PROCUREMENT PLAN (Textual Part) Project information: Pakistan REDD+ Preparation Project (P152465) Project Implementation agency: Ministry of Climate Change Date of the Procurement Plan: April 2019 Period covered by this Procurement Plan:Plan: April 2019- December 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 [insert appropriate references to the national procurement legislation], such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: 1) The eligibility of bidders shall be as defined under Section III of the Procurement Regulations. 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. 2) For national open competitive procurement, only the model procurement documents acceptable to the World Bank, shall be used. 3) 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. 4) 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. 5) Access to procurement opportunities shall not be restricted to firms that have pre- registered and/or paid a registration fee. 6) No preference of any kind shall be given to national bidders in the bidding process. 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. 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). Spec Goods: [is not applicable for those contracts identified in the Procurement Plan tables]; 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. 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; 1[Drafting note: 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. 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 inspect5 all 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. 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 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: other relevant individuals; performing physical inspections and site visits; and obtaining third-party verification of information. PROCUREMENT Pakistan : Pakistan: REDD Preparation Project PLAN General Information Country: Pakistan Bank’s Approval Date of the Original Procurement Plan: 2019-05-09 2020-09-22 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P152465 GPN Date: Project Name: Pakistan: REDD Preparation Project Loan / Credit No: TF / A0709 Executing Agency(ies): Inspector General of Forests Office 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 PK-IFG-OFFICE -195848- Pending CW-RFQ / Repair, Request for Single Stage - One TF / A0709 Post Limited 9,500.00 0.00 Implementat 2020-09-24 2020-10-08 2020-10-23 maintenance and fixtures for Quotations Envelope ion REDD+ office 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 PK-IFG-OFFICE -114393- GO-RFQ / Forest inventory and monitoring Equipment Request for Open - Single Stage - One TF / A0709 Post 255,000.00 0.00 Canceled 2019-06-01 2019-07-27 2019-10-31 for provinces (laser vertex, Quotations International Envelope densiometer, hypsometer, GIS plotters, laptops etc) PK-IFG-OFFICE -114416- Request for Single Stage - One GO-RFQ / IT, TF / A0709 Post Limited 25,000.00 0.00 Canceled 2019-06-01 2019-07-27 2019-09-30 Quotations Envelope Communication and Office Equipment PK-IFG-OFFICE -154546- Pending Request for Single Stage - One GO-RFQ / Photography/Video TF / A0709 Post Limited 17,000.00 0.00 Implementati 2020-02-28 2020-04-24 2020-10-21 Quotations Envelope Equipment on PK-IFG-OFFICE -158089- Pending GO-RFQ / Furniture (Tables, Request for Single Stage - One TF / A0709 Post Limited 53,000.00 0.00 Implementati 2020-02-28 2020-04-24 2020-10-21 Chairs etc) for Ministry of Quotations Envelope on Climate Change (MoCC) PK-IFG-OFFICE -114405- GO-RFQ / Six units of Forest Remote Sensing Pending Open - Single Stage - One Drones with high definition TF / A0709 Post Request for Bids 240,000.00 0.00 Implementati 2020-03-08 2020-03-13 2020-04-24 2020-05-24 2020-06-28 2020-12-25 International Envelope cameras for strengthening of on the Provincial Forest Monitoring Systems PK-IFG-OFFICE -154542- Pending Request for Single Stage - One GO-RFQ / Forest Inventory TF / A0709 Post Limited 93,640.00 0.00 Implementati 2020-02-28 2020-04-24 2020-10-21 Quotations Envelope Equipment on PK-IFG-OFFICE -158085- Pending GO-RFQ / Office Equipment Request for Single Stage - One TF / A0709 Post Limited 124,790.00 0.00 Implementati 2020-02-28 2020-04-24 2020-10-21 (Photocopier, Fax Machine Quotations Envelope on etc) Page 1 PK-IFG-OFFICE -158078- Pending GO-RFQ / IT Equipment Request for Single Stage - One TF / A0709 Post Limited 129,400.00 0.00 Implementati 2020-02-28 2020-04-24 2020-10-21 (Laptop, Printer, Memory Quotations Envelope on Card etc PK-IFG-OFFICE -195705- Pending GO-RFQ / Procurement of Request for Single Stage - One TF / A0709 Post Limited 9,400.00 0.00 Implementati 2020-09-24 2020-10-13 2020-10-31 Equipment and Office Quotations Envelope on Furniture 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 PK-IFG-OFFICE -114232-CS- Consultant Open - Under CQS / Assessment of TF / A0709 Post Qualification 150,000.00 0.00 2019-05-27 2019-05-21 2019-06-17 2019-07-14 2019-07-31 2019-09-17 2019-08-30 2020-01-10 2019-10-04 2020-04-30 International Implementation existing Forestry Systems Selection PK-IFG-OFFICE -114240-CS- Consultant CQS / Private Sector Open - Under TF / A0709 Post Qualification 220,000.00 0.00 2019-05-27 2019-05-16 2019-06-17 2019-07-14 2019-07-31 2019-09-17 2019-08-30 2019-10-04 2020-04-30 Engagement & Legalities of International Implementation Selection REDD+ PK-IFG-OFFICE -114246-CS- CQS / ASSESSMENT OF OPPORTUNITY COST OF Consultant Open - Under REDD+ AND IMPACT TF / A0709 Post Qualification 100,000.00 0.00 2019-05-27 2019-05-16 2019-06-17 2019-07-14 2019-07-31 2019-09-28 2019-08-30 2019-10-04 2020-04-30 International Implementation ASSESSMENT OF LEASING Selection OF FOREST LAND TO OTHER PURPOSES PK-IFG-OFFICE -114251-CS- Consultant CQS / Gender Action Plan: Open - Under TF / A0709 Post Qualification 150,000.00 0.00 2019-05-27 2019-05-16 2019-06-17 2019-07-31 2019-08-30 2019-10-04 2020-04-30 Prepare a REDD+ Gender International Implementation Selection Action Plan (GAP) PK-IFG-OFFICE -114798-CS- Consultant Under CQS / Awareness Raising TF / A0709 Post Qualification Open - National 150,000.00 0.00 2019-05-27 2019-05-22 2019-06-17 2019-07-14 2019-07-31 2019-10-03 2019-08-30 2020-01-06 2019-10-04 2020-04-30 Implementation and Outreach Selection PK-IFG-OFFICE -114237-CS- QCBS / Establish Sub- National Forest Monitoring Least Cost Open - Under TF / A0709 Post 595,000.00 0.00 2019-05-27 2019-05-16 2019-06-17 2019-07-14 2019-07-31 2019-08-28 2019-09-27 2019-11-01 2019-12-06 2020-05-31 and Measurement Reporting Selection International Implementation & Verification Systems for Pakistan PK-IFG-OFFICE -114241-CS- QCBS / PREPARATION OF Quality And Cost- Open - Under PARTICIPATORY FOREST TF / A0709 Post 700,000.00 0.00 2019-05-27 2019-05-16 2019-06-17 2019-07-14 2019-07-31 2019-09-18 2019-08-28 2019-10-17 2019-09-27 2019-11-18 2019-11-01 2019-12-13 2019-12-06 2020-05-31 Based Selection International Implementation MANAGEMENT PLANS & REDD+ ACTION PLAN Page 2 PK-IFG-OFFICE -114229-CS- CQS / Undertake a Comprehensive National Level Assessment of Demand Least Cost Open - Under and Supply of Forest TF / A0709 Post 300,000.00 0.00 2019-05-27 2019-05-16 2019-06-17 2019-07-14 2019-07-31 2019-08-28 2019-09-27 2019-11-01 2019-12-06 2020-04-30 Selection International Implementation Products and Services, to Quantify Contribution of Forests to Rural Livelihood and National Economy 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 PK-IFG-OFFICE -111150-CS- INDV / • Environment and Social Safeguards Specialist: At least a Master Degree in Social Sciences, Individual Under Anthropology, Environmental TF / A0709 Post Consultant Open 40,000.00 0.00 2019-04-18 2019-04-18 2019-06-07 2019-06-28 2019-08-02 2020-06-28 Implementation Management and/or Forestry. Selection (at least sixteen years of education), having at least ten (10) years of relevant working experience. PK-IFG-OFFICE -114226-CS- INDV / Communication Specialist: : At least a post- graduate degree in / Mass Communication/ Media Individual Under Studies/ Journalism or any TF / A0709 Post Consultant Open 33,500.00 0.00 2019-05-14 2019-06-25 2019-07-02 2019-07-23 2019-08-27 2020-06-28 Implementation other relevant discipline (at Selection least sixteen years of education), having at least ten (10) years of experience in the related field. PK-IFG-OFFICE -158121-CS- INDV / CONTRACT MANAGEMENT/PROCUREM ENT OFFICER:Master’s Degree or equivalent from Individual an accredited institution or TF / A0709 Post Consultant Direct 10,000.00 0.00 Canceled 2020-02-17 2020-02-27 2020-02-27 2020-03-15 2020-04-01 2020-06-28 university in public Selection administration, business administration, economics, law, finance, contracts, risk management, or related fields. PK-IFG-OFFICE -161372-CS- CDS / FINALIZATION OF NATIONAL REDD+ Under STRATEGY, STRATEGY TF / A0709 Post Direct Selection Direct 240,250.00 0.00 2020-02-26 2020-03-03 2020-03-07 2020-05-11 2020-11-07 Implementation OPTIONS AND ITS IMPLEMENTATION FRAMEWORK PK-IFG-OFFICE -161378-CS- CDS / FINALIZATION OF NATIONAL FOREST REFERENCE EMISSIONS Under LEVEL AND NATIONAL TF / A0709 Post Direct Selection Direct 190,000.00 0.00 2020-02-26 2020-03-03 2020-03-07 2020-05-11 2020-11-07 Implementation FOREST MONITORING – MEASUREMENT REPORTING AND VERIFICATION SYSTEM Page 3 PK-IFG-OFFICE -181448-CS- INDV- / CONTRACT MANAGEMENT/PROCUREM ENTOFFICER: Master’s Degree or equivalent from Individual an accredited institution or Pending TF / A0709 Post Consultant Limited 48,000.00 0.00 2020-06-26 2020-07-01 2020-07-22 2020-08-26 2021-02-22 university in public Implementation Selection administration, business administration, economics, law, finance, contracts, risk management, or related fields. Page 4