Procurement Plan I. General 1. Project Information Country : Lesotho Recipient : Kingdom of Lesotho Project Name : P502125: Lesotho Integrated Transport, Trade and Logistics Project Loan Credit No. : 2. Bank’s Approval Date of the Procurement Plan: May 2, 2024 3. Date of General Procurement Notice: After approval of PP for the First 18 months and Updating through STEP, the GPN will be published. 4. Period Covered by this procurement plan: 18 months. 5. Project Implementation Agency(ies): Ministry of Public Works & Transport – Roads Directorate & Ministry of Trade, Industry and Business Development – CAFI PIU 6. Procurement Risk rating: Substantial II. Goods, Works, and Non-Consulting Services Thresholds for the Method of Procurement: Procurement risk rating: Substantial Approved Selection Thresholds for Method (US$ equivalent) Methods** Open International (Goods, Equal to or more than $1 million IT Systems and Non- Consulting Services) Open National (Goods, IT < $1 million Systems and Non- Consulting Services) – Open Tender or as stipulated RFQ (Goods, IT Systems and Less or equal to $100,000 Non-Consulting Services) Open International (Works) Equal to or more than $7 million Open National (Works) Less than $7 million RFQ (works) Less or equal to $200,000 Framework Agreements In accordance with Para 6.57 to 6.59 and 7.33 (Goods, Works & Consulting Annex XV: Frameworks Agreements of Services) Procurement Regulations, and with prior agreement in Procurement plan with the Bank. Direct Contracting No threshold; but should meet requirements of Bank’s Procurement Regulations for DC. In addition to above there are other selection arrangements available in the Bank Procurement Regulations, Fifth Edition, dated September 2023 which upon Bank prior clearance can be incorporated for use under the project, if agreed in PPSD. The Project Procurement risk rating based on PRAMS is “Substantial.” Prior Review: The details of the Procurement review / oversight are defined in the Annex II of the Regulations for Borrowers. The following would be subject to Prior review of the Bank regardless of the Method of selection: Type of Bank’s Prior review threshold1 * procurement Works All procurements estimated to cost USD 10 million or more Goods, IT Systems All procurements estimated to cost USD 2 million and Non-consulting or more Services *These thresholds are for the purposes of the initial procurement plan for the first 18 months. The thresholds may be increased or decreased based on re- assessment of the project procurement risks. All contracts not subject to prior review will be post-reviewed (once annually, sampling minimum of 15% post review contracts). I. For contracts subject to prior review, the Borrower shall seek the Bank’s no objection before agreeing to: a. an extension of the stipulated time for execution of a contract that has an impact on the planned completion of the project. b. any material modification of the scope of the Works, Goods, Non- consulting services or Consulting Services, or other significant changes to the terms and conditions of the contract. c. any variation order or contract amendment (except in cases of extreme urgency), including due to extension of time, that singly or combined with all previous variation orders or amendments, increases the original contract amount by more than 15% (fifteen percent); or d. the proposed termination of the contract. The Borrower / Implementing Agency shall provide a copy of all amendments to the contract to the Bank for its records and upload same in STEP in real time. The contract delivery roadmap, together with its monitoring plan shall be recorded in STEP Contract Management Module (CMM) with “plan” and “actual” data updated regularly. II. Prequalification As per procurement regulations Domestic Preference. The provision of domestic preference shall not be applied in the evaluation of bids in accordance with Annex VI of the Regulations. III. Reference to Standard Procurement Documents 1 For Substantial Risk 2 For all open international market approaches, the latest versions of the World Bank’s Standard Procurement Documents (SPD) are to be used. The latest versions of the SPD are available in the World Bank website. https://worldbankgroup.sharepoint.com/sites/OPCS/SitePages/PublishingPages/St andard-Procur-08152018-154344.aspx? IV. Any Other Special Procurement Arrangements When approaching the national market, as agreed in the Procurement Plan, the National Open Tender procedure may be used. The specific qualifications requirements, for use of national open competitive procurement, is set out in Section V, para 5.3 of the Procurement Regulations and shall be applied. Other national procurement arrangements (other than national open competitive procurement), that may be applied by the Borrower (such as limited/restricted competitive bidding, request for quotations/shopping, direct contracting), 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. As KoL’s National Standard Procurement Documents are yet at draft stage. Their consistence with March 2023 Procurement law and with that of international good practices shall be checked and finalized. Until then, the Bank’s Standard Procurement Documents (SPD) may be used. III. Selection of Consultants 1. Methods and Prior Review Threshold Selection methods of procurement of Consultants' Services (Firms): The Approved Selection Methods as reflected in the Section VII of the procurement regulations. Method of Thresholds for Methods Procurement Quality and Cost Based As per requirements of para 7.3 of the Regulations Selection (QCBS) (for any value, but usually for assignments average complexity and value US$300K or above) Quality Based As per requirements of para 7.8 to 7.10 of the Selection (QBS) Regulations (for any value, but activities of highly specialized and high downstream impact); Selection based on a As per requirements of para 7.4 and 7.5 of the Fixed Budget (FBS) Regulations Selection Based on As per requirements of para 7.6 and 7.7 of the Least Cost Basis (LCS) Regulations Selection based on As per requirements of para 7.11 and 7.12 of the Consultant’s Regulations Qualification (CQS) Contracts estimated to cost equivalent of USD 300,000 or less per contract Framework All procurement that meets the requirements as Agreements per Para 6.57 to 6.59 of Procurement Regulations, and with prior agreement in PP with the Bank. 3 Direct Contracting Must meet the requirements of Para 7.13 to 7.15 of the Regulations, and with prior agreement in PP with the Bank with sound justifications. The shortlist may consist of all National consultants in case the estimated cost is less than USD 100,000 for all consulting services but can be up to US$300,000 for Engineering & construction supervision Consultants. Procurement methods for Selection of Individual Consultants (IC): The Approved Selection Methods as reflected in the Section VII of the procurement regulations. Method of Thresholds for Methods Procurement Open Competitive As per requirements of para 7.36 and 7.37 of Selection the Regulations (default for any value, usually higher values) Limited Competitive As per requirements of para 7.38 of the Selection Regulations Direct Selection Must meet the requirements of Para 7.39 of the Regulations, and with prior agreement in PP with the Bank, with sound justification. *Shall meet the requirements as stated in Regulations Terms of Reference (ToR) for all consultancy contracts shall be furnished to the Bank for its prior review and No Objection. Prior Review: The details of the Procurement Review / Oversight are defined in the Annex II of the Regulations for Borrowers. The following would be subject to Prior review of the Bank regardless of the method of selection. Type of Bank’s Prior review threshold2 * procurement Consultant Firm All procurements estimated to cost USD 1 million or more Consultant All procurement estimated to cost USD 300,000 or Individual more UN Agencies All procurements irrespective of value *These thresholds are for the purposes of the initial procurement plan for the first 18 months. The thresholds may be increased or decreased based on re- assessment of risks assessment. All contracts not subject to prior review will be post-reviewed. 4 5 INITIAL PROCUREMENT PLAN I. Good, Works and Non-Consulting Services 1 2 3 4 5 6 7 8 9 10 11 Compon Contract Estimate Procure Prequa (Pri Expect Expect Expecte Expecte Expecte ent - (Description) d Cost ment lificatio or / ed bid ed Bid- d d d Sub- (US$’000 Method n Post floatin Openin contract contract contract Compon ) (yes/no ) g date. g Date award commen completi ent ) date cement on date date 1-1.1 Upgrading of Thaba- 52,000 RFB-with no PRIO 4 Feb 11 Apr 1 Aug 25 1 Nov 25 31 Nov 29 Tseka - Katse Road Rated R 25 25 works contractor Criteria 1.1.2 A1 corridor 4000 RfB no post 3-June 22-July 26-Aug 1 Oct. 25 1 Oct. improvement works 25 25 25 2027 -intersections upgrade, drainage structures & critical sections II. Procurement Plan Template for Selection of Consultancy Services: 1 2 3 4 5 6 7 8 9 10 11 Compone Description of the Estimat Select Prior Review Expect Expecte Expect Expecte Expect nt - Sub- assignment ed Cost ion short by ed d ed d ed Compone (US$’0 Meth listin Financi REoI Technic Assign Assignm contra nt 00) od g ng (SPN al ment ent ct (yes/n Agency date) Proposa award commen comple o) (Prior / ls date cement tion Post) Opening date date Date 1-1.1 Consultancy services 3,00 QCBS yes PRIOR 3 Jun 2 Sep 24 7 Oct 24 4 Nov 24 31 Dec for Design review, 0 24 29 Tender Assistance & Supervision of Upgrading of Thaba- Tseka - Katse Road works contractor 1- 1.3 Consultancy services 500 QCBS yes Post 3 Jun 2 Sep 24 7 Oct 24 4 Nov 24 31 Dec for design, scoping and 24 27 supervision of A1 corridor improvement works 2 Technical assistance for 30 IC No Post 7 Oct 18 Dec 5 Feb 10 Mar 1 May component 2 (OSBP & 24 24 25 25 25 Inspection laboratories facilities) preparation assignment 2 Consultancy services 1450 QCBS yes Prior 1 May 8 May 25 18 Jun 21 Jul 25 31 Dec for design, tender 25 25 25 support and works supervision of component 2 (Smart OSBP & Inspection laboratories facilities) 7 II. Procurement Plan Template for Selection of Consultancy Services: 1 2 3 4 5 6 7 8 9 10 11 Compone Description of the Estimat Select Prior Review Expect Expecte Expect Expecte Expect nt - Sub- assignment ed Cost ion short by ed d ed d ed Compone (US$’0 Meth listin Financi REoI Technic Assign Assignm contra nt 00) od g ng (SPN al ment ent ct (yes/n Agency date) Proposa award commen comple o) (Prior / ls date cement tion Post) Opening date date Date 3 Technical assistance for 20 IC No Post 3 Jun 12 Aug 9 Sep 7 Oct 24 31 Oct capacity Building on 24 24 24 24 project management 4-1 Selection and 72 IC No Post 6 May 4 Jul 24 01 Aug 01 Sep 31 Dec deployment of a Project 24 25 24 26 Procurement Specialist 4-2 Selection and 72 IC No Post 6 May 4 Jul 24 01 Aug 01 Sep 31 Dec deployment of a Project 24 25 24 26 Monitoring and Evaluation Specialist 4-3 Selection and 48 IC No Post 6 May 4 Jul 24 01 Aug 01 Sep 31 Dec deployment of a Project 24 25 24 26 Safeguards Specialist 8 PROCUREMENT Lesotho : Lesotho Integrated Transport, Trade and Logistics Project PLAN General Information Country: Lesotho 2024-07-17 Bank’s Approval Date of the Original Procurement Plan: 2024-07-17 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P502125 GPN Date: 2024-05-03 Project Name: Lesotho Integrated Transport, Trade and Logistics Project Loan / Credit No: IDA / 75690 Roads Directorate 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$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual LS-MOPWT-432289-GO-RFQ Request for Quota Single Stage - One E Pending Impl / procurement of administrati IDA / 75690 Post Open - National 10,000.00 0.00 2024-07-13 2024-09-07 2025-03-06 tions nvelope ementation ve equipment for manageme nt of the project NON CONSULTING SERVICES Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Estimated Am Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) ount (US$) (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$) Notice equest for Proposals as Issued Proposals / Minutes al Proposal otiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual LS-MOPWT-432268-CS-QCBS / Design Review & Updating of Bidding Documents, Pre-co Quality And Cost- Open - Internationa Pending Impleme ntract Services, Construction IDA / 75690 Prior 3,000,000.00 0.00 2024-07-08 2024-07-29 2024-09-11 2024-10-09 2024-11-08 2024-12-13 2025-01-17 2026-01-17 Based Selection l ntation Supervision and Post Contrac t Services for The Upgrading to Bitumen Standard the Tha ba-Tseka to Katse Road Proje ct INDIVIDUAL CONSULTANTS Activity Reference No. / Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Invitation to Identifie Draft Negotiated Cont Description Component Review Type Method Process Status Terms of Reference Signed Contract Contract Completion o. h unt (US$) (US$) d/Selected Consultant ract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual LS-MOPWT-432279-CS-INDV / Individual Consultancy Servi Individual Consult Pending Impleme IDA / 75690 Post Open - National 72,000.00 0.00 2024-07-08 2024-08-26 2024-09-16 2024-10-21 2025-04-19 ces for Procurement Specialis ant Selection ntation t to assist with project imple mentatio LS-MOPWT-432285-CS-INDV Individual Consult Pending Impleme / Individual Consultancy Servi IDA / 75690 Post Open - National 86,200.00 0.00 2024-07-08 2024-08-26 2024-09-16 2024-10-21 2025-04-19 ant Selection ntation ces for Monitoring and Evalu ation Specialist LS-MOPWT-432286-CS-INDV / Individual Consultancy Servi Individual Consult Pending Impleme IDA / 75690 Post Open - National 57,600.00 0.00 2024-07-08 2024-08-26 2024-09-16 2024-10-21 2025-04-19 ces for Safeguards Specialist ant Selection ntation during project implementatio n Page 1