PROCUREMENT PLAN Project information: Democratic Republic of Congo – Kinshasa Multisector Dev and Urban Res (P171141) Project Implementation agency: Ministry of Public Works – Cellule Infrastructures Date of the Procurement Plan: March 2020- Period covered by this Procurement Plan: March 2020 – Sept 2020 Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016) (“Procurement Regulations”) the Bank’s Systematic Tracking and Exchanges in Procurement (STEP) system will be used to prepare, clear and update Procurement Plans and conduct all procurement transactions for the Project. This textual part along with the Procurement Plan tables in STEP constitute the Procurement Plan for the Project. The following conditions apply to all procurement activities in the Procurement Plan. The other elements of the Procurement Plan as required under paragraph 4.4 of the Procurement Regulations are set forth in STEP. The Bank’s Standard Procurement Documents: shall be used for all contracts subject to international competitive procurement and those contracts as specified in the Procurement Plan tables in STEP. National Procurement Arrangements: In accordance with paragraph 5.3 of the Procurement Regulations, when approaching the national market (as specified in the Procurement Plan tables in STEP), the country’s own procurement procedures may be used. When the Borrower uses its own national open competitive procurement arrangements as set forth in the DRC Procurement code of April 27, 2010, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions. (a) Standard Bidding Documents. All Standard Bidding Documents to be used for the project under NCB shall be found acceptable to the World Bank before their use during the implementation of the project. (b) Eligibility. Eligibility of bidders and acceptability of their goods and services shall not be based on their nationality and/or their origin, and association with a national firm shall not be a condition for participation in a bidding process. Therefore, except for the ineligibility situations referred to in paragraphs 1.10(a) (i) and 1.10(a) (ii) of the Procurement Guidelines, the eligibility of bidders must be based solely on their qualification, experience, and capacity to carry out the contract related to the specific bidding process. (c) Advertising and bid preparation time. Bidding opportunities shall be advertised at least in a national newspaper of wide circulation and on the website of the Recipient’s Procurement Regulator (Autorité de Régulation des Marchés Publics), and bidders should be given at least 30 days from the date of invitation to bid or the date of availability of the bidding documents, whichever is later. (d) Criteria for qualification of bidders. Qualification criteria shall only concern the bidder’s capability and resources to perform the contract, taking into account objective and measurable factors. Such criteria for qualification of bidders shall be clearly specified in the bidding documents. (e) Evaluation and contract award. A contract shall be awarded to the substantially responsive and lowest evaluated bidder provided that such bidder meets the qualification criteria specified in the bidding documents. No scoring system shall be allowed for the evaluation of bids, and no ‘blanket’ limitation to the number of lots which can be awarded to a bidder shall apply. The criteria for bid evaluation and the contract award conditions shall be clearly specified in the bidding documents; (f) Preferences. No preference shall be given to domestic/regional bidders, to domestically/regionally manufactured goods, and to bidders forming a joint venture with a national firm or proposing national subcontractors or carrying out economic activities in the territory of the recipient. (g) Publication of contract award. Information on all contract awards shall be published in at least a national newspaper of wide circulation or in the Recipient’s Procurement Regulator (Autorité de Régulation des Marchés Publics) website. (h) Fraud and corruption. In accordance with the Procurement Guidelines, each bidding document and contract shall include provisions stating the World Bank’s policy to sanction firms or individuals found to have engaged in fraud and corruption as set forth in the Procurement Guidelines. (i) Inspection and audit rights. In accordance with the Procurement Guidelines, each bidding document and contract shall include provisions stating the World Bank’s policy with respect to inspection and audit of accounts, records, and other documents relating to the bid submission and contract performance. (j) Requirement for administrative documents and/or tax clearance certificate. The bidding documents shall not require foreign bidders to produce any administrative or tax-related certificates before confirmation of awarding a contract. (k) Modifications of a signed contract. Any change in the contract amount which, singly or combined with all previous changes, increases the original contract amount by 15 percent or more must be done through an amendment to the signed contract instead of signing a new contract. When other national procurement arrangements other than national open competitive procurement arrangements are applied by the Borrower, such arrangements shall be subject to paragraph 5.5 of the Procurement Regulations. Leased Assets as specified under paragraph 5.10 of the Procurement Regulations: “Not Applicable” Procurement of Second Hand Goods as specified under paragraph 5.11 of the Procurement Regulations – “Not Applicable” Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). Goods: is not applicable Works: is not applicable PROCUREMENT Congo, Democratic Republic of : Kinshasa Multisector Development and Urban Resilience Project PLAN General Information Country: Congo, Democratic Republic of Bank’s Approval Date of the Original Procurement Plan: 2021-02-25 2021-02-25 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P171141 GPN Date: Project Name: Kinshasa Multisector Development and Urban Resilience Project Loan / Credit No: IDA / V3360 Urban Water Supply Project Executing Agency(ies): WORKS Procureme Activity Reference No. / Actual Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification High SEA/SH nt Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Contract Description Component Review Type Method Market Approach Amount Document / and Recommendation Signed Contract No. Process (Y/N) Risk Document Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Completion (US$) Justification for Award Type Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual ZR-PEMU-220163-CW-RFB / "Fourniture, pose des conduites et construction de deux réservoirs de stockage : Lot 1 : Fourniture et pose des Resilient Infrastructure and Single Stage - One En attente 2023-06- conduites de transferts et IDA / V3360 A priori Appel d'offres Open - International 0.00 2021-05-28 2021-06-02 2021-08-01 2021-08-22 2021-10-12 Services Envelope d'exécution 04 distribution aval Ozone Lot 2 : Construction de deux réservoirs (Gombele et Jelo- Binza) ZR-PEMU-220176-CW-DIR / Construction de la 3ème Passation de Resilient Infrastructure and En attente 2023-06- phase de l'usine de traitement IDA / V3360 A priori marché de gré à Direct 0.00 2021-08-16 2021-08-21 2021-10-14 Services d'exécution 06 d'eau au site Ozone/Kinshasa- gré Ouest (avec Entreprise WIET) ZR-PEMU-220181-CW-RFB / Travaux de réhabilitation des Resilient Infrastructure and Single Stage - One En attente 2023-01- ouvrages et équipements des IDA / V3360 A priori Appel d'offres Open - International 0.00 2021-06-28 2021-07-03 2021-08-17 2021-09-07 2021-10-21 Services Envelope d'exécution 14 modules de traitement d’eau 1, 2 et 3 de N'djili ZR-PEMU-220190-CW-RFB / Réhabilitation, extension du Resilient Infrastructure and Single Stage - One En attente 2022-05- réseau et branchements IDA / V3360 A posteriori Appel d'offres Open - National 0.00 2021-07-15 2021-07-20 2021-08-31 2021-09-21 2021-11-04 Services Envelope d'exécution 03 sociaux dans la zone ( plusieurs lots) ZR-PEMU-220195-CW-CP / Construction de la station Resilient Infrastructure and Pratiques Single Stage - Two En attente 2022-12- pilote de traitement des boues IDA / V3360 A priori Open - International 0.00 2021-09-15 2021-09-20 2021-11-19 2022-01-09 2022-02-08 Services commerciales Envelope d'exécution 05 de vidange sur le site de l’ITA Mombele GOODS Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification 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) (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 ZR-PEMU-220202-GO-RFB / Fourniture des matériels de Resilient Infrastructure and Single Stage - One En attente IDA / V3360 A posteriori Appel d'offres Open - National 0.00 2021-06-15 2021-06-20 2021-08-04 2021-08-25 2021-10-08 2022-06-05 réparation des fuites dans le Services Envelope d'exécution réseau de Kinshasa ZR-PEMU-220203-GO-RFQ / Fourniture des matériels informatiques (ordinateurs, Resilient Infrastructure and Single Stage - One En attente IDA / V3360 A posteriori Demande de prix Limited 0.00 2021-06-26 2021-08-21 2022-01-18 imprimantes et accessoires) Services Envelope d'exécution pour les micro-caisses de la REGIDESO NON CONSULTING SERVICES Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification 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) (US$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Contract Type Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. (US$) 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 ZR-PEMU-220204-CS-QCBS Sélection fondée Resilient Infrastructure and En attente / Etude du nouveau captage IDA / V3360 A priori sur la qualité et le Open - International 0.00 2021-04-02 2021-04-23 2021-06-06 2021-07-21 2021-08-20 2021-09-17 2021-10-08 2022-08-04 Services d'exécution de N'djili coût ZR-PEMU-220208-CS-QCBS / Contrôle et surveillance des Sélection fondée Resilient Infrastructure and En attente travaux de la 3ème phase de IDA / V3360 A priori sur la qualité et le Open - International 0.00 2021-04-30 2021-05-21 2021-07-04 2021-08-01 2021-08-31 2021-10-05 2021-11-09 2023-07-02 Services d'exécution l'usine de traitement d'eau au coût site Ozone/Kinshasa-Ouest ZR-PEMU-220210-CS-QCBS / Contrôle et surveillance des Sélection fondée travaux de réhabilitation des Resilient Infrastructure and En attente IDA / V3360 A priori sur la qualité et le Open - International 0.00 2021-04-15 2021-05-06 2021-06-19 2021-07-17 2021-08-16 2021-09-20 2021-10-25 2023-01-18 ouvrages et équipements des Services d'exécution coût modules de traitement d’eau 1, 2 et 3 de N'djili ZR-PEMU-220211-CS-QCBS / Contrôle et surveillance des Sélection fondée travaux de la station pilote de Resilient Infrastructure and En attente IDA / V3360 A priori sur la qualité et le Open - International 0.00 2021-04-15 2021-05-06 2021-06-19 2021-07-17 2021-08-16 2021-09-20 2021-10-25 2023-01-18 traitement des boues de Services d'exécution coût vidange sur le site de l’ITA Mombele Page 1 INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Actual Amount Draft Negotiated Description Component Review Type Method Market Approach Contract Type Process Status Teams of Reference Identified/Selected Signed Contract Contract Completion No. (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual ZR-PEMU-220213-CS-CDS / Sélection de Resilient Infrastructure and En attente Appui à la réforme de la IDA / V3360 A priori consultants par Direct 0.00 2021-04-15 2021-04-25 2021-06-14 2022-06-09 Services d'exécution REGIDESO (COPIREP) entente directe Page 2