Procurement Plan 1. Project Information Country: United Republic of Tanzania Project Name: Development Support for Tanzania Statistics / Support to Strengthen Statistics in Tanzania Project ID: P159954 2. Project Implementation Agency: National Bureau of Statistics 3. Date of the Procurement Plan Approval: June 12, 2018 4. Period Covered by this procurement plan: 2018/2019 to 2019/2020 (18 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’s Standard 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: 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, 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 PPA and its Regulations; o Negotiations with the lowest evaluated bidder to reduce price in the case of goods, works and non-consulting services where competitive methods have been used shall not be allowed; 1 o The fixed budget method shall not be used for goods, works and non-consulting services; o Established and approved procurement standards by the government may be used, provided that they are not restrictive 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. Prequalification: Not Applicable V. Leased Assets as specified under paragraph 5.10 of the Procurement Regulations: Not Applicable VI. Procurement of Second Hand Goods as specified under paragraph 5.11 of the Procurement Regulations: Not Applicable VII. Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). Not Applicable Domestic preference is not applicable for National Open Competitive Procurement VIII. Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations is Applicable. Not Applicable IX. Other Relevant Procurement Information NA X. Threshold for Prior Review, Procurement Approaches and Methods – Good and Non-Consulting Services Procurement Approaches and Methods (US$ millions) Prior Review Category Open Open Request for (US$ millions) International National Quotation (RfQ) Goods, IT, and non- ≥ 1.5 ≥5 <5 ≤ 0.1 consulting services 2 Post Review: All contracts not subject to prior review shall be subject to post review. Summary of the procurement packages for Good and Non-Consulting Services (Planned for the first 18 months after project effectiveness): 3 Sr./ No Contract Description Estimated Review by Market Selection Evaluation Procurement Prequalification Domestic Expected date of Expected date of Cost (US$) Bank Approach Method (RFP, Options Process: (Yes/ No) Preference bid/ proposal Contract Signature (Prior/Post) (Open- RFB, RFQ, (BAFO, Rated (Single/Multip (Yes/No) opening National/ DS etc.) Criteria etc.) le Stages; International One/Two Limited etc.) Envelopes etc) 1.0 Goods Procurement of Open- Most Single ICT Equipment and National Advantage 1.1 Post RFB stage One- No No 20 Aug., 2018 September, 2018 Computer 250,000 ous Bid Envelope Accessories Post Limited RFQ Most Single No No Procurement of 1.2 Advantage stage One- 2 Oct., 2018 November, 2018 Office Stationaries 20,420 ous Bid Envelope Procurement of Post Limited RFQ Most Single No No Office Advantage stage One- 1.3 2 Oct., 2018 November, 2018 Consumables 21,095 ous Bid Envelope (Tonners) Procurement of Most Advantage Single NPS Equipment 1.4 65,175 Post Limited RFQ ous Bid stage One- No No and Agriculture 3, Dec., 2018 January, 2019 Envelope Materials for field work 2.0 Non-Consultancy Services Printing of Most Instruments Advantage Single (Manuals, Forms ous Bid stage One- No No 15 Jan, 2019 March , 2019 2.1 and 244,110 Post Open- RFB Envelope Questionnaires) and Final Reports National Post Limited RFQ Most Single No No Hiring of Motor 15 Jan, 2019 March , 2019 2.4 80,159 Advantage stage One- Vehicle for Field ous Bid Envelope 4 3.0 CONSULTANCY Review Market Selection Method Expected date Expected date Estimated by Bank Approach (Open (QCBS, FBS, Shortlisting S/No. Contract Description of bid/ proposal of Contract Cost (US$) (Prior/ -International/ LCBS, QBS, (Yes/ No) opening Signature Post) National/ etc.) CQS, DS etc.) Consultancy Service for Mapping Individual 1. Specialist 9,545 Post National Limited Consultant NO 15 Mar, 2019 April, 2019 5 XI. Thresholds for Prior Review, Selection Approaches and Methods – Consulting Services Category Prior Review Short List of National Consultants (US$ millions) Consulting Engineering and Construction Supervision Services Consultants (Firms) ≥ 0.5 ≤ 0.3 ≤ 0.3 Individual ≥ 0.2 n.a. n.a. Consultants 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. 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. 6 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 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. 7 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: 8 PROCUREMENT Tanzania : Development Support for Tanzania Statistics PLAN General Information Country: Tanzania Banks Approval Date of the Original Procurement Plan: 2018-06-13 Revised Plan Date(s): (comma delineated, leave blank if none) 2018-06-13 Project ID: P159954 GPN Date: Project Name: Development Support for Tanzania Statistics Loan / Credit No: Executing Agency(ies): National Bureau of Statistics 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 Implementation of the Integrated Labor Force Survey TZ-NBS-66492-GO-RFB / Implementation of the Tanzania Single Stage - One Pending Procurement of ICT Equipment National Panel Survey Post Request for Bids Open - National 250,000.00 0.00 2018-08-13 2018-08-19 2018-09-02 2018-09-07 2018-09-22 2018-11-01 Envelope Implementation and Computer Accessories Implementation of the National Sample Census of Agriculture - Small Holder Implementation of the Integrated Labor Force Survey TZ-NBS-66496-GO-RFQ / Implementation of the Tanzania Request for Single Stage - One Pending Procurement of Office National Panel Survey Post Limited 20,420.00 0.00 2018-10-07 2018-10-29 2018-11-25 Quotations Envelope Implementation Stationaries Implementation of the National Sample Census of Agriculture - Small Holder Implementation of the Integrated Labor Force Survey TZ-NBS-66499-GO-RFQ / Implementation of the Tanzania Request for Single Stage - One Pending Procurement of Office National Panel Survey Post Limited 21,095.00 0.00 2018-10-07 2018-10-29 2018-11-25 Quotations Envelope Implementation Consumables (Tonners) Implementation of the National Sample Census of Agriculture - Small Holder TZ-NBS-66503-GO-RFQ / Implementation of the Integrated Procurement of NPS Equipment Labor Force Survey and Agriculture Materials for field Implementation of the Tanzania Request for Single Stage - One Pending work National Panel Survey Post Limited 65,175.00 0.00 2018-12-08 2018-12-30 2019-01-26 Quotations Envelope Implementation We will use Framework Implementation of the National Agreement during this Sample Census of Agriculture - Procurement Small Holder 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 Implementation of the Integrated Labor Force Survey TZ-NBS-66515-NC-RFB / Implementation of the Tanzania Printing of Instruments (Manuals, Single Stage - One Pending National Panel Survey Post Request for Bids Open - National 244,110.00 0.00 2019-01-01 2019-01-06 2019-01-20 2019-01-25 2019-02-10 2019-03-22 Forms and Questionnaires) and Envelope Implementation Implementation of the National Final Reports Sample Census of Agriculture - Small Holder Implementation of the Integrated TZ-NBS-66510-NC-RFQ / Hiring Labor Force Survey of Motor Vehicle for Field Implementation of the Tanzania Request for Single Stage - One Pending The procurement will be under National Panel Survey Post Limited 80,159.00 0.00 2019-01-06 2019-01-28 2019-02-24 Quotations Envelope Implementation Framework Agreement (FA) due Implementation of the National to the nature of the survey Sample Census of Agriculture - Small Holder 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 Page 1