Procurement Plan I. General 1. Project Information Country : Kenya Recipient : Republic of Kenya Project Name : Development Response to Displacement Impacts Project Phase II Loan Credit No. : IDA 60210 2. Bank’s Approval Date of the Procurement Plan : May 24, 2017 3. Date of General Procurement Notice : May 24, 2017 4. Period Covered by this procurement plan : 18 months II. Goods, Works, and Non-Consulting Services 1. Thresholds for the Method of Procurement: Method of Procurement Thresholds for Method (US$ equivalent) Open International (Goods) Equal to or more than 3 million Open National (Goods) – Open Tender as per < $3 million and > 100,000 PPDA 2015 RFQ (Goods) Less than 20,000 or as stipulated in Kenya Procurement Regulations 2017 Open International (Works) Equal to or more than 15 million Open National (Works) - Open Tender as per Less than 15 million PPDA 2015 RFQ (works) Less than 20,000 or as stipulated in Kenya Procurement Regulations 2017 Open International (Non-consulting Services) Equal to or More than 3 million Open National (Non-consulting Services) - Less than 3 million Open Tender as per PPDA 2015 1 Method of Procurement Thresholds for Method (US$ equivalent) Direct Contracting No threshold; meet requirements of Bank’s Procurement Regulations Prior Review: The details of the Procurement review / oversight are defined in the Annex II of the Regulations for borrowers. The following would be subject to Prior review of the Bank regardless of the Method of selection (Project Procurement Risk Rating is “High”): (a) Goods: First procurement under the project irrespective of value and all procurements estimated to cost more than USD 1.5 million (b) Consulting Services: First procurement under the project irrespective of value and all procurements estimated to cost more than USD 0.5 million; and The prior review thresholds will be reviewed during the implementation of the project and modified, based on the risk assessment. 2. For contracts subject to prior review, the Borrower shall seek the Bank’s no objection before agreeing to: a. an extension of the stipulated time for execution of a contract that has an impact on the planned completion of the project; b. any material modification of the scope of the Works, Goods, Non-consulting services or Consulting Services, or other significant changes to the terms and conditions of the contract; c. any variation order or contract amendment (except in cases of extreme urgency), including due to extension of time, that singly or combined with all previous variation orders or amendments, increases the original contract amount by more than 15% (fifteen percent); or d. the proposed termination of the contract. The Borrower / IA shall provide a copy of all amendments to the contract to the Bank for its records. 3. Prequalification Not Applicable Domestic Preference. The provision of domestic preference shall not be applied in the evaluation of bids in accordance with Annex VI of the Regulations. 4. Reference to Standard Procurement Documents Bank’s Standard RFB Goods and RFP Consulting Services dated July 2016 will be used as a base and incorporating suitable modifications and the same would be agreed with the Bank subject international competition. 5. Any Other Special Procurement Arrangements A. Procurement approach under CDD Approach by Communities: 2 The project largely follows the CDD approach and procurement by the communities will follow Procurement Regulations paragraph 6.52 and Annex XII - Selection Methods paragraph 6.9 and 6.10. The procurement arrangement at community level and oversight mechanism such as citizen engagement and social audit and accountability will be detailed in the Project Operations Manual and in line with ‘Guidance Note for Design and Management of Procurement Responsibilities in Community Driven Development Projects’, dated March 15, 2012. The procurement arrangement shall be simple to enable the communities carry out their own procurement activities with little or no assistance from national/county/sub-county officials. The fiduciary assurance shall come from citizen engagement, disclosure at community level, social audit, and use of women-led procurement committees at community level. B. When approaching the national market, as agreed in the Procurement Plan, the Open Tender procedure of Public Procurement and Asset Disposal Act 2015 and Regulations 2017 may be used. The specific Requirements for national open competitive procurement include the following: a. open advertising of the procurement opportunity at the national level; b. the procurement is open to eligible firms from any country; c. 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; d. contracts with an appropriate allocation of responsibilities, risks, and liabilities; e. publication of contract award information; f. rights for the Bank to review procurement documentation and activities; g. an effective complaints mechanism; and h. maintenance of records of the Procurement Process. Other national procurement arrangements (other than national open competitive procurement), that may be applied by the Borrower (such as limited/restricted competitive bidding, request for quotations/shopping, direct contracting), 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. In all cases, the national procurement procedures to be used shall give due attention to quality aspects. 6. The bid evaluation will be carried out according to the agreed timeline in the Procurement Activity Schedule. III. Selection of Consultants 1. Methods and Prior Review Threshold 3 Selection methods of procurement of Consultants' Services (Firms): The Approved Selection Methods as reflected in the Section VII of the procurement regulations Method of Procurement Thresholds for Methods Quality and Cost Based Selection As per requirements of para 7.3 of the Regulations (QCBS) Quality Based Selection (QBS) As per requirements of para 7.8 to 7.10 of the Regulations Selection based on a Fixed As per requirements of para 7.4 and 7.5 of the Regulations Budget (FBS) Selection Based on Least Cost As per requirements of para 7.6 and 7.7 of the Regulations Basis (LCS) Selection based on Consultant’s As per requirements of para 7.11 and 7.12 of the Qualification (CQ) Regulations Direct Must meet the requirements of Para 7.13 to 7.15 of the Regulations, and with prior agreement in PP with the Bank. The short list may consist of all National consultants in case the estimated cost is less than USD 300,000 Procurement methods for Selection of Individual Consultants (IC): The Approved Selection Methods as reflected in the Section VII of the procurement regulations Method of Procurement Thresholds for Methods Open Competitive Selection As per requirements of para 7.36 and 7.37 of the Regulations Limited Competitive Selection As per requirements of para 7.38 of the Regulations Direct Must meet the requirements of Para 7.39 of the Regulations, and with prior agreement in PP with the Bank *Shall meet the requirements as stated in Regulations Prior Review Thresholds: The details of the Procurement review / oversight are defined in the Annex II of the Regulations for borrowers. The following would be subject to Prior review of the Bank regardless of the Method of selection: (a). Consulting Firm: First procurement under the project irrespective of value and all procurements estimated to cost more than USD 0.5 million. (b). Individual Consultant: all procurements estimated to cost more than USD 0.2 million Terms of Reference (ToR) for all consultant contracts shall be furnished to the Bank for its prior review and No Objection. 4 PROCUREMENT Eastern Africa : Development Response to Displacement Impacts Project (DRDIP) in the Horn of Africa PLAN General Information Country: Eastern Africa Bank’s Approval Date of the Original Procurement Plan: 2017-05-25 2019-07-18 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P161067 GPN Date: Project Name: Development Response to Displacement Impacts Project (DRDIP) in the Horn of Africa Loan / Credit No: IDA / 60210, IDA / D1840 Executing Agency(ies): Executive Office of the President, Department for Development of Arid and Semi-Arid Regions WORKS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual GOODS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual KE-DASAR-14285-GO-RFB / SUPPLY OF VIDEO Single Stage - One IDA / 60210 Post Request for Bids Open - National 56,684.85 Signed 2017-05-16 2017-05-21 2017-07-02 2017-08-01 2017-09-05 2018-03-04 CONFERENCING Envelope EQUIPMENT KE-DASAR-14280-GO-RFB / SUPPLY OF ICT Under EQUIPMENT (COMPUTERS, Single Stage - One IDA / 60210 Post Request for Bids Open - National 462,294.77 Implementati 2017-05-16 2017-05-21 2017-07-02 2017-08-01 2017-09-05 2018-03-04 LAPTOPS, IPADS, Envelope on PRINTERS, CAMERAS AND PROJECTORS) KE-DASAR-14275-GO-RFB / Single Stage - One SUPPLY OF 4X4 IDA / 60210 Post Request for Bids Open - National 875,389.27 Signed 2017-05-16 2017-05-21 2017-07-02 2017-08-01 2017-09-05 2018-03-04 Envelope VEHICLES KE-DASAR-14293-GO-RFQ / Procurement of 30 GmPRS Request for Single Stage - One IDA / 60210 Post Open - National 25,165.57 Signed 2017-10-21 2017-12-16 2018-06-14 Smart Phones for project Quotations Envelope staff. KE-DASAR-14283-GO-RFB / Single Stage - One SUPPLY OF FIRE PROOF IDA / 60210 Post Request for Bids Open - National 0.00 Canceled 2017-05-16 2017-05-21 2017-07-02 2017-08-01 2017-09-05 2018-03-04 Envelope FILING CABINETS KE-DASAR-14278-GO-RFB / Request for Single Stage - One SUPPLY OF IDA / 60210 Post Limited 0.00 Canceled 2017-07-12 2017-09-06 2018-03-05 Quotations Envelope MOTORCYCLES KE-DASAR-16828-GO-APA / 1).OFFICE DESKS WITH DRAWERS Request for Single Stage - One IDA / 60210 Post Limited 0.00 Canceled 2017-06-22 2017-06-27 2017-07-27 2017-08-26 2017-09-16 2018-03-15 2).OFFICE CHAIRS Quotations Envelope 3).COMPUTER TABLES/DESKS KE-DASAR-14303-GO-RFB / Pending Request for Single Stage - One Purchase of 6 fireproof filing IDA / 60210 Post Limited 0.00 Implementati 2017-11-28 2018-01-23 2018-07-22 Quotations Envelope cabinets for project. on Page 1 KE-DASAR-14304-GO-RFB / Purchase of office furniture (steel filing cabinets, Under executive office chairs, Request for Single Stage - One IDA / 60210 Post Limited 16,397.61 Implementati 2017-11-28 2018-01-23 2018-07-22 executive office desk with Quotations Envelope on drawers, etc) for project offices nationally and counties. KE-DASAR-14305-GO-RFB / Under Request for Single Stage - One Purchase of 10 motorcycles IDA / 60210 Post Limited 35,974.80 Implementati 2017-11-28 2018-01-23 2018-07-22 Quotations Envelope for county services. on KE-DASAR-14306-GO-RFB / Under Purchase of 33 seater Request for Single Stage - One IDA / 60210 Post Limited 0.00 Implementati 2017-12-17 2018-02-11 2018-08-10 minibus (1) and a saloon car Quotations Envelope on five (5) seater (1) for project KE-DASAR-14310-GO-RFB / Purchase of 2 office Request for Single Stage - One IDA / 60210 Post Limited 27,450.89 Signed 2017-12-23 2018-02-17 2018-08-16 photocopiers for NPIU Quotations Envelope headquarters. KE-DASAR-14311-NCB-RFB / Procurement and Single Stage - One IDA / 60210 Post Request for Bids Open - National 0.00 Canceled 2017-12-18 2017-12-23 2018-02-03 2018-03-05 2018-04-09 2018-10-06 installation of 1 server at Envelope NPIU offices Nairobi. KE-DASAR-113729-GO-RFB / Purchase and install server Single Stage - One IDA / 60210 Post Request for Bids Open - National 0.00 Canceled 2019-05-07 2019-05-12 2019-06-23 2019-07-23 2019-08-27 2020-02-23 in Harambee House at Envelope NPIU KE-DASAR-114026-GO-RFQ / tO SUPPLY AND Pending INSTALL SERVER AT Request for Single Stage - One IDA / 60210 Post Limited 0.00 Implementati 2019-05-13 2019-07-08 2020-01-04 NPIU OFFICES AT Quotations Envelope on HARAMBEE HOUSE NAIROBI NON CONSULTING SERVICES Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) (US$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Market Contract Type Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Approach (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual KE-DASAR-14286-CS-QCBS / CONSULTANT FOR Quality And Cost- STRATEGY AND QUALITY IDA / 60210 Post Open - National 0.00 Canceled 2017-05-16 2017-06-06 2017-07-20 2017-08-17 2017-09-16 2017-10-21 2017-11-25 2018-11-25 Based Selection ASSURANCE. INDIVIDUAL CONSULTANCY KE-DASAR-14290-QCBS- RFP / To engage consultancy Quality And Cost- Open - Under services to undertake IDA / 60210 Post 0.00 2017-10-16 2017-10-16 2017-10-16 2017-10-16 2017-10-16 2017-10-16 2017-10-16 Based Selection International Implementation baseline survey in the five sub-counties of project area. Page 2 KE-DASAR-14295-QCBS- RFP / Hire of Consultancy services to design, develop, Quality And Cost- Under IDA / 60210 Post Open - National 292,144.34 2017-10-19 2017-11-09 2017-12-23 2018-01-20 2018-02-19 2018-03-26 2018-04-30 2019-04-30 install and train Based Selection Implementation Management Information System. KE-DASAR-14314-QCBS- RFP / Hire Consultancy Services for Non-Profit Quality And Cost- Open - IDA / D1840 Prior 1,634,449.26 Signed 2018-04-04 2018-04-25 2018-06-08 2018-07-06 2018-08-05 2018-09-09 2018-10-14 2019-10-14 Making Organization (NGO) Based Selection International for Dadaab Sub-County for two year contract renewable. KE-DASAR-14312-QCBS- RFP / Hire of Consultancy Services for Non-Profit Quality And Cost- Open - Making Organization (NGOs) IDA / D1840 Prior 1,332,492.37 Signed 2018-04-04 2018-04-25 2018-06-08 2018-07-06 2018-08-05 2018-09-09 2018-10-14 2019-10-14 Based Selection International for Turkana West Sub- County for a two year contract renewable KE-DASAR-14313-QCBS- RFP / Hire of Consultancy Services for Non-Profit Quality And Cost- Open - Under Making Organization (NGO) IDA / D1840 Prior 0.00 2018-04-04 2018-04-25 2018-06-08 2018-07-06 2018-08-05 2018-09-09 2018-10-14 2019-10-14 Based Selection International Implementation for Wajir South Sub-County for two year contract renewable. KE-DASAR-142315-QCBS- RFP / Hire Consultancy Services for Non-Profit Quality And Cost- Open - IDA / D1840 Prior 1,351,635.17 Signed 2018-04-04 2018-04-25 2018-06-08 2018-07-06 2018-08-05 2018-09-09 2018-10-14 2019-10-14 Making Organization (NGO) Based Selection International for Fafi Sub-County for two year contract renewable. KE-DASAR-14316-QCBS- RFP / Hire Consultancy Services for Non-Profit Quality And Cost- Open - IDA / D1840 Prior 1,463,093.50 Signed 2018-04-04 2018-04-25 2018-06-08 2018-07-06 2018-08-05 2018-09-09 2018-10-14 2019-10-14 Making Organization (NGO) Based Selection International for Lagdera Sub-County for two year contract renewable. INDIVIDUAL CONSULTANTS Page 3