PROCUREMENT PLAN (Textual Part) Project information: Pakistan REDD+ Preparation Project (P152465) Project Implementation agency: Ministry of Climate Change Date of the Procurement Plan: April 2019 Period covered by this Procurement Plan:Plan: April 2019- December 2020 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. 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: 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 [insert appropriate references to the national procurement legislation], such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: 1) The eligibility of bidders shall be as defined under Section III of the Procurement Regulations. Accordingly, no bidder or potential bidder shall be declared ineligible for contracts financed by the Bank for reasons other than those provided in Section III of the Procurement Regulations. 2) For national open competitive procurement, only the model procurement documents acceptable to the World Bank, shall be used. 3) The request for bids/request for proposals document shall require that Bidders/Proposers submitting Bids/Proposals present a signed acceptance (in the form attached) 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. 4) Procurement Documents include provisions, as agreed with the Bank, intended to adequately mitigate against environmental, social (including sexual exploitation and abuse and gender-based violence), health and safety (“ESHS”) risks and impacts. 5) Access to procurement opportunities shall not be restricted to firms that have pre-registered and/or paid a registration fee. 6) No preference of any kind shall be given to national bidders in the bidding process. When other national procurement arrangements (other than national open competitive procurement) are applied by the Borrower, such arrangements shall be subject to paragraph 5.5 of the Procurement Regulations. 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). Spec Goods: [is not applicable for those contracts identified in the Procurement Plan tables]; Letter of Acceptance of the World Bank’s Anticorruption Guidelines and Sanctions Framework1 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 Guidelines2 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; 1[Drafting note: This document shall be signed by bidders/proposers/consultants and submitted as part of their bids/proposals. In addition, this document shall be signed by the winning bidder/consultant and incorporated as part of the contract.] 2Guidelines 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. 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;3 (ii) to be a nominated4 sub-contractor, sub-consultant, 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 inspect5 all accounts, records, and other documents relating to 3 For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification or initial selection), 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. 4A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the bidding document) is one which has been: (i) included by the bidder in its pre-qualification or initial selection 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. 5Inspections 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 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/Proposer/Consultant: Name of the person duly authorized to sign the Bid/Proposal on behalf of the Bidder/Proposer/ Consultant: Title of the person signing the Letter: 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 Pakistan : Pakistan: REDD Preparation Project PLAN General Information Country: Pakistan Bank’s Approval Date of the Original Procurement Plan: 2019-05-09 2021-11-19 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P152465 GPN Date: Project Name: Pakistan: REDD Preparation Project Loan / Credit No: TF / A0709 Inspector General of Forests Office Executing Agency(ies): WORKS Activity Reference No. / Estimated Actual Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification High SEA/SH Procurement Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Contract Description Component Review Type Method Market Approach Amount Amount Document / and Recommendation Signed Contract No. Process (Y/N) Risk Document Type Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Completion (US$) (US$) Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned PK-IFG-OFFICE -195848-CW- Request for Under Request for Single Stage - One 2020-10- RFQ / Repair, maintenance TF / A0709 Post Limited Quotations (Non 9,500.00 8,428.14 Implementat 2020-09-24 2020-09-24 2020-10-08 Quotations Envelope 23 and fixtures for REDD+ office Bank-SPD) ion GOODS Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated 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) Amount (US$) (US$) 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 PK-IFG-OFFICE -114393-GO- RFQ / Forest inventory and monitoring Equipment for Request for Single Stage - One TF / A0709 Post Open - International 255,000.00 0.00 Canceled 2019-06-01 2019-07-27 2019-10-31 provinces (laser vertex, Quotations Envelope densiometer, hypsometer, GIS plotters, laptops etc) PK-IFG-OFFICE -114416-GO- Request for Single Stage - One RFQ / IT, Communication and TF / A0709 Post Limited 25,000.00 0.00 Canceled 2019-06-01 2019-07-27 2019-09-30 Quotations Envelope Office Equipment PK-IFG-OFFICE -158089-GO- Pending RFQ / Furniture (Tables, Request for Single Stage - One TF / A0709 Post Limited 53,000.00 0.00 Implementati 2020-02-28 2020-04-24 2020-10-21 Chairs etc) for Ministry of Quotations Envelope on Climate Change (MoCC) PK-IFG-OFFICE -114405-GO- RFQ / Six units of Forest Remote Sensing Drones with Single Stage - One high definition cameras for TF / A0709 Post Request for Bids Open - International 240,000.00 0.00 Canceled 2020-03-08 2020-03-13 2020-04-24 2020-05-24 2020-06-28 2020-12-25 Envelope strengthening of the Provincial Forest Monitoring Systems PK-IFG-OFFICE -154542-GO- Request for Single Stage - One RFQ / Forest Inventory TF / A0709 Post Limited 93,640.00 109,133.80 Signed 2020-02-28 2020-04-29 2020-04-24 2020-09-16 2020-10-21 Quotations Envelope Equipment PK-IFG-OFFICE -158085-GO- Request for Single Stage - One RFQ / Office Equipment TF / A0709 Post Limited 124,790.00 124,977.44 Signed 2020-02-28 2020-04-29 2020-04-24 2020-09-16 2020-10-21 Quotations Envelope (Photocopier, Fax Machine etc) PK-IFG-OFFICE -158078-GO- Request for Single Stage - One RFQ / IT Equipment (Laptop, TF / A0709 Post Limited 129,400.00 17,868.57 Signed 2020-02-28 2020-04-29 2020-04-24 2020-09-30 2020-10-21 Quotations Envelope Printer, Memory Card etc PK-IFG-OFFICE -204319-GO- Under Single Stage - One RFB / Six (06) Units of Forest TF / A0709 Post Request for Bids Open - National 240,000.00 314,693.44 Implementati 2020-11-30 2021-01-10 2020-12-05 2021-01-16 2021-02-08 2021-02-15 2021-03-29 2021-03-22 2021-09-18 Envelope Remote Sensing Drones (UAV) on PK-IFG-OFFICE -195705-GO- Pending RFQ / Procurement of Request for Single Stage - One TF / A0709 Post Limited 9,400.00 0.00 Implementati 2020-09-24 2020-10-13 2020-10-31 Equipment and Office Quotations Envelope on Furniture PK-IFG-OFFICE -154546-GO- Under Request for Single Stage - One RFQ / Photography/Video TF / A0709 Post Limited 17,000.00 40,515.70 Implementati 2020-02-28 2020-04-29 2020-04-24 2020-10-21 Quotations Envelope Equipment on NON CONSULTING SERVICES Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated 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) Amount (US$) (US$) 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 PK-IFG-OFFICE -263379-NC- DIR / Update/Design, Establish and Operationaise Pending Provincial Forest Monitoring TF / A0709 Post Direct Selection Direct 122,000.00 0.00 Implementati 2021-11-18 2021-11-23 2021-12-15 2022-05-14 Web Portals and Integrate with on the existing National Forest Monitoring Web Portal of Pakistan CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Contract Type Estimated 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. Amount (US$) (US$) 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 PK-IFG-OFFICE -114232-CS- Consultant CQS / Assessment of existing TF / A0709 Post Qualification Open - International 150,000.00 219,807.53 Signed 2019-05-27 2019-05-21 2019-06-17 2019-07-14 2019-07-31 2019-08-07 2019-08-30 2020-09-30 2019-10-04 2020-12-07 2020-04-30 Forestry Systems Selection PK-IFG-OFFICE -114240-CS- Consultant CQS / Private Sector TF / A0709 Post Qualification Open - International 220,000.00 237,635.20 Signed 2019-05-27 2019-05-16 2019-06-17 2019-07-14 2019-07-31 2019-09-17 2019-08-30 2020-03-21 2019-10-04 2020-11-02 2020-04-30 Engagement & Legalities of Selection REDD+ Page 1 PK-IFG-OFFICE -114246-CS- CQS / ASSESSMENT OF OPPORTUNITY COST OF Consultant Under REDD+ AND IMPACT TF / A0709 Post Qualification Open - International 100,000.00 0.00 2019-05-27 2019-05-16 2019-06-17 2019-07-14 2019-07-31 2019-09-28 2019-08-30 2019-10-04 2020-04-30 Implementation ASSESSMENT OF LEASING OF Selection FOREST LAND TO OTHER PURPOSES PK-IFG-OFFICE -114251-CS- Consultant CQS / Gender Action Plan: TF / A0709 Post Qualification Open - International 150,000.00 158,003.00 Signed 2019-05-27 2019-05-16 2019-06-17 2019-07-31 2019-11-06 2019-08-30 2020-09-15 2019-10-04 2020-11-11 2020-04-30 Prepare a REDD+ Gender Selection Action Plan (GAP) PK-IFG-OFFICE -114798-CS- Consultant CQS / Awareness Raising and TF / A0709 Post Qualification Open - National 150,000.00 261,677.09 Signed 2019-05-27 2019-05-22 2019-06-17 2019-07-14 2019-07-31 2019-10-02 2019-08-30 2020-09-24 2019-10-04 2020-09-24 2020-04-30 Outreach Selection PK-IFG-OFFICE -114237-CS- QCBS / Establish Sub-National Forest Monitoring and Least Cost Under TF / A0709 Post Open - International 595,000.00 0.00 2019-05-27 2019-05-16 2019-06-17 2019-07-14 2019-07-31 2019-08-28 2019-09-27 2019-11-01 2019-12-06 2020-05-31 Measurement Reporting & Selection Implementation Verification Systems for Pakistan PK-IFG-OFFICE -114241-CS- QCBS / PREPARATION OF Quality And Cost- PARTICIPATORY FOREST TF / A0709 Post Open - International 700,000.00 694,012.15 Signed 2019-05-27 2019-05-16 2019-06-17 2019-07-14 2019-07-31 2019-09-05 2019-08-28 2019-10-17 2019-09-27 2019-11-06 2019-11-01 2019-12-13 2019-12-06 2020-09-29 2020-05-31 Based Selection MANAGEMENT PLANS & REDD+ ACTION PLAN PK-IFG-OFFICE -114229-CS- CQS / Undertake a Comprehensive National Level Assessment of Demand and Least Cost Under Supply of Forest Products and TF / A0709 Post Open - International 300,000.00 0.00 2019-05-27 2019-05-16 2019-06-17 2019-07-14 2019-07-31 2019-08-28 2019-09-27 2019-11-01 2019-12-06 2020-04-30 Selection Implementation Services, to Quantify Contribution of Forests to Rural Livelihood and National Economy INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Contract Type Estimated Actual Amount Draft Negotiated Description Component Review Type Method Market Approach Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Amount (US$) (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual PK-IFG-OFFICE -111150-CS- INDV / • Environment and Social Safeguards Specialist: At least a Master Degree in Individual Social Sciences, Anthropology, Under TF / A0709 Post Consultant Open 40,000.00 0.00 2019-04-18 2019-04-18 2019-06-07 2019-06-28 2019-08-02 2020-06-28 Environmental Management Implementation Selection and/or Forestry. (at least sixteen years of education), having at least ten (10) years of relevant working experience. PK-IFG-OFFICE -114226-CS- INDV / Communication Specialist: : At least a post- graduate degree in / Mass Communication/ Media Individual Under Studies/ Journalism or any TF / A0709 Post Consultant Open 33,500.00 0.00 2019-05-14 2019-06-25 2019-07-02 2019-07-23 2019-08-27 2020-06-28 Implementation other relevant discipline (at Selection least sixteen years of education), having at least ten (10) years of experience in the related field. PK-IFG-OFFICE -158121-CS- INDV / CONTRACT MANAGEMENT/PROCUREMENT OFFICER:Master’s Degree or equivalent from an accredited Individual institution or university in TF / A0709 Post Consultant Direct 10,000.00 0.00 Canceled 2020-02-17 2020-02-27 2020-02-27 2020-03-15 2020-04-01 2020-06-28 public administration, Selection business administration, economics, law, finance, contracts, risk management, or related fields. PK-IFG-OFFICE -161372-CS- CDS / FINALIZATION OF NATIONAL REDD+ STRATEGY, Under TF / A0709 Post Direct Selection Direct 240,250.00 0.00 2020-02-26 2020-03-03 2020-03-07 2020-05-11 2020-11-07 STRATEGY OPTIONS AND ITS Implementation IMPLEMENTATION FRAMEWORK PK-IFG-OFFICE -161378-CS- CDS / FINALIZATION OF NATIONAL FOREST REFERENCE EMISSIONS LEVEL AND Under TF / A0709 Post Direct Selection Direct 190,000.00 0.00 2020-02-26 2020-03-03 2020-03-07 2020-05-11 2020-11-07 NATIONAL FOREST Implementation MONITORING – MEASUREMENT REPORTING AND VERIFICATION SYSTEM PK-IFG-OFFICE -181448-CS- INDV- / CONTRACT MANAGEMENT/PROCUREMENT OFFICER: Master’s Degree or equivalent from an accredited Individual Pending institution or university in TF / A0709 Post Consultant Limited 48,000.00 0.00 2020-06-26 2020-07-01 2020-07-22 2020-08-26 2021-02-22 Implementation public administration, Selection business administration, economics, law, finance, contracts, risk management, or related fields. Page 2 PK-IFG-OFFICE -263365-CS- INDV / Hiring of a Legal Expert for the assignment: Legal review of Pakistan’s Individual Pending forest legislation to assist in TF / A0709 Post Consultant Limited 45,000.00 0.00 2021-11-18 2021-11-23 2021-12-07 2021-12-15 2022-05-15 Implementation updating it in line with best Selection practice forest legislation and Pakistan REDD + objectives and Readiness Studies Page 3