Public Procurement and Property Administration Agency- Ethiopia PROCUREMENT PLAN Name of Project: STRENGTHENING PUBLIC PROCUREMENT SYSTEM Project ID.: P179041 Implementing Agency: Public Procurement and Property Authority PROCUREMENT PLAN I. General 1.Project information Country: Ethiopia Project Name: Strengthening Public Procurement System Project ID: P179041 Project Implementation Agency: Public Procurement and Property Authority (FPPPA) 2.Date of the Procurement Plan: September 2022 3.Period covered by this Procurement Plan: September 2022 to June 2023 II. Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” dated November 2020 (“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. III. 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. IV. 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. V. Prequalification: None. VI. 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 VII. 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. VIII. Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). Goods: Not Applicable Works: Not Applicable IX. Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations: Not Applicable. X. Proposed Procedures for CDD Components: Not Applicable XI. Other Relevant Procurement Information: None XII. Reference to (if any) Project Operational/Procurement Manual: None XIII. Procurement Approach and Prior Review Thresholds: The Procurement Arrangements as indicated in the below table will be used. The thresholds for the Bank’s prior review requirements are also provided in the table: Thresholds for Procurement Methods (US$, millions) Short List of National Moderate Risk Open Open Consultants Category Prior Review Internatio Nationa RFQ Engineering and (US$, millions) Consulting nal l Construction Services Supervision Works ≥15.00 ≥7.00 <7.00 ≤0.20 n.a. n.a. Goods, IT, and non- ≥4.00 ≥1.00 <1.00 ≤0.10 n.a. n.a. consulting services Consultants (firms) ≥2.00 n.a. n.a. n.a. 0.2 0.3 Individual ≥0.40 n.a. n.a. n.a. n.a. n.a. consultants *These prior review thresholds are for the purposes of the initial procurement plan for the first 18 months. The thresholds will be revised periodically based on re-assessment of risks. All contracts not subject to prior review will be post-reviewed. The project envisages the selection of individual consultants under post review procedure and, hence activity involving the Bank’s prior review. Procurement Packages/Plan with Procurement Arrangements and Time Schedule: as per the table below: b) PROCUREMENT PLAN A. Works; Not Applicable B. Goods, Information Technology, and Non-Consulting Services: Not Applicable C. Consultancy Services 1 2 3 4 5 6 8 9 10 Ref. Contract Estimat Revie Market Selecti Shortli Expecte Expecte No. Description ed w Approa on sting d date d date Cost by ch Method (yes/n of of US$ Bank o) proposa Contrac (Prior l t / Post) opening Signatu re 1 Selection and 200,000 Post Direct DC Yes End of Third employment of a Septemb week of consulting firm for the er 2022 October preparation of training 2022 materials and provide ToT. 2 Hiring of at least five 150,000 Post limited INDV Yes Septemb Nov, individual consultants er, 2022 2022 (one International and four local) to provide technical support in preparation of documents INDV - Individual Consultant Selection. 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 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. 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: 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: 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. 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 Ethiopia : Ethiopia Public Procurement System Strengthening Project PLAN General Information Country: Ethiopia 2022-09-19 Bank’s Approval Date of the Original Procurement Plan: 2022-10-28 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P179041 GPN Date: 2022-09-06 Project Name: Ethiopia Public Procurement System Strengthening Project Loan / Credit No: TF / B9280 Public Procurement and Property Authority 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$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Expression of Interest Short List and Draft R Request for Proposals Opening of Technical Evaluation of Technic Description Component Review Type Method Process Status Terms of Reference Report and Draft Neg Signed Contract Contract Completion o. h unt (US$) (US$) Notice equest for Proposals as Issued Proposals / Minutes al Proposal otiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual INDIVIDUAL CONSULTANTS Activity Reference No. / Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Invitation to Identifie Draft Negotiated Cont Description Component Review Type Method Process Status Terms of Reference Signed Contract Contract Completion o. h unt (US$) (US$) d/Selected Consultant ract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Component 1: Support the p ET-PPPA-315994-CS-INDV / R reparation and disseminatio ecruitment of IC to update an n of procurement legislation Individual Consult Under Implement d disseminate the procureme TF / B9280 Post Limited 39,600.00 0.00 2022-09-26 2022-09-21 2022-10-01 2022-10-22 2022-11-26 2023-05-25 in the newly established Sid ant Selection ation nt legal documents for Sidam ama and Sout hwest Region a Regional State s and procurement skill upgr ading. Component 1: Support the p ET-PPPA-316002-CS-INDV / R reparation and disseminatio ecruitment of IC to update an n of procurement legislation Individual Consult Under Implement d disseminate the procureme TF / B9280 Post Limited 36,300.00 0.00 2022-09-26 2022-09-21 2022-10-01 2022-10-22 2022-11-26 2023-03-09 in the newly established Sid ant Selection ation nt legal documents at South ama and Sout hwest Region west Regional State s and procurement skill upgr ading. Component 2: Technical sup ET-PPPA-317212-CS-CQS / R port for evidence-based deci Pending Impleme ecruitment of firm for Condu TF / B9280 Post Direct Selection Direct - National 10,000.00 0.00 2023-04-02 2023-04-19 2023-06-05 2023-06-23 sion making and issuance of ntation cting Financial Audit documents in key procurem ent areas ET-PPPA-317211-CS-CDS / R Component 2: Technical sup ecruitment of Consulting Fir port for evidence-based deci Direct - Internation Under Implement m for Preparation of training TF / B9280 sion making and issuance of Post Direct Selection 204,000.00 0.00 2022-10-28 2022-10-10 2022-11-07 2022-12-28 2023-03-10 al ation modules relevant to staff in t documents in key procurem he regulatory body and provi ent areas ding ToT ET-PPPA-322761-CS-CDS / R Component 1: Support the p ecruitment of IC for Study re reparation and disseminatio port on Sustainable Procure n of procurement legislation Direct - Internation Pending Impleme TF / B9280 Post Direct Selection 63,000.00 0.00 2022-10-31 2022-11-10 2023-01-14 2023-02-15 ment and enhancing the Co in the newly established Sid al ntation mpetitiveness of Local Manuf ama and Sout hwest Region acturers and Service Provider s and procurement skill upgr s ading. Component 1: Support the p ET-PPPA-316004-CS-INDV / R reparation and disseminatio ecruitment of IC for Study re n of procurement legislation Individual Consult port on sustainable procurem TF / B9280 Post Limited 63,000.00 0.00 Canceled 2022-10-25 2022-10-10 2022-10-30 2022-11-20 2022-12-25 2023-01-23 in the newly established Sid ant Selection ent and enhanced use of Do ama and Sout hwest Region mestic Market s and procurement skill upgr ading. Component 1: Support the p ET-PPPA-316006-CS-INDV / R reparation and disseminatio ecruitment of IC for preparati n of procurement legislation Individual Consult TF / B9280 Post Limited 21,000.00 0.00 Canceled 2022-10-25 2022-10-30 2022-11-25 2022-12-23 2023-03-07 on of guidance on procureme in the newly established Sid ant Selection nt record management ama and Sout hwest Region s and procurement skill upgr ading. Component 1: Support the p ET-PPPA-316005-CS-INDV / R reparation and disseminatio ecruitment of IC for Preparati n of procurement legislation Individual Consult TF / B9280 Post Limited 35,000.00 0.00 Canceled 2022-11-10 2022-11-15 2022-12-06 2023-01-10 2023-02-07 on of Directive for Emergenc in the newly established Sid ant Selection y procurement procedure ama and Sout hwest Region s and procurement skill upgr ading. Page 1