3 MONTHS PROCUREMENT PLAN Project information: P173820 - Kenya Covid-19 Emergency Response Project Implementation agency: Ministry of Health and Kenya Medical Supplies Agency Date of the Procurement Plan: March 24 2020 Period covered by this Procurement Plan: Three months Preamble In accordance with paragraph 5.9 of the World Bank’s Procurement Regulations for IPF Borrowers for Goods, Works, Non-Consulting and Consulting Services, dated 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: Paragraph 5.3 of the Procurement Regulations will not apply. When approaching the national market, the country’s own procurement procedures shall not be used due to restrictions on eligibility of otherwise eligible firms to participate in NCB. The Regulations will apply. However, the Borrower may use its own procurement arrangements as set forth in the Public Procurement and Disposal Act, 2003 Request for Quotation such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: 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 : Applicable for those contracts identified in the Procurement Plan tables Works: applicable for those contracts identified in the Procurement Plan tables This being an emergency project, increased thresholds for Requests for Quotations (RFQ) to US$1 million for goods and services and US$5 million for works; Other Relevant Procurement Information:- 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: Prior review Thresholds High Procurement Type Risk Works 5.0 Goods, It & Non-Consulting 1.5 Services Consultants (Firms) 0.5 Individual Consultants 0.2 Prequalification. Not expected for any works or goods packages in the procurement plan. Proposed Procedures for CDD Components: Applicable Reference to (if any) Project Operational/Procurement Manual: the IWMDP team will prepare a Procurement manuals, which will also be 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: Appendix 1 Letter of Acceptance of the World Bank’s Anti-Corruption Guidelines and Sanctions Framework Date: Invitation of Bids/Proposals No.__________ To: ___________________________________________________________________________ We, along with our sub-contractors, sub-consultants, service providers, suppliers, agents (whether declared or not) consultants and personnel, acknowledge and agree to abide by the World Bank’s policy regarding Fraud and Corruption (corrupt, fraudulent, collusive, coercive, and obstructive practices), as set out and defined in the World Bank’s Anti-Corruption Guidelines1 in connection with the procurement and execution of the contract (in case of award), including any amendments thereto. We declare and warrant that we, along our sub-contractors, sub-consultants, service providers, suppliers, agents (whether declared or not), consultants and personnel, , are not subject to, and are not controlled by any entity or individual that is subject to, a temporary suspension, early temporary suspension, or debarment imposed by a member of the World Bank Group, including, inter alia, a cross-debarment imposed by the World Bank Group as agreed with other international financial institutions (including multilateral development banks), or through the application of a World Bank Group finding of non-responsibility on the basis of Fraud and Corruption in connection with World Bank Group corporate procurement. Further, we are not ineligible under the laws or official regulations of [Insert name of Employer as per bidding document] or pursuant to a decision of the United Nations Security Council. We confirm our understanding of the consequences of not complying with the World Bank’s Anti-Corruption Guidelines, which may include the following: a. rejection of our Proposal/Bid for award of contract; b. in the case of award, termination of the contract, without prejudice to any other remedy for breach of contract; and c. sanctions, pursuant to the Bank’s Anti-corruption Guidelines and in accordance with its prevailing sanctions policies and procedures as set forth in the Bank’s Sanctions Framework. This may include a public declaration of ineligibility, either indefinitely or for a stated period of time, (i) to be awarded or otherwise benefit from a Bank-financed contract, 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. 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. 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. 4 Inspections in this context are usually investigative (i.e., forensic) in nature: they involve fact-finding activities undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is not limited to accessing and examining a firm's or individual's financial records and information, and making copies thereof as relevant; accessing and examining any other documents, data, and information (whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining third-party verification of information. We agree to preserve all accounts, records, and other documents (whether in hard copy or electronic format) related to the procurement and execution of the contract. Name of the Bidder/Consultant: Name of the person duly authorized to sign the Bid/Proposal on behalf of the Bidder/Consultant: Title of the person signing the Letter: PROCUREMENT Kenya : KENYA COVID-19 EMERGENCY RESPONSE PROJECT PLAN General Information Country: Kenya Bank’s Approval Date of the Original Procurement Plan: 2020-04-09 2020-06-30 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P173820 GPN Date: 2020-04-08 Project Name: KENYA COVID-19 EMERGENCY RESPONSE PROJECT Loan / Credit No: IDA / 65980 Executing Agency(ies): Ministry of Health WORKS Bid Evaluation Activity Reference No. / Procurement Estimated Actual Draft Bidding Loan / Credit Market Procurement Prequalification High SEA/SH Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Contract Description Component Review Type Method Document Amount Amount Document / Signed Contract No. Approach Process (Y/N) Risk Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Completion Type (US$) (US$) Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned KE-MOH-168125-CW-RFQ / Renovations of regional level ambulance command centres in 14 designated high risk countiesthe renovations will Pending be done in the following Response, capacity building Request for Single Stage - One IDA / 65980 Post Limited 123,900.00 0.00 Implementat 2020-04-22 2020-06-17 2020-12-14 counties: Nairobi, Mombasa, and training Quotations Envelope ion Kisumu, Kiambu, , Uasingishu, Kajiado, Machakos, Kakamega, Nakuru, Garissa, Wajir, Busia, KE-MOH-168127-CW-RFQ / Procure and construct Pending Request for Single Stage - One housing for 45 special IDA / 65980 Medical waste disposal Post Limited 900,000.00 0.00 Implementat 2020-04-22 2020-06-17 2020-12-14 Quotations Envelope incinerators for level 5 and ion level 4 Hospitals KE-MOH-168121-CW-RFQ / Construction of 20 bed isolation units in level 5 hospitals in eastern, coast and North eastern Quarintine, isolation and Request for Single Stage - One IDA / 65980 Post Limited 1,792,000.00 0.00 Canceled 2020-04-22 2020-06-17 2020-12-14 regions:These units will be treatement centres Quotations Envelope constructed in the following level 5 Hospitals: Machakos, Mombasa, Makueni and Garissa Level 5 Hospitals KE-MOH-168116-CW-RFQ / Construction of 10 bed isolation units in level 4 facilities in western and Quarintine, isolation and Request for Single Stage - One IDA / 65980 Post Limited 1,960,000.00 0.00 Canceled 2020-04-22 2020-06-17 2020-12-14 nyanza Regions: in Busia, treatement centres Quotations Envelope Bungoma, Vihiga, Siaya, Migori, Homabay and Nyamira Counties KE-MOH-168118-CW-RFQ / Construction of 10 bed isolation units in 10 level 4 Hospitals in Rift valley Quarintine, isolation and Request for Single Stage - One region: in Bomet,Uasin IDA / 65980 Post Limited 2,800,000.00 0.00 Canceled 2020-04-22 2020-06-17 2020-12-14 treatement centres Quotations Envelope gishu,West Pokot, Turkana, Kericho, Narok, Nandi, Baringo, Elgeyo Marakwet and Kajiado Counties Page 1 KE-MOH-168120-CW-RFQ / Construction of 20 bed isolation unit in level 5 Hospitals in Rift and Quarintine, isolation and Request for Single Stage - One western regions:These units IDA / 65980 Post Limited 1,792,000.00 0.00 Canceled 2020-04-22 2020-06-17 2020-12-14 treatement centres Quotations Envelope will be constructed in the following Level 5 hospitals: Kisii, Kisumu,Kakamega and Nakuru level 5 Hospitals KE-MOH-168119-CW-RFQ / Construction of 20 bed isolation units in 3 level 5 hospitals in central region and 3 National Referral Quarintine, isolation and Request for Single Stage - One Hospitals in Nairobi region: IDA / 65980 Post Limited 3,136,000.00 0.00 Canceled 2020-04-22 2020-06-17 2020-12-14 treatement centres Quotations Envelope in Thika, Meru ,Nyeri and Embu Level 5 Hospitals and Kenyatta National, Mbagathi IDU and Kenyatta Uni Referral Hospitals KE-MOH-168113-CW-RFQ / Construction of 10 bed isolation units in Level 4 Hospitals in Coast and Quarintine, isolation and Request for Single Stage - One North eastern regions: The IDA / 65980 Post Limited 2,240,000.00 0.00 Canceled 2020-04-22 2020-06-17 2020-12-14 treatement centres Quotations Envelope units will be constructed in Kwale, Kilifi, Lamu, Tana river, Wajir, Mandera, Taita Taveta and Kitui Counties KE-MOH-168117-CW-RFQ / Construction of 10 bed isolation units in 10 level 4 Hospitals in Central, Eastern and Nairobi Quarintine, isolation and Request for Single Stage - One Regions: in Marsabit, Isiolo, IDA / 65980 Post Limited 2,800,000.00 0.00 Canceled 2020-04-22 2020-06-17 2020-12-14 treatement centres Quotations Envelope Samburu, Laikipia, Nyandarua, Kirinyaga, Tharaka Nithi, Muranga,Kiambu and Nairobi counties. KE-MOH-168126-CW-RFB / Construction of National Response, capacity building Single Stage - One IDA / 65980 Post Request for Bids Open 6,900,000.00 0.00 Canceled 2020-04-17 2020-04-22 2020-06-03 2020-07-03 2020-08-07 2021-02-03 Public Health Institute in and training Envelope Nairobi 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 KE-MOH-168069-GO-UN / Procure assorted Lab Personal Protective Equipment, Pending Medical supplies and UN Agencies Assorted emergency ICU IDA / 65980 Post Direct 985,175.00 0.00 Implementati 2020-04-20 2020-04-25 2020-05-30 2020-11-26 equipment (Direct) equipment, supplies and on consumables Assorted Lab equipment and Lab supplies KE-MOH-168095-GO-RFQ / Printing and distribution of assorted surveillance , SOP Pending Response, capacity building Request for Single Stage - One and data collection IDA / 65980 Post Limited 150,000.00 0.00 Implementati 2020-04-19 2020-06-14 2020-12-11 and training Quotations Envelope tools"4000 No. MOH 502, on 2000 No. MOH 503 and 10000 No. MOH 505 Page 2 KE-MOH-168128-GO-RFQ / Print and distribute 250000 Pending Community discussion and Request for Single Stage - One No. A4 size pamphlets, IDA / 65980 Post Limited 234,000.00 0.00 Implementati 2020-04-22 2020-06-17 2020-12-14 information outreach Quotations Envelope 100000 No. A2 posters and on 100 Roll up banners KE-MOH-00001-GO-DIR / Procure 250 No. Gradian Medical supplies and IDA / 65980 Prior Direct Selection Direct 4,000,000.00 1,600,000.00 Signed 2020-03-27 2020-04-27 2020-03-27 2020-05-19 2020-03-30 2020-03-30 2020-12-31 Comprehensive Critical Care equipment ventillators Pending KE-MOH-168074-GO-DIR / Response, capacity building IDA / 65980 Post Direct Selection Direct 150,000.00 0.00 Implementati 2020-04-20 2020-04-25 2020-05-30 2020-11-26 Procure 3000 mobile phones and training on KE-MOH-173622-GO-RFQ / Pending Response, capacity building Request for Single Stage - One Tablet for case management, IDA / 65980 Post Limited 24,750.00 0.00 Implementati 2020-05-30 2020-07-25 2021-01-21 and training Quotations Envelope 75 No on KE-MOH-173494-GO-RFQ / Pending procurement of 2 fireproof Project implementation and Request for Single Stage - One IDA / 65980 Post Limited 5,600.00 0.00 Implementati 2020-06-01 2020-07-27 2021-01-23 cabinets, 2 microwave, 2 monitoring Quotations Envelope on water dispensers, 1 fridge KE-MOH-173502-GO-RFQ / Procurement of 11 laptops, 1 LCD projector, 11 mobile Pending Response, capacity building Request for Single Stage - One phones, 1 colour multi- IDA / 65980 Post Limited 27,700.00 0.00 Implementati 2020-06-02 2020-07-28 2021-01-24 and training Quotations Envelope functional printer ,1 b/w on light duty printer, 2 wifi routers, 10 modems KE-MOH-173541-GO-RFQ / procurement of furniture as follows: , 2 office desks, 1 Pending executive table , 2 executive Project implementation and Request for Single Stage - One IDA / 65980 Post Limited 15,700.00 0.00 Implementati 2020-06-01 2020-07-27 2021-01-23 chair high back orthopedic, monitoring Quotations Envelope on 1 secretarial chair, 4 visitors chairs, 9 executive chair high back swivel KE-MOH-175673-GO-DIR / Procurement of 15 heavy Pending Response, capacity building duty double cabin vehicle, IDA / 65980 Post Direct Selection Direct 1,020,000.00 0.00 Implementati 2020-05-27 2020-06-01 2020-07-06 2021-01-02 and training and 1 heavy duty passenger on vehicle KE-MOH-173607-GO-DIR / Airtime for 2125 community health extension workers for Pending 3 months @KES 2000 per Project implementation and IDA / 65980 Post Direct Selection Direct 129,150.00 0.00 Implementati 2020-05-28 2020-06-02 2020-07-07 2021-01-03 month, Airtime for 11 monitoring on project personnel for 3 months@ KES 5000 per month KE-MOH-173609-GO-RFQ / Pending Quarintine, isolation and Request for Single Stage - One Procurement of 1840 No. IDA / 65980 Post Limited 147,200.00 0.00 Implementati 2020-06-02 2020-07-28 2021-01-24 treatement centres Quotations Envelope Thermoguns on KE-MOH-168100-GO-RFQ / Print and distribute guidelines, booklets, modules Pending Response, capacity building Request for Single Stage - One and forms: 2000 contact IDA / 65980 Post Limited 75,000.00 0.00 Implementati 2020-06-05 2020-07-31 2021-01-27 and training Quotations Envelope tracing forms, 2000 No. case on investigation forms and training modules KE-MOH-176216-GO-RFB / Pending Medical supplies and Single Stage - One Procure 14 No. Negative IDA / 65980 Post Request for Bids Open - National 1,960,000.00 0.00 Implementati 2020-06-08 2020-06-13 2020-06-27 2020-07-04 2020-08-08 2021-02-04 equipment Envelope pressure ambulances on Page 3 KE-MOH-178412-GO-RFQ / Procure assorted items to set up grievance hotline: 1.No. Grievance Redress Pending Mechanism Software, 1 No. Project implementation and Request for Single Stage - One IDA / 65980 Post Limited 12,500.00 0.00 Implementati 2020-06-10 2020-06-24 2020-12-21 4 way work station, 4 No. monitoring Quotations Envelope on Desktop computers, 1 No. Medium duty 3-in -1 printer, 3 No. Telephone handsets and 2 No. mobile phone KE-MOH-182114-GO-RFQ / Pending Procurement of 5 No. Laptop Project implementation and Request for Single Stage - One IDA / 65980 Post Limited 9,500.00 0.00 Implementati 2020-07-02 2020-07-21 2021-01-17 computers and 5 No. mobile monitoring Quotations Envelope on Phones KE-MOH-173603-GO-RFQ / Pending procurement of 368 hand Medical supplies and Request for Single Stage - One IDA / 65980 Post Limited 552,000.00 0.00 Implementati 2020-06-08 2020-08-03 2021-01-30 washing stations and equipment Quotations Envelope on accessories 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$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual KE-MOH-168078-NC-RFQ / Development of a platform for Event based surveillance Response, capacity building at the facilities and IDA / 65980 Post Direct Selection Direct 40,000.00 0.00 Canceled 2020-04-17 2020-04-22 2020-05-27 2020-11-23 and training Community based surveillance at the community level CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Market Contract Type Estimated Actual Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Approach Amount (US$) Amount (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Market Contract Type Estimated Actual Draft Negotiated Description Component Review Type Method Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Approach Amount (US$) Amount (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual KE-MOH-173617-CS-INDV / Hire of 50 temporary staff Individual for call centre @ USD 1000 Response, capacity building Under IDA / 65980 Post Consultant Limited 150,000.00 0.00 2020-05-29 2020-04-26 2020-06-03 2020-05-26 2020-06-24 2020-05-26 2020-07-29 2021-01-25 per person per month for and training Implementation Selection three months renewable monthly KE-MOH-173610-CS-INDV / Individual Community discussion and Pending Consultancy for IDA / 65980 Post Consultant Limited 36,000.00 0.00 2020-06-01 2020-06-06 2020-06-27 2020-08-01 2021-01-28 information outreach Implementation communication specialist Selection KE-MOH-176220-CS-INDV / procurement of 55 Lab Individual technologists to be deployed Response, capacity building Pending IDA / 65980 Post Consultant Limited 123,750.00 0.00 2020-05-29 2020-06-03 2020-06-24 2020-07-29 2021-01-25 at 11 facilities for and training Implementation Selection coordination of lab activities for three months Page 4 KE-MOH-180881-CS-INDV / Temporary employment of Point of EntryHealth Individual Response, capacity building Pending workers as follows; 15 Public IDA / 65980 Post Consultant Limited 112,500.00 0.00 2020-06-23 2020-06-25 2020-06-29 2020-07-07 2021-01-03 and training Implementation Health officers, 4 Clinical Selection officers and 6 Nurses on 6 month contract basis KE-MOH-181249-CS-INDV / Employment of 55 Psychologists on a temporary Individual Response, capacity building Pending basis on renewable contract IDA / 65980 Post Consultant Limited 131,250.00 0.00 2020-06-23 2020-06-28 2020-07-02 2020-07-17 2021-01-13 and training Implementation for 3 months as follows: 45 Selection assistants Psychologists and 10 senior psychologists KE-MOH-178671-CS-CQS / Hire a consultant to undertake Environmental Impact Assessment on sites for installation of 16 Pending IDA / 65980 Medical waste disposal Post Direct Selection Direct 100,000.00 0.00 2020-06-23 2020-06-29 2020-07-21 2021-01-17 incineratos for additional Implementation tratment facilities in high priority areas and sites forincinerators for 6 specialised laboratories KE-MOH-181245-CS-INDV / Employ Consultant to extract and document the Individual Project implementation and Pending lessons learned and best IDA / 65980 Post Consultant Limited 10,000.00 0.00 2020-06-23 2020-06-24 2020-06-30 2020-08-04 2021-01-31 monitoring Implementation practices in Kenya’s Selection experience in the response to the COVID-19 pandemic KE-MOH-181250-CS-INDV / Employ a Consultant to do Individual a rapid assessment on the Response, capacity building Pending IDA / 65980 Post Consultant Limited 14,000.00 0.00 2020-06-23 2020-06-24 2020-06-30 2020-07-15 2021-01-11 status of Counties to and training Implementation Selection respond to the COVID-19 pandemic Page 5