PROCUREMENT PLAN Project information: Country: Bangladesh Project Name: Bangladesh COVID-19 Emergency Preparedness and Response Project P-number: P173757 Project Implementation agency: (i) Ministry of Health and Family Welfare (MoHFW) (ii) Central Medical Stores Depot (CMSD) (iii) Public Works Department (PWD) Period covered by this Procurement Plan: Entire Project Period Preamble In accordance with paragraph 5.9 of the World Bank Procurement Regulations for IPF Borrowers, July 2016, revised November 2017 and August 2018 (“Procurement Regulations”), the Bank’s Systematic Tracking and Exchanges in Procurement (STEP) system will be used to record all procurement actions for the Project, including preparing, updating and clearing its Procurement Plan, and seeking and receiving the Bank’s review and No-objection to procurement actions as required. 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: The Bank’s Standard Procurement Documents (SPDs) shall be used for goods, works and non-consulting services where international competition is required and for consulting services, including their respective forms of contract. National Procurement Arrangements: In accordance with paragraph 5.3 of the World Bank Procurement Regulations, when approaching the national market, as agreed in the Procurement Plan, the country’s own procurement procedures may be used. These procurement procedures shall be consistent with the Bank’s Core Procurement Principles and ensure that the Bank’s Anti- Corruption Guidelines and Sanctions Framework and contractual remedies set out in its Legal Agreement apply. When the Borrower uses its own national open competitive procurement arrangements as set forth in the Public Procurement Act 2006 and the Public Procurement Rules 2008, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: i. Lottery in award of contracts shall not be allowed; ii. Bidders’ qualification[s]/experience requirement[s] shall be mandatory; iii. Bids shall not be rejected based on percentage above or below the estimated cost; iv. Model Bidding Documents agreed with the Bank shall be used for all national open competitive procurement; v. The eligibility of bidders shall be as defined under Section III of the World Bank Procurement Regulations for IPF Borrowers: accordingly, no bidder or potential bidder shall be declared ineligible for contracts financed by the Bank for reasons other than those provided in Section III of the Procurement Regulations. vi. The request for bids/request for proposals document shall require that Bidders/Proposers submitting Bids/Proposals present a signed acceptance (in the form attached) 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. vii. Procurement Documents include provisions, as agreed with the Bank, intended to adequately mitigate against environmental, social (including sexual exploitation and abuse and gender-based violence), health and safety (“ESHS”) risks and impacts When other national procurement arrangements (other than national open competitive procurement) are applied by the Borrower, such arrangements shall be subject to paragraph 5.5 of the Procurement Regulations. As per paragraph 5.4 of the Procurement Regulations, the “Letter of Acceptance of the World Bank’s Anticorruption Guidelines and Sanctions Framework” as attached to this document shall form part of the Model Bidding Documents. Leased Assets: 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 - Applicable” Domestic preference: as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works) as follows: Goods: Applicable; Works: Not applicable. Hands-on Expanded Implementation Support (HEIS): as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations is Applicable. Bank’s Procurement Prior Review Thresholds: As this is an emergency response project, there will be no prior review for all procurement during the immediate response period. The project will also have increased threshold for Request for Quotations (RFQ) and national procurement, as applicable in emergency projects. Fraud and Corruption (F&C) Checklist: Fraud and Corruption (F&C) checklist, as developed and provided by the Bank, shall be properly filled in during the evaluation and be attached with the evaluation report in case of contracts following national competitive procurement and request for quotations. Attachment 1 Letter of Acceptance of the World Bank’s Anticorruption Guidelines and Sanctions Framework1 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 Guidelines2 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. 1[Draftingnote: This document shall be signed by bidders/proposers/consultants and submitted as part of their bids/proposals. In addition, this document shall be signed by the winning bidder/consultant and incorporated as part of the contract.] 2Guidelines 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. We confirm our understanding of the consequences of not complying with the World Bank’s Anti-Corruption Guidelines, which may include the following: a. rejection of our Proposal/Bid for award of contract; b. in the case of award, termination of the contract, without prejudice to any other remedy for breach of contract; and c. sanctions, pursuant to the Bank’s Anti-Corruption Guidelines and in accordance with its prevailing sanctions policies and procedures as set forth in the Bank’s Sanctions Framework. This may include a public declaration of ineligibility, either indefinitely or for a stated period of time, (i) to be awarded or otherwise benefit from a Bank-financed contract, financially or in any other manner;3 (ii) to be a nominated4 sub-contractor, sub-consultant, 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 3 For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification or initial selection), 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. 4A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the bidding document) is one which has been: (i) included by the bidder in its pre-qualification or initial selection 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. inspect5 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/Proposer/Consultant: Name of the person duly authorized to sign the Bid/Proposal on behalf of the Bidder/Proposer/ Consultant: Title of the person signing the Letter: 5Inspections 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 Bangladesh : Bangladesh: COVID-19 Emergency Response and Pandemic Preparedness Project PLAN General Information Country: Bangladesh Bank’s Approval Date of the Original Procurement Plan: 2020-05-25 2020-05-25 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P173757 GPN Date: Project Name: Bangladesh: COVID-19 Emergency Response and Pandemic Preparedness Project Loan / Credit No: IDA / 66050 Executing Agency(ies): Directorate General of Health Services 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 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 PACKAGE GD-1 / Procuring of Personal Pending Component 1: Emergency Protective Equipment (PPE), IDA / 66050 Post Direct Selection Direct 3,762,489.51 0.00 Implementati 2020-05-16 2020-05-16 2020-05-21 2020-05-28 COVID-19 Response KN95, N95 Mask and Hand on Gloves PACKAGE GD-2 / Pending Component 1: Emergency Supplying PPE for Corona IDA / 66050 Post Direct Selection Direct 2,849,835.56 0.00 Implementati 2020-05-16 2020-05-16 2020-05-21 2020-05-30 COVID-19 Response Pandemic on PACKAGE GD-5 / Pending Component 1: Emergency Procuring N95 Masks for IDA / 66050 Post Direct Selection Direct 441,606.75 0.00 Implementati 2020-05-18 2020-05-18 2020-05-23 2020-06-21 COVID-19 Response Using Corona Pandemic on PACKAGE GD-3 / Pending Component 1: Emergency Purchasing rt-PCR Kit Using IDA / 66050 Post Direct Selection Direct 1,177,554.00 0.00 Implementati 2020-05-24 2020-05-25 2020-06-02 2020-06-30 COVID-19 Response for Test Labs on PACKAGE GD-6 / Pending Supplying Pulse Oxymeter Component 1: Emergency IDA / 66050 Post Direct Selection Direct 370,000.00 0.00 Implementati 2020-05-17 2020-05-18 2020-05-21 2020-06-30 for Measure Critical Patient COVID-19 Response on through Masimo PACKAGE GD-7 / Pending Purchasing Medicines for Component 1: Emergency Request for Single Stage - One IDA / 66050 Post Limited 1,177,634.00 0.00 Implementati 2020-05-19 2020-05-25 2020-11-28 Treatment of COVID COVID-19 Response Quotations Envelope on Patients PACKAGE GD-8 / Pending Supplying Infrared Component 1: Emergency IDA / 66050 Post Direct Selection Direct 1,084,270.98 0.00 Implementati 2020-05-18 2020-05-18 2020-05-24 2020-05-31 Thermometer and KN95 COVID-19 Response on Masks for Corona Pandemic PACKAGE GD-9 / Pending Supplying Googles and Face Component 1: Emergency IDA / 66050 Post Direct Selection Direct 1,099,685.11 0.00 Implementati 2020-05-17 2020-05-18 2020-05-21 2020-06-15 Shield for Using Health COVID-19 Response on Care Provider Page 1 PACKAGE GD-10 / Procurement of Automated Pending Component 1: Emergency Request for Modern ICU Bed IDA / 66050 Post 1,913,629.25 0.00 Implementati 2020-05-21 2020-05-27 2020-06-18 COVID-19 Response Quotations (Adult+Paedi) Strengthening on Patient Management PACKAGE GD-11 / Shock Pending Component 1: Emergency Request for Single Stage - One Absorbed Pneumatic ICU IDA / 66050 Post Limited 47,104.72 0.00 Implementati 2020-06-03 2020-06-14 2020-06-23 COVID-19 Response Quotations Envelope Bed Mattress on PACKAGE GD-12 / Pending Supplying of Equipment & Component 1: Emergency IDA / 66050 Post Direct Selection Direct 588,809.00 0.00 Implementati 2020-05-22 2020-05-23 2020-05-25 2020-06-22 Necessary Items for ICU COVID-19 Response on Unit PACKAGE GD-13 / Component 2: Supporting Pending Procurement of Five & National and Sub-national, IDA / 66050 Post Direct Selection Direct 587,800.00 0.00 Implementati 2020-05-25 2020-05-26 2020-05-30 2020-06-06 Three Functions Electric Prevention and on Hospital Bed Preparedness Pending PACKAGE GD-14 / Component 1: Emergency IDA / 66050 Post Direct Selection Direct 4,710,472.00 0.00 Implementati 2020-06-01 2020-06-01 2020-06-08 2020-06-15 Procurement of N95 Mask COVID-19 Response on PACKAGE GD-15 / Pending Supplying Emergency Component 1: Emergency IDA / 66050 Post Direct Selection Direct 6,206,046.86 0.00 Implementati 2020-05-18 2020-05-19 2020-05-27 2020-06-18 Ventilator with all Standard COVID-19 Response on Accessories PACKAGE GD-16 / Component 2: Supporting Pending Supplying Compact Gas National and Sub-national, IDA / 66050 Post Direct Selection Direct 2,349,347.91 0.00 Implementati 2020-05-19 2020-05-20 2020-05-28 2020-06-24 Powered Ventilator for Prevention and on Patient Monitoring Preparedness PACKAGE GD-17 / Procuring ICU Bed, Patient Pending Monitor, Generator, Infusion Component 1: Emergency IDA / 66050 Post Direct Selection Direct 1,313,044.07 0.00 Implementati 2020-05-19 2020-05-20 2020-05-25 2020-06-30 Pump, Syringe Pump, COVID-19 Response on Medical Gas Pipe & Oxygen Concentrator etc. Component 2: Supporting PACKAGE GD-18 / Pending National and Sub-national, Procuring of Power Assisted IDA / 66050 Post Direct Selection Direct 820,799.75 0.00 Implementati 2020-05-18 2020-05-19 2020-05-22 2020-06-28 Prevention and Air Purifying Respirator on Preparedness PACKAGE GD-19 / Component 4: Contingent Pending Request for Single Stage - One Supplying 2/3 Isolation Bed IDA / 66050 Emergency Response Post Limited 353,285.40 0.00 Implementati 2020-05-20 2020-05-26 2020-06-16 Quotations Envelope for Isolation Centre Component on Component 4: Contingent Pending PACKAGE GD-20 / MSR Request for Single Stage - One IDA / 66050 Emergency Response Post Limited 353,000.00 0.00 Implementati 2020-05-22 2020-05-28 2020-06-17 for ICU and Isolation Centre Quotations Envelope Component on PACKAGE GD-21 / Pending Procuring rtPCR Machine Component 1: Emergency IDA / 66050 Post Direct Selection Direct 2,355,208.00 0.00 Implementati 2020-05-27 2020-05-28 2020-06-01 2020-06-29 with accessories for COVID-19 Response on Identified COVID Patient PACKAGE GD-22 / Pending Supplying Oxygen Component 1: Emergency IDA / 66050 Post Direct Selection Direct 1,177,354.00 0.00 Implementati 2020-05-24 2020-05-24 2020-05-30 2020-06-30 Concentrator for Patient COVID-19 Response on Management PACKAGE GD-23 / Component 3: Pending Supplying computer and Implementation Management Request for Single Stage - One IDA / 66050 Post Limited 353,296.20 0.00 Implementati 2020-06-02 2020-06-08 2020-06-30 related service for office and Monitoring and Quotations Envelope on operation Evaluation Page 2 PACKAGE GD-24 / Pending Procuring Oxygen Component 1: Emergency UN Agencies IDA / 66050 Post Direct 647,709.70 0.00 Implementati 2020-05-30 2020-06-01 2020-06-07 2020-06-30 Concentrator through COVID-19 Response (Direct) on UNICEF PACKAGE GD-25 / Mobile Pending Microbiology Lab Facilities Component 1: Emergency IDA / 66050 Post Direct Selection Direct 1,295,419.40 0.00 Implementati 2020-06-04 2020-06-07 2020-06-18 2020-06-30 with accessories for COVID COVID-19 Response on Patient at Community Level 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 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 PACKAGE SD-1 / Component 3: Development of CoronaBD Implementation Management Pending Mobile App and National IDA / 66050 Post Direct Selection Direct 571,144.73 0.00 2020-05-18 2020-05-20 2020-05-28 2020-06-28 and Monitoring and Implementation Corona Care System Central Evaluation Web Application PACKAGE SD -2 / Develop TVC for awareness, Component 1: Emergency Pending education, risk IDA / 66050 Post Direct Selection Direct 68,759.25 0.00 2020-05-20 2020-05-21 2020-05-25 2020-05-31 COVID-19 Response Implementation communication & counter misinformation Component 3: Individual PACKAGE SD-3 / Implementation Management Pending IDA / 66050 Post Consultant Direct 112,699.11 0.00 2020-05-20 2020-05-22 2020-05-22 2020-05-28 2022-05-02 Procurement Specialist and Monitoring and Implementation Selection Evaluation Component 3: PACKAGE SD-4 / AI Based Implementation Management Pending Surveillance and Contact IDA / 66050 Post Direct Selection Direct 58,880.90 0.00 2020-05-20 2020-05-22 2020-05-25 2020-06-30 and Monitoring and Implementation Tracing Evaluation Component 3: PACKAGE SD-5 / Implementation Management Pending Operational and IDA / 66050 Post Direct Selection Direct 58,690.90 0.00 2020-05-21 2020-05-22 2020-05-26 2020-06-23 and Monitoring and Implementation Epidemiological Research Evaluation Component 3: PACKAGE SD-6 / Risk Implementation Management Pending Communication and IDA / 66050 Post Direct Selection Direct 58,789.50 0.00 2020-05-24 2020-05-28 2020-06-05 2020-06-30 and Monitoring and Implementation Community Engagement Evaluation Page 3 PACKAGE SD-7 / Component 2: Supporting Awareness Building TVC National and Sub-national, Pending IDA / 66050 Post Direct Selection Direct 88,324.05 0.00 2020-05-22 2020-05-23 2020-05-25 2020-06-15 Regarding Disposal of Prevention and Implementation COVID-19 Dead Bodies Preparedness PACKAGE SD-8 / Program for Eid-ul-Fitar to Raise Mass Awareness of COVID- Component 1: Emergency Pending IDA / 66050 Post Direct Selection Direct 62,356.67 0.00 2020-05-23 2020-05-23 2020-05-24 2020-05-31 19 using Mainstreaming COVID-19 Response Implementation Media including Social Media Page 4