PROCUREMENT PLAN (Mandatory Requirement) Project information: Country: Bhutan Project Name: COVID-19 Emergency Response and Health Systems Preparedness Project P-number: P173787 Project Implementation agency: Ministry of Health (MoH) Period covered by this Procurement Plan: Entire Project Period 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 record all procurement actions for the Project, including preparing, updating and clearing its Procurement Plan, and seeking and receiving the Bank’s review and No-objection to procurement actions as required. 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: The Bank’s Standard Procurement Documents (SPDs) shall be used for all contracts subject to international competitive procurement and those contract as specified in the Procurement Plan tables in STEP. National Procurement Arrangements: In accordance with paragraph 5.3 of the World Bank Procurement Regulations, when approaching the national market, as agreed in the Procurement Plan, the country’s own procurement procedures may be used. When the Borrower uses its own national open competitive procurement arrangements as set forth in Procurement Rules and Regulations, 2019, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: 1) At the Borrower’s request, the Bank may agree to the Borrower’s use, in whole or in part, of its electronic procurement system, provided that the Bank is satisfied with the adequacy of such system. 2) Procurement shall be open to eligible bidders as defined under Section III of the Procurement Regulations. Accordingly, no bidder or potential bidder shall be declared ineligible for contracts financed by the Bank for reasons other than those provided in Section III of the Procurement Regulations. 3) The request for bids/request for proposals document shall require that Bidders/Proposers submitting Bids/Proposals present a signed acceptance (in the form attached) 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. 4) Procurement Documents include provisions, as agreed with the Bank, intended to adequately mitigate against environmental, social (including sexual exploitation and abuse and gender-based violence), health and safety (“ESHS”) risks and impacts. 5) The Bank shall have the right to review procurement documentation and activities. When other national procurement arrangements (other than national open competitive procurement) are applied by the Borrower, such arrangements shall be subject to paragraph 5.5 of the Procurement Regulations. As per paragraph 5.4 of the Procurement Regulations, the “Letter of Acceptance of the World Bank’s Anticorruption Guidelines and Sanctions Framework” as attached to this document shall form part of the Model Bidding Documents. Leased Assets: 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). Specify for each Goods: [is not applicable/is applicable for those contracts identified in the Procurement Plan tables]; Works: [is not applicable/is 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. Bank’s Procurement Prior Review Thresholds: As this is an emergency response project, there will be no prior review for all procurement during the immediate response period. The project will also have increased threshold for Request for Quotations (RFQ) and national procurement, as applicable in emergency projects. Procurement under Retroactive Financing: Contracts that were procured during the period January 1, 2020 and prior to signing of the Financing Agreement will be eligible for the World Bank’s retroactive financing, if: (i) the procurement procedures, including advertising, are consistent with Sections I, II and III of the Procurement Regulations; and (ii) the contractor/supplier/consultant has explicitly agreed to comply with the relevant provisions of the World Bank’s Anti-Corruption Guidelines, including the World Bank’s right to inspect and audit all accounts, records, and other documents relating to the project that are required to be maintained pursuant to the Financing Agreement. However, there are practical limits to the application of the Anti-Corruption Guidelines in the case of unsuccessful bidders for these retroactively financed contracts. Accordingly, the waiver of paragraph 6 (requiring that the Anti-Corruption Guidelines be applied to all procurement) and paragraphs 9(d) and 10 (requiring agreement by bidders and contractors to comply with the Anti-Corruption Guidelines) of the Anti-Corruption Guidelines, as requested by the Global MPA, will apply to the project. Letter of Acceptance of the World Bank’s Anticorruption Guidelines and Sanctions Framework1 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 Guidelines2 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 1[Drafting note: This document shall be signed by bidders/proposers/consultants and submitted as part of their bids/proposals. In addition, this document shall be signed by the winning bidder/consultant and incorporated as part of the contract.] 2Guidelines on Preventing and Combating Fraud and Corruption in Projects Financed by International Bank for Reconstruction and Development Loans and the International Development Agency Credits and Grants, dated October 15, 2006, and revised in January 2011 and July 2016, as they may be revised from time to time. 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;3 (ii) to be a nominated4 sub-contractor, sub- consultant, 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 inspect5 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. 3For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification or initial selection), 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. 4A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the bidding document) is one which has been: (i) included by the bidder in its pre-qualification or initial selection 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. 5Inspections 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. 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/Proposer/Consultant: Name of the person duly authorized to sign the Bid/Proposal on behalf of the Bidder/Proposer/ Consultant: Title of the person signing the Letter: PROCUREMENT Bhutan : Bhutan: COVID-19 Emergency Response and Health Systems Preparedness Project PLAN General Information Country: Bhutan Bank’s Approval Date of the Original Procurement Plan: 2020-05-18 2020-07-19 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P173787 GPN Date: Project Name: Bhutan: COVID-19 Emergency Response and Health Systems Preparedness Project Loan / Credit No: IDA / 66270 Executing Agency(ies): Ministry of Health, RGoB WORKS Bid Evaluation Activity Reference No. / Procurement Estimated Actual Draft Bidding Loan / Credit Market Procurement Prequalification High SEA/SH Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Contract Description Component Review Type Method Document Amount Amount Document / Signed Contract No. Approach Process (Y/N) Risk Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Completion Type (US$) (US$) Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned W1-RFQ-LIMITED / Office refurbishment including electrical works, partition, , Pending Community Engagement and Request for Single Stage - One working table and chair, IDA / 66270 Post Limited 15,000.00 0.00 Implementat 2020-06-20 2020-07-12 2020-08-09 Risk Communication Quotations Envelope for the three consultants ion and officers deputed from the MoH. GOODS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual BT-MOH-173319-GO-RFQ / Pending Emergency COVID-19 Request for Single Stage - One Supply of PPEs for COVID- IDA / 66270 Post Limited 44,836.90 0.00 Implementati 2020-05-22 2020-06-09 2020-08-08 Response Quotations Envelope 19 on Pending MOH/DMSHI/COVID- Emergency COVID-19 Request for Single Stage - One IDA / 66270 Post Open - National 10,000.00 0.00 Implementati 2020-06-09 2020-08-04 2021-01-31 19/2020 / ICU Beds Response Quotations Envelope on MOH-PPD/WB- PROCUREMENT/2020 / Implementation Management Pending procurement of desktop, Request for Single Stage - One IDA / 66270 and Monitoring and Post Limited 7,000.00 0.00 Implementati 2020-07-06 2020-08-31 2021-02-27 laptop and printers for Quotations Envelope Evaluation on project staff and project office. MOH-PPD/WB- PROCUREMENT/2020/02 / Surgical N95 respirator Pending mask, good breathability Emergency COVID-19 IDA / 66270 Post Direct Selection Direct 500,000.00 0.00 Implementati 2020-07-24 2022-07-25 2022-08-29 2023-02-25 with the design that does Response on not collapse against mouth. No valve Quantity : 90,000 number. NON CONSULTING SERVICES Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Page 1 CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Market Contract Type Estimated Actual Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Approach Amount (US$) Amount (US$) 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 Market Contract Type Estimated Actual Draft Negotiated Description Component Review Type Method Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Approach Amount (US$) Amount (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual PPD/WB(COVID- 10)PROC/2020 / Hiring of Procurement Individual Emergency COVID-19 Officer/Consultant for COVID- IDA / 66270 Post Consultant Limited 46,500.00 13,229.72 Signed 2020-05-19 2020-05-23 2020-05-24 2020-05-27 2020-06-14 2020-06-15 2020-07-19 2020-06-15 2021-01-15 Response 19 Emergency Response and Selection Health Systems Preparedness Project. PPD/WB(COVID- 19)M&E2020 / Hiring of M&E Officer/Consultant for Individual Emergency COVID-19 COVID-19 Emergency IDA / 66270 Post Consultant Limited 55,800.00 13,358.71 Signed 2020-05-19 2020-05-23 2020-05-24 2020-05-27 2020-06-14 2020-06-15 2020-07-19 2020-06-15 2021-01-15 Response Response and Health Selection Systems Preparedness Project PPD/WB(COVID- 19)CIVIL/2020 / Hiring of Civil Engineer/Consultant for Individual Emergency COVID-19 COVID-19 Emergency IDA / 66270 Post Consultant Limited 49,600.00 13,228.11 Signed 2020-05-19 2020-05-23 2020-05-24 2020-05-27 2020-06-14 2020-06-18 2020-07-19 2020-06-18 2021-01-15 Response Response and Health Selection Systems Preparedness Project. Page 2