PROCUREMENT PLAN (Textual Part) Project information: Pakistan Pandemic Response Effectiveness Project (P173796) Project Implementation agency: (i) Ministry of National Health Services, Regulations and Coordination; (ii) National Disaster Management Authority (iii) Benazir Income Support Programme and; (iv) Provincial EPI Cells Date of the Procurement Plan: April 13, 2020 Period covered by this Procurement Plan: April-2020 to June 2021 Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016, Revised November 2017 and August 2018) (“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 Rules 2004, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: 1) The eligibility of bidders shall be as defined under Section III of the Procurement Regulations. Accordingly, no bidder or potential bidder shall be declared ineligible for contracts financed by the Bank for reasons other than those provided in Section III of the Procurement Regulations. 2) For national open competitive procurement, only the model procurement documents acceptable to the World Bank, shall be used. 3) The request for bids/request for proposals document shall require that Bidders/Proposers submitting Bids/Proposals present a signed acceptance (in the form attached) 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. 4) Procurement Documents include provisions, as agreed with the Bank, intended to adequately mitigate against environmental, social (including sexual exploitation and abuse and gender-based violence), health and safety (“ESHS”) risks and impacts 5) Access to procurement opportunities shall not be restricted to firms that have pre-registered and/or paid a registration fee. 6) No preference of any kind shall be given to national bidders in the bidding process. When other national procurement arrangements (other than national open competitive procurement) 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. 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 Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations is Applicable. Other Relevant Procurement Information. Procurement in Situations of Urgent Need of Assistance or Capacity Constraints etc. are applicable Letter of Acceptance of the World Bank’s Anticorruption Guidelines and Sanctions Framework1 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 Guidelines2 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; 1[Drafting note: This document shall be signed by bidders/proposers/consultants and submitted as part of their bids/proposals. In addition, this document shall be signed by the winning bidder/consultant and incorporated as part of the contract.] 2Guidelines 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. 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;3 (ii) to be a nominated4 sub-contractor, sub-consultant, 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 inspect5 all accounts, records, and other documents relating to 3 For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification or initial selection), 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. 4A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the bidding document) is one which has been: (i) included by the bidder in its pre-qualification or initial selection 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. 5Inspections 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 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/Proposer/Consultant: Name of the person duly authorized to sign the Bid/Proposal on behalf of the Bidder/Proposer/ Consultant: Title of the person signing the Letter: 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 Pakistan : PANDEMIC RESPONSE EFFECTIVENESS IN PAKISTAN PLAN General Information Country: Pakistan 2022-06-20 Bank’s Approval Date of the Original Procurement Plan: 2023-03-15 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P173796 GPN Date: 2020-04-20 Project Name: PANDEMIC RESPONSE EFFECTIVENESS IN PAKISTAN Loan / Credit No: IDA / 65900 Ministry of Federal Education and Professional Training Executing Agency(ies): WORKS Activity Reference No. / Estimated Actual Am Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification High SEA/SH R Procurement D Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Contract Complet Description Component Review Type Method Amount (U ount (US$ and Recommendation Signed Contract o. h cess (Y/N) isk ocument Type atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes ion S$) ) for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned GOODS Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Estimated Am Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) ount (US$) (US$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual PK-MOFEPT-300476-GO-RFB / Procurement of relevant eq uipment for AIOU on lot-wise basis for transmission of DL c hannels. The categories are: Component 2. Mitigation of Open - Internationa Single Stage - One E Under Imple 1. Earth Station Uplink & Ser IDA / 65900 Post Request for Bids 1,480,000.00 0.00 2022-09-19 2023-02-23 2022-09-22 2023-02-26 2022-11-07 2022-11-21 2022-11-25 2023-05-31 Disruptive Impacts l nvelope mentation ver Development 2. Upgradation of Existing Fa cilities 3. Establishment of Studio 4. Post-Production Assets 3. Up PK-MOFEPT-327308-GO-RFB / Procurement of Handheld D Component 2. Mitigation of Single Stage - One E Under Imple evices (Chromebooks) for stu IDA / 65900 Prior Request for Bids Open - National 3,250,000.00 0.00 2022-12-12 2023-02-13 2022-12-16 2023-02-13 2023-01-17 2023-01-27 2023-01-31 2023-06-30 Disruptive Impacts nvelope mentation dents and teachers under Dis tance Learning initiatives of MOFEPT. PK-MOFEPT-327311-GO-RFB / Hiring of a firm to provide e Component 2. Mitigation of Single Stage - One E Under Imple IDA / 65900 Prior Request for Bids Open - National 1,700,000.00 0.00 2022-12-05 2023-03-10 2022-12-09 2023-01-10 2023-01-20 2023-01-31 2023-06-30 nd-to-end implementation of Disruptive Impacts nvelope mentation "School on Wheels" activity. PK-MOFEPT-330116-GO-RFB / Establishment of 400 Smart Component 3. Implementati Classrooms in selected instit Single Stage - One E Under Imple IDA / 65900 on Management and Monitor Post Request for Bids Open - National 1,250,000.00 0.00 2022-12-16 2023-02-21 2022-12-19 2023-01-18 2023-01-27 2023-01-31 2023-06-30 utions of Islamabad Capital T nvelope mentation ing and Evaluation erritory (ICT), Azad, Jammu & Kashmir (AJK) and Gilgit-Balti stan (GB). PK-MOFEPT-330115-GO-RFB / Establishment of Virtual Tea Component 3. Implementati Single Stage - One E cher training platform for tea IDA / 65900 on Management and Monitor Post Request for Bids Open - National 975,000.00 0.00 Canceled 2022-12-15 2022-12-21 2023-01-20 2023-01-27 2023-01-31 2023-06-30 nvelope chers including development ing and Evaluation of a dedicated Mobile App an d Website PK-MOFEPT-332164-GO-DIR / Hiring of "PTCL" for develop ment of a dedicated Mobile A Component 3. Implementati Under Imple pp and Website as an e-learn IDA / 65900 on Management and Monitor Post Direct Selection Direct - National 650,000.00 0.00 2022-12-26 2023-01-20 2022-12-30 2023-03-06 2023-01-13 2023-06-30 mentation ing solution for teachers and ing and Evaluation students including Virtual Te acher training (VTT) platform and LMS. PK-MOFEPT-332166-GO-RFB Component 3. Implementati / Sourcing of Teachers' Traini Single Stage - One E Under Imple IDA / 65900 on Management and Monitor Post Request for Bids Open - National 190,000.00 0.00 2022-12-30 2023-02-16 2023-01-05 2023-01-26 2023-02-10 2023-02-20 2023-05-31 ng Content for Virtual Teache nvelope mentation ing and Evaluation rs' Training (VTT) module PK-MOFEPT-335516-GO-RFQ Component 4. Contingent E / Refurbishment of Two Existi Request for Quota Single Stage - One E Under Imple IDA / 65900 mergency Response Compo Post Open - National 65,000.00 0.00 2023-01-12 2023-02-01 2023-03-10 ng Buses at Federal Director tions nvelope mentation nent ate of Education for Conversi on into Mobile Schools. PK-MOFEPT-344018-GO-RFB / Procurement of Distance Le Component 2. Mitigation of Single Stage - One E Under Revie IDA / 65900 Prior Request for Bids Open - National 1,806,000.00 0.00 2023-02-20 2023-02-23 2023-03-14 2023-03-21 2023-03-27 2023-06-30 arning Content for Grade KG Disruptive Impacts nvelope w to Grade 12 under PREP. PK-MOFEPT-349937-GO-RFB / Procurement and Developm Component 2. Mitigation of Single Stage - One E Pending Impl IDA / 65900 Prior Request for Bids Open - National 1,806,000.00 0.00 2023-03-17 2023-03-21 2023-04-11 2023-04-17 2023-04-21 2023-06-30 ent of Distance Learning Con Disruptive Impacts nvelope ementation tent for Grades KG-12 under PREP. NON CONSULTING SERVICES Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Estimated Am Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) ount (US$) (US$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual PK-MOFEPT-326600-NC-RFB / Hiring of a Survey Firm for Component 2. Mitigation of Single Stage - One E Pending Impl IDA / 65900 Post Request for Bids Open - National 264,000.00 0.00 2022-11-21 2022-11-21 2022-12-07 2022-12-12 2022-12-15 2023-03-31 Administration of Summative Disruptive Impacts nvelope ementation Testing and Surveys in KPK P ublic Schools PK-MOFEPT-329384-NC-DIR / Component 4. Contingent E Under Imple Engagement with PTV for Tra IDA / 65900 mergency Response Compo Post Direct Selection Direct - National 850,000.00 0.00 2022-12-01 2022-12-01 2022-12-02 2022-11-30 2022-12-05 2023-06-30 mentation nsmission of "Tele School" nent PK-MOFEPT-344017-NC-RFQ Component 3. Implementati / Hiring of a firm to run a ded Request for Quota Single Stage - One E Under Imple IDA / 65900 on Management and Monitor Post Open - National 74,600.00 0.00 2023-02-21 2023-02-28 2023-03-31 icated communication campa tions nvelope mentation ing and Evaluation ign for launch of MoFEPT's Te leschool App. CONSULTING FIRMS Page 1 Activity Reference No. / Combined Evaluation Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Expression of Interest Short List and Draft R Request for Proposals Opening of Technical Evaluation of Technic Description Component Review Type Method Process Status Terms of Reference Report and Draft Neg Signed Contract Contract Completion o. h unt (US$) (US$) Notice equest for Proposals as Issued Proposals / Minutes al Proposal otiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual PK-MOFEPT-325096-CS-CQS / Hiring of firm to supervise s Component 2. Mitigation of Consultant Qualifi Under Implement ourcing and installation of rel IDA / 65900 Post Open - National 225,000.00 0.00 2022-11-04 2022-11-04 2022-11-24 2022-12-05 2022-12-12 2022-12-17 2023-06-30 Disruptive Impacts cation Selection ation evant equipment and facilitie s at AIOU for running 04 dedi cated channels. PK-MOFEPT-326076-CS-QCB Component 1. Emergency C S / Communications and Outr Quality And Cost- IDA / 65900 OVID-19 Preparedness and R Prior Open - National 1,650,000.00 0.00 Under Review 2022-11-11 2022-11-16 2022-11-30 2022-12-12 2023-01-11 2023-01-20 2023-01-30 2023-01-31 2023-06-30 each Campaign under Pande Based Selection esponse mic Response Effectiveness P roject (PREP). PK-MOFEPT-326940-CS-CQS / Hiring of Consulting Service Component 3. Implementati Consultant Qualifi Pending Impleme s for "Rapid Assessment and IDA / 65900 on Management and Monitor Post Open - National 60,000.00 0.00 2022-12-05 2022-12-23 2023-01-06 2023-01-12 2023-01-16 2023-06-30 cation Selection ntation Mapping" to provide learning ing and Evaluation about MoFEPT learning conti nuation activities PK-MOFEPT-326943-CS-QCB S / Procurement and develop Component 2. Mitigation of Quality And Cost- IDA / 65900 Prior Open - National 1,806,000.00 0.00 Canceled 2022-12-05 2022-12-23 2023-01-07 2023-02-07 2023-02-15 2023-02-23 2023-02-26 2023-06-30 ment of distance learning co Disruptive Impacts Based Selection ntent for Grade KG-Grade 12 under PREP. PK-MOFEPT-300484-CS-LCS / Hiring of firm to supervise so Component 2. Mitigation of Least Cost Selecti IDA / 65900 Post Open - National 225,000.00 0.00 Canceled 2022-09-15 2022-09-16 2022-10-06 2022-10-14 2022-10-17 2022-10-17 2022-10-17 2022-10-21 2023-06-30 urcing and installation of rele Disruptive Impacts on vant equipment and facilities at AIOU. INDIVIDUAL CONSULTANTS Activity Reference No. / Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Invitation to Identifie Draft Negotiated Cont Description Component Review Type Method Process Status Terms of Reference Signed Contract Contract Completion o. h unt (US$) (US$) d/Selected Consultant ract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual PK-MOFEPT-316197-CS-CDS / HIRING OF ALLAMA IQBAL O Component 3. Implementati Under Implement PEN UNIVERSIT (AIOU) FOR S IDA / 65900 on Management and Monitor Post Direct Selection Direct - National 300,000.00 0.00 2022-09-16 2022-08-17 2022-09-21 2022-08-10 2022-09-27 2023-06-30 ation USTAINIBILITY OF DISTANCE ing and Evaluation LEARNING INITIATIVES INCLU DING TELE-SCHOOL. PK-MOFEPT-300488-CS-INDV Component 1. Emergency C Individual Consult IDA / 65900 Post Open 66,000.00 0.00 Canceled 2022-06-24 2022-07-01 2022-07-26 2022-07-28 2022-08-01 2023-06-30 / Hiring of "Project Director" OVID-19 Preparedness and R ant Selection esponse PK-MOFEPT-335676-CS-INDV Component 3. Implementati / Hiring of "Project Coordinati Individual Consult Under Implement IDA / 65900 on Management and Monitor Post Open - National 26,500.00 0.00 2023-01-12 2023-01-18 2023-01-27 2023-01-30 2023-01-31 2023-06-30 on Consultant" for Program C ant Selection ation ing and Evaluation oordination Unit, M/o FE & PT . Page 2