PROCUREMENT PLAN NATIONAL PRIMARY HEALTH CARE DEVELOPMENT AGENCY NIGERIA POLIO ERADICATION SUPPORT PROJECT – 3RD ADDITIONAL FINANCING 0|Page Table of Contents Preamble…………………………………………………………………………………………………………………………………………………… …………………………………………………………………..2 I. Goods and Works……………………………………………………………………………………………………………………………………………………… ………………………………………3 II. Non-Consulting Services…………………………………………………………………………………………………………………………………………………… ……………………………….6 III. Consulting Services…………………………………………………………………………………………………………………………………………………… ……………………………………….7 1|Page NIGERIA POLIO ERADICATION SUPPORT PROJECT - ADDITIONAL FINANCING (NPESP - AF) 18-Month PROCUREMENT PLAN Project information: Nigeria Polio Eradication Support Project – Additional Financing (NPESP - AF)-(P130865) Project Implementation agency: National Primary Health Care Development Agency (NPHCDA) Date of the Procurement Plan: April 19, 2018 Period covered by this Procurement Plan: May 2018 to November 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 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. 2|Page 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. Goods and Works Threshold for Prior Review, Procurement Approaches and Methods – Goods, Works and Non- Consulting Services Procurement Approaches and Methods (US$ millions) Prior Review Category Open Open Request for (US$ millions) International National Quotation (RfQ) Works ≥5 ≥ 20 < 20 ≤ 0.2 Goods, IT, and non-consulting ≥ 1.5 ≥5 <5 ≤ 0.1 services 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): Sr. Contract Implem Estimated Revie Market Select Evaluatio Procureme Prequa Domes Expect Expecte No Description enting Cost w by Approac ion n Options nt Process lificati tic ed date d date Agency (US$) Bank h Meth (Most (Single on Prefere of bid/ of (Prior (Open- od Advantag stage- (Yes/ nce propos Contrac / Nationa (RFP, eous Bid, single No) (Yes/N al t Post) l/ RFB, BAFO, envelope o) openin Signatur RFQ, Rated etc.) g e 3|Page Limited DS Criteria etc.) etc.) etc.) GOODS 1 Procurement of UNICEF 50,000,000 Prior Direct DS Most Single No No NA NA OPV vaccines Advantag stage- eous Bid single envelope 2 Procurement of UNICEF 69,000,000 Prior Direct DS Most Single No No NA NA RI vaccines Advantag stage- eous Bid single envelope 3 Procurement NPHCDA 91,040.78 Post Open- RFQ Most Single No No 06/08/ 07/09/1 and Limite Advantag stage- 18 8 Installation of d eous Bid single 500 KVA envelope Generator 4 Procurement of NPHCDA 120,915.00 Post Open- RFQ Most Single No No 06/08/ 07/09/1 1 no 30-ton Limite Advantag stage- 18 8 truck d eous Bid single envelope 5 Procurement of NPHCDA 91,503.27 Post Open- RFQ Most Single No No 06/08/ 07/09/1 1no 16-seater Limite Advantag stage- 18 8 bus, d eous Bid single envelope 6 Procurement of NPHCDA 1,156,861.73 Post Open RFQ Most Single No No 06/08/ 07/09/1 15 4WD vehicles Nation Advantag stage- 18 8 for NERICC, al eous Bid single SERICCs and PIU envelope 7 Procurement of NPHCDA 12,000 Post Open- RFB Most Single No No 06/08/ 07/09/1 manual forklifts, Limite Advantag stage- 18 8 6 manual d eous Bid single Trolleys and 34 envelope insulated overalls 8 Procurement of NPHCDA 118,893 Post Open- RFB Most Single No No 06/08/ 07/09/1 7 WIFRs for Limite Advantag stage- 18 8 icepack freezing d eous Bid single envelope 9 Procure 1 no 40 NPHCDA 27,000 Post Open- RFB Most Single No No 06/08/ 07/09/1 m3 Walk In Cold Limite Advantag stage- 18 8 Room for NSCS d eous Bid single envelope 4|Page 10 Procurement of NPHCDA 476,862.00 Post Open RFB Most Single No No 06/08/ 07/09/1 456 Motorcycles - Advantag stage- 18 8 Nation eous Bid single al envelope 11 Procurement of NPHCDA 223,529.41 Post Open RFB Most Single No No 06/08/ 07/09/1 Laptop Nation Advantag stage- 18 8 Computers 456 al eous Bid single envelope 12 Procurement of NPHCDA 8,179.00 Post Open RFQ Most Single No No 06/08/ 07/09/1 Office furniture Limite Advantag stage- 18 8 d eous Bid single envelope 13 Procurement of NPHCDA 19,444.00 Post Open RFQ Most Single No No 06/08/ 07/09/1 Office Limite Advantag stage- 18 8 equipment d eous Bid single envelope 14 Procurement NPHCDA 28,000.00 Post Open RFQ Most Single No No 06/08/ 07/09/1 Limite Advantag stage- 18 8 of Flexible d eous Bid single Accounting envelope Software for Project Financial Management 15 Develop and NPHCD 1,961.00 Post Open- RFQ Most Single stage No Yes 06/08/ 07/09/1 print 50 copies A Limite Advantag – single 18 8 d eous Bid envelope of each SOPs to guide operations and documentation by clearing agents, haulage firms and firms responsible for maintenance and diesel supplies 5|Page 16 Fleet Insurance NPHCDA 178,006.00 Post Open RFQ Most Single No No 06/08/ 07/09/1 Policy Limite Advantag stage- 18 8 d eous Bid single envelope Total Goods 121,554,195. 19 WORKS 1 Construction of NPHCDA 6,800,000 Prior Open - RFB Most Single No No 06/08/ 05/10/1 Dry and Cold Internati Advantag stage- 18 8 Stores in Lagos onal eous Bid single envelope 2 Renovation of NPHCDA 400,000 Post Open- RFB Most Single No No 06/08/ 05/10/1 Dry and Cold National Advantag stage- 18 8 Stores in Kano + eous Bid single Procurement of envelope 1Walk-In-Cold- Room (WICR) Total works 7,200,000 II. Non-Consulting Services Summary of the procurement packages for Non-Consulting Services -Planned for the first 18 months after project effectiveness): Sr. Contract Implem Estimated Revi Market Select Evaluatio Procurem Prequali Domes Expect Expecte No Description enting Cost (US$) ew Approac ion n Options ent fication tic ed date d date Agency by h Meth (Most Process (Yes/ Prefere of bid/ of Ban (Open- od Advantag (Single No) nce propos Contrac k Nationa (RFP, eous Bid, stage- (Yes/N al t (Prio l/ RFB, BAFO, single o) openin Signatur r/ Limited RFQ, Rated envelope g e Post etc.) DS Criteria etc.) ) etc.) etc.) 1 Distribution NPHCD 771,241.8 Post Open RFB Most Single No Yes 06/08/ 05/10/1 and A 3 National Advantag stage – 18 8 Transportation eous Bid single envelope 6|Page of vaccines and devices 2 Procure diesel NPHCD 370,000.0 Post Open QCBS Most Single No Yes 06/08/ 07/10/1 for NSCS and 6 A 0 National Advantag stage – 18 8 Zones and eous Bid single utility bill envelope Total Non- 1,141,241. Consultancy Services 00 III. Consulting Services Thresholds for Prior Review, Selection Approaches and Methods – Consulting Services Category Prior Review Short List of National Consultants (US$ millions) Consulting Engineering and Construction Supervision Services Consultants (Firms) ≥ 0.5 ≤ 0.3 ≤ 0.3 Individual Consultants ≥ 0.2 Note: Consultancy services estimated to cost equivalent to US $ 300,000 and above per contract shall be advertised in the United Nations Development Business (UNDB) online in addition to advertising in national newspaper(s) of wide circulation and/or national newspaper. 7|Page I. Summary of the procurement packages for Consulting Services -Planned for the first 18 months after project effectiveness): Sr. Contract Implem Estimate Review Market Selection Shortlisti Expected Expected No Description enting d Cost by Bank Approach Method ng date of bid/ date of Agency (US$) (Prior/ (Open - (QCBS, FBS, (Yes/ proposal Contract Post) Internationa LCBS, QBS, No) opening Signature l/ National/ CQS, DS etc.) etc.) 1 Engagement of NPHCDA 800,000 Prior Open- QCBS Yes 06/08/18 05/09/18 Consulting firm for International Supervision of Lagos and Kano stores works 2 Transport & UNICEF 5,000,00 Prior Direct NA No Logistics, Social 0 NA NA Mob, Traditional Rulers engagement 3 Personnel WHO 10,000,0 Prior Direct CDS No payments, Training, 00 NA NA M&E, Intensified SIAs, Mop-ups 4 Technical NPHCDA 941,176 Prior Direct FBS No 07/05/2018 07/06/201 Assistants to 8 SERICCs in 12 States Total Consultancy 16,741,1 Services 76 8|Page 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 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. 9|Page 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 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. 2For 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. 3A 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. 10 | P a g e 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: 11 | P a g e PROCUREMENT Nigeria : Polio Eradication Support Project PLAN General Information Country: Nigeria Bank’s Approval Date of the Original Procurement Plan: 2019-04-15 2020-12-22 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P130865 GPN Date: Project Name: Polio Eradication Support Project Loan / Credit No: IDA / 62890, IDA / 58530 National Primary Health Care Development Agency for Polio 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$) Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned NPESP/CW/AF3/015 / Routine Immunization System Single Stage - Two 2020-05- Construction of Dry and Cold IDA / 62890 Prior Request for Bids Open - International 7,200,000.00 0.00 Canceled 2019-06-24 2019-06-29 2019-08-10 2019-10-23 2019-11-27 Strengthening Envelope 25 Stores in Lagos NPESP/CW/AF3/015/02 / Under Routine Immunization System Single Stage - One 2021-09- Construction of Dry and Cold IDA / 62890 Prior Request for Bids Limited 7,650,000.00 0.00 Implementat 2020-11-13 2020-12-01 2020-11-18 2020-12-03 2020-12-30 2021-01-29 2021-03-05 Strengthening Envelope 01 Store in Lagos ion GOODS Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) Amount (US$) (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 NPESP/G0/AF3/001 / Under Routine Immunization System Request for Single Stage - One Procurement of Office IDA / 62890 Post Limited 5,555.00 0.00 Implementati 2019-03-09 2019-05-04 2019-10-31 Strengthening Quotations Envelope Furniture on NPESP/GO/AF3002 / Routine Immunization System Request for Single Stage - One Procurement of Office IDA / 62890 Post Limited 27,222.00 14,735.50 Completed 2019-03-09 2019-09-25 2019-05-04 2019-09-18 2019-10-31 2019-09-26 Strengthening Quotations Envelope Equipment NPESP/GO/AF3/003 / Procurement of Flexible Routine Immunization System Request for Single Stage - One IDA / 62890 Post Limited 39,200.00 26,279.38 Completed 2019-03-09 2019-09-17 2019-05-04 2019-08-20 2019-10-31 2019-09-16 Accounting Soft Ware for Strengthening Quotations Envelope Project financial Management NPESP/GO/AF3/004 / Pending Routine Immunization System Request for Single Stage - One Printing of 50 Copies IDA / 62890 Post Limited 1,962.00 0.00 Implementati 2019-03-09 2019-05-04 2019-10-31 Strengthening Quotations Envelope Standard Operating on Procedures NPESP/GO/AF3/005 / Routine Immunization System Single Stage - One Procurement of 456 IDA / 62890 Post Request for Bids Open - National 774,453.00 122,519.27 Completed 2019-03-04 2019-06-20 2019-03-09 2019-06-20 2019-04-20 2019-08-05 2019-05-20 2019-09-06 2019-06-24 2019-10-16 2019-12-21 2019-11-13 Strengthening Envelope Motorcycles NPESP/GO/AF3/007 / Under Routine Immunization System Single Stage - One Procurement of Laptop IDA / 62890 Post Request for Bids Open - National 312,942.00 0.00 Implementati 2019-03-04 2019-06-13 2019-03-09 2019-06-20 2019-04-20 2019-08-05 2019-05-20 2020-06-16 2019-06-24 2019-12-21 Strengthening Envelope Computers 456 on NPESP/GO/AF3/008 / Procurement of Manual Routine Immunization System Single Stage - One IDA / 62890 Post Request for Bids Open - National 26,600.00 21,451.63 Completed 2019-03-04 2019-06-14 2019-03-09 2019-04-20 2019-08-23 2019-05-20 2019-12-16 2019-06-24 2019-09-18 2019-12-21 2019-10-15 Forklifts, 6 Manual Trollys and Strengthening Envelope 34 Insulated Overalls NPESP/GO/AF3/009 / Under Procurement of 1 no. 40 m3 Routine Immunization System Single Stage - One IDA / 62890 Post Request for Bids Open - National 110,164.00 0.00 Implementati 2019-03-04 2019-06-13 2019-03-09 2019-06-20 2019-04-20 2019-05-20 2019-06-24 2019-12-21 walk in cold Room for Strengthening Envelope on National Strategic Cold Store NPESP/GO/AF3/010 / Under Routine Immunization System Single Stage - One Procurement of 7 Walk in IDA / 62890 Post Request for Bids Open - National 166,451.00 0.00 Implementati 2019-03-04 2019-06-13 2019-03-09 2019-06-20 2019-04-20 2019-05-20 2019-06-24 2019-12-21 Strengthening Envelope Freezer Rooms on Pending NPESP/GO/AF3/012 / Fleet Routine Immunization System Request for Single Stage - One IDA / 62890 Post Limited 259,957.00 0.00 Implementati 2019-03-09 2019-05-04 2019-10-31 Insurance Policy Strengthening Quotations Envelope on NPESP/GO/AF3/006 / Under Procurement of 15 4WD Routine Immunization System Single Stage - One IDA / 62890 Prior Request for Bids Open - National 1,081,967.00 0.00 Implementati 2019-03-04 2020-02-12 2019-03-09 2020-02-28 2019-04-20 2020-06-16 2019-05-20 2019-06-24 2019-12-21 Vehicles for NERICC, SERICCs Strengthening Envelope on and PIU NPESP/GO/AF3/001 / Routine Immunization System Request for Single Stage - One Procurement and installation IDA / 62890 Post Limited 91,086.00 80,814.64 Completed 2019-06-08 2019-07-03 2019-08-03 2019-08-20 2020-01-30 2019-09-11 Strengthening Quotations Envelope of 500KVA Generator NPESP/GO/AF3/017 / Pending Procurement of Routine Routine Immunization System UN Agencies IDA / 62890 Prior Direct 69,000,000.00 0.00 Implementati 2019-07-02 2019-07-07 2019-08-11 2020-02-07 Immunization (RI) Vaccines Strengthening (Direct) on (UNICEF) NPESP/G0/AF3/016 / Pending Routine Immunization System UN Agencies Procurement of Oral Polio IDA / 62890 Prior Direct 40,000,000.00 0.00 Implementati 2019-06-24 2019-06-29 2019-08-03 2020-01-30 Strengthening (Direct) Vaccine (OPV) (UNICEF) on NPESP/GO/AF3/024 / Under Procurement of 15 4 wheel Polio Eradication Operations IDA / 62890 Prior Request for Bids 1,103,820.00 0.00 Implementati 2020-10-01 2020-10-07 2020-10-06 2020-12-03 2020-11-17 2020-11-09 2020-12-17 2020-12-08 2021-01-21 2021-07-20 Drive Vehicles for NERICC, Support on SERICCs and PIU 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$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Page 1 NPESP/NC/AF3/011 / Under Distribution and Routine Immunization System Single Stage - Two IDA / 62890 Post Request for Bids Open - National 616,994.00 0.00 Implementati 2019-03-04 2019-12-13 2019-03-09 2019-12-13 2019-04-20 2019-07-03 2019-08-07 2020-02-03 Transportation of Vaccines Strengthening Envelope on and Devices Under NPESP/GO/AF3/019 / Routine Immunization System UN Agencies IDA / 62890 Prior Direct 10,000,000.00 0.00 Implementati 2019-06-24 2020-01-24 2019-06-29 2020-02-29 2019-08-03 2020-01-30 Operational Support (UNICEF) Strengthening (Direct) on Under NPESP/GO/AF3/018 / Routine Immunization System UN Agencies IDA / 62890 Prior Direct 20,000,000.00 0.00 Implementati 2019-06-24 2019-09-17 2019-06-29 2019-08-03 2020-01-30 Operational Support (WHO) Strengthening (Direct) on NPESP/NCS/AF3/022 / RE- ENGAGEMENT OF CLEARING & Under HAULAGE FIRMS FOR THE Routine Immunization System IDA / 62890 Prior Direct Selection Direct 616,994.00 0.00 Implementati 2020-01-22 2020-03-19 2020-01-27 2020-04-01 2020-03-02 2020-08-29 CLEARING, TRANSPORTATION Strengthening on & DISTRIBUTION OF VACCINES & DEVICES CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Contract Type Estimated Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Amount (US$) (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 NPESP/CS/AF3/020 / Engagement of Management Routine Immunization System Quality And Cost- IDA / 62890 Prior Open - National 492,000.00 0.00 Canceled 2019-05-06 2019-09-17 2019-05-27 2020-01-08 2019-07-10 2020-09-15 2019-08-07 2019-09-06 2019-10-11 2019-11-15 2020-11-14 Consultant for NERICCs, Strengthening Based Selection SERICCs and LERICCs NPESP/CS/AF3/013 / Engagement of Consulting Routine Immunization System Quality And Cost- IDA / 62890 Prior Open - International 500,000.00 0.00 Canceled 2019-05-06 2019-05-27 2019-07-10 2019-08-07 2019-09-06 2019-10-11 2019-11-15 2020-11-14 firm for Supervision of Lagos Strengthening Based Selection Cold Stores works NPESP/AF3/CS/023 / Engagement of External Polio Eradication Operations Least Cost Under IDA / 58530 Post Open - National 12,000.00 0.00 2020-04-27 2020-04-22 2020-05-18 2020-07-01 2020-07-29 2020-08-28 2020-10-02 2020-11-06 2021-05-05 Auditor for Audit of NPESP - Support Selection Implementation AF3 NPESP/CS/AF3/014 / Consultant Engagement of Consulting Routine Immunization System Under IDA / 62890 Prior Qualification Open - National 300,000.00 0.00 2020-11-13 2020-11-16 2020-12-04 2021-01-17 2021-02-16 2021-03-23 2021-09-19 Firm for Supervision of Lagos Strengthening Implementation Selection Store Works NPESP/CS/AF3/021/02 / Engagement of management Routine Immunization System Quality And Cost- Under IDA / 62890 Prior Open - National 2,272,455.00 0.00 2020-11-13 2020-12-03 2020-12-04 2020-12-04 2021-01-17 2020-12-08 2021-02-14 2020-10-20 2021-03-16 2020-12-10 2021-04-20 2021-05-25 2022-05-25 consultant firms for NERICCs, Strengthening Based Selection Implementation SERICCs, LERICCs NPESP/CS/AF3/027/02 / Re- engagement of External Routine Immunization System Least Cost Pending Auditor for Nigeria Polio IDA / 62890 Post Open - National 9.72 0.00 2020-12-23 2021-01-13 2021-02-26 2021-03-26 2021-04-25 2021-05-30 2021-07-04 2021-12-31 Strengthening Selection Implementation Eradication Support Project - Third Additional Financing 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 NPESP/CS/AF3/021 / CONSULTANCY SERVICES FOR ENGAGEMENT OF A CONSULTANT FOR AN Individual Polio Eradication Operations Under ENVIRONMENTAL AND SOCIAL IDA / 62890 Post Consultant Limited 9,836.00 0.00 2019-12-04 2019-12-13 2019-12-09 2020-08-05 2019-12-30 2020-02-03 2020-08-01 Support Implementation MANAGEMENT PLAN (ESMP) Selection FOR THE CONSTRUCTION OF COLD AND DRY STORES IN OSHODI, LAGOS STATE NPESP/IND/AF3/024 / RE- ENGAGEMENT OF CONSULTANT FOR ENVIRONMENTAL SOCIAL Polio Eradication Operations Under IDA / 62890 Post Direct Selection Direct 4,984.62 0.00 2020-08-07 2020-08-17 2020-08-12 2020-10-16 2021-04-14 MANAGEMENT PLAN (ESMP) Support Implementation FOR THE CONSTRUCTION OF COLD AND DRY STORES IN OSHODI-LAGOS Page 2