28
H Swasthya Sathi Bu Salt-Lake (Phon Email:- mdnrhm Bid Reference No.:- HFW-2 2 nd Call NOTICE INVI MEDICAL UNITS (MM S 1. On behalf of West Bengal Hea Mission Director (hereinafter r Reference No.:- HFW-27011/ willing to maintain and opera primary and selective seconda schedule. The scope of services 2. This document contains six sec (i) Section I : Notice Inviting B (ii) Section II: Instructions to B (iii) Section III: Evaluations of (iv) Section IV: Job description (v) Section V: Terms and condi (vi) Section VI: Formats of App 3. Schedule:- Sl. 1. Date of uploading of N.I.T. Do 2. Documents download start dat 3. Date of Pre Bid Meeting w Swasthya Sathi Building, Sw 4. Bid submission Start Date (On 5. Bid Submission Closing (O Bid submission includes: i) Non statutory documents category item should be i ii) BID – A (Should be in m iii) BID – B (Should be Page|1 Government of West Bengal Health & Family Welfare Department National Health Mission uilding, GN-29, 4 th Floor, Swasthya Bhawan Pr e, Sector-V, Bidhannagar, Kolkata – 700091 ne) 033-2333 0123; (Fax) 033-2357 7930 [email protected] ; Web:- www.wbhealth.go 27011/222/2020-NHM/734/2022 Da ITING e-TENDER FOR OPERATIO MU) & MOBILE BOAT CLINICS (M BENGAL SECTION I: NOTICE INVITING BIDS alth & Family Welfare Samiti - National Health referred to as Authority) invites 2 nd call e-tende /222/2020-NHM/1655/2021; Dated:- 06. 09. 20 ate Mobile Medical Units / Mobile Boat Clinic ary healthcare in identified regions of West Ben s requires are enumerated in Section-IV of this do ctions as follows: Bids Bidders Bids n itions pendices (A to I) Items ocuments (online) / Date of Issue / Published on te (Online) with the intending Bidders in the 5 th floor wasthya Bhavan Premises n line) On line) s to be submitted under My Space (Each sub in multiple page single PDF file) multiple page single PDF file) in multiple page single PDF file) remises ov.in ated:- 28 . 02. 2022 ON OF MOBILE MBC) IN WEST h Mission, West Bengal, the ers in continuation with Bid 021, from eligible bidders cs infrastructure to provide ngal as mentioned in work ocument. Date(s) 28. 02. 2022 28. 02. 2022 07. 03. 2022 04:00 p.m. 10. 03. 2022 b- 21. 03. 2022 Upto 05:00 p.m.

2nd Call NOTICE INVITING e MEDICAL UNITS (MMU) & MOBI

Embed Size (px)

Citation preview

Health & Family Welfare Department

Swasthya Sathi Building, GNSalt-Lake, Sector

(Phone) 033Email:- [email protected]

Bid Reference No.:- HFW-27011/222/2020

2nd Call NOTICE INVITING eMEDICAL UNITS (MMU) & MOBILE BOAT CLINICS

SECTION I:

1. On behalf of West Bengal Health &Mission Director (hereinafter referred to as Reference No.:- HFW-27011/222/2020willing to maintain and operate Mobile Medical Units / Mobile Boat Clinics infrastructure to primary and selective secondary healthcare in identified regionsschedule. The scope of services requires are enumerated in

2. This document contains six sections as follows:

(i) Section I : Notice Inviting Bids

(ii) Section II: Instructions to Bidder

(iii) Section III: Evaluations of Bids

(iv) Section IV: Job description

(v) Section V: Terms and conditions

(vi) Section VI: Formats of Appendices

3. Schedule:-

Sl.

1. Date of uploading of N.I.T. Documents (online) / Date of Issue / Published on

2. Documents download start date (Online)

3. Date of Pre Bid Meeting with the intending Bidders in the 5Swasthya Sathi Building, Swasthya Bhavan Premises

4. Bid submission Start Date (On line)

5.

Bid Submission Closing (On line)Bid submission includes: i) Non statutory documents to be submitted under

category item should be in multiple page single PDF file)ii) BID – A (Should be in multiple page single PDF file)iii) BID – B (Should be in multiple page single PDF file)

Page|1

Government of West Bengal Health & Family Welfare Department

National Health Mission Swasthya Sathi Building, GN-29, 4th Floor, Swasthya Bhawan Premises

Lake, Sector-V, Bidhannagar, Kolkata – 700091 (Phone) 033-2333 0123; (Fax) 033-2357 7930

[email protected]; Web:- www.wbhealth.gov.in

27011/222/2020-NHM/734/2022 Dated:

NOTICE INVITING e-TENDER FOR OPERATION OF MEDICAL UNITS (MMU) & MOBILE BOAT CLINICS (MBC)

BENGAL

SECTION I: NOTICE INVITING BIDS

West Bengal Health & Family Welfare Samiti - National Health Mission, West Bengal,Mission Director (hereinafter referred to as Authority) invites 2nd call e-tenders

27011/222/2020-NHM/1655/2021; Dated:- 06. 09. 2021willing to maintain and operate Mobile Medical Units / Mobile Boat Clinics infrastructure to primary and selective secondary healthcare in identified regions of West Bengal

. The scope of services requires are enumerated in Section-IV of this document.

sections as follows:

Section I : Notice Inviting Bids

(ii) Section II: Instructions to Bidders

valuations of Bids

Job description

Terms and conditions

(vi) Section VI: Formats of Appendices (A to I)

Items Date of uploading of N.I.T. Documents (online) / Date of Issue / Published on

Documents download start date (Online)

with the intending Bidders in the 5th floor Swasthya Sathi Building, Swasthya Bhavan Premises

ate (On line)

losing (On line)

Non statutory documents to be submitted under My Space (Each subcategory item should be in multiple page single PDF file)

A (Should be in multiple page single PDF file) B (Should be in multiple page single PDF file)

Swasthya Bhawan Premises

www.wbhealth.gov.in

Dated:- 28 . 02. 2022

OPERATION OF MOBILE (MBC) IN WEST

th Mission, West Bengal, the tenders in continuation with Bid

2021, from eligible bidders willing to maintain and operate Mobile Medical Units / Mobile Boat Clinics infrastructure to provide

of West Bengal as mentioned in work of this document.

Date(s) 28. 02. 2022

28. 02. 2022 07. 03. 2022 04:00 p.m.

10. 03. 2022

(Each sub- 21. 03. 2022 Upto 05:00 p.m.

Page|2

iv) BID – C (BOQ)

Bid – A & Bid – B constitute the technical bid and Bid – C is the financial bid.

Any wrong or misleading information provided by the Bidder during submission of bids shall lead to summary cancellation of bid.

Each scanned documents should have an index page indicating the name of the documents enclosed with page number.

6.

Last date of submission of all hard copies of the documents uploaded in e-tender during bid submission except BOQ at SPMU, National Health Mission, 4th floor, Swasthya Sathi Building, Swasthya Bhavan Compound, GN-29, Sector-V, Salt Lake City, Kolkta-700 091

23. 03. 2022 Upto 03:00 PM

7. Bid opening date for Technical Proposals (Online) 23. 03. 2022

after 05:00 PM

8. Opening of Financial Bid (Online) To be notified later

4. Intending bidders may download the tender document from the e-tender portal of Govt. of West Bengal at wbtenders.gov.in and the website of Health & Family Welfare Department at www.wbhealth.gov.in. The submission of bids should only be through online at wbtenders.gov.in.

5. Earnest money is to be submitted online only.

6. Non statutory documents, Bid – A, Bid – B & Bid – C are to be submitted concurrently.

7. All prospective Bidders are requested to attend the Pre bid meeting either in person or through their authorized representative. No representative is allowed to represent more than one prospective Bidder. The venue, date and time are indicated in Schedule of Events as in Para 3 above.

8. In the event of Bid opening day being declared a holiday / closed day for the Authority, the Bids will be received /opened on the next working day at the same time.

9. The Bid Enquiry Documents are not transferable.

Sd/-

Mission Director, National Health Mission & Secretary Health and Family Welfare Department

Government of West Bengal

Page|3

SECTION II : INSTRUCTIONS TO BIDDERS

10. Work Schedule:

Work Schedule: Revised Work Schedule by incorporation of locations of MMUs /MBCs is given in the table below:

Sl. No. Cluster District No of

MMU No of

MBC MMU/MBC wise locations

1 Cluster-

4

Darjeeling 1 0 Silliguri Mahakuma Parishad

Alipurduar 5 0

Kalchini

Madarihat

Kalchini - Madarihat

Madarihat Alipurduar - Kumargram

2 Cluster -

5

Uttar Dinajpur 2 0 Islampur

Goalpokhor I

Jalpaiguri 6 0

Dhupguri

Matiali

Nagrakata

Rajgunj

JalpaiguriSadar

Rajgunje - Moynaguri

3 Cluster-

6

South 24 parganas

0 1 Gosaba

Diamond Harbour Health District

0 2 Patharpratima

Kakdwip, Namkhana, Sagar

Basirhat Health District

0 2 Hasnabad, Hingulgunj

Sandeshkhali I & II

Total 39 5

Separate application should be submitted for individual cluster. A bidder can apply for multiple clusters.

11. Eligibility Criteria of the Organization for submission of application The eligibility criteria of the interested organizations for submission of applications are provided as

under: a. The Organization (Charitable/Philanthropic Organizations / NGO / CBO / Trust) must be

registered under The Indian Trust Act, 1882 / The Societies Registration Act, 1860 / The West Bengal Societies Registration Act, 1961 / Section 25 of The Companies Act 1956 (as amended hereafter) or a registered private organization having experience with State Government or Government of India. Related certificate to be submitted with RFP.

b. The Organization has working experience of running MMU/MBC/Digital Dispensary/Dispensary in PPP/Diagnostic or Dialysis or Audio Vascular Clinic in PPP mode for at least one (1) year (as on date) with any State Government in India or Government of India. Fraction of 6 months or more (in case of above 1 year) shall be considered as one completed year.

Page|4

c. The bidder should have average annual turnover for last 3 financial years (2018-19, 2019-20, 2020-21) Rs. 1.50 crores for applying in single cluster out of total 6 cluster for which tender was floated during 1st call vide Bid reference No. Bid Reference No.:- HFW-27011/222/2020-NHM/1655/2021; Dated:- 06. 09. 2021. To apply for multiple cluster bidder should have minimum average annual turnover of last 3 financial years (2018-19, 2019-20, 2020-21) as Rs. (1.5 X no. of application) Crore.

d. The applicant has not been barred by the Government of West Bengal and/or other state of India including Government of India for participation in any project and the same subsists on the day of submission of Bid. (Declaration duly Notarized needs to be submitted by the applicant). Applicants failing to fulfill any of the above-mentioned eligibility criteria will not be considered for selection.

12. General Instructions

a. Bidders are requested to study the tender document, terms & conditions carefully before submitting their bids. On submission of tender “study and examination of the tender document with full understanding of its implications” will be deemed to have been done.

b. Tender documents should be downloaded from the E-tender portal of Govt. of West Bengal at wbtenders.gov.in and the website of WBH&FW Department at www.wbhealth.gov.in. The submission of bids should only be through online at wbtenders.gov.in.

c. All pages of the bid submitted must be signed and sequentially numbered by the Bidder. d. All information in the offer must be in English. Information in any other language must be

translated to English. Failure to comply with this may render the offer liable to be rejected. In the event of any discrepancy between the offer in a language other than English and its English translation, the English translation will prevail.

e. The Bidders, who have downloaded the bid documents, shall be solely responsible for checking these websites for any amendment, addendum issued subsequently to the bid document and takes into consideration the same while preparing and submitting the bids.

f. Online bids will be opened in the presence of Bidders' representative who chooses to attend on the specified date and time. However, opening of bids will not be stopped for absence of any bidder or his authorized representative at the notified time.

13. Earnest Money Deposit (EMD): Bidders shall have to submit EMD of amount Rs. 4 Lakh. EMD in respect to each application (cluster), has to be payable in ONLINE mode as per Finance Department G.O. No 3975 F(Y) dated 28th July 2017.

Refund of EMD: After declaration of Award of Contract (AOC) through the e-procurement portal, the EMD will be refunded to the unsuccessful bidder in the same route to the account from where the transaction was processed within reasonable time.

The EMD of the successful Service provider will be returned without any interest, after receipt of performance security as per the terms of agreement.

EMD of Bidder may be forfeited without prejudice to other rights of the Authority, if the Bidder withdraws or amends its Bid or impairs or derogates from the Bid in any respect within the period of validity of its Bid or if it comes to notice that the information / documents furnished in its Bid is incorrect, false, misleading or forged. In addition to the aforesaid grounds, the successful Bidder’s EMD will also be forfeited without prejudice to other rights of Authority, if it fails to furnish the required performance security within the specified period.

14. Time for Commissioning of work from the date of issuance of Award of Contract: 30 days from issuance of the work order.

15. Contract Period: The rate shall be valid for 3 years from the date of commencement of work. The contract will be initially signed for 1 year from the date of signing of agreement. The contract will be renewed every year subject to satisfactory performance.

Page|5

Any failure to comply with SOP on bidders half or serious fault deducted and reported time to time may invite non-renewal of agreement at the end of the assessment year. In such situation the contract will be awarded to the next lowest bidder.

Note1: Failure of the successful bidder to submit the above-mentioned Performance Security as decided by NHM and sign the agreement within 14(fourteen) days of issue of AOC shall constitute sufficient grounds for the annulment of the award and forfeiture of the EMD.

Note2: Any wrong or misleading information provided by the Bidders during submission of bids shall lead to summary cancellation of bid and may lead to blacklisting in NHM for at least 3 years.

16. Performance Security (PS): The Selected Bidder(s) shall have to keep a deposit of 3% of contract value in the form of Bank Guarantee from any nationalized/ scheduled bank acceptable to the NHM. The Bank Guarantee shall in favour of the Mission Director, NHM and shall be made by the bank under Rs. 50/- non-judicial stamp paper. Validity of Bank Guarantee should be for three (3) years + 3 months.

17. Bid Validity Period: The Bids shall be valid for a period of not less than 180 (one hundred and eighty) days from the Bid Due Date. The validity of Bids may be extended by mutual consent of the respective Bidders and the Authority.

In exceptional circumstances, prior to the expiration of the bid validity period, NHM may request Bidder to extend the period of validity of their bids and EMD. In the event of the request for such extension beyond bid validity period, the bidder may or may not accept such request. In case, the bidder refuses to accept the request, the EMD of the bidder shall not be forfeited.

18. Signing of Agreement: Prior to the expiry of the period of bid validity, NHM shall issue Award of Contract (AOC). The draft agreement will be sent to the successful bidder along with the AOC and Special Conditions for project, if any.

Within 14 (fourteen) days of receipt of the AOC, the successful bidder shall be present to the NHM, West Bengal office along with the required value of Performance Security, the service agreement shall be signed between Mission Director, NHM, West Bengal and the successful bidder. The successful bidder/ bidders shall have to sign separate agreement and separate performance security for each individual cluster. Contract will be initially signed for 1 year and every year the contract has to be renewed.

If a service provider’s performance is not up to the satisfactory level of authority, the contract is liable to be cancelled to renewal.

19. Preparation of Bids: a) Bidders are to prepare and submit the following:

i) Non statutory documents to be submitted under My Space ii) BID – A (Should be in multiple page single PDF file) iii) BID – B (Should be in multiple page single PDF file) iv) BID – C (BOQ)

Details are given in “Submission and Opening of Bids”

b) Cost of Bidding: The Bidder shall bear all costs associated with the preparation and submission of its bid.

c) Language of Bid: The Bid, as well as all correspondence and documents relating to the bid exchanged by the Bidder and NHM, shall be written in the English language. Supporting documents and printed literatures which are part of the Bid, if submitted in any other language, shall be accompanied by an accurate translation of the relevant passages into English and duly authenticated.

d) Alternative Bids: Alternative Bids will not be accepted.

e) Bid Prices

Page|6

(i) The prices in the BOQ shall conform to the requirements as specified in the tender. (ii) The Incoterms shall be governed by the rules prescribed in the Incoterms 2010, published by The

International Chamber of Commerce. (iii) Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the Contract and not

subject to variation on any account.

f) Currencies of Bid: The Bidder shall quote in INR only. g) Documents Establishing the Conformity of the Goods and Related Services: To establish the

conformity of the goods and related services to the Bidding Documents, the Bidder shall furnish as part of its Bid the documentary evidence that the Goods conform to the technical specifications and standards specified in Section IV, Schedule of Requirements.

h) Documents Establishing the Qualifications of the Bidder : As per Form 2: Check-List of Section V of the bid document.

i) Period of validity of Bids i. Bids shall remain valid for a period of 120 days from last date of online submission of bid. A bid

valid for a shorter period than specified in previous lines shall be rejected by NHM as non responsive.

ii. In exceptional circumstances, prior to the expiration of the bid validity period, NHM may request Bidder to extend the period of validity of their bids and EMD. In the event of the request for such extension beyond bid validity period, the bidder may or may not accept such request. In case, the bidder refuses to accept the request, the EMD of the bidder shall not be forfeited.

j) Signing of Bid – The bid document should be digitally signed and uploaded on the E-tender portal. k) Withdrawal, Substitution and Modification of Bids

(i) The bid once submitted cannot be withdrawn but prior to the deadline prescribed for submission of bids, a Bidder may substitute, or modify its Bid after it has been submitted.

(ii) The objective of this bid is to ensure supply of best quality medical furniture at the most competitive price. If at any stage of the bidding, including at the stage of financial evaluation, it appears that the tendered rate is artificially hiked or is much lower compared to the prevailing market price and available rates of similar or identical composition with the government, NHM reserves the right to cancel the bids.

l) Confidentiality: Any effort by a Bidder to influence NHM in the examination, evaluation, comparison of the bids or contract award decisions may result in the rejection of its Bid.

Notwithstanding Instructions to Bidders from the time of bid opening to the time of Contract Award, if any Bidder wishes to contact NHM on any matter related to the bidding process, it should do so in writing.

20. Submission and opening of bids:

The following are to be submitted: i) Non statutory documents to be submitted under My Document (Each sub-category item should

be in multiple page single PDF file) Sl. No.

Category Name Sub - Category

Name Document Name

1 CERTIFICATES CERTIFICA

TES PAN card and GST as applicable

Page|7

2 COMPANY DETAILS

COMPANY DETAILS 1

Registration with registrar of Company / Societies Registration / Public Charities Trust deed as applicable

COMPANY DETAILS 2

Trade License from Government / Statutory Authority or Annual Compliance Report as applicable.

3 CREDENTIAL CREDENTIAL 1

Experience certificate from DM/CMOH of the district(s) concerned or from funding agency(s) mentioning the total years of experience (as per Appendix B) on running MMUs/ MBCs or running PPP units in any Govt. Hospitals or running fair price unit with any State Government in India or Government of India in any National Health Program or any other National Health Programme with any State Government in India or Government of India in any National Health Program.

4 DECLARATION

DECLARATION1

Income Tax returns for last 3 financial years

DECLARATION2

In addition to the above documents the bidder shall submit profile of the organization in prescribed format as per Appendix – F.

DECLARATION3

Tender Application Form as per Appendix – A

5 EQUIPMENT

MACHINERIES 1

Details of equipment & instruments to be used in MMUs / MBC in compliance with annexure- C. Also the make & model of equipment to be mentioned in details.

MACHINERIES 2

Details of vehicle in compliance with Appendix – C

6 FINANCIAL

INFO

P/L & BALANCE

SHEET 2017-2018

P/L & Balance sheet (2018-2019)

P/L & BALANCE

SHEET 2018-2019

P/L & Balance sheet (2019-2020)

P/L & BALANCE

SHEET 2019-2020

P/L & Balance sheet (2020-2021)

ii) Statutory Documents (a) BID – A (Should be in multiple page single PDF file)

a. EMD (Scanned Copy) b. Declaration of the bidder on letter head that “We agree to submit a copy of the Tender Documents

and its Amendments and Addendums thereto duly initialled by us in all pages with our seal/ rubber stamp affixed thereto, in token of acceptance thereof.”

c. NIT document signed and stamp on all pages. d. Document of NITI AAYOG NGO DARPAN unique ID, for NGOs.

(b) BID – B (Should be in multiple page single PDF file)

Page|8

Sl. No

Particulars Supporting documents

to be submitted

1 Human Resource of MMU Team

A Medical Officer Copy of MCI/State Medical Council registration certificate, bio-data and consent letter

B Nurse Copy of State Nursing Council registration certificate (in case of just pass out, provisional certificate), bio-data, consent letter

C Laboratory Technician

Certificate on two years Diploma in Medical Technology in the concerned subject recognised by the State Medical Faculty of West Bengal under West Bengal Para Medical Council or any recognised Institution affiliated to any recognised University; Or, Certificate of Bachelor Degree in Medical Technology of the subject concerned from any Institution/University recognised by Govt. of West Bengal; Or, certificate in one year diploma course in the concerned subject in Medical Technology recognised by State Medical Faculty. Bio-data and consent letter

D X-Ray Technician

Certificate on 2 years Diploma in X Ray Technology/Radiologyby the State Medical Faculty of West Bengal under West Bengal Para Medical Council or any recognised Institution affiliated to any recognised University; Or, Bachelor Degree of Radiography Technology from any Institution/University recognised by UGC; Or, Diploma in Radiographic Technology (DRD)from any Institution/University recognised by Govt. of West Bengal; Bio-data and consent letter

E Pharmacist Copy of registration certificate of Pharmacy Council of any state of India/ Pharmacy Council of India along with copy of latest renewal, bio-data, consent letter

Note: 20 % of required Human Resource of MMU Team of Medical Officer, Nurse, Laboratory Technician,

Pharmacist should be available – Registration and / certificate, biodata, consent of 20% of actual requirement may be submitted. Remaining 80% manpower shall be recruited within 1 month from the date of AOC issued.

Non-statutory document (document uploaded in My Space), Bid – A & Bid – B constitute the technical bid. (d) BID – C Bill of Quantity (BOQ)

BOQ shall contain the financial quotes in respect of Cost per week per MMU/MBC with x-ray and without x-ray in individual cluster, where every individual cluster has multiple number of MMU/MBC. Minimum six camps shall be organized by each of MMUs per week.

N.B. a) Any wrong or misleading information provided by the Bidder during submission of bids may lead

to summary cancellation of bid, blacklisting in Health & Family Welfare Department, WB for at least 5 years and forfeiture of EMD.

b) Each scanned documents should have an index page indicating the name of the documents enclosed with Page no.

c) The Earnest Money will be refunded after conclusion of the resultant agreement and/ or submission of Performance Bank Guarantee.

Page|9

SECTION III: EVALUATION OF BIDS

21. Selection Process of Applicants a. Selection process will be undertaken by inviting tender, which include technical and financial assessment

of the proposals submitted by the applicants. b. Selection process would involve evaluation of technical qualification of applicants who have fulfilled the

eligibility criteria as mentioned above. c. During the tender evaluation process Non-statutory document (document uploaded in My Space), Bid –

A & Bid – B constituting the technical bid will be opened first and evaluated. The determination of Technical qualification status of a bidder will be based on the following:

i) Scrutiny of Appendix A

ii) Scrutiny of documentary evidence as per Non statutory documents, Bid-A & Bid-B

iii) Evaluation of Competency: The number of qualified & experienced manpower engaged with

bidder. The evaluation also shall be done based on the compliance with required equipment/

instrument and vehicle;

A bidder will be considered technically qualified if, 1. Comply with i) & ii) and qualify in iii) above

d. The Technical/Selection Committee can call for further clarifications or information or documents at any point of time. The applicant may also be called for explaining or clarifying issues, if there be any.

e. Decision of the TIA on selection of the Organization is full and final.

22. Evaluation of Financial Proposal

Financial Bids (Bid - C) of the technically qualified Bidders would only be opened. Comparison of Financial Bids would be based lowest rate quoted by the bidders for a particular division. Multiple bidders can be selected for the entire project.

N.B:- THE DECISION OF THE NHM AUTHORITY AT ANY STAGE OF THE TENDER PROCESS WILL BE FINAL AND BINDING IN THIS MATTER.

23. Responsiveness of bids a. Authority’s determination of a bid’s responsiveness is to be based on the contents of the bid itself. b. A substantially responsive Bid is one that conforms to all the terms, conditions and specifications of the

Bidding Documents without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that:

Affects in any substantial way the scope, quality, or performance of the related services specified in the Contract; or Limits in any substantial way, inconsistent with the Bidding Documents, Authority’s rights or the Bidder’s obligations under the Contract; or If rectified would unfairly affect the competitive position of other Bidders’ presenting substantially responsive bids.

Authority considers material deviation to include but not to be limited to the following situations: During technical evaluation of bids (verification of formal criteria): Lack of proper bid securities in terms of change in the wording (not consistent with the prescribed format), amount or validity period. Absence of bid form, change in the wording (not consistent with the prescribed format) or lack of signature in the key portions of the bid form, The Bidder does not accept important Contract conditions, i.e. related to Performance Security, Warranty, Force Majeure, Applicable Law, Delivery Schedule, Payment Terms, Limitation of Liability, etc. Specifications of the item quoted vary in one or more significant respect(s) from the minimum required Technical Specifications.

Page|10

SECTION IV : JOB DESCRIPTION

24. Service Aims 24.1 The primary obligation of the service provider will be to operate the Mobile Medical Units / Mobile Boat

Clinics to provide primary and selected secondary health care ensuring that MMU/MBC a) Is fully equipped with equipments in specific vehicle, manned by adequate manpower as enumerated in

Appendix C b) The MMUs are provided with necessary fuel for carrying on operations on regular basis

24.2 All the medicines are to be procured by the selected bidder. It is the responsibility of Authority to arrange supply of drugs under various National Health Programmes by the CMOH of the respective districts or the BMOH of the respective Blocks under the respective programmes.

Authority would make all effort to keep the MMUs well stocked with drugs and consumables at all the times. Supplies shall be made within 15 days of requisitions.

25 Obligations of the service provider: 25.1 It will be the responsibility of service provider to arrange MMU / MBCvehicles along with all the listed

equipments, human resources to maintain the MMU/MBC operational. All the maintenance cost of equipment as well as vehicles will be borne by the service provider since vehicles and equipment are to be provided by the service provider. Vehicle deployment should be as per the terms of transport department.

25.2 The service provider shall follow the standard operating procedures (SOPs) as approved by the competent authority.

25.3 The service provider would recruit, deploy and maintain a team of competent personnel for running the MMU/MBC. A list of minimum key personnel required with their qualifications is given in “Appendix C”. The staffs so recruited/ appointed shall be on Pay roll/ contract basis of the service provider. The Service Provider will ensure deployment of the minimum personnel as enumerated above to keep the MMUs/MBCs operational and capable of providing the services as agreed upon.

25.4 The Service provider shall follow the Service Plan/Route plan/Calendar for MMU/MBC as approved by the concerned CMOH. It is expected that Sunday will be the day off which no service would require to be provided and the weekly off on Sunday it could be used for maintenance, refilling and data entry purposes. However, the competent authority may declare any other day in the week as “off-day”. In exceptional circumstances, the weekly off day can be cancelled by the competent authority.

25.5 The MMU / MBC should be equipped with all the equipments proposed in “Appendix C”. 25.6 All drugs under various National Health Programmes should be provided free to the service provider within

15 days of requisition. 25.7 The service provider shall submit data to the state government every month as per Appendix E. 25.8 The service provider would procure all necessary road and goods permits for the MMU / MBC and

maintain the same throughout the period. 25.9 The logbook of movement of the MMU/MBC shall be maintained by the MMU/MBC driver and

supervised by the Medical Officer in charge of the MMU/MBC. Logbook shall be made available for verification by the any authority nominated by Authority.

25.10 Service provider shall communicate the names and addresses of the Team manning a particular MMU/MBC during the currency of the agreement and any change in the composition of the team must be intimated to the authority nominated by the Authority. The names of men at work at the MMU/MBC at any point of time must also be displayed prominently on the MMU/MBC.

25.11 The Service provider will also comply with confidentiality and privacy laws including patient details. 25.12 All records maintained by the Service provider regarding operations of MMUs/MBCs will be made

available to any government authority including audit on demand. 25.13 It should be clearly understood that under no circumstances, the MMUs/MBCs will be used to advertise

the operations of the service provider. It should be clearly mentioned on the outer body of the MMU/MBC that the service is provided by the service provided by an agreement between Authority and the service provider.

25.14 Requirements of any Act promulgated by the Central State Law will have to meet by the service provider. Details as required under RTI should be notified in the MMU/MBC.

25.15 Type of services to be provided: Every Mobile Medical Units/ Mobile Boat Clinics shall provide the following services:-

Page|11

a) Reproductive & Child Health Services: Maternal health: Provision of ANC services, identification of Anaemia, gestational Diabetes

Mellitus, clinical check-up including pulse, BP, weight, early identification of maternal and obstetric complications and referral if required. Testing of HIV and syphilis

Child health: Management of common Childhood illness including ARI, Diarrhoea, identification of Malnutrition and SAMS and referral if needed. Monitoring of vaccination status, Screening for 4 Ds as per RBSK protocol

Family Planning: Counselling and temporary Family planning procedures Adolescent Health: Counselling on RTI/RTI prevention, Promotion of sanitary napkins, Anaemia

screening, promotion of deworming biannually and IFA intake weekly, Promotion of message of prevention of Early marriage and teenage pregnancy and prevention of substance abuse, referral as per need

b) Communicable Diseases: Tuberculosis: Identification of chest symptomatic, symptoms screening, sputum collection and

linking to nearest DMCs Malaria: Management of fever, RDT Dengue and other Vector borne diseases: Identification of suspects, primary management and

referral as per need, Screening for Filariasis, Visceral Leishmaniasisetc, referral and linkage HIV and AIDS: Regular screening of HIV and syphilis using point of care test kits for pregnant

women, HIV screening for all HIV suspects like presumptive TB, migrant labour, people with high risk behaviour, Identification and syndromic management for RTI/STI, referral and linkages

Other communicable diseases: promotion of Covid appropriate behaviour, facilitation for sample collection and further management

c) Non communicable disease: Early diagnosis & management of high-risk pregnancies

o Anaemia, Pregnancy induced hypertension, BOH Prevention of Diabetes & Hypertension: Routine check-up of random sugar and BP check-up, referral

services

Cancer screening: For CA breast, Cervical CA screening-PAP smear etc

Ophthalmological screening: Check-up for visual acuity, cataract and referral services

Mental health: Early detection of mental disorder, linkages with counselling services and referral centre.

d) Health promotion: MMU staff may organize one mass awareness workshop based on local need involving mass during each visit like early marriage, teenage pregnancy, PPTCT, breast cancer, RTI/STI etc

Curative:

o Treatment of minor ailments to all who will attend the medical camp. o Minor surgical procedures and suturing o Early detection of TB, Leprosy, Malaria, Kala-Azar, iodine deficiency, RTI/STI, adolescent

anaemia, risky pregnancy, post-partum problems, sick neonates, diarrhoea, severe & acutely malnourished (SAM) children and other locally endemic communicable diseases and non-communicable diseases such as hypertension, diabetes and cataract cases etc.

o Referral of complicated cases Diagnostic:

o Routine investigations e.g.

a. Blood for Hb, RE b. Blood grouping& RH typing c. HIV, Syphilis & Pregnancy test

Page|12

d. Random Blood glucose e. Urine for RE& ME, Protein & Sugar f. Stool for RE& ME g. X-ray h. ECG

o Smear for malaria using RDT; 26. Responsibilities of Operator

The Operator shall be responsible to duly and satisfactorily perform the services under this as per the scope and conditions mentioned below.

The Operator shall abide by any monitoring system (mobile reporting / web based reporting / printed reporting formats) as decided and provided by NHM

Responsible for and shall:

I. Prepare a sub-centre wise operational plan in consultation with BMOH and district administration to serve the under-served areas through the mobile medical camps.

II. Ensure that all norms and guidelines regarding procurement, equipment and drugs, as outlined in the Scope and Conditions of Work document are adhered to.

III. Ensure all norms regarding recruitment and appointment of staff as outlined in this document are adhered to.

IV. Undertake continuous and effective communication with the health functionaries, including BMOHs, CMOHs etc.

V. Convene meetings at regular intervals at village and block levels involving local bodies for uptake of services among communities and effective management, monitoring and supervision of MMCs.

VI. Involve voluntary workers (such as ASHA/ ICDS workers) to support the MMCs during their visits and to create awareness and mobilise the community for uptake of services.

VII. Respond to epidemics, out breaks and other emergencies as per the advice of NHM authorities or the District Health & Family Welfare Samiti.

VIII. Promote wide spread awareness of services on offer and frequency of visits by associating with PRIs, Schools and other institutions.

IX. Appraise the Block and District level Officers of any issues and obstacles in service delivery. X. Ensure that full cooperation is provided to NHM authority or DHFWS or any Agency appointed by

them including availability of records during performance evaluation. XI. Obtain and maintain all relevant Applicable Permits (including driving licenses, vehicle

registration, insurance, diagnostic authorisations etc.) and utilization of the Project Assets for the performance of the services.

XII. Display and carry the promotional material and messages on the Mobile Medical Camps as may be directed by the Samiti or NHM authority provided that the Samiti and /or NHM authority shall meet any additional expenses of such display.

XIII. Ensure no assignment or further sub-contracting of services takes place. XIV. Adhere to all Samiti regulations and ethics as prescribed by, State Medical Council, IMA and other

statutory bodies. The Operator should also ensure that proper waste disposal practices are followed and they are registered with Pollution Control Board.

SECTION V: TERMS & CONDITIONS

Page|13

27. Signing of Agreement The Authority shall issue the Notice for Award of Agreement to the successful bidder within the bid validity

period. And the successful bidder will be required to sign the Service level agreement with the Authority or its nominee within 15 days of receipt of such communication.

28. Modification to agreement:

The agreement when executed by the parties shall constitute the entire agreement between the parties in connection with the jobs / services and shall be binding upon the parties. Modification, if any, to the agreement shall be in writing and with the consent of the parties.

The agreement shall be valid for a period of 1 year from the date of signing of the same. In case the service provider fails to adhere to the rules, regulations or any of the terms and condition of the agreement or in case the service provided is considered to be unsatisfactory by the authority, the service provider will be asked to provide his response in writing within 15 working days to specific case of violations and unsatisfactory services. The Authority would be free to cancel the agreement after considering the response of the service provider and recording the reasons for its decision.

29. Performance Security

a) The successful bidder shall furnish a performance security in the form Bank Guarantee issued by a Nationalised Bank in favour of Tender Inviting Authority for 3% of contract value in the form of Bank Guarantee from any nationalized/ scheduled bank acceptable to the NHM. The Bank guarantee shall remain valid for a period, which is three months beyond the date of expiry of the agreement. This shall be submitted within 14 days (minimum) of receiving of Notice for Award of Agreement and before signing of the agreement failing which the EMD may be forfeited.

b) If the agreement is cancelled at any time during the validity period of the agreement in terms of para 3 above the Performance Security shall be forfeited

c) The Authority will release the Performance Security without any interest to the firm /contractor on successful completion of contractual obligations.

30. Compliance of Minimum Wages Act and other statutory requirements

The Service provider shall comply with all the provisions of Minimum Wages Act and other applicable labor laws. The Service provider shall also comply with all other statutory provision including but not limited to provisions regarding medical education and eligibility criteria of human resources used by the Service provider for providing the services, biomedical waste management, bio-safety, occupational and environmental safety.

The overall legal responsibility of provision of medical care lies with the Authority/public health facility. The Service provider shall maintain confidentiality of medical records and shall make adequate arrangement

for cyber security.

31. Income Tax Deduction at Source Income tax deduction at source shall be made at the prescribed rates from the Service provider’s bills. The

deducted amount will be reflected in the requisite Form, which will be issued at the end of the financial year.

32. Periodicity of Payment The payment will be made on quarterly basis. The Service provider will raise its invoice on completion of

services during this period duly accompanied by evidences of services provided. The payment will be subject to TDS as per Income Tax Rules and other statutory deductions as per applicable laws.

33. Payment Terms:

33.1 The State Health & Family Welfare Samiti shall at all times have the first and paramount charge over the

MMCs and the Operator shall dully execute the service in favour of the samiti for the purpose, in lieu of the contribution made by the samiti towards the service provided.

33.2 Conditions for payment a) The Release of payment shall be subject to "Regularity of services" maintained by the Operator,

measured in terms of the compliance to scheduled functioning. b) 'Scheduled functioning' is defined as number of MMCs scheduled in a month as per the plan

approved by The NHM, with each camp being manned by the specific human resource:Medical Officer, Nurse, Laboratory technician, Pharmacist, X-ray technician (where applicable)

Page|14

c) Any camp being held without the attendance of any of the specified human resource will not be considered as a valid camp held. No payment will be released for such invalid camps.

d) Any camp that may be hampered due to local disturbances (Bandh, strike, natural calamities etc.) must be informed to the CMOH and the NHM authority well in advance, and an alternative plan must be provided. However, the services provided to the people must be considered of utmost importance and efforts should be made to maintain the schedule of camps so as not to jeopardise the regularity of the camps.

e) Any camp hampered or non-performance of camp due to any reason, should be informed to BMOH as well as CMOH in written. This may also be informed to NHM authority immediately.

f) 8.2 The agency, shall submit the bill quarterly to SPMU, NHM along with all supporting documents including satisfactory certificate from the Chief Medical Officer of Health/Deputy CMOH-1 of the concerned district. The invoice should be authenticated by the district authority for payment. The month will be calculated as 4 weeks per month. i.e. 28 days.

g) Any service regularity less than 1 (one day) in a calendar month regard to Scheduled functioning will result in the reduction of the core payment for the quarter as under:

No of defaulter days in a calendar month

Payment reduction

1 Nil 2 10% of total bill value for the month 3 to 4 days 20% of total bill value for the month 5 to 6 days 30% of total bill value for the month 7 to 10 days 50% of total bill value for the month More than 10 days in a

month No payment will be released

h) The performance will be measured as the daily and monthly report as per the format.

33.3 Method of payment a) The Operator shall present an invoice in triplicate regularly on a quarterly basis to the CMOH /Dy

CMOH of the respective district after duly authenticated by the concerned BMOH, which will be again submitted to SPMU, NHM after counter signed by the CMOH/Dy. CMOH-1 of the respective district.

b) Bills should be submitted along with all approved certificate / supporting documents, third party vouchers etc. Work Done Certificate for the month, stating

I. number of camps held, II. whether specified team strength maintained or not,

III. whether sufficient drugs were provided IV. whether all equipment were in proper working condition

should be attached with each bill presented for payment. Taxes as applicable shall be deducted from payment as per prescribed rates.

c) The Operator should provide evidence of actual expenditure incurred for drugs procured. The NHM reserves the right to verify this evidence and make retrospective adjustments if they are not found to be valid.

d) In the event, NHM initiating any inquiry or investigation that may be conducted by NHM or any other Agency appointed for verification of claim of activities, the Operator shall cooperate fully and furnish any document that may be demanded by the investigation team. In case, any claim of activity committed is found to be fraudulent, the Operator shall be liable to refund to NHM three times of the amount wrongly claimed, without prejudice to the Samiti. The Samiti /NHM shall have the right to treat the Operator to be in material breach and initiate legal proceedings against the Operator.

e) Any agency which is defaulter for more than 10 days in a month will not receive any payment. The agency will be terminated for 2 such month in a calendar year. Any agency fail to accomplish the service for more than 2 months in a calendar year will be terminated and legal actions may be taken.

34. Damages for Mishap/Injury The Authority shall not be responsible for damages of any kind or for any mishap/injury/ accident

caused to any personnel/property of the Service provider while performing duty in the Authority’s / consignee’s premises. All liabilities, legal or monetary, arising in that eventuality shall be borne by service provider.

Page|15

35. Termination of Agreement: The Authority may terminate the agreement, if the successful Bidder withdraws its Bid after its

acceptance or fails to submit the required Performance Securities for the initial agreement and or fails to fulfil any other contractual obligations. The earnest money and the performance security deposited by the defaulter shall also be forfeited by the Authority. After completion of the tenure of Bid, the Service provider will be allowed to vacate the space within a period of 15 days, in all the facilities where provider was providing the services.

36. Drugs:

Drugs to be carried by each MMUs /MBCs should based on the local morbidity pattern, out of the essential drug list published by Department of H&FW, GoWB and in consultation with the CMOH concerned. A cold storage device will be arranged by the selected operator(s) for storage of heat sensitive drugs/kits. All the medicines are to be procured by the selected bidder. Supply of drugs under various National Health Programmes will be ensured by the CMOH of the respective districts or the BMOH of the respective Blocks under the respective programmes.

37. Operational Aspects:

a) The medical camps will be held at the pre-determined sites within the jurisdiction of the selected Gram Panchayats on a fixed day in every week till it is relocated by the supervising authority, i.e., CMOH of the respective districts.

b) The selected organisation/s may be requested to relocate/arrange camps at any other location/s within that particular district in lieu/addition of the operational block/s if required by the authority and as per prior approval of the Mission Director, NRHM.

c) The selected organisation(s) shall draw up a micro-plan of holding medical camps in advance, with dates, time and sites, in consultation with the BMOH/ACMOH and with the approval of the CMOH.

d) The calendar (dates and timings) of medical camps will be given wide publicity in the villages of the selected Gram Panchayats in advance by the selected operator(s)/Preferred Bidder(s).

e) Due care should be taken by the selected operator(s) to avoid any default in holding medical camps on the scheduled dates or at scheduled time.

f) Due care should also be taken by them to ensure that each of the Medical Units carries the medicines, equipment and staff, stipulated in the TOR, without fail.

g) The selected operator or its Medical Unit will identify suitable public buildings / structures beforehand, as the sites of the medical camps with the help of the local Gram Panchayat/VHSC, and under the guidance of the supervising authority (CMOH) or its representatives (BMOH/ACMOH).

h) The Preferred Bidder(s) / selected operators will have to arrange logistics (including transport, generators, if needed) for the medical unit and equipment for every medical camp in a fail proof manner, so that expecting villagers may not have to suffer for delay and default.

i) Duration of holding camps shall not be less than 6 hrs. per day.

38. Administrative Aspects: a) The CMOH of the respective districts will be responsible for guiding, supervision and monitoring, either

directly or through his/her authorised representatives (Deputy CMOH I /District Programme Coordinator) and BMOH/ACMOH of the respective Blocks/Sub-Division.

b) The Health Assistants (s) of local Sub-Centres, Health Supervisors at Gram Panchayat-level will assist the medical units in the medical camp in the distribution and administering of drugs and check-ups under National Health Programmes like RNTCP, NVBDCP, NPCB etc. The Preferred Bidder(s)/selected operator(s) shall contact all these State Government functionaries beforehand, prepare the micro plan in consultation with BMOH/ACMOH and upload the same in the designated website.

c) Medical College / District Hospitals /Sub-Division Hospital / Block PHC /RH in the region will also be involved in the referral network.

d) Referrals should be made, depending on the diagnosed necessity from case to case, either to BPHC/ RH, SDH/ SGH, District Hospital or Medical College.

e) The Preferred Bidder(s)/selected operator(s) or their Medical Units must contact the members of the Village Health, Sanitation & Nutrition Committee (VHSNC) and Accredited Social Health Activists (ASHA), Anganwadi Workers (AWW) and ICDS Supervisors for ensuring maximum participation of villagers residing within accessible distance. Names of the members of the VHSC, ASHAs, AWWs and

Page|16

ICDS Supervisors will be available from the respective BMOHs, and also from the Health Assistants of the Sub-Centres nearest to the medical camp sites.

39. Monitoring and Evaluation: In order to achieve effective functioning and also to review /modify the scheme based on the experience,

regular monitoring will be done through the CMOH, ACMOH & BMOH offices. This will be made possible through following mechanism:

(i) Review of regular reports submitted by operating NGO (ii) Record maintenance (iii) Periodic review of efficacy and effectiveness by CMOH, ACMOH & BMOH

(a) Parameters of monitoring may be – (i) Quality of human resource & presence of complete / partial team (ii) Quality and quantity of equipment, drugs & accessories (iii) No. of camps held (iv) Regularity of camps (v) Patient attendance (vi) Referrals (vii) Number of ante natal and post natal check-ups by attending pregnant women/mothers. (viii) Cases of TB, Leprosy, iodine deficiency, RTI/STI, adolescent anaemia, risky pregnancy, postpartum

problems, sick neonates, diarrhoea, severe & acutely malnourished (SAM) children detected. (ix) Number of pathological tests done as corroborated with type of patient

(b) The Preferred Bidder/selected operator shall report to the BMOH and/or such other authorities, and in such

proforma, as may be prescribed by CMOH; (c) The frequency and format of monitoring will be prescribed by the authority taking into consideration the

monitoring strategy and tools suggested by Preferred Bidder(s) in Bid Document. (d) The bidder shall comply with all monitoring and reporting systems as may be decided upon by The

Authority. (e) The Authority, at its discretion, may either engage its in-house resource persons, or may engage its

empanelled institutions (including renowned educational institutions) for rapid assessment, concurrent evaluation and terminal evaluation.

(f) The evaluation parameters will be decided upon by the Authority, either through in-house capacity, and/or in consultation with empanelled evaluation institutions, as aforesaid. However, those will be shared with the selected operators well ahead.

40. Fraud and Corruption:

a) The Bidders and their respective officers, employees, agents and advisers shall observe the highest standard of

ethics during the Bidding Process and subsequent to the issue of the Letter of Intent (LOI) and during the subsistence of the Agreement. Notwithstanding anything to the contrary contained herein, or in the LOI or the Agreement, the Authority shall reject a Bid, withdraw the LOI, or terminate the Agreement, as the case may be, without being liable in any manner whatsoever to the Bidder, if it determines that the Bidder has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice in the Bidding Process.

b) Without prejudice to the rights of the Authority under Clause 14a hereinabove and the rights and remedies which the Authority may have under the Agreement, if a Bidder, as the case may be, is found by the Authority to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice during the Bidding Process, or after the execution of the Agreement, such Bidder shall not be eligible to participate in any tender or RFP issued by the Authority during a period of 1 (one) year from the date such Bidder, as the case may be, is found by the Authority to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practices, as the case may be.

c) For the purposes of this Clause 14, the following terms shall have the meaning hereinafter respectively assigned to them:

(i) “corrupt practice” means (a) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the actions of any person connected with the

Page|17

Bidding process (for avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever, directly or indirectly, any official of the Authority who is or has been associated in any manner, directly or indirectly with the Bidding Process or the LOI or has dealt with matters concerning the Agreement or arising there from, before or after the execution thereof, at any time prior to the expiry of one year from the date such official resigns or retires from or otherwise ceases to be in the service of the Authority, shall be deemed to constitute influencing the actions of a person connected with the Bidding Process); or (b) engaging in any manner whatsoever, whether during the Bidding Process or after the issue of the LOI or after the execution of the Agreement, as the case may be, any person in respect of any matter relating to the Project or the LOI or the Agreement, who at any time has been or is a legal, financial or technical adviser of the Authority in relation to any matter concerning the Project;

(ii) “Fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or disclosure of incomplete facts, in order to influence the Bidding Process ;

(iii) “Coercive practice” means impairing or harming, or threatening to impair or harm, directly or indirectly, any person or property to influence any person’s participation or action in the Bidding Process;

(iv) “Undesirable practice” means (a) establishing contact with any person connected with or employed or engaged by the Authority with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Bidding Process; or (b) having a Conflict of Interest; and

(v) “Restrictive practice” means forming a cartel or arriving at any understanding or arrangement among Bidders with the objective of restricting or manipulating a full and fair competition in the Bidding Process.

d) In case the bidder, after receiving the LOI, is found to be involved in corrupt & fraudulent practices, or is found to be deviating grossly from the laid down norms of the programme, the Authority reserves the right to terminate the bidder after having a summary trial.

41. General Terms and Conditions:

a. The Service provider shall commence the proposed services within the 30 days of signing the agreement.

b. The Authority shall finalize the Standard Operating Procedures (SOPs) for each of the services to be followed by the Service provider.

c. All payments should be made within 30 days of submission of necessary bills/invoices. d. Patient Feedback/Suggestions/Grievance Redressal- Periodic feedback from patients are to be taken on

structured questionnaire. Result would be analyzed by the state government for further improvement of services and feedback to the service provider.

e. Telephone numbers where patients can lodge their complaints will be displayed on MMU. 42. Applicable Law and Jurisdiction of Court:

The agreement shall be governed by and interpreted in accordance with the laws of India for the time being in force. The Court located at the place of issue of agreement shall have jurisdiction to decide any dispute arising out of in respect of the agreement. It is specifically agreed that no other Court shall have jurisdiction in the matter.

APPENDIX – A Forwarding Letter for Technical Bid

(To be submitted by all Service providers in their letterhead)

Date:………………. To

Page|18

West Bengal Health & Family Welfare Samiti National Health Mission, West Bengal Swasthya Bhavan, GN-29, Sector-V Salt lake, Kolkata – 700091 Sub: Bid for provision of Mobile Medical Unit /Mobile Boat Clinic under Bid No…. Sir, We are submitting, herewith our Bid for providing annual maintenance services / comprehensive maintenance

services for ………………………. We are enclosing Receipt No……………….. or Bank Draft/Bankers Cheque No…………………., Dated…………………(amount……………………)towards Bid cost/fee (if documents have been downloaded from website) and Bank Draft / Bankers Cheque No………………. Dated……………… (Amount………………) towards Earnest Money Deposit (EMD), drawn on…………………… Bank in favour of West Bengal State Health & Family Welfare Samiti, a/c NRHM’

We agree to accept all the terms and condition stipulated in your Bid enquiry. We also agree to submit

Performance Security as per Clause No. 4 of Section II of Bid Enquiry document. We agree to keep our office valid for the period for the period stipulated in your Bid enquiry. Enclosures: 1. 2. 3. 4. 5.

Signature of the Bidder……………………

Seal of the Bidder…………………………

APPENDIX – B

Sl. No.

Assignment agreement no. & date

Description of work/ services provided

Agreement price of

assignment

Date of commencement

Date of completion

Was assignment

satisfactorily completed/it is going on

Address of organization with phone no. where

assignment done

Page|19

1

2

3

4

5

6

7

Signature…………………………………………………………………………….. Name…………………………………………………………………………………..

Designation ………………………………………………………………………….

APPENDIX – C List of Equipment and Accessories

1. Examination Table with steps 2. Torch 3. IR Thermometer /Thermal gun 4. Stethoscope

Page|20

5. Stadiometer 6. BP apparatus 7. Clinical Thermometer 8. Weighing machine 9. Knee hammer 10. Measuring tape 11. ENT and Eye examination kits 12. ECG machine 13. First aid kit including Suture instruments and material 14. Resuscitation kits 15. Complete pathology set for conducting routine blood, urine & stool examination 16. Disposable Syringes and needles 17. Needle cutter 18. Vaginal specula 19. X-ray machine with accessories (wherever required) 20. Digital Glucometer with strip and lancets 21. Digital Haemoglobinometer with strip and lancets 22. Water storage device 23. Furniture: foldable cot/ chairs/ tables/stools for pharmacist 24. Linen and rubber sheets 25. Gloves 26. Sanitizer 27. Stationery like. 28. Dust bins: separate for infective and non-infective waste. 29. Patient cards with NHM logo 30. Storage bins for drugs 31. Display board on services offered by the Medical Unit. 32. Public address system 33. Any other minor items required for carrying out the specified activity.

Vehicle specification

1. SUV(s) are required for carrying Human Resource and equipment. 2. For GTA “four wheel driven vehicles is required”. 3. Specification of Mobile Medical Launch for Cluster 6: a. Exterior

i. Length : O.A – 59 F.T ( 18 M) ii. Length : B.P – 57 F.T (17.50 M)

iii. Breadth : (MLD) – 15 F.T- 5 Inch (4.60 M) iv. Depth : (MLD) – 5 F.T-2 Inch (1.60 M) v. Draft : 2 F.T-4 Inch (0-70 M)

b. Interior i. Doctors Cabin : 1 Room 7’x 8’

ii. Dining Room : 1 Room 9’x 10’ (Including Provision for Fridge & Stores) iii. Crew Room : 1 Room 8’x 8’ iv. Patients (2) Cabin :1 Room 7’x 5’ with upper & lower Bunk v. Latrine : 2 Rooms 4’x 5’

vi. Pathology : 1 Room 7’x 7’ vii. Kitchen : 1 Room 4’x 5’

4. The vehicle/s must be GPS enabled. 5. The vehicle/s should carry embedded coloured logo of NHM and text as per national MMU guideline.

(Appendix -D )

Page|21

Human Resource

Medical Officer: Must be an M.B.B.S. Preferably a Lady Medical Officer having valid registration of

Medical Council of India. Nurse: Must be GNM/ANM Laboratory Technician: Must have two years Diploma in Medical Technology in the concerned subject

recognised by the State Medical Faculty of West Bengal under West Bengal Para Medical Council or conducted by any recognised Institution affiliated to any recognised University; Or, Bachelor Degree in Medical Technology of the subject concerned from any Institution/University recognised by Govt. of West Bengal; Or, one year diploma course in the concerned subject in Medical Technology, where basic qualification for undergoing the said course is B.SC (Pure/Bio) offered by the West Bengal State Medical Faculty or by any recognised University.

X-ray Technician: 2 years Diploma in X Ray Technology/Radiology by the State Medical Faculty of West Bengal under West Bengal Para Medical Council or any recognised Institution affiliated to any recognised University; Or, Bachelor Degree of Radiography Technology from any Institution/University recognised by UGC; Or, Diploma in Radiographic Technology (DRD)from any Institution/University recognised by Govt. of West Bengal;

Pharmacist: Must have Degree/ Diploma in Pharmacy

Page|22

APPENDIX – D

Page|23

Page|24

Page|25

APPENDIX - E Daily reporting format of each MMU/MBC

SL NO

Date And Time

District Name

NGO Name

MMU Name

No Of

Patients

No

Of ANC

No Of FP

Cases

OCP/ECP

No Of FP

Cases

Condom

No Of FP Cases IUCD

No Of

minor

surgical

operations

No

Of Lab

Tests

No of blood smears collected/RDT tests done for

Malaria

No of X ray

No of patients

referred to highe

r facilit

ies

Non communicable disease No of patient Screened

No of patient Diagnosed

Treatment

Hypertensi

on

Diabetes

oral Cance

r

Breast Cance

r

Hypertension

Diabetes

oral Cance

r

Breast Cance

r

Hypertension

Diabetes

Other monthly reporting formats will be shared in due course

Page |26

APPENDIX –F

Organizational Profile

Basic Information 1. Name of the Organization : __________________________________________ 2. Postal Address : _________________________________________ Pin : _____________________ District : ____________________

3. Telephone No. : _______________________ Fax No. : ____________________________ E-mail Address: __________________________________________________________ 4. Legal status ( ) Society ( ) Trust ( ) other (specify) ________________________ 5. a) Registration Detail :

Sl. No.

Particulars Registration No. Date

I Public Charities Trust Act Ii Society under Societies Registration

Act

Iii Non-profit company under Indian Companies Act, 1956

Iv Registration under Foreign Contribution (Regulation) Act, 1976

V Income Tax Registration - Under Section 12A - Under Section 80G - Under Section 35 CCA - Any other Section

b) Whether organization is of all India Character.

Organisational Details _________________________________________________________________________________

1. Details of office bearer(s) of the Organization :

Sl. No. Name & Address

Male / Female Age Post Qualification Profession Annual Income

2. Details of Managing Committee member of the Organization :

Sl. No.

Name & Address

Male / Female Age Post Qualification Profession Annual Income

3. Facilities available with the organization :

Sl. No.

Details Type

I Infrastructure A Land Place Value : B Office Building Place Value : C Office automation

equipment (computer, fax, telephone etc.)

II Staff Number A Administrative

- Permanent - Temporary

B Technical - Permanent

Page |27

- Temporary III Any other facility

(specify)

4. Whether the organization is represented in any committee set up by the Government agencies / departments? Yes [ ] No [ ]. If yes, Please provide details.

Sl. No. Name of the Committee Purpose

5. Whether blacklisted or placed under funding restriction by any Ministry or Department of the Government of India / West Bengal / other state?

Yes [ ] No [ ], If yes, Please provide details. If No, Please provide the NOC certificate for the same on stamp paper

(Rs. 100/-) ________________________________________________________________________

6. Brief profile of the organization __________________________________________ 7. Any other noteworthy information regarding the infrastructure (briefly). Please attach separate sheet. 8. Contact person : _________________________

Designation : _________________________ Contact Number: ____________________________ 9. Bid submitted by:

Name: _________________________________Designation____________________________________

Declaration: I, ________________________(Name)____________________(Designation) of ___________________

(NGO) declare that all the information furnished above are correct & best of my knowledge. If any of the above information is found incorrect, the authority has the right to cancel the assignment and take action against me and the Organization.

Full Signature of bidder with Official Stamp___________________________________________

Page |28

Incorporation of APPENDIX – G

APPENDIX –G

Declaration (To be affirmed on stamp paper of appropriate value before Notary/ Magistrate)

AFFIDAVIT

We, M/s ...................participated in the tender no..........for “Operation of Mobile Medical Units

(MMU) & Mobile Boat clinics (MBC)” hereby declare that our organization is not currently black-listed

by any Government Department / Government Agency in India.

Authorised Signatory of Tenderer_____________

Name___________________________________

Designation with stamp_____________________

Date____________________________________