IN: EFFICIENT AND SUSTAINABLE CITY BUS SERVICE PROJECT (ESCBS) (P132418) I. General 1. Bank’s approval Date of the procurement Plan: Original: September 4, 2014 2. Date of General Procurement Notice: June 16, 2014 3. Period covered by this procurement plan: The procurement period of project covered from Year September 2014 to February 2016 II. Goods and Works and non-consulting services. 1. Prior Review Threshold: Procurement Decisions subject to Prior Review by the Bank as stated in Appendix 1 to the Guidelines for Procurement: Procurement Method Prior Review Threshold Comments US$ 1. ICB (Goods) Above US$ 2 million All 2. NCB (Goods) Above US$ 2 million All 3. ICB (Works) Above US$ 10 million All 4. NCB (Works) Above US$ 10 million All 5. Services (non-consultant) Above US$ 2 million All 6. LIB Above US$ 10,000 Procurement Methods and Threshold Category Method of Procurement Threshold (US$ Equivalent) Goods and Non-consultant ICB >3,000,000 services LIB Wherever agreed by the Bank NCB Up to 3,000,000 (with NCB conditions) Shopping Up to 100,000 DC As per Para 3.7 of the Bank Guidelines Force Account As per Para 3.9 of Guidelines Framework Agreements As per Para 3.6 of Guidelines Works ICB >40,000,000 NCB Up to 40,000,000 (with NCB conditions) Shopping Up to 200,000 Force Account As per Para 3.9 of Guidelines DC As per Para 3.7 of Guidelines Community Participation As per Para 3.19 of Guidelines Page 1 of 4 Prior Review by the Bank. The Bank will prior review the following contracts: • Works (including turnkey, Supply & Installation of plant and equipment and PPP): all contracts more than US$ 10 million equivalent; • Goods (including information technology and non-consulting services): all contracts more than US$ 2 million equivalent; and There is no separate prior review threshold for director contract and therefore, the same review threshold will also apply to direct contract for goods, works and non-consulting services. The above prior review thresholds are revised as per the instructions issued while launching of New Procurement Framework (NPF) July 2016. All contracts below the specified prior review threshold value shall be subject to Post Procurement Review (PPR). In addition, Bank shall be entitled to conduct, at any time, Independent Procurement Review (IPR) of all the contracts financed under the Grant. In both the cases, the IAs shall prepare lists of contract and submit it to the Bank for conducting PPR/IPR. The PPR will be conducted on annual basis. All contracts not covered under prior review will be subject to post review during supervision missions, and/or review by consultants to be appointed by the by Bank. 2. Pre-qualification. Not applicable 3. Proposed Procedures for CDD Components (as per paragraph. 3.17 of the Guidelines: Not applicable 4. Reference to Project Operational/Procurement Manual: The Project has prepared project Operations Manual (OM) that contains a Chapter on Procurement procedures to be adopted for the project. The OM was reviewed and agreed by the Bank to be used as a guidance note while conducting project procurement. All the contracts issued under the project will follow the World Bank’s Guidelines: Bank’s “Guidelines: Procurement under IBRD Loans and IDA Credits” dated January 2011and revised in July 2014and “Guidelines: Selection and Employment of Consultants by World Bank Borrowers” dated January 2011 and revised in July 2014. In case of any inconsistencies between the Project Operation Manual and Bank’s Procurement Guidelines, the later shall prevail. 5. Any Other Special Procurement Arrangements: Procurement of goods, works and non- consulting services shall be conducted through state’s e-procurement portal using Bank’s standard biding documents. The e-procurement portals of all the IAs were assessed and cleared by the Bank. No works contracts are foreseen in this project. International Competitive Bidding (ICB) is the preferred method for procurement of goods, works and non-consulting services. However, no ICB is foreseen this in project. All National Competitive Bidding (NCB) shall be conducted in accordance with paragraph 3.3 and 3.4 of the Guidelines. In addition, following additional provisions as agreed with GOI task force (as amended from time to time) shall apply: • Only the model bidding documents for NCB as agreed with the GoI Task Force (and as amended from time to time), shall be used for bidding; Page 2 of 4 • Invitation to bid shall be advertised in at least one widely circulated national daily newspaper (or on a widely used website or electronic portal with free national and international access along with an abridged version of the said advertisement published in a widely circulated national daily inter-alia giving the website/electronic portal details from which the details of the invitation to bid can be downloaded), at least 30 days prior to the deadline for the submission of bids; • No special preference will be accorded to any bidder either for price or for other terms and conditions when competing with foreign bidders, state-owned enterprises, small-scale enterprises or enterprise from any given State; • Except with the prior concurrence of the Bank, there shall be no negotiation of price with the bidders, even with the lowest evaluated bidder; • For prior review contracts, extension of bid validity shall not be allowed with reference to Contracts subject to Bank prior review without the prior concurrence of the Bank (i) for the first request for extension if it is longer than four weeks; and (ii) for all subsequent requests for extension irrespective of the period (such concurrence will be considered by Bank only in cases of Force Majeure and circumstance beyond the control of the Purchaser/Employer); • For prior review contracts , re-bidding shall not be carried out with reference to Contracts subject to Bank prior review without the prior concurrence of the Bank; • The system of rejecting bids outside a pre-determined margin or “bracket” of prices shall not be used in the project; • Rates contract entered into by Directorate General of Supplies and Disposal (DGS & D) will not be acceptable as a substitute for NCB procedures unless agreed with the Bank on case to case basis. Such contracts will be acceptable however, for any procurement under the Shopping procedure; • Two or three envelop system will not be used (expect when suing e-procurement system assessed and agreed by the Bank. To meet the Bank's requirements for right to audit and F&C, these clauses shall be included in the Purchase Orders, in case the purchasers are directly placing the purchase orders to DGS&D rate contract holders. On the other hand, if indent is placed through DGS&D/government e-Market (GeM), the Purchaser has the option to sign a separate undertaking with DGS&D/GeM rate contract holder, where Bank’s right to audit and F&C clauses should be mentioned; 6. Summary of the Procurement Packages planned during the first 18 months after project effectiveness: Available in STEP. III. Selection of Consultants 1. Prior Review Threshold: Selection decisions subject to Prior Review by Bank as stated in Appendix 1 to the Guidelines Selection and Employment of Consultants: Selection Method Prior Review Threshold Comment 1. Competitive Methods (Firms) Above US$ 1 million All contract 2. Single Source (Firms) Above US$ 1 million All contract 3. Individual Above US$ 300,000 All contracts Page 3 of 4 4. CQS/LCS Up to US$ 300,000 All contracts 2. Short list comprising entirely of national consultants: Short list of consultants for services, estimated to cost less than $ 800,000 equivalent per contract, may comprise entirely of national consultants in accordance with the provisions of paragraph 2.7 of the Consultant Guidelines. 3. Any Other Special Selection Arrangements: None. 4. Consultancy Assignments with Selection Methods and Time Schedule Available on STEP. Page 4 of 4 PROCUREMENT India : Efficient & Sustainable City Bus Services PLAN General Information Country: India Bank’s Approval Date of the Original Procurement Plan: 2017-07-31 2019-10-04 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P132418 GPN Date: Project Name: Efficient & Sustainable City Bus Services Loan / Credit No: TF / 18577 Executing Agency(ies): Bhopal City Link Limited 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 IN-BCLL-40664-GO-RFP / National Competitive Bidding for Remaining equipment of Component 2A: City Under Single Stage - Two Supply and Installation of TF / 18577 Demonstration Projects: Post Request for Bids Open - National 132,500.00 0.00 Implementati 2017-12-21 2017-12-22 2018-01-23 2018-02-08 2018-03-13 2018-09-09 Envelope Workshop & Maintenance Physical Improvements on Equipment's for City Bus Service of Bhopal IN-BCLL-28804-GO-RFP / National Competitive Bidding Component 2A: City Under for Supply & Installation of Single Stage - Two TF / 18577 Demonstration Projects: Post Request for Bids Open - National 470,000.00 0.00 Implementati 2017-12-21 2017-12-26 2018-02-06 2018-04-21 2018-05-26 2018-11-22 "Workshop & Maintenance Envelope Physical Improvements on Equipment's for City Bus Service of Bhopal. IN-BCLL-44050-GO-RFB / Selection of System Integrator for Designing, Component 2B: City Under Supplying, Installing, Demonstration Projects : Single Stage - Two TF / 18577 Post Request for Bids Open - National 800,000.00 0.00 Implementati 2018-06-30 2018-07-01 2018-07-02 2018-07-06 2018-08-01 2019-01-28 Integrating, Commissioning, Technical Assistance and Envelope on Testing and Maintaining Capacity Building the Management Information System (MIS) IN-BCLL-121599-GO-RFP / National Competitive Bidding Component 2A: City Pending Single Stage - Two for Supply of various Depot TF / 18577 Demonstration Projects: Post Request for Bids Open - National 260,000.00 0.00 Implementati 2019-08-30 2019-08-31 2019-09-07 2019-09-15 2019-09-25 2019-12-24 Envelope Equipment for BCLL’s City Physical Improvements on Bus Service. IN-BCLL-124322-GO-RFP / Procurement of 01 number Component 2A: City Pending of Recovery Van (Truck) and Single Stage - Two TF / 18577 Demonstration Projects: Post Request for Bids Open - National 75,000.00 0.00 Implementati 2019-10-01 2019-10-02 2019-10-09 2019-10-17 2019-10-27 2020-01-25 03 numbers of Breakdown Envelope Physical Improvements on Relief Van through Gem Portal. NON CONSULTING SERVICES Page 1 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 Package A / Selection of Component 1: National PMC Consultant for Quality And Cost- Open - TF / 18577 Capacity Building for Urban Prior 650,000.00 221,374.41 Signed implementation of MIS in Based Selection International Bus Sector Bhopal Component 2B: City IN-BCLL-26483-CS-QCBS / Demonstration Projects : Quality And Cost- Open - Pending Selection for Consultant for TF / 18577 Post 80,000.00 0.00 2017-09-04 2017-09-25 2017-11-08 2017-12-06 2018-01-05 2018-02-09 2018-03-16 2019-03-16 Technical Assistance and Based Selection International Implementation Marketing and Branding. Capacity Building 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 Page 2