12 MONTHS PROCUREMENT PLAN Project information: P171339 - Uganda: Roads and Bridges in the Refugee Hosting Districts/Koboko-Yumbe-Moyo Road Corridor Project Project Implementation agency: Uganda National Roads Authority Date of the Procurement Plan: July 2020 Period covered by this Procurement Plan: 12 months 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 Procurement Regulations shall apply. However, the Borrower may use its own procurement arrangements as set forth in the Public Procurement and Disposal Act, 2003 for Request for Quotation such arrangements shall be subject to permitting universal eligibility and 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 for Procurement Methods Contract (C) Expenditure Value No Procurement Method Category Threshold* [eq. USD] Open Competition International C ≥ 10,000,000 Market Approach and Direct Contracting Open Competition National Market 1 Works 200,000 < C < Approach 10,000,000 C ≤ 200,000 RfQ Open Competition International C ≥ 2,000,000 Market Approach and Direct Goods, IT and Contracting non- 2 Open Competition National Market consulting 100,000 < C < Approach services 2,000,000 C ≤ 100,000 RfQ selection of Open Competition International 3 consultant C < 300,000 Market Approach and Direct firms Contracting Contract (C) Expenditure Value No Procurement Method Category Threshold* [eq. USD] Selection of Any value 4 Individual any Approach consultants Direct 5 Selection Any value Subject to justification Training, Workshops, Based on approved Annual Work 6 All Values Study Tours Plan & 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: Not 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 and execution of the contract (in case of award), including any amendments thereto. 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. 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: a. completion of World Bank Group sanctions proceedings according to its prevailing sanctions procedures; 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. 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: Roads and Bridges in the Refugee Hosting Districts/Koboko-Yumbe-Moyo Road Corridor Project PLAN General Information Country: Uganda Bank’s Approval Date of the Original Procurement Plan: 2020-10-16 2021-08-03 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P171339 GPN Date: 2020-10-16 Project Name: Uganda: Roads and Bridges in the Refugee Hosting Districts/Koboko-Yumbe-Moyo Road Corridor Project Loan / Credit No: IDA / D7200 U Executing Agency(ies): ganda National Roads Authority (UNRA) WORKS Procureme Activity Reference No. / Actual Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification High SEA/SH nt Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Contract Description Component Review Type Method Market Approach Amount Document / and Recommendation Signed Contract No. Process (Y/N) Risk Document Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Completion (US$) Justification for Award Type Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual UG-UNRA-213623-CW-RFB / Civil Works for the Upgrading Single Stage - Two Under 2024-10- of Koboko-Yumbe-Moyo IDA / D7200 Road Upgrading Works Prior Request for Bids Open - International 0.00 2021-02-16 2021-04-17 2021-05-29 2021-09-10 2021-10-15 Envelope Review 14 (103Km) from Gravel to Paved (Bituminous) Standard. GOODS Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) (US$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual UG-UNRA-197315-GO-RFB / Supply, delivery, training and Single Stage - One commissioning of in-situ IDA / D7200 Institutional Strengthening Prior Request for Bids Open - National 0.00 Canceled 2020-11-25 2021-01-11 2021-02-22 2021-03-24 2021-04-28 2021-10-25 Envelope pollution monitoring equipment UG-UNRA-246410-GO-RFB / Supply, delivery, training and Pending Single Stage - One commissioning of in situ IDA / D7200 Institutional Strengthening Post Request for Bids Open - International 0.00 Implementati 2021-08-09 2021-08-19 2021-09-30 2021-10-30 2021-12-04 2022-06-02 Envelope pollution monitoring on equipment NON CONSULTING SERVICES Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) (US$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification 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 Contract Type Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual UG-UNRA-192750-CS-QCBS / Consultancy services for the design review and construction supervision of Quality And Cost- Under the road construction works IDA / D7200 Road Upgrading Works Prior Open - International 0.00 2020-11-02 2021-01-08 2020-12-02 2021-02-23 2021-02-24 2021-03-24 2021-04-23 2021-05-28 2021-07-02 2024-07-01 Based Selection Implementation including the monitoring of the implementation of the environment and social management plans. UG-UNRA-193008-CS-QCBS / Consultancy services for the provision of semi-annual integrated third-party audit services of the project Quality And Cost- services covering engineering IDA / D7200 Road Upgrading Works Prior Open - International 0.00 Canceled 2020-12-01 2021-02-01 2021-03-17 2021-04-14 2021-05-14 2021-06-18 2021-07-23 2023-07-23 Based Selection designs, management of the environment and social issues including the implementation of Sexual Exploitation and Abuse UG-UNRA-193034-CS-QCBS / Consultancy services for the provision of periodic Quality And Cost- monitoring and evaluation IDA / D7200 Road Upgrading Works Prior Open - International 0.00 Canceled 2020-12-01 2021-02-01 2021-03-17 2021-04-14 2021-05-14 2021-06-18 2021-07-23 2024-07-22 Based Selection services of the project outcomes and intermediate indicators. UG-UNRA-193039-CS-QCBS / Consultancy services for the review and strengthening of Quality And Cost- Pending the environment, social, IDA / D7200 Institutional Strengthening Post Open - International 0.00 2020-11-10 2021-01-11 2021-02-24 2021-03-24 2021-04-23 2021-05-28 2021-07-02 2024-07-01 Based Selection Implementation health and safety management system across UNRA including annual system audits. UG-UNRA-193036-CS-QCBS / Consultancy services for carrying out periodic Quality And Cost- monitoring and evaluation IDA / D7200 Road Upgrading Works Post Open - International 0.00 Under Review 2021-01-25 2021-06-17 2021-03-28 2021-05-11 2021-06-08 2021-07-08 2021-08-12 2021-09-16 2024-09-15 Based Selection and road user satisfaction survey of the roads and bridges project. UG-UNRA-197307-CS-QCBS / Consultancy Services for undertaking awareness Quality And Cost- Under campaigns on the Gender IDA / D7200 Road Upgrading Works Prior Open - National 0.00 2021-01-25 2021-05-12 2021-03-07 2021-06-19 2021-07-17 2021-08-16 2021-09-20 2021-10-25 2024-10-24 Based Selection Implementation Based Violence and Violence against Children across the Project area. Page 1 UG-UNRA-197442-CS-QCBS / Consultancy Services for undertaking road safety Quality And Cost- Pending IDA / D7200 Road Safety Post Open - National 0.00 2021-02-01 2021-04-05 2021-05-29 2021-06-26 2021-07-26 2021-08-30 2021-10-04 2024-10-03 audits, road safety training Based Selection Implementation and road safety awareness campaigns UG-UNRA-211339-CS-QCBS / Consultancy Services for the Implementation of Quality And Cost- Under Resettlement Assistance and IDA / D7200 Road Upgrading Works Prior Open - National 0.00 2021-01-19 2021-04-27 2021-02-09 2021-05-12 2021-04-10 2021-05-10 2021-06-09 2021-07-14 2021-08-18 2022-08-18 Based Selection Implementation Livelihood Restoration Programs for Koboko-Yumbe- Moyo Road (103.08 Km) UG-UNRA-219855-CS-LCS / Consultancy services for the provision of third-party integrated performance Least Cost Under IDA / D7200 Road Upgrading Works Prior Open - International 0.00 2021-03-01 2021-03-22 2021-05-21 2021-06-18 2021-07-18 2021-09-10 2021-10-15 2025-10-14 monitoring audits for the Selection Implementation Uganda Roads and Bridges project. Lot 2 – Technical Audit UG-UNRA-219867-CS-LCS / Consultancy services for the provision of third-party Least Cost Pending integrated performance IDA / D7200 Road Upgrading Works Post Open - National 0.00 2021-03-01 2021-03-22 2021-05-31 2021-06-28 2021-07-28 2021-09-20 2021-10-25 2025-10-24 Selection Implementation monitoring audits for the Uganda Roads and Bridges project. Lot 1 – Financial Audit INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Actual Amount Draft Negotiated Description Component Review Type Method Market Approach Contract Type Process Status Teams of Reference Identified/Selected Signed Contract Contract Completion No. (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual UG-UNRA-192999-CS-INDV Individual / Procurement of Individual Under IDA / D7200 Institutional Strengthening Prior Consultant Open 0.00 2020-10-30 2021-02-23 2021-02-27 2021-04-08 2021-05-13 2022-11-11 Consultancy for Procurement Implementation Selection Specialist UG-UNRA-197278-CS-INDV Individual / Procurement of individual IDA / D7200 Institutional Strengthening Post Consultant Open 0.00 Under Review 2020-11-02 2021-01-05 2021-03-12 2021-04-21 2021-05-17 2024-05-16 Consultant Communications Selection Specialist. UG-UNRA-197275-CS-INDV Individual / Procurement of individual IDA / D7200 Institutional Strengthening Post Consultant Open 0.00 Under Review 2020-11-15 2021-01-05 2021-03-27 2021-05-06 2021-06-01 2024-05-31 specialist Social Development Selection Specialist UG-UNRA-197282-CS-INDV / procurement of individual Individual consultants-Field Support IDA / D7200 Institutional Strengthening Post Consultant Open 0.00 Under Review 2020-12-01 2021-01-05 2021-04-12 2021-05-22 2021-06-17 2024-06-16 Community Liaison Officers (3 Selection No) UG-UNRA-197281-CS-INDV Individual / Procurement of an individual Pending IDA / D7200 Institutional Strengthening Post Consultant Open 0.00 2021-01-24 2021-06-16 2021-07-26 2021-08-21 2024-08-20 Consultant-Gender, GBV, SEA Implementation Selection Specialist UG-UNRA-213616-CS-INDV Individual / Procurement of Individual Under IDA / D7200 Institutional Strengthening Post Consultant Open 0.00 2021-01-19 2021-03-01 2021-04-08 2021-05-08 2021-06-12 2024-06-11 Specialist-Environmental Implementation Selection Safeguards Specialist UG-UNRA-214843-CS-INDV Individual / Procurement of Individual Pending IDA / D7200 Institutional Strengthening Post Consultant Open 0.00 2021-01-25 2021-05-30 2021-06-19 2021-08-09 2024-08-08 Specialist-Health and Safety Implementation Selection Specialist Page 2