ZAMBIA TRANSPORT CORRIDORS FOR ECONOMIC RESILIENCE Abbreviated Procurement Plan I. General 1. Project Information Country: Zambia Project Name: Transport Corridors for Economic Resilience (TRACER) Project ID No.: P180801 Credit Number: TBA Project Implementing Agencies: RDA, RTSA, NRFA, ZRA and other Government Agencies 2. Bank’s approval Date of the Procurement Plan: January 11, 2024 revised July 22, 2024 3. Date of General Procurement Notice: 13th July 2024 4. Period covered by this Procurement Plan: January 2024 to June 2026 II. Goods, Supply & Installation of Plant & Equipment, Works & non- Consulting Services 5. Prior Review Threshold: Procurement Decisions subject to Prior Review by the Bank as stated in Appendix 1 to the World Bank Procurement Regulations: World Bank Procurement Regulations for IPF Borrowers for Procurement In Investment Project Financing for Goods, Works, Non-Consulting and Consulting Services, Fourth Edition, dated November 2020, and is open to all eligible bidders as defined in the Regulations. Page 1 of 8 Table 1: Zambia Country Thresholds for Procurement prior Reviews by the Bank (in US$, thousands, as of July 2023) Goods, IT and non-consulting Works services Open Open RfQ Open Open RfQ1 international national ≦ international national ≦ ≧ < ≧ < 15,000 15,000 200 3,000 3,000 100 6. Pre-qualification: There will be no pre-qualification of Bidders, save for small assignments as may be approved in the procurement plans. 7. Proposed Procedures for Community Driven Development Components (as per paragraph 3.17 of the Guidelines): N/A 8. Reference to (if any) Project Operational/Procurement Manual: Financial and Procurement Administration Manuals will be prepared by the Executing Agencies. These will be used by the TRACER Executing Agencies to guide implementation of procurement activities under the project and will also form part of the Project Implementation Manual. 9. Any Other Special Procurement Arrangements (including advance procurement and retroactive financing, if applicable): All large ICB procurements for works will include use of rated criteria. Page 2 of 8 Procurement Packages with Methods and Time Schedule a) Works 1 2 3 4 5 6 7 8 9 10 Ref. Contract Plan Estimate Procur Pre- Domesti Revie Expecte Expecte No. (Description) d ement qualifi c w d d Cost Metho cation Preferen by Bid- Comple US$ d (yes/n ce Bank Opening tion o) (yes/no) (Prior Date Date / Post) 1. Road Development Agency (RDA) TBA Rehabilitation of Plan 72,500,00 ICB Yes Yes Prior Oct 2024 Septemb the Serenje to 0 er 2028 Mpika Road on the North South Revised Corridor in Central/ Actual Northern Provinces – Package 1 TBA Rehabilitation of Plan 72,500,00 ICB Yes Yes Prior Oct 2024 Septemb the Serenje to 0 er 2028 Mpika Road on the North South Corridor in Central/ Northern Provinces – Package 2 Sub Total works RDA 145,000,0 ` 00 III. Selection of Consultants 10. Prior Review Threshold: Selection decisions subject to Prior Review by the Bank as stated in Appendix I to the Regulations: Selection and Employment of Consultants: Table 3: Thresholds for Consultants Selection Methods and Prior Review Page 3 of 8 Shortlist of national consultants Consulting services Engineering & construction < supervision ≦ 200 300 11. Consultancy services estimated to cost above US$300,000 equivalent per contract and individual consultants assignments estimated to cost US$200,000 and above and all individual consultants hired on single source basis will be subject to prior review by the Bank. 12. Terms of Reference (TOR) for all consultancy contracts as well as all single source selections, irrespective of the contract value, will be subject to prior review. 13. Short lists entirely of national consultants: shortlists of consultants for services estimated to cost less than US$300,000 equivalent per contract may be composed entirely of national consultants in accordance with the provisions of paragraph 2.7 of the Consultant Guidelines. 14. Any Other Special Selection Arrangements: None Consultancy Assignments and Training with Selection Methods and Time Schedule: c) Consultant Services 1 2 3 4 5 6 7 8 Ref. Description of Assignment Plan/Ac Estimate Selecti Review Expected Expected No. tual d Cost on by Bank Proposals Contract US$ Metho (Prior / Submissio Completi d Post) n Date on Date 1. Road Development Agency (RDA) TBA Consultancy Services Feasibility Plan 1,000,00 QCBS Post November February and Viability Studies for 0 2024 2026 Upgrading to a Dual Carriageway of the 45km of the Revised Lusaka to Chongwe (T004) Road under a Public Private Actual Partnership Model TBA Consultancy Services for Plan 1,500,00 QCBS Post November February Feasibility Study, Preliminary 0 2024 2026 Engineering Studies, Revised Page 4 of 8 1 2 3 4 5 6 7 8 Ref. Description of Assignment Plan/Ac Estimate Selecti Review Expected Expected No. tual d Cost on by Bank Proposals Contract US$ Metho (Prior / Submissio Completi d Post) n Date on Date Environmental and Social Actual Impact Studies and the Detailed Designs for the Rehabilitation of approximately 240km of the Chongwe - Luangwa Bridge (T004) Road TBA Consultancy Services for Plan 1,500,00 QCBS Post November October Feasibility Study, Preliminary 0 2024 2025 Engineering Studies, Environmental and Social Revised Impact Studies and Detailed Designs for the Rehabilitation of Actual approximately 212km of the Livingstone – Katima Mulilo (M10) Road in Southern and Western Provinces TBA Consultancy Services for Plan 2,500,00 QCBS Prior November Septembe Supervision of the Rehabilitation 0 2024 r 2028 of 203km of the Serenje to Mpika (T002) Road - Package 1 Revised Actual TBA Consultancy Services for Plan 2,500,00 QCBS Prior November Septembe Supervision of the Rehabilitation 0 2024 r 2028 of 203km of the Serenje to Mpika (T002) Road - Package 2 Revised Actual Sub Total Consulting Services RDA 9,000,00 Plan 0 GRAND TOTAL CONSULTING SERVICES Page 5 of 8 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. 1Guidelineson 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. Page 6 of 8 We confirm our understanding of the consequences of not complying with the World Bank’s Anti-Corruption Guidelines, which may include the following: a. rejection of our Proposal/Bid for award of contract; b. in the case of award, termination of the contract, without prejudice to any other remedy for breach of contract; and c. sanctions, pursuant to the Bank’s Anti-Corruption Guidelines and in accordance with its prevailing sanctions policies and procedures as set forth in the Bank’s Sanctions Framework. This may include a public declaration of ineligibility, either indefinitely or for a stated period of time, (i) to be awarded or otherwise benefit from a Bank-financed contract, financially or in any other manner;2 (ii) to be a nominated3 sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed contract; and (iii) to receive the proceeds of any loan made by the Bank or otherwise to participate further in the preparation or implementation of any Bank-financed project. We understand that we may be declared ineligible as set out above upon: a. completion of World Bank Group sanctions proceedings according to its prevailing sanctions procedures; 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. 2 For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract. 3 A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower. Page 7 of 8 We shall permit, and shall cause our sub-contractors, sub-consultants, agents (whether declared or not), personnel, consultants, service providers or suppliers, to permit the Bank to inspect4 all accounts, records, and other documents relating to the procurement process and/or contract execution (in the case of award), and to have them audited by auditors appointed by the Bank. We agree to preserve all accounts, records, and other documents (whether in hard copy or electronic format) related to the procurement and execution of the contract. Name of the Bidder/Consultant: Name of the person duly authorized to sign the Bid/Proposal on behalf of the Bidder/Consultant: Title of the person signing the Letter: 4 Inspections in this context are usually investigative (i.e., forensic) in nature: they involve fact-finding activities undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is not limited to accessing and examining a firm's or individual's financial records and information, and making copies thereof as relevant; accessing and examining any other documents, data, and information (whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining third-party verification of information. Page 8 of 8 PROCUREMENT Zambia : Transport Corridors for Economic Resilience (TRACER) PLAN General Information Country: Zambia 2025-01-09 Bank’s Approval Date of the Original Procurement Plan: 2025-01-09 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P180801 GPN Date: 2024-07-12 Project Name: Transport Corridors for Economic Resilience (TRACER) Loan / Credit No: IDA / E2930 Ministry of Transport and Logistics 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$) ) for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned GOODS Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Estimated Am Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) ount (US$) (US$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual ZM-MTOL-444192-GO-RFQ / Sectoral capacity developme Request for Quota Single Stage - One E Pending Impl Desktops, Laptops, Stationer IDA / E2930 Post Limited - National 15,000.00 0.00 2024-11-20 2025-01-15 2025-07-14 nt and project management tions nvelope ementation y, and Printers NON CONSULTING SERVICES Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Estimated Am Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) ount (US$) (US$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Expression of Interest Short List and Draft R Request for Proposals Opening of Technical Evaluation of Technic Description Component Review Type Method Process Status Terms of Reference Report and Draft Neg Signed Contract Contract Completion o. h unt (US$) (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 ZM-MTOL-444173-CS-QCBS / Consultancy Services for the Sectoral capacity developme Quality And Cost- Open - Internationa Pending Impleme development of the National IDA / E2930 Post 600,000.00 0.00 2025-02-15 2025-03-08 2025-04-21 2025-05-19 2025-06-18 2025-07-23 2025-08-27 2026-08-27 nt and project management Based Selection l ntation Rail Transport Strategy and it s Implementation Plan ZM-MTOL-452462-CS-QCBS / Consultancy Services to deve Sectoral capacity developme Quality And Cost- Open - Internationa Pending Impleme IDA / E2930 Post 800,000.00 0.00 2024-11-15 2024-12-06 2025-01-19 2025-02-16 2025-03-18 2025-04-22 2025-05-27 2026-05-27 lop the National Transport an nt and project management Based Selection l ntation d Logistics Policy and its impl ementation Plan. ZM-MTOL-452778-CS-QCBS / Feasibility Study for the prod Sectoral capacity developme Quality And Cost- Open - Internationa Pending Impleme IDA / E2930 Post 800,000.00 0.00 2024-11-30 2024-12-21 2025-02-03 2025-03-03 2025-04-02 2025-05-07 2025-06-11 2026-06-11 uction and use of Sustainable nt and project management Based Selection l ntation Aviation Fuel (SAF) in Zambia ZM-MTOL-452779-CS-QCBS / Consultancy Services to cond Sectoral capacity developme Quality And Cost- Open - Internationa Pending Impleme uct feasibility studies and det IDA / E2930 Post 500,000.00 0.00 2025-03-15 2025-04-05 2025-05-19 2025-06-16 2025-07-16 2025-08-20 2025-09-24 2026-09-24 nt and project management Based Selection l ntation ailed designs for Kapiri Mpos hi Dry Port in Zambia ZM-MTOL-453227-CS-QCBS / Consultancy Services to prep Sectoral capacity developme Quality And Cost- Open - Internationa Pending Impleme are a Ten (10) year Bankable IDA / E2930 Post 800,000.00 0.00 2025-07-15 2025-08-05 2025-09-18 2025-10-16 2025-11-15 2025-12-20 2026-01-24 2027-01-24 nt and project management Based Selection l ntation Business Plan for Zambia Rail ways Limited (ZRL) ZM-MTOL-458691-CS-QCBS / Consultancy services to cond Sectoral capacity developme Quality And Cost- Open - Internationa Pending Impleme IDA / E2930 Post 500,000.00 0.00 2024-12-15 2025-01-05 2025-02-18 2025-03-18 2025-04-17 2025-05-22 2025-06-26 2026-06-26 uct feasibility studies and det nt and project management Based Selection l ntation ailed designs for Nkwala Dry Port in Tanzania 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 ZM-MTOL-444182-CS-QCBS / Consultancy Services to cond uct the assessment and deve Sectoral capacity developme Individual Consult Open - Internationa Pending Impleme IDA / E2930 Post 300,000.00 0.00 2025-02-28 2025-04-18 2025-05-09 2025-06-13 2025-12-10 lopment an implementation nt and project management ant Selection l ntation plan to increase the participa tion of women in Logistics Page 1