12 MONTHS PROCUREMENT PLAN Project information: P163782 - Integrated Water Management and Development Project Project Implementation agency: National Water And Sewerage Corporation AND Ministry of Water and Environment Date of the Procurement Plan: July 2018 Period covered by this Procurement Plan: One year Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016, recvised 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: Paragraph 5.3 of the Procurement Regulations will not apply. When approaching the national market, the country’s own procurement procedures shall not be used due to restrictions on eligibility of otherwise eligible firms to participate in NCB. The Regulations will apply. However, the Borrower may use its own procurement arrangements as set forth in the Public Procurement and Disposal Act, 2003 Request for Quotation such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: 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 : Applicable for those contracts identified in the Procurement Plan tables Works: applicable for those contracts identified in the Procurement Plan tables 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 IWMDP ): Thresholds*, Procurement Methods, and Prior Review Contract (C) Expenditure Value Procurement Contracts Subject to No Category Threshold* Method Prior Review /[eq. US$] [eq. USD] All contracts at or above USD 10 million are Open Competition subject to international advertising and the International Market use of the Bank’s SPDs (or other C ≥ 10,000,000 Approach and Direct documents agreed with the Bank), as well Contracting as the first contract under Open Competition 1 Works Open Competition 200,000 < C < National Market None except if it is the first contract under 10,000,000 Approach Open Competition. C ≤ 200,000 RfQ None All contracts at or above USD 2 million are Open Competition subject to international advertising and the Goods, IT and International Market use of the Bank’s SPDs (or other 2 non-consulting C ≥ 2,000,000 Approach and Direct documents agreed with the Bank), as well services as the first contract under Open Contracting Competition. Contract (C) Expenditure Value Procurement Contracts Subject to No Category Threshold* Method Prior Review /[eq. US$] [eq. USD] Open Competition : National Market None except if it is the first contract under 100,000 < C < Approach Open Competition. 2,000,000 C ≤ 100,000 RfQ None All contracts at or above USD 300,000 are for subject to international advertising and the C < 300,000 Consulting Services use of the Bank’s SPDs (or other selection of documents agreed with the Bank). 3 consultant firms All contracts at or above USD 300,000 are For Engineering and subject to international advertising and the C ≤ 300,000 Construction Supervision use of the Bank’s SPDs (or other documents agreed with the Bank). Selection of ≥ 300,000 ≥ 300,000 4 Individual All Approaches consultants Training, Workshops, Based on approved This line activity is not subject to 5 Study Tours All Values Annual Work Plan & procurement Review. Budgets (AWPB) by TTL * All contracts not subject to prior review will be post-reviewed. ** Short lists of consultants for services estimated to cost less US$300,000 equivalent per contract may be composed entirely of national consultants in accordance with the provisions of paragraph 2.7 of the Consultant Guidelines. However, if foreign firms have expressed interest, they will not be excluded from consideration. Prior review Thresholds High Substantial Procurement Type Risk Risk Works 5.0 10.0 Goods, It & Non-Consulting 1.5 2.0 Services Consultants (Firms) 0.5 1.0 Individual Consultants 0.2 0.3 Prequalification. Not expected for any works or goods packages in the procurement plan. Proposed Procedures for CDD Components: Applicable Reference to (if any) Project Operational/Procurement Manual: the IWMDP team will prepare a Procurement manuals, which will also be part of the Project Implementation Manual. Any Other Special Procurement Arrangements: None Procurement Packages/PLAN with Procurement Arrangements and Time Schedule: as per the Table below: 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 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. 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 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: 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. 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. 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: 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 Uganda : Integrated Water Management and Development Project PLAN General Information Country: Uganda 2018-07-10 Bank’s Approval Date of the Original Procurement Plan: 2024-03-04 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P163782 GPN Date: 2018-05-31 Project Name: Integrated Water Management and Development Project Loan / Credit No: IDA / 62760, IDA / D3380 National Water and Sewerage Corporation 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 UG-NWSC-134718-CW-RFB / Component 2: WSS in Large Construction works for a 72 k Open - Internationa Single Stage - Two E 57,400,000.0 2020-05-1 IDA / 62760 Towns and Support to Distric Prior Request for Bids 0.00 Canceled 2019-10-25 2019-11-25 2020-01-25 2020-04-08 2020-05-13 ilometer treated water trans l nvelope 0 6 t Hosting Refugee mission pipeline from Karum a to Gulu UG-NWSC-197141-CW-RFB / Request for Bids - Component 2: WSS in Large Construction Works for Treat Open - Internationa Single Stage - Two E Works (without pr 57,800,000.0 27,600,921. 2023-05-1 IDA / 62760 Towns and Support to Distric Prior Request for Bids Yes Signed 2020-09-30 2020-10-02 2020-10-05 2020-11-24 2020-12-15 2021-02-21 2022-02-27 2021-04-04 2022-08-16 ed Water Transmission Pipeli l nvelope equalification) SP 0 81 6 t Hosting Refugee ne from Karuma to Gulu D Request for Bids - UG-NWSC-260843-CW-RFB / Component 2: WSS in Large Open - Internationa Single Stage - Two E Works (without pr 35,000,000.0 2024-11-1 Construction Works for Mbale IDA / 62760 Towns and Support to Distric Prior Request for Bids 0.00 Canceled 2021-11-12 2021-11-22 2022-01-21 2022-04-05 2022-05-10 l nvelope equalification) SP 0 0 Water Supply and Sanitation t Hosting Refugee D System UG-NWSC-287194-CW-RFB / Construction Works For Mbal Request for Bids - Component 2: WSS in Large e Water Supply And Sanitatio Open - Internationa Single Stage - Two E Works (without pr 35,376,213.0 Under Imple 2025-12-1 IDA / 62760 Towns and Support to Distric Prior Request for Bids 0.00 2022-04-08 2022-08-08 2022-04-24 2022-08-15 2022-06-08 2022-11-07 2022-10-19 n System in Lots; l nvelope equalification) SP 0 mentation 7 t Hosting Refugee - Lot 1 (Water Supply and Se D werage) - Lot 2 (Water Distribution) Request for Bids - UG-NWSC-295382-CW-RFB / Component 2: WSS in Large Open - Internationa Single Stage - Two E Works (without pr 16,200,000.0 2024-08-1 Works for Adjumani Water Su IDA / 62760 Towns and Support to Distric Prior Request for Bids 0.00 Canceled 2022-05-27 2022-06-17 2022-07-29 2022-11-11 2022-12-16 l nvelope equalification) SP 0 7 pply and Sanitation Project t Hosting Refugee D Request for Bids - UG-NWSC-305191-CW-RFB / Component 2: WSS in Large Open - Internationa Single Stage - Two E Small Works SPD 16,200,000.0 Under Imple 2024-08-0 Works for Adjumani Water Su IDA / 62760 Towns and Support to Distric Prior Request for Bids 0.00 2022-08-01 2022-09-19 2022-08-06 2022-09-25 2022-09-15 2022-11-24 2022-12-28 2023-09-20 2023-02-01 l nvelope (2 envelope proce 0 mentation 4 pply and Sanitation Project t Hosting Refugee ss) UG-NWSC-404977-CW-RFQ / Implementation of Full Scale Source Protection Measures i n Arua - Small Civil Works Request for Quota Component 2: WSS in Large Lot 1 - Construction of stone Request for Quota Single Stage - One E tions - Small Work Pending Imp 2024-10-0 IDA / 62760 Towns and Support to Distric Post Limited 365,052.00 0.00 2024-02-16 2024-04-12 gabions at the collapsing sec tions nvelope s (Emergency) SP lementation 9 t Hosting Refugee tions of the River banks and f D -Competitive ixing of concrete pillars Lot 2 - Construction of 8 Publi c Sanitation Toilets UG-NWSC-405123-CW-RFQ / Implementation of Full Scale Source Protection Measures i n Mbale- Small Civil Works Component 2: WSS in Large Request for Quota Request for Quota Single Stage - One E Pending Imp 2024-10-0 Lot 1- Construction of river b IDA / 62760 Towns and Support to Distric Post Limited tions (Non Bank-S 382,861.00 0.00 2024-02-16 2024-04-12 tions nvelope lementation 9 anks protection walls on river t Hosting Refugee PD) s; Nabijo, Namatala, and Nab uyonga Lot 2- Gully management an d construction of check dams UG-NWSC-405152-CW-RFQ / Implementation of Full Scale Source Protection Measures i Component 2: WSS in Large Request for Quota n Gulu- Small Civil Works- Request for Quota Single Stage - One E Pending Imp 2024-10-0 IDA / 62760 Towns and Support to Distric Post Limited tions (Non Bank-S 205,275.00 0.00 2024-02-16 2024-04-12 (stone pitching, gabion check tions nvelope lementation 9 t Hosting Refugee PD) dams and demarcation of riv er Oyitino buffer zones using precast concrete mark stone s) 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 UG-NWSC-411501-GO-RFB / Implementation of Full Scale Component 2: WSS in Large Source Protection Measures i Single Stage - One E Pending Impl IDA / 62760 Towns and Support to Distric Post Request for Bids Limited - National 107,029.00 0.00 2024-03-04 2024-03-11 2024-04-02 2024-04-27 2024-06-01 2025-02-01 n Arua- Promote income gen nvelope ementation t Hosting Refugee erating activities for Project Affected Persons in River Eny au Micro-Catchment UG-NWSC-411505-GO-RFB / Implementation of Full Scale Source Protection Measures i n Mbale- Supplies Component 2: WSS in Large Lot 1- Tree Planting in Nabuy Single Stage - One E Pending Impl IDA / 62760 Towns and Support to Distric Post Request for Bids Limited - National 445,104.00 0.00 2024-03-04 2024-03-11 2024-04-02 2024-04-27 2024-06-01 2025-07-01 onga, Nabijo and Namatala M nvelope ementation t Hosting Refugee icro-Catchments Lot 2- Soil and Water Conser vation Measures and Riverba nks restoration to restore de graded hotspots UG-NWSC-411512-GO-RFB / Implementation of Full Scale Component 2: WSS in Large Single Stage - One E Pending Impl Source Protection Measures i IDA / 62760 Towns and Support to Distric Post Request for Bids Limited - National 208,500.00 0.00 2024-03-04 2024-03-10 2024-04-04 2024-04-30 2024-06-04 2025-02-28 nvelope ementation n Gulu- Supply of Input and I t Hosting Refugee nfrastructure for Alternative Livelihood Support Activities Page 1 UG-NWSC-411514-GO-RFB / Implementation of Full Scale Source Protection Measures i n Arua- Supplies Component 2: WSS in Large Lot 1- Supply, Delivery, Distri Single Stage - One E Pending Impl IDA / 62760 Towns and Support to Distric Post Request for Bids Limited - National 380,225.00 0.00 2024-03-04 2024-03-10 2024-04-01 2024-04-28 2024-06-02 2025-11-24 bution and Planting of assort nvelope ementation t Hosting Refugee ed tree seedlings in River En yau Micro-Catchment Lot 2- Provision of Agro- Inpu ts to Project Affected Persons UG-NWSC-411519-GO-RFB / Implementation of Full Scale Source Protection Measures i n Gulu- Supplies Component 2: WSS in Large Lot 1- Restoration of degrade Single Stage - One E Pending Impl IDA / 62760 Towns and Support to Distric Post Request for Bids Limited - National 324,589.00 0.00 2024-03-04 2024-03-10 2024-04-02 2024-04-28 2024-06-02 2025-11-24 d land in Oyitino Micro-catch nvelope ementation t Hosting Refugee ment through tree growing Lot 2- Supply, Delivery, Distri bution, and Support to bamb oo planting in Oyitino Micro-C atchment UG-NWSC-411508-GO-RFB / Implementation of Full Scale Component 2: WSS in Large Source Protection Measures i Single Stage - One E Pending Impl IDA / 62760 Towns and Support to Distric Post Request for Bids Limited - National 255,240.00 0.00 2024-03-04 2024-03-10 2024-04-01 2024-04-26 2024-05-31 2024-12-27 n Mbale- Livelihood improve nvelope ementation t Hosting Refugee ment activities by communiti es in Nabijo, Nabuyonga and Namatala micro-catchments 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 UG-NWSC-298927-CS-CQS / Geotechnical Investigations a Component 2: WSS in Large Single Stage - One E nd Review of the Detailed Str IDA / 62760 Towns and Support to Distric Post Request for Bids Limited 133,076.00 0.00 Completed 2022-06-12 2022-06-16 2022-06-20 2022-06-21 2022-07-11 2022-07-12 2022-08-01 2022-08-05 2022-08-22 2022-11-12 2022-12-04 2023-06-06 nvelope uctural Designs for Mbale Wa t Hosting Refugee ter Supply and Sanitation Pro ject UG-NWSC-411490-NC-RFB / I mplementation of Full Scale Component 2: WSS in Large Source Protection Measures i Single Stage - One E Pending Impl IDA / 62760 Towns and Support to Distric Post Request for Bids Limited - National 109,773.00 0.00 2024-03-04 2024-03-04 2024-03-29 2024-04-23 2024-05-21 2024-12-17 n Arua- Awareness Raising a nvelope ementation t Hosting Refugee nd Strengthening Technical, I nstitutional Capacity of local stakeholders and farmers UG-NWSC-411516-NC-RFB / I mplementation of Full Scale Source Protection Measures i Component 2: WSS in Large n Gulu- Awareness Creation Single Stage - One E Pending Impl IDA / 62760 Towns and Support to Distric Post Request for Bids Limited - National 149,613.00 0.00 2024-03-04 2024-03-10 2024-04-04 2024-04-30 2024-06-04 2025-01-13 and Behavioral Change Meas nvelope ementation t Hosting Refugee ures for stakeholders and far mers undertaking restoration measures in Oyitino Micro-Ca tchment CONSULTING FIRMS 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 UG-NWSC-68358-CS-QCBS / Feasibility study, design revi ew and construction supervis ion of water supply and sanit Component 2: WSS in Large Quality And Cost- Open - Internationa ation infrastructure for: IDA / 62760 Towns and Support to Distric Prior 4,000,000.00 3,131,038.00 Signed 2018-07-17 2018-07-20 2018-08-07 2018-08-02 2018-11-01 2019-04-10 2019-01-12 2019-10-08 2019-02-11 2020-11-05 2019-03-29 2020-11-06 2019-05-03 2021-01-13 2020-05-02 Based Selection l t Hosting Refugee Lot 1: Mbale Municipality. Lot 2: Butaleja, Busolwe, Bud aka, Kadama, Tirinyi and Kib uku. UG-NWSC-68362-CS-QCBS / Component 2: WSS in Large Feasibility study, detailed de Quality And Cost- Open - Internationa IDA / D3380 Towns and Support to Distric Prior 2,800,000.00 2,369,607.00 Signed 2018-07-17 2018-08-10 2018-08-07 2018-08-23 2018-11-08 2019-05-16 2018-12-06 2019-07-10 2019-01-05 2020-08-07 2019-02-09 2020-08-10 2019-03-16 2021-01-23 2020-03-15 sign and construction supervi Based Selection l t Hosting Refugee sion services for Adjumani UG-NWSC-94778-CS-CQS / E Component 2: WSS in Large SIA, RAP & Source Protection Consultant Qualifi IDA / D3380 Towns and Support to Distric Post Open - National 300,000.00 0.00 Canceled 2019-02-07 2019-02-28 2019-05-23 2019-06-22 2019-07-27 2020-04-02 Consultancy Services for Adj cation Selection t Hosting Refugee umani Water Supply and Sani tation Project UG-NWSC-134725-CS-CQS / Component 2: WSS in Large Coordination of implementati Consultant Qualifi IDA / 62760 Towns and Support to Distric Post Limited 280,000.00 0.00 Canceled 2019-09-22 2019-09-20 2019-11-10 2019-12-15 2020-01-23 2023-01-17 on of full-scale source protec cation Selection t Hosting Refugee tion measures in Bushenyi UG-NWSC-134729-CS-CQS / Component 2: WSS in Large Coordination of implementati Consultant Qualifi IDA / 62760 Towns and Support to Distric Post Limited 250,000.00 0.00 Canceled 2019-09-27 2019-09-20 2019-11-04 2020-01-06 2020-03-10 2023-03-14 on of full-scale source protec cation Selection t Hosting Refugee tion measures in Arua UG-NWSC-173015-CS-CQS / Component 2: WSS in Large ESIA and RAP consultancy se Consultant Qualifi IDA / 62760 Towns and Support to Distric Post Limited 150,000.00 220,185.35 Signed 2020-06-30 2021-01-25 2020-08-30 2021-03-25 2020-10-30 2021-09-30 2020-12-14 2021-11-15 2021-12-20 rvices for Adjumani Water Su cation Selection t Hosting Refugee pply and Sanitation Project UG-NWSC-173016-CS-CQS / Component 2: WSS in Large Implementation of full-scale s Consultant Qualifi Pending Impleme IDA / 62760 Towns and Support to Distric Prior Open - National 1,000,000.00 0.00 2020-06-30 2020-08-30 2020-11-30 2021-01-15 2021-02-19 2024-11-20 ource protection measures in cation Selection ntation t Hosting Refugee Arua, Gulu, Mbale and Adjum ani UG-NWSC-206174-CS-CQS / Component 2: WSS in Large Consultant Qualifi Implementation of Full Scale IDA / 62760 Towns and Support to Distric Post Limited 255,000.00 464,557.49 Signed 2020-11-30 2021-03-06 2021-02-26 2021-05-18 2021-04-30 2021-11-21 2021-05-28 2022-06-06 2024-04-28 cation Selection Source Protection Measures i t Hosting Refugee n Gulu – Lot 2 UG-NWSC-206188-CS-CQS / Component 2: WSS in Large Consultant Qualifi Implementation of Full Scale IDA / 62760 Towns and Support to Distric Post Limited 255,621.00 412,098.24 Signed 2020-11-30 2020-12-21 2021-02-26 2021-05-18 2021-04-30 2021-11-09 2021-05-28 2022-06-06 2024-04-28 cation Selection Source Protection Measures i t Hosting Refugee n Mbale Page 2 UG-NWSC-206190-CS-CQS / Component 2: WSS in Large Consultant Qualifi Implementation of Full Scale IDA / 62760 Towns and Support to Distric Post Limited 273,571.00 454,274.92 Signed 2020-11-30 2021-03-09 2021-02-26 2021-05-18 2021-04-30 2021-11-21 2021-05-28 2022-06-06 2024-04-28 cation Selection Source Protection Measures i t Hosting Refugee n Arua – Lot 1 UG-NWSC-289724-CS-CQS / Component 2: WSS in Large Consultant Qualifi Under Implement Implementation of full scale s IDA / 62760 Towns and Support to Distric Post Limited 160,000.00 0.00 2022-04-25 2022-04-21 2022-05-25 2022-09-29 2022-08-05 2023-02-17 2022-09-16 2024-05-22 cation Selection ation ource protection measures in t Hosting Refugee Bushenyi 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 Page 3