PROCUREMENT PLAN Project information: Sierra Leone Energy Sector Utility Project (P157778) Project Implementation agency: EDSA Date of the Procurement Plan: December 2017 Period covered by this Procurement Plan: 12 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 REDISSE II 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$] Open Competition All contracts at or above USD 10 million are subject to C ≥ 20,000,000 International Market Approach international advertising and the use of the Bank’s and Direct Contracting SPDs (or other documents agreed with the Bank). Open Competition National 1 Works 200,000 < C < 20,000,000 Market Approach None C ≤ 200,000 RfQ None Open Competition All contracts at or above USD 2 million are subject to C ≥ 5,000,000 International Market Approach international advertising and the use of the Bank’s Goods, IT and and Direct Contracting SPDs (or other documents agreed with the Bank). 2 non-consulting services Open Competition National : Market Approach None 100,000 < C < 5,000,000 C ≤ 100,000 RfQ None National shortlist All contracts at or above USD 300,000 are subject to for 3 for selection of C < 300,000 Consulting Services international advertising and the use of the Bank’s consultant firms SPDs (or other documents agreed with the Bank). Expenditure Contract (C) Value Threshold* Contracts Subject to No Procurement Method Category [eq. USD] Prior Review /[eq. US$] 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 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 REDISSE II) *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 works/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, 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. financially or in any other manner;2 (ii) to be a nominated3 sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed contract; and (iii) to receive the proceeds of any loan made by the Bank or otherwise to participate further in the preparation or implementation of any Bank-financed project. 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. 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. 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. 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: PROCUREMENT Sierra Leone : Sierra Leone Energy Sector Utility Reform Project PLAN General Information Country: Sierra Leone Banks Approval Date of the Original Procurement Plan: 2018-01-10 Revised Plan Date(s): (comma delineated, leave blank if none) 2018-03-02 Project ID: P120304 GPN Date: Project Name: Sierra Leone Energy Sector Utility Reform Project Loan / Credit No: IDA / 53330 Executing Agency(ies): Ministry of Energy and Power 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 SL-NPA-38514-GO-RFQ / Component 3: Sector Planning Procurement of Solar energy Assistance, Project Single Stage - One Pending IDA / 53330 Post Request for Bids Open - National 100,000.00 0.00 2018-01-18 2018-01-23 2018-03-06 2018-04-05 2018-04-26 2018-06-25 equipment for Ministry of Energy, Implementation Support and Envelope Implementation under component three. Monitoring and Evaluation Component 3: Sector Planning SL-NPA-39290-GO-RFQ / Assistance, Project Request for Single Stage - One Pending IDA / 53330 Post Limited 70,500.00 0.00 2018-01-17 2018-02-07 2018-03-24 Supply of radio communication Implementation Support and Quotations Envelope Implementation Monitoring and Evaluation SL-NPA-44247-GO-RFB / Rehabilitation of Freetown Distribution Network. This activity is to Design, Supply, Installation Component 2: Improvement of and Commissioning of 11Kv and Single Stage - One Under IDA / 53330 Electricity Supply in Urban Prior Request for Bids Open - International 19,000,000.00 0.00 2018-01-16 2018-02-21 2018-01-21 2018-03-04 2017-07-18 2018-04-03 2018-02-28 2018-05-08 2018-11-04 LV distribution network Envelope Implementation Areas equipment and 11kV Switching station complete with station building refurbishment in some locations. SL-NPA-39269-GO-RFQ / Supply and Installation of mechanical workshop tools Mechanical Workshop Component 3: Sector Planning Electrical Workshop Materials Assistance, Project Single Stage - One Pending Demonstration equipment for IDA / 53330 Post Request for Bids Open - National 333,630.00 0.00 2018-02-12 2018-02-17 2018-03-19 2018-04-09 2018-04-30 2018-07-29 Implementation Support and Envelope Implementation diesel Engine and auxiliaries Monitoring and Evaluation training Central Workshop These are all like items. The have been group into one package-NCB SL-NPA-40199-GO-RFQ / Supply, delivery, Installation and Commissioning of Meter Test Component 3: Sector Planning Bench for EDSA and Fault Assistance, Project Single Stage - One Pending Locator (Testing Equipment). IDA / 53330 Post Request for Bids Open - National 386,000.00 0.00 2018-02-09 2018-02-14 2018-03-16 2018-04-15 2018-05-06 2018-08-04 Implementation Support and Envelope Implementation These items will be procure Monitoring and Evaluation through open national market approach. These items will help detect faulty meters for EDSA. 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$) Status Documents Evaluation Report / Justification Notice / Invitation Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual SL-NPA-40390-NC-DIR / Component 3: Sector Planning Installation of Power transformers Assistance, Project Pending IDA / 53330 Prior Direct Selection Direct 250,000.00 0.00 2017-12-21 2018-01-15 2018-02-26 2018-04-27 and Switchgears supplied under Implementation Support and Implementation EAP at Blackhall road. Monitoring and Evaluation CONSULTING FIRMS Activity Reference No. / Combined Evaluation Contract Type Estimated Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Technical Description Loan / Credit No. Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion Amount (US$) (US$) Notice Request for Proposals as Issued Proposals / Minutes Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Contract Type Estimated Actual Amount Draft Negotiated Description Loan / Credit No. Component Review Type Method Market Approach Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion Amount (US$) (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual SL-NPA-38519-CS-CDS / Assi stant Procurement Specialist to continue providing service s under component three for Component 3: Sector Planning the Ministry of Energy. b) The Assistance, Project Pending IDA / 53330 Post Direct Selection Direct 21,000.00 0.00 2017-12-04 2017-12-08 2018-01-02 2018-04-02 client desires to retain the se Implementation Support and Implementation rvices of the Consultant to en Monitoring and Evaluation able him complete the outsta nding procurement activities under component Page 1 SL-NPA-39407-CS-CDS / External Audit- This is to Component 3: Sector Planning contract an audit firm to audit the Assistance, Project Pending IDA / 53330 Post Direct Selection Direct 60,000.00 0.00 2018-03-12 2018-03-22 2018-05-26 2018-06-25 financial statement of the project Implementation Support and Implementation for all the financial years of the Monitoring and Evaluation life of the project. SL-NPA-43761-CS-INDV / Component 3: Sector Planning Consultancy to prepare the Assistance, Project Individual Consultant Under Environmental and Social IDA / 53330 Post Limited 25,000.00 0.00 2018-02-14 2018-02-21 2018-02-19 2018-02-26 2018-03-12 2018-05-11 Implementation Support and Selection Implementation Management Plan for the Monitoring and Evaluation Project. SL-NPA-43754-CS-CDS / Component 3: Sector Planning Consultancy services to prepare Assistance, Project Individual Consultant Under IDA / 53330 Post Limited 25,000.00 0.00 2018-02-14 2018-02-21 2018-02-16 2018-02-23 2018-03-01 2018-04-30 a Resettlement Action Plan for Implementation Support and Selection Implementation the rehabilitation works. Monitoring and Evaluation Component 3: Sector Planning SL-NPA-39410-CS-CDS / Fee Assistance, Project Under for legal policy services for the IDA / 53330 Prior Direct Selection Direct 355,000.00 0.00 2018-01-15 2018-01-25 2017-12-19 2018-03-28 2018-05-27 Implementation Support and Implementation collection account for EDSA Monitoring and Evaluation SL-NPA-39256-CS-CDS / Component 3: Sector Planning Consultancy services for Assistance, Project Individual Consultant Pending IDA / 53330 Post Open 84,000.00 0.00 2018-03-01 2018-04-09 2018-04-16 2018-04-30 2019-04-30 Supervising Engineer for the Implementation Support and Selection Implementation investment project of ESURP. Monitoring and Evaluation Page 2