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 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.] 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; 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 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. 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. 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 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: 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. Title of the person signing the Letter: 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 2021-06-26 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P173757 GPN Date: 2020-07-21 Project Name: Bangladesh: COVID-19 Emergency Response and Pandemic Preparedness Project Loan / Credit No: IDA / 66050, IDA / 68460, COFN / C1850 D Executing Agency(ies): irectorate General of Health Services 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 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 PACKAGE GD-1 / Procuring of Personal Protective Component 1: Emergency IDA / 66050 Post Direct Selection Direct 3,762,489.51 3,760,684.62 Signed 2020-05-16 2020-04-07 2020-05-16 2020-04-12 2020-05-21 2020-05-19 2020-05-28 Equipment (PPE), KN95, N95 COVID-19 Response Mask and Hand Gloves PACKAGE GD-2 / Supplying Component 1: Emergency IDA / 66050 Post Direct Selection Direct 2,849,835.56 2,826,523.20 Signed 2020-05-16 2020-04-08 2020-05-16 2020-04-12 2020-05-21 2020-05-19 2020-05-30 PPE for Corona Pandemic COVID-19 Response PACKAGE GD-5 / Procuring Component 1: Emergency N95 Masks for Using Corona IDA / 66050 Post Direct Selection Direct 441,606.75 412,201.30 Signed 2020-05-18 2020-04-08 2020-05-18 2020-04-12 2020-05-23 2020-04-17 2020-06-21 COVID-19 Response Pandemic PACKAGE GD-6 / Supplying Pulse Oxymeter for Measure Component 1: Emergency IDA / 66050 Post Direct Selection Direct 370,000.00 370,000.00 Signed 2020-05-17 2020-05-04 2020-05-18 2020-05-04 2020-05-21 2020-05-09 2020-06-30 Critical Patient through COVID-19 Response Masimo PACKAGE GD-10 / Procurement of Automated Component 1: Emergency Request for Modern ICU Bed (Adult+Paedi) IDA / 66050 Post 1,913,629.25 0.00 Canceled 2020-05-21 2020-05-27 2020-06-18 COVID-19 Response Quotations Strengthening Patient Management PACKAGE GD-15 / Supplying Component 1: Emergency Emergency Ventilator with all IDA / 66050 Post Direct Selection Direct 6,206,046.86 2,320,104.46 Signed 2020-05-18 2020-05-04 2020-05-19 2020-05-05 2020-05-27 2020-05-27 2020-06-18 COVID-19 Response Standard Accessories PACKAGE GD-16 / Supplying Component 2: Supporting Compact Gas Powered IDA / 66050 National and Sub-national, Post Direct Selection Direct 2,349,347.91 2,343,658.82 Signed 2020-05-19 2020-05-06 2020-05-20 2020-05-07 2020-05-28 2020-05-27 2020-06-24 Ventilator for Patient Prevention and Preparedness Monitoring PACKAGE GD-13 / Component 2: Supporting Procurement of Five & Three IDA / 66050 National and Sub-national, Post Direct Selection Direct 587,800.00 584,736.99 Signed 2020-05-25 2020-05-20 2020-05-26 2020-05-21 2020-05-30 2020-05-28 2020-06-06 Functions Electric Hospital Prevention and Preparedness Bed PACKAGE GD_3 / Purchasing Component 1: Emergency IDA / 66050 Post Direct Selection Direct 1,177,554.00 2,291,839.23 Signed 2020-06-20 2020-05-14 2020-06-21 2020-05-17 2020-06-28 2020-05-20 2020-07-15 rt-PCR Kit Using for Test Labs COVID-19 Response PACKAGE GD-24 / Procuring Component 1: Emergency UN Agencies Oxygen Concentrator through IDA / 66050 Post Direct 647,709.70 0.00 Canceled 2020-05-30 2020-06-01 2020-06-07 2020-06-30 COVID-19 Response (Direct) UNICEF PACKAGE GD-8 / Supplying Infrared Thermometer and Component 1: Emergency IDA / 66050 Post Direct Selection Direct 1,089,270.98 1,085,740.91 Signed 2020-05-18 2020-04-09 2020-05-18 2020-04-12 2020-05-24 2020-04-19 2020-05-25 KN95 Masks for Corona COVID-19 Response Pandemic PACKAGE GD-3 / Purchasing Component 1: Emergency IDA / 66050 Post Direct Selection Direct 1,177,554.00 0.00 Canceled 2020-05-24 2020-05-15 2020-05-25 2020-05-17 2020-06-02 2020-06-30 rt-PCR Kit Using for Test Labs COVID-19 Response PACKAGE GD-29 / Management of COVID-19 Component 1: Emergency UN Agencies IDA / 66050 Post Direct 18,035,117.00 10,852,290.65 Signed 2020-07-22 2020-06-18 2020-07-28 2020-06-30 2020-09-02 2020-11-26 2021-03-01 Cases through Upgradtion of COVID-19 Response (Direct) Oxygen Supply System PACKAGE GD-28 / Procuring Component 1: Emergency UN Agencies Medical goods through World IDA / 66050 Post Direct 2,923,851.00 2,923,951.00 Signed 2020-06-10 2020-05-18 2020-06-10 2020-05-20 2020-07-13 2020-06-08 2020-12-31 COVID-19 Response (Direct) Health Organization PACKAGE GD24 / Procuring Oxygen Concentrator and Component 1: Emergency UN Agencies IDA / 66050 Post Direct 10,000,000.00 9,164,927.51 Signed 2020-06-21 2020-05-04 2020-06-22 2020-06-03 2020-07-16 2020-06-08 2021-01-12 other Emergency Medical COVID-19 Response (Direct) Goods through UNICEF PACKAGE GD-7 / Purchasing Component 1: Emergency Request for Single Stage - One Medicines for Treatment of IDA / 66050 Post Limited 1,177,634.00 0.00 Canceled 2020-05-19 2020-05-25 2020-11-28 COVID-19 Response Quotations Envelope COVID Patients Component 3: PACKAGE GD-23 / Supplying Implementation Management Request for Single Stage - One computer and related service IDA / 66050 Post Limited 353,296.20 0.00 Canceled 2020-06-02 2020-06-08 2020-06-30 and Monitoring and Quotations Envelope for office operation Evaluation PACKAGE GD-21 / Procuring rtPCR Machine with Component 1: Emergency IDA / 66050 Post Direct Selection Direct 2,355,208.00 0.00 Canceled 2020-05-27 2020-05-28 2020-06-01 2020-06-29 accessories for Identified COVID-19 Response COVID Patient Page 1 BD-DGHS-227379-GD34-GO- Under UN / Strengthening of Component 1: Emergency UN Agencies IDA / 68460 Prior Direct 2,737,415.25 0.00 Implementati 2021-04-06 2021-06-13 2021-04-11 2021-06-20 2021-05-16 2023-06-30 National Control Laboratory of COVID-19 Response (Direct) on DGDA BD-DGHS-234145-GO-DIR / Pending Component 1: Emergency Procurement of Modern IDA / 66050 Prior Direct Selection Direct 4,822,133.00 0.00 Implementati 2021-05-20 2021-05-25 2021-07-06 2023-06-30 COVID-19 Response Microbiology Lab with RT-PCR on BD-DGHS-234723-GO-DIR / Pending Component 1: Emergency Installation of ICU of 10 IDA / 66050 Prior Direct Selection Direct 3,185,910.90 0.00 Implementati 2021-05-16 2021-05-20 2021-06-28 2021-12-25 COVID-19 Response Medical College Hospital on BD-DGHS-235881-GO-DIR / Pending Component 1: Emergency Purchase Vaccine for COVID- IDA / 68460 Prior Direct Selection Direct 203,030,883.48 0.00 Implementati 2021-05-23 2021-05-31 2021-07-20 2022-01-16 COVID-19 Response 19 on 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 PACKAGE NCS-4 / Appointing C&F Agent for Component 1: Emergency clearing emergency medical IDA / 66050 Post Direct Selection Direct 471,803.60 32,383.00 Signed 2020-08-16 2020-08-24 2020-08-17 2020-09-03 2020-08-25 2020-09-13 2020-10-29 COVID-19 Response goods imported through UNICEF, WHO & Masimo DGHSCOVID-19ERPPNCS-5 / HR and Transport Hiring for Component 1: Emergency UN Agencies IDA / 66050 Prior Direct 14,135,868.00 0.00 Canceled 2021-02-18 2021-03-09 2021-02-21 2021-03-14 2021-05-30 2022-12-30 COVID-19 Emergency COVID-19 Response (Direct) Response through UN Agency DGHSCOVID-19NCS-7 / Pending Component 1: Emergency Hiring C&F Agent for clearing IDA / 66050 Post Direct Selection Direct 112,358.30 0.00 Implementati 2021-03-29 2021-04-01 2021-05-14 2021-11-10 COVID-19 Response the medical goods of UNICEF on Component 3: Pending DGHS/COVID-19/ERPP/NCS- Implementation Management Request for Single Stage - One IDA / 66050 Post Limited 3,546.00 0.00 Implementati 2021-06-09 2021-06-24 2021-08-30 9 / Vehicle Rental for PIU and Monitoring and Quotations Envelope on Evaluation DGHS/COVID-19ERPP/NCS- Pending Component 1: Emergency Single Stage - One 10 / Rental Vehicle for Lab COFN / C1850 Post Request for Bids Open - National 142,468.00 0.00 Implementati 2021-06-24 2021-06-27 2021-07-15 2021-07-20 2021-08-10 2022-05-30 COVID-19 Response Envelope Call Centre on DGHS/COVID-19ERPP/NCS-8 Pending Component 1: Emergency Request for Single Stage - One / Vehicle Rental for COVID-19 COFN / C1850 Post Limited 5,859.00 0.00 Implementati 2021-06-10 2021-06-28 2021-08-31 COVID-19 Response Quotations Envelope Emergency on DGHS/COVID- Pending 19/ERPP/PACKAGE-NCS- Component 1: Emergency COFN / C1850 Post Direct Selection Direct 23,603.00 0.00 Implementati 2021-06-26 2021-06-26 2021-06-28 2021-08-31 11/VR / Vehicle Rent for COVID-19 Response on COVID-19 Emergency 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 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 PACKAGE SD-1 / Component 3: Development of CoronaBD Implementation Management Mobile App and National IDA / 66050 Post Direct Selection Direct 571,144.73 559,651.59 Signed 2020-05-18 2020-04-10 2020-05-20 2020-04-10 2020-05-28 2020-04-15 2020-06-28 and Monitoring and Corona Care System Central Evaluation Web Application PACKAGE SD -2 / Develop TVC for awareness, education, Component 1: Emergency IDA / 66050 Post Direct Selection Direct 68,759.25 68,655.95 Signed 2020-05-20 2020-04-12 2020-05-21 2020-04-12 2020-05-25 2020-04-15 2020-05-31 risk communication & counter COVID-19 Response misinformation Component 3: Individual PACKAGE SD-3 / Implementation Management IDA / 66050 Post Consultant Direct 112,699.11 112,735.19 Signed 2020-05-20 2020-04-22 2020-05-22 2020-04-23 2020-05-22 2020-04-30 2020-05-28 2020-04-30 2022-05-02 Procurement Specialist and Monitoring and Selection Evaluation Component 3: PACKAGE SD-6 / Risk Implementation Management Communication and IDA / 66050 Post Direct Selection Direct 58,789.50 0.00 Canceled 2020-05-24 2020-05-28 2020-06-05 2020-06-30 and Monitoring and Community Engagement Evaluation PACKAGE SD-7 / Awareness Component 2: Supporting Building TVC Regarding IDA / 66050 National and Sub-national, Post Direct Selection Direct 88,324.05 100,251.21 Signed 2020-05-22 2020-05-04 2020-05-23 2020-05-05 2020-05-25 2020-05-13 2020-06-15 Disposal of COVID-19 Dead Prevention and Preparedness Bodies Component 3: PACKAGE SD-4 / AI Based Implementation Management Surveillance and Contact IDA / 66050 Post Direct Selection Direct 58,880.90 0.00 Canceled 2020-05-20 2020-05-22 2020-05-25 2020-06-30 and Monitoring and Tracing Evaluation PACKAGE SD-8 / Program for Eid-ul-Fitar to Raise Mass Component 1: Emergency Awareness of COVID-19 using IDA / 66050 Post Direct Selection Direct 62,356.67 0.00 Canceled 2020-05-23 2020-05-23 2020-05-24 2020-05-31 COVID-19 Response Mainstreaming Media including Social Media Page 2 Individual PACKAGE SD-15 / ICS- Junior Component 1: Emergency IDA / 66050 Post Consultant Direct 33,974.76 0.00 Canceled 2020-07-28 2021-01-25 2020-08-16 2020-08-23 2020-09-27 2021-03-26 Financial Management COVID-19 Response Selection DGHSCOVID-19ERPPCSD-5 / Individual Component 1: Emergency Selection of Environmental IDA / 66050 Post Consultant Direct 28,370.23 7,554.93 Signed 2021-01-31 2021-01-25 2021-02-01 2021-02-03 2021-02-04 2021-02-09 2021-02-10 2021-02-10 2021-05-30 COVID-19 Response Management Specialist Selection DGHSCOVID-19ERPPCSD6 / Individual Component 1: Emergency Selection of Social IDA / 66050 Post Consultant Direct 28,370.23 5,466.13 Signed 2021-01-31 2021-01-25 2021-02-03 2021-02-08 2021-02-10 2021-02-10 2021-02-25 2021-02-11 2021-06-30 COVID-19 Response Development Specialist Selection Individual DGHSCOVID-19ERPPSD-08 / Component 1: Emergency Under IDA / 66050 Post Consultant Direct 85,110.70 0.00 2021-01-31 2020-06-08 2021-02-09 2021-02-09 2021-02-25 2022-06-30 Selection of M&E Specialist COVID-19 Response Implementation Selection DGHS/COVID- Individual 19/ERPP/PACKAGE CS-7 / Component 1: Emergency IDA / 66050 Post Consultant Direct 11,794.84 9,304.80 Signed 2021-02-08 2021-01-25 2021-02-10 2021-01-25 2021-02-11 2021-02-03 2021-02-14 2021-02-08 2021-08-31 Financial Management COVID-19 Response Selection Specialist (Jr.) Individual PACKAGE SD-9 / Component 1: Emergency IDA / 66050 Post Consultant Direct 112,792.16 0.00 Canceled 2020-07-22 2020-07-25 2020-08-01 2020-09-08 2022-09-07 Procurement Consultant COVID-19 Response Selection Component 3: PACKAGE SD-5 / Operational Implementation Management IDA / 66050 Post Direct Selection Direct 58,690.90 0.00 Canceled 2020-05-21 2020-05-22 2020-05-26 2020-06-23 and Epidemiological Research and Monitoring and Evaluation Individual PACKAGE SD-11 / Financial Component 1: Emergency IDA / 66050 Post Consultant Direct 112,792.16 0.00 Canceled 2020-06-25 2020-06-29 2020-07-05 2020-07-12 2022-07-11 Management Specialist COVID-19 Response Selection BD-DGHS-227366-CS- Individual Component 1: Emergency Under 6.1INDV / Social Development IDA / 66050 Post Consultant Open 27,716.18 0.00 2021-04-04 2021-04-07 2021-05-05 2021-05-16 2021-06-01 2022-03-31 COVID-19 Response Implementation Specialist Selection BD-DGHS-227361-CS-INDV Individual Component 1: Emergency Under / Financial Management IDA / 66050 Post Consultant Open 165,117.68 0.00 2021-04-04 2021-04-12 2021-05-04 2021-05-14 2021-06-30 2023-05-31 COVID-19 Response Implementation Specialist Selection BD-DGHS-227363-CS- Individual Component 1: Emergency Under 5.1INDV / Environmental IDA / 66050 Post Consultant Open 20,050.00 0.00 2021-04-04 2021-04-07 2021-06-07 2021-06-10 2021-06-20 2021-12-17 COVID-19 Response Implementation Management Specialist Selection Page 3