, paragraph 6.10 of the Procureme nt Regulation s 7. Procurement of 10,000.00 Limited, Post No Post September October interactive National 11, 2020 16, 2020 mobile tracking RFQ system GRiF Trust Fund 8. Procurement of 500,000.00 Open, Post No Post February March 30, ICT system National, 15, 2021 2021 adaptation RFB Modules for using MIS for scalable SCTP 9. Procurement of 2,200,000.0 Open, Prior No Prior October 15, November ICT system 0 Internation 2020 30, 2020 upgrades for UBR al, for scalable SCTP RFB 10. Procurement of 700,000.00 Open, Post No Post November December ICT Equipment National, 15, 2020 30, 2020 for UBR data RFB collection for scalable SCTP 11. Procurement of 1,000,000.0 Open, Post No Prior April 15, May 30, E-payment 0 2021 2021 5 Services Internation ((Financial al, inclusion drive RFB (bank accounts or mobile money registration)) for scalable SCTP 12. Procurement of 500,000.00 Open, Post No Post April 15, May 30, adaptable National, 2021 2021 citizens’ RFB engagement/GR M to capture information specific to the scalable SCTP 13. Parametric 10,000,000. Open, Prior No Prior Not part of insurance 00 Internation the 18 coverage against al, months drought RFB plan 14. Consultancy Services 1 2 3 4 5 6 7 8 Ref. No. Description of Assignment Estimate Selection Review Expected Expected Comme d Method/ by date of Contract nts Cost Arrangeme Bank proposal Signature US$ nt (Prior / submissio Date Post) n IDA 1. Consulting services to carry 146,667.0 Open, Post August 30, Sept 20, out annual external audits 0 National 2021 2021 LCBS 2. Consulting services to carry 320,000.0 Open, Post March 31, April 21, out Baseline, Mid-line and End- 0 National 2020 2020 line surveys. QCBS 3. Consulting services to carry out 40,000.00 Open, Post Not part of Project Mid-Term Review National, 18 Months INDV plan 4. Consulting services to develop 140,000.0 Limited, Post March April 2021 MNSSP Bill 0 National, 2021 INDV 5. Consulting services to carry out 89,400.00 Open, Post March 31, April 21, Evidence Generation Survey National, 2020 2020 CQS GRiF Trust Fund 6. Consulting services to support 300,000.0 Open, Post August 20, September scalable SCTP 0 National, 2020 25, 2020 CQS 6 7. Consulting services to provide 100,000.0 Open, Post August 20, September support in legal and regulatory 0 National, 2020 25, 2020 work in setting up the scalable CQS SCTP 8. Consulting services for Data 1,000,000 Open, Prior July 25, August 20, Collection to Support SCTP .00 Internation 2020 2020 al, QCBS 9. Consulting services for the 1,000,000 Open, Prior July 15, August 30, provision of Insurance .00 Internation 2021 2021 Brokerage services al, CQS Training and Workshop (Training & Workshop activities are subject to TTL clearance) Estimat Estimated Expected Comment Ref. Training, workshop and study s ed Cost Duration Training/work No. tours (US$) (Days) shop Date 1. Evidence Building for Social 2 weeks September Planned for protection plus 30,000.0 2020 6 0 participant s 2. Learning visit on E-payment 1 week July 2020 Planned for 20,000.0 6 0 participant s 3. Procurement and Contract 2 weeks July 2020 Planned for Management 30,000.0 4 0 participant s 4. Environmental and Social 2 weeks November 2020 Planned for safeguards Management 26,000.0 3 0 participant s 5. Financial management for donor- 2 weeks August 2020 Planned for funded projects 18,000.0 2 0 participant s 6. Data analysis for Social Registry or 2 weeks March 2020 Planned for Unified Beneficiary Registry (UBR) 50,000.0 8 and Scalable Safety nets 0 participant s 7. Computerized accounting system 2 weeks April 2021 Planned for (Tompro 2) 20,000.0 2 0 participant s 8. Core course on Social protection or 2 weeks October 2020 Planned for safety nets 42,000.0 5 0 participant s 9. Learning visit on Economic 1 week December 2020 Planned for inclusion 25,000.0 6 0 participant s 10. Shock sensitive social protection 1week August 2020 Planned for trainings and workshops 55,000.0 30 0 7 participant s 11. IFMIS and MIS trainings and 2 weeks February 2021 Planned for workshops 60,000.0 20 0 participant s GENERAL NOTES 1. Training and capacity building: Training workshops (including training material and support), conference attendance and study tours, will be carried out based on approved annual training and allied activities plan by the TTL. The beneficiaries, after the training, will be requested to submit a brief report indicating what skills have been acquired and how these skills will contribute to enhance their performance and contribute to the attainment of the Project’s development objective. 2. Operational Costs: These are expenditures incurred by the Recipient to finance: (i) the salaries of locally contracted support staff of the Project entities and units involved in Project implementation (excluding civil servants) and state contributions thereon; (ii) per diem and travel expenses of the operational staff performing their responsibilities under the Project; (iii) fuel and vehicle maintenance and insurance; (iv) communication technology (including, without limitation, internet and telephone) and maintenance of equipment; (v) rental expenses and utilities; (vi) building security and maintenance; (vii) translations services, photocopies and publications; (viii) bank commissions; and (ix) utilities and office supplies as defined in the FA. 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. 1Guidelineson 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. 8 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, 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); 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. 9 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. 10 PROCUREMENT Malawi : Social Support for Resilient Livelihoods Project PLAN General Information Country: Malawi 2020-07-13 Bank’s Approval Date of the Original Procurement Plan: 2022-06-22 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P169198 GPN Date: 2021-01-12 Project Name: Social Support for Resilient Livelihoods Project Loan / Credit No: IDA / D5300 National Local Government Finance Committee 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-NLGFC-201773-GO-RFB Improving Social and Econo Single Stage - One E IDA / D5300 Post Request for Bids Open - National 770,000.00 973,475.11 Signed 2020-12-15 2021-02-15 2020-12-20 2021-03-17 2021-01-31 2021-04-09 2021-03-02 2021-05-21 2021-04-06 2021-07-14 2021-05-18 / Procurement of 12No. Motor mic Inclusion nvelope Vehicles MW-NLGFC-183305-GO-RFQ Improving Social and Econo Request for Quota Single Stage - One E / Procurement of office furnit IDA / D5300 Post Limited 4,300.00 6,790.46 Completed 2020-12-20 2021-01-22 2021-01-10 2021-05-10 2021-01-24 2021-05-25 mic Inclusion tions nvelope ure for Livelihoods Support MW-NLGFC-183310-GO-RFQ Improving Social and Econo Request for Quota Single Stage - One E / Procurement of office equip IDA / D5300 Post Limited 42,000.00 47,189.31 Completed 2021-01-04 2021-01-27 2021-03-01 2021-05-10 2021-08-28 2021-07-12 mic Inclusion tions nvelope ment for Livelihoods Support MW-NLGFC-209692-GO-RFB Improving Social and Econo Single Stage - One E / Procurement of 31No Motor IDA / D5300 Post Request for Bids Open - National 240,000.00 219,412.33 Signed 2021-04-06 2021-04-06 2021-04-10 2021-05-10 2021-05-03 2021-05-17 2021-05-25 2021-06-06 2021-11-03 2021-07-18 mic Inclusion nvelope Cycles for Livelihood Support MW-NLGFC-201743-GO-RFQ. / Procurement of a Procurem Improving Social and Econo Request for Quota Single Stage - One E IDA / D5300 Post Limited 35,000.00 23,592.19 Signed 2020-12-06 2021-01-14 2021-01-31 2021-03-15 2021-07-30 ent of 2021 Calendars, Diari mic Inclusion tions nvelope es and Notebooks MW-NLGFC-201743-GO-RFQ Improving Social and Econo Request for Quota Single Stage - One E / Procurement of 2021 Calen IDA / D5300 Post Limited 35,000.00 0.00 Canceled 2020-12-19 2021-01-14 2021-02-19 2021-03-05 mic Inclusion tions nvelope dars, diaries and notebooks MW-NLGFC-240248-GO-RFQ Capacity Building and Institu Request for Quota Single Stage - One E / 1No heavy duty printer/pho IDA / D5300 Post Limited 20,000.00 17,428.55 Signed 2021-06-30 2021-07-09 2021-07-15 2021-11-04 2021-08-05 tional Strengthening Support tions nvelope tocopier for the UBR MW-NLGFC-250541-GO-RFB / Procurement of 2022 Calen Improving Social and Econo Single Stage - One E IDA / D5300 Prior Request for Bids Open - National 111,000.00 0.00 Canceled 2021-09-03 2021-09-08 2021-10-08 2021-10-10 2021-10-26 2021-12-08 dars, Executive Diaries, Exec mic Inclusion nvelope utive Notebooks, SSRLP Bran ded Pens MW-NLGFC-254643-GO-RFQ Capacity Building and Institu Request for Quota Single Stage - One E IDA / D5300 Post Limited 17,000.00 2,754.14 Signed 2021-10-18 2021-12-08 2021-11-09 2021-12-16 2021-11-16 / Procurement of COVID-19 P tional Strengthening Support tions nvelope PE MW-NLGFC-256314-GO-RFQ Improving Social and Econo Request for Quota Single Stage - One E / Procurement of 2022 Calen IDA / D5300 Post Limited 25,000.00 22,370.30 Signed 2021-10-27 2021-10-19 2021-11-16 2021-11-29 2021-12-14 mic Inclusion tions nvelope dars, Diaries, Notebooks and Executive Pens 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 MW-NLGFC-237562-NC-RFB / Provision of Electronic Payme Improving Social and Econo Single Stage - One E Under Imple nt Services for Social Cash Tr IDA / D5300 Post Request for Bids Open - National 200,000.00 0.00 2021-06-14 2021-08-04 2021-06-19 2021-07-19 2021-09-03 2021-08-18 2021-10-26 2021-09-22 2023-09-22 mic Inclusion nvelope mentation ansfer Programme (SCTP) in Blantyre, Nkhotakota and Kar onga Districts MW-NLGFC-252265-NC-RFQ / Engagement of printing ser Capacity Building and Institu Request for Quota Single Stage - One E IDA / D5300 Post Limited 95,000.00 97,312.77 Signed 2021-10-16 2021-10-16 2021-11-02 2021-11-26 2021-11-16 vices of 106,000 Passbooks f tional Strengthening Support tions nvelope or the Social Cash Transfer B eneficiaries MW-NLGFC-274514-NC-RFQ / Procurement of Cloud Servi ces for Unified Beneficiary Re Strengthening Harmonized Request for Quota Single Stage - One E IDA / D5300 Post Limited 82,500.00 78,178.86 Signed 2022-02-08 2022-02-25 2022-03-10 2022-04-04 2022-04-10 gistry (UBR) Database and its Delivery Systems tions nvelope related Management Informa tion System (Mthandizi and K alozera) MW-NLGFC-281929-NC-RFB / Improving Social and Econo Open - Internationa Single Stage - One E Under Revie Procurement of Insurance Se IDA / D5300 Prior Request for Bids 10,000,000.00 0.00 2022-03-07 2022-03-12 2022-04-23 2022-05-23 2022-06-27 2022-12-24 mic Inclusion l nvelope w rvices for a Parametric Risk T ransfer Product MW-NLGFC-283339-NC-RFQ Strengthening Harmonized Request for Quota Single Stage - One E Under Imple / Procurement of Licenced So IDA / D5300 Post Limited 45,000.00 0.00 2022-03-19 2022-05-14 2022-11-10 Delivery Systems tions nvelope mentation ftware for ICT Unit MW-NLGFC-288994-NC-RFQ / Procurement of service prov Improving Social and Econo Request for Quota Single Stage - One E Under Imple ider to install and configure s IDA / D5300 Post Limited 1,200.00 0.00 2022-04-20 2022-06-15 2022-12-12 mic Inclusion tions nvelope mentation ervers and server power sup ply and data centre setup for NLGFC MW-NLGFC-295781-NC-DIR / Provision of Electronic Payme Improving Social and Econo Under Imple nt Services for Social Cash Tr IDA / D5300 Post Direct Selection Direct 44,600.00 0.00 2022-05-23 2022-05-27 2022-05-28 2022-06-07 2022-07-02 2022-12-29 mic Inclusion mentation ansfer Programme (SCTP), Sc alable Mechanism in Ntcheu Districts Page 1 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$) Notice equest for Proposals as Issued Proposals / Minutes al Proposal otiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual MW-NLGFC-207101-CS-CQS Improving Social and Econo Consultant Qualifi / Baseline survey for Liveliho IDA / D5300 Post 30,000.00 27,848.34 Signed 2020-12-16 2020-12-14 2020-12-30 2021-05-28 2021-01-29 2021-11-30 2021-02-19 2021-10-12 2021-04-20 mic Inclusion cation Selection ods support INDIVIDUAL CONSULTANTS Activity Reference No. / Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Invitation to Identifie Draft Negotiated Cont Description Component Review Type Method Process Status Terms of Reference Signed Contract Contract Completion o. h unt (US$) (US$) d/Selected Consultant ract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual MW-LDF-TST-255157-CS-IND Capacity Building and Institu Individual Consult V. / Procurement of a Procure IDA / D5300 Prior Open 42,000.00 41,796.75 Signed 2021-03-21 2021-03-17 2021-05-09 2021-05-28 2021-05-30 2021-09-02 2021-07-04 2021-08-23 2021-12-31 tional Strengthening Support ant Selection ment Consultant MW-NLGFC-277730-CS-INDV Capacity Building and Institu Individual Consult Under Implement / Procurement of Project Proc IDA / D5300 Prior Open 126,000.00 0.00 2022-02-21 2022-03-02 2022-03-24 2022-03-31 2022-04-10 2025-04-09 tional Strengthening Support ant Selection ation urement Consultant MW-NLGFC-281754-CS-INDV Capacity Building and Institu Individual Consult Under Implement / Procurement of the Project IDA / D5300 Post Open 126,000.00 0.00 2022-03-22 2022-03-22 2022-05-10 2022-05-31 2022-07-05 2023-01-01 tional Strengthening Support ant Selection ation e-Payment Specialist MW-NLGFC-300568-CS-INDV Capacity Building and Institu Individual Consult Pending Impleme / Hiring of Project Environme IDA / D5300 Post Open 90,000.00 0.00 2022-06-30 2022-08-07 2022-08-17 2022-08-31 2025-08-30 tional Strengthening Support ant Selection ntation ntal Safety Officer MW-NLGFC-300571-CS-INDV Capacity Building and Institu Individual Consult Pending Impleme IDA / D5300 Post Open 90,000.00 0.00 2022-06-30 2022-08-07 2022-08-17 2022-08-31 2025-08-30 / Hiring of Social Safeguards tional Strengthening Support ant Selection ntation Officer Page 2