You are on page 1of 15

Annex-1

ICDS Systems Strengthening and Nutrition Improvement Project (ISSNIP)


State: Jharkhand
Comments on the Draft Annual Action Plan (AAP) for 2013-14
A: Comments on the proposed activities/interventions
Important Note: Ref. para 7 of the Administrative Approval and Guidelines dated 10 January
2013, it is re-iterated that in selection of specific interventions/pilots under the project, the
State may ensure non-duplication of the activities with those proposed in the Annual
Programme Implementation Plan (APIP) for 2013-14 under the Restructured ICDS.
Also, while undertaking any pilots/innovations, the State Government may ensure no deviation
from the Government of Indias current policy, particularly in respect of management of
severely underweight children.
1. The draft AAP of Govt. of Jharkhand for 2013-14 is found to be comprehensive in terms of
planning for most of the key activities envisaged during Phase-1 of the project. However, as
implementation begins, the State may consider prioritization of the selected activities and
focus on them.
2. The project envisages the constitution and activation of an ICDS task force in Year 1. If the
State has already constituted an equivalent body per the ICDS Mission guidelines, which
could also undertake the roles envisaged under the project, this may be mentioned in the
AAP and a budget for bi-annual meetings for the taskforce or equivalent body be included in
the plan (Component 1A).
3. Under Component 1B (Sl.#.8), it is found that the State has estimated budgets in the AAP for
organizing training of SLMTs/DLMFs/any additional training at district/block level as well
as for translation and designing of Users/Facilitators manual in local languages. Please
note, training of SLMTs from Jharkhand has already been conducted by the Central Team of
MWCD at Patna during 20-22 May 2013 and budget for induction training at all other levels
has also been approved under the regular ICDS training budget. Also, Hindi version of the
manuals has been made available to the State. No costs are required for these activities now.
The budget for supporting roll-out of revised MIS under ISSNIP is primarily meant for
undertaking any additional refresher training, if required, and for the purpose of monitoring
and supervision of quality of the roll-out process. The State may accordingly revise the
budgets under this component.
4. Under Component 1E, the State has not budgeted for undertaking district-specific pilots
using untied funds (@ Rs. 25 lakh per district). This may be included for at least 2-3 districts
in the AAP. Identification of specific pilots/innovations for implementation may be
undertaken by the State Govt and a specific proposal with details may be submitted to the
CPMU for inputs/approval.
5. An amount of Rs 12.24 lakh has been budgeted towards establishing a project monitoring
system to monitor project activities and deliverables at all levels (Component 4C). Cost for
this activity is meant to be subsumed under SPMU costs and there is no separate budget
allocation for it, hence not approved.
6. The write-ups of the AAP may be revised as per the template provided by CPMU vide its
email communication dated 19 July 2013. The Plan must include district-wise beneficiaries
data as on 31 March 2013.
Page 1 of 3

B: Comments on costing of activities


Important Note: Costing of various inputs and activities in the AAP may be reviewed to ensure
that these are within the budgetary norms/guidelines provided by the GoI vide the
Administrative Approval and Guidelines dated 10th January 2013 and the cost ceilings of subcomponents/ components for Phase 1 are not breached.
It is found that budgets for most of the activities have been over-estimated due to inclusion of
entire allocation of Phase 1 for any specific activity.
In particular, the following activities and costs should be revisited and reconciled, as required:
1.

The AAP has budgeted salaries for District and Block level project staff at an excess of
2.6%. Since all these staff will be hired through Individual Consultancy method of
procurement (Ref. Procurement Plan), the purpose and rationale for the additional 2.6%
is not clear. The State may revise the requirement.

2.

It is found that salaries for project personnel have been estimated for 18 months in the
AAP, which is the requirement for the Procurement Plan. The State may revise these
estimates by considering the remaining period of 5-6 months in 2013-14.

3.

Sl no. 9. Activity 2: Training of ICDS staff on use of web-based MIS and data analysis:
cost of Rs 30 lakh is budgeted against an allocation of Rs 21.6 lakh as indicated in the
administrative and financial guidelines. (Component 1A)

4.

Sl. no. 11. Activity 2: Piloting incremental capacity building approach in 50% of districts
in Year 1 will result in a budget of Rs 6.32 lakh for identification and orientation and not
Rs 15 lakh as budgeted. (Component 1C)

5.

Sl. no. 11. Activity 2. Sl. Nos 2, 3 and 4: Also, capacity building at district/block and
sector levels for piloting incremental capacity building approach in 50% of districts in
Year 1 has been budgeted at a lump sum of Rs 10 lakh each. This seems to be incorrect
estimate. Please revise these costs as per the indicative norms provided in the 10th
January 2013 Admn. Guidelines (Ref. Annex 3, 1C.2) (Component 1C).

6.

Sl. no. 13. Activity 2: Piloting/scaling of SC level meetings of ASHA, AWW and ANM for
joint planning and implementation in 20-30% SCs in Year 1 has been budgeted at Rs 25
lakh while the entire budget for Phase I for this activity is Rs 28.98 lakh. (Component
1D).

7.

Sl. no. 13. Activity 3: Joint training of health and ICDS functionaries on common themes
has been budgeted at Rs 56 lakh, the basis of which is unclear given that the sum
allocated for this activity is Rs 160.59 lakh for the entire Phase I. (Component 1 D)

8.

Sl. no. 19. Activity 2: Almost the entire budget of for piloting models of community
engagement for Phase I has been input in the AAP (Rs 49 lakh budgeted against the
allocation of Rs 50.5 lakh). (Component 2A)

9.

Sl. no. 20. Activity 3. Capacity building of CBOs/CSOs for engaging with ICDS has
budgeted for Rs 40 lakh to address 8000 AWCs while the entire Phase I allocation is Rs
194.65 lakh. As per the allocation, the per-year budget should be approximately Rs 65
lakh. (Component 2A)

10. Sl. no. 21. Activity 2: A sum of Rs 20 lakh has been budgeted towards development of
guidelines for organization of community based events for sensitization on key health
and nutrition issues. It is recommended that a nominal amount be budgeted for the
same and the cost of Rs 20 lakh be downward revised. (Component 2A)

Page 2 of 3

11. Sl. no. 28. Activity 2: A sum of Rs 17.9 lakh is budgeted for inter-sectoral nutrition
action committee formation and consultation, while administrative and financial
guidelines indicate a Phase I allocation of Rs 2.4 lakh. The budget may be revised
accordingly. (Component 3A)
12. Please ensure correct sub-totals of each of the components/sub-component after
making revision in costing of activities as per comments above. Currently, many of the
sub-totals are wrongly made.

CPMU/MWCD/GOI/24Sept13

Page 3 of 3

Annex-2
ICDS Systems Strengthening and Nutrition Improvement Project (ISSNIP)
State: Jharkhand
Comments of the World Bank on the Procurement Plan (August 2013)
1)

The procurement plan reflects a total expenditure of approximately INR 6.56 crore.

2)

Section 1b. of the procurement plan must include the General Procurement Notice date
[UNDB issue # 799 dated May 31, 2011], which is common for all procurement plans
(CPMU and SPMUs) of the project.

3)

The Procurement Arrangements enumerated in the attached plan are revised to reflect the
new business model for procurement agreed between the Bank and the Department of
Economic Affairs for all Bank funded projects. The changes include revised thresholds for
goods and non-consultancies; and revisions to the other special procurement
arrangements (Ref. letter of the World Bank dated 26 July 2013, attached). The revised
arrangements must be reflected in totality in the finalized procurement plan.

4)

Package SPMU IC.01 - Position of JPC is to be filled-up on deputation basis from within the
Govt. Officials; hence this should not be included in the procurement plan. Only Consultant
positions are part of the procurement plan. Secretarial Asstt/Peon etc should be hired as
per the GoI guidelines (letter no. 1-9/2012-WBP, dated 2nd Sept 2013). [Additional
comments by CPMU, MWCD]

5)

While the State has planned to undertaking training needs assessment and several pilots
including piloting incremental learning approach, joint planning and implementation
meetings of ASHAs, AWW and ANMs, stimulation and cognitive activities for pre-school
children at AWCs, context specific innovations for high-burden districts, models of
community engagement, social audit and community monitoring pilots, community
mobilization and BCC and development and deployment of mid-media initiatives, no
consultancy contracts to support these interventions are proposed in the procurement
plan. In line with the activities proposed in the Annual Action Plan, the procurement plan
should be updated to include consulting services in support of these pilots/assessments, as
required.

6)

No. of project staff at the SPMU, District and Block level is to be strictly as per the approval
of the GoI, vide its letter no. 1-9/2012-WBP, dated 2nd Sept 2013. [Comments by CPMU,
MWCD]

7)

Kindly use an exchange rate of INR 60 = USD 1 for calculating costs of items in the
procurement plan.

Subject to the above revisions being made, we have No Objection to the procurement plan.
The revised procurement plan must be disclosed on the State WCD website and a copy shared
with the CPMU and the Bank for record.
Kindly note that the procurement plan is a dynamic document and as and when SPMU identifies
new goods, non-consultancies or consultancies to be procured in the first phase of the project,
these must be consolidated within the existing plan and shared with the CPMU and the Bank for
its no objection.

CPMU/MWCD/GOI/24Sept13

Page 1 of 1

The World Bank


INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT
INTERNATIONAL DEVELOPMENT ASSOCIATION

New Delhi Office


70 Lodi Estate
New Delhi 110 003
India

Telephone : 24617241/24619491
Cable Address: INTBAFRAD
Mailing Address : P.O Box 416
Facsimile : 24619393

July 26, 2013

Dr. Shreeranjan
Joint Secretary
Ministry of Women and Child Development
Government of India
Shastri Bhavan
New Delhi
Dear Dr. Shreeranjan:
ICDS Systems Strengthening and Nutrition Improvement Project (Cr.5150- IN)
New Business Model for World Bank Procurement
I would like to bring to your notice that as a follow up to the workshop on identifying
ways and means for improving efficiency of procurement in World Bank aided projects
conducted in February, 2012, DEA and the World Bank has taken several decisions to improve
procurement efficiencies.
One of the decisions being to adopt the New Business Model proposed by the Bank in
FY12, which aims at enhancing the efficiency of procurement management in Bank funded
projects by limiting the number of prior reviews and focusing on bigger and riskier transactions.
The DEA in its approval letter of May 08, 2013, have indicated that this arrangement will be
piloted for all projects for a period of one year, which will be followed by an evaluation of the
results of the pilot. The copy of the letter and the Annexure is attached for your kind reference.
Some of the specific changes in the NCB conditions (described in the Annexure) that are now
approved by the DEA are:
1. Discontinuing ex-ante review of a number of transactions as follows:
-

Discontinue prior review of rebidding decisions with respect to post review contracts
(presently required by NCB conditions for India)

Discontinue prior review of extensions of bid validity periods with respect to post review
contracts (presently required by NCB conditions for India)

Discontinue prior review of amendments to Goods/Works/Consultancy contracts that are


subject to post review (unless the resulting contract amount exceeds agreed prior review
threshold)

Discontinue prior review of very small consulting contracts and Individual consultants
contracts selected on sole source basis with the exception of critical assignments (to be
identified in Procurement Plan)

Headquarter Washington DC USA

Dr. Shreeranjan

-2-

July 26, 2013

2. Changes in bidding conditions of NCB:

Current NCB Conditions


Invitations to bid shall be advertised
in at least one widely circulated national
daily newspaper, at least 30 days prior
to the deadline for the submission of
bids;

(ii) Extension of bid validity shall not


be allowed without the prior
concurrence of the Bank (i) for the first
request for extension if it is longer than
8 weeks; and (ii) for all subsequent
requests for extension irrespective of
the period (such concurrence will be
considered by Bank only in cases of
Force Majeure and circumstances
beyond the control of the Purchaser /
Employer);
(iii) Re-bidding shall not be carried out
without the prior concurrence of the
Bank. The system of rejecting bids
outside a pre-determined margin or
"bracket" of prices shall not be used in
the project:

DEA approved modifications


Invitations to bid shall be advertised in at least one
widely circulated national daily newspaper or on a
widely used website or electronic portal with free
national and international access along with an
abridged version of the said advertisement being
published in a widely circulated national daily
newspaper inter-alia giving the website/electronic portal
details from which the details of the invitations to bid
can be downloaded, at least 30 days prior to the deadline
for the submission of bids;
Extension of bid validity shall not be allowed with
respect to Contracts subject to Bank Prior Review,
without the prior concurrence of the Bank (i) for the first
request for extension if it is longer than 4 weeks;
and (ii) for all subsequent requests for extension
irrespective of the period (such concurrence will be
considered by Bank only in cases of Force Majeure
and circumstances beyond the control of the
Purchaser/Employer

Re-bidding shall not be carried out with respect to


contracts subject to Bank Prior review, without the prior
concurrence of the Bank. The system of rejecting bids
outside a pre-determined margin or "bracket" of prices
shall not be used in any contract
under the project

We hope that the above modifications will enhance the efficiency of procurement
management for ISSNIP and will be a motivation for the implementing agencies to use their own
skills to handle increased responsibilities. We shall appreciate if these modifications are given
immediate effect and are communicated to all implementing agencies of the project.
The DEA in its approval letter of May 08, 2013 has also requested that all Bank
procurements move to e-procurement platforms by March 2014. We would therefore request you
review the prospects of using e-procurement for ISSNIPS and share your plans for moving in this
direction.
Yours sincerely,

Ashi Kohli Kathuria


Senior Nutrition Specialist
cc:

Dr. Saroj Adhikari, Assistant Director, Central Project Management Unit, ISSNIP
Mr. Rajesh Sharma, Undersecretary (Procurement and Financial Management)

ICDS Systems Strengthening & Nutrition Improvement Project


(ISSNIP)
[Credit 5150-IN]

Procurement Plan for the State of JHARKHAND


(Draft)

August 2013

STATE PROJECT MANAGEMENT UNIT


DEPARTMENT OF SOCIAL WELFARE, WOMEN AND CHILD DEVELOPMENT
GOVERNMENT OF JHARKHAND

ICDS Systems Strengthening & Nutrition Improvement Project (ISSNIP)


[Credit 5150-IN]

Procurement Plan for Jharkhand


I. GENERAL
a) Bank's/GoIs approval date of the procurement plan: 27 Sept 2013
b) Date of General Procurement Notice: UNDB issue # 799 dated May 31, 2011
c) Period covered by this procurement plan: First 18 months <insert exact period>
d) Implementing Agency: Department of Social Welfare, Women and Child
Development, Jharkhand
II. GOODS & NON-CONSULTING SERVICES
1. Procurement Methods and Thresholds:
Method of Procurement
Threshold (US$ Equivalent) for Goods
International Competitive Bidding >1,000,000
(ICB)
National Competitive Bidding >100,000 and up to 1,000,000
(NCB)
Shopping
Up to 100,000
Direct Contracting (DC)
As per paragraph 3.7 of Guidelines
2. Prior Review Threshold:
Procurement Decisions subject to Prior Review by the Bank as stated in Appendix
1 of Procurement Guidelines will be:
Goods: First Procurement by NCB/shopping method for SPMU in separate
package irrespective of value and subsequently any procurement more than US$
1,000,000. Any contract more than US$10,000 or more following Direct
Contracting procedure.
All other contracts shall be post reviewed.
3. Pre-qualification: Not Applicable
4. Any Other Special Procurement Arrangements:
a) The Procurement will be carried out as per agreed timeline in the Procurement
Activity Schedule/Procurement Manual.
b) Goods estimated to cost less than $1,000,000 or equivalent per contract may be
procured under contracts awarded on the basis of National Competitive Bidding
procedures as per paragraph 3.3 and 3.4 of the Procurement Guidelines and the
following additional provisions shall apply:
2

Only the Model Bidding Document for procurement of works/good or


non-consulting services through NCB agreed with the Bank (and as
amended for time to time) shall be used for bidding;

Invitations to bid shall be advertised in at least one widely circulated


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

Except with the prior concurrence of the Bank, there shall be no


negotiation of price with the bidders, even with the lowest evaluated
bidder;

Extension of bid validity shall not be allowed with reference to


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

The system of rejecting bids outside a pre-determined margin or bracket


of prices shall not be used in the project;

Rate contracts entered into by Directorate General of Supplies and


Disposals will not be acceptable as a substitute for NCB procedures unless
agreed with the Bank on case to case basis. Such contracts will be
acceptable however for any procurement under the Shopping procedures.
Two or three envelope system will not be used (except when using eProcurement system assessed and agreed by the Bank).

III. SELECTION OF CONSULTANTS


1a) Selection Methods and Thresholds
Method of Procurement
Quality and Cost Based Selection
(QCBS)
Quality Based Selection (QBS)
Selection Made Under a Fixed Budget
(FBS)
Least Cost Selection (LCS)
Selection Based on Consultant's
Qualification (CQS)
3

Threshold (US$ Equivalent)


No threshold
No threshold
No threshold
No threshold
<300,000

Single Source Selection


As per Consultant Guidelines Para 3.8-3.11
Selection of Individual Consultants No threshold
(IC)
1b) Prior Review Threshold
Consultancy Services: First consultancy contract from SPMU and each participating state
and subsequently any contract value more than US$ 200,000 equivalent for firms, and
more than US$ 100,000 equivalent for individuals.
All Single Source Selections of more than US$ 10,000. Hiring procurement consultants,
Inspection agents and legal advisors are subject to prior review, irrespective of the
contract value.
In case of contract to individuals, the qualifications, experience, terms of reference and
terms of employment shall be subject to prior review.
All other contracts will be post reviewed.
2. Short list comprising entirely of national consultants:
Short list of consultants for services, estimated to cost less than US$ 500,000 equivalent per
contract, may comprise entirely of national consultants in accordance with the provisions of
paragraph 2.7 of the Consultant Guidelines.
IV. ANY OTHER SPECIAL SELECTION ARRANGEMENTS
The selection will be carried out as per agreed timeline in the Procurement Activity
Schedule/Procurement Manual.
V. PROCUREMENT PACKAGES WITH METHODS AND TIME SCHEDULE
Attached for Goods & Non-consulting services (Annex A-1 & A II) and Consulting Services
(Annex B).

ANNEX A-1: PROCUREMENT OF GOODS AND NON-CONSULTING SERVICES


* Exchange Rate: 1 USD = Rs. 61.00 (As on 31 July 2013)
Estimated
cost (USD
Equivalent)
6
GOODS

Reference

Description of Item

Quantity

Unit Cost (INR)

Estimated
Cost (INR)

Method of
Procurement

SPMU G01

Desktop, Computers,
Printers (SPMU)

Desktop computers with


printers - 2

@ 50,000

Color Printer 2

@ 30,000

Printer-cum-scanner (multi
function machine) 2

@ 25,000

Review
by the
Bank
8

Expected date
of Purchase
Order (PO)
9

Expected Date
of Delivery

Comments/Remarks

10

11

2,10,000

3442.62

Shopping

Post

30-Sep-13

As per DGS&D
R/C

Procurement will be
made against DGS&D
R/C

SPMU G02

Laptop computers

@ 50,000

2,00,000

3278.68

Shopping

Post

30-Sep-13

As per DGS&D
R/C

-do-

SPMU G03

Photocopier

@ 1,10,000

1,10,000

1803.27

Shopping

Post

3-Sep-13

As per DGS&D
R/C

-do-

@ 50,000
70,000

1147.54

Shopping

Post

30-Sep -13

As per DGS&D
R/C

-do-

1,10,000

1803.27

Shopping

Post

30-Sep-13

As per DGS&D
R/C

-do-

Post

As & when
required &
approved by
CA

As per DGS&D
R/C

Procurement will be
made on need based
basis against the
contract concluded
DGS&D RC

EPBAX system,
SPMU G04
Fax Machine(SPMU)

@ 20,000

LCD Projector

@ 50,000

SPMU G05
LCD Monitor

SPMU G06

TOTAL

Office
Furniture(SPMU)

@ 60,000

Lump sum
3,00,000

3,00,000

4918.03

10,00000

16393.41

Shopping

Reference

Description of
Item

Quantity

Unit Cost (INR)

900000

14754.09

Shopping

Post

Sep, 13

NA

Contract concluded by
STATEWCD/ with travel
agency will be utilized for
hiring of vehicle

4320000

70819.67

Shopping

Post

Oct, 13

NA

Districts will make separately

NA

Maintenance of the existing


equipments will be done
through contract concluded by
WCD/DGS&D. However,
after expiry of Warranty/
Guarantee in r/o new
equipments as per DGS&D
R/Cs, efforts will be made for
entering into the AMCs with
suppliers of the equipments to
ensure supply of genuine spare
parts/ consumables & service
by the trained engineers.

SPMU
OC01

Hiring of
Vehicles SPMU

@ Rs. 50,000 pm
(for18 months)

SPMU
OC02

Hiring of
Vehicles for
Districts

12

@ Rs. 20,000 pm
(for18 months)

SPMU
OC03

Maintenance of
office equipments
purchased against
DGS&D Rate
Contracts for
CPMU/Distt

13-

TOTAL

@ Rs. 5,000annual

Estimated
cost (USD
Equivalent)

Method of
Procurement

6
7
OPERATING COST

65,000

1065.57

5285000

86639.33

Shopping

Review
by the
Bank

Expected
date of
Purchase
Order
(PO)
9

Estimated
Cost
(INR)

Post

As &
When
required
&
approved
by
compt.
authority

Expected
Date of
Delivery

Comments/Remarks

10

11

ANNEX A-2: PROCUREMENT OF GOODS AND NON-CONSULTING SERVICES


* Exchange Rate: 1 USD = Rs. 61.00 (As on 31 July 2013)

Reference

Description of
Item

Quantity

Unit Cost
(INR)

Estimated
Cost
(INR)

Estimated
cost (USD
Equivalent)

Method of
Procurement

Review
by the
Bank

5
6
7
8
Strengthening of District Project Management unit

Expected
date of
Purchase
Order
(PO)
9

Expected
Date of
Delivery

Comments/Remarks

10

11

SPMU
G07

Desktop
computer with
printer
for District

12

@ Rs. 50,000

600000

9836.06

Shopping

Post

15 Oct,
13

As per
DGS&D
R/C

Procurement will be made


against DGS&D R/C

SPMU
G08

Fax machine
for District

12

@ Rs. 20,000

240000

3934.42

Shopping

Post

15 Oct,
13

As per
DGS&D
R/C

Procurement will be made


against DGS&D R/C

Post

As &
When
required
&
approved
by
compt.
authority

NA

Procurement will be made


on need based basis against
the contract concluded
DGS&D R/C

SPMU
G09

Phone/Furniture
etc.
for District

TOTAL

Lump Sun @
Rs. 30,000

360000

5901.63

1200000

19672.11

Shopping

ANNEX B: PROCUREMENT PLAN FOR CONSULTANCY SERVICES


I. Individual Consultants
Reference
Number

Position Name

Number
of
Positions

Total
Monthly
remuneration
in INR
4

Estimated
period

Estimated
cost in
INR

Estimated
cost in
USD
equivalent
7

Selection
Method

Review
by the
Bank

Comments/Remarks

10

IC
Post

SPMU IC01

JPCs @ Rs. 50000 pm

100000

18

180000

2950.81

SPMU IC01

Technical Consultants @ Rs.


60,000pm

360000

18

6480000

106229.50

IC

SPMU IC01

Accountant @ Rs. 40,000 PM

40000

18

720000

11803.27

IC
Post

SPMU IC01

Project Associates @ Rs.


25,000 PM

50,000

18

900000

14754.09

IC
Post

SPMU IC01

Secretarial Assistant &


others@ Rs. 15,000 PM

30,000

18

540000

8852.45

IC
Post

SPMU IC 01

Office Messenger/Peon
@ Rs. 8000 PM

16000

18

288000

4721.31

DPMU IC02

Distt Coordr @ Rs 30000 pm

12

360000

18

6480000

106229.50

DPMU IC02

Project Assistants @ Rs.


15000 Pm

12

180000

18

3240000

53114.75

IC
Post

BPMU IC03

Block Coordinator @ Rs
12000 pm

109

1308000

18

23544000

385967.21

IC
Post

BPMU IC03

Project Assistants @ Rs. 8000


Pm

109

872000

18

15696000

257311.47

IC
Post

58068000

951934.36

TOTAL

IC
Post
IC
Post

WB Guidelines for selection of


Individual Consultants will be
followed.
The Consultants will be engaged
after notifying the positions in the
leading local newspapers (1 Hindi &
1 English) & meeting the eligibility
criteria by 31Oct, 2013
No objection to the TORs for each
of the Technical Consultants will be
obtained from the World Bank.

NB: For community mobilization parternership NGOs will be selected from local level as per needs and guidelines in future.
GoI has included 101 ICDS projects as operational on 30-09-2010. Presently 109 ICDS projects are operational. Hence estimate for 109 projects
have been made for BPMU.
DPMU District Project Management Unit.
BPMU- Block Project Management Unit.

You might also like