12 MONTHS PROCUREMENT PLAN Project information: P171607 – Investment for Industrial Transformation and Employment (INVITE). Implementation agency: Uganda Bureau of Statistics (UBOS) Date of the Procurement Plan: February 2021 Period covered by this Procurement Plan: 12 months Preamble In accordance with paragraph 5.9 of the World Bank’s Procurement Regulations for IPF Borrowers for Goods, Works, Non-Consulting and Consulting Services, dated July 1, 2016 (revised in 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. The Bank has published Standard Documents to support the COVID Emergency Response for Request for Quotation for Goods, Direct Procurement of Goods, and Procurement of Goods Sample Contract as The proposed procurement approach prioritizes fast track emergency procurement for the required goods, works and services to utilize the flexibility provided by the Bank’s Procurement Framework for fast track emergency procurement. Key measures to fast track procurement in order of priority include: (i) use of simple and fast procurement and selection methods fit for an emergency situation including direct Selection / Procurement, as appropriate including increased thresholds for Requests For Quotations (RfQ) to US$1 million for goods and services; (ii) streamlined competitive procedures with shorter bidding time; (iii) extension of existing contracts where they include required goods, and services; (iv) use of framework agreements including existing one; and (v) procurement from UN Agencies enabled and expedited by World Bank procedures and templates. Further, Bid Securing Declaration may be used instead of the bid security. Advance payment may be increased to 40 percent, while secured with the advance payment guarantee. The time for submission of bids/proposal can be shortened to 7- 15 days in competitive national procedures, and to 3 days for the Request for Quotations, however if bidders request an extension it should be granted. 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 shall not apply). This being an emergency project, increased thresholds for Requests for Quotations (RFQ) to US$1 million for goods and services and US$5 million for works; Other Relevant Procurement Information:- Prior Procurement Arrangements: The World Bank’s oversight of procurement will be done through increased implementation support, and increased procurement post review based on a 20 percent sample while the World Bank’s prior review will not apply. Prequalification. Not expected for any works or goods packages in the procurement plan. Proposed Procedures for CDD Components: Not Applicable Reference to (if any) Project Operational/Procurement Manual: the Kenya Covid-19 Emergency Response Project team will prepare a Procurement manual, 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 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 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. 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 : Uganda: Investment for Industrial Transformation and Employment PLAN General Information Country: Uganda 2023-04-24 Bank’s Approval Date of the Original Procurement Plan: 2024-03-11 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P171607 GPN Date: Project Name: Uganda: Investment for Industrial Transformation and Employment Loan / Credit No: TF / B4751 Private Sector Foundation Uganda 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$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual NON CONSULTING SERVICES Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Estimated Am Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) ount (US$) (US$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual UG-PSFU-336704-NC-DIR / O nline digital platform to enabl Implementation Support and Pending Impl e MSMEs access Business De TF / B4751 Post Direct Selection Direct - National 50,000.00 0.00 2023-04-21 2023-04-26 2023-05-31 2024-05-30 Monitoring & Evaluation ementation velopment Services, includin g support and maintenance. CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Expression of Interest Short List and Draft R Request for Proposals Opening of Technical Evaluation of Technic Description Component Review Type Method Process Status Terms of Reference Report and Draft Neg Signed Contract Contract Completion o. h unt (US$) (US$) Notice equest for Proposals as Issued Proposals / Minutes al Proposal otiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual UG-PSFU-336691-CS-QCBS / Enhancing Capabilities in Pu International Market & Expor Quality And Cost- Open - Internationa Under Implement TF / B4751 blic Institutions and Private F Post 400,000.00 0.00 2023-04-21 2023-12-22 2023-05-12 2024-02-29 2023-06-25 2023-07-23 2023-08-22 2023-09-26 2023-10-31 2024-10-30 t Advisory services- Uganda Based Selection l ation irms. Export Promotion Board INDIVIDUAL CONSULTANTS Activity Reference No. / Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Invitation to Identifie Draft Negotiated Cont Description Component Review Type Method Process Status Terms of Reference Signed Contract Contract Completion o. h unt (US$) (US$) d/Selected Consultant ract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual UG-PSFU-334329-CS-INDV / Implementation Support and Individual Consult Under Implement TF / B4751 Post Open - National 55,000.00 0.00 2023-04-21 2023-10-11 2023-06-09 2023-06-30 2023-08-04 2024-08-03 Refugee Specialist- PSFU Monitoring & Evaluation ant Selection ation UG-PSFU-334330-CS-INDV / Implementation Support and Individual Consult TF / B4751 Post Open - National 55,000.00 0.00 Under Review 2023-04-21 2024-03-01 2023-06-09 2023-06-30 2023-08-04 2024-08-03 Social Development Specialis Monitoring & Evaluation ant Selection t- PSFU UG-PSFU-336685-CS-INDV / Implementation Support and Individual Consult TF / B4751 Post Open - National 55,000.00 0.00 Under Review 2023-04-21 2024-03-01 2023-06-09 2023-06-30 2023-08-04 2024-08-03 Project Officer- PSFU Monitoring & Evaluation ant Selection UG-PSFU-336686-CS-INDV / Implementation Support and Individual Consult Under Implement TF / B4751 Post Open - National 20,000.00 0.00 2023-04-21 2023-10-26 2023-06-09 2023-06-30 2023-08-04 2024-08-03 Communications Officer- PSF Monitoring & Evaluation ant Selection ation U UG-PSFU-336688-CS-INDV / Implementation Support and Individual Consult Under Implement TF / B4751 Post Open - National 15,000.00 0.00 2023-04-21 2023-10-26 2023-06-09 2023-06-30 2023-08-04 2024-08-03 Administrative Officer- PSFU Monitoring & Evaluation ant Selection ation UG-PSFU-337550-CS-INDV / Enhancing Capabilities in Pu Individual Consult Under Implement TF / B4751 Post Open - National 15,000.00 0.00 2023-04-21 2023-10-26 2023-06-09 2023-06-30 2023-08-04 2024-08-03 Monitoring and Evaluation Of blic Institutions and Private F ant Selection ation ficer- PSFU irms. UG-PSFU-337551-CS-INDV / Enhancing Capabilities in Pu Individual Consult Under Implement TF / B4751 Post Open - National 20,000.00 0.00 2023-04-21 2023-10-11 2023-06-09 2023-06-30 2023-08-04 2024-08-03 Accountant- PSFU blic Institutions and Private F ant Selection ation irms. UG-PSFU-337553-CS-INDV / I Enhancing Capabilities in Pu Individual Consult TF / B4751 Post Open - National 20,000.00 0.00 Under Review 2023-04-21 2024-03-01 2023-06-09 2023-06-30 2023-08-04 2024-08-03 T Support Officer- PSFU blic Institutions and Private F ant Selection irms. UG-PSFU-337554-CS-INDV / Enhancing Capabilities in Pu Individual Consult TF / B4751 Post Open - National 10,000.00 0.00 Under Review 2023-04-21 2024-03-01 2023-06-09 2023-06-30 2023-08-04 2024-08-03 Client Relations Officer- PSFU blic Institutions and Private F ant Selection irms. UG-PSFU-337558-CS-INDV / Enhancing Capabilities in Pu Individual Consult TF / B4751 Post Open - National 30,000.00 0.00 Under Review 2023-04-21 2024-03-01 2023-06-09 2023-06-30 2023-08-04 2024-08-03 Business Advisor Exports- PS blic Institutions and Private F ant Selection FU irms. UG-PSFU-336760-CS-CDS / Implementation Support and Under Implement Manager- Export Firm Suppor TF / B4751 Post Direct Selection Direct - National 48,000.00 0.00 2023-09-15 2023-09-27 2023-09-25 2023-11-29 2024-11-28 Monitoring & Evaluation ation t Programme (PSFU) UG-PSFU-384327-CS-INDV / CONSULTANCY SERVICES FO Implementation Support and Individual Consult Under Implement TF / B4751 Post Direct - National 50,000.00 0.00 2023-09-29 2023-10-26 2023-10-09 2023-10-30 2023-12-04 2024-06-01 R THE PREPARATION OF THE Monitoring & Evaluation ant Selection ation PROJECT OPERATIONS MANU AL (POM) UG-PSFU-384332-CS-CDS / C onsulting services for prepar Implementation Support and Under Implement TF / B4751 Post Direct Selection Direct - National 65,000.00 0.00 2023-09-29 2023-10-26 2023-10-09 2023-12-13 2024-06-10 ation of Environmental and S Monitoring & Evaluation ation ocial instruments for BoU UG-PSFU-389860-CS-INDV / Implementation Support and Individual Consult Under Implement Project Management Speciali TF / B4751 Post Open - National 60,000.00 0.00 2023-12-29 2023-12-22 2024-02-16 2024-03-08 2024-04-12 2024-10-09 Monitoring & Evaluation ant Selection ation st - MoFPED Page 1 UG-PSFU-389866-CS-INDV / Implementation Support and Individual Consult Under Implement TF / B4751 Post Open - National 40,000.00 0.00 2023-12-29 2023-12-22 2024-02-16 2024-03-08 2024-04-12 2024-10-09 M&E Specialist MoFPED Monitoring & Evaluation ant Selection ation UG-PSFU-389868-CS-INDV / Implementation Support and Individual Consult Under Implement TF / B4751 Post Open - National 30,000.00 0.00 2023-12-29 2023-12-22 2024-02-16 2024-03-08 2024-04-12 2024-10-09 Project Officer MoFPED Monitoring & Evaluation ant Selection ation UG-PSFU-400831-CS-INDV / Implementation Support and Individual Consult TF / B4751 Post Open - National 180,000.00 0.00 Under Review 2024-01-14 2024-03-01 2024-03-03 2024-03-24 2024-04-28 2024-10-25 Communication Specialist - P Monitoring & Evaluation ant Selection SFU PIU UG-PSFU-400834-CS-INDV / I Implementation Support and Individual Consult TF / B4751 Post Open - National 165,600.00 0.00 Under Review 2024-01-14 2024-03-01 2024-03-03 2024-03-24 2024-04-28 2024-10-25 nternal Auditor - PSFU PIU Monitoring & Evaluation ant Selection UG-PSFU-400851-CS-INDV / Implementation Support and Individual Consult TF / B4751 Post Open - National 150,000.00 0.00 Under Review 2024-01-14 2024-03-01 2024-03-03 2024-03-24 2024-04-28 2024-10-25 Economist - PSFU PIU Monitoring & Evaluation ant Selection UG-PSFU-400849-CS-INDV / Implementation Support and Individual Consult Pending Impleme TF / B4751 Post Open - National 150,000.00 0.00 2024-01-31 2024-03-20 2024-04-10 2024-05-15 2024-11-11 Gender Specialist - PSFU PIU Monitoring & Evaluation ant Selection ntation UG-PSFU-400836-CS-INDV / Implementation Support and Individual Consult Pending Impleme TF / B4751 Post Open - National 180,000.00 0.00 2024-03-10 2024-04-28 2024-05-19 2024-06-23 2024-12-20 Environmental Specialist - PS Monitoring & Evaluation ant Selection ntation FU PIU UG-PSFU-413139-CS-INDV / Implementation Support and Individual Consult Pending Impleme TF / B4751 Post Open - National 180,000.00 0.00 2024-03-10 2024-04-28 2024-05-19 2024-06-23 2025-06-23 Social Development Specialis Monitoring & Evaluation ant Selection ntation t - BoU UG-PSFU-413140-CS-INDV / Implementation Support and Individual Consult Pending Impleme TF / B4751 Post Open - National 180,000.00 0.00 2024-03-10 2024-04-28 2024-05-19 2024-06-23 2024-12-20 Environmental Specialist - Bo Monitoring & Evaluation ant Selection ntation U Page 2