PROCUREMENT PLAN Project information: Sierra Leone Energy Sector Utility Project (P157778) Project Implementation agency: EDSA Date of the Procurement Plan: December 2017 Period covered by this Procurement Plan: 12 months Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016) (“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 the Public Procurement Act, 216 of the Republic of Sierra Leone, 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 in 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 and Works). Goods: Not Applicable for those contracts identified in the Procurement Plan tables Works: No applicable Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations: Not Applicable. 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: Table: Thresholds*, Procurement Arrangements, and Prior Review (The table below depicts the Thresholds and Procurement Methods to be used under the REDISSE II project): Thresholds*, Procurement Methods, and Prior Review Expenditure Contract (C) Value Procurement Contracts Subject to No Category Threshold* [eq. USD] Method Prior Review /[eq. US$] Open Competition All contracts at or above USD 10 million International Market are subject to international advertising C ≥ 20,000,000 Approach and Direct and the use of the Bank’s SPDs (or other Contracting documents agreed with the Bank). Open Competition 1 Works National Market 200,000 < C < 20,000,000 None Approach C ≤ 200,000 RfQ None Expenditure Contract (C) Value Procurement Contracts Subject to No Category Threshold* [eq. USD] Method Prior Review /[eq. US$] Open Competition All contracts at or above USD 2 million are International Market subject to international advertising and C ≥ 5,000,000 Approach and Direct the use of the Bank’s SPDs (or other Goods, IT and Contracting documents agreed with the Bank). 2 non-consulting services Open Competition : National Market None 100,000 < C < 5,000,000 Approach C ≤ 100,000 RfQ None All contracts at or above USD 300,000 are for subject to international advertising and C < 300,000 Consulting Services the use of the Bank’s SPDs (or other documents agreed with the Bank). National shortlist for 3 selection of for All contracts at or above USD 300,000 are consultant firms Engineering and subject to international advertising and C ≤ 500,000 Construction the use of the Bank’s SPDs (or other Supervision documents agreed with the Bank). Selection of ≥ 300,000 ≥ 300,000 4 Individual All Approaches consultants Training, Workshops, Based on approved This line activity is not subject to 5 Study Tours All Values Annual Work Plan & procurement Review. Budgets (AWPB) by TTL (Special procurement arrangements like direct contracting, use of SOEs, UN Agencies, third party monitors, local NGOs, Force Account, servants needs, results based arrangements. It is not expected that there will need for prequalification in the procurement arrangements under REDISSE II) *These thresholds are for the purposes of the initial procurement plan for the first 18 months. The thresholds will be revised periodically based on re-assessment of risks. 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 the packages of works/goods packages in the procurement plan. Proposed Procedures for CDD Components: Not Applicable Reference to (if any) Project Operational/Procurement Manual: the project team will prepare Procurement manuals. The Procurement Plan/Manual will also form part of the Project Implementation Manual. Any Other Special Procurement Arrangements: Not Applicable Procurement Packages/PLAN with Procurement Arrangements and Time Schedule: as per the Table below: 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 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. Corruption in connection with World Bank Group corporate procurement. Further, we are not ineligible under the laws or official regulations of [Insert name of Employer as per bidding document] or pursuant to a decision of the United Nations Security Council. We confirm our understanding of the consequences of not complying with the World Bank’s Anti-Corruption Guidelines, which may include the following: a. rejection of our Proposal/Bid for award of contract; b. in the case of award, termination of the contract, without prejudice to any other remedy for breach of contract; and c. sanctions, pursuant to the Bank’s Anti-corruption Guidelines and in accordance with its prevailing sanctions policies and procedures as set forth in the Bank’s Sanctions Framework. This may include a public declaration of ineligibility, either indefinitely or for a stated period of time, (i) to be awarded or otherwise benefit from a Bank-financed contract, financially or in any other manner;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. 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. 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 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: 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. PROCUREMENT Sierra Leone : Sierra Leone Energy Sector Utility Reform Project PLAN General Information Country: Sierra Leone Bank’s Approval Date of the Original Procurement Plan: 2019-02-15 2021-09-29 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P120304 GPN Date: Project Name: Sierra Leone Energy Sector Utility Reform Project Loan / Credit No: IDA / 53330, IDA / 64110 Electricity Ditribution and Supply Authority 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 SL-EDSA-119835-GO-RFB / Component 2: Improvement Pending Single Stage - One Supply of Pre-Paid Meters and IDA / 64110 of Electricity Supply in Urban Prior Request for Bids Open - International 4,000,000.00 0.00 Implementati 2019-07-31 2019-08-05 2019-09-16 2019-10-16 2019-11-20 2020-05-18 Envelope Accessories Areas on Component 2: Improvement Under SL-EDSA-124038-GO-RFQ / Request for Single Stage - One IDA / 53330 of Electricity Supply in Urban Post Limited 9,900.00 0.00 Implementati 2019-07-29 2019-09-05 2019-09-23 2020-03-21 QuickBooks Quotations Envelope Areas on SL-EDSA-119619-CW-RFB / Supply and Installation of Component 2: Improvement Single Stage - One 33kv Sub transmission Lines IDA / 64110 of Electricity Supply in Urban Prior Request for Bids Open - International 19,000,000.00 20,135,871.58 Signed 2019-08-29 2019-12-06 2019-09-03 2019-12-16 2019-10-15 2020-04-20 2019-11-14 2020-08-26 2019-12-19 2020-12-16 2020-06-16 Envelope and 33/11kv Primary Areas Substations (Lots 1 - 2) SL-EDSA-130229-GO-RFB / Component 2: Improvement Single Stage - One Bulk Supply Metering and STS IDA / 53330 of Electricity Supply in Urban Prior Request for Bids Open - International 4,000,000.00 3,342,723.25 Signed 2019-09-23 2019-09-27 2019-09-28 2019-12-10 2019-11-09 2020-01-13 2019-12-09 2020-07-08 2020-01-13 2020-06-19 2020-07-11 Envelope Split Prepayment Meters Areas SL-EDSA-135405-GO-RFB / Supply and Installation of Component 2: Improvement Under Single Stage - One 11/04kV Distribution IDA / 64110 of Electricity Supply in Urban Prior Request for Bids Open - International 15,000,000.00 0.00 Implementati 2020-02-17 2020-02-22 2020-04-04 2020-05-04 2020-06-08 2020-12-05 Envelope Networks and Customer Areas on Connections (Lot 1-2) Component 2: Improvement Under SL-EDSA-154593-GO-RFB / Single Stage - One IDA / 64110 of Electricity Supply in Urban Post Request for Bids Open - National 180,000.00 0.00 Implementati 2020-02-03 2020-03-23 2020-02-08 2020-04-17 2020-03-21 2020-04-20 2020-05-25 2020-11-21 Project Vehicles Envelope Areas on SL-EDSA-119838-GO-RFB / Component 1: Distribution Under Supply and Installation of Utility Capacity Enhancement Single Stage - One IDA / 64110 Prior Request for Bids Open - International 5,500,000.00 0.00 Implementati 2020-03-20 2020-03-25 2020-03-25 2020-05-05 2020-05-06 2020-07-07 2020-06-05 2020-07-10 2021-01-06 Integrated Management and Performance Envelope on System (IMS) Improvement SL-EDSA-192097-GO-RFQ / Under Procurement of one stops GBV Component 4: COVID-19 Request for Single Stage - One IDA / 64110 Post Limited 20,000.00 0.00 Implementati 2020-09-22 2021-04-20 2020-11-17 2021-05-16 Centers are in selected response component Quotations Envelope on hospitals SL-EDSA-193253-GO-RFB / Component 1: Distribution Under Supply and Installation of Utility Capacity Enhancement Single Stage - One IDA / 64110 Prior Request for Bids Open - International 5,500,000.00 0.00 Implementati 2020-09-17 2020-09-17 2020-09-22 2020-09-20 2020-11-03 2020-10-29 2020-12-03 2021-09-07 2021-01-07 2021-07-06 Integrated Management and Performance Envelope on System (IMS) Improvement SL-EDSA-193267-GO-RFB / Component 4: COVID-19 Single Stage - One Supply of Fuel Oil, Diesel and IDA / 64110 Post Request for Bids Open - National 1,900,000.00 1,689,758.55 Signed 2020-09-17 2020-09-13 2020-09-22 2020-09-13 2020-11-03 2020-09-30 2020-12-03 2020-10-04 2021-01-07 2020-11-11 2021-07-06 response component Envelope Lubricants SL-EDSA-193362-GO-RFB / Procurement of Supply, Component 4: COVID-19 Single Stage - One installation, testing and IDA / 64110 Post Request for Bids Open - National 800,000.00 0.00 Canceled 2020-09-24 2020-09-29 2020-11-10 2020-12-10 2021-01-14 2021-07-13 response component Envelope commissioning of Health Center Grid Connections SL-EDSA-194447-GO-RFB / Under Component 4: COVID-19 Single Stage - One Supply of Tools and IDA / 64110 Post Request for Bids Open - National 500,000.00 0.00 Implementati 2020-09-24 2020-10-21 2020-09-29 2020-10-21 2020-11-10 2020-11-04 2020-12-10 2021-01-14 2021-07-13 response component Envelope Equipment for EDSA on SL-EDSA-194460-GO-RFB / Under Component 4: COVID-19 Single Stage - One Supply of Personal Protective IDA / 64110 Post Request for Bids Open - National 250,000.00 0.00 Implementati 2020-09-24 2020-10-16 2020-09-29 2020-10-17 2020-11-10 2020-12-14 2020-12-10 2021-05-17 2021-01-14 2021-07-13 response component Envelope Equipment-PPE on SL-EDSA-194476-GO-RFB / Component 4: COVID-19 Single Stage - One Supply of Equipment for EDSA IDA / 64110 Post Request for Bids Open - National 300,000.00 0.00 Canceled 2020-12-22 2021-06-20 response component Envelope Provincial Stations Upgrade SL-EDSA-193355-GO-RFB / Procurement of Supply, installation, testing and Under Component 4: COVID-19 Single Stage - One commissioning of Solar PV IDA / 64110 Post Request for Bids Open - National 600,000.00 470,796.74 Implementati 2020-09-22 2021-03-11 2020-09-27 2021-03-11 2020-11-08 2021-03-25 2020-12-08 2021-05-14 2021-01-12 2021-07-11 response component Envelope and storage that will be used on at EOC and FCC in Freetown for under COVID 19 SL-EDSA-194486-GO-RFB / Under Component 4: COVID-19 Single Stage - One Supply and Installation of Call IDA / 64110 Post Request for Bids Open - National 100,000.00 0.00 Implementati 2020-09-24 2020-10-23 2020-09-29 2020-10-23 2020-11-10 2020-11-06 2020-12-10 2021-01-14 2021-07-13 response component Envelope Centers for EDSA on SL-EDSA-200884-GO-RFQ / Component 4: COVID-19 Request for Single Stage - One IDA / 64110 Post Limited 30,000.00 22,497.32 Signed 2020-11-02 2020-12-03 2020-12-28 2021-05-14 2021-06-26 Vehicle Spares response component Quotations Envelope Under SL-EDSA-200888-GO-RFQ / Component 4: COVID-19 Request for Single Stage - One IDA / 64110 Post Limited 40,000.00 0.00 Implementati 2020-11-02 2021-04-08 2020-12-28 2021-06-26 Supply of Fire Extinguishers response component Quotations Envelope on Page 1 SL-EDSA-200895-GO-RFB / Under Component 4: COVID-19 Single Stage - One Office Equipment, Computers IDA / 64110 Post Request for Bids Open - National 180,000.00 0.00 Implementati 2020-10-30 2020-11-30 2020-11-04 2020-12-16 2020-12-14 2021-01-15 2021-02-19 2021-08-18 response component Envelope and Accessories on SL-EDSA-200889-GO-RFQ / Component 4: COVID-19 Request for Single Stage - One IDA / 64110 Post Open - National 100,000.00 0.00 Canceled 2020-11-03 2020-12-29 2021-06-27 Supply of Safety Gears response component Quotations Envelope SL-EDSA-230210-GO-RFB / Component 4: COVID-19 Single Stage - One Supply of Equipment for EDSA IDA / 64110 Post Request for Bids Open - National 300,000.00 61,405.91 Signed 2021-04-20 2021-04-23 2021-04-25 2021-04-24 2021-06-06 2020-12-08 2021-07-06 2020-12-30 2021-08-10 2021-02-15 2022-02-06 response component Envelope Provincial Stations Upgrade SL-EDSA-232337-GO-RFB / Component 2: Improvement Single Stage - One Supply of Safety Gears for IDA / 64110 of Electricity Supply in Urban Post Request for Bids Open - National 100,000.00 75,575.37 Signed 2021-04-30 2021-05-04 2021-05-05 2021-05-04 2021-06-16 2020-12-09 2021-07-16 2021-03-16 2021-08-20 2021-05-07 2022-02-16 Envelope EGTC Areas SL-EDSA-255198-GO-RFB / Pending Design, Supply and Component 4: COVID-19 Single Stage - One IDA / 64110 Post Request for Bids Limited 1,200,000.00 0.00 Implementati 2021-10-08 2021-10-13 2021-11-24 2021-12-24 2022-01-28 2022-07-27 Replacement of 11kV response component Envelope on Switchgear 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$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual SL-EDSA-119837-CS-CQS / Component 2: Improvement Consultant Consultancy for the Under IDA / 64110 of Electricity Supply in Urban Post Qualification Open - National 120,000.00 0.00 2019-08-07 2020-01-21 2019-08-28 2020-02-14 2019-10-11 2019-11-10 2019-12-15 2020-06-12 Preparation of Resettlement Implementation Areas Selection Action Plan for ESURP AF SL-EDSA-229897-CS-LCS / Consulting Services for the Audit of the Financial Component 2: Improvement Least Cost Statements for the Energy IDA / 64110 of Electricity Supply in Urban Post Open - National 10,000.00 9,592.00 Signed 2021-04-19 2021-04-22 2021-05-10 2021-05-16 2021-06-23 2021-04-30 2021-07-21 2021-05-17 2021-08-20 2021-05-20 2021-09-24 2021-05-20 2021-10-29 2021-05-26 2022-04-27 Selection Sector Utility Reform Project Areas for the Financial year ended 31st December 2020 INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Contract Type Estimated Actual Amount Draft Negotiated Description Component Review Type Method Market Approach Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Amount (US$) (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual SL-EDSA-100103-CS-INDV / Component 2: Improvement Individual Financial Management IDA / 53330 of Electricity Supply in Urban Post Consultant Limited 108,800.00 0.00 Canceled 2019-02-19 2019-03-07 2019-02-24 2019-03-17 2019-04-21 2019-10-18 Specialist at EDSA Areas Selection SL-EDSA-100105-CS-INDV / Implementation Support Component 2: Improvement Individual Under Expert for the Implementation IDA / 53330 of Electricity Supply in Urban Post Consultant Open 100,000.00 0.00 2019-02-19 2019-04-23 2019-04-09 2020-01-29 2019-04-30 2020-01-29 2019-06-04 2019-12-01 Implementation of Integrated Management Areas Selection Information System (IMS) SL-EDSA-109620-CS-INDV / Component 2: Improvement Individual Financial Management IDA / 53330 of Electricity Supply in Urban Post Consultant Open 54,400.00 54,000.00 Signed 2019-04-08 2019-07-09 2019-05-27 2019-09-05 2019-06-17 2019-05-20 2019-07-22 2020-06-04 2020-01-18 Specialist at EDSA Areas Selection SL-EDSA-111181-CS-INDV / Consultancy Services for Component 2: Improvement Individual Engineering Design and Under IDA / 53330 of Electricity Supply in Urban Post Consultant Limited 100,000.00 0.00 2019-05-02 2019-04-23 2019-05-07 2020-01-29 2019-05-28 2020-02-20 2019-07-02 2019-12-29 Procurement of Contracts for Implementation Areas Selection 33/11/0.4kv Distribution Network Component 2: Improvement Individual SL-EDSA-119049-CS-INDV / IDA / 53330 of Electricity Supply in Urban Post Consultant Direct 132,000.00 132,862.57 Signed 2019-07-03 2019-06-26 2019-07-13 2019-07-15 2019-08-03 2020-06-24 2019-09-07 2019-07-01 2020-03-05 Project Coordinator at EDSA Areas Selection SL-EDSA-100104-CS-INDV / Preparation of Financial Component 2: Improvement Individual Under Management Manual and IDA / 53330 of Electricity Supply in Urban Post Consultant Limited 30,000.00 0.00 2019-07-02 2019-07-09 2019-07-07 2020-01-29 2019-07-28 2019-09-01 2020-02-28 Implementation Update of Project Areas Selection Implementation Manual SL-EDSA-119839-CS-INDV / Component 2: Improvement Individual Social Safeguard and Gender IDA / 53330 of Electricity Supply in Urban Post Consultant Open 54,000.00 54,000.00 Signed 2019-07-31 2019-10-25 2019-09-18 2021-02-16 2019-10-09 2021-02-16 2019-11-13 2021-02-15 2020-05-11 Specialist Areas Selection SL-EDSA-119841-CS-INDV / Component 2: Improvement Individual Under Electrical Engineer- IDA / 53330 of Electricity Supply in Urban Post Consultant Open 78,000.00 0.00 2019-07-30 2020-01-31 2019-09-17 2019-10-08 2019-11-12 2020-05-10 Implementation Substations Areas Selection Component 2: Improvement Individual SL-EDSA-119847-CS-INDV / Under IDA / 53330 of Electricity Supply in Urban Post Consultant Limited 4,800.00 0.00 2019-07-30 2019-09-20 2019-08-04 2019-08-25 2019-09-29 2020-03-27 Procurement Officer Implementation Areas Selection Component 2: Improvement Individual SL-EDSA-149064-CS-INDV / Under IDA / 53330 of Electricity Supply in Urban Post Consultant Open 40,000.00 0.00 2019-12-27 2020-01-29 2020-02-14 2020-03-06 2020-04-10 2020-10-07 Finance Officer at EDSA Implementation Areas Selection Component 2: Improvement SL-EDSA-150945-CS-CDS / Under IDA / 64110 of Electricity Supply in Urban Prior Direct Selection Direct 31,680.00 0.00 2020-01-31 2020-02-10 2020-04-15 2020-10-12 Planning Engineer 1 Implementation Areas Page 2 Component 2: Improvement SL-EDSA-150952-CS-CDS / Under IDA / 53330 of Electricity Supply in Urban Prior Direct Selection Direct 31,680.00 0.00 2019-12-30 2020-01-09 2020-03-14 2020-09-10 Planning Engineer 2 Implementation Areas SL-EDSA-142883-CS-CDS / Component 2: Improvement Senior Environmental IDA / 53330 of Electricity Supply in Urban Prior Direct Selection Direct 60,000.00 54,000.00 Signed 2020-01-31 2020-01-17 2020-02-10 2020-02-21 2020-04-15 2020-03-11 2020-10-12 Specialist Areas SL-EDSA-154051-CS-INDV / Component 2: Improvement International Procurement IDA / 64110 of Electricity Supply in Urban Prior Direct Selection Direct 193,425.00 152,000.00 Signed 2020-01-17 2020-01-17 2020-01-27 2020-01-21 2020-04-01 2020-01-29 2020-09-28 Specialist Areas Component 2: Improvement Individual SL-EDSA-119846-CS-INDV / Pending IDA / 53330 of Electricity Supply in Urban Post Consultant Open 78,000.00 0.00 2019-08-05 2019-09-23 2019-10-14 2019-11-18 2020-05-16 Project Engineer Implementation Areas Selection Component 2: Improvement Individual SL-EDSA-119840-CS-INDV / Under IDA / 53330 of Electricity Supply in Urban Post Consultant Open 60,000.00 0.00 2020-02-28 2020-01-31 2020-04-17 2020-05-08 2020-06-12 2020-12-09 Civil Engineer Implementation Areas Selection SL-EDSA-154014-CS-CDS / Consulting Services for the Component 2: Improvement Preparation of Environmental IDA / 64110 of Electricity Supply in Urban Prior Direct Selection Direct 80,000.00 54,000.00 Signed 2020-01-16 2020-01-17 2020-01-26 2020-01-31 2020-03-31 2020-03-11 2020-09-27 and Social Management Areas Instruments SL-EDSA-159723-CS-CDS / Component 1: Distribution Adviser to the Director of Utility Capacity Enhancement IDA / 64110 Prior Direct Selection Direct 180,000.00 180,000.00 Signed 2020-02-28 2020-02-21 2020-03-09 2020-02-25 2020-05-13 2020-03-25 2020-11-09 Distribution & Technical and Performance Service Improvement Component 1: Distribution SL-EDSA-169974-CS-CDS / Utility Capacity Enhancement Adviser to Logistics & IDA / 64110 Prior Direct Selection Direct 132,000.00 132,000.00 Signed 2020-04-28 2020-04-28 2020-05-08 2020-05-15 2020-07-12 2020-06-01 2021-01-08 and Performance Procurement Department Improvement Component 1: Distribution SL-EDSA-175372-CS-CDS / Utility Capacity Enhancement Advisor to Operations and IDA / 64110 Prior Direct Selection Direct 132,000.00 132,000.00 Signed 2020-05-27 2020-06-02 2020-06-06 2020-05-28 2020-08-10 2020-06-01 2021-02-06 and Performance Maintenance Manager Improvement SL-EDSA-175381-CS-CDS / Component 1: Distribution Adviser to the Manager of Utility Capacity Enhancement IDA / 64110 Prior Direct Selection Direct 132,000.00 132,000.00 Signed 2020-05-27 2020-06-02 2020-06-06 2020-05-28 2020-08-10 2020-06-01 2021-02-06 Information and and Performance Communication Technology Improvement Component 2: Improvement Individual SL-EDSA-195884-CS-INDV / Pending IDA / 64110 of Electricity Supply in Urban Post Consultant Limited 24,000.00 0.00 2020-09-28 2020-10-03 2020-10-24 2020-11-28 2021-05-27 Procurement Officer at EDSA Implementation Areas Selection SL-EDSA-207321-CS-CDS / Consultancy Services for the Component 2: Improvement preparation of Project Under IDA / 64110 of Electricity Supply in Urban Prior Direct Selection Direct 34,166.50 0.00 2020-12-14 2020-12-11 2020-12-24 2020-12-30 2021-02-27 2021-08-26 Implementation Manual (PIM), Implementation Areas Financial Manual and Establishment of FM System SL-EDSA-232338-CS-INDV / Component 2: Improvement Individual Pending Senior Environmental and IDA / 64110 of Electricity Supply in Urban Post Consultant Open 60,000.00 0.00 2021-05-14 2021-07-02 2021-07-23 2021-08-27 2022-02-23 Implementation Social Management Specialist Areas Selection SL-EDSA-237560-CS-INDV / Component 2: Improvement Individual Under Senior Environmental and IDA / 64110 of Electricity Supply in Urban Post Consultant Open 54,000.00 0.00 2021-06-11 2021-07-30 2021-07-30 2021-08-20 2021-09-24 2022-03-23 Implementation Social Management Specialist Areas Selection SL-EDSA-237863-CS-INDV / Component 2: Improvement Individual Consultancy Services for Pending IDA / 64110 of Electricity Supply in Urban Post Consultant Open 30,000.00 0.00 2021-06-11 2021-07-30 2021-08-20 2021-09-24 2022-03-23 Environmental and Social Implementation Areas Selection Compliance Audit SL-EDSA-242324-CS-CDS / Component 2: Improvement Under Environmental and Social IDA / 64110 of Electricity Supply in Urban Post Direct Selection Direct 30,000.00 0.00 2021-06-30 2021-06-30 2021-07-10 2021-06-30 2021-09-13 2022-03-12 Implementation Compliance Audit Areas Page 3