Procurement Plan Project Information: Country: South Sudan Project Name: Rapid Results Health Project Project ID: P127187 Project Implementation Agency: Ministry of Health Date of the Procurement Plan: August 2017 Period Covered by this Procurement Plan: First 12 Months I. Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016) (“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. II. Bank’sStandard Procurement Documents: 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. III. National Procurement Arrangements: Not Applicable 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. When the Borrower uses its own National Open Competitive Procurement arrangements as set forth in The Public Procurement Act, 2011, The Public Procurement (Amendment) Act, 2016 and the Regulations, 2013, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: o There should be no mandatory requirements for inclusion of local experts and firms for the consulting assignments. o There should be no exclusive preference based on threshold prescribed in PPA and its Regulations. When other national procurement arrangements other than National Open Competitive Procurement arrangements are applied by the Borrower, such arrangements shall be subject to paragraph 5.5 of the Procurement Regulations. 1 In accordance with paragraph 5.4(c) and 5.5 of the Procurement Regulations, the request for bids/request for proposals/request for quotations document shall require that Bidders/Proposers submitting Bids/Proposals/quotations 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. IV. Other Relevant Procurement Information: Prequalification: Not Applicable Leased Assets as specified under paragraph 5.10 of the Procurement Regulations: Not Applicable Procurement of Second Hand Goods as specified under paragraph 5.11 of the Procurement Regulations: Not Applicable Domestic Preference: as specified under paragraph 5.51 of the Procurement Regulations (Goods, Works and Non-Consulting Services). Not Applicable Domestic preference is not applicable for National Open Competitive Procurement Post Review: All contracts not subject to prior review shall be subject to post review. However due to enhanced fiduciary measures following the crisis in the country, TTL initial approval for any sensitive and critical contracts review is required. This is should be done through email. Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations is Applicable. The Country office Procurement Specialist shall continue to provide the support. 2 V. Procurement of Good, Works and Non-Consulting Services Threshold for Prior Review, Procurement Approaches and Methods Procurement Method Method Threshold in USD Prior Review Threshold in Comment USD 1. ICB (Goods & Non Consulting ≥500,000 All All Services) 2 LIB (Goods) All Values ≥500,000 All 3. NCB (Goods &Non-Consulting ≤500,000 None None Services) 4. ICB (Works) ≥5,000,0000 All All 5. NCB (Works) ≤. 5,000,000 ≤5,000,000 None 6 Shopping (Works) <200,000 None None 7 Shopping (Goods/Non-Consulting <100,000 None services) 8. Direct Contracting All Values ≥50,000 All (Works/Goods/Non-Consulting services) Summary of the Procurement Packages for Good, Works and Non-Consulting Services (Planned for the first 18 months after project effectiveness): Sr. Contract Description Estimated Review by Market Approach Selection Method Procuremen Prequal Dome Expected date of Expected date of Expected date of Bank (Open-National/ (RFP, RFB, t Process ificatio stic bid/ proposal Contract completion No Cost (US$) (Prior/ Limited etc.) RFQ, DS etc.) (Single n Prefer opening Signature Post) stage-single (Yes/ ence envelope No) (Yes/ etc.) No) 1 The Coordination Service Prior Limited Direct Single No No 15/6/2012 2013/01/03 31/10/2017 to Improve the Delivery 42,468,605( Selection Stage of High Impact Primary 8,027783 (CDS) Health Care (PHC) current ext) Services in Jonglei State 2 The Coordination Service Prior Limited Direct Single No No 15/6/2012 2013/01/03 31/10/2017 to Improve the Delivery 29,725,702 Selection Stage 3 of High Impact Primary 7,197,688 (CDS) Health Care (PHC) current ext) Services in Upper Nile State 3 Supply of 15,0000,000 Prior Limited Request for Single No No 20/2/2017 22/8/2017 31/3/2018 Pharmaceuticals, Storage Bids(RFB) Stage and Distribution 4 Purchase of 3 Project 140,000 Prior Open Request for Single No No 19/6/2017 25/8/2017 31/12/2017 Vehicles Quotations Stage (RFQ) 4 VI. Procurement of Consulting Services Thresholds for Prior Review, Selection Approaches and Methods Category Prior Review Short List of National Consultants (US$ millions) Consulting Engineering and Construction Services Supervision Consultants (Firms) ≥ 0.2 ≤ 0.3 ≤ 0.3 Individual ≥ 0.05 n.a. n.a. Consultants/SS Note: Consultancy services estimated to cost equivalent to US $ 300,000 and above per contract shall be advertised in the United Nations Development Business (UNDB) online in addition to advertising in national newspaper(s) of wide circulation and/or regional newspaper. Summary of the Procurement Packagesfor Consulting Services (Planned for the first 18 months after project effectiveness): Sr. Contract Description Estimate Revie Market Selection Short Expected Expected Expected No d Cost w by Approach Method listin date of bid/ date of date of (US$) Bank (Open - (QCBS, g proposal Contract completion (Prior/ Internation FBBS, (Yes/ opening Signature Post) al/ LCBS, No) National/ QBS, CQS, etc.) DS etc.) 1 Monitoring and Evaluation Technical Prior Limited Direct No 20/4/2017 15/7/2017 30/12/2017 Support to the Ministry of Health 836,715 Selection (CDS 2 Project Manager 379,011 Prior open INDV Yes 25/11/2011 1/10/2012 30/9/2017 3 Financial Management Specialist 126,800 Prior Open INDV No 15/6/2016 1/10/2016 30/9/2017 4 Procurement Specialist 155,377.8 Prior Limited DS No 25/3/2016 18/4/2016 30/9/2017 5 Procurement Officer 227,665 Prior Open INDV No 12/11/2012 10/12/2012 30/9/2017 5 6 Finance Officer 45,000 Prior Limited DS No 20/6/2016 1/7/2016 30/9/2017 7 Health Planner 311,665 Prior open INDV Yes 15/2/2013 28/3/2013 30/9/2017 8 State Health Advisor, Jonglei State 180,000 Prior open INDV Yes 11/8/2014 19/9/2014 30/9/207 9 M&E Specialist 45,000 Prior open INDV Yes 5/12/2016 1/1/2017 30/9/207 10 Social Safe Guard Specialist 90,000 Prior Limited DS No 5/12/2016 1/1/2017 30/9/2017 11 Audit Firm for CSDO 80,000 Prior Limited Direct No 15/3/2017 10/6/2017 30/9/2017 Selection (CDS 6 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 in any other manner;2 (ii) to be a nominated3 sub-contractor, consultant, manufacturer 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. 2For 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. 3A 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. 7 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: Title of the person signing the Letter: 4Inspections 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. 8 PROCUREMENT South Sudan : South Sudan Health Rapid Results Project PLAN General Information Country: South Sudan Banks Approval Date of the Original Procurement Plan: 2017-09-04 Revised Plan Date(s): (comma delineated, leave blank if none) 2018-07-06 Project ID: P127187 GPN Date: Project Name: South Sudan Health Rapid Results Project Loan / Credit No: IDA / D1250 Executing Agency(ies): Ministry of Health WORKS Activity Reference No. / Bid Evaluation Report Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Draft Bidding Document Specific Procurement Bidding Documents as Proposal Submission / Description Loan / Credit No. Component Review Type Method Market Approach and Recommendation Signed Contract Contract Completion Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report / Justification Notice / Invitation Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual GOODS Activity Reference No. / Bid Evaluation Report Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Draft Bidding Document Specific Procurement Bidding Documents as Proposal Submission / Description Loan / Credit No. Component Review Type Method Market Approach and Recommendation Signed Contract Contract Completion Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report / Justification Notice / Invitation Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual SS-MOH-24777-GO-RFQ / Component 2: Capacity Single Stage - One Procurement of 3 Project IDA / D1250 development of MOH at the Prior Request for Bids Open - National 140,000.00 0.00 Canceled 2017-09-11 2017-09-25 2017-09-16 2017-12-24 2017-10-28 2018-02-06 2017-11-27 2018-01-01 2018-02-12 Envelope Vehicles national level SS-MOH-28900-GO-UN / procurement, storage and Component 3: Pharmaceutical IDA / D1250 Prior UN Agencies (Direct) Direct 15,000,000.00 0.00 Canceled 2017-09-19 2017-10-01 2017-11-05 2018-03-20 distribution of medicines and Commodities medical commodities. SS-MOH-28902-GO-RFQ / Component 2: Capacity purchase of 20 non sophisticated Request for Single Stage - One IDA / D1250 development of MOH at the Post Limited 4,000.00 9,000.00 Signed 2017-09-23 2017-10-09 2017-10-01 2017-10-11 2017-10-11 smartphones for for geospatial Quotations Envelope national level mapping training SS-MOH-49555-GO-DIR / Component 3: Pharmaceutical Procurement of Pharmaceuticals, IDA / D1250 Prior Direct Selection Direct 15,000,000.00 9,674,049.13 Signed 2018-02-21 2018-03-07 2018-03-03 2018-03-16 2018-03-17 2018-06-14 2018-09-13 Commodities Storage and Distribution. SS-MOH-61785-GO-UN / Component 2: Capacity Procurement of 3 Project IDA / D1250 development of MOH at the Prior UN Agencies (Direct) Direct 140,000.00 154,959.73 Signed 2018-05-09 2018-05-10 2018-05-19 2018-06-01 2018-06-16 2018-06-21 2018-08-15 Vehicles national level NON CONSULTING SERVICES Activity Reference No. / Bid Evaluation Report Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Draft Bidding Document Specific Procurement Bidding Documents as Proposal Submission / Description Loan / Credit No. Component Review Type Method Market Approach and Recommendation Signed Contract Contract Completion Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report / Justification Notice / Invitation Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual SS-MOH-28252-NC-DIR / The Component 1: Delivery of high Coordination Service to Improve impact Primary Health Care the Delivery of High Impact IDA / D1250 Prior Direct Selection Direct 42,468,605.00 44,418,605.00 Signed 2012-11-12 2017-10-25 2012-12-17 2017-10-26 2013-01-03 2013-01-03 2017-10-31 services in Jonglei and Upper Primary Health Care(PHC) Nile State Services in Jonglei State SS-MOH-28282-NC-DIR / The Component 1: Delivery of high Coordination Service to Improve impact Primary Health Care the Delivery of High Impact IDA / D1250 Prior Direct Selection Direct 29,725,702.00 31,675,702.00 Signed 2012-11-12 2017-10-25 2012-11-17 2017-10-27 2013-01-03 2013-01-03 2017-10-31 services in Jonglei and Upper Primary Health Care(PHC) Nile State Services in Upper Nile State Component 2: Capacity SS-MOH-61788-NC-RFQ / Request for Single Stage - One IDA / D1250 development of MOH at the Prior Open - National 50,000.00 46,120.00 Signed 2018-05-14 2018-07-09 2018-06-07 2018-09-30 Provision of Internet Service Quotations Envelope national level CONSULTING FIRMS Activity Reference No. / Combined Evaluation Contract Type Estimated Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Technical Description Loan / Credit No. Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion Amount (US$) (US$) Notice Request for Proposals as Issued Proposals / Minutes Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Contract Type Estimated Actual Amount Draft Negotiated Description Loan / Credit No. Component Review Type Method Market Approach Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion Amount (US$) (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Component 1: Delivery of high SS-MOH-20730-CS-INDV / impact Primary Health Care Consulting Services for Auditing IDA / D1250 Prior Direct Selection Direct 80,000.00 59,710.00 Signed 2017-06-13 2017-06-23 2017-09-06 2017-07-29 2017-06-30 2017-09-12 services in Jonglei and Upper CSDO Nile State SS-MOH-24783-CS-CDS / Component 2: Capacity Monitoring and Evaluation IDA / D1250 development of MOH at the Prior Direct Selection Direct 838,895.00 1,715,255.00 Signed 2017-08-20 2017-08-24 2017-09-07 2017-10-01 2017-10-10 2018-03-30 Technical Support to the Ministry national level of Health SS-MOH-20732-CS-INDV / Component 2: Capacity Individual Consultant Recruitment of Social Safeguard IDA / D1250 development of MOH at the Prior Limited 90,000.00 33,750.00 Signed 2017-05-10 2017-09-15 2017-07-27 2017-09-15 2017-08-17 2017-09-27 2017-08-21 2017-10-10 2017-10-15 Selection Specialist national level Component 2: Capacity SS-MOH-28274-CS-INDV / Individual Consultant IDA / D1250 development of MOH at the Prior Open 379,011.00 442,215.00 Signed 2012-07-02 2017-10-25 2012-08-20 2012-03-08 2012-09-10 2017-10-30 2012-10-01 2012-10-01 2017-09-30 Project Manager Selection national level Component 2: Capacity SS-MOH-28281-CS-CDS / IDA / D1250 development of MOH at the Prior Direct Selection Direct 155,377.80 386,516.60 Signed 2016-02-08 2017-10-25 2016-02-18 2016-03-15 2016-04-18 2016-04-29 2017-09-30 Procurement Specialist national level Page 1 Component 2: Capacity SS-MOH-28276-CS-INDV / Individual Consultant IDA / D1250 development of MOH at the Prior Open 311,665.00 366,325.00 Signed 2012-12-14 2017-10-25 2013-02-01 2013-03-05 2013-02-22 2017-10-27 2013-03-28 2013-03-28 2017-09-30 Health Planner Selection national level SS-MOH-28279-CS-INDV / Component 2: Capacity Individual Consultant State Health Advisor-Jonglei IDA / D1250 development of MOH at the Prior Open 180,000.00 240,000.00 Signed 2014-06-02 2017-10-25 2014-07-21 2014-07-27 2014-08-11 2017-10-27 2014-09-19 2014-09-19 2017-09-30 Selection State national level Component 2: Capacity SS-MOH-28220-CS-CDS / IDA / D1250 development of MOH at the Prior Direct Selection Direct 45,000.00 81,000.00 Signed 2016-06-01 2016-03-24 2016-06-11 2016-07-01 2016-07-01 2017-09-30 Finance Officer national level Component 2: Capacity SS-MOH-28272-CS-INDV / Individual Consultant IDA / D1250 development of MOH at the Prior Open 227,665.00 0.00 Canceled 2012-09-03 2012-10-22 2012-11-12 2012-12-10 2017-09-30 Procurement Officer Selection national level Component 2: Capacity SS-MOH-28228-CS-INDV / Individual Consultant IDA / D1250 development of MOH at the Prior Open 126,800.00 0.00 Canceled 2016-08-25 2017-10-25 2016-09-15 2016-09-19 2016-10-01 2017-09-30 Financial Management Specialist Selection national level Component 2: Capacity SS-MOH-37862-CS-CDS / IDA / D1250 development of MOH at the Prior Direct Selection Direct 227,665.00 258,704.00 Signed 2012-10-01 2012-10-08 2012-12-05 2012-12-10 2012-12-14 2013-06-08 Procurement Officer national level Component 2: Capacity SS-MOH-37863-CS-CDS / IDA / D1250 development of MOH at the Prior Direct Selection Direct 126,800.00 345,900.00 Signed 2016-09-17 2016-09-27 2016-09-25 2016-10-01 2016-10-01 2017-03-30 Financial Management Specialist national level Component 2: Capacity SS-MOH-20734-CS-INDV / Individual Consultant IDA / D1250 development of MOH at the Prior Open 45,000.00 0.00 Canceled 2017-03-10 2017-09-25 2017-09-10 2017-10-26 2017-10-01 2017-11-05 2018-05-04 Recruitment of M&E Specialist Selection national level Component 2: Capacity SS-MOH-62060-CS-CDS / ICR Pending IDA / D1250 development of MOH at the Prior Direct Selection Direct 40,000.00 0.00 2018-07-16 2018-07-26 2018-08-07 2018-10-06 Consultant Implementation national level Page 2