Procurement Plan (Textual Part) I. General 1. Project Information Country: Zambia Project Name: Irrigation Development Support Project (IDSP) Project Id: P102459 2. Project Implementation Agency: Ministry of Agriculture 3. Date of the Procurement Plan: March 2019 4. Period Covered by this procurement plan: January to June 2019 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, Amendment Act of 2013 and the Public procurement Regulations, of 2013, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: (the “Procurement Guidelines”), and the additional provisions in the following paragraphs: 1 (a) Eligibility: Eligibility to participate in a procurement process and to be awarded an Association-financed contract shall be as defined under Section I of the Procurement Guidelines; accordingly, no bidder or potential bidder shall be declared ineligible for contracts financed by the Association for reasons other than those provided in Section I of the Procurement Guidelines. No restriction based on nationality of bidders and/or origin of goods shall apply, and foreign bidders shall be allowed to participate in NCB without application of restrictive conditions, such as, but not limited to, mandatory partnering or subcontracting with national entities. (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 2 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. 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 3 (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 XI. Procurement Prior Review Thresholds (US$ millions) 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 2 non-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 Approaches and Method (US$ millions) Works Goods, IT and Non- Shortlist of National consulting Services Consultants Open Open Request Open Open Reque Rfq Consulting Engineerin Internatio Nation for Internatio Nation st for Non Services g & nal al Quotati nal al Motors Moto Constructi r on on ≥ < ≥ < ≤ Supervisio ≤ n 10 10 0.3 2 2 0.1 0.1 1.0 0.3 XIII. Summary of the procurement packages: (Planned for the first 18 months after project effectiveness): Category: 4 Sr. Contract Description Estimat Review Market Selecti Evaluatio Procure Prequal Domesti Expect Expecte No ed Cost by Approa on n -ment i- c ed date d date (US$) Bank ch Metho Options Process fication Preferen of bid/ of (Prior/ (Open- d (BAFO, (Single (Yes/ ce propos Contract Post) Nation (RFP, Rated stage- No) (Yes/No) al Signatur al/ RFB, Criteria single openin e Limited QCBS etc.) envelop g etc.) etc.) e etc.) 1. ZM-MOA-106805-CW- 3,500, Prior Limited RFB N/A Single No No 2019/0 2019/0 RFB / Construction of 000.00 Stage 8/01 9/05 Musakashi Irrigation Two Scheme Envelop e 2. ZM-MOA-106783-GO- 1,132, Prior Open RFB N/A Single No No 2019/0 2019/0 RFB / Procurement of 500.00 Interna Stage 7/24 8/28 irrigation equipment tional Two Envelop e 3. ZM-MOA-106789-GO- 1,888, Prior Open RFB N/A Single No No 2019/0 2019/0 RFB / Farm 300.00 Interna Stage 7/31 9/04 mechanisation tional Two Envelop e 4. ZM-MOA-106803-CW- 1,600, Prior N/A DIR N/A N/A No No 2019/0 2019/0 DIR / Construction of 000.00 4/06 5/11 bridges and culverts 5. ZM-MOA-106790-CW- 16,000 Prior N/A DIR N/A N/A No No 2019/0 2019/0 RFB / Construction of ,000.0 3/30 5/04 Mwomboshi Irrigation 0 Scheme 6. ZM-MOA-106810-CS- 50,000 Post Open QBS N/A N/A No Yes 2019/0 2019/1 CDS / Consultant .00 Nation 5/31 0/01 services for website for al establishing monitoring and evaluation 7. ZM-MOA-106811-CS- 50,000 Prior Direct CDS N/A N/A No Yes 2019/0 2019/0 CDS / Consultant .00 4/14 6/18 services for website development and hosting 8. ZM-MOA-106806-CS-CDS / Individual 50,000 Prior Direct CDS N/A N/A No No 2019/0 2019/0 consultant for finalisation of solicitation .00 4/04 6/08 document for tier III farmers and operator 9. ZM-MOA-106814-CS-CDS / 90,000 Prior Direct CDS N/A N/A No No 2019/0 2019/0 Consultancy services dam safety for .00 4/06 6/10 monitoring of the filling plan up to full supply level 10. ZM-MOA-106820-CS- 140,00 Prior Direct CDS N/A N/A No No 2019/0 2019/0 CDS / Irrigation 0.00 4/11 6/15 Management Specialist 11. ZM-MOA-106831-CS- 145,00 Prior Direct CDS N/A N/A No No 2019/0 2019/0 CDS / Irrigation Engineer 0.00 4/15 6/19 12. ZM-MOA-106832-CS- 147,00 Prior Direct CDS N/A N/A No No 2019/0 2019/0 CDS / Procurement 0.00 4/04 6/08 Specialist 5 Appendix 1 Letter of Acceptance of the World Bank’s Anti-Corruption Guidelines and Sanctions Framework Date: Invitation of Bids/Proposals No.__________ To: ___________________________________________________________________________ We, along with our sub-contractors, sub-consultants, service providers, suppliers, agents (whether declared or not) consultants and personnel, acknowledge and agree to abide by the World Bank’s policy regarding Fraud and Corruption (corrupt, fraudulent, collusive, coercive, and obstructive practices), as set out and defined in the World Bank’s Anti-Corruption Guidelines1 in connection with the procurement and execution of the contract (in case of award), including any amendments thereto. We declare and warrant that we, along our sub-contractors, sub-consultants, service providers, suppliers, agents (whether declared or not), consultants and personnel, , are not subject to, and are not controlled by any entity or individual that is subject to, a temporary suspension, early temporary suspension, or debarment imposed by a member of the World Bank Group, including, inter alia, a cross-debarment imposed by the World Bank Group as agreed with other international financial institutions (including multilateral development banks), or through the application of a World Bank Group finding of non-responsibility on the basis of Fraud and Corruption in connection with World Bank Group corporate procurement. Further, we are not ineligible under the laws or official regulations of [Insert name of Employer as per bidding document] or pursuant to a decision of the United Nations Security Council. We confirm our understanding of the consequences of not complying with the World Bank’s Anti-Corruption Guidelines, which may include the following: a. rejection of our Proposal/Bid for award of contract; b. in the case of award, termination of the contract, without prejudice to any other remedy for breach of contract; and c. sanctions, pursuant to the Bank’s Anti-corruption Guidelines and in accordance with its prevailing sanctions policies and procedures as set forth in the Bank’s Sanctions Framework. This may include a public declaration of ineligibility, either indefinitely or for a stated period of time, (i) to be awarded or otherwise benefit from a Bank-financed contract, financially or 1Guidelines on Preventing and Combating Fraud and Corruption in Projects Financed by International Bank for Reconstruction and Development Loans and the International Development Agency Credits and Grants, dated October 15, 2006, and revised in January 2011 and July 2016, as they may be revised from time to time. 6 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 2 For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract. 3 A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower. 4 Inspections in this context are usually investigative (i.e., forensic) in nature: they involve fact- finding activities undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is not limited to accessing and examining a firm's or individual's financial records and information, and making copies thereof as relevant; accessing and examining any other documents, data, and information (whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining third-party verification of information. 7 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: 8 PROCUREMENT Zambia : Irrigation Development and Support Project PLAN General Information Country: Zambia Bank’s Approval Date of the Original Procurement Plan: 2019-03-28 2020-12-23 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P102459 GPN Date: Project Name: Irrigation Development and Support Project Loan / Credit No: IDA / 48740, IDA / Q6690 Ministry of Agriculture Executing Agency(ies): 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 ZM-MOA-106790-CW-RFB / Irrigated Agricultural Support 16,000,000.0 16,762,674. 2019-10- Construction of Mwomboshi IDA / 48740 Prior Direct Selection Direct Signed 2019-03-25 2019-06-12 2019-03-30 2019-06-19 2019-05-04 2019-09-19 Services 0 86 31 Irrigation Scheme ZM-MOA-106805-CW-RFB / Irrigated Agricultural Support Single Stage - Two 2020-03- Construction of Musakashi IDA / 48740 Post Request for Bids Limited 3,500,000.00 0.00 Canceled 2019-04-23 2019-04-30 2019-04-28 2019-11-29 2019-06-09 2020-01-17 2019-08-22 2019-09-26 Services Envelope 24 Irrigation Scheme ZM-MOA-108669-CW-RFB / Irrigated Agricultural Support Single Stage - Two 2018-01- Construction of Lusitu IDA / 48740 Prior Request for Bids Open - National 4,254,630.00 0.00 Canceled 2017-02-01 2019-05-29 2017-02-06 2017-03-20 2017-06-02 2017-07-07 Services Envelope 03 Irrigation Scheme ZM-MOA-106803-CW-DIR / Irrigated Agricultural Support 2019-11- Construction of bridges and IDA / 48740 Post Direct Selection Direct 1,600,000.00 0.00 Canceled 2019-04-15 2019-04-20 2019-05-25 Services 21 culverts MOA/IDSP/CONS/01/2015 / Construction of the Pending Irrigated Agricultural Support Single Stage - Two 28,301,801.0 2018-01- Mwomboshi Dam to include IDA / 48740 Prior Request for Bids Open - International 0.00 Implementat 2017-02-01 2017-02-06 2017-03-20 2017-06-02 2017-07-07 Services Envelope 0 03 ancillary road works via ion Variations Order 1 MAL//IDSP/04/2015 / Irrigated Agricultural Support Single Stage - Two 2017-01- Construction of Lusitu IDA / 48740 Prior Request for Bids Open - National 4,254,630.00 0.00 Canceled 2016-02-01 2016-02-06 2016-03-19 2015-11-27 2016-06-01 2016-07-06 Services Envelope 02 Irrigation Scheme ZM-MOA-118168-CW-RFB / Pending Irrigated Agricultural Support Single Stage - One 2016-11- Construction of Lusitu IDA / 48740 Post Request for Bids Open - National 4,254,630.00 0.00 Implementat 2016-02-01 2016-02-06 2016-03-19 2016-04-18 2016-05-23 Services Envelope 19 Irrigation Scheme ion MOA/IDSP/CONS/01/2016 / Pending Irrigated Agricultural Support Single Stage - One 2017-11- Construction of Musakashi IDA / 48740 Post Request for Bids Open - National 8,992,743.00 0.00 Implementat 2017-02-01 2017-02-06 2017-03-20 2017-04-19 2017-05-24 Services Envelope 20 Irrigation Scheme ion ZM-MOA-192754-CW-UN / Pending Irrigated Agricultural Support UN Agencies 12,000,000.0 2021-08- Construction of 10 dams IDA / 48740 Prior Direct 0.00 Implementat 2021-01-12 2021-01-17 2021-02-21 Services (Direct) 0 20 remedial works ion ZM-MOA-192897-CW-RFQ / Pending Completing of construction of Irrigated Agricultural Support Request for Single Stage - One 2021-06- IDA / 48740 Post Limited 80,000.00 0.00 Implementat 2020-10-20 2020-12-15 the 14 resettlement houses at Services Quotations Envelope 13 ion Lusitu ZM-MOA-192717-CW-RFB / Pending Irrigated Agricultural Support Request for Single Stage - One 2021-06- Construction of a school in IDA / 48740 Post Limited 200,000.00 0.00 Implementat 2020-11-02 2020-12-28 Services Quotations Envelope 26 Mwomboshi ion ZM-MOA-192756-CW-RFB / Pending Irrigated Agricultural Support Request for Single Stage - One 2021-11- Construction of a health post IDA / 48740 Post Limited 200,000.00 0.00 Implementat 2021-03-21 2021-05-16 Services Quotations Envelope 12 in Mwomboshi ion ZM-MOA-192770-CW-RFB / Pending Irrigated Agricultural Support Request for Single Stage - One 2021-07- Construction of a Market in IDA / 48740 Post Limited 200,000.00 0.00 Implementat 2020-11-28 2021-01-23 Services Quotations Envelope 22 Mwomboshi ion ZM-MOA-192776-CW-RFB / Pending Irrigated Agricultural Support Request for Single Stage - One 2021-11- Construction of offices for IDA / 48740 Post Limited 200,000.00 0.00 Implementat 2021-03-29 2021-05-24 Services Quotations Envelope 20 dam committees ion ZM-MOA-192765-CW-RFB / Construction of a police post in Mwomboshi HOUSES LOT 1- US$32,500.00 LOT 2- US$32,500.00 Pending Irrigated Agricultural Support Request for Single Stage - One 2021-07- LOT 3- US$32,500.00 IDA / 48740 Post Limited 300,000.00 0.00 Implementat 2020-12-06 2021-01-31 Services Quotations Envelope 30 LOT4- US$32,500.00 ion LOT 5- POLICE STATION - US$120,000.00 LOT 6 - ROAD WORKS TO HOUSES - US$30,000.00 LOT 7 - WATER SUPPLY - US$20,000.00 MPC-0094-2020 / Pending Irrigated Agricultural Support Single Stage - One 2020-02- Construction of Musakashi IDA / 48740 Post Request for Bids Limited 4,000,000.00 0.00 Implementat 2019-04-23 2019-04-28 2019-06-09 2019-07-09 2019-08-13 Services Envelope 09 North Irrigation Scheme ion GOODS Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) Amount (US$) (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 ZM-MOA-106783-GO-RFB / Irrigated Agricultural Support Single Stage - Two Procurement of irrigation IDA / Q6690 Post Request for Bids Open - International 1,132,500.00 0.00 Canceled 2019-04-29 2019-05-04 2019-06-15 2019-08-28 2019-10-02 2020-03-30 Services Envelope equipment Page 1 ZM-MOA-106789-GO-RFB / Irrigated Agricultural Support Single Stage - Two IDA / 48740 Post Request for Bids Open - National 1,888,300.00 0.00 Canceled 2019-04-26 2019-05-01 2019-06-12 2019-08-25 2019-09-29 2020-03-27 Farm mechanisation Services Envelope ZM-MOA-165737-GO-RFQ / Procurement of tablets of tablets for two (2) staff Irrigated Agricultural Support Request for Single Stage - One IDA / 48740 Post Limited 7,000.00 9,000.00 Signed 2020-04-15 2020-04-14 2020-06-10 2020-06-30 2020-12-07 seconded from the MWDEWS" Services Quotations Envelope under the Irrigation Development Support Project ZM-MOA-192922-GO-RFB / Pending Irrigated Agricultural Support Single Stage - One Procurement of seed for IDA / 48740 Post Request for Bids Open - National 250,000.00 0.00 Implementati 2020-10-26 2020-10-31 2020-12-12 2021-01-11 2021-02-15 2021-08-14 Services Envelope climate response on ZM-MOA-192939-GO-RFB / Pending Irrigated Agricultural Support Single Stage - One Procurement of fertiliser for IDA / 48740 Post Request for Bids Open - National 500,000.00 0.00 Implementati 2020-10-27 2020-11-01 2020-12-13 2021-01-12 2021-02-16 2021-08-15 Services Envelope climate response on ZM-MOA-193575-GO-RFB / Pending Irrigated Agricultural Support Single Stage - One Procurement of chemicals for IDA / 48740 Post Request for Bids Open - National 100,000.00 0.00 Implementati 2020-10-15 2020-10-20 2020-12-01 2020-12-31 2021-02-04 2021-08-03 Services Envelope climate response on ZM-MOA-193586-GO-RFQ / Pending Procurement of 2 Motor Irrigated Agricultural Support Request for Single Stage - One IDA / 48740 Post Limited 140,000.00 0.00 Implementati 2020-11-03 2020-12-29 2021-06-27 Vehicles for coordination and Services Quotations Envelope on field activities ZM-MOA-193598-GO-RFB / Pending Irrigated Agricultural Support Single Stage - One Procurement of irrigation IDA / 48740 Post Request for Bids Open - International 200,000.00 0.00 Implementati 2021-01-27 2021-02-01 2021-03-15 2021-04-14 2021-05-19 2021-11-15 Services Envelope equipment on ZM-MOA-193581-GO-RFB / Pending Irrigated Agricultural Support Request for Single Stage - One Procurement of office IDA / 48740 Post Limited 50,000.00 0.00 Implementati 2020-11-30 2021-01-25 2021-07-24 Services Quotations Envelope equipment and furniture on ZM-MOA-193591-GO-RFB / Pending Irrigated Agricultural Support Request for Single Stage - One Procurement of farm IDA / 48740 Post Limited 150,000.00 0.00 Implementati 2020-11-22 2021-01-17 2021-07-16 Services Quotations Envelope machinery 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$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual ZM-MOA-165740-CS-INDV / Request to engage a surveyor Pending Irrigated Agricultural Support Request for Single Stage - One to facilitate the processing of IDA / 48740 Post Limited 35,000.00 0.00 Implementati 2020-04-15 2020-06-10 2020-12-07 Services Quotations Envelope titles for Musakashi and on Mwomboshi Schemes ZM-MOA-193601-NC-RFB / Procurement of security Pending Irrigated Agricultural Support Request for Single Stage - One services for the three IDA / 48740 Post Limited 100,000.00 0.00 Implementati 2020-11-03 2020-12-29 2021-06-27 Services Quotations Envelope Irrigation Schemes and Dam on Installations CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Contract Type Estimated Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Amount (US$) (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual ZM-MOA-106810-CS-CDS / Consultant Consultant services for Irrigated Agricultural Support Under IDA / 48740 Post Qualification Open - National 50,000.00 43,988.00 2019-04-15 2019-04-12 2019-05-06 2019-11-20 2019-06-19 2020-06-18 2019-07-19 2020-06-23 2019-08-23 2020-02-19 website for establishing Services Implementation Selection monitoring and evaluation ZM-MOA-108667-CS-QCBS / Construction supervision of Irrigated Agricultural Support Quality And Cost- Under IDA / 48740 Prior Open - National 2,100,000.00 0.00 2016-08-10 2019-06-18 2016-08-31 2016-10-14 2016-11-11 2016-12-11 2017-01-15 2017-02-19 2018-02-19 the Mwomboshi Dam and Services Based Selection Implementation preparation of dam safety plan ZM-MOA-108664-CS-QCBS / Construction supervision of the Lusitu, Mwomboshi and Irrigated Agricultural Support Quality And Cost- Under IDA / 48740 Prior Open - National 2,294,000.00 0.00 2017-02-01 2017-02-22 2017-04-07 2017-05-05 2017-06-04 2017-07-09 2017-08-13 2018-08-13 Musakashi Irrigation Schemes Services Based Selection Implementation and preparation of maintenance plans ZM-MOA-143784-CS-PRA / Consultancy services and remedial works for 10 dams Irrigated Agricultural Support UN Agencies under phase one proposed IDA / 48740 Prior Direct 400,000.00 1,039,010.00 Signed 2020-01-04 2020-04-14 2020-07-02 Services (Direct) activities for the closed Water Resources Development Project. INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Contract Type Estimated Actual Amount Draft Negotiated Description Component Review Type Method Market Approach Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Amount (US$) (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual ZM-MOA-106814-CS-CDS / Consultancy services dam Irrigated Agricultural Support safety for monitoring of the IDA / 48740 Prior Direct Selection Direct 90,000.00 0.00 Canceled 2019-03-27 2019-05-13 2019-04-06 2019-06-10 2019-12-07 Services filling plan up to full supply level ZM-MOA-106806-CS-CDS / Individual consultant for Individual Irrigated Agricultural Support finalisation of solicitation IDA / 48740 Prior Consultant Direct 50,000.00 37,380.00 Signed 2019-04-22 2019-06-18 2019-05-02 2019-08-05 2019-05-23 2019-11-21 2019-06-27 2020-01-27 2019-12-24 Services document for tier III farmers Selection and operator Page 2 Individual ZM-MOA-106831-CS-CDS / Irrigated Agricultural Support IDA / 48740 Prior Consultant Direct 145,000.00 0.00 Canceled 2019-04-15 2019-04-25 2019-05-16 2019-06-20 2019-12-17 Irrigation Engineer Services Selection ZM-MOA-106820-CS-CDS / Individual Irrigated Agricultural Support Irrigation Management IDA / 48740 Prior Consultant Direct 140,000.00 0.00 Canceled 2019-04-08 2019-04-18 2019-05-09 2019-06-13 2019-12-10 Services Specialist Selection Individual ZM-MOA-106832-CS-CDS / Irrigated Agricultural Support IDA / 48740 Prior Consultant Direct 147,000.00 0.00 Canceled 2019-05-06 2019-04-08 2019-05-16 2019-06-06 2019-07-11 2020-01-07 Procurement Specialist Services Selection ZM-MOA-117119-CS-INDV / Individual Individual Consultant for the Irrigated Agricultural Support IDA / 48740 Prior Consultant Direct 63,600.00 25,000.00 Signed 2019-06-14 2019-06-04 2019-06-24 2019-08-12 2019-07-15 2019-10-07 2019-08-19 2019-09-27 2020-02-15 engagement of Civil Engineer Services Selection on the Dam Safety Panel ZM-MOA-117123-CS-INDV / Consultancy services for the Individual engagement of Hydro- Irrigated Agricultural Support IDA / 48740 Prior Consultant Direct 63,600.00 25,000.00 Signed 2019-06-14 2019-06-04 2019-06-24 2019-08-12 2019-07-15 2019-10-07 2019-08-19 2019-09-27 2020-02-15 Electrical and Mechanical Services Selection Engineer on the Dam Safety Panel ZM-MOA-117126-CS-INDV / Individual Consultancy services for the Irrigated Agricultural Support IDA / 48740 Prior Consultant Direct 63,600.00 25,000.00 Signed 2019-06-14 2019-06-04 2019-06-24 2019-08-12 2019-07-15 2019-10-07 2019-08-19 2019-09-27 2020-02-15 engagement of Hydrologist Services Selection on the Dam Safety Panel ZM-MOA-117130-CS-INDV / Consultancy Services for the Individual Irrigated Agricultural Support engagement of a Safeguard IDA / 48740 Prior Consultant Direct 63,600.00 25,000.00 Signed 2019-06-14 2019-06-04 2019-06-24 2019-08-02 2019-07-15 2019-10-07 2019-08-19 2019-09-27 2020-02-15 Services Specialist on the Dam Safety Selection Panel ZM-MOA-117133-CS-INDV / Consultancy Services for the Consultant to valuate the value for the losses Individual Irrigated Agricultural Support experienced by Flimwel Farm IDA / 48740 Prior Consultant Limited 30,000.00 0.00 Canceled 2019-06-14 2019-06-03 2019-06-19 2019-07-12 2019-07-10 2019-08-14 2020-02-10 Services Limited during the farming Selection season 2018/2019 because of the Construction Of the Mwomboshi Dam ZM-MOA-133737-CS-INDV / Individual consultant for the provision of Consultancy Individual Services for the assessment of Irrigated Agricultural Support IDA / 48740 Post Consultant Limited 30,000.00 34,137.20 Signed 2019-09-13 2019-09-25 2019-09-18 2019-07-12 2019-10-09 2019-09-02 2019-11-13 2019-09-02 2020-05-11 potential agricultural related Services Selection losses at the Irrigation Development Support Project site in Mwomboshi (Chisamba) ZM-MOA-142237-CS-INDV / Individual Irrigated Agricultural Support Under Recruitment of a Procurement IDA / 48740 Prior Consultant Open 56,700.00 0.00 2019-11-08 2019-11-21 2019-12-27 2020-01-17 2020-02-21 2020-08-19 Services Implementation Officer Selection ZM-MOA-142242-CS-INDV / Individual Irrigated Agricultural Support Under Recruitment of an Assistant IDA / 48740 Prior Consultant Open 56,700.00 0.00 2019-11-08 2019-11-25 2019-12-27 2020-01-17 2020-02-21 2020-08-19 Services Implementation Accountant Selection ZM-MOA-106811-CS-CDS / Consultant services for Irrigated Agricultural Support IDA / 48740 Prior Direct Selection Direct 50,000.00 0.00 Canceled 2019-04-04 2019-07-15 2019-04-14 2019-06-18 2019-12-15 website development and Services hosting ZM-MOA-160513-CS-CDS / Construction supervision of the Lusitu, Mwomboshi and Irrigated Agricultural Support Under IDA / 48740 Prior Direct Selection Direct 1,400,000.00 0.00 2020-03-06 2020-03-05 2020-03-16 2020-03-20 2020-05-20 2020-11-16 Musakashi Irrigation Schemes Services Implementation and preparation of maintenance plans ZM-MOA-193605-CS-CDS / Consultancy services for the Irrigated Agricultural Support Pending IDA / 48740 Prior Direct Selection Direct 1,500,000.00 0.00 2021-01-20 2021-01-30 2021-04-05 2021-10-02 irrigation schemes and dam Services Implementation remediation supervision ZM-MOA-193612-CS-QCBS / Individual Irrigated Agricultural Support Pending Engagement of Electrical IDA / 48740 Post Consultant Limited 180,000.00 0.00 2020-10-15 2020-10-20 2020-11-10 2020-12-15 2021-06-13 Services Implementation Engineer to strengthen the PIU Selection Page 3