PROCUREMENT PLAN (Textual Part) Project information: Nepal; MODERNIZATION OF RANI JAMARA KULARIYA IRRIGATION SCHEME - PHASE 2 P-158364 Project Implementation agency: Department of Irrigation Date of the Procurement Plan: January 03, 2018 Period covered by this Procurement Plan: January 2018 to June 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 Public Procurement Act 2007 (1st Amendment) and the Regulations made thereunder, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations July 2016 (Amendment November 2017) and the following conditions: (a) Model bidding documents, including contract conditions agreed with the Bank (as amended from time to time), shall be used. Bidding documents shall be made available, by mail or in person, to all who are willing to pay the required fee. (b) Eligibility to participate in a procurement process for and to be awarded the Bank financed contracts shall be as defined under the paragraph Eligibility of Section III Governance. of the Procurement Regulations for IPF Borrowers, July 2016. Foreign bidders shall not be precluded from bidding and no preference of any kind shall be given to national bidders. (c) Prospective bidders shall be given at least thirty (30) days from the date of publication of the invitation to bid or the date of availability of the bidding documents, whichever is later, to prepare and submit bids. There shall not be any restriction on the modality for delivery of bids. Bids may be withdrawn or modified any time before the deadline for submission of bids. Bids shall be opened in public in one place, immediately after the deadline for submission of bids. Bids received after the deadline for bid submission shall be rejected and returned to bidders unopened. (d) Qualification criteria (in case pre-qualifications were not carried out) shall be stated in the bidding documents for all contracts, irrespective of the value, and if a registration process is required, a foreign firm declared as the lowest evaluated bidder shall be given a reasonable opportunity to register, without let or hindrance. (e) Evaluation of bids shall be made in strict adherence to the criteria disclosed in the bidding documents. Contract shall be awarded to the qualified bidder whose bid has been determined: (a) to be substantially responsive to the bidding documents, and (b) to offer the lowest-evaluated cost. (f) For contracts subject to the Bank’s prior review, all bids shall not be rejected, the procurement process shall not be cancelled, and new bids shall not be solicited without the Bank’s prior concurrence. In case of re-bidding, the time for preparation and submission of bids shall be as set forth under provision (c) above. (g) Bids shall be valid as per the period stated in the bidding documents. For contracts subject to prior review, the extension of bid validity shall not be allowed without the prior concurrence of the Bank: (a) for the first request for extension if it is longer than four (4) weeks; and (b) for all subsequent requests for extension irrespective of the period. (h) Bid and performance securities shall be in the format included in the bidding documents. The bid security shall be valid for twenty-eight days (28) beyond the original validity period of the bid, or beyond any period of extension if requested. Performance security shall be an amount of five (5) to ten (10) percent (%) of the contract price and shall not be increased merely based on comparison of the contract price with the pre-bid cost estimate. (i) If a contract is terminated because of fundamental breach of contract by the contractor, the amount to be recovered from the contractor representing the employer’s additional costs for completing the contract shall be provisioned as agreed with the Bank in model bidding documents. (j) At the Recipient’s request, the Bank may agree to the Recipient’s use, in whole or in part, of its electronic procurement system, provided the Bank is satisfied with the adequacy of such system. (k) With respect to contracts subject to the Bank’s prior review, the Recipient shall obtain the Bank’s no objection before agreeing to: (a) a material extension of the stipulated time for performance of a contract; (b) any substantial modification of the scope of services or other significant changes to the terms and conditions of the contract; (c) any variation order or amendment (except in cases of extreme urgency) which, singly or combined with all variation orders or amendments previously issued, increases the original contract amount by more than fifteen percent (15%); or (d) the proposed termination of the contract. A copy of all contract amendments shall be provided to the Bank. (l) The bidding document and contract as deemed acceptable by the Bank shall include provisions stating the Bank’s policy to sanction firms or individuals, found to have engaged in fraud and corruption as defined in paragraph 3.32 of the Procurement Regulations. (m) In accordance with paragraph 5.4(c) 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. 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. “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). Works: Domestic preference maximum 7.5% is applicable for all international competitive procurements identified in the Procurement Plan tables. PROCUREMENT Nepal : NP Modernization of Rani Jamara Kulariya Irrigation Scheme - Phase 2 PLAN General Information Country: Nepal Bank’s Approval Date of the Original Procurement Plan: 2018-01-17 2019-04-10 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P158364 GPN Date: Project Name: NP Modernization of Rani Jamara Kulariya Irrigation Scheme - Phase 2 Loan / Credit No: / , IDA / 61940 Executing Agency(ies): Department of Irrigation-MRJKIP 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 NP-DOI-MRJKIP-43551-CW- Pending RFB / Command Area Single Stage - Two / Post Request for Bids Open - National 0.00 Implementati 2018-03-15 2018-03-20 2018-04-19 2018-06-02 2018-07-01 2020-05-31 Protection works at various Envelope on location of Pathariya River NP-DOI-MRJKIP-43573-CW- RFB / Command Area Single Stage - Two / Post Request for Bids Open - National 0.00 Canceled 2018-04-10 2018-04-15 2018-05-15 2018-06-28 2018-07-27 2019-07-12 Protection works at various Envelope location of Mohana River NP-DOI-MRJKIP-99931-CW- Pending RFB / Command Area Single Stage - Two IDA / 61940 Post Request for Bids Open - National 0.00 Implementati 2019-02-16 2019-02-21 2019-03-23 2019-05-26 2019-06-30 2020-06-29 Protection Works at various Envelope on locations of Mohana River NP-DOI-MRJKIP-43542-CW- RFB / Command Area Open - Single Stage - Two Development works of IDA / 61940 Prior Request for Bids 0.00 Canceled 2019-04-05 2019-04-10 2019-05-22 2019-08-04 2019-09-08 2022-03-08 International Envelope Kulariya Irrigation System of MoRJKIS NP-DOI-MRJKIP-43539-CW- RFB / Command Area Open - Single Stage - Two Development works of IDA / 61940 Prior Request for Bids 0.00 Canceled 2019-04-05 2019-04-10 2019-05-22 2019-08-04 2019-09-08 2022-03-08 International Envelope Jamara Irrigation System of MoRJKIS NP-DOI-MRJKIP-43536-CW- RFB / Command Area Open - Single Stage - Two IDA / 61940 Prior Request for Bids 0.00 Canceled 2019-04-05 2019-04-10 2019-05-22 2019-08-04 2019-09-08 2022-03-08 Development works of Rani International Envelope Irrigation System NP-DOI-MRJKIP-108490-CW- RFB / Command Area Development Works of Rani, Jamara and Kulariya Pending Irrigation Systems One Open - Single Stage - One IDA / 61940 Prior Request for Bids 0.00 Implementati 2019-04-05 2019-04-10 2019-05-22 2019-06-21 2019-07-26 2022-01-23 package with three lots Lot International Envelope on 1 Rani Irrigation System, Lot 2 Jamara Irrigation System, Lot 3 Kulariya System 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 Page 1 NP-DOI-MRJKIP-43753-GO- Pending DIR / Procurement of two / Post Direct Selection Direct 0.00 Implementati 2018-07-01 2018-07-06 2018-08-10 2018-09-09 (2) nos of 4WD PickUp on NP-DOI-MRJKIP-43755-GO- Pending RFQ / Office Furnishing Request for Single Stage - One / Post Limited 0.00 Implementati 2018-04-06 2018-06-01 2018-07-01 /Refurbishing/office Quotations Envelope on Equipment 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 NP-DOI-MRJKIP-41089-CS- Quality And Cost- Under QCBS / House Hold Survey / Post Open - National 0.00 2018-01-15 2018-01-22 2018-03-07 2018-04-06 2018-04-21 2018-05-20 2018-06-10 2018-09-08 Based Selection Implementation of RJKIS NP-DOI-MRJKIP-43879-CS- CQS / Consulting Service for Preparation of Management, Operation and Maintenance Consultant Pending (MoM) Manual for canal / Post Qualification Open - National 0.00 2018-01-30 2018-02-14 2018-03-30 2018-05-09 2018-06-06 2018-10-04 Implementation systems (Rani, Jamara & Selection Kulariya) and Infrastructures completed under MoRJKIS Phase 1 NP-DOI-MRJKIP-43628-CS- QCBS / Design Review, Construction Supervision, Quality Control, Contract Quality And Cost- Open - Under / Prior 0.00 2018-03-15 2018-04-05 2018-05-19 2018-06-16 2018-07-01 2018-08-05 2018-09-09 2023-12-30 Management and Safeguard Based Selection International Implementation Monitoring for Implementation of MoRJKIS Phase 2 NP-DOI-MRJKIP-64902-CS- QCBS / Consulting Services Quality And Cost- Pending to conduct midline survey IDA / 61940 Post Open - National 0.00 2018-06-05 2018-06-12 2018-07-26 2018-08-23 2018-09-07 2018-10-06 2018-11-04 2019-03-19 Based Selection Implementation for impact evaluation study of RJKIP INDIVIDUAL CONSULTANTS Page 2