SUMMARY O F PROCUREMENT PLAN Project Preparation Advancement (PPA) Project information: Harmonizing and Improving Statistics in West Africa Project -P169265 Project Implementation agency: Liberia Institute of Statistics and Geo- Information Services (LISGIS) Date of the Procurement Plan: February 3, 2020 Period covered by this Procurement Plan: 3rd February to 31st July 2020 Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 1, 2016), revised in 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 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 Regional Project for Statistics Thresholds*, Procurement Methods, and Prior Review Contract (C) Value Expenditure Procurement Contracts Subject to No Threshold* [eq. Category Method Prior Review /[eq. US$] USD] All contracts at or above USD Open Competition 5,000,000 are subject to International Market 1 Works C ≥ 5,000,000 Approach and Direct international advertising and the use of the Bank’s SPDs (or other Contracting documents agreed with the Contract (C) Value Expenditure Procurement Contracts Subject to No Threshold* [eq. Category Method Prior Review /[eq. US$] USD] Bank). Open Competition National Market 200,000 < C < 5,000,000 None Approach C ≤ 200,000 RfQ None All contracts at or above USD Open Competition 500,000 are subject to International Market international advertising and the C ≥ 500,000 Approach and Direct use of the Bank’s SPDs (or other Goods, IT and Contracting documents agreed with the 2 non-consulting Bank). services Open Competition 100,000 < C < 500,000 National Market None Approach C ≤ 100,000 RfQ None All contracts at or above USD 100,000 are subject to for international advertising and the C < 100,000 Consulting Services use of the Bank’s SPDs (or other National documents agreed with the shortlist for Bank). 3 selection of All contracts at or above USD consultant firms for 200,000 are subject to Engineering and international advertising and the C ≤ 200,000 Construction use of the Bank’s SPDs (or other Supervision documents agreed with the Bank). Selection of All values ≥ 100,000 4 Individual All Approaches consultants Training, This line activity is not subject to Workshops, Based on approved Procurement Review However, 5 Study Tours All Values Annual Work Plan & each of the activities will be Budgets (AWPB) by TTL cleared with the TTL prior to its implementation. (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 be need for prequalification in the procurement arrangements under this Regional Project *These thresholds are for the purposes of the initial procurement plan for the PPA and for 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. Prequalification. 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 LISGIS Project Management Team will prepare Procurement manuals. The Procurement Plan will also form part of the Project Implementation Manual. Any Other Special Procurement Arrangements: None Procurement Packages/PLAN with Procurement Arrangements and Time Schedule: as per the Table below: b) PROCUREMENT PLAN Works There are no works under the Project Preparation Advance Goods and Non-Consulting Services 1 2 3 4 5 6 7 8 9 Ref. Contract Estimated Procurement Prequ Nation Revie Expecte Expecte Comment No. (Description) Cost Method alifica al w d bid d s US$ tion Prefer by opening Contrac (yes/n ence Bank date t o) (yes/n (Prior Signatu o) / Post) re Date 1 Procurement of 4 12,100 laptops, 3 No. all- in-1 printers, Limited, RFQ No No Post 28 Feb 4 Mar office desks, a 20 20 projector, metal filing cabinet, and stationery and supplies for project management Consultancy Services 1 2 3 4 5 6 7 8 9 Ref. Description of Estimate Selection Review Expecte Expected Expected Comments No. Assignment d Method/ by Bank d date Contract Completi Cost in Arrangem (Prior / of Signatur on US$ ent Post) proposal e Date submissi Date on 1. Recruitment of a Consultant to draft and validate 10,000 INDV Post 16 Mar 10 Apr 23 Apr ToR to be curricula of the 20 20 20 submitted to IDA Statistics degree & for Review and No CEST Program at Objection. the UL 2. Recruitment of a ToR, performance Financial evaluation, draft Management contract and Officer for Project DS Prior 10 Feb 21 Feb 31 Aug minutes of Management 20 20 20 contract negotiation to be submitted to IDA for Review and No 15,600 Objection. 3. ToR, performance evaluation, draft Recruitment of a contract and Procurement DS Prior 10 Feb 21 Feb 31 Aug minutes of Specialist for 20 20 20 contract Project 18,000 negotiation to be Management submitted to IDA for Review and No Objection. Training and Workshop (Training & Workshop activities are subject to TTL clearance). Estimat Estimated Expected Ref. Training, workshop and ed Cost Duration Training/workshop No. study tours in (Days) Date (US$) Conduct of validation 54,000 workshop and TOT for the GP Feb. 20 to March 1. on the design of 13 2020 questionnaires and enumeration training manual Workshop for cartographic 150,000 Feb. 24 to March 2. field staff training 16 2020 Workshop for enumeration 113,900 3. mapping training April 15, 2020 Study Tours to regional 32,000 countries for first-hand experience on regional March to April 4. harmonization of data 2020 collection, management and communication Workshops on current 50,000 administrative data across 5. April to July 2020 MACs and LISGIS regional offices Workshop to strengthen and 35,000 6. develop institutional capacity April to July 2020 of NSO Workshops for steering 40,000 7. committee on Administrative April to July 2020 Data Workshop for Project 10,000 Steering/Technical 8. Committees for annual work February 2020 plan preparation, review and validation 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) communication technology (including, without limitation, internet and telephone; (ii) per diem and travel expenses of the operational staff performing their responsibilities under the Project; (iii) fuel and vehicle maintenance; (iv) maintenance of equipment; (v) 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; 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. 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 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 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. 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. PROCUREMENT Western Africa : Harmonizing and Improving Statistics in West Africa PLAN General Information Country: Western Africa Bank’s Approval Date of the Original Procurement Plan: 2020-12-10 2021-07-28 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P169265 GPN Date: 2021-05-19 Project Name: Harmonizing and Improving Statistics in West Africa Loan / Credit No: IDA / D5850, IDA / V2050 T Executing Agency(ies): ogo : National Institute of Statistics and Economic and Demographic Studies 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$) Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned GOODS Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) Amount (US$) (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 MF1 / Tablettes et Country-Specific Component: accessoires: Acquisition de Improving and modernizing Single Stage - One 125 tablettes et accessoires IDA / V2050 A posteriori Demande de prix Limited 46,000.00 53,269.92 Signé 2021-06-09 2021-06-10 2021-07-12 2021-07-08 2021-07-27 physical and statistical Envelope pour la collecte des données infrastructure de la cartopgraphie censitaire Regional component: MF2 / Matériel roulant: Harmonization, Data Acquisition de matériel Collection, Quality Single Stage - One En attente roulant (véhicule) au profit IDA / V2050 A posteriori Appel d'offres Open - International 1,281,820.00 0.00 2021-07-16 2021-07-21 2021-09-06 2021-10-06 2021-11-10 2022-01-09 Improvement, Dissemination Envelope d'exécution des entités de mise en œuvre and Use of Core Social and du projet pour 2021 Economic Statistics MF4 / Matériels informatiques et accessoires/ Country-Specific Component: Acquisition de matériels Improving and modernizing Single Stage - One En attente IDA / V2050 A posteriori Appel d'offres Open - International 683,637.00 0.00 2021-07-23 2021-07-28 2021-09-13 2021-10-13 2021-11-17 2022-01-17 informatiques et accessoires physical and statistical Envelope d'exécution en 2021pour les entités de infrastructure mise en oeuvre du projet. MF7 / 112 Motos: Acquisition de 100 motos pour la collecte Regional component: des données de la Harmonization, Data cartographie censitaire du Collection, Quality Single Stage - One En attente IDA / V2050 A posteriori Demande de prix Open - National 153,000.00 0.00 2021-07-31 2021-09-11 2021-10-11 RGPH5 et 12 motos pour la Improvement, Dissemination Envelope d'exécution collecte des données and Use of Core Social and sociodémographiques à Economic Statistics l'INSEED. 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$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual TG-NISEDS-209423-NC-RFQ / ACQUISITION DE LICENCE DE Regional component: GESTION FINANCIERE Harmonization, Data MULTIPOSTE DE 15 Collection, Quality Single Stage - One En attente UTILISATEURS, INSTALLATION, IDA / D5850 A posteriori Demande de prix Limited 47,000.00 0.00 2020-12-16 2021-02-10 2021-02-10 Improvement, Dissemination Envelope d'exécution PARAMETRAGE, FORMATION and Use of Core Social and DES UTILISATEURS, Economic Statistics ASSISTANCE SUR LA PREMIERE ANNEE DE GARANTIE MSNC1 / Assurance santé : Project Management and Single Stage - One En attente Assurance du personnel IDA / V2050 A posteriori Demande de prix Limited 72,728.00 0.00 2021-06-14 2021-08-02 2022-08-02 Monitoring and Evaluation Envelope d'exécution contractuel du Projet Phasao Regional component: MF5 / Location de véhicule ; Harmonization, Data Location de véhicule pour Collection, Quality Single Stage - One En attente IDA / V2050 A posteriori Demande de prix Limited 16,364.00 0.00 2021-10-11 2021-11-15 2021-12-15 l'enquête sur le Commerce Improvement, Dissemination Envelope d'exécution international and Use of Core Social and Economic Statistics CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Contract Type Estimated Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Amount (US$) (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Regional component: TG-NISEDS-207922-CS-LCS Harmonization, Data / RECRUTEMENT D'UN Collection, Quality Sélection au En attente CABINET D'AUDIT COMPTABLE IDA / D5850 A posteriori Open - National 75,000.00 0.00 2019-12-02 2019-12-23 2020-02-20 2020-03-06 2020-03-21 2020-04-10 2020-05-22 2020-11-18 Improvement, Dissemination moindre coût d'exécution ET FINANCIER DU PROJET and Use of Core Social and POUR UNE PERIODE DE 3 ANS Economic Statistics MSC2 / Etude de faisabilité Regional component: des stations: Recrutement Harmonization, Data Sélection fondée d'un Cabinet pour la Collection, Quality sur les IDA / V2050 A posteriori Open - International 173,455.00 0.00 En cours d'examen 2021-07-01 2021-06-23 2021-07-08 2021-08-06 2021-09-05 2021-10-10 2023-02-07 réalisation de l'étude de Improvement, Dissemination qualifications des faisabilité de l’installations les and Use of Core Social and consultants stations permanentes au Togo Economic Statistics MSC1 / Guichet Unique : Regional component: Recrutement d'un Cabinet Harmonization, Data Sélection fondée pour la dématérialisation du Collection, Quality En attente IDA / V2050 A priori sur la qualité et le Open - International 770,910.00 0.00 2021-07-28 2021-08-04 2021-10-20 2021-11-03 2021-12-03 2022-01-07 2022-02-11 2023-02-11 guichet unique des Improvement, Dissemination d'exécution coût Déclaration Scientifiques and Use of Core Social and Financières (DSF) Economic Statistics Page 1 INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Contract Type Estimated Actual Amount Draft Negotiated Description Component Review Type Method Market Approach Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Amount (US$) (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Regional component: TG-NISEDS-207938-CS-INDV Harmonization, Data / RECRUTEMENT D'UN Collection, Quality IDA / D5850 A posteriori Individuel Open 30,000.00 0.00 En cours d'examen 2020-07-29 2020-08-31 2020-09-18 2020-10-09 2020-11-13 2021-11-08 GESTIONNAIRE FINANCIER Improvement, Dissemination (ACCOMPAGNEMENT DE 1 AN) and Use of Core Social and Economic Statistics Regional component: TG-NISEDS-207928-CS-INDV Harmonization, Data / RECRUTEMENT D'UN Collection, Quality IDA / D5850 A posteriori Individuel Open 67,000.00 0.00 En cours d'examen 2020-07-29 2020-08-31 2020-09-27 2020-10-18 2020-11-22 2021-11-17 AUDITEUR INTERNE DU PROJET Improvement, Dissemination POUR 2 ANS and Use of Core Social and Economic Statistics Regional component: TG-NISEDS-207925-CS-INDV Harmonization, Data / RECRUTEMENT D'UN Collection, Quality IDA / D5850 A posteriori Individuel Open 30,000.00 0.00 En cours d'examen 2020-07-29 2020-08-31 2020-09-22 2020-10-13 2020-11-17 2021-11-12 SPECIALISTE EN PASSATION DE Improvement, Dissemination MARCHES and Use of Core Social and Economic Statistics Regional component: TG-NISEDS-207927-CS-INDV Harmonization, Data / RECRUTEMENT D'UN Collection, Quality IDA / D5850 A posteriori Individuel Open 30,000.00 0.00 En cours d'examen 2020-07-29 2020-08-31 2020-11-20 2020-12-11 2021-01-15 2022-01-10 SPECIALISTE EN SUIVI ET Improvement, Dissemination EVALUATION and Use of Core Social and Economic Statistics Page 2