Procurement Plan (Textual Part) I. General 1. Project Information Country : Zambia Project Name: Zambia Extractive Industries Transparency Initiative Project Id : P159717 2. Project Implementation Agency: Ministry of Mines and Minerals Development 3. Date of the Procurement Plan:4th December,2018, Revised May 13 2019. 4. Period Covered by this procurement plan: January 2017 to March 31,2020 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. 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 and the Public procurement Regulations of 2011, 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 1 participate in NCB without application of restrictive conditions, such as, but not limited to, mandatory partnering or subcontracting with national entities. (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). (a) Goods: Non- identified for now (b) Works: Non- identified for now 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 3 XI. Procurement Prior Review Thresholds and Project Procurement Risk Thresholds in (US$ millions) based on PRAMS Assessment rating of “Substantial Risk” Type of Procurement High Substantial Moderate Low Risk Risk Risk Risk Works (including turnkey, supply & 10 installation of plant and equipment, and PPP) Goods, information technology and non- 2 consulting services Consultants: firms 1 Consultants: Individuals 0.3 Post Review: All contacts not subject to prior review shall be subject to post review. XII. Thresholds for Procurement Methods and Approaches (US$ millions) Works Goods, IT and Non-consulting Consultants Services Open Open Request Open Open Request Request Consulting Consulting International National for International National for for Services Services Quotation Quotation Quotation Firms Firms ≥ < ≥ < (other) (MV < Only) International National < Selection Selection < ≥ < 10 10 0.3 2 2 0.1 0.2 0.3 0.3 XIII. Summary of the procurement packages: (Planned for the first 18 months after project effectiveness): Revised May 13, 2019 Sr. Contract Description Estimate Review Market Selection Evalu Procure- Prequali- Domestic Expecte Expected No d Cost by Bank Approac Method ation ment fication Preference d date of date of (US$) (Prior/ h (Open- (RFP, RFB, Optio Process (Yes/ (Yes/No) bid/ Contract Post) National QCBS etc.) ns (Single No) proposal Signature / Limited (BAF stage- opening etc.) O, single Rated envelope Criter etc.) ia etc.) 1. Recruitment of Consultant to 192,500 Post Open- QCBS Two No No 31/10/16 31/12/16 undertake a scoping study National Envelope and produce a 2015 & 2016 Two Reconciliation report Stage 4 2. Recruitment of consultant to 10,000 Post Limited IC- Single No No 31/10/16 31/12/16 prepare ZEITI Revised report Competitive Envelope formats Selection 3. Recruitment of consultant to 40,000 Post Limited IC- Single No Yes 31/10/16 31/12/16 prepare ZEITI topical reports Competitive Stage Selection 4. Recruitment of Consultant to 50,000 Prior Direct Single Two No No 31/05/19 31/07/19 support ZEC to produce a Source Envelope 2017 & 2018 EITI Two streamlined Reconciliation Stage report 5. Recruitment of Consultant to 30,000 Post Limited CQS Two No Yes 30/04/19 31/05/19 undertake review of the Envelope layman draft and preparation Two of the Transparency Stage policy/legislation 6. Recruitment of Lead a 35,000 post Open IC- No No 30/04/19 31/05/19 consultant to prepare to Competitive prepare initial feasibility Selection report on mainstreaming 7. Recruitment of Operational 45,000 Post Open IC- No No 30/04/19 30/06/19 International consultant to Competitive prepare to prepare the Selection feasibility report on mainstreaming 8. 25,000 Post Limited IC- No Yes 31/05/19 31/07/19 Recruitment of IT consultant Competitive to prepare assess the IT Selection requirements and set up of IT systems for mainstreaming 9. 15,000 Post Limited Shopping No Yes 31/03/19 30/04/19 Media outreach training, TV, (Non Radio and Newspaper Consultant Service) publications discussions on results of the ZEITI Reconciliation reports 10 3,500 Post Limited Shopping No Yes 31/03/19 30/04/19 Dissemination of 2015/2016 (Non Consultant reports on billboards / website Service) 11 Public dissemination 25,000 workshops to discuss the ZEITI Reconciliation 2015/2016 and MIN GOV report process with Stakeholders (DELETE AS THIS IS NOT A PROCUREMENT ACTIVITY) 12 Procurement of EITI 24,000 Post Limited Shopping No Yes 31/03/19 30/04/19 promotional materials for (Non dissemination activities Consultant Service) 13 Follow up of the 2014/2015 10,000 Post Limited Shopping/Si No Yes 31/03/19 30/04/19 EITI reports discrepancies ngle sourcing 14 Printing ZEITI Full 20,000 Post Limited Shopping No Yes 31/03/19 30/04/19 Reconciliation Reports (2015 (Non and 2016 reports) Consultant Service) 15 Printing ZEITI 10,000 Post Limited Shopping No Yes 31/03/19 30/04/19 Reconciliation Reports (Non summaries & brochures (2015 Consultant and 2016 reports) Service) 16 Consultative meetings 10,000 through various workshops with different stakeholders on the drafting of the 5 Transparency bill and policy (DELETE AS THIS IS NOT A PROCUREMENT ACTIVITY) 17 Printing of the Transparency 10,000 Post Limited Shopping No Yes 31/03/19 30/04/19 bill and policy for Cabinet, (Non Parliament and Public Consultant information dissemination Service) 18 Stakeholders meetings to 30,000 obtain input in to the various opportunities and challenges of mainstreaming (Different consultants travelling to meet various stakeholders on the various stages of the mainstreaming) (DELETE AS THIS IS NOT A PROCUREMENT ACTIVITY) 19 Capacity building of EITI 30,000 No Yes 31/03/19 30/04/19 staff, MSG members, CSOs, Government and Mining companies on the mainstreaming process (DELETE AS THIS IS NOT A PROCUREMENT ACTIVITY) 20 Carryout out review of the 15,000 No Yes 31/03/19 30/04/19 implementation of the mainstreaming process by assessing quality of information flow (DELETE AS THIS IS NOT A PROCUREMENT ACTIVITY) 21 Preparation of 2017/2018 20,000 EITI reports costs for ZEC/ZEITI-Travel and meetings (DELETE AS THIS IS NOT A PROCUREMENT ACTIVITY) 22 Operational support to 50,000 ZEC/ZEITI to backstopping and technical support (DELETE AS THIS IS NOT A PROCUREMENT ACTIVITY) 6 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. 7 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. 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: 9 PROCUREMENT Zambia : EITI Post Compliance Implementation Support III PLAN General Information Country: Zambia Bank’s Approval Date of the Original Procurement Plan: 2019-06-10 2020-06-29 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P159717 GPN Date: Project Name: EITI Post Compliance Implementation Support III Loan / Credit No: TF / A3358 Executing Agency(ies): Ministry of Mines and Minerals Development 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 ZM-MMMD-96008-GO-RFQ / Pending Procurement of EITI Request for Single Stage - One TF / A3358 Dissemination Activities Post Limited 24,000.00 0.00 Implementati 2019-03-05 2019-04-30 2019-10-27 promotional materials for Quotations Envelope on dissemination activities ZM-MMMD-96015-GO-RFQ / Production of EITI Under Printing ZEITI Full Request for Single Stage - One TF / A3358 Reconciliation Reports for Post Limited 20,000.00 0.00 Implementati 2019-03-05 2019-04-12 2019-04-30 2019-10-27 Reconciliation Reports (2015 Quotations Envelope 2015 and 2016 on and 2016 reports) ZM-MMMD-96017-GO-RFQ / Printing ZEITI Production of EITI Pending Request for Single Stage - One Reconciliation Reports TF / A3358 Reconciliation Reports for Post Limited 10,000.00 0.00 Implementati 2019-03-05 2019-04-30 2019-10-27 Quotations Envelope summaries & brochures 2015 and 2016 on (2015 and 2016 reports) ZM-MMMD-96019-GO-RFQ / Printing of the Transparency Pending Request for Single Stage - One bill and policy for Cabinet, TF / A3358 Dissemination Activities Post Limited 10,000.00 0.00 Implementati 2019-03-05 2019-04-30 2019-10-27 Quotations Envelope Parliament and Public on information dissemination ZM-MMMD-157989-GO-RFQ / Design, Printing and Under Request for Single Stage - One delivery of 2017 & 2018 TF / A3358 Dissemination Activities Post Limited 10,000.00 0.00 Implementati 2020-02-12 2020-04-08 2020-10-05 Quotations Envelope EITI streamlined on Reconciliation reports. 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$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Page 1 ZM-MMMD-96005-NC-DIR / Media outreach training, TV, Pending Radio and Newspaper TF / A3358 Dissemination Activities Prior Direct Selection Direct 15,000.00 0.00 Implementati 2019-09-18 2019-09-23 2019-10-28 2020-04-25 publications discussions on on results of the ZEITI Reconciliation reports ZM-MMMD-96007-NC-RFQ / Pending Request for Single Stage - One Dissemination of 2017/2018 TF / A3358 Dissemination Activities Post Limited 3,500.00 0.00 Implementati 2019-03-05 2019-04-30 2019-10-27 Quotations Envelope reports on billboards/ website on CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Market Contract Type Estimated Actual Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Approach Amount (US$) Amount (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual ZM-MMMD-95996-CS-CQS / Recruitment of Consultant to undertake review of the Consultant Pending layman draft and TF / A3358 Dissemination Activities Post Qualification Limited 30,000.00 0.00 2019-03-13 2019-03-27 2019-04-26 2019-05-31 2019-11-27 Implementation preparation of the Selection Transparency policy/legislation ZM-MMMD-95998-CS-CQS / Recruitment of Lead Consultant International consultant to TF / A3358 Dissemination Activities Post Qualification Limited 35,000.00 0.00 Canceled 2019-03-13 2019-09-09 2019-03-27 2019-04-26 2019-05-31 2019-11-27 prepare to prepare initial Selection feasibility report on mainstreaming ZM-MMMD-95882-CS-QCBS / Recruitment of Consultant Production of EITI Consultant to support ZEC to produce a TF / A3358 Reconciliation Reports for Post Qualification Limited 50,000.00 0.00 Canceled 2019-05-13 2019-05-27 2019-06-26 2019-07-31 2020-01-27 2017 & 2018 EITI 2015 and 2016 Selection streamlined Reconciliation report INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Market Contract Type Estimated Actual Draft Negotiated Description Component Review Type Method Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Approach Amount (US$) Amount (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual ZM-MMMD-96002-CS-INDV / Recruitment of IT Local Individual consultant to prepare assess Under TF / A3358 Dissemination Activities Post Consultant Limited 25,000.00 0.00 2019-05-31 2019-09-09 2019-06-05 2020-03-26 2019-06-26 2020-03-26 2019-07-31 2020-01-27 the IT requirements and set Implementation Selection up of IT systems for mainstreaming ZM-MMMD-135334-CS-INDV / Recruitment of Lead Individual International consultant to TF / A3358 Dissemination Activities Post Consultant Limited 35,000.00 35,000.00 Signed 2019-10-01 2019-11-01 2019-10-06 2020-03-26 2019-10-27 2020-03-26 2019-12-01 2020-03-26 2020-05-29 prepare to prepare initial Selection feasibility report on mainstreaming ZM-MMMD-96001-CS-INDV / Recruitment of Operational Individual International consultant to TF / A3358 Dissemination Activities Post Consultant Limited 45,000.00 0.00 Canceled 2019-04-30 2019-05-05 2019-05-26 2019-06-30 2019-12-27 prepare to prepare the Selection feasibility report on mainstreaming Page 2 ZM-MMMD-131003-CS-CDS / Recruitment of Consultant ZEITI operations and to support ZEC to produce a Production of EITI TF / A3358 Prior Direct Selection Direct 50,000.00 0.00 Canceled 2019-09-06 2019-09-09 2019-09-16 2019-09-20 2019-11-20 2020-05-18 2017 & 2018 EITI Reconciliation Reports for streamlined Reconciliation 2017 and 2018 report ZM-MMMD-131003-CS-CDS- 2 / Recruitment of ZEITI operations and Consultant to support ZEC Production of EITI Under TF / A3358 Prior Direct Selection Direct 107,000.00 0.00 2020-02-06 2020-02-16 2020-03-26 2020-04-21 2020-10-18 to produce a 2017 & 2018 Reconciliation Reports for Implementation EITI streamlined 2017 and 2018 Reconciliation report Page 3