MALAWI WATERSHED SERVICES IMPROVEMENT PROJECT 18 MONTHS PROCUREMENT PLAN Project information: Malawi Watershed Services Improvement Project (MWASIP) - P167860 Project Implementation Agency: Ministry of Agriculture, Irrigation and Water Development, Malawi Date of the Procurement Plan: February 25, 2020 Period covered by this Procurement Plan: February 2020 to August 2021 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. 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. 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 5.4 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 1 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. 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 ($`000) Works 10,000 Open Request Request Engineering Internatio Open for Open for Open & nal or Nation Quotatio Nationa Quotatio Consulting internatio Constructio ICB ($'000 al or n or l or n or Services nal or ICB n NCB National NCB National ($'000) ($'000) Supervision ($'000) Shoppin ($'000) Shopping ($'000) g ($'000) ($'000) Goods, IT 2,000 & Non- Consulting ≧ < ≦ ≧ < ≦ < ≦ Services Consultant 1,000 s (Firms) Individual 300 7,000 7,000 200 1,000 1,000 100 200 300 Consultant s *These prior review thresholds are for the purposes of the initial procurement plan for the first 18 months. The thresholds will be revised periodically based on re-assessment of risks. All contracts not subject to prior review will be post-reviewed. 2 Prequalification. Not expected for the works/goods packages in the procurement plan. Proposed Procedures for CDD Components: Not Applicable Reference to (if any) Project Operational/Procurement Manual: The Ministry of Agriculture Irrigation and Water Development team will prepare Procurement manuals. The Procurement Plan will also form part of the Project Implementation Manual. Any Other Special Procurement Arrangements: None Procurement Packages/Plan with Procurement Arrangements and Time Schedule: as per the table below: b) PROCUREMENT PLAN Works 1 2 3 4 5 6 7 8 9 Ref Contract Estimated Procureme Prequalificati National Revie Expecte Expecte . (Description) Cost nt on (yes/no) Preferen w d bid d No. US$ Method/ ce by opening Contract million Arrangeme (yes/no) Bank date Signatur nt (Prior e Date / Post) 1. Construction of 10 11,000,00 Open Post No Prior 30-Nov- 30-Mar- irrigation schemes in 0 Internation 20 21 Zomba, Machinga, Ncheu al, RFB and Neno Districts 2. Construction of 10 Small 10,050,00 Open Post No Prior 30-Nov- 24-Apr- Dams and medium size 0 Internation 20 21 multipurpose dams al, RFB 3. Construction of 8 high 7,000,000 Open Post No Post 15 Jan 15 Jun yielding boreholes and Internation 21 21 associated irrigation al, RFB facilities 4. Construction of 20 rain 5,000,000 Open Post No Post 10 Feb 10 Jun water harvesting National, 21 21 structures RFB Goods and Non-Consulting Services 1 2 3 4 5 6 7 8 9 Ref. Contract Estimate Procureme Prequalificati National Revie Expecte Expecte No. (Description) d nt on (yes/no) Preferen w d bid d Cost Method/ ce by opening Contract US$ Arrangeme (yes/no) Bank date Signatur million nt (Prior e Date / Post) 1. Procurement of 12 motor 840,000 Open Post No Post 23-Apr- 15-Jun- vehicles National, 20 20 RFB 2. Procurement of 10 motor 80,000 Limited, Post No Post 24-Mar- 28-Apr- cycles RFQ 20 20 3 3. Procurement of office 204,300 Open Post No Post 9-Apr- 7-May- furniture (Desks, Chairs, National, 20 20 Filling Cabinets, RFB conference furniture, book shelves 4. Procurement of ICT 100,150 Open Post No Post 10-May- 8 Juy-20 equipment (20 Laptops, National, 20 and 5 supporting tools) RFB 5. Procurement of 20 15,600 Limited, Post No Post 26-Sep- 15-Dec- Tablets RFQ 20 20 6. Supply and of 1 Weather 2,000,000 Open, Post No Prior 6 Jun-20 29-Aug- radar and Associated Internation 20 Accessories al, RFB 7. Procurement of Financial 100,000 Open Post No Post 8-Mar- 1-Jul-20 Accounting Software National, 20 maintenance and RFB Technical Support and user training Consultancy Services 1 2 3 4 5 6 7 Ref. No. Description of Assignment Estimate Selection Review Expected Expected d Method/ by date of Contract Cost Arrangeme Bank proposal Signature US$ nt (Prior / submissio Date Post) n 1. Consulting Services to carry out 100,000 Open Post 12-Apr- 10-Aug-20 Project Baseline Studies. National, 20 CQS 2. Consulting Services for design, 1,000,00 Open Prior 12-Apr- 10-Aug-20 design review, Construction 0 International 20 Supervision of 10 irrigation , QCBS schemes and Water User Association (WUA) establishment 3. Consulting Services to update 500,000 Open Post 12-Apr- 11-Sep-20 ESIA and ESMP’s, and RAP International 2020 preparation for 10 Irrigation , QCBS Schemes 4. Consultancy Services to conduct 1,000,00 Open Prior 5-Apr-20 25-Jul-20 feasibility study and detailed 0 International designs of 10 small and medium , QCBS size multipurpose dams, including establishment of community-based O&M institutional arrangements 5. Consulting services for 500,000 Open Post 12-Apr- 11-Sep-20 Preparation of the ESIA and RAP International 2020 for the Small and medium Dams QCBS 4 1 2 3 4 5 6 7 Ref. No. Description of Assignment Estimate Selection Review Expected Expected d Method/ by date of Contract Cost Arrangeme Bank proposal Signature US$ nt (Prior / submissio Date Post) n 6. Consulting services for detailed 400,000 Open Post 12-Apr- 11-Sep-20 design and supervision of 8 high International 2020 yielding boreholes and QCBS associated conveyance infrastructure 7. Consultancy Services for detailed 400,000 Open Post 5-Apr-20 10-Aug-20 design and Construction International supervision of water harvesting , QCBS structures 8. Consulting services for 200,000 Open Post 15-Aug- 10-Dez-20 preparation of ESMPs and RAPs International 20 for high yielding boreholes and QCBS water harvesting structures 9. Consulting services for (i) 1,000,00 Open Prior 15-Apr- 30-Sep-20 preparation and update 0 International 2020 (including digitization) of QCBS catchment management plans and micro-catchment plans (VLAPs) in the middle Shire River basin (SRBMP catchments in Blantyre, Neno, Ntcheu, Machinga, Zomba districts and (ii) delineation of priority hotspot catchments in the upper Shire (Balaka, Machinga, Zomba and Mangochi) and preparation catchment management plans and micro-catchment plans (VLAPs) 10. Consulting services for 1,000,00 Open Prior 15-Apr- 30-Sep- delineation of priority hotspot 00 International 2020 2020 catchments in Linthipe, Bua, and QCBS Dwangwa river basins, and preparation catchment management plans and micro- catchment plans (VLAPs) 11. Consulting services for social 1,000,00 Open Prior 15-Jul- 30-Nov- marketing 0 International 2020 2020 QCBS 12. Consulting services for design of 800,000 Open Prior 15-Sep- 30-Jan- the PWS pilot for sediment International 2020 2020 reduction QCBS 13. PPP transaction advisory services 800,000 Open Prior 15-Apr- 30-Sep- for development of hydrological International 2020 2020 and climate products and QCBS services (including market assessment) 14. Consulting services for 2,500,00 Open Prior 15-Sep- 30-Jan- development and 0 International 2020 2020 operationalization of a QCBS biophysical and ecological 5 1 2 3 4 5 6 7 Ref. No. Description of Assignment Estimate Selection Review Expected Expected d Method/ by date of Contract Cost Arrangeme Bank proposal Signature US$ nt (Prior / submissio Date Post) n monitoring system (including capacity building) 15. Consulting services for update of 1,000,00 Open Prior 15-Apr- 30-Sep- agro-ecological zones, updated 0 International 2020 2020 national forest cover maps, land QCBS use and land cover maps (including map production) 16. Consulting services for 300,000 Open Post 15-Apr- 30-Sep- preparation of institutional International 2020 2020 development plans for key QCBS watershed institutions 17. Consulting services for 400,000 Open Prior 15-Apr- 30-Sep- independent verification of International 2020 2020 performance of key watershed QCBS institutions 18. Hiring of Financial Management 392,000 Open Prior 18-April- 8-Nov-20 Specialist National, 20 INDV 19. Hiring of Assistant Financial 157,000 Open Post 18-April- 8-Nov-20 Management Specialist National, 20 INDV 20. Hiring of Procurement Specialist 392,000 Open Prior 18-April- 8-Nov-20 National, 20 INDV 21. Hiring of Project Management 392,000 Open Prior 18-April- 8-Nov-20 Specialist National, 20 INDV 22. Hiring of Environmental 392,000 Open Prior 18-April- 8-Nov-20 Safeguards Specialist National, 20 INDV 23. Hiring of Social Safeguards 392,000. Open Prior 18-April- 8-Nov-20 Specialist 00 National, 20 INDV 24. Hiring of Monitoring and 392,000 Open Prior 18-April- 8-Nov-20 Evaluation Specialist National, 20 INDV 25. Hire Technical Assistant in Land 216,400 Open Post 18-Aug- 10-Mar-21 Administration National, 20 INDV RFB – Request for Bids; RFQ – Request for Quotations; CQS - Consultant’s Qualification Based Selection; QCBS - Quality and Cost Based Selection and; INDV - Individual Consultant Selection. 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- 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 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: 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. 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 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: 9 PROCUREMENT Malawi : Malawi Watershed Services Improvement Project PLAN General Information Country: Malawi Bank’s Approval Date of the Original Procurement Plan: 2020-08-28 2021-03-25 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P167860 GPN Date: 2020-08-28 Project Name: Malawi Watershed Services Improvement Project Loan / Credit No: IDA / D5860, IDA / 65790 M Executing Agency(ies): inistry of Agriculture, Irrigation and Water Development 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 MW-MOAIWD-197898-CW- Under RFQ / Rehabilitation of Malawi Technical and Project Request for Single Stage - One 2021-07- IDA / 65790 Post Limited 200,000.00 0.00 Implementat 2020-11-21 2020-12-14 2021-01-05 Watershed Services Management Support Quotations Envelope 04 ion Improvement Project (MWASIP) 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-MOAIWD-192192-GO- Under Technical and Project Single Stage - One RFB / Procurement of 12x 4x4 IDA / 65790 Post Request for Bids Open - National 840,000.00 0.00 Implementati 2020-09-30 2020-10-02 2020-10-05 2020-10-06 2020-11-04 2020-11-04 2020-11-24 2020-11-11 2020-12-23 2021-02-21 Management Support Envelope Double Cable Vehicles on MW-MOAIWD-193096-GO- RFB / Supply and Delivery of Under Office Furniture including Technical and Project Single Stage - One IDA / 65790 Post Request for Bids Open - National 204,300.00 0.00 Implementati 2020-09-30 2020-10-14 2020-10-10 2020-12-11 2020-11-09 2020-11-24 2020-12-22 2021-02-20 Desks, Executive Chairs, Management Support Envelope on Filling Cabinets, Conference Furniture and Book shelves MW-MOAIWD-196695-GO- Under Technical and Project Single Stage - One RFB / Procurement of ICT IDA / 65790 Post Request for Bids Open - National 100,150.00 0.00 Implementati 2020-10-08 2020-10-07 2020-10-13 2020-10-16 2020-11-12 2020-12-12 2020-12-31 2021-01-30 Management Support Envelope Equipment on 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-MOAIWD-190073-CS- QCBS / Consulting services for design review, Quality And Cost- construction supervision of IDA / D5860 Improving Watershed Services Prior Open - International 1,000,000.00 0.00 Under Review 2020-08-28 2020-09-30 2020-09-11 2020-12-03 2020-10-30 2020-12-11 2020-12-25 2021-02-05 2021-03-19 2024-01-03 Based Selection irrigation schemes and establishment of Water User's Association MW-MOAIWD-190038-CS- QCBS / Consulting services for preparation of catchment management plans and micro- catchment plans (VLAPs) in Scaling up Landscape Quality And Cost- Under IDA / D5860 Prior Open - International 1,000,000.00 0.00 2020-08-31 2020-09-30 2020-09-14 2021-02-24 2020-10-26 2020-12-07 2020-12-21 2021-01-29 2021-03-05 2023-02-23 the upper and middle Shire Restoration Based Selection Implementation River basin, including delineation of priority hotspot catchments in the upper Shire River Basin MW-MOAIWD-190055-CS- QCBS / Consulting services for development and Technical and Project Quality And Cost- Under operationalization of a IDA / D5860 Prior Open - International 2,500,000.00 0.00 2020-08-28 2020-09-29 2020-09-11 2021-02-24 2020-10-30 2020-12-11 2020-12-25 2021-02-05 2021-03-12 2025-03-11 Management Support Based Selection Implementation biophysical and ecological monitoring system (including capacity building) MW-MOAIWD-190067-CS- QCBS / Consulting services for detailed design and Quality And Cost- Under IDA / D5860 Improving Watershed Services Post Open - International 400,000.00 0.00 2020-09-04 2020-09-01 2020-09-18 2020-12-10 2020-11-06 2021-03-14 2020-12-18 2021-01-01 2021-02-12 2021-03-26 2023-03-16 supervision of 8 high yielding Based Selection Implementation boreholes and associated conveyance infractructure MW-MOAIWD-189997-CS- QCBS / Consulting services for feasibility study, detailed design and construction supervision of small and Quality And Cost- IDA / D5860 Improving Watershed Services Prior Open - International 1,000,000.00 0.00 Under Review 2020-09-04 2020-09-30 2020-09-18 2020-12-02 2020-11-06 2020-12-18 2021-01-01 2021-02-12 2021-03-26 2024-01-10 medium sized multipurpose Based Selection dams including establishment of community based operational and maintenance institutional arrangements MW-MOAIWD-190044-CS- QCBS / Consulting services Scaling up Landscape Quality And Cost- Under for independent verification IDA / D5860 Post Open - International 400,000.00 0.00 2020-10-12 2020-11-02 2020-10-26 2021-02-03 2020-12-14 2021-01-25 2021-02-08 2021-03-03 2021-04-07 2025-04-06 Restoration Based Selection Implementation services for all performance- based grants under the project Page 1 MW-MOAIWD-226189-CS- QCBS / Consultancy for Development of Intergrated Technical and Project Quality And Cost- Pending IDA / 65790 Post Open - National 200,000.00 0.00 2021-04-26 2021-05-17 2021-06-16 2021-07-16 2021-07-31 2021-08-25 2021-09-18 2022-03-17 MRDRMP and MWASIP Management Support Based Selection Implementation Management Iformation System 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 MW-MOAIWD-217448-CS- CDS / Procurement of computerized Financial Technical and Project IDA / D5860 Post Direct Selection Direct 100,000.00 0.00 Under Review 2021-02-05 2021-01-18 2021-02-15 2021-04-05 2021-10-02 Management and Accounting, Management Support Procurement and Monitoring and Evaluation System MW-MOAIWD-226185-CS- INDV / Individual Consulting Individual Services” for Development of Scaling up Landscape Pending IDA / 65790 Post Consultant Open 25,000.00 0.00 2021-04-12 2021-05-28 2021-06-11 2021-07-05 2021-11-02 Manuals for Matching Grants Restoration Implementation Selection for Enhancing Agricultural Based Livelihoods Page 2