18 MONTHS PROCUREMENT PLAN Project information: Liberia; GETTING TO BEST IN EDUCATION PROJECT (G2B); P162089 Project Implementation agency: Ministry of Education Date of the Procurement Plan: June 23, 2017 Period covered by this Procurement Plan: January 2018 to August 2019 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 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: 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 REDISSE II project): Thresholds*, Procurement Methods, and Prior Review Contracts Subject to Expenditure Contract (C) Value No Procurement Method Prior Review / [eq. Category Threshold* [eq. US$] US$] Open Competition C ≥ 5,000,000 International Market ≥ 10,000,000 Approach and Direct Contracting 1 Works 200,000 < C < Open Competition None 5,000,000 National Market Approach C ≤ 200,000 Request for Quotation None Open Competition C ≥ 500,000 International Market ≥ 2,000,000 Approach and Direct Goods, IT and non-consulting 2 Contracting services 100,000 < C < 500,000 Open Competition None National Market Approach C ≤ 100,000 Request for Quotation None for C < 100,000 Consulting Services None National shortlist for selection of for 3 consultant firms Engineering and Construction C ≤ 200,000 Supervision None International shortlist for C ≥ 100,000 for ≥ 1,000,000 selection of consultant firms Consulting Services 4 for C > 200,000 ≥ 1,000,000 Engineering and Construction Supervision Selection of Individual ≥ 300,000 5 All Values IC and SSS consultants Training, Workshops, Study This line activity is not Based on approved Annual 6 Tours All Values subject to procurement Work Plan & Budgets Review. (Special procurement arrangements like direct contracting, use of SOEs, UN Agencies, third party monitors, local NGOs, Force Account, servants need, results based arrangements. It is not expected that there will need for prequalification in the procurement arrangements under G2B Project) *These thresholds are for the purposes of the initial procurement plan for the 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 REDISSE team will prepare Procurement manuals. The Procurement Plan will also form part of the Project Implementation Manual. Any Other Special Procurement Arrangements: Regional procurement collaboration under REDISSE is envisaged. Procurement Packages/PLAN with Procurement Arrangements and Time Schedule: as per the Table below: b) PROCUREMENT PLAN Works 1 2 3 4 5 6 7 8 9 10 11 Ref. Contract Estimated Procurement Prequali National Review Expected Expected Expected Comments No. (Description) Cost Method/ fication Preference by bid Contract Delivery US$ Arrangement (yes/no) (yes/no) Bank opening Signature Date (Prior / date Date Post) 1. Refurbishment 5,000.00 RFQ, No No Post 12 Mar 18 09 Apr 18 07 May 18 of the PDT Limited, offices National Goods and Non-Consulting Services 1 2 3 4 5 6 7 8 9 10 11 Ref. Contract Estimated Procurement Prequali National Review Expected Expected Expected Comments No. (Description) Cost Method fication Preference by bid Contract Delivery US$ (yes/no) (yes/no) Bank opening Signature Date (Prior / date Date Post) 1. Procurement of 20,000.00 RFQ, No No Post 09 Apr 18 30 Apr 18 28 May 18 Component Office Limited, 5 Equipment for National central coordination 2. Procurement of 200,000.00 RFQ, No No Post 26 Mar 18 16 Apr 18 21 May 18 Component 4 motor Limited, 5 vehicles for National PDT Office Coordination 3. Printing and 20,000.00 RFQ, No No Post 26 Mar 18 16 Apr 18 21 May 18 Component dissemination Limited, 1.1 of school National grants guidelines 4. Publication and 10,000.00 RFQ, No No Prior 07 May18 28 May18 25 Jun 18 Component airing of Limited, 1.1 awareness National messages for education school grants. Consultancy Services 1 2 3 4 5 6 7 8 9 Ref. Description of Estimated Selection Review Expected Expected Expected Comments No. Assignment Cost Method/ by Bank date of Contract Delivery US$ Arrangement (Prior / Post) proposal Signature Date submission Date 1. Production of 16,000.00 DS, Post 09 Apr 18 30 Apr 18 28 May 18 Component 1.1 awareness National This is subject messages for to justification education in to the bank for school grants. no Objection 2. Technical 300,000.00 CQS, Prior 26 Mar 2018 23 Apr 18 29 Oct 18 Component 5 Assistance (TA) Open, for Education International This TOR will Management be developed Information by the MoE System (EMIS) with technical input from the bank technical team 3. Technical 50,000.00 IC, Open, Post 26 Mar 2018 23 Apr 18 28 May 18 Assistance (TA) National for school quality standards and school quality assessment system 4. School 100,000.00 CQS, Prior 30 Jan 2019 28 Feb 19 30 Mar 19 monitoring Open, baseline survey National 5. Hire of project 90,000.00 IC, Open, Prior 06 Nov 17 04 Dec 2017 31 Dec 22 coordinator National (initial 18 months) 6. Hire of 63,000.00 DS, Prior 06 Nov 17 04 Dec 2017 31 Dec 22 This is subject Procurement National to justification Specialist (initial to the bank for 18 months) no Objection 7. Hire of FM 63,000.00 IC, Open, Prior 06 Nov 17 04 Dec 2017 31 Dec 22 Specialist (initial National 18 months) 8. Hire of M & E 75,600.00 IC, Open, Prior 06 Nov 17 04 Dec 2017 31 Dec 22 Specialist (initial National 18 months) 9. Evaluation of 10,000.00 DS, Prior 30 Jan 2019 28 Feb 19 30 Mar 19 This is subject Principal training National to justification to the bank for no Objection Training and Workshop (Training & Workshop activities are subject to TTL clearance). Ref. Estimated Estimated Training, workshop and study tours Expected Training/workshop Date No. Cost (US$) Duration (Days) 1. Training on procurement of Goods, 100,000.00 2 weeks 1 Jun -30 Jul 18 Consultancy, Non-Consultancy and Contract Management to enhance efficiency and capacity 2. Community based early childhood 67,200.00 2 weeks 10 Aug - 30 Aug 18 training. 3. In-service training for Early Childhood 360,000.00 2 weeks 3 July -14 Jul 2018 Education (ECE) teachers 4. In-service training for Primary Teachers 360,000.00 1 day 15 May 19-30 May 19 5. In-service training for Principals 330,000.00 1 week 20 Jun 19-24 Jul 19 6. Training workshop for District Education 40,000.00 2 weeks 15 Jul 19-30 Jul 19 Officers 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 to internet modems, cards and telephone) and maintenance of equipment; (vii) 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 any other manner;2 (ii) to be a 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. 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. 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. 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: 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. PROCUREMENT Liberia : Getting to Best in Education PLAN General Information Country: Liberia Bank’s Approval Date of the Original Procurement Plan: 2018-08-30 2019-04-19 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P162089 GPN Date: Project Name: Getting to Best in Education Loan / Credit No: TF / A7093 Executing Agency(ies): Ministry of Education 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 LR-MOE-75546-CW-RFQ / Pending Request for Single Stage - One Refurbishment of the PDT TF / A7093 Post Limited 0.00 Implementati 2019-05-06 2019-07-01 2019-09-30 Quotations Envelope Offices on 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$) Status Documents Evaluation Report Notice / Invitation as Issued Opening / Minutes Recommendation for Justification Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual LR-MOE-75529-GO-RFQ / Under Procurement of 2 Motor Request for Single Stage - One TF / A7093 Post Limited 0.00 Implementati 2019-04-03 2019-05-29 2019-11-25 Vehicles for PDT Office Quotations Envelope on Coordination LR-MOE-75535-GO-RFQ / Pending Request for Single Stage - One Procurement ICT Equipment TF / A7093 Post Limited 0.00 Implementati 2019-04-13 2019-06-08 2019-07-15 Quotations Envelope for central coordination on NON CONSULTING SERVICES Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents Proposal Submission / Report and Description Component Review Type Method Document / Signed Contract Contract Completion No. Approach Process (Y/N) (US$) 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 LR-MOE-75547-NC-RFQ / Pending Printing and dissemination Request for Single Stage - One TF / A7093 Post Limited 0.00 Implementati 2019-06-03 2019-07-29 2019-09-27 of school grants guidelines Quotations Envelope on and training materials LR-MOE-75527-NC-RFQ / Pending Publication and airing of Request for Single Stage - One TF / A7093 Post Limited 0.00 Implementati 2019-06-08 2019-08-05 2019-10-18 awareness messages for Quotations Envelope on education school grants. 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 Page 1 LR-MOE-75532-CS-CQS / Consultant Independent Verification TF / A7093 Post Qualification Open - National 0.00 Under Review 2018-09-14 2018-10-05 2018-11-18 2018-12-18 2019-01-22 2019-07-21 Agency for Verification of Selection DLIs achievement LR-MOE-75542-CS-CQS / In- Consultant service training for Early TF / A7093 Post Qualification Open - National 0.00 Canceled 2018-09-10 2018-10-01 2018-11-14 2018-12-14 2019-01-18 2019-07-17 Childhood Education (ECE) Selection teachers LR-MOE-75528-CS-CQS / In- Consultant service training for Primary TF / A7093 Post Qualification Open - National 0.00 Canceled 2018-09-10 2018-10-01 2018-11-14 2018-12-14 2019-01-18 2019-07-17 Teachers Selection Consultant LR-MOE-75544-CS-CQS / TF / A7093 Post Qualification Open - National 0.00 Under Review 2018-09-18 2018-10-09 2018-11-22 2018-12-22 2019-01-26 2019-07-25 External Audit Firm Selection LR-MOE-75545-CS-CQS / Management and training Consultant Pending services for after school TF / A7093 Post Qualification Open - National 0.00 2019-04-12 2019-05-03 2019-05-31 2019-06-21 2019-07-26 2020-12-31 Implementation support service for over-aged Selection children LR-MOE-75537-CS-CQS / Consultant Pending Delivering Community-based TF / A7093 Post Qualification Open - National 0.00 2019-04-19 2019-05-10 2019-06-10 2019-07-01 2019-08-05 2020-02-01 Implementation early childhood training Selection LR-MOE-75541-CS-CQS / Technical Assistance (TA) for Consultant school Quality Assessment TF / A7093 Post Qualification Open - National 0.00 Canceled 2018-09-05 2018-09-26 2018-11-09 2018-12-09 2019-01-13 2019-07-12 Digital System for school- Selection level data collection and analysis. LR-MOE-108121-CS-CQS / Consulting Services for Consultant School Quality Assessment Pending TF / A7093 Post Qualification Limited 0.00 2019-04-12 2019-04-26 2019-05-26 2019-06-30 2019-12-27 and Digital System for Implementation Selection School-Level Data Collection and Analysis. INDIVIDUAL CONSULTANTS Page 2