PROCUREMENT PLAN (Mandatory Requirements) Host and Rohingya Enhancement of Lives Project (HOST) Project Implementation Agencies: Local Government Engineering Department (LGED) Bangladesh Power Development Board (BPDB) Department of Public Health Engineering (DPHE) Roads and Highways Department (RHD) Economic Relations Division (ERD) 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, Fifth Edition, September 2023 (“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 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 2006 and the Public Procurement Rules 2008, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: 1) Lottery in award of contracts shall not be allowed; 2) Bidders’ qualification[s]/experience requirement[s] shall be mandatory; 3) Bids shall not be rejected based on percentage above or below the estimated cost; 4) Model Bidding Documents agreed with the Bank shall be used for all national open competitive procurement; 5) 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; 6) 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. 7) 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 When the Borrower uses other national procurement arrangements (other than national open competitive procurement), such as limited/restricted competitive bidding, request for quotations/shopping, direct contracting), such arrangements shall be consistent with the above requirements. As per paragraph 5.4 of the Procurement Regulations, the “Letter of Acceptance of the World Bank’s Anticorruption Guidelines and Sanctions Framework” attached as Attachment 1 to this document shall form part of the Model Bidding Documents. The “Letter of Acceptance of the World Bank’s Anticorruption Guidelines and Sanctions Framework” attached as Attachment 2 to this document shall form part of the Contract Document. 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. Bid/ Proposal Evaluation Committee: formation and alteration of the bid/proposal evaluation committee shall be subject to Bank’s no objection. 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: 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.] 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; 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 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. 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. 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 procurement process and/or contract execution (in the case of award), and to have them audited by auditors appointed by the Bank. 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. 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: Attachment 2 Letter of Acceptance of the World Bank’s Anticorruption Guidelines and Sanctions Framework6 Date: Contract #_________ Contract Description:_________________ ________________________________________ ________________________________________ 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 Guidelines7 in connection with the procurement and execution of the contract described above (“the Contract”), 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. 6[Drafting note: This document shall be signed by the contractor/consultant/supplier and maintained by the Borrower in the project files. 7Guidelines 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 confirm our understanding of the consequences of not complying with the World Bank’s Anti-Corruption Guidelines, which may include 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;8 (ii) to be a nominated9 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: e. completion of World Bank Group sanctions proceedings according to its prevailing sanctions procedures; f. cross-debarment as agreed with other international financial institutions (including multilateral development banks); g. 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 h. temporary suspension or early temporary suspension in connection with an ongoing World Bank Group sanctions proceeding.] 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 inspect10 all accounts, records, and other documents relating to 8For 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. 9A 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. 10Inspections 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. the procurement process and/or Contract execution , 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 Contractor: Name of the person duly authorized to sign the Contract: _____________________________ Title of the person signing the Letter: PROCUREMENT Bangladesh : Host and Rohingya Enhancement of Lives Project PLAN General Information Country: Bangladesh 2024-11-13 Bank’s Approval Date of the Original Procurement Plan: 2025-01-04 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P501274 GPN Date: Project Name: Host and Rohingya Enhancement of Lives Project Loan / Credit No: IDA / 75450, IDA / E3250 Local Government Engineering Department Executing Agency(ies): WORKS Activity Reference No. / Estimated Actual Am Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification High SEA/SH R Procurement D Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Contract Complet Description Component Review Type Method Amount (U ount (US$ and Recommendation Signed Contract o. h cess (Y/N) isk ocument Type atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes ion S$) ) for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned HELP-COX/CS-1 / Constructio National Procure n of 1 no Cyclone Shelter and ment Document - Single Stage - One E Pending Imp 2027-06-0 Capacity Enhancement of 36 IDA / 75450 Post Request for Bids Open - National 1 Envelope proce 4,371,267.00 0.00 2025-01-20 2025-01-25 2025-02-24 2025-04-25 2025-06-06 nvelope lementation 6 nos existing Cyclone Shelters ss (Non Bank-SPD under Cox's Bazar district. ) HELP-NOA/CS-1 / Constructio National Procure n of 4 nos Cyclone Shelter an ment Document - Single Stage - One E Pending Imp 2027-06-0 d Physical Capacity Enhance IDA / 75450 Post Request for Bids Open - National 1 Envelope proce 5,928,650.00 0.00 2025-01-15 2025-01-20 2025-02-19 2025-04-20 2025-06-01 nvelope lementation 1 ment of 34 nos existing Cycl ss (Non Bank-SPD one Shelters under Noakhali ) district. National Procure HELP-COX/BR-1 / Constructio ment Document - Single Stage - One E Pending Imp 2027-05-2 n of 5 nos (410 m) RCC Bridg IDA / 75450 Post Request for Bids Open - National 1 Envelope proce 4,841,417.00 0.00 2025-01-05 2025-01-10 2025-02-09 2025-04-10 2025-05-22 nvelope lementation 2 e under Cox's Bazar District ss (Non Bank-SPD ) National Procure HELP-NOA/BR-1 / Constructio ment Document - Single Stage - One E Pending Imp 2027-05-1 n of 190 m RCC Bridge under IDA / 75450 Post Request for Bids Open - National 1 Envelope proce 2,243,583.00 0.00 2025-01-15 2025-01-20 2025-02-19 2025-04-05 2025-05-17 nvelope lementation 7 Noakhali District. ss (Non Bank-SPD ) National Procure HELP-FSCD/BD-1 / Constructi ment Document - on of Fire Service & Civil Def Single Stage - One E Pending Imp 2026-12-3 IDA / E3250 Post Request for Bids Open - National 1 Envelope proce 2,500,000.00 0.00 2024-12-15 2024-12-20 2025-01-19 2025-03-05 2025-04-16 ense (FSCD) Building under C nvelope lementation 0 ss (Non Bank-SPD ox's Bazar District ) National Procure HELP-CEMCRP-1/A / Construc ment Document - Single Stage - One E Pending Imp 2026-12-3 tion of LGED Training Centre IDA / 75450 Post Request for Bids Open - National 1 Envelope proce 1,583,333.00 0.00 2024-12-25 2024-12-30 2025-01-29 2025-03-15 2025-04-26 nvelope lementation 0 at Cox's Bazar. ss (Non Bank-SPD ) GOODS Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Estimated Am Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) ount (US$) (US$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual NON CONSULTING SERVICES Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Estimated Am Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) ount (US$) (US$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual HELP/S-16 / Vehicle Hiring fo Single Stage - One E Pending Impl IDA / 75450 Post Request for Bids Open - National 335,000.00 0.00 2025-01-09 2025-01-14 2025-02-04 2025-02-25 2025-04-01 2028-06-30 r Transport Service nvelope ementation CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Expression of Interest Short List and Draft R Request for Proposals Opening of Technical Evaluation of Technic Description Component Review Type Method Process Status Terms of Reference Report and Draft Neg Signed Contract Contract Completion o. h unt (US$) (US$) Notice equest for Proposals as Issued Proposals / Minutes al Proposal otiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual HELP/S-01 / Design & Superv ision Consulting Services for Quality And Cost- Open - Internationa Under Implement Host and FDMN/DRPs Enhanc IDA / 75450 Prior 2,916,667.00 0.00 2024-11-17 2024-11-19 2024-12-08 2024-12-19 2025-01-21 2025-03-04 2025-04-03 2025-05-08 2025-06-12 2028-06-30 Based Selection l ation ement of lives through Infras tructure Improvement Projec t (HELP) HELP/S-02 / Monitoring and Evaluation Consultancy Servi Quality And Cost- Open - Internationa Under Implement ces for Host and FDMN/DRPs IDA / 75450 Prior 1,120,833.00 0.00 2024-11-24 2024-12-02 2024-12-15 2024-12-19 2025-01-28 2025-03-11 2025-04-10 2025-05-15 2025-06-19 2028-06-30 Based Selection l ation Enhancement of Lives Throu gh Infrastructure Improveme nt Project (HELP) INDIVIDUAL CONSULTANTS Activity Reference No. / Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Invitation to Identifie Draft Negotiated Cont Description Component Review Type Method Process Status Terms of Reference Signed Contract Contract Completion o. h unt (US$) (US$) d/Selected Consultant ract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual HELP/S-07 / Individual Consu lting Services as Senior Procu rement Consultant for Host a Individual Consult Under Implement IDA / 75450 Prior Direct - National 180,192.00 0.00 2024-11-10 2024-11-19 2024-11-20 2024-12-04 2024-12-21 2028-07-03 nd FDMN/DRPs Enhancement ant Selection ation of lives through Infrastructur e Improvement Project (HELP ) HELP/S-08 / Individual Consu Individual Consult Under Implement lting Services as 'Senior Fina IDA / 75450 Post Open - National 142,500.00 0.00 2024-11-10 2024-11-13 2024-12-29 2025-01-19 2025-02-23 2028-06-30 ant Selection ation ncial Management Consultan t' HELP/S-09 / Individual Consu Individual Consult Under Implement ltancy services for Senior Env IDA / 75450 Post Open - National 60,000.00 0.00 2024-11-10 2024-11-13 2024-12-29 2025-01-19 2025-02-23 2027-03-04 ant Selection ation ironmental Consultant HELP/S-10 / Individual Consu Individual Consult Pending Impleme lting Services as 'Senior Soci IDA / 75450 Post Open - National 55,833.00 0.00 2025-02-16 2025-04-06 2025-04-27 2025-06-08 2027-06-08 ant Selection ntation al Development Consultant' Page 1 HELP/S-11 / Procurement pla Individual Consult Pending Impleme n for Individual Consulting Se IDA / 75450 Post Open - National 46,667.00 0.00 2025-02-25 2025-04-15 2025-05-06 2025-06-17 2027-06-17 ant Selection ntation rvices as 'Senior Gender Con sultant' HELP/S-12 / Individual Consu Individual Consult Pending Impleme lting Services as ' Communic IDA / 75450 Post Open - National 95,833.00 0.00 2025-02-20 2025-04-10 2025-05-01 2025-06-12 2028-06-30 ant Selection ntation ation Consultant' Page 2