TAMILNADU HEALTH SYSTEMS PROJECT3rd FLOOR, DMS ANNEX BUILDING, DMS CAMPUS
No.359, Anna Salai, Teynampet, Chennai-600 006.E-Mail: [email protected] , [email protected]
Website : http:\\ www.tnhsp.org
Telephone : 044 -24345991 / 24345993 Fax : 044 - 24345997
NATIONAL COMPETITIVE BIDDING FOR THE PRINTING, SUPPLY AND DISPLAY OF POSTERS, STICKERS, FLIPBOOKS AND PAMPHLETS ON
PROGRAMMES OF TNHSP
BID REFERENCE : TNHSP / IEC / ASIEC1 / 2012,DT.26.05.2012
DATE OF COMMENCEMENT OF SALE OF BIDDING DOCUMENT : 06.07.2012
DATE AND TIME OF PREBID MEETING: 20.07.2012 at 11.00 Hrs.
LAST DATE FOR SALE OF BIDDING DOCUMENT : 06.08.2012
LAST DATE AND TIME FOR RECEIPT OF BIDS : 07.08.2012, upto 11.00 Hrs.
TIME AND DATE OF OPENING OF BIDS : 07.08.2012, at 12.00 Hrs.
PLACE OF OPENING OF BIDS : TamilNadu Health Systems Project 3rd FLOOR, DMS Annex Buildings,
DMS Campus,No.359, Anna Salai, Teynampet, Chennai - 600 006.
ADDRESS FOR COMMUNICATION : TamilNadu Health Systems Project 3rd FLOOR, DMS Annex Buildings, DMS Campus,No.359, Anna Salai,
Teynampet, Chennai - 600 006.
NATIONAL COMPETITIVE BIDDING FOR THE PRINTING, SUPPLY AND DISPLAY OF POSTERS, STICKERS, FLIPBOOKS AND PAMPHLETS ON
PROGRAMMES OF TNHSP
INVITATION FOR BIDS (IFB)
Date : 06.07.2012
Credit No. : 4756-IN
IFB No. : TNHSP / IEC / ASIEC1 / 2012,DT.26.05.2012
1. The Government of India has received a Credit (Credit 4756IN) from the International
Development Association in various currencies towards the cost of Tamilnadu Health
Systems Project - Additional Financing (TNHSP) and it is intended that part of the
proceeds of this credit will be applied to eligible payments under the contracts for
which this Invitation for Bids is issued.
2. The Project Director, Tamilnadu Health Systems Project, (TNHSP) now invites sealed
bids from eligible bidders for PRINTING, SUPPLY AND DISPLAY OF POSTERS,
STICKERS, FLIPBOOKS AND PAMPHLETS ON PROGRAMMES OF TNHSP.
3. Bidding will be conducted through the National Competitive Bidding (NCB)
procedures agreed with World Bank and the provisions specified in the World Bank’s
Guidelines: Procurement under IBRD Loans and IDA Credits
4. Interested eligible Bidders may obtain further information from and inspect the bidding
documents at the office of the Project Director, TAMILNADU HEALTH SYSTEMS
PROJECT, 3rd FLOOR, DMS Annex Buildings, DMS Campus, No.359, Anna Salai,
Teynampet, Chennai - 600 006. India. Telephone : 044 -24345991 / 24345993, Fax :
044 – 24345997
5. A complete set of bidding documents may be purchased by any interested eligible
bidders on submission of a written application to the above Office and upon payment of
nonrefundable fee as indicated below in the form of Demand Draft / Cashier’s Cheque/
Certified Cheque in favour of Project Director, TAMILNADU HEALTH SYSTEMS
PROJECT payable at Chennai. Bidding documents requested by mail will be
despatched by courier on payment of the postal charges indicated. TNHSP, will not be
responsible for the postal delay, if any, in the delivery of the document or non-receipt of
the same. Alternatively the bid documents can be downloaded at free of cost from web
Sites, www.tnhsp.org & www .tenders.tn.gov.in“The bidders, who have downloaded
the bid documents, shall be solely responsible for checking these websites for any
addendum/amendment issued subsequently to the bid document and take into
consideration the same while preparing and submitting the bids”
6. The bidding document may be obtained from the office of the Project Director,
TAMILNADU HEALTH SYSTEMS PROJECT, 3rd FLOOR,DMS Annex Buildings,
DMS Campus, No.359, Anna Salai, Teynampet, Chennai - 600 006. India. during office
hours namely, from 10.00 hrs to 17.00 hrs, on all working days either in person or by
post. The TAMILNADU HEALTH SYSTEMS PROJECT will not be held
responsible for the postal delay. If any, in the delivery of documents or non-receipt of
the same.
(a) Price of bidding document : INR 5625/- (non-refundable)
(b) Postal charges, inland : INR 200/-
(c) Postal charges, overseas : INR 2000/-
(d) Date of commencement of : 06.07.2012 sale of bidding document
(e) Date and Time of Prebid Meeting : 20.07.2012 at 11.00 Hrs.
(f) Last date for sale of : 06.08.2012 bidding document
(g) Last date and time for : 07.08.2012, upto 11.00 Hrs.
receipt of bids
(h) Time and date of : 07.08.2012, at 12.00 Hrs. opening of bids
(i) Place of opening of bids :TamilNadu Health Systems Project 3rd Floor, DMS Annex Buildings,
DMS Campus,No.359, Anna Salai, Teynampet, Chennai - 600 006.
(j) Address for : TamilNadu Health Systems Project 3rd Floor, DMS Annex Buildings,
DMS Campus,No.359, Anna Salai, Teynampet, Chennai - 600 006.
7. All bids must be accompanied by a bid security as specified in the bid document and
must be delivered to the above office at the date and time indicated above. Electronic
bidding will not be permitted. Late bids will be rejected.
8. Bids will be opened in the presence of Bidders' representatives who choose to attend on
the specified date and time.
9. In the event of the date specified for bid receipt and opening being declared as a closed
holiday for purchaser’s office, the due date for submission of bids and opening of bids
will be the following working day at the appointed times.
TABLE OF CONTENT
PART 1 – BIDDING PROCEDURES................................................................................1-9
SECTION I - INSTRUCTIONS TO BIDDERS [ITB]....................................................1-10SECTION II - BIDDING DATA SHEET..........................................................................35SECTION III. EVALUATION AND QUALIFICATION CRITERIA......................................41SECTION IV – BIDDING FORMS.................................................................................46SECTION V. – ELIGIBLE COUNTRIES..........................................................................57
PART 2 - SUPPLY REQUIREMENTS...............................................................................58
SECTION VI – SCHEDULE OF REQUIREMENTS............................................................59
PART 3 – CONTRACT..................................................................................................... 192
SECTION VII – GENERAL CONDITIONS OF CONTRACT.............................................193SECTION VIII. SPECIAL CONDITIONS OF CONTRACT...............................................212Section IX – Contract Forms..................................................................................221
Section I. Instructions to Bidders
Table of Clauses
A. GENERAL.......................................................................................................................... 13
1. SCOPE OF BID................................................................................................ 132. SOURCE OF FUNDS........................................................................................133. FRAUD AND CORRUPTION..............................................................................144. ELIGIBLE BIDDERS......................................................................................... 155. ELIGIBLE GOODS AND RELATED SERVICES....................................................16
B. CONTENTS OF BIDDING DOCUMENTS................................................................176. SECTIONS OF BIDDING DOCUMENTS..............................................................177. CLARIFICATION OF BIDDING DOCUMENTS.....................................................188. AMENDMENT OF BIDDING DOCUMENTS.........................................................18
C. PREPARATION OF BIDS..........................................................................................189. COST OF BIDDING.......................................................................................... 1810. LANGUAGE OF BID........................................................................................1811. DOCUMENTS COMPRISING THE BID...............................................................1812. BID SUBMISSION FORM AND PRICE SCHEDULES............................................1913. ALTERNATIVE BIDS.......................................................................................1914. BID PRICES AND DISCOUNTS.........................................................................1915. CURRENCIES OF BID......................................................................................2116. DOCUMENTS ESTABLISHING THE ELIGIBILITY OF THE BIDDER.......................2117. DOCUMENTS ESTABLISHING THE ELIGIBILITY OF THE GOODS AND RELATED SERVICES.................................................................................................................. 2118. DOCUMENTS ESTABLISHING THE CONFORMITY OF THE GOODS AND RELATED SERVICES.................................................................................................................. 2119. DOCUMENTS ESTABLISHING THE QUALIFICATIONS OF THE BIDDER...............2220. PERIOD OF VALIDITY OF BIDS.......................................................................2321. BID SECURITY...............................................................................................2322. FORMAT AND SIGNING OF BID......................................................................25
D. SUBMISSION AND OPENING OF BIDS..................................................................2523. SUBMISSION, SEALING AND MARKING OF BIDS.............................................2524. DEADLINE FOR SUBMISSION OF BIDS.............................................................2625. LATE BIDS..................................................................................................... 2626. WITHDRAWAL, SUBSTITUTION, AND MODIFICATION OF BIDS........................2627. BID OPENING................................................................................................. 27
E. EVALUATION AND COMPARISON OF BIDS.......................................................28
9
10
28. CONFIDENTIALITY.........................................................................................2829. CLARIFICATION OF BIDS................................................................................2830. RESPONSIVENESS OF BIDS.............................................................................2931. NONCONFORMITIES, ERRORS, AND OMISSIONS..............................................2932. PRELIMINARY EXAMINATION OF BIDS...........................................................3033. EXAMINATION OF TERMS AND CONDITIONS; TECHNICAL EVALUATION........3034. CONVERSION TO SINGLE CURRENCY- NOT USED...........................................3135. DOMESTIC PREFERENCE - NOT USED.............................................................3136. EVALUATION OF BIDS ................................................................................... 3137. COMPARISON OF BIDS...................................................................................3238. POSTQUALIFICATION OF THE BIDDER.............................................................3239. PURCHASER’S RIGHT TO ACCEPT ANY BID, AND TO REJECT ANY OR ALL BIDS 32
F. AWARD OF CONTRACT........................................................................................... 3340. AWARD CRITERIA.......................................................................................... 3341. PURCHASER’S RIGHT TO VARY QUANTITIES AT TIME OF AWARD.................3342. NOTIFICATION OF AWARD.............................................................................3343. SIGNING OF CONTRACT.................................................................................3444. Performance Security....................................................................................34
Section I. Instructions to BiddersA. General
1. Scope of Bid 1.1 The Purchaser indicated in the Bidding Data Sheet (BDS), issues these Bidding Documents for the supply of Goods and Related Services incidental thereto as specified in Section VI, Schedule of Requirements. The name and identification number of this National Competitive Bidding (NCB) procurement are specified in the BDS. The name, identification, and number of lots of are provided in the BDS.
1.2 Throughout these Bidding Documents:
(a) the term “in writing” means communicated in written form (e.g. by mail, e-mail, fax, telex) with proof of receipt;
(b) if the context so requires, “singular” means “plural” and vice versa; and
(c) “day” means calendar day.
2. Source of Funds
2.1 The Government of India (hereinafter called “Borrower”) specified in the BDS has applied for or received financing (hereinafter called “funds”) from the International Bank for Reconstruction and Development or the International Development Association (hereinafter called “the Bank”) toward the cost of the project named in the BDS. The Borrower intends to apply a portion of the funds to eligible payments under the contract for which these Bidding Documents are issued.
2.2 Payments by the Bank will be made only at the request of the Borrower and upon approval by the Bank in accordance with the terms and conditions of the financing agreement between the Borrower and the Bank (hereinafter called the Loan Agreement), and will be subject in all respects to the terms and conditions of that Loan Agreement. The Loan Agreement prohibits a withdrawal from the loan account for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import, to the knowledge of the Bank, is prohibited by decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations. No party other than the Borrower shall derive any rights from
11
the Loan Agreement or have any claim to the funds.
3. Fraud and Corruption
3.1 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), as well as bidders, suppliers, and contractors and their subcontractors under Bank-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts.1 In pursuance of this policy, the Bank:
(a) defines, for the purposes of this provision, the terms set forth below as follows:
(i) “corrupt practice”2 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;
(ii) “fraudulent practice”3 is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;
(iii) “collusive practice”4 is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;
(iv) “coercive practice”5 is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a
1 In this context, any action taken by a bidder, supplier, contractor, or a sub-contractor to influence the procurement process or contract execution for undue advantage is improper.
2 “another party” refers to a public official acting in relation to the procurement process or contract execution]. In this context, “public official” includes World Bank staff and employees of other organizations taking or reviewing procurement decisions.
3 a “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution.
4 “parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, non competitive levels.
5 a “party” refers to a participant in the procurement process or contract execution.
12
Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or
(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under sub-clause 3.1 (e) below.
(b) will reject a proposal for award if it determines that the bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question;
(c) will cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent, collusive, or coercive practices during the procurement or the execution of that contract, without the Borrower having taken timely and appropriate action satisfactory to the Bank to address such practices when they occur;
(d) will sanction a firm or individual, including declaring ineligible, either indefinitely or for a stated period of time, to be awarded a Bank-financed contract if it at any time determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for, or in executing, a Bank-financed contract; and
(e) will have the right to require that a provision be included in bidding documents and in contracts financed by a Bank loan, requiring bidders, suppliers, and contractors and their sub-contractors to permit the Bank to inspect their accounts and records and other documents relating to the bid submission and contract performance and to have them audited by auditors appointed by the Bank.
3.2 Furthermore, Bidders shall be aware of the provision stated in Sub-Clause 35.1 (a) (iii) of the General Conditions of Contract.
4. Eligible Bidders 4.1 A Bidder, and all parties constituting the Bidder, may have the nationality of any country, subject to the restrictions specified in Section V, Eligible Countries. A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted, incorporated, or registered and operates in
13
conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the Contract including Related Services.
4.2 A Bidder shall not have a conflict of interest. All bidders found to have conflict of interest shall be disqualified. Bidders may be considered to have a conflict of interest with one or more parties in this bidding process, if they:
(a) are or have been associated in the past, with a firm or any of its affiliates which have been engaged by the Purchaser to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be purchased under these Bidding Documents ; or
(b) submit more than one bid in this bidding process, except for alternative offers permitted under ITB Clause 13. However, this does not limit the participation of subcontractors in more than one bid;
4.3 A Bidder that is under a declaration of ineligibility by the Bank in accordance with ITB Clause 3, at the date of contract award, shall be disqualified. The list of debarred firms is available at the electronic address specified in the BDS.
4.4 A firm that has been determined to be ineligible by the Bank in relation to the Bank Guidelines On Preventing and Combating Fraud and Corruption in Projects Financed by IBRD Loans and IDA Credits and Grants shall be not be eligible to be awarded a contract.
4.5 Government-owned enterprises in the Borrower’s Country shall be eligible only if they can establish that they (i) are legally and financially autonomous, (ii) operate under commercial law, and (iii) are not a dependent agency of the Purchaser or Borrower or Sub-Borrower.
4.6 Bidders shall provide such evidence of their continued eligibility satisfactory to the Purchaser, as the Purchaser shall reasonably request.
5. Eligible Goods and Related Services
5.1 All the Goods and Related Services to be supplied under the Contract and financed by the Bank may have their origin in any country in accordance with Section V, Eligible Countries.
5.2 For purposes of this Clause, the term “goods” includes
14
commodities, raw material, machinery, equipment, and industrial plants; and “related services” includes services such as insurance, installation, training, and initial maintenance.
5.3 The term “origin” means the country where the goods have been mined, grown, cultivated, produced, manufactured or processed; or, through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its components.
B. Contents of Bidding Documents6. Sections of
Bidding Documents
6.1 The Bidding Documents consist of Parts 1, 2, and 3, which include all the Sections indicated below, and should be read in conjunction with any Addendum issued in accordance with ITB Clause 8.
PART 1 Bidding Procedures
Section I. Instructions to Bidders (ITB)
Section II. Bidding Data Sheet (BDS)
Section III. Evaluation and Qualification Criteria
Section IV. Bidding Forms
Section V. Eligible Countries
PART 2 Supply Requirements
Section VI. Schedule of Requirements
PART 3 Contract
Section VII. General Conditions of Contract (GCC)
Section VIII. Special Conditions of Contract (SCC)
Section IX. Contract Forms
6.2 The Invitation for Bids issued by the Purchaser is not part of the Bidding Documents.
6.3 The Purchaser is not responsible for the completeness of the Bidding Documents and their addendum, if they were not obtained directly from the Purchaser.
6.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Documents. Failure to furnish all information or documentation required by the Bidding
15
Documents may result in the rejection of the bid.
7. Clarification of Bidding Documents
7.1 A prospective Bidder requiring any clarification of the Bidding Documents shall contact the Purchaser in writing at the Purchaser’s address specified in the BDS. The Purchaser will respond in writing to any request for clarification, provided that such request is received no later than fifteen (15) days prior to the deadline for submission of bids. The Purchaser shall forward copies of its response to all those who have acquired the Bidding Documents directly from it, including a description of the inquiry but without identifying its source. Should the Purchaser deem it necessary to amend the Bidding Documents as a result of a clarification, it shall do so following the procedure under ITB Clause 8 and ITB Sub-Clause 24.2.
8. Amendment of Bidding Documents
8.1 At any time prior to the deadline for submission of bids, the Purchaser may amend the Bidding Documents by issuing addendum.
8.2 Any addendum issued shall be part of the Bidding Documents and shall be communicated in writing to all who have obtained the Bidding Documents directly from the Purchaser.
8.3 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their bids, the Purchaser may, at its discretion, extend the deadline for the submission of bids, pursuant to ITB Sub-Clause 24.2
C. Preparation of Bids9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation
and submission of its bid, and the Purchaser shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
10. Language of Bid
10.1 The Bid, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Purchaser, shall be written in English language. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages into English language, in which case, for purposes of interpretation of the Bid, such translation shall govern.
11. Documents Comprising the Bid
11.1 The Bid shall comprise the following:
(a) Bid Submission Form and the applicable Price Schedules, in accordance with ITB Clauses 12, 14, and 15;
16
(b) Bid Security, in accordance with ITB Clause 21, if required;
(c) written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB Clause 22;
(d) documentary evidence in accordance with ITB Clause 16 establishing the Bidder’s eligibility to bid;
(e) documentary evidence in accordance with ITB Clause 17, that the Goods and Related Services to be supplied by the Bidder are of eligible origin;
(f) documentary evidence in accordance with ITB Clauses 18 and 30, that the Goods and Related Services conform to the Bidding Documents;
(g) documentary evidence in accordance with ITB Clause 19 establishing the Bidder’s qualifications to perform the contract if its bid is accepted; and
(h) Manufacturers authorization form.
(i) any other document required in the BDS.
12. Bid Submission Form and Price Schedules
12.1 The Bidder shall submit the Bid Submission Form using the form furnished in Section IV, Bidding Forms. This form must be completed without any alterations to its format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested.
13. Alternative Bids
13.1 Unless otherwise specified in the BDS, alternative bids shall not be considered.
14. Bid Prices and Discounts
14.1 The prices and discounts quoted by the Bidder in the Bid Submission Form and in the Price Schedules shall conform to the requirements specified below.
14.2 All lots and items must be listed and priced separately in the Price Schedules.
14.3 The price to be quoted in the Bid Submission Form shall be the total price of the bid, excluding any discounts offered.
14.4 The Bidder shall quote any unconditional discounts and indicate the method for their application in the Bid Submission Form.
17
14.5 The terms EXW and other similar terms shall be governed by the rules prescribed in the current edition of Incoterms, published by The International Chamber of Commerce, as specified in the BDS.
14.6 Prices shall be quoted as specified in the Price Schedule included in Section IV, Bidding Forms. The dis-aggregation of price components is required solely for the purpose of facilitating the comparison of bids by the Purchaser. This shall not in any way limit the Purchaser’s right to contract on any of the terms offered. In quoting prices, the Bidder shall be free to use transportation through carriers registered in any eligible country, in accordance with Section V Eligible Countries. Similarly, the Bidder may obtain insurance services from any eligible country in accordance with Section V Eligible Countries. Prices shall be entered in the following manner:
(a) For Goods:
(i) the price of the Goods quoted EXW (ex works, ex factory, ex warehouse, ex showroom, or off-the-shelf, as applicable), including all duties (customs, excise etc.) and sales and other taxes already paid or payable on the components and raw material used in the manufacture or assembly of the Goods;
(ii) any vat, sales tax and other taxes which will be payable on the Goods if the contract is awarded to the Bidder; and
(iii) the price for inland transportation, insurance, and other local services required to convey the Goods to their final destination (Project Site) specified in the BDS.
(b) for the Related Services, other than inland transportation and other services required to convey the Goods to their fi-nal destination, whenever such Related Services are speci-fied in the Schedule of Requirements:
(i) the price of each item comprising the Related Services (inclusive of any applicable taxes).
(c) bidders may like to ascertain availability of excise duty exemption benefits, available for contracts financed under World Bank Credits/ Loans. They are solely responsible for obtaining such benefits, which they have considered in their bid and in case of failure to receive such benefits for reasons whatsoever, the Purchaser will not compensate the bidder.
18
Where the bidder has quoted taking into account such benefits, he must give all information required for issue of necessary Certificates in terms of the Central Excise Notification -108/95 along with his bid in form at S. No. 8 of Section VI. Where the Purchaser issues such Certificates, Excise Duty will not be reimbursed separately.
14.7 Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the Contract and not subject to variation on any account, unless otherwise specified in the BDS. A Bid submitted with an adjustable price quotation shall be treated as non responsive and shall be rejected, pursuant to ITB Clause 30. However, if in accordance with the BDS, prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract, a bid submitted with a fixed price quotation shall not be rejected, but the price adjustment shall be treated as zero.
14.8 If so indicated in ITB Sub-Clause 1.1, bids are being invited for individual contracts (lots) or for any combination of contracts (packages). Prices quoted shall correspond to 100 % of the items specified for each lot and to 100% of the quantities specified for each item of a lot. Bidders wishing to offer any price reduction (discount) for the award of more than one Contract shall specify the applicable price reduction in accordance with ITB Sub-Clause 14.4 provided the bids for all lots are submitted and opened at the same time.
15. Currencies of Bid
15.1 The Bidder shall quote in Indian Rupees only.
16. Documents Establishing the Eligibility of the Bidder
16.1 To establish their eligibility in accordance with ITB Clause 4, Bidders shall complete the Bid Submission Form, included in Section IV, Bidding Forms.
17. Documents Establishing the Eligibility of the Goods and Related Services
17.1 To establish the eligibility of the Goods and Related Services in accordance with ITB Clause 5, Bidders shall complete the country of origin declarations in the Price Schedule Forms, included in Section IV, Bidding Forms.
18. Documents Establishing the Conformity of the Goods and Related Services
18.1 To establish the conformity of the Goods and Related Services to the Bidding Documents, the Bidder shall furnish as part of its Bid the documentary evidence that the Goods conform to the technical specifications and standards specified in Section VI, Schedule of Requirements.
19
18.2 The documentary evidence may be in the form of literature, drawings or data, and shall consist of a detailed item by item description of the essential technical and performance characteristics of the Goods and Related Services, demonstrating substantial responsiveness of the Goods and Related Services to the technical specification, and if applicable, a statement of deviations and exceptions to the provisions of the Schedule of Requirements.
18.3 The Bidder shall also furnish a list giving full particulars, including available sources and current prices of spare parts, special tools, etc., necessary for the proper and continuing functioning of the Goods during the period specified in the BDS following commencement of the use of the goods by the Purchaser.
18.4 Standards for workmanship, process, material, and equipment, as well as references to brand names or catalogue numbers specified by the Purchaser in the Schedule of Requirements, are intended to be descriptive only and not restrictive. The Bidder may offer other standards of quality, brand names, and/or catalogue numbers, provided that it demonstrates, to the Purchaser’s satisfaction, that the substitutions ensure substantial equivalence or are superior to those specified in the Schedule of Requirements.
19. Documents Establishing the Qualifications of the Bidder
19.1 The documentary evidence of the Bidder’s qualifications to perform the contract if its bid is accepted shall establish to the Purchaser’s satisfaction:
(a) (i) that, if required in the BDS, a Bidder that does not manufacture or produce the Goods it offers to supply shall submit the Manufacturer’s Authorization using the form included in Section IV, Bidding Forms to demonstrate that it has been duly authorized by the manufacturer or producer of the Goods to supply these Goods in the Purchaser’s Country;
(ii) Supplies for any particular item in each schedule of the bid should be from one manufacturer only. Bids from agents offering supplies from different manufacturer’s for the same item of the schedule in the bid will be treated as non-responsive.
(b) that the Bidder meets each of the qualification criterion specified in Section III, Evaluation and Qualification Criteria.
20
(c) Bids from Joint Ventures are not acceptable
20. Period of Validity of Bids
20.1 Bids shall remain valid for the period specified in the BDS after the bid submission deadline date prescribed by the Purchaser. A bid valid for a shorter period shall be rejected by the Purchaser as non responsive.
20.2 In exceptional circumstances, prior to the expiration of the bid validity period, the Purchaser may request bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. If a Bid Security is requested in accordance with ITB Clause 21, it shall also be extended for a corresponding period. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request shall not be required or permitted to modify its bid, except as provided in ITB Sub-Clause 20.3.
20.3 In the case of fixed price contracts, if the award is delayed by a period exceeding fifty-six (56) days beyond the expiry of the initial bid validity, the Contract price shall be adjusted as by the factor [ value of factor stated in BDS] for each week or part of week that has elapsed from the expiration of the initial bid validity to the date of notification of award to the successful bidder. Bid evaluation shall be based on the Bid Price without taking into consideration the above correction.
21. Bid Security 21.1 The Bidder shall furnish as part of its bid, a Bid Security, if required, as specified in the BDS.
21.2 The Bid Security shall be in the amount specified in the BDS and denominated in the currency of the Purchaser’s Country or a freely convertible currency, and shall:
(a) at the bidder’s option, be in the form of either a certified check, demand draft, letter of credit, or a bank guarantee from a Nationalised/Scheduled Bank in India.
(b) be substantially in accordance with one of the forms of Bid Security included in Section IV, Bidding Forms, or other form approved by the Purchaser prior to bid submission;
(c) be payable promptly upon written demand by the Purchaser in case the conditions listed in ITB Clause 21.5 are invoked;
(d) be submitted in its original form; copies will not be accepted;
21
(e) remain valid for a period of 45 days beyond the validity period of the bids, as extended, if applicable, in accordance with ITB Clause 20.2;
21.3 If a Bid Security is required in accordance with ITB Sub-Clause 21.1, any bid not accompanied by a substantially responsive Bid Security in accordance with ITB Sub-Clause 21.1, shall be rejected by the Purchaser as non-responsive.
21.4 The Bid Security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s furnishing of the Performance Security pursuant to ITB Clause 44.
21.5 The Bid Security may be forfeited or the Bid Securing Declaration executed:
(a) if a Bidder
(i) withdraws its bid during the period of bid validity specified by the Bidder on the Bid Submission Form, except as provided in ITB Sub-Clause 20.2; or
(i) does not accept the correction of errors in procurement of ITB 31,
or,
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB Clause 43;
(ii) furnish a Performance Security in accordance with ITB Clause 44.
21.6 Not used
21.7 If a bid security is not required in the BDS, and
(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Letter of Bid Form, except as provided in ITB 20.2, or
(b) if the successful Bidder fails to: sign the Contract in accordance with ITB 43; or furnish a performance security in accordance with ITB 44;
the Borrower may, if provided for in the BDS, declare the Bidder disqualified to be awarded a contract by the Purchaser for
22
a period of time as stated in the BDS.
22. Format and Signing of Bid
22.1 The Bidder shall prepare one original of the documents comprising the bid as described in ITB Clause 11 and clearly mark it “ORIGINAL.” In addition, the Bidder shall submit copies of the bid, in the number specified in the BDS and clearly mark them “COPY.” In the event of any discrepancy between the original and the copies, the original shall prevail.
22.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder. The authorization shall be indicated by written Power of Attorney accompanying the bid.
22.3 Any interlineation, erasures, or overwriting shall be valid only if they are signed or initialed by the person signing the Bid.
D. Submission and Opening of Bids
23. Submission, Sealing and Marking of Bids
23.1 Bidders may always submit their bids by mail or by hand. When so specified in the BDS, bidders shall have the option of submitting their bids electronically.
(a) Bidders submitting bids by mail or by hand, shall enclose the original and each copy of the Bid, including alternative bids, if permitted in accordance with ITB Clause 13, in separate sealed envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” These envelopes containing the original and the copies shall then be enclosed in one single envelope. The rest of the procedure shall be in accordance with ITB sub-Clauses 23.2 and 23.3.
(b) Bidders submitting bids electronically shall follow the electronic bid submission procedures specified in the BDS.
23.2 The inner and outer envelopes shall:
(a) Bear the name and address of the Bidder;
(b) be addressed to the Purchaser in accordance with ITB Sub-Clause 24.1;
(c) bear the specific identification of this bidding process indicated in ITB 1.1 and any additional identification marks as specified in the BDS; and
(d) bear a warning not to open before the time and date for bid
23
opening, in accordance with ITB Sub-Clause 27.1.
23.3 If all envelopes are not sealed and marked as required, the Purchaser will assume no responsibility for the misplacement or premature opening of the bid.
23.4 Talex, Cable or Facsimile bids will be rejected as non-responsive.
24. Deadline for Submission of Bids
24.1 Bids must be received by the Purchaser at the address and no later than the date and time specified in the BDS. In the event of the specified date for the submission of Bids being declared a holiday for the Purchaser, the Bids will be received upto the appointed time on the next working day.
24.2 The Purchaser may, at its discretion, extend the deadline for the submission of bids by amending the Bidding Documents in accordance with ITB Clause 8, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.
25. Late Bids 25.1 The Purchaser shall not consider any bid that arrives after the deadline for submission of bids, in accordance with ITB Clause 24. Any bid received by the Purchaser after the deadline for submission of bids shall be declared late, rejected, and returned unopened to the Bidder.
26. Withdrawal, Substitution, and Modification of Bids
26.1 A Bidder may withdraw, substitute, or modify its Bid after it has been submitted by sending a written notice in accordance with ITB Clause 23, duly signed by an authorized representative, and shall include a copy of the authorization (the power of attorney) in accordance with ITB Sub-Clause 22.2, (except that no copies of the withdrawal notice are required). The corresponding substitution or modification of the bid must accompany the respective written notice. All notices must be:
(a) submitted in accordance with ITB Clauses 22 and 23 (except that withdrawal notices do not require copies), and in addition, the respective envelopes shall be clearly marked “WITHDRAWAL,” “SUBSTITUTION,” or “MODIFICATION;” and
(b) received by the Purchaser prior to the deadline prescribed for submission of bids, in accordance with ITB Clause 24.
26.2 Bids requested to be withdrawn in accordance with ITB Sub-Clause 26.1 shall be returned unopened to the Bidders.
24
26.3 No bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Bid Submission Form or any extension thereof.
27. Bid Opening 27.1 The Purchaser shall conduct the bid opening in public at the address, date and time specified in the BDS. Any specific electronic bid opening procedures required if electronic bidding is permitted in accordance with ITB Sub-Clause 23.1, shall be as specified in the BDS. In the event of the specified date of bid opening being declared a holiday for the Purchaser, the bids will be opened at the appointed time and location on the next working day.
27.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out and the envelope with the corresponding bid shall not be opened, but returned to the Bidder. If the withdrawal envelope does not contain a copy of the “power of attorney” confirming the signature as a person duly authorized to sign on behalf of the Bidder, the corresponding bid will not be opened. No bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and is read out at bid opening. Next, envelopes marked “SUBSTITUTION” shall be opened and read out and exchanged with the corresponding Bid being substituted, and the substituted Bid shall not be opened, but returned to the Bidder. No Bid substitution shall be permitted unless the corresponding substitution notice contains a valid authorization to request the substitution and is read out at bid opening. Envelopes marked “MODIFICATION” shall be opened and read out with the corresponding Bid. No Bid modification shall be permitted unless the corresponding modification notice contains a valid authorization to request the modification and is read out at Bid opening. Only envelopes that are opened and read out at Bid opening shall be considered further.
27.3 All other envelopes shall be opened one at a time, reading out: the name of the Bidder and whether there is a modification; the Bid Prices, including any discounts and alternative offers; the presence of a Bid Security, if required; and any other details as the Purchaser may consider appropriate. Only discounts and alternative offers read out at Bid opening shall be considered for evaluation. No Bid shall be rejected at Bid opening except for late bids, in accordance with ITB Sub-Clause 25.1.
27.4 The Purchaser shall prepare a record of the Bid opening that shall include, as a minimum: the name of the Bidder and whether
25
there is a withdrawal, substitution, or modification; the Bid Price, per lot if applicable, including any discounts, and alternative offers if they were permitted; and the presence or absence of a Bid Security, if one was required. The Bidders’ representatives who are present shall be requested to sign the attendance sheet. A copy of the record shall be distributed to all Bidders who submitted bids in time, and posted online when electronic bidding is permitted.
E. Evaluation and Comparison of Bids28. Confidentiality 28.1 Information relating to the examination, evaluation, comparison,
and postqualification of bids, and recommendation of contract award, shall not be disclosed to bidders or any other persons not officially concerned with such process until publication of the Contract Award.
28.2 Any effort by a Bidder to influence the Purchaser in the examination, evaluation, comparison, and postqualification of the bids or contract award decisions may result in the rejection of its Bid.
28.3 Notwithstanding ITB Sub-Clause 28.2, from the time of bid opening to the time of Contract Award, if any Bidder wishes to contact the Purchaser on any matter related to the bidding process, it should do so in writing.
29. Clarification of Bids
29.1 To assist in the examination, evaluation, comparison and post-qualification of the bids, the Purchaser may, at its discretion, ask any Bidder for a clarification of its Bid. Any clarification submitted by a Bidder in respect to its Bid and that changes the substance of the Bidder price of the bid shall not be considered. The Purchaser’s request for clarification and the response shall be in writing. No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Purchaser in the Evaluation of the bids, in accordance with ITB Clause 31.
30. Responsiveness of Bids
30.1 The Purchaser’s determination of a bid’s responsiveness is to be based on the contents of the bid itself.
30.2 A substantially responsive Bid is one that conforms to all the terms, conditions, and specifications of the Bidding Documents without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that:
(a) affects in any substantial way the scope, quality, or performance of the Goods and Related Services specified in the
26
Contract; or
(b) limits in any substantial way, inconsistent with the Bidding Documents, the Purchaser’s rights or the Bidder’s obligations under the Contract; or
(c) if rectified would unfairly affect the competitive position of other bidders presenting substantially responsive bids.
30.3 Bids from Agents, without proper authorization from the manufacturer as per Section XII, shall be treated as non-responsive.
30.4 If a bid is not substantially responsive to the Bidding Documents, it shall be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission.
31. Nonconformi-ties, Errors, and Omissions
31.1 Provided that a Bid is substantially responsive, the Purchaser may waive any non-conformities or omissions in the Bid that do not constitute a material deviation.
31.2 Provided that a bid is substantially responsive, the Purchaser may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities or omissions in the bid related to documentation requirements. Such omission shall not be related to any aspect of the price of the Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid.
31.3 Provided that the Bid is substantially responsive, the Purchaser shall correct arithmetical errors on the following basis:
(a) if there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion of the Purchaser there is an obvious misplacement of the decimal point in the unit price, in which case the line item total as quoted shall govern and the unit price shall be corrected;
(b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and
(c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in
27
figures shall prevail subject to (a) and (b) above.
31.4 If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors, its Bid shall be rejected and the Bid security may be forfeited
32. Preliminary Examination of Bids
32.1 The Purchaser shall examine the bids to confirm that all documents and technical documentation requested in ITB Clause 11 have been provided, and to determine the completeness of each document submitted.
32.2 The Purchaser shall confirm that the following documents and information have been provided in the Bid. If any of these documents or information is missing, the offer shall be rejected and the bid security may be forfeited.
(a) Bid Submission Form, in accordance with ITB Sub-Clause 12.1;
(b) Price Schedules, in accordance with ITB Sub-Clause 12.2;
(c) Bid Security in accordance with ITB Clause 21, if applicable.
33. Examination of Terms and Conditions; Technical Evaluation
33.1 The Purchaser shall examine the bid to confirm that the Bidder has accepted all terms and conditions specified in GCC and the SCC. without material deviations or reservation. Deviations from or objections or reservations to critical provisions such as those concerning Performance Security (GCC Clause 18). Warranty (GCC Clause 28), Force Majeure (Clause 32), Limitation of liability (GCC Clause 30), Governing law (GCC Clause 9) and Taxes & Duties (GCC Clause 17) will be deemed to be a material deviation. The Purchaser’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.
33.2 The Purchaser shall evaluate the technical aspects of the Bid submitted in accordance with ITB Clause 18, to confirm that all requirements specified in Section VI, Schedule of Requirements of the Bidding Documents have been met without any material deviation or reservation.
33.3 If, after the examination of the terms and conditions and the technical evaluation, the Purchaser determines that the Bid is not substantially responsive in accordance with ITB Clause 30, it shall reject the Bid.
34. Conversion to Single
Not used
28
Currency
35. Domestic Preference
Not used
36. Evaluation of Bids
36.1 The Purchaser shall evaluate each bid that has been determined, up to this stage of the evaluation, to be substantially responsive.
36.2 To evaluate a Bid, the Purchaser shall only use all the factors, methodologies and criteria defined in ITB Clause 36. No other criteria or methodology shall be permitted.
36.3 To evaluate a Bid, the Purchaser shall consider the following:
(a) evaluation will be done for Items or Lots, as specified in the BDS; and the Bid Price as quoted in accordance with clause 14;
(b) price adjustment for correction of arithmetic errors in accordance with ITB Sub-Clause 31.3;
(c) price adjustment due to discounts offered in accordance with ITB Sub-Clause 14.4;
(d) adjustments due to the application of the evaluation criteria specified in the BDS from amongst those set out in Section III, Evaluation and Qualification Criteria;
36.4 The Purchaser’s evaluation of a bid will exclude and not take into account:
(a) In the case of Goods manufactured in India or goods of foreign origin already located in India, vat, sales and other similar taxes, which will be payable on the goods if a contract is awarded to the Bidder;
(b) any allowance for price adjustment during the period of execution of the contract, if provided in the bid.
36.5 The Purchaser’s evaluation of a bid may require the consideration of other factors, in addition to the Bid Price quoted in accordance with ITB Clause 14. These factors may be related to the characteristics, performance, and terms and conditions of purchase of the Goods and Related Services. The effect of the factors selected, if any, shall be expressed in monetary terms to facilitate comparison of bids, unless otherwise specified in Section III, Evaluation and Qualification Criteria. The factors,
29
methodologies and criteria to be used shall be as specified in ITB 36.3 (d).
36.6 If so specified in the BDS, these Bidding Documents shall allow Bidders to quote separate prices for one or more lots, and shall allow the Purchaser to award one or multiple lots to more than one Bidder. The methodology of evaluation to determine the lowest-evaluated lot combinations, is specified in Section III, Evaluation and Qualification Criteria.
37. Comparison of Bids
37.1 The Purchaser shall compare all substantially responsive bids to determine the lowest-evaluated bid, in accordance with ITB Clause 36.
38. Postqualifica-tion of the Bidder
38.1 The Purchaser shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated and substantially responsive bid is qualified to perform the Contract satisfactorily.
38.2 The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB Clause 19.
38.3 An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in disqualification of the bid, in which event the Purchaser shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily.
39. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids
39.1 The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to Bidders.
F. Award of Contract40. Award Criteria 40.1 The Purchaser shall award the Contract to the Bidder whose
offer has been determined to be the lowest evaluated bid and is substantially responsive to the Bidding Documents, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.
41. Purchaser’s Right to Vary Quantities at Time of Award
41.1 At the time the Contract is awarded, the Purchaser reserves the right to increase or decrease the quantity of Goods and Related Services originally specified in Section VI, Schedule of Requirements, provided this does not exceed the percentages
30
specified in the BDS, and without any change in the unit prices or other terms and conditions of the bid and the Bidding Documents.
42. Notification of Award
Publication of Award
Recourse to unsuccessful Bidders
42.1 Prior to the expiration of the period of bid validity, the Purchaser shall notify the successful Bidder, in writing, that its Bid has been accepted.
42.2 Until a formal Contract is prepared and executed, the notification of award shall constitute a binding Contract.
42.3 The Purchaser shall publish in a National website[ GOI web site-http://tenders.gov.in] the results identifying the bid and lot numbers and the following information: (i) name of each Bidder who submitted a Bid; (ii) bid prices as read out at bid opening; (iii) name and evaluated prices of each Bid that was evaluated; (iv) name of bidders whose bids were rejected and the reasons for their rejection; and (v) name of the winning Bidder, and the price it offered, as well as the duration and summary scope of the contract awarded. After publication of the award, unsuccessful bidders may request in writing to the Purchaser for a debriefing seeking explanations on the grounds on which their bids were not selected. The Purchaser shall promptly respond in writing to any unsuccessful Bidder who, after Publication of contract award, requests a debriefing.
42.4 Upon the successful Bidder’s furnishing of the performance security and signing the Contract Form pursuant to ITB Clause 44, the Purchaser will promptly notify each unsuccessful Bidder and will discharge its bid security, pursuant to ITB Clause 21.4.
43. Signing of Contract
43.1 Promptly after notification, the Purchaser shall send the successful Bidder the Agreement and the Special Conditions of Contract.
43.2 Within twenty-one (21) days of receipt of the Agreement, the successful Bidder shall sign, date, and return it to the Purchaser.
44. Performance Security
44.1 Within twenty one (21) days of the receipt of notification of award from the Purchaser, the successful Bidder, if required, shall furnish the Performance Security in accordance with the GCC, using for that purpose the Performance Security Form included in Section IX Contract forms, or another Form acceptable to the Purchaser. The Purchaser shall promptly notify the name of the winning Bidder to each unsuccessful Bidder and discharge the Bid Securities of the unsuccessful bidders pursuant to ITB Sub-Clause 21.4.
31
44.2 Failure of the successful Bidder to submit the above-mentioned Performance Security or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security. In that event the Purchaser may award the Contract to the next lowest evaluated Bidder, whose offer is substantially responsive and is determined by the Purchaser to be qualified to perform the Contract satisfactorily.
32
33
SECTION II - BIDDING DATA SHEET
The following specific data for the goods to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB.
ITB Clause Reference
A. General
ITB 1.1 Project Director, Tamilnadu Health Systems Project, 3rd Floor, DMS Annex
Buildings, DMS Campus, No.359, Anna Salai, Teynampet, Chennai - 600 006.
India. Telephone : 044 -24345991 / 24345993, Fax : 044 – 24345997
ITB 1.1 The name and identification number of the NCB are: TNHSP / IEC / ASIEC1 / 2012, DT. 26.05.2012
ITB 2.1 The Borrower is Government of India / Government of Tamilnadu
ITB 2.1 The name of the Project is: Tamilnadu Health Systems Project - Additional Financing
ITB 4.3 A list of firms debarred from participating in World Bank projects is available at http://www.worldbank.org/debarr
33
B. Contents of Bidding Documents
ITB 7.1 For C larification of bid purposes only, the Purchaser’s address is:Attention: Project Director, TAMILNADU HEALTH SYSTEMS PROJECTAddress: 3rd Floor, DMS Annex Buildings, DMS Campus, No.359, Anna Salai, TeynampetCity: ChennaiZIP Code: 600 006Country: IndiaTelephone: 91-44 -24345991 / 24345993Facsimile number: 91-44-24345997Electronic mail address: [email protected], [email protected]
C. Preparation of Bids
ITB 11.1(i) The Bidder shall submit the following additional documents in its bid:
1. Certification of incorporation of the bidder and manufacturer
2. Legally valid joint venture agreement, if applicable, specifying the financial stakes of each of the joint venture partners.
3. The bidder shall clearly confirm that all facilities exist with him (or manufacturer, as applicable) in his factory for inspection and testing and these can be accessed by the Purchaser or his representative for inspection.
4. Technical schedules of goods as required by technical specifications.
5. Descriptive Documents, drawings, notes and references of operating and assembly of mechanical parts
6. a detailed description of the Goods essential technical and performance characteristics:
7. A clause-by-clause commentary on the Purchaser's technical specifications demonstrating substantial responsiveness of the Goods and Services to those specifications or a statement of deviations and exceptions to the provisions of the Technical Specifications.
8. For purposes of the commentary to be furnished pursuant to clause (7) above, the Bidder shall note that standards for workmanship, material and goods, and references to brand names or catalogue numbers designated by the Purchaser in its Technical Specifications are intended to be descriptive only and not restrictive. The Bidder may substitute alternative standards,
34
34
brand names and/or catalogue numbers in its bid, provided that it demonstrates to the Purchaser's satisfaction that the substitutions ensure substantial equivalence to those designated in the Technical Specifications
9. The documentary evidence of the goods and services eligibility shall consist of a statement in the Price Schedule on the country of origin of the goods and services offered which shall be confirmed by a certificate of origin at the time of shipment
10. Non-manufacturer bidders will submit the manufacturer’s authorization Form as per Performa in Section IV.
11. The following details shall also be provided by Indian Bidders:
a. Name, address, PAN. and ward/circle where they are being assessed of the Directors of the Bidding Company.
b. Company’s PAN and Income Tax clearance certificate and ward/circle where it is being assessed,
c. Registration details of the company under VAT, local and Central Sales Tax, and other laws as may be applicable and also Sales tax/VAT clearance certificate
- The bidders from outside India shall provide the corresponding details of Income Tax registration, Social Security Number, details regarding Registration under Value Added Tax or sale of goods (as may be applicable) etc
12. The bidder shall disclose instance of previous past performance that may have resulted into adverse actions taken against the bidder during the last five years.
13. The bidder should provide details of service center (s) in the State of Tamil Nadu, OR should provide an undertaking stating that; if they are awarded the contract, at least 1 service centre will be established in Tamil Nadu within the contracted delivery period.
ITB 13.1 Alternative Bids shall not be considered.
ITB 14.5 The Incoterms edition is Incoterm 2000.
ITB 14.6 (a) (iii)
“Final destination (Project Site)”: Vide Annexure in Schedule of Requirement.
35
35
ITB 14.7 The prices quoted by the Bidder shall not be adjustable.
ITB 18.3 Period of time the Goods are expected to be functioning (for the purpose of spare parts): 6 years
ITB 19.1 (a) Manufacturer’s authorization is: required as per proforma in Section IV.
ITB 20.1 The bid validity period shall be 90 days.
ITB 20.3 The factor will be 5.5% per annum
ITB 21.1 Bid shall include a Bid Security (issued by bank or surety) included in Section IV Bidding Forms;
ITB 21.2 The amount of the Bid Security shall be: INR 1,98,000/-
ITB 22.1 In addition to the original of the bid, the number of copies is: One
D. Submission and Opening of Bids
ITB 23.1 Bidders shall not have the option of submitting their bids electronically.
ITB 23.1 (b) Deleted
ITB 23.2 (c) The inner and outer envelopes shall bear the following additional identification marks: TNHSP / IEC / ASIEC1 / 2012, DT. 26.05.2012
ITB 24.1 For bid submission purposes, the Purchaser’s address is:Project Director,TAMILNADU HEALTH SYSTEMS PROJECT,Address: 3rd Floor, DMS Annex Buildings, DMS Campus, No.359, Anna Salai, TeynampetCity: ChennaiZIP Code: 600 006Country: India
36
36
Telephone: 91-44 -24345991 / 24345993Facsimile number: 91-44-24345997Electronic mail address: [email protected], [email protected] deadline for the submission of bids is: Date: 07.08.2012 Time: upto 11.00 a.m.
ITB 27.1 The bid opening shall take place at:TAMILNADU HEALTH SYSTEMS PROJECTAddress: 3rd Floor, DMS Annex Buildings, DMS Campus, No.359, Anna Salai, TeynampetCity: ChennaiZIP Code: 600 006Country: IndiaTelephone: 91-44 -24345991 / 24345993Facsimile number: 91-44-24345997Electronic mail address: [email protected], [email protected] deadline for the submission of bids is: Date: 07.08.2012 Time: at 12.00 Noon.
ITB 27.1 Deleted
37
37
E. Evaluation and Comparison of Bids
ITB 36.3(a) Bids will be evaluated lot by lot. Bidder should quote for the complete requirement for goods and services specified in each lot (Schedule) as stated in ITB clause 14.8 failing which such bids will be treated as non-responsive.
ITB 36.3(d) The adjustments shall be determined using the following criteria, from amongst those set out in Section III, Evaluation and Qualification Criteria: (a) Deviation in Delivery schedule: No.
(b) Deviation in payment schedule: No.
(c) the cost of major replacement components, mandatory spare parts, and service: No
(d) the availability in the Purchaser’s Country of spare parts and after-sales services for the equipment offered in the bid : Yes
(e) the projected operating and maintenance costs (Comprehensive CAMC) during the life of the equipment : No.
(f) the performance and productivity of the equipment offered; No
(g) Bids with deviation in delivery schedule and payment schedule will be treated as non-responsive.
ITB 36.6 Bidders are allowed to quote one or more (Schedules) and each schedule will be evaluated separately
F. Award of Contract
ITB 41.1 The maximum percentage by which quantities may be increased is: 15%
The maximum percentage by which quantities may be decreased is: 15%
38
38
SECTION III. EVALUATION AND QUALIFICATION CRITERIA
Contents1. Evaluation Criteria (ITB 36.3 {d})
2. Multiple Contracts (ITB 36.6)
3. Post qualification Requirements (ITB 38.2)
39
39
1. Evaluation Criteria (ITB 36.3 (d))
The Purchaser’s evaluation of a bid may take into account, in addition to the Bid Price quoted in accordance with ITB Clause 14.6, one or more of the following factors as specified in ITB Sub-Clause 36.3(d) and in BDS referring to ITB 36.3(d), using the following criteria and methodologies.
(a) Delivery schedule. (as per Incoterms specified in the BDS)
Deleted
(b) Deviation in payment schedule.
Deleted
(c) Cost of major replacement components, mandatory spare parts, and service.
Deleted
(d) Availability in the Purchaser’s Country of spare parts and after sales services for equipment offered in the bid.
Deleted
(e) Projected operating and maintenance costs.
Deleted
(f) Performance and productivity of the equipment.
Deleted
(g) Specific additional criteria
Bids with deviation in delivery schedule and payment schedule will be treated as non-responsive.
2. Multiple Contracts (ITB 36.6)
The Purchaser shall award multiple contracts to the Bidder that offers the lowest evaluated combination of bids and meets the post-qualification criteria (this Section III, Sub-Section ITB 38.2 Post-Qualification Requirements)
The Purchaser shall:
(a) evaluate only lots or contracts that include at least the 100% of items per lot (schedule) and quantity per item as specified in ITB Sub Clause 14.8
(b) take into account:
(i) the lowest-evaluated bid for each lot (schedule) and
40
40
(ii) the price reduction per lot (schedule) and the methodology for its application as offered by the Bidder in its bid”
3. Post qualification Requirements (ITB 38.2)
After determining the lowest-evaluated bid in accordance with ITB Sub-Clause 37.1, the Purchaser shall carry out the post qualification of the Bidder in accordance with ITB Clause 38, using only the requirements specified. Requirements not included in the text below shall not be used in the evaluation of the Bidder’s qualifications.
A) Manufacturer Bidders
(a) Financial Capability
The Bidder shall furnish documentary evidence that it meets the following financial requirement(s):
The bidders, who are also the manufacturers, should have annual sales turnover in any one of last 5 financial / accounting years of minimum INR 12.5 Million and out of the total revenue generated the minimum share of at least 20% to be derived from Non-Bank financed contracts.
(b) Experience and Technical Capacity
The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s):
(i) The bidder must have manufactured, supplied and displayed one of the first 2 items mentioned in the Schedule of Requirements of to the extent of at least 50 % of the quantity indicated against each schedule under “Section – VI, Schedule of Requirements” in any one of the last five years without any adverse report for at least one year preceding the date of bid opening. The bidder is permitted to quote all other items with proper manufactuer autherisation in the proforma given under section-IV satisfaies specified under above for each of the item.
(ii) The bidder should furnish the information on past supplies and satisfactory performance in the Performa given under Section-IV
(iii) The bidder shall furnish data to support that he has the financial and production capacity to perform the contract and complete the supplies within the stipulated delivery period.
(iv) Further, bidder should be in continuous business of manufacturing / supplying and after sale services of products similar to that specified in the ‘Schedule of requirement’ during t he last 5 years prior to bid opening.
(v) The documentary evidence of the Bidder's eligibility to bid shall establish to the Purchaser's satisfaction that the Bidder, at the time of submission of its bid, is from an eligible country as defined under ITB Clause 4.
41
41
(vi) The legal status, place of registration and principal place of business of the company or firm or partnership, etc.;
(vii) Details of experience and past performance of the bidder on equipment offered and on those of similar nature within the past five years and details of current contracts in hand and other commitments (suggested Performa given in Section IV).
(viii) The Bidder should furnish a brief write-up, backed with adequate data, explaining his available capacity and experience (both technical and commercial) for the manufacture and supply of the required equipment within the specified time of completion after the meeting all their current commitments.
(ix) The bidder should clearly confirm that all the facilities exist in his factory for inspection and testing and these will be made available to the purchaser or his representative for inspection.
(x) Reports on financial standing of the bidder such as profit and loss statements, balance sheets and auditors report for the past three years, bankers certificate, etc.
B) Non- Manufacturer Bidders
In the case of a Bidder offering to supply Goods under the Contract that the Bidder does not manufacture or otherwise produce, the Bidder should be duly authorized by the manufacturer of the Goods who meets the criteria under (A) above (all supporting documents/information as asked above for manufacturer shall be submitted with the bid) and
a) The manufacturer furnishes a legally enforceable authorization in the prescribed Form [Section IV] assuring full guarantee and warranty obligations as per GCC and SCC for the goods offered; and
b) The bidder, as authorized by the manufacturers, should have supplied and
displayed at least 30% of the quantities indicated against any one of the item specified in the Schedule of Requirements in any one of the first 2 items in the last three (3) years, which must be in satisfactory operation at least for one year on the date of bid opening. The bidder is permitted to quote all other items with proper manufactuer autherisation in the proforma given under section-IV satisfaies specified under above for each of the item.The bidder should have furnish manufacturer autherisation for all the items of the schedule of requirement and satisfactory the criteria under (A) above.
c) The bidder should have annual sales turnover in any one of last 5 financial / accounting years of minimum of INR 9.9 Million and out of the total revenue generated the minimum share of at least 20% to be derived from Non-Bank financed contracts. The bidder will also submit the reports on financial standing of the bidder such as profit and loss statements, balance sheets and auditors report for the past three years, banker’s certificate, etc.
42
42
Notwithstanding anything stated above, the purchaser reserves the right to assess the bidder’s capabilities and capacity to execute the contract satisfactorily before deciding on award
Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or record of poor performance such as, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc.
Note:
1) The above post qualification requirements are to be met by the bidder (in case of manufacturer
bidders) and the bidder and the manufacturer respectively (in case of non manufacturer bidders)
and qualification of group/sister/parent companies will not be considered for meeting the above
requirement.
2) For the purpose of furnishing documentary evidence to meet the post qualification criteria, the
bidder should furnish the following:
(i) The supply made to public sector/Government units in India, the bidder should
submit an affidavit confirming that the performance statement given is correct.
(ii) In case of supplies to private sector units, the bidder should submit an affidavit
confirming that the performance statement is correct along with copy of purchase
order, copy of invoices, proof of payment received from Purchasers.
43
43
SECTION IV – BIDDING FORMS
Table of Forms
Bidder Information Form....................................................................................47Bid Submission Form.........................................................................................48Price Schedule.................................................................................................... 51Price and Completion Schedule - Related Services.............................................53Bid Security (Bank Guarantee)...........................................................................54Manufacturer’s Authorization.............................................................................56
44
44
BIDDER INFORMATION FORM
[The Bidder shall fill in this Form in accordance with the instructions indicated below. No alterations to its format shall be permitted and no substitutions shall be accepted.]
Date: [insert date (as day, month and year) of Bid Submission] NCB No.: [insert number of bidding process]
Page ________ of_______ pages
1. Bidder’s Legal Name [insert Bidder’s legal name]
2. Bidder’s actual or intended Country of Registration: [insert actual or intended Country of Registration]
3. Bidder’s Year of Registration: [insert Bidder’s year of registration]
4. Bidder’s Legal Address in Country of Registration: [insert Bidder’s legal address in country of registration]
5. Bidder’s Authorized Representative Information
Name: [insert Authorized Representative’s name]
Address: [insert Authorized Representative’s Address]
Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]
Email Address: [insert Authorized Representative’s email address]
6. Attached are copies of original documents of: [check the box(es) of the attached original documents]
Articles of Incorporation or Registration of firm named in 1, above, in accordance with ITB Sub-Clauses 4.1 and 4.2.
In case of government owned entity from the Purchaser’s country, documents establishing legal and financial autonomy and compliance with commercial law and not dependent agency of borrower or sub-borrower or purchaser, in accordance with ITB Sub-Clause 4.5.
45
45
BID SUBMISSION FORM
[The Bidder shall fill in this Form in accordance with the instructions indicated No alterations to its format shall be permitted and no substitutions shall be accepted.]
Date: [insert date (as day, month and year) of Bid Submission]NCB No.: [insert number of bidding process]
Invitation for Bid No.: [insert No of IFB]Alternative No.: [insert identification No if this is a Bid for an alternative]
To: [insert complete name of Purchaser]
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Documents, including Addenda No.: [insert the number and issuing date of each Addenda];
(b) We offer to supply in conformity with the Bidding Documents and in accordance with the Delivery Schedules specified in the Schedule of Requirements the following Goods and Related Services [insert a brief description of the Goods and Related Services];
(c) The total price of our Bid, excluding any discounts offered in item (d) below, is: [insert the total bid price in words and figures, indicating the various amounts and the respective currencies];
(d) The discounts offered and the methodology for their application are:
Discounts. If our bid is accepted, the following discounts shall apply. [Specify in detail each discount offered and the specific item of the Schedule of Requirements to which it applies.]
Methodology of Application of the Discounts. The discounts shall be applied using the following method: [Specify in detail the method that shall be used to apply the discounts];
(e) Our bid shall be valid for the period of time specified in ITB Sub-Clause 20.1, from the date fixed for the bid submission deadline in accordance with ITB Sub-Clause 24.1, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;
(f) If our bid is accepted, we commit to obtain a performance security in accordance with ITB Clause 44 and GCC Clause 18 for the due performance of the Contract;
(g) We, including any subcontractors or suppliers for any part of the contract, have nationality from eligible countries
46
46
(h) We have no conflict of interest in accordance with ITB Sub-Clause 4.2;
(i) Our firm, its affiliates or subsidiaries—including any subcontractors or suppliers for any part of the contract—has not been declared ineligible by the Bank, under the Purchaser’s country laws or official regulations, in accordance with ITB Sub-Clause 4.3;
(j) The following commissions, gratuities, or fees have been paid or are to be paid with respect to the bidding process or execution of the Contract: [insert complete name of each Recipient, its full address, the reason for which each commission or gratuity was paid and the amount and currency of each such commission or gratuity]
Name of Recipient Address Reason Amount
(If none has been paid or is to be paid, indicate “none.”)
(k) We understand that this bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed.
(l) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.
(m) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery.
(n) We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely, “Prevention of Corruption Act 1988.”
Signed: [insert signature of person whose name and capacity are shown] In the capacity of [insert legal capacity of person signing the Bid Submission Form]
Name: [insert complete name of person signing the Bid Submission Form]
Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]
47
47
Price Schedule Forms[The Bidder shall fill in these Price Schedule Forms in accordance with the instructions indicated. The list of line items in column 1 of the Price Schedules shall coincide with the List of Goods and Related Services specified by the Purchaser in the Schedule of Requirements.]
48
48
Section IV Bidding Forms 49
PRICE SCHEDULE
Date:_________________________NCB No: _____________________Alternative No: ________________Page N ______ of ______
1 2 3 4 5 6 7 8 9Line ItemNo
Description of Goods Delivery Date Quantity and physical unit
Unit price EXW
Total EXW price per line item [including Excise Duty if any]
(Col. 45)
Price per line item for inland transportation, insurance and other services required to convey the Goods to their final destination
Sales, vat, and other taxes payable per item if Contract is awarded (in
accordance with ITB 14.6(a)(ii)
Total Price per line item(Col. 6+7)
[insert number of the item]
[insert name of Good] [insert quoted Delivery Date]
[insert number of units to be supplied and name of the physical unit]
Unit price EXW excluding Excise duty
Excise duty per unit
[insert total EXW price per line item]
[insert the corresponding price per line item]
[insert tsales and other taxes payable per line item if Contract is awarded]
[insert total price per item]
1 Posters
215836 Nos
2 Stickers
194284 Nos
3 Flipbooks
7000 Nos
4 Pamphlet
652000 Nos
49
Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]
Note: (a) The bidder shall give list of spares for 2 years operation (or as required for the period specified in the evaluation criteria) separately indicating description, quantity, unit price and total price in the above format, for those items whose scope of supply includes spare parts as per technical specification.
(b) If the bidder is planning to avail excise duty exemption, kindly do not fill-up excise duty in column 5. Excise Duty, if mentioned above, will be taken in to account while evaluating the bids and the Purchaser will not issue excise exemption certificate in such cases (or if the bid price is “inclusive of excise duty”). If the bid price mentions “exclusive of excise duty” or “excise duty extra”, the purchaser will add the excise duty based on applicable rate during the evaluation of bids and will not issue the issue excise exemption certificate. VAT or sales tax, if payable, will not be taken in to consideration for evaluation purpose."
(c) In the case of discrepancy between unit price and total price, the unit price shall prevail.
50
Price and Completion Schedule - Related ServicesLead Apron Date:_________________________
NCB No: _____________________Alternative No: ________________Page N ______ of ______
1 2 3 4 5 6 7Service
NDescription of Services (excludes inland transportation and other
services required in India to convey the goods to their final destination)
Country of Origin
Delivery Date at place of Final destination
Quantity and physical unit Unit price Total Price per Service (Col. 5*6)
[insert number of the Service ]
[insert name of Services] [insert country of origin of the Services]
[insert delivery date at place of final destination per Service]
[insert number of units to be supplied and name of the physical unit]
[insert unit price per item]
[insert total price per item]
Posters and Stickers have to be displayed in all Health Facilities (PHCs, GHs, Medical College Hospitals, Municipal Hospitals and Dispensaries) as mentioned in the place of deliveryInsert after modifying as appropriate deleting inapplicable items from the following:
Performance or supervision of the on-site assembly and/or start-up of the supplied Goods
Furnishing of tools required for assembly and/or maintenance of the supplied Goods
Furnishing of detailed operations and maintenance manual for each appropriate unit of supplied Goods
Comprehensive Maintenance Charges for the supplied goods for a period of 5 years (60 months) per year per unit
Provided that the service shall not relieve the supplier of any warranty obligation under this contract
Training of the Purchaser's personnel, at the Supplier's plant and/or on-site, in assembly, start-up, operation, maintenance and/or repair of the supplied Goods
Total Bid Price
Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]
Note: Separate price schedules for related services should be filled up for items in Schedule 1, 2 and 3
51
52
BID SECURITY (BANK GUARANTEE)
[The Bank shall fill in this Bank Guarantee Form in accordance with the instructions indicated.]
[insert Bank’s Name, and Address of Issuing Branch or Office]
Beneficiary: [insert name and address of Purchaser]
Date: [insert date]
BID GUARANTEE No.: [insert bid Guarantee number]
We have been informed that [insert name of the Bidder] (hereinafter called "the Bidder") has submitted to you its bid dated [insert date] (hereinafter called "the Bid") for the execution of [insert name of Contract].
Furthermore, we understand that, according to your conditions, bids must be supported by a Bid Guarantee.
At the request of the Bidder, we [insert name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [insert amount in figures expressed in the currency of the Purchaser’s Country or the equivalent amount in an international freely convertible currency], [insert amount in words] upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:
(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Bid Submission Form; or
(b) having been notified of the acceptance of its Bid by the Purchaser during the period of bid validity as stated in the Bid Submission Form or extended by the Employer at any time prior to expiration of this period, (i) fails or refuses to execute the Contract, if required, or (ii) fails or refuses to furnish the Performance Security, in accordance with the ITB, and (iii) does not accept the correction of Bid price pursuant to ITB Clause 31.
This Guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of the Contract signed by the Bidder and the Performance Security issued to you upon the instruction of the Bidder; or (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder that the Bidder was unsuccessful; or (ii) forty-five days after the expiration of the Bidder’s Bid.
Consequently, any demand for payment under this Guarantee must be received by us at the office on or before that date.
52
This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.
[Signature(s) of authorized bank’s representative(s)]
53
MANUFACTURER’S AUTHORIZATION
[The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated. This letter of authorization should be on the letterhead of the Manufacturer and should be signed by a person with the proper authority to sign documents that are legally binding on the Manufacturer. The Bidder shall include it in its bid, if so indicated in the BDS.]
Date: [insert date (as day, month and year) of Bid Submission]NCB No.: [insert number of bidding process]
Alternative No.: [insert identification No if this is a Bid for an alternative]
To: [insert complete name of Purchaser]
WHEREAS
We [insert complete name of Manufacturer], who are official manufacturers of [insert type of goods manufactured], having factories at [insert full address of Manufacturer’s factories], do hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which is to provide the following Goods, manufactured by us [insert name and or brief description of the Goods], and to subsequently negotiate and sign the Contract against the above IFB.
We hereby extend our full guarantee and warranty in accordance with Clause 28 of the General Conditions of Contract, with respect to the Goods offered by the above firm against this IFB.
No company or firm or individual other than M/s. ____________________ are authorized to bid, and conclude the contract for the above goods manufactured by us against this specific IFB. [This para should be deleted for simple items where manufacturers normally sell the product through different stockists].
Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]
Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]Title: [insert title]
Duly authorized to sign this Authorization on behalf of: [insert complete name of Bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]
Note – Modify this format suitably in cases where manufacturer’s warranty and guarantee are not applicable for the items for which bids are invited. If the supply consists of number of items, indicate the specific item (s) for which alone the above authorization is required.
54
55
SECTION V. – ELIGIBLE COUNTRIES
Public Information Center
Eligibility for the Provision of Goods, Works and Services in Bank-Financed Procurement
1. In accordance with Para 1.8 of the Guidelines: Procurement under IBRD Loans and IDA Credits, dated May 2004, the Bank permits firms and individuals from all countries to offer goods, works and services for Bank-financed projects. As an exception, firms of a Country or goods manufactured in a Country may be excluded if:
Para 1.8 (a) (i): as a matter of law or official regulation, the Borrower’s Country prohibits commercial relations with that Country, provided that the Bank is satisfied that such exclusion does not preclude effective competition for the supply of the Goods or Works required, or
Para 1.8 (a) (ii): by an Act of Compliance with a Decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s Country prohibits any import of goods from that Country or any payments to persons or entities in that Country.
2. For the information of borrowers and bidders, at the present time firms, goods and services from the following countries are excluded from this bidding:6
(a) With reference to paragraph 1.8 (a) (i) of the Guidelines:__________________________________________________
(b) With reference to paragraph 1.8 (a) (ii) of the Guidelines:__________________________________________________
6 Any questions regarding this list should be addressed to the Director, Procurement Policy and Services Group, Operational Core Services Network, The World Bank
55
SECTION VI – SCHEDULE OF REQUIREMENTS
1. LIST OF GOODS AND DELIVERY SCHEDULE..............................................................60
2. LIST OF RELATED SERVICES [ITB CLAUSE 14.6(D)] AND COMPLETION
SCHEDULE.............................................................................................................................. 61
3. TECHNICAL SPECIFICATIONS........................................................................................ 62
4. DRAWINGS......................................................................................................................... 80
5. INSPECTIONS AND TESTS............................................................................................. 187
6. PROFORMA OF CERTIFICATE FOR ISSUE BY THE PURCHASER AFTER
SUCCESSFUL INSTALLATION AND STARTUP OF THE SUPPLIED GOODS...............188
7. PERFORMA FOR PERFORMANCE STATEMENT.......................................................190
8. Declaration for Excise Benefits..........................................................................................191
57
58
1. LIST OF GOODS AND DELIVERY SCHEDULE
Line Item
N
Description of Goods Quantity Physical unit
Final (Site) Destination as
specified in BDS
Delivery (as per Incoterms) Date
Earliest Delivery
Date
Latest Delivery
Date
Bidder’s offered
Delivery date [to be provided by the bidder]
Bid Security in
Indian Rupees
[insert item No]
[insert description of Goods] [insert quantity of item to be supplied]
[insert physical unit for the quantity]
[insert place of Delivery]
[insert the number of days following the date of effectiveness the Contract]
[insert the number of days following the date of effectiveness the Contract]
[insert the number of days following the date of effectiveness the Contract]
1 Posters
215836 Nos As per Annexure at Technical specification.
Vide Annexure
Vide Annexure
1,98,000/-
2 Stickers 194284 Nos3 Flipbooks 7000 Nos4 Pamphlet 652000 Nos
58
Note: Items 1 &2 have to be displayed in all Health Facilities (PHCs, GHs, Medical College Hospitals, Municipal Hospitals and Dispensaries) as mentioned in the place of delivery
59
2. List of Related Services [ITB Clause 14.6(b)] and Completion Schedule
Service Description of Service Quantity1 Physical Unit
Place where Services shall be
performed
Final Completion Date(s) of Services
[insert Service No]
[insert description of Related Services][Insert after modifying as appropriate deleting inapplicable items from the following:]
[insert quantity of items to be supplied]
[insert physical unit for the items]
[insert name of the Place]
[insert required Completion
Date(s)]
Posters and Stickers have to be displayed in all Health Facilities (PHCs, GHs, Medical College Hospitals, Municipal Hospitals and Dispensaries) as mentioned in the place of deliveryPerformance or supervision of the on-site assembly and/or start-up of the supplied Goods
Furnishing of tools required for assembly and/or maintenance of the supplied Goods
Furnishing of detailed operations, service and maintenance manual for each appropriate unit of supplied Goods
Comprehensive maintenance and/or repair of the supplied Goods, for a period of 5 years, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract per unit / per year
Training of the Purchaser's personnel, at the Supplier's plant and/or on-site, in assembly, start-up, operation, maintenance and/or repair of the supplied Goods
60
61
3. TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATION FOR PRINTING AND DISPLAY OF POSTERS, STICKERS, FLIPBOOKS AND PAMPHLETS ON
PROGRAMMES OF TNHSP S.no
Type of material Technical specification
1 Posters
30''X20'' (Inches), Multi coloured Printing, Art Paper with strip gumming & release base on top and bottom of the poster, with Lamination of 15 microns, 170 GSM.
2 Stickers(19.5'' x 9” Inches),5 designs,130 GSM,Multi coloured printing,Art paper with adhesive at the entire back side of the sticker
3 Flip booksMulti coloured printing,40 pages ,250 GSM art board,spiral type model,A4 Size with lamination 15 microns.
4 PamphletsPamphlets:80 GSM ,Art paper,Multicoloured printing,Single fold type, A4 Size ( 4 pages)2 Types
61
Terms of Reference Hiring the services of a Agency to print, replicate and deploy Behaviour Change Comunication (BCC) print materials on programmes such as Cardio vascular Diseases prevention (CVD), Cervical Cancer screening and treatment, CEmONC and tribal health initiatives implemented by Tamil Nadu Health Systems Project (TNHSP) .
1. BackgroundThe Tamil Nadu Health Systems Project (TNHSP) is being implemented in Tamil Nadu from
January 2005 with the financial assistance from the International Development Association. The primary focus of the project is to strengthen the secondary level health facilities in providing quality health care services to the poor thereby reducing the mortality, morbidity and disability especially in the areas of maternal and child health, tribal health and non communicable diseases.
Important activities of the project amongst various others include,
1. Strengthening of 24 hours Comprehensive Emergency Obstetric and Newborn Care (CEmONC) Centres and creating a demand for the services amongst the population2. Tribal Health Development Initiatives3. Creating awareness about Cardiovascular Diseases and Diabetes Mellitus and its predisposing risk factors through sensitization campaigns and to bring about life style and behaviour modification among various target groups and to prevent the risks of Cervical and breast Cancer in the state of Tamil Nadu through awareness generation and provision of screening , and treatment services.
a. Strengthening of CEmONC CentresThe birth rate of Tamil Nadu is 16.5 with an infant mortality rate of 37 per 1000 live births and a
maternal mortality rate of 92 per one lakh live births. This is so low in comparison with the other states of India, but still higher than the developed countries of the world. Over the years, Government has been striving hard to improve maternal care and thereby reduce maternal mortality. Considering all maternal deaths, 75% of them occur during the natal and post natal period. One fifth of these deaths occur during transit towards the nearest health facility. Further reduction in the maternal mortality rate in the state would depend crucially on the provision of quality emergency obstetric services. The Government of Tamil Nadu has therefore established 24 hours comprehensive emergency, maternity, obstetric and newborn care services (CEmONC) in 62 district and sub district hospitals and 15 medical college hospitals in Phase I and 32 more centres in phase II to provide definite and quality services to any woman in labour without referring to another hospital These hospitals were selected in such a way that the pregnant mother would not have to travel more than 30 minutes to one hour to reach a CEmONC Centre. The CEmONC Centre is equipped with both manpower and the infrastructure required to také care of the mother and the new born. Round the clock, the centre has Obstetricians, Paediatricians, Doctors, Staff Nurses, Lab Technicians, and support staff on duty and Anaesthetists on call.Intensive inputs were provided, in terms of training and physical infrastructure to ensure quality care. Doctors and nurses positions have been sanctioned and posted exclusively for CEmONC services in addition to the existing doctors and nurses.
62
The centres are equipped with a fully functional maternity block, including a labour ward, operation theatre, blood bank / storage unit, new born ward, new born intensive care unit ( NICU ) and isolation ward. Yet, the challenge remains in creating a demand for the usage of the services .This can be achieved only through a suitable communication campaign.
b. Tribal Health Development
In Tamil Nadu, the tribal population of 6.24 lakhs live scattered in all districts and predominately live in 13 districts which are hilly and difficult terrain. Initial studies have indicated that the tribal population in the Tamil Nadu have considerably poor health outcome than the non-tribal population and the utilization of health services is also low among this population. Years of work among the tribals have made the NGOs to have a very good understanding of the reasons for the low utilization and limited access. The efforts put in by the Non Governmental Organizations (NGOs) to offer health care services through the available infrastructure & manpower are not able to reach the tribal due to various operational /logistics problems in the tribal regions. Thus the health status of these people has not improved compared to the people living in plains. This stands as a stumbling block in improving the overall health indicators of the State.
In order to address this the Government of Tamil Nadu had initiated the tribal health project through TNHSP to improve the health status of people of Tamil Nadu by utilizing the existing secondary care services in the State. The following activities are now being implemented by TNHSP utilizing the World Bank assisted funds
Tribal Outreach Services Under the tribal health outreach services, 12 mobile outreach vans have been provided. The
mobile outreach van has a medical team consisting of one Medical officer, a Staff Nurse, one Auxiliary Nurse Midwife (ANM), a lab technician and a driver. The outreach services are operated by NGOs through a Public private partnership (PPP) model. From 2008 to August 2011 total of 878502 out patients are examined through the tribal mobile outreach services
Bed grant of NGO hospitals Though the public health care facilities in the tribal areas have adequate infrastructure and
manpower, the OP strength and the bed occupancy utilization is very low. The tribal population is attracted by the services that are provided by the committed NGOs since these are nearer to them. Inorder to support / encourage the services provided by the NGOs the bed grant scheme was sanctioned to provide inpatient services for the tribal population. This is done in two NGO run hospitals as a pilot programme. All costs associated with inpatient care for the tribals are reimbursed.
Sickle Cell Anemia Intervention Programme Sickle cell anemia is common among the primitive tribes of Nilgiris district and therefore the
Sickle Cell Anemia intervention programme aimed at prevention, screening, detection and treatment of
63
sickle cell disease is being implemented as a pilot through two NGO run hospitals supported by TNHSP. The programme was implemented from November 2007. It till August 2011 around 35,000 tribal population were screened in Gudalur and Pandalur blocks of Nilgiris district. About 199 positive cases were detected and the positive cases were given treatment for minor ailments and also IP treatment. They were also given vitamin and iron tablets along with hydroxy urea tablets. The positive children were given pencillin prophulaxis and pneumococcal vaccination. Counselling including premarital counselling were given.The response to the programme is very encouraging and this activity needs to be sustained beyond the project period.
Ante Natal mothers stay plan in PHCs Most of the Tribal Inhabitation are at very remote areas hence, the Primary Health Centres (PHCs) are not easily accessible to them. Further because of the myths and misconceptions that are prevalent in the tribal population the number of Ante natal mothers utilizing the PHCs for delivery is very low. To address this a pilot programme was implemented by Tamil Nadu Health Systems Project in the following four primary health centres where expectant mothers are brought in from their place of residence to a PHC, three days before their expected delivery date.
District Primary Health CentersSalem ValavanthiNamakkal ValavanthinaduDharmapuri KottaipattiVellore Pudunadu
The cost of shelter, medical attention, and food is taken care of by the state for the mother and an attender. This is expanded shortly to all tribal districts through the National Rural Health Mission. At present the programme is implemented in 20 PHCs of the state.
Counseling service in tribal PHCs & Hospitals TNHSP is implementing many tribal health initiatives to improve the health status of the tribals living in remote tribal areas. Inspite of the availability of well organised primary and secondary healthcare services the tribals are hesitant to go to these institutions under the assumption that the health care providers do not have the sympathy and attention for them.
Hence it was decided to create a link between the tribal community and service providers of these institutions by engaging a link person selected from the tribal community as counselors. These counselors were trained in counseling services and put into service in 25 Government Hospitals and 5 PHCs as a pilot initiative. Their services are proved to be effective and are appreciated by the tribals as well as the service providers. At present there are 30 tribal counselors in the tribal districts. Totally 7,82,702 patients were counseled from March 2008 till August 2011.
All the above activities are upscaled during the extended phase of the project. 8 more mobile outreach services and screening of hill tribes in Jawadu district of Vellore district for screening Sickle Cell
64
Anemia/ Thalasseemia are addtions to the existing programme. Also two more NGO hospitals under Bed grants scheme and tribal Counsellors have been added during the Addtional financing period of the project.
Inspite of the above efforts, the utilization of health care services by the tribal population is still very low. So, now it is essential to implement a Behavior Change Communication (BCC) campaign through print media materials to create awareness on the health facilities available to them at their doorstep and utilize the same effectively.
c. Cardio Vascular Diseases and Diabetes mellitus prevention & screening and treatment of Cervical and breast cancer:
Over the last few decades, Tamil Nadu has made considerable progress in health care activities. The disease burden to communicable disease has been reduced largely. However, the non – communicable diseases, especially cardiovascular disease (CVD), diabetes mellitus, various cancers etc are showing an increasing trend. Among the non communicable diseases, chronic disease like Cardiovascular diseases, cancer, respiratory diseases and diabetes account for high morbidity and mortality with an increasing trend in the developing countries.
In India, Cardiovascular Disease (CVD) is the largest cause of death and disability. By 2020, 2.6 million Indians are predicted to die due to coronary heart disease, which constitutes 54.1% of all CVD deaths. Nearly, 50% of these deaths are likely to occur among the productive young / middle age group, which will have a negative bearing on the Indian economy.
The Tamil Nadu Health Systems ensures quality healthcare through risk factor reduction for Cardiovascular Diseases. The pilot programme done in two districts of Virudhunagar and Sivaganga were aimed at creating awareness about CVD and its predisposing risk factors through sensitization campaigns and to bring about life style and behaviour modification in the target group. Specific BCC interventions such as formation of heartclubs, organising of competitions and rallies in schools, sensitisation programmes, group meetings,rallies,heartmelas, information of village heart clubs in the community and specific lecture sessions, were means of interventions addressed for the various target groups. In addition Information Education and Communication (IEC) in the form of print, indoor and outdoor displays and mass media was done in the pilot districts to create awareness on the various factors causing CVD and to create a life style modification among individuals above the age of 30 years.
The Incidence of cervical cancer is very high in Tamil Nadu. It is the most common cancer occurring in Women. 80% of the population living in rural areas is at high risk due to low socio economic status, poor genital hygiene, and early marriage, lack of knowledge about their health status and availability of facilities. Early detection, screening and treatment are key factors to prevent the risks for cervical cancer. Specific intervention is at two levels viz. Primary prevention and secondary prevention. Primary prevention is aimed at community-based interventions such as
65
Awareness generation on risk factors for cancer cervix among the women through group meetings, Interpersonal communication, and mass media communication.
Awareness among doctors and paramedical personnel. Awareness among couples. Secondary prevention is aimed at screening for early detection, referral and management.
The project has implemented a pilot on screening women within the age group of 30 to 60 years for cervical cancer using Visual Inspection with Acetic acid ( VIA ) and Visual Inspection with Lugols Iodine (VILI) on a very large scale for last three years. This pilot was implemented in two districts of TamilNadu, Thanjavur and Theni since Nov 2006. IEC messages for women above 30 years of age was given in the form of print, indoor and outdoor materials and mass media
Coverage in the CVD pilot districts In the school based interventions, 19000 students of Standard VII - IX from 25 schools in each of
the two pilot districts were sensitized with messages on CVD risk factors and its prevention through awareness programs like Junior heart clubs, Heart Melas on ‘Avoidance of Risk factors’ etc.
Work place intervention included sensitisation of 3441 employees in ten workplaces (five in each district)
At Community level, 4,55,145 individuals had IEC interventions through various approaches like group meetings, rallies, heart melas, bus hoardings, radio broadcasts etc.
12,31,259 individuals were screened for Hypertension in Sivaganga and Virudunagar districts in the Clinic based intervention. Among those screened, 77,757 newly detected cases of hypertension were investigated and put on treatment and followed-up regularly. Counselling on life style modification were provided to all screened individuals and newly detected patients.
Coverage in the Cervical Cancer pilot districts 1,96,559 women in Theni district and 2,91,525 women in Thanjavur district were screened for
Cervical Cancer using VIA / VILI technique. Among those screened, 5090 women from Theni and 15743 women from Thanjavur were found
positive in the primary screening and referred for confirmation by Colposcopy examination. 241 women from Theni and 942 women from Thanjavur were confirmed for Cervical Cancer. 76 women from Theni and 517 women from Thanjavur were treated for cervical cancer.
Lessons learnt This innovative pilot approach to combat Hypertension and Cervical Cancer was first of its kind
in the country to cover a fairly large population The comprehensive approach by creating awareness on risk factors, screening, diagnosis,
treatment and follow-up of individuals with Hypertension / Cervical Cancer have yielded appreciable results and opened the way for replicating it in other districts
The cost analysis shows that the screening and treatment program for hypertension / Cervical Cancer is relatively inexpensive in terms of cost per person screened and treated. The unit recurring costs for Hypertension were Rs.28 per person screened and Rs.883 per person treated: the unit recurring cost for screening a woman for Cervical Cancer was Rs.102.
66
The investment made on screening is very negligible when compared to huge expenditures which may be incurred for treating full blown cases.
Up-scaling NCD interventions in Tamil NaduThough communicable and Non-Communicable diseases pose a dual economic burden on the
state, Non-Communicable diseases such as Hypertension, Diabetes Mellitus, Breast and Cervical Cancers, if not addressed by way of suitable interventions, would cost the health systems a huge expenditure later for treating the diseased at advanced stage of illness.
As the Pilot experience proved as an effective & feasible model, Tamil Nadu Health Systems Project proposed to scale up the activities along with additional interventions for Diabetes Mellitus and Breast cancer during 2011- 2013 for the target population as detailed below;
Prevention and treatment of Hypertension (HT) & Diabetes Mellitus (DM) among 30 years and above men & women.
Screening and treatment of Cervical & Breast cancer among 30 years and above women. The objective of the programme on hypertension and diabetes mellitus is to reduce morbidity and mortality due to hypertension and diabetes mellitus through:-
Creating awareness through Behavioral Change Communication (BCC) and bring about Life Style Modification (LSM).- Primordial Prevention
Screening for early detection of Hypertension and Diabetes Mellitus - Primary Prevention Treatment of Hypertension and Diabetes Mellitus - Secondary Prevention. Timely detection and treatment of complications.
The main objectives of this programme on cervical and breast cancer are: To create awareness in the community on the risk factors, symptoms, benefits of regular
screening and early detection, services available and the facilities providing the services for screening and treatment of cervical and breast cancer and to specifically inculcate periodical Breast Self Examination (BSE) among women in the community.
To motivate, counsel and screen women of 30 years and above visiting the health facility for both cancers irrespective of presence of any symptoms
To refer all screened positive women for further evaluation, confirmation and treatment if required.
To ensure that medical and para medical personnel in the health facilities uniformly adopt the approved screening and treatment protocol.
The up scaling of implementation in rest of the districts is planned in a phased manner as detailed below:
Phase I districts(2011)
Phase II districts(2012)
Chennai Thiruvallur
67
Cuddalore Thiruvannamalai
Kancheepuram Vellore
Villupuram Salem
Madurai Namakkal
Virudhunagar * Krishnagiri
Sivagangai * Dharmapuri
Theni * Karur
Dindugul Coimbatore
Trichy Tirupur
Perambalur Nilgiris
Thanjavur * Erode
Ariyalur TirunelveliNagapattinam TuticorinThiruvarur Kanniyakumari
Pudukottai Ramanathapuram* Districts where NCD interventions were piloted will continue to provide the services.
While a national database on NCD is still far from reality, only few Private health care institutions providing NCD interventions maintain some sort of registry for their cohort of patients. Against this background, the Upscaling of the programme will provide for the first time in India, a population cum hospital based data for a large number of patients registered for screening, treatment and follow- up over years. The registration of Cervical and Breast cancer patients would serve a good base for the Cancer Registry system as well.
The department of health and family welfare has planned the implementation of NCD programme in Co-ordination with other departments like Education, Labour, Rural, Municipal Administration & Corporation and ESI so that respective target populations get covered in a holistic manner. Co-ordination with other departments
In the up-scaling programme, in addition to implementing the NCD programme in the three tiers of health system namely DPH, DMS and DME, it is planned to involve other departments like Education, Rural Development, Labour, ESI and Municipal administration to reach out various groups in the community thus ensuring best results. These departments are eminently placed to support the TNHSP in realizing the desired objective of NCD control in the state and making a difference in the lives of the people. The partnerships would leverage on the strengths of the respective departments in the implementation services of the NCD programme.
Education department
Rural Development
Labour department ESI Municipal Administration &
68
Department CorporationSchool based interventions
Community based intervention
Workplace based intervention
Clinic based intervention
Clinic based intervention
Incorporating NCD in the curriculum of Std VI - IX
Sensitization of school teachers
Forming Junior Heart Clubs, organizing Exhibitions, Rallies, Competitions, Display of IEC materials
Interaction with Parent - Teachers association.
Training of the Community Professionals (CP) / Community Resource Persons (CRP) of the Rural Development Department on NCD interventions.
Sensitization of the SHG members by trained CPs & CRPs
SHG members will create awareness in the community on the benefits of the NCD programme
Coordination between SHGs and local VHNs in mobilization of community to go for screening / treatment followup.
Provision of IEC materials to the SHG members to facilitate the mobilization and creating awareness.
Advocacy with trade unions to facilitate employees to benefit from NCD interventions using available Government/ private Health facilities. Creating awareness on Life style modification for NCD prevention among the employers and employees by encouraging physical activity, modification of food preparation in canteen, tobacco control measures. Provision of IEC materials for display in the factories / industries.
Screening and treatment services for four NCDs for the ESI employees and their families at ESI dispensaries & Hospitals. Provision of IEC materials for display in the ESI dispensaries & Hospitals.
Screening and treatment services for four NCDs at 100 selected municipal & Corporation dispensaries and hospitals to cover urban population Provision of IEC materials for display in the Municipal & Corporation dispensaries & Hospitals
69
School based interventionsThe risk of cardiovascular disease among young adults is increasing substantially and it is very
important that the school students understand the implications due to Non –Communicable Diseases (NCD) and the importance of prevention. It is very important that the adolescent age group do not acquire habits such as smoking, alcohol intake during their adolescence and it is the right time to cultivate in them healthy life style practices like adequate physical activity, eating healthy food etc. Through dissemination of key messages, school children can learn about the gravity of the problem and adapt positive behavior practices. School children who are sensitized become ambassadors of change and spread message on the prevention of NCDs to their parents and community especially in rural areas.
The Tamil Nadu Health Systems Project initially piloted Cardio-Vascular Prevention and Treatment Programme in Virudunagar and Sivaganga districts. The school based intervention in the pilot project aimed at creating awareness among 19000 Students.
In up scaling the NCD program to other districts in Tamil Nadu, the Tamil Nadu Health Systems Project has initiated the activities in co ordination with the School education department covering about 17,000 schools that includes the middle and higher secondary schools. A nodal officer in the rank of Joint Director of school education has been identified at the state level to coordinate the activities with the Project Management Unit of TNHSP. At the district level, Inspector of school will monitor the implementation of the intervention in the schools. Chapters on non-communicable dieases and their prevention have been incorporated for Standards (VI – IX) on the following themes;
VI std – Risk factors of heart disease VII std – Diabetes Mellitus, importance of physical activity VIII std- Hazards of smoking & healthy eating IX std – effects of smoking on various parts of human body, obesity and healthy life style.
The school based interventions would focus on the following activities; Develop communication materials on CVDs and the best communication material would be
selected and awarded prizes at district and state level. To display communication materials on CVD, Diabetes and ill-effects of smoking, organize
exhibitions / rallies and conduct quiz competitions To use Parent Teacher Association meetings and morning assemblies to communicate messages
on the CVD, diabetes, smoking and their prevention The members of the Health Clubs formed at schools would undertake activities like
discouraging the students from consumption of fried and unhealthy foods from the shops near the schools and advocate with the nearby shopkeepers / canteen not to sell cigarettes & fried foods to children.
Encourage students to communicate on the ill effects of smoking and NCDs to their peer groups and also take messages to their parents & relatives on the need to reduce salt
70
consumption & avoid reuse of oil for frying. Invite doctors from nearby hospitals / PHC’s to talk on issues of health, specifically on CVD,
diabetes and smoking
Workplace based interventions
There is high prevalence of risk factors for Cardio Vascular Diseases (CVD) such as obesity, sedentary life style, smoking, stress, poor physical activity, difficulty in accessing healthy food etc.. Studies conducted among industrial workers and in the baseline survey conducted in 2006 by Tamil Nadu Health Systems Project among the workforce also point out towards this.
A large number of the workforce suffers from Obesity, Diabetes Mellitus Hypertension, and CVDs. Most of the workers take food in the eateries in their factories or industries where the right dietary practices may not be followed.
Hence, the Tamil Nadu Health Systems Project has planned to implement workplace based NCD interventions among the workforce in co-ordination with the department of Labor. A nodal officer has been identified at the state level from the office of Commissioner of Labor to coordinate the implementation of the NCD program among the workforce.
The key objectives for the workplace based interventions are;
To create awareness among the workforce on the risk factors related to NCD and its prevention & treatment aspects
To inculcate healthy practices like promotion of physical activity, bringing necessary dietary practices in the eateries in workplaces etc.. with the aim to prevent emergence or development of risk factors for NCD
To encourage the employer, employees and their families to go for screening for Diabetes Mellitus, Hypertension, Cervical and Breast cancer in the nearby health facilities like Primary Health Centre / Government Hospital / Medical college hospital / ESI dispensaries & hospitals / selected Municipal dispensaries & hospitals
The labor department has State and District frame. The state headquarters is at Chennai headed by the Commissioner of Labor with 17 Unorganized Workers Welfare Boards functioning under it. There are four Zonal level Joint / Additional Commissioners at Coimbatore, Trichy, Madurai and Chennai and Regional level Joint Commissioners for Chennai, Coimbatore, Trichy, Salem, Madurai, Tirunelveli, Coonoor and Dindigul regions Within the district frame, there is unorganized sector which are registered as labor unions and other group falling under shops and establishments. Besides, there are plantation laborers who come under a board. At the district level, there is a District Labor Welfare Officer. There is also a labor division under Government of India in Chennai headed by Chief Labor Commissioner which covers all public sector undertakings including banking sector.
71
The key activities planned are:
State level sensitization of officials and staff from the department of Labor and from the Confederation of Indian Industries (CII).
Contracting an agency for the implementation of activities in the industrial units, factories, and establishments in the state for conducting the advocacy meetings with the labor union members across the state.
Formation of Heart Clubs in workplaces
Bringing changes in the dietary practices in the eateries and smoke free environment in work establishments
Sharing IEC materials on NCD for display at workplaces.
Clinic based interventions for prevention and treatment of Hypertension & Diabetes Mellitus
Level of the Health facility Services provided
Primary Health Centre * Screening for Hypertension & Diabetes Mellitus
* Investigations * Treatment and follow-up * Referral to Government Hospital/ Medical College Hospital when required. Government Hospital * Screening for Hypertension & Diabetes Mellitus
* Investigations * Treatment and follow- up * Referral to Medical College Hospital when required.
Government Medical College * Screening for Hypertension & Diabetes Mellitus Hospital * Investigations
* Investigating and treating referred patients with complications due to hypertension / diabetes
mellitus
* Referring back to health facilities for continuing treatment and regular follow –up. 72
Clinic based interventions for prevention and treatment of Cervical Cancer & Breast Cancer
Level of the Health facility Services provided Health Sub Centre *Sensitization of the community on Breast Cancer
importance of regular periodical screening, practicing Breast Self Examination (BSE), and follow-up through the CPs/CRPs (under the guidance of VHN) from the
Rural Department
* Enumeration of target women and referral to the nearby screening centre
Primary Health Centre * Clinical Breast Examination (CBE) by a Medical Officer or a Gynecologist or General Surgeon or a female Para Medical Staff (Auxillary Nurse Midwife /Staff Nurse) specially Identified and trained. * Treatment of minor conditions * Referral to Govt. Hospital or Medical College
Hospital
Government Hospital * Clinical Breast Examination (CBE) by a Medical Officer or a Specialist (Gynecologist /
General Surgeon) or a female Para Medical
Staff (Auxiliary Nurse & Midwife /Staff Nurse) specially identified and trained.
* FNAC / Biopsy/ nipple secretion Cytology by General surgeon specially identified and trained.
* Treatment of inflammatory & benign conditions and referral to medical college.
Government Medical College * Clinical Breast Examination (CBE) by a Medical OfficerHospital or a Specialist (Gynecologist /General Surgeon) or a female Para Medical Staff (Auxiliary Nurse & Midwife /Staff Nurse) specially identified and trained.
* FNAC / Biopsy/ nipple secretion Cytology by General Surgeon/Pathologist specially identified and trained * Mammography / USG Breast by Radiologist
specially identified and trained.
* USG guided biopsy by radiologist specially identified and trained. * Trucut and open biopsy by surgical oncologist specially identified
* Treatment of Inflammatory, benign & malignant conditions by medical, surgical and radiotherapy modes of treatment by tumour board.
73
Provision of services in the health facilities – Breast Cancer
Level of the Health facility Services provided
Health Sub Center * Sensitization of the community on cervical
cancer, importance of regular periodical screening and follow-up.
* Enumeration of target women and referral to the
near screening center
Primary Health Centre * VIA/ VILI under magnification to be provided by Female MO/ OG Specialists/ Female Para Medical Staff (ANM/SN), who are specially identified and trained.
* Treatment of Inflammatory Conditions
Government Hospital * VIA/VILI under magnification to be provided by Female MO/ OG Specialist/ Female Para
Staff (ANM/SN), who are specially identified and trained. * Colposcopy for further evaluation to be
provided by OG specialists – specially identified & trained
* Treatment of inflammatory, benign and pre cancerous conditions
Government Medical College * VIA/ VILI under magnification to be provided Hospital by Female MO/ OG Specialist/ Female Para
Medical Staff (ANM/SN), who are specially identified and trained.
* Colposcopy for further evaluation to be provided by OG specialists specially
identified & trained
* HPE confirmation by pathologists specially identified & trained. * Treatment of inflammatory, benign, pre cancerous and malignant conditions by surgery, Chemotherapy & Radiotherapy.
74
Community based initiatives for mobilization of target beneficiaries
The success of the four important NCD interventions depends on the creation of awareness in the community by field workers so that the target population gets sensitized and report at the health facilities to benefit from interventions.
In this regard, it would be appropriate to reach out to the wide network of Self Help Group (SHG) women across the state of Tamil Nadu. The wide network of SHG members and their families would be a very important group among the beneficiaries of this programme. The SHGs provide an excellent forum to disseminate the knowledge and information to their own families and those in the community. It is intended to tap their potential to address the larger community as well. This would be accomplished through a set of activities detailed below:-
The Community Professionals (CP) of Vazhndu Kattuvom Project (VKP) / Community Resource Persons (CRP) of Women’s Development Corporation of the Rural Development department are the resource persons who have been identified to sensitise the SHG women. The CPs / CRPs would be initially trained on the NCD interventions.
The CPs & CRPs (6500) will in turn sensitize the SHG members on the NCD interventions for a maximum of six days in a month. One CP / CRP will cover two panchayat blocks in a district.
In addition to the target population, CPs / CRPs will also take opportunity to sensitize individuals at National Rural Employment Guarantee Act work sites (NREGA), large construction sites and other large gatherings such as fairs, temple festivals or any other large event such as SHGs conventions etc.,
Dissemination of IEC messages by CPs/ CRPs through hand outs, flip books, posters etc. The SHG members will also coordinate with local Village Health Nurses (VHN) to mobilize
the community for taking the benefits of intervention.
Inspite of the above measures there is a strong need to create awareness on large scale and also to reinforce the messages in the community. Thus an awareness creation through BCC print materials and through audio visual materials is essential to create behavior change.
2. Statement of objectives:
The objectives of the assignment are: To assist TNHSP in printing, replication and deployment of BCC print materials on the various programmes of TNHSP like Cardio vascular Diseases prevention (CVD), Cervical Cancer screening and treatment, CEmONC and tribal health programmes for effective behavior change and to improve health status of the people of Tamil Nadu.
75
3. Scope of the work The consultant is expected to
a. Print already developed BCC print media materials specific to the programmes of Tamil Nadu Health Systems Project such as Cardio vascular Diseases prevention (CVD), Cervical Cancer screening and treatment, CEmONC and tribal health initiatives
b. Deploy/Display the above printed materials as per the deployment plan provided by TNHSP
Description of the materials, their numbers and their content and the Deployment plan detailing where the materials have to be delivered is provided in annexure 1
The plan for display/pasting of the BCC print materials is provided in annex 2
The detailed quantity of materials is given in Annex 3
4. Guidelines/Terms for Printing,Deploying /Display of IEC print media materials:
Printed final sample proof should be shown to the health promotion wing of TNHSP and final approval shoud be obtained before proceeding with the printing and deployment of the BCC materials.
Total cost of the services should include - cost of printouts of the creatives for approval, - printing of materials in quantities specified, - packaging of all materials and deployment including forwarding/ transportation
of materials as specified in institutions/personnel in deployment plan; and - pasting /display of the BCC materials as per display plan
The agency should be accountable for printing, deploying/displaying of the Inter personal communication (IPC) materials like flipbooks and displaying of the print materials like Posters, stickers etc in the appropriate places as per the technical specifications, and as per the quantity, places of delivery/display prescribed in the bid document.
Only professional and highly experienced/qualified technicians should be used in printing of the BCC print media materials.
The details of materials to be printed and deployment plan, display plan for printed materials are provided in the Bid document.
The deployment/display of the BCC print materials pertaining to the NCD program (diabetes, hypertension, cancer cervix and breast cancer) should be done during the first
76
4 weeks and deployed within 8 weeks of signing of the contract in the phase I districts. The production of BCC materials pertaining to the NCD program should be done within 4 weeks and the deployment should be completed by 12 weeks in phase II districts of implementation of the NCD programme (districts list given under section 1.c.)
The agency should obtain due Acknowledgment of the successful distribution of the BCC print materials at the respective places from respective handover agencies mentioned in the supply and pasting plan of the BCC print materials given in the bid document.
Delivery deadline of the activities should be met without fail.
5. Schedule for completion of tasks
The tasks for the consultant will have to be completed as per the following planTasks to be completed Time schedule
2. Print already developed BCC print media materials specific to the programmes of Tamil Nadu Health Systems Project such as Cardio vascular Diseases prevention (CVD), Cervical Cancer screening and treatment, CEmONC and tribal health initiatives
4 weeks
3. Deploy/Display the above printed materials as per the deployment plan provided by TNHSP
8 weeks
6. Data, services and facilities to be provided by the client The Project Director, TNHSP (Client) will nominate a coordinator who will liaise between the
appropriate departments of the client and with the district level stake holders to facilitate the entire process.
The Client will ensure point person availability for smooth operations. The client will promptly furnish the agency with necessary information of the district level stake holders/depts. with whom the agency has to coordinate and deploy/display the IEC materials.
7. CoordinationThe consultant is expected to: Work closely with the Project Management Unit of TNHSP and all the line departments involved in implementation of the NCD programme
8. Procedure for review of reports.All outputs of the consultant shall be reviewed by the Project Evaluation and Review committee
constituted by the Project Director and also be sent to World bank for remarks.
77
9. Payment schedule1. 10% of the contract value on submission of the Bank guarantee 2. 30 % of the contract value on submission of the inception report containing details of the
production of the BCC print materials3. 30 % of the total contract value after completion of the deployment of the BCC print materials in
the phase I implementation districts of the NCD programme.4. 30% of the total contract value after completion of the deployment of the BCC print materials in
the phase II implementation districts of the NCD programme and on submission of the final report of deployment.
78
80
ANNEXURE 1 Tamil Nadu Health Systems Project
Details of BCC Print materialsType of material:Poster
S.no Title of the material Technical Specification Quantity
PHCs GHs
Medical college Hospitals
Muncipal dispensaries & Corporation hospitals
CPs/ CRPs
Schools
Work places PMU Total
1Mamaiyarum marumagalum
30''X20''(Inches),Multi coloured Printing, Art
Paper with strip gumming & release
base on top and bottom of the poster ,with
Lamination of 15 microns, 170 GSM.
3224 810 160 200 6500 2300 80 13274
2Parisothanayilthan theriyum 3224 810 160 200 6500
2300 8013274
3 Neengal ithaya noiyinal 3224 810 160 200 6500 5000 2300 80 182744 En manaivi 3224 810 160 200 6500 2300 80 132745 Thevayani 3224 810 160 200 6500 2300 80 132746 Panchathanthiram 3224 810 160 200 6500 5000 2300 80 182747 Gunapadutha mudiyum 3224 810 160 200 6500 2300 80 132748 Pugai 3224 810 160 200 6500 5000 2300 80 182749 Nalla cholestrol 3224 810 160 200 6500 5000 2300 80 18274
10 BreastCancer prevention 1 3224 810 160 200 6500 2300 80 1327411 BreastCancer prevention 2 3224 810 160 200 6500 2300 80 13274
12 CEmONC 3224 810 160 200 6500 2300 80
13274
13 Diabetes prevention 1 3224 810 160 200 6500 5000 2300 80 18274
14 Diabetes prevention 2 3224 810 160 200 6500 5000 2300 80 18274
Total 4513611340 2240 2800 91000 30000 32200 1120 215836
80
Type of material:Sticker
S.no Title of the material Technical Specification Quantity
PHCs GHs
Medical college Hospitals
Muncipal dispensaries & Corporation hospitals
CPs/CRPs
Schools
Work places PMU
1Thoppaiku good bye solveer (19.5'' x 9” Inches),5
designs,130 GSM,Multi coloured printing,Art paper with adhesive
at the entire back side of the sticker
1612 540 160 200 13000 10000 4600 500 306122 Udal paruman 1612 540 160 200 13000 10000 4600 500 306123 Fast food 1612 540 160 200 13000 10000 4600 500 306124 Ithaya nalam kappom 1612 540 160 200 13000 10000 4600 500 30612
5Karrupai vai noi parisothanai 1612 540 160 200 13000 4600
50020612
6 Diabetes 1612 540 160 200 13000 10000 4600 500 306127 Breast Cancer 1612 540 160 200 13000 4600 500 20612
Total 11284 3780 1120 1400 91000 50000 32200 3500 194284Type of material:Flipbooks S.no Title of the material Technical Specification Quantity
PHCs GHs
Medical college Hospitals
Muncipal dispensaries & Corporation hospitals
CPs/CRPs
Schools
Work places PMU
1 kalapaniyalar kaiyedu
Multi coloured printing,40 pages ,250 GSM art board,spiral type model,A4 Size with lamination 15 microns. 6500 500 7000
81
Total Type of material:Pamphlet S.no Title of the material Technical Specification Quantity
PHCs GHs
Medical college Hospitals
Muncipal dispensaries & Corporation hospitals
CPs/CRPs
Schools
Work places PMU
1 CVD & diabetes Pamphlets:80 GSM ,Art paper,Multicoloured printing,Single fold type, A4 Size ( 4 pages)2 Types
325000 1000 326000
2 CaCx and breast cancer 325000 1000 326000
Total 650000 2000 652000
82
Annexure 2
S.no
Type of material
Technical specification
Total Quantity Deployment Plan Remarks
a)Target group for Delivery of the BCC material
(Details of individual places
and quantity given in
Annexure:1)
b)Plan for pasting of the BCC material (Details of individual places and quantity given in Annexure:1)
Mode of receiving Acknowledgment
1 Posters
30''X20''(Inches),Multi coloured Printing, Art Paper with strip gumming & release base on top and bottom of the poster ,with Lamination of 15 microns, 170 GSM.
215836
To be supplied to the agency hired for work place intervention,30 district offices of school Education dept,32 dist offices of Vazhndu kattuvom project and to PMU,TNHSP.
To be pasted in the OP area,patient waiting area ,CVD and CaCx clinics and male and female l wards of PHCs,GHs,Medical college hospitals,Muncipal dispensaries and Corporation hospitals
Certificates of display to be received from the DPMU coordinators and submitted to PMU,TNHSP .Acknowledgement certificates of receipt to be submitted from the agency for workplace,32 district offices of education dept and from district offices of vazhndu kattuvom project,PMU and submitted to PMU,TNHSP
83
Annexure 2
S.no
Type of material
Technical specification
Total Quantity Deployment Plan Remarks
2 Stickers
(19.5'' x 9” Inches),5 designs,130 GSM,Multi coloured printing,Art paper with adhesive at the entire back side of the sticker
194284
To be supplied to the agency hired for work place intervention,32 district offices of school Education dept,32 dist offices of Vazhndu kattuvom project and to PMU,TNHSP.
To be pasted in the OP area,patient waiting area ,CVD and CaCx clinics and male and female wards of PHCs,GHs,Medical college hospitals,Muncipal dispensaries and Corporation hospitals
Certificates of display to be received from the DPMU coordinators and submitted to PMU,TNHSP .Acknowledgment certificates of receipt to be submitted from the agency for workplace,32 district offices of education dept and from district offices of vazhndu kattuvom project,PMU and submitted to PMU,TNHSP
3 Flip books
Multi coloured printing,40 pages ,250 GSM art board,spiral type model,A4 Size with lamination 15 microns.
7000
To be supplied to the 30 district offices of Pudhu vazhvu project of the state and to PMU,TNHSP
Acknowledgment certificates for receipt of the flipbooks to be received from the CPs,CRPs and from PMU and submitted to PMU,TNHSP.
84
Annexure 2
S.no
Type of material
Technical specification
Total Quantity Deployment Plan Remarks
4 Pamphlets
Pamphlets:80 GSM ,Art paper,Multicoloured printing,Single fold type, A4 Size ( 4 pages)2 Types
652000
To be supplied to the 32 district offices of Pudhu vazhvu project of the state and to PMU,TNHSP.
Acknowledgment certificates for receipt of the pamphlets to be received from the CPs,CRPs and from PMU and submitted to PMU,TNHSP.
85
Annexure 3 : Deployment Plan for the Print materials for the Programmes on Non Communicable Diseases (NCDs)and CEmONC
S.no
Places of Display
Quantity of IEC MaterialsTotal No. of
facilities(Approximat
e)
No of posters
per facility
No of sets per
facility
Total Nos
Total No of sets
No of stickers
per facility/Target
No of
sets
Total Nos
Total No of sets
No.of Flipbo
oks per
facility
Total Nos
Unit Qty of Pamphlets
Total Nos
Mode of Deploymen
t
1 PHCs 1612 28 2 45136 3224 7 1 11284 1612
To be pasted in the OP area,patient waiting area ,CVD and CaCx clinics of PHCs
2 GHs 270 42 3 11340 810 14 2 3780 540
To be pasted in the OP area,patient waiting area ,CVD and CaCx clinics male and female wards of ,GHs.
3
Medical college Hospitals 20 56 4 2240 160 28 4 1120 80
To be pasted in the OP area,patient waiting
86
Annexure 3 : Deployment Plan for the Print materials for the Programmes on Non Communicable Diseases (NCDs)and CEmONC
S.no
Places of Display
Quantity of IEC MaterialsTotal No. of
facilities(Approximat
e)
No of posters
per facility
No of sets per
facility
Total Nos
Total No of sets
No of stickers
per facility/Target
No of
sets
Total Nos
Total No of sets
No.of Flipbo
oks per
facility
Total Nos
Unit Qty of Pamphlets
Total Nos
Mode of Deploymen
t
area ,CVD and CaCx clinics and male and female wards of medical college hospitals
4 Municipal dispensaries & Corporation hospitals
100 28 2 2800 200 14 2 1400 200 To be pasted in the OP area,patient waiting area ,CVD and CaCx clinics and male and female wards of Muncipal dispensaries and Corporation
87
Annexure 3 : Deployment Plan for the Print materials for the Programmes on Non Communicable Diseases (NCDs)and CEmONC
S.no
Places of Display
Quantity of IEC MaterialsTotal No. of
facilities(Approximat
e)
No of posters
per facility
No of sets per
facility
Total Nos
Total No of sets
No of stickers
per facility/Target
No of
sets
Total Nos
Total No of sets
No.of Flipbo
oks per
facility
Total Nos
Unit Qty of Pamphlets
Total Nos
Mode of Deploymen
t
hospitals
5CPs/CRPs 6500 14 1 91000 6500 14 2 91000 13000 1 6500 100
650000
To be supplied to 32 dist offices of Vazhndu kattuvom project
6 Schools 5000 6 1 30000 5000 10 2 50000 10000 0
To be supplied to 32 district offices of school Education dept.
7Work Places 2300 14 1 32200 2300 14 2 32200 4600 0 0
To be supplied to the agency hired for work place intervention
88
Annexure 3 : Deployment Plan for the Print materials for the Programmes on Non Communicable Diseases (NCDs)and CEmONC
S.no
Places of Display
Quantity of IEC MaterialsTotal No. of
facilities(Approximat
e)
No of posters
per facility
No of sets per
facility
Total Nos
Total No of sets
No of stickers
per facility/Target
No of
sets
Total Nos
Total No of sets
No.of Flipbo
oks per
facility
Total Nos
Unit Qty of Pamphlets
Total Nos
Mode of Deploymen
t
8 PMU 1 1120 80 1120 80 3234 462 3500 500 500 500 2000 2000
To be supplied to PMU,TNHSP
Total 15823 1308 94 215836 19274 100 477 194284 30612 501 7000 210065200
0 Note:Posters:14 Types of designs = 1
set .In schools 1 set=5 designs.Stickers 1 set=7 types of designs.Flip book=1 type
design,Pamphlet=2 types of designs
89
91
DELIVERY PLACES
List of PHCs for Display of BCC Print materialsHUD: 1.ARANTHANGI
Dist:PUDUKOTTAI S.No
. BLOCK PHCPOSTERS QTY
STICKERS QTY
1 Aranthangi Attani 28 72 Aranthangi Maramadaki 28 73 Aranthangi Nagudi 28 74 Aranthangi Merpannaikadu 28 75 Aranthangi Poovaimanagar 28 76 Aranthangi Silathur 28 77 Avudayarkoil Mimisal 28 78 Avudayarkoil Ponbethi 28 79 Avudayarkoil Thiruppunnavasal 28 7
10 Avudayarkoil Karur 28 711 Gandharvakottai Pudunagar 28 712 Gandharvakottai Vellalaviduthi 28 713 Karambakudi Karambakudi 28 714 Karambakudi Kottaikadu 28 715 Karambakudi Malayur 28 716 Karambakudi Papparapatti 28 717 Karambakudi Ragunathapuram 28 718 Karambakudi Vanakkankadu 28 719 Manamelkudi Ammapattinam 28 720 Manamelkudi Kottaipattinam 28 721 Manamelkudi Singavanam 28 722 Thiruvarankulam Arayapatty 28 723 Thiruvarankulam Keeramangalam 28 724 Thiruvarankulam Kothamangalam 28 725 Thiruvarankulam Thiruvarankulam 28 726 Thiruvarankulam Vadakadu 28 727 Thiruvarankulam Vallatharakottai 28 728 Thiruvarankulam Vennavalkudi 28 729 Thiruvarankulam Neduvasal East 28 7
HUD: 2.CHEYYAR Dist:TIRUVANNAMALAI
Sl. No BLOCK PHC 1 Anakkavur Akkur 28 72 Anakkavur Kovilur 28 73 Anakkavur Veerampakkam 28 7
91
4 Arani(East) Mullanthiram 28 75 Arani(East) Nesal 28 76 Arani(East) S.V.Nagaram 28 77 Arani (East) Akrapalayam 28 78 Arani(West) Devigapuram 28 79 Arani(West) Kannamangalam 28 7
10 Arani(West) Malayampattu 28 711 Arani(West) Onnupuram 28 712 Arani(West) Thatchur 28 713 Arani(West) Kamakoor 28 714 Arani(West) Panaiyur 28 715 Cheyyar Melsesamangalam 28 716 Cheyyar Navalpakkam 28 717 Cheyyar Nedumpirai 28 718 Cheyyar Thozhupedu 28 719 Peranamallur Anaipogi 28 720 Peranamallur Kolapalur 28 721 Peranamallur Madam 28 722 Peranamallur Peranamallur 28 723 Thellar Desur 28 724 Thellar Kunnagampoondi 28 725 Thellar Malaiyur 28 726 Thellar Ponnur 28 727 Thellar Thellar 28 728 Thellar Nallur 28 729 Vandavasi Irumpedu 28 730 Vandavasi Kovalai 28 731 Vandavasi Osur 28 732 Vandavasi Vazhur 28 733 Vandavasi Ulundai 28 734 Vandavasi Keelkodungalur 28 735 Vembakkam Ariyur 28 736 Vembakkam Chinna Elacheri 28 737 Vembakkam Mamandur 28 738 Vembakkam Natheri 28 739 Vembakkam Perungattur 28 740 Vembakkam Vembakkam 28 741 Vembakkam Chithathoor 28 7
HUD;3.COIMBATORE
Dist:COIMBATORE S.No BLOCK PHC
92
.1 Anaimalai Aliyarnagar 28 72 Anaimalai Anaimalai 28 73 Anaimalai Peddanaickanur 28 74 Anaimalai Periapodu 28 75 Anaimalai Sethumadai 28 76 Anaimalai Top Slip 28 77 Anaimalai Mudis Nagar 28 78 Anaimalai Sholayar Nagar 28 79 Anaimalai Valparai 28 7
10 Anaimalai Kaliyapuram 28 711 Karamadai Chinnakallipatty 28 712 Karamadai Irumporai 28 713 Karamadai Karamadai 28 714 Karamadai Seeliyur 28 715 Karamadai Sirumugai 28 716 Karamadai Velliyankadu 28 717 Kinathukadavu Kinathukadavu 28 718 Kinathukadavu Nallattipalayam 28 719 Kinathukadavu Sokkanur 28 720 Madukarai Arisipalayam 28 721 Madukarai Madukkarai 28 722 Madukarai Maileripalayam 28 7
23 MadukaraiThirumalayampalayam
28 7
24 Madukarai Pothanur 28 725 Madukarai Sundakamuthur 28 7
26Perianaickenpalayam Mandhampalayam
28 7
27Perianaickenpalayam Thaliyur
28 7
28Perianaickenpalayam Thudiyalur
28 7
29Perianaickenpalayam Veerapandi 24
28 7
30 Pollachi (North) Negamam 28 731 Pollachi (North) Puravipalayam 28 732 Pollachi (North) Ramapattinam 28 733 Pollachi (South) Kanchanpatti 28 734 Pollachi (South) Kolarpatti 28 735 Pollachi (South) Zaminuthukuli 28 736 Sarkarsamakulam Sarkarsamakulam 28 737 Sarkarsamakulam Vellakinar 28 7
93
38 Thondamuthur Kalveerampalayam 28 739 Thondamuthur Karadimadai 28 740 Thondamuthur Puluvapatti 28 7
HUD:4. CUDDALORE Dist:CUDDALORE
S.No. BLOCK PHC 1 Bhuvanagiri Bhuvanagiri 28 72 Bhuvanagiri Krishnapuram 28 73 Bhuvanagiri Sethiathope 28 74 Annagiramam Melkumaramangalam 28 75 Annagiramam Melpattampakkam 28 76 Annagiramam Oraiyur 28 77 Cuddalore Karaikadu 28 78 Cuddalore Madalapattu 28 79 Cuddalore Naduveerapattu 28 7
10 Cuddalore Thiruvanthipuram 28 711 Cuddalore Thookanampakkam 28 712 Cuddalore Vellakarai 28 713 Kammapuram Kammapuram 28 714 Kammapuram Karumangudi 28 715 Kammapuram Palakkollai 28 716 Kammapuram Arasakuzhi 28 717 Kattumannarkoil Ayankudi 28 718 Kattumannarkoil Srimushnam 28 719 Kattumannarkoil Srineduncheri 28 720 Kattumannarkoil Veeranandapuram 28 721 Kattumannarkoil Muttam 28 722 Keerapalayam Orathur 28 723 Keerapalayam Palayamkottai 28 724 Keerapalayam Vilagam 28 725 Komaratchi Elleri 28 726 Komaratchi Komaratchi 28 727 Komaratchi Sivakkam 28 728 Komaratchi Vallampadugai 28 729 Komaratchi Vandaiyariruppu 28 730 Kurinchipadi Kullanchavadi 28 731 Kurinchipadi Theerthanagiri 28 732 Kurinchipadi Thiruchopuram 28 733 Kurinchipadi Vadalur 28 734 Kurinchipadi Venkadampettai 28 735 Kurinchipadi Thondamanatham 28 7
94
36 Kurinchipadi Kundiyamanallur 28 737 Kurinchipadi Puliyur 28 738 Mangalur Avatti 28 739 Mangalur Kazhudur 28 740 Mangalur Keeranur.E 28 741 Mangalur Mangalur 28 742 Mangalur Sirupakkam 28 743 Mangalur Thozhuthur 28 744 Nallur Nallur 28 745 Nallur Pennadam 28 746 Nallur Sirumangalam 28 747 Nallur Ganapathikurichi 28 748 Nallur Veppur 28 749 Nallur Tholaar 28 750 Panruti Kadampuliyur 28 751 Panruti Marungur 28 752 Panruti Perariankuppam 28 753 Panruti Veeraperumanallur 28 754 Parangipettai Gavarapattu 28 755 Parangipettai Killai 28 756 Parangipettai Mutlur.B 28 757 Parangipettai Puduchathram 28 758 Parangipettai Ayeepuram 28 759 Viruddachalam Karuveppilamkuruchi 28 760 Viruddachalam Mangalampettai 28 761 Viruddachalam Puliyur 28 7
HUD:5. DHARAPURAM Dist:ERODE
S.No. BLOCK PHC 1 Chennimalai Chennimalai 28 72 Chennimalai Kasipalayam.P 28 73 Chennimalai Vellode 28 74 Dharapuram Alingium 28 75 Dharapuram Ponnapuram 28 76 Dharapuram Thalavaipattinam 28 77 Kangeyam Chavadipalayam 28 78 Kangeyam Nathakadaiyur 28 79 Kangeyam Pachapalayam 28 7
10 Kodumudi Chennasamudram 28 711 Kodumudi Kollanalli 28 712 Kodumudi Kombanaipudur 28 7
95
13 Kodumudi Sivagiri 28 714 Kodumudi Thamaraipalayam 28 715 Kodumudi Thandampalayam 28 716 Kundadam Kullampalayam 28 717 Kundadam Sankarandampalayam 28 718 Kundadam Thayampalayam 28 719 Kundadam Kundadam 28 720 Kundadam Eswarachettipalayam 28 721 Modakurichi Aruchalur 28 722 Modakurichi Avalpoonthurai 28 723 Modakurichi Ganapathipalayam 28 724 Modakurichi Modakurichi 28 725 Modakurichi Elumathur 28 726 Moolanur Kannivadi 28 727 Moolanur Moolanur 28 728 Moolanur Vadugapatti 28 729 Perunthurai Pethampalayam 28 730 Perunthurai Thingalur 28 731 Perunthurai Vijayamangalam 28 732 Perunthurai Kanchikoil 28 733 Uthukuli Kunnathur 28 734 Uthukuli Uthukuli 28 735 Vellakoil Muttur 28 736 Vellakoil Vellakoil 28 737 Vellakoil Kambliampatti 28 7
HUD: 6. DHARMAPURI Dist: DHARMAPURI
S.No. BLOCK PHC 1 Dharmapuri Sholakottai 28 72 Dharmapuri Thurinjipatti 28 73 Dharmapuri Noolahalli 28 74 Harur Koothadipatti 28 75 Harur Kottapatti 28 76 Harur Theerthamalai 28 77 Harur Chinnakuppam 28 78 Karimangalam Hanumanthapuram 28 79 Karimangalam Jekkasamudram 28 7
10 Karimangalam Karimangalam 28 711 Karimangalam Periyampatti 28 712 Morappur Chinthalapadi 28 713 Morappur Kadathur 28 7
96
14 Morappur Kambainallur 28 715 Morappur Morappur 28 716 Morappur Ramiyenahalli 28 717 Nallampalli Indur 28 718 Nallampalli Laligam 28 719 Nallampalli Palayampudur 28 720 Nallampalli Bandahalli 28 721 Nallampalli Thoppur 28 722 Palacode Belrampatty 28 723 Palacode Marandahalli 28 724 Palacode Panchapalli 28 725 Palacode Pulikarai 28 726 Pappireddipatti Bairnatham 28 727 Pappireddipatti Boothanatham 28 728 Pappireddipatti Mallapuram.B 28 729 Pappireddipatti Mookareddipatti 28 730 Pappireddipatti Sitheri 28 731 Pappireddipatti Kalipettai 28 732 Pennagaram Eriyur 28 733 Pennagaram Nagadesampatty 28 734 Pennagaram Papparapatti 28 735 Pennagaram Perumpalai 28 736 Pennagaram Kadamadai 28 7
HUD: 7. DINDIGUL Dist: DINDIGUL
S.No. BLOCK PHC 1 Athoor Alamarathupatty 28 72 Athoor Athoor 28 73 Athoor Ayyampalayam 28 74 Athoor Chinnalapatti 28 75 Athoor Siddayankottai 28 76 Athoor Sitharevu 28 77 Athoor Perumparai 28 78 Batlakundu Mallanampatti 28 79 Batlakundu Viralipatti 28 7
10 Batlakundu Viruveedu 28 711 Dindigul M.M.Kovilur 28 712 Dindigul Narasingapuram 28 713 Dindigul Thadicombu 28 714 Natham Sendurai 28 715 Natham Sirugudi 28 7
97
16 Natham Ullupakudi 28 717 Natham Vathipatty 28 718 Natham Kosukurichi 28 719 Nilakottai Ammayanaickanur 28 720 Nilakottai Jakkainaikkanur 28 721 Nilakottai Mattaparai 28 722 Nilakottai Sirunaickanpatti 28 723 Nilakottai Thummalapatti 28 724 Reddiarchathram Kannivadi 28 725 Reddiarchathram Pudukottai.K 28 726 Reddiarchathram Sriramapuram 28 7
27 ReddiarchathramAnumantharayankottai
28 7
28 Reddiarchathram Pudhuchathiram 28 729 Sanarpatti Gopalapatti 28 730 Sanarpatti Kosavapatti 28 731 Sanarpatti Siluvathur 28 732 Sanarpatti V.S Kottai 28 7
HUD: 8. ERODE Dist: ERODE
S.No. BLOCK PHC 1 Ammapet Alampalayam 28 72 Ammapet Ammapet 28 73 Ammapet Guruvareddiyur 28 74 Ammapet Olagadam 28 75 Andhiyur Athani 28 76 Andhiyur Bargur 28 77 Andhiyur Chinnathambipalayam 28 78 Andhiyur Ennamangalam 28 79 Bhavani Jambai 28 7
10 Bhavani Mylampadi 28 711 Bhavani Odathurai 28 712 Bhavani Periyapuliyur 28 713 Bhavanisagar Punjaipuliyampatti 28 714 Bhavanisagar Vinnapalli 28 715 Erode Chithode 28 716 Erode Nasiyanoor 28 717 Erode Thindal 28 7
18Gobichettipalayam Ayyalur S.Palayam
28 7
19 Gobichettipalaya Googalur 28 7
98
m
20Gobichettipalayam Kottukullampalayam
28 7
21Gobichettipalayam Siruvalur
28 7
22 Nambiyur Chettipalayam.E 28 723 Nambiyur Getticheviyur 28 724 Nambiyur Nambiyur 28 725 Nambiyur Malayampalayam 28 726 Sathyamangalam Gudiyalathur 28 7
27 SathyamangalamKambanayakkanpalayam
28 7
28 Sathyamangalam Rajan Nagar 28 729 Sathyamangalam Ukkaram 28 730 Thalavadi Geermalam 28 731 Thalavadi Pinapuram 28 732 Thalavadi Thalavadi 28 7
33Thookanaickenpalayam
Dasappagoundanpudur
28 7
34Thookanaickenpalayam Kilipatti
28 7
35Thookanaickenpalayam Kasipalayam
28 7
36Thookanaickenpalayam
Thookanaickanpalayam
28 7
HUD: 9 KALLAKURICHI DIST:VILLUPURAM
S.No. BLOCK PHC 1 Chinnasalem Chinnasalem 28 72 Chinnasalem Kachirapalayam 28 73 Chinnasalem Nainarpalayam 28 74 Chinnasalem Melnariyappanur 28 75 Chinnasalem Thottiyam 28 76 Chinnasalem Ammakalathur 28 77 Kallakurichi Eduthavainatham 28 78 Kallakurichi Malaikottalam 28 79 Kallakurichi Melur 28 7
10 Kallakurichi Alathur 28 711 Kalrayan Hills Kariyalur 28 712 Kalrayan Hills Keelakadu 28 713 Kalrayan Hills Mottampatti 28 714 Kalrayan Hills Seerapattu 28 715 Mugaiyur Kandatchipuram 28 7
99
16 Mugaiyur Manalurpet 28 717 Mugaiyur Mugaiyur 28 718 Mugaiyur Veerapandi 28 719 Mugaiyur Vilanthai 28 720 Rishivandhiyam Manimuthar Project 28 721 Rishivandhiyam Rishivandhiyam 28 722 Rishivandhiyam Vanapuram 28 723 Sankarapuram Pudupettai 28 724 Sankarapuram Soolampattu 28 725 Sankarapuram Vadaponparappi 28 726 Sankarapuram Mungilthuraipattu 28 727 Thiagadurgam Eyyanur 28 728 Thiagadurgam Koothakudy 28 729 Thiagadurgam Thiagadurgam 28 730 Thirukoilur Ariyur 28 731 Thirukoilur Edaiyur 28 732 Thirukoilur Kunnathur.T 28 733 Thirunavalur Kalamarudhur 28 734 Thirunavalur Thirunavalur 28 735 Thirunavalur Senthanadu 28 736 Thiruvennainallur Edaiyur.T 28 737 Thiruvennainallur Pavandur 28 738 Thiruvennainallur Sirumadurai 28 739 Thiruvennainallur Thiruvennainallur 28 740 Thiruvennainallur Iruvelpattu 28 741 Ulundhurpettai Ilavanasurkottai 28 742 Ulundhurpettai Kiliyur 28 7
HUD: 10 KANCHEEPURAM DIST: KANCHEEPURAM
S.No. BLOCK PHC 1 Maduranthakam Gnanagiriswaranpetai 28 72 Maduranthakam Nallambur 28 73 Maduranthakam Padalam 28 74 Maduranthakam Irumbedu 28 75 Maduranthakam Zamin Endathur 28 76 Kancheepuram Avaloor 28 77 Kancheepuram Keela Perumanallur 28 78 Kancheepuram Perumbakkam 28 79 Kancheepuram Thiruppukuzhi 28 7
10 Kancheepuram Kooram 28 7
100
11Kundrathur @ Padapai Elichur
28 7
12Kundrathur @ Padapai Mugalivakkam
28 7
13Kundrathur @ Padapai Somangalam
28 7
14Kundrathur @ Padapai Padappai
28 7
15Kundrathur @ Padapai Kundrathur
28 7
16Kundrathur @ Padapai Mankadu
28 7
17 Acharapakkam Acharapakkam 28 718 Acharapakkam Orathy 28 719 Acharapakkam Ramapuram 28 720 Sriperumbudur Maduramangalam 28 721 Sriperumbudur Panruti 28 722 Sriperumbudur Vallam 28 723 Uthiramerur Kaliampoondi 28 724 Uthiramerur Manampathi 28 725 Uthiramerur Salavakkam 28 726 Uthiramerur Salavakkam @ Padur 28 727 Walajabad Ayyampettai 28 728 Walajabad Parandur 28 729 Walajabad Walajabad 28 7
HUD: 11. KARUR DIST: KARUR
S.No. BLOCK PHC 1 Aravakurichi Esanatham 28 72 Aravakurichi Malaikovilur 28 73 Aravakurichi Kurumbapatti 28 74 K.Paramathy Chinnadharapuram 28 75 K.Paramathy Karavali 28 76 K.Paramathy Kasipalayam 28 77 K.Paramathy Paramathy.K 28 78 K.Paramathy Punnam 28 79 K.Paramathy Viswanathapuri 28 7
10 K.Paramathy Thumbivadi 28 711 Kadavur Kadavoor 28 712 Kadavur Kaniyalampatti 28 713 Kadavur Mylampatti 28 714 Karur Manmangalam 28 7
101
15 Karur Olapalayam 28 716 Karur Vengal 28 7
17Krishnarayapuram Kallapalli
28 7
18Krishnarayapuram Panchapatti
28 7
19Krishnarayapuram Sengal
28 7
20Krishnarayapuram Veppangudi
28 7
21 Kulithalai Ayyarmalai 28 722 Kulithalai Innungur 28 723 Kulithalai Nachalur 28 724 Kulithalai Valayapatty 28 725 Thanthoni Govindanpalayam 28 726 Thanthoni Karuppanpalayam 28 727 Thanthoni Kodangipatti 28 728 Thanthoni Uppidamangalam 28 729 Thanthoni Velliyanai 28 730 Thanthoni Vadakkupalayam 28 731 Thogaimalai Kavalkarapatti 28 732 Thogaimalai Seplapatti 28 733 Thogaimalai Thogaimalai 28 7
HUD:12. KOILPATTI DIST: TUTICORIN
S.No. BLOCK PHC 1 Kayathar Kadambur 28 72 Kayathar Kalugumalai 28 73 Kayathar Kayathar 28 74 Kayathar Vellalankottai 28 75 Koilpatti Erachi 28 76 Koilpatti Keela Iral 28 77 Koilpatti Villicheri 28 78 Ottapidaram Eppodumvendran 28 79 Ottapidaram Kailasapuram.S 28 7
10 Ottapidaram Katchaidalavaipuram 28 711 Ottapidaram Ottanatham 28 712 Ottapidaram Pasuvanthanai 28 713 Ottapidaram Pudhiamputhur 28 714 Ottapidaram Veppalodai 28 715 Pudur Boothalapuram 28 716 Pudur Nagalapuram 28 7
102
17 Pudur Pudur 28 718 Vilathikulam Kulathur 28 719 Vilathikulam Perilovanpatti 28 720 Vilathikulam Vembar 28 7
HUD: 13. KRISHNAGIRI DIST: KRISHNAGIRI
S.No. BLOCK PHC 1 Bargur Bargur 28 72 Bargur Jagadevi 28 73 Bargur Kappalavadi 28 74 Bargur Perugopanapalli 28 75 Bargur Santhur 28 76 Bargur Sinthagampalli 28 77 Hosur Bagalur 28 78 Hosur Muthukanapalli.S 28 79 Hosur Pegapalli 28 7
10 Kaveripattinam Kaveripattinam 28 711 Kaveripattinam Nedungal 28 712 Kaveripattinam Pannakkamudlu 28 713 Kaveripattinam Barur 28 714 Kaveripattinam Nagarasampatti 28 715 Kaveripattinam Pannanthur 28 716 Kaveripattinam Pendarahalli 28 717 Kelamangalam Kelamangalam 28 718 Kelamangalam Nagamangalam 28 719 Kelamangalam Royakottai 28 720 Kelamangalam Unchatty 28 721 Krishnagiri Alapatti 28 722 Krishnagiri Belrampally 28 723 Krishnagiri Mekalachinnampalli 28 724 Mathur Ananthur 28 725 Mathur Kannandahalli 28 726 Mathur Samalpatti 28 727 Shoolagiri Berigai 28 728 Shoolagiri Kamandotti 28 729 Shoolagiri Shoolagiri 28 730 Shoolagiri Uthanapalli 28 731 Thali Anchatty 28 732 Thali Balathothanapalli 28 733 Thali Kakkadesam 28 734 Thali Thali 28 7
103
35 Uthangarai Kallavi 28 736 Uthangarai Karapattu 28 737 Uthangarai Singarapettai 28 738 Veppanapalli Nachalkuppam 28 739 Veppanapalli Veppanapalli 28 740 Veppanapalli Guruparapalli 28 7
HUD:14. MADURAI DIST: MADURAI
S.No. BLOCK PHC 1 Alanganallur Alanganallur 28 72 Alanganallur Ayyankottai 28 73 Alanganallur Palamedu 28 74 Alanganallur Mooduvarpatti 28 75 Chellampatti Chellampatti 28 76 Chellampatti Thummagundu 28 77 Chellampatti Vikrmangalam 28 78 Chellampatti K.Nattapatti 28 79 Kalligudi Kalligudi 28 7
10 Kalligudi Koodakoil 28 711 Kalligudi Villur 28 712 Kottampatti Karungalakudi 28 713 Kottampatti Kottampatti 28 714 Kottampatti Sekkipatti 28 715 Kottampatti Thumbaipatti 28 716 Madurai East Kallandri 28 717 Madurai East Othakadai 28 718 Madurai East Rajakoor 28 719 Madurai East Sakkimangalam 28 720 Madurai East Kalimangalam 28 721 Madurai East Ayilangudi 28 722 Madurai West Kanjarampettai 28 723 Madurai West Koilpappakudi 28 724 Madurai West Kulamangalam 28 725 Madurai West Samayanallur 28 726 Melur Keelavalavu 28 727 Melur Therkutheru 28 728 Melur Thiruvathavoor 28 729 Melur Vellalore 28 730 Melur A.Vellalapatti 28 731 Sedapatti Elumalai 28 732 Sedapatti Ramanathapuram.T 28 7
104
33 Sedapatti Saptur 28 734 Sedapatti Sedapatti 28 735 T.Kallupatti Kallupatti.T 28 736 T.Kallupatti Subbalapuram.M 28 737 T.Vadipatti Katchakatti 28 738 T.Vadipatti Melakkal 28 739 Thirumangalam Checkanurani 28 740 Thirumangalam Pudupatti.T 28 741 Thirumangalam Santhankudi 28 7
42Thiruparankundram Nagamalai Pudukottai
28 7
43Thiruparankundram Thiruparankundram
28 7
44Thiruparankundram Thuvariman
28 7
45Thiruparankundram Valayankulam
28 7
46Thiruparankundram Viruthanur
28 7
47Thiruparankundram
Nilaiyur - Handloom Nagar
28 7
48Thiruparankundram Thanakkankulam
28 7
49 Usilampatti Alligundam 28 750 Usilampatti Doddappanaicknoor 28 751 Usilampatti Uthappanaickanoor 28 7
HUD:15.NAGAPATTINAM DIST: NAGAPATTINAM
S.No. BLOCK PHC 1 Keelaiyur Palakurichi 28 7
2 KeelaiyurPrathabaramapuram 93
28 7
3 Keelaiyur Thirupoondi 28 74 Keelaiyur Velankanni 28 75 Keelaiyur Vilunthamavadi 28 76 Kilvelur Thevur 28 77 Kilvelur Valivalam 28 78 Kollidam Kollidam 28 79 Kollidam Kunnam 28 7
10 Kollidam Nallur 28 711 Kollidam Thirumullaivasal 28 712 Kollidam Pudupattinam 28 713 Kollidam Edamanal 28 7
105
14 Kollidam Mathiravelur 28 715 Kuttalam Kiliyanur 28 716 Kuttalam Konerirajapuram 28 717 Kuttalam Manganallur 28 718 Kuttalam Nakkampadi 28 719 Kuttalam Theralandur 28 720 Kuttalam Komal 28 721 Kuttalam Mekkirimangalam 28 722 Mayiladuthurai Elanthope 28 723 Mayiladuthurai Kali 28 724 Mayiladuthurai Manalmedu 28 725 Mayiladuthurai Murugamangalam 28 726 Mayiladuthurai Villiyanallur 28 727 Nagapattinam Vadavur 28 728 Nagapattinam Vadugacheri 28 729 Sembanarkoil Akkur 28 730 Sembanarkoil Melaperumpallam 28 731 Sembanarkoil Sankaranpandal 28 732 Sembanarkoil Sembanarkoil 28 733 Sembanarkoil Thirukadaiyur 28 734 Sembanarkoil 10- Keezhaiyur 28 735 Sirkazhi Poompukar 28 736 Sirkazhi Thiruvengadu 28 737 Sirkazhi Valluvakudi 28 738 Thalanayiru Naluvedapathy 28 739 Thalanayiru Neermulai 28 740 Thalanayiru Thalanayiru 28 741 Thirumarugal Enankudi 28 742 Thirumarugal Ganapathipuram 28 743 Thirumarugal Thirukannapuram 28 744 Thirumarugal Thirumarugal 28 745 Thirumarugal Thirupayathankudi 28 746 Thirumarugal Thittacheri 28 747 Vedaranyam Ayakaranpalam 28 748 Vedaranyam Kariapattinam 28 749 Vedaranyam Kodikarai 28 750 Vedaranyam Thethakkudi 28 751 Vedaranyam Vaimedu 28 7
HUD:16 NAGERCOIL DIST: KANYAKUMARI
S.No. BLOCK PHC
106
1 Agastheeswaram Agastheeswaram 28 72 Agastheeswaram Alagappapuram 28 73 Agastheeswaram Kottaram 28 74 Agastheeswaram Marungur 28 75 Killiyur Kilkulam 28 76 Killiyur Killiyur 28 77 Killiyur Nattalam 28 78 Kuruthangode Kuruthangode 28 79 Kuruthangode Muttom 28 7
10 Kuruthangode Naduvurkkarai 28 711 Kuruthangode Vellichandai 28 712 Melpuram Edaicode 28 713 Melpuram Melpuram 28 714 Melpuram Pathukani 28 715 Munichirai Arudesam 28 716 Munichirai Munichirai 28 717 Munichirai Thengapattinam 28 718 Munichirai Thoothoor 28 719 Munichirai Kollankodu 28 720 Rajakkamangalam Ganapathipuram 28 721 Rajakkamangalam Rajakkamangalam 28 722 Rajakkamangalam Singalayarpuri 28 723 Thackalay Kothanallur 28 724 Thackalay Palliyadi 28 725 Thackalay Thiruvithancode 28 726 Thackalay Olavilai 28 727 Thiruvattur Kannanur Verkilambi 28 728 Thiruvattur Kuttakuzhi 28 729 Thiruvattur Pechiparai 28 730 Thiruvattur Thiruvattar 28 731 Thiruvattur Surulacode 28 732 Thovala Aralvaimozhi 28 733 Thovala Arumanallur 28 734 Thovala Chenbagaramanpudur 28 735 Thovala Thadikarankonam 28 736 Thovala Thovalai 28 7
HUD:17. NAMAKKAL DIST: NAMAKKAL
S.No. BLOCK PHC 1 Elachipalayam Elachipalayam 28 72 Elachipalayam Manickampalaym 28 7
107
3 Elachipalayam Periamanali 28 74 Elachipalayam Thimmaravuthampatti 28 75 Erumaipatti Alanganatham 28 76 Erumaipatti Erumaipatti 28 77 Erumaipatti Pavithram 28 78 Kabilamalai Jedarpalayam 28 79 Kabilamalai Kabilamalai 28 7
10 Kabilamalai Venkarai 28 711 Kabilamalai Pilikkalpalayam 28 712 Kolli Hills Powerkadu 28 713 Kolli Hills Valavanthinadu 28 714 Mallasamudram Mallasamudram 28 715 Mallasamudram Palamedu 28 716 Mallasamudram Vaiyappamalai 28 717 Mallasamudram Ramapuram 28 718 Mohanur Alampatti 28 719 Mohanur Mohanur 28 720 Mohanur Palapatti 28 721 Mohanur Valayapatti 28 722 Namagiripet Mangalapuram 28 723 Namagiripet Mullukurichi 28 724 Namagiripet Namagiripet 28 725 Namagiripet Jodarpalayam 28 726 Namakkal Ernapuram 28 727 Namakkal Konur 28 728 Namakkal Thindamangalam 28 729 Pallipalayam Elanthakuttai 28 730 Pallipalayam Kallakattuvalasu 28 731 Pallipalayam Kokkarayanpettai 28 732 Pallipalayam Padaveedu 28 733 Pallipalayam Kadachanallur 28 734 Paramathi Koodacheri 28 735 Paramathi Nallur 28 736 Paramathi Paramathi 28 737 Puduchathram Ezhur 28 738 Puduchathram Puduchathram 28 739 Puduchathram Thirumalaipatti 28 740 Puduchathram Vinaitheerthapuram 28 741 Rasipuram Pillanallur 28 742 Rasipuram Singalanathapuram 28 743 Rasipuram Vadugam 28 744 Sendamangalam Belukurichi 28 7
108
45 Sendamangalam Bommasamudram 28 746 Sendamangalam Kallappanaickenpatti 28 747 Thiruchengode Chittalandur 28 748 Thiruchengode Erayamangalam 28 7
49 ThiruchengodeThanneerpandalpalyam
28 7
50 Vennandur Athanur 28 751 Vennandur Kallankulam 28 752 Vennandur Sowdapuram.O 28 7 HUD:18. PALANI Dist: DINDIGUL
S.No. BLOCK PHC 1 Gujiliamparai Gudalur.D 28 72 Gujiliamparai Gujiliamparai 28 73 Gujiliamparai Vellodu.R 28 74 Kodaikanal Mannavanur 28 75 Kodaikanal Perumalmalai 28 76 Kodaikanal Poolathur 28 77 Oddanchathram Chathrapatti 28 78 Oddanchathram Edayakottai 28 79 Oddanchathram Keeranur.K 28 7
10 Oddanchathram Kethairuppu 28 711 Palani Balasamudram 28 712 Palani Neikkarapatti 28 713 Palani Pappampatti 28 714 Palani Amarampoondi 28 715 Thoppampatti Kallimanthayam 28 716 Thoppampatti Keeranur 28 717 Thoppampatti Midapadi 28 718 Thoppampatti Narikalpatti 28 719 Thoppampatti Devathure 28 720 Thoppampatti Vagarai 28 721 Vadamadurai Ayyalur 28 722 Vadamadurai Pilathur 28 723 Vadamadurai Vadamadurai 28 724 Vedasandur Eriodu 28 725 Vedasandur Koviloor 28 726 Vedasandur Kanappadi 28 7 HUD:19. PARAMAKUDI
DIST: RAMANATHAPURAM
109
S.No. BLOCK PHC 1 Bogalur Bogalur 28 72 Bogalur Manjur 28 73 Kadaladi Ervadi 28 74 Kadaladi Melakidaram 28 75 Kadaladi Sayalkudi 28 76 Kadaladi Sikkal 28 77 Kadaladi Uchinatham 28 78 Kadaladi Valinockam 28 79 Kadaladi Naripaiyur 28 7
10 Kadaladi Aapanur 28 711 Kadaladi Melasirupodu 28 712 Kamudhi Kovilankulam 28 713 Kamudhi Melaramanathi 28 714 Kamudhi Natham 28 715 Kamudhi Peraiyur 28 716 Kamudhi Perunazhi 28 717 Kamudhi Ramasamypatty 28 718 Mudukulathur Keelathooval 28 719 Mudukulathur Melakodumalur 28 720 Mudukulathur Theriruveli 28 721 Mudukulathur Thiruvarangam 28 722 Nainarkoil Kodikulam.P 28 723 Nainarkoil Nainarkoil 28 724 Nainarkoil Ariyankottai 28 725 Paramakudi Pambur 28 726 Paramakudi Parthibanur 28 727 Paramakudi Venkitankurichi 28 7
HUD:20.PERAMBALUR DIST: PERAMBALUR
S.No. BLOCK PHC 1 Alathur Athanur 28 72 Alathur Chettikulam 28 73 Alathur Karai 28 74 Alathur Melamathur 28 75 Alathur Padalur 28 76 Alathur Kolakkanatham 28 77 Alathur Adaikkampatti 28 78 Andimadam Anaikudichan 28 7
110
9 Andimadam Andimadam 28 710 Andimadam Idayakurichi 28 711 Andimadam Varadarajanpettai 28 712 Andimadam Variyankaval 28 713 Andimadam Marudhur 28 714 Ariyalur Kadugur 28 715 Ariyalur Manakkal 28 716 Ariyalur Poyyur 28 717 Ariyalur Sundakudi 28 718 Ariyalur Poyyathanallur 28 719 Ariyalur Vilankudi 28 720 Jayamkondam Cholankurichi 28 721 Jayamkondam Meensurity 28 722 Jayamkondam Udkottai 28 723 Jayamkondam Vettiarvettu 28 724 Jayamkondam Vizhapallam 28 725 Jayamkondam Vanathirayanpattinam 28 726 Jayamkondam T.Pottakollai 28 727 Perambalur Ammapalayam 28 728 Perambalur Kalpadi 28 729 Perambalur Kurumbalur 28 730 Perambalur Velur 28 731 Perambalur Iladapuram 28 732 Perambalur Elambalur 28 733 Sendurai Irumpulikurichi 28 734 Sendurai Kulumur 28 735 Sendurai Kumizhiyam 28 736 Sendurai Manakudayan 28 737 Sendurai Anganur 28 738 Sendurai Ponparappi 28 7
39 T.PalurAmbapurVikramangalam
28 7
40 T.Palur Gunamangalam 28 741 T.Palur Palur.T 28 742 T.Palur Uthayanatham 28 743 T.Palur Sripuranthan 28 744 T.Palur Suthamalli 28 745 Thirumanur Killapalur 28 746 Thirumanur Kuruvadi 28 747 Thirumanur Thirumanur 28 748 Thirumanur Venganur 28 749 Thirumanur Elakurichi 28 7
111
50 Veppanthattai Anukkur 28 751 Veppanthattai Arumbavur 28 752 Veppanthattai Kalathur.V 28 753 Veppanthattai Pasumpalur 28 754 Veppanthattai Poolambadi 28 755 Veppanthattai Valikondapuram 28 756 Veppanthattai Neikuppai 28 757 Veppur Labbaikudikadu 28 758 Veppur Maruvathur 28 759 Veppur Murukkangudi 28 760 Veppur Thungapuram 28 761 Veppur Kunnam 28 762 Veppur Athiyur 28 7 HUD:21.THENI DIST: THENI
S.No. BLOCK PHC 1 Andipatti Rajathani 28 72 Andipatti Subbalapuram.T. 28 73 Andipatti Subbalapuram.M 28 74 Bodinaickanoor Dombuchery 28 75 Bodinaickanoor Silamalai 28 76 Bodinaickanoor Silamarathupatti 28 77 Bodinaickanoor Meenatchipuram 28 78 Chinnamanur Erasakkanaicknoor 28 79 Chinnamanur Odaipatti 28 7
10 Chinnamanur Kuppanasaripatti 28 711 Chinnamanur Kutchanur 28 712 Cumbum Gudalur 28 713 Cumbum Kamayagoundanpatti 28 714 Cumbum Pudupatti.C 28 7
15
KM GunduMyladumparai Gandamanur
28 7
16
KM GunduMyladumparai Kadamalai Gundu
28 7
17
KM GunduMyladumparai Varausanadu
28 7
18 Periakulam Devadanapatti 28 719 Periakulam Genguvarpatti 28 7
112
20 Periakulam Melmangalam 28 721 Periakulam Vadapudupatti 28 722 Periakulam Vaigai Dam 28 723 Periakulam A.Pudupatti 28 724 Theni Govindanagaram 28 725 Theni Kottur 28 726 Theni Veerapandi 28 727 Uthamapalayam Chindalacheri.T 28 728 Uthamapalayam Kombai 28 729 Uthamapalayam Thevaram 28 730 Uthamapalayam Rayappanpatti 28 7
HUD:22 POONAMALLEE
DIST: THIRUVALLUR S.No
. BLOCK PHC 1 Poonamallee Nemam 28 72 Poonamallee Thirunindravur 28 73 Poonamallee Poonamallee 28 74 Poonamallee Thirumazhisai 28 75 Poonamallee Soranchery 28 7 HUD:23. PUDUKOTTAI DIST: PUDUKOTTAI
S.No. BLOCK PHC 1 Annavasal Kaverinagar 28 72 Annavasal Parambur 28 73 Annavasal Rappoosal 28 74 Arimalam Arimalam 28 75 Arimalam Embal 28 76 Arimalam Kadiyapatti 28 77 Arimalam Keelanilai Pudupatti 28 78 Arimalam Rayavaram 28 79 Kunnandarkoil Andakulam 28 7
10 Kunnandarkoil Thirumalairayapuram 28 711 Kunnandarkoil Uppiliakudi 28 712 Kunnandarkoil Visalikoil 28 713 Ponnamaravathy Karaiyur 28 714 Ponnamaravathy Kuppanapatti 28 715 Ponnamaravathy Melasivapuri 28 716 Ponnamaravathy Ponnamaravathy 28 7
113
17 Pudukottai Athanakottai 28 718 Pudukottai Perumagalur 28 719 Pudukottai Warappur 28 720 Thirumayam Konapet 28 721 Thirumayam Natchandupatti 28 722 Thirumayam Panayapatti 28 723 Thirumayam Rangium 28 724 Viralimalai Kodumbalur 28 725 Viralimalai Mandaiyur 28 726 Viralimalai Neerpalani 28 727 Viralimalai Viralimalai 28 7
HUD:24. RAMANATHAPURAM
DIST: RAMANATHAPURAM
sl.no BLOCK PHC 1 Mandapam Mandapam 28 72 Mandapam Pamban 28 73 Mandapam Pudumadam 28 74 Mandapam Puduvalasai 28 75 Mandapam Thamaraikulam 28 76 Mandapam Thangachimadam 28 77 Mandapam Uchipuli 28 7
8Rajasingamangalam Anandhur
28 7
9Rajasingamangalam R.S.Mangalam
28 7
10Rajasingamangalam Thirupalaikudi
28 7
11Rajasingamangalam Sholandur
28 7
12 Ramanathapuram Chitharkotti 28 713 Ramanathapuram Devipattinam 28 714 Ramanathapuram Kavanur 28 715 Thirupullani Periapattanam 28 716 Thirupullani Thirupullani 28 717 Thirupullani Tiruuthirakosamangai 28 718 Thirupullani Velanoor 28 719 Thirupullani Raghunathapuram 28 720 Thiruvadanai Mangalakudi 28 721 Thiruvadanai Pandukudi 28 722 Thiruvadanai S.P.Pattinam 28 7
114
23 Thiruvadanai Thondi 28 724 Thiruvadanai Vellayapuram 28 725 Thiruvadanai Thiruvetriyur 28 7 HUD:25. SAIDAPET DIST: KANCHEEPURAM
S.No. BLOCK PHC
1Lathur @ Pavanjur Koovathur
28 7
2Lathur @ Pavanjur Pavanjur
28 7
3Lathur @ Pavanjur Vadakku Vayalur
28 7
4 Kattankolathur Kunnavakkam 28 75 Kattankolathur Maraimalainagar 28 76 Kattankolathur Nandhivaram 28 77 Kattankolathur Ottivakkam 28 78 Kattankolathur Reddipalayam 28 79 Kattankolathur Singaperumalkoil 28 7
10 Chithamur Chunampet 28 711 Chithamur Idaikali Nadu 28 712 Chithamur Periakayapakkam 28 713 Chithamur Polambakkam 28 714 St. Thomas Mount Medavakkam 28 715 St. Thomas Mount Moovarasampattu 28 716 St. Thomas Mount Okkiam Thuraipakkam 28 717 St. Thomas Mount Peerkankaranai 28 718 St. Thomas Mount Pozhichalur 28 719 St. Thomas Mount Anakaputhur 28 720 St. Thomas Mount Semmencherry 28 721 St. Thomas Mount Paduvancheri 28 7
22Thirukazhukundram Nerumbur
28 7
23Thirukazhukundram Sadras
28 7
24Thirukazhukundram Vallipuram
28 7
25 Tiruporur Kelambakkam 28 726 Tiruporur Sembakkam 28 727 Tiruporur Sirukundram 28 728 Tiruporur Tiruporur 28 7
115
HUD:26. SALEM DIST: SALEM
S.No. BLOCK PHC1 Attur Keeripatty 28 72 Attur Kothambadi 28 73 Attur Malliakarai 28 74 Attur Manjini 28 75 Attur Thennankudipalayam 28 76 Ayothiapattinam Achanguttapatti 28 77 Ayothiapattinam Arunuthumalai 28 78 Ayothiapattinam Karipatti 28 79 Ayothiapattinam Masinaickenpatti 28 7
10 Ayothiapattinam Valasaiyur 28 711 Edappadi Chettimankurichi 28 712 Edappadi Chittoor 28 713 Edappadi Dadapuram 28 714 Edappadi Poolampatti 28 715 Gangavalli Goodamalai 28 716 Gangavalli Pachaimalai 28 717 Gangavalli Sendarapatty 28 718 Gangavalli Thammampatti 28 719 Gangavalli Thedavur 28 720 Kadayampatti K.N.Pudur 28 721 Kadayampatti Kadayampatti 28 722 Kadayampatti Ondiveeranur 28 723 Kolathur Kolathur 28 724 Kolathur Sathyanagar 28 725 Kolathur Moolakadai 28 726 Konganapuram Konganapuram 28 727 Konganapuram Vellalapuram 28 7
28Macdonald Choultry Kattur.E
28 7
29Macdonald Choultry Macdonald Choultry
28 7
30Macdonald Choultry Vaikuntham
28 7
31 Mecheri Kuttampatti 28 732 Mecheri Mecheri 28 733 Mecheri Vellar 28 734 Nangavalli Kompurankadu 28 735 Nangavalli Nangavalli 28 736 Nangavalli Santhaithanapatti 28 7
116
37 Nangavalli Vanavasi 28 738 Omalur Karuppur 28 739 Omalur Pagalpatti 28 740 Omalur Sarakkapillaiyur 28 741 Omalur Tholasampatti 28 742 Omalur Vellalapatti 28 743 Panamarathupatti Kondalampatti 28 744 Panamarathupatti Mallur 28 745 Panamarathupatti Panamarathupatti 28 746 Panamarathupatti Thumpalpatti 28 7
47Peddanaickenpalayam Ariyapalayam
28 7
48Peddanaickenpalayam Ethapur
28 7
49Peddanaickenpalayam Karumanthurai
28 7
50Peddanaickenpalayam Peddanaickenpalayam
28 7
51Peddanaickenpalayam Thumbal
28 7
52 Salem Kannankurichi 28 753 Salem Sarkarkollapatti 28 754 Salem Vedugathanpatti 28 755 Sankari Arasiramani 28 756 Sankari Chinnakoundanur 28 757 Sankari Kidaiyur 28 758 Sankari Thevoor 28 759 Sankari Pullipalayam 28 760 Sankari Vadugapatti 28 761 Thalaivasal Kattukottai 28 762 Thalaivasal Sathapadi 28 763 Thalaivasal Siruvachur 28 764 Thalaivasal Thalaivasal 28 765 Thalaivasal Veeraganur 28 766 Thalaivasal Muttal 28 767 Tharamangalam K.R.Thoppur 28 768 Tharamangalam Sedapatty 28 769 Tharamangalam Tharamangalam 28 770 Valapadi Belur 28 771 Valapadi Thirumanur 28 772 Valapadi Valapadi 28 773 Veerapandi Elampillai 28 774 Veerapandi Nainampatti 28 7
117
75 Veerapandi Poolavari 28 776 Veerapandi Veerapandi 28 777 Veerapandi Murungapatti 28 778 Yercaud Nagalur 28 779 Yercaud Valavanthi 28 7
HUD:27. SANKARANKOIL
DIST: TIRUNELVELIS.No
. BLOCK PHC1 Alangulam Alangulam 28 72 Alangulam Nettur 28 73 Alangulam Uthumalai 28 74 Alangulam Veeranam 28 75 Kadayanallur Chokkampatti 28 76 Kadayanallur Idaikal 28 77 Kadayanallur Urmelalagian 28 78 Keelapavoor Ariyappapuram 28 79 Keelapavoor Pavoorchathram 28 7
10 Keelapavoor Surandai 28 711 Keelapavoor Veerakeralampudur 28 712 Keelapavoor Madiyanur 28 713 Kuruvikulam Ilayarasanandal 28 714 Kuruvikulam Kalingapatti 28 715 Kuruvikulam Kuruvikulam 28 716 Kuruvikulam Sayamalai 28 7
17Melaneelithanallur Kurukkalpatti
28 7
18Melaneelithanallur Senthamaram
28 7
19Melaneelithanallur Vannikonnandal
28 7
20 Sankarankoil Karivalamvandanallur 28 721 Sankarankoil Madathupatti 28 722 Sankarankoil Subbalapuram 28 723 Senkottai Elathur 28 724 Senkottai Puliyarai 28 725 Senkottai Sambavarvadakarai 28 726 Senkottai Achanpudhur 28 727 Tenkasi Sundarapandiapuram 28 728 Tenkasi Vadakaraikilpidagai 28 729 Tenkasi Vallam 28 7
118
30 Vasudevanallur Rayagiri 28 731 Vasudevanallur Thalaivankottai 28 732 Vasudevanallur Vasudevanallur 28 733 Vasudevanallur Thenmalai 28 7 HUD:28. SIVAGANGA DIST: SIVAGANGA
S.No. BLOCK PHC1 Elayankudi Salaigramam 28 72 Elayankudi Sooranam 28 73 Elayankudi Thayamangalam 28 74 Elayankudi Munaivendri 28 75 Kalayarkoil Kalayarkoil 28 76 Kalayarkoil Kalayarmangalam 28 77 Kalayarkoil Maravamangalam 28 78 Kalayarkoil Nattarasankottai 28 79 Kalayarkoil Paganeri 28 7
10 Kalayarkoil Satharasankottai 28 711 Manamadurai Muthanandal 28 712 Manamadurai Thanjakur 28 713 Manamadurai Periakottai 28 714 Manamadurai Kombukaranendal 28 715 Sivaganga Arasanoor 28 716 Sivaganga Edayamelur 28 717 Sivaganga Keelapoongudi 28 718 Sivaganga Thamarakki 28 719 Thirupuvanam Kondagai 28 720 Thirupuvanam Palayanoor 28 721 Thirupuvanam Poovanthi 28 722 Thirupuvanam Thirupuvanam 28 7
23 DevakottaiShanmuganathapuram
28 7
24 Devakottai Velayuthapattinam 28 725 Devakottai Munikarmankudi 28 726 Devakottai Kulamangalam 28 727 Devakottai Thiruvegampattu 28 728 Kallal Maruthankudi 28 729 Kallal Sembanur 28 730 Kallal Kandramanickam 28 731 Kallal Kundrakudi 28 732 Kallal S.R.Pattinam 28 7
119
33 Kallal Panangudi 28 734 Kannankudi Kannankudi 28 735 S.Pudur Pudur.V 28 736 S.Pudur Puzhudhipatti 28 737 Sakkottai Kottaiyur 28 738 Sakkottai Peerakalaikadu 28 739 Sakkottai Puduvayal 28 740 Sakkottai Siruvayal.O 28 741 Singampuneri Mallakottai 28 742 Singampuneri Piranmalai 28 743 Singampuneri Soorakudi.M 28 744 Singampuneri Yeriyur 28 745 Tirupathur Keelasevalpatti 28 746 Tirupathur Nerkuppai 28 747 Tirupathur Sevinipatti 28 748 Tirupathur Thirukoshtiyur 28 7 HUD:29.SIVAKASI DIST: VIRUDHUNAGAR
S.No. BLOCK PHC1 Rajapalayam Chatrapatti 28 72 Rajapalayam Chocknathanpudur 28 73 Rajapalayam Kizhavikulam 28 74 Rajapalayam Seithur 28 75 Rajapalayam Zamin Kollankondan 28 76 Sathur Surankudi 28 77 Sathur Nemmeni 28 78 Sathur Uppathur 28 79 Sathur Nalli 28 7
10 Sivakasi Maraneri 28 711 Sivakasi Naranapuram 28 712 Sivakasi Thiruthangal 28 713 Sivakasi Pudupatti.M 28 714 Srivilliputhur Reddiapatti.R 28 715 Srivilliputhur Mamsapuram 28 716 Srivilliputhur Managaseri.T 28 717 Vembakottai Elayirampannai 28 718 Vembakottai Kallamanaickenpatti 28 719 Vembakottai Thayipatti 28 720 Watrap Kottaiyur 28 721 Watrap Kunnur 28 7
120
22 Watrap Nathampatti 28 723 Watrap Pudupatti.W 28 7 HUD:30. THANJAVUR DIST: THANJAVUR
S.No. BLOCK PHC1 Ammapettai Ammapettai 28 72 Ammapettai Melattur 28 73 Ammapettai Poondi 28 74 Ammapettai Saliamangalam 28 75 Budalur Budalur 28 76 Budalur Koviladi 28 77 Budalur Palayapatti(North) 28 78 Budalur Maraneri 28 79 Kumbakonam Kothangudi 28 7
10 Kumbakonam Patteeswaram 28 711 Kumbakonam Sholapuram 28 712 Kumbakonam Sunndaraperumalkoil 28 713 Kumbakonam Swamimalai 28 714 Madukkur Alathur 28 715 Madukkur Athivetti-Koilkadu 28 716 Madukkur Madukkur 28 717 Madukkur Periakottai 28 718 Madukkur Kasankadu 28 719 Orathanadu Narithevankudikadu 28 720 Orathanadu Pappanadu 28 721 Orathanadu Thandarampattu 28 722 Orathanadu Thelungankudikadu 28 723 Orathanadu Vadakkur 28 724 Orathanadu Vadaseri 28 725 Orathanadu Vandayariruppu 28 726 Orathanadu Okkanadu Kelaiyur 28 727 Papanasam Kabisthalam 28 728 Papanasam Pandaravadai 28 729 Papanasam Veeramangudi 28 730 Pattukottai Enathi 28 731 Pattukottai Karambayam 28 732 Pattukottai Nambivoyal 28 733 Pattukottai Nattusalai 28 734 Pattukottai Rajamadam 28 735 Pattukottai Thamarankottai 28 7
121
36 Peravurani Kalagam 28 737 Peravurani Kurichi 28 738 Peravurani Siruvaviduthi 28 7
39Sethubavachathram Alagianayagipuram
28 7
40Sethubavachathram Kuruvikarambai
28 7
41Sethubavachathram Perumangalur
28 7
42Sethubavachathram Umadhanadu
28 7
43 Thanjavur Alagudi 28 744 Thanjavur Kasavalanadupudur 28 745 Thanjavur Marungulam 28 746 Thanjavur Nagathi 28 747 Thanjavur Thennangudi 28 748 Thanjavur Vallam 28 749 Thirupanandhal Keelakattur 28 750 Thirupanandhal Konnulampallam 28 751 Thirupanandhal Thugili 28 752 Thirupanandhal Pandhanallur 28 753 Thiruvaiyaru Nadukaveri 28 754 Thiruvaiyaru Senthalai 28 755 Thiruvaiyaru Thiruvalampozhi 28 7
56Thiruvidaimarudhur Murukkankudi
28 7
57Thiruvidaimarudhur Thirunageswaram
28 7
58Thiruvidaimarudhur Veppathur
28 7
59 Thiruvonam Athambai 28 760 Thiruvonam Sillathur 28 761 Thiruvonam Thiruvonam 28 762 Thiruvonam Vengarai 28 763 Thiruvonam Neyveli Vadapathi 28 7
HUD:31.TIRUCHIRAPALLI
DIST: TIRUCHIRAPALLIS.No
. BLOCK PHC1 Anandanallur Kulumani 28 72 Anandanallur Perugamani 28 73 Andanallur Andanallur 28 7
122
4 Andanallur Pettavaithalai 28 75 Lalgudi Anbil 28 76 Lalgudi Puduruthamnur 28 77 Lalgudi Sirumayamkudi 28 78 Lalgudi Thatchankurichi 28 79 Manachanallur Edhumalai 28 7
10 Manachanallur Irungalur 28 711 Manachanallur Kariyamanickam 28 712 Manachanallur Pirahambi 28 713 Manachanallur Sirukambur 28 714 Manachanallur Samayapuram 28 715 Manaparai Chettyapatty 28 716 Manaparai Puthanatham 28 717 Manaparai Maravanur 28 718 Manikandam Nagamangalam 28 719 Manikandam Inamkolathur 28 720 Manikandam Somarasampettai 28 721 Marungapuri Sukkampatti.T 28 722 Marungapuri Valanadu 28 723 Musiri Kottathur 28 724 Musiri Moovanur 28 725 Musiri Pulivalam 28 726 Musiri Puthur.T 28 727 Musiri Veliyanur 28 728 Pullambadi Azhunthalaipur 28 729 Pullambadi Melarasur 28 730 Pullambadi Orathur 28 731 Pullambadi Peruvalapur 28 732 Pullambadi Pullambadi 28 733 Pullambadi Kallakudi 28 734 Pullambadi Kanakiliyanallur 28 735 Thathaiangarpet Mettupalayam 28 736 Thathaiangarpet Thathaiangarpet 28 737 Thathaiangarpet Thumbalam 28 738 Thiruvarambur Arasankudi 28 739 Thiruvarambur Kattur 28 740 Thiruvarambur Keelakurichi 28 741 Thiruvarambur Navalpattu 28 742 Thiruvarambur Thirunedumkulam 28 743 Thiruvarambur Thiruvarambur 28 744 Thiruvarambur Thuvakudi 28 745 Thiruvarambur Kottapattu 28 7
123
46 Thottiam Appannallur 28 747 Thottiam Kaduvetti 28 748 Thottiam Kattuputhur 28 749 Thottiam Maickalnaickenpatti 28 750 Thottiam Murungai 28 751 Thuraiyur Chengattupatti 28 752 Thuraiyur Kannanur 28 753 Thuraiyur Perumalpalayam 28 754 Thuraiyur Veeramachanpatti 28 755 Uppiliapuram Eragudi 28 756 Uppiliapuram Top Sengattupatti 28 757 Uppiliapuram Uppiliapuram 28 758 Vaiyampatti Aniyapur 28 759 Vaiyampatti Keeranur 28 760 Vaiyampatti Vaiyampatti 28 7 HUD:32.TIRUVALLUR DIST: TIRUVALLUR
S.No. BLOCK PHC1 Ellapuram Latchivakkam 28 72 Ellapuram Periapalayam 28 73 Ellapuram Vengal 28 74 Ellapuram Enampakkam 28 75 Gummidipoondi Eguvarpalayam 28 76 Gummidipoondi Kannakottai 28 77 Gummidipoondi Madarapakkam 28 78 Kadambattur Kadambattur 28 79 Kadambattur Perambakkam 28 7
10 Kadambattur Ulundai 28 711 Kadambattur Vidaiyur 28 712 Minjur Athipattu 28 713 Minjur Devampat 28 714 Minjur Kattur 28 715 Minjur Manali New Town 28 716 Minjur Minjur 28 717 Pallipet Athimanjeripettai 28 718 Pallipattu Sorakkapettai 28 719 Poondi Katchur 28 7
124
20 Poondi Pattarai Perumbudur 28 721 Poondi Poondi 28 722 R.K.Pet Ammayarkuppam 28 723 R.K.Pet R.K.Pet 28 724 R.K.Pet Venganur 28 725 Sholavaram Arani 28 726 Sholavaram Budur 28 727 Sholavaram Padianallur 28 728 Sholavaram Panchatti 28 729 Thiruvelangadu Kanakammachathram 28 730 Thiruvelangadu Poonimangadu 28 731 Thiruvelangadu Thiruvelangadu 28 732 Tiruttani Beerakuppam 28 733 Tiruttani Maddur 28 734 Tiruttani Melkesavarajapet 28 7
35Tiruvellore @ Ikkadu Perumalpattu
28 7
36Tiruvellore @ Ikkadu Puliyur
28 7
37Tiruvellore @ Ikkadu Valliyur
28 7
38Tiruvellore @ Ikkadu Kalyanakuppam
28 7
39 Puzhal Naravarikuppam 28 740 Puzhal Manali 28 741 Puzhal Vilangadupakkam 28 742 Villivakkam Porur 28 743 Villivakkam Kathavoor 28 744 Villivakkam Kollumedu 28 7
HUD:33. TIRUVANNAMALAI
DIST: TIRUVANNAMALAI
S.No. BLOCK PHC1 Chengam Arattavadai 28 72 Chengam Chennasamudram 28 73 Chengam Ilamkunni 28 74 Chengam Melpallipattu 28 75 Chengam Melpennathur 28 76 Chengam Paramanandal 28 77 Chetpet Chetpet 28 7
125
8 Chetpet Kommanandal 28 79 Chetpet Thatchampadi 28 7
10 Chetpet Vadamathimangalam 28 711 Jamnamaruthur Jamnamaruthur 28 712 Jamnamaruthur Nammiyambattu 28 713 Kalasapakkam Athamangalampudur 28 714 Kalasapakkam Kadaladi 28 715 Kalasapakkam Kalasapakkam 28 716 Kalasapakkam Melvilvarayanallur 28 717 Kalasapakkam Padagam 28 718 Keezhpennathur Keezhpennathur 28 719 Keezhpennathur Konalur 28 720 Keezhpennathur Mekkalur 28 721 Keezhpennathur Somasipadi 28 722 Keezhpennathur Vettavalam 28 723 Keezhpennathur Kalikulam 28 724 Keezhpennathur Avur 28 725 Keezhpennathur Kolathur 28 726 Polur Kalambur 28 727 Polur Kelur 28 728 Polur Kalasamudram 28 729 Polur Thiruchurpettai 28 730 Polur Vazhiyur 28 731 Pudupalayam Karapattu 28 732 Pudupalayam Periakulam 28 733 Pudupalayam Pudupalayam 28 734 Thandarampattu Malananjanur 28 735 Thandarampattu Perungulathur 28 736 Thandarampattu Reddiarpalayam 28 737 Thandarampattu Sathanur Dam 28 738 Thandarampattu Thandarampattu 28 739 Thandarampattu Vanapuram 28 740 Thandarampattu S.Goodaloor 28 741 Thiruvannamalai Anananthal 28 742 Thiruvannamalai Kattampoondi 28 743 Thiruvannamalai Meyyur 28 744 Thiruvannamalai Palayanur 28 745 Thiruvannamalai Pavithram 28 746 Thiruvannamalai Su. Valavetti 28 747 Thiruvannamalai Adi Annamalai 28 748 Thurinjapuram Mangalam 28 749 Thurinjapuram Northampoondi 28 7
126
50 Thurinjapuram Thurinjapuram 28 7 HUD:34.TIRUVARUR DIST: TIRUVARUR
S.No. BLOCK PHC1 Kodavasal Kadamangudi 28 72 Kodavasal Suraikkayur 28 73 Kodavasal Thiruvidaicheri 28 74 Kodavasal Thiruvizhimazhalai 28 75 Koradacheri Athikadai 28 76 Koradacheri Kankoduthavanithan 28 77 Koradacheri Kulikarai 28 78 Koradacheri Perumpannaiyur 28 79 Kottur Adhichapuram 28 7
10 Kottur Sithamalli 28 711 Kottur Thirumakottai 28 712 Kottur Kalappal 28 713 Mannargudi Punavasal 28 714 Mannargudi Sathanur 28 715 Mannargudi Thalayamangalam 28 716 Mannargudi Ullikottai 28 717 Muthupettai Idumbavanam 28 718 Muthupettai Muthupettai 28 719 Muthupettai Sengandhi Idaiyur 28 720 Nannilam Anaikuppam 28 721 Nannilam Kollapuram 28 722 Nannilam Pavattakudi 28 723 Nannilam Peralam 28 724 Nannilam Poonthottam 28 725 Nannilam Upayavethandapuram 28 726 Needamangalam Kovilvenni 28 727 Needamangalam Peraiyur 28 728 Needamangalam Podakudi 28 729 Needamangalam Royapuram 28 730 Needamangalam Vaduvur 28 731 Needamangalam Thalikottai 28 732 Thiruthuraipoondi Alathampadi 28 733 Thiruthuraipoondi Korukkai 28 734 Thiruthuraipoondi Thiruthangoor 28 735 Thiruthuraipoondi Vilakudi 28 736 Thiruvarur Adiakkamangalam 28 7
127
37 Thiruvarur Komal 28 738 Thiruvarur Kottarakudi 28 739 Thiruvarur Odacheri 28 740 Valangaiman Alangudi 28 7
41 ValangaimanHaridhuvaramangalam
28 7
42 Valangaiman Inamkilliyur 28 7 HUD:35. TIRUNELVELI DIST: TIRUNELVELI
S.No. BLOCK PHC1 Ambasamudram Manimuthar 28 72 Ambasamudram Vairavikulam 28 73 Ambasamudram Vikramasingapuram 28 74 Cheranmadevi Kallidaikurichi 28 75 Cheranmadevi Karasalpatti 28 76 Cheranmadevi Pattamadai 28 77 Cheranmadevi Viravanallur 28 78 Kadayam Kadayam 28 79 Kadayam Koviloothu 28 7
10 Kadayam Vadakupappankulam 28 711 Kalakad Erwadi 28 712 Kalakad Singikulam 28 713 Kalakad Thirukurangudi 28 714 Manur Gangaikondan 28 715 Manur Manur 28 716 Manur Ukkirankottai 28 717 Manur Kallur 28 718 Nanguneri Ittamozhi 28 719 Nanguneri Moolakaraipatti 28 720 Nanguneri Munanjipatti 28 721 Nanguneri TherkuVijaya N.Puram 28 7
22 NanguneriTiruvenkatanathapuram
28 7
23 Palayamkottai Barkitmanagar 28 724 Palayamkottai Muneerpallam 28 725 Palayamkottai Rajavallipuram 28 726 Palayamkottai Reddiarpatti 28 727 Palayamkottai Thatchanallur 28 728 Pappakudi Maruthamputhur 28 729 Pappakudi Mukkudal 28 7
128
30 Radhapuram Kallikulam.T 28 731 Radhapuram Koodankulam 28 732 Radhapuram Tisayanvillai 28 733 Radhapuram Navvaladi 28 734 Valliyoor Panagudi 28 735 Valliyoor Sankarapuram 28 736 Valliyoor Vadakkankulam 28 737 Valliyoor Thulukarpatti 28 7 HUD:36. TIRUPATHUR DIST: VELLORE
S.No. BLOCK PHC1 Alangayam Alangayam 28 72 Alangayam Nimmiyampattu 28 73 Alangayam Pudurnadu 28 74 Alangayam Kavalur Chatram 28 75 Gudiyatham Gudanagaram 28 76 Gudiyatham Kallapadi 28 77 Gudiyatham Modikuppam 28 78 Gudiyatham Paratharami 28 79 Jolarpettai Athanavoor 28 7
10 Jolarpettai Jolarpettai 28 711 Jolarpettai Pudupettai 28 712 Jolarpettai Vellakalnatham 28 713 K.V.Kuppam K.V.Kuppam 28 714 K.V.Kuppam Latheri 28 715 K.V.Kuppam Pasumathur 28 716 K.V.Kuppam Vaduganthangal 28 717 K.V.Kuppam Kanguppam 28 718 Kandili Kajalnaickenpatti 28 719 Kandili Kunichi 28 720 Kandili Perampattu 28 721 Kandili Koratti 28 722 Katpadi Chenur 28 723 Katpadi Thiruvalam 28 724 Katpadi Pallikuppam 28 725 Katpadi Brammapuram 28 726 Madanur Madanur 28 727 Madanur Marathipalayam 28 728 Natrampalli Natrampalli 28 729 Natrampalli Pachur 28 7
129
30 Natrampalli Ramanaickenpettai 28 731 Pernampet Mailpatti 28 732 Pernampet Melsanarkuppam 28 733 Pernampet Nariampattu 28 734 Pernampet Arangalthurgam 28 735 Tirupattur Andiappanur 28 736 Tirupattur Pitchanur 28 737 Tirupattur Kadirampattu 28 738 Tirupattur Kakkanampalayam 28 7 HUD:37. TIRUPPUR DIST: COIMBATORE
S.No. BLOCK PHC
1 AnnurChemmani Chettlipalyam
28 7
2 Annur Pogalur 28 73 Avanasi Nambipalayam 28 74 Avanasi Sheyur 28 75 Avanasi Thulukkamuthur 28 76 Gudimangalam Gudimangalam 28 77 Gudimangalam Peddappampatti 28 78 Gudimangalam Poolavadi 28 79 Gudimangalam Ramachandrapuram 28 7
10 Madathukualm Kaniyur 28 711 Madathukualm Kumaralingam 28 712 Madathukualm Madathukulam 28 713 Madathukualm Pappankulam 28 714 Madathukualm Thungavai 28 715 Palladam Boomalur 28 716 Palladam Semmipalayam 28 717 Palladam Puliampatti 28 718 Pongalur Pongalur 28 719 Pongalur Vadugapalayam.E 28 720 Pongalur Koduvai 28 721 Sulthanpet Chandrapuram 28 722 Sulthanpet Chinnavadhambacheri 28 723 Sulur Irugur 28 724 Sulur Somanur 28 725 Sulur Vagarayampalayam 28 726 Tiruppur 15.Velampalayam 28 727 Tiruppur Mangalam 28 7
130
28 Tiruppur Perumanallur 28 729 Udumalpet Amaravathy Nagar 28 730 Udumalpet Chellappanpalayam 28 731 Udumalpet Erisinampatti 28 732 Udumalpet Periavalavadi 28 7 HUD:38. TUTICORIN DIST: TUTICORIN
S.No. BLOCK PHC1 Alwarthirunagari Alwarthirunagari 28 72 Alwarthirunagari Athoor 28 73 Alwarthirunagari Mokuperi 28 74 Alwarthirunagari Salaipudur 28 75 Alwarthirunagari Thenthiruperai 28 76 Alwarthirunagari Udayarkulam 28 77 Karungulam Karungulam 28 78 Karungulam Keelachekkarakudi 28 79 Karungulam Vallanadu 28 7
10 Sathankulam Anandhapuram 28 711 Sathankulam Mudalur 28 712 Sathankulam Padukapattu 28 713 Srivaikundam Betmanagaram 28 714 Srivaikundam Eral 28 715 Srivaikundam Pandaravilai 28 716 Srivaikundam Sebathayapuram 28 717 Srivaikundam Sivakalai 28 718 Tiruchendur Arumuganeri 28 719 Tiruchendur Kayamoli 28 720 Tiruchendur Pichivilai 28 721 Tiruchendur Sonaganvilai 28 722 Tuticorin Mappilliaiurani 28 723 Tuticorin Mudivaithanandal 28 724 Tuticorin Mullakadu 28 725 Tuticorin Pudukottai 28 726 Tuticorin Lurthammalpuram 28 727 Udangudi Kulasekaranpattinam 28 728 Udangudi Meignanapuram 28 729 Udangudi Paramankurichi 28 7
HUD:39. UTHAGAMANDALAM
DIST: THE NILGIRIS
131
S.No. BLOCK PHC1 Coonoor Adhigaratti 28 72 Coonoor Edapalli 28 73 Coonoor Ketti 28 74 Coonoor Kollakombai 28 75 Coonoor Melur Hosatty 28 76 Coonoor Aruvankadu 28 77 Gudalur Ambalamoola 28 78 Gudalur Ayyankolli 28 79 Gudalur Kappala 28 7
10 Gudalur Kolapalli 28 711 Gudalur Masinagudi 28 712 Gudalur Nellakottai 28 713 Gudalur O.Valley 28 714 Gudalur Srimadurai 28 715 Gudalur Uppatti 28 716 Kothagiri Kattabettu 28 717 Kothagiri Karadamattam 28 718 Kothagiri Nedugula 28 719 Kothagiri Sholurmuttam 28 720 Kothagiri Thengumaragada 28 721 Ootacamund Ithalar 28 722 Ootacamund Kallatti 28 723 Ootacamund Kookalthurai 28 724 Ootacamund Naduvattam 28 725 Ootacamund Palada.M 28 726 Ootacamund Pikkati 28 727 Ootacamund Sholur 28 728 Ootacamund T.Oranally 28 729 Ootacamund Thummanapatti 28 730 Ootacamund Thuneri 28 7 HUD:40.VELLORE DIST: VELLORE
S.No. BLOCK PHC1 Anaicut Anaicut 28 72 Anaicut Odugathur 28 73 Anaicut Pallikonda 28 74 Anaicut Poygai 28 75 Arakonam Mudur 28 7
132
6 Arakonam Thakkolam 28 77 Arcot Ladavaram 28 78 Arcot Melvisharam 28 79 Arcot Pudupadi 28 7
10 Arcot Arunkundram 28 711 Kaniyambadi Kammavanpettai 28 712 Kaniyambadi Kaniyambadi 28 713 Kaniyambadi Kathalambattu 28 714 Kaveripakkam Banavaram 28 715 Kaveripakkam Guruvarajapettai 28 716 Kaveripakkam Kaveripakkam 28 717 Kaveripakkam Minnal 28 718 Kaveripakkam Paranji 28 719 Kaveripakkam Pudupattu 28 720 Nemili Attupakkam 28 721 Nemili Melkulathur 28 722 Nemili Panapakkam 28 723 Nemili Punnai 28 724 Sholingur Karadikuppam 28 725 Sholingur Kodaikal 28 726 Sholingur Melpadi 28 727 Sholingur Ponnai 28 728 Sholingur Vinnampalli 28 729 Thimiri Mambakkam 28 730 Thimiri Thimiri 28 731 Thimiri Valaiyathoor 28 732 Thimiri Vilampakkam 28 733 Vellore Ussoor 28 734 Vellore Alamelumangapuram 28 735 Vellore Konavattam 28 736 Wallajah Ammur 28 737 Wallajah Lalapet 28 738 Wallajah Musiri 28 739 Wallajah Nowlack 28 740 Wallajah Sumaithangi 28 7 HUD:41. VILLUPURAM DIST: VILLUPURAM
S.No. BLOCK PHC1 Gingee Anandhapuram 28 72 Gingee Gangavaram 28 7
133
3 Gingee Nallanpillaipetral 28 74 Gingee Ottampattu 28 75 Gingee Sathiamangalam 28 76 Kanai Anniyur 28 77 Kanai Kanai 28 78 Kanai Karuvatchi 28 79 Kanai Kedar 28 7
10 Kandamangalam Kandamangalam 28 711 Kandamangalam Kondur 28 712 Kandamangalam Purasinganapalayam 28 713 Kandamangalam Rampakkam 28 714 Kandamangalam Siruvanthadu 28 715 Koliyanur Arasamangalam 28 716 Koliyanur Kandamanadi 28 717 Koliyanur Thogaipadi 28 718 Koliyanur Koliyanur 28 719 Mailam Mailam 28 720 Mailam Mannampoondi 28 721 Mailam Muppuli 28 722 Mailam Nedimozhiyanur 28 723 Mailam Periathatchur 28 724 Mailam Rettanai 28 725 Mailam Chendur 28 726 Marakanam Arumandai 28 727 Marakanam Brahmadesam 28 728 Marakanam Murukkeri 28 729 Marakanam Omanthur 28 730 Melmalayanur Avalurpettai 28 731 Melmalayanur Valathi 28 732 Melmalayanur Melmalayanur 28 733 Melmalayanur Melsevalampadi 28 734 Olakkur Avanipur 28 735 Olakkur Dadhapuram 28 736 Olakkur Olakkur 28 737 Olakkur Saram 28 738 Vallam Melchithamur 28 739 Vallam Melolakkur 28 740 Vallam Thiruvampattu 28 741 Vallam Keelmambattu 28 742 Vanur Kilianoor 28 743 Vanur Pombur 28 744 Vanur Uppuvelur 28 7
134
45 Vanur Kunnam 28 746 Vikravandi Ennayiram 28 747 Vikravandi Radhapuram 28 748 Vikravandi Thumbur 28 749 Vikravandi Vembi 28 750 Vikravandi Vikravandi 28 7
HUD:42. VIRUDHUNAGAR
DIST: VIRUDHUNAGARS.No
. BLOCK PHC1 Aruppukottai Gopalapuram 28 7
2 AruppukottaiKoothiparai(Malaipatti)
28 7
3 Aruppukottai Pandalkudi 28 74 Aruppukottai Palavanatham 28 75 Kariapatti Kalkurichi 28 76 Kariapatti Mallankinaru 28 77 Kariapatti Mustakurichi 28 78 Kariapatti Mudukankulam 28 79 Narikudi Kattanur 28 7
10 Narikudi Mukkulam.A 28 711 Narikudi Narikudi 28 712 Narikudi Veerasolam 28 713 Thiruchuli Paralachi 28 714 Thiruchuli Reddiapatti.M 28 715 Thiruchuli Kallurani 28 716 Virudhunagar Amathur 28 717 Virudhunagar Avudayarpuram 28 718 Virudhunagar Kanniseripudur 28 7 Total 45136 11284
135
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
Nagapattinam District
1
The Hospital Superintendent, Government Head Quarters Hospital
Nagapattinam Nagapattinam District – 611 011 42 14
2
The Medical Officer, Government Taluk Hospital, Mayiladuthurai, Nagapattinam District – 609 001 42 14
3
The Medical Officer, Government Taluk Hospital, Sirkazhi, Nagapattinam District – 609 110 42 14
4
The Medical Officer, Government Non-Taluk Hospital,Vaitheeswaran Koil, Nagapattinam District – 609 117 42 14
5
The Medical Officer, Government Taluk Hospital, Porayar, Nagapattinam District – 609 307 42 14
6
The Medical Officer, Government Taluk Hospital, Tharangambadi, Nagapattinam District – 609 313 42 14
7
The Medical Officer, Government Taluk Hospital,Vedarayam, Nagapattinam District – 614 810
42 14
8
The Medical Officer, Government Non-Taluk Karuppampulam, Nagapattinam District – 614 732 42 14
9The Medical Officer, Government Taluk Hospital, 42 14
136
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
Thirukkuvalai, Nagapattinam District – 610 24
10.
The Medical Officer, Government Non-Taluk Hospital,Kuthalam, Nagapattinam District – 609 801 42 14
11
The Medical Officer, Government Taluk Hospital,Keelveur, Nagapattinam District – 611 104 42 14
12
The Medical Officer,Government Non-Taluk Hospital,Nagoor, Nagapattinam District – 611 102 42 14
Thanjavur District
13
The Hospital Superintendent, Government Head Quarters Hospital,Kumbakonam, Thanjavur District – 612 001 42 14
14
The Medical Officer, Government Taluk Hospital,Pattukkottai, Thanjavur District – 614 601 42 14
15
The Medical Officer, Government Taluk Hospital,Peravurani, Thanjavur District – 614 804 42 14
137
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
16
The Medical Officer, Government Taluk Hospital, Orathanadu, Thanjavur District – 614 625 42 14
17
The Medical Officer, Government Taluk Hospital,Papanasam, Thanjavur District – 614 25 42 14
18
The Medical Officer, Government Taluk Hospital, Thiruvidaimaruthur, Thanjavur District – 612 106 42 14
19
The Medical Officer, Government Taluk Hospital, Thiruvaiyaru, Thanjavur District – 613 24 42 14
20
The Medical Officer, Government Non-Taluk Hospital,Adiramapattinam, Thanjavur District – 614 701 42 14
21
The Medical Officer, Government Non-Taluk Hospital,Thirukattupalli, Thanjavur District – 613 104 42 14
22
The Medical Officer, Government Non-Taluk Hospital, Aduthurai, Thanjavur District – 612 101 42 14
23
The Medical Officer, Government Non-Taluk Hospital,Thirupanandal, Thanjavur District – 612 504 42 14
The Medical Officer, Government Non-Taluk Hospital, 42 14
138
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
24.Nachiyar koil, Thanjavur District – 612 602
25.
The Medical Officer, Government Non-Taluk Hospital, Ayyampet, Thanjavur District – 614 21 42 14
Thirurvarur District
26
The Medical Officer, Government Taluk Hospital,Mannargudi, Thiruvarur District – 601 21 42 14
27
The Medical Officer, Government Taluk Hospital,Thiruthuraipoondi, Thiruvarur District 42 14
28
The Medical Officer, Government Taluk Hospital, Nannilam, Thiruvarur District – 614 001 42 14
29
The Medical Officer, Government Taluk Hospital, Needamangalam, Thiruvarur District – 610 105 42 14
30.
The Medical Officer, Government Taluk Hospital, Kodavasal, Thiruvarur District – 614 713 42 14
31
The Medical Officer, Government Taluk Hospital, Vangaiman, Thiruvarur District – 612 601 42 14
32
The Medical Officer, Government Taluk Hospital, Koothanallur, Thiruvarur District – 614 404 42 14
The Medical Officer,Government Women and Children 42 14
139
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
33.
Hospital,Vijayapuram,Thiruvarur District- 610 002
Pudukottai District
34.
The Medical Officer, Government Head quarters , Pudukottai, Pudukottai District – 62201. 42 14
35
The Medical Officer, Government Taluk Hospital, Aranthangi, Pudukottai District – 614 616 42 14
36
The Medical Officer, Government Taluk Hospital,lllupur, Pudukottai District – 622 102 42 14
37.
The Medical Officer, Government Taluk Hospital, Manalmelgudi, Pudukottai District – 614 62 42 14
38
The Medical Officer, Government Taluk Hospital, Alangudi, Pudukottai District – 622 301 42 14
39.
The Medical Officer, Government Taluk Hospital, Thirumayam, Pudukottai District – 622 507 42 14
40
The Medical Officer, Government Taluk Hospital, Avudaiyar Koil, Pudukottai District – 614 618 42 14
41
The Medical Officer, Government Taluk Hospital, Gandarvakottai, Pudukottai District – 613 301 42 14
140
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
42
The Medical Officer, Government Taluk Hospital, Keeranur, Pudukottai District – 622 502 42 14
43
The Medical Officer, Government Non-Taluk Hospital, Subaramaniapuram, Pudukottai District – 614 810 42 14
44
The Medical Officer, Government Non-Taluk Hospital, Valayapatti, Pudukottai District – 622 411 42 14
45
The Medical Officer, Government Non-Taluk Hospital, Annavasal, Pudukottai District – 622 101 42 14
Perambalur District
46
The Hospital Superintendent, Government Head Quarters Hospital,
Perambalur, Perambalur District – 621 212 42 14
47
The Medical Officer, Government Taluk Hospital, Ariyalur, Perambalur District – 621 704 42 14
48.
The Medical Officer, Government Taluk Hospital, Jayamkondam, Perambalur District – 621 802 42 14
49.
The Medical Officer, Government Taluk Hospital, Krishnapuram, Perambalur District – 621 717 42 14
50
The Medical Officer, Government Taluk Hospital, Veppur, Perambalur District – 621 717 42 14
141
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
51
The Medical Officer, Government Taluk Hospital, Sendurai, Perambalur District – 621 714 42 14
52
The Medical Officer, Government Non-Taluk Hospital, Udayarpalayam, Perambalur District – 621 804 42 14
Trichy District
53
The Medical Officer, Government Taluk Hospital, Lalgudi, Trichy District – 621 601 42 14
54
The Medical Officer, Government Taluk Hospital,Srirangam, Trichy District – 62 006 42 14
55
The Medical Officer, Government Taluk Hospital, Musiri, Trichy District – 621 211 42 14
56
The Medical Officer, Government Taluk Hospital, Thuraiyur, Trichy District – 621 010 42 14
57.
The Medical Officer, Government Taluk Hospital, Mannachnallur, Trichy District – 621 005 42 14
58
The Medical Officer, Government Taluk Hospital, Thottiyam, Trichy District – 621 215 42 14
59
The Medical Officer, Government Non-Taluk Hospital, Omandur, Trichy District – 621 010 42 14
60 The Hospital Superintendent, 42 14
142
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
Government Head Quarters Hospital,
Manapparai, Trichy District – 621 306
61
The Medical Officer, Government Non-Taluk Hospital, Thuvarankurichi, Trichy District – 621 314 42 14
Dindigul District
62
The Hospital Superintendent, Government Head Quarters Hospital,
Dindigul, Dindigul District – 624 001 42 14
63.
The Medical Officer, Government Taluk Hospital, Palani, Dindigul District – 624 601 42 14
64
The Medical Officer, Government Taluk Hospital, Kodaikanal, Dindigul District – 624 101 42 14
65.
The Medical Officer, Government Taluk Hospital, Nilakottai, Dindigul District – 624 28 42 14
66
The Medical Officer, Government Taluk Hospital, Natham, Dindigul District – 624 401 42 14
67
The Medical Officer, Government Taluk Hospital,Vedasendur, Dindigul District – 624 710 42 14
68
The Medical Officer, Government Taluk Hospital, Oddanchataram, Dindigul District – 624 619 42 14
143
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
69
The Medical Officer, Government Non-Taluk Hospital,Ayakudi, Dindigul District – 624 613 42 14
70
The Medical Officer, Government Non-Taluk Hospital, Bathlagundu,Dindigul District – 624 22 42 14
71
The Medical Officer, Government Non-Taluk Hospital, Pannaikadu,Dindigul District – 624 210 42 14
72
The Medical Officer,Government Non-Taluk Hospital, Thandkudi, Dindigul District – 624 216 42 14
73
The Medical Officer,Government Non-Taluk Hospital, Pattiveeranpatti, Dindigul District – 624 211 42 14
Madurai District
74
The Medical Officer, Government Taluk Hospital, Thirumangalam,Madurai District – 625 706 42 14
75
The Medical Officer,Government Taluk Hospital, Melur,Madurai District – 625 106 42 14
76
The Medical Officer, Government Non-Taluk Hospital, Vadipatti, Madurai District – 625 218 42 14
77.
The Medical Officer, Government Non-Taluk Hospital,Sholavandan, Madurai District – 625 42 14
144
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
78
The Medical Officer, Government Taluk Hospital, Peraiyur,Madurai District – 625 708 42 14
79
The Hospital Superintendent,Government Head Quarters Hospital,Usilampatti,Madurai District – 625 532 42 14
Ramanathapuram District
80
The Hospital Superintendent, Government Head Quarters Hospital,Ramanathapuram, Ramanathapuram District – 623 501 42 14
81
The Medical Officer, Government Hospital,Paramakudi,Ramanathapuram District – 623 521 42 14
82.
The Medical Officer, Government Taluk Hospital, Mudukaladhur, Ramanathapuram District – 623 524 42 14
83
The Medical Officer, Government Taluk Hospital, Rameswaram, Ramanathapuram District – 623 573 42 14
84
The Medical Officer, Government Taluk Hospital, Thiruvadanai, Ramanathapuram District – 623 523 42 14
85
The Medical Officer, Government Taluk Hospital, Kamuthi, Ramanathapuram District – 623 532 42 14The Medical Officer, Government Taluk Hospital, Kadaladi, 42 14
145
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
86 Ramanathapuram District – 623 527
87
The Medical Officer, Government Non-Taluk Hospital, Keelakarai, Ramanathapuram District – 623 534 42 14
88
The Medical Officer, Government Non-Taluk Hospital, Mandapam Camp, Ramanathapuram District – 623 533 42 14
89
The Medical Officer, Government Non-Taluk Hospital, Panaikulam, Ramanathapuram District – 623 534 42 14
Sivagangai District
90
The Hospital Superintendent, Government Head Quarters Hospital,
Sivagangai, Sivagangai District – 630 561 42 14
91
The Medical Officer, Government Taluk Hospital,Devakottai, Sivagangai District – 630 302 42 14
92
The Medical Officer, Government Taluk Hospital,Karaikudi, Sivagangai District – 630 001 42 14
93
The Medical Officer, Government Taluk Hospital,Thirupattur, Sivagangai District – 630 211 42 14
94
The Medical Officer, Government Taluk Hospital, Manamadurai, Sivagangai District – 630 606 42 14
146
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
95
The Medical Officer, Government Taluk Hospital, Elayankudi, Sivagangai District – 630 702 42 14
96
The Medical Officer, Government Non-Taluk Hospital, Kanadukathan, Sivagangai District – 630 103 42 14
97
The Medical Officer, Government Non-Taluk Hospital, Singampunari, Sivagangai District – 630 502 42 14
98
The Medical Officer, Government Non-Taluk Hospital, Poolankurchi, Sivagangai District – 630 413 42 14
99
The Medical Officer, Government Non-Taluk Hospital, Kandanur,Sivagangai District- 630104 42 14
100
The Medical Officer,Government Women And Children Hospital,Pulankurichi,Sivagangai District- 630413 42 14
101
The Medical Officer,Government Women And Children Hospital,Sivaganga,Sivagangai District- 622413 42 14
102
The Medical Officer,Government Women And Children Hospital,Paganeri,Sivagangai District-630558. 42 14
147
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
103
The Medical Officer,Government Women And Children Hospital,Pallathur,Sivagangai District- 623 107 42 14
104
The Medical Officer,Government Women And Children Hospital,Palavanakudi,Sivagangai District – 630 28 42 14
105
The Medical Officer,Government Women And Children Hospital,Kothamangalam,Sivagangai District- 630 105 42 14
Theni District
106
The Hospital Superintendent, Government Head Quarters Hospital,Periyakulam, Theni District – 625 601 42 14
107
The Medical Officer, Government Taluk Hospital,Andipatti, Theni District – 625 512 42 14
108
The Medical Officer, Government Taluk Hospital, Bodinayaickannur, Theni District – 625 513 42 14
109
The Medical Officer, Government Hospital, Uthamapalayam, Theni District – 625 533 42 14
110
The Medical Officer, Government Non-Taluk Hospital, Chinnamanur ,Theni District – 625 515 42 14
148
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
111
The Medical Officer, Government Non-Taluk Hospital, Cumbum, Theni District – 625 516 42 14
Tirunelveli District
112
The Hospital Superintendent, Government Head Quarters Hospital,
Tenkasi, Tirunelveli District – 627 811 42 14
113
The Medical Officer, Government Taluk Hospital, Sankarankoil, Tirunelveli District- 627756 42 14
114
The Medical Officer, Government Taluk Hospital, Ambasamudram, Tirunelveli District-626401 42 14
115
The Medical Officer, Government Taluk Hospital, Nanguneri, Tirunelveli District-627108 42 14
116
The Medical Officer, Government Taluk Hospital, Shengottai, Tirunelveli District-627809 42 14
117
The Medical Officer, Government Taluk Hospital, Radhapuram, Tirunelveli District- 627111 42 14
118
The Medical Officer, Government Taluk Hospital, Sivagiri,Tirunelveli District- 627757 42 14
119
The Medical Officer, Government Non-Taluk Hospital, Kadyanallur, Tirunelveli District-627751 42 14
149
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
120
The Medical Officer, Government Non-Taluk Hospital, Melapalayam, Tirunelveli District-627005 42 14
121
The Medical Officer, Government Non-Taluk Hospital, Charanmahadevi, Tirunelveli District-627414 42 14
122
The Medical Officer, Government Non-Taluk Hospital, Ayikudi, Tirunelveli District-627852 42 14
123
The Medical Officer, Government Non-Taluk Hospital, Puliyankudi, Tirunelveli District-627855 42 14
124
The Medical Officer, Government Non-Taluk Hospital, Valliyoor, Tirunelveli District-627117. 42 14
Thoothukudi District
125
The Hospital Superintendent, Government Head Quarters Hospital,
Kovilpatti, Thoothukudi District – 628 501 42 14
126
The Medical Officer, Government Taluk Hospital, Tiruchendur, Thoothukudi District – 628 215 42 14
127
The Medical Officer, Government Taluk Hospital, Vilathikulam, Thoothukudi District – 628 907 42 14
128
The Medical Officer, Government Taluk Hospital, Srivaikundam, Thoothukudi District – 628 601 42 14
150
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
129
The Medical Officer, Government Taluk Hospital,Sathankulam, Thoothukudi District – 628 704 42 14
130
The Medical Officer, Government Taluk Hospital, Ettaiyapuram, Thoothukudi District – 628 902 42 14
131
The Medical Officer, Government Taluk Hospital, Ottapidaram, Thoothukudi District – 628 401 42 14
132
The Medical Officer, Government Non-Taluk Hospital, Kayalpattinam, Thoothukudi District – 628 24 42 14
133
The Medical Officer, Government Non-Taluk Hospital, Kalangudiyiruppu, Thoothukudi District – 628 23 42 14
Kanniyakumari District
134
The Medical Officer, Government Taluk Hospital, Kuzhithurai, Kanniyakumari District – 629 105 42 14
135
The Medical Officer, Government Taluk Hospital,Boothapandy, Kanniyakumari District – 629 852 42 14
136
The Medical Officer, Government Taluk Hospital, Senanvillai, Kanniyakumari District – 629 702 42 14
137
The Medical Officer, Government Non-Taluk Hospital, Karingal, Kanniyakumari District – 629 157 42 14
151
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
138
The Medical Officer,Government Non-Taluk Hospital, Kulasekaram, Kanniyakumari District – 629 160 42 14
139
The Medical Officer,Government Taluk Hospital,Colachal – 629251.Kanniyakumari District. 42 14
140
The Medical Officer, Government Non-Taluk Hospital,Arumani, Kanniyakumari District – 629 163 42 14
141
The Hospital Superindent,Government Headquarters Hospital,Padmanabapuram at Thucklay – 629175Kanniyakumari District. 42 14
142
The Medical Officer, Government Taluk Hospital, Kanyakumari, Kanniyakumari District – 629 702 42 14
Nilgiris District
143
The Hospital Superintendent, Government Head Quarters Hospital,Udhagamandalam, Nilgiris District – 643 001 42 14
144
The Medical Officer, Government Taluk Hospital, Coonoor, Nilgiris District – 643 101 42 14
145
The Medical Officer, Government Taluk Hospital, Kothagiri, Nilgiris District - 643 217 42 14
152
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
146
The Medical Officer, Government Taluk Hospital,Gudalur, Nilgiris District – 643 212 42 14
147
The Medical Officer, Government Taluk Hospital, Pandalur, Nilgiris District - 643 240 42 14
148
The Medical Officer, Government Taluk Hospital, Manjoor, Nilgiris District 42 14
Coimbatore District
149 The Medical Officer, Government Taluk Hospital, Pollachi, Coimbatore District – 642 001 42 14
150
The Medical Officer, Government Taluk Hospital, Mettupalayam, Coimbatore District – 641 301 42 14
151
The Medical Officer, Government Taluk Hospital, Valparai, Coimbatore District – 642 127 42 14
152
The Medical Officer, Government Non-Taluk Hospital, Kottur, Coimbatore District – 642 114 42 14
153
The Medical Officer, Government Non-Taluk Hospital, Vettaikaranpudhur, Coimbatore District – 642 129 42 14
154
The Medical Officer, Government Non-Taluk Hospital, Thoundamuthur, Coimbatore District – 641 107 42 14
153
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
155
The Medical Officer,Government Non-Taluk Hospital, Sulur,Coimbatore District – 641 402 42 14
156
The Medical Officer, Government Non-Taluk Hospital, Periyanickenpalayam, Coimbatore District – 641 02 42 14
157
The Medical Officer, Government Non-Taluk Hospital, Karadivavi, Coimbatore District – 641 658 42 14
Thiruppur District
158
The Medical Officer,Government Taluk Hospital,Udumalpet,Thiruppur District-642 126 42 14
159
The Medical Officer,Government Taluk Hospital,Avinashi,Thiruppur District-641654 42 14
160
The Medical Officer,Government Non - Taluk Hospital,Jallipettai,Thiruppur District-642 112 42 14
161
The Medical Officer,Government Non - Taluk Hospital,Annur,Thiruppur District-641 653. 42 14
162
The Medical Officer,Government Taluk Hospital,PalladamThiruppur District-648 664. 42 14
154
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
163
The Hospital Superintendent, Government Head Quarters Hospital,Thiruppur, Thiruppur District-642 608 42 14
164
The Medical Officer, Government Taluk Hospital,Dharapuram, Thiruppur District – 638 656 42 14
165
The Medical Officer, Government Taluk Hospital,Kangeyam, Thiruppur District – 638 701 42 14
Erode District
166
The Medical Officer, Government Taluk Hospital, Gobichettipalayam, Erode District – 638 452 42 14
167
The Medical Officer, Government Taluk Hospital,Bhavani, Erode District – 638 302 42 14
168
The Medical Officer, Government Taluk Hospital,Sathiyamangalam, Erode District – 638 401 42 14
169
The Medical Officer, Government Taluk Hospital,Perundurai, Erode District – 638 052 42 14
170
The Medical Officer, Government Non-Taluk Hospital,Kodumudi, Erode District – 638 151 42 14
171
The Medical Officer, Government Non-Taluk Hospital, Anthiyur, Erode District – 638 501 42 14
155
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
172
The Hospital Superintendent, Government Head Quarters Hospital,Erode, Erode District – 638 009 42 14
173
The Medical Officer, Government Non-Taluk Hospital,Kavanthapadi, Erode District – 638 455 42 14
Kancheepuram District
174
The Hospital Superintendent, Government Head Quarters Hospital,Kancheepuram, Kancheepuram District – 631 501 42 14
175
The Medical Officer, Government Taluk Hospital, Maduranthagam, Kancheepuram District – 603 306 42 14
176
The Medical Officer, Government Taluk Hospital, Cheyyur, Kancheepuram District – 603 302 42 14
177
The Medical Officer, Government Taluk Hospital, Uthiramerur, Kancheepuram District – 603 406 42 14
178
The Medical Officer, Government Taluk Hospital, Thirukalukundam, Kancheepuram District – 603 109 42 14
179
The Medical Officer, Government Non-Taluk Hospital, Mahabalipuram, Kancheepuram District – 603 104 42 14
180
The Medical Officer,Government Hospital,G.S.T Road, Chrompet, 42 14
156
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
Tambaram, Chennai -600 044.
181
The Medical Officer,Government Taluk Hospital,Sriperumbudur – 603105.Kancheepuram District. 42 14
Thiruvallur District
182
The Hospital Superintendent, Government Head Quarters Hospital,Thiruvallur, Thiruvallur Hospital – 602 001 42 14
183
The Medical Officer, Government Taluk Hospital, Tiruttani, Thiruvallur District 42 14
184
The Medical Officer, Government Taluk Hospital, Ponneri, Thiruvallur District – 631 29 42 14
185
The Medical Officer, Government Non-Taluk Hospital, Uthukottai, Thiruvallur District- 600 060 42 14
186
The Medical Officer, Government Taluk Hospital, Gummidipoondi, Thiruvallur District – 602 026 42 14
187
The Medical Officer, Government Taluk Hospital, Pallipatu, Thiruvallur District – 600 056 42 14
188
The Medical Officer, Government Taluk Hospital, Ponnamallee, Thiruvallur District – 600 054 42 14
157
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
189
The Medical Officer, Government Taluk Hospital,Avadi, Thiruvallur District – 601 24 42 14
190
The Medical Officer, Government Non-Taluk Hospital, Madhavaram, Thiruvallur District – 631 28 42 14
191
The Medical Officer, Government Non-Taluk Hospital, Podhaturpet, Thiruvallur District – 601 25 42 14
192
The Medical Officer, Government Taluk Hospital, Pazhaverkadu, Thiruvallur District- 600 106 42 14
Villupuram District
193
The Medical Officer, Government Taluk Hospital, Gingee, Villupuram District – 604 22 42 14
194
The Hospital Superintendent, Government Head Quarters Hospital,
Kallakurichi, Villupuram District – 606 22 42 14
195
The Medical Officer, Government Taluk Hospital, Shankarapuram, Villupuram District - 606 401 42 14
196
The Medical Officer, Government Taluk Hospital, Thindivanam, Villupuram District – 604 001 42 14
158
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
197
The Medical Officer, Government Taluk Hospital, Thirukoilur, Villupuram District – 605 757 42 14
198
The Medical Officer, Government Taluk Hospital, Ulundurpet, Villupuram District – 606 107 42 14
199
The Medical Officer, Government Taluk Hospital, Vanur, Villupuram District – 605 109 42 14
200
The Medical Officer, Government Non-Taluk Hospital, Marakannam, Villupuram District – 604 303 42 14
201
The Medical Officer, Government Non-Taluk Hospital, Valavanur, Villupuram District – 605 108 42 14
Cuddalore District
202
The Medical Officer, Government Taluk Hospital, Chidambaram, Cuddalore District – 608 001 42 14
203
The Medical Officer, Government Taluk Hospital, Viruduchalam, Cuddalore District – 606 001 42 14
204
The Medical Officer, Government Taluk Hospital, Panruti, Cuddalore District – 607 106 42 14
205
The Medical Officer, Government Taluk Hospital, Thittagudi, Cuddalore District – 606 106 42 14
159
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
206
The Medical Officer, Government Taluk Hospital, Kattumannarkoil, Cuddalore District – 608 301 42 14
207
The Medical Officer, Government Non-Taluk Hospital, Parangipettai, Cuddalore District – 608 502 42 14
208
The Hospital Superintendent, Government Head Quarters Hospital,Cuddalore, Cuddalore District – 607 001 42 14
209
The Medical Officer, Government Non-Taluk Hospital, Kurichipadi, Cuddalore District – 607 302 42 14
Thiruvannamalai District
210
The Hospital Superintendent, Government Head Quarters Hospital,Thiruvananmalai, Thriuvanamalai District – 606 601 42 14
211
The Medical Officer, Government Taluk Hospital, Cheyyar, Thriuvanamalai Distirict – 603 407 42 14
212
The Medical Officer, Government Taluk Hospital,Arani, Thriuvanamalai Distirict – 632 301 42 14
213
The Hospital Superintendent, Government Taluk Hospital, Vandavasi, Thriuvanamalai Distirict – 604 408 42 14
160
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
214
The Medical Officer, Government Taluk Hospital, Chengam, Thriuvanamalai Distirict – 606 701 42 14
215
The Medical Officer, Government Taluk Hospital, Polur, Thriuvanamalai Distirict – 606 803 42 14
216
The Medical Officer, Government Non-Taluk Hospital, Thanipadi, Thriuvanamalai Distirict – 606 708 42 14
Vellore District
217
The Hospital Superintendent, Government Head Quarters Hospital,Walajah, Vellore District – 632 513 42 14
218
The Medical Officer, Government Taluk Hospital, Arcot, Vellore District – 632 503 42 14
219
The Medical Officer, Government Taluk Hospital, Arakonam, Vellore District - 631 001 42 14
220
The Medical Officer, Government Taluk Hospital, Gudiyatham, Vellore District – 632 602 42 14
221
The Medical Officer, Government Taluk Hospital, Vaniyampadi, Vellore District – 635 751 42 14
222
The Medical Officer, Government Taluk Hospital, Thirupathur, Vellore District – 635 601 42 14
161
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
223
The Medical Officer, Government Non-Taluk Hospital, Kalavai, Vellore District – 632 506 42 14
224
The Medical Officer, Government Non-Taluk Hospital, Peranampet, Vellore District – 635 810 42 14
225
The Medical Officer, Government Non-Taluk Hospital, Ambur, Vellore District – 635 802 42 14
226
The Medical Officer,Government Taluk Hospital,Sholingur – 631102.Vellore District. 42 14
Salem District
227
The Hospital Superintendent, Government Head Quarters Hospital,
Mettur Dam, Salem District – 636 401 42 14
228
The Medical Officer, Government Taluk Hospital, Attur, Salem District – 636 102 42 14
229
The Medical Officer, Government Taluk Hospital,Omalur, Salem District – 636 455 42 14
230
The Medical Officer, Government Taluk Hospital, Sangakiri, Salem District – 637 301 42 14
162
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
231
The Medical Officer, Government Taluk Hospital, Yercaud, Salem District – 636 601 42 14
232
The Medical Officer, Government Taluk Hospital, Edapadi, Salem District – 637 101 42 14
233
The Medical Officer, Government Taluk Hospital, Gangavalli, Salem District – 636 105 42 14
234
The Medical Officer, Government Non-Taluk Hospital, Jalagandapuram, Salem District – 636 501 42 14
235
The Medical Officer, Government Non-Taluk Hospital, Vembadithalam, Salem District – 637 504 42 14
Namakkal District
236
The Medical Officer, Government Taluk Hospital, Thiruchencode, Namakkal District – 637 211 42 14
237
The Medical Officer, Government Taluk Hospital,Rasipuram, Namakkal District – 637 408 42 14
238
The Medical Officer, Government Taluk Hospital, Velur, Namakkal District – 638 182 42 14
239
The Medical Officer, Government Non-Taluk Hospital, Sendamangalam, Namakkal District – 637 409 42 14
The Medical Officer, 42 14
163
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
240
Government Non-Taluk Hospital, Komarapalayam, Namakkal District – 638 188
241
The Medical Officer, Government Non-Taluk Hospital, Pallipalayam, Namakkal District – 638 006 42 14
242
The Medical Officer, Government Non-Taluk Hospital, Vennandur, Namakkal District – 637 505 42 14
243
The Hospital Superintendent,Government Head Quarters Hospital,
NamakkalNamakkal District – 637 001 42 14
Dharmapuri District
244
The Medical Officer, Government Taluk Hospital, Palacode, Dharmapuri District – 636 808 42 14
245
The Medical Officer, Government Taluk Hospital, Pennagaram, Dharmapuri District – 636 810 42 14
246
The Medical Officer, Government Taluk Hospital, Harur, Dharmapuri District – 636 903 42 14
247
The Medical Officer, Government Taluk Hospital, Pappireddipatti, Dharmapuri District – 636 905 42 14
Krishnagiri District
164
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
248
The Hospital Superintendent, Government Head Quarters Hospital,Krishnagiri, Krishnagiri District – 635 001 42 14
249
The Medical Officer, Government Taluk Hospital, Hozur, Krishnagiri District – 635 109 42 14
250
The Medical Officer, Government Taluk Hospital, Denkanikottai, Krishnagiri District – 635 107 42 14
251
The Medical Officer, Government Taluk Hospital, Uthangarai, Krishnagiri District – 635 702 42 14
252
The Medical Officer, Government Taluk Hospital, Pochampalli, Krishnagiri District – 635 26 42 14
253
The Medical Officer, Government Taluk Hospital, Mathur, Krishnagiri District – 635 24 42 14
Karur District
254
The Hospital Superintendent, Government Head Quarters Hospital,Karur, Karur District – 639 001 42 14
255
The Medical Officer, Government Taluk Hospital, Kulithalai, Karur District – 639 104 42 14
165
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
256
The Medical Officer, Government Taluk Hospital, KrishnarayapuramKarur District – 639 102 42 14
257
The Medical Officer, Government Taluk Hospital, Aravakurchi, Karur District – 639 25 42 14
258
The Medical Officer, Government Non-Taluk Hospital, Pallapatti, Karur District – 639 25 42 14
259
The Medical Officer, Government Non-Taluk Hospital,Velayuthampalayam, Karur District – 639 117 42 14
Virudhunagar District
260
The Hospital Superintendent, Government Head Quarters Hospital,Virudhunagar, Virudhunagar District -626101 42 14
261
The Medical Officer, Government Hospital,Rajapalayam, Virudhunagar District -626112 42 14
262
The Medical Officer, Government Hospital, Srivilliputhur, Virudhunagar District - 626125 42 14
263
The Medical Officer, Government Hospital, Sathur, Virudhunagar District -62623 42 14
264
The Medical Officer, Government Hospital, Sivakasi, Virudhunagar District -626123 42 14
166
List of places for Display of BCC Print materials at Govt Secondary Hospitals
S.no Name of the District Qty of Posters
Qty of Stickers
265
The Medical Officer, Government Hospital,Thiruchuli, Virudhunagar District -626129 42 14
266
The Medical Officer, Government Hospital, Kariapatti, Virudhunagar District -621314 42 14
267
The Medical Officer, Government Hospital,Watrap,Virudhunagar District-626132 42 14
268
The Medical Officer, Government Hospital, Aruppukottai, Virudhunagar District – 626 101 42 14
Total 11340 3780
List of Places for Display of Posters and Stickers to Govt Medical College Hospitals and other Instituitons
S.no Places of Delivery Posters (Qty) Stickers (Qty)
1 Govt. Royapettah Hospital, Chennai 56 28
2 Govt. Stanley Medical college Hosptial 56 28
3 Govt General Hospital,Chennai 56 28
4 Govt.R.S.R.M. Hospital, Chennai 56 28
5 Govt Kasturiba Gandhi Hospital,Chennai-5 56 28
167
List of Places for Display of Posters and Stickers to Govt Medical College Hospitals and other Instituitons
S.no Places of Delivery Posters (Qty) Stickers (Qty)
6 I.C.H & hi for Children, Chennai 56 28
7Institute of Obstetrics & Gynecology,Egmore,Chennai 56 28
8Kilpauk Medical College Hospital,Chennai-10 56 28
9 Govt Medical College Hospital,Coimbatore 56 28
10
Govt Medical college&Hospital,Asaripallam,Kanyakumari Dt. 56 28
11 Govt. Rajaji Hospital, Madurai 56 28
12 Govt. M.K.M.C. Hospital Salem 56 28
13 Govt. Raja Mirasdar Hospital, Thanjavur 56 28
14 Govt Medical College Hospital,Thanjavur 56 28
15 Govt. Medical College Hospital, Theni 56 28
16 Govt Medical College Hospital,Thoothukudi 56 28
17 Govt Medical College Hospital,Tirunelveli 56 28
18 Govt Medical college hospital,Dharmapuri 56 28
19 Govt Medical college Hospital,vellore 56 28
20 Govt Medical college hospital,Tiruvarur 56 28
168
List of Places for Display of Posters and Stickers to Govt Medical College Hospitals and other Instituitons
S.no Places of Delivery Posters (Qty) Stickers (Qty)
21Govt Medical college hospital,Chengalpattu 56 28
22 Govt Medical college hospital,Villupuram 56 28
23 Govt Medical college hospital,Sivagangai 56 28
24 Govt Medical college hospital,Perambalur 56 28
25KAP Viswanathan Govt Medical College Hospital, Trichy 56 28
26 G.H.T.M. Tambaram 56 28
27 Govt. Rajaji T.B.Hospital, Trichy 56 28
28Aringar Anna Govt Cancer Hospital,Karapettai,Kancheepuram 56 28
29 Govt. T.B.I, Chetpet, Chennai 56 28
30 Govt. T.T.B Hospital, Otteri 56 28
31 Govt. Peripheral Hl, Anna Nagar 56 28
32 Govt. Peripheral Hl, KK Nagar 56 28
33 Govt. Peripheral Hl, Periyar Nagar 56 28
34 Govt. Peripheral Hl, Tondiarpet Nagar 56 28
35 Frieda Monier Hl, Kalakad, Tirunelveli 56 28
169
List of Places for Display of Posters and Stickers to Govt Medical College Hospitals and other Instituitons
S.no Places of Delivery Posters (Qty) Stickers (Qty)
36 Govt. Hl. Balarangapuram, Madurai 56 28
37 Govt. T.B.Hl, Thoppur, Madurai 56 28
38 Infectious Diseases, HL, Thoppur, Madurai 56 28
39Cholera Collection Centre, Thoppur, Madurai 56 28
40 Govt. Hospital, Saidapet 56 28 Total 2240 1120
List of Muncipal Hospital for Display of Posters and StickersS.No Name of the Municipalities Number of
the Institution
Posters Qty Stickers
1 Alandur 1 28 142 Ambattur 1 28 143 Avadi 1 28 144 Aruppukottai 1 28 145 Cuddalore 1 28 14
170
List of Muncipal Hospital for Display of Posters and StickersS.No Name of the Municipalities Number of
the Institution
Posters Qty Stickers
6 Chidambaram 1 28 147 Coonoor 1 28 148 Dharapuram 1 28 149 Dharamapuri 1 28 14
10 Dindigul 1 28 1411 Karur 1 28 1412 Kancheepuram 1 28 1413 Karaikudi 1 28 1414 Kodaikanal 1 28 1415 Kumbakonam 1 28 1416 Kathivakkam 1 28 1417 Nagarcoil 1 28 1418 Nellikuppam 1 28 1419 Nagapattinam 1 28 1420 Madhavaram 1 28 1421 Mannargudi 1 28 1422 Mayiladuthurai 1 28 1423 Pallavapuram 1 28 1424 Pollachi 1 28 1425 Palani 1 28 1426 Periyakulam 1 28 1427 Pudukottai 1 28 1428 Rajayapalayam 1 28 1429 Ranipet 1 28 1430 Sivakasi 1 28 1431 Tambaram 1 28 1432 Thanjavur 1 28 1433 Tiruvannamalai 1 28 1434 Tiruvottiyur 1 28 1435 Udhagamandalam 1 28 1436 Villupuram 1 28 1437 Virudhunagar 1 28 1438 Chinnamanur 1 28 1439 Cumbam 1 28 1440 Bodinakanur 1 28 1441 Usilampatti 1 28 1442 Theni- Allinagaram 1 28 1443 Melur 1 28 1444 Tirumanagalam 1 28 14
171
List of Muncipal Hospital for Display of Posters and StickersS.No Name of the Municipalities Number of
the Institution
Posters Qty Stickers
45 Namakkal 1 28 1446 Krishnagiri 1 28 1447 Chengalpattu 1 28 1448 Thuraiyur 1 28 1449 Thiruvarur 1 28 1450 Udumalpet 1 28 1451 Gopichetipalayam 1 28 1452 Mettupalayam 1 28 1453 Ramanathapuram 1 28 1454 Devakottai 1 28 1455 Kovilpatti 1 28 1456 Mettur 1 28 1457 Sriviliputhur 1 28 1458 Aurppukottai 1 28 1459 Attur 1 28 1460 Arakonam 1 28 1461 Ambur 1 28 1462 Madhurathagam 1 28 1463 Arani 1 28 14
Name of the Corporation 64 Vellore 2 28 1465 Tiruppur 2 28 1466 Erode 2 28 1467 Coimbatore 5 28 1468 Madurai 5 28 1469 Trichy 3 28 1470 Salem 3 28 1471 Tiutricorin 2 28 1472 Tirunelveli 3 28 14
Chennai Corporation Hospitals 2873
Corporation Hospital , Maternity Choolai, Chennai 1 28 14
74 Corporation Hospital , Maternity,Erukkancheri, Chennai 1 28 14
75Corporation Hospital , Maternity,Kottur, Chennai 1 28 14
172
List of Muncipal Hospital for Display of Posters and StickersS.No Name of the Municipalities Number of
the Institution
Posters Qty Stickers
76 Corporation Hospital , Paediatrics,Washermanpet, Chennai 1 28 14
77 Corporation Of Madras Child Welfare , Paediatrics,Chetpet, Chennai 1 28 14
78Corporation Hospital , General,Chepauk, Chennai 1 28 14
79Corporation Hospital , General,Choolai, Chennai 1 28 14
80Corporation Hospital , General,Kasimedu, Chennai 1 28 14
81Corporation Hospital , General,Choolai, Chennai 1 28 14
82
Chennai Corporation Hospital , Multispecialty,Washermanpet, Chennai 1 28 14
Total 2800 1400
Places of Delivery for CP/CRPs-Rural development Project for BCC print materialsPosters
Place of Delivery(District project offices of Vazhndu kattuvom project/Tamil Nadu Corporation for development of women
Unit qty per type Total Qty
Coimbatore 203 2843Cuddalore 203 2843Kancheepuram 203 2843
173
Places of Delivery for CP/CRPs-Rural development Project for BCC print materialsNagapattinam 203 2843Namakkal 203 2843Ramanathapuram 203 2843Salem 203 2843Theni 203 2843Thiruvallur 203 2843Thiruvarur 203 2843Thiruvannamalai 203 2843Thoothukudi 203 2843Tirunelveli 203 2843Vellore 203 2843Villupuram 203 2843Ariyalur 203 2843Permbalur 203 2843Chennai 203 2843Erode 203 2843Thirupur 203 2843Kanyakumari 203 2843Krishnagiri 203 2843Madurai 203 2843Nilgiris 203 2843Virudhunagar 203 2843Tiruchirapalli 203 2843Dharmapuri 203 2843Dindigul 203 2843Karur 203 2843Pudukottai 203 2843Thanjavur 203 2843Sivagangai 203 2843Total 91000Stickers
Place of Delivery(District project offices of Vazhndu kattuvom project/Tamil Nadu Corporation for development of women
Unit qty per type Qty
StickersCoimbatore 203 2843Cuddalore 203 2843Kancheepuram 203 2843Nagapattinam 203 2843
174
Places of Delivery for CP/CRPs-Rural development Project for BCC print materialsNamakkal 203 2843Ramanathapuram 203 2843Salem 203 2843Theni 203 2843Thiruvallur 203 2843Thiruvarur 203 2843Thiruvannamalai 203 2843Thoothukudi 203 2843Tirunelveli 203 2843Vellore 203 2843Villupuram 203 2843Ariyalur 203 2843Permbalur 203 2843Chennai 203 2843Erode 203 2843Thirupur 203 2843Kanyakumari 203 2843Krishnagiri 203 2843Madurai 203 2843Nilgiris 203 2843Virudhunagar 203 2843Tiruchirapalli 203 2843Dharmapuri 203 2843Dindigul 203 2843Karur 203 2843Pudukottai 203 2843Thanjavur 203 2843Sivagangai 203 2843Total 91000
Flipbooks
Place of Delivery(District project offices of Vazhndu kattuvom project/Tamil Nadu Corporation for development of women
Unit qty per type Qty
Coimbatore 203 203Cuddalore 203 203Kancheepuram 203 203Nagapattinam 203 203
175
Places of Delivery for CP/CRPs-Rural development Project for BCC print materialsNamakkal 203 203Ramanathapuram 203 203Salem 203 203Theni 203 203Thiruvallur 203 203Thiruvarur 203 203Thiruvannamalai 203 203Thoothukudi 203 203Tirunelveli 203 203Vellore 203 203Villupuram 203 203Ariyalur 203 203Permbalur 203 203Chennai 203 207Erode 203 203Thirupur 203 203Kanyakumari 203 203Krishnagiri 203 203Madurai 203 203Nilgiris 203 203Virudhunagar 203 203Tiruchirapalli 203 203Dharmapuri 203 203Dindigul 203 203Karur 203 203Pudukottai 203 203Thanjavur 203 203Sivagangai 203 203Total 6496 6500
Pamphlets
Place of Delivery(District project offices of Vazhndu kattuvom project/Tamil Nadu Corporation for development of women
Unit qty per type Qty
Coimbatore 10156 20312Cuddalore 10156 20312Kancheepuram 10156 20312Nagapattinam 10156 20312Namakkal 10156 20312
176
Places of Delivery for CP/CRPs-Rural development Project for BCC print materialsRamanathapuram 10156 20312Salem 10156 20312Theni 10156 20312Thiruvallur 10156 20312Thiruvarur 10156 20312Thiruvannamalai 10156 20312Thoothukudi 10156 20312Tirunelveli 10156 20312Vellore 10156 20312Villupuram 10156 20312Ariyalur 10156 20312Permbalur 10156 20312Chennai 10156 20328Erode 10156 20312Thirupur 10156 20312Kanyakumari 10156 20312Krishnagiri 10156 20312Madurai 10156 20312Nilgiris 10156 20312Virudhunagar 10156 20312Tiruchirapalli 10156 20312Dharmapuri 10156 20312Dindigul 10156 20312Karur 10156 20312Pudukottai 10156 20312Thanjavur 10156 20312Sivagangai 10156 20312Total 650000
177
178
List of Places for Delivery of BCC print materials-School Education department
Place of delivery
Posters (Unit Quantity type 1)
Posters (Unit Quantity type 2)
Posters (Unit Quantity type 3)
Posters (Unit Quantity type 4)
Posters (Unit Quantity type 5)
Posters (Unit Quantity type 6) Total
Qty
Stickers (Unit Quantity type 1)
Stickers (Unit Quantity type 2)
Stickers (Unit Quantity type 3)
Stickers (Unit Quantity type 4)
Stickers (Unit Quantity type 5) Total
QtyO/o of the CEO,KANNIYAKUMARI SLB School Complex, Nagercoil 629001 01 Nagercoil 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,THIRUNELVELI Kokkirakulam, Thirunelveli 627009 02 Thirunelveli 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,TUTICORIN Jeyavaani Street, Tuticorin. 628002 03 Tuticorin 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,RAMANATHAPURAM Sivan Koil Street, Ramanathapuram. 630501 04 Ramanathapuram 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,SIVAGANGAI Collectorate Building. Sivgangai. 630561 05
156 156 156 156 156 156 937 312 312 312 312 312 1562
178
List of Places for Delivery of BCC print materials-School Education department
Place of delivery
Posters (Unit Quantity type 1)
Posters (Unit Quantity type 2)
Posters (Unit Quantity type 3)
Posters (Unit Quantity type 4)
Posters (Unit Quantity type 5)
Posters (Unit Quantity type 6) Total
Qty
Stickers (Unit Quantity type 1)
Stickers (Unit Quantity type 2)
Stickers (Unit Quantity type 3)
Stickers (Unit Quantity type 4)
Stickers (Unit Quantity type 5) Total
QtySivagangaiO/o of the CEO,VIRUDHU NAGAR.Collectorate Campus, Kumarasamy Raja Nagar,Virudhunagar. 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,THENI Collectorate Campus. Theni. 625531 07 Theni 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,MADURAI Thallakulam, Madurai. 625002 08 Madurai 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,DINDUKAL Round Road. Dindukal. 624005 09 Dindukal 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,NILGIRIS.Asiriyar Illam, Goodshed Road,Udhagamandalam. 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,COIMBATORE Raja Street, Coimbatore. 641001 11 Coimbatore 156 156 156 156 156
156 937 312 312 312 312 312 1562
179
List of Places for Delivery of BCC print materials-School Education department
Place of delivery
Posters (Unit Quantity type 1)
Posters (Unit Quantity type 2)
Posters (Unit Quantity type 3)
Posters (Unit Quantity type 4)
Posters (Unit Quantity type 5)
Posters (Unit Quantity type 6) Total
Qty
Stickers (Unit Quantity type 1)
Stickers (Unit Quantity type 2)
Stickers (Unit Quantity type 3)
Stickers (Unit Quantity type 4)
Stickers (Unit Quantity type 5) Total
QtyO/o of the CEO,ERODE Old Railway Station Road. Erode. 638001 12 Erode 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,SALEM District Collectorate Compound. Salem. 636001 13 Salem 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,NAMAKKAL Mohanur Road. Namakkal. 637001 14 Namakkal 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,DHARMAPURI 17A, Ganesa Colony, Dharmapurai. 636701 15 Dharmapuri 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,PUDUKKOTTAIDist. PTA Building, Sri Brahadambal GHSS campus, Pudukkottai. 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,KARUR 156 156 156 156 156156 937 312 312 312 312 312 1562
180
List of Places for Delivery of BCC print materials-School Education department
Place of delivery
Posters (Unit Quantity type 1)
Posters (Unit Quantity type 2)
Posters (Unit Quantity type 3)
Posters (Unit Quantity type 4)
Posters (Unit Quantity type 5)
Posters (Unit Quantity type 6) Total
Qty
Stickers (Unit Quantity type 1)
Stickers (Unit Quantity type 2)
Stickers (Unit Quantity type 3)
Stickers (Unit Quantity type 4)
Stickers (Unit Quantity type 5) Total
QtyCollectorate Campus, Thanthonimalai, Karur 639001 17 KarurO/o of the CEO,PERAMBALUR J.K.Building. Perambalur. 621212 18 Perambalur 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,THIRUCHIRAPPALLI Dist. P.T.A.Building, Madurai Road. Trichy-8 620008 19 Thiruchirappalli 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,NAGAPATTINAM,Krishna Towers, Public Office Road,Nagapattinam. 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,THIRUVARUR Pallivasal Street, Vijayapuram. Thiruvarur. 610001 21 Thiruvarur 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the 156 156 156 156 156156 937 312 312 312 312 312 1562
181
List of Places for Delivery of BCC print materials-School Education department
Place of delivery
Posters (Unit Quantity type 1)
Posters (Unit Quantity type 2)
Posters (Unit Quantity type 3)
Posters (Unit Quantity type 4)
Posters (Unit Quantity type 5)
Posters (Unit Quantity type 6) Total
Qty
Stickers (Unit Quantity type 1)
Stickers (Unit Quantity type 2)
Stickers (Unit Quantity type 3)
Stickers (Unit Quantity type 4)
Stickers (Unit Quantity type 5) Total
QtyCEO,THANJAVUR Panagal Building. Thajavur. 613001 22 ThanjavurO/o of the CEO,VILLUPURAM Collectorate Campus. Villupuram. 605602 23 Villupuram 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,CUDDALORE Manjakuppam, Cuddalore. 607001 24 Cuddalore 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,THIRUVANNAMALAI Sannathi Street, Gandhi Nagar. Thiruvannalamai. 606602 25 Thiruvannamalai 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,VELLORE.3rd fl, C.P.Chitrarasu Maaligai, Sathuvachari.Vellore. 156 156 156 156 156
156 937 312 312 312 312 312 1562
182
List of Places for Delivery of BCC print materials-School Education department
Place of delivery
Posters (Unit Quantity type 1)
Posters (Unit Quantity type 2)
Posters (Unit Quantity type 3)
Posters (Unit Quantity type 4)
Posters (Unit Quantity type 5)
Posters (Unit Quantity type 6) Total
Qty
Stickers (Unit Quantity type 1)
Stickers (Unit Quantity type 2)
Stickers (Unit Quantity type 3)
Stickers (Unit Quantity type 4)
Stickers (Unit Quantity type 5) Total
QtyO/o of the CEO,KANCHEEPURAM Chengazhuneerodai St. Kancheepuram. 631501 27 Kancheepuram 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,THIRUVALLUR 169, J.N. Road. Thiruvallur. 602001 28 Thiruvallur 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,CHENNAI.Panagal Building, Anna Salai, Saidapet,Chenna-15. 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,KRISHNAGIRI.Govt.Boys Hr.Sec.School Campus,Gandhi Road.635001 30 Krishnagiri 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,Thirupur 156 156 156 156 156
156 937 312 312 312 312 312 1562
O/o of the CEO,ARIYALUR 156 156 156 156 156 156 937 312 312 312 312 312 1562
183
List of Places for Delivery of BCC print materials-School Education department
Place of delivery
Posters (Unit Quantity type 1)
Posters (Unit Quantity type 2)
Posters (Unit Quantity type 3)
Posters (Unit Quantity type 4)
Posters (Unit Quantity type 5)
Posters (Unit Quantity type 6) Total
Qty
Stickers (Unit Quantity type 1)
Stickers (Unit Quantity type 2)
Stickers (Unit Quantity type 3)
Stickers (Unit Quantity type 4)
Stickers (Unit Quantity type 5) Total
QtyJ.K.Building, Perambalur. Ariyalur. 621212 31 Ariyalur 30000 50000
184
185
List of Places for Supply of Posters and Stickers to PMU PostersDescrption Places of Delivery QuantityPosters for Workplaces
O/o The Project Director,PMU,TNHSP 32200
Posters for PMU,TNHSP.
O/o The Project Director,PMU,TNHSP 1120
Descrption Places of Delivery QuantityStickersStickers for Workplaces
O/o The Project Director,PMU,TNHSP 32200
Stickers for PMU,TNHSP.
O/o The Project Director,PMU,TNHSP 3500
PamphletsDescrption Places of Delivery Quantity
O/o The Project Director,PMU,TNHSP 2000
FlipbooksDescrption Places of Delivery Quantity
O/o The Project Director,PMU,TNHSP 500
185
186
4. DRAWINGS
These Bidding Documents includes no drawings.
List of Drawings
DRAWING NR. Drawing Name Purpose
nil nil nil
186
5. INSPECTIONS AND TESTS
The following inspection procedures and tests are required by the Purchaser:
The supplier shall get each item indicated in the Schedule of requirement inspected in manufacturer’s works and submit a test certificate and also manufacturer’s guarantee /warranty certificate that the items are conforms to the laid down specification.
The Purchaser or its representative may inspect and /or test any or all the items to confirm their conformity to the contract specification, prior to despatch from the manufacturer’s premises. Such inspection and clearance will not prejudice the right of the consignee to inspect and test the items on receipt at destination to verify conformity to technical specification.
If the items are fails to meet the laid down specifications the supplier shall take immediate steps to remedy the deficiency or replace the defective parts of the each to the satisfaction of the purchaser/ consignee.
187
6. PROFORMA OF CERTIFICATE FOR ISSUE BY THE PURCHASER AFTER SUCCESSFUL INSTALLATION AND
STARTUP OF THE SUPPLIED GOODS
[This is to be attached for supply, erection, supervision of erection and startup contracts only]
No. Date:
M/s.
Sub: Certificate of startup of the supplied Goods
1. This is to certify that the plants / Equipment as detailed below has/have been received in good condition along with all the standard and special accessories (subject to remarks in Para No. 2) and a set of spares in accordance with the Contract/Specifications. The same has been installed and commissioned.
(a) Contract No. ________________________dated_____________________
(b) Description of the Equipment _________________________________________
(c) Sl. No. ___________________________________________________
(d) Quantity _____________________________________________________
(e) Rail/Roadways Receipt No. _______________dated______________________
(f) Name of the consignee ____________________________________________
(g) Date of start up and proving test _______________________________
2. Details of accessories/spares not yet supplied and recoveries to be made on that account.
S. No. Description Amount to be recovered
3. The proving test has been done to our entire satisfaction and operators have been trained to operate the plant.
4. The supplier has fulfilled his contractual obligations satisfactorily. *
188
or
The supplier has failed to fulfill his contractual obligations with regard to the following:
(a)
(b)
(c)
(d)
5. The amount of recovery on account of non-supply of accessories and spares is given under Para No. 2.
6. The amount of recovery on account of failure of the supplier to meet his contractual obligations is as indicated in endorsement of the letter.
Signature _________________________
Name ____________________________
Designation with Stamp ______________
* Explanatory notes for filling up the certificates:
(a) He has adhered to the time schedule specified in the contract in dispatching the documents/drawings pursuant to Technical Specifications.
(b) He has supervised the startup of the plan in time i.e., within the period specified in the contract from the date of intimation by the Purchaser in respect of the installation of the plant.
(c) Training of personnel has been done by the supplier as specified in the contract
(d) In the event of documents/drawings having not been supplied or installation and startup of the plant have been delayed on account of the supplier, the extent of delay should always be mentioned.
189
190
7. PERFORMA FOR PERFORMANCE STATEMENT
[Please see ITB Clause 38.2 and Section III-Evaluation and Qualification Criteria]
Proforma for Performance Statement (for a period of last three/five years)
Bid No. _______ Date of opening ___________ Time __________ Hours
Name of the Firm __________________________________
Order placed by(full address of
Purchaser)
Order No. and date
Description and quantity of
ordered equipment
Value of order Date of completion of delivery Remarks indicating reasons for late delivery,
if any
Has the equipment been satisfactorily
functioning? (Attach a certificate form the
Purchaser/Consignee)As per contract Actual
1 2 3 4 5 6 7 8
Signature and seal of the Bidder ______________________________________________________________
190
191
8. DECLARATION FOR CLAIMING EXCISE DUTY EXEMPTION
(Name of the Project)
Bid No. …………………………Description of item to be supplied …………………………………………………………………............................................................................................................................................................
(Information for issue of certificate for claiming exemption of Excise Duty (ED) in terms of Central excise notification No. 108/95)
(Bidder’s Name and Address): To(Name Of Purchaser)
………………………….
Dear Sir:
1. We confirm that we are solely responsible for obtaining deemed export benefits which we have considered in our bid and in case of failure to receive such benefits for reasons whatsoever, Purchaser will not compensate us.
2. We are furnishing below the information required by the Purchaser for issue of necessary certificate in terms of Central Excise notification no 108/95.
(i) Ex-factory price per unit on which ED is payable: *Rs. ___________________
(ii) No of Units to be supplied: ________________________________________________
(iii) Total cost on which ED is payable (Rs.) ___________________
(The requirements listed above are as per current notifications. These may be modified, if necessary, in terms of the rules in force)
(Signature)______________________(Printed Name) __________________(Designation) ___________________(Common Seal) __________________
191
* Please attach details item-wise with cost,if there are more than one item. The figures indicated should tally with what is given in the price schedule.
192
Section VII. General Conditions of Contract
Table of Clauses
1. DEFINITIONS............................................................................................................. 1952. CONTRACT DOCUMENTS.......................................................................................1963. FRAUD AND CORRUPTION.....................................................................................1964. INTERPRETATION.................................................................................................... 1985. LANGUAGE................................................................................................................ 1996. DELETED................................................................................................................... 1997. ELIGIBILITY.............................................................................................................. 1998. NOTICES..................................................................................................................... 1999. GOVERNING LAW.................................................................................................... 19910. SETTLEMENT OF DISPUTES...................................................................................19911. INSPECTIONS AND AUDIT BY THE BANK...........................................................20012. SCOPE OF SUPPLY.................................................................................................... 20013. DELIVERY AND DOCUMENTS...............................................................................20014. SUPPLIER’S RESPONSIBILITIES............................................................................20015. CONTRACT PRICE.................................................................................................... 20016. TERMS OF PAYMENT..............................................................................................20117. TAXES AND DUTIES................................................................................................ 20118. PERFORMANCE SECURITY..................................................................................... 20119. COPYRIGHT............................................................................................................... 20220. CONFIDENTIAL INFORMATION............................................................................20221. SUBCONTRACTING.................................................................................................. 20322. SPECIFICATIONS AND STANDARDS.....................................................................20323. PACKING AND DOCUMENTS.................................................................................20324. INSURANCE............................................................................................................... 20425. TRANSPORTATION.................................................................................................. 20426. INSPECTIONS AND TESTS......................................................................................20427. LIQUIDATED DAMAGES.........................................................................................20528. WARRANTY............................................................................................................... 20529. PATENT INDEMNITY............................................................................................... 20630. LIMITATION OF LIABILITY....................................................................................20731. CHANGE IN LAWS AND REGULATIONS..............................................................20832. FORCE MAJEURE...................................................................................................... 20833. CHANGE ORDERS AND CONTRACT AMENDMENTS.........................................20834. EXTENSIONS OF TIME............................................................................................. 20935. TERMINATION.......................................................................................................... 20936. ASSIGNMENT............................................................................................................ 211
195
Section VII. General Conditions of Contract
1. Definitions The following words and expressions shall have the meanings hereby assigned to them:
(a) “Bank” means the World Bank and refers to the International Bank for Reconstruction and Development (IBRD) or the International Development Association (IDA).
(b) “Contract” means the Contract Agreement entered into between the Purchaser and the Supplier, together with the Contract Documents referred to therein, including all attachments, appendices, and all documents incorporated by reference therein.
(c) “Contract Documents” means the documents listed in the Contract Agreement, including any amendments thereto.
(d) “Contract Price” means the price payable to the Supplier as specified in the Contract Agreement, subject to such additions and adjustments thereto or deductions therefrom, as may be made pursuant to the Contract.
(e) “Day” means calendar day.
(f) “Completion” means the fulfillment of the Related Services by the Supplier in accordance with the terms and conditions set forth in the Contract.
(g) “GCC” means the General Conditions of Contract.
(h) “Goods” means all of the commodities, raw material, machinery and equipment, and/or other materials that the Supplier is required to supply to the Purchaser under the Contract.
(i) “Purchaser’s Country” is India.
(j) “Purchaser” means the entity purchasing the Goods and Related Services, as specified in the SCC.
(k) “Related Services” means the services incidental to the supply of the goods, such as insurance, installation, start-up, training and initial maintenance and other such obligations of the Supplier under the Contract.
196
(l) “SCC” means the Special Conditions of Contract.
(m) “Subcontractor” means any natural person, private or government entity, or a combination of the above, to whom any part of the Goods to be supplied or execution of any part of the Related Services is subcontracted by the Supplier.
(n) “Supplier” means the natural person, private or government entity, or a combination of the above, whose bid to perform the Contract has been accepted by the Purchaser and is named as such in the Contract Agreement.
(o) “The Project Site,” where applicable, means the place named in the SCC.
2. Contract Documents
2.1 Subject to the order of precedence set forth in the Contract Agreement, all documents forming the Contract (and all parts thereof) are intended to be correlative, complementary, and mutually explanatory. The Contract Agreement shall be read as a whole.
3. Fraud and Corruption
3.1 If the Purchaser determines that the Supplier has engaged in corrupt, fraudulent, collusive, coercive or obstructive practices, in competing for or in executing the Contract, then the Purchaser may, after giving 14 days notice to the Supplier, terminate the Supplier's employment under the Contract and cancel the contract, and the provisions of Clause 35 shall apply as if such termination had been made under Sub-Clause 35.1.
(a) For the purposes of this Sub-Clause:
(i) “corrupt practice”7 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;
(ii) “fraudulent practice”8 is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an
7 ? “another party” refers to a public official acting in relation to the procurement process or contract execution]. In this context, “public official” includes World Bank staff and employees of other organizations taking or reviewing procurement decisions.
8 8 a “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution.
197
obligation;
(iii) “collusive practice” 9 is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;
(iv) “coercive practice”10 is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or
(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under Clause 11 [Inspections and Audits by the Bank].
3.2 Should any employee of the Supplier be determined to have engaged in corrupt, fraudulent, collusive, coercive, or obstructive practice during the purchase of the Goods, then that employee shall be removed.
4. Interpretation 4.1 If the context so requires it, singular means plural and vice versa.
4.2 Incoterms(a) Unless inconsistent with any provision of the Contract, the
meaning of any trade term and the rights and obligations of parties thereunder shall be as prescribed by Incoterms.
(b) The terms EXW and other similar terms, when used, shall be governed by the rules prescribed in the current edition of
9 “parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, non competitive levels
10 a “party” refers to a participant in the procurement process or contract execution
198
Incoterms specified in the SCC and published by the International Chamber of Commerce in Paris, France.
4.2 Entire Agreement
The Contract constitutes the entire agreement between the Purchaser and the Supplier and supersedes all communications, negotiations and agreements (whether written or oral) of the parties with respect thereto made prior to the date of Contract.
4.3 Amendment
No amendment or other variation of the Contract shall be valid unless it is in writing, is dated, expressly refers to the Contract, and is signed by a duly authorized representative of each party thereto.
4.4 Nonwaiver
(a) Subject to GCC Sub-Clause 4.5(b) below, no relaxation, forbearance, delay, or indulgence by either party in enforcing any of the terms and conditions of the Contract or the granting of time by either party to the other shall prejudice, affect, or restrict the rights of that party under the Contract, neither shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach of Contract.
(b) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing, dated, and signed by an authorized representative of the party granting such waiver, and must specify the right and the extent to which it is being waived.
4.5 Severability
If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the Contract.
5. Language 5.1 The Contract as well as all correspondence and documents relating to the Contract exchanged by the Supplier and the Purchaser, shall be English. Supporting documents and printed literature that are part of the Contract may be in another language provided they are accompanied by an accurate translation of the relevant passages in English language, in which case, for purposes of interpretation of the
199
Contract, this translation shall govern.
5.2 The Supplier shall bear all costs of translation to the governing language and all risks of the accuracy of such translation, for documents provided by the Supplier.
6. Deleted
7. Eligibility 7.1 The Supplier and its Subcontractors shall have the nationality of an eligible country. A Supplier or Subcontractor shall be deemed to have the nationality of a country if it is a citizen or constituted, incorporated, or registered, and operates in conformity with the provisions of the laws of that country.
7.2 All Goods and Related Services to be supplied under the Contract and financed by the Bank shall have their origin in Eligible Countries. For the purpose of this Clause, origin means the country where the goods have been grown, mined, cultivated, produced, manufactured, or processed; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its components.
8. Notices 8.1 Any notice given by one party to the other pursuant to the Contract shall be in writing to the address specified in the SCC. The term “in writing” means communicated in written form with proof of receipt.
8.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.
9. Governing Law 9.1 The Contract shall be governed by and interpreted in accordance with the laws of the Union of India.
10. Settlement of Disputes
10.1 The Purchaser and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract.
10.2 If, after twenty-eight (28) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Purchaser or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given. Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under the Contract. Arbitration
200
proceedings shall be conducted in accordance with the rules of procedure specified in the SCC.
10.3 Notwithstanding any reference to arbitration herein,
(a) the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree; and
(b) the Purchaser shall pay the Supplier any monies due the Supplier.
11. Inspections and Audit by the Bank
11.1 The Supplier shall permit the Bank and/or persons appointed by the Bank to inspect the Supplier’s offices and/or the accounts and records of the Supplier and its sub-contractors relating to the performance of the Contract, and to have such accounts and records audited by auditors appointed by the Bank if required by the Bank. The Supplier’s attention is drawn to Clause 3, which provides, inter alia, that acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under Sub-Clause 11.1 constitute a prohibited practice subject to contract termination (as well as to a determination of ineligibility under the Procurement Guidelines).
12. Scope of Supply 12.1 The Goods and Related Services to be supplied shall be as specified in the Special Condition of Contract.
13. Delivery and Documents
13.1 Subject to GCC Sub-Clause 33.1, the Delivery of the Goods and Completion of the Related Services shall be in accordance with the Delivery and Completion Schedule specified in the Schedule of Requirements. The details of shipping and other documents to be furnished by the Supplier are specified in the SCC.
14. Supplier’s Responsibilities
14.1 The Supplier shall supply all the Goods and Related Services included in the Scope of Supply in accordance with GCC Clause 12, and the Delivery and Completion Schedule, as per GCC Clause 13.
15. Contract Price 15.1 Prices charged by the Supplier for the Goods supplied and the Related Services performed under the Contract shall not vary from the prices quoted by the Supplier in its bid, with the exception of any price adjustments authorized in the SCC.
16. Terms of Payment
16.1 The Contract Price, including any Advance Payments, if applicable, shall be paid as specified in the SCC.
16.2 The Supplier’s request for payment shall be made to the Purchaser in writing, accompanied by invoices describing, as appropriate, the Goods delivered and Related Services performed, and by the documents submitted pursuant to GCC
201
Clause 13 and upon fulfillment of all other obligations stipulated in the Contract.
16.3 Payments shall be made promptly by the Purchaser, but in no case later than sixty (60) days after submission of an invoice or request for payment by the Supplier, and after the Purchaser has accepted it.
16.4 The payments shall be made in Indian Rupees to the Supplier under this Contract.
16.5 In the event that the Purchaser fails to pay the Supplier any payment by its due date or within the period set forth in the SCC, the Purchaser shall pay to the Supplier interest on the amount of such delayed payment at the rate shown in the SCC, for the period of delay until payment has been made in full, whether before or after judgment or arbitrage award.
17. Taxes and Duties
The Supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods to the Purchaser.
18. Performance Security
18.1 If required as specified in the SCC, the Supplier shall, within twenty-eight (28) days of the notification of contract award, provide a performance security for the performance of the Contract in the amount specified in the SCC.
18.2 The proceeds of the Performance Security shall be payable to the Purchaser as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.
18.3 As specified in the SCC, the Performance Security shall be denominated in the Indian Rupees, and shall be in one of the format stipulated by the Purchaser in the SCC, or in another format acceptable to the Purchaser.
18.4 The Performance Security shall be discharged by the Purchaser and returned to the Supplier not later than twenty-eight (28) days following the date of Completion of the Supplier’s performance obligations under the Contract, including any warranty obligations, unless specified otherwise in the SCC.
19. Copyright 19.1 The copyright in all drawings, documents, and other materials containing data and information furnished to the Purchaser by the Supplier herein shall remain vested in the Supplier, or, if they are furnished to the Purchaser directly or through the Supplier by any third party, including suppliers of materials, the copyright in such materials shall remain vested in such
202
third party
20. Confidential Information
20.1 The Purchaser and the Supplier shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination of the Contract. Notwithstanding the above, the Supplier may furnish to its Subcontractor such documents, data, and other information it receives from the Purchaser to the extent required for the Subcontractor to perform its work under the Contract, in which event the Supplier shall obtain from such Subcontractor an undertaking of confidentiality similar to that imposed on the Supplier under GCC Clause 20.
20.2 The Purchaser shall not use such documents, data, and other information received from the Supplier for any purposes unrelated to the contract. Similarly, the Supplier shall not use such documents, data, and other information received from the Purchaser for any purpose other than the performance of the Contract.
20.3 The obligation of a party under GCC Sub-Clauses 20.1 and 20.2 above, however, shall not apply to information that:
(a) the Purchaser or Supplier need to share with the Bank or other institutions participating in the financing of the Contract;
(b) now or hereafter enters the public domain through no fault of
that party;
(c) can be proven to have been possessed by that party at the time of disclosure and which was not previously obtained, directly or indirectly, from the other party; or
(d) otherwise lawfully becomes available to that party from a third party that has no obligation of confidentiality.
20.4 The above provisions of GCC Clause 20 shall not in any way modify any undertaking of confidentiality given by either of the parties hereto prior to the date of the Contract in respect of the Supply or any part thereof.
20.5 The provisions of GCC Clause 20 shall survive completion or termination, for whatever reason, of the Contract.
21. Subcontracting 21.1 The Supplier shall notify the Purchaser in writing of all subcontracts awarded under the Contract if not already
203
specified in the bid. Such notification, in the original bid or later shall not relieve the Supplier from any of its obligations, duties, responsibilities, or liability under the Contract.
21.2 Subcontracts shall comply with the provisions of GCC Clauses 3 and 7.
22. Specifications and Standards
22.1 Technical Specifications and Drawings(a) The Goods and Related Services supplied under this Contract
shall conform to the technical specifications and standards mentioned in Section VI, Schedule of Requirements and, when no applicable standard is mentioned, the standard shall be equivalent or superior to the official standards whose application is appropriate to the Goods’ country of origin.
(b) The Supplier shall be entitled to disclaim responsibility for any design, data, drawing, specification or other document, or any modification thereof provided or designed by or on behalf of the Purchaser, by giving a notice of such disclaimer to the Purchaser.
(c) Wherever references are made in the Contract to codes and standards in accordance with which it shall be executed, the edition or the revised version of such codes and standards shall be those specified in the Schedule of Requirements. During Contract execution, any changes in any such codes and standards shall be applied only after approval by the Purchaser and shall be treated in accordance with GCC Clause 33.
23. Packing and Documents
23.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract. During transit, the packing shall be sufficient to withstand, without limitation, rough handling and exposure to extreme temperatures, salt and precipitation, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the goods’ final destination and the absence of heavy handling facilities at all points in transit.
23.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified in the SCC, and in any other instructions ordered by the Purchaser.
24. Insurance 24.1 Unless otherwise specified in the SCC, the Goods supplied under the Contract shall be fully insured—against loss or
204
damage incidental to manufacture or acquisition, transportation, storage, and delivery, in accordance with the applicable Incoterms or in the manner specified in the SCC.
25. Transportation 25.1 Unless otherwise specified in the SCC, responsibility for arranging transportation of the Goods shall be in accordance with the specified Incoterms.
26. Inspections and Tests
26.1 The Supplier shall at its own expense and at no cost to the Purchaser carry out all such tests and/or inspections of the Goods and Related Services as are specified in the SCC.
26.2 The inspections and tests may be conducted on the premises of the Supplier or its Subcontractor, at point of delivery, and/or at the Goods’ final destination, or in another place in the Purchaser’s Country as specified in the SCC. Subject to GCC Sub-Clause 26.3, if conducted on the premises of the Supplier or its Subcontractor, all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Purchaser.
26.3 The Purchaser or its designated representative shall be entitled to attend the tests and/or inspections referred to in GCC Sub-Clause 26.2, provided that the Purchaser bear all of its own costs and expenses incurred in connection with such attendance including, but not limited to, all traveling and board and lodging expenses.
26.4 Whenever the Supplier is ready to carry out any such test and inspection, it shall give a reasonable advance notice, including the place and time, to the Purchaser. The Supplier shall obtain from any relevant third party or manufacturer any necessary permission or consent to enable the Purchaser or its designated representative to attend the test and/or inspection.
26.5 The Purchaser may require the Supplier to carry out any test and/or inspection not required by the Contract but deemed necessary to verify that the characteristics and performance of the Goods comply with the technical specifications codes and standards under the Contract, provided that the Supplier’s reasonable costs and expenses incurred in the carrying out of such test and/or inspection shall be added to the Contract Price. Further, if such test and/or inspection impedes the progress of manufacturing and/or the Supplier’s performance of its other obligations under the Contract, due allowance will be made in respect of the Delivery Dates and Completion Dates and the other obligations so affected.
26.6 The Supplier shall provide the Purchaser with a report of the results of any such test and/or inspection.
205
26.7 The Purchaser may reject any Goods or any part thereof that fail to pass any test and/or inspection or do not conform to the specifications. The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Purchaser, and shall repeat the test and/or inspection, at no cost to the Purchaser, upon giving a notice pursuant to GCC Sub-Clause 26.4.
26.8 The Supplier agrees that neither the execution of a test and/or inspection of the Goods or any part thereof, nor the attendance by the Purchaser or its representative, nor the issue of any report pursuant to GCC Sub-Clause 26.6, shall release the Supplier from any warranties or other obligations under the Contract.
27. Liquidated Damages
27.1 Except as provided under GCC Clause 32, if the Supplier fails to deliver any or all of the Goods by the Date(s) of delivery or perform the Related Services within the period specified in the Contract, the Purchaser may without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in the SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage specified in those SCC. Once the maximum is reached, the Purchaser may terminate the Contract pursuant to GCC Clause 35.
28. Warranty 28.1 The Supplier warrants that all the Goods are new, unused, and of the most recent or current models, and that they incorporate all recent improvements in design and materials, unless provided otherwise in the Contract.
28.2 Subject to GCC Sub-Clause 22.1(b), the Supplier further warrants that the Goods shall be free from defects arising from any act or omission of the Supplier or arising from design, materials, and workmanship, under normal use in the conditions prevailing in the country of final destination.
28.3 Unless otherwise specified in the SCC, the warranty shall remain valid for twelve (12) months after the Goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the SCC, or for eighteen (18) months after the date of shipment from the port or place of loading in the country of origin, whichever period concludes earlier.
28.4 The Purchaser shall give notice to the Supplier stating the nature of any such defects together with all available evidence
206
thereof, promptly following the discovery thereof. The Purchaser shall afford all reasonable opportunity for the Supplier to inspect such defects.
28.5 Upon receipt of such notice, the Supplier shall, within the period specified in the SCC, expeditiously repair or replace the defective Goods or parts thereof, at no cost to the Purchaser.
28.6 If having been notified, the Supplier fails to remedy the defect within the period specified in the SCC, the Purchaser may proceed to take within a reasonable period such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.
29. Patent Indemnity
29.1 The Supplier shall, subject to the Purchaser’s compliance with GCC Sub-Clause 29.2, indemnify and hold harmless the Purchaser and its employees and officers from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Purchaser may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract by reason of:
(a) the installation of the Goods by the Supplier or the use of the Goods in the country where the Site is located; and
(b) the sale in any country of the products produced by the Goods.
Such indemnity shall not cover any use of the Goods or any part thereof other than for the purpose indicated by or to be reasonably inferred from the Contract, neither any infringement resulting from the use of the Goods or any part thereof, or any products produced thereby in association or combination with any other equipment, plant, or materials not supplied by the Supplier, pursuant to the Contract.
29.2 If any proceedings are brought or any claim is made against the Purchaser arising out of the matters referred to in GCC Sub-Clause 29.1, the Purchaser shall promptly give the Supplier a notice thereof, and the Supplier may at its own expense and in the Purchaser’s name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim.
207
29.3 If the Supplier fails to notify the Purchaser within twenty-eight (28) days after receipt of such notice that it intends to conduct any such proceedings or claim, then the Purchaser shall be free to conduct the same on its own behalf.
29.4 The Purchaser shall, at the Supplier’s request, afford all available assistance to the Supplier in conducting such proceedings or claim, and shall be reimbursed by the Supplier for all reasonable expenses incurred in so doing.
29.5 The Purchaser shall indemnify and hold harmless the Supplier and its employees, officers, and Subcontractors from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Supplier may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract arising out of or in connection with any design, data, drawing, specification, or other documents or materials provided or designed by or on behalf of the Purchaser.
30. Limitation of Liability
30.1 Except in cases of criminal negligence or willful misconduct,
(a) the Supplier shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser and
(b) the aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort or otherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment, or to any obligation of the supplier to indemnify the purchaser with respect to patent infringement
31. Change in Laws and Regulations
31.1 Unless otherwise specified in the Contract, if after the date of 28 days prior to date of Bid submission, any law, regulation, ordinance, order or bylaw having the force of law is enacted, promulgated, abrogated, or changed in India, where the Site is located (which shall be deemed to include any change in interpretation or application by the competent authorities) that subsequently affects the Delivery Date and/or the Contract Price, then such Delivery Date and/or Contract Price shall be correspondingly increased or decreased, to the extent that the
208
Supplier has thereby been affected in the performance of any of its obligations under the Contract. Notwithstanding the foregoing, such additional or reduced cost shall not be separately paid or credited if the same has already been accounted for in the price adjustment provisions where applicable, in accordance with GCC Clause 15.
32. Force Majeure 32.1 The Supplier shall not be liable for forfeiture of its Performance Security, liquidated damages, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.
32.2 For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the Supplier that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the Supplier. Such events may include, but not be limited to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.
32.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.
33. Change Orders and Contract Amendments
33.1 The Purchaser may at any time order the Supplier through notice in accordance GCC Clause 8, to make changes within the general scope of the Contract in any one or more of the following:
(a) drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically manufactured for the Purchaser;
(b) the method of shipment or packing;
(c) the place of delivery; and
(d) the Related Services to be provided by the Supplier.
33.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery/Completion
209
Schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this Clause must be asserted within twenty-eight (28) days from the date of the Supplier’s receipt of the Purchaser’s change order.
33.3 Prices to be charged by the Supplier for any Related Services that might be needed but which were not included in the Contract shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services.
33.4 Subject to the above, no variation in or modification of the terms of the Contract shall be made except by written amendment signed by the parties.
34. Extensions of Time
34.1 If at any time during performance of the Contract, the Supplier or its subcontractors should encounter conditions impeding timely delivery of the Goods or completion of Related Services pursuant to GCC Clause 13, the Supplier shall promptly notify the Purchaser in writing of the delay, its likely duration, and its cause. As soon as practicable after receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, in which case the extension shall be ratified by the parties by amendment of the Contract.
34.2 Except in case of Force Majeure, as provided under GCC Clause 32, a delay by the Supplier in the performance of its Delivery and Completion obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 26, unless an extension of time is agreed upon, pursuant to GCC Sub-Clause 34.1.
35. Termination 35.1 Termination for Default
(a) The Purchaser, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part:
(i) if the Supplier fails to deliver any or all of the Goods within the period specified in the Contract, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 34;
(ii) if the Supplier fails to perform any other obligation under the Contract; or
(iii) if the Supplier, in the judgment of the Purchaser has engaged in fraud and corruption, as defined in
210
GCC Clause 3, in competing for or in executing the Contract.
(b) In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 35.1(a), the Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or Related Services similar to those undelivered or not performed, and the Supplier shall be liable to the Purchaser for any additional costs for such similar Goods or Related Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.
35.2 Termination for Insolvency.
(a) The Purchaser may at any time terminate the Contract by giving notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to the Purchaser
35.3 Termination for Convenience.
(a) The Purchaser, by notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.
(b) The Goods that are complete and ready for shipment within twenty-eight (28) days after the Supplier’s receipt of notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:
(i) to have any portion completed and delivered at the Contract terms and prices; and/or
(ii) to cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and
Related Services and for materials and parts previously procured by the Supplier.
36. Assignment 36.1 Neither the Purchaser nor the Supplier shall assign, in whole or
211
in part, their obligations under this Contract, except with prior written consent of the other party.
.
212
SECTION VIII. SPECIAL CONDITIONS OF CONTRACT
The following Special Conditions of Contract (SCC) shall supplement and / or amend the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.
GCC 1.1(j) The Purchaser is: TAMILNADU HEALTH SYSTEMS PROJECT
GCC 1.1 (o) The Project Site(s)/Final Destination(s) is/are: As per Annexure at Technical specification.
GCC 4.2 (a) The meaning of the trade terms shall be as prescribed by Incoterms.
GCC 4.2 (b) The version edition of Incoterms shall be 2000
GCC 8.1 For notices, the Purchaser’s address shall be:
Attention: Project Director, TAMILNADU HEALTH SYSTEMS PROJECTAddress: DMS Annex Buildings, DMS Campus, No.359, Anna Salai, TeynampetCity: ChennaiZIP Code: 600 006Country: IndiaTelephone: 91-44 -24345991 / 24345993Facsimile number: 91-44-24345997Electronic mail address: [email protected], [email protected]
213
GCC 10.2 Settlement of Disputes
The dispute settlement mechanism to be applied shall be as follows:
(a) In case of Dispute or difference arising between the Purchaser and a domestic supplier relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996. The arbitral tribunal shall consist of 3 arbitrators one each to be appointed by the Purchaser and the Supplier. The third Arbitrator shall be chosen by the two Arbitrators so appointed by the Parties and shall act as Presiding arbitrator. In case of failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall be appointed by the *Indian Council of Arbitration
(b) In the case of a dispute with a Foreign Supplier, the dispute shall be settled in accordance with provisions of UNCITRAL (United nations Commission on International Trade Law) Arbitration Rules. The Arbitral Tribunal shall consist of three Arbitrators one each to be appointed by the Purchaser and the Supplier. The third Arbitrator shall be chosen by the two Arbitrators so appointed by the parties, and shall act as presiding arbitrator. In case of failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall be appointed by the Indian Council of Arbitration
(c) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and (b) above, within 30 days after receipt of the notice of the appointment of its arbitrator by the other party, then the *Indian Council of Arbitration or president of the Institution of Engineers (India) both in cases of the Foreign supplier as well as Indian supplier, shall appoint the arbitrator. A certified copy of the order of the *Indian Council of Arbitration, making such an appointment shall be furnished to each of the parties.
214
(d) Arbitration proceedings shall be held at Chennai, India, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English.
(e) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the expenses incurred by each party in connection with the preparation, presentation etc. of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party itself.
(f) Where the value of the contract is Rs. 10 million and below, the disputes or differences arising shall be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the parties; failing such agreement, by the appointing authority namely the *Indian Council of Arbitration
(g) Except otherwise agreed to by the Parties, Arbitrators should give a decision in writing within 120 days of receipt of notification of dispute
GCC 12.1 The scope of supply for the Goods and Related Services to be supplied shall be as specified in the Schedule of Requirement
215
GCC 13.1 Details of Shipping and other Documents to be furnished by the Supplier are given below:
GCC 13.1 Upon delivery of the goods to the transporter/consignee, the supplier shall notify the purchaser and mail the following documents to the Purchaser :
(i) Three Copies of the Supplier invoice showing contract number, goods description, quantity, unit price, total amount;
(ii) Delivery note, Railway receipt, or Road consignment note or equivalent transport document or acknowledgement of receipt of goods from the Consignee;
(iii) Three Copies of packing list identifying contents of each package;
(iv) Insurance certificate;
(v) Manufacturer’s/Supplier’s warranty certificate;
(vi) Inspection certificate issued by the nominated inspection agency, and the Supplier’s factory inspection report; and
(vii) Certificate or origin.
The above documents shall be received by the Purchaser before arrival of the Goods (except where it is handed over to the Consignee with all documents) and if not received, the supplier will be responsible for any consequent expenses.
GCC 15.1 The prices charged for the Goods supplied and the related Services performed shall not be adjustable.
GCC 16.1 GCC 16.1 Payment shall be made in Indian Rupees in the following manner:
216
(i) Advance Payment: Ten (10)% of the total contract price shall be paid within thirty (30) days of signing of Contract and upon submission of claim / against a simple receipt and a bank guarantee for the equivalent amount valid until the goods are delivered and in the form provided in the bidding documents or another form acceptable to the Purchaser.
(ii) On Delivery: Eighty (80)% of the contract price shall be paid (through irrevocable LC) on receipt of Goods and upon submission of the documents specified in Clause 13 of SCC; and
(iii) On Final Acceptance: the remaining ten (10)% of the Contract Price shall be paid within thirty (30) days after the date of the Acceptance Certificate issued by the Purchaser’s representative in the proforma given in Section VI - item 6.
(Payment schedule mentioned in the TOR is final)
(c) The supervision charges and the to-and-fro travel charges shall be paid in the currency specified in the bid for the actual person days deployed and actual number of visits undertaken by the supervisor(s) within thirty (30) days of receipt of claim. No charges will be paid for intervening and preceding holidays. A Person day shall consist of eight working hours during a period of 24 hours. In case of work beyond eight hours (during the said period of 24 hours) such periods shall be added and the total number of hours achieved shall be converted into person days, presuming each person day consists of eight working hours.
(d) Reimbursement of Local Taxes such as Sales tax, octroi etc will be at actuals based on documentary evidence of payment within 30 days of submission of bill with documents.
(e) (i) Where payments are to be effected through Letter of Credit (LC), the same shall be subject to the latest Uniform Customs and Practice for Documentary Credit, of the International Chamber of Commerce;
(ii) The LC will be irrevocable and will be confirmed at Supplier’s cost if requested specifically by the Supplier;
217
(iii) If LC is required to be extended/reinstated for reasons not attributable to the Purchaser, the charges thereof shall be to the Supplier’s account.
(f) (i) For all the payments to be made, against Bank guarantees, the bank guarantee shall be issued by a Scheduled Indian Bank or a foreign bank located in India in the format enclosed at Section VIII. The guarantees issued by other banks should be confirmed by a Scheduled Indian Bank or a foreign bank operating in India.
(ii) Bank guarantees for advance payment shall be released not later than 30 days after the date of completion of supply of the goods at their final destination.
GCC 16.5 The payment-delay period after which the Purchaser shall pay interest to the supplier shall be 30 days.
The interest rate that shall be applied is 8%.
GCC 17 In the case of Excise duty waiver, the purchaser will issue only the certificates in terms of the Central Excise notification as per information given by supplier in form at serial no.8 of Section VI. Supplier is solely responsible for obtaining such benefits and in case of failure to receive such benefits, the purchaser will not compensate the supplier separately.
GCC 18.1 Performance Security to the Purchaser shall be for an amount of 5% of the contract value, valid upto 60 days after the date of completion of performance obligations including warranty obligations.
In the event of any correction of defects or replacement of defective material during the warranty period, the warranty for the corrected/ replaced material shall be extended to a further period of 12 months and the Performance Bank guarantee for proportionate value shall be extended 60 days over and above the extended warranty period.
GCC 18.3 If required, the Performance Security shall be in the form of a “Bank Guarantee” or “a cashier’s cheque or banker’s certified cheque or crossed demand draft or pay order” drawn in favour of the Purchaser.
218
GCC 18.4Discharge of the performance Security shall take place not later than 60 days following the date of completion of the Supplier’s performance obligations, including the warranty obligation, under the contract.
GCC 18.5 Add as Clause 18.5 to the GCC the following:
In the event of any contractual amendment, the Supplier shall, within 28 days of receipt of such amendment, furnish the amendment to the Performance Security, rendering the same valid for the duration of the Contract, as amended for 60 days after the completion of performance obligations including warranty obligations.
GCC 23.2 Packing Instructions: The Supplier will be required to make separate packages for each Consignee. Each package will be marked on three sides with proper paint/indelible ink with the following:
(i) Project; (ii) Contract No.; (iii) Country of Origin of Goods; (iv) Supplier’s Name; (v) Packing List Reference Number.
Suppliers should use recycled materials as much as possible for packing
GCC 24.1 The insurance shall be paid in an amount equal to 110 percent of the EXW value of the Goods from “Warehouse to warehouse (final destination)” on “All Risks” basis including War Risks and Strikes.
GCC 25.1 The Supplier is required under the Contract to transport the Goods duly insurred to the specified final destination, and all related costs shall be included in the Contract Price.
219
GCC 26.1 The inspections and tests shall be: The supplier shall get each item indicated in the Schedule of
requirement inspected in manufacturer’s works and submit a test certificate and also manufacturer’s guarantee /warranty certificate that the items are conforms to the laid down specification.
The Purchaser or its representative may inspect and /or test any or all the items to confirm their conformity to the contract specification, prior to despatch from the manufacturer’s premises. Such inspection and clearance will not prejudice the right of the consignee to inspect and test the items on receipt at destination to verify conformity to technical specification.
If the items are fails to meet the laid down specifications the supplier shall take immediate steps to remedy the deficiency or replace the defective parts of the each to the satisfaction of the purchaser/ consignee.
GCC 26.2 The Inspections and tests shall be conducted at: 1) Manufacturing factory premises or at the project site as detailed in the Annexure at technical specification.
GCC 27.1 The liquidated damage shall be: 0.5% of contract price per week or part thereof.
GCC 27.2 The maximum amount of liquidated damages shall be: 10% of the contract price.
GCC 28.3 The period of validity of the Warranty shall be: Same as given in GCC 28.3. For purposes of the Warranty, the place(s) of final destination(s) shall be:
As per Annexure at Technical specification.
GCC 28.5 The period for repair or replacement shall be: 5/10 days. (specify as appropriate)
GCC 31.1 This clause will apply only to variations in VAT/Sales tax/ Octroi etc payable in India on the final product which is being supplied and not for the individual components / raw materials which go into the product.
220
SECTION IX – CONTRACT FORMS
Table of Forms
1. CONTRACT AGREEMENT.............................................................................................. 222
2. PERFORMANCE SECURITY...........................................................................................224
3. Bank Guarantee for Advance Payment................................................................................225
222
1. CONTRACT AGREEMENT
[The successful Bidder shall fill in this form in accordance with the instructions indicated]
THIS CONTRACT AGREEMENT is made
the [ insert: number ] day of [ insert: month ], [ insert: year ].
BETWEEN
(1) [ insert complete name of Purchaser ], a [ insert description of type of legal entity, for example, an agency of the Ministry of .... of the Government of { insert name of Country of Purchaser }, or corporation incorporated under the laws of { insert name of Country of Purchaser } ] and having its principal place of business at [ insert address of Purchaser ] (hereinafter called “the Purchaser”), and
(2) [ insert name of Supplier ], a corporation incorporated under the laws of [ insert: country of Supplier ] and having its principal place of business at [ insert: address of Supplier ] (hereinafter called “the Supplier”).
WHEREAS the Purchaser invited bids for certain Goods and ancillary services, viz., [insert brief description of Goods and Services] and has accepted a Bid by the Supplier for the supply of those Goods and Services in the sum of [insert Contract Price in words and figures, expressed in the Contract currency(ies) ] (hereinafter called “the Contract Price”).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.
2. The following documents shall constitute the Contract between the Purchaser and the Supplier, and each shall be read and construed as an integral part of the Contract:
(a) This Contract Agreement
(b) Special Conditions of Contract
(c) General Conditions of Contract
(d) Technical Requirements (including Schedule of Requirements and Technical Specifications)
(e) The Supplier’s Bid and original Price Schedules
(f) The Purchaser’s Notification of Award
(g) [Add here any other document(s)]
223
3. This Contract shall prevail over all other Contract documents. In the event of any discrepancy or inconsistency within the Contract documents, then the documents shall prevail in the order listed above.
4. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of the Contract.
5. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of [insert the name of the Contract governing law country] on the day, month and year indicated above.
For and on behalf of the Purchaser
Signed: [insert signature] in the capacity of [ insert title or other appropriate designation ]in the presence of [insert identification of official witness]
For and on behalf of the Supplier
Signed: [insert signature of authorized representative(s) of the Supplier] in the capacity of [ insert title or other appropriate designation ]in the presence of [ insert identification of official witness]
224
2. PERFORMANCE SECURITY
[The bank, as requested by the successful Bidder, shall fill in this form in accordance with the instructions indicated]
Date: [insert date (as day, month, and year) of Bid Submission]
ICB No. and title: [insert no. and title of bidding process]
Bank’s Branch or Office: [insert complete name of Guarantor]
Beneficiary: [insert complete name of Purchaser]
PERFORMANCE GUARANTEE No.: [insert Performance Guarantee number]
We have been informed that [insert complete name of Supplier] (hereinafter called "the Supplier") has entered into Contract No. [insert number] dated [insert day and month], [insert year] with you, for the supply of [description of Goods and related Services] (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, a Performance Guarantee is required.
At the request of the Supplier, we hereby irrevocably undertake to pay you any sum(s) not exceeding [insert amount(s11) in figures and words] upon receipt by us of your first demand in writing declaring the Supplier to be in default under the Contract, without cavil or argument, or your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
This Guarantee shall expire no later than the [insert number] day of [insert month] [insert year],12 and any demand for payment under it must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.
[signatures of authorized representatives of the bank and the Supplier]
11 The Bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC, either in the currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser.
12 Dates established in accordance with Clause 18.4 of the General Conditions of Contract (“GCC”), taking into account any warranty obligations of the Supplier under Clause 16.2 of the GCC intended to be secured by a partial Performance Guarantee. The Purchaser should note that in the event of an extension of the time to perform the Contract, the Purchaser would need to request an extension of this Guarantee from the Bank. Such request must be in writing and must be made prior to the expiration date established in the Guarantee. In preparing this Guarantee, the Purchaser might consider adding the following text to the Form, at the end of the penultimate paragraph: “ We agree to a one-time extension of this Guarantee for a period not to exceed [six months] [one year], in response to the Purchaser’s written request for such extension, such request to be presented to us before the expiry of the Guarantee.”
225
3. BANK GUARANTEE FOR ADVANCE PAYMENT
[The bank, as requested by the successful Bidder, shall fill in this form in accordance with the instructions indicated.]
Date: [insert date (as day, month, and year) of Bid Submission]ICB No. and title: [insert number and title of bidding process]
[bank’s letterhead]
Beneficiary: [insert legal name and address of Purchaser]
ADVANCE PAYMENT GUARANTEE No.: [insert Advance Payment Guarantee no.]
We, [insert legal name and address of bank], have been informed that [insert complete name and address of Supplier] (hereinafter called "the Supplier") has entered into Contract No. [insert number] dated [insert date of Agreement] with you, for the supply of [insert types of Goods to be delivered] (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, an advance is to be made against an advance payment guarantee.
At the request of the Supplier, we hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [insert amount(s)13 in figures and words] upon receipt by us of your first demand in writing declaring that the Supplier is in breach of its obligation under the Contract because the Supplier used the advance payment for purposes other than toward delivery of the Goods.
It is a condition for any claim and payment under this Guarantee to be made that the advance payment referred to above must have been received by the Supplier on its account [insert number and domicile of the account]
This Guarantee shall remain valid and in full effect from the date of the advance payment received by the Supplier under the Contract until [insert date14].
This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.
13 The bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC, either in the currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser.
14 Insert the Delivery date stipulated in the Contract Delivery Schedule. The Purchaser should note that in the event of an extension of the time to perform the Contract, the Purchaser would need to request an extension of this Guarantee from the bank. Such request must be in writing and must be made prior to the expiration date established in the Guarantee. In preparing this Guarantee, the Purchaser might consider adding the following text to the Form, at the end of the penultimate paragraph: “We agree to a one-time extension of this Guarantee for a period not to exceed [six months][one year], in response to the Purchaser’s written request for such extension, such request to be presented to us before the expiry of the Guarantee.”
226
Notes:1. The most current listing of eligible countries can be viewed on the Public Information Center’s Web page at:
http://www.worldbank.org/html/pic/PROCURE.html. A list of firms debarred from participating in World Bank projects is available at: http://www.worldbank.org/html/opr/procure/debarr.html.
2. Any questions regarding this list should be addressed to the Senior Manager, Procurement Policy and Services Group, Operational Core Services Network, The World Bank
227
Top Related