3 MONTHS PROCUREMENT PLAN-MRPLP Project information: Malawi COVID-19 Emergency Response and Health Systems Preparedness Project-P173806 Project Implementation Agency: Ministry of Health and Population Date of the Procurement Plan: April 2020 Period covered by this Procurement Plan: April 2020 to June 2020 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 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. 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: Applicable. Other Relevant Procurement Information: - (a). Thresholds for Request for Quotations Being emergency procurement, thresholds for Requests for Quotations (RFQ) has been increased to US$1 million for goods and services and US$5 million for works. Prequalification. Not expected for the works/goods packages in the procurement plan. Proposed Procedures for CDD Components: Not Applicable Reference to (if any) Project Operational/Procurement Manual: The Ministry of Health and Population team will prepare a Procurement manual. The Procurement Plan will also form part of the Project Implementation Manual. Any Other Special Procurement Arrangements: use of simple and fast procurement and selection methods fit for purpose in emergency situations including procurement from UN Agencies such as UNICEF, WHO and others, enabled and expedited by World Bank procedures and templates for procurement of medicines, medical supplies and equipment for emergency requirements Procurement Packages/Plan with Procurement Arrangements and Time Schedule: as per the table below: b) PROCUREMENT PLAN 1 2 3 4 5 6 7 8 9 10 2 Ref. Contract Title Compone Estimated Procur Procur Bank Expected Sourc Comme No. nt Cost (US$) ement ement Review date for e nts Catego Metho Requir IFBs/EOIs ry d and ement Marke t Appro ach 1. Procurement and 1, 3 2,687,043. GO UN, Post 15-Apr- MoHP distribution of 00 Direct Review 2020 ambulances and motor vehicles, tents for quarantine at ground crossings and IDTCs, medical equipment and supplies. 2. Printing of 50,000 No. 1 5,088.00 GO RFQ, Post 15-Apr- MoHP Health Declaration, Limited Review 2020 Surveillance and Case Management Form 3. Procurement of 1 220,000.0 GO DIR Post 15-Apr- MoHP cartridges for 0 Direct Review 2020 existing GeneXpert machines 4. Procurement of 2 15,000.00 GO RFQ, Post 20-Apr- MoHP computers, Laptops, Limited Review 2020 5. Procurement of 2 6,000.00 GO RFQ, Post 15-Apr- MoHP phones for EOC Limited Review 2020 6. Procurement of 2 50,000.00 NC RFQ, Post 15-Apr- MoHP grievance hotline Limited Review 2020 platform 7. Procurement of 2 1,000.00 GO RFQ, Post 15-Apr- MoHP refrigerator for EOC Limited Review 2020 8. Selection of a 1 5,000.00 CS INDV, Post 17-Apr- MoHP Consulting services Limited Review 2020 to assess minor works and determine scope of work for EOC 9. Selection of 1 562,363.0 CS INDV, Post 17-Apr- MoHP Consultants/Health 0 Direct Review 2020 workers to enhance Surge Capacity Key DIR – Direct Selection RFQ – Request for Quotations INDV – Selection of Individual Consultants Appendix 1 Letter of Acceptance of the World Bank’s Anti-Corruption Guidelines and Sanctions Framework Date: 3 Invitation of Bids/Proposals No.__________ To: ___________________________________________________________________________ We, along with our sub-contractors, sub-consultants, service providers, suppliers, agents (whether declared or not) consultants and personnel, acknowledge and agree to abide by the World Bank’s policy regarding Fraud and Corruption (corrupt, fraudulent, collusive, coercive, and obstructive practices), as set out and defined in the World Bank’s Anti-Corruption Guidelines1 in connection with the procurement and execution of the contract (in case of award), including any amendments thereto. We declare and warrant that we, along our sub-contractors, sub-consultants, service providers, suppliers, agents (whether declared or not), consultants and personnel, , are not subject to, and are not controlled by any entity or individual that is subject to, a temporary suspension, early temporary suspension, or debarment imposed by a member of the World Bank Group, including, inter alia, a cross-debarment imposed by the World Bank Group as agreed with other international financial institutions (including multilateral development banks), or through the application of a World Bank Group finding of non-responsibility on the basis of Fraud and Corruption in connection with World Bank Group corporate procurement. Further, we are not ineligible under the laws or official regulations of [Insert name of Employer as per bidding document] or pursuant to a decision of the United Nations Security Council. We confirm our understanding of the consequences of not complying with the World Bank’s Anti-Corruption Guidelines, which may include the following: a. rejection of our Proposal/Bid for award of contract; b. in the case of award, termination of the contract, without prejudice to any other remedy for breach of contract; and c. sanctions, pursuant to the Bank’s Anti-Corruption Guidelines and in accordance with its prevailing sanctions policies and procedures as set forth in the Bank’s Sanctions Framework. This may include a public declaration of ineligibility, either indefinitely or for a stated period of time, (i) to be awarded or otherwise benefit from a Bank-financed contract, financially or in any other manner;2 (ii) to be a nominated3 sub-contractor, consultant, 1Guidelines on Preventing and Combating Fraud and Corruption in Projects Financed by International Bank for Reconstruction and Development Loans and the International Development Agency Credits and Grants, dated October 15, 2006, and revised in January 2011 and July 2016, as they may be revised from time to time. 2 For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract. 3 A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower. 4 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: Name of the person duly authorized to sign the Bid/Proposal on behalf of the Bidder/Consultant: Title of the person signing the Letter: 4 Inspections in this context are usually investigative (i.e., forensic) in nature: they involve fact-finding activities undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is not limited to accessing and examining a firm's or individual's financial records and information, and making copies thereof as relevant; accessing and examining any other documents, data, and information (whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining third-party verification of information. 5 6 PROCUREMENT Malawi : Malawi COVID-19 Emergency Response and Health Systems Preparedness Project PLAN General Information Country: Malawi Bank’s Approval Date of the Original Procurement Plan: 2020-05-12 2021-07-26 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P173806 GPN Date: 2020-07-23 Project Name: Malawi COVID-19 Emergency Response and Health Systems Preparedness Project Loan / Credit No: IDA / D6200 N Executing Agency(ies): ational TB Control Program 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 Request for MW-CHSU-244462-CW-RFQ Quotations - Small Pending / Renovations of Quarantine Emergency COVID-19 Request for Single Stage - One 2022-04- IDA / D6200 Post Limited Works 21,139.00 0.00 Implementat 2021-08-08 2021-10-03 Units at Point of Entries- Response Quotations Envelope 01 (Emergency) SPD - ion Chileka International Airport Competitive Request for MW-CHSU-244465-CW-RFQ Quotations - Small Pending Emergency COVID-19 Request for Single Stage - One 2022-04- / Minor renovations of the IDA / D6200 Post Limited Works 15,172.41 0.00 Implementat 2021-08-08 2021-10-03 Response Quotations Envelope 01 EOC Office Building (Emergency) SPD - ion Competitive 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-CHSU-172790-GO-RFQ Supporting National and Sub- Request for Single Stage - One / Procurement of phones for IDA / D6200 national, Prevention and Post Limited 6,000.00 5,718.86 Completed 2020-05-26 2020-05-29 2020-06-19 2020-06-26 2020-07-10 2020-07-09 Quotations Envelope EOC Preparedness MW-CHSU-172782-GO-RFQ Supporting National and Sub- Request for Single Stage - One / Procurement of computers, IDA / D6200 national, Prevention and Post Limited 15,000.00 14,731.45 Completed 2020-05-28 2020-05-29 2020-06-23 2020-06-26 2020-07-14 2020-07-14 Quotations Envelope Laptops Preparedness MW-CHSU-177188-GO-UN / Emergency COVID-19 UN Agencies Procurement of Ambulances IDA / D6200 Post Direct 900,000.00 919,471.24 Completed 2020-06-02 2020-05-29 2020-06-07 2020-05-29 2020-06-22 2020-06-05 2020-09-20 2021-01-05 Response (Direct) and Rapid response vehicles MW-CHSU-172822-GO-UN / Emergency COVID-19 UN Agencies IDA / D6200 Post Direct 550,000.00 0.00 Canceled 2020-05-12 2020-05-19 2020-05-17 2020-06-21 2020-09-04 Procurement of Ambulances Response (Direct) MW-CHSU-172856-GO-DIR / Emergency COVID-19 Procurement of cartridges for IDA / D6200 Post Direct Selection Direct 220,000.00 0.00 Canceled 2020-05-13 2020-05-19 2020-05-18 2020-06-15 2020-07-30 Response existing GeneXpert machines MW-CHSU-172814-GO-UN / Procurement and distribution of motor vehicles, tents for Emergency COVID-19 UN Agencies IDA / D6200 Post Direct 2,137,043.00 0.00 Canceled 2020-05-15 2020-05-19 2020-05-20 2020-06-10 2020-09-08 quarantine at ground Response (Direct) crossings and IDTCs, medical equipment and supplies. MW-CHSU-177194-GO-UN / Procurement and distribution Emergency COVID-19 UN Agencies IDA / D6200 Post Direct 1,700,000.00 3,568,488.24 Signed 2020-06-02 2020-06-02 2020-06-16 2020-04-07 2020-08-04 2020-08-18 2020-11-02 of medical equipment and Response (Direct) supplies. MW-CHSU-172794-GO-RFQ Supporting National and Sub- Under / Procurement of fridges, Request for Single Stage - One IDA / D6200 national, Prevention and Post Limited 9,900.00 0.00 Implementati 2021-05-01 2021-05-21 2021-06-11 ultra freezer and cooler boxes Quotations Envelope Preparedness on for PHIM and EOC MW-CHSU-244488-GO-RFQ / Procurement of ICT Under Emergency COVID-19 Request for Single Stage - One Equipment for EOC Capacity IDA / D6200 Post Limited 180,623.00 0.00 Implementati 2021-08-08 2021-10-03 2022-04-01 Response Quotations Envelope building and Project on Operations. 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 MW-CHSU-172855-NC-RFQ Supporting National and Sub- Request for Single Stage - One / Procurement of grievance IDA / D6200 national, Prevention and Post Limited 50,000.00 0.00 Canceled 2020-05-16 2020-06-18 2021-06-18 Quotations Envelope hotline platform Preparedness MW-CHSU-245209-NC-DIR / Implementation Management Pending Upgrading of Tompro IDA / D6200 and Monitoring and Post Direct Selection Direct 35,000.00 0.00 Implementati 2021-07-30 2021-08-04 2021-08-20 2022-08-20 Accounting System Evaluation on 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 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 Page 1 MW-CHSU-172857-CS-INDV / Selection of a Consulting Individual Emergency COVID-19 services to assess minor IDA / D6200 Post Consultant Limited 5,000.00 0.00 Canceled 2020-06-05 2020-06-10 2020-07-01 2020-07-18 2020-08-17 Response works and determine scope of Selection work for EOC MW-CHSU-186787-CS-INDV Implementation Management Individual / Assistant Procurement IDA / D6200 and Monitoring and Post Consultant Open 36,000.00 23,632.92 Signed 2020-08-04 2020-08-18 2020-08-19 2020-11-25 2020-08-22 2020-12-08 2020-09-01 2020-12-15 2021-09-01 Specialist Evaluation Selection MW-CHSU-186798-CS-INDV Implementation Management Individual / Medical Waste Management IDA / D6200 and Monitoring and Post Consultant Open 41,000.00 25,208.45 Signed 2020-08-04 2020-08-18 2020-08-19 2020-11-25 2020-08-22 2020-12-08 2020-09-01 2020-12-16 2021-09-01 Specialist Evaluation Selection Implementation Management Individual MW-CHSU-186802-CS-INDV IDA / D6200 and Monitoring and Post Consultant Open 36,000.00 26,783.98 Signed 2020-08-04 2020-08-18 2020-08-19 2020-11-25 2020-08-22 2020-12-08 2020-09-01 2020-12-14 2021-09-01 / Project Accountant Evaluation Selection MW-CHSU-186806-CS-INDV Implementation Management Individual / Assistant Monitoring and IDA / D6200 and Monitoring and Post Consultant Open 36,000.00 23,632.92 Signed 2020-08-04 2020-08-18 2020-08-19 2020-11-25 2020-08-22 2020-12-08 2020-09-01 2020-12-14 2021-09-01 Evaluation Specialist Evaluation Selection MW-CHSU-228548-CS-CDS / Implementation Management Provision of Accounting IDA / D6200 and Monitoring and Post Direct Selection Direct 35,000.00 0.00 Canceled 2021-04-20 2021-07-23 2021-04-30 2021-07-04 2021-12-31 Software upgrading services Evaluation Page 2