PROCUREMENT PLAN (Mandatory Requirements) Project information: [Bangladesh] [Recovery and Advancement of Informal Sector Employment (RAISE) project] [P174085] Project Implementation agency: [Palli Karma-Sahayak Foundation (PKSF) and Wage Earners Welfare Board)] 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, July 2016 [Revised in November, 2017] (“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 Public Procurement Act 2006 and the Public Procurement Rules 2008, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: i. Lottery in award of contracts shall not be allowed; ii. Bidders’ qualification[s]/experience requirement[s] shall be mandatory; iii. Bids shall not be rejected based on percentage above or below the estimated cost; iv. Model Bidding Documents agreed with the Bank shall be used for all national open competitive procurement; v. The eligibility of bidders shall be as defined under Section III of the World Bank Procurement Regulations for IPF Borrowers: 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. When the Borrower uses other national procurement arrangements (other than national open competitive procurement), such as limited/restricted competitive bidding, request for quotations/shopping, direct contracting), such arrangements shall be consistent with the above requirements. 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. Domestic preference: as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works) as follows: Goods: Applicable; Works: 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 High risk Substantial Moderate Low risk procurement risk risk Works (including 5 10 15 20 turnkey, supply & installation of plant and equipment, and PPP) Goods, information 1.5 2 4 6 technology and non-consulting services Consulting 0.5 1 2 4 services: firms Consulting 0.2 0.3 0.4 0.5 services: Individual 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. Bid/ Proposal Evaluation Committee: [Describe] Arrangement for CDD: [Describe] Fraud and Corruption (F&C) Checklist: Fraud and Corruption (F&C) checklist, as developed and provided by the Bank, shall be properly filled in during the evaluation and be attached with the evaluation report in case of contracts following national competitive procurement and request for quotations. 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 Bangladesh : Recovery and Advancement of Informal Sector Employment PLAN General Information Country: Bangladesh 2022-08-03 Bank’s Approval Date of the Original Procurement Plan: 2024-12-02 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P174085 GPN Date: 2022-04-18 Project Name: Recovery and Advancement of Informal Sector Employment Loan / Credit No: IDA / 68410 Palli Karma-Sahayak Foundation 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 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 PKSF/RAISE/G-01 / Procurem Component 1: Curriculum an ent of Hardware for case ma Single Stage - One E Pending Impl IDA / 68410 d systems development for Post Request for Bids Open - National 0.00 2023-06-04 2023-06-18 2023-07-09 2023-08-06 2023-09-10 2023-11-09 nagement system (Servers, a nvelope ementation economic inclusion ccessories) with installation PKSF/RAISE/G-02 / Procurem Component 4: Project mana Single Stage - One E ent of office equipments with IDA / 68410 Post Request for Bids Open - National 0.00 Signed 2022-08-01 2023-03-31 2022-08-15 2023-04-06 2022-09-05 2023-05-03 2022-10-03 2023-08-08 2022-11-07 2023-09-11 2022-12-07 gement and implementation nvelope related accessories PKSF/RAISE/G-03 / Procurem Component 4: Project mana Single Stage - One E Under Imple ent of online meeting equipm IDA / 68410 Post Request for Bids Limited 0.00 2022-09-01 2023-04-25 2022-09-15 2023-04-25 2022-09-29 2023-05-18 2022-10-27 2022-12-01 2022-12-31 gement and implementation nvelope mentation ent with related accessories PKSF/RAISE/G-04 / Procurem Component 4: Project mana Request for Quota Single Stage - One E ent of photocopier machine IDA / 68410 Post Open - National 0.00 Completed 2022-09-11 2023-05-21 2022-11-16 2023-03-01 2022-12-16 2023-04-18 gement and implementation tions nvelope with related accessories PKSF/RAISE/G-05 / Procurem Component 4: Project mana Request for Quota Single Stage - One E Pending Impl ent of Smart Phones with rel IDA / 68410 Post Open - National 0.00 2022-09-12 2022-11-17 2022-12-17 gement and implementation tions nvelope ementation ated accessories PKSF/RAISE/G-06 / Procurem Component 4: Project mana Request for Quota Single Stage - One E Under Imple ent of Furniture and Fixture f IDA / 68410 Post Open - National 0.00 2022-10-23 2022-08-23 2022-12-21 2023-01-20 gement and implementation tions nvelope mentation or the RAISE project PKSF/RAISE/G-08 / Procurem Component 4: Project mana Request for Quota Single Stage - One E Under Imple IDA / 68410 Post Open - National 0.00 2022-08-23 2022-10-28 2022-11-27 ent of shoulder bags gement and implementation tions nvelope mentation PKSF/RAISE/G-07 / Printing a Component 4: Project mana Single Stage - One E nd Publications under the RAI IDA / 68410 Post Request for Bids Limited 0.00 Canceled 2022-10-31 2022-11-14 2022-11-28 2022-12-26 2023-01-30 2023-03-01 gement and implementation nvelope SE project; Year:1 PKSF/RAISE/G-11 / Procurem Component 4: Project mana Request for Quota Single Stage - One E Pending Impl ent of uninterruptible power IDA / 68410 Post Limited - National 0.00 2024-04-08 2024-05-03 2024-05-31 gement and implementation tions nvelope ementation supply (UPS) for the RAISE pr oject PKSF/RAISE/G-10 / Printing a Component 4: Project mana Single Stage - One E Pending Impl nd publication of teaching & IDA / 68410 Post Request for Bids Open - National 0.00 2024-06-02 2024-06-16 2024-06-17 2024-07-15 2024-08-12 2024-09-09 gement and implementation nvelope ementation training materials 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 PKSF/RAISE/S-09 / Hiring Ve Component 4: Project mana Single Stage - One E IDA / 68410 Post Request for Bids Open - National 0.00 Canceled 2022-09-04 2022-09-22 2022-09-18 2022-10-17 2022-11-06 2022-10-23 2022-12-04 2023-01-15 2027-07-23 hicle under the RAISE project gement and implementation nvelope PKSF/RAISE/S-09.1 / Vehicle Component 4: Project mana Single Stage - One E Under Imple IDA / 68410 Post Request for Bids Open - National 0.00 2023-03-27 2023-03-23 2023-04-10 2023-04-03 2023-05-01 2023-04-10 2023-05-29 2023-07-10 2026-06-30 Hire under the RAISE project gement and implementation nvelope mentation of PKSF 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 PKSF/RAISE/S-02 / Selection of a consulting firm for devel Component 1: Curriculum an oping curriculum & module f Quality And Cost- Under Implement IDA / 68410 d systems development for Post Open - National 0.00 2022-09-04 2023-04-16 2022-09-25 2023-06-14 2022-11-06 2022-12-25 2023-01-22 2023-02-26 2023-04-02 2024-04-01 or different sectoral (Constru Based Selection ation economic inclusion ction, Light Engineering, Leat her, and RMG) Business Man agement Training PKSF/RAISE/S-03 / Selection of a consulting firm for devel Component 1: Curriculum an oping curriculum & module f Quality And Cost- Under Implement IDA / 68410 d systems development for Post Open - National 0.00 2022-09-11 2023-01-17 2022-10-02 2023-06-14 2022-11-13 2023-01-01 2023-01-29 2023-03-05 2023-04-02 2023-07-31 or different sectoral (Agricult Based Selection ation economic inclusion ure, CMSME, Hospitality, ICT) Business Management Traini ng PKSF/RAISE/S-04 / Selection Component 1: Curriculum an of a Consulting Firm for the Quality And Cost- IDA / 68410 d systems development for Prior Open - National 0.00 Canceled 2022-11-01 2022-11-15 2022-12-27 2023-02-14 2023-03-14 2023-04-11 2023-05-09 2023-09-06 development of case manag Based Selection economic inclusion ement system software PKSF/RAISE/S-05 / Selection Component 2: Economic incl Quality And Cost- of a Consulting Firm for Psyc IDA / 68410 Post Open - National 0.00 Canceled 2022-08-21 2022-09-11 2022-10-30 2022-12-18 2023-01-08 2023-02-05 2023-03-12 2023-07-10 usion program Based Selection hometric Profiling Tools Deve lopment Page 1 PKSF/RAISE/S-06 / Selection Component 4: Project mana Fixed Budget Sele Pending Impleme of a Consulting Firm for Mid-t IDA / 68410 Post Open - National 0.00 2024-06-02 2024-06-16 2024-07-28 2024-09-15 2024-10-13 2024-11-17 2024-12-22 2025-04-21 gement and implementation ction ntation erm Evaluation of the RAISE project PKSF/RAISE/S-07 / Selection Component 4: Project mana Fixed Budget Sele Pending Impleme of a Consulting Firm for Impa IDA / 68410 Post Open - National 0.00 2025-01-01 2025-01-15 2025-02-26 2025-04-16 2025-05-14 2025-06-18 2025-07-23 2025-11-20 gement and implementation ction ntation ct Evaluation of the RAISE pr oject PKSF/RAISE/S-08 / Selection Component 4: Project mana Fixed Budget Sele Pending Impleme of a Consulting Firm for the P IDA / 68410 Post Open - National 0.00 2026-04-01 2026-04-22 2026-06-03 2026-07-22 2026-08-12 2026-09-16 2026-10-21 2027-01-19 gement and implementation ction ntation roject Completion Report of the RAISE project PKSF/RAISE/S-04.1 / Integrat Component 1: Curriculum an Fixed Budget Sele ed Management Information IDA / 68410 d systems development for Post Open - National 0.00 Canceled 2023-01-02 2023-01-23 2023-03-23 2023-05-07 2023-05-21 2023-06-18 2023-07-23 2024-07-22 ction System economic inclusion PKSF/RAISE/S-04.2 / Selectio Component 1: Curriculum an n of a Consulting Firm for th Quality And Cost- Under Implement IDA / 68410 d systems development for Post Open - National 0.00 2023-01-16 2023-01-17 2023-02-06 2023-03-13 2023-03-30 2023-05-14 2023-06-11 2023-07-02 2023-08-06 2024-08-05 e development of Integrated Based Selection ation economic inclusion Management Information Sys tem PKSF/RAISE/S-05.1 / Selectio Component 2: Economic incl Fixed Budget Sele Under Implement n of a Consulting Firm for Psy IDA / 68410 Post Open - National 0.00 2023-05-09 2023-08-22 2023-05-23 2023-10-01 2023-07-06 2023-08-20 2023-09-17 2023-10-22 2023-11-26 2024-05-24 usion program ction ation chometric Profiling Tools Dev elopment PKSF/RAISE/S-01 / Selection Component 1: Curriculum an of a consulting firm for curric Quality And Cost- IDA / 68410 d systems development for Post Open - National 0.00 Canceled 2022-08-31 2022-09-28 2022-11-26 2023-01-14 2023-02-11 2023-03-11 2023-04-15 2023-08-13 ulum and module developme Based Selection economic inclusion nt for life skills with TOT PKSF/RAISE/S-10 / Selection Component 4: Project mana Fixed Budget Sele Pending Impleme of a consulting firm for video IDA / 68410 Post Open - National 0.00 2024-06-02 2024-06-30 2024-08-25 2024-10-06 2024-11-17 2024-12-22 2025-01-16 2025-03-17 gement and implementation ction ntation content development PKSF/RAISE/S-11 / Selection Component 4: Project mana Fixed Budget Sele Pending Impleme of Consulting Firm for comm IDA / 68410 Post Open - National 0.00 2024-12-08 2024-12-22 2025-01-19 2025-02-16 2025-03-09 2025-03-30 2025-05-04 2025-10-31 gement and implementation ction ntation unication, Documentation & Publication 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 2