microsoft word - rfp for mhvukhfws.org/tender/rfp.doc  · web view1.23.1 to assist in the...

26
Uttarakhand Health and Family Welfare Society GOVERNMENT OF UTTARAKHAND Request for Proposal Operation and Management of Two Mobile Hospital Vans – in Nainital District July 2013

Upload: others

Post on 20-Apr-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

Uttarakhand Health and Family Welfare Society

GOVERNMENT OF UTTARAKHAND

Request for Proposal

Operation and Management of Two Mobile Hospital Vans – in Nainital

District

July 2013

Page 2: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

i

Page 3: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

Uttarakhand Health and Family Welfare SocietyTable of Contents

Sr.No.

Contents

Cover Page1 Table of Content2 Bidding Procedure3 Schedule of Bidding Process4 Scope of Services/Tasks5 Evaluation Methodology

Appendices1 Format for Acknowledgement of RFP Document

andNotification of Intent to Submit Proposal2 Format for Covering Letter cum Project Undertaking

3 Format for Anti-Collusion Certificate4 Format for Bid Security5 Format for Financial Proposal6 Indicative list of key personnel

1 Bidding Procedure

A. General

1.1 Scope of Proposal

1.1.1 Uttarakhand Health and Family Welfare Society, Government of Uttarakhand, (hereinafter referred to as “UKHFWS”) invites detailed proposals (Key Required Submissions, referred to as ‘Proposal’) from qualified organisations, for operation and management of 2 Mobile vans in District Nainital at their own cost.

1.1.2 The UKHFWS has procured (2) specially fabricated MHVs fitted with medical equipments like ultra sound machine, X- ray machine, automatic X-ray film processor, semi automatic analyser, centrifuge and 3 channel electrocardiogram (ECG). These 2 vans will be deployed in District Nainital.

1.1.3 The objective of the MHVs is to provide following services by organizing 16 outreach camps per month.

a) Preventive: Immunisation, Antenatal, and Postnatal, Family Planning services etc

Page 4: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

b) Diagnostic: Laboratory, X-Ray, ECG , Ultra sound c) Curative: Treatment of minor ailments, early detection of

cases ( 1 general doctor and 1 gynecologist) etc.d) Appropriate treatment and referral for diseases covered in National Programmes.(b) Family planning counseling and Copper T insertion. (c) Treatment of RTI/STI casese) The unit will also be used to provide emergency

services in any area struck by disasters/epidemics or any public health emergencies.

The details of services to be provided are as follows.S No. Criteria Performance1. No. of camps per month 162. No. of Special camps/month 13. OPD (New) 60/ camp4. New ANC registration and subsequent check

up8 - 10 beneficiaries / camp

5. Immunization: I, II & III drops of all vaccination 6 - 8 beneficiaries / camp6. RTI/STI Cases 5 beneficiaries / camp7. Ultrasound As per recommendation8. X – Rays As per recommendation9. ECG As per recommendation10. Distribution of Drugs As per recommendation11. Blood slide examination for malaria Minimum 7 slides / camp12. Sputum examination for TB Minimum 4 / camp13. Others Tests As per recommendationFamily Planning Services14. Counseling for Family Planning Cases

(Permanent Method)10 / camp

15. Nirodh Distribution 5 beneficiaries/ camp16. Counseling & Cu T Insertions 5/ camp

1.1.4 The aforesaid MHVs shall be handed over to the private partner for operation and management. Nominal user charges as per state govt rules for registration and investigations can be charged from APL. All BPL will be provided free facilities with no user charges as per state govt rules. These user charges should be deposited in a separate bank account and can be utilized for maintenance of Mobile medical unit and it equipments.

1.1.5 The Proposals would be evaluated on the basis of the evaluation criteria set out in this RFP Document (“Evaluation Methodology”) in order to identify the successful Bidder for the Project (“Successful Bidder”). The Successful Bidder would then have to enter into an agreement with UKHFWS and perform the obligations as stipulated therein with respect of the Project.

1.1.6 Terms used in this RFP Document which have not been

Page 5: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

defined herein shall have the meaning ascribed thereto in the Draft Concession Agreement.

1.2 Eligible Bidders

1.2.1 Shortlisted applicants (“Bidders”) will be evaluated on basis of:

a) Experience: Profile of the organization mentioning details of experience in setting up/operations of hospitals/health clinics/ mobile medical units/health programs in rural areas.

b) Technical: Details of organization, methodology and plan for operating these 2 mobile vans at their own cost , indicating sources of funding from where operating cost of these 2 mobile medical units will be met.

c) Audited financial sheets for last 3 years and details of financial assets.

d) of the earlier released

1.9 Amendment of RFP Document

1.9.1 At any time prior to the Proposal Due Date, UKHFWS may, for any reason, whether at its own initiative or in response to clarifications requested by a Bidder, modify the RFP Document by the issuance of Addendam.

1.9.2 Any Addendum thus issued will be sent in writing to all the Bidders who have received and acknowledged the RFP Document and will be binding upon them. Bidders shall promptly acknowledge receipt thereof to UKHFWS.

1.9.3 In order to afford Bidders reasonable time in which to take an Addendum into account, or for any other reason, UKHFWS may, at its own discretion, extend the Proposal Due Date.

B. Preparation and Submission of Proposal

1.10 Language and Currency

1.10.1 The Proposal and all related correspondence and documents shall be written in the English language. Supporting documents and printed literature furnished by the Bidder with the Proposal may be in any other language provided that they are accompanied by an appropriate translation into English. Supporting materials that are not translated into English may not be considered. For the purpose of interpretation and evaluation of the Proposal, the English language translation shall prevail.

The proposal should be submitted as per following table with documents supporting each of the point.

1 Previous experience of the bidder inmanaging mobile health vans/clinics

Supporting

document

Page 6: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

2 Number of completed/ongoing projects ofmanaging clinics providing curative services

Supporting documents

3 Number of completed/ongoing projects ofmanaging clinics with ECG/Ultrasound/X ray/auto analysers or any other such diagnostic equipments

Supporting documents

4 Qualification and experience of the technicalPersonnel

Supporting documents

5 Type and features of hospital managementsoftware offered

Supporting documents

6. Submission of a viable proposal for operating the 2 mobile vans on their own cost

Supporting documents

7 Financial status of the organization Supporting documents

1.12 Validity of Proposal

1.12.1 The Proposal shall indicate that it would remain valid for a period not less than nine (9) months from the Proposal Due Date (Proposal Validity Period). UKHFWS reserves the right to reject any Proposal that does not meet this requirement.

1.12.2 Prior to expiry of the original Proposal Validity Period, UKHFWS may request that the Bidders extend the period of validity for a specified additional period. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder agreeing to the request will not be allowed to modify its Proposal, but would be required to extend the validity of its Bid Security for the period of extension and comply with Clause 1.11 of this document in all respects.

1.12.3 The Successful Bidder shall extend the Proposal Validity Period till the date of execution of the Concession Agreement.

1.13 Bidder’s Responsibility

1.13.1 The Bidder is expected to examine carefully the contents of all the documents provided. Failure to comply with the requirements of RFP Document will be at the Bidder’s own risk.

1.13.2 It would be deemed that prior to the submission of Proposal, the

Bidder has:

(a) made a complete and careful examination of requirements, and other information set forth in this RFP Document;

(b) received all such relevant information as it has requested

from UKHFWS; and

Page 7: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

(c) made a complete and careful examination of the various aspects of the Project including but not limited to:

(i) the conditions of the access roads and utilities in the vicinity of the proposed camps

(ii) conditions affecting transportation, access, disposal, handling and

storage of the materials(iii) clearances obtained by UKHFWS for the

Project; and

(iv) all other matters that might affect the Bidder’s performance under the

terms of this RFP Document.

KHFWS shall not be liable for any mistake or error or neglect by the Bidder in respect of the above.

1.14.6 All correspondence / enquiries should be submitted to the following in writing by fax /post / courier:

ATTN. OF: Mission Director, NRHMADDRESS: Uttarakhand Health and Family Welfare Society

Post Gujrada, Danda Lakhond, Sahastradhara Road,Dehradun

1.14.7 No interpretation, revision, or other communication from UKHFWS regarding this solicitation is valid unless in writing and is signed by Director, UKHFWS or its authorised representative. UKHFWS may choose to send to all Bidders, written copies of UKHFWS’s responses, including a description of the enquiry but without identifying its source to all the Bidder

1.15 Format and Signing of Proposal

1.15.1 Bidders would provide all the information as per this RFP Document and in the specified formats. UKHFWS reserves the right to reject any Proposal that is not in the specified formats.

1.15.2 The Proposal should be submitted in three parts:

Part 1 : Key Submissions, which would include:

i. Covering Letter cum Project Undertaking ii. Anti-Collusion Certificate as per Appendix

3iii. Bid Security as per Appendix 4

Page 8: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

Part 2 : Technical Proposal as per format set out inAppendix 7.

1.15.3 A bidder should submit proposal for both the mobile vans.

1.15.4 The Bidder shall prepare one original of the documents comprising the Proposal as described in Clause 1.15.2, clearly marked “ORIGINAL”. In addition, the Bidder shall make one copy of the Proposal, clearly marked “COPY”. In the event of any discrepancy between the original and the copy, the original shall prevail.

1.15.5 If the Proposal consists of more than one volume, Bidder must clearly number the volumes and provide an indexed table of contents.

1.15.6 The Proposal and the copy shall be typed or printed in indelible ink and the Bidder shall initial each page. All the alterations, omissions, additions, or any other amendments made to the Proposal shall be initialled by the person/s signing the Proposal.

1.16 Sealing and Marking of Proposals

1.16.2 The original and the copy of the Proposal shall be provided in separateenvelopes, duly marking

the outer envelopes as “ORIGINAL” and “COPY”.

1.16.3 Each envelope shall indicate the name and address of the Bidder

(of the Lead Member, in case of a Consortium).

1.16.4 The envelopes shall clearly bear the following identification:

“Proposal for Operation and Management of 2 Mobile Health VANs in the Nainital district”

“To be opened by Tender Opening Committee only”

and“Submitted

by

Page 9: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

Name, Address and Contact Phone No. of the Applicant”

1.16.5 The envelope shall be addressed

to: ATTN. OF: Mission

Director, ADDRESS: Uttarakhand Health and Family Welfare Society

Post Gujrada, Danda Lakhond, Sahastradhara Road, Dehradun

1.16.6 If the envelope is not sealed and marked as instructed above, the Proposal may be deemed to non-responsive and would be liable for rejection. UKHFWS assumes no responsibility for the misplacement or premature opening of such Proposal submitted.

1.17 Proposal Due Date

1.17 Proposals should be submitted before 1300 hours IST 14th August 2013 mentioned in the Schedule of Bidding Process (section 2 of this RFP), to the address provided in Clause 1.16.5 in the manner and form as detailed in this RFP Document. Applications submitted by either facsimile transmission or telex will not be acceptable.

1.17.1 UKHFWS, at its sole discretion, may extend the Proposal DueDate by issuing an Addendum in accordance with Clause 1.9.

1.18 Late Proposals

1.18.1 Any Proposal received by UKHFWS after 1300 hours IST 14th August 2013 will be returned unopened to the Bidder.

1.19 Modification and Withdrawal of Proposals

1.19.1 The Bidder may modify or withdraw its Proposal after submission, provided that written notice of the modification or withdrawal is received by UKHFWS before the Proposal Due Date. No Proposal shall be modified or withdrawn by the Bidder after the Proposal Due Date.

1.19.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and delivered in accordance with the provisions of Clause 1.16 with outer

envelopes additionally marked “MODIFICATION” or “WITHDRAWAL” and also “KEY SUBMISSIONS” or “FINANCIAL PROPOSAL” as appropriate.

1.19.3 Withdrawal of a Proposal during the interval between the Proposal Due Date and expiration of the Proposal Validity Period would result in forfeiture of the Bid Security in accordance with Clause1.11.5 of this document.

Page 10: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

1.20 Tests of responsiveness

1.20.1 Prior to evaluation of Proposals, UKHFWS will determine whether each Proposal is responsive to the requirements of the RFP Document. A Proposal shall be considered responsive if

(a) it is received by the Proposal Due Date.(b) it is signed, sealed, and marked as stipulated in Clause

1.16.(c) it contains the information and documents as

requested in the RFP Document.(d) it contains information in formats specified in the

RFP Document.(e) it mentions the proposal validity period as set out in Clause

1.12.(f) it provides the information in

reasonable detail. (“Reasonable Detail” means that, but for minor deviations, the information

can be reviewed and evaluated by UKHFWS without communication with the

Bidder). UKHFWS reserves the right to determine whether the information has been provided in reasonable detail.

(g) there are no inconsistencies between the Proposal and the supporting documents.

1.20.2 A Proposal that is substantially responsive is one that conforms to the preceding

requirements without material deviation or reservation. A material deviation or reservation is one(a) which affects in any substantial way, the scope, quality, or

performance of the Project, or(b) which limits in any substantial way, inconsistent with

the RFP Document, UKHFWS’s rights or the Bidder’s obligations under the

Concession Agreement, or

(c) which would affect unfairly the competitive position of other Bidders presenting substantially responsive bids.

1.20.3 UKHFWS reserves the right to reject any Proposal which in its opinion is non-responsive and no request for modification or withdrawal shall be entertained by UKHFWS in respect of such Proposals.

1.20.4 Conditional proposal shall not be considered. Any bid found to contain conditions attached will be rejected.

1.21 Confidentiality

1.21.1 Information relating to the examination, clarification,

Page 11: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

evaluation and recommendation for the short listed Bidders shall not be disclosed to any person not officially concerned with the process. UKHFWS will treat all information submitted as part of Proposal in confidence and will ensure that all who have access to such material treat it in confidence. UKHFWS will not divulge any such information unless it is ordered to do so by any Government authority that has the power under law to require its disclosure.

1.22 Clarifications

1.22.1 To assist in the process of evaluation of Proposals, UKHFWS may, at its sole discretion, ask any Bidder for clarification on its Proposal. The request for clarification and the response shall be in writing or by facsimile. No change in the substance of the Proposal would be permitted by way of such clarifications.

1.23 Evaluation of the Technical Proposal

1.23.1 To assist in the examination, evaluation, and comparison of Proposals, UKHFWS may utilise the services of consultant/s or advisor/s.

1.23.2 In Stage I of Proposal Evaluation, the Key Submissions submitted by the Bidders shall be checked for responsiveness with the requirements of the RFP Document. The evaluation of Technical Proposal of a Bidder shall be taken up only after the contents of the Key Submissions are found to meet the requirements of this RFP Document. UKHFWS reserves the right to reject the Proposal of a Bidder without opening the Technical Proposal if the contents of Key Submissions are not substantially responsive with the requirements of this RFP Document.

1.23.3 After checking the responsiveness of the Key submission, the Technical proposals will be opened. The minimum qualifying marks of the Technical Evaluation is 75 as mentioned in 4.1.3.

24.3 In the event that two or more Bidders secure the same overall score, UKHFWS may:

(a) invite fresh Proposals from the

Bidders; OR

(b) declaring the bidder securing highest technical marks amongst the bidders securing same overall score, as preferred bidder

Page 12: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

OR

(c) take any such measure as may be deemed fit in its sole discretion or annulment of the bidding process.

1.25 Notifications

1.25.1 UKHFWS will notify the Successful Bidder by facsimile and by a letter that its Proposal has been accepted.

1.26 UKHFWS’s Right to Accept or Reject Proposal

1.26.1 UKHFWS reserves the right to accept or reject any or all of the Proposals without assigning any reason and to take any measure as it may deem fit, including annulment of the bidding process, at any time prior to award of Project, without liability or any obligation for such acceptance, rejection or annulment.

1.26.2 UKHFWS reserves the right to invite revised Financial Proposals from Bidders with or without amendment of the RFP Document at any stage, without liability or any obligation for such invitation and without assigning any reason.

1.26.3 UKHFWS reserves the right to reject any Proposal if:

(a) at any time, a material misrepresentation is made or uncovered;

OR(b) the Bidder does not respond promptly and

thoroughly to requests for supplemental information required for the evaluation of the Proposal.

This would lead to the disqualification of the Bidder. If the Bidder is a Consortium, then the entire Consortium would be disqualified/ rejected. If such disqualification / rejection occur after the Financial Proposals have been opened and the highest Bidder gets disqualified / rejected, then UKHFWS reserves the right to:

(a) either invite the next highest Bidder to match the Financial

Proposal submitted by the highest Bidder; OR

(b) take any such measure as may be deemed fit in the sole discretion of UKHFWS, including annulment of the bidding process.

1.27 Acknowledgement of Letter of Acceptance (LOA)

1.27.1 Within two (2) weeks from the date of issue of the LOA, thePreferred Bidder shall acknowledge the receipt of

Page 13: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

LOA.

1.28 Execution of Concession Agreement

1.28.1 The Successful Bidder shall execute the Concession Agreement within six (6) weeks of the issue of LOA or such time as indicated by UKHFWS.

1.28.2 UKHFWS will promptly notify other Bidders that their Proposals have been unsuccessful and their Bid Security will be returned as promptly as possible, in any case not later than eight (8) weeks from the date of announcement of the Successful Bidder.

1.29 Performance Security

1.29.1 The Successful Bidder shall furnish Performance Security of Rs 2.00 Lakhs /mobile medical unit by way of an irrevocable Bank Guarantee issued by a scheduled bank located in India in favour of UKHFWS, as required under the Concession Agreement.

1.29.2 Failure of the Successful Bidder to comply with the requirements of Clause 1.28.1 and 1.29.1 shall constitute sufficient grounds for the annulment of the LOA (where issued), and forfeiture of the Bid Security. In such an event, UKHFWS reserves the right to

1.1 either invite the next Bidder quoting the second lowest government support for negotiations

OR

2.1 take any such measure as may be deemed fit in the sole discretion of UKHFWS, including annulment of the bidding process.

2. Schedule of Bidding Process

UKHFWS would endeavour to adhere to the following schedule:

3. Scope of Services/Tasks

A. General

Sr.No. Activity Description Dat

e1. Last date for receiving queries 10 th August 20132 Proposal Due Date 14th August 2013

3 Opening of Technical Proposals 16th August 2013

Page 14: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

3 Scope of Private Partner

3.1 The selected Private Partner would operate and manage the 2 MHVs in the Nainital District of Uttarakhand.

3.2 The following activities are mandatory to be performed by the

Private Partner.

3.2.1.1 To organise 16 outreach camps/ month for the diagnostic and curative services as indicated in 1.1.3

3.2.1.2 To provide major diagnostic services in blood chemistry like blood sugar, urea, cholesterol etc and other radiology services like ultra sound, X-ray, ECG. The Private Partner is free to improve the list of tests in consultation with DMH&FW

3.2.1.3 To provide curative services

3.3 The Private Partner may undertake ancillary and health related activities to generate additional revenue. These services may be audio-visual promotion of medical

products/services, advertisement on the MHVs and in-camp advertisement, selling medical insurances, promotion of national health programs like NACO etc.

3.4 The investment on audio-visual or advertisement materials etc to carry out ancillary and health related activities as mentioned in3.3 above would be borne by the Private Partner.

3.5 The Private Partner would need to make arrangement/contract with respective agencies for undertaking ancillary and health related activities as mentioned in 3.3 above.

3.6 The Private Partner would develop touring plan of the districts in consultation with the Chief Medical Officer (CMO), Deputy Chief Medical Officer (DCMO) and other health system functionaries as may be deemed fit with special focus on difficult areas and to cover all the blocks in a district at least once in a month.

3.7 The Private Partner would prepare three month rolling tour plan and get it approved from CMO/DCMO by 25th of every month for the succeeding month and tentative plan for the next two months.

3.8 The Private Partner would prepare tour plans based on historical data on patient visit and repeat visit advised on previous camp(s). As far as possible the camp in a particular place should have a fixed date every month for convenience of the patients.

3.9 The Private Partner would need to conduct a minimum of

Page 15: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

sixteen (16) camps in a month for a period of ten (10) hours each starting from 8.00 AM. The next visit date for a particular camp should be announced in the previous camp verbally and also by display.

3.10 The balance days of the month would be spent on travelling, maintenance, replenishment of stocks etc.

3.11 The Private Partner would recruit, deploy and manage a team for running MHVs and the camps. An indicative list of key personnel required with their responsibilities and qualifications is given in Appendix 6.

3.12 The team proposed above will be valid for at least 2 years. It is understood that there could be some changes in the team composition during the tenure of the contract. Any such changes during the contract period shall be informed to UKHFWS and the Private Partner has to satisfy UKHFWS that the new team or team member is of the same quality as offered in the bid.

3.13 The Private Partner would procure and supply all required medicines & consumables. The Private Partner would ensure that no expiry dated medicines are supplied by the supplier. The Private Partner would periodically conduct physical verification of stocks to detect expiry dated medicine and take steps to destroy the same.

3.14 The Private Partner would participate in meetings convened by CMO/ DCMO or other district/State health officials and present performance reports and discuss action plans for improvement of service levels.

3.15 The Private Partner need to maintain patient records and use appropriate application software in their office/head quarter for the same.

3.16 The Private Partner would share all data with DMH&FW and would provide two (2) licenses of the proposed application software to the DMH&FW free of cost along with a copy of the software documentation. The Private Partner would consult DMH&FW on the format/type of the data to be recorded and procure application software accordingly.

3.17 The license cost during the contract period would be borne by the Private Partner. After the expiry or premature termination of the contract, the database and the application provided to DMH&FW would continue to remain with DMH&FW.

3.18 The private partner may charge user fee for radiology and pathological tests.

Page 16: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

3.19 The charges for any particular test would be as specified by All India Institute of Medical Sciences (AIIMS) vide memorandum number F.13-22/2000-Estt(H) dated 25th Feb 2000 would apply. If for a particular test the AIIMS has not specified the charges, the same would be decided on consultation with GoUK or UKHFWS.

3.20 No user fee for radiology and pathological tests would be charges from patients Below-Poverty-Line (BPL).

3.21 The Private Partner would not charge from the patient any consultation fee and cost of medicines.

3.22 The revenue from the user charges of radiology and pathology test would be collected by the Private Partner and the same amount would be deducted from the Annual Government Support to be given to the successful bidder.

3.23 The Private Partner may carry promotional material and messages to be displayed by the Mobile Health Vans and/or carry out health related activities which are synergetic to the project objectives.

3.24 The Private Partner would take prior permission, on a monthly basis from GoUK or UKHFWS for carrying out such activities.

3.25 The Private Partner would share the revenue from such activities with the GoUK or UKHFWS to the extent of 25%.

3.26 The Operator will carry out all maintenance work of the MHV and equipments fitted in it at its costs. The GoUK or UKHFWS will not reimburse any amount towards maintenance, fuel, staff salary, insurance, penalty imposed due to traffic violation or any other charges which were not the basis of awarding this contract.

4. Evaluation Methodology

4.1 Evaluation of Technical proposal

z4.1.1 The technical proposal for the Project would be evaluated on the following basis:

Page 17: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

4.1.2 The selection will be made in points scored in above criteria

2 Overall Evaluation

4.2.1 The government financial support required annually by the bidders in the financial bids would be compared to arrive at overall score.

4.2.2 The bidder quoting the lowest government financial support required annually would be declared as the preferred bidder for each of the districts.

4.2.3 In the event that two or more Bidders quoting the same amount of government financial support required annually, UKHFWS may:

(a) invite fresh Proposals from the

Bidders; OR

(b) declaring the bidder securing highest technical marks amongst the bidders securing same overall score, as preferred bidder

OR

(c) take any such measure as may be deemed fit in its sole discretion or annulment of the bidding process.

4.2.4 UKHFWS may either choose to accept the Proposal of the Preferred

S No Description Max Marks

1 Previous experience of the bidder inmanaging mobile health vans/clinics

10

2 Number of completed/ongoing projects ofmanaging clinics providing curative services

10

3 Number of completed/ongoing projects ofmanaging clinics with ECG/Ultrasound/X ray/auto analysers or any other such diagnostic equipments

10

4 Qualification and experience of the technicalPersonnel

20

5 Type and features of hospital managementsoftware offered

10

6. Submission of a viable proposal for operating the 2 mobile vans on their own cost

20

7 Financial status of the organization 20

Page 18: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

Bidder or invite him for negotiations.

Appendix 1

Format for Acknowledgement of RFP Document and Notification of Intent to Submit Proposal

Date

: To

Mission Director, NRHM Uttarakhand Health and Family Welfare Society Post Gujrada, Danda Lakhond, Sahastradhara Road, Dehradun

Dear Sir,

Re: Proposal for Operation and Managing Mobile Health VAN in the districts of Uttarakhand (the “Project”)

The undersigned hereby acknowledges and confirms receipt of Request for Proposal (RFP) Document for the captioned project from UKHFWS and conveys its intention to submit a Proposal for the Project, under O & M (Operate and Manage) structure.

……………………………………………. Name of the Bidder

……………………………………………. Signature of the Authorised Person

……………………………………………. Name of the Authorised Person

Note: On the Letterhead of the Bidder or Lead Member of Consortium. To be signed by the Lead Member in case of a Consortium.

Page 19: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

The acknowledgement should be sent within 2 weeks of receipt of the RFP Document

Appendix 2

Format for Covering Letter Cum Project Undertaking

To,

Mission Director, NRHM Uttarakhand Health and Family Welfare Society Post Gujrada, Danda Lakhond, Sahastradhara Road, Dehradun

Dear Sir,

Re: Proposal for Operation and Managing Mobile Health VAN in the districts of Uttarakhand (the “Project”)

We have read and understood the Request for Proposal (RFP) Document in respect of the Project provided to us by UKHFWS. We hereby submit our Proposal for the captioned project.

We are enclosing our Proposal in one (1) original plus one (1) copy, with the details as per the requirements of the RFP Document, for your evaluation.

We confirm that our Proposal is valid for a period of nine (9) months from…(Proposal Due Date).

Further, we confirm that we continue to be eligible as per the requirement of the RFQ Document1.

We hereby agree and undertake as under:

Notwithstanding any qualifications or conditions, whether implied or otherwise, contained in our Proposal we hereby represent and confirm that our Proposal is unqualified and unconditional in all respects.

Dated this ……………………..Day of

…………………., 2008. Name of the Bidder…………………………………………….Signature of the Authorised Person

Page 20: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

……………………………………………. Name of the Authorised Person

Note:• On the Letterhead of the Bidder.

Appendix 3

Indicative list of key personnel to manage one MHV

S No Position Number Key Responsibilities Qualification/ Experience

1 Project Coordinator optional / any other staff can do these jobs

1 Overall Coordination withCMO/DCMO and

other districthealth officials.

Provide logistic support to the team. Prepare

tour plan,

PG in Social Sciences withmore than five (5) years relevant experience.

2 Lady Medical Officer 1 Obstetric/gynaecologicalconsultation

MD/DGO (Gyne) or MBBSwith minimum five years of relevant experience.3 Medical Officer –

General Physician1 Provide General/

ClinicalConsultation

MD (General Medicine) orMBBS with minimum five years relevant 4 Radiologist 1 Conduct Ultra Sound test MD/ DMRD/DMRE or equiv.5 Staff Nurse 1 Assist Doctors and others A Registered nurse withsuitable degree/diploma in nursing.6 X-Ray Technician 1 Conduct X-Ray tests A Recognised Diploma inrelevant field7 Laboratory

Technician1 Conduct pathological

testsA Recognised Diploma inrelevant field8 Pharmacist 1 Distribution of

medicinesand maintaining records

A Recognised Diploma inrelevant field9 Multipurpose Worker 1 Provide

multipurposesupport and

Intermediate with 2-3 yearsof relevant experience.

10 Driver 1 Driving and maintaining thevehicle

Minimum 8th standard pass,physically fit having valid driving licence for heavy commercial vehicle (HCV) with min five

years experience of driving in hilly

Page 21: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

Appendix 4

Format for Technical Proposal

The bidder must provide details of experience of the firm in operating and managing mobile health vans/clinics and standalone hospitals/clinics etc.

S No Project Location Duration Major Services

Completed/ Ongoing

The bidder would provide detail of the proposed technical human resources to be deployed as per indicative list shown in Appendix 6 (Sr no.1 to 8)The Team proposed above will be valid for at least 2 years. It is understood that there could be some changes in the team composition during the tenure of the contract. Any such changes during the contract period shall be informed to UKHFWS and the Private Partner has to satisfy UKHFWS that the new team or team member is of the same quality as offered in the bid.Details of QualificationsS No Position Name Qualifications

Graduate Postgraduate

Others

Page 22: Microsoft Word - RFP for MHVukhfws.org/tender/rfp.doc  · Web view1.23.1 To assist in the examination, evaluation, ... and other health system functionaries as may be deemed fit

A person wise matrix would be prepared to arrive at average overall ratings based on criteria indicated in section (4).

Details of ExperienceS No Position Name Experienc

eField of work Years