PROCUREMENT PLAN (Textual Part) Project information: Islamic Republic of Pakistan, National Transmission Modernization I Project, P154987 Project Implementation agency: National Transmission and Despatch Company (NTDC) Date of the Procurement Plan: April 18, 2018 Period covered by this Procurement Plan: April 18, 2018 – 30 June 2019 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 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 Public Procurement Regulatory Authority Rules, 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). Goods: Goods manufactured in the Borrower’s country, compared with Goods manufactured abroad. The preference is fifteen percent (15%) added to the Carriage and Insurance Paid (CIP) price of the Goods manufactured abroad Other Relevant Procurement Information. 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 : National Transmission Modernization I Project PLAN General Information Country: Pakistan Bank’s Approval Date of the Original Procurement Plan: 2018-04-18 2020-01-24 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P154987 GPN Date: Project Name: National Transmission Modernization I Project Loan / Credit No: IBRD / 88140 Executing Agency(ies): National Transmission and Despatch Company Limited WORKS 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-NTDC-108777-CW-RFB / This is the tender document No. WB-01-2019 for extension works at 500kV Nokhar & 220kV NKLP substations and Expansion and Upgradation Open - Single Stage - Two augmentation works at IBRD / 88140 of the Transmission Prior Request for Bids 33,291,836.00 0.00 Canceled 2019-04-04 2019-04-09 2019-06-26 2019-10-12 2019-12-12 2020-06-09 International Envelope 500kV Nokhar, 500kV Network Multan, 220kV Ludewala, 220kV Vehari and 220kV Shikarpur substations. (Prepared by M/s DECON JV) PK-NTDC-114092-CW-RFB / This is the tender document No. WB-01-2019 for Expansion and Upgradation Under Open - Single Stage - Two extension work at 220 kV IBRD / 88140 of the Transmission Prior Request for Bids 5,042,217.00 0.00 Implementati 2019-05-23 2019-05-27 2019-07-26 2019-11-27 2020-01-03 2021-06-26 International Envelope NKLP substation and Network on augmentation work at 220kV Ludewala substation. PK-NTDC-114100-CW-RFB / This is the tender document No. WB-03-2019 for Expansion and Upgradation Under Open - Single Stage - Two augmentation works at 500 IBRD / 88140 of the Transmission Prior Request for Bids 10,081,901.00 0.00 Implementati 2019-05-23 2019-05-27 2019-08-01 2019-12-03 2020-01-09 2021-07-02 International Envelope kV New Multan substation Network on and 220 kV Vehari substation. PK-NTDC-114101-CW-RFB / This is the tender document Expansion and Upgradation Under Open - Single Stage - Two No. WB-04-2019 for IBRD / 88140 of the Transmission Prior Request for Bids 4,061,425.00 0.00 Implementati 2019-05-23 2019-05-27 2019-08-02 2019-12-04 2020-01-10 2021-07-03 International Envelope augmentation work at 220 Network on kV Shikarpur substation. PK-NTDC-114096-CW-RFB / This is the tender document Expansion and Upgradation Under No. WB-02-2019 for Open - Single Stage - Two IBRD / 88140 of the Transmission Prior Request for Bids 14,937,304.00 0.00 Implementati 2019-05-30 2019-06-12 2019-08-16 2019-12-18 2020-01-25 2021-07-18 extension and augmentation International Envelope Network on works at 500kV Nokhar substation. Page 1 PK-NTDC-135839-CW-RFB / Tender document (WB-07E- 2019) for design, supply, installation, testing and commissioning of Expansion and Upgradation Under Augmentation Works at Open - Single Stage - Two IBRD / 88140 of the Transmission Prior Request for Bids 15,160,000.00 0.00 Implementati 2019-09-27 2019-10-23 2019-12-19 2020-04-06 2020-06-06 2021-11-28 220kV Wapda Town International Envelope Network on Substation (3x160MVA to 3x250MVA) and 500/220kV Lahore (Sheikhupura) Substation(4x160MVA to 4x250MVA). PK-NTDC-135842-CW-RFB / Tender document (WB-07C- 2019) for design, supply, Expansion and Upgradation Under installation, testing and Open - Single Stage - Two IBRD / 88140 of the Transmission Prior Request for Bids 11,550,000.00 0.00 Implementati 2019-09-27 2019-10-23 2019-12-19 2020-04-06 2020-06-06 2021-11-28 commissioning of Extension International Envelope Network on Works at 500kV Sheikh Muhammadi Peshawar (1x450 MVA) PK-NTDC-135825-CW-RFB / Tender document (WB-07A- 2019) for design, supply, installation, testing and commissioning of Expansion and Upgradation Under Open - Single Stage - Two Augmentation Works at IBRD / 88140 of the Transmission Post Request for Bids 9,240,000.00 0.00 Implementati 2019-09-27 2019-10-23 2019-12-19 2020-04-06 2020-06-06 2021-11-28 International Envelope 220kV Sumandari Road Network on (2x160MVA to 2x250MVA) and 220kV Ghakkar Substation(2x160MVA to 2x250MVA). PK-NTDC-135838-CW-RFB / Tender document (WB-07B- 2019) for design, supply, Expansion and Upgradation Under installation, testing and Open - Single Stage - Two IBRD / 88140 of the Transmission Post Request for Bids 3,510,000.00 0.00 Implementati 2019-09-27 2019-10-23 2019-12-19 2020-04-06 2020-06-06 2021-11-28 commissioning of Extension International Envelope Network on Works at 220kV Islamabad University Grid Station (1x250 MVA ) PK-NTDC-135846-CW-RFB / Tender document (WB-07D- 2019) for design, supply, installation, testing and Expansion and Upgradation Under commissioning of Extension Open - Single Stage - Two IBRD / 88140 of the Transmission Post Request for Bids 5,440,000.00 0.00 Implementati 2019-09-27 2019-10-23 2019-12-19 2020-04-06 2020-06-06 2021-11-28 Works at 220kV Daud Khel International Envelope Network on Grid Station (1x160 MVA) and Augmentation Works at 220kV Bannu Grid Station (2x160 MVA to 2x250 MVA) PK-NTDC-137401-CW-RFB / Tender document (WB-05B- Expansion and Upgradation Pending 2019) for 500kV Open - Single Stage - Two IBRD / 88140 of the Transmission Prior Request for Bids 10,260,000.00 0.00 Implementati 2019-11-06 2019-12-02 2020-01-28 2020-05-16 2020-07-16 2021-07-16 transmission lines associated International Envelope Network on with 500kV Nowshera Grid Station PK-NTDC-135893-CW-RFB / Tender document (WB-05A- Expansion and Upgradation Under 2019) for design, supply, Open - Single Stage - Two IBRD / 88140 of the Transmission Prior Request for Bids 32,880,000.00 0.00 Implementati 2019-10-04 2019-10-30 2019-12-26 2020-04-13 2020-06-13 2022-06-03 installation, testing and International Envelope Network on commissioning of 500kV Nowshera substation 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 Page 2 Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual PK-NTDC-100170-GO-RFQ / NTDC intends to procure IT infrastructure through shopping. The said IT Deployment of the infrastructure has been Request for Single Stage - One IBRD / 88140 Enterprise Resource Post Open - National 93,000.00 75,588.35 Signed 2019-02-17 2019-03-11 2019-05-10 divided into four packages. Quotations Envelope Planning System This activity is Package-1 which includes procurement of Switches/Network equipment and installation. PK-NTDC-100171-GO-RFQ / NTDC intends to procure IT infrastructure through shopping. The said IT Deployment of the Request for Single Stage - One infrastructure has been IBRD / 88140 Enterprise Resource Post Open - National 90,000.00 64,466.27 Signed 2019-02-17 2019-03-11 2019-05-10 Quotations Envelope divided into four packages. Planning System This activity is Package-2 which includes procurement of LAN and installation. PK-NTDC-100172-GO-RFQ / NTDC intends to procure IT infrastructure through shopping. The said IT Deployment of the infrastructure has been Request for Single Stage - One IBRD / 88140 Enterprise Resource Post Open - National 90,000.00 0.00 Canceled 2019-02-17 2019-03-11 2019-05-10 divided into four packages. Quotations Envelope Planning System This activity is Package-3 which includes procurement of IT equipment for board room and conference rooms. PK-NTDC-100173-GO-RFQ / NTDC intends to procure IT infrastructure through shopping. The said IT infrastructure has been Deployment of the Request for Single Stage - One divided into four packages. IBRD / 88140 Enterprise Resource Post Open - National 90,000.00 0.00 Canceled 2019-02-17 2019-03-11 2019-05-10 Quotations Envelope This activity is Package-4 Planning System which includes procurement of IT work stations infrastructure and electrical work. 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-NTDC-57428-CS-QCBS / Review and update and complete the existing Grid Code to incorporate Project Management, integration of HVDC Quality And Cost- Open - Under IBRD / 88140 Technical Assistance and Post 511,128.00 0.00 2018-04-06 2018-04-06 2018-04-27 2018-06-26 2018-08-25 2018-11-03 2018-12-04 2019-03-26 technologies and renewable Based Selection International Implementation Capacity Building generation, latest transmission expansion plan considering extra high voltage(above 500 kV). Page 3 PK-NTDC-59938-CS-QCBS / Consultancy Services for Project Design and Procurement of NTMP-I. The services include Design of Project Management, Quality And Cost- Open - new substations, IBRD / 88140 Technical Assistance and Prior 3,141,000.00 2,854,025.90 Signed 2018-04-19 2018-04-19 2018-04-19 2018-04-19 2018-04-19 2018-05-14 2018-06-01 2020-04-01 Based Selection International transmission lines and Capacity Building expansion of substations, Preparation of bidding documents, support & train NTDC. PK-NTDC-66143-CS-QCBS / To assist NTDC and its technical team for implementation of ERP and ICT infrastructure. The Deployment of the Quality And Cost- Open - consultant will provide the IBRD / 88140 Enterprise Resource Prior 5,837,486.00 1,594,355.94 Signed 2018-06-11 2018-06-25 2018-09-25 2018-11-29 2019-01-03 2019-03-27 2019-04-15 2024-04-15 Based Selection International necessary support services in Planning System procurement, implementation planning, installation of infrastructure, development and acceptance testing PK-NTDC-120088-CS-QCBS / Consultancy Services for Project Supervision consultant of NTMP-I. The Project Management, consultant will provide Quality And Cost- Open - Under IBRD / 88140 Technical Assistance and Prior 10,234,000.00 0.00 2019-06-24 2019-06-24 2019-06-24 2019-06-24 2019-07-01 2019-08-07 2019-08-29 2023-01-10 technical and management Based Selection International Implementation Capacity Building support to NTDC to ensure timely and successful implementation of component A of the NTMP-I. PK-NTDC-148761-CS-CQS / The main objective of the assignment is to carry out a credit rating exercise for NTDC , to improve NTDC Project Management, Consultant Pending creditworthiness, develop an IBRD / 88140 Technical Assistance and Post Qualification Open - National 50,000.00 0.00 2020-01-24 2020-01-31 2020-02-28 2020-03-06 2020-03-16 2020-05-02 Implementation independent creditor Capacity Building Selection financial model for NTDC and Build capacity of NTDC in corporate financial planning. 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-NTDC-132839-CS-INDV / To provide support to CIS NTDC in various tasks necessary for the Deployment of the Individual implementation of ERP, Under IBRD / 88140 Enterprise Resource Post Consultant Direct 55,736.00 0.00 2019-09-16 2019-09-23 2019-09-28 2019-10-05 2021-04-05 updation of PC-1, NTDC Implementation Planning System Selection Data migration for ERP and development of report specification register for ERP modules. Page 4