18 MONTHS PROCUREMENT PLAN Project information: Liberia; Liberia Road Asset Management Project (LIBRAMP); P125574 Project Implementation Agency: Infrastructure Implementation Unit Ministry of Public Works Date of the Procurement Plan: October 2017 Period covered by this Procurement Plan: October 2017 to April 2019 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. This textual part along with the Procurement Plan tables in STEP constitutes 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 and Concessions Act, 2010 of the Republic of Liberia, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations. In accordance with paragraph 5.3 of the Procurement Regulations, 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, 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: Not Applicable. Other Relevant Procurement Information:- (a). Prior Procurement Arrangements: The Procurement Arrangements as indicated in the below table and within the thresholds indicated in the below tables will be used. The thresholds for the Bank’s prior review requirements are also provided in the table below: Table: Thresholds*, Procurement Arrangements, and Prior Review (The table below depicts the Thresholds and Procurement Methods to be used under the LIBRAM project): Thresholds*, Procurement Methods, and Prior Review Expenditure Contract (C) Value Procurement Contracts Subject to No Category Threshold* [eq. USD] Method Prior Review /[eq. US$] All contracts at or above USD Open Competition 5,000,000 are subject to International Market C ≥ 5,000,000 international advertising and the Approach and Direct use of the Bank’s SPDs (or other Contracting 1 Works documents agreed with the Bank). Open Competition National Market 200,000 < C < 5,000,000 None Approach Expenditure Contract (C) Value Procurement Contracts Subject to No Category Threshold* [eq. USD] Method Prior Review /[eq. US$] C ≤ 200,000 RfQ None All contracts at or above USD Open Competition 500,000 are subject to International Market C ≥ 500,000 international advertising and the Approach and Direct use of the Bank’s SPDs (or other Goods, IT and Contracting documents agreed with the Bank). 2 non-consulting services Open Competition : National Market None 100,000 < C < 500,000 Approach C ≤ 100,000 RfQ None All contracts at or above USD 100,000 are subject to For C < 100,000 international advertising and the Consulting Services use of the Bank’s SPDs (or other National documents agreed with the Bank). shortlist for 3 selection of All contracts at or above USD consultant For 200,000 are subject to firms C ≤ 200,000 Engineering and international advertising and the Construction Supervision use of the Bank’s SPDs (or other documents agreed with the Bank). Selection of All values ≥ 100,000 4 Individual All Approaches consultants Training, Workshops, Based on approved This line activity is not subject to 5 Study Tours All Values Annual Work Plan & procurement Review. Budgets (AWPB) by TTL (Special procurement arrangements like direct contracting, use of SOEs, UN Agencies, third party monitors, local NGOs, Force Account, servants needs, results based arrangements. It is not expected that there will need for prequalification in the procurement arrangements under the IIU.) *These thresholds are for the purposes of the initial procurement plan for the first 18 months. The thresholds will be revised periodically based on re-assessment of risks. All contracts not subject to prior review will be post-reviewed. Pre-qualification: Not expected for the packages of works/goods packages in the procurement plan. Proposed Procedures for CDD Components: Not Applicable Reference to (if any) Project Operational/Procurement Manual: the IIU team will update the existing Procurement manuals. The Procurement Plan will also form part of the Project Implementation Manual. Any Other Special Procurement Arrangements: Regional procurement collaboration under SECRAMP is envisaged. Procurement Packages/PLAN with Procurement Arrangements and Time Schedule: as per the Table below: b) PROCUREMENT PLAN Works 1 2 3 4 5 6 7 8 9 Ref. Contract Estimat Procureme Prequali Nation Revie Expected Expecte Comments No. ed nt Method/ fication al w bid d (Description) Arrangeme (yes/no Prefere opening Contrac Cost nt ) nce by date t (yes/n Bank Signatu US$ o) re Date million (Prior / Post) 1. Goods and Non Consulting Services 1 2 3 4 5 6 7 8 9 10 Ref. Contract Estimat Procure Prequali Nation Revie Expected Expecte Commen No. ed ment fication al w bid d ts (Description) Method (yes/no Prefere opening Contrac Cost ) nce by date t (yes/n Bank Signatu US$ o) re Date million (Prior / Post) 1. 2. 3. 4. 5. Consultancy Services 1 2 3 4 5 6 7 8 Ref. Description of Estimat Selection Review Expected Expected No. Assignment ed Method/ date of Arrangeme by proposal Contract Comments Signature Cost nt Bank submissio n US$ (Prior / Date Post) 1. Consultancy Services for 0.12m IC Prior July 1, Sept 7, 2017 Deputy Program Manager 2017 IIU 2. Consultancy Services for 0.108m IC Prior June 24, Aug 26, 2017 Head Administration and 2017 Finance IIU 3. Consultancy Services for 0.072m IC Prior Nov. 24, Jan 26, 2018 Environmentalist IIU 2017 4. Consultancy Services for 0.574m SSS Prior Oct.17, Nov 1, 2017 Dry Port 2017 5. 1.5m QCBS Prior Dec. 5, Feb 20, 2020 Technical Audit-OPRC 2019 6. Consultancy Services to 0.05m IC Prior Jan 10, May. 4, 2019 Conduct Road User Survey 2019 7. Consultancy Services for 0.5 QCBS Prior Nov. 11, Feb. 19, 2019 Monitoring and Evaluation 2018 Training and Workshop (Training & Workshop Activities are Subject to TTL Clearance). Ref. Estimated Training, workshop and study Estimated Duration Expected Training/workshop Date No. tours Cost (US$) (Days) 1. Training on Procurement, Contract 500,000 To Be To be determined management, Financial Determined Management, Safeguards, Engineering, Road safety and Administrative capacity building to support long term functioning, including initial competency assessment, mapping of participants. GENERAL NOTES 1. Training and capacity building: Training workshops (including training material and support), conference attendance and study tours, will be carried out based on approved annual training and allied activities plan by the TTL. The beneficiaries, after the training, will be requested to submit a brief report indicating what skills have been acquired and how these skills will contribute to enhance their performance and contribute to the attainment of the Project’s development objective. 2. Operational Costs: These are expenditures incurred by the Recipient to finance: (i) the salaries of locally contracted support staff of the Project entities and units involved in Project implementation (excluding civil servants) and state contributions thereon; (ii) per diem and travel expenses of the operational staff performing their responsibilities under the Project; (iii) fuel and vehicle maintenance and insurance; (iv) communication technology (including, without limitation, internet and telephone) and maintenance of equipment; (v) rental expenses and utilities; (vi) building security and maintenance; (vii) translations services, photocopies and publications; (viii) bank commissions; and (ix) utilities and office supplies as defined in the FA. 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 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 1Guidelines 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. 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 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, 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. 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 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/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: PROCUREMENT Liberia : Liberia Road Asset Management Project - LIBRAMP PLAN General Information Country: Liberia Bank’s Approval Date of the Original Procurement Plan: 2017-10-26 2020-12-23 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P125574 GPN Date: Project Name: Liberia Road Asset Management Project - LIBRAMP Loan / Credit No: IDA / 49500, IDA / 51670, IDA / 60370 Infrastructure Implementation Unit 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$) Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Goods, Works, consultants†LR-IIU-74017-CW-RFQ / ™ services, Training and Oper Request for Single Stage - One 2019-02- Reconditioning of IIU Offices - IDA / 51670 Post Limited 60,000.00 53,931.17 Completed 2018-09-17 2018-10-08 2018-11-12 2019-06-13 ating Costs under Part C of th Quotations Envelope 10 Works e Project LR-IIU-89930-CW-RFQ / Goods, Works, consultants†Frabrication and installation ™ services, Training and Oper Request for Single Stage - One 2020-12- IDA / 51670 Post Limited 107,000.00 193,925.00 Signed 2020-07-16 2020-07-10 2020-08-20 2020-08-10 of ROW Markers Lot 3 Cotton ating Costs under Part C of th Quotations Envelope 18 Tree to Buchanan e Project LR-IIU-202061-CW-RFQ / Goods, Works, consultants†Pending Renovation of the Crash Data ™ services, Training and Oper Request for Single Stage - One 2021-04- IDA / 60370 Post Limited 21,000.00 0.00 Implementat 2020-11-22 2021-01-24 Base Offices at the Liberia ating Costs under Part C of th Quotations Envelope 24 ion National Police e Project GOODS Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) Amount (US$) (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 LR-IIU-148627-GO-RFQ / Goods, Works, consultants†Materials (various) for Road ™ services, Training and Oper Request for Single Stage - One IDA / 60370 Post Limited 70,100.00 93,312.50 Signed 2019-12-31 2020-03-05 2020-01-22 2020-06-12 2020-02-21 Safety Law Enforcement - ating Costs under Part C of th Quotations Envelope PILLAR 3 e Project LR-IIU-148636-GO-RFQ / Goods, Works, consultants†Thermo Plastic Paint Dust (15 ™ services, Training and Oper Request for Single Stage - One sacs.White and 10 sacs IDA / 60370 Post Limited 100,000.00 114,562.00 Signed 2020-04-17 2020-07-10 2020-04-29 2020-08-10 2020-08-27 ating Costs under Part C of th Quotations Envelope Yellow) - PILLAR 2 - Safer e Project Road LR-IIU-148635-GO-RFQ / Goods, Works, consultants†Scripping Materials (Various) ™ services, Training and Oper Request for Single Stage - One IDA / 60370 Post Limited 87,400.00 115,305.00 Signed 2020-04-27 2020-07-13 2020-05-07 2020-08-10 2020-09-04 for 62.6km Road Corridors ating Costs under Part C of th Quotations Envelope PILLAR 2 -Safer Road e Project LR-IIU-148629-GO-RFQ / Goods, Works, consultants†Pending Lubricant, Oil and Fuel for ™ services, Training and Oper Request for Single Stage - One IDA / 60370 Post Limited 59,600.00 0.00 Implementati 2020-05-01 2020-05-09 2020-06-08 Scripping of 62.6km road ating Costs under Part C of th Quotations Envelope on Corridor- PILLAR 2-Safer e Project Road LR-IIU-166097-GO-RFQ / supply of Counties welcome, Consultant Services, Request for Single Stage - One IDA / 60370 Post Limited 100,000.00 193,925.00 Signed 2020-06-20 2020-07-10 2020-07-15 2020-08-10 2020-11-12 Street and traffic warning Operating Costs and Training Quotations Envelope signs for Road Safety. Goods, Works, consultants†LR-IIU-202055-GO-RFQ / Under ™ services, Training and Oper Request for Single Stage - One Procurement of 2 Vehicles for IDA / 60370 Post Limited 84,000.00 0.00 Implementati 2020-11-15 2020-11-23 2021-01-10 2021-07-09 ating Costs under Part C of th Quotations Envelope Road Safety Secretariet on e Project LR-IIU-202047-GO-RFQ / Goods, Works, consultants†Supply of Communication Under ™ services, Training and Oper Request for Single Stage - One Equipment & Accessories and IDA / 60370 Post Limited 50,000.00 0.00 Implementati 2020-11-14 2020-12-01 2020-12-24 2021-06-22 ating Costs under Part C of th Quotations Envelope Emergency Access line (toll on e Project free) LR-IIU-202050-GO-RFQ / Goods, Works, consultants†Under Supply of Medical ™ services, Training and Oper Request for Single Stage - One IDA / 60370 Post Limited 10,000.00 0.00 Implementati 2020-11-23 2020-12-01 2021-01-04 2021-07-03 Pharmaceutical Drugs for 5 ating Costs under Part C of th Quotations Envelope on Ambulances e Project Goods, Works, consultants†LR-IIU-202062-GO-RFQ / Pending ™ services, Training and Oper Request for Single Stage - One Supply of Visibility and Safety IDA / 60370 Post Limited 2,500.00 0.00 Implementati 2020-11-14 2021-01-09 2021-07-08 ating Costs under Part C of th Quotations Envelope Material for Ambulance Crew on e Project LR-IIU-202056-GO-RFQ / Goods, Works, consultants†Under Procurement of Medical ™ services, Training and Oper Request for Single Stage - One IDA / 60370 Post Limited 15,000.00 0.00 Implementati 2020-11-15 2020-12-03 2020-12-20 2021-06-18 Supplies (Consumables) for 5 ating Costs under Part C of th Quotations Envelope on Ambulances e Project LR-IIU-209307-GO-DIR / Goods, Works, consultants†Pending Procurement for printing 125, ™ services, Training and Oper IDA / 60370 Prior Direct Selection Direct 144,000.00 0.00 Implementati 2020-12-22 2020-12-27 2021-02-07 2021-08-06 000 textbooks for Road ating Costs under Part C of th on Safety. e Project 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$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CONSULTING FIRMS Page 1 Activity Reference No. / Combined Evaluation Loan / Credit Contract Type Estimated Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Amount (US$) (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual LR-IIU-32964-CS-QCBS / Consultant Services, Quality And Cost- Consultancy Services for IDA / 49500 Post Open - International 500,000.00 0.00 Canceled 2018-10-23 2018-11-13 2018-12-27 2019-01-24 2019-02-23 2019-03-30 2019-05-04 2021-04-23 Operating Costs and Training Based Selection Monitoring and Evaluation LR-IIU-32984-CS-QCBS / Consultant Services, Quality And Cost- Pending IDA / 49500 Prior Open - International 1,500,000.00 0.00 2020-07-14 2020-08-04 2020-09-17 2020-10-15 2020-11-14 2020-12-19 2021-01-23 2022-01-23 Technical Audit-OPRC Operating Costs and Training Based Selection Implementation LR-IIU-32950-CS-LCS / Consultant Consultant Services, Pending Consultancy Services to IDA / 49500 Post Qualification Open 50,000.00 0.00 2020-08-12 2020-09-02 2020-10-16 2020-10-30 2020-12-04 2021-06-02 Operating Costs and Training Implementation Conduct Road User Survey Selection LR-IIU-202052-CS-CDS / Goods, Works, consultants†Consultant Consultancy Services for ™ services, Training and Oper Pending IDA / 60370 Post Qualification Open - National 100,000.00 0.00 2021-01-20 2021-02-10 2021-03-26 2021-04-25 2021-05-30 2021-11-26 Developing of Crash Data ating Costs under Part C of th Implementation Selection Base Management System e Project INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Contract Type Estimated Actual Amount Draft Negotiated Description Component Review Type Method Market Approach Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Amount (US$) (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual LR-IIU-32982-CS-INDV / Individual Consultant Services, Consultancy Services for IDA / 49500 Prior Consultant Open 120,000.00 0.00 Canceled 2017-03-27 2017-11-06 2017-11-27 2018-01-02 2019-12-23 Operating Costs and Training Deputy Program Manager IIU Selection LR-IIU-32945-CS-INDV / Individual Consultancy Services for Head Consultant Services, IDA / 49500 Prior Consultant Open 108,000.00 0.00 Canceled 2017-03-27 2017-11-08 2017-11-29 2018-01-03 2019-12-24 Administration and Finance Operating Costs and Training Selection IIU LR-IIU-32986-CS-CDS / Consultant Services, Consultancy Services for Dry IDA / 49500 Prior Direct Selection Direct 573,874.00 0.00 Canceled 2017-08-29 2017-10-04 2017-10-04 2017-11-27 2018-11-22 Operating Costs and Training Port LR-IIU-63731-CS-CDS / Individual Consultant Services, Consultancy Services for IDA / 51670 Post Consultant Open 72,000.00 72,000.00 Signed 2018-06-05 2018-08-13 2018-07-24 2019-04-08 2018-07-31 2019-06-14 2018-08-15 2019-07-01 2020-08-04 Operating Costs and Training Safeguard Officer, IIU Selection LR-IIU-63719-CS-CDS / Consultant Services, Consultancy Services for IDA / 51670 Post Direct Selection Direct 133,333.00 60,000.00 Signed 2018-05-31 2018-06-24 2018-06-07 2018-06-25 2018-06-27 2018-06-26 2020-06-16 Operating Costs and Training Director Donor Fund, PFMU LR-IIU-74817-CS-CDS / Goods, Works, consultants†Consultancy Services for ™ services, Training and Oper IDA / 51670 Post Direct Selection Direct 100,000.00 266,350.00 Completed 2018-08-24 2018-09-05 2018-09-10 2018-09-05 2018-09-24 2018-09-14 2019-01-22 2018-11-14 Revising and Updating ESIA ating Costs under Part C of th for SECRAMP e Project LR-IIU-32938-CS-INDV / Individual Consultant Services, Consultancy Services for IDA / 49500 Prior Consultant Open 72,000.00 0.00 Canceled 2017-08-10 2017-11-30 2018-04-30 2017-12-21 2018-01-18 2020-01-08 Operating Costs and Training Environmentalist IIU Selection Goods, Works, consultants†LR-IIU-89934-CS-INDV / Individual ™ services, Training and Oper Consultancy Services for IDA / 51670 Post Consultant Open 72,000.00 144,000.00 Signed 2017-08-03 2017-09-01 2017-09-21 2018-07-13 2017-10-04 2018-05-24 2017-11-08 2018-07-20 2020-07-24 ating Costs under Part C of th Environmentalist, IIU Selection e Project LR-IIU-77628-CS-CDS / Consultancy Services for Short Consultant Services, Term Technical Assistance to IDA / 51670 Post Direct Selection Direct 130,000.00 0.00 Canceled 2018-09-26 2018-10-03 2018-10-26 2019-04-24 Operating Costs and Training National Road Fund and the IIU/MPW LR-IIU-148616-CS-CDS / Goods, Works, consultants†Consultancy Services for ™ services, Training and Oper IDA / 51670 Post Direct Selection Direct 24,000.00 28,000.00 Signed 2019-12-10 2020-01-22 2019-12-17 2020-02-04 2019-12-30 2020-02-10 2020-06-27 Deputy Director Donor ating Costs under Part C of th Funded Project e Project LR-IIU-148622-CS-CDS / Goods, Works, consultants†Consultancy Services for ™ services, Training and Oper IDA / 51670 Post Direct Selection Direct 18,000.00 21,000.00 Signed 2019-12-10 2020-01-22 2019-12-17 2020-02-04 2019-12-30 2020-02-10 2020-06-27 Senior Asistant Project ating Costs under Part C of th Accounting e Project LR-IIU-183524-CS-INDV / Individual Consultant Services, Under Consultancy Services for IDA / 60370 Post Consultant Open 108,000.00 0.00 2020-07-15 2020-07-16 2020-09-02 2020-09-16 2020-09-25 2022-09-15 Operating Costs and Training Implementation Deputy Program Manager, IIU Selection LR-IIU-202054-CS-INDV / Goods, Works, consultants†Individual Consultancy Services for ™ services, Training and Oper Pending IDA / 60370 Post Consultant Limited 50,000.00 0.00 2020-12-10 2020-12-17 2020-12-31 2021-01-21 2021-07-20 50km Assessment for ating Costs under Part C of th Implementation Selection Pedestrans Safety Measure e Project LR-IIU-202058-CS-INDV / Goods, Works, consultants†Consultancy Services for Individual ™ services, Training and Oper Pending review of the Vehicle and IDA / 60370 Post Consultant Limited 50,000.00 0.00 2020-11-21 2020-11-26 2020-12-17 2021-01-21 2021-07-20 ating Costs under Part C of th Implementation Traffic Law and National Road Selection e Project Act. LR-IIU-202057-CS-INDV / Goods, Works, consultants†Individual Consultancy Services for ™ services, Training and Oper Under IDA / 60370 Post Consultant Limited 83,000.00 0.00 2020-12-11 2020-12-07 2020-12-18 2021-01-08 2021-02-12 2021-08-11 Curriculium Development and ating Costs under Part C of th Implementation Selection Handbook for Driving Schools e Project LR-IIU-202059-CS-INDV / Goods, Works, consultants†Individual Consultancy Services for ™ services, Training and Oper Pending IDA / 60370 Post Consultant Limited 10,000.00 0.00 2020-11-25 2020-11-30 2020-12-21 2021-01-25 2021-07-24 Assessment of 50 KM road for ating Costs under Part C of th Implementation Selection pedestrian safety measure e Project Page 2