Procurement Plan For Integrated Development for Source Sustainability and Climate Resilient Rain-fed Agriculture Project A World Bank Financed Project Project ID: P165129 [Procurement Plan Period: First 18 months of the Project] Covering the Period: January 2020 to June 2021 Submitted By Project Management Unit [PMU] Himachal Pradesh Forest Department Government of Himachal Pradesh India 2 3 PROCUREMENT PLAN Country: INDIA Borrower: Government of India on behalf of Government of Himachal Pradesh Project Name: Integrated Development for Source Sustainability and Climate Resilient Rain-fed Agriculture Project Project Implementation Agency: Project Management Unit [PMU], Himachal Pradesh Forestry Department [HPFD], Government of Himachal Pradesh Date of General Procurement Notice: December 18, 2019 Bank’s Approval Date of the Procurement Plan: Original … Revision 1: Revision 2: Date of the Procurement Plan: December 2019 Period covered by this Procurement Plan: January 2020 to June 2021 Applicable Procurement Rules. The Procurement of goods, works, consulting and non-consulting services to be financed by the Loan will be carried out in accordance with the World Bank’s Procurement Regulations for IPF Borrowers [dated July 2016; revised November 2017 and August 2018], and the provisions of the Loan Agreement. If there is conflict between government decrees, rules, and regulations and the Bank Procurement Regulations, then Bank’s Procurement Regulations shall prevail. The project will be subject to World Bank Guidelines on Preventing and Combating Fraud and Corruption in Projects Financed by IBRD Loans and IDA Credits and Grants [“Anti-Corruption Guidelines”], dated October 15, 2006 and revised in January 2011 and as of July 1, 2016. The project will use the online tool Systematic Tracking of Exchanges in Procurement [STEP] to prepare, clear, and update its procurement plan, for monitoring procurement activities and for communication between the Borrower and the Bank. 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. Unless otherwise agreed with the World Bank, the World Bank’s Standard Procurement Documents [SPD], Requests for Proposals, and Forms of Consultant Contract will be used. Procurement under national procedures will be carried out based on National Procurement Procedures [NPP] conditions agreed with the Government of India. Procurement estimated at Indian Rupees [INR] 5 Lakhs and above will be submitted through government eProcurement systems provided by NIC 4 www.hptender.gov.in which have been assessed and deemed acceptable by the Bank against Multilateral Development Bank [MDB] requirements. Financial Management [FM] Manual. The FM Manual prepared for the project shall have a separate chapter on Procurement which will provide clear guidance on applicable procurement arrangement, procedures and thresholds, and shall be made available on the project website. Community Operations Manual [COM]. The COM prepared for the project will have clear directives for the community [GPs/individual beneficiaries] with regard to eligible procurement expenditures and agreed procurement arrangements, procedures and thresholds, and shall be made available on the project website. This will serve as a guidebook for procurement, with a view to providing operating instructions and bring in greater transparency and predictability in procurement procedures under the Project. Procurement Arrangements and Profile. Procurement under the Project will be carried out at the central level by the Project Management Unit [PMU] headed by the Chief Project Director [CPD] established for the Project, at the District level by the District Project Officers assisted by the Accounts Assistant at the District Level in each of the 10 District Project Offices [DPOs] located in the Districts covered under the Project [Shimla, Solan, Sirmour, Bilaspur, Hamirpur, Mandi, Kullu, Chamba, Kangra and Una], and by beneficiary GPs [supported by DPOs] at the GP level, in accordance with their approved Gram Panchayat Resource Management Plans [GP-RMP]/MG/OMIF. Officials of the PMU have prior experience of implementing a World Bank financed project and have also undergone training in STEP. GPs will need to be capacitated and provided basic procurement training on applicable procurement procedures and procurement documentation requirements outlined in COM, before initiating their procurements. To meet the readiness requirements of the Department of Economic Affairs [DEA] of the Government of India, the Project has already initiated and awarded contract for critical consultancy package for Environmental and Social Assessment to be retroactively financed by the Bank. The project envisages procurement of low-risk, low-value goods, works and services as below: a. Goods and Non-Consulting Services to be procured under the project are likely to include the following. At State/PMU level, purchase of IT Equipment such laptops, computers, printer, etc., procurement of printing services for IEC, office vehicles, office furniture, etc. are envisaged. At District and GP level, procurement activities will include procurement of Barbed Wire, U/Staple, Tools, Gunny Bags, Vermicompost/ Farm yard Manure, Sand, Seeds, Wooden posts/ poles, Seedlings, Grass tufts, Sign boards/hand prints, seed testing instrument, Seed, Fertilizer, Pesticide, Livestock - Small and Large Ruminants, Agricultural Tools and Implements, equipment, Farm machinery, e.g., power tiller, chaff cutters, pipes, tarpaulins, Medicines, supplements, sprinklers, seedlings, etc. b. Procurement of Minor Civil Works is likely to include the following. At State/ PMU level, procurement of minor civil works will include extension, refurbishment and repair of office buildings, etc. At District and GP level, procurement activities will include procurement of works for construction of Water storage tanks, water channels, vermicompost pits, livestock Mangers, foot bridges, water lifting pumps, GI pipes, accessories, installation of ropeways, Ponds, Check Dams, Subsurface Dykes, Sump Wells etc. and labor contracts for preparing land 5 for nursery, preparing nursery beds, water tank, works of filling gunny bags, sowing of seeds, preparing temporary nursery sheds, watering, hoeing, weeding, , fencing, bush cutting, pit digging, planting seedlings, preparing contour trenches, planting grass tufts, drainage line treatment works, fire management works, allowances and incentives for fire management, Spring development, eradication of exotic weed- lantana, etc. It may be noted that civil works at GP level are demand driven. There are no major civil works contracts envisaged in the project. c. Consultancy Services to be procured under the project are likely to include services for developing a web-based portal for Integrated Financial Management Information System [IFMS], Water Monitoring and Modelling, Value Chain Scoping Studies, Technical Support Study for addressing the needs of Transhumant, M and E, MIS, Baseline Survey, External and Internal Audit, Third Party Verification agent to verify achievement of Disbursement Related Results [DLR]s, need based assessments and studies, individual experts, etc. No consultancy services contracts envisaged at the District/Sub-district levels. The project includes several features of a decentralized, demand-driven project, and activities to be taken up at the community level by selected beneficiaries shall be as per the GP-RMP approved by the PMU of the HP Forestry Department/MG/OMIF. The threshold of procurement activities at community level is expected not to exceed Request for Quotation [RFQ] threshold. Community-level procurement shall follow Community-Driven Development [CDD] arrangements as per the Bank’s Procurement Regulations and as outlined in the Community Operations Manual [COM] currently under preparation. Given other on-going government programs, the activities to be funded following COM shall be identified upfront to avoid double-dipping and will require very close monitoring and oversight. Project Procurement Strategy for Development [PPSD] and Procurement Plan. According to the requirement of the Regulations, a Project Procurement Strategy for Development [PPSD] has been developed, based on which the Procurement Plan for the first 18 months has been prepared. The PPSD describes how procurement in this project will support the Project Development Objective [PDO] and deliver value for money under a risk-based approach. It provides adequate supporting market analysis for the selection methods detailed in the procurement plan. The procurement plan specifies for each contract: [i] a description of the activities/contracts; [ii] selection methods to be applied; [iii] estimated cost; [iv] time schedules; [v] World Bank review requirements; and [vi] any other relevant procurement information. PMU shall submit to the World Bank, for its review and approval, any updates of the procurement plan approved by the World Bank. The project will use Systematic Tracking of Exchanges in Procurement [STEP] system for all its procurement activities carried out at the PMU [Centre] and District levels. Summary from PPSD. The project is preparing its Procurement Strategy document. As per the draft document, the project’s total value is US $100 million of which procurement spend is approximately 80 %. Extensive market analysis has been carried out for procurement packages and decisions on packages are made to ensure adequate participation of bidders. Consultancy contracts are framed based on market research and packaging decided in terms of scope of services and period. Based on the need assessment, the project has decided to 6 use Government e Marketplace [GeM]1 for procurement of Goods up to US $100,000 and as mentioned under the paragraph in the Procurement Plan on National Procurement Procedures. Procurement Capacity Building. Though project staff has past experience of implementing World Bank financed HP Mid-Himalayan Watershed Development Project [HPMHWDP] governed by the Bank’s Procurement Guidelines, however, they need to be exposed to the Procurement Regulations applicable to the Project. HP Forestry Department will be sending key procurement staff of PMU and DPOs to the Indian Institute of Management [IIM], Lucknow or the Administrative Staff College of India [ASCI], Hyderabad from time to time to attend procurement training on World Bank Procurement Framework [PF] applicable to the project. Presently, project staff from PMU and two DPOs will be attending the two-week residential training program on World Bank Procurement Regulations conducted at ASCI, Hyderabad in February 2020. These officials will subsequently provide training to other project staffs prior to implementation of the procurement activities in the project. The PMU/DPOs/APOs will also provide basic procurement training to GPs/Beneficiaries once the Gram Panchayat Resource Management Plan [GP-RMP] is approved by DPO/PMU, and before commencing implementation of GP-RMP. The project officials can also avail of the free Massive Open Online Course on public procurement www.procurementlearning.org offered by the Bank to build their capacity. The Bank had already conducted one training on STEP for PMU officials and will organize STEP training again on need basis for the concerned DPOs staff in near future. Procurement Planning. For each contract to be financed by the Loan, the different procurement methods or consultant selection methods to be used, the need for pre-qualification, estimated costs, prior review requirements, and time frame will be reflected in the Procurement Plan to be agreed between the Borrower and the Bank team. The Procurement Plan will be uploaded in STEP by PMU/DPOs and the approved procurement plan will be disclosed on the project website and Bank’s external website. The procurement plan for the first 18 months of project implementation and all its updates will be submitted to the Bank through STEP, and will lay out the appropriate, fit for purpose market approach and selection methods for procurement of goods, works, non-consulting and consulting services financed by the Bank. It will be updated at least annually or as required to reflect the actual project implementation needs and improvements in institutional capacity. eProcurement. Currently, the Himachal Pradesh Forestry Department of the Government of Himachal Pradesh is using e-procurement system for its procurement. However, PMU housed in the Forestry Department will be carrying out procurement using eProcurement for the first time in the project, therefore, their capacity building needs to be done for eProcurement. The project will make use of Government of India’s National Informatics Centre [NIC] platform assessed by the Bank against Multilateral Development Bank [MDB] requirements for procurements estimated at INR 5 Lakhs and above. Advance Contracting with Retroactive Financing. For effective project implementation and start-up, the project has initiated advance contracting of critical consultancies for Preparation of Environmental and Social Framework [ESF] and Project Implementation Plan [PIP], and procurement of small value goods such 1 https://gem.gov.in/ 7 as tools, gunny bags, seeds, IT equipment and accessories, vehicles, etc.] and works [very small value labor contracts for Development of Nurseries [52 nos.] in 26 clusters in 10 Districts covering 428 GPs. The total value of this spend is approximately 1.2 % of the Bank loan. Payment made by PMU/HPFD for these contracts following World Bank procurement procedures during the 12 months prior to the tentative Loan signing date shall be eligible for retroactive financing. Record Keeping. All records pertaining to award of tenders/selection of consultants, including tender notification/advertisement, register pertaining to sale and receipt of bids, bid/proposal opening minutes, bid/technical and financial evaluation reports, comparative statements, Goods, Receipt Note [GRN] and all correspondence pertaining to bid evaluation, communication sent to/with the Bank in the process, bid securities, and approval of invitation/evaluation of bids/proposals would be maintained by the PMU and at DPO/GP level. Contract Management. The PMU, HPFD will be responsible for overall procurement and contract management under the project. At the Centre, procurement staff will be responsible for contract monitoring and supervision of contracts awarded by PMU. At DPO level, contract monitoring and supervision will be done by technical staff at DPOs/APOs level [Agriculture, Animal Husbandry/Engineering staff of technical wing of DPO level and Forest Extension and Social Extension staff at APO level] to ensure timely delivery of quality outputs from the procurement contracts in the project areas. All payments will be made by DPOs for district and sub-district level procurements after receipt of Goods receipt Note [GRN]. Work Completion Certificates, etc. The Integrated Financial Management Information System [IFMIS] being developed under the Project will facilitate monitoring of various procurement activities in terms of physical and financial achievements on a monthly basis. The day to day monitoring of procurement activities will be done by APOs/DPOs at field level which will be updated in the online web-based system at district level and will be reviewed by PMU at the Centre. Complaint Handling Mechanism. A complaint handling mechanism to address procurement-related complaints under the Project will be developed and implemented by the PMU/DPOs to the satisfaction of the Bank. Upon receipt of complaints, immediate action would be initiated to acknowledge the complaint and to redress it within a reasonable timeframe. All complaints will be addressed at levels higher than the level at which the procurement process was undertaken, or the decision was taken. Any complaint received will also be forwarded to the Bank for information, and the Bank would be kept informed after the complaint is redressed. Leased Assets: Not Applicable Procurement of Secondhand Goods: Not Applicable Domestic Preference: The provision of domestic preference will be applied in the evaluation of bids in accordance with Annex VI of the Regulations. Procurement Thresholds and Prior Review Thresholds. The table below describes various procurement methods to be used for activities financed by the Loan. 8 Table 1: Procurement Thresholds Procurement approach and method Thresholds [US$ equivalent] Open International [Goods, IT, and >10 million Non-consulting services] – Request for Bids [RFB] Open National [Goods, IT, and Non- >100,000 and up to 10 million consulting services] – Request for Bids [RFB] National Request for Quotation Up to 100,000 [RFQ] – [Goods/Works/Non- consulting Services] Open International [Works] – >40 million Request for Bids [RFB] Open National [Works] - Request for >100,000 and up to 40 million Bids [RFB] Direct Selection With prior agreement, based on justification Framework Agreement For Goods/Works/Non-consulting services: According to paragraphs 6.57-6.59 of Section VI of the Regulations. For Consulting services: According to paragraph 7.33 of Section VII the Regulations. Force Account In accordance with paragraphs 6.54 and 6.55 of Section VI of the Procurement Regulations, and with prior agreement in Procurement plan with the Bank. Consulting Services [Firms] CQS: As per requirements of paragraphs 7.11 and 7.12 of Section VII of the Regulations. LCS, FBS: in justified cases QCBS, QBS: in all other packages Shortlist of National Consultants Up to 800,000 Procurement prior-review thresholds2. Based on the current procurement risk rating of ‘Moderate’, the World Bank will prior review the following contracts: (a) Works [including turnkey, supply and installation of plant and equipment and PPP]: All contracts more than US $15 million equivalent 2 Determination of whether a contract meets the prior review threshold is based on : (i) the total value of the contract, including all taxes and duties payable under the contract; (ii) a contract whose cost estimate was below the Bank’s prior review threshold is subject to prior review if the price of the lowest evaluated responsive bid (or, in the case of consulting services, the financial offer of the selected firm) exceeds such threshold at the bid evaluation stage; and (iii) in the case of a slice and package arrangement, the prior review threshold is determined based on the aggregate value of individual contracts to be awarded under such arrangement. 9 (b) Goods and Information Technology: All contracts > US $4 million equivalent (c) Non-consulting Services: All contracts > US $4 million equivalent (d) Consulting Services: Firms: All contracts >US $2 million equivalent (e) Consulting Services: Individuals: All contracts > US $400,000 equivalent (f) Direct Selection: The justification of Direct Selection for all contracts The above thresholds are for the initial 18-month implementation period. Based on the procurement performance of the project, these thresholds may be subsequently modified. Even for large-value post review cases, the inputs of the World Bank on technical specifications will be obtained by the project. Irrespective of the thresholds, Terms of Reference shall be prior reviewed by Bank. The prior review thresholds will also be indicated in the Procurement Plan. The Procurement Plan will be subsequently updated annually [or at any other time if required] and will reflect any change in the prior review thresholds. The details of National Procurement Procedures are outlined in the Procurement Plan. Prior review contracts. In the case of contracts subject to prior review, PMU, HPFD/DPOs will seek the World Bank’s no objection before granting/agreeing to: [a] an extension of the stipulated time for performance of a contract that either increases the contract price or has an impact on the planned completion of the project; [b] any substantial modification of the scope of Works, goods, IT system; non-consulting services, or consulting services and other significant changes to the terms and conditions of the contract; [c] any variation order or amendment [except in cases of extreme urgency] that, singly or combined with all variation orders or amendments previously issued, increases the original contract amount by more than 15 percent; and [d] the proposed termination of the contract. Complaints received in all prior review cases shall be sent to Bank for review and the response to the complaint in such cases, shall be cleared with the Bank. Complaints with allegations of fraud and corruption, shall be shared with Bank, irrespective of the thresholds. Disclosure of procurement information. The following documents shall be disclosed on the project/state websites: [a] Procurement Plan and its updates; [b] an invitation for bids for procurement of Works, Goods, IT system procurement and non-consulting services; [c] request for expression of interest for selection/hiring of consulting services; [d] contract awards of Works, Goods, IT system procurement and non-consulting services procured following international and national procedures; [e] a list of contracts/purchase orders placed following RFQ [Request for Quotation] procedures on a quarterly basis; [f] a list of contracts following direct contracting [DC] on a quarterly basis; [g] an annual financial and physical progress report of all contracts; and [h] an action taken report on the complaints received on a quarterly basis. The following details shall be sent to the World Bank for publishing on the United Nations Development Business and the World Bank external website: [a] Specific Procurement Notice [i.e., invitation for bids] for procurement of Works, Goods, IT system procurement and non-consulting services using open international procedures; [b] Requests for Expression of Interests above US $800,000; [c] contract award details of all procurement of Works, Goods, IT system procurement and non-consulting services using open international procedure; and [d] a list of contracts/purchase orders placed following DC procedures on a quarterly basis. Further, the implementing agency will also publish on their websites any information required under the provisions of ‘suo moto’ disclosure as specified by the Right to Information Act. 10 National Procurement Procedure Conditions. National competition for the procurement of Works, Goods, IT system procurement and non-consulting services according to the established thresholds will be conducted in accordance with paragraphs 5.3–5.5 of Section V of the Regulations and the following provisions: I. Only the model bidding documents for National Competitive Procurement [NCP] agreed with the GOI Task Force [and as amended for time to time], shall be used for bidding. II. Invitations to bid shall be advertised on a widely used website or electronic portal with free open access at least 30 days prior to the deadline for the submission of bids, unless otherwise agreed in the approved procurement plan. III. No special preference will be accorded to any bidder either for price or for other terms and conditions when competing with foreign bidders, state- owned enterprises, small-scale enterprises or enterprises from any given State. IV. Except with the prior concurrence of the Bank, there shall be no negotiation of price with the bidders, even with the lowest evaluated bidder. V. Government e-Marketplace [GeM] set-up by Ministry of Commerce, Government of India will be acceptable for procurement under Request for Quotations [RFQ] method. VI. At the Borrower’s request, the Bank may agree to the Borrower’s use, in whole or in part, of its electronic procurement system, provided that the Bank is satisfied with the adequacy of such system. VII. Procurement will be open to eligible firms from any country. This eligibility 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. VIII. The request for bids/request for proposals document shall require that Bidders/Proposers submitting Bids/Proposals include a signed acceptance in the bid, 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. IX. The Borrower shall use an effective complaints mechanism for handling procurement related complaints in a timely manner. X. Procurement Documents will 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. Oversight and Monitoring by the Bank. All contracts not covered under prior review by the Bank will be subject to post review during implementation support missions and/or special post review missions, including missions by consultants hired by the Bank. The Bank may conduct, at any time, Independent Procurement Reviews [IPRs] of all the contracts financed under the loan. High risk procurements, if any, will be identified for increased procurement and contract management support and indicated in the procurement plan. Bank team will provide additional due diligence and independent review of the contract performance of such identified procurements. 11 Procurement Review by the PMU, HPFD. Independent procurement post review [PPR] with reporting requirements and agreed with the Bank [As per Para 4 of Annex II of the Procurement Regulations] will be undertaken for the project for PMU’s own internal due diligence. PMU will hire PPR consultants as per Terms of Reference and reporting requirements agreed with the Bank to conduct PPR of PMU and DPOs on a half yearly basis. Other Special Selection Arrangements/Requirement Procurement by communities will be governed by the procedures outlined in the Community Operations Manual [COM] currently under preparation and in accordance with Paras 6.52 and 6.53 of Section VI of the Regulations. COM will be disclosed on the Project website. Procurement Plan as per STEP Tables: 12 PROCUREMENT India : Integrated Project for Source Sustainability and Climate Resilient Rain-fed Agriculture in Himachal Pradesh PLAN General Information Country: India Bank’s Approval Date of the Original Procurement Plan: 2020-10-20 Revised Plan Date(s): (comma delineated, leave blank if none) 2021-09-22 Project ID: P165129 GPN Date: 2019-12-19 Project Name: Integrated Project for Source Sustainability and Climate Resilient Rain-fed Agriculture in Himachal Pradesh Loan / Credit No: IBRD / 90410 D Executing Agency(ies): istrict Project Office, Mandi, Himachal Pradesh Forestry 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 IN-DPO, MANDI-179088-CW- RFQ / Fencing of plantation area with wooden fence post and barbed wire (1100 plants per/ha).These works will be Component 1. Sustainable Pending Request for Single Stage - One 2021-02- carried out at 19 different IBRD / 90410 Land and Water Resource Post Limited 23,828.00 0.00 Implementat 2020-06-20 2020-07-15 Quotations Envelope 25 locations (38 ha) in entire Management ion district and these sites are scattered & distance varies from 10-80 Kms (Multiple contracts) IN-DPO, MANDI-179107-CW- RFQ / Fencing of plantation area with wooden fence post and barbed wire (800 plants per/ha).These works will be Component 1. Sustainable Pending Request for Single Stage - One 2021-02- carried out at 20 different IBRD / 90410 Land and Water Resource Post Limited 69,602.00 0.00 Implementat 2020-06-20 2020-07-15 Quotations Envelope 25 locations (111 ha) in entire Management ion district and these sites are scattered & distance varies from 10-80 Kms (Multiple contracts) IN-DPO, MANDI-179114-CW- RFQ / Fencing of plantation area with wooden fence post and barbed wire (400 plants per/ha).These works will be Component 1. Sustainable Pending Request for Single Stage - One 2021-02- carried out at 18 different IBRD / 90410 Land and Water Resource Post Limited 67,721.00 0.00 Implementat 2020-06-20 2020-07-15 Quotations Envelope 25 locations (120 ha) in entire Management ion district and these sites are scattered & distance varies from 10-80 Kms (Multiple contracts) IN-DPO, MANDI-179145-CW- RFQ / Raising of plantations in the rainy season of 2020 (400 plants/ha) . It involves Component 1. Sustainable Pending multiple contracts. Limited Request for Single Stage - One 2021-02- IBRD / 90410 Land and Water Resource Post Limited 35,505.00 0.00 Implementat 2020-06-26 2020-07-26 approach is adopted as the Quotations Envelope 26 Management ion perspective bidders are available at different locations and also based on value of contract. IN-DPO, MANDI-179150-CW- RFQ / Raising of plantations in the rainy season of 2020 (800 plants/ha) . It involves Component 1. Sustainable Pending multiple contracts. Limited Request for Single Stage - One 2021-02- IBRD / 90410 Land and Water Resource Post Limited 58,484.00 0.00 Implementat 2020-06-26 2020-07-26 approach is adopted as the Quotations Envelope 26 Management ion perspective bidders are available at different locations and also based on value of contract. IN-DPO, MANDI-179155-CW- RFQ / Raising of plantations in the rainy season of 2020 (1100 plants/ha) . It involves Component 1. Sustainable Pending multiple contracts. Limited Request for Single Stage - One 2021-02- IBRD / 90410 Land and Water Resource Post Limited 25,322.00 0.00 Implementat 2020-06-26 2020-07-26 approach is adopted as the Quotations Envelope 26 Management ion perspective bidders are available at different locations and also based on value of contract. IN-DPO, MANDI-179192-CW- RFQ / Treatment of Drainage Line (Soil Conservation Works) by constructing Vegetative check barriers, Dry stone Component 1. Sustainable Pending Request for Single Stage - One 2021-05- check barriers, Create Wire IBRD / 90410 Land and Water Resource Post Limited 512,421.00 0.00 Implementat 2020-10-31 2020-11-26 Quotations Envelope 01 check barriers, CC check Management ion barriers. Includes multiple contracts which ranges from Rs 3 lakh to 4.5 Lakh (4300- 6500 $) IN-DPO, MANDI-179220-CW- RFQ / Renovation and improvement of already existing Natural Water Sources Component 1. Sustainable Pending (springs).There will be 5 Request for Single Stage - One 2021-03- IBRD / 90410 Land and Water Resource Post Limited 21,436.00 0.00 Implementat 2020-11-02 2020-12-08 multiple contracts /RFQs for Quotations Envelope 30 Management ion renovation/maintenance of 13 water springs at different locations having contract value of approx. 3400 $. IN-DPO, MANDI-179249-CW- RFQ / Construction of 10 ponds (manual excavation) at different locations (3 APO Component 1. Sustainable Pending Request for Single Stage - One 2021-03- units) during December 2020. IBRD / 90410 Land and Water Resource Post Limited 19,090.00 0.00 Implementat 2020-11-01 2020-12-02 Quotations Envelope 31 The estimated cost of each Management ion pond is approx. Rs 3 lakh (4300 $) .It involves Multiple contracts Page 1 IN-DPO, MANDI-179271-CW- RFQ / Contour trenching in plantation area including Component 1. Sustainable Pending Request for Single Stage - One 2021-02- grass seed sowing at different IBRD / 90410 Land and Water Resource Post Limited 36,732.00 0.00 Implementat 2020-07-03 2020-07-29 Quotations Envelope 28 locations in different area of Management ion the District. There will be multiple contracts/RFQs. IN-DPO, MANDI-179277-CW- Component 1. Sustainable Pending RFQ / Grass Sowing/ Tufts Request for Single Stage - One 2021-06- IBRD / 90410 Land and Water Resource Post Limited 3,562.00 0.00 Implementat 2020-10-21 2020-12-16 along drainage line during Quotations Envelope 14 Management ion 2020-21 IN-DPO, MANDI-179712-CW- RFQ / The nursery development at each site Component 1. Sustainable Pending including site preparation, Request for Single Stage - One 2021-03- IBRD / 90410 Land and Water Resource Post Limited 3,958.00 0.00 Implementat 2020-11-07 2020-12-03 fencing, water facility etc. Quotations Envelope 28 Management ion Includes multiple contracts which ranges from Rs 0.5 lakh to 1 Lakh IN-DPO, MANDI-179715-CW- RFQ / Raising and maintenance of Seedlings at Baroti, Nihri, Batanahar, Ropa Component 1. Sustainable Pending etc six Nurseries. for supply Request for Single Stage - One 2021-03- IBRD / 90410 Land and Water Resource Post Limited 49,124.00 0.00 Implementat 2020-10-25 2020-11-25 in all GPs. Keeping in view of Quotations Envelope 30 Management ion low value and availability of perspective bidder, limited market approach was adopted. This does not come under RF. IN-DPO, MANDI-179729-CW- RFQ / Fencing of plantation area with wooden fence post and barbed wire (400 plants Component 1. Sustainable Pending per/ha).These works will be Request for Single Stage - One 2021-11- IBRD / 90410 Land and Water Resource Post Limited 127,817.00 0.00 Implementat 2021-05-07 2021-05-31 carried out in entire district Quotations Envelope 27 Management ion and these sites are scattered & distance varies from 10-80 Kms (Multiple contracts) for 2021-22 IN-DPO, MANDI-179735-CW- RFQ / Fencing of plantation area with wooden fence post and barbed wire (800 plants Component 1. Sustainable Pending per/ha).These works will be Request for Single Stage - One 2021-11- IBRD / 90410 Land and Water Resource Post Limited 101,086.00 0.00 Implementat 2021-05-07 2021-05-31 carried out in entire district Quotations Envelope 27 Management ion and these sites are scattered & distance varies from 10-80 Kms (Multiple contracts) for 2021-22 IN-DPO, MANDI-179738-CW- RFQ / Fencing of plantation area with wooden fence post and barbed wire (1100 plants Component 1. Sustainable Pending per/ha).These works will be Request for Single Stage - One 2021-11- IBRD / 90410 Land and Water Resource Post Limited 93,405.00 0.00 Implementat 2021-05-07 2021-05-31 carried out in entire district Quotations Envelope 27 Management ion and these sites are scattered & distance varies from 10-80 Kms (Multiple contracts) for 2021-22 IN-DPO, MANDI-199864-CW- RFQ / Maintenance of (1st Year) exotic species by cleaning of lantana. It involves Component 1. Sustainable Pending multiple contracts. Limited Request for Single Stage - One 2021-03- IBRD / 90410 Land and Water Resource Post Limited 7,960.00 0.00 Implementat 2020-11-14 2020-12-08 approach is adopted as the Quotations Envelope 08 Management ion perspective bidders are available at different locations and also based on value of contract IN-DPO, MANDI-177122-CW- RFQ / Management of exotic species by cleaning of lantana Component 1. Sustainable Pending Request for Single Stage - One 2021-03- (138 Ha.). Keeping in view of IBRD / 90410 Land and Water Resource Post Limited 47,518.00 0.00 Implementat 2020-07-12 2020-09-06 Quotations Envelope 05 low value and availability of Management ion perspective bidder, limited market approach was adopted IN-DPO, MANDI-177121-CW- RFQ / Raising of Seedling in 6 Nurseries under APOs Sundernagar, Padhar & Component 1. Sustainable Pending Request for Single Stage - One 2021-03- Thunag.Keeping in view of IBRD / 90410 Land and Water Resource Post Limited 38,596.00 0.00 Implementat 2020-07-12 2020-09-06 Quotations Envelope 05 low value and availability of Management ion perspective bidder, limited market approach was adopted. This does not come under RF. IN-DPO, MANDI-223649-CW- RFQ / Raising, Maintenance of nursery/seedlings under APO Sundernagar, Padhar & Component 1. Sustainable Pending Thunag. for planting in Request for Single Stage - One 2021-12- IBRD / 90410 Land and Water Resource Post Limited 25,000.00 0.00 Implementat 2021-03-22 2021-04-10 various GPs. of Project. Quotations Envelope 31 Management ion Keeping in view of low value and availability of perspective bidder, limited market approach is adopted. IN-DPO, MANDI-237152-CW- Component 1. Sustainable Request for Pending RFQ / Raising of plantations Request for Single Stage - One 2022-03- IBRD / 90410 Land and Water Resource Post Limited Quotations (Non 52,000.00 0.00 Implementat 2021-06-23 2021-08-13 in the rainy season of 2021 Quotations Envelope 01 Management Bank-SPD) ion (400 plants/ha model) IN-DPO, MANDI-237154-CW- Component 1. Sustainable Request for Pending RFQ / Raising of plantations Request for Single Stage - One 2022-03- IBRD / 90410 Land and Water Resource Post Limited Quotations (Non 41,000.00 0.00 Implementat 2021-06-23 2021-08-13 in the rainy season of 2021 Quotations Envelope 01 Management Bank-SPD) ion (800 plants/ha model) Page 2 IN-DPO, MANDI-237155-CW- Component 1. Sustainable Request for Pending RFQ / Maintenance of Request for Single Stage - One 2022-03- IBRD / 90410 Land and Water Resource Post Limited Quotations (Non 25,360.00 0.00 Implementat 2021-06-23 2021-08-13 plantations carried out during Quotations Envelope 01 Management Bank-SPD) ion 2020-21 for 269 ha. IN-DPO, MANDI-237156-CW- RFQ / Contour trenching in Component 1. Sustainable Request for Pending Request for Single Stage - One 2022-03- plantation area including IBRD / 90410 Land and Water Resource Post Limited Quotations (Non 22,550.00 0.00 Implementat 2021-06-26 2021-08-21 Quotations Envelope 09 grass seeding at 30 locations Management Bank-SPD) ion in the entire district. IN-DPO, MANDI-237158-CW- Component 1. Sustainable Request for Pending RFQ / Vegetative Check Request for Single Stage - One 2022-03- IBRD / 90410 Land and Water Resource Post Limited Quotations (Non 4,300.00 0.00 Implementat 2021-06-26 2021-08-15 Barriers along the drainage Quotations Envelope 03 Management Bank-SPD) ion line IN-DPO, MANDI-237162-CW- RFQ / Construction of Dry Component 1. Sustainable Request for Pending Request for Single Stage - One 2022-03- Stone check dam Structures IBRD / 90410 Land and Water Resource Post Limited Quotations (Non 163,800.00 0.00 Implementat 2021-07-05 2021-08-30 Quotations Envelope 18 under soil & moisture Management Bank-SPD) ion conservation IN-DPO, MANDI-237164-CW- Component 1. Sustainable Request for Pending RFQ / construction of Crate Request for Single Stage - One 2022-03- IBRD / 90410 Land and Water Resource Post Limited Quotations (Non 190,750.00 0.00 Implementat 2021-07-05 2021-08-25 Wire Structures under soil & Quotations Envelope 13 Management Bank-SPD) ion moisture conservation IN-DPO, MANDI-237166-CW- Component 1. Sustainable Request for Pending RFQ / Construction of cement Request for Single Stage - One 2022-03- IBRD / 90410 Land and Water Resource Post Limited Quotations (Non 30,700.00 0.00 Implementat 2021-06-30 2021-08-25 concrete Check Barriers in Quotations Envelope 13 Management Bank-SPD) ion different catchment areas IN-DPO, MANDI-237167-CW- Component 1. Sustainable Request for Pending Request for Single Stage - One 2022-03- RFQ / Renovation of Water IBRD / 90410 Land and Water Resource Post Limited Quotations (Non 108,350.00 0.00 Implementat 2021-08-15 2021-10-10 Quotations Envelope 31 Bouries/springs Management Bank-SPD) ion IN-DPO, MANDI-237169-CW- RFQ / 2nd year Lantana Component 1. Sustainable Request for Pending Request for Single Stage - One 2022-03- eradication maintenance IBRD / 90410 Land and Water Resource Post Limited Quotations (Non 6,600.00 0.00 Implementat 2021-06-30 2021-08-25 Quotations Envelope 31 works in 138 ha by CRS Management Bank-SPD) ion method IN-DPO, MANDI-237171-CW- Component 1. Sustainable Request for Pending RFQ / Construction of ponds Request for Single Stage - One 2022-03- IBRD / 90410 Land and Water Resource Post Limited Quotations (Non 31,000.00 0.00 Implementat 2021-07-02 2021-08-27 (manual excavation) at Quotations Envelope 15 Management Bank-SPD) ion different locations IN-DPO, MANDI-237173-CW- Component 1. Sustainable Request for Pending Request for Single Stage - One 2022-03- RFQ / Construction of Cement IBRD / 90410 Land and Water Resource Post Limited Quotations (Non 141,500.00 0.00 Implementat 2021-09-06 2021-11-01 Quotations Envelope 31 Concrete Check Dam Management Bank-SPD) ion IN-DPO, MANDI-237174-CW- Component 1. Sustainable Request for Pending Request for Single Stage - One 2022-03- RFQ / Construction of IBRD / 90410 Land and Water Resource Post Limited Quotations (Non 209,100.00 0.00 Implementat 2021-08-30 2021-10-25 Quotations Envelope 31 Masonary Check Dam Management Bank-SPD) ion IN-DPO, MANDI-237176-CW- Component 1. Sustainable Request for Pending Request for Single Stage - One 2022-03- RFQ / Construction of Sub IBRD / 90410 Land and Water Resource Post Limited Quotations (Non 26,000.00 0.00 Implementat 2021-08-25 2021-10-20 Quotations Envelope 31 Surface Dykes (Mackhowal) Management Bank-SPD) ion IN-DPO, MANDI-237220-CW- Component 1. Sustainable Request for Pending Request for Single Stage - One 2022-09- RFQ / Fire Management and IBRD / 90410 Land and Water Resource Post Limited Quotations (Non 5,500.00 0.00 Implementat 2022-01-25 2022-03-22 Quotations Envelope 18 awareness. Management Bank-SPD) ion IN-DPO, MANDI-237221-CW- Component 2. Improved Request for Pending Request for Single Stage - One 2022-04- RFQ / Primary and Secondary IBRD / 90410 Agricultural Productivity and Post Limited Quotations (Non 125,400.00 0.00 Implementat 2021-08-15 2021-10-10 Quotations Envelope 08 water Distribution Value Addition Bank-SPD) ion IN-DPO, MANDI-241884-CW- Component 1. Sustainable Pending RFQ / Raising of plantations Request for Single Stage - One Other (with field 2022-02- IBRD / 90410 Land and Water Resource Post Limited 12,000.00 0.00 Implementat 2021-07-07 2021-09-01 in the rainy season of 2021 Quotations Envelope for explanation) 28 Management ion (400 plants/ha model) IN-DPO, MANDI-241887-CW- Component 1. Sustainable Pending RFQ / Raising of plantations Request for Single Stage - One Other (with field 2022-02- IBRD / 90410 Land and Water Resource Post Limited 37,700.00 0.00 Implementat 2021-07-07 2021-09-01 in the rainy season of 2021 Quotations Envelope for explanation) 28 Management ion (800 plants/ha model) IN-DPO, MANDI-242544-CW- Component 1. Sustainable Pending RFQ / Raising of plantations Request for Single Stage - One Other (with field 2022-03- IBRD / 90410 Land and Water Resource Post Open - National 50,900.00 0.00 Implementat 2021-07-17 2021-09-11 in the rainy season of 2021 Quotations Envelope for explanation) 10 Management ion (800 plants/ha model) IN-DPO, MANDI-242546-CW- Component 1. Sustainable Pending RFQ / Raising of plantations Request for Single Stage - One Other (with field 2022-03- IBRD / 90410 Land and Water Resource Post Open - National 20,200.00 0.00 Implementat 2021-07-17 2021-09-11 in the rainy season of 2021 Quotations Envelope for explanation) 10 Management ion (400 plants/ha model) IN-DPO, MANDI-242547-CW- RFQ / Clearing of Lantana infested upto (25% to 50%, 50%to 75%,) . There will be 15 Component 1. Sustainable Pending Request for Single Stage - One Other (with field 2022-03- to 20 jobs(contract) of 50 Ha. IBRD / 90410 Land and Water Resource Post Open - National 23,600.00 0.00 Implementat 2021-07-17 2021-08-27 Quotations Envelope for explanation) 31 area in different Management ion GPs/catchment of district Mandi for the Financial year 2021-22 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 Page 3 IN-DPO, MANDI-177116-GO- RFQ / Procurement of Seeds of Different Native Forestry Tree Species for the year 2019- Component 1. Sustainable Request for Single Stage - One 20.Keeping in view of low IBRD / 90410 Land and Water Resource Post Limited 1,418.00 1,477.90 Completed 2020-06-16 2020-02-20 2020-07-10 2020-02-22 2021-01-06 2020-03-02 Quotations Envelope value and availability of Management perspective bidder, limited market approach was adopted. This does not come under RF IN-DPO, MANDI-177125-GO- RFQ / Procurement of Seeds of Different Native Forestry Component 1. Sustainable Pending Tree Species for the year 2019- Request for Single Stage - One IBRD / 90410 Land and Water Resource Post Limited 658.00 0.00 Implementati 2020-07-12 2020-09-06 2021-03-05 20.Keeping in view of low Quotations Envelope Management on value and availability of perspective bidder, limited market approach was adopted. IN-DPO, MANDI-177118-GO- RFQ / Grade PE 80, Pressure Rating PN-10, SDR-11, Component 1. Sustainable Pending Nominal Dia-32. Keeping in Request for Single Stage - One IBRD / 90410 Land and Water Resource Post Limited 1,000.00 0.00 Implementati 2020-07-12 2020-09-06 2021-03-05 view of low value and Quotations Envelope Management on availability of perspective bidder, limited market approach was adopted IN-DPO, MANDI-176043-GO- RFQ / Black Recycled Poly Bags 5' x 9' of 250 Gauge double sealed with six holes Component 1. Sustainable Pending in 2 rows of 3 holes in each in Request for Single Stage - One IBRD / 90410 Land and Water Resource Post Limited 4,161.00 0.00 Implementati 2020-10-19 2020-12-14 2021-06-12 the lower 2 by 3 portion, Dia. Quotations Envelope Management on of hole 3 mm. Keeping in view of low value and availability of perspective bidder, limited market approach was adopt IN-DPO, MANDI-227620-GO- RFQ / Seed, cultivation Component 2. Improved Pending Request for Single Stage - One material and fertilizers for IBRD / 90410 Agricultural Productivity and Post Limited 24,000.00 0.00 Implementati 2021-08-10 2021-09-04 2022-03-23 Quotations Envelope high value crops Value Addition on demonstration plots IN-DPO, MANDI-240210-GO- RFQ / Procurement of Barbed Component 1. Sustainable Pending Wire through RFQ for fencing Request for Single Stage - One IBRD / 90410 Land and Water Resource Post Limited 15,000.00 0.00 Implementati 2021-07-06 2021-08-31 2022-02-27 of the plantation areas to be Quotations Envelope Management on planted in the planting season of 2021-22 IN-DPO, MANDI-240215-GO- RFQ / Procurement of Component 1. Sustainable Pending Request for Single Stage - One Eucalyptus fence post through IBRD / 90410 Land and Water Resource Post Limited 15,000.00 0.00 Implementati 2021-07-05 2021-08-30 2022-02-26 Quotations Envelope RFQ for fencing of plantation Management on during the year 2021-22 IN-DPO, MANDI-240221-GO- RFQ / Procurement of GI Wire Component 1. Sustainable Pending (through RFQ) for the Request for Single Stage - One IBRD / 90410 Land and Water Resource Post Limited 20,000.00 0.00 Implementati 2021-07-10 2021-09-04 2022-03-03 construction of Crate Wire Quotations Envelope Management on Check Barriers during the year 2021-22 IN-DPO, MANDI-241916-GO- RFQ / Procurement of Component 1. Sustainable Pending Request for Single Stage - One Eucalyptus fence post through IBRD / 90410 Land and Water Resource Post Limited 10,000.00 0.00 Implementati 2021-07-08 2021-09-02 2022-03-01 Quotations Envelope RFQ for fencing of plantation Management on during the year 2021-22 IN-DPO, MANDI-241918-GO- RFQ / Procurement of Barbed Component 1. Sustainable Pending Wire through RFQ for fencing Request for Single Stage - One IBRD / 90410 Land and Water Resource Post Limited 10,000.00 0.00 Implementati 2021-07-10 2021-09-04 2022-03-03 of the plantation areas to be Quotations Envelope Management on planted in the planting season of 2021-22 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$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Contract Type Estimated Actual Amount Draft Negotiated Description Component Review Type Method Market Approach Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Amount (US$) (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Page 4