Procurement Plan Textual Word Version [Negotiations Version May 9, 2023] Zambia Agribusiness and Trade Project – II 1. Project information: Zambia Agribusiness and Trade Project- II (ZATP-II) 2. Project No. P179507 3. Project Implementation Agency: Ministry of Commerce, Trade & Industry 4. Date of the Procurement Plan: May 9, 2023 5. Period covered by this Procurement Plan: 2024 - 2029 6. Preamble (Project Development Objectives) 7. The Project Development Objective (PDO) is to increase access to markets and finance and promote firm growth in Zambia’s agribusiness sector. 8. In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (4th 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. 9. 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. 10. The Bank’s Standard Procurement Documents (SPD): SPDs shall be used for all contracts subject to international competitive procurement and those contracts as specified in the Procurement Plan tables in STEP. 11. National Procurement Arrangements: In accordance with paragraph 5.3 to 5.9 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, No. 8 of 2020, which became effective on April 16, 2021 and Public Procurement Regulations of February 2022 of the Republic of Zambia, such arrangements shall be subject to paragraph 5.4 of the World Bank’s Procurement Regulations. 12. Banks Anti-Corruption provisions: In accordance with paragraph 5.4 of the Procurement Regulations, the request for bids/request for 1 proposals document shall require that Bidders/Proposers submitting Bids/Proposals 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 World Bank’s right to sanction and the World Bank’s inspection and audit rights. The form of the Letter of Acceptance is attached in Appendix 1. 13. Leased Assets as specified under paragraph 5.10 of the Procurement Regulations: Leasing may be used for those contracts identified in the Procurement Plan tables. Applicable 14. Procurement of Second-Hand Goods as specified under paragraph 5.11 of the Procurement Regulations – is allowed for those contracts identified in the Procurement Plan tables. Applicable. 15. Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). a. Goods: Not Applicable b. Works: Not Applicable 16. Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations: Is Not applicable 17. Other Relevant Procurement Information: - In line with paragraph 7.26 and 6.46 of the World Bank’s procurement regulations, under the Component 1: Support access to markets and finance, use of commercial practices will apply as will be further defined in the Project Implementation Manual (PIM) to activities financed under the component. 18. (a). Increased Thresholds for Request for Quotations: Not applicable 19. Prequalification. Not expected for the works/goods packages in the procurement plan. 20. Proposed Procedures for CDD Components: Applicable. In line with provisions of paragraph 6.52 of the Procurement Regulations, additional information on implementation of Community Driven Development (CDD) which allows for Community Procurement and as necessary use of local communities and/or nongovernmental organizations (NGOs) in civil Works and the delivery of non-consulting and local materials and technologies will apply. The use of CDD will be elaborated in the Procurement Section of the Project Implementation manual (PIM) and in other relevant sections of the PIM that discuss institutional arrangements, governance and financial management of the PIM. 2 21. Reference to (if any) Project Operational/Procurement Manual: The MCTI will prepare a separate Project Implementation Manual for the ZATP-II project. Given that the MCTI is already implementing the ZATP project, which is also a CDD project, the ZATP-II PIM will draw on a lot of the information that is in the ZATP PIM and make modifications as necessary. 22. Any Other Special Procurement Arrangements: Only as discussed in Paras 16 and 19 above. 23. Procurement Packages/Plan with Procurement Arrangements and Time Schedule: as per table below showing the planned procurement plan activities under paragraph 26. 24. Risk Based Thresholds for Procurement Approaches and Methods Table 1. (US$, thousands) for Zambia [Corresponding to Substantial Risk] Works (including Goods, IT and Non- Selecti Selectio turnkey, supply & Consultant Services on of n of installation of plant Consult Consulta and Equipment and ant nt PPP) (Firms) (individu al Consulta nts - IC) Open Open RfQ Open Open RfQ Internat Natio Internati Natio (oth ional nal onal nal er Open > goo Interna Open < ds) tional Internati > < < > onal < > US$10 US$1 US$0 US$2.0 US US$2 US$1. US$0.3 m 0m .3m m $0. .0m 0m m 1m Source: World Bank Guidance Thresholds for Procurement Approaches and Methods by Country (Section III B). 3 25. Procurement Plan: The Procurement Plan for Zambia Agribusiness and Trade Project-II– will include the main activities indicated below in Paragraph 26 – Procurement Packages. In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (Fourth Edition November 2020) (“Procurement Regulations”) the Bank’s Systematic Tracking and Exchanges in Procurement (STEP) system will be used to prepare, clear and update Procurement Plans and conduct all procurement transactions for the Project. The Procurement Plan, as agreed between the Bank and the Borrower, will specify procurement methods, market approaches and cost estimates, as well as activities that will be subjected to the Bank’s prior review, for all packages. The other elements of the Procurement Plan as required under paragraph 4.4 of the Procurement Regulations are set forth in STEP. 26. Procurement Packages with Methods and Time Schedule 4 Procurement Packages with Methods and Time Schedule a) Works 1 2 3 4 5 6 7 8 9 10 Expecte Contract Pre- Domestic Review Expected Estimated Procureme d Ref. (Description) qualificati Preferenc by Bank Contract Cost nt Bid- Comment No. on e (Prior / Completio US$ Method Opening (yes/no) (yes/no) Post) n Date Date Zambia Agribusiness and Trade Project - II (ZATP-II) Works-Construction of NQI January December NCB No N/A Post Laboratory 5,000,000 29, 2024 29, 2026 Subtotal Works 5,000,000 b) Goods, Supply and Installation and Non-Consultant Services 1 2 3 4 5 6 7 8 9 10 Expecte Contract Pre- Domestic Review Expected Estimated Procure d (Description) qualificati Preferenc by Bank Contract Ref. No. Cost ment Bid- Comme on e (Prior / Completion US$ Method Opening (yes/no) (yes/) Post) Date Date Zambia Agribusiness and Trade Project -II (ZATP-II) Procurement of 10 October, December 600,000 NCB N/A N/A Post Motor vehicles for PIU 2023 2025 Renovation of Shopping N/A N/A Post January, Government Office to 2024 150,000 June 2024 be used as PIU’s Office Accommodation Procurement of January, December furniture for project 50,000 Shopping N/A N/A Post 2024 2026 management Procurement of Motor January, December - NCB N/A N/A Post vehicles for the TSPs 2024 2023 Procurement of office 50,000 NCB N/A N/A Post January, June, 2024 5 equipment, computers, 2024 printers, peripheries and communication equipment for Project Management and related beneficiaries Subtotal Goods and Non-consultant 850,000 services c) Consultant Services 1 2 3 4 5 6 7 8 Revi ew Expected Expected by Proposal Ref. Description of Assignment Estimated Selection Contract Bank s Comments No. Cost US$ Method Signing (Prio Submissi Date r/ on Date Post) Zambia Agribusiness and Trade Project – II (ZATP II) Individual Post Recruitment of Proposal Evaluation Panel Consultant January, June, 200,000 (PEP) Consultants (IC) Direct 2024 2024 Selection Individual Prior Recruitment of Provincial Project Officers Consultant January, June, 1,800,000 (10 No.) (IC) Direct 2024 2024 Selection Recruitment of MarketConnect Consultants QCBS Prior January, June, 6,000,000 (TSPs) (4 No.) 2024 2024 Recruitment of Investment Committee QCBS Post January, June, 200,000 Panel (ICP) Consultants 2024 2024 Consultancy services for design, tendering LCS/FBS Post January, June, and construction supervision of ZMA 250,000 2024 2024 Regional Laboratory Individual Prior Recruitment of Global Food Safety Consultant January, June, 330,000 Initiative Consultant (IC) Direct 2024 2024 Selection 6 Engagement of an Independent Evaluation CQS Post January, June, 200,000 Panel (IEP) Consultants 2024 2024 Individual Post Recruitment of Project Assistant Consultant January, June, 150,000 Accountant (IC) Direct 2024 2024 Selection Individual Post Recruitment of Project Officers – (M&E 3 Consultant January, June, 120,000 yrs) (IC) Direct 2024 2024 Selection Individual Post Recruitment of Project Officers – (Valuation Consultant January, June, 120,000 3 yrs) (IC) Direct 2024 2024 Selection Individual Post Recruitment of Project Officers – (PO 1 3ys, Consultant January, June, 120,000 Procurement) (IC) Direct 2024 2024 Selection Individual Post Recruitment of Project Officers – (PO 2 3ys, Consultant January, June, 120,000 Procurement) (IC) Direct 2024 2024 Selection Individual Post Recruitment of Project Officers – (PO 3 3ys, Consultant January, June, 120,000 Procurement) (IC) Direct 2024 2024 Selection Individual Post Recruitment of Project Officers – Consultant January, June, 120,000 (Procurement 3 yrs) (IC) Direct 2024 2024 Selection Subtotal Consulting Services 9,130,000 GRAND TOTAL: US$ 14,980,000.00 7 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 contract, financially or in any other manner;2 (ii) to be a nominated3 sub- 1Guidelines 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. 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 8 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. 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. 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. 9 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: 10 PROCUREMENT Zambia : Zambia Agribusiness and Trade Project-II (ZATP-II) PLAN General Information Country: Zambia 2024-11-12 Bank’s Approval Date of the Original Procurement Plan: 2025-04-04 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P179507 GPN Date: Project Name: Zambia Agribusiness and Trade Project-II (ZATP-II) Loan / Credit No: IDA / 73450 Ministry of Commerce Trade and Industry 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$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual NON CONSULTING SERVICES Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Estimated Am Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) ount (US$) (US$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual ZM-MCTI-460038-NC-RFQ / P Request for Quota Single Stage - One E Pending Impl rocurement of internet and c IDA / 73450 Project Management Post Limited - National 20,000.00 0.00 2024-12-07 2025-02-01 2025-07-31 tions nvelope ementation ommunication services ZM-MCTI-460039-NC-RFQ / P Request for Quota Single Stage - One E Pending Impl IDA / 73450 Project Management Post Limited - National 7,500.00 0.00 2024-12-01 2025-01-26 2025-07-25 rocurement of office refresh tions nvelope ementation ments ZM-MCTI-460037-NC-RFQ / P Request for Quota Single Stage - One E Pending Impl IDA / 73450 Project Management Post Limited - National 5,000.00 0.00 2024-12-07 2025-02-01 2025-07-31 rocurement of cleaning servi tions nvelope ementation ces ZM-MCTI-460040-NC-RFQ / P Request for Quota Single Stage - One E Pending Impl IDA / 73450 Project Management Post Limited - National 7,500.00 0.00 2024-12-02 2025-01-27 2025-07-26 rocurement of office stationa tions nvelope ementation ry CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Expression of Interest Short List and Draft R Request for Proposals Opening of Technical Evaluation of Technic Description Component Review Type Method Process Status Terms of Reference Report and Draft Neg Signed Contract Contract Completion o. h unt (US$) (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-MCTI-460026-CS-CQS / C Promote Trade and Agribusi Consultant Qualifi Pending Impleme onsultancy Services - Risk Ex IDA / 73450 Post Open - National 42,500.00 0.00 2024-11-10 2024-12-01 2025-01-14 2025-02-13 2025-03-20 2025-09-16 ness Competitiveness cation Selection ntation pert Services - ZCSA ZM-MCTI-460691-CS-LCS / C Promote Trade and Agribusi Least Cost Selecti onsultancy Services - Risk Ex IDA / 73450 Post Open - National 42,500.00 0.00 Canceled 2024-12-05 2024-12-26 2025-02-08 2025-03-08 2025-04-07 2025-05-12 2025-06-16 2025-12-13 ness Competitiveness on pert Services - ZCSA ZM-MCTI-466521-CS-QCBS / Consultancy Services - Techn Support Access to Markets a Quality And Cost- Open - Internationa ical Services Provision for su IDA / 73450 Post 500,000.00 0.00 Canceled 2024-12-13 2024-12-17 2025-01-03 2025-02-16 2025-03-16 2025-04-15 2025-05-20 2025-06-24 2026-06-24 nd Finance Based Selection l pporting Component 1 (Supp ort access to markets and fin ance) ZM-MCTI-485557-CS-QCBS / Consultancy Services - Techn ical Services Provision for su Support Access to Markets a Quality And Cost- Open - Internationa Pending Impleme IDA / 73450 Post 2,800,000.00 0.00 2025-04-02 2025-04-23 2025-06-06 2025-07-04 2025-08-03 2025-09-07 2025-10-12 2026-10-12 pporting Component 1 (Supp nd Finance Based Selection l ntation ort access to markets and fin ance) for Regional 2 (Souther n and Western Provinces). ZM-MCTI-485561-CS-QCBS / Consultancy Services - Techn ical Services Provision for su Support Access to Markets a Quality And Cost- Open - Internationa Pending Impleme pporting Component 1 (Supp IDA / 73450 Post 2,800,000.00 0.00 2025-04-02 2025-04-23 2025-06-06 2025-07-04 2025-08-03 2025-09-07 2025-10-12 2026-10-12 nd Finance Based Selection l ntation ort access to markets and fin ance) for Regional 3 (Copper belt and North-Western Provi nces). ZM-MCTI-485577-CS-QCBS / Consultancy Services - Techn ical Services Provision for su Support Access to Markets a Quality And Cost- Open - Internationa Pending Impleme IDA / 73450 Post 2,800,000.00 0.00 2025-04-02 2025-04-23 2025-06-06 2025-07-04 2025-08-03 2025-09-07 2025-10-12 2026-10-12 pporting Component 1 (Supp nd Finance Based Selection l ntation ort access to markets and fin ance) for Regional 4(Central, Eastern and Lusaka Province s). ZM-MCTI-485815-CS-QCBS / Consultancy Services - Techn ical Services Provision for su Support Access to Markets a Quality And Cost- Open - Internationa Pending Impleme pporting Component 1 (Supp IDA / 73450 Post 2,800,000.00 0.00 2025-04-02 2025-04-23 2025-06-06 2025-07-04 2025-08-03 2025-09-07 2025-10-12 2026-10-12 nd Finance Based Selection l ntation ort access to markets and fin ance) for Regional 1 (Luapula , Muchinga and Northern Pro vinces). 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-MCTI-460570-CS-INDV / Support Access to Markets a Individual Consult Pending Impleme Consultancy Services - Indep IDA / 73450 Post Open - National 200,000.00 0.00 2024-12-08 2025-01-26 2025-02-16 2025-03-23 2025-09-19 nd Finance ant Selection ntation endent Evaluation Panel (IEP) - ZATP II ZM-MCTI-460022-CS-INDV / Promote Trade and Agribusi Individual Consult Pending Impleme IDA / 73450 Post Limited - National 49,500.00 0.00 2024-12-08 2024-12-13 2025-01-03 2025-02-07 2025-08-06 Consultancy Services - AFCFT ness Competitiveness ant Selection ntation A Page 1 Page 2