Republic of Malawi Ministry of Education, Science and Technology Private Bag 328 Lilongwe 3 PROCUREMENT PLAN For PROJECT PREPARATORY ADVANCE (PPA) Name of Project: Skills for A Vibrant Economy (SAVE) Loan No./Credit No./Grant No.: P172627 Financiers: World Bank Implementing Agency: Ministry of Education, Science & Technology Beneficiary Institutions: Ministry of Education, Science & Technology Ministry of Labour Ministry of Youth TEVETA NCHE Ministry of Gender Selected Public Universities SAVE PROJECT PPA PROCUREMENT PLAN I. General 1. Project information Country: Malawi Project Name: Skills for A Vibrant Economy (SAVE) Project ID: P172627 2. Project Implementation Agency: Ministry of Education Science and Technology 3. Date of the Procurement Plan: June 22, 2020 4. Period covered by this Procurement Plan: June 2020 to November 2021 II. Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016 Revised November 2017 and August 2018) (“Procurement Regulations”) the Bank’s Systematic Tracking and Exchanges in Procurement (STEP) system will be used to prepare, clear and update Procurement Plans and conduct all procurement transactions for the Project. This textual part along with the Procurement Plan tables in STEP constitute the Procurement Plan for the Project. The following conditions apply to all procurement activities in the Procurement Plan. The other elements of the Procurement Plan 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 Assets Act, 2017 and its subsidiary instruments namely: The Public Procurement Regulations, 2004, Desk Instructions (2005), Standard bidding Documents and Circulars for the Public Procurement and Disposal of Assets (PPDA) Authority such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations under 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. o Procurement Documents include provisions, intended to adequately mitigate against environmental, social (including sexual exploitation and abuse and gender-based violence), health and safety (“ESHS”) risks and impacts 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 expected for works/goods packages in the procurement plan. VI. 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 VII. 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. VIII. 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. IX. Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations: Not Applicable. X. Proposed Procedures for CDD Components: Not Applicable XI. Other Relevant Procurement Information: None XII. Reference to (if any) Project Operational/Procurement Manual: The Ministry of Education Science and Technology (MoEST) team will prepare Procurement manual. The Procurement Plan will also form part of the Project Implementation Manual. XIII. 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 Procureme Substantial Works Goods, IT & Non-Consulting Services Shortlist of National nt Consultants Risk Type ($`000) Works 10,000 Open Request Request Internationa for for Engineering Open Open Open l or Quotation Quotation Consulting & National internationa National or or Services Construction or NCB l or ICB or NCB ICB ($'000 National National ($'000) Supervision ($'000) ($'000) ($'000) Shopping Shopping ($'000) ($'000) ($'000) Goods, IT & 2,000 Non- Consulting ≧ < ≦ ≧ < ≦ < ≦ Services Consultants 1,000 (Firms) 7,000 7,000 200 1,000 1,000 100 200 300 Individual 300 Consultants *These prior review thresholds are for the purposes of the initial procurement plan for the first 18 months. The thresholds will be revised periodically based on re-assessment of risks. All contracts not subject to prior review will be post-reviewed. Procurement Packages/Plan with Procurement Arrangements and Time Schedule: as per the table below: b) PROCUREMENT PLAN A. Works There are no envisaged works under the PPA. 1 2 3 4 5 6 7 8 9 10 Ref. Contract Estimated Market Selection Prequali Domestic Review Expected Expected No. Description Cost Approach Method fication Preference by Bank bid Contract US$ (yes/no) (yes/no) (Prior / opening Signature Post) date Date 1. N/A B. Goods and Non-Consulting Services 1 2 3 4 5 6 7 8 9 10 Ref. Contract Estimated Market Selection Prequali Domestic Review Expected Expected No. Description Cost Approach Method fication Preference by Bank bid Contract US$ (yes/no) (yes/no) (Prior / opening Signature Post) date Date 1. Procurement of 1 motor 75,000.00 Limited RFQ No No Post 21-Jul-20 21-Aug-20 vehicle (4 x 4 Twin Cab Vehicles) for the PIU 2. Procurement of various ICT 85,500.00 Limited RFQ No No Post 21-Jul-20 21-Aug-20 Items: Computer laptops, Computer Desktops, Photocopier, printers, cameras, Flash discs, Anti- virus, MS package, Extension cables, Extension cables 3. Procurement of 187,000.00 Open RFB No No Post 1-Aug-20 1-Oct-20 Teleconferencing equipment National and licences under COVID- 19 support 4. Procurement of Internet 14,500.00 Limited RFQ No No Post 1-Aug-20 31-Aug-20 modems devices under COVID-19 support 5. Procurement of Hand 7,000.00 Limited RFQ No No Post 1-Aug-20 31-Aug-20 sanitizers, face masks/shields and gloves under COVID-19 support C. Consultancy Services 1 2 3 4 5 6 7 8 9 10 Ref. Contract Estimate Market Selection Evaluati Shortlist Review Review Expected No. Description d Approach Method on ing by Bank by Bank bid Cost Option (yes/no) (Prior / (Prior / opening US$ Post) Post) date 1. Consultancy service to 46,000.00 Open INDV No No Post 1-Aug-20 7-Sep-20 develop Project Implementation Manual 2. Consultancy service to carry 86,000.00 Open CQS Rated No Post 1-Aug-20 7-Sep-20 out Environmental Social National Safeguard studies-ESMF, SEP, ESMCP, P4R (Firm) 3. Hiring of Project Manager 64,000.00 Open INDV No No Post 1-Aug-20 7-Sep-20 4. Hiring of Financial 48,000.00 Open INDV No No Post 1-Aug-20 7-Sep-20 Management Specialist 5. Hiring of Procurement 48,000.00 Open INDV No No Post 1-Aug-20 7-Sep-20 Specialist 6. Hiring of M & E Specialist 48,000.00 Open INDV No Post 1-Aug-20 7-Sep-20 7. Hiring of Communications 48,000.00 Open INDV No Post 1-Aug-20 7-Sep-20 Specialist 8. Hiring of Social Safeguards 48,000.00 Open INDV No Post 1-Oct-20 15-Nov-20 Specialist 9. Hiring of Environmental 48,000.00 Open INDV No Post 31-Jan-21 15-Mar-21 Specialist 10. Consultancy Service to 92,000.00 Open CQS Rated No Post 28-Feb-21 15-Apr-21 conduct a Skills Needs National Assessment (Firm) 11. Consultancy to conceptualize a 60,000.00 Open CQS Rated No Post 1-Oct-20 15-Nov-20 holistic, integrated ICT-based National structure that details elements related to M&E (including EMIS), labor market information and integration platform, communications channels, and mobile-based activities (Firm) 12. Consultant on Dual Learning - 53,000.00 Open CQS Rated No Post 28-Feb-21 15-Apr-21 Engage, Inception reports, National sensitization meetings and advertisements, Engage Partner organizations to participate in the programme, Engage and Train Master Trainers, Build capacity of the key staff in the project, Benchmark Dual Learning, Pilot Dual learning with STC, LTC, MZTC (Firm) 13. Consultancy Service to 75,000.00 Open CQS Rated No Post 21-Oct-20 28-Nov-20 conduct assessment of ODeL National requirements (infrastructure for Higher Education Institutions (HEI) and Technical and Vocational Education) in TEVET institutions (Firm) 14. Consultancy Services on 33,000.00 Open INDV No Post 1-Aug-20 22-Sep-20 proposal development for tertiary institutions such as TEVET Providers, Nalikule and DCE 15. RFQ – Request for Quotations; CQS - Consultant’s Qualification-based Selection; QCBS – Quality and Cost-based Selection and; INDV - Individual Consultant Selection. 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 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: 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. 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: 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. PROCUREMENT Malawi : Skills for A Vibrant Economy Project PLAN General Information Country: Malawi Bank’s Approval Date of the Original Procurement Plan: 2020-10-23 2020-10-23 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P172627 GPN Date: Project Name: Skills for A Vibrant Economy Project Loan / Credit No: IDA / V3480 Executing Agency(ies): Ministry of Education WORKS Bid Evaluation Activity Reference No. / Procurement Estimated Actual Draft Bidding Loan / Credit Market Procurement Prequalification High SEA/SH Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Contract Description Component Review Type Method Document Amount Amount Document / Signed Contract No. Approach Process (Y/N) Risk Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Completion Type (US$) (US$) Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned GOODS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated 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) Amount (US$) (US$) 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 NON CONSULTING SERVICES Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated 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) Amount (US$) (US$) 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 CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Market Contract Type Estimated Actual 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 Amount (US$) Amount (US$) 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 Strengthen systems to MW-MOE-201088-CS-CQS / create a conducive policy Consultancy service to carry Consultant environment for skills Pending out Environmental Social IDA / V3480 Post Qualification Limited 86,000.00 0.00 2020-10-26 2020-11-02 2020-12-02 2020-12-19 2021-06-17 development and project Implementation Safeguard studies-ESMF, Selection management and SEP, ESMCP, P4R (Firm) communicatio ns INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Market Contract Type Estimated Actual Draft Negotiated Description Component Review Type Method Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Approach Amount (US$) Amount (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Strengthen systems to create a conducive policy Individual MW-MOE-201067-CS-INDV / environment for skills Pending IDA / V3480 Prior Consultant Limited 48,000.00 0.00 2020-10-26 2020-11-09 2020-11-23 2020-12-14 2021-12-14 Procurement Specialist development and project Implementation Selection management and communicatio ns Page 1