Procurement Plan I. General 1. Project Information Country: Malawi Project Name: Malawi Agricultural Commercialization Project (AGCOM) Project ID: P158434 2. Project Implementation Agency: Ministry of Agriculture, Irrigation and Water Development (MoAIWD) 3. Date of the Procurement Plan: March, 2018 4. Period Covered by this procurement plan: March, 2018 -31st August,2019 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 The Public Procurement Act, 2003 and The Public Procurement Regulations, 2004, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: 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 & operational skills development shall not be used in the evaluation of bids unless specifically agreed by the Bank on case to case basis. 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 : 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: N/A (b) Works: N/A Domestic preference is not applicable for National Open Competitive Procurement 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 (US$ millions): The overall Project procurement Risk is Substantial. The project being a non-emergency project, there would be generally prior reviews of cases unless specifically indicated in the Procurement Plan as a special measure. Post Review: All contracts not subject to prior review shall be subject to post review. 2 XI. Procurement Prior Review Thresholds Based on High Risk Rating (US$ millions) Works Goods, IT and Non-Consulting Services Shortlist of National Consultants Open Open Request Open Open Request Consulting Engineering International National for International National for Services & Quotation Quotation Construction ≥ < ≥ < ≤ Supervision ≤ ≤ ≤ 5 5 0.2 1.5 1.5 0.1 0.5 0.3 3 PROCUREMENT PACKAGES WITH METHODS AND TIME SCHEDULESOF GOOD AND NON CONSULTANCY A) PROCUREMENT OF GOODS AND NON CONSULTANCY SERVICES Sr. No Contract QTY Unit Est. Cost Review Market Selection Evaluation Procureme Prequalifi Domestic Expected Expected Description (US$) by Bank Approac Method Options nt Process cation Preferenc date of bid/ date of (Prior/ h (Yes/ No) e proposal Contract Post) (Yes/No) opening Signature G.1.01 Double Cabin Post Qualifying No No Vehicles for PIU 10 No 650,000.00 Open RFB criteria Single 15-06-17 25-10-17 and National stage one Implementing Envelope Departments G.1.02 IT Equipment & Various No 100,000.00 Post Limited RFQ Qualifying Single No No Air Conditioners criteria stage one 07-07-17 31-08-17 for PIU Envelope G.1.03 Limited Qualifying Single Procurement of Various No 30,000.00 Post RFQ criteria stage one No No 07-07-17 31-08-17 Furniture for PIU Envelope G.1.04 Irrigation Various No. 70,000.00 Post Limited RFQ Qualifying Single No No 03-03-17 04-04-17 Equipment for the criteria stage one last mile Envelope infrastructure G.1.05 Electricity Various No 50,000.00 Post Limited RFQ Qualifying Single equipment and criteria stage one No No 07-07-17 31-08-17 Accessories for Envelope the last mile infrastructure G.1.06 Water equipment Various No 50,000.00 Post Open RFQ Qualifying Single No No 03-03-17 04-04-17 and accessories National criteria stage one for the last mile Envelope infrastructure G.1.07 Advocacy Various National- Qualifying Single (Sensitization and No 30,000.00 Post Open RFQ criteria stage one No No 15-07-17 30-09-17 awareness) ie Envelope Audio, Visual, Drama and comedies G.1.07 Radio, TV 12 National- Qualifying Single 25-07-17 15-09-17 Airtime for No 90,000.00 Post Open RFQ criteria stage one No No documentaries, Envelope 4 Sr. No Contract QTY Unit Est. Cost Review Market Selection Evaluation Procureme Prequalifi Domestic Expected Expected Description (US$) by Bank Approac Method Options nt Process cation Preferenc date of bid/ date of (Prior/ h (Yes/ No) e proposal Contract Post) (Yes/No) opening Signature Programs and announcements G.1.08 Radio , TV 12 No 50,000.00 National- Qualifying Single 24-07-17 31-09-17 Production Post Open RFQ criteria stage one No No Program Envelope G.1.09 Print Media 10 No 30,000.00 National- Qualifying Single 31-07-17 08-08-17 adverts Post Open RFQ criteria stage one No No Envelope G.1.10 Production and Various No 50,000.00 National- Qualifying Single 15-04-17 30-04-17 Printing of IEC Post Open RFQ criteria stage one No No Materials Envelope 1,200,000.00 PROCUREMENT OF WORKS Sr. No Contract Description QTY Unit Est. Cost Review by Market Selection Evaluatio Procurem Prequali- Domestic Expected Expected (US$) Bank Approach Method n Options ent fication Preferenc date of date of (Prior/ Process ( (Yes/ No) e (Yes/No) bid/ Contract Post) proposal Signature opening G.1.01 Rehabilitation/construction 10 No 1,000,000 Post Open- RFQ Qualifying Single of irrigation infrastructure National Criteria stage one No No 15-02-18 10-04-18 Envelope W.1.0 Construction/rehabilitation 5 No 800,000 Post National- RFQ Qualifying Single No No 2 of access roads Open Criteria stage one 14-02-18 25-04-18 Envelope W.1.0 Installation of clean water 5 No 120,000 Post Open - RFQ Qualifying Single No No 14-03-18 31-04-18 3 facilities National Criteria stage one Envelope W.1.0 Rehabilitation/Drilling of 5 No 70,000.00 Post National- RFQ Qualifying Single No No 19-02-18 09-03-18 4 Boreholes Open criteria stage one Envelope W.1.0 Supply and Installation of 50,000 National- Qualifying Single 5 Solar Power Units 5 No Post Open RFQ criteria stage one Envelope No No 05-03-18 15-05-18 5 Sr. No Contract Description QTY Unit Est. Cost Review by Market Selection Evaluatio Procurem Prequali- Domestic Expected Expected (US$) Bank Approach Method n Options ent fication Preferenc date of date of (Prior/ Process ( (Yes/ No) e (Yes/No) bid/ Contract Post) proposal Signature opening W.1.0 Rehabilitation/maintenance National- Qualifying Single 6 of PIU Office 1 No 100,000.00 Post Open RFQ criteria stage one No No 25-06-17 15-08-17 Envelope W.1.0 Installation of Electricity in 5 No 50,000 Post National- RFQ Qualifying Single 9 Production sites Open criteria stage one No No 25-06-17 15-08-17 Envelope W.1.1 Construction of Rural 5 No 800,000.00 Post National- RFQ Qualifying Single No No 0 Warehouses Open criteria stage one 14-02-18 25-04-18 Envelope 2,990,000.00 CONSULTANCY Sr. No Contract Description QTY Un Est. Cost Revie Market Selection Evaluatio Procure Prequali- Domestic Expected Expected it (US$) w by Approach Method n Options ment fication Preferenc date of bid/ date of “000” Bank Process (Yes/ No) e proposal Contract (Prio (Yes/No) opening Signature r/ Post) C.1.01 Consultancy to deliver capacity 2 No 1,500,000.00 Prior Internation RFB Rated Single building support to POs (Farmer Apex al Open Stage No No 16-07-17 30-09-17 Organization) Two Envelope C.1.02 Consultancy to Assess and Select 1 No 300,000.00 Post National- Single No No 30-07-17 15-09-17 Viable business proposals Shortlisting QCBS Rated Stage Two Envelope C.1.03 Technical Assistance to POs to Post National Rated Single No No 17-07-17 30-09-17 improve production and management 10 No 500,000.00 Shortlisting QCBS Stage Two Envelope Consultancy to develop Project 1 No 30,000.00 Post National Rated Single No No 17-07-17 30-08-17 Implementation Manual (PIM) Shortlisting CQS Stage Two Envelope 6 Sr. No Contract Description QTY Un Est. Cost Revie Market Selection Evaluatio Procure Prequali- Domestic Expected Expected it (US$) w by Approach Method n Options ment fication Preferenc date of bid/ date of “000” Bank Process (Yes/ No) e proposal Contract (Prio (Yes/No) opening Signature r/ Post) C.1.04 Detailed Survey, Design and National Single No No Supervision of 5 No 300,000.00 Post Shortlisting QCBS Rated Stage 15-07-17 30-09-17 construction/rehabilitation of Irrigation Two Infrastructure Envelope C.1.05 Detailed Survey, Design and National Single No No Supervision of 1 No 200,000.00 Post Shortlisting QCBS Rated Stage 15-07-17 30-09-17 construction/rehabilitation of access Two roads Envelope C.106 Detailed Design and Supervision of 1 Single No No Rehabilitation/construction of water No 100,000.00 Post National CQS Rated Stage 30-07-17 15-09-17 facilities Shortlisting Two Envelope C.1.07 Detailed Design and Supervision of Single No No Rehabilitation/construction of 1 No 50,000.00 Post National CQS Rated Stage 30-07-17 15-09-17 electricity facilities Shortlisting Two Envelope C.1.08 Technical Assistance in Land Single No No Management (MITC) 1 No 100,000.00 Post Open CQS Rated Stage 10-08-17 26-10-17 Internation Two al Envelope C.1.09 Technical Assistance for Land Titling Single No No (Ministry of Lands) 1 No 100,000.00 Post Open CQS Rated Stage 10-08-17 26-10-17 Internation Two al Envelope C.1.10 Technical Assistance for SMEs 1 No Single No No Capacity building 100,000.00 Post Open CQS Rated Stage 10-08-17 26-10-17 Internation Two al Envelope C.1.11 Consultancy for Designs and 1 No 200,000.00 Post Single No No Construction Supervision of Rural National QCBS Rated Stage 30-10-17 15-01-18 Warehouses Shortlisting Two Envelope C.1.12 Procurement of PIU Staff (Project 11 No 600,000.00 Post National QCBS Rated Single No No 06-06-17 03-08-17 Coordinator, FM, Procurement, M&E, Stage Environmental etc) Two Envelope C.1.13 Training and Workshops Variou No 150,000.00 Post Open QCBS Rated Single No No 07-08-17 01-09-17 s National Stage 7 Sr. No Contract Description QTY Un Est. Cost Revie Market Selection Evaluatio Procure Prequali- Domestic Expected Expected it (US$) w by Approach Method n Options ment fication Preferenc date of bid/ date of “000” Bank Process (Yes/ No) e proposal Contract (Prio (Yes/No) opening Signature r/ Post) Two Envelope C.1.14 Technical Assistance to review 1 No 80,000.00 Post Open Least Rated Single No No 02-08-17 08-10-17 regulatory and technical issues (MITC) Internation Cost Stage al Bases Two Selection Envelope Consultancy on Investor Survey and 1 No 200,000.00 Post Single No No Demand Assessment National QCBS Rated Stage 30-10-17 15-01-18 Shortlisting Two Envelope 4,520,000.00 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, 8 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 in any other manner;2 (ii) to be a nominated3 sub-contractor, consultant, manufacturer or supplier, or service provider of an 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. 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 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: Name of the person duly authorized to sign the Bid/Proposal on behalf of the Bidder/Consultant: 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 Title of the person signing the Letter: 11 PROCUREMENT Malawi : Malawi Agricultural Commercialization Project PLAN General Information Country: Malawi Bank’s Approval Date of the Original Procurement Plan: 2018-04-03 2018-09-25 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P158434 GPN Date: Project Name: Malawi Agricultural Commercialization Project Loan / Credit No: IDA / 60480 Executing Agency(ies): Ministry of Agriculture, Irrigation and Water Development WORKS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual MW-MOAIWD-70900-CW- Pending Request for Single Stage - One RFQ / Partitioning and IDA / 60480 Post Limited 0.00 Implementati 2018-10-02 2018-11-27 2019-01-26 Quotations Envelope maintenance of offices on MW-MOAIWD-70981-CW- Pending Request for Single Stage - One RFQ / Rehabilitation of IDA / 60480 Post Limited 0.00 Implementati 2018-09-24 2018-11-19 2019-01-18 Quotations Envelope office access road on GOODS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual MW-MOAIWD-69328-GO- Pending Single Stage - One RFB / Supply of motor IDA / 60480 Prior Request for Bids Open - National 0.00 Implementati 2018-08-21 2018-08-26 2018-09-30 2018-11-04 2018-12-09 2019-02-03 Envelope vehicles on MW-MOAIWD-70912-GO- RFQ / Supply of IT Pending equipment for PIU and Request for Single Stage - One IDA / 60480 Post Limited 0.00 Implementati 2018-08-28 2018-10-23 2019-01-21 Ministry of Lands, air Quotations Envelope on conditioners for PIU and GPS for Ministry of Lands MW-MOAIWD-71411-GO- RFQ / Supply of office Pending Request for Single Stage - One furniture for PIU and IDA / 60480 Post Limited 0.00 Implementati 2018-09-04 2018-11-06 2018-12-18 Quotations Envelope Ministry of Lands and on kitchen utensils for PIU MW-MOAIWD-70901-GO- Pending Request for Single Stage - One RFQ / Supply of office IDA / 60480 Post Limited 0.00 Implementati 2018-09-12 2018-11-14 2019-05-13 Quotations Envelope supplies on MW-MOAIWD-70183-GO- RFQ / Supply of calendars, Pending Request for Single Stage - One diaries, executive note pads IDA / 60480 Post Limited 0.00 Implementati 2018-09-24 2018-11-19 2019-05-18 Quotations Envelope and leaflets and publishing on of trade reforms Pending MW-MOAIWD-69332-GO- Request for Single Stage - One IDA / 60480 Post Limited 0.00 Implementati 2018-08-16 2018-08-16 2018-08-16 RFQ / Office furniture Quotations Envelope on Page 1 MW-MOAIWD-72825-GO- Pending RFQ / Supply of office and Single Stage - One IDA / 60480 Post Request for Bids Open - National 0.00 Implementati 2018-08-21 2018-08-26 2018-10-07 2018-11-06 2018-12-11 2019-06-09 field equipment for Ministry Envelope on of Lands MW-MOAIWD-72645-GO- Pending RFQ / Supply of office Request for Single Stage - One IDA / 60480 Post Limited 0.00 Implementati 2018-08-26 2018-10-21 2018-11-18 furniture for Ministry of Quotations Envelope on Lands MW-MOAIWD-72209-GO- RFQ / Procurement and Pending Request for Single Stage - One installation of an accounting, IDA / 60480 Post Limited 0.00 Implementati 2018-08-26 2018-10-28 2019-04-26 Quotations Envelope procurement and M&E on software MW-MOAIWD-72207-GO- Pending Request for Single Stage - One RFQ / Supply of backup IDA / 60480 Post Limited 0.00 Implementati 2018-08-16 2018-08-16 2018-08-16 Quotations Envelope diesel generator on NON CONSULTING SERVICES Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Pending MW-MOAIWD-70189-NC- Request for Single Stage - One IDA / 60480 Post Limited 0.00 Implementati 2018-09-10 2018-11-05 2019-11-05 RFQ / Cleaning services Quotations Envelope on Under MW-MOAIWD-69316-NC- Request for Single Stage - One IDA / 60480 Post Limited 0.00 Implementati 2018-08-15 2018-09-24 2019-09-24 RFQ / security services Quotations Envelope on CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Market Contract Type Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Approach (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-MOAIWD-70984-CS- Quality And Cost- Open - Pending QCBS / Consultancy to IDA / 60480 Prior 0.00 2018-09-07 2018-09-28 2018-11-11 2018-12-09 2019-01-08 2019-02-12 2019-03-19 2019-06-17 Based Selection International Implementation conduct baseline survey MW-MOAIWD-70977-CS- Quality And Cost- Pending QCBS / Consultancy to IDA / 60480 Post Open - National 0.00 2018-09-07 2018-09-28 2018-11-11 2018-12-09 2019-01-08 2019-02-12 2019-03-19 2019-09-15 Based Selection Implementation conduct value chain analysis MW-MOAIWD-71165-CS- QCBS / Consultancy to Quality And Cost- Open - Pending study structured markerts IDA / 60480 Prior 0.00 2018-09-07 2018-09-28 2018-11-11 2018-12-09 2019-01-08 2019-02-12 2019-03-19 2019-09-15 Based Selection International Implementation and Malawian warehouse receipt system MW-MOAIWD-71331-CS- QCBS / Consultancy to Quality And Cost- Pending developing an IT IDA / 60480 Post Open - National 0.00 2018-09-04 2018-09-25 2018-11-08 2018-12-06 2019-01-05 2019-02-09 2019-03-16 2020-03-15 Based Selection Implementation system/database to receive land survey data MW-MOAIWD-71303-CS- QCBS / Consultancy to Quality And Cost- Pending conduct impact assessment IDA / 60480 Post Open - National 0.00 2018-08-22 2018-09-12 2018-10-26 2018-11-23 2018-12-23 2019-01-27 2019-03-03 2019-08-30 Based Selection Implementation on customary estate registration Page 2 MW-MOAIWD-71169-CS- QCBS / Consultancy to design, develop and Quality And Cost- Pending IDA / 60480 Post Open - National 0.00 2018-08-29 2018-09-19 2018-11-02 2018-11-30 2018-12-30 2019-02-03 2019-03-10 2020-03-09 operationalise Land Based Selection Implementation Information Management System MW-MOAIWD-69321-CS- QCBS / Consultancy to Quality And Cost- Open - Pending strengthen the capacity of IDA / 60480 Prior 0.00 2018-09-06 2018-09-13 2018-10-25 2018-12-09 2018-12-30 2019-02-03 2019-03-03 2020-03-02 Based Selection International Implementation stakeholders in land administration MW-MOAIWD-73239-CS- Consultant Open - CQS / Agent to Manage IDA / 60480 Prior Qualification 0.00 Canceled 2018-08-14 2018-08-21 2018-09-02 2018-10-02 2018-10-14 2022-10-13 International Partial Credit Guarantee Selection Fund MW-MOAIWD-78875-CS- QCBS / Agent to Manage Quality And Cost- Open - Pending IDA / 60480 Prior 0.00 2018-09-21 2018-09-21 2018-09-28 2018-10-26 2018-11-05 2018-11-26 2018-12-10 2022-12-09 Partial Credit Guarantee Based Selection International Implementation Fund INDIVIDUAL CONSULTANTS Page 3