THE NILE BASIN DISCOURSE TEXTURAL PROCUREMENT PLAN Project information: P132448 NBD-CIWA/WB “Engaging Civil Society for Social and Climate Resilience in the Nile Basin “ Project Implementation agency: The Nile Basin Discourse (NBD) Date of the Procurement Plan: August 2020 Period covered by this Procurement Plan: 3 months Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Recipients” (July 2016, revised 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 Paragraph 5.3 of the Procurement Regulations will not apply. When approaching the national market, the Recipient ’s own procurement procedures shall not be used as they don’t fulfill all the requirements of the National procurement procedures. The Regulations will apply. However, the Recipient may use its own procurement arrangements for Request for Quotation as set forth in the NBD Project Implementation Manual and such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: In accordance with paragraph 5.3 of the Procurement Regulations, the request for bids/request for proposals document shall require that Bidders/Proposers submitting Bids/Proposals present a signed acceptance at the time of bidding, to be incorporated in any resulting contracts, confirming application of, and compliance with, the Bank’s Anti- Corruption Guidelines, including without limitation the Bank’s right to sanction and the Bank’s inspection and audit rights. The form of the Letter of Acceptance is attached as Appendix 1 . 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) Goods: Applicable for those contracts identified in the Procurement Plan tables Other Relevant Procurement Information:- (a). Prior Procurement Arrangements: The Procurement arrangements as indicated in the below table and within the thresholds indicated in the below tables will be used. The thresholds for the Bank’s prior review requirements are also provided in the table below. In addition, the table depicts the procurement methods to be used by the NBD. Table: Thresholds*, Procurement Methods, and Prior Review Category Thresholds Procurement Market Approach (USD) Method <100,000 RFQ Applicable for all Market options Goods and .100,000 RFP, RFB National Market option Non- All values Direct Selection No threshold; meet requirements of Bank’s Consulting Procurement Regulations and approved in Services the PP Note: Other selection arrangements available in the Bank procurement regulations July 2016 and revised in August 01 018 may also be used as appropriate subject to Bank prior approval. Table: Thresholds for the Selection Methods for Consulting Services Thresholds (US$ equivalent) Market Approach ≤ 300,000 National ≥300,000 International All values Direct 1.5.3: Prior Review: The details of the procurement review / oversight are defined in the Annex II of the regulations for Recipients. The following are the Prior review thresholds of the Bank regardless of the method of selection given the project risk rating of “High”. Table: Risk Levels Procurement Type High Risk Goods, It & Non-Consulting Services 1.5 Consultants (Firms) 0.5 Individual Consultants 0.2 Table: Prior review thresholds Note: All Terms of References regardless of value are subject to IDA clearance * All contracts not subject to prior review will be post-reviewed. ** Short lists of consultants for services estimated to cost less US$300,000 equivalent per contract may be composed entirely of national consultants in accordance with the provisions of paragraph 2.7 of the Consultant Guidelines. However, if foreign firms have expressed interest, they will not be excluded from consideration. Prequalification: Not expected for any works or goods packages in the procurement plan. Proposed Procedures for CDD Components: Applicable Reference to (if any) Project Operational/Procurement Manual: The NBD team have a draft Procurement Manual, which will also be part of the Project Implementation Manual. Any Other Special Procurement Arrangements: None Appendix 1 Letter of Acceptance of the World Bank’s Anti-Corruption Guidelines and Sanctions Framework 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 Guidelines1 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; 1Guidelines 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;2 (ii) to be a nominated3 sub- contractor, 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 inspect4 all accounts, records, and other documents relating to the procurement 2 For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification, 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. 3 A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in its pre-qualification 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. 4 Inspections 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. 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/Consultant: Name of the person duly authorized to sign the Bid/Proposal on behalf of the Bidder/Consultant: Title of the person signing the Letter: PROCUREMENT Eastern Africa : Engaging Civil Society for Social and Climate Resilience in the Nile.. PLAN General Information Country: Eastern Africa Bank’s Approval Date of the Original Procurement Plan: 2020-09-07 2020-12-22 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P132448 GPN Date: Project Name: Engaging Civil Society for Social and Climate Resilience in the Nile.. Loan / Credit No: TF / 15834 THE NILE BASIN DISCOURSE Executing Agency(ies): 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$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Under UG-NBD-191776-GO-RFQ / Strengthening the NBD Request for Single Stage - One TF / 15834 Post Open - National 4,000.00 0.00 Implementati 2020-09-16 2020-10-13 2020-10-27 Procuring of 4 Laptops Secretariat Quotations Envelope on NON CONSULTING SERVICES Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual UG-NBD-194687-NC-DIR / Under Non-Consultancy services for Improved Communications TF / 15834 Post Direct Selection Direct 2,500.00 0.00 Implementati 2020-09-21 2020-09-23 2020-09-26 2020-09-25 2020-10-04 2020-10-18 minor upgrading of the NBD and Outreach on Website CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Contract Type Estimated Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Amount (US$) (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 UG-NBD-191681-CS-INDV / Consultant to develop ToRs for expert to train National Individual Strengthening the NBD Under Discourse Forum (NDF) TF / 15834 Post Consultant Open 5,000.00 0.00 2020-09-06 2020-09-10 2020-10-05 2020-10-08 2020-10-12 2020-11-01 Secretariat Implementation Coordinators from the 10 Selection Nile Basin countries on citizen data UG-NBD-191754-CS-CDS / Improved Communications Consultant to upgrade the TF / 15834 Post Direct Selection Direct 2,500.00 0.00 Canceled 2020-09-07 2020-09-11 2020-09-17 2020-10-04 2020-10-14 and Outreach NBD website UG-NBD-191761-CS-CDS / Consultant for Maintenance Strengthening the NBD Under TF / 15834 Post Direct Selection Direct 3,500.00 0.00 2020-09-06 2020-09-11 2020-09-16 2020-09-29 2020-09-22 2020-10-06 and functional update of the Secretariat Implementation M&E system UG-NBD-191741-CS-CDS / Consultant to develop ToRs for the Experts in Resource Mobilization including Strengthening the NBD TF / 15834 Post Direct Selection Direct 6,000.00 6,000.00 Signed 2020-09-06 2020-09-11 2020-09-16 2020-09-29 2020-10-02 2020-10-19 2020-10-22 identification of Donors and Secretariat Multi-National Organizations for their Corporate Social responsibility (CSR) UG-NBD-191611-CS-INDV / Consultant to develop ToRs Individual Capacity Building for NBD for a Training Expert ; TF / 15834 Prior Consultant Open 4,000.00 0.00 Canceled 2020-09-06 2020-09-21 2020-10-05 2020-10-10 2020-10-14 2020-11-03 Members including the structures for Selection the Training Manual UG-NBD-209684-CS-CDS / Uganda NDF National Technical Support Expert for country entry points, to Capacity Building for NBD Pending TF / 15834 Post Direct Selection Direct 6,500.00 0.00 2020-12-17 2020-12-22 2020-12-31 2021-12-31 facilitate communication flow Members Implementation and information sharing between NDF and NBD Secretariat UG-NBD-209727-CS-CDS / Ethiopia NDF National Technical Support Expert (NTSE) for country entry Capacity Building for NBD Pending TF / 15834 Post Direct Selection Direct 6,500.00 0.00 2020-12-17 2020-12-22 2020-12-31 2021-12-31 points, to facilitate Members Implementation communication flow and information sharing between the NDF and NBD Page 1 UG-NBD-210015-CS-INDV / Burundi NDF National Technical Support Expert for Individual country entry points, to Capacity Building for NBD Pending TF / 15834 Post Consultant Direct 6,500.00 0.00 2020-12-17 2020-12-22 2020-12-24 2020-12-31 2021-12-31 facilitate communication flow Members Implementation Selection and information sharing between the NDF and NBD Secretariat UG-NBD-210034-CS-INDV / South Sudan NDF National Technical Support Individual Expert(NTES) for country entry Capacity Building for NBD Pending TF / 15834 Post Consultant Direct 6,500.00 0.00 2020-12-17 2020-12-22 2020-12-24 2020-12-31 2021-12-31 points, to facilitate Members Implementation Selection communication flow and information sharing between NDF and NBD Secretariat UG-NBD-210043-CS-INDV / Consultancy to develop ToRs Individual Capacity Building for NBD Pending for National Trainers and TF / 15834 Post Consultant Open 7,500.00 0.00 2020-12-20 2021-01-15 2021-01-20 2021-01-30 2021-03-01 Members Implementation develop a training manual on Selection agreed modules Page 2