Procurement Plan Project Information: Country: South Sudan Project Name: Safety Net and Skills Development Project Project ID: P143915 Project Implementation Agency: Ministry of Agriculture and Food Security(MAFS) Date of the Procurement Plan: August 2017 Period Covered by this Procurement Plan: 12 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’sStandard 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:Not Applicable 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 inThe Public Procurement Act, 2011, The Public Procurement (Amendment) Act, 2016 and the Regulations, 2013, such arrangements shall be subject to paragraph 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 IPPDR. 1 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. Other Relevant Procurement Information: Prequalification: Not Applicable Leased Assetsas specified under paragraph 5.10 of the Procurement Regulations:Not Applicable Procurement of Second Hand Goodsas specified under paragraph 5.11 of the Procurement Regulations: Not Applicable Domestic Preference:as specified under paragraph 5.51 of the Procurement Regulations(Goods, Works and Non-Consulting Services). Not Applicable Domestic preference is not applicable for National Open Competitive Procurement Post Review: All contracts not subject to prior review shall be subject to post review.However due to enhanced fiduciary measures following the crisis in the country, TTL initial approval for any sensitive and critical contracts review is required. This is should be done through email. Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations is Applicable. The Country office Procurement Specialist shall continue to provide the support. 2 3 V. Procurement of Good, Works and Non-Consulting Services Threshold for Prior Review, Procurement Approaches and Methods Procurement Method Method Threshold in USD Prior Review Threshold in USD Comment 1. ICB (Goods & Non Consulting ≥500,000 All All Services) 2 LIB (Goods) All Values ≥500,000 All 3. NCB (Goods &Non-Consulting ≤500,000 None None Services) 4. ICB (Works) ≥5,000,0000 All All 5. NCB (Works) ≤. 5,000,000 ≤5,000,000 None 6 Shopping (Works) <200,000 None None 7 Shopping (Goods/Non-Consulting <100,000 None services) 8. Direct Contracting All Values ≥50,000 All (Works/Goods/Non-Consulting services) Summary of the Procurement Packages for Good, Works and Non-Consulting Services (Planned for 18 months): Sr. Contract Description Estimated Review Market Approach Selection Procure-ment Prequali- Domestic Expected date Expected date Expected No Cost (US$) by Bank (Open-National/ Method Process (Single fication Preference of bid/ of Contract date of (Prior/ Limited etc.) (RFP, RFB, stage-single (Yes/ (Yes/No) proposal Signature completion Post) RFQ, DS envelope etc.) No) opening etc.) 1 Procurement of Laptops (2) 2,000 Post Limited RFQ Single No No 21-Aug-17 28-Aug-17 10-Sep-17 Computer for PIU (Finance + Stage-Single Public Works) envelope 2 Procurement of 8,000 Post Limited RFQ Single No No 1-Sep-17 15-Sep-17 30-Sep-17 1Printer/Scanner/Copier Stage-Single envelope 3’ IT Equipment for Ministry of 30,000 Post Limited RFQ Single No No 15-Sep-17 30-Sep-17 21-Oct-17 Gender Stage-Single envelope 4 Furniture for Ministry of Gender 20,000 Post Limited RFQ Single No No 15-Sep-17 30-Sep-17 21-Oct-17 Stage-Single envelope 4 VI. Procurement of Consulting Services Thresholds for Prior Review, Selection Approaches and Methods Category Prior Review Short List of National Consultants (US$ millions) Consulting Services Engineering and Construction Supervision Consultants (Firms) ≥ 0.2 ≤ 0.3 ≤ 0.3 Individual ≥ 0.05 n.a. n.a. Consultants/SS 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. Summary of the Procurement Packagesfor Consulting Services (Planned for12months): Sr. Contract Description Estimated Cost Review Market Approach Selection Method Shortlisting Expected Expected date of Expected date of No (US$) by Bank (Open - (QCBS, FBBS, (Yes/ No) date of bid/ Contract Contract (Prior/ International/ LCBS, QBS, proposal Signature Completion Post) National/ etc.) CQS, DS etc.) opening 1 1,505,296.27 Prior Open- QCBS Yes 5-Oct-15 4-Dec-2015 30-Apr-2018 Implementation of Public Works in Juba (834,862.27 International County current extension) 2 Implementation of Public Works in Prior Direct UN No 29-Aug-17 15-Sep-2017 15-Aug-2018 12,500,000 Torit&5 other Counties 3. Technical Assistance for Environment Prior Direct CDS No N.A. 1-Apr-2017 31-Mar-2018 140,000 and Safeguards 4. Consultancy for System Upgrade and Prior Direct CDS No 22-Aug-17 1-Sep-2017 31-Aug-2018 30,000 Maintenance of MIS 5. Public Works Specialist 135,194 Post Open- INDV Yes N.A. 15-Dec-2015 31-Mar-2018 (66,000 National current extension) 6. Project Manager 202,500 Prior Direct CDS No N.A. 14-Dec-2015 31-Mar-2018 5 Sr. Contract Description Estimated Cost Review Market Approach Selection Method Shortlisting Expected Expected date of Expected date of No (US$) by Bank (Open - (QCBS, FBBS, (Yes/ No) date of bid/ Contract Contract (Prior/ International/ LCBS, QBS, proposal Signature Completion Post) National/ etc.) CQS, DS etc.) opening (26,000 current extension) 7. Project Finance Officer 148,500 Post Direct CDS No N.A. 14-Dec-2015 31-Mar-2018 (22,000 current extension) 8 Procurement Specialist 48,000 Post Direct CDS No N.A. 1-Apr-2017 31-Dec-2017 9. County Coordinator - Juba 107,333 Post Open- INDV Yes N.A. 15-Dec 2015 31-Mar-2018 (42,000 National current extension) 10. County Coordinator - Torit 107,333 Post Open- INDV Yes N.A. 15-Dec 2015 31-Mar-2018 (42,000 National current extension) 11. M&E Specialist 48,000 Post Open- INDV Yes N.A. 1-Oct-2017 30-Sep-2018 National 12. Procurement Officer 48,000 Post Open- INDV Yes N.A. 15-Sep-2017 14- Aug-2018 National 13. Program Officer 48, 000 Post Open- INDV Yes N.A 01- Dec-2017 30- Nov- 2018 National 14 External Audit Services 10,000 Post Direct DS No N.A 01-Jun-2017 10-Jun-2018 6 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, 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. 2For 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 7 manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed contract; and (iii) to receive the proceeds of any loan made by the Bank or otherwise to participate further in the preparation or implementation of any Bank-financed project. We understand that we may be declared ineligible as set out above upon: a. completion of World Bank Group sanctions proceedings according to its prevailing sanctions procedures; b. cross-debarment as agreed with other international financial institutions (including multilateral development banks); c. the application of a World Bank Group finding of non-responsibility on the basis of Fraud and Corruption in connection with World Bank Group corporate procurement; or d. temporary suspension or early temporary suspension in connection with an ongoing World Bank Group sanctions proceeding. For avoidance of doubt, the foregoing effects of ineligibility do not extend to a sanctioned firm’s or individual’s execution of its ongoing Bank-financed contracts (or its ongoing sub-agreements under such contracts) that are not the subject of a material modification, as determined by the Bank. We shall permit, and shall cause our sub-contractors, sub-consultants, agents (whether declared or not), personnel, consultants, service providers or suppliers, to permit the Bank to inspect4 all accounts, records, and other documents relating to the procurement 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: know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower. 4Inspections 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. 8 wd: Textual Procurement Plan for South Sudan - P143915 - Safety Net and Skills Development. Luka Otuyek To Samuel AkaniJoseph ModiLejulugorLlllgl Today at 4:05 Dear Samuel, Please, fill this textual procurement plan. Regards Luka ---------- Forwarded message ---------- From: EndeshawTadesse Date: Mon, Aug 7, 2017 at 4:33 PM Subject: Textual Procurement Plan for South Sudan - P143915 - Safety Net and Skills Development. To: Luka Otuyek Cc: Ocheng Kenneth Kaunda Odek, Nadia Selim, Toni Koleva, Samantha de Silva , Joseph Modi, Stephen DieroAmayo Dear Luka Please find attached the Textual Procurement plan which requires to be filled and requires Bank’s clearance. The approved version must be uploaded in the portal to allow any subsequent use of the STEP for the Project. Can you please complete the attached document with relevant procurement information and return the Plan for our review and uploading to the Portal. Regards Endashaw EndashawTadesseGossa Senior Social Protection Specialist 9 PROCUREMENT South Sudan : Safety Net and Skills Development PLAN General Information Country: South Sudan Banks Approval Date of the Original Procurement Plan: 2017-08-24 Revised Plan Date(s): (comma delineated, leave blank if none) 2018-03-05 Project ID: P143915 GPN Date: Project Name: Safety Net and Skills Development Loan / Credit No: IDA / 52840 Executing Agency(ies): Ministry of Agriculture, Forestry, Cooperatives and Rural Development WORKS Activity Reference No. / Bid Evaluation Report Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Draft Bidding Document Specific Procurement Bidding Documents as Proposal Submission / Description Loan / Credit No. Component Review Type Method Market Approach and Recommendation Signed Contract Contract Completion Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report / Justification Notice / Invitation Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual GOODS Activity Reference No. / Bid Evaluation Report Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Draft Bidding Document Specific Procurement Bidding Documents as Proposal Submission / Description Loan / Credit No. Component Review Type Method Market Approach and Recommendation Signed Contract Contract Completion Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report / Justification Notice / Invitation Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual SS-MOAFCRD-28430-GO-RFQ / Social Protection System and Request for Single Stage - One Pending Purchase of IT Equipment for IDA / 52840 Post Limited 10,000.00 0.00 2017-09-16 2017-10-14 2017-11-04 Project Management Quotations Envelope Implementation Project Implementation Unit SS-MOAFCRD-28434-GO-RFQ / Purchase of IT Equipment for Social Protection System and Request for Single Stage - One Pending IDA / 52840 Post Limited 30,000.00 0.00 2017-09-18 2017-10-19 2017-11-09 Social Protection Directorate of Project Management Quotations Envelope Implementation Ministry of Gender SS-MOAFCRD-28439-GO-RFQ / Purchase of office furniture for Social Protection System and Request for Single Stage - One Under IDA / 52840 Post Limited 20,000.00 0.00 2017-09-18 2017-10-19 2017-11-18 Social Protection Directorate of Project Management Quotations Envelope Implementation Ministry of Gender SS-MOAFCRD-52201-GO-DIR / Social Protection System and Pending Supply of Bio-metric Devices and IDA / 52840 Prior Direct Selection Direct 20,000.00 0.00 2018-03-05 2018-03-07 2018-03-20 2018-07-18 Project Management Implementation Integration with MIS NON CONSULTING SERVICES Activity Reference No. / Bid Evaluation Report Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Draft Bidding Document Specific Procurement Bidding Documents as Proposal Submission / Description Loan / Credit No. Component Review Type Method Market Approach and Recommendation Signed Contract Contract Completion Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report / Justification Notice / Invitation Issued Opening / Minutes 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 Contract Type Estimated Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Technical Description Loan / Credit No. Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion Amount (US$) (US$) Notice Request for Proposals as Issued Proposals / Minutes Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual SS-MOAFCRD-26764-CS-UN / Implementation of public works in IDA / 52840 Public Works Prior UN Agencies (Direct) Direct 12,000,000.00 12,194,868.00 Signed 2017-10-11 2017-12-07 2018-10-06 Torit and other Counties MAFS-REF-1 / Implementation Quality And Cost- IDA / 52840 Public Works Prior Open - International 1,505,296.27 1,923,686.47 Signed 2015-12-04 2017-11-08 2015-12-25 2016-02-07 2017-11-13 2016-03-06 2015-10-05 2016-04-05 2017-12-05 2016-05-10 2018-02-02 2016-06-14 2015-12-03 2018-06-04 of Public Works in Juba Based Selection INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Contract Type Estimated Actual Amount Draft Negotiated Description Loan / Credit No. Component Review Type Method Market Approach Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion Amount (US$) (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual SS-MOAFCRD-22849-CS-CDS / Customization and Maintenance IDA / 52840 Public Works Post Direct Selection Direct 27,000.00 27,000.00 Signed 2017-07-29 2017-09-14 2017-08-24 2017-09-14 2017-09-20 2017-10-03 2018-09-15 of Management Information System for Public Works MAFS-REF-2 / Technical Under Assistance for Environment and IDA / 52840 Public Works Prior Direct Selection Direct 140,000.00 0.00 2017-04-01 2017-12-05 2017-04-11 2017-05-30 2018-05-25 Implementation Safeguards Under MAFS-REF-5 / Project Manager IDA / 52840 Public Works Prior Direct Selection Direct 201,500.00 0.00 2015-03-27 2017-11-24 2015-04-06 2015-12-23 2016-12-17 Implementation SS-MOAFCRD-26773-CS-INDV Social Protection System and Individual Consultant IDA / 52840 Post Open 48,000.00 44,000.00 Signed 2017-09-11 2017-10-05 2017-10-21 2017-12-15 2017-10-28 2018-01-22 2017-11-11 2018-02-02 2018-11-06 / Program Officer Project Management Selection MAFS-REF-6 / Project Finance Social Protection System and Under IDA / 52840 Prior Direct Selection Direct 148,500.00 0.00 2015-01-04 2017-12-05 2015-01-14 2015-03-20 2018-03-04 Officer Project Management Implementation SS-MOAFCRD-26770-CS-INDV Social Protection System and Individual Consultant Under / Monitoring and Evaluation IDA / 52840 Post Open 48,000.00 0.00 2017-09-06 2017-10-27 2017-10-09 2017-10-16 2017-10-26 2018-10-26 Project Management Selection Implementation Services SS-MOAFCRD-26775-CS-CDS / Social Protection System and Pending IDA / 52840 Post Direct Selection Direct 10,000.00 0.00 2017-09-21 2017-10-01 2017-12-05 2018-06-03 Auditing Finance of the Project Project Management Implementation MAFS-REF-9 / Procurement Social Protection System and Individual Consultant IDA / 52840 Prior Open 48,000.00 5,500.00 Signed 2016-07-01 2017-10-03 2017-09-18 2017-11-15 2017-10-08 2018-01-25 2017-10-15 2018-02-20 2018-10-10 Officer Project Management Selection SS-MOAFCRD-28425-CS-CDS / Social Protection System and IDA / 52840 Prior Direct Selection Direct 48,000.00 0.00 Under Review 2017-09-13 2017-09-17 2017-10-02 2017-12-31 Procurement Specialist Project Management Page 1 MAFS-REF-7 / County Social Protection System and Individual Consultant IDA / 52840 Post Open 107,333.00 0.00 Canceled 2015-12-15 2016-02-02 2016-02-23 2016-03-29 2018-03-19 Coordinator for Juba Project Management Selection MAFS-REF-8 / County Social Protection System and Individual Consultant IDA / 52840 Post Open 107,333.00 0.00 Canceled 2015-12-15 2016-02-02 2016-02-23 2016-03-29 2019-03-14 Coordinator for Torit Project Management Selection MAFS-REF-3 / Public Works Social Protection System and Individual Consultant IDA / 52840 Post Open 135,194.00 0.00 Canceled 2015-12-15 2016-02-02 2016-02-23 2016-03-29 2018-03-19 Specialist Project Management Selection SS-MOAFCRD-38163-CS-CDS / Social Protection System and IDA / 52840 Post Direct Selection Direct 42,000.00 42,000.00 Signed 2017-02-03 2017-03-03 2017-02-13 2017-04-04 2017-03-23 2017-04-05 2018-03-23 County Coordinator for Juba Project Management SS-MOAFCRD-38157-CS-CDS / Social Protection System and IDA / 52840 Post Direct Selection Direct 42,000.00 42,000.00 Signed 2017-03-02 2017-03-03 2017-03-12 2017-04-04 2017-04-13 2017-04-05 2018-04-08 County Coordinator for Torit Project Management SS-MOAFCRD-38166-CS-CDS / Social Protection System and Under IDA / 52840 Prior Direct Selection Direct 66,000.00 0.00 2017-02-15 2018-02-02 2017-02-25 2017-04-02 2018-03-31 Public Works Specialist Project Management Implementation SS-MOAFCRD-48567-CS-INDV Social Protection System and Individual Consultant Under IDA / 52840 Prior Open 60,000.00 0.00 2018-02-13 2018-02-22 2018-03-18 2018-03-25 2018-04-08 2019-04-08 / project Accountant Project Management Selection Implementation Page 2