Revised Project Procurement Strategy for Development (PPSD) October 17, 2021 Lao PDR Covid-19 Response Project AF Department of Planning and Cooperation Ministry of Health Page 0 Table of Contents 1. Project Overview .............................................................................................2 1.1. Scope of Project ........................................................................................2 1.2. Major Procurement Activities ....................................................................2 2. Overview of Marketplace .................................................................................3 3. Procurement Risk Analysis ..............................................................................3 4. Procurement Objective ....................................................................................4 4.1. General Procurement Objectives...............................................................4 4.2. Specific Procurement Objectives...............................................................5 5. Recommended Procurement Arrangements for the Project ............................5 5.1. Procurement Approach..............................................................................5 For Goods ........................................................................................................5 For Works ........................................................................................................6 For Consultant services ...................................................................................6 6. Summary of PPSD to be inform the Bank’s Preparation of the PAD.................6 7. Procurement Plan ............................................................................................6 Page 1 1. Project Overview Country: Lao People’s Democratic Republic Full Project Lao PDR Covid-19 Response Project Additional Financing Name: Total Finance US$ 33 million, in which: ($): - IDA loan 6606 US$ 18 million - IDA loan 6946 US$10 million - HEPR Trust Funds no. B5890 US$ 3 million - HEPR Trust Fund no. B5891 US$2 million Project Number: P173817 and P175771 Implementing Ministry of Health, Department of Planning and Agency Corporation The project development objective (PDO) is to respond to Summary of the COVID-19 outbreak and strengthen national systems Project for public health emergency preparedness in Lao PDR. Development Objectives 1.1. Scope of Project The AF would support the costs of expanding activities of the Lao PDR COVID-19 Response Project (P173817 and P175771) under the COVID-19 Strategic Preparedness and Response Program (SPRP) using the Multiphase Programmatic Approach (MPA), approved by the Board on April 2, 2020, and the vaccines AF to the SPRP approved on April 6, 2020, and the vaccines AF to the SPRP approved on October 13, 20201. The primary objectives of the AF are to enable affordable and equitable access to COVID-19 vaccines and help ensure effective vaccine deployment in Lao PDR through vaccination system strengthening, and to further strengthen preparedness and response activities under the parent project. The Lao PDR COVID- 19 Response Project in an amount of US$ 18 million IDA – was approved on April 2, 2020 prepared under the SPRP. The additional financing of IDA US$10 million loan, IDA of US$3 million grant for Covid-19 vaccine deployment, and US$ 2 million to Strengthen Health Facility and Lifeline Infrastructure for HEPR. This AF is being provided mainly to assist the safe and effective deployment of vaccines in Lao PDR. 1.2. Major Procurement Activities The AF financing will be predominantly allocated to vaccine deployment (51.6% of AF) and vaccine procurement (33.3% of the AF). The AF will also include support staff for the project operation, and monitoring. It also comprises technical assistant of the medical waste management, water treatment, quality and safety of isolation facilities and health facilities. 1 The Bank approved a US$12 billion WBG Fast Track COVID-19 Facility (FTCF or “the Facility”) to assist IBRD and IDA countries in addressing the global pandemic and its impacts. Of this amount, US$6 billion came from IBRD/IDA (“the Bank”) and US$6 billion from the International Finance Corporation (IFC). The IFC subsequently increased its contribution to US$8 billion, bringing the FTCF total to US$14 billion. The Additional Financing of US$12 billion (IBRD/IDA) was approved on October 13, 2020 to support the purchase and deployment of vaccines as well as strengthening the related immunization and health care delivery system. Page 2 Procurement methods shall be used under the AF are Direct Selection, and Request for Quotations. 2. Overview of Marketplace Experience from the parent project shows that the largest packages were goods and most bidders were local and there was no interest from foreign bidders because of the country lockdown due to the COVID crisis. However, under the AF, the largest contract will be the procurement of the COVID vaccine, which will be not available at the suppliers in the country. The procurement of vaccines can possibly be done in ways such as a bilateral contract between the government, procuring directly from manufacturers, procuring through cost-sharing of COVAX facility by contracting with UNICEF who has the expertise in procuring vaccine and vaccine logistic management. Most of the key options were to be procured by using the Direct Selection Method to shorten the time and process of procurement in order to respond to urgency. 3. Procurement Risk Analysis The main procurement under the AF devoted to the procurement of Covid-19 vaccine. The funding goes to this procurement item as high as 5 million. Initially, the decision on the vaccine type to be procured is Johnson and Johnson, with potentially arranged through cost-sharing of the Covax facility. With such decision imposes, it must be taken into account the risk of the vaccine supply doses will not being offered to the Government of Laos. In addition, there is the possibility of the government potentially encountering delayed delivery given the limited number of vaccine suppliers in the marketplace which can affect the national vaccine deployment plan. Besides, there is the need to pay attention to the arrangement of procurement, logistic arrangement, timeline of vaccine delivery as well as the efficiency and economical choice of the vaccine supplier in terms financial spending. Nevertheless, any of the vaccine types that has passed WHO EUL is technically acceptable under this WB financing. From the above analysis, procurement risk should be manageable. Key risks identified and proposed risk mitigation measures are shown in Table 1 below. Table 1 – Procurement Related Risks and Mitigation Measures Risk Description Risk Description of Mitigation Risk Rating Owner Limited experience of Moderate (i) DPC staff and the Local Consultant will World Bank staff in the DPC and be provided with procurement training and DPC the Local Consultant initially by the World Bank with WB new regulations Delays in the Substanti (i) assist other departments in preparing DPC procurement process al technical specifications; (ii) Procurement monitoring using STEP; World Bank and DPC Page 3 Risk Description Risk Description of Mitigation Risk Rating Owner (iii) development of the procurement DPC tracking system and share with the Bank weekly. (iv) request for setting procurement DPC thresholds for goods and services that can be delegated to the MOH’s procurement committee (v) Closer coordination between World Bank Implementing Departments and IDA, and DPC and supervisions and follow up by IDA. Governance risks Moderate (i) Enhanced disclosure of procurement DPC associated with information, including publication of the conflict of interest, annual procurement plan and a fraud and corruption quarterly summary of the contract award information for all procurement packages on MoH’ s website and in newspapers. (ii) Require staff involved in procurement DPC to declare their interest and sign a declaration form (iii) Monitoring and reporting on the DPC implementation of actions Point 2 (i) to (v) and Point 3 (i) to (iii) for strengthening transparency and procurement training for the project. Limitation of value for Low (i) Due diligence by both World Bank and World Bank, money and Ministry of Health prior to the extension MoH transparency in of contracts extension of the existing contracts A limited number of Moderate (i) Careful procurement planning and DPC qualified consultants scheduling, preparing TOR, REOI and submitted proposals request for proposals advanced as much as possible, (ii) Widely advertise, post RFB and REOI on the ministry’s website, local newspapers and at the same time inform the known qualified consultants directly (iii) Allow more time for the consultant to prepare their proposals Limited experience of High (i) DPC and MOH officers should closely DPC MOH staff in the consult the National Taskforce procurement of Committee for COVID-19 prevention COVID-19 vaccine and control regarding the purchase of the vaccine. Page 4 Risk Description Risk Description of Mitigation Risk Rating Owner (ii) Closer coordination between Implementing Departments under MOH, IDA and UNICEF in purchasing vaccine. 4. Procurement Objective 4.1. General Procurement Objectives The main procurement objectives for the project in the selection of contractors, suppliers and consultants for the supply of works, goods and equipment and consultancy services are: i) Obtain value for money in the extension of existing contracts to cover Project financing ii) Greater transparency in the selection process for all packages in a timely manner for contractors, suppliers and consultants that have sufficient capacities and qualifications to successfully execute works, supply of goods and equipment and perform consultancy services as required; iii) Timely acquisition of goods and services (efficiency) to support the delivery of services specifically the attainment of the Universal Health coverage 4.2. Specific Procurement Objectives The specific procurement objectives under the projects are: (i) Effectively manage the procurement process and arrangement in order to get the medical supplies and Covid-19 vaccine in timeliness of need; (ii) Efficiently utilize the fund available by knowing the availability of vaccine stock in the country and the type of vaccine that is going to be needing. Timely procure medical equipment supplies and COVID-19 vaccine. (iii) Ensure timely supply and availability of equipment and supplies for logistics of vaccine distribution. 5. Recommended Procurement Arrangements for the Project Procurement under the AF will be carried out in accordance with the World Bank’s Procurement Regulations for IPF Borrowers for Goods, Works, Non-Consulting and Consulting Services, dated November 2020. As with the parent project, the AF will be subject to the World Bank’s Anticorruption Guidelines, dated October 15, 2006, revised in January 2011, and as of July 1, 2016. The Project will use the Systematic Tracking of Exchanges in Procurement (STEP) to plan, record and track procurement transactions. The major planned procurement under this AF will include: (i) additional capacity support of national, subnational and on site cold chain management; including equipment and supplies of cold rooms, vaccine containers, vaccine carriers, ice lined refrigerators (ILR) and transporting vehicles including refrigerator (temperature Page 5 controlled vehicle) this is to support the logistic arrangement of vaccines and ensuring that vaccines will be delivered to the vaccination site safely with proven control of the quality; (ii) technical assistance for production of mass media and communication campaigns including procuring camcorders and computers for production of media; ; (iii) supplies of Covid-19 Vaccine and vaccination support equipment. It will also include consultancy and non-consultant services such as (iv) works to improve isolation facilities in the 3 southern provinces; waste management and quality and safety of isolation facilities. The current demand for COVID-19 vaccines exceeds the supply in the market which makes it more difficult for client countries to negotiate terms and conditions. Procurement of vaccines will therefore follow Direct Selection from (i) purchase through COVAX (specify whether AMC or self-financing) or (ii) direct purchase from manufacturers. Contracts for vaccines purchase financed by the Bank will be subject to the Bank’s technical prior review irrespective of value and procurement approach. Options considered under the project include, among others, (i) streamlined competitive procedures with shorter bidding time, (ii) use of framework agreements including existing ones, (iii) procurement from UN Agencies enabled and expedited by Bank procedures and standard agreements, (iv) increased thresholds for Requests for Quotations and national procurement, and (v) Hands-on Expanded Implementation Support (HEIS). 5.1. Procurement Approach Procurement arrangements are defined based on the current context and the market analysis described above. For Goods Based on the analysis in the above sections, there will be 20 goods packages to be procured (14 packages under Initial Financing-IF and 6 packages under AF). The amount is estimated at US$ 20.3 million. 6 packages under IF had been completed by applying RFQ methods, while AF packages are ongoing using the Direct Selection market approach. The largest goods package is the procurement of COVID-19 vaccine, with the amount of US$ 5. million. This is expected to be directly purchased with potentially arranged through cost-sharing of the Covax facility, instead of through direct purchase Sinopharm (by using the bilateral negotiation) as mentioned in the initial PPSD. Furthermore, goods packages including Computer and Camcorder, Covid-19 Waste Management Equipment, Equipment for vaccine cold chain container and vehicle for vaccine delivery will purchased through Direct Selection method. For Works There is a total of 5 works packages, four under the IF and another under AF. Under the IF only one Improvement of isolation facilities would be procured through RFQ method. However, due to the pandemic situation and urgent requirements, there will be additional 4 works packages including 1 Improvement/renovation of the Quarantine facility for Champassak provinces, 3 Construction of isolation and lab facilities for Champassak, Sekong and Attapeu Provinces and Infectious Waste Disposal. All those works contracts will be procured using the DS method. Page 6 For Consultant services 14 Procurement for Consulting Services packages is foreseen involving of 11 packages under IF and 3 packages under AF. Most of the packages will be done through DS approaches. For detail please see procurement plan in below section (section 7) 6. Summary of PPSD to be inform the Bank’s Preparation of the PAD The procurement will be carried out in accordance with the World Bank Procurement Regulations for Borrowers under Investment Project Financing (IPF) dated July 1, 2016, revised November 2020 and per the provisions stipulated in the Financing Agreement. Since the RFQ method will be used for the procurement of some goods packages as the government standard Harmonized Bidding Documents and Request for Quotations for goods shall be applied. Most of the works and consulting services shall be conducted through a Direct Selection method, which will be completed much faster than other competitive approaches to support the emergency response project. The Covid-19 Procurement Committee of the MOH as per decree no 025/MOH dated 13 April 2020 will support some of the procurement packages. New procurable activities will include small packages of goods and consulting services. The procurement approach and methods of each package are shown in Procurement plan (section 7) below. 7. Procurement Plan Based on the PPSD a procurement plan for the project has been developed with a total of 40 packages including 20 goods, 6 works and 14 consulting services packages. The detailed procurement plan is available as a separate project document, which will be updated at any time as needed to reflect the current status of the implementation of each package or to add new packages as needed. PROCUREMENT PLAN Project Name: Lao PDR COVID-19 Response Project and AF (P173817 and P175771) Project Implementation Agency: Department of Planning and Cooperation, Ministry of Health Date of the Procurement Plan: Oct 17, 2021 Period covered by this Procurement Plan: Until December 31, 2023 Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016) (“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. Page 7 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 Law and the Instruction on Implementation Public Procurement Law, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions. a) 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, Bank Anti-Corruption Guidelines, including without limitation the Bank’s right to sanction and the Bank’s inspection and audit rights; b) Information related to award of contract including reasons for rejection of unsuccessful bidders shall be published on the implementing agency websites and/or newspaper of wide circulation. c) All complaints on procurement related matters including complaints arising from procurement under Bank financed Projects whilst using National Procurement Procedures shall be dealt with in accordance with Article 46 of the Public Procurement Law. Borrower shall put in place an effective complaints review mechanism for dealing with procurement related complaints, and shall disclose the details in all the bidding documents. All complaints shall be recorded by the Borrower in the appropriate tracking and monitoring system, as agreed between the Bank and the Borrower. 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: is applicable for those contracts identified in the Procurement Plan tables; Page 8 Works: is applicable for those contracts identified in the Procurement Plan tables Other Relevant Procurement Information. I. Works and Goods and Non-Consultant Services 1.1. Prior Review Threshold: Procurement Decisions subject to Prior Review by the Bank as stated in Annex II of the Procurement Regulations: Procurement Method Prior Review Thresholds Thresholds Category Applicable Applicable thresholds Remarks thresholds (in Remarks (in US$) US$) Works Request for None None quotations Direct Selection No threshold; meet None Specified in the - requirements of procurement regulations 7.13- plan table. 7.15 Goods and Non-Consulting Services Request for bids None None Request for None None quotations Direct Selection None No threshold; meet None requirements of regulations 7.13- 7.15 Procurement None No threshold; meet None from UN requirements of agencies regulations 6.47 and (Goods) 6.48 1.2 Procurement packages for Works, Goods and Non-Consulting Services (prior and post reviews) with method and Time Schedule Ref. Contract Estimated Procureme Revie Expect Comments No. (Description) Cost (US$) nt Method w by ed bid Bank openin g Date G-20 Procurement of medical 4,400,000 RFQ Post Apr-20 Completed; equipment Lot 1* G-23 Vehicle 782,000 RFB Post Oct-20 Completed; G-24 IT equipment 110,000 RFQ Post Feb-21 Completed; G-25 Sodium Hypochlorite 350,000 RFQ Post July -21 Ongoing Gernerator (Evaluation process) Page 9 G-26 Camera Camcorder 31,000 RFQ Post Feb-21 Contract awarded G-27 Procurement of medical 5,221,977 RFB Post Oct-20 Completed; equipment Lot 2 G-28 Medical Equipment: 1,285,000 RFQ Post Apr-21 Contract awarded 1. Conventional PCR testing of microbiological on sanitizer and gel and alcohol and N95 Mask, 2. GC-MS Headspace and 3. Autoclave for waste management 200L G-30 High flow nasal oxygen 230,000 DS Post Oct-21 On going and Glucose meter G-31 PPE: gown and coverall 600,000 DS Post Oct-21 On going G-32 Mattress 20,000 DS Post Oct-21 On going G-33 Autoclave 200 litres 40,000 DS Post Oct-21 On going G-34 Autoclave 110 litres 200,000 DS Post Oct-21 On going G-35 Chemical reagents and 1,254,000 DS Post Oct-21 On going lab consumables for diagnosis G-36 COVID-19 Test Kits 500,000 DS Post Oct-21 On going W-01 Improvement/renovatio 40,000 DS Post Dec-21 n of the Quarantine facility for Champasack province W-02 Construction of isolation and lab facilities for W-02.1 Oupalath Village, 962,400 DS Post Oct-21 On going Phonthong District, Champasack Province W-02.2 Mai Huameuang 898,500 DS Post Oct-21 On going Village, Laman District, Sekong Province W-02.3 Veunkhene Village, 866,600 DS Post Oct-21 On going Samakkhixay District, Attapeu Province AF-G 01 Computer and 60,000 DS Post Oct-21 On going Camcorder* Page 10 AF-G 02 Covid-19 Vaccine 5,000,000 DS Prior Dec-21 Negotiation .01 (Johnson & Johnson) (through Process. Covax Facility) AF-G 04 Equipment for vaccine 30,000 DS Post Oct-21 On going cold chain container** (cold box, dry ice, carrier) AF-G 05 Vehicles for Vaccine 110,000 DS Post Oct-21 On going Delivery** AF-G 06 Essential Drug and 70,000 DS Post Oct-21 On going Alcohol AF-G 07 Essential Drug and 9,100 DS Post Oct-21 On going equipment: Meropenem, Amikacin AF-W Infectious Waste 60,000 DS Post Oct -21 Contract 01 Disposal awarded Total Goods and Works 23,130,577 Notes: RFQ: Request for Quotations RFB: Request for Bids DS: Direct Selection * For those packages that will be procured through Direct Selection, the PCO is advised to direct contracting with the suppliers who won the contracts through open competitive bidding under the parent project. II. Selection of Consultants 2.1 Prior Review Threshold: Selection decisions subject to Prior Review by Bank as stated in Annex II of the Procurement Regulations: Procurement Method Thresholds Prior Review Thresholds Applicable Applicable Category thresholds Remarks thresholds Remarks (US$) (US$) QCBS, QBS, FBS, ≥ 300,000 Methods for consulting ≥ 4.0 million Risk-based LCS (Using the services are specified approach most in paragraph 7.3 to appropriate 7.12, Section VII of the market Procurement approach) Regulations. CQS (Open or < 300,000 QCBS, QBS, FBS, LCS) None limited can be applied for competition contracts with value through national under US$300,000 or international Page 11 market approach, specified in the PP and agreed with the Bank. Direct Selection None No threshold; meet Same as for This has not of firms requirements of competitive been foreseen regulations 7.13-7.15 selection at the project preparation stage. Individual N/A Essential individual ≥ 400,000 and Risk-based Consultants depending on assignments will be for the positions approach nature of defined in the as specified in services Procurement Plan the PP agreed agreed with the Bank with the Bank and in line with regulations 7.34-7.39 using the most appropriate market approach 2.2 Short list comprising entirely of national consultants: Short list of consultants for services, estimated to cost less than US$ 200,000 equivalent per contract, may comprise entirely of national consultants in accordance with the provisions of paragraph 7.1, Section VII of the Procurement Regulations. 2.3 Consultancy Assignments with Selection Methods and Time Schedule Ref. Description of Estimated Selecti Revie Expected Comments No. Assignment Cost on w by Proposal (US$) Metho Bank s d Submissi on Date C-01 Project Manager 120,000 DS Post Aug-20 Contract awarded C-02 Procurement 50,000 DS Post Dec-2020 Contract Assistant awarded C-04 Project 57,600 DS Post June-20 Contract Accountant -1 awarded Project Contract C-05 36,000 DS Post Jun-20 Accountant -2 awarded C-06 Safeguard 72,000 DS Post Sep-20 Contract Consultant awarded C-07 M&E Consultant 100,000 DS Post Oct-21 On going C-08 Project Financial 30,000 DS Post Dec-20 Contract Statements Audit awarded Page 12 Ref. Description of Estimated Selecti Revie Expected Comments No. Assignment Cost on w by Proposal (US$) Metho Bank s d Submissi on Date Logistic and Quality assurance Contract C-09 93,578 DS Post May-21 Support Officer awarded (For FDD) C-10 Design and 210,000 CQS Post Dec-20 Contract construction awarded supervision services for isolation and treatments COVID-19 facilities C-11 Satisfactory 350,000 DS Post Dec-2020 Contract survey firm awarded C-12 Environmental 132,000 DS Post Dec-2020 Contract and Social awarded Consultant (2) Waste management AF-C-01 450,000 DS Post Oct-21 Consultant/Servic e Quality and safety AF-C-02 of Isolation 50,000 DS Post Oct-21 Facilities AF-C-13 Financial and 18,400 DS Post Nov-21 On going Program Officer for COVID-19 Vaccine Deployment Total consulting services 1,769,578 Total Goods, Works and 24,900,15 Consulting Services 5 Notes: DS: Direct Selection CQS: Consultant’s Qualification-Based Selection Page 13 Annex 1 Ref. Contract (Description) Estimated Procurement Comments No. Cost Method (US$) G- Procurement of medical 4,400,000 RFQ (national- Completed 20 equipment Lot 1 limited) rtPCR machine, 4 provinces, 1,166,256 CPS, SVK, LP, KMN, VC (2) - laboratory testing Ventilator 706,977 Oxygen concentrator 57,140 Digital mobile X-ray 150 MA (7 2,387,163 central hospitals, 17 provinces) Patient monitoring with cart 61,395 Suction pump 17,442 G- Procurement of medical 5,211,977 27 equipment Lot 2 I. Medical Equipment and 1,358,333 laboratory Syringe pump Autoclave for waste management 250 L ICU patient bed, mobile Patient monitoring device II. Medical Device Quality 608,650 Control Equipment BFE Testing machine for capacity of microbiology Medical mask synthetic blood penetration tester Material for blood synthetic( CMC-Na, Pyrrolidol monolaurate, NaCl, Amaranth, KDP, DKP( Air exchange pressure tester Respirator Particles Filtration Tester (10-100L/min, efficacy of filtration 20-30mg/m3, accuracy: level 1) Mask Tension Tester Flame Retardant Tester (Speed 60±5mm/s, V1.0, Meas&Ctrl 2.0 testing software, time range 0(99.99s) Biosafety cabinet Autoclave 79L Incubator 160L Hot air Oven 160L GC-MS Headspace Page 14 Ref. Contract (Description) Estimated Procurement Comments No. Cost Method (US$) Alcohol Meter Alcohol Densitometer Rotary Evaporator III. Medical Supplies (1) 3,250,810 Oxygen supply with regulator and humidifier (5 central hospitals and 17 provinces) Gas cylinder, WMA219-40-15 Pulse Oximeter, portable Pulse Oximeter, fingertip / spot-check IV. Medical Supplies (2) 4,184 Nasal cannula, adult (S, M, L) Oxygen mask, with reservoir bag, adult Adhesive tape Infusion giving set IV flow regulator extension set Ref. Contract (Description) Estimated Procurement Comments No. Cost Method (US$) AF- Equipment for vaccine cold 30.000 DS G chain container 04 Cold box (vaccine container) Dry ice Vaccine carrier AF- G Vehicle (pick up) 110.000 DS 05 Page 15 PROCUREMENT Lao People's Democratic Republic : Lao PDR COVID-19 Response Project PLAN General Information Country: Lao People's Democratic Republic Bank’s Approval Date of the Original Procurement Plan: 2020-04-23 2022-02-20 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P173817 GPN Date: 2021-08-27 Project Name: Lao PDR COVID-19 Response Project Loan / Credit No: IDA / 66060, IDA / 69460 D Executing Agency(ies): epartment of Planning and Cooperation, Ministry of Health WORKS Activity Reference No. / Estimated Actual Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification High SEA/SH Procurement Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Contract Description Component Review Type Method Market Approach Amount Amount Document / and Recommendation Signed Contract No. Process (Y/N) Risk Document Type Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Completion (US$) (US$) Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Request for W-01 / Component 3: Project Quotations - Small Pending Improvement/renovation of 2022-01- IDA / 66060 Management and Monitoring Post Direct Selection Direct Works 40,000.00 0.00 Implementat 2021-06-17 2021-06-22 2021-07-27 the Quarantine facility for 23 and Evaluation (Emergency) SPD - ion Champasack province Non Competitive Request for W-02.1 / Construction of Quotations - Small isolation and lab facilities for Component 1: Emergency 2022-03- IDA / 66060 Post Direct Selection Direct Works 962,400.00 982,453.00 Signed 2021-07-29 2021-08-02 2021-08-03 2021-09-27 2021-09-07 2021-12-30 Oupalath Village, Phonthong COVID-19 Response 06 (Emergency) SPD - District, Champasack Province Non Competitive W-02.2 / Construction of Request for isolation and lab facilities for Quotations - Small Component 1: Emergency 2022-03- Mai Huameuang Village, IDA / 66060 Post Direct Selection Direct Works 898,500.00 942,335.00 Signed 2021-07-29 2021-08-02 2021-08-03 2021-09-27 2021-09-07 2021-12-30 COVID-19 Response 06 Laman District, Sekong (Emergency) SPD - Province Non Competitive W-02.3 / Construction of Request for isolation and lab facilities for Quotations - Small Component 1: Emergency 2022-03- Veunkhene Village, IDA / 66060 Post Direct Selection Direct Works 866,600.00 802,212.00 Signed 2021-07-29 2021-08-02 2021-08-03 2021-09-27 2021-09-07 2021-12-30 COVID-19 Response 06 Samakkhixay District, Attapeu (Emergency) SPD - Province Non 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 G-20 / Procurement of Component 1: Emergency Request for Single Stage - One IDA / 66060 Post Limited 4,400,000.00 4,200,000.00 Signed 2020-04-05 2020-04-03 2020-05-31 2020-04-10 2020-11-27 medical equipment Lot 1 COVID-19 Response Quotations Envelope G-1 / Medical Equipment and Component 1: Emergency Single Stage - One IDA / 66060 Post Request for Bids Open - National 871,333.00 0.00 Canceled 2020-10-19 2020-10-24 2020-12-05 2021-01-04 2021-02-08 2021-08-07 laboratory COVID-19 Response Envelope G-2 / Medical Device Quality Component 1: Emergency Single Stage - One IDA / 66060 Post Request for Bids Open - National 608,650.00 0.00 Canceled 2020-10-19 2020-10-24 2020-12-05 2021-01-04 2021-02-08 2021-08-07 Control Equipment COVID-19 Response Envelope Component 1: Emergency Single Stage - One G-21 / Medical Supplies (1) IDA / 66060 Post Request for Bids Open - National 3,250,810.00 0.00 Canceled 2020-10-19 2020-10-24 2020-12-05 2021-01-04 2021-02-08 2021-08-07 COVID-19 Response Envelope G-27 / Procurement of Component 1: Emergency Single Stage - One IDA / 66060 Post Request for Bids Open - National 4,734,977.00 844,461.16 Signed 2020-09-10 2020-09-10 2020-09-15 2020-10-27 2020-10-20 2020-11-26 2020-12-08 2020-12-31 2021-01-13 2021-06-29 medical equipment Lot 2 COVID-19 Response Envelope Component 1: Emergency Single Stage - One G-23 / Vehicle IDA / 66060 Post Request for Bids Open - National 782,000.00 716,137.46 Signed 2020-10-22 2020-10-11 2020-10-27 2020-12-08 2020-11-10 2021-01-07 2020-12-08 2021-02-11 2021-01-13 2021-08-10 COVID-19 Response Envelope Component 1: Emergency Request for Single Stage - One G-26 / Camera Camcorder IDA / 66060 Post Open - National 31,000.00 43,725.88 Signed 2020-12-06 2021-01-31 2021-05-04 2021-07-30 COVID-19 Response Quotations Envelope Component 1: Emergency Request for Single Stage - One G-24 / IT equipment IDA / 66060 Post Open - National 107,500.00 100,200.04 Signed 2020-12-15 2021-02-09 2021-05-04 2021-08-08 COVID-19 Response Quotations Envelope Component 3: Project Request for Single Stage - One G-28 / Medical Equipment IDA / 66060 Management and Monitoring Post Open - National 1,285,000.00 485,977.52 Signed 2021-06-01 2021-07-27 2021-08-20 2022-01-23 Quotations Envelope and Evaluation Component 3: Project AF-G 01 / Computer and IDA / 66060 Management and Monitoring Post Direct Selection Direct 60,000.00 0.00 Canceled 2021-06-17 2021-06-30 2021-08-04 2022-01-31 Camcorder and Evaluation Component 3: Project AF-G 05 / Vehicles for IDA / 66060 Management and Monitoring Post Direct Selection Direct 110,000.00 73,000.00 Signed 2021-06-17 2021-06-17 2021-06-22 2021-10-05 2021-07-27 2021-11-09 2022-01-23 Vaccine Delivery and Evaluation AF-G 04 / Equipment for Component 3: Project vaccine cold chain container IDA / 66060 Management and Monitoring Post Direct Selection Direct 30,000.00 255,000.00 Signed 2021-06-17 2021-06-17 2021-06-22 2021-10-04 2021-07-27 2021-11-09 2022-01-23 (cold box, dry ice, carrier) and Evaluation G27 / Procurement of Component 1: Emergency Single Stage - One IDA / 66060 Post Request for Bids Open - National 5,221,977.00 1,314,361.23 Signed 2020-09-10 2020-09-10 2020-09-15 2020-10-27 2020-10-20 2020-11-26 2020-12-08 2020-12-31 2021-01-13 2021-06-29 medical equipment Lot 2 COVID-19 Response Envelope Component 3: Project G-30 / High flow nasal IDA / 66060 Management and Monitoring Post Direct Selection Direct 230,000.00 224,700.00 Signed 2021-11-04 2021-11-04 2021-11-09 2021-10-18 2021-12-14 2021-11-09 2022-06-12 oxygen and Glucose meter and Evaluation Component 3: Project Pending AF-G 06 / Essential Drug and IDA / 66060 Management and Monitoring Post Direct Selection Direct 70,000.00 0.00 Implementati 2021-11-04 2021-11-09 2021-12-14 2022-06-12 Alcohol and Evaluation on Component 3: Project Pending Request for Single Stage - One G-32 / Mattress for patients IDA / 66060 Management and Monitoring Post Limited 20,000.00 0.00 Implementati 2021-11-24 2022-01-19 2022-07-18 Quotations Envelope and Evaluation on G-35 / Chemical reagents Component 3: Project Pending and lab consumables for IDA / 66060 Management and Monitoring Post Direct Selection Direct 1,254,000.00 0.00 Implementati 2021-11-19 2021-11-24 2021-12-29 2022-06-27 diagnosis and Evaluation on Page 1 Component 3: Project Pending G-31 / PPE: gown and IDA / 66060 Management and Monitoring Post Direct Selection Direct 600,000.00 0.00 Implementati 2021-12-23 2021-12-28 2022-02-01 2022-07-31 coverall and Evaluation on AF-G 07 / Essential Drug : Component 3: Project Pending Meropenem 1g and Amikacin IDA / 69460 Management and Monitoring Post Direct Selection Direct 9,100.00 0.00 Implementati 2021-12-23 2021-12-28 2022-02-01 2022-07-31 injection 500mg/2ml and Evaluation on Component 3: Project Pending G-33 / Procurement of IDA / 66060 Management and Monitoring Post Direct Selection Direct 240,000.00 0.00 Implementati 2021-12-23 2021-12-28 2022-02-01 2022-07-31 Autoclave and Evaluation on Component 3: Project Pending AF-G 01. / Computer and Request for Single Stage - One IDA / 66060 Management and Monitoring Post Open - National 92,000.00 0.00 Implementati 2022-03-05 2022-04-30 2022-10-27 Camcorder Quotations Envelope and Evaluation 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$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Component 3: Project Pending AF-W 01 / Infectious Waste IDA / 66060 Management and Monitoring Post Direct Selection Direct 60,000.00 0.00 Implementati 2021-06-17 2021-06-22 2021-07-27 2022-01-23 Disposal and Evaluation on CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Contract Type Estimated Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Amount (US$) (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual C-10 / Design and construction supervision Consultant Component 1: Emergency services for isolation and IDA / 66060 Post Qualification Open - National 210,000.00 205,392.00 Signed 2020-10-30 2021-02-08 2020-11-20 2021-01-03 2021-02-22 2021-02-02 2021-04-05 2021-03-09 2021-04-23 2021-09-05 COVID-19 Response treatments COVID-19 Selection facilities INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Contract Type Estimated Actual Amount Draft Negotiated Description Component Review Type Method Market Approach Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Amount (US$) (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Component 3: Project C-04 / Project Accountant-1 IDA / 66060 Management and Monitoring Post Direct Selection Direct 32,000.00 14,400.00 Signed 2020-04-28 2020-04-28 2020-05-08 2020-04-30 2020-07-12 2020-06-01 2021-01-08 and Evaluation Component 3: Project C-01 / Project Manager IDA / 66060 Management and Monitoring Post Direct Selection Direct 69,000.00 33,600.00 Signed 2020-06-13 2020-06-13 2020-06-23 2020-06-09 2020-08-27 2020-08-10 2021-02-23 and Evaluation Component 3: Project C-06 / Safeguard Consultant IDA / 66060 Management and Monitoring Post Direct Selection Direct 34,000.00 24,000.00 Signed 2020-06-13 2020-06-13 2020-06-23 2020-08-04 2020-08-27 2020-09-01 2021-02-23 and Evaluation Component 3: Project C-05 / Project Accountant-2 IDA / 66060 Management and Monitoring Post Direct Selection Direct 32,000.00 0.00 Canceled 2020-04-28 2020-05-06 2020-05-08 2020-07-12 2021-01-08 and Evaluation Component 3: Project C-03 / Chief Project IDA / 66060 Management and Monitoring Post Direct Selection Direct 48,000.00 0.00 Canceled 2020-04-28 2020-05-08 2020-07-12 2021-01-08 Accountant and Evaluation C-08 / Project Financial Component 1: Emergency IDA / 66060 Post Direct Selection Direct 30,000.00 9,000.00 Signed 2020-10-22 2020-10-26 2020-11-01 2020-12-20 2021-01-05 2021-03-15 2021-07-04 Statements Audit COVID-19 Response C-02 / Procurement Component 1: Emergency IDA / 66060 Post Direct Selection Direct 34,500.00 15,600.00 Signed 2020-12-01 2020-12-10 2020-12-11 2020-12-29 2021-02-14 2021-01-25 2021-08-13 Assistant COVID-19 Response C-12 / Environmental and Component 1: Emergency IDA / 66060 Post Direct Selection Direct 34,500.00 175.00 Signed 2020-12-01 2020-12-15 2020-12-11 2021-01-24 2021-02-14 2021-02-15 2021-08-13 Social Consultant (2) COVID-19 Response C-11 / Satisfactory survey Component 1: Emergency IDA / 66060 Post Direct Selection Direct 200,000.00 198,910.00 Signed 2020-12-11 2020-12-15 2020-12-21 2021-01-19 2021-02-24 2021-04-20 2021-08-23 firm COVID-19 Response C-09.1 / Logistic and Quality Component 1: Emergency assurance Support Officer(For IDA / 66060 Post Direct Selection Direct 60,000.00 24,000.00 Signed 2020-12-15 2021-02-02 2020-12-25 2021-03-15 2021-02-28 2021-05-10 2021-08-27 COVID-19 Response Department of Food and Drug) Component 3: Project C-07 / M&E Consultant IDA / 66060 Management and Monitoring Post Direct Selection Direct 100,000.00 21,600.00 Signed 2021-06-17 2021-06-23 2021-06-30 2021-10-24 2021-09-03 2021-11-01 2022-03-02 and Evaluation Component 3: Project C-5 / Project Accountant -2 IDA / 66060 Management and Monitoring Post Direct Selection Direct 36,000.00 14,400.00 Signed 2021-06-17 2021-06-23 2021-06-27 2021-06-24 2021-08-31 2021-07-01 2022-02-27 and Evaluation C-13 / Consultant for Component 3: Project Financial and Program Officer Under IDA / 69460 Management and Monitoring Post Direct Selection Direct 18,400.00 0.00 2021-10-18 2021-10-20 2021-10-28 2022-01-01 2022-06-30 for COVID-19 Vaccine Implementation and Evaluation Deployment AF-C-01 / Individual Component 3: Project Consultant: Rapid Assessment IDA / 69460 Management and Monitoring Post Direct Selection Direct 10,000.00 0.00 Canceled 2021-12-17 2021-12-27 2022-03-02 2022-08-29 of Medical Waste Management and Evaluation in Provincial Hospitals AF-C-01. / Individual Component 3: Project Individual Consultant: Rapid Assessment Under IDA / 69460 Management and Monitoring Post Consultant Direct 10,000.00 0.00 2021-12-23 2022-01-05 2022-01-02 2022-01-23 2022-02-27 2022-08-26 of Medical Waste Management Implementation and Evaluation Selection in Provincial Hospitals Page 2 Component 3: Project Individual C-03. / Chief of Project Under IDA / 66060 Management and Monitoring Post Consultant Direct 75,600.00 0.00 2021-12-23 2022-01-04 2022-01-02 2022-01-23 2022-02-27 2022-08-26 Accountant Implementation and Evaluation Selection Component 3: Project Individual C-14 / GRM Public Relation IDA / 66060 Management and Monitoring Post Consultant Direct 14,400.00 0.00 Under Review 2022-01-26 2022-02-08 2022-02-05 2022-02-26 2022-04-02 2022-09-29 Officer and Evaluation Selection Component 3: Project Individual AF-C-03 / Waste Handling Under IDA / 69460 Management and Monitoring Post Consultant Direct 7,200.00 0.00 2022-01-26 2022-02-08 2022-02-05 2022-02-26 2022-04-02 2022-09-29 Support Staff Implementation and Evaluation Selection AF-C-02 / Consulting Firm: Component 3: Project On Medical Wastewater Pending IDA / 69460 Management and Monitoring Post Direct Selection Direct 440,000.00 0.00 2022-02-17 2022-02-27 2022-05-03 2022-10-30 Management at Healthcare Implementation and Evaluation Facilities Page 3