DOCUMENT NAME: PROCUREMENT PLAN PROJET NAME: Inclusive Diditalization in Eastern and Southern Africa ( IDEA) IMPLEMENTING AGENCY: Common Market for Eastern and Southern Africa (COMESA) Secretariat PROCUREMENT PLAN (TEXTUAL WORD VERSION) a) GENERAL INFORMATION Project Information 1. Project Name: Inclusive Digitalisation in Eastern and Southern Africa (IDEA) 2. Project ID No. P502532 3. Project Implementing Agency: COMESA Secretariat 4. Date of the Procurement Plan: TBA 5 Country: COMESA REGION b) Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” for procurement of Goods, Works, Non- Consultant Services and Consulting Services September 2023 (“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 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. c) 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. d) 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 subject to also complying with provisions of paragraph 3.21 on Eligibility and 3,14 Conflict of Interest. When the Borrower uses its own national open competitive procurement arrangements as set forth in The COMESA Procurement Regulations of 2014 such arrangements shall be subject to provisions of paragraph 5.3 and 5.4 of the Bank’s Procurement Regulations and the following conditions: 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. e) Prequalification: Not applicable f) Leased Assets as specified under paragraph 5.10 of the Procurement Regulations: Not applicable g) Procurement of Second Hand Goods as specified under paragraph 5.11 of the Procurement Regulations: Not applicable h) Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). (a) Goods: Not applicable (b) Works: Not applicable Domestic preference is not applicable for National Open Competitive Procurement i) Hands-on Expanded Implementation Support (HEIS) as specified under paragraphs 3.10 and 3.11 of the Procurement Regulations is : Not applicable a) Other Relevant Procurement Information: Rated Criteria will apply to procurement of goods, non consultant services and Works with cost estimates equal to and above the prior review limit set forth in the Prior Review Threshold table below. The approved procurement plan in STEP shall indicate those activities which shall apply rated criteria.Procurement Prior Review Thresholds (US$ millions) Type of Procurement High Substantial Moderate Low Risk Risk Risk Risk Works (including turnkey, 15 supply & installation of plant and equipment, and PPP) Goods, information 3 technology and non- consulting services Consultants: firms (Apart 1 from engineering Design and Supervision) Consultants: firms 2 (engineering Design and Supervision) Consultants: Individuals 0.4 Post Review: Except for procurement undertaken on Direct Selection Basis, all contracts not subject to prior review shall be subject to post review. b) Thresholds for Procurement Approaches and Method (US$ millions) Works Goods, IT and Non-consulting Short list of National Services Consultants Open Open Request Open Open Request Engineeri Consultin Indivi Interna National for Internatio Nation for ng & g Services dual tional < Quotatio nal al Quotatio constructi (Firms) Consu ≥ n ≥ < n on ltants ≤ ≤ supervisio n 15 15 0.2 3 3 0.1 0.3 0.2 0.3 8. Pre-qualification: The Project shall not undertake any pre-qualification process; 9. Any Other Special Procurement Arrangements (including advance procurement and retroactive Financing, if applicable): N/A 10. Procurement Packages with Methods and Time Schedule - (Planned for the first 18 months after project effectiveness): 1 2 3 4 5 6 7 8 9 Serial Contract Estimat Procur Revie Market Selectio Expected Expe No. Description ed Cost ement w by Approac n date of cted (US$) Categ the h Method Bid/prop date ory Bank osal of (prior / Open / RFP/RFB opening contr Post) Limited / /QCBS ct Direct etc signa ture Selection of a 230,00 CS Post OI CQBS Dec 16 Feb consultant to 0 (Firms 2024 14 Prepare an ) 2025 inclusive digital Action Plan Development 240,00 CS Post OI CQBS Dec 16 Feb of policy and 0 (Firms 2024 14 regulatory ) 2025 frameworks and guidelines at the regional level to enable and provide digital inclusion. Development 200,00 CS Post D DS Dec 2 Feb of a regional 0 2024 3 strategy and 2025 policy for spectrum management in support of regional roaming and interconnectivi ty framework, Technical 450,00 CS Post OI QCBS Dec 13 Feb Development 0 2024 21 of guidelines 2025 and standards to support climate adaptation and promotion of safe use of AI Development 190,00 CS Post OI QBS Feb 24 April of policy, 0 2025 18, regulatory 2024 frameworks and guidelines at the regional level Development 200,00 CS Post OI CQBS May 23, Jul financing 0 2025 18, facilities and 2025 instruments to expand digital infrastructure at the regional level Development 100,00 CS Post OI CQBS Jul 10, Sept of a 0 2025 10, mechanism to 2025 enable cross – border flow of data and associated trainings Development 300,00 CS Post OI QCBS Sept 25 Nov and update of 0 2025 20 a mechanism 2025 for integrated infrastructure mapping Development 350,00 CS Post OIS QCBS Oct 18 Dec of standards 0 2025 18 and 2025 specifications for technology options and cost model for powering public institutions such as schools and health facilities Individual 126,00 CS Post OIS IC Sept 26 Nov Consultant 0 2024 14, Expert 1 to 2024 support the PCU Individual 126,00 CS Post OIS IC Sept 26 Nov Consultant 0 2024 14, Expert 2 to 2024 support the PCU Development 300,00 CS Post OI QCBS Dec 20, Feb of guidelines 0 2025 20, and toolkits for 2026 the procurement of technologies, digital infrastructure, broad band expansion, cybersecurity Development 250,00 CS Post OI CQBS Dec 20, Feb of guidelines 0 2025 20, and draft terms 2026 of references for environmental and social instruments to support project preparation and implementatio n TA on 200,00 CS Post OI CQBS Dec 20, Feb institutional 0 2025 20, coordination, 2026 implementatio n for e- commerce framework, digital safeguards, such as cybersecurity, public key infrastructure, data protection Development 200,00 CS Post OI QCBS Nov 14 Jan and updates of 0 2025 28 a regional M&E 2026 platform PCU 174,00 CS Post OI IC Sept 26 Nov Coordinator 0 2024 14, 2024 Procurement 108,00 CS Post OI IC Sept 26 Nov Specialist 0 2024 14, 2024 Environmental 108,00 CS Post OI IC Sept 26 Nov Specialist 0 2024 14, 2024 Social 108,00 CS Post OI IC Sept 26 Nov Specialist 0 2024 14, 2024 Communicatio 108,0 CS Post OI IC Sept 26 Nov n Specialist 00 2024 14, 2024 M &E Specialist 126,00 CS Post OI IC Sept 26 Nov 0 2024 14, 2024 Finance 100,80 CS Post OI IC Sept 26 Nov Management 0 2024 14, Specialist/ 2024 Auditor Purchase of 300,00 Goods Post Limited RFB Oct 18, Nov awareness 0 2024TBA 22 raising 2024 materials TBA Purchase of 10,000 Goods, Post Limited RFQ Oct 18, Nov furniture 2024TBA 22 2024 TBA Purchase of IT 30,000 Goods Post Limited RFQ Oct 18, Nov equipment 2024TBA 22 2024 TBA 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 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. 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. 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: 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. 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. Title of the person signing the Letter: PROCUREMENT Eastern and Southern Africa : Inclusive Digitalization in Eastern and Southern Africa (IDEA) PLAN General Information Country: Eastern and Southern Africa 2024-10-23 Bank’s Approval Date of the Original Procurement Plan: 2024-10-23 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P502532 GPN Date: Project Name: Inclusive Digitalization in Eastern and Southern Africa (IDEA) Loan / Credit No: IDA / E3490 COMESA 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$) atus Documents ation Report ent / Justification Notice / Invitation s Issued Opening / Minutes for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual ZM-COMESA -449550-GO-RF Request for Quota Single Stage - One E Pending Impl IDA / E3490 Post Open - National 30,000.00 0.00 2024-11-25 2025-01-20 2025-07-19 Q / Procurement of IT equipm tions nvelope ementation ent NON CONSULTING SERVICES Activity Reference No. / Bid Evaluation Report Loan / Credit N Market Approac Procurement Pro Prequalification Estimated Am Actual Amount Process St Draft Pre-qualification Prequalification Evalu Draft Bidding Docum Specific Procurement Bidding Documents a Proposal Submission / Description Component Review Type Method and Recommendation Signed Contract Contract Completion o. h cess (Y/N) ount (US$) (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$) Notice equest for Proposals as Issued Proposals / Minutes al Proposal otiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual ZM-COMESA -449316-CS-QC BS / Hire of a firm to conduct a study on the impact of Artif Quality And Cost- Open - Internationa Pending Impleme IDA / E3490 Post 370,000.00 0.00 2024-12-16 2025-01-06 2025-02-19 2025-03-19 2025-04-18 2025-05-23 2025-06-27 2026-06-27 icial Intelligence (AI) and em Based Selection l ntation erging technologies in cross priority sectors and develop ment of the regulatory frame work ZM-COMESA -458146-CS-QB S / Hire of a firm for the deve Quality And Cost- Open - Internationa Pending Impleme lopment of a regional digital i IDA / E3490 Post 390,000.00 0.00 2025-03-31 2025-04-21 2025-06-04 2025-07-02 2025-08-01 2025-09-05 2025-10-10 2026-10-10 Based Selection l ntation nclusion action plan and asso ciated draft regulations and polices INDIVIDUAL CONSULTANTS Activity Reference No. / Loan / Credit N Market Approac Contract Type Estimated Amo Actual Amount Invitation to Identifie Draft Negotiated Cont Description Component Review Type Method Process Status Terms of Reference Signed Contract Contract Completion o. h unt (US$) (US$) d/Selected Consultant ract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual ZM-COMESA -449353-CS-IN Individual Consult Pending Impleme DV / Recruitment of the proje IDA / E3490 Post Open - National 216,000.00 0.00 2024-12-16 2025-02-03 2025-02-24 2025-03-31 2025-09-27 ant Selection ntation ct Coordinator ZM-COMESA -449356-CS-IN Individual Consult Pending Impleme DV / Recruitment of Envirom IDA / E3490 Post Open - National 144,000.00 0.00 2024-12-16 2025-02-03 2025-02-24 2025-03-31 2025-09-27 ant Selection ntation ental Specialist ZM-COMESA -449523-CS-IN Individual Consult Pending Impleme DV / Recruitment of Procure IDA / E3490 Post Open - National 144,000.00 0.00 2024-12-16 2025-02-03 2025-02-24 2025-03-31 2025-09-27 ant Selection ntation ment Specialist ZM-COMESA -449539-CS-IN Individual Consult Pending Impleme IDA / E3490 Post Open - National 144,000.00 0.00 2024-12-16 2025-02-03 2025-02-24 2025-03-31 2025-09-27 DV / Recruitment of Social S ant Selection ntation pecialist ZM-COMESA -449540-CS-IN Individual Consult Pending Impleme DV / Recruitment of Commun IDA / E3490 Post Open - National 144,000.00 0.00 2024-11-25 2025-01-13 2025-02-03 2025-03-10 2025-09-06 ant Selection ntation ication Specialist ZM-COMESA -449544-CS-IN Individual Consult Pending Impleme DV / Recruitment of Finance IDA / E3490 Post Open - National 144,000.00 0.00 2024-12-16 2025-02-03 2025-02-24 2025-03-31 2025-09-27 ant Selection ntation Management Page 1