PROCUREMENT PLAN (TEXTUAL WORD VERSION) Approved August 7, 2020 Project information: Zambia COVID-19 Emergency Response and Health Systems Preparedness Project ID No. P174185 Project Implementation Agency: Ministry of Health Date of the Procurement Plan: August 7, 2020 Period covered by this Procurement Plan: 5 Months - August 2020 to December 2020 Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016, revised November 2017 and August 2018) (“Procurement Regulations”) the Bank’s Systematic Tracking and Exchanges in Procurement (STEP) system will be used to prepare, clear and update Procurement Plans and conduct all procurement transactions for the Project. This textual part along with the Procurement Plan tables in STEP constitute the Procurement Plan for the Project. The following conditions apply to all procurement activities in the Procurement Plan. The other elements of the Procurement Plan as required under paragraph 4.4 of the Procurement Regulations are set forth in STEP. The Bank’s Standard Procurement Documents: shall be used for all contracts subject to international competitive procurement and those contracts as specified in the Procurement Plan tables in STEP. National Procurement Arrangements: In accordance with paragraph 5.3 of the Procurement Regulations, when approaching the national market (as specified in the Procurement Plan tables in STEP), the country’s own procurement procedures may be used. When the Borrower uses its own national open competitive procurement arrangements as set forth in the Public Procurement Act, 2008 and Public Procurement Regulations 2011 of the Republic of Zambia, such arrangements shall be subject to paragraph 5.4 of the World Banks Procurement Regulations. In accordance with paragraph 5.4 of the Procurement Regulations, the request for bids/request for proposals document shall require that Bidders/Proposers submitting Bids/Proposals present a signed 1 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. Leased Assets as specified under paragraph 5.10 of the Procurement Regulations: Leasing may be used for those contracts identified in the Procurement Plan tables. Not Applicable Procurement of Second-Hand Goods as specified under paragraph 5.11 of the Procurement Regulations – is allowed for those contracts identified in the Procurement Plan tables. Not Applicable. Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). Goods: Not Applicable for those contracts identified in the Procurement Plan tables; Works: Not Applicable for those contracts identified in the Procurement Plan tables. Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations: Is applicable and is also linked to the use of Bank Facilitated Procurement (BFP) at the option of the Borrower. HEIS has been broaden with the revision by the Bank of its Procurement Directive (February 2019) to support borrowers at all stages of the procurement – from help with supplier identification, to support for bidding/selection and/or negotiations to contract signing and monitoring of implementation. Other Relevant Procurement Information: - (a). Increased Thresholds for Request for Quotations Being emergency procurement, thresholds for Requests for Quotations (RFQ) has been increased to US$1 million for goods and services and US$5 million for works. Prequalification. Not expected for the works/goods packages in the procurement plan. Proposed Procedures for CDD Components: Not Applicable Reference to (if any) Project Operational/Procurement Manual: The MOH/ZNPHI will prepare the Project Implementation Manual. Modifications will be made to the operations manual for the ACDC Project manual which is already under use under ZNPHI 2 Any Other Special Procurement Arrangements: use of simple and fast procurement and selection methods fit for purpose in emergency situations including procurement from UN Agencies such as UNICEF, UNOPS, WHO and others, enabled and expedited by World Bank procedures and templates for procurement of medicines, medical supplies and equipment for emergency requirements. Procurement Packages/Plan with Procurement Arrangements and Time Schedule: as per the table below: b) PROCUREMENT PLAN 1 2 3 4 5 6 7 8 9 10 Ref. Contract Title Compone Estimated Procur Procure Bank Expected Source Com No. nt Cost (US$) ement ment Review date for ment Categ Method Require IFBs/EOIs s ory and ment (Market Approac h) 1. Renovation of (6) 2 296,000.0 Works RFQ Post 01-Sep- MoH/ZNPHI Isolation Facilities 0 (Limited) Review 2020 and completion of the construction of Mwembeshi facility 2. Procurement of 1 1,040,000. GO UN Post 05-Oct- MoH/ZNPHI specialized 00 (Direct) Review 2020 ambulances and Motor Vehicles 3. Procurement of 1, 2 3,783,448. GO UN Post 07-Sep- MoH/ZNPHI Laboratory 00 (Direct) Review 2020 equipment, reagents and consumables and blood transfusion commodities. 4. Procurement of TV 1 330,000.0 GO RFQ, Post 28-Sep- MoH/ZNPHI screens and Laptops 0 (Limited) Review 2020 5. Procurement of 2 3,971,532. GO UN Post 21-Sep- MoH/ZNPHI medical equipment 00 (Direct) Review 2020 and Supplies for infrastructure and patient management (digital X-rays, medical tents, pulse 3 oximeters, oxygen concentrators, ventilators, nebulizers and humidifiers) 6. Procurement of 2 300,000.0 GO RFQ, Post 07-Dec- MoH/ZNPHI Nutritional Support 0 Limited Review 2020 Commodities 7. Procurement of PPEs 2 2,035,060. GO RFQ, Post 24-Aug- MoH/ZNPHI and hygiene 00 Limited Review 2020 commodities for infection prevention and control 8. Procurement of drugs 2 1,000,000. GO RFQ Post 28-Sep- MoH/ZNPHI 00 (Limited) Review 2020 9. Procurement of 2 627,777.7 GO Direct Post 26-Oct- MoH/ZNPHI power backup 8 Bidding Review 2020 system for various Covid-19 centers 10. Procurement of linen 1 1,153,000. GO RFQ, Post 2-Nov- MoH/ZNPHI for the Isolation 00 Limited Review 2020 facilities. 11. Individual Consultant 1 108,0000. CS INDV. Post 30-Sep- MoH/ZNPHI Governance 00 Limited 2020 Specialist / Audit Support 12. Consultancy services 2 5,000.00 CS INDV. Post 30-Sep- MoH/ZNPHI for the development Limited 2020 of a project website Note: some items may change to use BFP as appropriate 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 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. 4 personnel, , are not subject to, and are not controlled by any entity or individual that is subject to, a temporary suspension, early temporary suspension, or debarment imposed by a member of the World Bank Group, including, inter alia, a cross-debarment imposed by the World Bank Group as agreed with other international financial institutions (including multilateral development banks), or through the application of a World Bank Group finding of non-responsibility on the basis of Fraud and Corruption in connection with World Bank Group corporate procurement. Further, we are not ineligible under the laws or official regulations of [Insert name of Employer as per bidding document] or pursuant to a decision of the United Nations Security Council. We confirm our understanding of the consequences of not complying with the World Bank’s Anti-Corruption Guidelines, which may include the following: a. rejection of our Proposal/Bid for award of contract; b. in the case of award, termination of the contract, without prejudice to any other remedy for breach of contract; and c. sanctions, pursuant to the Bank’s Anti-Corruption Guidelines and in accordance with its prevailing sanctions policies and procedures as set forth in the Bank’s Sanctions Framework. This may include a public declaration of ineligibility, either indefinitely or for a stated period of time, (i) to be awarded or otherwise benefit from a Bank-financed contract, financially or in any other manner;2 (ii) to be a nominated3 sub-contractor, consultant, 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 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. 5 d. temporary suspension or early temporary suspension in connection with an ongoing World Bank Group sanctions proceeding. For avoidance of doubt, the foregoing effects of ineligibility do not extend to a sanctioned firm’s or individual’s execution of its ongoing Bank-financed contracts (or its ongoing sub-agreements under such contracts) that are not the subject of a material modification, as determined by the Bank. We shall permit, and shall cause our sub-contractors, sub-consultants, agents (whether declared or not), personnel, consultants, service providers or suppliers, to permit the Bank to inspect4 all accounts, records, and other documents relating to the procurement process and/or contract execution (in the case of award), and to have them audited by auditors appointed by the Bank. We agree to preserve all accounts, records, and other documents (whether in hard copy or electronic format) related to the procurement and execution of the contract. Name of the Bidder/Consultant: Name of the person duly authorized to sign the Bid/Proposal on behalf of the Bidder/Consultant: Title of the person signing the Letter: 4 Inspections in this context are usually investigative (i.e., forensic) in nature: they involve fact-finding activities undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is not limited to accessing and examining a firm's or individual's financial records and information, and making copies thereof as relevant; accessing and examining any other documents, data, and information (whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining third-party verification of information. 6 PROCUREMENT Zambia : Zambia COVID-19 Emergency Response and Health Systems Preparedness Project PLAN General Information Country: Zambia Bank’s Approval Date of the Original Procurement Plan: 2020-11-11 2021-07-29 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P174185 GPN Date: Project Name: Zambia COVID-19 Emergency Response and Health Systems Preparedness Project Loan / Credit No: IDA / 67750, IDA / 69680 Ministry of Health 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-MOH-203410-CW-RFQ / Renovation of six (6) Isolation Pending Emergency Public Health Request for Single Stage - One 2021-09- Facilities and completion of IDA / 67750 Post Limited 296,000.00 0.00 Implementat 2021-01-09 2021-03-06 Response to COVID-19 Quotations Envelope 02 the construction of ion Mwembeshi Facility 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-MOH-203473-GO-RFQ / Pending Emergency Public Health Request for Single Stage - One Procurement of TV Screens IDA / 67750 Post Limited 330,000.00 0.00 Implementati 2021-03-13 2021-05-08 2021-11-04 Response to COVID-19 Quotations Envelope and Laptops on ZM-MOH-203475-GO-RFQ / Pending Resilient Health Service Request for Single Stage - One Procurement of Nutritional IDA / 67750 Post Limited 300,000.00 0.00 Implementati 2021-01-23 2021-03-20 2021-09-16 Delivery Quotations Envelope Support Commodities on Pending ZM-MOH-203477-GO-RFQ / Resilient Health Service Request for Single Stage - One IDA / 67750 Post Limited 1,000,000.00 0.00 Implementati 2021-01-18 2021-01-23 2021-02-20 2021-03-22 2021-05-03 2021-08-31 Procurement of Drugs Delivery Quotations Envelope on ZM-MOH-203457-GO-UN / Pending Procurement of specialised Emergency Public Health UN Agencies IDA / 67750 Post Direct 1,040,000.00 0.00 Implementati 2021-01-10 2021-01-15 2021-02-19 2021-08-18 Ambulances and Motor Response to COVID-19 (Direct) on Vehicles ZM-MOH-203476-GO-RFQ / Procurement of PPEs and Pending Resilient Health Service Single Stage - One hygiene commodities for IDA / 67750 Post Request for Bids Limited 2,035,060.00 0.00 Implementati 2021-01-18 2021-01-23 2021-03-06 2021-04-05 2021-05-10 2021-11-06 Delivery Envelope infection prevention and on control ZM-MOH-203487-GO-RFQ / Pending Resilient Health Service Request for Single Stage - One Procurement of linen for the IDA / 67750 Post Limited 1,000,000.00 0.00 Implementati 2021-01-30 2021-03-27 2021-09-23 Delivery Quotations Envelope Isolation facilities on ZM-MOH-203474-GO-UN / Procurement of medical equipment and Supplies for infrastructure and patient Pending Resilient Health Service UN Agencies management (digital X-rays, IDA / 67750 Post Direct 3,971,532.00 0.00 Implementati 2021-02-15 2021-02-20 2021-03-27 2021-09-23 Delivery (Direct) medical tents, pulse on oximeters, oxygen concentrators, ventilators, nebulizers and humidifiers) ZM-MOH-203486-GO-DIR / Pending Procurement of power backup Emergency Public Health IDA / 67750 Post Direct Selection Direct 62,777.78 0.00 Implementati 2021-03-08 2021-03-13 2021-04-17 2021-10-14 system for various Covid-19 Response to COVID-19 on centres ZM-MOH-203460-GO-UN / Procurement of Laboratory Pending Emergency Public Health UN Agencies equipment, reagents and IDA / 67750 Post Direct 3,783,448.00 0.00 Implementati 2021-02-08 2021-02-13 2021-03-20 2021-09-16 Response to COVID-19 (Direct) consumables and blood on transfusion commodities. 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 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 ZM-MOH-203492-CS-INDV / Project Management, Individual Individual Consultant Operational Research, and Pending IDA / 67750 Post Consultant Limited 108,000.00 0.00 2021-01-18 2021-01-23 2021-02-13 2021-03-20 2021-09-16 Governance Specialist / Audit Governance and Implementation Selection Support Accountability Page 1 ZM-MOH-203495-CS-INDV / Project Management, Individual Consultancy services for the Operational Research, and Pending IDA / 67750 Post Consultant Limited 5,000.00 0.00 2021-03-29 2021-04-03 2021-04-24 2021-05-29 2021-11-25 development of a project Governance and Implementation Selection website Accountability ZM-MOH-218376-CS-CQS / Project Management, Individual Recruitment of a Project Operational Research, and Under IDA / 67750 Post Consultant Limited 150,000.00 112,831.55 2021-02-22 2021-02-11 2021-02-27 2021-03-11 2021-03-20 2021-03-15 2021-04-24 2021-10-21 Manager for the COVID-19 Governance and Implementation Selection Project Accountability Project Management, ZM-MOH-219846-CS-INDV / Individual Operational Research, and Under Recruitment of a Governance IDA / 67750 Post Consultant Open 105,000.00 0.00 2021-02-21 2021-02-16 2021-04-11 2021-03-03 2021-05-02 2021-04-26 2021-06-06 2021-12-03 Governance and Implementation Specialist Selection Accountability Project Management, ZM-MOH-235208-CS-INDV / Operational Research, and Pending Recruitment of Monitoring IDA / 67750 Post Direct Selection Direct 97,566.37 0.00 2021-07-26 2021-08-05 2021-10-09 2022-04-07 Governance and Implementation and Evaluation Specialist Accountability ZM-MOH-235214-CS-INDV / Project Management, Recruitment of a Social Operational Research, and Pending IDA / 67750 Post Direct Selection Direct 100,353.98 0.00 2021-07-26 2021-08-05 2021-10-09 2022-04-07 Development Specialist for Governance and Implementation Covid-19 Accountability Project Management, ZM-MOH-244416-CS-INDV / Individual Operational Research, and Pending Recruitment of a IDA / 69680 Post Consultant Open 100,353.98 0.00 2021-07-28 2021-09-15 2021-10-06 2021-11-10 2022-05-09 Governance and Implementation Communications Specialist Selection Accountability Project Management, ZM-MOH-244417-CS-INDV / Individual Operational Research, and Pending Recruitment of an IDA / 69680 Post Consultant Open 100,353.98 0.00 2021-07-28 2021-09-15 2021-10-06 2021-11-10 2022-05-09 Governance and Implementation Environmental Specialist Selection Accountability Project Management, ZM-MOH-244418-CS-INDV / Individual Operational Research, and Pending Recruitment of a Mental IDA / 69680 Post Consultant Open 100,353.98 0.00 2021-07-28 2021-09-15 2021-10-06 2021-11-10 2022-05-09 Governance and Implementation Health Specialist Selection Accountability Page 2