PROCUREMENT PLAN (Textual Part) Project information: COMESA: Great Lakes Trade Facilitation project P151083[country] [Project name] [P-number] Project Implementation agency: [insert legal name]COMESA Secretariat Date of the Procurement Plan: [insert date]14 June 2016 Period covered by this Procurement Plan: [insert from – to period]1 July 2016 – December 31, 2017 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. 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 COMESA Procurement Implementation Rules of November 2005 (as amended by the Council and 2007)[insert appropriate references to the national procurement legislation], such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions. 1. Rule of origin of the goods: requires that all goods, works and services procured by the COMESA Secretariat shall originate in COMESA and requires tenderers to provide evidence of this through provisions of a certificate of origin duly made out by the competent authority of the supplier’s country of origin. Exceptions require written approval by the COMESA Secretary General. Under bank financed activities this will not apply 2. Participation in bidding: Open competition will be the default method of bidding. Restrictions whereby the Secretariat may deny bidders participation based on restriction for bidding to bidders being nationals of any non-Member States own or controlled bidders or to bidders who have substantial business activities in the territory of the Member State under whose laws it is constituted will not apply. Neither will restriction based on region. 3. Conditions for Use of Restricted Tendering: The restriction by COMESA under restricts tendering process whereby to only those bidders invited by the Secretariat will not apply under Bank financing; 4. Fraudulent practice: COMESA provisions on Fraud and Corruption will be modified to conform with the Banks definition of fraud and corruption which includes cross debarment 5. Tender Security: Tender security will not be restricted to the use of bid security from commercial banks and or bid bonds from insurance firms. At the option of the COMESA Secretariat, use may be made of Bid securing declaration in lieu of requests for provisions of bid security 6. Selection of consultants: Selection of consultant services based on methods and selection process as contained in the Banks Consultants Guidelines will apply in the selection of consultants services 7. Standard Bidding Documents: COMESA will use where possible the banks Standard Bidding documents in cases where COMESA does not have its own standard bidding documents. Where use is made of COMESA’s own Standard Bidding documents, the Bank will review and clear these to ensure they include minimum Banks policy for procurement and selection of consultants. List only the applicable conditions required to ensure consistency with paragraph 5.4 of the Procurement Regulations. If no conditions apply, delete the phrase “and the following conditions”. 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. Otherwise state “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 Otherwise state “Not Applicable”. Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). Specify for each Goods: [is not applicable/is applicable for those contracts identified in the Procurement Plan tables]; Works: [is not applicable/is 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 is Applicable. [Include this sentence only if the Bank has formally agreed to provide the Borrower with HEIS. Otherwise delete] Other Relevant Procurement Information. Provide any other relevant procurement information such as procedures for CDD components, Procurement in Situations of Urgent Need of Assistance or Capacity Constraints etc. Contracts selected on basis of CQS, LCS and FBS may not exceed cost estimate of US$200,000 equivalent. 1. Terms of Reference (TOR): TOR for all consulting assignments (firms and individual consultants) irrespective of selection method or value will be subject to prior review by the Bank. 2. Short list comprising entirely of national consultants: Short list of consultants for services, estimated to cost less than US$100,000 equivalent per contract, may comprise entirely of national consultants in accordance with the provisions of paragraph 2.7 of the Consultant Guidelines. In the case of this COMESA implemented project, the national consultants at the option of COMESA may be consultants from one member country or from the entire group of COMESA countries. PROCUREMENT Africa : AFR RI-Great Lakes Trade Facilitation PLAN General Information Country: Africa Bank’s Approval Date of the Original Procurement Plan: 2017-03-28 2019-04-26 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P151083 GPN Date: 2016-12-06 Project Name: AFR RI-Great Lakes Trade Facilitation Loan / Credit No: IDA / 57240 Executing Agency(ies): Cellule Infrastructures WORKS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) (US$) 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 ZR-CI-5425-CW-RFB / Conception et réalisation des travaux de construction des (a) infrastructures et installations aux postes Open - Single Stage - One En cours IDA / 57240 A priori Appel d'offres 0.00 2017-04-06 2017-06-22 2017-06-22 2017-04-11 2017-08-31 2017-09-30 2017-11-04 2019-11-01 frontaliers de (i) petite International Envelope d'exécution barrière de Goma, (ii) Ruzizi 1, (iii) Kasindi et (iv) Bunagana et (b) deux marchés frontaliers. ZR-CI-5426-CW-RFQ / Travaux provisoires au poste Single Stage - One IDA / 57240 A posteriori Demande de prix Limited 180,010.70 Signé 2017-04-19 2017-06-14 2017-10-13 frontalier de la petite Envelope barrère au Nord Kivu ZR-CI-5648-CW-RFQ / Travaux provisoires au poste Single Stage - One IDA / 57240 A posteriori Demande de prix Limited 204,622.10 Signé 2017-04-19 2017-06-14 2017-10-13 frontalier de Ruzizi 1 au Envelope Sud Kivu ZR-CI-96037-CW-RFQ / Relocalisation des toilettes et construction d'un bloc Single Stage - One sanitaire réservé aux IDA / 57240 A posteriori Demande de prix Limited 24,027.85 Signé 2019-01-23 2019-02-21 2019-03-23 Envelope personnes à mobilité réduite au poste frontalier de la Petite Barrière à Goma 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 ZR-CI-5652-GO-RFQ / Equipement de bureau pour Single Stage - One IDA / 57240 A posteriori Demande de prix Limited 0.00 Annulé 2016-12-14 2017-02-08 2017-02-23 la Coordination Provinciale Envelope du Nord Kivu ZR-CI-5441-GO-RFQ / Equipement de bureau pour Single Stage - One IDA / 57240 A posteriori Demande de prix Limited 0.00 Annulé 2016-12-14 2017-02-08 2017-02-23 la Coordination Provinciale Envelope du Sud Kivu ZR-CI-5408-GO-RFQ / 3 véhicules 4x4 (2 pour la Single Stage - One Coordination Provinciale du IDA / 57240 A posteriori Demande de prix Limited 0.00 Annulé 2016-10-30 2016-12-25 2017-02-23 Envelope Nord Kivu et 1 pour celle du Sud Kivu) Page 1 ZR-CI-16132-GO-DIR / Fournitures et installation des lampadaires aux zones Passation de frontières de la Petite IDA / 57240 A priori marché de gré à Direct 62,700.00 Signé 2017-05-25 2017-06-01 2017-06-12 2017-07-12 Barrière de Goma et de la gré Ruzizi 1 avec le Fournisseur GOSHOP ZR-CI-16142-GO-RFQ / Fourniture et installation des 6 toilettes chimiques, 4 poubelles et 4 bancs de Single Stage - One IDA / 57240 A posteriori Demande de prix Limited 16,500.00 Signé 2017-04-28 2017-05-24 2017-06-08 repos dans le cadre Envelope d'aménagement provisoire de la zone frontière de la Petite Barrière de Goma ZR-CI-16139-GO-RFQ / Fourniture et installation des 6 toilettes chimiques, 4 poubelles et 4 bancs de Single Stage - One IDA / 57240 A posteriori Demande de prix Limited 15,200.00 Signé 2017-04-28 2017-05-24 2017-06-08 repos dans le cadre Envelope d'aménagement provisoire de la zone frontière de la Ruzizi 1 ZR-CI-5410-GO-RFQ / Matériels informatique pour Single Stage - One IDA / 57240 A posteriori Demande de prix Limited 2,320.00 Signé 2017-01-10 2017-03-07 2017-03-22 le personnel PFCGL de la Envelope CI (Goma et Kinshsasa) ZR-CI-68778-GO-RFQ / Fourniture du mobilier de bureau pour l'équipement Single Stage - One IDA / 57240 A posteriori Demande de prix Limited 6,190.00 Signé 2018-07-14 2018-09-08 2018-11-07 des ouvrages provisoires au Envelope poste frontalier de Ruzizi 1 à Bukavu ZR-CI-68777-GO-RFQ / Fourniture du mobilier de bureau pour l'équipement Single Stage - One IDA / 57240 A posteriori Demande de prix Limited 6,700.00 Signé 2018-07-21 2018-09-15 2018-11-14 des ouvrages provisoires au Envelope poste frontalier de la Petite Barrière de Goma ZR-CI-91366-GO-RFQ / FOURNITURE D'ÉQUIPEMENTS DE VULGARISATION ET Single Stage - One En cours IDA / 57240 A posteriori Demande de prix Limited 0.00 2018-12-19 2019-01-17 2019-02-01 COMMUNICATION Envelope d'exécution PUBLIQUE AU POSTE FRONTALIER DE RUZIZI 1 AU SUD-KIVU. ZR-CI-110774-GO-DIR / Fourniture et installation de Kit solaire photovoltaïque Passation de pour l'alimentation en En attente IDA / 57240 A posteriori marché de gré à Direct 0.00 2019-04-21 2019-04-26 2019-05-27 2019-06-26 électricité du bâtiment d'exécution gré provisoire du poste frontalier de Ruzizi 1 à Bukavu au Sud-Kivu ZR-CI-110780-GO-RFQ / Fourniture et installation d'un système de Single Stage - One En attente vidéosurveillance au IDA / 57240 A posteriori Demande de prix Limited 0.00 2019-04-26 2019-06-17 2019-07-17 Envelope d'exécution bâtiment provisoire du poste frontalier de Ruzizi 1 à Bukavu au Sud-Kivu NON CONSULTING SERVICES Page 2 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 ZR-CI-5650-NC-RFQ / Impression de 10 000 premiers exemplaires de la charte du commerçant et Single Stage - One IDA / 57240 A posteriori Demande de prix Limited 0.00 Annulé 2016-12-31 2017-02-25 2017-03-13 l'arrêté portant mise en Envelope œuvre du RECOS (Régime Commercial Simplifié) traduits en langue locale ZR-CI-68770-NC-RFQ / Relocalisation des toilettes à la Petite barrière à Goma et Single Stage - One En cours IDA / 57240 A posteriori Demande de prix Limited 0.00 2018-07-16 2018-09-10 2018-11-09 construction d'un bloc Envelope d'exécution sanitaire réservé aux personnes à mobilité réduite 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 ZR-CI-5404-CS-CQS / Sélection fondée Traduction, reproduction et sur les diffusion de la charte et du IDA / 57240 A posteriori Open - National 0.00 Annulé 2016-12-27 2017-01-17 2017-03-02 2017-04-01 2017-05-06 2017-07-20 qualifications des RECOS (Régime Commercial consultants Simplifié) ZR-CI-5645-CS-CQS / Revue organisationnelle de Sélection fondée l'Administration des services sur les Open - IDA / 57240 A posteriori 0.00 Annulé 2016-11-28 2016-12-19 2017-02-01 2017-03-03 2017-04-07 2017-09-07 des frontières et proposition qualifications des International d'un plan de renforcement consultants des capacités ZR-CI-5245-CS-QCBS / Sélection fondée Open - Elaboration du programme IDA / 57240 A priori sur la qualité et 0.00 Annulé 2017-03-10 2017-03-31 2017-05-14 2017-06-11 2017-07-11 2017-08-15 2017-09-19 2018-04-13 International de gestion du changement le coût ZR-CI-5420-CS-LCS / Audit financier externe des Sélection au Open - IDA / 57240 A priori 0.00 Annulé 2016-12-14 2017-01-04 2017-02-06 2017-03-06 2017-03-20 2017-04-07 2017-05-05 2018-06-15 exercices 2016 (y compris le moindre coût International PPF) et 2017 ZR-CI-5418-CS-QCBS / Evaluation environnementale et sociale pour les travaux des infrastructures et Sélection fondée installations de base du Open - En cours IDA / 57240 A priori sur la qualité et 0.00 2015-09-30 2015-10-21 2015-12-04 2016-01-01 2016-01-31 2016-12-29 2017-02-02 2017-06-02 commerce dans les zones International d'exécution le coût frontalières à Mahagi, Kasindi, Bunagana, Goma, Bukavu, Kavumu, Uvira et Kalemie ZR-CI-5417-CS-QCBS / Contrôle et surveillance des travaux de construction (i) des infrastructures et Sélection fondée Open - En cours installations aux postes IDA / 57240 A priori sur la qualité et 0.00 2017-01-16 2017-02-06 2017-03-22 2017-04-19 2017-05-19 2017-06-23 2017-07-28 2019-10-28 International d'exécution frontaliers de petite barrière, le coût Ruzizi 1, Kasindi et Bunagana et (ii) de deux marchés frontaliers Page 3 ZR-CI-5649-CS-QCBS / Etude de faisabilité de la phase 2 du projet (postes Sélection fondée Open - frontaliers de Mahagi et de IDA / 57240 A priori sur la qualité et 373,050.00 Signé 2016-12-14 2017-01-04 2017-02-17 2017-03-17 2017-04-16 2017-05-21 2017-06-25 2017-12-22 International Kavimvira, ports de Kalundu le coût et de Kalemie et aéroport de Kavumu) ZR-CI-5427-CS-QCBS / Enquête CAP VIH Sida dans Sélection fondée les zones frontalières à Open - En cours IDA / 57240 A priori sur la qualité et 0.00 2017-03-10 2017-03-31 2017-05-14 2017-06-11 2017-07-11 2017-08-15 2017-09-19 2017-12-15 Mahagi, Kasindi, Bunagana, International d'exécution le coût Goma, Bukavu, Kavumu, Uvira et Kalemie ZR-CI-5416-CS-CQS / Etude environnementale détaillée Sélection fondée de la phase 2 du projet sur les Open - En attente (postes frontaliers de Mahagi IDA / 57240 A priori 0.00 2017-07-03 2017-07-24 2017-09-06 2017-10-06 2017-11-10 2018-03-09 qualifications des International d'exécution et de Kavimvira, ports de consultants Kalundu et de Kalemie et aéroport de Kavumu) ZR-CI-59682-CS-CQS / Evaluation des Avant-Projets Sommaires pour les travaux de construction (a) des Sélection fondée infrastructures et sur les installations aux postes IDA / 57240 A posteriori Open - National 0.00 Annulé 2018-04-20 2018-05-11 2018-06-24 2018-07-24 2018-08-28 2018-10-27 qualifications des frontaliers (i) Petite Barrière consultants de Goma, (ii) Ruzizi 1, Kasindi et (iv) Bunagana et (b) de 3 marchés et plate- formes. INDIVIDUAL CONSULTANTS Page 4