PROCUREMENT PLAN DMDP - Msimbazi Basin Development Project I. General Project Information 1. Country: Tanzania 2. Project Name: Dar es Salaam Metropolitan Development Project - Msimbazi Basin Development 3. Project ID: P169425 4. Project Implementation Agency: Presidents Office – Regional Administration and Local Government, Dar-es-Salaam City Council and Tanzania National Roads Agency 5. Date of the Procurement Plan: August 26, 2022 6. Period Covered by this procurement plan: 18 Months I. Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (Fourth Edition, November 2020) (“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 constitutes the Procurement Plan for the Project. The following conditions apply to all procurement activities in the Procurement Plan. The other elements of the Procurement Plan as required under paragraph 4.4 of the Procurement Regulations are set forth in STEP. II. Bank’s Standard Procurement Documents: The Bank’s Standard Procurement Documents shall be used for all contracts subject to international competitive procurement and those contracts as specified in the Procurement Plan tables in STEP. III. National Procurement Arrangements: In accordance with paragraph 5.3 of the Procurement Regulations, when approaching the national market (as specified in the Procurement Plan tables in STEP), the country’s own procurement procedures may be used. When the Borrower uses its own national open competitive procurement arrangements as set forth in The Public Procurement Act, 2011, The Public Procurement (Amendment) Act, 2016 and the Regulations, 2016, such arrangements shall be subject to complying in full with paragraphs 5.3 and 5.4 of the Procurement Regulations and the following conditions: o There should be no mandatory requirements for inclusion of local experts and firms for the consulting assignment. o There should be no exclusive preference based on threshold prescribed in PPA and its Regulations. o Negotiations with the lowest evaluated bidder to reduce price in the case of goods, works and non-consulting services where competitive methods have been used shall not be allowed. o The fixed budget method shall not be used for goods, works and non- consulting services. o Established and approved procurement standards by the government may be used, provided that they are not restrictive. 1 When other national procurement arrangements other than national open competitive procurement arrangements are applied by the Borrower, such arrangements shall be subject to paragraph 5.5 of the Procurement Regulations. In accordance with paragraph 5.4(c) and 5.5 of the Procurement Regulations, the request for bids/request for proposals/request for quotations document shall require that Bidders/Proposers submitting Bids/Proposals/quotations present a signed acceptance at the time of bidding, to be incorporated in any resulting contracts, confirming application of, and compliance with, the Bank’s Anti-Corruption Guidelines, including without limitation the Bank’s right to sanction and the Bank’s inspection and audit rights. The form of the Letter of Acceptance is attached in Appendix 1. IV. Prequalification: Not Applicable Leased Assets as specified under paragraph 5.10 of the Procurement V. Regulations: Not Applicable VI. Procurement of Second-Hand Goods as specified under paragraph 5.11 of the Procurement Regulations: Not Applicable VII. Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works): Not Applicable Domestic preference is not applicable for National Open Competitive Procurement VIII. Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations is: Not Applicable IX. Other Relevant Procurement Information: Not Applicable X. Thresholds for Prior Review, Procurement Approaches and Methods A. Goods, Works, and Non-Consulting Services Category Prior Prior Review Procurement Approaches and Methods Review (US$ million) (US$ million) (US$ - TANROADS Open Open Request for million) – Internation National Quotation PO-RALG & al (RfQ) DCC Works ≥ 10 ≥ 15 ≥ 15 < 15 ≤ 0.2 Goods, IT, and non- ≥2 ≥4 ≥5 <5 ≤ 0.1 consulting services B. Consulting Services Category Prior Prior Review Short List of National Consultants (US$ Review (US$ million) million) (US$ - TANROADS Consulting Engineering and million) - Services Construction PO-RALG & Supervision DCC Consultants ≥1 ≥2 ≤ 0.3 ≤ 0.3 (Firms) Individual n.a. n.a. ≥ 0.3 ≥ 0.4 consultants 2 Notes: Terms of Reference: Terms of Reference for all contracts shall be cleared by the Bank, regardless of whether the assignment is for prior or post review. Advertisement: Consultancy Service for Contracts estimated to cost US$ 300,000 equivalent and above per contract shall be advertised in UNDB online in addition to advertising in National Newspaper(s) of wide circulation and/or Regional Newspaper(s). Beneficial Ownership Disclosure shall apply to all open or limited international competition. 3 4 Appendix 1 Letter of Acceptance of the World Bank’s Anti-Corruption Guidelines and Sanctions Framework Date: Invitation of Bids/Proposals No.__________ To: ___________________________________________________________________________ We, along with our sub-contractors, sub-consultants, service providers, suppliers, agents (whether declared or not) consultants and personnel, acknowledge and agree to abide by the World Bank’s policy regarding Fraud and Corruption (corrupt, fraudulent, collusive, coercive, and obstructive practices), as set out and defined in the World Bank’s Anti- Corruption Guidelines1 in connection with the procurement and execution of the contract (in case of award), including any amendments thereto. We declare and warrant that we, along our sub-contractors, sub-consultants, service providers, suppliers, agents (whether declared or not), consultants and personnel, , are not subject to, and are not controlled by any entity or individual that is subject to, a temporary suspension, early temporary suspension, or debarment imposed by a member of the World Bank Group, including, inter alia, a cross-debarment imposed by the World Bank Group as agreed with other international financial institutions (including multilateral development banks), or through the application of a World Bank Group finding of non- responsibility on the basis of Fraud and Corruption in connection with World Bank Group corporate procurement. Further, we are not ineligible under the laws or official regulations of [Insert name of Employer as per bidding document] or pursuant to a decision of the United Nations Security Council. We confirm our understanding of the consequences of not complying with the World Bank’s Anti-Corruption Guidelines, which may include the following: a. rejection of our Proposal/Bid for award of contract; b. in the case of award, termination of the contract, without prejudice to any other remedy for breach of contract; and c. sanctions, pursuant to the Bank’s Anti-corruption Guidelines and in accordance with its prevailing sanctions policies and procedures as set forth in the Bank’s Sanctions Framework. This may include a public declaration of ineligibility, either indefinitely or for a stated period of time, (i) to be awarded or otherwise benefit from a Bank-financed 6Guidelines 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. 5 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. 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. 7For 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. 8A 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. 9Inspections 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. 6 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: 7 PROCUREMENT Tanzania : Msimbazi Basin Development Project PLAN General Information Country: Tanzania 2023-03-30 Bank’s Approval Date of the Original Procurement Plan: 2025-03-04 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P169425 GPN Date: 2023-03-29 Project Name: Msimbazi Basin Development Project Loan / Credit No: IDA / 72150 President's Office - Regional Administration and Local Government Executing Agency(ies): WORKS Activity Reference No. / Procureme Actual Am Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification High SEA/SH Ri Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Contract Complet Description Component Review Type Method nt Docume ount (US$ and Recommendation Signed Contract o. h cess (Y/N) sk atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes ion nt Type ) for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual TZ-PO-RALG-406430-CW-RF Request for B B / Construction of the New B Component 1: Msimbazi Basi ids - Small W Single Stage - One E Under Imple 2025-10-1 RT Depot at Ubungo Maziwa i IDA / 72150 n Development Infrastructur Prior Request for Bids Open - National orks SPD (1 e 0.00 2024-03-01 2024-05-23 2024-03-15 2024-06-28 2024-04-26 2024-06-07 2024-07-12 nvelope mentation 2 n Dar es Salaam under the M e nvelope proc simbazi Basin Development P ess) roject GOODS Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification 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) (US$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual NON CONSULTING SERVICES Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) (US$) 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 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 (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 TZ-PO-RALG-351871-CS-CQS / Consultancy Services for Ca rrying out Geotechnical Anal Component 1: Msimbazi Basi Consultant Qualifi ysis and Reviews of Designs IDA / 72150 n Development Infrastructur Post Open - National 0.00 Signed 2023-03-28 2023-04-11 2023-04-18 2023-05-08 2023-05-09 2023-06-26 2023-06-08 2023-08-11 2023-07-13 2023-09-01 2023-10-13 cation Selection and Earthworks under the Flo e od Detention Area and River Bank Protection Sub-Compon ent of the Lower Msimbazi Ba sin TZ-PO-RALG-351839-CS-CQS / Consultancy Services to Ass ist PO-RALG and Dar es Salaa Component 2: Preventative Consultant Qualifi Open - Internationa m City Council in Implementa IDA / 72150 Post 0.00 Signed 2023-05-05 2023-05-03 2023-05-26 2023-05-08 2023-06-16 2023-06-26 2023-07-16 2023-08-07 2023-08-20 2023-09-01 2024-08-20 Resettlement cation Selection l tion of the Resettlement Acti on Plan (Phase 1) for the Msi mbazi Basin Development Pr oject TZ-PO-RALG-406423-CS-QCB S / Construction Supervision Component 1: Msimbazi Basi Consultancy Services for the Quality And Cost- Open - Internationa Under Implement IDA / 72150 n Development Infrastructur Post 0.00 2024-02-10 2024-02-10 2024-03-02 2024-03-26 2024-04-15 2024-05-13 2024-06-12 2024-07-24 2024-08-28 2026-12-28 New BRT Depot at Ubungo M Based Selection l ation e aziwa in Dar es Salaam unde r the Msimbazi Basin Develop ment Project TZ-PO-RALG-406426-CS-QCB S / Consultancy Services for Component 1: Msimbazi Basi Preparation of the Detailed R Quality And Cost- Open - Internationa Under Implement IDA / 72150 n Development Infrastructur Prior 0.00 2025-02-10 2024-03-06 2025-03-03 2024-03-26 2025-04-16 2024-07-12 2025-05-14 2024-09-04 2025-06-13 2025-01-22 2025-07-25 2025-08-29 2027-02-28 edevelopment Plan and Desi Based Selection l ation e gn Services for the Lower Msi mbazi Basin under the Msimb azi Basin Development Proje ct TZ-PO-RALG-406417-CS-CQS / Consultancy Services for Te chnical Assistance and Legal Component 3: Strengthening Consultant Qualifi Under Implement Due Diligence for Metropolita IDA / 72150 institutions for resilient urba Post Open - National 0.00 2024-02-10 2024-02-10 2024-03-02 2024-03-26 2024-04-15 2024-05-15 2024-06-19 2025-06-19 cation Selection ation n Governance and Institution n development al Reforms in Dar es Salaam under the Msimbazi Basin De velopment Project TZ-PO-RALG-406421-CS-QCB S / Consultancy Services for Technical Support to PO-RAL Component 4: Project Manag Quality And Cost- Open - Internationa Under Implement G Project Coordination Team IDA / 72150 Prior 0.00 2024-02-10 2024-02-12 2024-03-02 2024-03-26 2024-04-15 2024-07-12 2024-05-13 2024-09-04 2024-06-12 2025-01-31 2024-07-24 2024-08-28 2028-08-28 ement Based Selection l ation and Participating DLAs in Imp lementation of Project Activiti es under the Msimbazi Basin Development Project and DM DP 2 TZ-PO-RALG-358999-CS-CQS / Consultancy Services to Ass ist PO-RALG and Dar es Salaa m City Council in Implementa Component 2: Preventative Consultant Qualifi Open - Internationa IDA / 72150 Post 0.00 Canceled 2024-04-01 2024-04-22 2024-06-05 2024-07-05 2024-08-09 2027-08-09 tion of the Resettlement Acti Resettlement cation Selection l on Plan (Phase 2) for the Msi mbazi Basin Development Pr oject - Livelihood Restoration Program and Replacement H ousing TZ-PO-RALG-431193-CS-QCB S / Consultancy Services for Watershed Management in t Component 1: Msimbazi Basi he Msimbazi Basin - Modellin Quality And Cost- Open - Internationa Under Implement IDA / 72150 n Development Infrastructur Prior 0.00 2024-06-15 2024-11-20 2024-07-06 2024-08-19 2024-10-03 2024-11-02 2024-12-16 2025-01-31 2027-07-31 g and Monitoring to Inform A Based Selection l ation e daptive Watershed Managem ent, Developing a Watershed Management Plan and Suppo rting its Implementation INDIVIDUAL CONSULTANTS Activity Reference No. / Loan / Credit N Market Approac Actual Amount Invitation to Identifie Draft Negotiated Cont Component Review Type Method Contract Type Process Status Teams of Reference Signed Contract Contract Completion Description o. h (US$) d/Selected Consultant ract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Page 1 TZ-PO-RALG-406432-CS-CDS / Consultancy Services for Im plementation of the Resettle ment Action Plan for the Low Component 2: Preventative Under Implement IDA / 72150 Post Direct Selection Direct - National 0.00 2024-02-10 2024-02-10 2024-02-24 2024-04-29 2027-04-29 er Msimbazi Basin (Phase 2) - Resettlement ation Livelihood Restoration Progra m and Replacement Housing under the Msimbazi Basin De velopment Project TZ-PO-RALG-431187-CS-CDS / Consultancy Services for Sc reening of Flood and Erosion Component 1: Msimbazi Basi Direct - Internation Pending Impleme Control Interventions in the IDA / 72150 n Development Infrastructur Post Direct Selection 0.00 2025-02-28 2025-03-15 2025-05-24 2025-11-23 al ntation Middle and Upper Basin of th e e Msimbazi River and Prepari ng Feasibility Studies, Detaile d Designs and Bidding Docu ments Page 2