18-MONTH PROCUREMENT PLAN Project information: Nigeria Rural Access And Agricultural Marketing Project (RAAMP) - P163353 Project Implementation Agencies: Federal Ministry of Agriculture and Rural Development and State Project Implementation Units (SPIUs) Date of the Procurement Plan: September 18, 2019 Period covered by this Procurement Plan: February 2019 to July 2020 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 Nigeria Public Procurement Act 2007, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations. 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). Goods: [15% is applicable for those contracts identified in the Procurement Plan tables]; Works: [ 7.5% is applicable for those contracts identified in the Procurement Plan tables] I. Threshold for Prior Review – Goods, Works, Non-Consulting Services and Consulting Services Prior-review Thresholds Thresholds for Procurement Methods High Substanti Moderate Low Risk Goods, IT & Non-Consulting Shortlist of National Procurement Type Risk al Risk Risk Works ($'000) ($'000) ($'000) ($'000) Services Consultants Request Request Open Engineering for Open for Open Open Consultin & Internatio Quotation internatio Quotation 10,0 15,0 20,0 National National g Constructio Works nal or or nal or or 5,000 00 00 00 or NCB or NCB Services n ICB National ICB National ($'000) ($'000) ($'000) Supervision ($'000) Shopping ($'000) Shopping ($'000) ($'000) ($'000) Goods, IT & Non- 2,0 4,0 6,0 Consulting Services 1,500 00 00 00 ≧ < ≦ ≧ < ≦ < ≦ Consultants 1,0 2,0 4,0 20,0 20,0 5,0 5,0 1 3 5 200 (Firms) 500 00 00 00 00 00 00 00 00 00 00 Post Review: All contracts not subject to prior review shall be subject to post review. Summary of the procurement packages for Goods, Works and Non-Consulting Services (Planned for the first 18 months after project effectiveness): Market Selection Evaluation Review Approach Method Expected Options (Most Prequal- Domestic Expected date Sr. Contract by Bank Estimated (Open- (RFP, date of bid/ Advantageous ification Preference of Contract No Description (Prior/ Cost (US$) National/ RFB, proposal Bid, BAFO, Rated (Yes/ No) (Yes/No) Signature Post) Limited RFQ, opening Criteria etc.) etc.) DS etc.) Procurement of Air Conditioners Limited Lowest Evaluated 1 2 Horse power Post 24,600 RFQ Cost No No Feb. 2020 March. 2020 (Split Unit) (Goods) Procurement of Steel File cabinets, Spiral Lowest Evaluated 2 Binding Post 12,600 Limited RFQ Cost No No Feb. 2020 March. 2020 Machines and Consumables (Goods) Procurement of External hard disk + software packages (licensed MS Lowest Evaluated 3 Post 12,300 Limited RFQ No No March. 2020 April. 2020 Office, Cost Autocads, Antivirus, Converter etc) (Goods) Procurement of Lowest Evaluated 4 Laptops and Post 100,000 Limited RFQ Cost No No March. 2020 May. 2020 Tablets (Goods) Procurement of Photocopying Lowest Evaluated 5 Post 22,400 Limited RFQ No No March. 2020 April. 2020 Machines Cost (Goods) Medium Sized Lowest Evaluated 6 Refrigerators Post 10,800 Limited RFQ Cost No No March. 2020 April. 2020 (Goods) Procurement of Safety Equipment Lowest Evaluated 7 (Boots, Helmets, Post 39,000 Limited RFQ Cost No No June. 2020 July, 2020 Reflective Jackets etc.) (Goods) Construction Measuring Lowest Evaluated 8 Manual Wheel Post 6,500 Limited RFQ Cost No No July 2020 August. 2020 (Surveyor’s Wheel) (Goods) Roads Maintenance Equipment for Community based road maintenance (30 Nos tipping tricycles and other equipment such roads signs 1,235,00 Open- Lowest Evaluated 9 Post RFB No No Sept. 2020 Dec. 2020 and; cutlasses, 0 National Cost wheelbarrows, hand rammer, digger, helmet, watering cans, reflective jacket, long shovel, nose cover, boots etc) (Goods) Procurement of Office Equipment, Printers, Digital Open- Lowest Evaluated 10 Post 420,000 RFB No No June. 2020 August. 2020 Cameras & National Cost Sundry Communication devices (Goods) Purchase of 2,940,00 Open- Lowest Evaluated 11 Project Vehicles Prior RFB No No March. 2020 May. 2020 0 National Cost (Goods) Server, Network System and other equipment Open- Lowest Evaluated & accessories Post 150,000 RFB No No Feb. 2020 May. 2020 National Cost for NiRTIMS and CosMos (Goods) Design and Construction of 200km of Rural Open- 134,000, Rated Criteria and Roads (13 Prior Internati RFP No No Jun. 2020 Dec. 2020 000.00 Cost Contracts of onal US$10.3 Million each) (Works) Construction/Est ablishment of Agro-Logistics centers/hubs at 2,000,00 Open – Lowest Evaluated strategic Post RFB No No March. 2021 July. 2021 0 National Cost locations (Multiple contracts) (Works) Construction /Rehabilitation of 10 Nos. Rural Bridges & Large 8,000,00 Open- Lowest Evaluated Post RFB No No March. 2021 July. 2022 culverts (US$ 0 National Cost 0.6 M each Package) (Works) Local Community Group (LCG) and micro- 14,000,0 Open- Lowest Evaluated Post RFB No No April. 2020 June.2020 enterprises 00 National Cost maintenance of pilot roads (Multiple Contracts in 13 States - US$ 0.002/year) (Works) II. Summary of the procurement packages for Consulting Services -Planned for the first 18 months after project effectiveness): Selection Review by Market Expected date Method Expected date Sr. Bank Estimated Approach (Open Shortlisting of bid/ Contract Description (QCBS, FBS, of Contract No (Prior/ Cost (US$) -International/ (Yes/ No) proposal LCBS, QBS, Signature Post) National/ etc.) opening CQS, DS etc.) Offshore & Onshore training and Workshops for the 13 1 states (Multiple contracts Post 5,200,000 Open- National CQS No March. 2020 May. 2020 not to exceed US$ 0.1 M) (Consultancy) Consultancy Services for Detailed assessment, preliminary engineering design, ESIA, Procurement Support for Rural roads and Open- 2 Bridges; Road and Bridge Prior 25,390,000 QCBS Yes June. 2020 Nov. 2020 International Supervision Consultancy; Assessment of project security risk and mitigation (Multiple contracts spread in different locations) (Consultancy) Consultancy Services for design, procurement and supervision for Agro-logistics Open- 3 Post 6,500,000 QCBS Yes Sep. 2020 Dec. 2020 centers (Multiple contracts International spread in different locations) (Consultancy) Consultancy Services for the establishment of state road fund, and establishment of 4 state rural access roads Post 5,665,000 Open- National QCBS Yes March. 2020 August. 2020 administration (Multiple contracts at 13 states) (Consultancy) Consultancy services on the development and 5 Post 5,860,000 Open- National QCBS Yes Feb. 2020 July. 2020 operationalization of the Nigeria Rural Transport Infrastructure Management System (NiRTIMS) for sustainable road asset; Planning and implementation of the routine maintenance system, spot improvement, periodic maintenance for rural roads. (Multiple contracts at 13 states) (Consultancy) Technical assistance consultancy services for the provision of technical advice (TA) to enhance the performance of agro-logistics centers (to ensure effective utilization of the facilities at the Open-National March. 6 agro-logistics centers); Post 4,975,000 QCBS Yes July. 2020 provision of TA and 2020 implements to farm level post- harvest agro-logistics activities and enhance the engagement of women and unemployed youth. (Multiple contracts at 13 states) (Consultancy) Consultancy services support for coordination of project implementation at Federal and 7 State Levels (Multiple Post 2,442,000 Open- National CQS No Feb. 2020 April. 2020 contracts at 13 states) (Consultancy) Consultancy services on Impact Evaluation, Baseline Data Collection, Comprehensive Technical Audit, Consultancy support for the development and March. 8 operationalization of the Post 5,325,000 Open- National QCBS Yes July.2020 2020 smartphone-based construction site monitoring system (CoSMoS) (Multiple contracts at 13 states) (Consultancy) Consultancy support for the development and monitoring of Grievance Redress Mechanism and Gender- Based Violence; Development of road safety manual and 9 training at the state level; Post 1,843,000 Open- National CQS No April.2020 June. 2020 establishment/strengthening the state traffic management agencies; road safety audit. (Multiple contracts at 13 states) (Consultancy) 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) 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. 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. 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: 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. Title of the person signing the Letter: PROCUREMENT Nigeria : Nigeria Rural Access and Agricultural Marketing Project PLAN General Information Country: Nigeria Bank’s Approval Date of the Original Procurement Plan: 2019-10-21 2019-10-21 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P163353 GPN Date: Project Name: Nigeria Rural Access and Agricultural Marketing Project Loan / Credit No: / Executing Agency(ies): RAAMP FPMU WORKS Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated 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) Amount (US$) (US$) 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 Estimated 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) Amount (US$) (US$) 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 IDA/RAAMP/FPMU/GS/002 / Pending Refinancing of Project Request for Single Stage - One Procurement of Stationery / Post Limited 30,000.00 0.00 Implementati 2019-11-10 2020-01-05 2020-07-03 Preparation Adavance Quotations Envelope and office Consumables on IDA/RAAMP/FPMU/GS/003 / Pending Refinancing of Project Request for Single Stage - One Procurement of Desktop and / Post Limited 30,000.00 0.00 Implementati 2019-11-16 2020-01-11 2020-07-09 Preparation Adavance Quotations Envelope Laptops Computers on IDA/RAAMP/FPMU/GS/20/004 Pending Refinancing of Project Request for Single Stage - One / Production of / Post Limited 30,000.00 0.00 Implementati 2019-11-24 2020-01-19 2020-07-17 Preparation Adavance Quotations Envelope Communication Materials on NON CONSULTING SERVICES Bid Evaluation Activity Reference No. / Draft Bidding Loan / Credit Market Procurement Prequalification Estimated 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) Amount (US$) (US$) 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 Estimated Actual 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 Amount (US$) Amount (US$) 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 IDA/RAAMP/FPMU/20/CS/004 / Consultancy Services for the mapping of services for Sexual Exploitation and Refinancing of Project Quality And Cost- Open - Pending / Prior 900,000.00 0.00 2019-12-10 2019-12-31 2020-02-13 2020-03-12 2020-04-11 2020-05-16 2020-06-20 2021-06-20 Abuse (SEA) and other Preparation Adavance Based Selection International Implementation forms of Gender Based Violence (GBV) in remaining 9 states. Page 1 IDA/RAAMP/FPMU/CS/20/005 / Consultancy Services for monitoring support for Consultant Refinancing of Project Pending rolling out Nigeria Road / Post Qualification Open - National 250,000.00 0.00 2019-11-05 2019-11-26 2020-01-09 2020-02-08 2020-03-14 2020-09-10 Preparation Adavance Implementation Transport Infrastructure Selection Implementation Management System (NiRTIMS) IDA/RAAMP/FPMU/CS/20/007 / Consultancy Services for Refinancing of Project UN Agencies Pending the Engagement of Third / Prior Direct 1,500,000.00 0.00 2019-12-28 2020-06-25 Preparation Adavance (Direct) Implementation Party Monitoring NGO under RAAMP IDA/RAAMP/FPMU/CS/20/012 / Consultancy Services for Consultant Refinancing of Project Pending monitoring support for / Post Qualification Open - National 250,000.00 0.00 2019-12-09 2019-12-30 2020-02-12 2020-03-13 2020-04-17 2020-10-14 Preparation Adavance Implementation rolling out NiRTIMS under Selection RAAMP IDA/RAAMP/FPMU/CS/20/001 / Consultancy Services for Baseline Data Collection for Refinancing of Project Quality And Cost- Open - Pending / Prior 900,000.00 0.00 2020-02-03 2020-02-24 2020-04-08 2020-05-06 2020-06-05 2020-07-10 2020-08-14 2021-08-14 Impact Evaluation in 13 Preparation Adavance Based Selection International Implementation particpating states of RAAMP INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Market Contract Type Estimated Actual Draft Negotiated Description Component Review Type Method Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Approach Amount (US$) Amount (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual IDA/RAMP/FPMU/20/003 / Consultancy Services for the Preparation of Stakeholder Individual Refinancing of Project Pending Engagement Strategy (SES) / Post Consultant Limited 90,000.00 0.00 2020-01-06 2020-01-11 2020-02-01 2020-03-07 2020-09-03 Preparation Adavance Implementation in the remaining 9 Selection participating states under RAAMP IDA/RAAMP/FPMU/CS/20/008 / Consultancy services for Individual Refinancing of Project Pending the engagement of Technical / Prior Consultant Open 1,500,000.00 0.00 2019-11-05 2019-12-24 2020-01-14 2020-02-18 2020-08-16 Preparation Adavance Implementation Assistant for Lead Project Selection Implementation Advisor. Page 2