18-MONTH PROCUREMENT PLAN Project information: Nigeria Rural Access And Agricultural Marketing Project (RAAMP) - P163353 Project Implementation Agencies: Federal Ministry of Agriculture and Rural Development and State Project Implementation Units (SPIUs) Date of the Procurement Plan: September 18, 2019 Period covered by this Procurement Plan: February 2019 to July 2020 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. 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 Nigeria Public Procurement Act 2007, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations. 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. 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: [15% is applicable for those contracts identified in the Procurement Plan tables]; Works: [ 7.5% is applicable for those contracts identified in the Procurement Plan tables] I. Threshold for Prior Review – Goods, Works, Non-Consulting Services and Consulting Services Prior-review Thresholds Thresholds for Procurement Methods High Substant Moderate Shortlist of Low Risk Procurement Type Risk ial Risk Risk ($'000) Works Goods, IT & Non- National ($'000) ($'000) ($'000) Consulting Services Consultants Request Request Open Engineerin for Open for Open Open Consulti g& Internati Quotatio internati Quotatio 10, 15,0 20, National National ng Constructi Works onal or n or onal or n or 5,000 000 00 000 ICB or NCB National ICB or NCB National Services on ($'000) ($'000) ($'000) Supervisio ($'000) Shoppin ($'000) Shoppin n ($'000) g ($'000) g ($'000) Goods, IT & Non- 2, 4, 6, Consulting Services 1,500 000 000 000 ≧ < ≦ ≧ < ≦ < ≦ Consultants 1, 2, 4, 20, 20,0 5,0 5,0 1 3 200 (Firms) 500 000 000 000 000 00 00 00 00 00 500 Post Review: All contracts not subject to prior review shall be subject to post review. Summary of the procurement packages for Goods, Works and Non-Consulting Services (Planned for the first 18 months after project effectiveness): Market Selecti Approac Evaluation on Expected Review h Options (Most Prequal- Expected Estimate Method Domestic date of Sr. Contract by Bank (Open- Advantageous ification date of d Cost (RFP, Preference bid/ No Description (Prior/ National Bid, BAFO, (Yes/ Contract (US$) RFB, (Yes/No) proposal Post) / Rated Criteria No) Signature RFQ, opening Limited etc.) DS etc.) etc.) Procurement of Air Conditioners 2 Limited Lowest 1 Post 24,600 RFQ No No Feb. 2020 March. 2020 Horse power Evaluated Cost (Split Unit) (Goods) Procurement of Steel File cabinets, Spiral Lowest 2 Binding Post 12,600 Limited RFQ Evaluated Cost No No Feb. 2020 March. 2020 Machines and Consumables (Goods) Procurement of External hard disk + software packages Lowest March. 3 (licensed MS Post 12,300 Limited RFQ Evaluated Cost No No 2020 April. 2020 Office, Autocads, Antivirus, Converter etc) (Goods) Procurement of Laptops and Lowest March. 4 Post 100,000 Limited RFQ No No May. 2020 Tablets Evaluated Cost 2020 (Goods) Procurement of Lowest March. 5 Post 22,400 Limited RFQ No No April. 2020 Photocopying Evaluated Cost 2020 Machines (Goods) Medium Sized Lowest March. 6 Refrigerators Post 10,800 Limited RFQ Evaluated Cost No No 2020 April. 2020 (Goods) Procurement of Safety Equipment (Boots, Lowest 7 Post 39,000 Limited RFQ No No June. 2020 July, 2020 Helmets, Evaluated Cost Reflective Jackets etc.) (Goods) Construction Measuring Lowest August. 8 Manual Wheel Post 6,500 Limited RFQ Evaluated Cost No No July 2020 2020 (Surveyor’s Wheel) (Goods) Roads Maintenance Equipment for Community based road maintenance (30 Nos tipping tricycles and other equipment Open- 1,235,0 Lowest 9 such roads Post Nationa RFB No No Sept. 2020 Dec. 2020 00 Evaluated Cost signs and; l cutlasses, wheelbarrows, hand rammer, digger, helmet, watering cans, reflective jacket, long shovel, nose cover, boots etc) (Goods) Procurement of Office Equipment, Printers, Open- Digital Lowest August. 10 Post 420,000 Nationa RFB No No June. 2020 Cameras & Evaluated Cost 2020 l Sundry Communicatio n devices (Goods) Purchase of Open- Project 2,940,0 Lowest March. 11 Prior Nationa RFB No No May. 2020 Vehicles 00 Evaluated Cost 2020 l (Goods) Server, Network System and other Open- Lowest equipment & Post 150,000 Nationa RFB Evaluated Cost No No Feb. 2020 May. 2020 accessories for l NiRTIMS and CosMos (Goods) Design and Construction of 200km of Open- Rural Roads 134,000 Rated Criteria Prior Internat RFP No No Jun. 2020 Dec. 2020 (13 Contracts ,000.00 and Cost ional of US$10.3 Million each) (Works) Construction/E stablishment of Agro- Logistics Open – centers/hubs 2,000,0 Lowest March. Post Nationa RFB No No July. 2021 at strategic 00 Evaluated Cost 2021 l locations (Multiple contracts) (Works) Construction /Rehabilitation of 10 Nos. Open- Rural Bridges & 8,000,0 Lowest March. Post Nationa RFB No No July. 2022 Large culverts 00 Evaluated Cost 2021 l (US$ 0.6 M each Package) (Works) Local Community Group (LCG) and micro- enterprises maintenance of Open- 14,000, Lowest pilot roads Post Nationa RFB No No April. 2020 June.2020 000 Evaluated Cost (Multiple l Contracts in 13 States - US$ 0.002/year) (Works) II. Summary of the procurement packages for Consulting Services -Planned for the first 18 months after project effectiveness): Selection Market Review by Method Expected Expected Approach Shortlisti Sr. Bank Estimated (QCBS, FBS, date of bid/ date of Contract Description (Open - ng No (Prior/ Cost (US$) LCBS, QBS, proposal Contract International/ (Yes/ No) Post) CQS, DS opening Signature National/ etc.) etc.) Offshore & Onshore training and Workshops for Open- March. 1 the 13 states (Multiple Post 5,200,000 CQS No May. 2020 National 2020 contracts not to exceed US$ 0.1 M) (Consultancy) Consultancy Services for Detailed assessment, preliminary engineering design, ESIA, Procurement Support for Rural roads and Bridges; Road and Bridge 25,390,00 Open- 2 Prior QCBS Yes June. 2020 Nov. 2020 Supervision Consultancy; 0 International Assessment of project security risk and mitigation (Multiple contracts spread in different locations) (Consultancy) Consultancy Services for design, procurement and supervision for Agro- Open- 3 logistics centers (Multiple Post 6,500,000 QCBS Yes Sep. 2020 Dec. 2020 International contracts spread in different locations) (Consultancy) Consultancy Services for the establishment of state road fund, and Open- March. August. 4 establishment of state rural Post 5,665,000 QCBS Yes National 2020 2020 access roads administration (Multiple contracts at 13 states) (Consultancy) Consultancy services on the development and operationalization of the Nigeria Rural Transport Infrastructure Management System (NiRTIMS) for sustainable road asset; Open- 5 Planning and Post 5,860,000 QCBS Yes Feb. 2020 July. 2020 National implementation of the routine maintenance system, spot improvement, periodic maintenance for rural roads. (Multiple contracts at 13 states) (Consultancy) Technical assistance consultancy services for the provision of technical advice (TA) to enhance the performance of agro- logistics centers (to ensure effective utilization of the Open- facilities at the agro- National March. 6 Post 4,975,000 QCBS Yes July. 2020 logistics centers); provision 2020 of TA and implements to farm level post-harvest agro-logistics activities and enhance the engagement of women and unemployed youth. (Multiple contracts at 13 states) (Consultancy) Consultancy services support for coordination of project implementation at Open- 7 Post 2,442,000 CQS No Feb. 2020 April. 2020 Federal and State Levels National (Multiple contracts at 13 states) (Consultancy) Consultancy services on Impact Evaluation, Baseline Open- March. 8 Post 5,325,000 QCBS Yes July.2020 Data Collection, National 2020 Comprehensive Technical Audit, Consultancy support for the development and operationalization of the smartphone-based construction site monitoring system (CoSMoS) (Multiple contracts at 13 states) (Consultancy) Consultancy support for the development and monitoring of Grievance Redress Mechanism and Gender-Based Violence; Development of road safety manual and training at the Open- 9 Post 1,843,000 CQS No April.2020 June. 2020 state level; National establishment/strengthenin g the state traffic management agencies; road safety audit. (Multiple contracts at 13 states) (Consultancy) 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 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. 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 permit the Bank to inspect4 all accounts, records, and 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. 4Inspections 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 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: 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 Nigeria : Nigeria Rural Access and Agricultural Marketing Project PLAN General Information Country: Nigeria Bank’s Approval Date of the Original Procurement Plan: 2021-03-25 2021-03-25 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P163353 GPN Date: Project Name: Nigeria Rural Access and Agricultural Marketing Project Loan / Credit No: IDA / 65190 Kano RAAMP 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 NG-KANO RAAMP-225816- Component B. Asset Pending CW-RFB / Procurement of Management, Agro-logistics Single Stage - One 2023-03- IDA / 65190 Prior Request for Bids Open - National 5,800,000.00 0.00 Implementat 2021-08-23 2021-08-30 2021-10-11 2021-11-10 2021-12-15 Spot Improvement of about Performance Enhancement Envelope 10 ion 225km Rural Roads and Sector Reform 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 NG-KANO RAAMP-225844- Component C. Institutional Pending GO-RFQ / Procurement of Development, Project Request for Single Stage - One IDA / 65190 Post Limited 70,000.00 0.00 Implementati 2021-04-18 2021-06-08 2021-09-06 office furniture and Management and Risk Quotations Envelope on equipment Mitigation NG-KANO RAAMP-225852- GO-RFQ / Procurement of 15 Nos laptops, 10 N0s Component C. Institutional desktops, 10 N0s Pending Development, Project Request for printers/fax, 2 N0s heavy duty IDA / 65190 Post 80,000.00 0.00 Implementati 2021-04-24 2021-06-15 2021-07-15 Management and Risk Quotations photocopiers, 10 N0s on Mitigation scanners, 1 N0 projector, internet installation, air conditioners and consumables Component C. Institutional NG-KANO RAAMP-225853- Pending Development, Project Request for Single Stage - One GO-RFQ / Procurement of 1 IDA / 65190 Post Limited 33,000.00 0.00 Implementati 2021-05-06 2021-06-25 2021-07-26 Management and Risk Quotations Envelope No 30 KVA Generator on Mitigation NG-KANO RAAMP-225856- GO-RFQ / Procurement of Safeguard equipment (PPEs, first Aid Kits, Environmental Component C. Institutional Pending monitoring and tracking Development, Project Request for Single Stage - One IDA / 65190 Post Limited 100,000.00 0.00 Implementati 2021-04-15 2021-06-09 2021-07-12 equipment including in-situ Management and Risk Quotations Envelope on air quality kits, noise meter, Mitigation PH meter, caution tapes, measuring tapes, camera, GPS etc) NON CONSULTING SERVICES Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Contract Type Estimated Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Amount (US$) (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual NG-KANO RAAMP-225870- CS-CQS / Consultancy Services for Design and Component A. Improvement Consultant Supervision of Rural Road Pending IDA / 65190 of Rural Access and Trading Post Qualification Open - National 350,000.00 0.00 2021-09-06 2021-09-13 2021-10-20 2021-11-03 2021-12-01 2024-06-18 Upgrading (Design & Build) Implementation Infrastructure Selection and Improvement of Agro- Logistics Hubs (ALHs) in Kano State NG-KANO RAAMP-225878- CS-CQS / Consultancy Services for Design and Supervision of Backlog Component B. Asset Consultant Maintenance, Spot Management, Agro-logistics Pending IDA / 65190 Post Qualification Open - National 365,000.00 0.00 2021-04-05 2021-04-12 2021-05-19 2021-06-02 2021-06-30 2023-11-17 Improvement, Performance Performance Enhancement Implementation Selection Based Maintenance Contract and Sector Reform (PBMC) and Cross-drainage structures (Bridges/culverts) in Kano State 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 NG-KANO RAAMP-225879- Component C. Institutional CS-INDV / Consultancy Individual Development, Project Pending Services for the Engagement IDA / 65190 Post Consultant Limited 40,000.00 0.00 2021-04-07 2021-04-12 2021-05-03 2021-05-19 2022-05-14 Management and Risk Implementation of Technical Assistant (TA) on Selection Mitigation Gender Based Violence (GBV) Page 1 NG-KANO RAAMP-225881- Component C. Institutional Individual CS-INDV / Engagement of Development, Project Pending IDA / 65190 Post Consultant Limited 30,000.00 0.00 2021-04-06 2021-04-12 2021-05-04 2021-05-20 2022-05-16 Technical Assistant (TA) on Management and Risk Implementation Selection Social Safeguards Mitigation NG-KANO RAAMP-225882- Component C. Institutional CS-INDV / Consultancy Individual Development, Project Pending Services for the Engagement IDA / 65190 Post Consultant 30,000.00 0.00 2021-04-12 2021-04-19 2021-05-11 2021-05-27 2022-05-23 Management and Risk Implementation of Technical Assistant (TA) on Selection Mitigation Environmental Safeguard NG-KANO RAAMP-225883- Component C. Institutional Individual CS-INDV / Consultancy Development, Project Pending IDA / 65190 Post Consultant Limited 30,000.00 0.00 2021-04-14 2021-04-21 2021-05-13 2021-05-28 2022-05-24 Services for Technical Management and Risk Implementation Selection Assistant (TA) on Procurement Mitigation NG-KANO RAAMP-225885- Component C. Institutional CS-INDV / Consultancy Individual Development, Project Pending Services for Technical IDA / 65190 Post Consultant Limited 30,000.00 0.00 2021-04-12 2021-04-19 2021-05-11 2021-05-25 2022-05-20 Management and Risk Implementation Assistance (TA) on Selection Mitigation Infrastructure Engineering Page 2