Procurement Plan (Textual Part) I. General 1. Project Information Country: Zambia Project Name: Zambia Education Enhancement Project Project Id: P158570 2. Project Implementation Agency: Ministry of General Education 3. Date of the Procurement Plan: 4. Period Covered by this procurement plan: June 01, 2018 to Nov 30, 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 Zambia - Public Procurement Act, 2008, Amendment Act of 2013 and the Public procurement Regulations, of 2013, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: (the “Procurement Guidelines”), and the additional provisions in the following paragraphs: (a) Eligibility: Eligibility to participate in a procurement process and to be awarded an Association- financed contract shall be as defined under Section I of the Procurement Guidelines; accordingly, no bidder or potential bidder shall be declared ineligible for contracts financed by the Association for reasons other than those provided in Section I of the Procurement Guidelines. No restriction based on nationality of bidders and/or origin of goods shall apply, and foreign bidders shall be allowed to participate in NCB without application of restrictive conditions, such as, but not limited to, mandatory partnering or subcontracting with national entities. 1 (b) Domestic Preference: No margins of preference of any sort shall be applied in the bid evaluation. (c) Bidding Documents: Procuring entities shall use bidding documents acceptable to the Association. (d) Bid validity: An extension of bid validity, if justified by exceptional circumstances, may be requested in accordance with Appendix 1 of the Procurement Guidelines. A corresponding extension of any bid guarantee shall be required in all cases of extension of bid validity. A bidder may refuse a request for extension of bid validity without forfeiting its bid guarantee. (e) Qualification: Qualification criteria shall be clearly specified in the bidding documents. All criteria so specified, and only such specified criteria, shall be used to determine whether a bidder is qualified. Qualification shall be assessed on a “pass or fail” basis, and merit points shall not be used. Such assessment shall be based entirely upon the bidder’s or prospective bidder’s capability and resources to effectively perform the contract, taking into account objective and measurable factors, including: (i) relevant general and specific experience, and satisfactory past performance and successful completion of similar contracts over a given period; (ii) financial position; and where relevant (ii) capability of construction and/or manufacturing facilities (f) Prequalification procedures and documents acceptable to the Association shall be used for large, complex and/or specialized works. Verification of the information upon which a bidder was prequalified, including current commitments, shall be carried out at the time of contract award, along with the bidder’s capability with respect to personnel and equipment. Where pre-qualification is not used, the qualification of the bidder who is recommended for award of contract shall be assessed by post-qualification, applying the qualification criteria stated in the bidding documents. (g) Bid Evaluation: All bid evaluation criteria other than price shall be quantifiable in monetary terms. Merit points shall not be used, and no minimum point or percentage value shall be assigned to the evaluation criteria or significance of price in bid evaluation. No negotiations shall be permitted. (h) Guarantees: Guarantees shall be in the format, shall have the period of validity and shall be submitted when and as specified in the bidding documents. (i) Cost Estimates: Detailed cost estimates shall be confidential and shall not be disclosed to prospective bidders. No bids shall be rejected on the basis of comparison with the cost estimates without the Association’s prior written concurrence. (j) Rejection of bids and re-bidding: No bid shall be rejected solely because it falls outside of a predetermined price range or exceeds the estimated cost. All bids (or the sole bid if only one bid is received) shall not be rejected, the procurement process shall not be cancelled, and new bids shall not be solicited without the Association’s prior written concurrence. (k) Fraud and corruption: In accordance with the Procurement Guidelines, each bidding document and contract shall include provisions stating the Association’s policy to sanction firms or individuals found to have engaged in fraud and corruption as set forth in the Procurement Guidelines. (l) Inspection and audit rights: In accordance with the Procurement Guidelines, each bidding document and contract shall include provisions stating the Bank’s policy with respect to inspection and audit of accounts, records and other documents relating to the submission of bids and contract performance. 2 When other national procurement arrangements other than national open competitive procurement arrangements are applied by the Borrower, such arrangements shall be subject to paragraph 5.5 of the Procurement Regulations. In accordance with paragraph 5.4(c) and 5.5 of the Procurement Regulations, the request for bids/request for proposals/request for quotations document shall require that Bidders/Proposers submitting Bids/Proposals/quotations present a signed acceptance at the time of bidding, to be incorporated in any resulting contracts, confirming application of, and compliance with, the Bank’s Anti-Corruption Guidelines, including without limitation the Bank’s right to sanction and the Bank’s inspection and audit rights. The form of the Letter of Acceptance is attached in Appendix 1. V. Prequalification: Not applicable VI. Leased Assets 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). Specify for each. (a) Goods: Not applicable (b) Works: Not applicable Domestic preference is not applicable for National Open Competitive Procurement IX. Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations is Applicable: Not applicable X. Other Relevant Procurement Information Not applicable XI. Procurement Prior Review Thresholds (US$ millions) Type of Procurement High Substantial Moderate Low Risk Risk Risk Risk Works (including turnkey, supply & 15 installation of plant and equipment, and PPP) Goods, information technology and non- 2 consulting services 3 Consultants: firms 0.3 Consultants: Individuals 0.1 Post Review: All contacts not subject to prior review shall be subject to post review. XII. Thresholds for Procurement Approaches and Method (US$ millions) Works Goods, IT and Non-consulting Services Shortlist of National Consultants Open Open Request Open Open Request Consulting Engineering International National for International National for Services & Quotation Quotation Construction ≥ < ≥ < Supervision ≤ ≤ 15 15 0.2 2 2 0.1 0.3 0.3 XIII. Summary of the procurement packages: (Planned for the first 18 months after project effectiveness): Category: Sr. Contract Description Estimated Revi Market Selection Evalua- Procure- Prequali- Domestic Expecte Expected No Cost ew Approac Method tion ment fication Preference d date of date of (US$) by h (Open- (RFP, Options Process (Yes/ (Yes/No) bid/ Contract Bank National RFB, (BAFO, (Single No) proposal Signature (Prio / Limited QCBS Rated stage-single opening r/ etc.) etc.) Criteria envelope Post) etc.) etc.) 1 Procure materials for ZEEP 19,557.28 Post Limited RFQ BAFO Single NO NO 16/07/20 3/08/2018 Launch 18 2 Procure Consultancy services 16,176.47 Post Open DS BAFO Single NO NO 8/10/201 26/10/201 for development of Project 8 8 Implementation Unit Training Needs Assessment 3 Procure Consultancy services 25,171.57 Prior Open DS BAFO Single NO NO 26/03/20 15/05/201 for Year 0 Independent 18 8 Verification Audit by Auditor General 4 Procure Consultancy services 14,705.88 Post Open CQS BAFO Single NO NO 12/07/20 03/08/201 for development of 18 8 Communication Strategy 5 Procure furniture for PIU 13,284.31 Post Limited RFQ BAFO Single NO NO 06/07/20 20/07/201 Office 18 8 6 Procure Office equipment for 29,277.47 Post Limited RFQ BAFO Single NO NO 29/06/20 13/07/201 PIU Office 9 8 7 Procure Consultancy services 31,552.94 Post Open CQS BAFO Two Stage Yes NO 9/07/201 7/09/2018 for the development of the 8 Monitoring & Evaluation Project Sub System 8 127,600 Post Open CQS BAFO Two Stage Yes NO 23/07/20 21/09/208 Procure Consultancy services 18 to develop a school mapping framework 9 598,000 Prior Open QCBS BAFO Two Stage Yes NO 23/07/20 12/10/208 Procure consultancy services 18 for development of the EEMIS Software 4 10 Procure Consultancy to 230,000 Post Open CQS BAFO Two Stage Yes NO 23/07/20 21/09/208 migrate the Legacy Access 18 Based EMIS into the desired on new requirements from the Business Process 11 Procure Consultancy services 175,000 Post Open CQS BAFO Two Stage Yes NO 23/07/20 21/09/208 to develop tools and standards 18 for school records management systems 12 Procure Consultancy services 168,900 Post Open CQS BAFO Two Stage Yes NO 23/07/20 21/09/208 to develop Specific EMIS 18 Modules 13 Procurement Consultant 50,000 Prior Open DS Single NO NO 16/07/20 31/07/201 services for Component 3 18 8 Coordinator 14 Procurement Consultant 50,000 Prior Open DS Single NO NO 16/07/20 31/07/201 services for Communication 18 8 Officer 15 Procure services for PIU 15,900 Post Limited RFQ BAFO Single NO NO 6/07/201 13/07/201 Office Partitioning 8 8 16 Procurement of project motor 3,190,000 Prior Direct UNOPS BAFO Single NO NO 20/07/20 24/08/201 vehicles 18 8 17 Procurement of project motor 301,000 Prior Direct UNOPS BAFO Single NO NO 20/07/20 24/08/201 cycles 18 8 5 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, 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. 6 financially or in any other manner;2 (ii) to be a nominated3 sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed contract; and (iii) to receive the proceeds of any loan made by the Bank or otherwise to participate further in the preparation or implementation of any Bank-financed project. We understand that we may be declared ineligible as set out above upon: a. completion of World Bank Group sanctions proceedings according to its prevailing sanctions procedures; b. cross-debarment as agreed with other international financial institutions (including multilateral development banks); c. the application of a World Bank Group finding of non-responsibility on the basis of Fraud and Corruption in connection with World Bank Group corporate procurement; or d. temporary suspension or early temporary suspension in connection with an ongoing World Bank Group sanctions proceeding. For avoidance of doubt, the foregoing effects of ineligibility do not extend to a sanctioned firm’s or individual’s execution of its ongoing Bank-financed contracts (or its ongoing sub-agreements under such contracts) that are not the subject of a material modification, as determined by the Bank. We shall permit, and shall cause our sub-contractors, sub-consultants, agents (whether declared or not), personnel, consultants, service providers or suppliers, to permit the Bank to inspect4 all accounts, records, and other documents relating to the procurement process and/or contract execution (in 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. 7 Name of the person duly authorized to sign the Bid/Proposal on behalf of the Bidder/Consultant: Title of the person signing the Letter: 8 PROCUREMENT Zambia : Zambia Education Enhancement Project PLAN General Information Country: Zambia Bank’s Approval Date of the Original Procurement Plan: 2018-06-28 2020-07-24 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P158570 GPN Date: Project Name: Zambia Education Enhancement Project Loan / Credit No: IDA / 61360 Executing Agency(ies): Ministry of General 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$) Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Enhancing Planning, ZM-MOGE-18 / Procure Management and Monitoring Request for Single Stage - One services for PIU Office IDA / 61360 Post Limited 15,900.00 39,895.75 Signed 2018-06-06 2018-07-05 2018-08-01 2018-09-10 2019-01-28 and Evaluation Capacity, Quotations Envelope partitioning and Project Coordination ZM-MOGE-170335-CW-RFB Pending / Supply and installation of Increasing Equitable Access Single Stage - One IDA / 61360 Prior Request for Bids National 8,000,000.00 0.00 Implementat 2020-05-04 2020-05-09 2020-06-20 2020-07-20 2020-08-24 2021-02-20 solar water pumps to ZEEP to Secondary Education Envelope ion schools GOODS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) Amount (US$) (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 ZM-MOGE-64790-GO-UN / Improving the Quality of UN Agencies procurement of project motor IDA / 61360 Post Direct 3,190,000.00 467,135.40 Signed 2018-07-18 2018-07-23 2018-07-25 2018-08-27 2018-09-21 2019-02-23 Teaching and Learning (Direct) vehicles ZM-MOGE-64800-GO-UN / Increasing Equitable Access UN Agencies procurement of project motor IDA / 61360 Post Direct 301,000.00 0.00 Canceled 2018-07-18 2018-07-23 2018-08-27 2019-02-23 to Secondary Education (Direct) bikes Enhancing Planning, ZM-MOGE-01 / Procure Management and Monitoring Request for Single Stage - One IDA / 61360 Post Limited 19,557.28 0.00 Canceled 2018-06-08 2018-08-03 2019-01-30 materials for ZEEP launch and Evaluation Capacity, Quotations Envelope and Project Coordination ZM-MOGE-05 / Procure Enhancing Planning, Under office for furniture Project Management and Monitoring Request for Single Stage - One IDA / 61360 Post Limited 13,284.31 0.00 Implementati 2018-06-20 2018-08-21 2018-08-15 2019-02-11 Implementation Unit (PIU) and Evaluation Capacity, Quotations Envelope on office and Project Coordination Enhancing Planning, ZM-MOGE-06 / Procure Under Management and Monitoring Request for Single Stage - One Office equipment for the IDA / 61360 Post Limited 29,277.47 0.00 Implementati 2018-06-20 2018-08-21 2018-08-15 2019-02-11 and Evaluation Capacity, Quotations Envelope PIU office on and Project Coordination Page 1 ZM-MOGE-118828-GO-RFB / Supply and Delivery of Grades 5 and 8 Textbooks Improving the Quality of Open - Single Stage - Two (Revised Curriculum) to IDA / 61360 Prior Request for Bids 2,300,000.00 0.00 Canceled 2019-06-19 2019-06-18 2019-06-24 2019-08-30 2019-08-05 2019-10-16 2019-11-22 2020-05-20 Teaching and Learning International Envelope selected Districts in Zambia on the basis of a 3 years framework agreement ZM-MOGE-169658-GO-RFB / Supply and Delivery of Grades 5 and 8 Textbooks Under Improving the Quality of Single Stage - Two (Revised Curriculum) to IDA / 61360 Prior Request for Bids International 2,300,000.00 193,256.30 Implementati 2020-04-21 2020-04-21 2020-04-26 2020-06-07 2019-10-11 2020-08-20 2020-04-27 2020-09-24 2021-03-23 Teaching and Learning Envelope selected Districts in Zambia on on the basis of a 3 years framework agreement ZM-MOGE-172553-GO-RFB / Supply and Delivery of Grades 1,2 and 4 Textbooks Pending Improving the Quality of and Teacher's Guides to IDA / 61360 Prior Request for Bids 6,000,000.00 0.00 Implementati 2020-05-11 2020-05-11 2020-05-11 2020-05-11 2020-05-11 2020-05-11 Teaching and Learning Selected Districts in Zambia on on Basis of 3 years Framework Agreement 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 ZM-MOGE-74751-CS-CQS / Enhancing Planning, Procurement of Consultancy Management and Monitoring Least Cost IDA / 61360 Post Open - National 250,000.00 0.00 Canceled 2018-10-04 2018-10-25 2018-12-08 2019-01-05 2019-02-04 2019-03-11 2019-04-15 2019-10-12 Services for an Independent and Evaluation Capacity, Selection Verification Agency. and Project Coordination ZM-MOGE-08 / Procure Enhancing Planning, Consultancy services for the Consultant Management and Monitoring development of the IDA / 61360 Post Qualification Open - National 31,552.94 0.00 Canceled 2018-06-15 2018-07-06 2018-08-19 2018-09-18 2018-10-23 2019-04-21 and Evaluation Capacity, Monitoring & Evaluation Selection and Project Coordination Project Sub System. ZM-MOGE-81154-CS-CQS / Enhancing Planning, Consultant Consultancy Services for Management and Monitoring Under IDA / 61360 Post Qualification Limited 250,000.00 0.00 2018-10-10 2018-08-01 2018-10-24 2018-11-23 2018-11-23 2019-01-11 2018-12-28 2019-06-26 Independent Verification and Evaluation Capacity, Implementation Selection Agent (IVA) and Project Coordination ZM-MOGE-102110-CS-CQS / Enhancing Planning, Consultant Consultancy Services for the Management and Monitoring Under IDA / 61360 Post Qualification Open - National 50,000.00 0.00 2019-02-25 2019-04-10 2019-03-18 2019-08-26 2019-05-01 2019-08-26 2019-05-31 2019-11-08 2019-07-05 2020-01-01 Development of a and Evaluation Capacity, Implementation Selection Communication Strategy and Project Coordination Page 2 ZM-MOGE-117563-CS-LCS / Consultancy Services for the Third-party Agency of Construction Quality Review. The consulting services ("the Increasing Equitable Access Least Cost Under Services") include the IDA / 61360 Post Open - National 175,000.00 0.00 2019-06-18 2019-06-18 2019-07-09 2019-10-11 2019-08-22 2019-10-11 2019-09-19 2019-09-09 2019-10-19 2019-09-09 2019-11-23 2019-10-11 2019-12-28 2020-06-25 to Secondary Education Selection Implementation reviewing of the quality of construction and its compliance with the drawings and Technical Specifications and ESMF 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 ZM-MOGE-04 / Procure Enhancing Planning, Consultancy services for Management and Monitoring IDA / 61360 Post Direct Selection Direct 14,705.88 0.00 Canceled 2018-06-15 2018-08-31 2018-06-25 2018-08-29 2019-02-25 development of and Evaluation Capacity, Communication Strategy and Project Coordination Enhancing Planning, ZM-MOGE-15 / Procurement Management and Monitoring Consultant services for IDA / 61360 Prior Direct Selection Direct 50,000.00 0.00 Canceled 2018-06-02 2018-06-12 2018-08-16 2019-02-12 and Evaluation Capacity, Component 3 Coordinator and Project Coordination Enhancing Planning, ZM-MOGE-16 / Procurement Management and Monitoring Consultant services for IDA / 61360 Prior Direct Selection Direct 50,000.00 0.00 Canceled 2018-06-02 2018-06-12 2018-08-16 2019-02-12 and Evaluation Capacity, Communication Officer and Project Coordination ZM-MOGE-77552-CS-CDS / Consultancy for the Enhancing Planning, development of Monitoring & Management and Monitoring Under IDA / 61360 Post Direct Selection Direct 184,552.94 0.00 2018-10-03 2018-09-27 2018-10-13 2018-11-28 2018-12-17 2019-06-15 Evaluation Plan and Project and Evaluation Capacity, Implementation Management Information and Project Coordination System ZM-MOGE-81026-CS-CDS / Enhancing Planning, Consultancy Services for Management and Monitoring IDA / 61360 Post Direct Selection Direct 250,000.00 0.00 Canceled 2018-10-08 2018-10-18 2018-12-22 2019-06-20 Independent Verification and Evaluation Capacity, Agent (IVA) and Project Coordination ZM-MOGE-130526-CS-INDV / CONSULTANCY SERVICES FOR THE DEVELOPMENT OF A PROJECT PROCUREMENT STRATEGY FOR Enhancing Planning, DEVELOPMENT (PPSD), Individual Management and Monitoring Under PROCUREMENT PLAN IDA / 61360 Post Consultant Limited 7,000.00 0.00 2019-09-04 2019-09-09 2019-09-09 2019-10-11 2019-09-30 2019-11-14 2019-11-04 2020-05-02 and Evaluation Capacity, Implementation AND GENERAL Selection and Project Coordination PROCUREMENT NOTICE FOR THE ADDITIONAL FINANCING FOR THE “ZAMBIA EDUCATION ENHANCEMENT PROJECT - P170513” ZM-MOGE-183340-CS-CDS / Enhancing Planning, CONSULTANCY SERVICES Management and Monitoring Pending IDA / 61360 Prior Direct Selection Direct 96,000.00 0.00 2020-07-13 2020-07-23 2020-09-26 2021-03-25 FOR DEVELOPING A and Evaluation Capacity, Implementation BOOK TRACKING SYSTEM and Project Coordination Page 3