The United Republic of Tanzania Procurement Plan General 1. Project Information Country: United Republic of Tanzania Project Name: Productive Social safety Net Phase II Project ID: P169165 2. Project Implementation Agency: Tanzania Social Action Fund 3. Date of the Procurement Plan: May 2019 4. Period Covered by this procurement plan: Eighteen Months I. 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. II. Bank’s Standard Procurement Documents: 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. III. 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, 2011, The Public Procurement (Amendment) Act, 2016 and the Regulations, 2016, such arrangements shall be subject to paragraph 5.3 and 5.4 of the Procurement Regulations and the following conditions: o There should be no mandatory requirements for inclusion of local experts and firms for the consulting assignments; o There should be no exclusive preference based on threshold prescribed in PPA and its Regulations; o Negotiations with the lowest evaluated bidder to reduce price in the case of goods, works and non-consulting services where competitive methods have been used shall not be allowed; o The fixed budget method shall not be used for goods, works and non-consulting services; 1 o Established and approved procurement standards by the government may be used, provided that they are not restrictive When other national procurement arrangements other than national open competitive procurement arrangements are applied by the Borrower, such arrangements shall be subject to paragraph 5.5 of the Procurement Regulations. In accordance with paragraph 5.4(c) and 5.5 of the Procurement Regulations, the request for bids/request for proposals/request for quotations document shall require that Bidders/Proposers submitting Bids/Proposals/quotations 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. IV. Prequalification: Not Applicable V. Leased Assets as specified under paragraph 5.10 of the Procurement Regulations: Not Applicable VI. Procurement of Second Hand Goods as specified under paragraph 5.11 of the Procurement Regulations: Not Applicable VII. Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). Not Applicable Domestic preference is not applicable for National Open Competitive Procurement VIII. Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations is Applicable. Not Applicable IX. Other Relevant Procurement Information Not Applicable 2 X. Threshold for Prior Review, Procurement Approaches and Methods – Good, Works and Non-Consulting Services Procurement Approaches and Methods (US$ millions) Prior Review (US$ Category millions) Open International Open National Request for Quotation (RfQ) Works ≥5 ≥ 15 < 15 ≤ 0.2 Goods, IT, and non-consulting services ≥ 1.5 ≥5 <5 ≤ 0.1 Post Review: All contracts not subject to prior review shall be subject to post review. 3 XI. Thresholds for Prior Review, Selection Approaches and Methods – Consulting Services Category Prior Review (US$ Short List of National Consultants millions) Consulting Services Engineering and Construction Supervision Consultants (Firms) ≥ 0.5 ≤ 0.3 ≤ 0.3 Individual Consultants ≥ 0.2 n.a. n.a. Note: Consultancy services estimated to cost equivalent to US $ 300,000 and above per contract shall be advertised in the United Nations Development Business (UNDB) online in addition to advertising in national newspaper(s) of wide circulation and/or regional newspaper. 4 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; 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. 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. 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. 3A 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. 5 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 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. 6 PROCUREMENT Tanzania : Tanzania Productive Social Safety Net Project II PLAN General Information Country: Tanzania Bank’s Approval Date of the Original Procurement Plan: 2020-01-31 2020-06-27 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P169165 GPN Date: 2020-02-03 Project Name: Tanzania Productive Social Safety Net Project II Loan / Credit No: IDA / 64890 Executing Agency(ies): Tanzania Social Action Fund WORKS Bid Evaluation Activity Reference No. / Procurement Estimated Actual Draft Bidding Loan / Credit Market Procurement Prequalification High SEA/SH Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Contract Description Component Review Type Method Document Amount Amount Document / Signed Contract No. Approach Process (Y/N) Risk Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Completion Type (US$) (US$) Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned GOODS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Strengthening Institutional Under TZ-TASAF-161191-GO-RFB / Single Stage - One IDA / 64890 Capacity and Integrated Post Request for Bids Open - National 362,423.00 0.00 Implementati 2020-03-20 2020-03-04 2020-03-25 2020-04-25 2020-06-08 2020-05-25 2020-06-29 2023-06-29 Supply ICT Consumables Envelope Delivery Systems on TZ-TASAF-161486-GO-RFB / Strengthening Institutional Pending Supply Office Equipment Single Stage - One IDA / 64890 Capacity and Integrated Prior Request for Bids Open - National 3,654,500.00 0.00 Implementati 2020-04-10 2020-04-15 2020-05-27 2020-06-26 2020-07-31 2021-01-27 (Photocopy machine, Printer Envelope Delivery Systems on and scanners) TZ-TASAF-161495-GO-UN / Strengthening Institutional Pending UN Agencies Supply Motor Vehicles - IDA / 64890 Capacity and Integrated Prior Direct 5,204,564.98 0.00 Implementati 2020-07-17 2020-07-23 2020-08-27 2021-02-23 (Direct) Phase 1 Delivery Systems on TZ-TASAF-161505-GO-UN / Strengthening Institutional Pending UN Agencies Supply Motor Vehicles - IDA / 64890 Capacity and Integrated Prior Direct 5,204,564.98 0.00 Implementati 2021-01-13 2021-01-18 2021-02-22 2021-08-21 (Direct) Phase II Delivery Systems on Strengthening Institutional Pending TZ-TASAF-161506-GO-RFB / Single Stage - One IDA / 64890 Capacity and Integrated Post Request for Bids Open - National 661,000.00 0.00 Implementati 2020-05-08 2020-05-13 2020-06-12 2020-07-12 2020-08-16 2021-02-12 Supply computers Envelope Delivery Systems on Strengthening Institutional Under TZ-TASAF-161511-GO-RFQ / Request for Single Stage - One IDA / 64890 Capacity and Integrated Post Limited 67,750.00 0.00 Implementati 2020-04-08 2020-06-01 2020-06-03 2021-06-03 Supply Sundry Items Quotations Envelope Delivery Systems on TZ-TASAF-161515-GO-RFQ / Strengthening Institutional Pending Request for Single Stage - One Supply Office Furniture - IDA / 64890 Capacity and Integrated Post Limited 22,807.00 0.00 Implementati 2020-06-18 2020-08-13 2020-11-11 Quotations Envelope Tables and Chairs Delivery Systems on Strengthening Institutional Pending TZ-TASAF-161713-GO-RFQ / Request for Single Stage - One IDA / 64890 Capacity and Integrated Post Limited 5,263.00 0.00 Implementati 2020-05-06 2020-07-01 2020-09-29 Supply Office Cabinets Quotations Envelope Delivery Systems on Strengthening Institutional Pending TZ-TASAF-161715-GO-RFQ / Request for Single Stage - One IDA / 64890 Capacity and Integrated Post Limited 4,386.00 0.00 Implementati 2020-05-14 2020-07-09 2020-10-07 Supply Office Shelves Quotations Envelope Delivery Systems on Page 1 TZ-TASAF-161193-GO-RFB / Strengthening Institutional Under Single Stage - One Supply Motor Vehicle Spare IDA / 64890 Capacity and Integrated Post Request for Bids Open - National 716,252.00 0.00 Implementati 2020-04-13 2020-03-04 2020-04-18 2020-05-18 2020-06-10 2020-06-17 2020-07-22 2023-07-22 Envelope Parts Delivery Systems on Strengthening Institutional Under TZ-TASAF-161195-GO-RFB / Single Stage - One IDA / 64890 Capacity and Integrated Post Request for Bids Open - National 107,757.00 0.00 Implementati 2020-03-10 2020-03-04 2020-03-15 2020-04-14 2020-06-09 2020-05-14 2020-06-18 2023-06-18 Supply Office Stationery Envelope Delivery Systems on Strengthening Institutional Under TZ-TASAF-166381-GO-RFQ / Request for Single Stage - One IDA / 64890 Capacity and Integrated Post Limited 59,395.25 0.00 Implementati 2020-04-10 2020-06-01 2020-05-22 2020-08-31 Supply Network Equipment Quotations Envelope Delivery Systems on Strengthening Institutional Under TZ-TASAF-166384-GO-RFQ / Request for Single Stage - One IDA / 64890 Capacity and Integrated Post Limited 21,598.27 0.00 Implementati 2020-04-24 2020-06-01 2020-05-29 2020-09-14 Supply Telephone Handsets Quotations Envelope Delivery Systems on Strengthening Institutional Pending TZ-TASAF-181607-GO-RFB / Single Stage - One IDA / 64890 Capacity and Integrated Post Request for Bids Open - National 321,978.26 0.00 Implementati 2020-06-26 2020-07-01 2020-07-15 2020-07-29 2020-09-02 2020-12-01 Supply Thermal Scanners Envelope Delivery Systems on TZ-TASAF-181776-GO-DIR / Strengthening Institutional Pending Supply Office Equipment - IDA / 64890 Capacity and Integrated Post Direct Selection Direct 205,217.39 0.00 Implementati 2020-06-25 2020-06-30 2020-08-04 2021-01-31 Tablets Delivery Systems on NON CONSULTING SERVICES Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Strengthening Institutional Under TZ-TASAF-161710-NC-RFQ / Request for Single Stage - One IDA / 64890 Capacity and Integrated Post Limited 7,616.00 0.00 Implementati 2020-03-17 2020-05-12 2021-05-12 Provide Car Hire Services Quotations Envelope Delivery Systems on TZ-TASAF-161875-NC-RFQ / Strengthening Institutional Pending Request for Single Stage - One Provide Travel Agent IDA / 64890 Capacity and Integrated Post Limited 17,971.00 0.00 Implementati 2020-04-05 2020-05-31 2021-05-31 Quotations Envelope Services Delivery Systems on TZ-TASAF-161184-NC-RFB / Strengthening Institutional Under Print Handbooks, Manuals, Single Stage - One IDA / 64890 Capacity and Integrated Post Request for Bids Open - National 453,123.00 0.00 Implementati 2020-05-12 2020-03-04 2020-05-17 2020-06-16 2020-06-11 2020-07-16 2020-08-20 2023-08-20 Publicity Materials and Envelope Delivery Systems on Reports Strengthening Institutional Pending TZ-TASAF-166344-NC-RFQ / Request for Single Stage - One IDA / 64890 Capacity and Integrated Post Limited 70,000.00 0.00 Implementati 2020-04-05 2020-05-10 2020-11-06 Print Publicity Materials Quotations Envelope Delivery Systems on TZ-TASAF-166340-NC-RFQ / Strengthening Institutional Pending Request for Single Stage - One Clean TMU offices and IDA / 64890 Capacity and Integrated Post Limited 59,862.00 0.00 Implementati 2020-05-31 2020-06-30 2021-06-30 Quotations Envelope premises Delivery Systems on Strengthening Institutional Pending TZ-TASAF-166338-NC-RFQ / Request for Single Stage - One IDA / 64890 Capacity and Integrated Post Limited 70,732.00 0.00 Implementati 2020-06-02 2020-07-30 2021-07-30 Provide security services Quotations Envelope Delivery Systems on CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Market Contract Type Estimated Actual Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Approach Amount (US$) Amount (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Page 2 TZ-TASAF-161818-CS-QCBS Strengthening Institutional Quality And Cost- Open - Pending / Conduct Data Analysis on IDA / 64890 Capacity and Integrated Prior 1,120,000.00 0.00 2020-05-19 2020-06-09 2020-07-23 2020-08-20 2020-09-19 2020-10-24 2020-11-28 2022-11-28 Based Selection International Implementation Impact Evaluation Delivery Systems INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Market Contract Type Estimated Actual Draft Negotiated Description Component Review Type Method Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Approach Amount (US$) Amount (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Strengthening Institutional Individual TZ-TASAF-156656-CS-INDV IDA / 64890 Capacity and Integrated Prior Consultant Direct 17,793.75 97,505.75 Signed 2020-01-30 2020-01-31 2020-02-09 2019-12-30 2020-03-01 2020-02-05 2020-04-05 2020-01-01 2020-10-02 / Director of Internal Audit Delivery Systems Selection TZ-TASAF-156658-CS-INDV Strengthening Institutional Individual / Director of Community IDA / 64890 Capacity and Integrated Prior Consultant Direct 17,793.75 97,505.75 Signed 2020-01-30 2020-01-31 2020-02-09 2020-02-03 2020-03-01 2020-02-05 2020-04-05 2020-01-01 2020-10-02 Support Delivery Systems Selection Strengthening Institutional Individual TZ-TASAF-156659-CS-INDV IDA / 64890 Capacity and Integrated Prior Consultant Direct 17,793.75 17,793.75 Signed 2020-01-30 2020-01-31 2020-02-09 2019-12-30 2020-03-01 2020-02-05 2020-04-05 2020-01-01 2020-10-02 / Director of Finance Delivery Systems Selection Strengthening Institutional Individual TZ-TASAF-156664-CS-INDV IDA / 64890 Capacity and Integrated Prior Consultant Direct 16,331.25 273,106.25 Signed 2020-01-30 2020-01-31 2020-02-09 2020-02-03 2020-03-01 2020-02-05 2020-04-05 2020-01-02 2020-10-02 / Procurement Manager Delivery Systems Selection Strengthening Institutional Individual TZ-TASAF-156940-CS-INDV Under IDA / 64890 Capacity and Integrated Prior Consultant Direct 23,448.75 0.00 2020-01-31 2020-02-03 2020-02-10 2019-03-06 2020-03-02 2020-04-06 2020-10-03 / Executive Director Implementation Delivery Systems Selection TZ-TASAF-161780-CS-CDS / Strengthening Institutional Under Consultancy Services for IDA / 64890 Capacity and Integrated Post Direct Selection Direct 150,000.00 0.00 2020-05-19 2020-06-15 2020-05-29 2020-06-18 2020-08-02 2021-01-29 Implementation MIS Support Delivery Systems TZ-TASAF-161803-CS-INDV Strengthening Institutional Individual Pending / Consultancy Services to IDA / 64890 Capacity and Integrated Post Consultant Open 100,000.00 0.00 2020-07-27 2020-09-14 2020-10-05 2020-11-09 2021-05-08 Implementation provide Technical Assistance Delivery Systems Selection Strengthening Institutional Individual TZ-TASAF-161826-CS-INDV Pending IDA / 64890 Capacity and Integrated Prior Consultant Open 443,722.50 0.00 2020-09-17 2020-11-05 2020-11-26 2020-12-31 2023-11-25 / Executive Director Implementation Delivery Systems Selection Strengthening Institutional Individual TZ-TASAF-161835-CS-INDV Pending IDA / 64890 Capacity and Integrated Prior Consultant Open 291,817.50 0.00 2020-09-17 2020-11-05 2020-11-26 2020-12-31 2023-12-31 / Director of Internal Audit Implementation Delivery Systems Selection TZ-TASAF-161831-CS-INDV Strengthening Institutional Individual Pending / Director of Community IDA / 64890 Capacity and Integrated Prior Consultant Open 291,817.50 0.00 2020-09-17 2020-11-05 2020-11-26 2020-12-31 2023-12-31 Implementation Support Delivery Systems Selection TZ-TASAF-174854-CS-INDV Strengthening Institutional Individual Under / Director of Finance and IDA / 64890 Capacity and Integrated Prior Consultant Open 250,871.00 0.00 2020-05-24 2020-05-23 2020-07-28 2020-08-18 2020-09-22 2023-11-22 Implementation Administration Delivery Systems Selection Page 3