Procurement Plan I. General 1. Project Information Country : Kenya Recipient : Republic of Kenya Project Name : National Agriculture and Rural Inclusive Growth Loan Credit No. : IDA 59000 2. Date of General Procurement Notice : 9th February 2018 3. Period Covered by this procurement plan : 18 months II. Goods, Works, and Non-Consulting Services 1. Thresholds for the Method of Procurement: Method of Procurement Thresholds for Method (US$ equivalent) Open International (Goods) Equal to or more than 3 million Open National ( Goods) – Open Tender as per < $3 million PPDA 2015 RFQ (Goods) Less than 20,000 or as stipulated in Kenya Procurement Regulations 2017 Open International (Works) Equal to or more than 15 million Open National (Works) - Open Tender as per Less than 15 million PPDA 2015 RFQ (works) Less than 20,000 or as stipulated in Kenya Procurement Regulations 2017 Open International (Non-consulting Services) Equal to or More than 3 million Open National (Non-consulting Services) - Less than 3 million Open Tender as per PPDA 2015 Method of Procurement Thresholds for Method (US$ equivalent) Direct Contracting No threshold; meet requirements of Bank’s Procurement Regulations Prior Review: The details of the Procurement review / oversight are defined in the Annex II of the Regulations for borrowers. The following would be subject to Prior review of the Bank regardless of the Method of selection (Project Procurement Risk Rating is “High”): (a) Goods, information technology and Non-consulting Services: First procurement under the project irrespective of value and all procurements estimated to cost more than USD 1.5 million (b) Works (including turnkey, supply & installation of plant and equipment and PPP); First procurement under the project irrespective of value and all procurements estimated to cost more than USD 5 million and The prior review thresholds will be reviewed during the implementation of the project and modified, based on the risk assessment. 2. For contracts subject to prior review, the Borrower shall seek the Bank’s no objection before agreeing to: a. an extension of the stipulated time for execution of a contract that has an impact on the planned completion of the project; b. any material modification of the scope of the Works, Goods, Non-consulting services or Consulting Services, or other significant changes to the terms and conditions of the contract; c. any variation order or contract amendment (except in cases of extreme urgency), including due to extension of time, that singly or combined with all previous variation orders or amendments, increases the original contract amount by more than 15% (fifteen percent); or d. the proposed termination of the contract. The Borrower / IA shall provide a copy of all amendments to the contract to the Bank for its records. 3. Prequalification Not Applicable Domestic Preference. The provision of domestic preference shall be applied in the procurement of goods following international market approach in accordance with Annex VI of the Regulations. Domestic preference shall not apply in the procurement of works. 4. Reference to Standard Procurement Documents Bank’s Standard RFB Goods and RFP Consulting Services dated July 2016 will be used as a base and incorporating suitable modifications and the same would be agreed with the Bank subject international competition. 5. Any Other Special Procurement Arrangements A. Procurement approach under CDD Approach by Communities: Applicable if stipulated in the PAD. B. When approaching the national market, as agreed in the Procurement Plan, the Open Tender procedure of Public Procurement and Asset Disposal Act 2015 and Regulations 2017 may be used. The specific Requirements for national open competitive procurement include the following: a. open advertising of the procurement opportunity at the national level; b. the procurement is open to eligible firms from any country; c. 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; d. contracts with an appropriate allocation of responsibilities, risks, and liabilities; e. publication of contract award information; f. rights for the Bank to review procurement documentation and activities; g. an effective complaints mechanism; and h. maintenance of records of the Procurement Process. Other national procurement arrangements (other than national open competitive procurement), that may be applied by the Borrower (such as limited/restricted competitive bidding, request for quotations/shopping, direct contracting), 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. In all cases, the national procurement procedures to be used shall give due attention to quality aspects. 6. The bid evaluation will be carried out according to the agreed timeline in the Procurement Activity Schedule. III. Selection of Consultants 1. Methods and Prior Review Threshold Selection methods of procurement of Consultants' Services (Firms): The Approved Selection Methods as reflected in the Section VII of the procurement regulations Method of Procurement Thresholds for Methods Quality and Cost Based Selection As per requirements of para 7.3 of the Regulations (QCBS) Quality Based Selection (QBS) As per requirements of para 7.8 to 7.10 of the Regulations Selection based on a Fixed As per requirements of para 7.4 and 7.5 of the Regulations Budget (FBS) Selection Based on Least Cost As per requirements of para 7.6 and 7.7 of the Regulations Basis (LCS) Selection based on Consultant’s As per requirements of para 7.11 and 7.12 of the Qualification (CQ) Regulations Direct Must meet the requirements of Para 7.13 to 7.15 of the Regulations, and with prior agreement in PP with the Bank. The short list may consist of all National consultants in case the estimated cost is less than USD 300,000 Procurement methods for Selection of Individual Consultants (IC): The Approved Selection Methods as reflected in the Section VII of the procurement regulations Method of Procurement Thresholds for Methods Open Competitive Selection As per requirements of para 7.36 and 7.37 of the Regulations Limited Competitive Selection As per requirements of para 7.38 of the Regulations Direct Must meet the requirements of Para 7.39 of the Regulations, and with prior agreement in PP with the Bank *Shall meet the requirements as stated in Regulations Prior Review Thresholds: The details of the Procurement review / oversight are defined in the Annex II of the Regulations for borrowers. The following would be subject to Prior review of the Bank regardless of the Method of selection: (a). Consulting Firm: First procurement under the project irrespective of value and all procurements estimated to cost more than USD 0.5 million. (b). Individual Consultant: all procurements estimated to cost more than USD 0.2 million Terms of Reference (ToR) for all consultant contracts shall be furnished to the Bank for its prior review and No Objection. PROCUREMENT Kenya : National Agricultural and Rural Inclusive Growth Project PLAN General Information Country: Kenya Bank’s Approval Date of the Original Procurement Plan: 2019-06-11 2019-06-11 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P153349 GPN Date: 2018-02-09 Project Name: National Agricultural and Rural Inclusive Growth Project Loan / Credit No: IDA / 59000 Executing Agency(ies): Bungoma County WORKS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification 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) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual KE-BUNGOMA COUNTY- Pending Request for Single Stage - One 110615-CW-RFQ / renovation IDA / 59000 Post Limited 0.00 Implementati 2019-04-22 2019-06-17 2019-12-14 Quotations Envelope of project office on GOODS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) (US$) 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 NON CONSULTING SERVICES Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification 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) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Market Contract Type Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Approach (US$) 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 Page 1