PROCUREMENT PLAN (Mandatory Requirements) Project information: Country: Bangladesh Project Name: (i) Reaching Out of School Children II (ii) Reaching Out of School Children II - AF P-number: P131394 and P167870 Project Implementation agency: (i) Department of Primary Education (DPE) (ii) Local Government Engineering Department (LGED) Period covered by this Procurement Plan: Entire Project Period Preamble In accordance with paragraph 5.9 of the World Bank Procurement Regulations for IPF Borrowers, July 2016, revised November 2017 (“Procurement Regulations”), the Bank’s Systematic Tracking and Exchanges in Procurement (STEP) system will be used to record all procurement actions for the Project, including preparing, updating and clearing its Procurement Plan, and seeking and receiving the Bank’s review and No-objection to procurement actions as required. 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: The Bank’s Standard Procurement Documents (SPDs) shall be used for goods, works and non- consulting services where international competition is required and for all consulting services, including their respective forms of contract. National Procurement Arrangements: In accordance with paragraph 5.3 of the World Bank Procurement Regulations, when approaching the national market, as agreed in the Procurement Plan, the country’s own procurement procedures may be used. These procurement procedures shall be consistent with the Bank’s Core Procurement Principles and ensure that the Bank’s Anti-Corruption Guidelines and Sanctions Framework and contractual remedies set out in its Legal Agreement apply. When the Borrower uses its own national open competitive procurement arrangements as set forth in the Public Procurement Act 2006 and the Public Procurement Rules 2008, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: i. Lottery in award of contracts shall not be allowed; ii. Bidders’ qualification[s]/experience requirement[s] shall be mandatory; iii. Bids shall not be rejected based on percentage above or below the estimated cost; iv. Model Bidding Documents agreed with the Bank shall be used for all national open competitive procurement; v. The eligibility of bidders shall be as defined under Section III of the World Bank Procurement Regulations for IPF Borrowers: 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. vi. 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. 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. As per paragraph 5.4 of the Procurement Regulations, the “Letter of Acceptance of the World Bank’s Anticorruption Guidelines and Sanctions Framework” as attached to this document shall form part of the Model Bidding Documents. Leased Assets: Not Applicable. Procurement of Second Hand Goods: Not Applicable. Domestic preference: as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works) as follows: Goods: Applicable; Works: Not applicable. Hands-on Expanded Implementation Support (HEIS): Not Applicable. Bank’s Procurement Prior Review Thresholds: contracts at or above the thresholds set out in table 1 below are subject to the Bank’s procurement prior review. Table 1: Procurement Prior Review Thresholds (US$ millions) Type of High risk Substantial Moderate Low risk procurement risk risk Works (including 5 10 15 20 turnkey, supply & installation of plant and equipment, and PPP) Goods, information 1.5 2 4 6 technology and non-consulting services Consulting 0.5 1 2 4 services: firms Consulting 0.2 0.3 0.4 0.5 services: Individual Notes: 1. These thresholds apply to all procurement activities regardless of their procurement/selection methods. There is no automatic requirement to undertake prior review for direct selection for value less than these thresholds. Consultant services covers a range of services that are of an advisory or professional nature. 2. In addition to the provisions of Table 1 above, and irrespective of the contract value, the following procurement activities are subject to the Bank’s procurement prior review: (a) procurement processes involving contract negotiations, as described in Section VI, paragraphs 6.34-36, of the Procurement Regulations; (b) competitive dialogue; (c) sustainable procurement; (d) selection of probity assurance providers, as described in Section III, paragraph 3.3 of the Procurement Regulations; and (e) best and final offer. 3. The determination of whether a contract meets the procurement prior review threshold is based on the estimated value of the contract or the package -when the selection document contains more than one lot/slice- , including all taxes and duties payable under the contract. Fraud and Corruption (F&C) Checklist: Fraud and Corruption (F&C) checklist, as developed and provided by the Bank, shall be properly filled in during the evaluation and be attached with the evaluation report in case of contracts following national competitive procurement and request for quotations. Attachment 1 Letter of Acceptance of the World Bank’s Anticorruption Guidelines and Sanctions Framework1 Date: Invitation of Bids/Proposals No.__________ 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.] 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; 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- 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. 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 the 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 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 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: PROCUREMENT Bangladesh : BD: Reaching Out of School Children II PLAN General Information Country: Bangladesh Bank’s Approval Date of the Original Procurement Plan: 2020-12-13 2021-02-22 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P131394 GPN Date: Project Name: BD: Reaching Out of School Children II Loan / Credit No: IDA / D3830 Local Government Engineering Department 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 E-TENDER/ROSC- II/CXB/MOH/W1.01 / Pending Maintenance & Renovation of Single Stage - One 2021-05- IDA / D3830 Enhancing education quality Post Request for Bids Open - National 43,292.68 0.00 Implementat 2020-12-13 2020-12-15 2020-12-29 2021-01-19 2021-02-09 Barmiz GPS, Mithakata GPS, Envelope 30 ion Advocatetue Moudad Ahamad GPS E-TENDER/ROSC- II/CXB/MOH/W1.02 / Pending Single Stage - One 2021-05- Maintenance & Renovation of IDA / D3830 Enhancing education quality Post Request for Bids Open - National 38,414.63 0.00 Implementat 2020-12-13 2020-12-15 2020-12-29 2021-01-19 2021-02-09 Envelope 30 Uttornalbila GPS, Horiarchara ion GPS E-TENDER/ROSC- II/CXB/CHA/W1.03 / Maintenance & Renovation of Gunia GPS, Charn deep Land Pending Single Stage - One 2021-05- less GPS, Behula Manikk Chore IDA / D3830 Enhancing education quality Post Request for Bids Open - National 76,951.22 0.00 Implementat 2020-12-13 2020-12-15 2020-12-29 2021-01-19 2021-02-09 Envelope 30 GPS, Chiringa Barmiz GPS, ion Uttor Kakara GPS, Dakkhin Bohaltali GPS, Saker mohammad Char GPS E-TENDER/ROSC- II/CXB/CHA/W1.04 / Maintenance & Renovation of Pending Moddoh Konakali GPS, Single Stage - One 2021-05- IDA / D3830 Enhancing education quality Post Request for Bids Open - National 52,073.17 0.00 Implementat 2020-12-13 2020-12-15 2020-12-29 2021-01-19 2021-02-09 Batakhali-2 GPS, Koraiya Envelope 30 ion Ghona GPS, Porboborovalua GPS, Moddhyo Chakoria GPS, Kutubnagar GPS E-TENDER/ROSC- II/CXB/TEK/W1.05 / Pending Maintenance & Renovation of Single Stage - One 2021-05- IDA / D3830 Enhancing education quality Post Request for Bids Open - National 75,487.80 0.00 Implementat 2020-12-13 2020-12-15 2020-12-29 2021-01-19 2021-02-09 Maimuna GPS, Teknaf Model Envelope 30 ion GPS, Teknaf Barmiz GPS, Jalia Para GPS E-TENDER/ROSC- II/CXB/TEK/W1.06 / Pending Maintenance & Renovation of Single Stage - One 2021-05- IDA / D3830 Enhancing education quality Post Request for Bids Open - National 42,560.98 0.00 Implementat 2020-12-13 2020-12-15 2020-12-29 2021-01-19 2021-02-09 Katakhali GPS, Alir Dail GPS, Envelope 30 ion Hamidia GPS, Moheshkalia Para GPS, Kassapia GPS E-TENDER/ROSC- II/CXB/SAD/W1.07 / Maintenance & Renovation of Santinekaton GPS, D-Woard GPS, Bharuakhali Gonar Para Pending Single Stage - One 2021-05- GPS, Sapla kuri GPS, Purbo IDA / D3830 Enhancing education quality Post Request for Bids Open - National 91,463.41 0.00 Implementat 2020-12-13 2020-12-15 2020-12-29 2021-01-19 2021-02-09 Envelope 30 Gomatoli GPS, South Rakhain ion Para GPS, Barmiz GPS, Ali Hossain Sikder GPS, Jolseri Asrayon GPS, Kostora Ghat GPS E-TENDER/ROSC- II/CXB/SAD/W1.08 / Maintenance & Renovation of Uttor Rakhain Para GPS, Pending Peskarpara GPS, Alia Para GPS, Single Stage - One 2021-05- IDA / D3830 Enhancing education quality Post Request for Bids Open - National 99,268.29 0.00 Implementat 2020-12-13 2020-12-15 2020-12-29 2021-01-19 2021-02-09 West Chofaldandi GPS, Envelope 30 ion Preparatoli GPS, Mohuri Para GPS, Machuya Khali GPS, Battoli Napit Khali GPS, Gazaliea GPS E-TENDER/ROSC- II/CXB/KUT/W1.09 / Pending Maintenance & Renovation of Single Stage - One 2021-05- IDA / D3830 Enhancing education quality Post Request for Bids Open - National 85,121.95 0.00 Implementat 2020-12-13 2020-12-15 2020-12-29 2021-01-19 2021-02-09 Teliakata GPS, Char dhurung Envelope 30 ion (Shurung) GPS, Dhurung GPS, Afaz Uddin GPS, Azgaria GPS E-TENDER/ROSC- II/CXB/KUT/W1.10 / Maintenance & Renovation of Pending Single Stage - One 2021-05- Bakhkhali GPS, Pachim IDA / D3830 Enhancing education quality Post Request for Bids Open - National 61,707.32 0.00 Implementat 2020-12-13 2020-12-15 2020-12-29 2021-01-19 2021-02-09 Envelope 30 Lemsikhali GPS, Pilotkata GPS, ion Dingavangha GPS, Dakkin Dhurung GPS E-TENDER/ROSC- II/CXB/RAM/W1.11 / Maintenance & Renovation of Pending Dhochari GPS, Majerkata GPS, Single Stage - One 2021-05- IDA / D3830 Enhancing education quality Post Request for Bids Open - National 48,170.73 0.00 Implementat 2020-12-13 2020-12-15 2020-12-29 2021-01-19 2021-02-09 Bantala GPS, Dhechuya Palong Envelope 30 ion GPS, Kechubuniya GPS Pechar Dwip GPS, Uttar Fathekarkul GPS E-TENDER/ROSC- II/CXB/PEK/W1.13 / Pending Maintenance & Renovation of Single Stage - One 2021-05- IDA / D3830 Enhancing education quality Post Request for Bids Open - National 55,975.61 0.00 Implementat 2020-12-13 2020-12-15 2020-12-29 2021-01-19 2021-02-09 Pekuar Char GPS, Jamal Envelope 30 ion –Meher GPS, Dr. Muniruzzaman GPS, Sabek Guldi GPS Page 1 E-TENDER/ROSC- II/CXB/RAM/W1.12 / Maintenance & Renovation of Mondal Para GPS, Uttar Pending Single Stage - One 2021-05- Mitachari GPS, South IDA / D3830 Enhancing education quality Post Request for Bids Open - National 54,024.39 0.00 Implementat 2020-12-13 2020-12-15 2020-12-29 2021-01-19 2021-02-09 Envelope 30 Chakmarkul GPS, East ion Mohammadpura GPS, Jarriltali GPS, Nandakhali GPS, Nusrat Asia GPS, Shreemura GPS E-TENDER/ROSC- II/CXB/PEK/W1.14 / Maintenance & Renovation of Pending Kachari Mura Asad Nasrat Sha Single Stage - One 2021-05- IDA / D3830 Enhancing education quality Post Request for Bids Open - National 58,170.73 0.00 Implementat 2020-12-13 2020-12-15 2020-12-29 2021-01-19 2021-02-09 Khijir (R.) GPS, Pashchim Envelope 30 ion Sonaichari GPS, Motkha Banga GPS, Rajakhali Fatama Khatun GPS, Haji Shar Ali Sikder GPS E-TENDER/ROSC- II/CXB/UKH/W1.15 / Maintenance & Renovation of Dail Para Saikat GPS, Jallia Pending Single Stage - One 2021-05- Palong GPS, Chekpotkhali GPS, IDA / D3830 Enhancing education quality Post Request for Bids Open - National 100,975.61 0.00 Implementat 2020-12-13 2020-12-15 2020-12-29 2021-01-19 2021-02-09 Envelope 30 Inani GPS, Rumkha Palong ion Hatirgona Saira GPS, Ratna Palong GPS, Saleh Bulbul GPS, Rumkha Baro Bill GPS E-TENDER/ROSC- II/CXB/UKH/W1.16 / Maintenance & Renovation of Palongkhali GPS, Dakkin Balukhali Latifunnesa GPS, Pending Single Stage - One 2021-05- Hazi Gura Mia GPS, Anjumam IDA / D3830 Enhancing education quality Post Request for Bids Open - National 121,829.27 0.00 Implementat 2020-12-13 2020-12-15 2020-12-29 2021-01-19 2021-02-09 Envelope 30 Para GPS, Raja Palong ion Mohoson Ali GPS, Dosori Paharia GPS, Khairati GPS, Chakboita GPS, Nurul Islam Chowdhury GPS E-TENDER/ROSC- II/CXB/KUT/W1.17 / Maintenance & Renovation of Ali Akbar Dail Gps, Musha Siraj GPS, M. Rahman (Uttar Pending Single Stage - One 2021-06- Dhurang Union), M. Rahman IDA / D3830 Enhancing education quality Post Request for Bids Open - National 100,135.65 0.00 Implementat 2021-02-16 2021-02-18 2021-03-09 2021-03-16 2021-03-30 Envelope 15 (Lemshikhali Union) Gps, ion Purbo Lemshikhali Gps, Khayerbill GM Gps, Shahajerpara Gps, Baraghope Arshad Gps E-TENDER/ROSC- II/CXB/KUT/W1.18 / Maintenance & Renovation of Najar Ali Matbar Gps, Central Pending Single Stage - One 2021-06- Lemshikhali Gps, Uttar IDA / D3830 Enhancing education quality Post Request for Bids Open - National 77,135.56 0.00 Implementat 2021-02-16 2021-02-18 2021-03-09 2021-03-16 2021-03-30 Envelope 15 Khayerbill Gps, Fly. Lef. ion Kymulhuda Gps, Monoharkhali Gps, Gilasori Gps, Teakpara Gps E-TENDER/ROSC- II/CXB/UKH/W1.19 / Pending Single Stage - One 2021-06- Maintenance & Renovation of IDA / D3830 Enhancing education quality Post Request for Bids Open - National 35,245.58 0.00 Implementat 2021-02-16 2021-02-18 2021-03-09 2021-03-16 2021-03-30 Envelope 15 Uttar Pukuria GPS, Goyalmara ion GPS E-TENDER/ROSC- II/CXB/SAD/W1.20 / Maintenance & Renovation of Pending Bharuakhali Paschim Para Gps, Single Stage - One 2021-06- IDA / D3830 Enhancing education quality Post Request for Bids Open - National 37,871.04 0.00 Implementat 2021-02-16 2021-02-18 2021-03-09 2021-03-16 2021-03-30 Totakhali Ghonarpara Gps, Envelope 15 ion Dhaunkhali Rahmania Gps, Maher ghona Gps, Eidgaon tekpara Gps E-TENDER/ROSC- II/CXB/SAD/W1.21 / Maintenance & Renovation of Pending Single Stage - One 2021-06- West dik para Gps, S M para IDA / D3830 Enhancing education quality Post Request for Bids Open - National 37,241.19 0.00 Implementat 2021-02-16 2021-02-18 2021-03-09 2021-03-16 2021-03-30 Envelope 15 Amir hossain Gps, PM Khali ion Ghonarpara Gps Hazi para Gps E-TENDER/ROSC- Pending II/CXB/PEK/W1.22 / Single Stage - One 2021-06- IDA / D3830 Enhancing education quality Post Request for Bids Open - National 6,089.81 0.00 Implementat 2021-02-16 2021-02-18 2021-03-09 2021-03-16 2021-03-30 Maintenance & Renovation of Envelope 15 ion Sonaichari Gps E-TENDER/ROSC- II/CXB/RAM/W1.23 / Pending Maintenance & Renovation of Single Stage - One 2021-06- IDA / D3830 Enhancing education quality Post Request for Bids Open - National 35,224.53 0.00 Implementat 2021-02-16 2021-02-18 2021-03-09 2021-03-16 2021-03-30 East dariar dhigi Gps, Envelope 15 ion Kalarpara Gps, Umkhali Gps, Alhaz fazle ambiya Gps E-TENDER/ROSC- II/CXB/RAM/W1.24 / Pending Maintenance & Renovation of Single Stage - One 2021-06- IDA / D3830 Enhancing education quality Post Request for Bids Open - National 30,302.00 0.00 Implementat 2021-02-16 2021-02-18 2021-03-09 2021-03-16 2021-03-30 Panerchara Gps, Nonachari Envelope 15 ion Gps, Ramu Gps, Ultakhali hazi talebiya Gps E-TENDER/ROSC- II/CXB/TEK/W1.25 / Maintenance & Renovation of Pending Single Stage - One 2021-06- Boro habib para, Katabania- IDA / D3830 Enhancing education quality Post Request for Bids Open - National 52,086.18 0.00 Implementat 2021-02-16 2021-02-18 2021-03-09 2021-03-16 2021-03-30 Envelope 15 Kachuabania Gps, Saint martin ion Zinzira Gps, Chandulypara Gps, Horikhola Gps Page 2 E-TENDER/ROSC- II/CXB/TEK/W1.26 / Pending Maintenance & Renovation of Single Stage - One 2021-06- IDA / D3830 Enhancing education quality Post Request for Bids Open - National 46,856.96 0.00 Implementat 2021-02-16 2021-02-18 2021-03-09 2021-03-16 2021-03-30 Shah porir dwip Majher Para, Envelope 15 ion Shahporir Dwip, Kanjar Para, Pallan para gps E-TENDER/ROSC- II/CXB/CHA/W1.27 / Maintenance & Renovation of Kallol Gps, Eid moni asadali Pending gps, Lokkhar char mondal Single Stage - One 2021-06- IDA / D3830 Enhancing education quality Post Request for Bids Open - National 133,746.53 0.00 Implementat 2021-02-16 2021-02-18 2021-03-09 2021-03-16 2021-03-30 para gps, Baro awolia nagar Envelope 15 ion gps, Dakhin ring vong pahar para, Uttar Lakkarchar GPS, Maddhay chakaria GPS, Kazir Para GPS, Hazian GPS E-TENDER/ROSC- II/CXB/CHA/W1.28 / Maintenance & Renovation of Khandakarpara Gps, Ring Pending Single Stage - One 2021-06- Vong GPS, Betuia GPS, IDA / D3830 Enhancing education quality Post Request for Bids Open - National 148,831.00 0.00 Implementat 2021-02-16 2021-02-18 2021-03-09 2021-03-16 2021-03-30 Envelope 15 Koralkhali GPS, West ion Konakhali, Swadagar ghona battali, Khotakhali, Habiba, Nizpankhali gps E-TENDER/ROSC- II/CXB/MOH/W1.29 / Pending Single Stage - One 2021-06- Maintenance & Renovation of IDA / D3830 Enhancing education quality Post Request for Bids Open - National 42,921.45 0.00 Implementat 2021-02-16 2021-02-18 2021-03-09 2021-03-16 2021-03-30 Envelope 15 Lal Mohammad Shikder Para, ion Mohammad sikder para gps 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 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 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 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 Page 3