GOVERNMENT OF ISLAMIC REPUBLIC OF AFGHANISTAN (MINISTRY OF FINANCE) Procurement Plan For FISCAL PERFORMANCE IMPROVEMENT SUPPORT PROJECT (FSP) (Period: First 18 months of the Project) November 2017 PROCUREMENT PLAN A. General 1) Project information: a. Country: Afghanistan b. Borrower: Government of Afghanistan for Ministry of Finance. c. Project Name: Fiscal Performance Improvement Support Project (FSP); d. Credit No.: D2630-AF/TF0A6277; Project ID: 159655; e. Project Implementing Agencies: Ministry of Finance (MoF), National Procurement Authority (NPA) and Supreme Audit Office (SAO) 2) Bank’s approval Date of the procurement Plan: [Original: November 19, 2017;] 3) Date of General Procurement Notice: Published on ……………… in the Development Business. 4) Period covered by this procurement plan: From January 2018 to June 2019; The procurement plan will be updated at least annually or as required to reflect the actual Project implementation needs and improvements in institutional capacity. Project will be using World Bank’s online procurement system called ‘STEP’ i.e. ‘Systematic Tracking of Exchanges in Procurement’ to prepare, update and revise the procurement plan at https://step.worldbank.org/ . The Plan also includes procurements under the Retroactive Financing w.e.f. Nil for the preparatory phase of the project. 5) Applicable Guidelines of the World Bank: a. Procurement would be carried out in accordance with the World Bank’s New Procurement Framework and Regulations for Projects After July 1, 2016 and “Procurement Regulations for Borrowers 2016” shall be applicable for all procurements under the project. As per requirement, a comprehensive Project Procurement Strategy for Development (PPSD) has been prepared by the Project. The project shall also be subject to the Bank’s Anticorruption Guidelines, dated October 15, 2006, and revised in January 2011 and as of July 1, 2016. 6) Procurement management: a. Project will be coordinated by the Ministry of Finance. There will be three Implementing Agencies (IAs), viz: Ministry of Finance (MoF), National Procurement Authority (NPA) and Supreme Audit Office (SAO). The procurement will be centralized within these IAs for their respective Directorates and Sub-Directorates. Performance Management Team (PMT) based at MoF will facilitate planning and implementation of the project. PMT will also undertake procurement planning, monitoring, reporting, and coordination with the Bank as well as implementation of procurement risk mitigation plans among the Implementing Agencies. b. MoF through PMT will be responsible for ensuring compliance with the Bank’s procurement regulations, and reporting to the World Bank in a timely manner. All IAs will have dedicated procurement staff conversant with Bank’s procurement guidelines and experience of working in Bank-funded Projects. c. Standard Procurement Documents/ Request for Proposals documents as finalized by The World Bank and amended from time to time, shall be applicable for procurement. 7) E-Procurement: E-Procurement will not be used by the Implementing Agencies. Though as part of the ongoing Public Financial Management Reforms, NPA has already completed an assessment for establishing e-GP. The project envisages establishing the e-GP during the project period by using “commercially off the shelf” system and make it available for all ministries and departments. Page 2 of 8 8) Record Keeping: All records pertaining to the procurement, including bid notifications, register pertaining to sale and receipt of bids, bid opening minutes, Bid /Technical/Financial Evaluation Reports; and all correspondences pertaining to bid evaluation, communication sent to the World Bank in the process, bid securities (photocopies, if required to be released as per contract/bid), approval of invitation/evaluation of bids by all Implementing Agencies, minutes of meetings, etc. shall be retained by the concerned Implementing Agencies. 9) Disclosure of Procurement Plan: The Procurement Plan would be shared with implementing departments, and would also be uploaded on the respective IA website. The Procurement Plan cleared by the World Bank will also be available online at https://step.worldbank.org/ as well as in the World Bank's external web site. 10) Disclosure of Procurement Information: a. The following documents shall be disclosed on the Project website: (i) this version of the procurement plan and its subsequent updates, (ii) Request for Bids (RFB) for goods, works & non-consulting services for all open contracting, (iii) request for expression of interest (REOI) for selection/hiring of consulting services, (iv) list of contracts awarded, (v) shortlist of consultants, (vi) half yearly financial and physical progress report of all contracts, and (vii) compiled action taken report on the complaints received on a quarterly basis. b. For all Prior review procurement (as per the thresholds given below), following details shall be sent to the Bank through STEP: (i) Request for Bids Notices for procurement of goods, works and non-consulting services, (ii) Request for Expression of Interest (REOI) for consulting services, (iii) contract award details of all procurement of goods and works using, (iv) contract award details of all consultancy services, and (v) contracts/purchase orders placed following SSS or CQS or DC procedures on a quarterly basis. 11) Complaint Handling Mechanism: A Complaint Handling Mechanism to address procurement complaints received by the proposed Project will be put in place by each Implementing Agency. All Complaints will be recorded in the project MIS for tracking and monitoring system. Upon receipt of complaints, immediate action will be initiated to acknowledge the complaint and an auto-generated ID will be given to the complaint. The complaint will be redressed within a reasonable timeframe and intimated to the complainant. 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 12) Procurement Post Review: All contracts not covered under prior review (refer table below) 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. 13) Contract Management: The Procurement Cell or Unit of each Implementing Agency will also be responsible for providing contract management support. The team will be ably assisted by technical team under PMT, to provide overall implementation support and monitor all Goods and Consultancy contracts. B. Procurement Methods and related World Bank’s review thresholds for Goods, Works, Non- Consulting Services and Consulting Services 1) Methods of Procurement & Related Thresholds and Prior Review Thresholds: As per the Project Procurement Strategy for Development (PPSD) prepared by the project, the implementing agencies will primarily use Open National/International Approach for Goods, Works and Services with Standard Procurement Documents for RFB and RFP. RFQ will be used for small value and limited approach procurement. The project does not envisage using Initial Selection, BAFO, Competitive Dialogue and Negotiations. Page 3 of 8 2) Following table shows the approved Methods of Procurement & Related Thresholds and Prior Review Thresholds for the project: A. Goods and Non-Consulting Services Procurement Method Threshold for Comment Methods (US$) Open International (Goods) 200,000 Equivalent or more Open National (Goods) 200,000 Equivalent or less Open International (Non-Consulting Services) 200,000 Equivalent or more Open National (Non-Consulting Services) 200,000 Equivalent or less RFQ (Goods) 50,000 Equivalent or less RFQ (Works)* 100,000 Equivalent or less *High value Works contract using Open National or International are not envisaged under the Project B. Consulting Services: Selection Methods and Thresholds Selection Method Threshold Comments CQS for Firms US$300,000 equivalent or less QCBS, QBS, FBS, LCS Depending on the nature and complexity of assignment C. Procurement Prior Review Threshold [USD Million] Type of Procurement High Risk Works (including turnkey, supply and installation of plant and equipment, 5 and public-private partnership) Goods, information technology (IT), and non-consulting services 1.5 Consultants: firms 0.5 Consultants: individuals a 0.2 Note: a. The above thresholds apply for consultants/advisors and not contracted staff. 3) The requirement for a prior or post review as specified above may change in consultation with the World Bank during implementation phase of the project. Based on the monitoring and reassessment of the risk, if necessary and appropriate, as determined by the Bank, the Bank may advise to revise the prior and/or post review requirements in the Procurement Plan. 4) Procurement of Goods a. The nature of the goods to be procured under the Project has been indicated in the Project Procurement Strategy for Development (PPSD). Procurement of Goods shall be done following procedures of the World Bank by using the Bank’s Standard Procurement Documents. b. Other goods including IT equipment and software will be procured following ICB, NCB, shopping methods and using framework agreements. The Standard Procurement Documents of the Bank as agreed with The World Bank (as amended from time to time) for all procurement under NCB will be used. c. In the case of contracts subject to prior review, before granting / agreeing to (i) a material extension of the stipulated time for performance of a contract; or (ii) any substantial modification or waiver of the scope of services or other significant changes to the terms and conditions of such that the contract, including issuing; or (iii) any change variation order or orders under such contract amendment (except in cases of extreme urgency) which would in aggregate, singly or combined with all variation orders or amendments previously issued, increase the original contract Page 4 of 8 amount of the contract by more than 15% (fifteen percent); or (iii) the proposed termination of the original price contract, the Borrower shall seek Bank’s no objection to the proposed extension, modification, or change order. A copy of all amendments to the contract shall be furnished to the World Bank for its record. 5) For Civil Works and Supply & Installation packages, the following will apply [NOT APPLICABLE] a. For the purpose of clearance of the procurement documents, the value of each slice will be considered:  If the estimated value of any slice of a package is more than US$ 5 million, the bidding document for the entire package will be prior reviewed.  If the estimated value of each slice is less than US$ 5 million, but the combined value of all the slices is more than US$ 5 million, the bidding documents will not be prior reviewed. However, one sample bidding document will be agreed with the World Bank for each type of package and the bidding documents, including those under post review, will be prepared as per this agreed sample. The clauses which will need modifications will also be agreed with the Bank b. For the purpose of clearance of the recommendation for award, the following will considered:  If the estimated value of any of the slices in the package is US$ 5 million or more, the entire package will be subject to prior review.  If the estimated value of each slice is less than US$ 5 million but the value of any recommended contract is US$ 5 million or more, the award recommendation and the evaluation report for the complete package of all the slices will be subject to prior review. For this purpose, Implementing Agency will forward a set of complete procurement documents and the evaluation report to the Bank for prior review.  If the estimated value of each slice is less than US$ 5 million and the value of the recommended contract for each slice is also less than US$ 5 million, but the aggregate value of contracts recommended for award to one bidder is US$ 5 million or more, the award recommendation and the evaluation report for the complete package of all the slices will be subject to prior review. For this purpose, the implementing agency will forward a set of complete bidding documents and the evaluation report to the Bank for prior review. 6) Procurement of Consulting Services a. Applicable Methods of procurement: Quality and Cost Based Selection [QCBS]; Quality Based Selection [QBS]; Selection under a Fixed Budget [FBS]; Least Cost Selection [LCS]; Selection Based on Consultants Qualifications [CQS]; Direct Selection [SSS]; Selection of Individual Consultant as per Regulations. b. Terms of Reference (TOR): All TORs for consultancy assignments will be subject to prior technical concurrence by Task Team Leader of the World Bank. c. Prior Review requirements: In the case of contracts subject to prior review, before agreeing to: (i) an extension of the stipulated time for performance of a contract; (i) any substantial modification of the scope of services, substitutions of key experts, or other significant changes to the terms and conditions of the contract; or (iii) the proposed termination of the contract, the Borrower shall seek Bank’s no objection. A copy of all amendments to the contract shall be furnished to the Bank for its record. d. In case of Prior Review Consultancy contracts, prior concurrence of the Bank will be applicable for the following: Request for Expression of Interest (REOI); Short List; Request for proposal (RFP) document and it’s amendments, if any; Minutes of pre-proposal Page 5 of 8 conference, if any, and if it leads to amendment to the RFP; Technical Evaluation Report prepared in the prescribed format of the Bank; Draft Contract Agreement along with Combined Evaluation report; Final Contract. All these will be required to be sent to Bank through STEP. e. Short List: Short List comprising entirely of national consultants: For contracts estimated to cost USD 100,000 or below per contract the short list of consultants under open national approach of procurement may comprise entirely of national consultants. f. Advertisement: The Request for Expression of Interest for above USD 100,000 consultancy services will be published in UNDB and World Bank’s external Website through the STEP. g. Post review assignments: All other consultancy assignments not subject to prior review by the World Bank would be Post Reviewed by the Bank. 7) 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 procurement documents agreed by the bank will be used. When the Borrower uses its own national open competitive procurement arrangements as set forth in the Procurement Law of the Islamic Republic of Afghanistan dated 27/06/13965 (September 17, 2016) published in the Official Gazette No.1223, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions Agreed Procedures for National Competitive Bidding: I. Standard bidding documents approved by the Association shall be used. II. Invitations to bid shall be advertised in at least one (1) widely circulated national daily newspaper and bidding documents shall be made available to prospective bidders, at least twenty-eight (28) days prior to the deadline for the submission of bids. III. Bids shall not be invited on the basis of percentage premium or discount over the estimated cost. IV. Bidding documents shall be made available, by mail or in person, to all who are willing to pay the required fee. V. Foreign bidders shall not be precluded from bidding. VI. Qualification criteria (in case pre-qualifications were not carried out) shall be stated on the bidding documents, and if a registration process is required, a foreign firm determined to be the lowest evaluated bidder shall be given reasonable opportunity of registering, without any hindrance. VII. Bidders may deliver bids, at their option, either in person or by courier service or by mail. VIII. All bidders shall provide bid security or a bid security declaration form as indicated in the bidding documents. A bidder’s bid security or the declaration form shall apply only to a specific bid. IX. Bids shall be opened in public in one place preferably immediately, but no later than one hour, after the deadline for submission of bids. X. Evaluation of bids shall be made in strict adherence to the criteria disclosed in the bidding documents, in a format, and within the specified period, agreed with the Association. XI. Bids shall not be rejected merely on the basis of a comparison with an official estimate without the prior concurrence of the Association. XII. Split award or lottery in award of contracts shall not be carried out. When two (2) or more bidders quote the same price, an investigation shall be made to determine any evidence of Page 6 of 8 collusion, following which: (A) if collusion is determined, the parties involved shall be disqualified and the award shall then be made to the next lowest evaluated and qualified bidder; and (B) if no evidence of collusion can be confirmed, then fresh bids shall be invited after receiving the concurrence of the Association; XIII. Contracts shall be awarded to the lowest evaluated bidders within the initial period of bid validity so that extensions are not necessary. Extension of bid validity may be sought only under exceptional circumstances. XIV. Extension of bid validity shall not be allowed without the prior concurrence of the Association (A) for the first request for extension if it is longer than four (4) weeks, and (B) for all subsequent requests for extensions irrespective of the period in case of prior review. XV. Negotiations shall not be allowed with the lowest evaluated or any other bidders. XVI. Re-bidding shall not be carried out without the Association’s prior concurrence in case of prior review; and XVII. All contractors or suppliers shall provide performance security as indicated in the contract documents. A contractor’s or a supplier’s performance security shall apply to a specific contract under which it was furnished. 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. 8) 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” 9) 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” 10) Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). Specify for each • Goods: Not Applicable • Works: Not Applicable 11) Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations is Applicable. “Not Applicable” Procurement in Situations of Urgent Need of Assistance or Capacity Constraints apply for the project. Page 7 of 8 Page 8 of 8 PROCUREMENT Afghanistan : Fiscal Performance Improvement Support Project (FSP): PLAN General Information Country: Afghanistan Bank’s Approval Date of the Original Procurement Plan: 2017-12-26 2020-01-08 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P159655 GPN Date: 2018-01-16 Project Name: Fiscal Performance Improvement Support Project (FSP): Loan / Credit No: IDA / D2630, TF / A6277 Executing Agency(ies): Supreme Audit Office - FSP WORKS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual 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 FPIP/FSP/GO-C3-015 / Component 3: Treasury Under Purchase of IT equipment Request for Single Stage - One TF / A6277 Management, Accountability, Post Limited 15,000.00 0.00 Implementati 2018-08-20 2018-10-15 2019-04-13 for Kandahar Regional Audit Quotations Envelope and Transparency on Office FPIP/FSP/GO-C3-016 / Component 3: Treasury Under Purchase of furniture and Request for Single Stage - One TF / A6277 Management, Accountability, Post Limited 28,000.00 0.00 Implementati 2018-09-15 2018-11-10 2019-05-09 furnishing for Kandahar Quotations Envelope and Transparency on Regional office FPIP/FSP/GO-C3-019 / Component 3: Treasury Under Request for Single Stage - One Purchase of IT equipment TF / A6277 Management, Accountability, Post Limited 20,000.00 0.00 Implementati 2018-04-30 2018-06-25 2018-12-22 Quotations Envelope for main Office and Transparency on FPIP/FSP/GO-C3-021 / Component 3: Treasury Pending Purchase of Office Request for Single Stage - One TF / A6277 Management, Accountability, Post Limited 20,000.00 0.00 Implementati 2018-06-24 2018-08-19 2019-02-15 Equipment for Main office Quotations Envelope and Transparency on and Mazar zone FPIP/FSP/GO-C3-018 / Purchase of four vehicle Component 3: Treasury Pending Single Stage - One Corolla for regional office TF / A6277 Management, Accountability, Post Request for Bids Open - National 120,000.00 0.00 Implementati 2018-05-08 2018-05-13 2018-06-24 2018-07-24 2018-08-28 2018-12-04 Envelope Directors and one car for and Transparency on main office FPIP/FSP/GO-C3-020 / Component 3: Treasury Under Single Stage - One Purchase of funiture for TF / A6277 Management, Accountability, Post Request for Bids Open - National 50,000.00 0.00 Implementati 2018-04-25 2018-04-30 2018-06-11 2018-07-11 2018-08-15 2018-12-13 Envelope Main office and Transparency on Component 3: Treasury FPIP/FSP/G/C3-0359 / office Single Stage - Two IDA / D2630 Management, Accountability, Post Request for Bids Open - National 25,000.00 0.00 Canceled 2019-04-01 2019-04-03 2019-04-24 2019-05-28 2019-06-07 2019-08-06 equipment for main office Envelope and Transparency FPIP/FSP/G/C3-058 / technology equipment for Component 3: Treasury Under main office and security Single Stage - Two IDA / D2630 Management, Accountability, Post Request for Bids Open - National 152,730.00 0.00 Implementati 2019-05-12 2019-05-13 2019-06-03 2019-07-05 2019-07-15 2019-09-13 cameras for (main office, Envelope and Transparency on Kandahar and Nangarhar) zones Page 1 FPIP/FSP/G/C3-059 / purchase of furniture and Component 3: Treasury Single Stage - Two furnishing for main office IDA / D2630 Management, Accountability, Post Request for Bids Open - National 35,000.00 0.00 Canceled 2019-06-20 2019-06-25 2019-07-16 2019-08-17 2019-08-29 2019-10-13 Envelope and zones, wall wood panel and Transparency for corridors of main office AF-SAO-FSP-122635-GO- Component 3: Treasury Request for Single Stage - One RFQ-2019 / laptops for AG IDA / D2630 Management, Accountability, Post Open - National 4,000.00 3,503.23 Completed 2019-07-19 2019-09-13 2020-03-11 Quotations Envelope And DAG professionl and Transparency AF-SAO-FSP-123234-GO- Component 3: Treasury Under Request for Single Stage - One RFQ-2019 / Office IDA / D2630 Management, Accountability, Post Open - National 25,000.00 0.00 Implementati 2019-07-22 2019-08-31 2019-09-30 Quotations Envelope Equipment for Main office and Transparency on AF-SAO-FSP-123247-GO- Component 3: Treasury Under Request for Single Stage - One RFQ-2019 / Furniture for IDA / D2630 Management, Accountability, Post Open - National 35,000.00 0.00 Implementati 2019-07-24 2019-09-03 2019-11-02 Quotations Envelope main office and Transparency on FPIP/FSP/GO-C3-017 / Provision of Audit Component 3: Treasury Open - Single Stage - One Management Information TF / A6277 Management, Accountability, Post Request for Bids 400,000.00 0.00 Canceled 2018-05-30 2018-06-04 2018-07-16 2018-08-15 2018-09-19 2019-03-18 International Envelope Softwear (AMIS) for SAO as and Transparency whole package AF-SAO-FSP-144002-GO- Component 3: Treasury Pending Open - Single Stage - One RFB / Audit Management IDA / D2630 Management, Accountability, Prior Request for Bids 1,678,662.50 0.00 Implementati 2019-09-14 2019-09-19 2019-10-31 2019-11-30 2020-01-04 2021-08-26 International Envelope information System and Transparency on AF-SAO-FSP-145556-GO- Component 3: Treasury Pending Request for Single Stage - One RFQ / Security Camera and IDA / D2630 Management, Accountability, Post Open - National 26,000.00 0.00 Implementati 2019-12-15 2020-02-09 2020-08-07 Quotations Envelope Tools For SAO main Office and Transparency on AF-SAO-FSP-145971-GO- Component 3: Treasury Pending RFQ-2019 / Purchasing Request for Single Stage - One IDA / D2630 Management, Accountability, Post Open - National 49,810.00 0.00 Implementati 2019-12-06 2020-01-10 2020-02-19 Server and IT tools for SAO Quotations Envelope and Transparency on Main office 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 FPIP/ SAO/FSP/NC/C3-001 / SAO Communication services Component 3: Treasury Pending Request for Single Stage - One (Internet fees for main office TF / A6277 Management, Accountability, Post Open - National 60,000.00 0.00 Implementati 2018-04-27 2018-06-22 2018-12-19 Quotations Envelope and regional zones, and web and Transparency on hosting fees) FPIP/FSP/NC/C3-057 / SAO Component 3: Treasury Pending Communication services Single Stage - Two IDA / D2630 Management, Accountability, Post Request for Bids Open - National 15,000.00 0.00 Implementati 2019-03-30 2019-04-01 2019-04-22 2019-05-23 2019-06-02 2020-05-27 (Internet fees four regional Envelope and Transparency on zones) FPIP/FSP/NC/C3-036 / SAO Component 3: Treasury Pending Communication services IDA / D2630 Management, Accountability, Post Direct Selection Direct 49,000.00 0.00 Implementati 2019-01-01 2019-01-02 2019-01-03 2020-01-03 (Internet fees for main office and Transparency 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 FPIP/FSP/CS/C3-027 / Component 3: Treasury Consultancy firm to support Quality And Cost- Open - Under IDA / D2630 Management, Accountability, Prior 1,500,000.00 0.00 2017-12-23 2018-01-13 2018-02-26 2018-03-26 2018-04-25 2018-05-30 2018-07-04 2021-01-30 SAO in conducting project Based Selection International Implementation and Transparency audits AF-SAO-FSP-47762-CS- Component 3: Treasury Consultant QCBS / Consultancy firm to Under IDA / D2630 Management, Accountability, Post Qualification Open - National 30,000.00 0.00 2018-04-20 2018-05-11 2018-06-24 2018-07-24 2018-08-28 2019-02-24 audit SAO Component Implementation and Transparency Selection PFMR II project FPIP/FSP/CS/C3-027/REBID Component 3: Treasury / Hiring consultancy firm to Quality And Cost- Open - Under IDA / D2630 Management, Accountability, Prior 1,500,000.00 0.00 2018-09-01 2018-09-22 2018-11-05 2018-12-03 2019-01-02 2019-02-06 2019-03-13 2022-03-12 support SAO in conducting Based Selection International Implementation and Transparency Grants Audit AF-SAO-FSP-142192-CS-CQS- Component 3: Treasury Consultant Under 2019 / Hiring Consultancy IDA / D2630 Management, Accountability, Post Qualification Limited 46,520.00 0.00 2019-11-15 2019-11-29 2019-12-29 2020-02-02 2024-02-01 Implementation firm to conduct SAO Audit and Transparency Selection 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 FPIP/FSP/CS/C3-029 / Component 3: Treasury Individual Quality Control and Quality Under TF / A6277 Management, Accountability, Post Consultant Open 144,000.00 0.00 2018-05-30 2018-07-18 2018-08-08 2018-09-12 2019-08-20 Assurance International Implementation and Transparency Selection adviser FPIP/FSP/CS/C3-030 / Component 3: Treasury Individual Under Compliance Audit TF / A6277 Management, Accountability, Post Consultant Open 144,000.00 0.00 2018-05-09 2018-06-27 2018-07-18 2018-08-22 2019-07-30 Implementation International Adviser and Transparency Selection FPIP/FSP/CS/C3-026 / Component 3: Treasury Individual International Consultant Under TF / A6277 Management, Accountability, Post Consultant Open 168,000.00 0.00 2018-05-01 2018-06-19 2018-07-10 2018-08-14 2020-01-30 (Policy Advice to Auditor Implementation and Transparency Selection General and Coordination) FPIP/FSP/CS/C3-035 / Component 3: Treasury Individual Performance audit TF / A6277 Management, Accountability, Post Consultant Open 144,000.00 172,262.00 Signed 2018-05-01 2018-06-19 2018-07-10 2018-08-14 2019-08-28 International Adviser and Transparency Selection Component 3: Treasury Individual FPIP/FSP/CS/C3-028 / IT Under TF / A6277 Management, Accountability, Post Consultant Open 144,000.00 0.00 2018-05-15 2018-07-03 2018-07-24 2018-08-28 2019-08-25 audit International Adviser Implementation and Transparency Selection AF-SAO-FSP-57553-CS- Component 3: Treasury Individual Under QCBS / Human Resource TF / A6277 Management, Accountability, Post Consultant Open 144,000.00 0.00 2018-05-17 2018-07-05 2018-07-26 2018-08-30 2019-07-31 Implementation International Adviser and Transparency Selection FPIP/FSP/CS/C3/032 / Component 3: Treasury Individual Hiring individual consultant Under IDA / D2630 Management, Accountability, Post Consultant Limited 80,000.00 0.00 2018-06-09 2018-06-13 2018-06-17 2018-07-01 2018-10-31 for Grant Audit (Team Implementation and Transparency Selection Leader International) FPIP/FSP/CS/C3/033 / Component 3: Treasury Individual Hiring individual consultant Under IDA / D2630 Management, Accountability, Post Consultant Limited 60,000.00 0.00 2018-06-09 2018-06-13 2018-06-17 2018-07-01 2018-10-31 for Grant Audit (Audit Implementation and Transparency Selection Manager International) FPIP/FSP/CS/C3/034 / Component 3: Treasury Individual Hiring individual consultant Under IDA / D2630 Management, Accountability, Post Consultant Limited 60,000.00 0.00 2018-06-09 2018-06-13 2018-06-17 2018-07-01 2018-10-31 for Grant Audit (Manager Implementation and Transparency Selection international) Page 3 FPIP/FSP/CS/C3-036 / Component 3: Treasury Individual hiring individual consultnat Under IDA / D2630 Management, Accountability, Post Consultant Limited 60,000.00 0.00 2018-06-09 2018-06-13 2018-06-17 2018-07-01 2018-10-31 for grant audit manager Implementation and Transparency Selection international FPIF/FSP/CS/C3/037 / Component 3: Treasury Individual Hiring individual consultant Under IDA / D2630 Management, Accountability, Post Consultant Limited 60,000.00 0.00 2018-06-09 2018-06-13 2018-06-17 2018-07-01 2018-10-31 for Grant Audit (Manager Implementation and Transparency Selection international) FPIP/FSP/CS/C3-033 / Component 3: Treasury Individual International Adviser for TF / A6277 Management, Accountability, Post Consultant Limited 48,000.00 0.00 Canceled 2018-04-22 2018-07-11 2018-08-01 2018-09-05 2019-03-04 SAO functional Review and Transparency Selection FPIP/FSP/CS/C3-045 / Component 3: Treasury Individual Under International Adviser for TF / A6277 Management, Accountability, Post Consultant Open 48,000.00 15,000.00 2018-07-24 2018-09-11 2018-10-02 2018-11-06 2019-05-05 Implementation SAO functional Review and Transparency Selection FPIP/FSP/CS/C3-046 / Component 3: Treasury Individual Under International Adviser for TF / A6277 Management, Accountability, Post Consultant Open 48,000.00 0.00 2018-07-25 2018-09-12 2018-10-03 2018-11-07 2019-05-06 Implementation SAO Law revision and Transparency Selection FPIP/FSP/CS/C3-034 / Component 3: Treasury Individual International Adviser for TF / A6277 Management, Accountability, Post Consultant Limited 48,000.00 0.00 Canceled 2018-04-22 2018-04-27 2018-05-18 2018-06-22 2018-12-19 SAO Law revision and Transparency Selection FPIP/FSP/CS/C3-047 / Component 3: Treasury Individual Hiring individual consultant Under IDA / D2630 Management, Accountability, Post Consultant Limited 27,000.00 0.00 2018-08-27 2018-09-01 2018-09-11 2018-09-27 2018-12-26 (Audit manager )for grant Implementation and Transparency Selection Audit FPIP/FSP/CS/C3-053 / Component 3: Treasury Individual Hiring individual consultant Under IDA / D2630 Management, Accountability, Post Consultant Limited 42,000.00 0.00 2018-08-27 2018-08-30 2018-09-04 2018-09-15 2018-12-14 (Audit Manager) for Grants Implementation and Transparency Selection Audit FPIP/FSP/CS/C3/55 / Hiring individual consultant for the grants Audit one project which remains from First Component 3: Treasury Individual Under time Audit period, as per TF / A6277 Management, Accountability, Post Consultant Limited 3,500.00 0.00 2018-12-19 2018-12-19 2018-12-19 2018-12-19 2019-01-03 Implementation Ahmad Shah Ahmadzai and Transparency Selection Email Dated (09/12/2018) already issued NOL for the mentioned position , AF-SAO-FSP-118505-CS- INDV / Grants Audit Manager-2019 as per banks Email dated 2nd June 2019 the project Component 3: Treasury Individual hiring consultancy firm to IDA / D2630 Management, Accountability, Post Consultant Limited 168,000.00 158,400.00 Signed 2019-06-10 2019-06-13 2019-06-17 2019-07-01 2020-06-30 support SAO in conducting and Transparency Selection Grants Audit was canceled SAO is advised to hire individual consultant for the Grants Audit AF-SAO-FSP-118526-CS- INDV / Grant Audit manager-2019 As per World Bank's Email 2nd June 2019 the Component 3: Treasury Individual procurement process for the Under IDA / D2630 Management, Accountability, Post Consultant Limited 168,000.00 0.00 2019-06-10 2019-06-13 2019-06-17 2019-07-01 2020-06-30 hiring consultancy firm to Implementation and Transparency Selection support SAO in conducting grants Audit and advised SAO to hire individual consultant for the Grants Audit Page 4 AF-SAO-FSP-118533-CS- INDV / Grant Audit manager Inter national 2019 As per World Bank's Email 2nd June 2019 the Component 3: Treasury Individual procurement process for the Under IDA / D2630 Management, Accountability, Post Consultant Limited 168,000.00 0.00 2019-06-10 2019-06-13 2019-06-17 2019-07-01 2020-06-30 hiring consultancy firm to Implementation and Transparency Selection support SAO in conducting grants Audit and advised SAO to hire individual consultant for the Grants Audit AF-SAO-FSP-118540-CS- INDV / Grant Audit manager 2019- As per World Bank's Email 2nd June 2019 the Component 3: Treasury Individual procurement process for the Under IDA / D2630 Management, Accountability, Post Consultant Limited 168,000.00 0.00 2019-06-10 2019-06-13 2019-06-17 2019-07-01 2020-06-30 hiring consultancy firm to Implementation and Transparency Selection support SAO in conducting grants Audit and advised SAO to hire individual consultant for the Grants Audit AF-SAO-FSP-118541-CS- INDV / Grant Audit manager 2019- As per World Bank's Email 2nd June 2019 the Component 3: Treasury Individual procurement process for the Under IDA / D2630 Management, Accountability, Post Consultant Limited 168,000.00 0.00 2019-06-10 2019-06-13 2019-06-17 2019-07-01 2020-06-30 hiring consultancy firm to Implementation and Transparency Selection support SAO in conducting grants Audit and advised SAO to hire individual consultant for the Grants Audit AF-SAO-FSP-118543-CS- Component 3: Treasury Individual Under INDV / Grant Audit Team IDA / D2630 Management, Accountability, Prior Consultant Limited 216,000.00 0.00 2019-07-11 2019-07-14 2019-07-18 2019-08-01 2020-07-31 Implementation Leader 2019- and Transparency Selection AF-SAO-FSP-145553-CS- Component 3: Treasury Individual INDV / Hiring individual Pending IDA / D2630 Management, Accountability, Post Consultant Limited 180,000.00 0.00 2019-12-01 2019-12-06 2019-12-27 2020-01-31 2020-07-29 Consultant for forensic Audit Implementation and Transparency Selection (INTL Adviser) AF-SAO-FSP-152634-CS- Component 3: Treasury Individual Pending INDV-2020 / Hiring Team IDA / D2630 Management, Accountability, Post Consultant Limited 144,000.00 0.00 2020-01-15 2020-01-20 2020-02-10 2020-03-16 2020-11-11 Implementation Leader for Grants Audit and Transparency Selection Page 5