PROCUREMENT PLAN (Mandatory Requirements) Operation for Supporting Rural Bridges (SupRB) INSTITUTIONAL STRENGTHENING AND CAPACITY BUILDING COMPONENT Project Implementation agency: Local Government Engineering Department (LGED) Period covered by this Procurement Plan: Entire Project Period Preamble In accordance with paragraph 5.9 of the World Bank Procurement Regulations for IPF Borrowers, July 2016 revised November 2017 (“Procurement Regulations”), the Bank’s Systematic Tracking and Exchanges in Procurement (STEP) system will be used to record all procurement actions for the Project, including preparing, updating and clearing its Procurement Plan, and seeking and receiving the Bank’s review and No-objection to procurement actions as required. 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: The Bank’s Standard Procurement Documents (SPDs) shall be used for goods, works and non-consulting services where international competition is required and for all consulting services, including their respective forms of contract. National Procurement Arrangements: In accordance with paragraph 5.3 of the World Bank Procurement Regulations, when approaching the national market, as agreed in the Procurement Plan, the country’s own procurement procedures may be used. These procurement procedures shall be consistent with the Bank’s Core Procurement Principles and ensure that the Bank’s Anti- Corruption Guidelines and Sanctions Framework and contractual remedies set out in its Legal Agreement apply. When the Borrower uses its own national open competitive procurement arrangements as set forth in the Public Procurement Act 2006 and the Public Procurement Rules 2008, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: i. Lottery in award of contracts shall not be allowed; ii. Bidders’ qualification[s]/experience requirement[s] shall be mandatory; iii. Bids shall not be rejected based on percentage above or below the estimated cost; iv. Model Bidding Documents agreed with the Bank shall be used for all national open competitive procurement; v. The eligibility of bidders shall be as defined under Section III of the World Bank Procurement Regulations for IPF Borrowers: accordingly, no bidder or potential bidder shall be declared ineligible for contracts financed by the Bank for reasons other than those provided in Section III of the Procurement Regulations. When the Borrower uses other national procurement arrangements (other than national open competitive procurement), such as limited/restricted competitive bidding, request for quotations/shopping, direct contracting), such arrangements shall be consistent with the above requirements. As per paragraph 5.4 of the Procurement Regulations, the “Letter of Acceptance of the World Bank’s Anticorruption Guidelines and Sanctions Framework” as attached to this document shall form part of the Model Bidding Documents. Leased Assets: Not Applicable. Procurement of Second Hand Goods: Not Applicable. Domestic preference: as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works) as follows: Goods: Applicable; Works: Not applicable. Hands-on Expanded Implementation Support (HEIS): Not Applicable. Bank’s Procurement Prior Review Thresholds: contracts at or above the thresholds set out in table 1 below are subject to the Bank’s procurement prior review. Table 1: Procurement Prior Review Thresholds (US$ millions) Type of procurement High risk Substantial Moderate risk Low risk risk Works (including 5 10 15 20 turnkey, supply & installation of plant and equipment, and PPP) Goods, information 1.5 2 4 6 technology and non- consulting services Consulting services: 0.5 1 2 4 firms Consulting services: 0.2 0.3 0.4 0.5 Individual Notes: 1. These thresholds apply to all procurement activities regardless of their procurement/selection methods. There is no automatic requirement to undertake prior review for direct selection for value less than these thresholds. Consultant services covers a range of services that are of an advisory or professional nature. 2. In addition to the provisions of Table 1 above, and irrespective of the contract value, the following procurement activities are subject to the Bank’s procurement prior review: (a) procurement processes involving contract negotiations, as described in Section VI, paragraphs 6.34-36, of the Procurement Regulations; (b) competitive dialogue; (c) sustainable procurement; (d) selection of probity assurance providers, as described in Section III, paragraph 3.3 of the Procurement Regulations; and (e) best and final offer. 3. The determination of whether a contract meets the procurement prior review threshold is based on the estimated value of the contract or the package -when the selection document contains more than one lot/slice-, including all taxes and duties payable under the contract. Bid/ Proposal Evaluation Committee: formation and alteration of the bid/proposal evaluation committee shall be subject to Bank’s no objection. Fraud and Corruption (F&C) Checklist: Fraud and Corruption (F&C) checklist, as developed and provided by the Bank, shall be properly filled in during the evaluation and be attached with the evaluation report in case of contracts following national competitive procurement and request for quotations. Attachment 1 Letter of Acceptance of the World Bank’s Anticorruption Guidelines and Sanctions Framework1 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 Guidelines2 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: 1[Draftingnote: This document shall be signed by bidders/proposers/consultants and submitted as part of their bids/proposals. In addition, this document shall be signed by the winning bidder/consultant and incorporated as part of the contract.] 2Guidelines 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. 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, financially or in any other manner;3 (ii) to be a nominated4 sub-contractor, sub-consultant, 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 inspect5 all accounts, records, and other documents relating to the procurement process and/or 3 For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification or initial selection), 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. 4A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the bidding document) is one which has been: (i) included by the bidder in its pre-qualification or initial selection 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. 5Inspections 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 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/Proposer/Consultant: Name of the person duly authorized to sign the Bid/Proposal on behalf of the Bidder/Proposer/ Consultant: Title of the person signing the Letter: 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. PROCUREMENT Bangladesh : Operation for Supporting Rural Bridges (SupRB) PLAN General Information Country: Bangladesh Bank’s Approval Date of the Original Procurement Plan: 2018-10-22 2019-11-20 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P161928 GPN Date: 2018-11-23 Project Name: Operation for Supporting Rural Bridges (SupRB) Loan / Credit No: / , IDA / 63320 Executing Agency(ies): Local Government Engineering Department 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 GD1 / High Configured Multimedia LCD Projector (3),Heavy Duty Photocopier(86),LED Digital Single Stage - One Board(4),Sound System IDA / 63320 Post Request for Bids Open - National 330,000.00 0.00 Canceled 2018-12-01 2018-12-06 2019-01-17 2019-02-16 2019-03-16 2019-07-28 Envelope (4),Digital Signboard in every classroom(4),Scanner (A4)(28),Scanner (A3)(2),Scanner (44")(1) GD2 / High Configured Single Stage - One Laptop(20),Desktop Computer IDA / 63320 Post Request for Bids Open - National 420,000.00 336,516.37 Signed 2018-11-01 2018-11-06 2018-12-18 2019-01-17 2019-02-14 2019-07-29 Envelope (272) GD3 / Color Laser Duplex Printer with networking and wireless connectivity(4),Mono Laser Jet Duplex Printer (A4) with networking and Single Stage - One wireless / Post Request for Bids Open - National 170,000.00 130,649.23 Signed 2018-12-01 2018-12-06 2019-01-17 2019-02-16 2019-03-16 2019-07-30 Envelope connectivity(200),Mono Laser Jet Duplex Printer (A3) with networking and wireless connectivity(6),Plotter (24'') with m Pending Single Stage - One GD4 / Air Conditioner / Post Request for Bids Open - National 40,000.00 0.00 Implementati 2019-01-01 2019-01-06 2019-02-17 2019-03-19 2019-05-01 2019-10-28 Envelope on Pending GD5 / Vehicle Mounted Open - Single Stage - One / Prior Request for Bids 3,950,000.00 0.00 Implementati 2019-01-02 2019-01-07 2019-03-03 2019-04-02 2019-06-01 2020-05-31 Data Collection Equipment International Envelope on Pending GD6 / Falling Weight Single Stage - One / Post Request for Bids Open - National 820,000.00 0.00 Implementati 2019-01-03 2019-01-08 2019-02-19 2019-03-21 2019-05-03 2019-10-30 Deflectometer, excl vehicle Envelope on Page 1 GD7 / Electric Core Cutter (15),Panda PROB.( Determining Soil Bearing capacity)(1),Calibrator (for Pending CTM & CBR Single Stage - One / Post Request for Bids Open - National 480,000.00 0.00 Implementati 2019-01-04 2019-01-09 2019-02-20 2019-03-22 2019-05-04 2019-10-31 machine)(2),CTM Envelope on (Compressive Testing Machine)(14),Tri-axial Test Machine(1),Direct Shear Test Machine(1) GD8 / LAN establishment Pending Single Stage - One at Dist, Regional SE and / Post Request for Bids Open - National 1,010,000.00 0.00 Implementati 2019-08-01 2019-08-06 2019-09-17 2019-10-17 2019-11-29 2020-05-27 Envelope Addl. CE Offices on Pending GD12 / Asset Management Single Stage - One / Post Request for Bids Open - National 90,000.00 0.00 Implementati 2019-08-02 2019-08-07 2019-09-18 2019-10-18 2019-11-30 2020-05-28 Software Envelope on GD13 / AutoCAD2018( Min.3 years License)(Update 3+ new17),Staad.ProV8iSS6( Update 3+new2),CSI SAP Single Stage - One 2000 v20,Midas Civil 2018( / Post Request for Bids Open - National 360,000.00 344,800.32 Signed 2019-08-01 2019-08-06 2019-09-17 2019-10-17 2019-11-30 2020-05-28 Envelope Advanced Ver.: 2No., Full Ver.: 1 No.),CSI ETABS 2016,CSI BRIDGE v20,CSI SAFE & CSI Col GD14 / Oracle /similar Pending Single Stage - One business intelligence tools for / Post Request for Bids Open - National 490,000.00 0.00 Implementati 2019-08-01 2019-08-06 2019-09-17 2019-10-17 2019-11-29 2020-05-27 Envelope IDSS on GD15 / License MS Office Single Stage - One IDA / 63320 Post Request for Bids Open - National 40,000.00 37,348.29 Signed 2019-08-01 2019-08-06 2019-09-17 2019-10-17 2019-11-29 2020-05-27 Software ( Professional) Envelope GD16 / AASHTO LRFD Bridge Design Specifications, 318M-14 : Building Code Requirments for Structural Pending Request for Single Stage - One Concrete and Commentary ( / Post Open - National 1,500.00 0.00 Implementati 2019-08-06 2019-11-29 2020-05-27 Quotations Envelope Metric) and SP-017(14): The on reinforced Concrete Design Handbook Volumes 1& 2 Package Pending GD17 / Other reference Request for Single Stage - One / Post Open - National 10,000.00 0.00 Implementati 2019-12-06 2020-03-30 2020-09-26 books Quotations Envelope on GD18 / Develop and information pac (visual and print) through showcasing Pending LGED achievements for Single Stage - One / Post Request for Bids Open - National 20,000.00 0.00 Implementati 2019-01-01 2019-01-06 2019-02-17 2019-03-19 2019-05-01 2019-10-28 public dissemination Envelope on including various days and event like national development fair GD19 / Develop and information pac (visual and print) through showcasing Pending LGED achievements for Single Stage - One / Post Request for Bids Open - National 20,000.00 0.00 Implementati 2019-08-01 2019-08-06 2019-09-17 2019-10-17 2019-11-29 2020-05-27 public dissemination Envelope on including various days and event like national development fair Page 2 GD20 / Develop and information pac (visual and print) through showcasing Pending LGED achievements for Single Stage - One / Post Request for Bids Open - National 20,000.00 0.00 Implementati 2020-01-01 2020-01-06 2020-02-17 2020-03-18 2020-04-30 2020-10-27 public dissemination Envelope on including various days and event like national development fair GD21 / Develop and information pac (visual and print) through showcasing Pending LGED achievements for Single Stage - One / Post Request for Bids Open - National 20,000.00 0.00 Implementati 2021-01-01 2021-01-06 2021-02-17 2021-03-19 2021-05-01 2021-10-28 public dissemination Envelope on including various days and event like national development fair GD22 / Produce branding items that may be pen, coat Pending Single Stage - One pin, penholders, coffee mug, / Post Request for Bids Open - National 40,000.00 0.00 Implementati 2021-08-01 2021-08-06 2021-09-17 2021-10-17 2021-11-29 2022-05-28 Envelope tie, photo frame, diary/note on etc Pending Single Stage - One GD23 / Interior Decoration / Post Request for Bids Open - National 120,000.00 0.00 Implementati 2019-01-01 2019-01-06 2019-02-17 2019-03-19 2019-05-01 2019-10-28 Envelope on Pending Single Stage - One GD24 / Interior Decoration / Post Request for Bids Open - National 120,000.00 0.00 Implementati 2020-01-01 2020-01-06 2020-02-17 2020-03-18 2020-04-30 2020-10-27 Envelope on Pending GD-1-A / Purchase of Single Stage - One IDA / 63320 Post Request for Bids Open - National 158,125.00 0.00 Implementati 2019-03-24 2019-03-29 2019-05-10 2019-06-09 2019-07-07 2019-11-18 Photocopier Envelope on GD-1-B / Purchase of Pending Scanner,LCD Projector,LED Single Stage - One IDA / 63320 Post Request for Bids Open - National 173,600.00 0.00 Implementati 2019-03-24 2019-03-29 2019-05-10 2019-06-09 2019-07-07 2019-11-18 Digital Board ,Digital Sign Envelope on Board & Sound System NON CONSULTING SERVICES 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 WD 801 / Operation & Maintenance of Internet, web Under mail, IP phone service with Open - Single Stage - One / Prior Request for Bids 3,510,000.00 0.00 Implementati 2019-01-01 2019-01-06 2019-02-17 2019-03-19 2019-04-23 2023-08-01 Hardware, software & International Envelope on multimedia support for LGED HQ & 61 Dist. 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 SD33 / Formulating & Operationalize National GRS Consultant in LGED specific Grievance / Post Qualification Open - National 70,000.00 0.00 Canceled 2018-11-01 2018-11-15 2018-12-29 2019-01-28 2019-02-15 2019-09-01 Redress System (GRS) Selection Guidelines in line with the Cabinet Division's guidelines Page 3 SD34 / Support LGED in Consultant monitoring Female Pending / Post Qualification Open - National 120,000.00 0.00 2018-12-15 2019-01-01 2019-02-14 2019-03-16 2019-06-01 2023-09-01 engagement, Gender based Implementation Selection violance SD35 / Involvement of Local organization/ NGOs for Quality And Cost- monitoring & training on / Prior Open - National 1,230,000.00 0.00 Under Review 2018-12-15 2019-01-01 2019-02-14 2019-03-14 2019-04-13 2019-05-18 2019-06-01 2023-09-01 Based Selection labor influx, OHS facilities in Program Area Consultant SD36 / Laboratory Pending / Post Qualification Open - National 20,000.00 0.00 2018-12-15 2019-01-01 2019-02-14 2019-03-16 2019-06-01 2019-12-01 Management Software Implementation Selection SD40 / Technical Audit Consultant Under (Technical, Fiduciary & / Post Qualification Open - National 490,000.00 0.00 2018-12-15 2019-01-01 2019-02-14 2019-03-16 2020-05-30 2023-05-18 Implementation safeguard) Selection SD1 / Development of Implementation of Integrated Consultant Pending Decision Support System / Post Qualification Open - National 130,000.00 0.00 2018-10-31 2018-11-21 2019-01-04 2019-02-03 2019-03-10 2019-11-06 Implementation (IDSS) for LGED including Selection piloting Quality And Cost- Open - Under SD11 / Design Consultant / Prior 3,310,000.00 0.00 2019-01-01 2019-01-22 2019-03-07 2019-04-04 2019-05-04 2019-06-08 2019-07-13 2023-06-28 Based Selection International Implementation SD12 / Maintenance Quality And Cost- Open - Under / Prior 3,470,000.00 0.00 2019-01-01 2019-01-22 2019-03-07 2019-04-04 2019-05-04 2019-06-08 2019-07-13 2023-06-28 Consultant Based Selection International Implementation SD13 / Monitoring Quality And Cost- Open - Under / Post 710,000.00 0.00 2019-01-01 2019-01-22 2019-03-07 2019-04-04 2019-05-04 2019-06-08 2019-07-13 2023-06-28 Consultant Based Selection International Implementation SD30 / Consultant for Quality And Cost- Open - Under / Prior 830,000.00 0.00 2019-01-01 2019-01-22 2019-03-07 2019-04-04 2019-05-04 2019-06-08 2019-07-13 2023-06-28 Audit Unit Based Selection International Implementation SD31 / RuBIMS Quality And Cost- Open - Pending / Prior 1,980,000.00 0.00 2019-01-01 2019-01-22 2019-03-07 2019-04-04 2019-05-04 2019-06-08 2019-07-13 2023-08-31 Implementation & Updating Based Selection International Implementation SD32 / Updating and development of bridge, Road Quality And Cost- Open - Pending / Prior 930,000.00 0.00 2019-01-01 2019-01-22 2019-03-07 2019-04-04 2019-05-04 2019-06-08 2019-07-13 2020-07-12 Specifications, Standard, Based Selection International Implementation manuals/guidelines SD37 / Preparing Bridge Consultant Open - Pending Health Inspection manuals / Post Qualification 250,000.00 0.00 2019-01-01 2019-01-22 2019-03-07 2019-04-06 2019-05-11 2020-05-11 International Implementation including training Selection SD38 / Preparing a Design Consultant Open - Pending Book on typical span steel / Post Qualification 310,000.00 0.00 2019-01-01 2019-01-22 2019-03-07 2019-04-06 2019-05-11 2020-05-11 International Implementation network arch bridge Selection SD42 / Consultant for Preparation of Procurement Consultant Strategy and standard / Post Qualification Open - National 120,000.00 0.00 Canceled 2018-12-15 2019-04-01 2019-05-15 2019-06-14 2019-07-01 2021-06-30 contract implementation Selection timeline SD 30A / Internal Audit Quality And Cost- Pending IDA / 63320 Post Open - National 490,000.00 0.00 2019-11-13 2019-12-04 2020-01-17 2020-02-14 2020-03-15 2020-04-19 2020-05-24 2021-05-24 Specialist Based Selection Implementation INDIVIDUAL CONSULTANTS Page 4 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 Individual SD2 / IT Manager / Post Consultant Open 250,000.00 223,238.40 Signed 2018-11-01 2018-12-20 2019-01-10 2019-02-01 2023-08-31 Selection Individual SD3-1 / Web Developer / Post Consultant Open 107,500.00 92,905.38 Signed 2018-11-01 2018-12-20 2019-01-10 2019-02-01 2023-08-31 Selection Individual SD4 / Programme Team Under / Post Consultant Open 270,000.00 0.00 2018-11-01 2018-12-20 2019-01-10 2019-02-01 2023-08-31 Leader Implementation Selection Individual SD8-1 / Sr. Training / Post Consultant Open 142,500.00 135,250.06 Signed 2018-11-01 2018-12-20 2019-01-10 2019-02-01 2023-08-31 Specialist Selection Individual SD9 / Procurement Under / Post Consultant Open 250,000.00 0.00 2018-11-01 2018-12-20 2019-01-10 2019-02-01 2023-08-31 Specialist Implementation Selection Individual SD10 / Financial Under / Post Consultant Open 180,000.00 0.00 2018-11-01 2018-12-20 2019-01-10 2019-02-01 2023-08-31 Management Specialist Implementation Selection SD39 / Support BIWTA to Pending review & update Horizontal / Post Direct Selection Direct 250,000.00 0.00 2018-12-15 2019-04-06 2019-08-29 2020-08-23 Implementation & Vertical clearance SD41 / DLI Verification by Pending / Prior Direct Selection Direct 1,230,000.00 0.00 2019-01-01 2019-04-06 2019-07-01 2023-09-01 Third Party Implementation Individual SD3-2 / Web Developer / Post Consultant Open 107,500.00 85,893.75 Signed 2018-11-01 2018-12-20 2019-01-10 2019-02-01 2023-08-31 Selection Individual Under SD3-3 / Web Developer / Post Consultant Open 107,500.00 0.00 2018-11-01 2018-12-20 2019-01-10 2019-02-01 2023-08-31 Implementation Selection Individual Under SD3-4 / Web Developer / Post Consultant Open 107,500.00 0.00 2018-11-01 2018-12-20 2019-01-10 2019-02-01 2023-08-31 Implementation Selection Individual SD8-2 / Sr. Training IDA / 63320 Post Consultant Open 142,500.00 131,759.44 Signed 2018-11-01 2018-12-20 2019-01-10 2019-02-01 2023-08-31 Specialist Selection Individual SD8-3 / Sr. Training / Post Consultant Open 142,500.00 131,759.45 Signed 2018-11-01 2018-12-20 2019-01-10 2019-02-01 2023-08-31 Specialist Selection Individual SD8-4 / Sr. Training Under / Post Consultant Open 142,500.00 0.00 2018-11-01 2018-12-20 2019-01-10 2019-02-01 2023-08-31 Specialist Implementation Selection Individual SD6 / Sr. Bridge Under / Post Consultant Open 280,000.00 0.00 2019-01-01 2019-02-19 2019-03-12 2019-04-16 2023-08-31 Maintenance Specialist (Int) Implementation Selection Individual SD7 / Sr. Asset Under / Post Consultant Open 280,000.00 254,827.34 2019-01-01 2019-02-19 2019-03-12 2019-04-01 2023-08-31 Management Specialist (Int) Implementation Selection Page 5 SD33-1 / Formulating & Operationalize National GRS Individual in LGED specific Grievance Under IDA / 63320 Post Consultant Open 7,500.00 0.00 2019-02-24 2019-04-14 2019-05-05 2019-06-09 2019-12-06 Redress System (GRS) Implementation Selection Guidelines in line with the Cabinet Division's guidelines SD 42 / Consultant for Preparation of Procurement Individual Under Strategy and standard IDA / 63320 Post Consultant Open 120,000.00 0.00 2019-03-25 2019-05-13 2019-06-03 2019-07-08 2020-01-04 Implementation contract implementation Selection timeline Individual SD5 / Bridge Management / Prior Consultant Open 570,000.00 0.00 Canceled 2019-01-01 2019-02-19 2019-03-12 2019-04-16 2023-08-31 Specialist (Int) Selection SD 5B / Bridge Individual Under Management Specialist IDA / 63320 Post Consultant Open 285,000.00 0.00 2019-11-03 2019-12-22 2020-01-12 2020-02-16 2020-08-14 Implementation (National) Selection Individual SD 5A / Bridge Under IDA / 63320 Post Consultant Open 285,000.00 0.00 2019-11-03 2019-12-22 2020-01-12 2020-02-16 2020-08-14 Management Specialist (Int) Implementation Selection Page 6