SUMMARY O F PROCUREMENT PLAN Project Preparation Advancement Project information: Liberia Integrated Public Financial Management Reform Project II P165000 Project Implementation agency: Ministry of Finance and Development Planning Date of the Procurement Plan: April 24, 2018 Period covered by this Procurement Plan: July 1, 2017- December 31, 2018 Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 1, 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. 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 IPFMRP II): Thresholds*, Procurement Methods, and Prior Review Expenditure Contract (C) Value Contracts Subject to No Procurement Method Category Threshold* [eq. USD] Prior Review /[eq. US$] All contracts at or above Open Competition USD 5,000,000 are subject to 1 Works C ≥ 5,000,000 International Market Approach international advertising and Direct Contracting and the use of the Bank’s Expenditure Contract (C) Value Contracts Subject to No Procurement Method Category Threshold* [eq. USD] Prior Review /[eq. US$] SPDs (or other documents agreed with the Bank). 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 subject to Open Competition international advertising C ≥ 500,000 International Market Approach and the use of the Bank’s Goods, IT and and Direct Contracting SPDs (or other documents 2 non-consulting agreed with the Bank). services Open Competition National 100,000 < C < 500,000 None Market Approach C ≤ 100,000 RfQ None 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 National documents agreed with the Bank). 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, Based on approved Annual Workshops, This line activity is not subject to 5 All Values Work Plan & Budgets (AWPB) Study Tours 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 IPFMRP II *These thresholds are for the purposes of the initial procurement plan for the PPA and for 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. Prequalification. 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 IPFMRP II Program team will prepare Procurement manuals. The Procurement Plan will also form part of the Project Implementation Manual. Any Other Special Procurement Arrangements: None Procurement Packages/PLAN with Procurement Arrangements and Time Schedule: as per the Table below: b) PROCUREMENT PLAN Works There are no works under the Project Preparation Advance Goods and Non-Consulting Services 1 2 3 4 5 6 7 8 9 Ref. Description of Estimate Selection Review Expected Expected Expected Comment No. Assignment d Method/ by Bank date of Contract Completio s Cost in Arrangeme (Prior / proposal Signature n US$ nt Post) submissi Date Date on 1. SLA for Wimax 99,000.00 RFQ Post N/A 21 Sep 17 31 Aug 18 Complete 2. SLA for Battery Bank 52,998.00 DS Post N/A 27 Jul 17 31 Jul 18 Complete 3. SLA for Data Center 52,998.00 RFQ Post N/A 27 Jul 17 20 Jul 18 Complete 4. Firm to configure and 750,000.00 RFB (IMA) Prior 10 Jul 17 21 Nov 17 20 May 18 roll out SIGTAS to revenue collection point 5. Procurement of 551,860.00 RFB (NMA) Post N/A 22 Jan 18 15 Jun 18 Evaluation hardware, data storage, Report network & under communication devices, review and licenses, etc. to secure stability of SIGTAS 6. Procurement of a 28,000.00 RFQ Post N/A 5 Mar 18 30 Apr 18 Complete Vehicle for LRA to facilitate Regional Dialogue on DRM Consultancy Services 1 2 3 4 5 6 7 8 9 Ref. Description of Estimated Selection Review Expected Expected Expected Comments No. Assignment Cost in Method/ by Bank date of Contract Completio US$ Arrangeme (Prior / proposal Signature n nt Post) submissi Date Date on 1. PSM for various 143,954.00 DS Post 05 Jul 17 28 Jul 17 30 Jun 18 Received IDA No FreeBalance objection for Application Modules Direct Selection 2. TA (ITAS Advisor) to 271,014.00 IC Post 15 Jan 18 21 Feb 18 30 Jun 18 ToR submitted; provide support for Received IDA No system stability Objection. Complete 3. TA to cost and 45,000.00 IC Post 6 Dec 17 15 Jan 18 21 Mar 18 ToR submitted; validate the Domestic Received IDA No Resource Mobilization Objection. Strategy Complete. 4. TA (Senior DBA) to 132,000.00 IC Post 6 Dec 17 15 Jan 18 30 Jun 18 ToR submitted; provide support to Received IDA No SIGTAS stability Objection. Complete 5. TA (Local ITAS 72,000.00 IC Post 6 Dec 17 15 Jan 18 30 Jun 18 ToR submitted; Advisor) to provide Received IDA No support for the Objection. stability of the current Complete SIGTAS System 6. TA to conduct 150,000.00 CQS Post 6 Dec 17 30 Jan 18 26 Mar 18 ToR to be Business Process submitted to IDA Reengineering of the for Review and ITAS for LRA No Objection. 7. TA to develop Open 25,000.00 IC Post 20 Jul 17 29 Sep 17 28 Mar 18 ToR to be Budget national action submitted to IDA plan for Review and No Objection. 8. TA to undertake 190,000.00 CQS Post 12 Jul 17 21 Sep 17 20 Mar 18 ToR submitted; PFM/Procurement Received IDA No Capacity Needs Objection. Assessment and Complete. develop Capacity building strategy 9. TA to develop the 50,000.00 CQS Post 03 Jul 17 13 Sep 17 12 Nov 17 ToR to be M&E Results submitted to IDA Framework for the for Review and PFM Strategy No Objection. 10. International DS Prior 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; Procurement Specialist Received IDA No Objection. 199,800.00 Complete 11. Data Center Manager DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; Received IDA No Objection. 90,000.00 Complete 12. M & E Officer DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; Received IDA No Objection. 45,000.00 Complete 13. Change Management DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; Officer Received IDA No Objection. 45,000.00 Complete 14. Administration Officer DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; Received IDA No Objection. 36,000.00 Complete 15. Data Base DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; Administrator 1 Received IDA No Objection. 72,000.00 Complete 16. Data Base DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; Administrator 2 Received IDA No Objection. 72,000.00 Complete 17. Economic Consultant DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; Received IDA No Objection. 54,000.00 Complete 18. Administrative DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted, Assistant Received IDA No Objection. 12,600.00 Complete 19. NSA Coordinator DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; Received IDA No objection. 54,000.00 Complete 20. Grant Finance Officer DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; received IDA No Objection. 27,000.00 Complete 21. Senior Assistant DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; Internal Auditor received IDA No Objection. 45,000.00 Complete 22. Assistant Internal DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; Auditor received IDA No Objection. 36,000.00 Complete 23. Senior Assistant DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; Project Account received IDA No Objection. 36,000.00 Complete 24. Sylvia A. Squire DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; received IDA No Objection. 47,817.00 Complete 25. Kehleboe Gongloe DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; received IDA No Objection. 93,600.00 Complete 26. Jenkins T. Taylor DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; received IDA No Objection. 77,400.00 Complete 27. Gariston W. Bailey DS Post 05 Jul 17 02 Aug 17 30 Jun 18 ToR submitted; received IDA No Objection. 75,600.00 Complete Training and Workshop (Training & Workshop activities are subject to TTL clearance). Estimate Estimated Expected Ref. Training, workshop and study d Cost Duration Training/workshop No. tours in (US$) (Days) Date National Revenue Summit 10,000.00 1. 28 9 Apr 18 Validation of national open budget 25,000.00 2. national action plan 20 16 Apr 18 Validate PFM/Procurement Needs 10,000.00 3. Assessment and Capacity Building 10 02 Apr 18 Strategy 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 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 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. 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 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. 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. 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: PROCUREMENT Liberia : Public Financial Management Reforms for Institutional Strengthening PLAN General Information Country: Liberia Bank’s Approval Date of the Original Procurement Plan: 2019-12-13 2019-12-13 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P165000 GPN Date: 2019-11-01 Project Name: Public Financial Management Reforms for Institutional Strengthening Loan / Credit No: IDA / D5060 Executing Agency(ies): General Auditing Commission 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$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual LR-GAC-147497-GO-RFB / 3: Improving Public-Sector Pending Procurement of Laptops, and Single Stage - One IDA / D5060 Capacity for Enhanced Post Request for Bids Open - National 360,000.00 0.00 Implementati 2019-12-16 2019-12-21 2020-02-01 2020-03-02 2020-04-06 2020-10-03 other necessary materials to Envelope Oversight and Accountability on reduce audit backlog  LR-GAC-147482-GO-RFQ / 3: Improving Public-Sector Pending Request for Single Stage - One Procurement of 2 vehicles to IDA / D5060 Capacity for Enhanced Post Limited 60,000.00 0.00 Implementati 2019-12-21 2020-02-15 2020-05-15 Quotations Envelope perform audits Oversight and Accountability on NON CONSULTING SERVICES Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) Amount (US$) (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$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Market Contract Type Estimated Actual Draft Negotiated Description Component Review Type Method Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Approach Amount (US$) Amount (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Page 1