PROCUREMENT PLAN Project information: Freetown Integrated Urban Transport Project (P164353) Project Implementation agency: Ministry of Transport Date of the Procurement Plan: October 31st, 2017 Period covered by this Procurement Plan: Project Preparation Advance (6 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 the Project): Thresholds*, Procurement Methods, and Prior Review Expenditure Contract (C) Value Threshold* Contracts Subject to No Procurement Method Category [eq. USD] Prior Review /[eq. US$] All contracts at or above USD 2 Open Competition million are subject to international C ≥ 5,000,000 International Market Approach advertising and the use of the Goods, IT and and Direct Contracting Bank’s SPDs (or other documents 2 non-consulting agreed with the Bank). services Open Competition National : Market Approach None 100,000 < C < 5,000,000 C ≤ 100,000 RfQ None All contracts at or above USD 300,000 are subject to for C < 300,000 international advertising and the use of the Bank’s Consulting Services SPDs (or other documents agreed with the Bank). National shortlist 3 for selection of consultant firms for All contracts at or above USD 300,000 are subject to C ≤ 500,000 Engineering and Construction international advertising and the use of the Bank’s Supervision SPDs (or other documents agreed with the Bank). Selection of ≥ 300,000 ≥ 300,000 4 Individual All Approaches consultants Expenditure Contract (C) Value Threshold* Contracts Subject to No Procurement Method Category [eq. USD] Prior Review /[eq. US$] Training, Workshops, Based on approved Annual 5 Study Tours All Values Work Plan & Budgets (AWPB) This line activity is not subject to procurement Review. 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 this project) *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 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 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 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. 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. 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: 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 : Integrated and Resilient Urban Mobility Project PLAN General Information Country: Sierra Leone Bank’s Approval Date of the Original Procurement Plan: 2018-03-14 2019-08-22 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P164353 GPN Date: Project Name: Integrated and Resilient Urban Mobility Project Loan / Credit No: IDA / V1490 Executing Agency(ies): Ministry of Finance and Economic Development 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$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual SL-MOFED-53246-GO-RFQ / Pending Request for Single Stage - One Purchase of Office IDA / V1490 Post Limited 20,000.00 0.00 Implementati 2018-03-28 2018-05-23 2018-11-19 Quotations Envelope Equipment: IT Equipment on SL-MOFED-53251-GO-RFQ / Pending Request for Single Stage - One Purchase of Office IDA / V1490 Post Limited 10,000.00 0.00 Implementati 2018-04-03 2018-05-29 2018-11-25 Quotations Envelope Equipment: Furniture on SL-MOFED-53495-GO-RFQ / Purchase of Equipment to Request for Single Stage - One IDA / V1490 Post Limited 20,000.00 0.00 Canceled 2018-03-31 2018-05-26 2018-11-22 support Traffic Management Quotations Envelope and Enforcement. NON CONSULTING SERVICES Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Market Contract Type Estimated Actual Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Approach Amount (US$) 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 SL-MOFED-53200-CS-CQS / Detailed design of Consultant Under Investments to improve IDA / V1490 Post Qualification Open - National 225,000.00 0.00 2018-03-23 2018-04-13 2018-05-27 2018-06-26 2018-07-31 2019-01-27 Implementation Urban Transport in the Selection project specific area SL-MOFED-53207-CS-CQS / Consultant Hiring a Consulting Firm to Under IDA / V1490 Post Qualification Open - National 160,000.00 0.00 2018-03-26 2018-04-16 2018-05-30 2018-06-29 2018-08-03 2019-01-30 carry out the EIA, EMP and Implementation Selection RAP Page 1 SL-MOFED-53211-CS-CQS / Consultant Hiring a Consulting Firm to IDA / V1490 Post Qualification Open - National 50,000.00 0.00 Canceled 2018-03-23 2018-04-13 2018-05-27 2018-06-26 2018-07-31 2019-01-27 conduct Citizen Engagement Selection study on Urban Transport SL-MOFED-116817-CS- QCBS / Supervision of the Strategic Resilient Mobility Quality And Cost- Open - IDA / V1490 Prior 730,000.00 0.00 Canceled 2019-07-07 2019-07-28 2019-09-10 2019-10-08 2019-11-07 2019-12-12 2020-01-16 2021-01-15 Construction of Interventions Investments Based Selection International in the Pilot Corridor SL-MOFED-127503-CS- QCBS / Design Review, Modernization and Quality And Cost- Open - Pending Construction Supervision and IDA / V1490 Professionalization of Post 730,000.00 0.00 2019-08-16 2019-09-06 2019-10-20 2019-11-17 2019-12-17 2020-01-21 2020-02-25 2021-02-24 Based Selection International Implementation Contract Management Transport Services Services 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 SL-MOFED-53234-CS-INDV / Hiring Safeguard Officer Individual consultants to provide Under IDA / V1490 Prior Consultant Limited 30,000.00 0.00 2018-03-19 2018-03-24 2018-04-14 2018-05-19 2018-11-15 Technical Support to the Implementation Selection Steering Committee during Project Preparation SL-MOFED-53213-CS-INDV Individual Under / Hire a Transport IDA / V1490 Post Consultant Limited 60,000.00 0.00 2018-03-20 2018-03-25 2018-04-15 2018-05-20 2018-11-16 Implementation consultant Selection SL-MOFED-53191-CS-INDV / Hiring an Engineer Individual Consultant to Conduct Ferry IDA / V1490 Post Consultant Limited 30,000.00 0.00 Canceled 2018-03-23 2018-03-28 2018-04-18 2018-05-23 2018-11-19 Infrastructure and Selection Operations Study SL-MOFED-53197-CS-INDV Individual / Hiring an Economist IDA / V1490 Post Consultant Limited 30,000.00 0.00 Canceled 2018-03-23 2018-03-28 2018-04-18 2018-05-23 2018-11-19 Consultant to conduct Ferry Selection Economic study SL-MOFED-53204-CS-INDV Individual / Hiring an Individual Under IDA / V1490 Post Consultant Limited 20,000.00 0.00 2018-03-20 2018-03-25 2018-04-15 2018-05-20 2018-11-16 Consultant to carry out Implementation Selection ESMF and RPF SL-MOFED-53217-CS-INDV / Hiring an Engineer Individual Consultant to provide Under IDA / V1490 Post Consultant Limited 21,100.00 0.00 2018-03-19 2018-03-24 2018-04-14 2018-05-19 2018-11-15 Technical Support to the Implementation Selection Steering Committee during Project Preparation SL-MOFED-53222-CS-INDV / Hiring an urban Planner/Economist Individual Consultants to provide IDA / V1490 Post Consultant Limited 21,100.00 0.00 Canceled 2018-03-23 2018-03-28 2018-04-18 2018-05-23 2018-11-19 Technical Support to the Selection Steering Committee during Project Preparation Page 2 SL-MOFED-53237-CS-INDV Individual / Hiring consultant to do Under IDA / V1490 Post Consultant Limited 30,000.00 0.00 2018-03-23 2018-03-28 2018-04-18 2018-05-23 2018-11-19 Fiduciary Support Activities Implementation Selection (PPSD). SL-MOFED-116809-CS-INDV Individual / Recruitment to Project IDA / V1490 Project Management Post Consultant Limited 72,000.00 0.00 Canceled 2019-09-23 2019-09-28 2019-10-19 2019-11-23 2020-05-21 Manager Selection SL-MOFED-116814-CS-INDV Individual / Recruitment of Two (2) IDA / V1490 Project Management Post Consultant Limited 72,000.00 0.00 Canceled 2019-09-24 2019-09-29 2019-10-20 2019-11-24 2020-05-22 Civil Engineers Selection SL-MOFED-116816-CS-INDV Individual / Recruitment of Safeguard IDA / V1490 Project Management Post Consultant Limited 24,000.00 0.00 Canceled 2019-09-25 2019-09-30 2019-10-21 2019-11-25 2020-05-23 Officer Selection Page 3