Annex 6: Procurement and Disbursement Arrangements



Revised Procurement Plan for 18 months (Starting January , 2015) of the project

Rural Roads Project -II (PMGSY)

This is an indicative plan prepared by the Project for the period of 18 months starting January 2015. The Project shall update the Procurement Plan annually or as needed throughout the duration of the project in agreement with the Bank to reflect the actual project implementation needs and improvements in institutional capacity. The Project shall implement the Procurement Plan in the manner in which it has been approved by the Bank. This plan has been reviewed during negotiations

General

1. Bank’s approval Date of the procurement Plan November 24, 2010

2. Date of General Procurement Notice issued for Consultancies only: September 14, 2010. Updated GPN for the complete project is to be issued.

3. Period covered by this procurement plan: Junuary 2015 onwards..

II. Goods and Works

1. Procurement Methods and Prior Review Threshold: Procurement Decisions shall be subject to Prior Review by the Bank as stated in Appendix 1 to the Guidelines for Procurement.

| |Expenditure Category |Procurement Method |Prior Review Threshold |Comments |

| | | |US$ | |

|GOODS, EQUIPMENT & MACHINERY |

|1. |Goods and Equipment estimated to cost |ICB |All contracts |World Bank SBD will be used and the procurement will be as |

| |equivalent of US$ 3000,000 or more per | | |per procedures described in World Bank Guidelines |

| |contract | | | |

|2. |Goods and Equipment estimated to cost less |NCB |All post review |The NCB bidding document agreed with GOI will be used and |

| |than US$ 3000,000 and greater than US$ | | |the procurement will be as per procedures described in the|

| |100,000 equivalent per contract | | |Procurement and Contract Management Manual. |

|3. |Goods and Equipment estimated to cost less |Shopping procedure with at least three |All post review | |

| |than US$ 100,000 equivalent per contract |quotations from qualified bidders in | | |

| | |accordance with the provisions of | | |

| | |paragraph 3.5 of procurement Guidelines. | | |

| | | | | |

| | |Procurement through DGS&D rate contracts | | |

| | |will be considered equivalent to shopping| | |

| | |procedure. | | |

|4. |Goods and Equipment that meet the |Direct Contracting |Upto US$ 100000 post review and balance | |

| |requirements of paragraph 3.6 and 3.7 of | |prior review | |

| |Procurement Guidelines. | | | |

| | | | | |

| |ct | | | |

|CIVIL WORKS |

|5. . |Civil works contracts estimated to cost |ICB * |All contracts |World Bank SBD will be used and the procurement will be as |

| |more than US$ 40,000,000 equivalent per | | |per procedures described in World Bank Guidelines. |

| |contract | | | |

| |Civil works contracts estimated to cost up |NCB |First contract for works for each state, |The procurement will be done as per procedures described |

|6. |to US$ 40,000,000 equivalent per contract | |irrespective of value and all contracts |in the Procurement cum Contract Management Manual and using|

| | | |estimated to cost more than US$ |the « Model Bidding Document » cleared by the Bank |

| | | |15,000,000 equivalent per contract will | |

| | | |be subject to prior review by the Bank. | |

| | | |All other works contracts will be subject| |

| | | |to post review. | |

* As per current planning, no ICB contracts are envisaged for civil works.

2. Pre-qualification. Not Applicable

3. Proposed Procedures for CDD Components (as per paragraph. 3.17 of the Guidelines): Not Applicable

4. Reference to (if any) Project Operational/Procurement Manual: A Procurement cum contract Management Manual is already circulated by NRRDA after taking WB into confidence. All procurement in the project will be done as per procedures described in it. .

5. Any Other Special Procurement Arrangements:

The following provisions constitute additional provisions applicable for purposes of National Competitive Bidding (NCB). NCB will be conducted in accordance with paragraph 3.3 and 3.4 of the Guidelines and the following provisions:

• Only the model bidding documents for procurement of works through NCB agreed with the Bank (and as amended for time to time), shall be used for bidding;

• Invitations to bid shall be advertised in at least one widely circulated national daily newspaper (or on a widely used website or electronic portal with free national and international access along with an abridged version of the said advertisement published in a widely circulated national daily inter-alia giving the website/electronic portal details from which the details of the invitation to bid can be downloaded), at least 30 days prior to the deadline for the submission of bids No special preference will be accorded to any bidder either for price or for other terms and conditions when competing with foreign bidders, state-owned enterprises, small scale enterprises or enterprises from any given State;

• Except with the prior concurrence of the Bank, there shall be no negotiation of price with the bidders, even with the lowest evaluated bidder;

• Extension of bid validity shall not be allowed with reference to Contracts subject to Bank prior review without the prior concurrence of the Bank (i) for the first request for extension if it is longer than four weeks; and (ii) for all subsequent requests for extension irrespective of the period (such concurrence will be considered by Bank only in cases of Force Majeure and circumstances beyond the control of the Purchaser/ Employer) Re-bidding shall not be carried out with reference to Contracts subject to Bank prior review without the prior concurrence of the Bank

• The system of rejecting bids outside a pre-determined margin or "bracket" of prices shall not be used in the project;

• Rate contracts entered into by Directorate General of Supplies and Disposals will not be acceptable as a substitute for NCB procedures unless agreed with the Bank on case to case basis. Such contracts will be acceptable however for any procurement under the Shopping proceduresTwo or three envelope system will not be used (except when using e-Procurement system assessed and agreed by the Bank) However, as an exception in this project, two part bidding for NCB works (as described in the model bidding document) has been agreed by the Bank subject to appropriate fiduciary safeguards(e-procurement system and complaint handling mechanism acceptable to the Bank)

• All procurement of works through NCB in the seven participating states will be done through a standardized e-procurement system acceptable to the Bank.

• As per paragraph 1.14(e) of the World Bank's Procurement Guidelines, the Association's right to inspect the accounts and records of bidders, suppliers and contractors will be included in the bidding documents.

III. Selection of Consultants

1. Selection Methods and Prior Review Threshold: Selection decisions shall be subject to Prior Review by Bank as stated in Appendix 1 to the Guidelines Selection and Employment of Consultants:

|Expenditure Category |x |Selection Method |Prior Review Threshold |

| |Value threshold per contract | | |

|Consultancy contracts to be| |-Quality and Cost Based (QCBS) method |All prior review. |

|awarded to Consultant firms|Each contract estimated to cost US$ 1000,000|-REOI to be published in UNDB on line | |

|including selection of |equivalent or more per contract | | |

|training institutes by | | | |

|NRRDA/SRRDAs | | | |

| | |-Quality and Cost Based (QCBS) method |All single source selection of consultants |

| |Each contract estimated to cost less than |-Quality Based (QBS) method of selection in accordance with |with estimated cost of more than US$ 100,000 |

| |US$ 1000,000 equivalent per contract |the provisions of paragraph 3.1 to 3.4 of Consultant’s |equivalent per contract will be subject to |

| | |Guidelines. |prior review. All other contracts will be |

| | |-Consultant’s Qualifications (CQS) method. |subject to |

| | |-Least Cost Method (LCS). |post review but with TORs subject to prior |

| | |-Fixed BudgetMethod. |review by the Bank |

| | |-Single Source Selection | |

| | | | |

| |All Individual Consultant contracts |-Through comparison of qualifications of at least three |All cases subject to post review but with TORs|

| | |candidates. |subject to prior review by the Bank. |

| | | |All contracts for single source d\selection of|

| | | |individual consultant with estimated value |

| | |-Sole Source Selection |more than USD 100 000 will be subject to prior|

| | | |review. |

2. Short list comprising entirely of national consultants: Short list of consultants for services, estimated to cost less than $ 500,000 equivalent per contract, may comprise entirely of national consultants in accordance with the provisions of paragraph 2.7 of the Consultant Guidelines.

Any Other Special Selection Arrangements: NIL

Rural Roads Project II (P124639)

Procurement Packages with Methods and Time Schedule

|Legend for Civil Works |

|Works Completed | |73 No. |

|Works in progress | |254 No. |

|Procurement under process | |86 No. |

|Heldup due to Land or Forest issues | |2 No. |

|Dropped | |3 No. |

|G.Total: | |418 No.(Including Last Sanction) |

Rural Roads Project II (P124639)

Procurement Packages with Methods and Time Schedule

|Procurement Plan with Methods & Time Schedule for 18 Months period starting January 15 - for CIVIL WORKS |

|Sl. no |

|1. HIMACHAL PRADESH - CIVIL WORKS |

|1 |HP-08-237 |Maloh to Saryun road|3.000 |97.03 |NCB |Post |

|Bridge Works |

|396 |HP02203 |Bhanera - Kolka: |40 |219 |NCB |Post |

| | |Rathiar bridge | | | | |

|Procurement Plan with Methods & Time Schedule for 18 Months period starting January 15 - for GOODS/Equipments |

|Sl. no |

|2. HIMACHAL PRADESH - GOODS |

| | |Quality Control Equipment | | | | |

|1 |Approved by NRRDA |TOTAL STATION |3 |17.97( Actual Cost)|Shopping |Post |

| |vide its mail dated | | | | | |

| |13July 2013 | | | | | |

|1 | |Laptops |7 |3.50 |Shopping/DGS&D Rate |

| | | | | |Contract |

| |

|Sl. No. |

1. |PW/WBP/RFP/PMC/2011/596-601 |Appointment of Project Management Consultant (Selection ) under PMGSY Rural Roads Project-II | |INR 63,431,714-00 ( Including Service Tax) |QCBS (Time Based) |Prior |Awarded to M/s Meinhardt Singapore Pte. Ltd., NOIDA |In Progress | |

2.

|PW/WBP/RRP-2/EOI/External Auditor-181 , May 12 ,2014 |Appointment of External Auditor for HPGSDA under RRP-II project for three years | |INR 4,54,500/- per Year excluding Tax |QCBS |Post( “NO”of the Bank received on May 19,2014) |Awarded to M/s Gianender & Associate Chartered Accountant Plot No.6 , Site No.21 , Gita Mandir Narg , New Rajendrer Nagar , New Delhi-110066 |In progress | |3. | |Road Maintenance Management System and road condition inventories(Improvisation of | |US $ 327,000 |QCBS |post |Procurement yet to be started |ToR sent to ILO for review/Comments | |4. | |Road Maintenance Policy formulation | |US $ 100,000 |QCBS |Post |Procurement yet to be started | | | | | | | | | | | | | | | | | | | | | | |

Chief Engineer(PMGSY)

HPPWD, Nirman Bhawan

Himachal Pradesh

-----------------------

95049

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download