Procurement Plan for Shared Infrastructure for Solar Parks Project I. General 1. Project information: Country : India Borrower : Republic of India Project Name : Shared Infrastructure for solar Parks Project Loan No. : Project Implementing Agency : IREDA, RUMSL (PIA), etc. 2. Bank’s approval Date of the procurement Plan Original : March 9, 2017 3. Date of General Procurement Notice: February 9, 2017 4. Period covered by this procurement plan: First 18 months 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. World Bank review of procurement: The World Bank will prior review (thresholds are based on “Substantial” rating, will be modified if risk rating is changed after assessment by Bank during the project implementation) the following contracts: a) Works including turnkey Supply & Installation of Plant and Equipment and PPP: All contracts more than US$ 10 million equivalent b) Goods, Information Technology and Non-consulting Services: All contracts more than US$ 2 million equivalent First contract issued by implementing agency [IA] will be subject to prior review irrespective of their value. In addition, the justifications for all contracts to be issued on the basis of LIB, single- source or direct contracting will be subject to prior review. The above thresholds are for the initial 18 months implementation period; based on the procurement performance of the project these thresholds may be subsequently modified by Bank. In case of Post Review contracts, the inputs of Bank on Technical Specifications will be obtained by project. The procurement plan will be subsequently updated annually (or at any other time if required) and will reflect any change in prior review thresholds. The World Bank will carry out an annual ex-post procurement review of the procurement falling below the prior review thresholds provided above. To avoid any doubts, the Bank may conduct at any time Independent Procurement Reviews (IPRs) of all the contracts financed under the loan. Domestic preference is allowed only for Procurement of Goods and Information Technology and not for procurement of Works. Method Threshold Category Method of Procurement (US$ Equivalent) Works International Competitive Bidding (ICB) > 40,000,000 Up to 40,000,000 (with NCB National Competitive Bidding (NCB) conditions) Shopping Up to 100,000 As per paragraph 3.7 of Direct Contracting (DC) Guidelines Public-Private Partnership (PPP) for As per paragraph 3.14 of Works Guidelines As per paragraph 3.9 of Force Account Guidelines As per paragraph 3.6 of Framework Agreement (FA) Guidelines Goods and International Competitive Bidding (ICB) > 3,000,000 non- Limited International Bidding (LIB) wherever agreed by Bank consultant National Competitive Bidding (NCB) Up to 3,000,000 (with NCB services conditions) (NCS) Shopping Up to 100,000 Direct Contracting (DC) As per paragraph 3.7 of Guidelines Public-Private Partnership (PPP) Services As per paragraph 3.14 of Guidelines Force Account (only for NCS) As per paragraph 3.9 of Guidelines Framework Agreement (FA)1 As per paragraph 3.6 of Guidelines Procurement from United Nations (UN) As per paragraph 3.10 of Agencies Guidelines 2. Prequalification. Pre-qualification is not envisaged for any package under the Project. 3. Proposed Procedures for CDD Components (as per paragraph. 3.17 of the Guidelines: Not Applicable 4. Reference to (if any) Project Implementation Plan: Not Applicable 5. Retroactive Financing : The project will be seeking retroactive financing, not exceeding US$ 20 million for financing expenditures incurred , in respect of payments for project- related work during project preparation, on or after May 1, 2016. This includes payments to consultants for various preparatory studies, Procurement of goods and works under the 1/ DGS&D rate contracts may be used as framework agreement (FA) subject to the conditions mentioned under NCB conditions project, training and exposure visits (under technical assistance part) and eligible expenditure incurred prior to loan signing. 6. NCB Condition: National competition for the procurement of goods and works according to the established thresholds will be conducted in accordance with paragraphs 3.3 & 3.4 of Section III of the Guidelines and the following provisions: a) Only the model bidding documents for NCB agreed with the GoI Task Force (and as amended from time to time), shall be used for bidding; b) Invitations 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; c) 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 enterprises from any given State; d) Except with the prior concurrence of the Bank, there shall be no negotiation of price with the bidders, even with the lowest evaluated bidder; e) 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 circumstances beyond the control of the Purchaser/Employer); f) 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; g) Rate contracts entered into by Directorate General of Supplies and Disposals (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 procedures; h) Use of DGS&D rate contracts as Framework Agreement must be reflected in the procurement plan agreed by the Bank for particular goods. Before issuing the purchasing order, the Bank will have to advise the government on carrying out a price analysis on the specific good that is intended to be purchased. If after this due diligence the borrower concludes [and Bank agrees] that the DGS&D rate contract is not suitable, then the borrower will have to proceed using NCB or shopping depending on the value. To meet the Bank's requirements for right to audit and F&C, these clauses may 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, the Purchaser has the option to sign a separate undertaking with DGS&D rate contract holder, where Bank’s right to audit and F&C clauses could be mentioned. i) Two or three envelope system will not be used (except when using e-procurement system assessed and agreed by the Bank). 7. Procurement Packages with Methods and Time Schedule as per Table A [attached below] 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: a) Consultancy Services for selection of firms : All contracts more than US$ 1.0 million equivalent; b) Consultancy services for selection of individuals: All contracts above US$ 0.3 million. c) First contract issued by implementing agency [IA] will be subject to prior review irrespective of their value. In addition, the justifications for all contracts to be issued on the basis of single-source or direct contracting will be subject to prior review. The above thresholds are for the initial 18-month implementation period; based on the procurement performance of the project these thresholds may be subsequently modified by Bank. In case of Post Review contracts, the inputs of Bank on TORs will be obtained by project. The procurement plan will be subsequently updated annually (or at any other time if required) and will reflect any change in prior review thresholds. The World Bank will carry out an annual ex-post procurement review of the procurement falling below the prior review thresholds provided above. To avoid any doubts, the Bank may conduct at any time Independent Procurement Reviews (IPRs) of all the contracts financed under the loan. Selection Method Method Threshold (USD) Consultants’ Selection Based on Consultants’ Qualifications Up to 300,000 Services (CQS)/Least-Cost Selection (LCS) Single-Source Selection (SSS) As per paragraphs 3.9-3.11 of Guidelines Individuals As per Section V of Guidelines Particular Types of Consultants As per paragraphs 3.15- 3.21 of Guidelines Quality- and Cost-Based Selection (QCBS)/ Quality- for all other cases Based Selection (QBS)/ Selection under a Fixed Budget (FBS) (i) International shortlist > 800,000 (ii) Shortlist may comprise national consultants only Up to 800,000 2. Short list comprising entirely of national consultants: Short list of consultants for services, estimated to cost less than US $ 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: First consultancy selection shall be prior reviewed irrespective of threshold. Refer to sl. No. 4 under Section-II of the procurement plan 4. Consultancy Assignments with Selection Methods and Time Schedule as per Table A [attached below] Table A Procurement Plan of Project Implementing State/Agency (RUMSL) Procurement Plan period: (for first 18 months of the project) (Note : The procurement plan will be revised during the course of implementation of the project, based on Project needs) Rewa Solar Park: Mandsaur Solar Park: PROCUREMENT India : Shared Infrastructure for Solar Parks Project PLAN General Information Country: India Bank’s Approval Date of the Original Procurement Plan: 2018-07-30 2019-04-05 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P154283 GPN Date: 2017-02-09 Project Name: Shared Infrastructure for Solar Parks Project Loan / Credit No: TF / A4639 Executing Agency(ies): Indian Renewable Energy Development Agency Limited 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$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual GOODS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) (US$) 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 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$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Market Contract Type Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Approach (US$) 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 IN-IREDA-109273-CS-CQS / Consultant Pending Alternative Investment Fund TF / A4639 Post Qualification Open - National 0.00 2019-04-08 2019-04-30 2019-06-13 2019-07-13 2019-08-17 2020-02-13 Implementation (AIF) Consultants. Selection INDIVIDUAL CONSULTANTS Page 1