PROCUREMENT PLAN (Textual Part) Project information: General Education Modernization Project-P163714 Project Implementation agency: Ministry of Education Date of the Procurement Plan: September 18, 2019 Period covered by this Procurement Plan: September 18, 2019 – March 18, 2020 Preamble In accordance with paragraph 5.9 of the “World Bank Procurement Regulations for IPF Borrowers” (July 2016) (“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. 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. 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. When the Borrower uses its own national open competitive procurement arrangements as set forth in Sri Lanka’s Procurement Guidelines 2006, such arrangements shall be subject to paragraph 5.4 of the Procurement Regulations and the following conditions: Only bidding documents acceptable to the Bank shall be used for all national open competitive procurement. 1) The eligibility of bidders shall be 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. 2) 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. 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. 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. Not Applicable 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 Not Applicable Domestic preference as specified under paragraph 5.51 of the Procurement Regulations (Goods and Works). Specify for each Goods: [is not applicable/is applicable for those contracts identified in the Procurement Plan tables]; Not Applicable Works: [is not applicable/is applicable for those contracts identified in the Procurement Plan tables] Not Applicable Table 5.1. Procurement methods and prior review thresholds applicable for the Project Applicable risk: Moderate Contracts/Processes Expenditure Contract Value Procurement Method Subject to Prior Category (Threshold) Review Works > US$10,000,000 Open- Competitive- All contracts above US$ International 15 million < US$10,000,000 Open-Competitive- National < US$50,000 Request for Quotations ----------------------- Direct Selection Goods and > US$1,000,000 Open- Competitive- All contracts over US$4 non- International million equivalent consulting services < US$1,000,000 Open-Competitive- National < US$50,000 Request for Quotations ------------------------ Direct Selection Contracts/Processes Expenditure Contract Value Procurement Method Subject to Prior Category (Threshold) Review Consultant > US$500,000 All competitive All contracts over US$2 services methods; advertise million equivalent (firms) internationally < US$500,000 All competitive methods; advertise locally ------------------------ Selection of Types of - Consultants - UN Agencies Individual ------------------------ Approved Selection All contracts over consultants - Methods and US$0.4 million Arrangements of equivalent Individual Consultant per the applicable ‘Borrower Regulations’ Letter of Acceptance of the World Bank’s Anticorruption Guidelines and Sanctions Framework1 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 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; 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.] 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. 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, 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 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. 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 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: 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: 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. PROCUREMENT Sri Lanka : General Education Modernization Project PLAN General Information Country: Sri Lanka Bank’s Approval Date of the Original Procurement Plan: 2019-09-18 2021-08-20 Revised Plan Date(s): (comma delineated, leave blank if none) Project ID: P163714 GPN Date: 2020-07-31 Project Name: General Education Modernization Project Loan / Credit No: IDA / 62280 M Executing Agency(ies): inistry of Education WORKS Activity Reference No. / Estimated Actual Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification High SEA/SH Procurement Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Contract Description Component Review Type Method Market Approach Amount Amount Document / and Recommendation Signed Contract No. Process (Y/N) Risk Document Type Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Completion (US$) (US$) Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned GOODS Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual LK-MOE-134411-GO-RFQ / Procurement of Laptop & Enhancing Quality and Desktop for Health and Strengthening Stewardship of Request for Single Stage - One IDA / 62280 Post Limited 12,114.30 5,935.76 Completed 2019-10-07 2020-02-03 2019-11-20 2020-12-03 2019-12-20 2020-12-16 nutrition branch & Policy Primary and Secondary Quotations Envelope planing branch - Component Education 02 LK-MOE-134412-GO-RFQ / Procurement of office Enhancing Quality and equipment for Policy and Strengthening Stewardship of Request for Single Stage - One IDA / 62280 Post Limited 4,028.58 5,538.98 Completed 2019-10-07 2019-09-30 2019-11-20 2019-11-18 2019-12-20 2019-12-23 planing branch & Health and Primary and Secondary Quotations Envelope nutrition branch - Component Education 02 LK-MOE-134413-GO-RFQ / Enhancing Quality and Procurement of Furniture and Strengthening Stewardship of Request for Single Stage - One Office equipment for Policy & IDA / 62280 Post Limited 6,942.90 0.00 Canceled 2019-10-07 2019-11-20 2019-12-20 Primary and Secondary Quotations Envelope planing branch - Component Education 02 LK-MOE-134414-GO-RFQ / Enhancing Quality and Procurement of Multimedia Strengthening Stewardship of Request for Single Stage - One for Health and nutrition IDA / 62280 Post Limited 1,714.29 3,076.71 Completed 2019-10-07 2019-09-30 2019-11-20 2019-11-26 2019-12-20 2019-12-18 Primary and Secondary Quotations Envelope branch & Policy planing Education branch - Component 02 LK-MOE-134416-GO-RFQ / Enhancing Quality and Procurement of Health Pending Strengthening Stewardship of Request for Single Stage - One Accessories for Health and IDA / 62280 Post Limited 400.00 0.00 Implementati 2019-10-07 2019-11-20 2019-12-20 Primary and Secondary Quotations Envelope nutrition branch - Component on Education 02 CERC-LK-MOE-246397-GO- Pending RFB / Procurement of Desktop Contingent Emergency Single Stage - One IDA / 62280 Post Request for Bids Open - National 910,000.00 0.00 Implementati 2021-09-07 2021-09-14 2021-10-05 2021-11-02 2021-12-28 2022-06-14 Computers and Accessories Response Component Envelope on for selected provincial Schools CERC-LK-MOE-246400-GO- Pending RFB / Procurement of Laptop Contingent Emergency Single Stage - One IDA / 62280 Post Request for Bids Open - National 107,500.00 0.00 Implementati 2021-09-07 2021-09-14 2021-10-05 2021-11-02 2021-12-28 2022-06-14 Computers for selected Response Component Envelope on provincial School CERC-LK-MOE-246402-GO- Pending RFB / Procurement of Smart Contingent Emergency Single Stage - One IDA / 62280 Post Request for Bids Open - National 920,625.00 0.00 Implementati 2021-09-07 2021-09-14 2021-10-05 2021-11-02 2021-12-28 2022-06-14 class room equipment for 25 Response Component Envelope on National Schools CERC-LK-MOE-246405-GO- Pending RFB / Procurement of all in Contingent Emergency Single Stage - One IDA / 62280 Post Request for Bids Open - National 934,500.00 0.00 Implementati 2021-09-07 2021-09-14 2021-10-05 2021-11-02 2021-12-28 2022-06-14 one Computers & Accessories Response Component Envelope on for 35 National Schools NON CONSULTING SERVICES Activity Reference No. / Draft Bidding Bid Evaluation Report Loan / Credit Procurement Prequalification Estimated Actual Amount Process Draft Pre-qualification Prequalification Specific Procurement Bidding Documents as Proposal Submission / Description Component Review Type Method Market Approach Document / and Recommendation Signed Contract Contract Completion No. Process (Y/N) Amount (US$) (US$) Status Documents Evaluation Report Notice / Invitation Issued Opening / Minutes Justification for Award Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual CONSULTING FIRMS Activity Reference No. / Combined Evaluation Loan / Credit Contract Type Estimated Actual Amount Expression of Interest Short List and Draft Request for Proposals Opening of Technical Evaluation of Description Component Review Type Method Market Approach Process Status Terms of Reference Report and Draft Signed Contract Contract Completion No. Amount (US$) (US$) Notice Request for Proposals as Issued Proposals / Minutes Technical Proposal Negotiated Contract Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual INDIVIDUAL CONSULTANTS Activity Reference No. / Invitation to Loan / Credit Contract Type Estimated Actual Amount Draft Negotiated Description Component Review Type Method Market Approach Process Status Terms of Reference Identified/Selected Signed Contract Contract Completion No. Amount (US$) (US$) Contract Consultant Planned Actual Planned Actual Planned Actual Planned Actual Planned Actual Page 1