18 MONTHS PROCUREMENT PLAN- (FINES) I. General 1. Project information Country: Malawi Project Name: Financial Inclusion and Entrepreneurship Scaling (FINES) Project ID: P168577 2. Project Implementation Agency: Reserve Bank of Malawi 3. Date of the Procurement Plan: January 2020 4. Period covered by this Procurement Plan: March 2020 to December 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 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 to sanction and the Bank’s inspection and audit rights. The form of the Letter of Acceptance is attached in Appendix 1. Page 1 of 8 Leased Assets as specified under paragraph 5.10 of the Procurement Regulations: Leasing may be used for those contracts identified in the Procurement Plan tables. Not Applicable Procurement of Second-Hand Goods as specified under paragraph 5.11 of the Procurement Regulations – is allowed for those contracts identified in the Procurement Plan tables. Not Applicable. Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). Goods: Not Applicable for those contracts identified in the Procurement Plan tables; Works: Not Applicable for those contracts identified in the Procurement Plan tables. Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations: Not Applicable. Other Relevant Procurement Information: - (a) Procurement Approach and Prior Review Thresholds: The Procurement Arrangements as indicated in the below table will be used. The thresholds for the Bank’s prior review requirements are also provided in the table: Prior-review Thresholds for Procurement Methods Thresholds Procureme Substantia Works Goods, IT & Non-Consulting Shortlist of National nt l Services Consultants Type Risk ($`000) Works 10,000 Open Request Request Engineering Internatio Open for Open for Open & nal or Nation Quotatio Nationa Quotatio Consulting internatio Constructio al or n or l or n or Services nal or ICB n ICB ($'000 NCB National NCB National ($'000) ($'000) Supervision ($'000) Shoppin ($'000) Shopping ($'000) g ($'000) ($'000) Goods, IT 2,000 & Non- Consulting ≧ < ≦ ≧ < ≦ < ≦ Services Consultant 1,000 s (Firms) 7,000 7,000 200 1,000 1,000 100 200 300 Individual 300 Consultant s *These prior review thresholds are for the purposes of the initial procurement plan for the first 18 months. The thresholds will be revised periodically based on re-assessment of risks. All contracts not subject to prior review will be post-reviewed. Page 2 of 8 Prequalification. Not expected for the works/goods packages in the procurement plan. Proposed Procedures for CDD Components: Not Applicable Reference to (if any) Project Operational/Procurement Manual: The Ministry of Agriculture Irrigation and Water Development team will prepare Procurement manuals. The Procurement Plan will also form part of the Project Implementation Manual. Any Other Special Procurement Arrangements: None Page 3 of 8 Procurement Packages/Plan with Procurement Arrangements and Time Schedule: as per the table below: b) PROCUREMENT PLAN Works 1 2 3 4 5 6 7 8 9 Ref. No. Contract Estimated Procurement Prequalificat Domestic Review Expected bid Expected Commen Method/ ion (yes/no) Preferenc opening date Contract ts (Description) Cost Arrangement e (yes/no) by Bank Signature Date US$ million (Prior / Post) 1. Minor works for 200,000.00 Open, National, Post No Post September 11, October 16, maintenance of PIU offices RFB 2020 2020 Goods and Non-Consulting Services 1 2 3 4 5 6 7 8 9 Ref. No. Contract Estimated Procurement Prequalifica Domestic Review Expected bid Expected Commen (Description) Cost Method/ tion Preference by Bank opening date Contract ts US$ million Arrangement (yes/no) (yes/no) (Prior / Signature Date Post) 1. Procurement of 8 motor 550,000.00 Open National, Post No Post Sept 11, 2020 Nov 16, 2020 vehicles RFB 2. Procurement of office 500,000.00 Open National, Post No Post August 07, 2020 August 31, furniture, ICT equipment RFB 2020 and system upgrades 3. Procurement of an ICT 300,000.00 Open National, Post No Post February 15, March 30, system for proper stress RFB 2021 2021 testing by the Reserve Bank’s Supervision Department 4. Procurement of a 150,000.00 Open National, Post No Post February 15, March 30, surveillance system for the RFB 2021 2021 securities market 5. Procurement of an 100,000.00 Open National, Post No Post February 15, March 30, integrated risk management RFB 2021 2021 system for Deposit Insurance Scheme (DIS) Page 4 of 8 Consultancy Services 1 2 3 4 5 6 7 8 Ref. No. Description of Assignment Estimated Selection Method/ Review Expected date Expected Comments Cost Arrangement by Bank of proposal Contract Signature US$ (Prior / submission Date Post) IDA 1. Consulting services to carry out annual external audits 150,000.00 Open National LCS Post August 30, 2021 Sept 20, 2021 2. Consulting services to carry out Baseline surveys 200,000.00 Open International Post September 11, October 16, 2020 QCBS 2020 3. Consulting services to collect and consolidate data on 200,000.00 Open International Post February 15, March 30, 2021 MSMEs on a national level to support the creation of a QCBS 2021 national database on MSMEs 4. Consulting services to Develop legal, regulatory and 200,000.00 Open International Post February 15, March 30, 2021 supervision frameworks for consumer protection; and QCBS 2021 digital finance products 5. Consulting service to support MAIIC 100,000 Open, National Post September 11, October 16, 2020 QCBS 2020 6. Consulting service to support RBM administration of 100,000 Open, National Post February 15, March 30, 2021 LOCs to PFIs, and provide support for onboarding of QCBS 2021 MFIs to the MFI Hub 7. Consulting service to support capacity building at the 100,000 Open, National CQS Post February 15, March 30, 2021 Malawi Registration Bureau 2021 8. Consulting service to conduct BDS Service activities 1,000,000 Open, International Prior September 11, October 16, 2020 QCBS 2020 9. Consulting Service to support and build capacity at 200,000 Open International Post September 11, October 16, 2020 SMEDI QCBS 2020 10. Consulting service to support improvement of policy, 150,000 Open, National Post September 11, October 16, 2020 legal and regulatory environment at the RBM, MoITT, QCBS 2020 and MoFEPD. 11. Hiring of Procurement Specialist 392,000.00 Open National Prior Review 12. Hiring of a Financial Management Specialist 392,000.00 Open National Prior Review 13. Environmental and Social Risk Management Specialist 300,000.00 Open National Prior Review 14. Hiring of M&E Specialist 250,000.00 Open National Post Review Page 5 of 8 Appendix 1 Letter of Acceptance of the World Bank’s Anti-Corruption Guidelines and Sanctions Framework Date: Invitation of Bids/Proposals No.__________ To: ___________________________________________________________________________ We, along with our sub-contractors, sub-consultants, service providers, suppliers, agents (whether declared or not) consultants and personnel, acknowledge and agree to abide by the World Bank’s policy regarding Fraud and Corruption (corrupt, fraudulent, collusive, coercive, and obstructive practices), as set out and defined in the World Bank’s Anti-Corruption Guidelines1 in connection with the procurement and execution of the contract (in case of award), including any amendments thereto. We declare and warrant that we, along our sub-contractors, sub-consultants, service providers, suppliers, agents (whether declared or not), consultants and personnel, , are not subject to, and are not controlled by any entity or individual that is subject to, a temporary suspension, early temporary suspension, or debarment imposed by a member of the World Bank Group, including, inter alia, a cross-debarment imposed by the World Bank Group as agreed with other international financial institutions (including multilateral development banks), or through the application of a World Bank Group finding of non-responsibility on the basis of Fraud and Corruption in connection with World Bank Group corporate procurement. Further, we are not ineligible under the laws or official regulations of [Insert name of Employer as per bidding document] or pursuant to a decision of the United Nations Security Council. We confirm our understanding of the consequences of not complying with the World Bank’s Anti-Corruption Guidelines, which may include the following: a. rejection of our Proposal/Bid for award of contract; b. in the case of award, termination of the contract, without prejudice to any other remedy for breach of contract; and c. sanctions, pursuant to the Bank’s Anti-Corruption Guidelines and in accordance with its prevailing sanctions policies and procedures as set forth in the Bank’s Sanctions Framework. This may include a public declaration of ineligibility, either indefinitely or for a stated period of time, (i) to be awarded or otherwise benefit from a Bank-financed 1Guidelines on Preventing and Combating Fraud and Corruption in Projects Financed by International Bank for Reconstruction and Development Loans and the International Development Agency Credits and Grants, dated October 15, 2006, and revised in January 2011 and July 2016, as they may be revised from time to time. Page 6 of 8 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); c. the application of a World Bank Group finding of non-responsibility on the basis of Fraud and Corruption in connection with World Bank Group corporate procurement; or d. temporary suspension or early temporary suspension in connection with an ongoing World Bank Group sanctions proceeding. For avoidance of doubt, the foregoing effects of ineligibility do not extend to a sanctioned firm’s or individual’s execution of its ongoing Bank-financed contracts (or its ongoing sub-agreements under such contracts) that are not the subject of a material modification, as determined by the Bank. We shall permit, and shall cause our sub-contractors, sub-consultants, agents (whether declared or not), personnel, consultants, service providers or suppliers, to permit the Bank to inspect4 all accounts, records, and other documents relating to the procurement process and/or contract execution (in the case of award), and to have them audited by auditors appointed by the Bank. We agree to preserve all accounts, records, and other documents (whether in hard copy or electronic format) related to the procurement and execution of the contract. Name of the Bidder/Consultant: 2 For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract. 3 A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower. 4 Inspections in this context are usually investigative (i.e., forensic) in nature: they involve fact-finding activities undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is not limited to accessing and examining a firm's or individual's financial records and information, and making copies thereof as relevant; accessing and examining any other documents, data, and information (whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining third-party verification of information. Page 7 of 8 Name of the person duly authorized to sign the Bid/Proposal on behalf of the Bidder/Consultant: Title of the person signing the Letter: Page 8 of 8 PROCUREMENT Malawi : Financial Inclusion and Entrepreneurship Scaling Project PLAN General Information Country: Malawi Bank’s Approval Date of the Original Procurement Plan: 2020-12-14 2021-03-29 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P168577 GPN Date: 2020-12-17 Project Name: Financial Inclusion and Entrepreneurship Scaling Project Loan / Credit No: IDA / 67460 R Executing Agency(ies): eserve Bank of Malawi WORKS Activity Reference No. / Estimated Actual Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification High SEA/SH Procurement Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Contract Description Component Review Type Method Market Approach Amount Amount Document / and Recommendation Signed Contract No. Process (Y/N) Risk Document Type Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Completion (US$) (US$) Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned GOODS Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual MW-RBM-223957-GO-DIR / Pending PIU Accounting Software Project Implementation IDA / 67460 Post Direct Selection Direct 60,000.00 0.00 Implementati 2021-03-22 2021-03-27 2021-05-11 2025-09-30 Package- Licences, support & Support on maintenance, Installation MW-RBM-223972-GO-DIR / Enhancing the Enabling Pending Procurement of enhancement Environment for Supporting IDA / 67460 Prior Direct Selection Direct 1,500,000.00 0.00 Implementati 2021-03-22 2021-03-27 2021-05-11 2025-09-30 software on National Switch to the Financial Inclusion and on support Electronic payments Growth of Entrepreneurs NON CONSULTING SERVICES Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Contract Type Estimated Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Amount (US$) (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual MW-RBM-223948-CS-CQS / Consulting service for Biller Consultant and Card System Intergration Liquidity Enhancement for Pending IDA / 67460 Post Qualification Open - National 176,000.00 0.00 2021-03-22 2021-04-12 2021-05-26 2021-06-25 2021-07-30 2025-09-30 and capacity building to MSMEs Implementation Selection support onboarding of MFIs to the MFI Hub MW-RBM-223949-CS-QCBS / TA to support and build Scaling Entrepreneurship and Quality And Cost- Pending IDA / 67460 Post Open - National 60,000.00 0.00 2021-03-22 2021-04-12 2021-05-26 2021-06-23 2021-07-23 2021-08-27 2021-10-01 2025-09-30 capacity at SMEDI in training Building Firm Capabilities Based Selection Implementation MSMES MW-RBM-223959-CS-QCBS / Consultancy and advisory services to support Liquidity Enhancement for Quality And Cost- Pending IDA / 67460 Post Open - International 470,000.00 0.00 2021-04-15 2021-05-06 2021-06-19 2021-07-17 2021-08-16 2021-09-20 2021-10-25 2025-09-30 management in capital raising MSMEs Based Selection Implementation and project preparation for MAIIC. INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Contract Type Estimated Actual Amount Draft Negotiated Description Component Review Type Method Market Approach Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Amount (US$) (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Individual MW-RBM-209099-CS-INDV / Project Implementation Under IDA / 67460 Prior Consultant Open 392,000.00 0.00 2020-12-14 2020-12-17 2021-02-09 2021-02-23 2021-03-16 2025-09-30 Procurement Specialist Support Implementation Selection MW-RBM-209097-CS-INDV / Individual Project Implementation Under Financial Management IDA / 67460 Prior Consultant Open 392,000.00 0.00 2020-12-14 2021-01-07 2021-02-09 2021-02-23 2021-03-16 2025-09-30 Support Implementation Specialist Selection MW-RBM-209089-CS-INDV / Individual Project Implementation Under Environmental and Social Risk IDA / 67460 Prior Consultant Open 392,000.00 0.00 2020-12-14 2021-01-06 2021-02-09 2021-02-23 2021-03-16 2025-09-30 Support Implementation Management Specialist Selection MW-RBM-216945-CS-INDV / Individual Project Implementation Under Monitoring and Evaluation IDA / 67460 Post Consultant Open 250,000.00 0.00 2021-02-28 2021-02-02 2021-04-18 2021-05-09 2021-06-13 2025-09-30 Support Implementation Specialist Selection MW-RBM-223978-CS-INDV / Hiring of Micro Small Individual Project Implementation &Medium Enterprises IDA / 67460 Post Consultant Open 250,000.00 0.00 Under Review 2021-03-22 2021-03-29 2021-05-10 2021-05-31 2021-07-05 2025-09-30 Support (Business Development) Selection Specialist MW-RBM-223963-CS-INDV / Individual Project Implementation Under Hiring of Financial Sector IDA / 67460 Post Consultant Open 250,000.00 0.00 2021-03-22 2021-03-29 2021-05-10 2021-05-31 2021-07-05 2025-09-30 Support Implementation Specialist Selection Page 1