12 MONTHS PROCUREMENT PLAN Project information: P163782 - Integrated Water Management and Development Project Project Implementation agency: National Water And Sewerage Corporation AND Ministry of Water and Environment Date of the Procurement Plan: July 2018 Period covered by this Procurement Plan: One year Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016, recvised August 2018) (“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: Paragraph 5.3 of the Procurement Regulations will not apply. When approaching the national market, the country’s own procurement procedures shall not be used due to restrictions on eligibility of otherwise eligible firms to participate in NCB. The Regulations will apply. However, the Borrower may use its own procurement arrangements as set forth in the Public Procurement and Disposal Act, 2003 Request for Quotation 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 : Applicable for those contracts identified in the Procurement Plan tables Works: applicable for those contracts identified in the Procurement Plan tables 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 IWMDP ): Thresholds*, Procurement Methods, and Prior Review Contract (C) Value Expenditure Contracts Subject to No Threshold* [eq. Procurement Method Category Prior Review /[eq. US$] USD] All contracts at or above USD 10 million are subject to international Open Competition International advertising and the use of the Bank’s C ≥ 10,000,000 Market Approach and Direct SPDs (or other documents agreed with Contracting the Bank), as well as the first contract under Open Competition 1 Works Open Competition National None except if it is the first contract under Open 200,000 < C < 10,000,000 Market Approach Competition. C ≤ 200,000 RfQ None All contracts at or above USD 2 million are subject to international Open Competition International advertising and the use of the Bank’s C ≥ 2,000,000 Market Approach and Direct SPDs (or other documents agreed with Goods, IT and Contracting the Bank), as well as the first 2 non-consulting contract under Open Competition. services Open Competition National : None except if it is the first contract under Open Market Approach Competition. 100,000 < C < 2,000,000 C ≤ 100,000 RfQ None All contracts at or above USD 300,000 are subject to for C < 300,000 international advertising and the use of the Bank’s SPDs Consulting Services (or other documents agreed with the Bank). selection of 3 consultant firms All contracts at or above USD 300,000 are subject to For Engineering and C ≤ 300,000 international advertising and the use of the Bank’s SPDs Construction Supervision (or other documents agreed with the Bank). Selection of ≥ 300,000 ≥ 300,000 4 Individual All Approaches consultants Contract (C) Value Expenditure Contracts Subject to No Threshold* [eq. Procurement Method Category Prior Review /[eq. US$] USD] 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 * 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. Prior review Thresholds High Substantial Procurement Type Risk Risk Works 5.0 10.0 Goods, It & Non-Consulting 1.5 2.0 Services Consultants (Firms) 0.5 1.0 Individual Consultants 0.2 0.3 Prequalification. Not expected for any works or goods packages in the procurement plan. Proposed Procedures for CDD Components: Applicable Reference to (if any) Project Operational/Procurement Manual: the IWMDP team will prepare a Procurement manuals, which will also be part of the Project Implementation Manual. Any Other Special Procurement Arrangements: None 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; 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. 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 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 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 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: 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 Uganda : Integrated Water Management and Development Project PLAN General Information Country: Uganda Bank’s Approval Date of the Original Procurement Plan: 2018-07-10 2019-05-16 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P163782 GPN Date: 2018-05-31 Project Name: Integrated Water Management and Development Project Loan / Credit No: / , IDA / 62760 Executing Agency(ies): Ministry of Water and Environment WORKS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification 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) (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 UG-MWE-65387-CW-RFB / Works for Construction of Busia Municipality Water Pending Supply and Open - Single Stage - One / Prior Request for Bids 0.00 Implementati 2018-10-15 2018-11-15 2018-12-27 2019-02-15 2019-04-30 2021-04-30 Sanitation/Facilities System, International Envelope on Source Protection Measures and Sanitation Facilities in Kumi-Nyero-Ngora UG-MWE-107851-CW-RFB / Construction of 12 Pending monitoring stations (5No. Single Stage - One IDA / 62760 Post Request for Bids Open - National 0.00 Implementati 2019-04-12 2019-04-24 2019-06-05 2019-07-05 2019-08-09 2019-11-08 Ground Water, 5No. Surface Envelope on water, 2No. automatic weather stations). UG-MWE-107829-CW-RFB / Works for Construction of: Lot 1 : Kaliro - Namungalwe and en-route RGCs Water Supply and Pending Sanitation System Open - Single Stage - One IDA / 62760 Prior Request for Bids 0.00 Implementati 2019-05-17 2019-06-10 2019-07-22 2019-09-03 2019-11-11 2021-11-11 Lot 2: Namasale Water International Envelope on Supply and Sanitation System and Sanitation Facilities in Koboko Lot 3: Sanitation facilities in Rukungiri GOODS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification 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) (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 UG-MWE-65595-GO-RFB / Supply and Installation under the Umbrella Pending Authorities of: Open - Single Stage - One / Post Request for Bids 0.00 Implementati 2018-12-31 2019-02-01 2019-03-15 2019-04-28 2019-06-02 2019-11-29 Lot 1: Pipes and Fittings International Envelope on (150,000m) Lot 2: 500 Bulk and 30,000 domestic meters Page 1 UG-MWE-65550-GO-RFB / Supply and Installation of: Lot 1: hydrometric equipment namely (5No. Ground Water, 5No. Surface Pending Open - Single Stage - One water, 2No. automatic IDA / 62760 Post Request for Bids 0.00 Implementati 2019-04-15 2019-05-02 2019-06-13 2019-07-19 2019-09-06 2020-09-04 International Envelope weather stations). on Lot 2: Establishment of 3no. automatic precipitation and 2no. dry deposition monitoring stations UG-MWE-107838-GO-RFB / Pending Procurement of Project Request for Single Stage - One IDA / 62760 Post Limited 0.00 Implementati 2019-04-30 2019-07-09 2020-01-05 Vehicles- 13N0. - 4WD Quotations Envelope on pickup trucks UG-MWE-107841-GO-RFQ / Procurement of IT equipment for Project Implementation : Pending Request for Single Stage - One 20No.Laptops, 2No.Printers, IDA / 62760 Post Limited 0.00 Implementati 2019-04-25 2019-07-12 2019-10-11 Quotations Envelope 2No.Projectors, 1No. on Photocopier, 4No. still cameras and 25No. GPS machines UG-MWE-113654-GO-DIR / Supply of 25,000 Micro and Pending Bulk Water Meters for IDA / 62760 Post Direct Selection Direct 0.00 Implementati 2019-05-20 2019-05-31 2019-08-09 2022-08-08 Umbrellas of Water and on Sanitation under Framework Agreement UG-MWE-113671-GO-RFQ / Supply and Installation of 60 units of Electro- Pending Single Stage - One Mechanical equipment for IDA / 62760 Post Request for Bids Open - National 0.00 Implementati 2019-05-20 2019-05-31 2019-07-01 2019-07-24 2019-08-28 2022-08-26 Envelope Umbrella Water and on Sanitation Authority under Framework Agreement UG-MWE-113661-GO-RFB / Supply of 200,000m Pipes Pending and Fittings for Umbrellas Single Stage - One IDA / 62760 Prior Request for Bids Open - National 0.00 Implementati 2019-05-27 2019-06-10 2019-07-11 2019-08-10 2019-09-14 2022-09-13 of Water and Sanitation Envelope on under Frame Work Agreement. NON CONSULTING SERVICES Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification 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) (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 UG-MWE-65819-NC-RFB / Implementation of priority WRM measures in: Lot 1: Lwakhakha sub- Pending catchment Open - Single Stage - One / Prior Request for Bids 0.00 Implementati 2019-01-15 2019-02-15 2019-03-29 2019-05-10 2019-07-05 2020-12-31 Lot 2: Aswa II sub- International Envelope on catchment Lot 3: Kochi sub-catchment Lot 4: Middle Awoja sub- catchment Page 2 UG-MWE-113664-NC-RFB / Labor requirement for the installation of pipes, fittings and water meters for Umbrella Water & Pending Single Stage - One Sanitation Authorities under IDA / 62760 Post Request for Bids Open - National 0.00 Implementati 2019-05-31 2019-06-12 2019-07-17 2019-08-16 2019-09-20 2022-09-19 Envelope Framework Agreements in : on Lo1: Central, Lot 2: Eastern, Lot 3: South Western, Lot 4: Mid-Western and Lot 5: Northern CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Market Contract Type Actual Amount 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 (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 UG-MWE-65575-CS-QCBS / Preparation of Albert WMZ Quality And Cost- Open - Pending / Prior 0.00 2018-09-28 2018-10-26 2018-12-21 2019-01-18 2019-02-17 2019-03-28 2019-05-08 2020-05-07 Water Resources Strategy Based Selection International Implementation and Action Plan UG-MWE-65391-CS-QCBS / Consultancy Services for Quality And Cost- Under Construction Supervision of IDA / 62760 Post Open - National 0.00 2018-10-25 2018-11-22 2019-01-05 2019-02-06 2019-03-08 2019-04-12 2019-06-07 2020-12-07 Based Selection Implementation Water Supply and Sanitation Systems in Busia UG-MWE-65450-CS-QCBS / LOT 1: Consultancy Services Quality And Cost- Open - for design review and IDA / 62760 Prior 0.00 Under Review 2019-05-10 2019-05-26 2019-07-09 2019-08-11 2019-09-12 2019-10-17 2019-11-21 2021-11-20 Based Selection International Construction Supervision for Nyamugasani GFS UG-MWE-113032-CS-CQS / LOT 2: Consultancy Services Consultant for Design Review and Open - Under IDA / 62760 Post Qualification 0.00 2019-05-09 2019-05-30 2019-07-13 2019-08-12 2019-09-16 2021-09-15 construction services for International Implementation Selection Bitsya Water Supply and Sanitation system UG-MWE-107835-CS-QCBS / Consultancy Services for Feasibility, Detailed Engineering Design and Quality And Cost- Open - Pending IDA / 62760 Prior 0.00 2019-05-17 2019-06-14 2019-07-28 2019-08-25 2019-09-24 2019-10-29 2019-12-03 2021-12-02 Construction Supervision of Based Selection International Implementation Water Supply and Sanitation System in Kyegegwa-Mpara- Ruyonza UG-MWE-65546-CS-QCBS / LOT 1: Preparation of 2 Quality And Cost- Open - Pending Catchment Management IDA / 62760 Prior 0.00 2019-05-17 2019-06-14 2019-08-09 2019-09-06 2019-10-06 2019-11-14 2019-12-25 2020-12-24 Based Selection International Implementation Plans for Nyamugasani & Kafu in Albert WMZ. UG-MWE-113265-CS-QCBS / LOT 2: Preparation of 2 Quality And Cost- Open - Pending Catchment Management IDA / 62760 Prior 0.00 2019-05-17 2019-06-14 2019-07-28 2019-08-25 2019-09-24 2019-10-29 2019-12-03 2020-12-02 Based Selection International Implementation Plans for Sezibwa and Okweng in Kyoga WMZ Page 3 UG-MWE-113859-CS-CQS / Lot 1: Feasibility Study, Detailed Engineering Design and Construction Supervision of Solar Powered Piped Quality And Cost- Open - Pending IDA / 62760 Prior 0.00 2019-05-13 2019-05-27 2019-07-10 2019-07-31 2019-08-30 2019-10-04 2019-11-08 2022-02-07 Water Supply Systems and Based Selection International Implementation Sanitation Facilities in Refugee Settlements and Host Districts Arua and Moyo UG-MWE-113876-CS-QCBS / Lot 2: Feasibility Study, Detailed Engineering Design and Construction Supervision Quality And Cost- Open - Pending of Solar Powered Piped IDA / 62760 Prior 0.00 2019-05-13 2019-05-27 2019-07-10 2019-07-31 2019-08-30 2019-10-04 2019-11-08 2022-02-07 Based Selection International Implementation Water Supply Systems and Sanitation Facilities in Refugee Settlements and Host District of Yumbe UG-MWE-113877-CS-QCBS / Lot 3: Feasibility Study, Detailed Engineering Design and Construction Supervision of Solar Powered Piped Quality And Cost- Open - Pending IDA / 62760 Prior 0.00 2019-05-13 2019-05-27 2019-07-10 2019-07-31 2019-08-30 2019-10-04 2019-11-08 2022-02-07 Water Supply Systems and Based Selection International Implementation Sanitation Facilities in Refugee Settlements and Host Districts of Adjumani and Lamwo UG-MWE-113883-CS-QCBS / Lot 4: Feasibility Study, Detailed Engineering Design and Construction Supervision Consultant of Solar Powered Piped Open - Pending IDA / 62760 Post Qualification 0.00 2019-05-13 2019-05-27 2019-07-10 2019-07-31 2019-09-04 2022-02-07 Water Supply Systems and International Implementation Selection Sanitation Facilities in Refugee Settlements and Host Districts of Kiryandongo UG-MWE-113950-CS-CQS / Consultancy Services to conduct Sanitation & giene Promotion/Training on O & M of Sanitation Facilities Consultant in Busia, Kumi-Ngora- Pending IDA / 62760 Post Qualification Open - National 0.00 2019-05-14 2019-05-28 2019-07-04 2019-07-29 2019-09-02 2020-09-02 Nyero, Rukungiri, Koboko, Implementation Selection Namungalwe-Kaliro, Namasale, Kyegegwa-Mpara- Ruyonza &Towns of Busolwe- Kadama-Tirinyi-Kibuku- Butaleja UG-MWE-107833-CS-QCBS / Consultancy Services for Construction Supervision of Water Supply and Sanitation Quality And Cost- Open - Pending Systems in (a) Namasale IDA / 62760 Prior 0.00 2019-05-24 2019-06-21 2019-08-04 2019-09-01 2019-10-01 2019-11-05 2019-12-10 2021-12-09 Based Selection International Implementation and Sanitation Facilities in koboko (b)Kaliro-Namungalwe and (c) Sanitation Facilities in Rukungiri INDIVIDUAL CONSULTANTS Page 4