The United Republic of Tanzania Procurement Plan for Project Preparation Advance Activities General 1. Project Information Country: The United Republic of Tanzania Project Name: Land Tenure Improvement Project (LTIP) Project ID: P164906 2. Project Implementation Agency: Ministry of Lands, Housing and Human Settlements Development 3. Date of the Procurement Plan: 11/10/2018 4. Period Covered by this procurement plan: 06 months I. 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 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. II. Bank’s Standard Procurement Documents: 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. III. 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 Act, 2011, The Public Procurement (Amendment) Act, 2016 and the Regulations, 2016, such arrangements shall be subject to paragraph 5.3 and 5.4 of the Procurement Regulations and the following conditions: o There should be no mandatory requirements for inclusion of local experts and firms for the consulting assignments; o There should be no exclusive preference based on threshold prescribed in PPA and its Regulations; o Negotiations with the lowest evaluated bidder to reduce price in the case of goods, works and non-consulting services where competitive methods have been used shall not be allowed; o The fixed budget method shall not be used for goods, works and non-consulting services; 1 o Established and approved procurement standards by the government may be used, provided that they are not restrictive When other national procurement arrangements other than national open competitive procurement arrangements are applied by the Borrower, such arrangements shall be subject to paragraph 5.53 of the Procurement Regulations. In accordance with paragraph 5.4(c) and 5.5 of the Procurement Regulations, the request for bids/request for proposals/request for quotations document shall require that Bidders/Proposers submitting Bids/Proposals/quotations 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. IV. Prequalification: Not Applicable V. Leased Assets as specified under paragraph 5.10 of the Procurement Regulations: Not Applicable VI. Procurement of Second Hand Goods as specified under paragraph 5.11 of the Procurement Regulations: Not Applicable VII. Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). Not Applicable Domestic preference is not applicable for National Open Competitive Procurement VIII. Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations is Applicable. Not Applicable IX. Other Relevant Procurement Information Not Applicable 2 X. Threshold for Prior Review, Procurement Approaches and Methods – Good, Works and Non-Consulting Services Procurement Approaches and Methods (US$ millions) Prior Review (US$ Category millions) Open International Open National Request for Quotation (RfQ) Works ≥5 ≥ 15 <15 ≤ 0.2 Goods, IT, and non-consulting services ≥ 1.5 ≥5 <5 ≤ 0.1 Post Review: All contracts not subject to prior review shall be subject to post review. Summary of the procurement packages for Good, Works and Non-Consulting Services Sr. No Contract Description Estima Review Market Selection Evaluation Procurement Prequali Domesti Expecte Expected ted by Approach Method Options Process fication c d date of date of Cost Bank (Open- (RFP, RFB, (Most (Single (Yes/ Preferen bid/ Contract (US$) (Prior/ National/ RFQ, DS Advantageo stage-single No) ce proposal Signature Post) Limited etc.) us Bid, envelope (Yes/No) opening etc.) BAFO, etc.) Rated Criteria etc.) GOODS Total Goods WORKS Total works NON-CONSULTING SERVICES Total Non- Consulting Services 3 XI. Thresholds for Prior Review, Selection Approaches and Methods – Consulting Services Category Prior Review (US$ Short List of National Consultants millions) Consulting Services Engineering and Construction Supervision Consultants (Firms) ≥ 0.5 ≤ 0.3 ≤ 0.3 Individual Consultants ≥ 0.2 n.a. n.a. Note: Consultancy services estimated to cost equivalent to US $ 300,000 and above per contract shall be advertised in the United Nations Development Business (UNDB) online in addition to advertising in national newspaper(s) of wide circulation and/or regional newspaper. XII. Summary of the procurement packages for Consulting Services Sr. No Contract Description Estimated Review Market Selection Method Shortlisting Expected date Expected date Cost (US$) by Bank Approach (Open (QCBS, FBBS, (Yes/ No) of bid/ proposal of Contract (Prior/ -International/ LCBS, QBS, opening Signature Post) National/ etc.) CQS, DS etc.) 1 Consultancy Services for preparation of YesNo an Environmental and Social 53,097 Post DSNational QBSIC Management Framework 2 Consultancy Services for preparation of IC YesNo Social Assessment for Land Tenure 22,555 Post DS Improvement Project 3 Preparation of theA Resettlement Policy IC YesYes Framework (Rpf) for The Land Tenure 6,336 Post DS Improvement Project 4 Provision of Consultancy Services for IC No Technical Adviser for Preparations of 83,935 Post Open-National Land Tenure Improvement Project 5 Consultancy Services for Preparation of IC Commented [RJM1]: Going by the scope, the estimated Terms of References and RFP for amount is on the higher side. selecting Consultant for design, and Post Open-National YesNo 80,000 Supervision of construction of ILMIS compliant Zonal, Municipal and District Office Buildings 6 Consultancy Services for preparation of Post Open- National IC YesNo Terms of References and RFP for selecting a consultant for design, 58,500 Implementationse. of Upgrading and Enhancement and Assessment of ICT 4 infrastructure and Data Conversion Requirement 7 Consultancy Services for Preparation of Post Open -National IC YesNo Terms of References and Bid documents 48,100 for procurement of ortho photo and Base Maps 8 Consultancy Services for review of Post Open- National IC YesNo specifications and assist in tender process and preparation of Bid documents for the 48,100 detailed design and establishment of Continuously Operating Reference Station (CORS) 9 Consultancy Services for preparation of Post Open - National CQS No detailed work arrangement for mass registration in urban areas including 54,600 preparation of implementation guidelines, terms of reference and Bid documents 10 Consultancy Services for Review of Post Open -National CQS No specification and statement of requirements for Valuation Functions and 61,750 preparation of terms of reference and Bid documents for developing ILMIS compliant Land Value Maps 11 Consultancy Services for Review and Post Open - National IC YesNo. preparation of Terms of References and RFP to procure Consultancy Services to 32,500 review prepare or update and harmonize land-related policies and laws. 12 Consultancy Services for conducting Post Open - National 195,000 QCBSCQS NoNo baseline survey. Total Consulting Services 774,473 5 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 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. 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. 2For 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. 3A 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. 6 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. 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: 4Inspections 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. 7 PROCUREMENT Tanzania : Land Tenure Improvement Project PLAN General Information Country: Tanzania Bank’s Approval Date of the Original Procurement Plan: 2019-05-10 2019-05-10 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P164906 GPN Date: Project Name: Land Tenure Improvement Project Loan / Credit No: / Executing Agency(ies): Ministry of Lands, Housing and Human Settlements Development 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$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual NON CONSULTING SERVICES Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) (US$) 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 INDIVIDUAL CONSULTANTS Page 1