18-MONTH PROCUREMENT PLAN Project Information: Nigeria COVID-19 Preparedness and Response Project (Nigeria CoPREP- P173980) Project Implementation Agencies: Nigeria Centre for Disease Control (NCDC) Date of the Procurement Plan: June 10, 2020 Period covered by this Procurement Plan: July 2020 to November 2021 Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016, revised November 1, 2017 and August 1, 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 Nigeria Public Procurement Act 2007, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations. 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. 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). Not Applicable I. Threshold for Prior Review – Goods, Works, Non-Consulting Services and Consulting Services Prior-review Thresholds Thresholds for Procurement Methods Substantial Moderate Procurement High Risk Low Risk Goods, IT & Non-Consulting Shortlist of National Risk Risk Works Type ($'000) ($'000) ($'000) ($'000) Services Consultants Request Request Engineerin Open for for Open Open Open Consultin g& Quotatio Quotatio 10,00 15,00 20,00 Internatio National internatio National g Constructio Works n or n or 5,000 0 0 0 nal or ICB or NCB National nal or ICB or NCB National Services n ($'000) ($'000) ($'000) ($'000) ($'000) Supervision Shopping Shopping ($'000) ($'000) ($'000) Goods, IT & 2,00 4,0 6,00 Non-Consulting 1,500 0 00 0 ≧ < ≦ ≧ < ≦ < ≦ Services Consultants 1,00 2,0 4,00 20,0 20,0 5,0 5,0 1 3 5 500 200 (Firms) 0 00 0 00 00 00 00 00 00 00 Post Review: All contracts not subject to prior review shall be subject to post review. Summary of the procurement packages for Goods, Works and Non-Consulting Services (Planned for the first 18 months after project effectiveness): Sele Marke ctio Revi t n Evaluation ew Appro Domes Met Options Expected by ach tic Expected hod (Most Prequal- date of Sr. Contract Bank Estimated (Open Prefer date of (RFP Advantageou ification bid/ No Description (Prio Cost (US$) - ence Contract , s Bid, BAFO, (Yes/ No) proposal r/ Natio (Yes/N Signature RFB, Rated opening Post nal/ o) RFQ Criteria etc.) ) Limite , DS d etc.) etc.) Nigeria COVID-19 Preparedness and Response Project (Nigeria CoPREP) GOODS/WORKS Procurement of Ambulances and other Limite Lowest August 31, 1 Post 3,615,614 RFQ No No Project Vehicles d Evaluated Cost 2020 by Federal and states Procurement of Infection Prevention and Limite Lowest August 31, 2 Control (IPC) Post 8,103,408 RFQ No No d Evaluated Cost 2020 Materials by Federal- Several Lots Procurement of laboratory Limite Lowest August 31, 3 Post 8,103,408 RFQ No No consumables- d Evaluated Cost 2020 Several Lots Procurement of Laboratory Limite Lowest August 31, 4 Reagents by Post 16,206,815 d RFQ No No Evaluated Cost 2020 Federal- Several Lots ICU Equipment - Limite Lowest September 5 Post 6,937,500 d RFQ No No Several Lots Evaluated Cost 28, 2020 Procurement of Medical/Laborat Limite Lowest September 6 ory Equipment Post 2,767,035 RFQ No No d Evaluated Cost 28, 2020 by Federal - Several Lots Procurement of Office Furniture Limite Lowest September 7 and Equipment Post 1,110,000 RFQ No No d Evaluated Cost 28, 2020 (by 36 + 1 states) Equipping Isolation/ Limite Lowest October 8 Treatment Post 10,800,000 RFQ No No d Evaluated Cost 12, 2020 Centers - Several Lots Construction of Isolation/Treatm Limite Lowest October 9 Post 10,800,000 RFQ No No ent Centers d Evaluated Cost 12, 2020 Several Lots Emergency Support to Water Supply by the Limite Lowest November 10 construction of Post 1,233,334 RFQ No No d Evaluated Cost 30, 2020 Bore-Holes in Isolation/Treatm ent Centers- Several Lots. Emergency Lowest Provision of Evaluated Cost Safe Water and Limite December 11 Post 2,261,112 RFQ No No Hygiene d 10, 2020 Materials to IDP Camps – 2 Lots Supply and Lowest Installation of Evaluated Cost Fire Limite January 12 Extinguishers to Post 51,389 RFQ No No d 29, 2021 Isolation/Treatm ent Centers by States NON-CONSULTING SERVICES Sele Marke ctio Revi t n Evaluation ew Appro Domes Met Options Expected by ach tic Expected hod (Most Prequal- date of Sr. Contract Bank Estimated (Open Prefer date of (RFP Advantageou ification bid/ No Description (Prio Cost (US$) - ence Contract , s Bid, BAFO, (Yes/ No) proposal r/ Natio (Yes/N Signature RFB, Rated opening Post nal/ o) RFQ Criteria etc.) ) Limite , DS d etc.) etc.) Insurance Policy Lowest for Ambulances Limite Evaluated Cost October 19, 1 Post 180,781 RFQ No No and Project d 2020 Vehicles Support for Lowest Janitorial Evaluated Cost Limite March 8, 2 Services in Post 185,000 RFQ No No d 2021 Isolation/Treatm ent Centers II. Summary of the procurement packages for Consulting Services -Planned for the first 18 months after project effectiveness: Selection Market Method Review Approach Expected Expected Estimate (QCBS, Shortlisti Sr. by Bank (Open - date of bid/ date of Contract Description d Cost FBS, ng No (Prior/ International proposal Contract (US$) LCBS, (Yes/ No) Post) / National/ opening Signature QBS, CQS, etc.) DS etc.) CONSULTANCY SERVICES Consultancy to support operational research on April 19, 1 knowledge, attitudes and Post 15,167 Limited CQS Yes practices on coronavirus and 2021 its prevention. Consultancy for development and testing a risk May 24, 2 communication strategy Post 15,167 Limited CQS Yes 2021 document and training materials. Consultancy for the development and optimization of information May 24, 3 Post 15,167 Limited CQS Yes website as main platform to 2021 disseminate COVID-19 related information. Development of a strategy June 14, 4 document to prevent GBV Post 3,034 Limited INDV No 2021 during epidemic. Engagement of Social and No August 17, 5 Environmental Safeguard Post 72,816 Limited INDV 2020 consultants. Engagement of Two No August 17, 6 Post 72,816 Limited INDV Procurement Consultants. 2020 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 1Guidelineson 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. 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, 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, 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 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: 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. PROCUREMENT Nigeria : Nigeria COVID-19 Preparedness and Response Project PLAN General Information Country: Nigeria Bank’s Approval Date of the Original Procurement Plan: 2021-02-05 2022-01-25 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P173980 GPN Date: Project Name: Nigeria COVID-19 Preparedness and Response Project Loan / Credit No: IDA / 67660, IDA / 69890 NCDC Covid-19 Response PMU 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$) Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned GOODS Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) Amount (US$) (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 PEF-GDS-RFQ-01-2021 / ELECTRONICS (VARIOUS Component 1: Emergency Request for Single Stage - One IDA / 67660 Post Limited 453,474.00 536,756.98 Completed 2021-02-10 2021-02-12 2021-04-07 2021-02-23 2021-10-04 2021-03-26 ITEMS) FOR 12 ISOLATION COVID-19 Response Quotations Envelope CENTRES - 2 LOTS PEF-GDS-RFQ-02-2021 / Component 1: Emergency Request for Single Stage - One ELECTRONICS(VARIOUS ITEMS) IDA / 67660 Post Limited 14,968.00 0.00 Canceled 2021-02-10 2021-04-07 2021-10-04 COVID-19 Response Quotations Envelope FOR NRL GADUWA - 1 LOT PEF-GDS-RFQ-04-2021 / Component 1: Emergency Request for Single Stage - One GENERAL ITEMS FOR 6 ZONAL IDA / 67660 Post Limited 26,122.00 31,551.19 Completed 2021-02-10 2021-02-22 2021-04-07 2021-02-24 2021-10-04 2021-03-26 COVID-19 Response Quotations Envelope LABS - 1 LOT Pending PEF-GDS-RFQ-08-2021 / Component 1: Emergency Request for Single Stage - One IDA / 67660 Post Limited 39,158.00 0.00 Implementati 2021-02-10 2021-04-07 2021-10-04 FIRE EXTINGUISHER - 1 LOT COVID-19 Response Quotations Envelope on PEF-GDS-RFQ-09-2021 / Component 1: Emergency Request for Single Stage - One HOSPITAL BED (CRANK) - 1 IDA / 67660 Post Limited 524,969.00 525,083.27 Completed 2021-02-10 2021-02-12 2021-04-07 2021-02-24 2021-10-04 2021-03-26 COVID-19 Response Quotations Envelope LOT Pending PEF-GDS-DIR-01-2021 / NRL Component 1: Emergency IDA / 67660 Post Direct Selection Direct 2,589,968.00 0.00 Implementati 2021-02-05 2021-02-10 2021-03-17 2021-09-13 LAB EQUIPMENT - 1 LOT COVID-19 Response on PEF-GDS-RFQ-10-2021 / Component 1: Emergency Request for Single Stage - One LABORATORY EQUIPMENT FOR IDA / 67660 Post Limited 4,673,838.00 5,651,047.54 Completed 2021-02-10 2021-02-10 2021-04-07 2021-03-09 2021-10-04 2021-03-26 COVID-19 Response Quotations Envelope 6 ZONAL LABS PEF-GDS-RFQ-11-2021 / Six Pending Zonal Reagent and Component 1: Emergency Request for Single Stage - One IDA / 67660 Post Limited 2,842,106.00 0.00 Implementati 2021-02-10 2021-04-07 2021-10-04 consumables for one year - 6 COVID-19 Response Quotations Envelope on LOTS PEF-GDS-RFQ-12-2021 / Pending LOGISTICS VAN FOR Component 1: Emergency Request for Single Stage - One IDA / 67660 Post Limited 1,421,053.00 0.00 Implementati 2021-02-10 2021-04-07 2021-10-04 MOVEMENT OF MEDICAL COVID-19 Response Quotations Envelope on COMMODITIES - 2 LOTS REDISSE-GDS-DIR-02-2021 / Pending Supply and Installation of Component 1: Emergency IDA / 67660 Post Direct Selection Direct 1,026,316.00 0.00 Implementati 2021-02-15 2021-02-20 2021-03-27 2021-09-23 Walk-In Cold Room for 6 COVID-19 Response on Zonal Labs. PEF-GDS-RFQ-05-2021 / Under MEDICAL EQUIPMENT FOR 12 Component 1: Emergency Request for Single Stage - One IDA / 67660 Post Limited 5,332,627.00 0.00 Implementati 2021-02-10 2021-04-07 2021-10-04 ISOLATION/TREATMENT COVID-19 Response Quotations Envelope on CENTRES - 12 LOTS PEF-GDS-RFQ-07-2021 / NON-MEDICAL EQUIPMENT Component 1: Emergency Request for Single Stage - One FOR 12 IDA / 67660 Post Limited 421,390.00 385,870.32 Completed 2021-02-10 2021-02-11 2021-04-07 2021-02-23 2021-10-04 2021-03-26 COVID-19 Response Quotations Envelope ISOLATION/TREATMENT CENTRES - 1 LOT PEF-GDS-RFQ-03-2021 / ELECTRONICS (VARIOUS Component 1: Emergency Request for Single Stage - One IDA / 67660 Post Limited 172,159.00 232,178.40 Completed 2021-02-10 2021-02-12 2021-04-07 2021-03-10 2021-10-04 2021-03-26 ITEMS) FOR 6 ZONAL LABS - 1 COVID-19 Response Quotations Envelope LOT PEF-GDS-DIR-03-2021 / Component 1: Emergency PROCUREMENT OF 10NOS. IDA / 67660 Post Direct Selection Direct 700,000.00 662,988.09 Completed 2021-03-31 2021-03-01 2021-04-05 2021-03-31 2021-05-10 2021-03-31 2021-11-06 2021-03-31 COVID-19 Response PROJECT VEHICLES. (HILUX) COPREP-GDS-DIR-01-2022 / PROCUREMENT OF COVID-19 Pending Component 1: Emergency VACCINES AND RELATED IDA / 69890 Prior Direct Selection Direct 347,734,601.61 0.00 Implementati 2022-01-25 2022-01-30 2022-03-06 2022-09-02 COVID-19 Response SUPPLIES AND THE PROVISION on OF CERTAIN SERVICES 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$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual PEF-NCS-RFQ-01-2021 / Pending Component 1: Emergency Request for Single Stage - One REGISTRATION AND IDA / 67660 Post Limited 52,632.00 0.00 Implementati 2021-02-10 2021-04-07 2021-10-04 COVID-19 Response Quotations Envelope INSURANCE - 1 LOT on Page 1 CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Contract Type Estimated Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Amount (US$) (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 2