Procurement Plan 104966 I. General 1. Project information: Zimbabwe, Government of Zimbabwe, Grant No. TF015111 and TF0A1598, Health Sector Support Development Project – Additional Financing I and Additional Financing II 2. Project Implementation Unit: Cordaid 3. Bank’s approval Date of the procurement Plan: Original: November 10, 2015 4. Date of General Procurement Notice: 20-03-2012 5. Period covered by this procurement plan: October 2015 – December 2016 II. Goods and Works and non-consulting services. 1. Prior Review Threshold: Procurement Decisions subject to Prior Review by the Bank as stated in Appendix 1 to the Guidelines for Procurement: Expenditure Contract Value Threshold For Contracts Subject to Procurement Method Category use of Method (US$) Prior Review (US$) 1. Works ICB(Works/Supply & Installation) ≥5,000,000 All contracts Shopping <200,000 None Direct Contracting All values All contracts Community Participation Procedures All values As in Procurement Plan 2. Goods ICB ≥500,000 All contracts Procurement under Framework All values As in procurement plan Agreement Shopping <200,000 (motor vehicles only) None Shopping <100,000 (rest not motor vehicles) None Direct Contracting All values All contracts Procurement from UN Agencies All values None Community Participation Procedures All values As in Procurement Plan 2. Prequalification. N/A 3. Proposed Procedures for CDD Components (as per paragraph. 3.17 of the Guidelines: Yes, details will be elaborated in the Project Implementation Manual 4. Reference to (if any) Project Operational/Procurement Manual: Procurement Manual Cordaid, approved by WB 03-01-2012 5. Any Other Special Procurement Arrangements: Yes; 6. Procurement Packages with Methods and Time Schedule a) Procurement of Goods 1 2 3 4 5 6 7 8 9 Ref. Contract Estimated Procurement Prequalification Domestic Review by Expected Bid- Comments No. (Description) Cost (USD) Method (yes/no) Preference Bank Opening Date (yes/no) (Prior / Post) 1 19 tables for 5,000 Shopping No No Post 01-03-2016 HFOs 2 19 Solar 50,000 Shopping No No Post 01-03-2016 charges for HFOs 3 Procurement 7,500 Shopping No No Post 01-02-2016 of T-shirts for voucher promotion 4 2 x ID card 10,000 Shopping No No Post 01-02-2016 printer for DSS 5 6 x tablets for 1,800 Shopping No No Post 01-02-2016 DSS b) Procurement of Non-Consultant Services 1 2 3 4 5 6 7 8 9 Ref. Contract Estimated Procurement Prequalification Domestic Review by Expected Bid- Comments No. (Description) Cost Method (yes/no) Preference Bank Opening Date (yes/no) (Prior / Post) 1 Printing of posters 6,200 Shopping No No Post 01-02-2016 1 and flyers for voucher promotion III. Selection of Consultants 1. Prior Review Threshold: Selection decisions subject to Prior Review by Bank as stated in Appendix 1 to the Guidelines Selection and Employment of Consultants: Table 2: Thresholds for Consultants Selection Methods and Prior Review Contract Value Threshold Contracts Subject to Prior Expenditure Category Procurement Method for use of selection method Review (US$ millions) (US$) ≥ 200,000 QCBS, QBS ≥ 300,000 (Engineering & All contracts Consulting Firms Contract Management only) CQS, LCS, QBS, FBS <200,000 As in procurement plan SSS All values All Contracts Competitive selection ≥ 100,000 All Individual Consultants (IC) <100,000 None IC Single Source Selection All values All contracts NOTE: Contracts selected on basis of CQS should not exceed US$200,000 equivalent. 2. Short list comprising entirely of national consultants: Yes; Note: Short list comprising entirely of national consultants: Short list of consultants for services, estimated to cost less than US$200,000 equivalent per contract, may comprise entirely of national consultants in accordance with the provisions of paragraph 2.7 of the Consultant Guidelines. Engineering and contract management contracts with cost estimates of less than US$300,000 may comprise entirely of national consultants in accordance with the provisions of paragraph 2.7 of the Consultant Guidelines. The procurement plan will indicate those contracts using CQS whose short lists by exception may not comprise entirely national firms. 3. Any Other Special Selection Arrangements: Yes; The Project anticipates using Research Institutions and Government Agencies that have comparative advantage in their areas of operation. 4. Consultancy Assignments with Selection Methods and Time Schedule 1 2 3 4 5 6 7 Ref Description of Estimated Selection Review Expected Comments . Assignment Cost Method by Proposals No. Bank Submission (Prior / Date Post) 1 Counter Verification for 510,000 QBS Prior 31-03-2016 urban and rural programmes combined 2 Internal auditor 47,500 LCS Prior 31-03-2016 3 External auditor 36,000 SSS Prior 30-09-2016 For financial year 2016 - KPMG 4 Database technical 20,000 LCS Post 31-03-2016 support 1 Notes: : ICB- International Competitive Bidding; NCB – National Competitive Bidding; QCBS – Quality and Cost Based Selection; QBS – Quality Based Selection; CQS – Selection based on Qualifications; LCS – Least Cost Selection; IC – Individual Consultants; SSS-Single Source Selection. IV. Implementing Agency Capacity Building Activities with Time Schedule 1. In this section the agreed Capacity Building Activities are listed with time schedule: (none) No. Expected outcome / Estimated Estimated Start Date Comments Activity Description Cost Duration Notes: 1. Training All training will be based on agreed training plan that will be prepared by the PIE and approved by the Bank and will include at the least the justification of the training identified and the capacity gap, the intended trainees, the name of the training provider, the duration and cost of training. After the training, the beneficiaries will be requested to submit a brief report indicating what skill have been acquired and how these skills will contribute to enhance his performance and contribute to the attainment of the project objective. The training plan will be prepared and submitted once a year and updated as required. 2. Operating costs For this project, the Bank has agreed with PIE that the procurement methods for goods and non-consulting services as described in the Procurement Guidelines do not have to be followed for payments made for operating costs arising from the implementation of the project. Instead, the Bank has assessed the PIE’s own procurement procedures for these expenditures (during appraisal) and agrees that these procedures are adequate for procuring items for operating costs. These procedures will be further specified in the Project Implementation Manual (PIM). The operating costs constitute recurrent costs (excluding purchase of motor vehicles, computers etc.) and typically include equipment rental and maintenance, vehicle operating costs, maintenance and repair, office rental and maintenance, office materials and supplies, utility costs (including electricity, water and gas) communications (including telephone and internet charges) equipment rent, operation and maintenance and cost of banking services (bank charges), travel cost and transport of the staff associated with project implementation. The Project Appraisal Document (PAD) and the Financing Agreement (FA) will include a list of the eligible items to be covered under the project. These items will be procured using the implementing Government agency’s administrative procedures, which have been reviewed and found acceptable to the Bank. Contracts for these items should not be included in the procurement plan.