18 MONTHS PROCUREMENT PLAN Project information: Liberia; Liberia Road Asset Management Project (LIBRAMP); P125574 Project Implementation Agency: Infrastructure Implementation Unit Ministry of Public Works Date of the Procurement Plan: October 2017 Period covered by this Procurement Plan: October 2017 to April 2019 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 constitutes 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 and Concessions Act, 2010 of the Republic of Liberia, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations. 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: Not Applicable for those contracts identified in the Procurement Plan tables. 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 LIBRAM project): Thresholds*, Procurement Methods, and Prior Review Expenditure Contract (C) Value Contracts Subject to No Procurement Method Category Threshold* [eq. USD] Prior Review /[eq. US$] All contracts at or above USD 5,000,000 Open Competition are subject to international advertising and C ≥ 5,000,000 International Market Approach the use of the Bank’s SPDs (or other and Direct Contracting documents agreed with the Bank). 1 Works Open Competition National 200,000 < C < 5,000,000 Market Approach None C ≤ 200,000 RfQ None All contracts at or above USD 500,000 are Open Competition subject to international advertising and the C ≥ 500,000 International Market Approach use of the Bank’s SPDs (or other Goods, IT and and Direct Contracting documents agreed with the Bank). 2 non-consulting services Open Competition National : Market Approach None 100,000 < C < 500,000 C ≤ 100,000 RfQ None Expenditure Contract (C) Value Contracts Subject to No Procurement Method Category Threshold* [eq. USD] Prior Review /[eq. US$] All contracts at or above USD 100,000 are For subject to international advertising and the C < 100,000 Consulting Services use of the Bank’s SPDs (or other documents agreed with the Bank). National shortlist for 3 selection of All contracts at or above USD 200,000 are consultant firms For subject to international advertising and the C ≤ 200,000 Engineering and Construction use of the Bank’s SPDs (or other Supervision documents agreed with the Bank). Selection of All values ≥ 100,000 4 Individual All Approaches consultants Training, Workshops, Based on approved Annual Study Tours This line activity is not subject to 5 All Values Work Plan & Budgets (AWPB) 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 the IIU.) *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. Pre-qualification: 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 IIU team will update the existing Procurement manuals. The Procurement Plan will also form part of the Project Implementation Manual. Any Other Special Procurement Arrangements: Regional procurement collaboration under SECRAMP is envisaged. Procurement Packages/PLAN with Procurement Arrangements and Time Schedule: as per the Table below: b) PROCUREMENT PLAN Works 1 2 3 4 5 6 7 8 9 Ref. Contract Estimate Procuremen Prequalif Nationa Revie Expected Expecte Comments No. d t Method/ ication l w bid d (Description) Arrangemen (yes/no) Prefere opening Contract Cost t nce by date Signatur (yes/no Bank e Date US$ ) million (Prior / Post) 1. Goods and Non Consulting Services 1 2 3 4 5 6 7 8 9 10 Ref. Contract Estimate Procurem Prequalif Nationa Revie Expected Expecte Comment No. d ent ication l w bid d s (Description) Method (yes/no) Prefere opening Contract Cost nce by date Signatur (yes/no Bank e Date US$ ) million (Prior / Post) 1. 2. 3. 4. 5. Consultancy Services 1 2 3 4 5 6 7 8 Ref. Description of Estimate Selection Review Expected Expected No. Assignment d Method/ date of Arrangeme by proposal Contract Comments Signature Cost nt Bank submissio n US$ (Prior / Date Post) 1. Consultancy Services for 0.12m IC Prior July 1, Sept 7, 2017 Deputy Program Manager IIU 2017 2. Consultancy Services for 0.108m IC Prior June 24, Aug 26, 2017 Head Administration and 2017 Finance IIU 3. Consultancy Services for 0.072m IC Prior Nov. 24, Jan 26, 2018 Environmentalist IIU 2017 4. Consultancy Services for Dry 0.574m SSS Prior Oct.17, Nov 1, 2017 Port 2017 5. 1.5m QCBS Prior Dec. 5, Feb 20, 2020 Technical Audit-OPRC 2019 6. Consultancy Services to 0.05m IC Prior Jan 10, May. 4, 2019 Conduct Road User Survey 2019 7. Consultancy Services for 0.5 QCBS Prior Nov. 11, Feb. 19, 2019 Monitoring and Evaluation 2018 Training and Workshop (Training & Workshop Activities are Subject to TTL Clearance). Ref. Estimated Estimated Training, workshop and study tours Duration Expected Training/workshop Date No. Cost (US$) (Days) 1. Training on Procurement, Contract 500,000 To Be To be determined management, Financial Management, Determined Safeguards, Engineering, Road safety and Administrative capacity building to support long term functioning, including initial competency assessment, mapping of participants. GENERAL NOTES 1. Training and capacity building: Training workshops (including training material and support), conference attendance and study tours, will be carried out based on approved annual training and allied activities plan by the TTL. The beneficiaries, after the training, will be requested to submit a brief report indicating what skills have been acquired and how these skills will contribute to enhance their performance and contribute to the attainment of the Project’s development objective. 2. Operational Costs: These are expenditures incurred by the Recipient to finance: (i) the salaries of locally contracted support staff of the Project entities and units involved in Project implementation (excluding civil servants) and state contributions thereon; (ii) per diem and travel expenses of the operational staff performing their responsibilities under the Project; (iii) fuel and vehicle maintenance and insurance; (iv) communication technology (including, without limitation, internet and telephone) and maintenance of equipment; (v) rental expenses and utilities; (vi) building security and maintenance; (vii) translations services, photocopies and publications; (viii) bank commissions; and (ix) utilities and office supplies as defined in the FA. 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 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. 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, 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 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. 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. 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: 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. PROCUREMENT Liberia : Liberia Road Asset Management Project - LIBRAMP PLAN General Information Country: Liberia Bank’s Approval Date of the Original Procurement Plan: 2017-10-26 2019-12-17 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P125574 GPN Date: Project Name: Liberia Road Asset Management Project - LIBRAMP Loan / Credit No: IDA / 49500, IDA / 51670, IDA / 60370 Executing Agency(ies): Infrastructure Implementation Unit 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$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Goods, Works, consultants†LR-IIU-74017-CW-RFQ / ™ services, Training and Op Request for Single Stage - One Reconditioning of IIU Offices IDA / 51670 Post Limited 60,000.00 53,931.17 Signed 2018-09-17 2018-11-12 2019-02-10 erating Costs under Part C Quotations Envelope - Works of the Project LR-IIU-89930-CW-RFQ / Goods, Works, consultants†Pending Frabrication and installation ™ services, Training and Op Request for Single Stage - One IDA / 51670 Post Limited 107,000.00 0.00 Implementati 2020-02-21 2020-03-27 2020-07-25 of ROW Markers Lot 3 erating Costs under Part C Quotations Envelope on Cotton Tree to Buchanan of the Project GOODS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual LR-IIU-148627-GO-RFQ / Goods, Works, consultants†Pending Materials (various) for Road ™ services, Training and Op Request for Single Stage - One IDA / 60370 Post Limited 70,100.00 0.00 Implementati 2019-12-31 2020-01-22 2020-02-21 Safety Law Enforcement - erating Costs under Part C Quotations Envelope on PILLAR 3 of the Project LR-IIU-148629-GO-RFQ / Goods, Works, consultants†Lubricant, Oil and Fuel for Pending ™ services, Training and Op Request for Single Stage - One Scripping of 62.6km road IDA / 60370 Post Limited 59,600.00 0.00 Implementati 2020-01-17 2020-01-25 2020-02-08 erating Costs under Part C Quotations Envelope Corridor- PILLAR 2-Safer on of the Project Road LR-IIU-148635-GO-RFQ / Goods, Works, consultants†Pending Scripping Materials (Various) ™ services, Training and Op Request for Single Stage - One IDA / 60370 Post Limited 87,400.00 0.00 Implementati 2020-01-20 2020-02-06 2020-02-20 for 62.6km Road Corridors erating Costs under Part C Quotations Envelope on PILLAR 2 -Safer Road of the Project NON CONSULTING SERVICES Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Market Contract Type Estimated Actual Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Approach Amount (US$) Amount (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Page 1 Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual LR-IIU-32964-CS-QCBS / Consultant Services, Quality And Cost- Open - Consultancy Services for IDA / 49500 Operating Costs and Post 500,000.00 0.00 Canceled 2018-10-23 2018-11-13 2018-12-27 2019-01-24 2019-02-23 2019-03-30 2019-05-04 2021-04-23 Based Selection International Monitoring and Evaluation Training Consultant Services, LR-IIU-32984-CS-QCBS / Quality And Cost- Open - Pending IDA / 49500 Operating Costs and Prior 1,500,000.00 0.00 2020-07-14 2020-08-04 2020-09-17 2020-10-15 2020-11-14 2020-12-19 2021-01-23 2022-01-23 Technical Audit-OPRC Based Selection International Implementation Training INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Market Contract Type Estimated Actual Draft Negotiated Description Component Review Type Method Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Approach Amount (US$) Amount (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual LR-IIU-32982-CS-INDV / Consultant Services, Individual Consultancy Services for Under IDA / 49500 Operating Costs and Prior Consultant Open 120,000.00 0.00 2017-03-27 2017-11-06 2017-11-27 2018-01-02 2019-12-23 Deputy Program Manager Implementation Training Selection IIU LR-IIU-32945-CS-INDV / Consultant Services, Individual Consultancy Services for Under IDA / 49500 Operating Costs and Prior Consultant Open 108,000.00 0.00 2017-03-27 2017-11-08 2017-11-29 2018-01-03 2019-12-24 Head Administration and Implementation Training Selection Finance IIU LR-IIU-32986-CS-CDS / Consultant Services, Under Consultancy Services for Dry IDA / 49500 Operating Costs and Prior Direct Selection Direct 573,874.00 0.00 2017-08-29 2017-10-04 2017-11-27 2018-11-22 Implementation Port Training LR-IIU-63731-CS-CDS / Consultant Services, Individual Consultancy Services for IDA / 51670 Operating Costs and Post Consultant Open 72,000.00 72,000.00 Signed 2018-06-05 2018-07-24 2018-07-31 2018-08-15 2020-08-04 Safeguard Officer, IIU Training Selection LR-IIU-63719-CS-CDS / Consultant Services, Consultancy Services for IDA / 51670 Operating Costs and Post Direct Selection Direct 133,333.00 60,000.00 Signed 2018-05-31 2018-06-07 2018-06-27 2020-06-16 Director Donor Fund, PFMU Training LR-IIU-74817-CS-CDS / Goods, Works, consultants†Consultancy Services for ™ services, Training and Op IDA / 51670 Post Direct Selection Direct 100,000.00 266,350.00 Completed 2018-08-24 2018-09-10 2018-09-24 2019-01-22 Revising and Updating ESIA erating Costs under Part C for SECRAMP of the Project LR-IIU-32938-CS-INDV / Consultant Services, Individual Consultancy Services for IDA / 49500 Operating Costs and Prior Consultant Open 72,000.00 0.00 Canceled 2017-08-10 2017-11-30 2017-12-21 2018-01-18 2020-01-08 Environmentalist IIU Training Selection Goods, Works, consultants†LR-IIU-89934-CS-INDV / Individual ™ services, Training and Op Consultancy Services for IDA / 51670 Post Consultant Open 72,000.00 72,000.00 Signed 2017-08-03 2017-09-21 2017-10-04 2017-11-08 2020-07-24 erating Costs under Part C Environmentalist, IIU Selection of the Project LR-IIU-77628-CS-CDS / Consultancy Services for Consultant Services, Short Term Technical IDA / 51670 Operating Costs and Post Direct Selection Direct 130,000.00 0.00 Canceled 2018-09-26 2018-10-03 2018-10-26 2019-04-24 Assistance to National Road Training Fund and the IIU/MPW LR-IIU-148616-CS-CDS / Goods, Works, consultants†Consultancy Services for ™ services, Training and Op Pending IDA / 51670 Post Direct Selection Direct 24,000.00 0.00 2019-12-10 2019-12-17 2019-12-30 2020-06-27 Deputy Director Donor erating Costs under Part C Implementation Funded Project of the Project LR-IIU-148622-CS-CDS / Goods, Works, consultants†Consultancy Services for ™ services, Training and Op Pending IDA / 51670 Post Direct Selection Direct 18,000.00 0.00 2019-12-10 2019-12-17 2019-12-30 2020-06-27 Senior Asistant Project erating Costs under Part C Implementation Accounting of the Project Page 2 Page 3