PROCUREMENT PLAN (Mandatory Requirements) Project information: [Bangladesh] [WESTERN ECONOMIC CORRIDOR AND REGIONAL ENHANCEMENT PROGRAM PHASE I PROJECT] [P169880] Project Implementation agency: Roads and Highways Department (RHD) Local Government Engineering Department (LGED) 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 in 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 all 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: 1)Lottery in award of contracts shall not be allowed; 2)Bidders’ qualification[s]/experience requirement[s] shall be mandatory; 3)Bids shall not be rejected based on percentage above or below the estimated cost; 4)Model Bidding Documents agreed with the Bank shall be used for all national open competitive procurement; 5)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; 6) 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. 7) 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 the Borrower uses other national procurement arrangements (other than national open competitive procurement), such as limited/restricted competitive bidding, request for quotations/shopping, direct contracting), such arrangements shall be consistent with the above requirements. 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: Not 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): Not Applicable. Bank’s Procurement Prior Review Thresholds: contracts at or above the thresholds set out in table 1 below are subject to the Bank’s procurement prior review. Table 1: Procurement Prior Review Thresholds (US$ millions) Type of High risk Substantial Moderate Low risk procurement risk risk Works (including 5 10 15 20 turnkey, supply & installation of plant and equipment, and PPP) Goods, information 1.5 2 4 6 technology and non-consulting services Consulting 0.5 1 2 4 services: firms Consulting 0.2 0.3 0.4 0.5 services: Individual Notes: 1. These thresholds apply to all procurement activities regardless of their procurement/selection methods. There is no automatic requirement to undertake prior review for direct selection for value less than these thresholds. Consultant services covers a range of services that are of an advisory or professional nature. 2. In addition to the provisions of Table 1 above, and irrespective of the contract value, the following procurement activities are subject to the Bank’s procurement prior review: (a) procurement processes involving contract negotiations, as described in Section VI, paragraphs 6.34-36, of the Procurement Regulations; (b) competitive dialogue; (c) sustainable procurement; (d) selection of probity assurance providers, as described in Section III, paragraph 3.3 of the Procurement Regulations; and (e) best and final offer. 3. The determination of whether a contract meets the procurement prior review threshold is based on the estimated value of the contract or the package -when the selection document contains more than one lot/slice- , including all taxes and duties payable under the contract. Bid/ Proposal Evaluation Committee: [as per PPSD] Arrangement for CDD: [as per PPSD] 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: 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.] 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; 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 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, 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 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. 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 other relevant individuals; performing physical inspections and site visits; and obtaining third-party verification of information. 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: PROCUREMENT Bangladesh : Western Economic Corridor and Regional Enhancement Program PLAN General Information Country: Bangladesh Bank’s Approval Date of the Original Procurement Plan: 2020-06-10 2021-08-25 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P169880 GPN Date: 2020-07-21 Project Name: Western Economic Corridor and Regional Enhancement Program Loan / Credit No: / , IDA / 66840 L Executing Agency(ies): ocal Government Engineering Department 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 Upgrading Secondary and Pending LCS-1 / Supply of logistics Tertiary Roads and Request for Single Stage - One IDA / 66840 Post Limited 28,800.00 0.00 Implementati 2021-09-04 2021-10-05 2021-11-04 for LCS Works Complementary Logistics Quotations Envelope on Infrastructure and Services 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 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 Upgrading Secondary and SP-02 / Project Management Tertiary Roads and Quality And Cost- Under and Construction Supervision / Prior Open - International 5,830,000.00 0.00 2020-06-04 2020-06-29 2020-06-25 2020-08-26 2020-08-08 2021-03-28 2020-09-05 2020-10-05 2020-11-09 2020-12-14 2021-12-14 Complementary Logistics Based Selection Implementation Consultancy Services Infrastructure and Services Upgrading Secondary and SP-05 / Updating Market Consultant Tertiary Roads and Under Leasing and Management / Post Qualification Open - National 500,000.00 0.00 2020-08-01 2021-01-24 2020-08-22 2020-10-05 2020-11-04 2020-12-09 2021-06-07 Complementary Logistics Implementation Policy Selection Infrastructure and Services SP-01 / Consultancy Services for the Feasibility Study and Upgrading Secondary and Consultant Detailed Design For Western Tertiary Roads and Under / Prior Qualification Open - International 3,100,000.00 0.00 2020-06-24 2020-06-25 2020-07-15 2020-06-30 2020-08-28 2021-02-17 2020-09-27 2021-07-25 2020-11-01 2021-04-30 Economic Corridor and Complementary Logistics Implementation Selection Regional Enhancement Infrastructure and Services (WeCARE) Program Upgrading Secondary and SP-03 / Results and Impact Tertiary Roads and Fixed Budget Under / Post Open - International 1,000,000.00 0.00 2020-06-15 2021-01-04 2020-07-06 2021-03-11 2020-08-19 2020-09-16 2020-10-16 2020-11-20 2020-12-25 2021-12-25 Consultancy Services Complementary Logistics Selection Implementation Infrastructure and Services SP-04 / Support to Upgrading Secondary and Implementation of Consultant Tertiary Roads and Under Environmental and Social / Post Qualification Open - International 1,230,000.00 0.00 2020-06-15 2021-03-08 2020-07-06 2020-12-06 2020-08-19 2020-09-18 2020-10-23 2021-04-21 Complementary Logistics Implementation Safeguard Consultancy Selection Infrastructure and Services Services; 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 Upgrading National Highway Individual SP 06 (E) / Environment, Under / Corridor and Enhancing Post Consultant Open 119,461.63 0.00 2020-06-22 2020-06-17 2020-08-10 2020-08-31 2020-10-05 2021-04-03 Health and Safety expert Implementation Digital Connectivity Selection Upgrading Secondary and Individual SP-06 (A) / Financial Tertiary Roads and Under / Post Consultant Open 279,707.20 0.00 2020-06-18 2020-06-30 2020-08-06 2020-08-27 2020-10-01 2021-03-30 Management Consultant Complementary Logistics Implementation Selection Infrastructure and Services Upgrading National Highway Individual SP 06 (F) / Social/gender/GBV Under / Corridor and Enhancing Post Consultant Open 100,193.62 0.00 2020-06-28 2020-12-31 2020-08-16 2020-09-06 2020-10-11 2021-04-09 Expert. Implementation Digital Connectivity Selection Upgrading Secondary and Individual SP 06 (D) / LA and R&R Tertiary Roads and Under / Post Consultant Open 201,029.52 0.00 2020-06-17 2020-12-31 2020-08-05 2020-08-26 2020-09-30 2021-03-29 expert Complementary Logistics Implementation Selection Infrastructure and Services SP 06 (G) / Individual Upgrading National Highway Individual consultant for development of Under / Corridor and Enhancing Post Consultant Open 50,096.81 0.00 2020-06-29 2020-12-31 2020-08-17 2020-09-07 2020-10-12 2021-04-10 an emergency response plan Implementation Digital Connectivity Selection for COVID-19 SP-06 (B) / Procurement and Upgrading National Highway Individual Under Contract Management / Corridor and Enhancing Post Consultant Open 258,191.26 0.00 2020-06-28 2020-06-30 2020-08-16 2020-09-06 2020-10-11 2021-04-09 Implementation Consultant Digital Connectivity Selection Page 1 Upgrading Secondary and Individual Tertiary Roads and Under SP 06 (C) / ICT Expert / Post Consultant Open 225,917.36 0.00 2020-06-22 2020-06-30 2020-08-10 2020-08-31 2020-10-05 2021-04-03 Complementary Logistics Implementation Selection Infrastructure and Services Upgrading Secondary and SP-06 (H) / Procurement and Individual Tertiary Roads and Pending Contract Management IDA / 66840 Post Consultant Open 231,678.65 0.00 2021-07-29 2021-09-13 2021-10-04 2021-11-08 2025-06-30 Complementary Logistics Implementation Specialist Selection Infrastructure and Services Page 2