23 August 2013

REF NO. RFP/ZWE/2013/008

Dear Sir/Madam,

Subject: Request For Proposals For Consultancy Services For Local Area Network (LAN) Mapping And Internet Infrastructure (Electronic Patient Monitoring System (ePMS)

1. We, hereby, solicit proposals from firms for Consultancy services for Local Area Network (LAN) Mapping And Internet Infrastructure for Electronic Patient Monitoring System (ePMS) as per the enclosed Terms of Reference (Annex VII).

The objectives of the consultancy services are: i. Assess the LAN infrastructure needs of 534 provincial, district, mission, rural and city health facilities in . The assessment is expected to determine the feasibility of connecting key service delivery areas within each health facility setting. ii. Recommend LAN and internet connectivity by type most appropriate for each of the 534 health facilities. The recommended type of connection should be connected to the already existing Health Information Office internet where possible which becomes the hub for distribution of signal within the facility where feasible. iii. Specify the equipment and detailed measurements as well as other ICT needs per site to guarantee most appropriate local area network (LAN) connection. iv. Proposed complete set up of LAN and use of internet should clearly recommend methods for implementing security, confidentiality and privacy of patient information e.g. use of VPN and data encryption ; and v. Provide implementation plan with a schedule and budget for the implementation of the recommendations.

2. To enable you to submit a proposal, please find enclosed:

Address UNDP Office in Zimbabwe Block 10, Arundel Office Park, Norfolk Road, Mt Pleasant, PO Box 4775, , Zimbabwe Tel: (263 4) 338836-44 Fax: (263 4) 338292 Email: [email protected]

i. Instructions to Offerors (Annex I) ii. Reasons for Bid Rejection (Annex II) iii. Draft Contract form (Annex III) iv. General Conditions of Contract for Services (Annex IV) v. Proposal Submission Form (Annex V) vi. Price Schedule format (Annex VI) vii. Terms of Reference (TOR) (Annex VII) viii. LAN Installation Site Coordinates (Annex VIII)

Manner of Submission

3. Your proposal shall comprise the following documents:

a. Proposal Submission Form (Annex V) b. Your Proposal (Technical) c. Price Schedule (Annex VI)

Prospective bidders are free to submit proposals by lots, i.e Lot 1 with 83 sites Lot 2 with 267 sites Lot 3 with 184 sites, however only proposals that cover all sites within a lot will be considered.

4. Proposals must be received by UNDP on or before 6 September 2013 no later than 1230 hrs Harare/Pretoria time (GMT +2 hrs.). Any proposal received after this date may be rejected. UNDP may, at its discretion, extend the deadline for the submission of proposals, by notifying all prospective offerors in writing. The extension of the deadline may accompany a modification of the solicitation documents prepared by UNDP at its own initiative or in response to a clarification requested by a prospective offeror.

5. You are requested to hold your proposal valid for 90 days from the deadline for submission. UNDP will make its best effort to select a firm within this period.

6. Any requests for clarification should be referred to the UNDP Procurement unit, at the following email address [email protected].

7. Your technical and financial proposals (in separate sealed envelopes) marked “CONFIDENTIAL” and “Proposals Consultancy Services For Local Area Network (LAN) Mapping And Internet Infrastructure (Electronic Patient Monitoring System (ePMS)” and in two sets (one original and 1 copy) should reach by 6 September 2013, 1230 hrs at:

Registry “Attention Procurement Unit” United Nations Development Programme Block 10 Arundel Office Park, Norfolk Road, Mt Pleasant, Harare, Zimbabwe

2

If you require any additional clarification, we would endeavour to provide information expeditiously, but any delay in providing such information will not be considered a reason for extending the submission of your proposals.

You are requested to acknowledge the notification and indicate whether or not you intend to submit a proposal.

Denise Findley-Antonio Deputy Country Director Operations

3

ANNEX I

INSTRUCTION TO OFFERORS

A. Introduction

1. General

The objective of the Consultancy services is to assist the Zimbabwe Ministry of Health and Child Welfare (MoHCW) to install Local Area Network (LAN) to support the implementation of the Electronic Patient Monitoring System (ePMS) for selected health facilities in the country.

2. Cost of proposal

The Offeror shall bear all costs associated with the preparation and submission of the Proposal, the UNDP will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the solicitation.

B. Solicitation Documents

3. Contents of solicitation documents

Proposals must offer services for the total requirement. Proposals offering only part of the requirement will be rejected. The Offeror is expected to examine all corresponding instructions, forms, terms and specifications contained in the Solicitation Documents. Failure to comply with these documents will be at the Offeror’s risk and may affect the evaluation of the Proposal.

4. Clarification of solicitation documents

A prospective Offeror requiring any clarification of the Solicitation Documents may notify the procuring UNDP entity in writing at the organisation’s mailing address or fax number indicated in the RFP. The procuring UNDP entity will respond in writing to any request for clarification of the Solicitation Documents that it receives earlier than two weeks prior to the deadline for the submission of Proposals. Written copies of the organisation’s response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective Offerors that has received the Solicitation Documents.

5. Amendments of solicitation documents

4

At any time prior to the deadline for submission of Proposals, the procuring UNDP entity may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Offeror, modify the Solicitation Documents by amendment.

All prospective Offerors that have received the Solicitation Documents will be notified in writing of all amendments to the Solicitation Documents.

In order to afford prospective Offerors reasonable time in which to take the amendments into account in preparing their offers, the procuring UNDP entity may, at its discretion, extend the deadline for the submission of Proposals.

C. Preparation of Proposals

6. Language of the proposal

The Proposals prepared by the Offeror and all correspondence and documents relating to the Proposal exchanged by the Offeror and the procuring UNDP entity shall be written in the English language. Any printed literature furnished by the Offeror may be written in another language so long as accompanied by an English translation of its pertinent passages in which case, for purposes of interpretation of the Proposal, the English translation shall govern.

7. Documents comprising the proposal

The Proposal shall comprise the following components:

(a) Proposal submission form;

(b) Operational and technical part of the Proposal, including documentation to demonstrate that the Offeror meets all requirements;

(c) Price schedule, completed in accordance with clauses 8 and 9;

8. Proposal form

The Offeror shall structure the operational and technical part of its Proposal as follows:

(a) Management plan

This section should provide corporate orientation to include the year and state/country of incorporation and a brief description of the Offeror’s present activities. It should focus on services related to the Proposal.

This section should also describe the organisational unit(s) that will become responsible for the contract, and the general management approach towards a project of this kind. The Offeror should comment on its experience in similar projects and identify the person(s) representing the Offeror in any future dealing with the procuring UNDP entity.

(b) Resource plan

5

This should fully explain the Offeror’s resources in terms of personnel and facilities necessary for the performance of this requirement. It should describe the Offeror’s current capabilities/facilities and any plans for their expansion.

(c) Proposed methodology

This section should demonstrate the Offeror’s responsiveness to the specification by identifying the specific components proposed, addressing the requirements, as specified, point by point; providing a detailed description of the essential performance characteristics proposed warranty; and demonstrating how the proposed methodology meets or exceeds the specifications.

The operational and technical part of the Proposal should not contain any pricing information whatsoever on the services offered. Pricing information shall be separated and only contained in the appropriate Price Schedules.

It is mandatory that the Offeror’s Proposal numbering system corresponds with the numbering system used in the body of this RFP. All references to descriptive material and brochures should be included in the appropriate response paragraph, though material/documents themselves may be provided as annexes to the Proposal/response.

Information which the Offeror considers proprietary, if any, should be dearly marked “proprietary” next to the relevant part of the text and it will then be treated as such accordingly.

9. Proposal prices

The Offeror shall indicate on an appropriate Price Schedule, an example of which is contained in these Solicitation Documents, the prices of services it proposes to supply under the contract.

10. Proposal currencies

All prices shall be quoted in US dollars.

11. Period of validity of proposals

Proposals shall remain valid for ninety (90) days after the date of Proposal submission prescribed by the procuring UNDP entity, pursuant to the deadline clause. A Proposal valid for a shorter period may be rejected by the procuring UNDP entity on the grounds that it is non-responsive.

In exceptional circumstances, the procuring UNDP entity may solicit the Offeror’s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. An Offeror granting the request will not be required nor permitted to modify its Proposal.

12. Format and signing of proposals

The Offeror shall prepare two copies of the Proposal, clearly marking each “Original Proposal” and “Copy of Proposal” as appropriate. In the event of any discrepancy between them, the original shall govern.

6

The two copies of the Proposal shall be typed or written in indelible ink and shall be signed by the Offeror or a person or persons duly authorised to bind the Offeror to the contract. The latter authorisation shall be indicated by written power-of-attorney accompanying the Proposal.

A Proposal shall contain no interlineations, erasures, or overwriting except, as necessary to correct errors made by the Offeror, in which case such corrections shall be initialled by the person or persons signing the Proposal.

13. Payment

UNDP shall effect payments to the Contractor after acceptance by UNDP of the invoices submitted by the contractor, upon achievement of the corresponding milestones.

Payment schedule shall be as per milestones indicated on the Terms of Reference.

Invoices shall be paid within 30 days of their acceptance by UNDP and UNDP shall make every effort to accept an invoice or to advise the Contractor of its non-acceptance within a reasonable time of receipt.

D. Submission of Proposals

14. Sealing and marking of proposals

The Offeror shall seal the Proposal in one outer and two inner envelopes, as detailed below.

(a) The outer envelope shall be:

 addressed to –

Registry United Nations Development Programme Block 10 Arundel Office Park, Norfolk Road, Mt Pleasant, Harare, Zimbabwe

 marked “Confidential” and “Attention Procurement Unit” and

“Proposals for Consultancy Services For Local Area Network (LAN) Mapping And Internet Infrastructure (Electronic Patient Monitoring System (ePMS)

(b) Both inner envelopes shall indicate the name and address of the Offeror. The first inner envelope shall contain the information specified in Clause 8 (Proposal form) above, with the copies duly marked “Original” and “Copy”. The second inner envelope shall the name and address of the Offeror and include the price schedule duly identified as such.

Note, if the inner envelopes are not sealed and marked as per the instructions in this clause, the procuring UNDP entity will not assume responsibility for the Proposal’s misplacement or premature opening.

15. UNDP’s Rights

7

UNDP reserves the right to reject any and all proposals received in response to this RFP and to negotiate with any of the proposers or other firms in any manner deemed to be in the best interest of UNDP. Although it is UNDP preference to award one contract for the services described in this RFP, UNDP reserves the right to award separate contracts for the elements covered by this RFP in any combinations as it deems appropriate, at its sole discretion.

The RFP contains no contractual offer of any kind. Any proposal submitted will be regarded as an offer by the proposer and no an acceptance by the proposer of any offer by UNDP. No contractual relationship will exist except pursuant to a written contract document signed by UNDP and the proposer.

UNDP reserves the right to modify or exclude any consideration, information or requirement contained in this RFP and to add new considerations, information or requirement at any stage of the procurement process, including negotiations with proposers, at any time before any contract is awarded for the ICT Consultancy services outlined in this RFP.

16. Deadline for submission of proposals

Proposals must be received by the procuring UNDP entity at the address specified under clause Sealing and marking of Proposals no later than 6 September 2013 , 1230hurs Harare time (GMT +2 hrs).

The procuring UNDP entity may, at its own discretion extend this deadline for the submission of Proposals by amending the solicitation documents in accordance with clause Amendments of Solicitation Documents, in which case all rights and obligations of the procuring UNDP entity and Offerors previously subject to the deadline will thereafter be subject to the deadline as extended.

17. Late Proposals

Any Proposal received by the procuring UNDP entity after the deadline for submission of proposals, pursuant to clause Deadline for the submission of proposals, will be rejected.

18. Modification and withdrawal of Proposals

The Offeror may withdraw its Proposal after the Proposal’s submission, provided that written notice of the withdrawal is received by the procuring UNDP entity prior to the deadline prescribed for submission of Proposals.

The Offeror’s withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of clause Deadline for Submission of Proposals. The withdrawal notice may also be sent by telex or fax but followed by a signed confirmation copy.

No Proposal may be modified subsequent to the deadline for submission of proposals.

No Proposal may be withdrawn in the Interval between the deadline for submission of proposals and the expiration of the period of proposal validity specified by the Offeror on the Proposal Submission Form.

8

E. Opening and Evaluation of Proposals

19. Opening of proposals

The procuring entity will open the Proposals in the presence of a Committee formed by the Head of the procuring UNDP entity.

20. Clarification of proposals

To assist in the examination, evaluation and comparison of Proposals, the Purchaser may at its discretion, ask the Offeror for clarification of its Proposal. The request for clarification and the response shall be in writing and no change in price or substance of the Proposal shall be sought, offered or permitted.

21. Preliminary examination

The Purchaser will examine the Proposals to determine whether they are complete, whether any computational errors have been made, whether the documents have been properly signed, and whether the Proposals are generally in order.

Arithmetical errors will be rectified on the following basis: If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the Offeror does not accept the correction of errors, its Proposal will be rejected. If there is a discrepancy between words and figures the amount in words will prevail.

Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness of each Proposal to the Request for Proposals (RFP). For purposes of these Clauses, a substantially responsive Proposal is one which conforms to all the terms and conditions of the RFP without material deviations. The Purchaser’s determination of a Proposal’s responsiveness is based on the contents of the Proposal itself without recourse to extrinsic evidence.

A Proposal determined as not substantially responsive will be rejected by the Purchaser and may not subsequently be made responsive by the Offeror by correction of the non-conformity.

22. Evaluation and comparison of proposals

A two-stage procedure is utilised in evaluating the proposals, with evaluation of the technical proposal being completed prior to any price proposal being opened and compared. The price proposal of the Proposals will be opened only for submissions that passed the minimum technical score of 70% of the obtainable score of 1000 points in the evaluation of the technical proposals.

The technical proposal is evaluated on the basis of its responsiveness to the Term of Reference (TOR).

In the Second Stage, the price proposal of all contractors, who have attained minimum 70% score in the technical evaluation, will be compared. The contractor will be awarded to the Contractor with the highest combined score.

9

Technical Evaluation Criteria

Summary of Technical Proposal Score Points Company / Other Entity Evaluation Forms Weight Obtainable A B C D E 1. Expertise of Firm / Organisation submitting Proposal 30% 300

2. Proposed Methodology , 40% 400 Approach and Implementation Plan

3. Management Structure and Key 30% 300 Personnel

Total 1000

Evaluation forms for technical proposals follow on the next two pages. The obtainable number of points specified for each evaluation criterion indicates the relative significance or weight of the item in the overall evaluation process. The Technical Proposal Evaluation Forms are:

Form 1: Expertise of Firm / Organisation Submitting Proposal

Form 2: Proposed Work Plan and Approach

Form 3: Personnel

Note: The score weights and points obtainable in the evaluation sheet are tentative and should be changed depending on the need or major attributes of technical proposal.

Technical Proposal Evaluation Points Company / Other Entity Form 1 obtainable A B C D E

Expertise of firm / organisation submitting proposal

1.1 Reputation of Organisation and Staff 50 /(Credibility/reliability/Industry Standing 1.2 General Organisational Capability which is 90 likely to affect implementation -financial stability - loose consortium, holding company or one firm, -age/size of the firm / organisation, - strength of project management support -project financing capacity -project management controls) 1.3 Extent to which any work would be 15 subcontracted (subcontracting carries

10

additional risks which may affect project implementation, but properly done it offers a chance to access specialised skills.) 1.4 Quality assurance procedures, warranty 25

1.5 Relevance of: 120 - Specialised Knowledge - Experience on Similar Programme / Projects - Experience on Projects in the Region - Work for UNDP/ major multilateral/ or bilateral programmes 300

Technical Proposal Evaluation Points Company / Other Entity Form 2 Obtainable A B C D E

Proposed Methodology , Approach and Implementation Plan

2.1 To what degree does the Proposer understand 30 the task? 2.2 Have the important aspects of the task been 25 addressed in sufficient detail? 2.3 Are the different components of the project 20 adequately weighted relative to one another? 2.4 Is the proposal based on a survey of the project 55 environment and was this data input properly used in the preparation of the proposal? 2.5 Is the conceptual framework adopted 65 appropriate for the task? 2.6 Is the scope of task well defined and does it 120 correspond to the TOR? 2.7 Is the presentation clear and is the sequence of 85 activities and the planning logical, realistic and promise efficient implementation to the project? 400

Technical Proposal Evaluation Points Company / Other Entity Form 3 Obtainable A B C D E

Management Structure and Key Personnel

3.1 Task Manager 140 Sub- Score

11

General Qualification 120

Suitability for the Project - International Experience 25 -Zimbabwe Experience 20 - Professional Experience in 45 the area of specialisation - Knowledge of the region 30 - Language Qualifications 20 140

3.2 Senior Expert 120 Sub- Score General Qualification 100

Suitability for the Project - International Experience 15 - Zimbabwe Experience 15 - Professional Experience in 45 the area of specialisation - Knowledge of the region 25 - Language Qualifications 20 120

3.3 Junior Expert 40 Sub- Score General Qualification 30

Suitability for the Project -International Experience 5 -Zimbabwe Experience 5 -Professional Experience in 10 the area of specialisaion -Knowledge of the region 10 -Language Qualifications 10 40

300 Total Part 3

1000 GRAND TOTAL

12

Evaluation of Competitive of fees of Fees (30 points) If the substantive presentation of a proposal achieves the minimum of 49 points, the competitiveness of the fees will be taken into account in the following manner:

The total amount of points for the fees component is 30. The maximum number of points shall be allotted to the lowest fees proposed that is compared among those invited firms which obtain the threshold points in the evaluation of the substantive presentation. All other fees proposals shall receive points in inverse proportion to the lowest fee e.g:

[30 Points] x [US$ lowest]/[US$other] = points for other proposer’s fees

Please note that the UNDP is not bound to select any of the firms/institutions submitting proposals. Furthermore, since a contract will be awarded in respect of the proposal which is considered most responsive to the needs of the project concerned, due consideration being given to UNDP’s general principles, including economy and efficiency, UNDP does not bind itself in any way to select the firm offering the lowest price.

F. Award of Contract

23. Award criteria, award of contract

The procuring UNDP entity reserves the right to accept or reject any Proposal, and to annul the solicitation process and reject all Proposals at any time prior to award of contract, without thereby incurring any liability to the affected Offeror or any obligation to inform the affected Offeror or Offerors of the grounds for the Purchaser’s action

Prior to expiration of the period of proposal validity, the procuring UNDP entity will award the contract to the qualified Offeror whose Proposal after being evaluated is considered to be the most responsive to the needs of the organisation and activity concerned.

24. Purchaser’s right to vary requirements at time of award

The Purchaser reserves the right at the time of award of contract to vary the quantity of services and goods specified in the RFP without any change in price or other terms and conditions.

25. Signing of the contract

Within three (3) days of receipt of the contract the successful Offeror shall sign and date the contract and return it to the Purchaser.

26. Performance security

No performance security is required.

27. Taxation

UN and its subsidiary organs are exempt from all taxes. Therefore, the offerors shall prepare their price schedule with a VAT on a separate line in order for UNDP to claim reimbursement from ZIMRA.

13

It is the offeror’s responsibility to learn from relevant authorities (the Ministry of Finance or Revenue Authorities) in Zimbabwe and/or to review/confirm published procedures of VAT exempt applications.

28. Vendor protest

Our vendor protest procedure is intended to afford an opportunity to appeal to persons or firms not awarded a purchase order or contract in a competitive procurement process. It is not available to non-responsive or non-timely proposers/bidders or when all proposals/bids are rejected. In the event that you believe you have not been fairly treated, you can find detailed information about vendor protest procedures in the following link: http://www.undp.org/procurement/protest.shtml.

ANNEX II REASONS FOR BID REJECTION

14

Bids and proposals have been rejected at the submission stage or found to be technically noncompliant due to errors in presentation and failure to follow bidding instructions. The Request for Proposals contains detailed instructions for preparation and submission that need to be followed carefully.

Below are some of the more common examples of why bids or proposals are rejected by the UNDP. Bidders are urged to read this before submission and to check if their bid conforms to each of these points and the instructions as noted in the bidding documents.

 The bid is handed in after the deadline for submission, either by hand or electronically. Note that there is a time gap for email submission and emailed proposals sent just before the deadline may arrive after the deadline and be rejected.

 Bids not submitted to correct physical or electronic address.

 In a request for proposals, technical and financial information is contained in one envelope.

 The proposal is not signed as per the instructions in the RFP.

 No sufficient documents have been provided.

 Documents provided are not in English language.

 Documents provided not directly address each point of the evaluation criteria.

 Bids do not offer goods or services which have been specifically requested by UNDP in the Terms of Reference.

 Proposal is more like a brochure for the firm without specifically addressing the specific criteria of the RFP.

The above examples illustrate some errors which may be made by bidders. This is a partial list. The bidding documents contain the full list of instructions relevant to each particular bid and should be followed carefully.

15

ANNEX III DRAFT FORM OF CONTRACT

The following is the draft of the form of contract under which the services would be performed, including the "General Conditions for UNDP Contracts for Professional Services".

Date ______Dear Sir/Madam, Ref.: RFP for the ICT Consultancy Services for “Support to Capacity Strengthening to ZEC project”

The United Nations Development Programme (hereinafter referred to as "UNDP"), wishes to engage your [company/organization/institution], duly incorporated under the Laws of ______[name of the country] (hereinafter referred to as the "Contractor") in order to provide services……… in accordance with the following Contract:

1. Contract Documents

1.1 This Contract is subject to the UNDP General Conditions for Professional Services attached hereto as Part A. The provisions of Part A shall control the interpretation of this Contract and in no way shall be deemed to have been derogated by the contents of this letter and any Annexes, unless otherwise expressly stated under section 4 of this letter, entitled "Special Conditions".

1.2 The Contractor and UNDP also agree to be bound by the provisions contained in the following documents, which shall take precedence over one another in case of conflict in the following order: a) this letter; b) the Terms of Reference [ref...... dated...... ], attached hereto as Part B; c) the Contractor's technical proposal [ref...... , dated ...... ], as clarified by the agreed minutes of the negotiation meeting1[dated...... ], both documents not attached hereto but known to and in the possession of both parties.

1.3 All the above shall form the Contract between the Contractor and UNDP, superseding the contents of any other negotiations and/or agreements, whether oral or in writing, pertaining to the subject of this Contract.

NAME: ______TITLE: ______FIRM: ______ADDRESS: ______

2. Obligations of the Contractor

2.1 The Contractor shall perform and complete the Services described in Part B with due diligence and efficiency and in accordance with the Contract.

1 If there are updates to the technical proposal or correspondence exchanged in clarification of certain aspects, reference them too, provided that they are fully acceptable to UNDP. Otherwise, aspects which resolution is pending should be dealt with in this letter itself or in the Statement of Work, as appropriate.

16

2.2 The Contractor shall provide the services of the following key personnel:

Name Specialization Nationality Period of Service

2.3 Any changes in the above key personnel shall require prior written approval of XXXX, UNDP. 2.4 The Contractor shall also provide all technical and administrative support needed in order to ensure the timely and satisfactory performance of the Services.

2.5 The Contractor shall submit to UNDP and to (the executing agency) the deliverables specified hereunder according to the following schedule: Deliverable  Recommendations for the establishment of LAN/WAN  Network Diagram for the recommended structure  ICT Strategic Plan and Action Plan  Estimated Budget required for the Action Plan  Present regular progress report to the Project Board chaired by ZEC and UNDP  Final Report 2.6 All reports shall be written in the English language (or specify other).

2.7 The Contractor represents and warrants the accuracy of any information or data provided to UNDP for the Purpose of entering into this Contract, as well as the quality of the deliverables and reports foreseen under this Contract in accordance with the highest industry and professional standards.

3. Price and Payment

Fixed Price 3.1 In full consideration for the complete and satisfactory performance of the Services under this Contract, UNDP shall pay the Contractor a fixed contract price of US$XXX. 3.2 The price of this Contract is not subject to any adjustment or revision because of price or currency fluctuations or the actual costs incurred by the Contractor in the performance of the Contract. 3.3 UNDP shall effect payment for the services upon acceptance of invoices as as per the milestones indicated on the Terms of Reference:

3.4 Payments effected by UNDP to the Contractor shall be deemed neither to relieve the Contractor of its obligations under this Contract nor as acceptance by UNDP of the Contractor's performance of the Services.

4. Submission of invoices

4.1 An original invoice shall be submitted by the Contractor for each payment under the Contract to the address specified in 8.1. 4.2 Invoices submitted by fax shall not be accepted by UNDP.

5. Time and manner of payment

17

5.1 Invoices shall be paid within thirty (30) days of the date of their acceptance by UNDP. UNDP shall make every effort to accept an invoice or so advise the Contractor of its non-acceptance within a reasonable time from receipt. 5.2 All payments shall be made by UNDP to the following Bank account of the Contractor:

______[NAME OF THE BANK] ______[ACCOUNT NUMBER] ______[ADDRESS OF THE BANK]

6. Entry into force. Time limits.

6.1 The Contract shall enter into force upon its signature by both parties. 6.2 All time limits contained in this Contract shall be deemed to be of the essence in respect of the performance of the Services.

7. Modifications

7.1 Any modification to this Contract shall require an amendment in writing between both parties duly signed by the authorized representative of the Contractor and XXXX. 8. Notifications 8.1 For the purpose of notifications under the Contract, the fax numbers of UNDP and the Contractor are as follows:

For UNDP: XXXXX

For the Contractor: ______[INSERT NAME] ______[INSERT ADDRESS] Fax:______

If the above terms and conditions meet with your agreement as they are typed in this letter and in the Contract Documents, please initial every page of this letter and its attachments and return to this office one original of this Contract, duly signed and dated.

Yours sincerely,

XXXXXX

For [INSERT NAME OF THE COMPANY/ORGANIZATION]

Agreed and Accepted: Signature ______Name ______Title ______Date ______

18

ANNEX IV

GENERAL CONDITIONS OF CONTRACT FOR SERVICES

1. LEGAL STATUS: The Organization/firm shall be considered as having the legal status of an independent Organization/firm vis-à-vis UNDP/the United Nations (UN). The Organization/firm’s personnel and sub-Organization/firm shall not be considered in any respect as being the employees or agents of UNDP or the United Nations.

2. SOURCE OF INSTRUCTIONS: The Organization/firm shall neither seek nor accept instructions from any authority external to UNDP/the UN in connection with the performance of its services under this Contract. The Organization/firm shall refrain from any action, which may adversely affect UNDP or the United Nations and shall fulfill its commitments with the fullest regard to the interests of UNDP/the UN.

3. ORGANIZATIONS/FIRMS'S RESPONSIBILITY FOR EMPLOYEES: The Organization/firm shall be responsible for the professional and technical competence of its employees and will select, for work under this Contract, reliable individuals who will perform effectively in the implementation of this Contract, respect the local customs, and conform to a high standard of moral and ethical conduct.

4. ASSIGNMENT: The Organization/firm shall not assign, transfer, pledge or make other disposition of this Contract or any part thereof, or any of the Organization/firm’s rights, claims or obligations under this Contract except with the prior written consent of UNDP/the UN.

5. SUB-CONTRACTING: In the event the Organization/firm requires the services of other sub- Organization/firms, the Organization/firm shall obtain the prior written approval and clearance of UNDP/the UN for all sub-Organizations/farms. The approval of UNDP/the UN of a sub- Organization/firm shall not relieve the Organization/firm of any of its obligations under this Contract. The terms of any sub-contract shall be subject to and conform to the provisions of this Contract.

6. OFFICIALS NOT TO BENEFIT: The Organization/firm warrants that no official of UNDP or the United Nations has received or will be offered by the Organization/firm any direct or indirect benefit arising from this Contract or the award thereof. The Organization/firm agrees that breach of this provision is a breach of an essential term of this Contract.

19

7. INDEMNIFICATION: The Organization/firm shall indemnify, hold and save harmless, and defend, at its own expense, UNDP/the UN, its officials, agents, servants and employees from and against all suits, claims, demands, and liability of any nature or kind, including their costs and expenses, arising out of acts or omissions of the Organization/firm, or the Organization/firm’s employees, officers, agents or sub-Organizations/firms, in the performance of this Contract. This provision shall extend, inter alia, to claims and liability in the nature of workmen's compensation, products liability and liability arising out of the use of patented inventions or devices, copyrighted material or other intellectual property by the Organization/firm, its employees, officers, agents, servants or sub-Organizations/firms. The obligations under this Article do not lapse upon termination of this Contract.

8. INSURANCE AND LIABILITIES TO THIRD PARTIES 8.1The Organization/firm shall provide and thereafter maintain insurance against all risks in respect of its property and any equipment used for the execution of this Contract. 8.2 The Organization/firm shall provide and thereafter maintain all appropriate workmen's compensation insurance, or its equivalent, with respect to its employees to cover claims for personal injury or death in connection with this Contract. 8.3 The Organization/firm shall also provide and thereafter maintain liability insurance in an adequate amount to cover third party claims for death or bodily injury, or loss of or damage to property, arising from or in connection with the provision of services under this Contract or the operation of any vehicles, boats, airplanes or other equipment owned or leased by the Organization/firm or its agents, servants, employees or sub-Organization/firm performing work or services in connection with this Contract. 8.4 Except for the workmen's compensation insurance, the insurance policies under this Article shall: (i) Name UNDP/the UN as additional insured; (ii) Include a waiver of subrogation of the Organization/firm’s rights to the insurance carrier against UNDP/the UN; (iii) Provide that UNDP/the UN shall receive thirty (30) days written notice from the insurers prior to any cancellation or change of coverage.

8.5 The Organization/firm shall, upon request, provide UNDP/the UN with satisfactory evidence of the insurance required under this Article.

9. ENCUMBRANCES/LIENS: The Organization/firm shall not cause or permit any lien, attachment or other encumbrance by any person to be placed on file or to remain on file in any public office or on file with UNDP/the UN against any monies due or to become due for any work done or materials furnished under this Contract, or by reason of any other claim or demand against the Organizations/firm.

10. TITLE TO EQUIPMENT: Title to any equipment and supplies that may be furnished by UNDP/the UN shall rest with UNDP/the UN and any such equipment shall be returned to UNDP/the UN at the conclusion of this Contract or when no longer needed by the Organizations/firms. Such equipment, when returned to UNDP/the UN, shall be in the same condition as when delivered to the Organization/firm, subject to normal wear and tear. The Organization/firm shall be liable to compensate UNDP/the UN for equipment determined to be damaged or degraded beyond normal wear and tear.

11. COPYRIGHT, PATENTS AND OTHER PROPRIETARY RIGHTS: UNDP/the UN shall be entitled to all intellectual property and other proprietary rights including but not limited to patents, copyrights, and trademarks, with regard to products, or documents and other materials which

20

bear a direct relation to or are produced or prepared or collected in consequence of or in the course of the execution of this Contract. At the UNDP/the UN's request, the Organization/firm shall take all necessary steps, execute all necessary documents and generally assist in securing such proprietary rights and transferring them to UNDP/the UN in compliance with the requirements of the applicable law.

12. USE OF NAME, EMBLEM OR OFFICIAL SEAL OF UNDP OR THE UNITED NATIONS: The Organization/firm shall not advertise or otherwise make public the fact that it is a Organization/firm with UNDP/the UN, nor shall the Organizations/firms, in any manner whatsoever use the name, emblem or official seal of UNDP or the United Nations, or any abbreviation of the name of UNDP or the United Nations in connection with its business or otherwise.

13. CONFIDENTIAL NATURE OF DOCUMENTS AND INFORMATION 13.1 All maps, drawings, photographs, mosaics, plans, reports, recommendations, estimates, documents and all other data compiled by or received by the Organization/firm under this Contract shall be the property of UNDP/the UN, shall be treated as confidential and shall be delivered only to UNDP/the UN authorized officials on completion of work under this Contract. 13.2 The Organization/firm may not communicate at any time to any other person, Government or authority external to UNDP/the UN, any information known to it by reason of its association with UNDP/the UN, which has not been made public except with the authorization of UNDP/the UN; nor shall the Organization/firm at any time use such information to private advantage. These obligations do not lapse upon termination of this Contract.

14. FORCE MAJEURE; OTHER CHANGES IN CONDITIONS 14.1 Force majeure, as used in this Article, means acts of God, war (whether declared or not), invasion, revolution, insurrection, or other acts of a similar nature or force, which are beyond the control of the Parties. 14.2 In the event of and as soon as possible after the occurrence of any cause constituting force majeure, the Organization/firm shall give notice and full particulars in writing to UNDP/the UN, of such occurrence or change if the Organization/firm are thereby rendered unable, wholly or in part, to perform its obligations and meet its responsibilities under this Contract. The Organization/firm shall also notify UNDP/the UN of any other changes in conditions or the occurrence of any event, which interferes or threatens to interfere with its performance of this Contract. The notice shall include steps proposed by the Organization/firm to be taken including any reasonable alternative means for performance that is not prevented by force majeure. On receipt of the notice required under this Article, UNDP/the UN shall take such action as, in its sole discretion, it considers being appropriate or necessary in the circumstances, including the granting to the Organization/firm of a reasonable extension of time in which to perform its obligations under this Contract. 14.3 If the Organization/firm is rendered permanently unable, wholly, or in part, by reason of force majeure to perform its obligations and meet its responsibilities under this Contract, UNDP/the UN shall have the right to suspend or terminate this Contract on the same terms and conditions as are provided for in Article 15, "Termination", except that the period of notice shall be seven (7) days instead of thirty (30) days.

15. TERMINATION 15.1 Either party may terminate this Contract for cause, in whole or in part, upon thirty days notice, in writing, to the other party. The initiation of arbitral proceedings in accordance with Article 16 "Settlement of Disputes" below shall not be deemed a termination of this Contract.

21

15.2 UNDP/the UN reserves the right to terminate without cause this Contract at any time upon 15 days prior written notice to the Organizations/firms, in which case UNDP/the UN shall reimburse the Organization/firm for all reasonable costs incurred by the Organization/firm prior to receipt of the notice of termination. 15.3 In the event of any termination by UNDP/the UN under this Article, no payment shall be due from UNDP/the UN to the Organization/firm except for work and services satisfactorily performed in conformity with the express terms of this Contract. The Organization/firm shall take immediate steps to terminate the work and services in a prompt and orderly manner and to minimize losses and further expenditures. 15.4 Should the Organization/firm be adjudged bankrupt, or be liquidated or become insolvent, or should the Organization/firm make an assignment for the benefit of its creditors, or should a Receiver be appointed on account of the insolvency of the Organizations/firms, UNDP/the UN may, without prejudice to any other right or remedy it may have, terminate this Contract forthwith. The Organization/firm shall immediately inform UNDP/the UN of the occurrence of any of the above events.

16 SETTLEMENT OF DISPUTES 16.1 Amicable Settlement The Parties shall use their best efforts to settle amicably any dispute, controversy or claim arising out of, or relating to this Contract or the breach, termination or invalidity thereof. Where the parties wish to seek such an amicable settlement through conciliation, the conciliation shall take place in accordance with the UNCITRAL Conciliation Rules then obtaining, or according to such other procedure as may be agreed between the parties.

16.2 Arbitration Unless, any such dispute, controversy or claim between the Parties arising out of or relating to this Contract or the breach, termination or invalidity thereof is settled amicably under the preceding paragraph of this Article within sixty (60) days after receipt by one Party of the other Party's request for such amicable settlement, such dispute, controversy or claim shall be referred by either Party to arbitration in accordance with the UNCITRAL Arbitration Rules then obtaining, including its provisions on applicable law. The arbitral tribunal shall have no authority to award punitive damages. The Parties shall be bound by any arbitration award rendered as a result of such arbitration as the final adjudication of any such controversy, claim or dispute.

17 PRIVILEGES AND IMMUNITIES: Nothing in or relating to this Contract shall be deemed a waiver, express or implied, of any of the privileges and immunities of the United Nations, including its subsidiary organs.

18 TAX EXEMPTION 18.1 Section 7 of the Convention on the Privileges and Immunities of the United Nations provides inter-alia that the United Nations, including its subsidiary organs, is exempt from all direct taxes, except charges for public utility services, and is exempt from customs duties and charges of a similar nature in respect of articles imported or exported for its official use. In the event any governmental authority refuses to recognize the United Nations exemption from such taxes, duties or charges, the Organization/firm shall immediately consult with UNDP/the UN to determine a mutually acceptable procedure. 18.2 Accordingly, the Organization/firm authorizes UNDP/the UN to deduct from the Organizations/firm’s invoice any amount representing such taxes, duties or charges, unless the Organization/firm has consulted with UNDP/the UN before the payment thereof and UNDP/the UN has, in each instance, specifically authorized the Organization/firm to pay such taxes, duties or charges under protest. In that event, the Organization/firm shall provide UNDP/the UN with

22

written evidence that payment of such taxes, duties or charges has been made and appropriately authorized.

19 CHILD LABOUR 19.1 The Organization/firm represents and warrants that neither it, nor any of its suppliers is engaged in any practice inconsistent with the rights set forth in the Convention on the Rights of the Child, including Article 32 thereof, which, inter alia, requires that a child shall be protected from performing any work that is likely to be hazardous or to interfere with the child's education, or to be harmful to the child's health or physical mental, spiritual, moral or social development. 19.2 Any breach of this representation and warranty shall entitle UNDP/the UN to terminate this Contract immediately upon notice to the Organizations/firms, at no cost to UNDP/the UN.

20 MINES 20.1 The Organization/firm represents and warrants that neither it nor any of its suppliers is actively and directly engaged in patent activities, development, assembly, production, trade or manufacture of mines or in such activities in respect of components primarily utilized in the manufacture of Mines. The term "Mines" means those devices defined in Article 2, Paragraphs 1, 4 and 5 of Protocol II annexed to the Convention on Prohibitions and Restrictions on the Use of Certain Conventional Weapons Which May Be Deemed to Be Excessively Injurious or to Have Indiscriminate Effects of 1980.

20.2 Any breach of this representation and warranty shall entitle UNDP/the UN to terminate this Contract immediately upon notice to the Organizations/firms, without any liability for termination charges or any other liability of any kind of UNDP/the UN.

21 OBSERVANCE OF THE LAW: The Organization/firm shall comply with all laws, ordinances, rules, and regulations bearing upon the performance of its obligations under the terms of this Contract.

22 AUTHORITY TO MODIFY: No modification or change in this Contract, no waiver of any of its provisions or any additional contractual relationship of any kind with the Organization/firm shall be valid and enforceable against UNDP/the UN unless provided by an amendment to this Contract signed by the authorized official of UNDP.

23

.

ANNEX V [Please insert the company letter-head]

PROPOSAL SUBMISSION FORM

TO: The Procurement Unit United Nations Development Programme Block 10 Arundel Office Park, Norfolk Road, Mt Pleasant, Harare, Zimbabwe (CONFIDENTIAL, Please do not open)

24

We submit herewith our proposal to provide consultancy services for ICT to UNDP project Support to Capacity Strengthening for ZEC.

We undertake, if our proposal is accepted, to commence and complete delivery of all items in the contract within the time frame stipulated.

We understand that you are not bound to accept any proposal you may receive and that the appointment of firms to provide ICT Consultancy services to ZEC under UNDP project “Support to Capacity Strengthening for ZEC” would result only after final negotiations are concluded on the basis of the proposal.

The proposal is valid for 90 days from the date of submission.

Dated this day of 2013

Signature

Official Designation Title (Official stamp)

Duly authorized to sign proposal for and on behalf of

25

ANNEX VI [Please insert the company letter-head]

PRICE SCHEDULE . 1. All prices quoted should be exclusive of all taxes, since UNDP is exempt from taxes as detailed in Section F, Clause 27

2. The Price Schedule must provide a detailed cost breakdown for each item. Provide separate figures for each functional grouping or category. The components comprising the total price must provide sufficient detail to allow UNDP to determine compliance of offer with requirements as per Terms of Reference of this RFP.

3. The format provided as a model should be used in preparing the Price Schedule. The format includes specific expenditures, which may or may not be required or applicable but are indicated to serve as examples. Financial Schedules not submitted in this format may be rejected.

4. In case of discrepancy between unit price and total price, the lower price shall prevail and the higher price shall be corrected. If the Bidder does not accept the correction of errors, its Proposal will be rejected.

Price Schedule Breakdown for Consultancy Services For Local Area Network (LAN) Mapping And Internet Infrastructure (Electronic Patient Monitoring System (ePMS)”

Lot 1 Description of Item/Activity Quantity Unit Price Total Amount USD USD 1. Consultancy Fees

Sub-Total I 2. Other Expenses Travel Misc

Sub-Total II

Grand Total (Sub-Total I + II)

26

Price Schedule Breakdown for Consultancy Services For Local Area Network (LAN) Mapping And Internet Infrastructure (Electronic Patient Monitoring System (ePMS)”

Lot 2 Description of Item/Activity Quantity Unit Price Total Amount USD USD 1. Consultancy Fees

Sub-Total I 2. Other Expenses Travel Misc

Sub-Total II

Grand Total (Sub-Total I + II)

Price Schedule Breakdown for Consultancy Services For Local Area Network (LAN) Mapping And Internet Infrastructure (Electronic Patient Monitoring System (ePMS)”

Lot 3 Description of Item/Activity Quantity Unit Price Total Amount USD USD 1. Consultancy Fees

Sub-Total I 2. Other Expenses Travel Misc

Sub-Total II

Grand Total (Sub-Total I + II)

27

UNDP would require proof of travel for any travel (International/Domestic) undertaken in relation to the contract and the lower cost will prevail.

Signature of Financial Proposal

The financial proposal should be authorized and signed as follows:

“Duly authorized to sign the proposal for and on behalf of”

______(Name of Organization)

______Signature/Stamp of Entity/Date

Name of representative:

Address:

Telephone/Fax:

Email

28

ANNEX VII TERMS OF REFERENCE

Introduction

1. Background

The AIDS and Tuberculosis Unit of the Ministry of Health and Child Welfare (MOHCW) is the national institution responsible for the implementation of scaling up the health sector response to HIV/AIDS. It develops policies, plans, strategies and guidelines for HIV/AIDS prevention, care and treatment as well as coordinating with other implementing partners. The core functions of the unit is to ensure that quality PMTCT, OI/ART and HIV Testing and Counseling (HTC) services are available to the people in need throughout the country. The government of Zimbabwe and a number of donors and partners have been instrumental in providing funding for the provision of these services in Zimbabwe. Effective monitoring of the activities of the Unit requires that systems are in place to collect, analyse and report data on these services at all levels. The ministry has therefore developed data collection tools and put in place other monitoring and evaluation system at all levels. The Monitoring and Evaluation section of the AIDS & TB unit train the health workers to clearly understand the proper use of data collection tools and the reporting system. This ensures that timely and quality data is generated on these services (PMTCT, OI/ART, HTC and TB) at the facilities and reported through the districts and provinces to the national level. Data generated are also to be analysed at all levels to inform decision making to make the necessary changes to the program.

With increased number of patients requiring HIV services and the longitudinal nature of some of the patient follow-ups, the need to adequately monitor, track and report has also increased. This has become a major challenge in the implementation and management of HIV/TB programmes. To address this gap and to ensure that HIV/TB data is timely collected and is of good quality, the MOHCW has resolved to implement electronic systems to collect and manage HIV/TB data at patient level.

29

Currently, the ministry is planning to set up an Electronic Patient Monitoring System (ePMS) in all Central, Provincial, District, Mission and Rural Hospitals. The ePMS will feed aggregate data i.e. HIV/TB indicators into the District Health Information Software (DHIS2) currently being rolled out through National Health Information and Surveillance Unit. To strengthen the health information system and improve timely flow of data from the facility level, to district, province and national level, the GFATM is supporting the MOHCW to provide 534 provinces, districts, mission, rural and city hospitals with improved LAN and internet infrastructure. Consultancy services is therefore being sought from a competent individual or firm to undertake the mapping of LAN and internet assessment of these sites and make recommendations to the MOHCW.

2. Objectives

The objectives of the consultancy services are: i. Assess the LAN infrastructure needs of 534 provincial, district, mission, rural and city health facilities in Zimbabwe. The assessment is expected to determine the feasibility of connecting key service delivery areas with each health facility setting.

ii. Recommend LAN and internet connectivity by type most appropriate for each of the 534 health facilities. The recommended type of connection should be connected to the already existing Health Information Office internet where possible which becomes the hub for distribution of signal within the facility where feasible. iii. Specify the equipment and detailed measurements as well as other ICT needs per site to guarantee most appropriate local area network (LAN) connection. vi. Proposed complete set up of LAN and use of internet should clearly recommend methods for implementing security, confidentiality and privacy of patient information e.g. use of VPN and data encryption ; and v. Provide implementation plan with a schedule and budget for the implementation of the recommendations.

3. Scope of Work

The job will require the Consultant to carry out the following activities:

• Meeting with the MOHCW, UNDP and partners to discuss the terms of reference and agree on the approach to be used by the Consultant for the exercise and the work plan;

• Overview of existing relevant information on communication infrastructure of the MOHCW, including the Electronic Patient Monitoring System implementation plan,

30

National Health Information Strategy, the draft Zimbabwe Health Information Capacity Assessment report 2010, etc.

• Physical on-site assessment, description of the current LAN and internet connectivity situation (computers and peripherals, internet/intranet, database management systems, LAN, WAN, etc.) at the health facility, district, province and national levels and the health information offices of all the 534 health facilities. The purposes of the inspection are to:

o Map distances between services delivery areas and provide detailed measurements

o Layout and length of rooms within each service delivery area

• Draft Assessment Report and discuss with the MOHCW, UNDP and partners. The discussion is to ensure that the MOHCW makes suitable input into the completion of the assessment. The meeting will also afford the ministry the opportunity to discuss the options. The draft report should include detailed findings and recommendations per site and a summary report

• Develop an action plan for the implementation of the recommendations • Submission of the final report by 1st October 2013

4. Proposal

Prospective Consultant should submit his/her CV, a detailed plan and approach on how s/he intends to conduct the assessment and the estimated total cost, inclusive of professional fees and transportation.

If a firm, the lead Consultant for the assignment should be clearly spelt out and CV attached to the proposal. CVs of other key personnel e.g. Team Leaders and their roles in the exercise should also be attached to the proposal

5. Deliverables

A Final Report detailing:

• LAN diagrams for at each site;

• Recommendation of the best internet signal for each site;

• Estimated cost of installing LAN and internet connection (equipment, labours and monthly rentals) per site;

• Implementation plan to implement the recommendations

31

6. CONSULTANTS and/or CONSULTING FIRMS REQUIRED EXPERIENCE

• Computer Science, Information Systems or equivalent qualification. • Should be more familiar with the ICT environment in Zimbabwe • Proof of experience in an ICT job or consultancy of a similar nature • Knowledge and understanding of local area networks (LAN), wide area networks (WAN), wireless networks (WiFi, WiMax) and networking protocols • Demonstrated knowledge and experience of health information systems • Project management experience • Quality assurance experience

Qualifications Service Provider

1. The company must have a minimum of 10 years track record in the areas of ICT required in this tender including evidence of having carried out assessment of LAN systems before. Companies with a presence in Zimbabwe in highly preferred. Experience in the Region and positive past experience in working for UNDP, the GFATM and/or other bilateral/multilaterals, knowledge in ICT is added advantage. One member of the team must have a computer science, information systems background.

2. The Task Manager of the company must have a minimum of 7 years track record in the areas of specialization required in this tender. He/she must have a minimum of 3 years of international experience, minimum of 2 years of Zimbabwe experience and demonstrated knowledge of the region. Fluency in English is imperative. Minimum level of education: Masters Degree in related field.

3. The Senior Expert of the company must have a minimum of 5 years track record in the areas of specialization required in this tender. He/she must have a minimum of 2 years of international experience, minimum of 1 year of Zimbabwe experience and demonstrated knowledge of the region. Fluency in English is imperative. Minimum level of education: Masters Degree in related field.

4. The Junior Expert of the company must have a minimum of 3 years track record in the areas of specialization required in this tender. He/she must have a minimum of 1 year of international experience, minimum of 1 year of Zimbabwe experience and demonstrated knowledge of the region. Fluency in English is imperative. Minimum level of education: Bachelor Degree in related field.

5. It is envisaged that a team of a minimum of 3 experts is needed to be formed, consisting of at least one expert in Microsoft Navision and another in Audit or Finance Verification.

7. Competencies

32

• Knowledge and understanding of local area networks (LAN), wide area networks (WAN), wireless networks (WiFi, WiMax) and networking protocols

ANNEX VIII

LAN Installation sites coordinates

Missing coordinates shall be provided at the Pre-bid Conference on 29 August 2013

Ite m Geographical/Location Servic e Deliver y HEALTH Points Tic Sit PROVINCE DISTRICT CENTRE (List k if e # (EPMS SITE) Dept/u DH mits IS LAN 2 service Sit COORDINATES s e

33

require d

LOT 1: List of 83 Sites BUDIRIRO 1 HARARE HARARE POLYCLINIC [30.9354,-17.8912] ALL X BEATRICE 2 HARARE HARARE RD.INFECTIO [31.0282,-17.8601] ALL X WILKINS 3 HARARE HARARE INFECTIOUS H ALL X GLEN VIEW 4 HARARE HARARE POLYCLINIC [30.9508,-17.908] ALL X HATCLIFFE 5 HARARE HARARE P.C.C. [31.1075,-17.6974] ALL X KAMBUZUMA 6 HARARE HARARE POLYCLINIC [30.9683,-17.8581] ALL X KUWADZANA 7 HARARE HARARE POLYCLINIC [30.9285,-17.8323] ALL X

8 HARARE HARARE MABVUKU P.C.C. [31.1841,-17.8389] ALL X RUTSANANA 9 HARARE HARARE CLINIC [30.9861,-17.9065] ALL X

10 HARARE HARARE HATFIELD PCC [31.0864,-17.8787] ALL X NEWLANDS 11 HARARE HARARE CLINIC ALL X CHITUNG SEKE SOUTH 12 HARARE WIZA CLINIC [31.0763,-18.0314] ALL X CHITUNG SEKE NORTH 13 HARARE WIZA CLINIC [31.0943,-18.0152] ALL X CHITUNG ST.MARYS 14 HARARE WIZA CLINIC [31.0427,-17.9947] ALL X CHITUNG ZENGEZA 15 HARARE WIZA CLINIC [31.0582,-18.0066] ALL X CHITUNG CENTRAL 16 HARARE WIZA HOSPITAL [31.0628,-18.0176] ALL X HARARE CENTRAL 17 HARARE HARARE HOSPITAL [31.0128,-17.8609] ALL X PARIRENYATW A CENTRAL 18 HARARE HARARE HOSPITAL [30.0433,-17.8122] ALL X MURAMBINDA [31.65555953980,- 19 MANICALAND HOSPITAL 19.26678000000] ALL X

34

MUTAMBARA CHINANI MISSION 20 MANICALAND MANI HOSPITAL [31.6556,-19.2668] ALL X 21 MANICALAND CHIPINGE HOSPITAL [32.6192,-20.1958] ALL X 22 MANICALAND MAKONI HOSPITAL [32.1364,-18.5389] ALL X PROV.HOSPITA [32.67047119140,- 23 MANICALAND MUTARE L 18.96972000000] ALL X SAKUBVA 24 MANICALAND MUTARE HOSPITAL [32.6516,-18.9894] ALL X HAUNA DISTRICT 25 MANICALAND MUTASA HOSPITAL [32.8520,-18.4915] ALL X MASHONALAND PROVINCIAL 26 CENTRAL BINDURA HOSPITAL [31.3288,-17.2901] ALL X GURUVE MASHONALAND DISTRICT 27 CENTRAL GURUVE HOSPITAL [30.7022,-16.6711] ALL X CONCESSION MASHONALAND DISTRICT [30.94342994690,- 28 CENTRAL MAZOWE HOSPITAL 17.38715000000] ALL X MT.DARWIN MASHONALAND MT. DISTRICT [31.58872032170,- 29 CENTRAL DARWIN HOSPITAL 16.77578000000] ALL X MASHONALAND RUSHING CHIMHANDA 30 CENTRAL A HOSPITAL [32.1291,-16.6313] ALL X SHAMVA MASHONALAND DISTRICT 31 CENTRAL SHAMVA HOSPITAL [31.5702,-17.3271] ALL X CHITSUNGO MASHONALAND MISSION 32 CENTRAL MBIRE HOSPITAL [30.5557,-16.2772] ALL X MASHONALAND CENTENA [31.26667022710, - 33 CENTRAL RY ST ALBERTS 16.57083000000] ALL X MASHONALAND CHIKOMB 34 EAST A HOSPITAL [30.9027,-19.0181] ALL X MAKUMBE MASHONALAND GOROMO DISTRICT 35 EAST NZI HOSPITAL [31.2732,-17.5404] ALL X MASHONALAND MT. ST. MARYS 36 EAST HWEDZA HOSPITAL [31.6836,-18.7084] ALL X MASHONALAND MAROND [31.53450012210,- 37 EAST ERA PROVINCIAL 18.20553000000] ALL X

35

HOSPITAL

MASHONALAND KOTWA [32.66936111450,- 38 EAST MUDZI HOSPITAL 16.98928000000] ALL X MASHONALAND 39 EAST MUTOKO HOSPITAL [32.2386,-17.4234] ALL X MUTAWATAW MASHONALAND A DISTRICT 40 EAST UMP HOSPITAL [31.9739,-17.1214] ALL X MASHONALAND BEATRICE 41 EAST SEKE RURAL HOSP. [30.8558,-18.2566] ALL X MASHONALAND CHEGUT 42 WEST U HOSPITAL [30.1494,-18.1286] ALL X MASHONALAND HURUNG KAROI 43 WEST WE HOSPITAL [29.6878,-16.8153] ALL X MASHONALAND KADOMA 44 WEST SANYATI HOSPITAL [29.89833,-18.34583] ALL X MASHONALAND MHONDO ST.MICHAELS 45 WEST RO HOSPITA [30.67889,-18.56667] ALL X MASHONALAND 46 WEST KARIBA HOSPITAL [28.7917,-16.5203] ALL X MASHONALAND MAKOND [30.20889091490,- 47 WEST E PROV.HOSP. 17.36222000000] ALL X MASHONALAND BANKET 48 WEST ZVIMBA HOSPITAL MCH ALL X BINGA MATEBELELAND DISTRICT 49 NORTH BINGA HOSPITAL [27.3267,-17.6394] ALL X INYATHI MATEBELELAND MISSION 50 NORTH BUBI HOSPITAL [28.8561,-19.6850] ALL X MATEBELELAND ST PATRICKS 51 NORTH HOSPITAL [29.9028,-19.2237] ALL X MATEBELELAND ST.LUKES [27.96861076350,- 52 NORTH LUPANE HOSPITAL 19.10972000000] ALL X MATEBELELAND NKAYI 53 NORTH NKAYI HOSPITAL [28.8914,-19.0006] ALL X MATEBELELAND TSHOLOT TSHOLOTSHO 54 NORTH SHO HOSPITAL [27.7553,-19.7728] ALL X MATEBELELAND NYAMADHLOV 55 NORTH UMGUZA U ALL X MATEBELELAND BEITBRID 56 SOUTH GE HOSPITAL [29.9876,-22.2046] ALL X MATEBELELAND PROVINCIAL [29.00005912780,- 57 SOUTH GWANDA HOSPITAL 20.95786000000] ALL X

36

MATEBELELAND MAPHISA 58 SOUTH MATOBA HOSPITAL [28.4744,-21.0738] ALL X MATEBELELAND UMZING 59 SOUTH WANE HOSPITAL [28.9368,-20.2835] ALL X MATEBELELAND PLUMTREE 60 SOUTH BULILIMA HOSPITAL [27.8089,-20.4967] ALL X ST ANNES MATEBELELAND MISSION HOSP 61 SOUTH MANGWE [28.0331,-21.1694] ALL X MATEBELELAND DISTRICT 62 SOUTH HOSPITAL [29.2867,-20.5403] ALL X CHIRUMH MVUMA 63 MIDLANDS ANZU HOSPITAL [30.5209,-19.2904] ALL X GOKWE GOKWE [28.92499923710,- 64 MIDLANDS SOUTH HOSPITAL 18.21139000000] ALL X GOKWE MUTORA [29.00694084170,- 65 MIDLANDS NORTH HOSPITAL 17.72083000000] ALL X [29.83908081050,- 66 MIDLANDS GWERU PROVINCIAL H. 19.47222000000] ALL X DISTRICT [29.38493919370,- 67 MIDLANDS HOSPITAL 18.70336000000] ALL X MBEREN MNENE 68 MIDLANDS GWA HOSPITAL [30.0538,-20.6234] ALL X SHURUG 69 MIDLANDS WI HOSPITAL [30.0012,-19.6729] ALL X ZVISHAV 70 MIDLANDS ANE HOSPITAL [30.0524,-20.3058] ALL X SILVEIRA 71 BIKITA HOSPITAL [31.6868,-20.0235] ALL X CHIREDZI [31.67321968080, - 72 MASVINGO CHIREDZI HOSPITAL 21.03600000000] ALL X 73 MASVINGO CHIVI HOSPITAL [30.5066,-20.3190] ALL X GUTU MISSION 74 MASVINGO GUTU HOSP. [31.2181,-19.6568] ALL X MASVING MASVINGO [30.83913993840,- 75 MASVINGO O PROVINCIAL 20.07272000000] ALL X MWENEZI (NESHURO) 76 MASVINGO HOS [30.6467,-20.9408] ALL X NDANGA 77 MASVINGO ZAKA HOSPITAL [32.7575,-18.2283] ALL X BULAWA KHAMI ROAD [ 28.57,- 78 YO CLINIC 20.1557] ALL X

37

BULAWA NKULUMANE 79 BULAWAYO YO CLINIC [28.5202,-20.1889] ALL X BULAWA 80 BULAWAYO YO NKETA CLINIC [28.534,-20.2003] ALL X BULAWA INGUTSHENI 81 BULAWAYO YO HOSPITAL [28.5766,-20.1797] ALL X BULAWA 82 BULAWAYO YO U.B.H [28.6168,-20.1664] ALL X BULAWA MPILO 83 BULAWAYO YO HOSPITAL [28.5708,-20.1274] ALL X

LOT 2: List of 267 Sites

1 HARARE HARARE ARCADIA P.C.C. [31.0546, -17.8468] ALL X

2 HARARE HARARE MATAPI CLINIC [31.0427, -17.8589] ALL X MBARE HOSTELS 3 HARARE HARARE CLINIC [31.0393, -17.8666] ALL X MBARE 4 HARARE HARARE POLYCLINIC [31.0355, -17.8597] ALL X MT.PLEASANT 5 HARARE HARARE P.C.C. [31.0458, -17.7691] ALL X MUFAKOSE 6 HARARE HARARE POLYCLINIC [30.9297, -17.8669] ALL X WARREN PARK 7 HARARE HARARE POLYCLI. [30.9782, -17.8338] ALL X

8 HARARE HARARE HARTCLIF [31.1075, -17.6974] ALL X WESTERN 9 HARARE HARARE TRIANGLE PCC [30.9804, -17.8949] ALL X

10 HARARE HARARE RUJEKO ALL X HIGHLANDS 11 HARARE HARARE PCC [31.0856, -17.8187] ALL X MADZIMBASH 12 MANICALAND BUHERA URO R.H.C. [31.6563,-19.4350] ALL MOMBEYARAR 13 MANICALAND BUHERA A R.H.C. [31.6038,-19.2043] ALL BUHERA 14 MANICALAND BUHERA HOSPITAL [31.4359,-19.3390] ALL X BIRCHENOUGH 15 MANICALAND BUHERA BRIDGE H [32.3385,-19.9718] ALL X

38

MUTEPFE 16 MANICALAND BUHERA CLINIC [31.9687,-19.7676] ALL CHIMANI CHIMANIMANI [32.85760000000, - 17 MANICALAND MANI HOSPITAL 19.81937000000] ALL X BIRIRVIRI CHIMANI RURAL 18 MANICALAND MANI HOSPITAL [32.6734,-19.7903] ALL X NYANYADZI CHIMANI RURAL 19 MANICALAND MANI HOSPITAL [32.4219,-19.7869] ALL X CHIMANI RUSITU RURAL [32.86471939090, - 20 MANICALAND MANI HOSPITAL 20.03361000000] ALL X MT.SELINDA [32.70306015010, - 21 MANICALAND CHIPINGE HOSPITAL 20.42389000000] ALL X ST PETERS MISSION 22 MANICALAND CHIPINGE HOSPITAL [32.9400,-18.4581] ALL X

23 MANICALAND CHIPINGE RIMBI CLINIC [32.3931,-20.5475] ALL ZAMUCHIA [32.47750091550, - 24 MANICALAND CHIPINGE CLINIC 20.69972000000] ALL WEYA 25 MANICALAND MAKONI HOSPITAL [32.1520,-18.0416] ALL X MAKONI 26 MANICALAND MAKONI HOSPITAL [32.3888,-18.6200] ALL X NEDEWEDZO [31.87491989140, - 27 MANICALAND MAKONI HOSPITAL 18.55028000000] ALL X ST.MICHEALS [32.45042037960, - 28 MANICALAND MAKONI TANDA H 17.90319000000] ALL X ST.THERESES [31.91918945310, - 29 MANICALAND MAKONI HOSPITA 18.58714000000] ALL X NYAZURA 30 MANICALAND MAKONI MISSION CL. [32.2246,-18.7568] ALL MARANGE 31 MANICALAND MUTARE HOSPITAL [32.2743,-19.2534] ALL X ST.ANDREWS [32.34072113040, - 32 MANICALAND MUTARE HOSPITAL 19.42161000000] ALL X ST.JOSEPHS [32.62497000000, - 33 MANICALAND MUTARE HOSPITAL 18.99814000000] ALL X ZIMUNYA 34 MANICALAND MUTARE CLINIC [32.6234,-19.1004] ALL TSONZO 35 MANICALAND MUTASA HOSPITAL [32.6033,-18.6884] ALL X BONDA 36 MANICALAND MUTASA HOSPITAL [30.4071,-20.8709] ALL X

39

OLD MUTARE 37 MANICALAND MUTASA HOSPITAL [32.5880,-18.9075] ALL X MASHONALAND 38 CENTRAL BINDURA CLINIC [31.3122,-17.3961] ALL MASHONALAND RUSUNUNGUK [31.28075027470, - 39 CENTRAL BINDURA O CLINIC 17.06137000000] ALL MASHONALAND CHIWARIDZO 40 CENTRAL BINDURA CLINIC [31.3592,-17.3222] ALL MASHONALAND TROJAN 41 CENTRAL BINDURA NICKEL CLINIC [31.2851,-17.3313] ALL MASHONALAND CHAWARURA 42 CENTRAL GURUVE R.H.C. [31.1102,-16.5185] ALL MASHONALAND DAVID NELSON 43 CENTRAL GURUVE CLINIC [31.1167,-16.7295] ALL MASHONALAND CHADEREKA 44 CENTRAL GURUVE R.H.C [31.2022,-16.1670] ALL MASHONALAND CENTENA NYAMHONDO 45 CENTRAL RY RO R.H.C. [30.7578,-16.8514] ALL MASHONALAND CENTENA 46 CENTRAL RY BEPURA R.H.C [30.6725,-16.8567] ALL MASHONALAND CENTENA KACHUTA 47 CENTRAL RY R.H.C. [30.5027,-16.6336] ALL MASHONALAND CENTENA RUYAMURO 48 CENTRAL RY R.H.C [30.7953,-16.7192] ALL MASHONALAND ROSA RURAL 49 CENTRAL MAZOWE HOSPITAL [31.0473,-17.1340] ALL X HOWARD MASHONALAND MISSION 50 CENTRAL MAZOWE HOSPITAL [30.9943,-17.5659] ALL X MASHONALAND 51 CENTRAL MAZOWE HOSPITAL [30.8556,-16.0306] ALL X MASHONALAND MAKOPE 52 CENTRAL MAZOWE CLINIC [31.0607,-17.0294] ALL MASHONALAND HENDERSON [30.97216987610, - 53 CENTRAL MAZOWE CLINIC 17.59243000000] ALL MASHONALAND MT. 54 CENTRAL DARWIN DOTITO R.H.C. [31.5902,-16.5688] ALL MASHONALAND MT. KAMUTSENZE 55 CENTRAL DARWIN RE R.H.C. [31.7856,-16.3836] ALL MASHONALAND MT. MUKUMBURA 56 CENTRAL DARWIN R.H.C. [31.6852,-16.2003] ALL KARANDA MASHONALAND MT. MISSION 57 CENTRAL DARWIN HOSPITAL [31.8396,-16.6556] ALL X

40

MASHONALAND MT. CHAHWANDA [31.67015075680, - 58 CENTRAL DARWIN R.H.C. 16.61703000000] ALL MARY MOUNT MASHONALAND RUSHING MISSION 59 CENTRAL A HOSPITAL [32.5296,-16.6768] ALL X MASHONALAND RUSHING RUSHINGA [32.02153015140, - 60 CENTRAL A RURAL CLINIC 16.63225000000] ALL MASHONALAND RUSHING NYAMATIKITI 61 CENTRAL A CLINIC [32.1097,-16.7391] ALL MADZIWA MASHONALAND RURAL 62 CENTRAL SHAMVA HOSPITAL [31.53878,-16.92558] ALL X MASHONALAND CHAKONDA [31.60335922240,- 63 CENTRAL SHAMVA BUSHU 17.02592000000] ALL MASHONALAND CHIDEMBO 64 CENTRAL SHAMVA CLINIC [31.5669,-17.0835] ALL MASHONALAND MUPFURUDZI 65 CENTRAL SHAMVA RHC ALL MASHONALAND 66 CENTRAL SHAMVA CHIHURI CLINI [31.5505,-16.8773] ALL MASHONALAND MUSHUMBI 67 CENTRAL MBIRE RHC ALL MASHONALAND 68 CENTRAL MBIRE MAHUWE RHC [30.7353,-16.3839] ALL MASHONALAND NYAMBUDZI [30.59150000000, - 69 CENTRAL MBIRE RHC 16.08729000000] ALL MASHONALAND CHIKOMB NHARIRA 70 EAST A HOSPITAL [31.1712,-19.0743] ALL X MASHONALAND CHIKOMB SADZA 71 EAST A HOSPITAL [31.4080,-18.8371] ALL X MASHONALAND CHIKOMB GANDACHIBVU 72 EAST A VA HOSPIT [31.4364,-19.1020] ALL X MASHONALAND CHIKOMB ZVAMATOBWE 73 EAST A RHC ALL MASHONALAND CHIKOMB 74 EAST A CHIVHU CLINIC [30.9064,-19.0051] ALL MASHONALAND GOROMO 75 EAST NZI HOSPITAL [31.2376,-17.8901] ALL X MASHONALAND GOROMO CHINYIKA 76 EAST NZI CLINIC [31.3563,-17.8350] ALL MASHONALAND GOROMO ST JOSEPH 77 EAST NZI RHC [31.1964, -17.7514] ALL X MASHONALAND GOROMO GOROMONZI 78 EAST NZI CLINIC ALL

41

MASHONALAND MAKARARA 79 EAST HWEDZA CLINIC [31.8348,-19.0270] ALL MASHONALAND GOTORA [31.45557000000, - 80 EAST HWEDZA CLINIC 18.65151000000] ALL MASHONALAND MUKAMBA [31.82132911680, - 81 EAST HWEDZA CLINIC 18.87653000000] ALL MASHONALAND CHIKURUMADZ 82 EAST HWEDZA IVA CLINIC [31.9175,-19.0489] ALL MASHONALAND MAROND MUDZIMUREM [31.09005928040, - 83 EAST ERA A R.H.C. 18.28439000000] ALL MASHONALAND MAROND DOMBOTOMB 84 EAST ERA O CLINIC [31.5671,-18.1872] ALL MASHONALAND MAROND MARONDERA 85 EAST ERA RURAL CLINIC [31.5907, -18.1566] ALL MASHONALAND MAROND CHIOTA 86 EAST ERA HOSPITAL [31.2405,-18.3209] ALL X MASHONALAND MAROND WENIMBI 87 EAST ERA CLINIC [31.7904,-18.2363] ALL MASHONALAND NYAMAPANDA 88 EAST MUDZI CLINIC [32.8747,-16.9683] ALL MASHONALAND 89 EAST MUDZI SUSWE CLINIC [32.4054,-17.1746] ALL MASHONALAND CHIKWIZO 90 EAST MUDZI CLINIC [32.7896,-17.2066] ALL MASHONALAND 91 EAST MUDZI KONDO CLINIC [32.6564,-16.9011] ALL MASHONALAND DENDERA 92 EAST MUDZI CLINIC [32.7208,-16.9576] ALL MASHONALAND MASHMBANHA 93 EAST UMP KA RHC ALL MASHONALAND MARAMBA 94 EAST UMP CLINIC [31.9850,-17.0367] ALL MASHONALAND 95 EAST UMP DINDI CLINIC ALL MASHONALAND CHIPFUNDE 96 EAST UMP CLINIC [31.9342,-17.2247] ALL MASHONALAND 97 EAST UMP SOWA CLINIC ALL MASHONALAND NYAMUZIZI 98 EAST MUTOKO RHC [32.3560,-17.6382] ALL MASHONALAND MAKOSA 99 EAST MUTOKO HOSPITAL [32.4716,-17.2675] ALL X NYADIRI MASHONALAND MISSION 100 EAST MUTOKO HOSPITAL ALL X

42

MASHONALAND LUISA [32.38985824580, - 101 EAST MUTOKO GUIDOTTI 17.35572000000] ALL X MASHONALAND 102 EAST MUTOKO NZIRA RHC [32.1371,-17.6682] ALL MASHONALAND CHAREHWA [32.15361022950, - 103 EAST MUTOKO CLINIC 17.17356000000] ALL MASHONALAND MARIRANGWE 104 EAST SEKE CLINIC [30.8036, -18.0727] ALL MASHONALAND KUNAKA 105 EAST SEKE HOSPITAL [31.2220,-18.0724] ALL X MASHONALAND EPWORTH 106 EAST SEKE POLYCLINIC [31.1395, -17.8994] ALL X MASHONALAND OVERSPILL 107 EAST SEKE CLINIC [31.1565, -17.8848] ALL X MASHONALAND CHEGUT MHONDORO 108 WEST U HOSPITAL [30.5886,-18.3183] ALL X MASHONALAND CHEGUT NORTON 109 WEST U SELOUS HOSP. [30.6875,-17.8869] ALL X MASHONALAND CHEGUT 110 WEST U MSENGEZI RHC [30.3231,-17.9494] ALL MASHONALAND CHEGUT WATYOKA 111 WEST U CLINIC [30.6864,-18.3244] ALL MASHONALAND HURUNG HURUNGWE 112 WEST WE HOSPITAL ALL X MASHONALAND HURUNG CHIDAMOYO 113 WEST WE HOSPITAL [29.1919,-17.1483] ALL X MASHONALAND HURUNG CHUNDU 114 WEST WE CLINIC [29.6425,-16.3928] ALL MASHONALAND HURUNG KASANGARAR 115 WEST WE E CLINIC [29.8356,-16.5592] ALL MASHONALAND HURUNG TENGWE 116 WEST WE CLINIC ALL MASHONALAND NGEZI 117 WEST SANYATI HOSPITAL ALL X MASHONALAND SANYATI 118 WEST SANYATI HOSPITAL [29.3092,-17.9528] ALL X MASHONALAND SANYATHI 119 WEST SANYATI ARDA CLINIC ALL MASHONALAND CHIRIKITI 120 WEST SANYATI CLINIC [29.4206,-17.9761] ALL MASHONALAND MHONDO ST.MICHAELS 121 WEST RO HOSPITA ALL X MASHONALAND MHONDO BURURU 122 WEST RO CLINIC [30.4906,-18.6972] ALL

43

MASHONALAND MHONDO MURAMBWA 123 WEST RO CLINIC [30.7217,-18.5833] ALL MASHONALAND MHONDO 124 WEST RO RIMUKA CLINIC ALL MASHONALAND MHONDO MUKARATI 125 WEST RO CLINIC [30.4892,-18.5567] ALL MASHONALAND SIYAKOBVU [28.36417007450, - 126 WEST KARIBA HOSPITAL 17.13111000000] ALL X MASHONALAND [28.29861068730,- 127 WEST KARIBA MOLA CLINIC 16.92611000000] ALL MASHONALAND 128 WEST KARIBA KANYATI RHC [28.9953,-16.9153] ALL MASHONALAND NEGANDE 129 WEST KARIBA CLINIC [28.2411,-17.1928] ALL MASHONALAND MAKOND ALSKA MINE [30.06749916080, - 130 WEST E HOSPITAL 17.37389000000] ALL X MASHONALAND MAKOND ST.RUPERTS [29.69277954100, - 131 WEST E HOSPITAL 17.76917000000] ALL X MAKONDE MASHONALAND MAKOND CHRISTIAN(MH [30.16444015500, - 132 WEST E ANGURA) HO 16.89194000000] ALL X MASHONALAND MAKOND CHINOYI 133 WEST E CLINIC ALL MASHONALAND MAKOND CHIKONOHON 134 WEST E O [30.1944,-17.3900] ALL X MASHONALAND DARWENDALE 135 WEST ZVIMBA HOSPITAL [30.5489,-17.7203] ALL X MASHONALAND RAFFINGORA 136 WEST ZVIMBA HOSPITAL [30.4306,-17.0369] ALL X MASHONALAND MUTORASHAN 137 WEST ZVIMBA GA MINE H. [30.6764,-17.1467] ALL X MASHONALAND NYABIRA 138 WEST ZVIMBA CLINIC ALL FR OHEA MASHONALAND MISSION 139 WEST ZVIMBA HOSPITAL ALL X MATEBELELAND 140 NORTH BINGA LUBIMBI R.H.C. [27.1919,-17.9494] ALL MATEBELELAND 141 NORTH BINGA LUSULU R.H.C. [27.8622,-18.0683] ALL MATEBELELAND SIABUWA 142 NORTH BINGA HOSPITAL [28.0439,-17.4747] ALL X MATEBELELAND KARIYANGWE [27.53499984740, - 143 NORTH BINGA HOSPITAL 17.96972000000] ALL X

44

MATEBELELAND [27.18206000000, - 144 NORTH BINGA TINDE CLINIC 18.26125000000] ALL MATEBELELAND SIGANDA [28.47528076170, - 145 NORTH BUBI CLINIC 19.33583000000] ALL MATEBELELAND 146 NORTH BUBI MAJIJI CLINIC ALL MATEBELELAND MEMBESWANA [28.40193939210, - 147 NORTH BUBI RHC 19.33056000000] ALL MATEBELELAND 148 NORTH HWANGE JAMBEZI R.H.C. [26.2275,-18.0522] ALL MATEBELELAND VICTORIA 149 NORTH HWANGE FALLS HOSP. [25.8261,-17.9439] ALL X HWANGE MATEBELELAND COLLERY [26.50220000000, - 150 NORTH HWANGE HOSP. 18.35820000000] ALL X MATEBELELAND KAMATIVI [27.05971908570, - 151 NORTH HWANGE HOSPITAL 18.31500000000] ALL X MATEBELELAND DANDANDA 152 NORTH LUPANE R.H.C. [27.8692,-18.4489] ALL MATEBELELAND GOMOZA 153 NORTH LUPANE R.H.C. [28.2236,-18.8414] ALL MATEBELELAND 154 NORTH LUPANE LUPANE R.H.C. [27.7719,-18.9353] ALL MATEBELELAND ST.PAULS [28.11388969420, - 155 NORTH LUPANE HOSPITAL 19.02028000000] ALL X MATEBELELAND JOTSHOLO 156 NORTH LUPANE CLINIC [27.5583,-18.7306] ALL MATEBELELAND DAKAMELA 157 NORTH NKAYI HOSPITAL [28.6667,-18.7972] ALL X MATEBELELAND MBUMA 158 NORTH NKAYI HOSPITAL [28.4417,-18.9489] ALL X MATEBELELAND GWELUTSHEN 159 NORTH NKAYI A CLINIC [28.7089,-18.6631] ALL MATEBELELAND TSHOLOT MTSHAYELI 160 NORTH SHO R.H.C. [27.0886,-18.3589] ALL MATEBELELAND TSHOLOT SIPHEPHA 161 NORTH SHO HOSPITAL ALL X MATEBELELAND TSHOLOT PHUMULA 162 NORTH SHO HOSPITAL ALL X MATEBELELAND TSHOLOT 163 NORTH SHO JIMILA CLINIC [27.7386,-19.4933] ALL MATEBELELAND TSHOLOT TSHOLOTSHO 164 NORTH SHO URBAN CLINIC ALL MATEBELELAND TSHOLOT 165 NORTH SHO SIKENTE RHC [27.3536,-19.7944] ALL

45

MATEBELELAND NTAVAZINDUN 166 NORTH UMGUZA A CLINIC [28.8456,-19.9794] ALL MATEBELELAND 167 NORTH UMGUZA FINGO [28.8942,-19.9675] ALL MATEBELELAND REDWOOD 168 NORTH UMGUZA RHC ALL MATEBELELAND 169 NORTH UMGUZA MBEMBESI ALL MATEBELELAND BEITBRID 170 SOUTH GE MAJINI R.H.C. [29.6907,-21.5033] ALL MATEBELELAND BEITBRID DULIBADZIMO 171 SOUTH GE CLINIC [29.9837,-22.2068] ALL MATEBELELAND BEITBRID 172 SOUTH GE SHASHE CLINIC [29.3224,-22.1029] ALL MATEBELELAND BEITBRID [29.50341987610, - 173 SOUTH GE ZEZANI CLINIC 21.62461000000] ALL MATEBELELAND BEITBRID MAKAKABULE 174 SOUTH GE CLINIC [29.9368,-22.1379] ALL EMBAKWE MATEBELELAND MISSION 175 SOUTH MANGWE HOSPITAL [27.8211,-20.7792] ALL X MATEBELELAND TSHITSHI [27.74806022640, - 176 SOUTH MANGWE CLINIC 21.00333000000] ALL MATEBELELAND [28.13474000000, - 177 SOUTH MANGWE BANGO RHC 21.25769000000] ALL MATEBELELAND MANAMA 178 SOUTH GWANDA HOSPITAL [28.9911,-21.5701] ALL X MATEBELELAND MTSHABEZI 179 SOUTH GWANDA HOSPITAL [28.9069,-20.7011] ALL X MATEBELELAND STAINMORE 180 SOUTH GWANDA CLINIC [29.0366,-20.6699] ALL MATEBELELAND SENGEZANE [28.97450065610, - 181 SOUTH GWANDA CLINIC 21.37139000000] ALL MATEBELELAND [28.98773000000, - 182 SOUTH GWANDA GARANYEMBA 21.16676000000] ALL MATEBELELAND AVOCA 183 SOUTH INSIZA HOSPITAL [29.5056,-20.8349] ALL X MATEBELELAND SHANGANI 184 SOUTH INSIZA HOSPITAL [29.3738,-19.7841] ALL X MATEBELELAND WANEZI [29.58552932740, - 185 SOUTH INSIZA HOSPITAL 20.57447000000] ALL X MATEBELELAND GWATEMBA 186 SOUTH INSIZA RHC [29.6905,-20.4054] ALL MATEBELELAND 187 SOUTH MATOBO KEZI HOSPITAL [28.4580,-20.9195] ALL X

46

MATEBELELAND TSHELANYEMB 188 SOUTH MATOBO A HOSP. [28.4880,-21.3538] ALL X MATEBELELAND ST. JOSEPHS 189 SOUTH MATOBO MISSION ALL X MATEBELELAND MATOPO 190 SOUTH MATOBO CLINIC ALL MATEBELELAND MBEMBESWAN 191 SOUTH MATOBO E CLINIC ALL MATEBELELAND UMZING ESIBOMVU 192 SOUTH WANE CLINIC ALL MATEBELELAND UMZING MAWABENI 193 SOUTH WANE CLINIC [28.9851,-20.4065] ALL MATEBELELAND UMZING MHLALANDLEL 194 SOUTH WANE A CLINIC [28.7856,-20.5214] ALL MATEBELELAND UMZING 195 SOUTH WANE NSWAZI CLINIC [28.9848,-20.5572] ALL MATEBELELAND LADY STANELY [27.58740000000,- 196 SOUTH BULILIMA HOSPITAL 20.00000000000] ALL X MATEBELELAND LADY BARRING [27.32830000000, - 197 SOUTH BULILIMA HOSPITAL 19.94806000000] ALL X MATEBELELAND [27.53517000000, - 198 SOUTH BULILIMA MASENDU RHC 20.13567000000] ALL MATEBELELAND MADLAMBUDZ [27.44333076480, - 199 SOUTH BULILIMA I RHC 20.15111000000] ALL CHIRUMH CHAKA RURAL [30.68914031980, - 200 MIDLANDS ANZU HOSPITAL 19.53636000000] ALL X CHIRUMH MUVONDE [30.70203018190, - 201 MIDLANDS ANZU HOSPITAL 19.42233000000] ALL X CHIRUMH ST.THERESSA 202 MIDLANDS ANZU HOSPITAL [31.9192,-18.5871] ALL X CHIRUMH HOLY CROSS [30.59094047550,- 203 MIDLANDS ANZU RH 19.56742000000] ALL X GOKWE CHEZIYA 204 MIDLANDS SOUTH CLINIC ALL GOKWE 205 MIDLANDS SOUTH SVISVI CLINIC [28.7775,-18.0603] ALL GOKWE KANA [28.51582908630, - 206 MIDLANDS SOUTH HOSPITAL 18.55583000000] ALL X GOKWE MADZIVAZVID 207 MIDLANDS NORTH O CLINIC ALL GOKWE CHIREYA 208 MIDLANDS NORTH HOSPITAL [28.5989,-17.5442] ALL X GOKWE TONGWE [29.10388946530, - 209 MIDLANDS NORTH CLINIC 18.08111000000] ALL

47

CHIKWIGWIZH 210 MIDLANDS GWERU A HOSPITAL [29.9564,-19.5555] ALL X LALAPANZI 211 MIDLANDS GWERU CLINIC [30.1853,-19.3351] ALL [29.75082000000,- 212 MIDLANDS GWERU MKOBA POLY 19.45900000000] ALL X MAKEPESI 213 MIDLANDS GWERU CLINIC [29.5688,-19.3892] ALL [29.90280914310, - 214 MIDLANDS GWERU ST PATRICKS 19.22369000000] ALL X LOWER 215 MIDLANDS GWERU GWERU CLINIC [29.5404,-19.3875] ALL X KWEKWE [29.82374954220,- 216 MIDLANDS KWEKWE HOSPITAL 18.93572000000] ALL X TORWOOD 217 MIDLANDS KWEKWE CLINIC [29.7364,-19.0226] ALL X [29.78238000000,- 218 MIDLANDS KWEKWE REDCLIFF 19.02260000000] ALL X [29.78466000000,- 219 MIDLANDS KWEKWE 18.92453000000] ALL X [29.83498000000, - 220 MIDLANDS KWEKWE A 18.90588000000] ALL X AL DAVIES [29.81286000000,- 221 MIDLANDS KWEKWE CLINIC 18.93640000000] ALL X MBEREN JEKA 222 MIDLANDS GWA HOSPITAL [29.9341,-20.8554] ALL X MBEREN MASASE 223 MIDLANDS GWA HOSPITAL [29.6670,-20.9867] ALL X MBEREN MUSUME 224 MIDLANDS GWA HOSPITAL [30.2391,-20.9229] ALL X MBEREN 225 MIDLANDS GWA MATAGA RHC [30.1904,-20.8412] ALL SHURUG TONGOGARA 226 MIDLANDS WI CLINIC [30.2076,-19.7204] ALL SHURUG ZVAMABANDE 227 MIDLANDS WI HOSPITAL [30.1359,-19.8018] ALL X SHURUG CHROME MINE 228 MIDLANDS WI HOSPITAL ALL X SHURUG GUNDURA 229 MIDLANDS WI CLINIC ALL DORSET SHURUG RURAL 230 MIDLANDS WI HOSPITAL ALL X ZVISHAV MANDAVA 231 MIDLANDS ANE R.H.C. ALL

48

ZVISHAV LUNDI 232 MIDLANDS ANE HOSPITAL [30.0179,-20.2582] ALL X ZVISHAV SHABANE 233 MIDLANDS ANE MINE HOSP. [28.9561,-20.3206] ALL X ZVISHAV MABASA 234 MIDLANDS ANE CLINIC [30.0867,-20.1547] ALL MASHOKO 235 MASVINGO BIKITA HOSPITAL [31.7506,-20.5052] ALL X

236 MASVINGO BIKITA CHIKUKU RH [31.8686,-20.0005] ALL BIKITA RURAL 237 MASVINGO BIKITA HOSPITAL [31.6065,-20.0670] ALL X MAROZVA 238 MASVINGO BIKITA CLINIC [31.5210,-20.0005] ALL TSVOVANI 239 MASVINGO CHIREDZI CLINIC [31.6884,-21.0390] ALL CHIKOMBEDZI 240 MASVINGO CHIREDZI HOSP. [31.3393,-21.6749] ALL X HIPPO VALLEY 241 MASVINGO CHIREDZI HOSP. [31.6511,-21.0735] ALL X TRIANGLE [31.47485923770,- 242 MASVINGO CHIREDZI HOSPITAL 21.04056000000] ALL X CHIVI RURAL 243 MASVINGO CHIVI HOSPITAL [30.6879,-20.3906] ALL X

244 MASVINGO CHIVI NGUNDU RH [30.8026,-20.8025] ALL X MHANDAMAB [30.37161064150,- 245 MASVINGO CHIVI WE RH 20.11747000000] ALL X BEREJENA MISSION 246 MASVINGO CHIVI HOSPITAL [30.5896,-20.6339] ALL X GUTU RURAL 247 MASVINGO GUTU HOSPITAL [31.2181,-19.6568] ALL X CHIMOMBE 248 MASVINGO GUTU RURAL HOSP [31.6061,-19.6719] ALL X CHINYIKA [31.48505973820,- 249 MASVINGO GUTU HOSPITAL 19.50567000000] ALL X MUNYIKWA 250 MASVINGO GUTU CLINIC [31.8052,-19.7224] ALL MUTERO MISSION [31.43803024290, - 251 MASVINGO GUTU HOSPITAL 19.63433000000] ALL X MASVING MORGENSTER [30.93507957460,- 252 MASVINGO O MISSION 20.32372000000] ALL X

49

MASVING NGOMAHURU 253 MASVINGO O HOSPITAL ALL X MASVING ZIMUTO [30.85519027710,- 254 MASVINGO O MISSION 19.95311000000] ALL X MASVING GATSI MINE [30.51238000000,- 255 MASVINGO O HOSPITAL 20.02360000000] ALL X MARANDA 256 MASVINGO MWENEZI R.H.C. [30.3158,-21.1458] ALL

257 MASVINGO MWENEZI RUTENGA RHC [30.7294,-21.2378] ALL MATIBI 258 MASVINGO MWENEZI MISSION HOSP [30.4861,-20.7503] ALL X

259 MASVINGO ZAKA BOTA CLINIC [31.4073,-20.6227] ALL MUSISO 260 MASVINGO ZAKA HOSPITAL [31.4399,-20.4399] ALL X

261 MASVINGO ZAKA JICHIDZA RHC [31.2224,-20.2698] ALL BVUKURURU 262 MASVINGO ZAKA RHC [31.4387,-20.1054] ALL BULAWA 263 BULAWAYO YO LUVEVE CLINIC [28.5118,-20.1137] ALL X BULAWA MAGWEGWE 264 BULAWAYO YO CLINIC [28.5084,-20.1369] ALL X BULAWA MZILIKAZI 265 BULAWAYO YO CLINIC [28.5696, -20.1395] ALL X BULAWA PELANDABA 266 BULAWAYO YO CLINIC [28.5277, -20.1466] ALL X BULAWA PUMULA 267 BULAWAYO YO CLINIC [28.4803, -20.1423] ALL X

LOT 3: List of 184 Sites AVONDALE 1 HARARE HARARE CLINIC [31.0291,-17.7883] ALL X GLEN NORAH 2 HARARE HARARE SATELLITE [30.969,-17.9058] ALL X GLEN VIEW 3 HARARE HARARE SATELLITE ALL X MABELREIGN 4 HARARE HARARE SATELLITE [30.9987,-17.7914] ALL X MARLBOROUG H SATELITE 5 HARARE HARARE CLINIC [30.9981,-17.7568] ALL X

50

MABVUKU 6 HARARE HARARE SATELITE [31.1841,-17.8389] ALL X HARARE CENTRAL PRISON 7 HARARE HARARE HOSPITAL ALL X CALIDONIA 8 HARARE HARARE CLINIC [31.2348,-17.8451] ALL X CHIKURUBI 9 HARARE HARARE MAX ALL MASHONALAND 10 EAST MUREWA DOMBWE RHC [31.9716,-17.7698] ALL

11 MANICALAND BUHERA BETERA R.H.C. [32.00122,-19.37372] ALL BANGURE 12 MANICALAND BUHERA CLINIC [31.7732,-19.53564] ALL CHIROZVA 13 MANICALAND BUHERA CLINIC [32.0009,-19.4567] ALL CHIWENGA 14 MANICALAND BUHERA CLINIC [31.98941,-19.23839] ALL

15 MANICALAND BUHERA GOMBE CLINIC [31.53336,-19.23786] ALL MUTEPFE 16 MANICALAND BUHERA CLINIC [31.96869,-19.76764] ALL NERUTANGA 17 MANICALAND BUHERA CLINIC [31.350389,-19.28703] ALL RAMBANEPASI 18 MANICALAND BUHERA CLINIC [31.654499,-19.13994] ALL CHINYAMUKW 19 MANICALAND CHIPINGE AKWA R.H.C [32.360828,-20.91722] ALL TANGANDA 20 MANICALAND CHIPINGE R.H.C. [32.350559, -20.11056] ALL MADHUKO 21 MANICALAND CHIPINGE CLINIC [32.36333,-20.72111] ALL MAPARADZA 22 MANICALAND CHIPINGE CLINIC [32.276668,-21.07389] ALL SOUTHDOWN 23 MANICALAND CHIPINGE CLINIC [32.822498,-20.26500] ALL CHIKOBVORE [32.1567192, - 24 MANICALAND MAKONI R.H.C. 18.90203] ALL CHINHENGA 25 MANICALAND MAKONI R.H.C. [32.502468,-18.03619] ALL CHINYUDZE [32.2004699,- 26 MANICALAND MAKONI R.H.C. 18.18653] ALL

51

KATSENGA 27 MANICALAND MAKONI R.H.C. [32.003471,-18.72456] ALL

28 MANICALAND MAKONI MAYO I R.H.C. [32.273361,-17.87047] ALL NYAHUKWE 29 MANICALAND MAKONI R.H.C [32.322311,-18.46983] ALL NYAMIDZI 30 MANICALAND MAKONI CLINIC [32.087219,-18.93989] ALL RUKWEZA 31 MANICALAND MAKONI CLINIC [32.083778,-18.8045] ALL HEADLANDS 32 MANICALAND MAKONI CLINIC [32.03989,-18.28597] ALL GUTAURARE 33 MANICALAND MUTARE R.H.C. [32.61811,-19.37139] ALL BEZELY 34 MANICALAND MUTARE BRIDGE CLINIC [32.48928,-19.25094] ALL CHITAKATIRA 35 MANICALAND MUTARE CLINIC [32.686611,-19.13406] ALL CHITAKA 36 MANICALAND MUTARE CLINIC [32.48403,-19.12181] ALL NZVENGA 37 MANICALAND MUTARE CLINIC [32.37125,-19.35089] ALL

38 MANICALAND MUTARE ODZI CLINIC [32.388969,-18.96922] ALL

39 MANICALAND MUTARE DORA [32.52222,-19.07036] ALL ST.BARBARA 40 MANICALAND MUTASA HOSPITAL [32.4735298,-18.50311] ALL X SAMARINGA 41 MANICALAND MUTASA CLINIC [32.784309,-18.62308] ALL MASHONALAND 42 CENTRAL BINDURA RUTOPE CLINIC [31.5655498,-17.55588] ALL MASHONALAND CENTENA CHAWARURA 43 CENTRAL RY R.H.C. [31.11017,-16.5185] ALL MASHONALAND CENTENA DAVID NELSON 44 CENTRAL RY CLINIC [31.116670,-16.7295] ALL MASHONALAND CENTENA CHADEREKA 45 CENTRAL RY R.H.C [31.202169,-16.1670] ALL MASHONALAND BVOCHORA 46 CENTRAL GURUVE R.H.C. [30.585519,-16.57822] ALL MASHONALAND NEGOMO 47 CENTRAL GURUVE R.H.C. [30.75917,-16.51056] ALL MASHONALAND 48 CENTRAL GURUVE BEPURA R.H.C [30.672500,-16.85667] ALL

52

MASHONALAND MUGARAKAM 49 CENTRAL GURUVE WE RHC [30.57957,-16.86427] ALL MASHONALAND NYAKUDYA 50 CENTRAL MAZOWE R.H.C. [31.13680,-17.02013] ALL MASHONALAND 51 CENTRAL MAZOWE SHUTU R.H.C. [31.1391296,-17.07427] ALL MASHONALAND 52 CENTRAL MAZOWE BARE CLINIC [31.126230,-16.87747] ALL MASHONALAND JINGAMVURA 53 CENTRAL MAZOWE CLINIC [31.20145,-16.83293] ALL MASHONALAND BELGOWNIE 54 CENTRAL MAZOWE CLINIC [30.87218,-17.52498] ALL MASHONALAND HOME EDEN 55 CENTRAL MAZOWE CLINIC [30.69062,-17.29543] ALL MASHONALAND 56 CENTRAL MAZOWE DAMBO CLINIC [31.081119,-17.19515] ALL MASHONALAND FORRESTER 57 CENTRAL MAZOWE CLINIC [30.9546,-17.0488] ALL TAKAVARASHA 58 MASVINGO CHIVI RHC [30.307310,-20.33397] ALL

59 MASVINGO CHIVI RAZI RHC 30.654220,-20.71986] ALL MASHONALAND NZVIMBO 60 CENTRAL MAZOWE CLINIC [31.052600,-17.0807] ALL MATEBELELAND 61 NORTH NKAYI ZENKA RHC [28.773059,-19.07000] ALL MASHONALAND MAZOWE 62 CENTRAL MAZOWE PRISON CLINIC [30.9238,-17.6031] ALL NHOWE MASHONALAND MISSION 63 EAST MUREWA HOSPITAL [31.9408,-17.8526] ALL X MASHONALAND MADAMOMBWE 64 EAST MUREWA RHC [30.3236,-20.0523] ALL MASHONALAND MT. 65 CENTRAL DARWIN CHIBURI CLINIC [31.339,-16.7034] ALL MASHONALAND MT. CHAHWANDA 66 CENTRAL DARWIN R.H.C. [31.67015,-16.61703] ALL MASHONALAND MT. 67 CENTRAL DARWIN BVEKE CLINIC [31.78725,-16.56939] ALL MASHONALAND MT. BANDIMBA 68 CENTRAL DARWIN RHC [31.85968,-16.36914] ALL MASHONALAND CHAKONDA 69 CENTRAL SHAMVA BUSHU [31.603359,-17.02592] ALL MASHONALAND CHIDEMBO 70 CENTRAL SHAMVA CLINIC [31.56686,-17.08352] ALL

53

MASHONALAND MUSHUMBI 71 CENTRAL MBIRE RHC [30.556699,-16.17507] ALL MASHONALAND 72 CENTRAL MBIRE MAHUWE RHC [30.735279,-16.38389] ALL MASHONALAND MAROND MUDZIMUREM 73 EAST ERA A R.H.C. [31.090059,-18.28439] ALL MASHONALAND KATSUKUNYA 74 EAST MUTOKO R.H.C. [32.154689,-17.40781] ALL NYADIRI MASHONALAND RESETTLEMEN 75 EAST MUTOKO T [31.96282,-17.49227] ALL MASHONALAND KUSHINGA 76 EAST MUTOKO RHC [32.0202789,-17.62114] ALL MASHONALAND 77 EAST MUTOKO NZIRA RHC [32.137111,-17.66817] ALL MASHONALAND CHAREHWA 78 EAST MUTOKO CLINIC [32.153610,-17.17356] ALL MASHONALAND HURUNG 79 WEST WE ZVIPANI R.H.C. [29.210279,-16.98306] ALL MASHONALAND ST. PAULS 80 EAST MUREWA MUSANI [31.585859,-17.75058] ALL X MASHONALAND HURUNG CHINHERE 81 WEST WE CLINIC [29.436939,-17.21556] ALL MASHONALAND HURUNG TENGWE 82 WEST WE CLINIC [29.611669,-17.29056] ALL MASHONALAND HURUNG 83 WEST WE CHIKANZIWE [29.69778,-16.80722] ALL MASHONALAND HURUNG KASIMURE 84 WEST WE CLINIC [29.87722,-17.03111] ALL MASHONALAND HURUNG 85 WEST WE DORO [29.35702,-16.71696] ALL MASHONALAND KANYATI 86 WEST KARIBA R.H.C. [28.995279,-16.91528] ALL MASHONALAND ZVIMBA RURAL 87 WEST ZVIMBA HOSPITAL [30.1989,-17.6992] ALL X MASHONALAND TRELAWNEY 88 WEST ZVIMBA RHC [30.4589,-17.5414] ALL MASHONALAND 89 EAST MUREWA MUCHEKE RHC [31.8556,-18.1531] ALL MATEBELELAND MUCHESU 90 NORTH BINGA R.H.C. [27.6892,-17.9478] ALL MATEBELELAND SIANSUNDU 91 NORTH BINGA R.H.C. [27.2192,-17.9833] ALL MATEBELELAND 92 NORTH BINGA PASHU CLINIC [27.4006,-18.2081] ALL

54

MATEBELELAND SINAKOMA 93 NORTH BINGA RHC [27.60401,-17.69109] ALL MATEBELELAND 94 NORTH BUBI LUKALA R.H.C. [28.4122,-19.2639] ALL MATEBELELAND CHISUMA 95 NORTH HWANGE R.H.C. [32.3603,-21.0531] ALL MATEBELELAND MWAKANDAR 96 NORTH HWANGE A R.H.C. [27.200559,-18.31722] ALL MATEBELELAND MWEMBA 97 NORTH HWANGE R.H.C. [26.5606,-18.1833] ALL MATEBELELAND 98 NORTH HWANGE DETE CLINIC [26.85831,-18.62354] ALL MATEBELELAND 99 NORTH HWANGE LUPOTE CLINIC [26.9642,-18.5128] ALL MATEBELELAND LUKUNGUNI 100 NORTH HWANGE CLINIC [26.2283,-18.0444] ALL MATEBELELAND DONGAMUZI 101 NORTH LUPANE R.H.C. [27.4469,-18.4036] ALL MATEBELELAND 102 NORTH LUPANE LUPAKA CLINIC [27.9036,-18.7833] ALL MATEBELELAND JOTSHOLO 103 NORTH LUPANE CLINIC [27.5583,-18.7306] ALL MATEBELELAND ZINYANGENI 104 NORTH NKAYI CLINIC [28.9881,-19.0778] ALL MATEBELELAND GWELUTSHEN 105 NORTH NKAYI A CLINIC [28.7089,-18.6631] ALL MATEBELELAND TSHOLOT MAKHAZA 106 NORTH SHO R.H.C. ALL MATEBELELAND TSHOLOT MTSHAYELI 107 NORTH SHO R.H.C. [27.0886,-18.3589] ALL MATEBELELAND TSHOLOT DLAMINI 108 NORTH SHO CLINIC ALL MATEBELELAND TSHOLOT 109 NORTH SHO JIMILA CLINIC [27.7386,-19.4933] ALL MATEBELELAND TSHOLOT 110 NORTH SHO NKUNZI CLINIC [27.8886,-20.1006] ALL MATEBELELAND 111 NORTH UMGUZA FINGO [28.8942,-19.9675] ALL MATEBELELAND 112 NORTH UMGUZA IMBIZO ALL MATEBELELAND 113 NORTH UMGUZA MUNTU CLINIC ALL MATEBELELAND BEITBRID 114 SOUTH GE DITE R.H.C. [30.3900,-22.2221] ALL

55

MATEBELELAND BEITBRID 115 SOUTH GE MAJINI R.H.C. [29.6907,-21.5033] ALL MATEBELELAND BEITBRID CHASVINGO [30.50114059450, - 116 SOUTH GE CLINIC 22.05558000000] ALL MATEBELELAND BEITBRID MASERA 117 SOUTH GE CLINIC [29.5865,-21.9343] ALL MATEBELELAND BEITBRID 118 SOUTH GE SHASHE CLINIC [29.3224,-22.1029] ALL MATEBELELAND BEITBRID MAKAKABULE 119 SOUTH GE CLINIC [29.9368,-22.1379] ALL MATEBELELAND BEITBRID CHAMNANGAN [29.60194015500, - 120 SOUTH GE A CLINIC 21.60719000000] ALL MATEBELELAND UMZING KUMBUDZI 121 SOUTH WANE R.H.C. ALL MATEBELELAND UMZING MBIZINGWE 122 SOUTH WANE R.H.C. [28.8189,-20.4038] ALL MATEBELELAND UMZING ESIBOMVU 123 SOUTH WANE CLINIC ALL MATEBELELAND UMZING MAWABENI 124 SOUTH WANE CLINIC [28.9851,-20.4065] ALL MATEBELELAND UMZING MHLALANDLEL 125 SOUTH WANE A CLINIC [28.7856,-20.5214] ALL MATEBELELAND UMZING 126 SOUTH WANE NSWAZI CLINIC [28.9848,-20.5572] ALL MATEBELELAND UMZING NTSHAMATHE 127 SOUTH WANE CLINIC [28.7910,-20.1507] ALL MATEBELELAND UMZING MPISINI 128 SOUTH WANE HEALTH POST ALL MATEBELELAND UMZING HOW MINE 129 SOUTH WANE CLINIC [28.7846,-20.3036] ALL MATEBELELAND UMZING MZINGWANE 130 SOUTH WANE CLINIC ALL GOKWE GWANYIKA 131 MIDLANDS NORTH R.H.C. [29.2417,-18.2628] ALL GOKWE 132 MIDLANDS NORTH MATETA R.H.C. [28.5331,-18.3925] ALL GOKWE SIMCHEMBU 133 MIDLANDS NORTH R.H.C. [28.2397,-17.6844] ALL GOKWE MATEME SDA 134 MIDLANDS NORTH CLINIC ALL GOKWE 135 MIDLANDS NORTH JAHANA CLINIC [28.9533,-18.0181] ALL GOKWE JIRI/NDOZA [28.25749969480, - 136 MIDLANDS NORTH CLINIC 18.34500000000] ALL

56

GOKWE 137 MIDLANDS NORTH KRIMA CLINIC [29.3719,-18.4503] ALL GOKWE 138 MIDLANDS NORTH MANOTI CLINIC [28.3794,-18.4583] ALL GOKWE 139 MIDLANDS NORTH MUSITA CLINIC [28.5786,-17.8436] ALL GOKWE 140 MIDLANDS NORTH SAI CLINIC [28.3286,-18.2586] ALL GOKWE TONGWE [29.10388946530, - 141 MIDLANDS NORTH CLINIC 18.08111000000] ALL GOKWE ZHOMBA 142 MIDLANDS NORTH CLINIC [28.3131,-17.4414] ALL GOKWE SESSAMI [28.73500061040, - 143 MIDLANDS NORTH CLINIC 17.95472000000] ALL GOKWE 144 MIDLANDS NORTH HUCHU CLINIC [28.5325,-17.9861] ALL

145 MIDLANDS GWERU GUNDE R.H.C. [30.0028,-19.1878] ALL MANGWANDI [29.42280960080, - 146 MIDLANDS GWERU R.H.C. 19.37181000000] ALL CHIWUNDURA [29.95261001590, - 147 MIDLANDS GWERU CLINIC 19.23689000000] ALL MABOLENI 148 MIDLANDS GWERU CLINIC [29.4398,-19.2914] ALL MADIKANI [29.30513954160, - 149 MIDLANDS GWERU CLINIC 19.27042000000] ALL MAKEPESI 150 MIDLANDS GWERU CLINIC [29.5688,-19.3892] ALL SOMABHULA [29.66994094850, - 151 MIDLANDS GWERU CLINIC 19.70069000000] ALL [29.34163000000, - 152 MIDLANDS GWERU NYAMA 19.21865000000] ALL MALISA ZHOMBE [30.24221992490, - 153 MIDLANDS KWEKWE CLINIC 18.72167000000] ALL SENKWASI [29.43572044370, - 154 MIDLANDS KWEKWE CLINIC 18.58403000000] ALL 155 MIDLANDS KWEKWE CLINIC [29.4684,-18.4399] ALL [29.83498000000, - 156 MIDLANDS KWEKWE MBIZO A 18.90588000000] ALL MBEREN MAVOROVON 157 MIDLANDS GWA DO R.H.C. [29.8181,-20.9215] ALL MBEREN NEGOVE [30.35491943360, - 158 MIDLANDS GWA CLINIC 20.68572000000] ALL

57

SHURUG CHIKATO 159 MIDLANDS WI R.H.C. [30.3025,-19.8173] ALL SHURUG 160 MIDLANDS WI SVIKA RHC [30.2543,-19.5746] ALL SHURUG GUNDURA 161 MIDLANDS WI CLINIC ALL ZVISHAV 162 MIDLANDS ANE MAKETO R.H.C. [29.9344,-20.2057] ALL ZVISHAV MATENDA 163 MIDLANDS ANE R.H.C. [30.0565,-20.0034] ALL ZVISHAV 164 MIDLANDS ANE VUGWI R.H.C. [30.1897,-20.4720] ALL ZVISHAV VUKUZENZELE 165 MIDLANDS ANE R.H.C. [29.8721,-20.2667] ALL ZVISHAV 166 MIDLANDS ANE GUDO CLINIC [30.2193,-20.3907] ALL ZVISHAV MABASA 167 MIDLANDS ANE CLINIC [30.0867,-20.1547] ALL ZVISHAV MAPANZURE 168 MIDLANDS ANE CLINIC ALL ZVISHAV 169 MIDLANDS ANE MROWA CLINIC ALL ZVISHAV 170 MIDLANDS ANE MTAMBI CLINIC [30.2842,-20.4679] ALL ZVISHAV MHONDONGO 171 MIDLANDS ANE RI ALL [31.38452911380, - 172 MASVINGO GUTU MAJADA R.H.C. 19.83931000000] ALL MATIZHA 173 MASVINGO GUTU R.H.C. [30.9688,-19.4736] ALL SOTI SOURCE 174 MASVINGO GUTU R.H.C. [31.2072,-19.4510] ALL CHITANDO 175 MASVINGO GUTU R.H.C. [31.2024,-19.9072] ALL CHESHURO 176 MASVINGO GUTU CLINIC ALL MUNYIKWA 177 MASVINGO GUTU CLINIC [31.8052,-19.7224] ALL MASVING MUCHEKE 178 MASVINGO O CLINIC [30.8194,-20.0834] ALL MASVING RENCO MINE 179 MASVINGO O CLINIC [31.1705,-20.6382] ALL MLELEZI [30.05916976930, - 180 MASVINGO MWENEZI CLINIC 21.21417000000] ALL

58

MWENEZANA 181 MASVINGO MWENEZI CLINIC [30.7000,-21.4142] ALL BULAWA EMAKHANDENI 182 BULAWAYO YO DAY CL. [28.5249, -20.1185] ALL BULAWA PRINCESS 183 BULAWAYO YO MARGARETH [28.5898, -20.1559] ALL BULAWA MAQHAWE 184 BULAWAYO YO CLINIC [28.5009,-20.1825] ALL

59