18-MONTH PROCUREMENT PLAN Project information: Phase I of Improved Child Survival Program for Human Capital MPA- P167156-- Immunization Plus and Malaria Progress by Accelerating Coverage and Transforming Services (IMPACT) Project Project Implementation Agencies: Federal Ministry of Health (NMEP and NPHCDA) Date of the Procurement Plan: January 1, 2020 Period covered by this Procurement Plan: January 2020 to June 2021 Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016), revised on November 1, 2017 and on 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). Goods: [15% is applicable for those contracts identified in the Procurement Plan tables]; Works: [ 7.5% is applicable for those contracts identified in the Procurement Plan tables] I. Threshold for Prior Review – Goods, Works, Non-Consulting Services and Consulting Services Prior-review Thresholds Thresholds for Procurement Methods High Substanti Moderate Low Risk Goods, IT & Non-Consulting Shortlist of National Procurement Type Risk al Risk Risk Works ($'000) ($'000) ($'000) ($'000) Services Consultants Request Request Engineering Open for for Open Open Open Consultin & Quotatio Quotatio 10,0 15,0 20,0 Internatio National internatio National g Constructio Works n or n or 5,000 00 00 00 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 & Non- 2,0 4,0 6,0 Consulting Services 1,500 00 00 00 ≧ < ≦ ≧ < ≦ < ≦ Consultants 1,0 2,0 4,0 20,0 20,0 5,0 5,0 1 3 5 200 (Firms) 500 00 00 00 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): Selec Evaluation Market tion Options Approa Review Meth (Most Expected ch Prequal- Domestic Expected by od Advantageo date of Sr. Contract Estimated (Open- ification Preferenc date of Bank (RFP, us Bid, bid/ No Description Cost (US$) Nation (Yes/ e Contract (Prior/ RFB, BAFO, proposal al/ No) (Yes/No) Signature Post) RFQ, Rated opening Limited DS Criteria etc.) etc.) etc.) Nigeria Malaria Elimination Programme (NMEP) GOODS Procurement of Long Lasting Open- Insecticide Internati Most Treated Nets 45,852,523 3rd Feb 13th July 1 Prior onal RFB Advantageou No Yes (Mass .29 2020 2020 s Bid Campaign & Routine Distribution) Procurement of Artemisinin based Open - Most National 3rd Feb 13th July 2 Combination Post 2,381,472 RFB Advantageou No No 2020 2020 Therapy (ACT)- s Bid (Public and Private) Procurement of Open- Most Rapid National 3rd Feb 13th July 3 Post 1,960,202 RFB Advantageou No No Diagnostics 2020 2020 s Bid Tests (RDTs) Most Artesunate Open- 3rd Feb 13th July 4 Post 420,881.89 RFB Advantageou No No Injection National 2020 2020 s Bid Sulphodoxine/P Most Open - 3rd Feb 13th July 5 yrimethamine_I Post 612,322 RFB Advantageou No No National 2020 2020 PTp s Bid Amodiaquine/Su Most lphodoxine/Pyri 2,990,781. Open - 3rd Feb 13th July 6 Post RFB Advantageou No No methamine 47 National 2020 2020 s Bid (SPAQ) Most Open - 3rd Feb 13th July 7 Sharp Boxes Post 152,122,43 RFB Advantageou No No National 2020 2020 s Bid Most Microscope Open - 3rd Feb 13th July 8 Post 491,031 RFB Advantageou No No commodities National 2020 2020 s Bid NON-CONSULTING SERVICES - NMEP State Malaria Elimination MOU/P Programme erform 10th 2,250,000. 9th July 1 (SMEP) Prior Limited ance Rated Criteria No NA February 00 2020 Performance Contra 2020 Contract and ct Operations National Malaria Elimination MOU/P Programme erform 10th 1,500,000. 9th July 2 (NMEP) Prior Limited ance Rated Criteria No NA February 00 2020 Performance Contra 2020 Contract and ct Operations National Primary Health Care Development Agency (NPHCDA) GOODS Procurement of Most vaccines and 61,380,767 5th Feb 13th July 1 Prior UN RFB Advantageou No No devices for .00 2020 2020 s Bid immunization Procurement and maintenance of Most UN 5th Feb 13th July 2 Generators and Post 900,000.00 RFB Advantageou No No System 2020 2020 Cold Chain s Bid Equipment (CCEs) Procurement and installation of Cold Chain Most 4,500,000. 5th Feb 13th July 3 Hubs (3 Prior UN RFB Advantageou No No 00 2020 2020 walking-in cold s Bid rooms) in Lagos Procurement of Emergency Transport 5th Feb 13th July 4 Service (ETS) Post 45,101.72 Limited RFQ Rated Criteria No No 2020 2020 vouchers, handbooks, and logbooks Procurement of Most Open- 5th Feb 13th July 5 equipment for Post 281,969.00 RFB Advantageou No No National 2020 2020 call centre s Bid Most Procurement of Open- 5th Feb 13th July 6 Post 969,529.00 RFB Advantageou No No 14 vehicles National 2020 2020 s Bid Procurement of 5th Feb 13th July 7 14 computer Post 14,000 Limited RFQ Rated Criteria No No 2020 2020 sets 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.) Nigeria Malaria Elimination Programme (NMEP) NGOs Service Contract (for 5 11,525,51 Open 10th Feb 31st Aug 1 Prior QCBS Yes states) 1.00 International 2020 2020 Technical Assistance to SMEP in 5 participating states, 630,000.0 10th Feb 31st July 2 Prior Limited INDV No multiple contracts by 0 2020 2020 different consultants Technical Assistance to NMEP (including procurement 150,000.0 10th Feb 31st July 3 Post Limited INDV No consultant), multiple 0 2020 2020 contracts. Independent Verification 300,000.0 Open- 10th Feb 31st July 4 Post CQS No Agents (IVA) for NGOs 0 National 2020 2020 Social and Behavioral Change 3,000,000. Open 10th Feb 31st Aug 5 Prior QCBS Yes Communication (SBCC) 00 International 2020 2020 Operations research on 2,131,148. Open 10th Feb 31st Aug 6 Prior QCBS Yes disease vector mapping 00 International 2020 2020 Operations research on entomological surveillance by 655,738.0 10th Feb 31st July 7 Prior Direct DS No Nigeria Institute of 0 2020 2020 Medical Research (NIMR) Operations research on therapeutic efficacy by 655,738.0 10th Feb 31st July 8 Prior Direct CDS No Nigeria Institute of 0 2020 2020 Medical Research (NIMR) Consultancy on warehouse 10th Feb 31st July 9 Post 32,131.00 Limited INDV No assessment 2020 2020 Programme Management Training (case management, 2,000,000. 10th Feb 31st July 10 Prior Limited INDV No M&E, IVM etc.) Multiple 00 2020 2020 Contracts National Primary Health Care Development Agency (NPHCDA) Technical assistance support 9,869,000. 10th Feb 31st July 1 to government for polio Prior UN CDS No 00 2020 2020 surveillance Technical assistance support to government for polio 15,301,00 10th Feb 31st July 2 Supplemental Immunization Prior UN CDS No 0.00 2020 2020 Activities (SIAs) surveillance through WHO Technical assistance support to government for polio 4,830,000. 10th Feb 31st July 3 logistics and social Prior UN CDS No 00 2020 2020 mobilization for polio through UNICEF Procurement of consultant for 10th Feb 31st July 4 Post 20,000.00 Limited INDV No landscape survey (SQUATS) 2020 2020 Technical assistance support 837,673.1 10th Feb 31st July 5 Prior Open-National INDV No to 12 SPHCDA PIU 3 2020 2020 Technical assistance support 10th Feb 31st July 6 Post 89,750.63 Limited INDV No to NPHCDA PIU 2020 2020 Procurement of Emergency Transport Services (ETS), MOU with National Union of 530,794.3 10th Feb 31st July 7 Prior Direct CDS No Road Transport Workers 9 2020 2020 (NURTW) and NACTOROMAS Training of ETS service providers, MOU with Federal 207,672.0 10th Feb 31st July 8 Post Direct CDS No Road Safety Commission 0 2020 2020 (FRSC) Conduct PAPA – Lot Quality Assurance Sampling, MOU 2,213,850. 10th Feb 31st July 9 Prior Limited CDS No with National Bureau of 00 2020 2020 Statistics (NBS) Consultancy for RCT research 1,902,356. 10th Feb 31st Aug 10 services with Nigerian Prior Open-National QCBS Yes 00 2020 2020 Universities Procurement of operations 1,689,751. Open- 10th Feb 31st Aug 11 Prior QCBS Yes research services 00 International 2020 2020 Support to Cold Chain Equipment (CCE) 23,000,00 10th Feb 31st July 12 Prior UN CDS No optimization platform 0.00 2020 2020 through UNICEF Technical assistance to 1,553,185. 10th Feb 31st July 13 LGHAs (89 total), multiple Post Open-National INDV No 50 2020 2020 contracts Technical assistance 310,076.0 10th Feb 31st July 14 Post Open-National QCBS Yes management firm 0 2020 2020 10th Feb 31st July 15 IVA for performance contract Post 300,000 Open-National CQS No 2020 2020 Procurement of services 3,203,345 Open- 10th Feb 31st Aug 16 for GIS imagery and Prior QCBS Yes .45 International 2020 2020 microplanning Procurement of Social Behaviour Change Open- 10th Feb 31st Aug 17 Prior 5,000,000 QCBS Yes Communication (SBCC) International 2020 2020 services Contracting of direct 2,000,000. Open- 10th Feb 31st Aug 18 Prior QCBS Yes facility financing firms 00 International 2020 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 Improved Child Survival Program for Human Capital MPA PLAN General Information Country: Nigeria Bank’s Approval Date of the Original Procurement Plan: 2022-02-22 2022-02-22 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P167156 GPN Date: Project Name: Nigeria Improved Child Survival Program for Human Capital MPA Loan / Credit No: IDA / 65390 ABIA MPA 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 AB/IMPACT/02/2021 / Pending Component 2: Immunization Request for Single Stage - One Procurement of Office IDA / 65390 Post Limited 13,760.00 0.00 Implementati 2022-03-05 2022-03-26 2022-04-25 Plus Quotations Envelope Furniture/Fittings on AB/IMPACT/03/2021 / Pending Component 2: Immunization Request for Single Stage - One Procurement of Office IDA / 65390 Post Limited 18,622.00 0.00 Implementati 2022-03-08 2022-04-07 2022-06-06 Plus Quotations Envelope Equipments 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 AB/IMPACT/01/2021 / Pending Component 2: Immunization Request for Single Stage - One Procurement of Office IDA / 65390 Post Limited 11,681.00 0.00 Implementati 2022-03-01 2022-03-26 2022-05-25 Plus Quotations Envelope Accommodation 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