PROCUREMENT PLAN (Mandatory Requirements) Project information: Country: Bhutan Proposed Project Name: Accelerating Transport and Trade Connectivity in Eastern South Asia Phase 2 P-number: P181278 Project Implementation agency: (i) Ministry of Infrastructure and Transport (MoIT) (ii) Government Technology Agency (GovTech). 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, 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 World Bank Procurement Regulations, when approaching the national market, as agreed in the Procurement Plan, the country’s own procurement procedures may be used. These procurement procedures 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. When the Borrower uses its own national open competitive procurement arrangements as set forth in the Procurement Rules and Regulations, 2019, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: 1) At the Borrower’s request, the Bank may agree to the Borrower’s use, in whole or in part, of its electronic procurement system, provided that the Bank is satisfied with the adequacy of such system (the Bank has agreed to use e-GP for Goods up to US$ 30,000 equivalent following RFQ method). 2) Procurement shall be open to eligible bidders 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. 3) 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. 4) 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. 5) The Bank shall have the right to review procurement documentation and activities. When other national procurement arrangements (other than national open competitive procurement) are applied by the Borrower, such arrangements shall be subject to paragraph 5.5 of the Procurement Regulations. As per paragraph 5.4 of the Procurement Regulations, the “Letter of Acceptance of the World Bank’s Anticorruption Guidelines and Sanctions Framework” as attached to this document shall form part of the Model Bidding Documents. Leased Assets: Not Applicable. Procurement of Second Hand Goods: 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 procurement High risk Works (including turnkey, supply & installation of 0.300 plant and equipment, and PPP) Goods, information technology and non-consulting 0.100 services Consulting services: firms 0.070 Consulting services: Individual 0.050 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. Attachment 1 Letter of Acceptance of the World Bank’s Anticorruption Guidelines and Sanctions Framework1 Date: Invitation of Bids/Proposals No.__________ To: ___________________________________________________________________________ 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.] 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 nominated4 sub-contractor, sub-consultant, consultant, manufacturer or supplier, 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. 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. 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. 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: 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. 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: PROCUREMENT Bhutan : Accelerating Transport and Trade Connectivity in Eastern South Asia - Bhutan Phase 2 Project PLAN General Information Country: Bhutan Bank’s Approval Date of the Original Procurement Plan: 2024-01-11 Revised Plan Date(s): (comma delineated, leave blank if 2024-08-26 none) Project ID: P181278 GPN Date: Project Name: Accelerating Transport and Trade Connectivity in Eastern South Asia - Bhutan Phase 2 Project Loan / Credit No: IDA / V5040 Ministry of Infrastructure and Transport 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$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual BT-MOIT-418348-GO-DIR / S upply of GP ultra-alkaline 1.5 IDA / V5040 Post Direct Selection Direct - National 1,893.00 0.00 Completed 2024-03-26 2024-04-02 2024-03-29 2024-05-27 2024-03-30 2024-06-06 2024-04-29 2024-06-30 V AA battery (2494 pairs) BT-MOIT-418349-GO-DIR / S upply of (i) Satele- IR SAT (G Direct - Internation Under Imple PS/UHF) collar for elephant, Ir IDA / V5040 Post Direct Selection 5,817.00 0.00 2024-03-27 2024-04-02 2024-03-30 2024-04-04 2024-05-04 al mentation idium, 8x D cells, and (ii) SS F024- related services for sat ellite collar. BT-MOIT-418350-GO-DIR / S upply of wildlife drugs for Ele Direct - Internation Under Imple phant movement survey in G IDA / V5040 Post Direct Selection 9,275.00 0.00 2024-03-27 2024-04-02 2024-03-30 2024-04-16 2024-03-31 2024-04-30 al mentation elephu (i) CAPT 98 Etorphine HCL 9.8mg/ml vil, (ii) Activo n BT-MOIT-443883-GO-DIR / Pr Pending Impl IDA / V5040 Post Direct Selection Direct - National 534.29 0.00 2024-08-05 2024-08-05 2024-08-06 2024-08-09 ocurement of high back revol ementation ving chairs. BT-MOIT-443894-GO-DIR / Pr Pending Impl ocurement of five(5) number IDA / V5040 Post Direct Selection Direct - National 445.69 0.00 2024-08-05 2024-08-05 2024-08-06 2024-08-09 ementation s of 2 TB external hard drives . NON CONSULTING SERVICES Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Estimated Am Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) ount (US$) (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$) Notice equest for Proposals as Issued Proposals / Minutes al Proposal otiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual BT-MOIT-410450-CS-QCBS / Consultant services on Feasi Quality And Cost- Open - Internationa IDA / V5040 Prior 1,494,015.00 0.00 Canceled 2024-03-04 2024-03-13 2024-03-14 2024-04-27 2024-05-25 2024-06-24 2024-07-29 2024-09-02 2025-09-02 bility, detailed design, ESIA o Based Selection l f Gelephu-Tareythang-Kanam akura BT-MOIT-403710-CS-QCBS / Consultant services on Feasi Quality And Cost- Open - Internationa IDA / V5040 Prior 1,040,500.00 0.00 Canceled 2024-01-18 2024-02-08 2024-03-23 2024-04-20 2024-05-20 2024-06-24 2024-07-29 2025-07-29 bility, detailed design, ESIA o Based Selection l f 20km Gelephu-Tareythang r oad BT-MOIT-400917-CS-CQS / Pr Consultant Qualifi eliminary Wildlife Manageme IDA / V5040 Post Open - National 50,000.00 0.00 Canceled 2024-02-09 2024-03-01 2024-04-14 2024-05-14 2024-06-18 2024-12-15 cation Selection nt and Land Use Plan BT-MOIT-400912-CS-QCBS / Consultant Qualifi Limited - Internatio Under Implement Skills gap and capacity need IDA / V5040 Post 50,000.00 0.00 2024-04-14 2024-06-12 2024-04-28 2024-08-05 2024-05-13 2024-06-06 2024-12-03 cation Selection nal ation assessment INDIVIDUAL CONSULTANTS Activity Reference No. / Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Invitation to Identifie Draft Negotiated Cont Description Component Review Type Method Process Status Terms of Reference Signed Contract Contract Completion o. h unt (US$) (US$) d/Selected Consultant ract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual BT-MOIT-400893-CS-INDV / S Individual Consult Under Implement IDA / V5040 Prior Open - National 75,000.00 0.00 2024-02-13 2024-03-12 2024-04-02 2024-06-04 2024-04-23 2024-06-25 2024-05-28 2024-11-24 election of Project Coordinato ant Selection ation r BT-MOIT-400896-CS-INDV / S Individual Consult Under Implement IDA / V5040 Prior Open - National 50,000.00 0.00 2024-02-13 2024-03-12 2024-04-02 2024-06-10 2024-04-23 2024-06-25 2024-05-28 2024-11-24 election of Procurement Spec ant Selection ation ialist BT-MOIT-400903-CS-INDV / S Individual Consult election of Social consultant ( IDA / V5040 Prior Limited 50,000.00 0.00 Canceled 2024-01-04 2024-01-09 2024-01-30 2024-03-05 2024-09-01 ant Selection ESMF/RPf preparation and re view of ESIAs) BT-MOIT-400898-CS-INDV / S election of Environmental Co Individual Consult IDA / V5040 Prior Limited 50,000.00 0.00 Canceled 2024-01-04 2024-01-09 2024-01-30 2024-03-05 2024-09-01 nsultant (independent Revie ant Selection w of ESIAs and preparation of ESMF) BT-MOIT-400908-CS-INDV / I Individual Consult IDA / V5040 Post Limited 25,000.00 0.00 Canceled 2024-01-04 2024-02-19 2024-01-09 2024-01-30 2024-03-05 2024-09-01 ndividual Resillemce Consult ant Selection ant Page 1 BT-MOIT-400914-CS-INDV / P reparation of Implementation Individual Consult IDA / V5040 Post Limited 25,000.00 0.00 Canceled 2024-01-10 2024-01-15 2024-02-05 2024-03-11 2024-09-07 project manual and associate ant Selection d project/procurement docu ments BT-MOIT-412761-CS-INDV / I Individual Consult Open - Internationa Under Implement ndividual Geotechnical and C IDA / V5040 Prior 50,000.00 0.00 2024-03-01 2024-03-15 2024-03-26 2024-07-08 2024-04-01 2024-08-04 2024-04-05 2024-10-02 ant Selection l ation limate Resilience Consultant BT-MOIT-412766-CS-INDV / I Individual Consult Open - Internationa Under Implement ndividual Bridge or Structural IDA / V5040 Post 25,000.00 0.00 2024-03-01 2024-03-11 2024-03-25 2024-07-08 2024-04-01 2024-07-29 2024-04-08 2024-10-05 ant Selection l ation Specialist Consultant BT-MOIT-412745-CS-INDV / I Individual Consult Open - Internationa IDA / V5040 Post 25,000.00 0.00 Canceled 2024-03-01 2024-03-11 2024-03-22 2024-03-27 2024-04-03 2024-09-30 ndividual Social Consultant ant Selection l BT-MOIT-412745-CS-INDV-2 / Selection of Individual Socia Individual Consult Under Implement IDA / V5040 Post Open - National 10,000.00 0.00 2024-04-03 2024-04-05 2024-04-30 2024-07-08 2024-05-10 2024-07-29 2024-05-17 2024-08-05 l consultant (ESMF/RPf prepa ant Selection ation ration and review of ESIAs) BT-MOIT-412757-CS-INDV / I Individual Consult Open - Internationa IDA / V5040 Prior 50,000.00 0.00 Canceled 2024-03-01 2024-03-12 2024-03-25 2024-03-29 2024-04-03 2024-09-30 ndividual Environment Consu ant Selection l ltant BT-MOIT-412757-CS-INDV-2 / Consultant services on Sele Individual Consult Direct - Internation Under Implement ction of Environmental Consu IDA / V5040 Prior 50,000.00 0.00 2024-04-14 2024-04-16 2024-04-18 2024-05-08 2024-04-20 2024-06-25 2024-04-28 2024-07-17 ant Selection al ation ltant (independent Review of ESIAs and preparation of ESM F) MOIT/DOST/DGD/08/2023-20 24/1 / Consultant services on Direct - Internation Under Implement IDA / V5040 Prior Direct Selection 1,500,000.00 0.00 2024-04-17 2024-04-25 2024-04-21 2024-05-08 2024-04-30 2025-04-30 Feasibility, detailed design, E al ation SIA of Gelephu-Tareythang-K anamakura road link MOIT/TPDD/RAILWAY-01 / In dividual Railway Advisor to Tr ansport Planning and Develo Individual Consult Open - Internationa Under Implement IDA / V5040 Prior 80,000.00 0.00 2024-06-17 2024-06-13 2024-08-01 2024-08-22 2024-09-26 2025-01-24 pment Division, Department ant Selection l ation of Surface Transport to revie w and advise on the railway developments in the country Page 2