Procurement Plan (Textual Part) I. General 1. Project Information Country: Senegal Project Name: Saint-Louis Emergency Recovery and Resilience Project Project Id: P166538 Project Implementation Agency: Municipal Development Agency Date of the Procurement Plan: Septembre 2018 2. Period Covered by this procurement plan: Septembre 2018 to March 31,2020 II. 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 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. III. Bank’s Standard Procurement Documents: 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. IV. 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 decree n° 2014-1212 of 22 September 2014 of The Senegal Public Procurement Regulations, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: (the “Procurement Guidelines”), and the additional provisions in the following paragraphs: (a) Eligibility: Eligibility to participate in a procurement process and to be awarded an Association-financed contract shall be as defined under Section I of the Procurement Guidelines; 1 accordingly, no bidder or potential bidder shall be declared ineligible for contracts financed by the Association for reasons other than those provided in Section I of the Procurement Guidelines. No restriction based on nationality of bidders and/or origin of goods shall apply, and foreign bidders shall be allowed to participate in NCB without application of restrictive conditions, such as, but not limited to, mandatory partnering or subcontracting with national entities. (b) Domestic Preference: No margins of preference of any sort shall be applied in the bid evaluation. (c) Bidding Documents: Procuring entities shall use bidding documents acceptable to the Association. (d) Bid validity: An extension of bid validity, if justified by exceptional circumstances, may be requested in accordance with Appendix 1 of the Procurement Guidelines. A corresponding extension of any bid guarantee shall be required in all cases of extension of bid validity. A bidder may refuse a request for extension of bid validity without forfeiting its bid guarantee. (e) Qualification: Qualification criteria shall be clearly specified in the bidding documents. All criteria so specified, and only such specified criteria, shall be used to determine whether a bidder is qualified. Qualification shall be assessed on a “pass or fail” basis, and merit points shall not be used. Such assessment shall be based entirely upon the bidder’s or prospective bidder’s capability and resources to effectively perform the contract, taking into account objective and measurable factors, including: (i) relevant general and specific experience, and satisfactory past performance and successful completion of similar contracts over a given period; (ii) financial position; and where relevant (ii) capability of construction and/or manufacturing facilities (f) Prequalification procedures and documents acceptable to the Association shall be used for large, complex and/or specialized works. Verification of the information upon which a bidder was prequalified, including current commitments, shall be carried out at the time of contract award, along with the bidder’s capability with respect to personnel and equipment. Where pre- qualification is not used, the qualification of the bidder who is recommended for award of contract shall be assessed by post-qualification, applying the qualification criteria stated in the bidding documents. (g) Bid Evaluation: All bid evaluation criteria other than price shall be quantifiable in monetary terms. Merit points shall not be used, and no minimum point or percentage value shall be assigned to the evaluation criteria or significance of price in bid evaluation. No negotiations shall be permitted. (h) Guarantees: Guarantees shall be in the format, shall have the period of validity and shall be submitted when and as specified in the bidding documents. (i) Cost Estimates: Detailed cost estimates shall be confidential and shall not be disclosed to prospective bidders. No bids shall be rejected on the basis of comparison with the cost estimates without the Association’s prior written concurrence. (j) Rejection of bids and re-bidding: No bid shall be rejected solely because it falls outside of a predetermined price range or exceeds the estimated cost. All bids (or the sole bid if only one bid is received) shall not be rejected, the procurement process shall not be cancelled, and new bids shall not be solicited without the Association’s prior written concurrence. 2 (k) Fraud and corruption: In accordance with the Procurement Guidelines, each bidding document and contract shall include provisions stating the Association’s policy to sanction firms or individuals found to have engaged in fraud and corruption as set forth in the Procurement Guidelines. (l) Inspection and audit rights: In accordance with the Procurement Guidelines, each bidding document and contract shall include provisions stating the Bank’s policy with respect to inspection and audit of accounts, records and other documents relating to the submission of bids and contract performance. 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. In accordance with paragraph 5.4(c) and 5.5 of the Procurement Regulations, the request for bids/request for proposals/request for quotations document shall require that Bidders/Proposers submitting Bids/Proposals/quotations 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. V. Prequalification: Not applicable VI. Leased Assets: Not applicable VII. Procurement of Second Hand Goods: Not applicable VIII. Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). (a) Goods: Non- identified for now (b) Works: Non- identified for now Domestic preference is not applicable for National Open Competitive Procurement IX. Other Relevant Procurement Information 3 X. Procurement Prior Review Thresholds (US$) Valeur seuil du Contrats soumis à examen préalable de Nature des dépenses Méthode de passation de marchés marché l’IDA $EU AOI ≥ Tous les contrats de plus $10,000,000 15.000.0 USD 00 AON < Tous les contrats de plus $10,000,000 15.000.0 USD 1. Travaux 00 Demande de cotation – au moins 3 offres < Aucun 200.000 Entente Directe Pas de Tous les contrats de plus $10,000,000 seuil USD AOI ≥1 Tous les contrats de $2,000,000 et plus 000.000 AON < Aucun 1000.000 2. Fournitures et services Consultation de Fournisseurs locaux au moins 3 < Aucun assimilés offres 100.000 Consultation de Fournisseurs locaux (véhicules et < Aucun carburant) 500.000 Entente directe Pas de Tous les contrats de $2,000,000 et plus seuil Post Review: All contracts not subject to prior review shall be subject to post review. 4 XI. Thresholds for Procurement Approaches and Method (US$) Nature de dépenses Méthode de passation de marchés Valeur seuil du contrat $EU Contrats soumis à examen préalable SBQC1; SBQ2; SCM3; SBF4 Tous contrats de $1,000,000 EU ou plus Consultants Firmes SQC5 < 300 000 Aucun Entente directe Pas de seuil Tous contrats de $1,000,000 EU ou plus Consultant individuel (CI) 6 (AMI)7 ≥ 100.000 Tous contrats de 300.000 $ EU ou plus Consultants Individuels Consultant individuel (CI) (3CV) < 100.000 Entente directe Pas de seuil Tous contrats de 300.000 $ EU ou plus Tous les TDRs, quel que soit la valeur du contrat, sont soumis à examen préalable. 1 Sélection Basée sur la Qualité et le Coût 2 Sélection Basée sur la qualité du Consultant 3 Sélection au coût minimum 4 Sélection à Budget fixe 5 Sélection basée sur les qualifications des consultants 6 Consultant Individuel 7 Avis à Manifestation d’Intérêt 5 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 Guidelines8 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;9 (ii) to be a nominated10 sub-contractor, consultant, 8Guidelines 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. 9 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. 10 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 6 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 about 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 inspect11 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: know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower. 11 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. 7 PROCUREMENT Senegal : Senegal - Saint-Louis Emergency Recovery and Resilience Project PLAN General Information Country: Senegal Bank’s Approval Date of the Original Procurement Plan: 2018-09-04 2020-03-17 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P166538 GPN Date: Project Name: Senegal - Saint-Louis Emergency Recovery and Resilience Project Loan / Credit No: IDA / 62730 Executing Agency(ies): MUNICIPAL DEVELOPMENT AGENCY WORKS 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 SN-ADM-02-T-AON / Component 3: Strengthening Travaux de démolition et de Single Stage - One En attente IDA / 62730 Urban and Coastal A posteriori Appel d'offres Open - National 400,000.00 0.00 2019-08-06 2019-08-11 2019-09-10 2019-10-10 2019-11-14 2020-02-12 sécurisation de la bande des Envelope d'exécution Resilience Planning 20 ml SN-ADM-02-T-AONR / Component 1: Meeting Single Stage - One Travaux d'aménagement du IDA / 62730 Immediate Needs of the A posteriori Appel d'offres Limited 350,000.00 457,123.94 Signé 2018-08-31 2018-12-07 2018-09-05 2018-04-10 2018-09-19 2018-12-17 2018-10-03 2018-12-26 2018-10-31 2019-01-24 2019-02-28 Envelope site de relogement provisoire Disaster Affected Population SN-ADM-01-T-AON / Component 3: Strengthening Single Stage - One En attente Travaux de requalification de IDA / 62730 Urban and Coastal A posteriori Appel d'offres Open - National 800,000.00 0.00 2019-11-12 2019-11-17 2019-12-17 2020-01-16 2020-02-20 2021-08-13 Envelope d'exécution la zone libérée Resilience Planning Component 2: Planned SN-ADM-01-T-AONR / Relocation of Populations Travaux d'aménagement et Open - Single Stage - One En attente IDA / 62730 Living in the Highest Risk A posteriori Appel d'offres 6,200,000.00 0.00 2019-05-13 2019-05-18 2019-06-29 2019-07-14 2019-08-18 2021-08-07 de viabilisation du site de International Envelope d'exécution Zones in the Langue de relogement définitif Barbarie Component 2: Planned SN-ADM-03-T-AONR / Relocation of Populations Open - Single Stage - One En attente Travaux de construction des IDA / 62730 Living in the Highest Risk A posteriori Appel d'offres 4,830,000.00 0.00 2019-06-17 2019-06-22 2019-08-03 2019-09-02 2019-10-07 2021-09-26 International Envelope d'exécution logements définitifs en 4 lots Zones in the Langue de Barbarie SN-ADM-04-CS-ED / Sélection par entente directe d’une entreprise pour la Component 2: Planned réalisation de travaux Relocation of Populations Passation de En cours complémentaires pour IDA / 62730 Living in the Highest Risk A posteriori marché de gré à Direct 665,000.00 0.00 2019-11-12 2019-10-25 2019-11-15 2020-01-08 2019-11-29 2020-02-27 d'exécution l’aménagement du site de Zones in the Langue de gré relogement provisoire de Barbarie Djougob - Avec l’entreprise CSTP 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 SN-ADM-O1-F-UN / Acquisition et installation de Passation de Component 1: Meeting matériels et équipements marchés auprès IDA / 62730 Immediate Needs of the A priori Direct 3,700,000.00 2,197,045.00 Signé 2018-08-14 2018-08-19 2018-09-02 2018-09-13 2019-06-29 (unités mobiles etc. pour le des agences de Disaster Affected Population relogement temporaire - l'ONU Avec UNOPS Page 1 SN-ADM-01-F-AON / Acquisition matériels et Component 3: Strengthening équipements (pluviomètres, Single Stage - One En attente IDA / 62730 Urban and Coastal A posteriori Appel d'offres Open - National 300,000.00 0.00 2019-02-12 2019-02-17 2019-03-19 2019-04-09 2019-05-14 2019-11-10 limnimètres, balises etc...) Envelope d'exécution Resilience Planning pour le système d'Alerte Précoce (SAP etc.) SN-ADM-01-F-DC / Acquisition de matériels, Component 3: Strengthening biens et services dans le Single Stage - One En attente IDA / 62730 Urban and Coastal A posteriori Demande de prix Limited 250,000.00 0.00 2019-11-09 2020-01-04 2020-07-02 cadre du renforcement des Envelope d'exécution Resilience Planning capacités au niveau institutionnel et technique SN-ADM-04-F-DC / Acquisition d'un Véhicule Component 5: Project Single Stage - One En attente 4x4 pour l'ARD de Saint IDA / 62730 Management, Monitoring A posteriori Demande de prix Limited 110,000.00 0.00 2019-04-06 2019-06-17 2019-07-17 Envelope d'exécution Louis et d'un Pick up pour and Evaluation la commune de Saint Louis SN-ADM-02-F-DC / Fourniture d'équipements pour les experts du SERRP Component 5: Project basés à l'ARD de Saint- Single Stage - One IDA / 62730 Management, Monitoring A posteriori Demande de prix Limited 5,000.00 4,310.49 Signé 2019-03-13 2019-03-28 2019-04-17 2019-05-14 2019-05-17 Louis - Lot unique Envelope and Evaluation comportant une imprimante, du mobilier de bureau, un split et une Fontaine à eau SN-ADM-03-F-DC / Fourniture de matériels informatiques et de mobiliers Component 5: Project Single Stage - One de bureau dans le cadre de IDA / 62730 Management, Monitoring A posteriori Demande de prix Limited 29,500.00 25,471.05 Signé 2019-03-13 2018-12-24 2019-04-10 2019-03-15 2019-05-10 Envelope l' appui à la commune et à and Evaluation l'ARD de saint-louis en deux (02) lots separes SN-ADM-05-F-DC / Acquisition d'équipements Component 2: Planned ménagers pour les mesures Relocation of Populations Single Stage - One d'aide au relogement IDA / 62730 Living in the Highest Risk A posteriori Demande de prix Limited 50,000.00 50,087.21 Signé 2019-06-15 2019-07-02 2019-07-20 2019-08-08 2019-08-19 Envelope provisoire des familles Zones in the Langue de sinistrées de la langue de Barbarie barbarie. SN-ADM-12-CS-CI / Component 5: Project Fourniture de matériels Single Stage - One IDA / 62730 Management, Monitoring A posteriori Demande de prix Limited 28,700.00 36,992.91 Signé 2019-08-27 2019-07-15 2019-10-22 2019-09-13 2019-11-21 informatiques pour la Envelope and Evaluation commune de Gandon SN-ADM-161657-GO-RFQ / Acquisition de mobilier de Component 5: Project Single Stage - One En attente salle de réunion dans le IDA / 62730 Management, Monitoring A posteriori Demande de prix Limited 5,000.00 0.00 2019-08-20 2019-10-15 2020-04-12 Envelope d'exécution cadre de l'appui logistique à and Evaluation la préfecture de Saint-Louis 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 SN-ADM-161586-NC-RFQ / ENTRETIEN DU SYSTEME D’ASSAINISSEMENT ET LA Component 1: Meeting Single Stage - One En attente VIDANGE DE FOSSES IDA / 62730 Immediate Needs of the A posteriori Demande de prix Limited 20,000.00 0.00 2020-03-10 2020-05-05 2021-05-05 Envelope d'exécution SEPTIQUES, DU SITE DE Disaster Affected Population RECASEMENT PROVISOIRE DE DIOUGOP Page 2 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 SN-ADM-01-CS-SQC / Component 2: Planned Firme pour la supervision Sélection fondée Relocation of Populations des travaux d'aménagement sur les En attente IDA / 62730 Living in the Highest Risk A posteriori Open - National 850,000.00 0.00 2018-09-07 2018-09-14 2018-10-19 2018-11-02 2018-12-07 2019-06-05 du site définitif et de qualifications des d'exécution Zones in the Langue de construction de logement et consultants Barbarie d'équipement collectifs SN-ADM-01-CS-SFQC / Sélection d'un Cabinet pour Component 3: Strengthening Sélection fondée la conception , En cours IDA / 62730 Urban and Coastal A posteriori sur la qualité et Open - National 300,000.00 0.00 2018-11-07 2019-12-18 2018-11-21 2019-01-04 2019-02-01 2019-03-03 2019-04-07 2019-05-12 2020-05-06 opérationnalisation du d'exécution Resilience Planning le coût Système d'alerte précoce local (SAPL) SN-ADM-02-CS-SFQC / Sélection d'un Cabinet pour Component 3: Strengthening Sélection fondée En attente la préparation du Plan de IDA / 62730 Urban and Coastal A posteriori sur la qualité et Open - National 400,000.00 0.00 2018-11-15 2018-12-06 2019-01-19 2019-02-16 2019-03-18 2019-04-22 2019-05-27 2019-12-23 d'exécution résilience de l'agglomération Resilience Planning le coût de Saint-Louis SN-ADM-03-CS-SFQC / Component 5: Project Sélection fondée En attente Sélection d'un Cabinet IDA / 62730 Management, Monitoring A posteriori sur la qualité et Open - National 150,000.00 0.00 2018-09-17 2018-10-08 2018-11-21 2018-12-19 2019-01-18 2019-02-22 2019-03-29 2021-03-18 d'exécution d'audit technique du projet and Evaluation le coût SN-ADM-04-CS-SFQC / Component 5: Project Sélection fondée Sélection d'un Cabinet En attente IDA / 62730 Management, Monitoring A posteriori sur la qualité et Open - National 100,000.00 0.00 2018-10-04 2018-10-25 2018-12-08 2019-01-05 2019-02-04 2019-03-11 2019-04-15 2022-03-30 d'audit financier du projet d'exécution and Evaluation le coût (Par la DCFE) SN-ADM-02-CS-SQC / Sélection d'un Cabinet pour Component 2: Planned Sélection fondée la Facilitation sociale du Relocation of Populations sur les programme de récasement IDA / 62730 Living in the Highest Risk A posteriori Open - National 550,000.00 424,512.59 Signé 2018-08-14 2018-03-19 2018-08-28 2018-09-25 2018-09-28 2018-10-09 2018-10-09 2018-11-13 2018-12-04 2021-10-28 qualifications des définitif des familles Zones in the Langue de consultants déplacées de la langue de Barbarie barbarie SN-ADM-05-CS-SFQC / Sélection d'un Cabinet pour l'élaboration et la mise Component 3: Strengthening Sélection fondée En attente œuvre du plan de IDA / 62730 Urban and Coastal A posteriori sur la qualité et Open - National 450,000.00 0.00 2019-01-08 2019-01-29 2019-03-14 2019-04-11 2019-05-11 2019-06-15 2019-07-20 2022-07-04 d'exécution renforcement de capacités Resilience Planning le coût des structures parties prenantes du projet SN-ADM-06-CS-SFQC / Élaboration d'un cadre de financement du risque de Sélection fondée Component 3: Strengthening catastrophe pour guider la sur les En attente IDA / 62730 Urban and Coastal A posteriori Open - National 100,000.00 0.00 2018-12-03 2018-12-24 2019-01-14 2019-01-28 2019-02-18 2019-08-17 reconstruction de logements qualifications des d'exécution Resilience Planning et/ou la réinstallation des consultants ménages affectés par la catastrophe 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 Page 3 Component 2: Planned SN-ADM-04-CS-CI / Relocation of Populations Recrutement d'un expert IDA / 62730 Living in the Highest Risk A posteriori Individuel Open 240,000.00 0.00 Annulé 2018-08-16 2018-04-10 2018-10-04 2018-10-25 2018-11-29 2022-11-08 social pour assister l'équipe Zones in the Langue de du projet basée à St Louis Barbarie SN-ADM-05-CS-CI / Recrutement d'un spécialiste Component 5: Project en sauvegarde IDA / 62730 Management, Monitoring A posteriori Individuel Open 240,000.00 0.00 Annulé 2018-08-20 2018-03-30 2018-10-08 2018-10-29 2018-12-03 2022-11-12 environnementale et sociale and Evaluation pour assister l'équipe du projet basée à St Louis SN-ADM-06-CS-CI / Component 5: Project Recrutement d'un assistant IDA / 62730 Management, Monitoring A posteriori Individuel Open 73,000.00 0.00 Annulé 2018-09-12 2018-04-25 2018-10-31 2018-11-21 2018-12-26 2022-12-05 en suivi et évaluation pour and Evaluation assister l'ADM SN-ADM-07-CS-CI / Recrutement d'un expert en Component 5: Project En attente génie civil avec une IDA / 62730 Management, Monitoring A posteriori Individuel Open 240,000.00 0.00 2018-08-29 2018-10-17 2018-11-07 2018-12-12 2022-11-21 d'exécution expertise en génie côtier and Evaluation pour assister l'ADM SN-ADM-08-CS-CI / Component 5: Project En attente Recrutement d'un assistant à IDA / 62730 Management, Monitoring A posteriori Individuel Open 100,000.00 0.00 2018-11-07 2018-12-26 2019-01-16 2019-02-20 2023-01-30 d'exécution la coordination du projet and Evaluation SN-ADM-09-CS-CI / Component 5: Project En attente Recrutement d'un comptable IDA / 62730 Management, Monitoring A posteriori Individuel Open 240,000.00 0.00 2019-04-01 2019-05-20 2019-06-10 2019-07-15 2023-06-24 d'exécution basé à St Louis and Evaluation SN-ADM-10-CS-CI / Component 5: Project En attente Recrutement d'un expert de IDA / 62730 Management, Monitoring A posteriori Individuel Open 250,000.00 0.00 2019-04-01 2019-05-20 2019-06-10 2019-07-15 2023-06-24 d'exécution la résilience urbaine and Evaluation SN-ADM-11-CS-CI / Élaboration d'une stratégie Component 5: Project En attente visant les modalités IDA / 62730 Management, Monitoring A posteriori Individuel Open 100,000.00 0.00 2019-04-03 2019-05-22 2019-06-12 2019-07-17 2023-06-26 d'exécution d'allocation de logements en and Evaluation complément du PAR SN-ADM-01-CS-ED / Sélection d'un Cabinet pour les Études Techniques (APS) environnementale et sociale pour la proposition d'une Component 3: Strengthening Sélection de solution de protection En cours IDA / 62730 Urban and Coastal A priori consultants par Direct 2,400,000.00 0.00 2018-09-07 2019-03-08 2018-09-17 2019-03-05 2018-11-05 2020-04-28 durable du littoral au d'exécution Resilience Planning entente directe niveau de la langue de Barbarie et le Plan Directeur de Drainage. Avec le Groupement EGIS/DELTARES SN-ADM-03-CS-ED / Sélection d'un Cabinet Component 5: Project Sélection de En cours assistant technique IDA / 62730 Management, Monitoring A priori consultants par Direct 1,360,000.00 0.00 2019-03-04 2019-03-14 2019-05-18 2020-05-12 d'exécution international au projet avec and Evaluation entente directe Cabinet CREOCEAN SN-ADM-01-CS-CI / Sélection d'un Consultant Component 2: Planned individuel pour l'étude et le Relocation of Populations En attente suivi architectural des IDA / 62730 Living in the Highest Risk A posteriori Individuel Open 95,000.00 0.00 2018-12-17 2019-02-04 2019-02-25 2019-04-01 2021-06-19 d'exécution travaux de construction de Zones in the Langue de logements et d'équipement Barbarie sociaux Page 4 SN-ADM-02-CS-ED / Sélection d'un Cabinet pour les Etudes Techniques d'APD et DAO pour la proposition d'une solution de protection Component 3: Strengthening Sélection de En attente durable du littoral au IDA / 62730 Urban and Coastal A priori consultants par Direct 1,200,000.00 0.00 2020-03-05 2020-03-15 2020-05-10 2021-05-05 d'exécution niveau de la langue de Resilience Planning entente directe Barbarie et le Plan Directeur de Drainage. Avec le Groupement EGIS/DELTARES SN-ADM-02-CS-CI / Component 2: Planned Sélection d'un Consultant Relocation of Populations individuel pour l'étude de En attente IDA / 62730 Living in the Highest Risk A posteriori Individuel Limited 50,000.00 0.00 2018-10-25 2018-10-30 2018-11-13 2018-12-04 2019-03-04 plan béton armé des d'exécution Zones in the Langue de logements et d'équipement Barbarie sociaux SN-ADM-03-CS-CI / Component 2: Planned Sélection d'un Consultant Relocation of Populations individuel pour l'étude des En attente IDA / 62730 Living in the Highest Risk A posteriori Individuel Limited 25,000.00 0.00 2018-12-17 2018-12-22 2019-01-12 2019-02-16 2019-05-17 lots techniques des d'exécution Zones in the Langue de logements et d'équipements Barbarie sociaux SN-ADM-04-CS-CIB / Component 2: Planned Recrutement d'un expert Relocation of Populations En cours social pour assister l'équipe IDA / 62730 Living in the Highest Risk A posteriori Individuel Open 240,000.00 0.00 2018-04-10 2019-05-05 2019-06-14 2019-07-14 2019-09-16 2020-09-15 d'exécution du projet basée à Saint Zones in the Langue de Louis Barbarie SN-ADM-05-CS-CIB / Recrutement d'un spécialiste Component 3: Strengthening en sauvegarde En cours IDA / 62730 Urban and Coastal A posteriori Individuel Open 240,000.00 0.00 2018-03-30 2018-05-02 2018-06-20 2018-08-04 2018-10-01 2023-12-31 environnementale et sociale d'exécution Resilience Planning pour assister l'équipe du projet basée à St Louis SN-ADM-06-CS-CIB / Component 5: Project Recrutement d'un assistant IDA / 62730 Management, Monitoring A posteriori Individuel Open 73,000.00 113,790.19 Signé 2018-04-25 2018-10-01 2018-11-01 2019-01-02 2018-12-16 2019-02-16 2019-02-20 2019-02-01 2022-12-31 en suivi et évaluation pour and Evaluation assister l'ADM SN-ADM-13-CS-CI / Component 5: Project En cours Sélection d'un Spécialiste en IDA / 62730 Management, Monitoring A posteriori Individuel Open 225,000.00 0.00 2019-12-13 2020-01-14 2020-01-06 2020-01-11 2020-01-19 2023-07-02 d'exécution Passation de Marchés and Evaluation SN-ADM-02-CI-ED / Sélection Directe d'un Component 5: Project consultant Individuel En cours IDA / 62730 Management, Monitoring A posteriori Individuel Open 202,000.00 0.00 2019-12-16 2020-02-14 2019-12-25 2019-12-27 2019-12-31 2023-06-30 Ingénieur Génie Civil d'exécution and Evaluation spécialisé en Hydraulique. Avec Lamine Doumbouya SN-ADM-01-CI-ED / Sélection Directe d'un Component 5: Project consultant Individuel En cours IDA / 62730 Management, Monitoring A posteriori Individuel Direct 221,000.00 0.00 2019-12-16 2020-02-14 2019-12-24 2020-02-24 2019-12-26 2019-12-30 2023-06-30 Assistant Technique National d'exécution and Evaluation en Ingénierie Sociale. Avec Mouhamadou BA SN-ADM-06-CI-ED / Sélection Directe d'un Component 5: Project En cours consultant Individuel Expert IDA / 62730 Management, Monitoring A posteriori Individuel Direct 213,000.00 0.00 2019-12-16 2018-08-03 2019-12-24 2019-12-26 2019-12-30 2023-06-30 d'exécution Environnementaliste. Avec and Evaluation Insa FALL Page 5 SN-ADM-05-CI-ED / Sélection Directe d'un Component 5: Project consultant Individuel En cours IDA / 62730 Management, Monitoring A posteriori Individuel Direct 218,000.00 0.00 2019-12-16 2020-02-14 2019-12-24 2020-02-24 2019-12-26 2019-12-30 2023-06-30 Spécialiste en sauvegarde d'exécution and Evaluation sociale. Avec Marie Solange NDIONE SN-ADM-03-CI-ED / Sélection Directe d'un consultant Individuel Component 5: Project Spécialiste en Hygiène, IDA / 62730 Management, Monitoring A posteriori Individuel Direct 225,000.00 59,560.23 Signé 2019-12-16 2018-10-02 2019-12-24 2018-08-14 2019-12-26 2019-03-08 2019-12-30 2019-04-22 2023-06-30 Santé, Sécurité and Evaluation Environnement & Social (HESSS). Avec Lala Youssou NDIAYE SN-ADM-04-CI-ED / Sélection Directe d'un Component 5: Project En cours consultant Individuel IDA / 62730 Management, Monitoring A posteriori Individuel Direct 91,000.00 0.00 2019-12-16 2020-02-13 2019-12-24 2020-02-24 2019-12-26 2019-12-30 2023-06-30 d'exécution Assistant de Projet. Avec and Evaluation Khady Manel FALL SN-ADM-07-CI-ED / Sélection Directe d'un Component 5: Project Sélection de consultant Individuel Expert En attente IDA / 62730 Management, Monitoring A posteriori consultants par Direct 220,000.00 0.00 2019-12-19 2019-12-23 2019-12-29 2023-06-30 en Développement urbain. d'exécution and Evaluation entente directe Avec Amadou Diouldé DIALLO SN-ADM-12-CONS-CI / Sélection d’un consultant pour la réalisation de l’Étude d’Impact Environnemental et Social Component 3: Strengthening (EIES) de l’aménagement IDA / 62730 Urban and Coastal A posteriori Individuel Limited 46,000.00 46,126.08 Signé 2020-01-17 2019-11-05 2020-01-20 2019-11-11 2020-01-23 2019-12-23 2020-01-28 2020-01-21 2020-02-27 définitif du site de Resilience Planning relogement de Djougop et de la libération de la bande des 20m sur la langue de Barbarie. SN-ADM-160320-CS-INDV / Component 5: Project En cours Recrutement d’un comptable IDA / 62730 Management, Monitoring A posteriori Individuel Open 110,000.00 0.00 2020-02-24 2020-02-20 2020-04-13 2020-05-04 2020-06-08 2023-06-30 d'examen dans le cadre du SERRP and Evaluation SN-ADM-160526-CS-INDV / Recrutement d’un Géomètre Component 2: Planned agréé pour la délimitation Relocation of Populations En attente de l’assiette foncière de la IDA / 62730 Living in the Highest Risk A posteriori Individuel Limited 1,440.00 0.00 2020-03-02 2020-03-07 2020-03-28 2020-05-02 2020-05-08 d'exécution bande des 20 mètres de la Zones in the Langue de Langue de Barbarie à Saint Barbarie Louis. SN-ADM-161658-CS-INDV / Conception et opérationnalisation d'un Component 4: Contingent système d'alerte précoce En attente IDA / 62730 Emergency Response A posteriori Individuel Open 45,000.00 0.00 2019-11-21 2020-01-09 2020-01-30 2020-03-05 2020-09-01 (SAP) provisoire pour faire d'exécution Component face aux impacts du changement climatique sur la LANGUE DE BARBARIE SN-ADM-161660-CS-INDV / Sélection Directe d'un Component 5: Project En attente consultant Individuel IDA / 62730 Management, Monitoring A posteriori Individuel Direct 202,000.00 0.00 2020-02-14 2020-02-24 2020-03-16 2020-04-20 2023-06-30 d'exécution Ingénieur Génie Civil and Evaluation spécialisé en Hydraulique SN-ADM-165141-CS-INDV / Supervision des travaux Component 1: Meeting En attente d'aménagement du site de IDA / 62730 Immediate Needs of the A posteriori Individuel Open 42,000.00 0.00 2020-03-20 2020-05-08 2020-05-29 2020-07-03 2020-12-30 d'exécution relogement provisoire (2e Disaster Affected Population phase) Page 6