PROCUREMENT PLAN (Textual Part) Project information: Eastern Recovery Project (P145196) Project Implementation agency: FSRDC Date of the Procurement Plan: February 2018 Period covered by this Procurement Plan: January 2018 – December 2018 Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016 and revised November 2017) (“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: 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 Borrower’s Public Procurement Law No 10/010 of April 27, 2010 (PPL) and the Manual of Procedures of the PPL as per Borrower’s Decree No 10/22 of June 2, 2010, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions. (a) Standard Bidding Documents: All standard bidding documents to be used for the Project under NCB shall be found acceptable to the World Bank before their use during the implementation of Project; (b) Eligibility: Eligibility of bidders and acceptability of their goods and services shall not be based on their nationality and/or their origin; and association with a national firm shall not be a condition for participation in a bidding process. Therefore, except for the ineligibility situations referred to in paragraphs 1.10(a) (i) and 1.10(a) (ii) of the Procurement Guidelines, the eligibility of bidders must be based solely on their qualification, experience and capacity to carry out the contract related to the specific bidding process; (c) Advertising and Bid Preparation Time: Bidding opportunities shall be advertised at least in a national newspaper of wide circulation and on the website of the Recipient’s Procurement Regulator (Autorité de Régulation des Marchés Publics) and bidders should be given at least 30 days from the date of invitation to bid or the date of availability of the bidding documents, whichever is later; (d) Criteria for Qualification of Bidders: Qualification criteria shall only concern the bidder’s capability and resources to perform the contract taking into account objective and measurable factors. Such criteria for qualification of bidders shall be clearly specified in the bidding documents; (e) Bid Evaluation and Contract Award: A contract shall be awarded to the substantially responsive and lowest evaluated bidder provided that such bidder meets the qualification criteria specified in the bidding documents. No scoring system shall be allowed for the evaluation of bids, and no “blanket” limitation to the number of lots which can be awarded to a bidder shall apply. The criteria for bid evaluation and the contract award conditions shall be clearly specified in the bidding documents; (f) Preferences: No preference shall be given to domestic/regional bidders; to domestically/regionally manufactured goods; and to bidders forming a joint venture with a national firm or proposing national sub-contractors or carrying out economic activities in the territory of the Recipient; (g) Publication of Contract Award: Information on all contract awards shall be published in at least a national newspaper of wide circulation or in the Recipient’s Procurement Regulator (Autorité de Régulation des Marchés Publics) web-site; (h) Fraud and Corruption: In accordance with the Procurement Guidelines, each bidding document and contract shall include provisions stating the World Bank’s policy to sanction firms or individuals found to have engaged in fraud and corruption as set forth in the Procurement Guidelines; (i) Inspection and Audit Rights: In accordance with the Procurement Guidelines, each bidding document and contract shall include provisions stating the World Bank’s policy with respect to inspection and audit of accounts, records and other documents relating to the bid submission and contract performance; (j) Requirement for administrative documents and/or tax clearance certificate: The bidding documents shall not require foreign bidders to produce any administrative or tax related certificates prior to confirmation of awarding a contract; and (k) Modifications of a Signed Contract: Any change in the contract amount which, singly or combined with all previous changes, increases the original contract amount by fifteen (15) percent or more must be done through an amendment to the signed contract instead of signing a new contract. 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. 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: is applicable for those contracts identified in the Procurement Plan tables; Other Relevant Procurement Information. “Not Applicable” PROCUREMENT Congo, Democratic Republic of : DRC Eastern Recovery Project PLAN General Information Country: Congo, Democratic Republic of Bank’s Approval Date of the Original Procurement Plan: 2018-02-12 2019-10-10 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P145196 GPN Date: Project Name: DRC Eastern Recovery Project Loan / Credit No: IDA / 57510 Executing Agency(ies): Fonds Social de la République Démocratique du Congo 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 ZR-FSRDC-49337-CW-RFB / Single Stage - One En attente Construction du bâtiment IDA / 57510 3. Capacity Building A posteriori Appel d'offres Open - National 350,000.00 0.00 2018-03-01 2018-03-06 2018-04-17 2018-05-17 2018-06-21 2018-12-18 Envelope d'exécution annexe du bureau de la CG 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 ZR-FSRDC-49229-GO-RFQ / Acquisition de 5 vehicules additionnelles pour les partenaires institutionnelles Single Stage - One En attente IDA / 57510 3. Capacity Building A posteriori Demande de prix Limited 225,000.00 0.00 2018-03-05 2018-04-30 2018-10-27 (OVD Bunia 1,OVD Envelope d'exécution Kisangani 1, OVD Bukavu 1 OVD Kalemie 1 et OVD Nord Kivu) ZR-FSRDC-49370-GO-RFQ / Acquisition des équipements Single Stage - One En attente IDA / 57510 3. Capacity Building A posteriori Demande de prix Limited 40,000.00 0.00 2018-06-06 2018-08-01 2019-01-28 du nouveau bureau de la Envelope d'exécution CG à construire. ZR-FSRDC-49334-GO-RFQ / Acquisition de 4 tracteurs et remorques matériel - Brigade Single Stage - One d'entretien - OVD IDA / 57510 3. Capacity Building A posteriori Demande de prix Limited 185,000.00 258,572.05 Signé 2018-03-05 2018-04-30 2018-10-27 Envelope 1) Lot 1Nord Kivu (2), 2) Lot 2 Ituri (1), 3) Lot 3: Tanganyika (1) ZR-FSRDC-49335-GO-RFQ / Acquisition de 10 compacteurs manuels pour Brigade d'entretien -THIMO - OVD Single Stage - One En cours IDA / 57510 3. Capacity Building A posteriori Demande de prix Limited 140,000.00 0.00 2018-03-05 2018-04-30 2018-10-27 1) Lot 1: Nord Kivu (2), Envelope d'exécution 2) Lot 2: Sud Kivu (2), 3) Lot 3: Ituri (2), 4)Lot 4: Tshopo (2), 5) Lot 5: Tanganyika (2) Page 1 ZR-FSRDC-49623-GO-RFQ / Acquisition de 36 motos - pour OVD (10) et Carg (26) 1) Lot 1: Nord Kivu (9), Single Stage - One En attente 2) Lot 2: Sud Kivu (9), 3) IDA / 57510 3. Capacity Building A posteriori Demande de prix Limited 90,000.00 0.00 2018-03-10 2018-05-05 2018-11-01 Envelope d'exécution Lot 3: Ituri (9), 4)Lot 4: Haut Uele (5), 5) Lot 5: Tanganyika (2) et 6) Lot 6: Tshopo (2) ZR-FSRDC-49377-GO-RFQ / Acquisition de 14 tronçonneuses pour Brigade d'entretien -THIMO: 1) Lot Single Stage - One En attente 1: Nord Kivu (4); 2) Lot IDA / 57510 3. Capacity Building A posteriori Demande de prix Limited 38,000.00 0.00 2018-03-06 2018-05-01 2018-10-28 Envelope d'exécution 2: Sud Kivu (4); 3) Lot 3; Ituri (2); 4)Lot 4: Haut Uele (2)); 5) Lot 5: Tanganyika (2) ZR-FSRDC-49609-GO-RFQ / Acquisition de 7 groupes motopompes pour Brigade d'entretien -THIMO Single Stage - One En attente 1) Lot 1: Nord Kivu (2), IDA / 57510 3. Capacity Building A posteriori Demande de prix Limited 30,000.00 0.00 2018-03-12 2018-05-07 2018-11-03 Envelope d'exécution 2) Lot 2: Sud Kivu (2), 3) Lot 3: Ituri (1), 4)Lot 4: Haut Uele (1), 5) Lot 5: Tanganyika (1) ZR-FSRDC-51040-GO-RFB / Acquisition de 6 Kits pour Single Stage - One En attente IDA / 57510 3. Capacity Building A posteriori Appel d'offres Open - National 120,000.00 0.00 2018-03-07 2018-03-12 2018-04-23 2018-05-23 2018-06-27 2018-12-24 Mini-LABOSEM physique Envelope d'exécution dans un corridor ZR-FSRDC-49338-GO-RFQ / Acquisition de 50 tablettes 1. Support to Community Single Stage - One En attente IDA / 57510 A posteriori Demande de prix Limited 25,000.00 0.00 2018-02-10 2018-04-07 2018-10-04 pour MIS de Kalemie et Resilience Envelope d'exécution filières agricoles ZR-FSRDC-51041-GO-RFQ / Single Stage - One En attente Acquisition LABOSEM IDA / 57510 3. Capacity Building A posteriori Demande de prix Limited 50,000.00 0.00 2018-12-01 2019-01-26 2019-07-25 Envelope d'exécution phytosanitaire du Sud Kivu ZR-FSRDC-51046-GO-RFB / Single Stage - One En attente Acsuisition des équipements IDA / 57510 3. Capacity Building A posteriori Demande de prix Limited 45,000.00 0.00 2018-11-28 2019-01-23 2019-07-22 Envelope d'exécution pour LABO INERA ZR-FSRDC-120248-GO-RFQ / Acquisition de 2 Véhicules Single Stage - One En attente 4 X 4 cinq portes pour IDA / 57510 3. Capacity Building A posteriori Demande de prix Limited 100,000.00 0.00 2019-06-27 2019-08-22 2020-02-18 Envelope d'exécution IPAPEL et SENASEM pour la province de Tanganyika ZR-FSRDC-120255-GO-RFQ / Acquisition de 8 motos Single Stage - One En attente pour IPAPEL et SENASEM IDA / 57510 3. Capacity Building A posteriori Demande de prix Limited 36,000.00 0.00 2019-06-26 2019-08-21 2020-02-17 Envelope d'exécution pour la province de Tanganyika ZR-FSRDC-121711-GO-RFQ / Acquisition de trois (3) appareils Topographique Single Stage - One En attente IDA / 57510 3. Capacity Building A posteriori Demande de prix Limited 50,000.00 0.00 2019-07-18 2019-09-12 2020-03-10 Station Totale pour OVD Envelope d'exécution dans les provinces de Tshopo, Ituri et Tanganyika NON CONSULTING SERVICES Page 2 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 ZR-FSRDC-139684-NC-RFQ / Recrutement d'un Consultant firme/individuel pour la traduction de 1. Support to Community Single Stage - One En attente IDA / 57510 A posteriori Demande de prix Limited 3,500.00 0.00 2019-10-11 2019-10-22 2020-04-19 documents de travail du Resilience Envelope d'exécution Fonds Social de la RDC du Français en Anglais et de l'Anglais en Français. 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 ZR-FSRDC-46218-CS-UN / Recrutement de FAO pour la mise en œuvre des filières Passation de agricoles dans le corridor 2. Livelihoods and marchés auprès IDA / 57510 A priori Direct 1,294,186.00 1,508,910.79 Signé 2018-02-10 2018-08-09 Kalemie-Nyunzu - bassins de Employment Generation des agences de Kyoko, Kasanga-Nyemba et l'ONU Kisunkulu, Province de Tanganyika ZR-FSRDC-46241-CS-QCBS / Recruitement d'un Sélection fondée consultant pour la 1. Support to Community Open - En cours IDA / 57510 A posteriori sur la qualité et 100,000.00 0.00 2018-02-01 2018-02-02 2018-02-04 2018-02-05 2018-02-15 2018-02-25 2018-03-09 2019-03-09 réalisation de audit financier Resilience International d'exécution le coût et comptable des exercices 2017, 2018 et 2019 ZR-FSRDC-46235-CS-FBS / Recrutement d'une ONG partenaire de la mise en Sélection dans le œuvre des filières agricoles 2. Livelihoods and En attente IDA / 57510 A posteriori cadre d'un budget Open - National 365,880.00 0.00 2018-01-26 2018-01-26 2018-01-29 2018-01-29 2018-02-09 2018-03-10 2018-03-18 2020-07-05 dans le bassin de Panda, Employment Generation d'exécution déterminé corridor de Kalemie- Nyunzu, Province de Tanganyika ZR-FSRDC-87769-CS-CQS / Recrutement d'un Consultant- Sélection fondée firme pour mener l'enquête 2. Livelihoods and sur les En cours IDA / 57510 A posteriori Open - National 300,000.00 0.00 2018-11-23 2018-11-26 2018-12-10 2018-12-14 2018-12-31 2019-03-29 finale d'évaluation d'impact Employment Generation qualifications des d'exécution de la composante THIMO consultants urbain du Projet STEP. ZR-FSRDC-121707-CS-QCBS / Recruitment d'un consultant pour la réalisation d' Audit Sélection fondée 1. Support to Community Open - En attente technique externe du Projet IDA / 57510 A posteriori sur la qualité et 450,000.00 0.00 2019-07-08 2019-07-10 2019-07-13 2019-07-14 2019-07-16 2019-07-18 2019-07-21 2020-07-20 Resilience International d'exécution pour la Stabilisation de l'Est le coût de la RDC pour la Paix "STEP" pour les exercices 2017, 2018 et 2019, 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 Page 3 ZR-FSRDC-110894-CS-CDS / Recrutement de l'Institut National de Préparation Sélection de 1. Support to Community En attente Professionnel « INPP » IDA / 57510 A priori consultants par Direct 400,000.00 0.00 2019-04-19 2019-04-29 2019-07-03 2019-12-30 Resilience d'exécution pour la formation des entente directe bénéficiaires « THIMO sociaux », deuxième phase ZR-FSRDC-120259-CS-INDV / Recrutement de consultants 1. Support to Community En attente individuels/panels pour IDA / 57510 A posteriori Individuel Limited 50,000.00 0.00 2019-06-30 2019-07-02 2019-07-07 2019-07-17 2019-07-23 Resilience d'exécution appuyer le FSRDC dans les évaluations des offres. Page 4