Page 1 of 46 GOVERNMENT OF Madhya Pradesh. DEPARTMENT OF HEALTH E-Tender(NIT) PPSA - RNTCP/2019-20 Notice Inviting Tender for selection of service providers for working as a Patient Provider Support Agency (PPSA) for providing Tuberculosis (TB) related services under Revised National Tuberculosis Control Program (RNTCP) program in 49 districts in the state of Madhya Pradesh. e-Procurement Mode Only https://www.mptenders.gov.in
46
Embed
DEPARTMENT OF HEALTH E-Tender(NIT) PPSA - RNTCP/2019-20103.94.204.36/WebContent/Tender/TB/Tender_RNTCP_NIT.pdf · related services under Revised National Tuberculosis Control Program
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1 of 46
GOVERNMENT OF Madhya Pradesh.
DEPARTMENT OF HEALTH
E-Tender(NIT) PPSA - RNTCP/2019-20
Notice Inviting Tender for selection of service providers for working as a Patient Provider Support
Agency (PPSA) for providing Tuberculosis (TB) related services under Revised National Tuberculosis
Control Program (RNTCP) program in 49 districts in the state of Madhya Pradesh.
e-Procurement Mode Only
https://www.mptenders.gov.in
Page 2 of 46
ABBREVIATIONS
ACF Active Case Finding
AERB Atomic Energy Regulatory Board
AY Assessment Year
CB-NAAT Cartridge Based Nucleic Acid Amplification Test
C-DST Culture based Phenotypic Drug Susceptibility Testing
DBT Direct Benefit Transfer
DHS District Health Society
DOTS Directly Observed Treatment Short-course
DR-TB Drug Resistant - Tuberculosis
DTC District Tuberculosis Centre
EMD Earnest Money Deposit
EPF Employee Provident Fund
ESI Employee State Insurance
FDC Fixed Dose Combinations
F-ICTC Facility Integrated Counselling and Testing Centres
FY Financial Year
GST Goods and Services Tax
HIV Human Immunodeficiency Viruses
ITR Income Tax Returns
LTBI Latent TB Infection
LoI Letter of Intent
MDR – TB Multi - Drug Resistant TB
NACO National Aids Control Organization
NHM National Health Mission
NIC National Informatics Centre
NIT Notice Inviting Tender
NPY Nikshay PoshanYojana
PPIA Private - Provider Interface Agency
PPM Public Private Mix
Page 3 of 46
PPMC Public Private Mix Coordinators
PPSA Patient Provider Support Agency (PPSA)
PS Performance Security
QCBS Quality and Cost Based Selection
RNTCP Revised National Tuberculosis Control Programme
RR Rifampicin Resistant
SOP Standard Operating Procedures
STCI Standards of TB Care in India
STO State Tuberculosis Officer
TB Tuberculosis
UIDAI Unique Identification Authority of India
WHO World Health Organization
SECTION- I
Page 4 of 46
NOTICE INVITING TENDERS
1. The State Health Society, Madhya Pradesh (NHM-Madhya Pradesh) is implementing the National
Health Mission (NHM) to carry out various health related program(s) and strengthening the health
delivery system, in the state of Madhya Pradesh.
2. The State Health Society, Madhya Pradesh (NHM-Madhya Pradesh), intends to select agency(s) via e-
tendering for working as a Patient Provider Support Agency (PPSA) for providing Tuberculosis (TB)
related services under Revised National Tuberculosis Control Program (RNTCP) in 49 districts in the
state of Madhya Pradesh.
3. For the purpose of this tender, the 49 districts in the state of Madhya Pradesh, have been combined
Division Wise.
a. Bhopal Division- Betul, Hoshangabad, Harda, Sehore, Vidisha, Raisen, Rajgarh b. Indore Division- Dhar, Jhabua, Alirajpur, Khandwa, Khargone, Burhanpur, Badwani c. Gwalior Division- Gwalior, Bhind, Morena, Ashok Nagar, Shivpuri, Sheopur, Datia, Guna d. Jabalpur Division- Jabalpur, Mandla, Chhindwara, Balaghat, Katni, Dindori, Narsinghpur, Seoni e. Ujjain Division-Ujjain, Neemuch, Mandsaur, Ratlam, Agar Malwa, Dewas, Shajapur f. Rewa Division- Rewa, Anuppur, Sidhi, Singrauli, Satna, Shahdol, Umaria g. Sagar Division- Sagar, Damoh, Panna, Chhatarpur, Tikamgarh
4. The bidder/agency, can bid for all Divisions. However, incase the bidder applies for more than one
divisions (although they can apply for all 7 divisions also), then it shall be required to submit applicable
Earnest Money Deposit (EMD) and Performance Security (PS) for the Divisions applied for. The NHM-
Madhya Pradesh shall be adopting the QCBS (Quality and Cost Based Selection) methodology for
selection of agency/bidder for each division, where in 70% weightage shall be given to technical
evaluation score based on the technical proposals submitted by the agency/bidder and 30% weightage
shall be given to the financial evaluation score based on the financial bid/quote submitted by the
agency/bidder. The contract agreement in each division shall be signed with the bidder/agency whose
combined score (i.e. technical and financial evaluation) is the highest in the concerned Division(s) with
the NHM-Madhya Pradesh, subject to all conditions laid down in the tender document and the
bidder/agency fulfilling the eligibility criteria.
5. To participate in the e-tendering process, the bidder/agency are required to get themselves registered
with Madhya Pradesh Government Centralized e-Procurement portal, i.e.,
https://www.mptenders.gov.in, may contact the helpdesk at the following address, “e-
Procurement HELP DESK, National Health Mission, 8, Arera Hills, Jail Road, Bhopal, Phone No. 0755-
4092503. (Timings: Every Day from 10:00 AM to 06:00 PM) or may visit the link “Vendor Info” at
https://www.mptenders.gov.inand also inform this to NHM-Madhya Pradesh.
6. Tenderer may also download the tender documents (a complete set of document is available on
website) from e-Procurement Portal (https://www.mptenders.gov.in) and submit its
tender by using the downloaded document.
7. Schedule of Events
Page 5 of 46
Sno. Event Description Timeline
7.1 Last date & time of
downloading the RFP
Till 23/09/2019 (Monday) up to 03:00 PM , on the e-
Procurement Portal
(https://www.mptenders.gov.in).
7.2 Last date & time for
submission (upload) of
online bidding document.
23/09/2019 (Monday) till 03:00 PM, on the e-Procurement
Portal (https://www.mptenders.gov.in)
7.3 Last date & time for
submission of EMD online
mode
23/09/2019 (Monday) by 03:00 PM, to “The Mission Director,
National Health Mission, 8, Arera Hills, Jail Road, Bhopal, MP”
7.4 Time, Date of opening of
Technical Bid
24/09/2019 (Tuesday) at 04:00 PM on the e-Procurement
Portal (https://www.mptenders.gov.in)
7.5 Time, Date of opening
of Financial Bid
To be announced later on the e-Procurement Portal
(https://www.mptenders.gov.in)
7.6 Pre-bid meeting (Date &
time) 13/09/2019 (Friday) at 04:00 PM
7.7 Pre- bid meeting venue
Conference Hall, National Health Mission, 8, Arera Hills, Jail
Road, Bhopal, MP
7.8 Date of organizing
presentation round
To be announced later on the e-Procurement Portal
(https://www.mptenders.gov.in)
7.9 Presentation round venue
Conference Hall, National Health Mission, 8, Arera Hills, Jail
Road, Bhopal, MP
Note – i)Interested bidders may obtain further information about this Notice Inviting Tender(NIT)
from the office of State Health Society, Madhya Pradesh/NHM Madhya Pradesh.
ii) No tender will be accepted after closing date and time in any circumstances.
iii) For all purposes, like opening and closing of tender, the clock adhered would be of E-
Procurement portal and prospective bidders are expected to maintain sound knowledge on
the same to avoid any discrepancies
iv) Prospective bidders are also expected to go through the corrigenda, if any, which would be
published at the E-Procurement website
8. Along with tender online deposit of Earnest Money Deposit (EMD) for the sum of Rs. 100000 (One
lakh rupees only) per division must be done. No bidder is exempted from online submission of the
EMD as mentioned in the tender document. Tenders without EMD shall be summarily rejected. Also,
if the bidder/agency has applied for two division(s) or more, the bidder/agency shall be required to
submit online EMD as applicable for the Division(s) e.g., if the bidder has applied for two Divisions,
then it will be Rs.2,00,000 /-.
9. Bid Processing Fee (TPF) amount for the sum of Rs. 2000/- ( Two Thousand rupees) to be paid through
e-Payment mode (i.e. NEFT-RTGS, Internet Banking, Credit / Debit Card) only, to the agency
empaneled by Government of Madhya Pradesh for centralized e-Procurement.
Page 6 of 46
10. The technical and financial bids must be submitted/uploaded through e-Procurement Portal
(https://www.mptenders.gov.in)before the date and time specified in the NIT. The NHM-
Madhya Pradesh doesn't take any responsibility for the delay / Non Submission of Tender / Non
Reconciliation of online Payment caused due to Non availability of Internet Connection, Network
Traffic/ Holidays or any other reason."
11. The bidders shall submit/upload their eligibility and qualification details, Certificates as mentioned in
the tender document, in the online standard formats given in e-Procurement Portal
(https://www.mptenders.gov.in)at the respective stage(s) only.
12. The bidders shall upload the scanned copies of all the relevant certificates, documents etc., in
support of their eligibility criteria / technical bids and other certificate /documents in the e-
13. The Bidding documents shall be submitted in the mode as mentioned below:
(1) Earnest Money Deposit (EMD)
Online
Note: EMD should not have been issued on a date later than the last date for
submission of online bidding document i.e., 23/09/2019 (Monday)
(2) Technical Bid Online
(3) Financial Bid Online
14. All prospective bidders may attend the Pre-bid meeting. The venue, date and time are indicated in
Schedule of Events as in Clause7 above.
15. The online transfer of the Earnest Money Deposits (EMDs),should be done in the name of “The
Mission Director, National Health Mission, MP”. It should be doneon or before thedate & time
indicated in Clause7 above, failing which the tenders will be treated as late tender and would be
summarily rejected.EMD has to be done as per e-procurement portal’s protocol.
16. In the event of any of the above mentioned dates being declared as a holiday/ closed day
for theState Health Society, Madhya Pradesh the EMDshould be paid online on the next working
day at the scheduled time.
17. NHM-Madhya Pradesh reserves the right to accept or reject any or all bids or change the terms and
condition of NIT or cancel the NIT without assigning any reasons at any stage and time.
18. For further enquiry and information, please contact to the following officers during office hours
10:00 AM to 6:00 PM (on all working days) -
STO-RNTCP, NHM-Madhya Pradesh – Mobile No. 9424343368
19. All further notifications/Corrigendum/Addendum, if any shall be posted on e-Procurement Portal
(https://www.mptenders.gov.in), and shall be binding on all the bidders.
Mission Director
National Health Mission,
Madhya Pradesh
Page 7 of 46
SECTION –II
INSTRUCTIONS TO BIDDERS (ITB) 1. General Instructions
1. The bidder should prepare and submit its offer as per instructions given in this section.
2. Instructions/ Guidelines for tenders for electronic submission of bids online have been mentioned below for assisting the prospective bidders to participate in e-tendering.
2.1 Registration of Bidder: To participate in the e-tendering process, the bidders/agencies are required to get themselves registered with Madhya Pradesh Government Centralized e-
Procurement Portal, i.e., https://www.mptenders.gov.in, shall contact the helpdesk at the following address, “e-Procurement HELP DESK, National Health Mission, 8, Arera Hills, Jail Road, Bhopal, MP, Phone No. 0755- 4092503. (Timings: Every Day from 10:00 AM to 06:00 PM) or
may visit the link “Vendor Info” at https://www.mptenders.gov.in and also inform this to NHM-Madhya Pradesh. The prospective bidder is required to click on the link for e-Tendering site as given on the NHM-Madhya Pradesh web portal.
2.2 Digital Signature certificate (DSC): Each bidder is required to obtain a class-II or Class-III Digital Signature Certificate (DSC).
2.3 The bidder can search & download NIT & Tender Documents electronically from computer once
through the eProcurement Portal https://www.mptenders.gov.in using the Digital Signature Certificate. This is the only mode of collection of Tender Documents.
2.4 Submission of bids: Bids are to be submitted through online mode to the eProcurement Portal
https://www.mptenders.gov.in at a time for following activities –while uploading documents for submission of technical and financial bid before the prescribed date & time as mentioned in Clause 7 in Notice Inviting Tender(NIT)using the Digital Signature Certificate (DSC). The documents will get encrypted (transformed into non-readable formats). In case of any failure in uploading the tender documents, NHM – Madhya Pradesh should not be held responsible in any manner, whatsoever. Prospective bidders should take utmost care and verify after uploading the tender documents on the E-procurement portal.
2.5 Before preparing the tender and submitting the same on the eProcurement Portal
https://www.mptenders.gov.in, the bidder should read and examine all the terms & conditions, instructions, checklist etc. contained in the Tender Documents. Failure to provide required information or to comply with the instructions incorporated in these Tender Documents may result in rejection of tender(s) submitted by bidders.
2.6 The tenders which are for only a portion of the components of the job /service shall not be
accepted. (The tenders /bids should be for all components of the job /service.)
2.7 The technical and financial bid shall be submitted before the last date & time of submission in online mode only. Tenders and EMD submitted after the stipulated date & time (closing date and time for uploading the tender) as mentioned in Clause 7, Notice Inviting Tender (NIT) shall not be considered, and would summarily be rejected.
Page 8 of 46
3. Tendering Expense
The bidder shall bear all costs and expenditure incurred and/or to be incurred by it in connection with its
tender including preparation, submission of its tender and subsequently processing the same. The State
Health Society, Madhya Pradesh (NHM-Madhya Pradesh) will, in no case be responsible or liable for any
such cost, expenditure etc. regardless of the conduct or outcome of the tendering process.
4. Language of the tender
The tender submitted by the bidder and documents relating to the tender shall be written in the English
language. However, the language of any printed literature furnished by the bidder in connection with its
tender may be written in any other language provided the same is accompanied by an English translation
and, for purposes of interpretation of the tender, the English translation shall prevail. At any point of time,
the Tender Inviting Authority may also undertake the English translation of any printed literature or other
document submitted in any official or vernacular language and the same would prevail over any
translation submitted by the Agency/Bidder.
However, if the language of any of the printed document(s) submitted by the bidder is/are in “Hindi”
language, then there is no need for providing an English translation of the same document, for
interpretation.
5. Amendments to Tender Documents
5.1 At any time prior to the deadline for submission of tenders, the NHM-Madhya Pradesh may, for
any reason deemed fit by it, modify the Tender Documents by issuing suitable
amendment(s)/corrigenda to it.
5.2 Such an amendment/corrigenda will be notified on eProcurement Portal
https://www.mptenders.gov.inand the same shall be binding to all prospective Bidders.
5.3 Any bidder who has downloaded the tender document should watch for amendment/corrigenda, if
any, issued on the above eProcurement Portal https://www.mptenders.gov.in and the
NHM-Madhya Pradesh will not issue separate communication to them. The NHM-Madhya Pradesh
shall not be responsible in any manner if prospective Bidders miss any notifications placed on
mentioned in Clause 7, Notice Inviting Tender (NIT) shall not be considered, and would summarily be rejected.
8.4 The EMD of unsuccessful bidder will be returned to them without any interest, after conclusion
of the resultant contract. The EMD of the successful bidder will be returned without any interest,
after receipt of performance security as per the terms of contract.
8.5 Earnest money is required to protect the NHM-Madhya Pradesh against the risk of the Bidder’s
conduct, which would warrant the forfeiture of the EMD.
8.6 The EMD/ Bid Security shall be forfeited by the NHM-Madhya Pradesh hereunder or otherwise,
under the following conditions:
8.6.1 If a Bidder submits a non-responsive Bid;
8.6.2 If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice
8.6.3 If a Bidder withdraws its Bid during the period of bid validity as specified in this RFP and as extended by the NHM-Madhya Pradesh from time to time;
8.6.4 In the case of Selected Bidder, if it fails within the specified time limit:
8.6.4.1 to sign the contract and/or
8.6.4.2 to furnish the Performance Security(PS) before signing the contract agreement within the period prescribed in the Letter of Intent (LoI)
9. Preparation of Tender
9.1 The Bidding documents shall be submitted in the mode as mentioned below: -
(1) Earnest Money Deposit (EMD)
Online
Note: EMD should not have been submitted online on a date later than the
last date for submission of online bidding document i.e., 23/09/2019
(Monday)
(2) Technical Bid Online
(3) Financial Bid Online
9.2 The tender shall be duly signed by the authorized person duly approved by the appropriate authority in terms of Annexure 3, at the appropriate places as indicated in the tender documents and all other pages of the tender including printed literature, if any, shall be initialed by the same person(s) signing the tender. The tender shall not contain any erasure or overwriting, except as necessary to correct any error made by the bidder and, if there is any such correction; the same shall be initialed by the person(s) signing the tender. The entire document being part of tender document should be page numbered. The Authorization Letter shall also be furnished along with the tender, as per the Annexure 3.
9.4 A person signing (manually or digitally) the tender form or any documents forming part of the contract on behalf of another shall be deemed to warranty that he has authority to bind such other persons and if, on enquiry, it appears that the persons so signing had no authority to do so, the NHM-Madhya Pradesh may, without prejudice to other civil and criminal remedies, cancel the contract and hold the signatory liable for all cost and damages.
9.5 The Earnest Money Deposit(EMD) shall be submitted Online as mentioned above.
Page 11 of 46
9.6 Following documents must be submitted through online mode on eProcurement Portal
https://www.mptenders.gov.in :
1) Particulars of the bidders, as per “Annexure 4”
2) Self-attested copy of establishment of the entity under Companies Act 1956/2013 or Indian
Societies Registration Act 1860 or Indian Trust Act 1882.
3) Self-attested copy of audited accounts statement i.e. Audited balance sheet along with Profit &
Loss Account Statement (if the agency/bidder is registered under Companies Act) or Income and
Expenditure Account Statement (if the agency/bidder is registered under Societies or Trust Act),
as mentioned in the Eligibility criteria along with all Appendix for the last 3 financial years (FY)
2015-16, 2016-17 and 2017-18.
4) Self-attested copy of the Income Tax Returns (ITR) acknowledgement for three assessment years
(AY) i.e. 2016-17, 2017-18 and 2018-19.
5) Authorization Letter for signing of proposal in favor of signatory to tender documents as per
“Annexure 3”.
6) Self-attested copy of the certificate of registration of EPF, ESI, GST (if applicable) issued by the
appropriate authority valid as on date of submission of tender documents.
7) A declaration attested by Notary republic or sworn before the executive magistrate, from the
bidder in the format given in the “Annexure 1” to the effect that the firm has neither been
declared as defaulter or black-listed or declared ineligible by any competent authority of GoI or
Government of any other state.
8) Proposed concept plan of executing the project in the concerned division (applied), comprising
concept plan and methodology, Creativity & Innovation and Monitoring and Evaluation Plan.
10. Tender Submission
10.1 The State Health Society, Madhya Pradesh (NHM-Madhya Pradesh) will open the tenders at the
date and time as indicated in Clause 7 of the Notice Inviting Tender (NIT). In case the specified
date of tender opening falls on / is subsequently declared a holiday or closed day for the State
Health Society, Madhya Pradesh (NHM-Madhya Pradesh), the tenders will be opened in online
mode, on the next working day.
10.2 Technical evaluation of the Bid will be done on the basis of technical qualification criteria and
documents mentioned (TECHNICAL BID) in Mandatory Documents Link present in the
eProcurement Portal https://www.mptenders.gov.in failing which the bid will not be
considered for technical evaluation.
10.3 The technical evaluation shall be done only on the basis of documents/papers submitted by the
bidder on e-Procurement Portal https://www.mptenders.gov.in
10.4 The financial evaluation of the Bid will be done on the basis of the price quoted by the
agency/bidder as per the price bid format available at the eProcurement Portal
https://www.mptenders.gov.in failing which the bid will not be considered for
financial evaluation.
10.5 The Financial evaluation shall be done only on the basis of bid submitted by the bidder on e-
Procurement Portal https://www.mptenders.gov.in
Page 12 of 46
10.6 Incomplete/Partial submission of the Price Bid will disqualify the bidder; and the complete bid
would be summarily rejected.
SECTION –III
EVALUATION OF TENDERS
1. Scrutiny of Tenders
The tenders will be scrutinized by the selection committee appointed by the NHM-Madhya Pradesh, to
determine whether they are complete and meet the essential and important requirements, conditions
and whether the bidder is eligible and technically qualified as per criteria laid down in this Tender. The
bids, which do not meet the aforesaid requirements are liable to be treated as non-responsive and may
be ignored. The decision of the NHM-Madhya Pradesh as to whether the bidder is eligible and qualified
or not and whether the bid is responsive or not shall be final and binding on the bidders.
2. Infirmity/Non-Conformity
The NHM-Madhya Pradesh may waive minor infirmity and/or non-conformity in a tender, provided it does
not constitute any material deviation. The decision of the NHM-Madhya Pradesh as to whether the
deviation is material or not, shall be final and binding on the bidders.
3. Bidder’s capability to perform the contract
The NHM-Madhya Pradesh, through the above process of tender scrutiny and evaluation will determine
to its satisfaction whether the bidder, is eligible, qualified and capable in all respects to perform the
contract satisfactorily. In such conditions, decision of the NHM-Madhya Pradesh shall be final and
binding on the bidders.
4. Contacting the State Health Society, Madhya Pradesh (NHM-Madhya Pradesh)
4.1 From the time of submission of tender to the time of awarding the contract, if a bidder needs to
contact the NHM-Madhya Pradesh for any reason relating to its tender, it should do so only in
4.2 In case a bidder attempts to influence the NHM-Madhya Pradesh, on the NHM-Madhya
Pradesh’s decision on scrutiny, comparison & evaluation of tenders and awarding the contract, the tender of
the bidder shall be liable for rejection and it may also lead to forfeiture of EMD in addition to appropriate
administrative and coercive actions being taken against that bidder, as deemed fit by the NHM-Madhya
Pradesh, under suitable law of land.
5. Bid Clarification
5.1 To facilitate evaluation of Proposals, the NHM-Madhya Pradesh may, at its sole discretion,
seek clarifications in writing from any Bidder regarding its Proposal. Notwithstanding anything
contained in the Tender, the NHM-Madhya Pradesh reserves the right not to take into
consideration any such clarifications sought for evaluation of the Proposal.
5.2 At any point in time during the bidding process, if required by the NHM-Madhya Pradesh, it is the Bidders’ responsibility to provide required historical evidence of their eligibility as per the terms of the tender, to the satisfaction of the NHM-Madhya Pradesh. If no response is received by due date, the NHM-Pradesh shall evaluate the offer as per available information. The proposal evaluation committee in the NHM-Madhya Pradesh can verify the facts quoted in the proposal.
6.1 The Agencies/Bidders and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the Selection Process. Notwithstanding anything to the contrary contained herein, the NHM-Madhya Pradesh may reject an Application without being liable in any manner whatsoever to the agency/bidder if it determines that the Applicant has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice in the Selection Process.
6.2 Without prejudice to the rights of the NHM-Madhya Pradesh hereinabove, if an Agency/bidder is found by the NHM-Madhya Pradesh 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 Selection Process, such Agency/bidder shall not be eligible to participate in any tender or RFP issued by the NHM-Madhya Pradesh during a period of 5 (Five) years from the date such Agency/bidder is found by the NHM-Madhya Pradesh 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, as the case may be.
6.3 For the purposes of this Clause, the following terms shall have the meaning hereinafter
respectively assigned to them:
6.3.1 “Corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the actions of any person connected with the Selection Process (for avoidance of doubt, offering of employment to, or employing, or engaging in any manner whatsoever, directly or indirectly, any official of the NHM-Madhya Pradesh who is or has been associated in any manner, directly or indirectly, with the Selection Process.
6.3.2 “Fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or disclosure of incomplete facts, in order to influence the Selection Process.
6.3.3 “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 Selection Process.
6.3.4 “Undesirable practice” means (i) establishing contact with any person connected with or employed or engaged by the NHM-Madhya Pradesh with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Selection Process; or (ii) having a Conflict of Interest, and
6.3.5 “Restrictive practice” means forming a cartel or arriving at any understanding or arrangement among Agencies/bidders with the objective of restricting or manipulating a full and fair competition in the Selection Process.
7 Award of Contract
7.1 The NHM-Madhya Pradesh shall be adopting a methodology for selection of agency/bidder for each Division, where in 70% weightage shall be given to technical evaluation score based on the technical proposals submitted by the agency/bidder and 30% weightage shall be given to the financial evaluation score based on the financial bid submitted by the agency/bidder. The contract agreement for each division shall be signed with the NHM-Madhya Pradesh and the bidder/agency, whose score is the highest (technical + financial) in the concerned division,
Page 14 of 46
subject to all conditions laid down in the tender document and the bidder/agency fulfilling the eligibility criteria.
7.2 The criteria of computation of technical score of each agency/bidder in each division is mentioned below. The Agency/Bidder is required to furnish the details as per the annexure 6 and 7.
Technical Evaluation Matrix for each Division
Sno Particulars Allocation of marks Weightage
for Marks
1.
Annual Average Turnover
of the Agency or bidder in
the last 3 financial years
(FY 2015-16, FY 2016-17
and FY 2017-18)
(a) Greater than or equal to 3 crore but less than 5 crores
10 marks
20 marks (b) Greater than or
equal to 5 crore but less than 7 crores
15 marks
(c) Greater than 7 Crores
20 marks
2.
Experience of
implementing programs in
private sector engagement
and/or patient support
services in Revised
National Tuberculosis
Control Program (RNTCP)
with government or donor
agencies in the
state/Country
(a) Greater than 3 years but less than 5 years
10 marks
20 marks (b) Greater than 5 years
but less than 7 years 15 marks
(c) Greater than 7 years
20 marks
3
Mid-level supervisory staff
having more than 3-5
years of experience of
working in TB related
Public Health Programs
(a) Less then equal to 5 people
10 marks
20 marks (b) Greater than 5
people 20 marks
4
Plan of executing the project in
the concerned Division(s)
[This criteria would be
evaluated through a 20
minutes presentation to be
presented by the bidder in-
person to State Health Society,
MP/competent authority]
1. Approach & methodology
30 marks
40 marks
1.1 Provider Management
10
marks
1.2 Case finding Approach
10
marks
1.3 Patient Management
10
marks
2. Creativity & Innovation
5 marks
3. Program Management Plan
5 marks
Page 15 of 46
Technical Evaluation Matrix for each Division
Sno Particulars Allocation of marks Weightage
for Marks
(Monitoring & Evaluation, Data management, analysis & reporting)
Maximum Marks in Technical Evaluation 100 marks
7.1 Bidders securing equal or more than 70% will be qualified for the Financial bidding. Any bidder scoring less than 70 marks would not be eligible for further financial evaluation and consideration in the bidding process.
7.2 The combined score of the technical and financial evaluation of the technically qualified bidders as per the eligibility criteria, shall be calculated as per the formula:
Score (S) = (T/T High X 70) + (C Low/C X 30)
Where,
T = Technical evaluation score of the bidder
T High = Highest Technical score amongst the bidders
C Low = Lowest quote of financial bid amongst the bidders
C = Quote of financial bid by the bidder.
And the bidder, securing the highest score shall be shortlisted for the concerned assignment.
For example for calculation of the combined score for any one division,
Three bidder(s) A, B and C, have applied for a particular assignment. Technical score shall be
arrived at by treating the marks of the bidder scoring the highest marks (assuming bidder A) in
the technical evaluation as 100. The technical score of other bidders (B,C etc.) shall be computed
using the formula:
Technical Score = Marks of B/ Marks of the Highest Scorer (Assumed bidder A) X 70.
Similarly, financial score of the bidders, shall be arrived at taking the cost quoted by the L1
(Lowest bid quoted) bidder i.e., let the lowest quoted bidder be C, as 100. Marks of the other
bidders shall be calculated using the formula:
Financial Score = Cost of L1 Bidder /Cost quoted by Bidder X 30.
A "combined score" shall be arrived at, taking into account both Technical and financial scores of
each bidder with a weightage of 70% for technical score and 30% for Financial score. The
successful bidder shall be the one who has the highest combined score. For example,
Bidder Technical
evaluation
marks
Financial
evaluation
marks
Technical
Score
Financial
Score
Combined Score
A 95 71 (95/95) X 70 =
70
(60/71) X 30 =
25.35
70+25.35 =
95.35
Page 16 of 46
B 85 65 (85/95) X 70=
62.63
(60/65) X 30 =
27.69
62.63+27.69 =
90.32
C 90 60 (90/95) X 70 =
66.31
(60/60) X 30 =
30
66.31+30 =
96.31
Hence, bidder C, with the highest score of 96.31 becomes the successful bidder.
7.3 For each division, the H1 for that division will be offered to take up the contract. If the same agency is H1 in more than one division, the agency would have the option to select the divisions. Any agency would not be allowed to take more than three divisions.
7.4 After the first round of allocations, if there are any divisions that are left, agencies that are H2 for those divisions would be offered to take up the contract. If the same agency is H2 in more than one of the remaining divisions, the agency would have the option to select the divisions. Any agency would not be allowed to take more than three divisions.
7.5 After the second round of allocations, if there are any divisions that are left, agencies that are H3 for those divisions would be offered and the same process would be repeated.
7.6 However, after the third round, if there is any division left, H1 for that division would be asked to take up the contract. If H1 refuses, H2 would be asked to take up the division. However, if H2 also refuses, that particular division would be re-bid.
7.7 The NHM-Madhya Pradesh reserves the right to accept in part or in full any tender or reject any tender(s) without assigning any reason or to cancel the tendering process and reject all tenders at any time prior to award of contract, without incurring any liability, whatsoever to the affected bidder(s).
7.8 The NHM-Madhya Pradesh will notify the successful bidder(s) in writing by issuing a Letter of Intent (LoI), that its tender has been accepted for the concerned division, briefly indicating there in the essential details like description of services and corresponding prices accepted, subject to the contract agreement to be signed between the parties “floated from this Tender” having the terms and conditions etc., therein. The bidder shall within 7 days of issue of the Letter of Intent (LoI), give his acceptance.
7.9 The successful bidder must furnish to the NHM-Madhya Pradesh the required Performance Security (PS) as applicable for the concerned Division(s), before executing the contract/signing of the contract agreement positively failing which the EMD will be forfeited and the award will be cancelled and bidder may also be blacklisted. Relevant details about the performance security have been provided.
The contract agreement will be signed between NHM Madhya Pradesh, and the selected service
provider for each Division and will be required to be signed within 15 days of the issue of the Letter
of Intent (LoI). The stamp duty and registration charges, if any levied by the Central or State
governments or any other statutory body, payable on the Agreement will be borne by the service
provider.
Page 17 of 46
SECTION—IV
Scope of Work for Patient Provider Support Agency (PPSA)
The State of Madhya Pradesh under Revised National Tuberculosis Control Program (RNTCP) is looking to expand the scope of its work for diagnosis, treatment and care of Tuberculosis patients in the public and private sector. Under this program NHM will engage and collaborate with doctors, hospitals, Nursing homes, laboratories and chemists working in the private sector to ensure that no patient is left behind. To this effect, the State TB Cell is establishing an interface agency – Patient –Provider Support Agency (PPSA) that will be managed by a nodal NGO. This Nodal NGO will be identified at Divisional Level and will be assigned to work in all districts of respective Districts of Division as PPSA.
PPSA will be expected to support in the following areas:
Public Sector
1. Community Empowerment- Awareness in the community and demand generation for services
2. Active Case Finding- In 10% key High risk population of the district
3. Sputum Collection & Transportation- From field to DMCs, From Non DMC PHI to DMCs, From DMCs
to CBNAAT Site and CBNAAT site to CDST Laboratories
4. Public Health Action- Counselling of Patient and Family at home, Contact Investigation,
Nikshay PoshanYojana including Bank detail collection
6. Engagement of private sector for availability of anti-TB FDC’s at empaneled chemists and FDC
management.
7. Pre Treatment Evaluation
Elaborate Scope of Activities with Action Points and detailed Clarification
Public Sector
1. Community Empowerment- Awareness in the community and demand generation for services
This is input based plan where few activities are fixed for every one lakh population. Activities will include Community Meetings, Miking, Nukkad, Pamphlet distribution, AV Films. PPSA can use RNTCP IEC Material/ Prototypes produced by State/ District or can prepare its own material under guidance of STO/ DTO. Monthly activity plan need to be prepared in consultation with respective DTO and get it duly signed by DTO. Monthly reports on activities along with Photos and write up to be submitted to DTO. PPSA is
Page 18 of 46
expected to invite DTO and RNTCP Staff in all its activities. PPSA should inform local STS/ STLS of their activities and invite them during events and use their expertise for better results.
2. Active Case Finding- In 10% key High risk population of the district
Step 1. Identify& map high risk / vulnerable population in local area with following guidance. If additional information is available locally, it can be used for prioritization of target groups. Symptom screening will be done in these identified and mapped target groups only (not in general population).
Priority Urban area Rural area Tribal area
1 Slum Difficult to reach villages Difficult to reach villages &
hamlets
2 Prisons inmates Mine workers Villages with known higher case
load
3 Old Age homes Stone crusher workers Tribal school hostels
4 Construction site
workers
Populations groups with
known high malnutrition
Areas with known high
malnutrition
5 Refugee camps Populations known to
drink raw milk
Villages seeking care from
traditional healers
6 Night shelters Populations known to
eat uncooked meat
Populations known to drink raw
milk
7
NACO/SACS
identified HRG for
HIV
NACO/SACS identified
HRG for HIV
Populations known to eat
uncooked meat
8 Homeless Weaving & Glass
industrial workers
Tribal areas with little ventilated
huts
9 Street children Cotton mill workers
10 Orphanages Unorganized labor
11 Homes for
destitute Tea garden workers
12 Asylums
Villages largely seeking
care from traditional
healers
Step 2. Micro planning for urban areas:
• For planning and implementation purposes, urban areas should be divided into smaller planning
units based on municipal wards or assemblies and if this is not possible then by roads or
prominent landmarks.
• Involvement of local municipal bodies and their staff is essential in urban areas.
Page 19 of 46
• Maps prepared for other campaigns like Pulse Polio, LCDC, etc must be used while planning for
urban areas.
Search and detection/diagnosis of TB suspects/cases during house to house (h-t-h) visits:
• During h-t-h activity, maps should be used to visit all houses systematically as per the micro plan.
No house should be left unvisited.
• Houses where residents were left due to non-availability of any member at the first visit should
be revisited at the time when inhabitants of the area are most likely to be available at their
homes.
o Revisit to houses: All or some eligible inhabitants of the house were not screened for
reasons should be re-visited.
• All such houses/ area, irrespective of cause should be revisited by teams during afternoon /
evening to examine the inhabitants of these houses. If not available revisit on next day, 7th &
14th day of ACF Campaign
3. Sputum Collection & Transportation- From field to DMCs, From Non DMC PHI to DMCs, From DMCs
to CBNAAT Site and CBNAAT site to CDST Laboratories
RNTCP has established Designated Microscopy Centres (DMCs) in the entire country, but there are still areas where accessibility to DMCs is sub-optimal. Sputum specimens collected will be subsequently transported to the nearest DMC, enhancing the coverage of RNTCP and improving convenience to patients.
Sputum collection from TB suspects [presumptive TB] referred from outpatients of the same facility, the surrounding community, and other facilities linked in the vicinity
• Collect diagnostic and follow up sputum specimens following RNTCP guidelines.
• Ensure adherence to guidelines on sputum collection in order to obtain good quality sputum samples.
• Ensure accurate recording in lab forms and dispatch lists, labelling, recording and packaging of samples.
• Maintain a register with patient and sample details
• Collaboration with DMC and arrangement/liaison with the agency transporting the sputum samples
• Ensure that there is timely communication of sputum results back to referring providers or patients and the same is reflected in the relevant sputum collection register.
• Sputum negative patients are counselled according to the guidelines and they should be followed up accordingly
Sputum Transportation
• Coordinate with the assigned Sputum Collection Centres and the DMCs
• Transport samples safely to DMCs periodically
• Transport samples within 48 hours of collection
• Transportation to be done within 0‐48 hours with cold chain for C& DST samples
• Convey the results in dispatch lists and forms to the Sputum Collection Centres
• Maintain travel log book within detail of travel undertaken for sputum transport
Page 20 of 46
4. Public Health Action- Counselling of Patient and Family at home, Contact Investigation,
Nikshay PoshanYojana including Bank detail collection
• A training will be provided by local DTO and RNTCP Staff to PPSA volunteers, treatment
supporters about DOTS.
• First home visit must be done within 7 days of diagnosis of the patient.
• During initial home visit, confirmation of address of the patient, linking patient to treatment
supporter must be done.
• Concerned treatment supporter must be registered under PHI/TU and linked with the patient.
• Patient should be counselled upon about the treatment, duration, cough etiquettes, drug
consumption, side effects, importance of completion of treatment, etc. Same way family
members of Patient also need to be counselled.
• If there is any other family member is suffering from same symptoms should be sent to nearest
PHI for screening of TB with prior counselling.
• Contact screening should be also done and all eligible children below 6 years of age should be
given Isoniazid 10 mg/Kg for 6 months.
• In case of PMDT patients all contacts must be strictly tested on CBNAAT.
• Bank account details must be collected at the earliest so as to provide NPY benefits at the time of
diagnosis itself.
• Daily drug intake by patient needs to be monitored directly by Volunteer using the ICT tool either
provided by PPSA or RNTCP for the entire duration of treatment.
Monthly due list of patients for follow-up should be prepared. Patients must be given sputum cups/falcon tubes in advance to ensure timely follow-up. Outcomes should be given on real time basis.
5. Pre Treatment Evaluation- For DRTB Patients, pre-treatment evaluation needs to be done before
initiating on treatment
• Usually both Public patients and majority of private patients of Drug Resistant TB are managed in
Public sector hospitals.
• In Public Hospital, sometimes few investigations and test facilities are not available which are part
of pre-treatment evaluation, essential to do before starting DRTB patient’s treatment.
• For this some private lab or investigation facility can be identified and can be involved under
partnership guidelines. If patient approach seems difficult, a concept of relay station can be
thought of (for sample collection and transportation).
• Mutual agreement or MOU should be signed between public and private sector. Laboratory must
have accreditation certification.
• PPSA is expected to create the liasioning between RNTCP and private laboratories for the same.
Volunteers of PPSA can be trained on sample collection, transportation, etc.
Private Sector
1. Private Sector Engagement
Engagement of private sector for notification, treatment adherence, address verification & contact
tracing
• Mapping of private providers/ health facilities block-wise (Rural area) & Ward wise (Urban area).
Page 21 of 46
• To increase the number of private providers/ health facilities in the PPSA network on a monthly
basis and to submit the renewed list to the DTO on a monthly basis.
• Annexures for sputum referrals to be kept at doctor’s clinics/ health facilities. Annexures have to be completely and correctly filled by the Sputum Collecting Agent.
• Falcon tubes to be kept at the doctor’s clinic/ health facilities and to be replenished timely in coordination with DTC so that there are adequate number of Falcon tubes at any given point of time.
• Facilitate the notification of TB cases and TB referrals in Nikshay.
• Liaise with the sputum collection and transport agency for CBNAAT/ Microscopy testing in public/ private sector labs. Coordinating the delivery of soft copy and hard copy of the sputum report to the doctors. To enter the report in Nikshay.
• Keep all data/reports correctly & completely filled and updated. The report has to be first given to the DTC (District Tuberculosis Centre) on a monthly basis, in the desired format, in both hard copy and soft copy.
3. Sputum Collection & Transportation
RNTCP has established Designated Microscopy Centres (DMCs) in the entire country, but there are still areas where accessibility to DMCs is sub-optimal. Sputum specimens collected will be subsequently transported to the nearest DMC, enhancing the coverage of RNTCP and improving convenience to patients.
Sputum collection from TB suspects [presumptive TB] referred from outpatients of the same facility, the surrounding community, and other facilities linked in the vicinity
• Collect diagnostic and follow up sputum specimens following RNTCP guidelines.
• Ensure adherence to guidelines on sputum collection in order to obtain good quality sputum samples.
• Ensure accurate recording in lab forms and dispatch lists, labelling, recording and packaging of samples.
• Maintain a register with patient and sample details
• Collaboration with DMC and arrangement/liaison with the agency transporting the sputum samples
• Ensure that there is timely communication of sputum results back to referring providers or patients and the same is reflected in the relevant sputum collection register.
• Sputum negative patients are counselled according to the guidelines and they should be followed up accordingly
Sputum Transportation
• Coordinate with the assigned Sputum Collection Centres and the DMCs
• Transport samples safely to DMCs periodically
• Transport samples within 48 hours of collection
• Transportation to be done within 0‐48 hours with cold chain for C& DST samples
• Convey the results in dispatch lists and forms to the Sputum Collection Centres
• Establish sputum collection and transport agency for CBNAAT / Microscopy testing in public / private sector labs
4. Linkages for Diagnosis including extraction of extra pulmonary samples/ tissues at Private Health
Facilities
Page 22 of 46
• Private Providers (Private Practitioners, Hospitals, Nursing Homes. Single Practitioners Clinic,
Polyclinics, and Laboratories) require a robust mechanism for facilitating diagnosis management.
• As often seen, patients referred from private sector won’t like to visit government facilities for
X-ray services and pre-treatment evaluation for PMDT patients.
• Patients would like to visit another private provider rather than government health facility.
• The alternate private provider may be a private practitioner/Hospital/Laboratory.
• In case where extra pulmonary samples need extraction by Specialist or Super Specialist, these
services can be taken from Private Providers. In this case, MOU needs to be signed between DTO
and the Specialist/ Super Specialist or Private Facility.
• Similarly, community volunteer can also be engaged for this activity according to revised costs
and norms of the program.
For PTE investigations Hospitals/Laboratory can be involved according to and/or they can be engaged by signing MOU between DTO & the private provider. The reimbursements of services can be paid by District Health Society under patient support head.
5. Public Health Action- Counselling of Patient and Family at home, Contact Investigation,
Nikshay PoshanYojana including Bank detail collection
• Provision of public health action broadly means patient & family counselling HIV, DM screening,
contact tracing, Isoniazid prophylaxis for eligible, supervising treatment adherence, ensuring
timely follow-ups and facilitating Nikshay PoshanYojana benefits by collecting bank account
details.
• All these should begin at the first point of care during diagnosis.
• Due consent of the patient & private provider must be taken before visiting patient. Strict
confidentiality should be maintained.
• Contact screening should be done during the first home visit itself. All eligible children below 6
years of age should be given Isoniazid 10 mg/Kg for 6 months.
• Patient should be linked for HIV & DM screening with government or private facility.
• Patient should be counselled upon about the treatment, duration, cough etiquettes, drug
consumption, side effects, importance of completion of treatment, etc. Same way family
members of P
• atient also need to be counselled.
• If there is any other family member is suffering from same symptoms should be sent to nearest
PHI for screening of TB with prior counselling.
• Daily drug intake by patient needs to be monitored directly by Volunteer using the ICT tool either
provided by PPSA or RNTCP for the entire duration of treatment.
Monthly due list of patients for follow-up should be prepared. Patients must be given sputum cups/falcon tubes in advance to ensure timely follow-up.
• Outcomes should be given on real time basis.
• Bank account details must be collected either by notifying private provider/project
staff/RNTCPstaff.
• In case of Patient diagnosed by Private Provider belongs to other district, all information related
to Notification will be shared with PPSA team of that district and Public Health action of that
patient will be carried out by PPSA working in that district. Payment of Public Health Action will
be paid to the PPSA carrying out that work in that district.
Page 23 of 46
6. Engagement of private sector for availability of anti-TB FDC’s at empaneledchemists and FDC
management.
• Mapping and relationship maintenance of chemists, block wise in Rural area ward-wise in Urban
area. Enter into MOU with identified chemists (list to be provided) for FDC management and
dispensing activities.
• Liaise with the empaneled chemists to facilitate dispensing of appropriate FDC’s to the patients
who are referred by doctors/health facilities.
• Vouchers for FDC referrals to be kept at doctor’s clinics/ health facilities. Voucher printing to be
done by the NGO’s.
• Manage the FDC logistics from District Tuberculosis Centres (DTC’s) to the empaneled chemists.
NGO will also have to enter the logistic data in the DVDMS software.
• Collect the monthly FDC requirement from the chemists and liaise with the DTO for the
requirement.
• FDC deliveries to the chemists for replenishment of the stocks, once a month. Keeping a track on
the chemists’ stocks so that there is an average of two months stocks with the chemists. NGO
should ensure that there is no expiry of FDC’s at the chemist.
• Keep all data/reports updated and report to District Tuberculosis Centre (DTC) on a monthly
basis, in both hard copy and soft copy.
• Monthly collection and collation of data in the desired format for FDC management. Submitting
of this data on a monthly basis at the DTC (District Tuberculosis Centre) for verification by DTO
(District Tuberculosis Officer).
7. Pre Treatment Evaluation
• Usually both Public patients and majority of private patients of Drug Resistant TB are managed in
Public sector hospitals.
• In Public Hospital, sometimes few investigations and test facilities are not available which are part
of pre-treatment evaluation and essential to do before starting DRTB patient’s treatment.
• For this some private lab or investigation facility can be identified and can be involved under
partnership guidelines. If patient approach seems difficult, a concept of relay station can be
thought of (for sample collection and transportation).
• Mutual agreement or MOU should be signed between public and private sector. Laboratory must
have accreditation certification.
• Timely and complete payment to Private facility should be ensured as per sanctioned ROP.
Private Sector Notification Targets for 2019 (Please note that the private sector notification targets for the
subsequent years would be shared with the selected agencies as and when available)
Division District Population (in Lakhs) Targets
Bhopal
Betul 18.02 570
Harda 6.52 530
Hoshangabad 14.20 450
Raisen 15.23 950
Rajgarh 17.69 600
Sehore 15.00 500
Vidisha 16.68 970
Page 24 of 46
Total 103.35 4570
Indore
Alirajpur 8.34 365
Barwani 15.85 1365
Burhanpur 8.66 2400
Dhar 24.99 1500
Jhabua 11.72 410
Khandwa 14.98 615
Khargone 21.42 1440
Total 105.96 8095
Gwalior
Ashoknagar 9.67 400
Bhind 19.49 1050
Datia 9.00 250
Guna 14.20 1441
Gwalior 23.23 4300
Morena 22.48 1085
Sheopur 7.87 325
Shivpuri 19.74 850
Total 125.67 9701
Jabalpur
Balaghat 19.46 1050
Chhindwara 23.91 1080
Dindori 8.06 120
Jabalpur 28.15 2520
Katni 14.78 520
Mandla 12.05 188
Narsinghpur 12.49 575
Seoni 15.77 350
Total 134.68 6403
Ujjain
Agar Malwa 5.77 230
Dewas 17.88 1150
Mandsaur 15.33 1555
Neemuch 9.45 985
Ratlam 16.64 710
Shajapur 11.53 800
Ujjain 22.73 1680
Total 99.33 7110
Rewa
Anuppur 8.57 200
Rewa 27.04 720
Satna 25.50 1690
Shahdol 12.18 450
Sidhi 12.89 400
Singrauli 13.48 520
Umaria 7.36 300
Total 107.02 4280
Page 25 of 46
Sagar
Chhatarpur 20.17 24000
Damoh 14.46 465
Panna 11.62 265
Sagar 27.21 2700
Tikamgarh 16.53 250
Total 89.98 27680
Page 26 of 46
SECTION-V
ELIGIBILITY CRITERIA
1) This invitation is open to all organizations registered under Companies Act 1956/2013, Indian Societies Registration Act 1860, Indian Trust Act 1882 who fulfill the eligibility & qualification criteria specified hereunder. (The bidder can’t be an individual or group of individuals&Consortium is not allowed)
2) The eligibility criteria and Supporting Documents to be submitted by the bidders are as follows:-
Sno Eligibility criteria for Bidders Mandatory Documents to be submitted as
documentary evidence
(I)
The Bidder should be an
established entity under
Companies Act 1956/2013, Indian
Societies Registration Act 1860,
Indian Trust Act 1882
For Company - Self attested copy of certificate of
registration under Companies Act 1956/2013.
For Society/Trust – Self attested copy of certificate
of registration under Societies Registration Act
1860, Indian Trust Act 1882.
(II)
The bidder must have average
annual turnover of Rs. 3 Crores
(Three crores rupees) in the last
three financial years (FY 2015-16,
FY 2016-17 & FY 2017-18), as
evidenced by the audited accounts
of the bidder.
Audited balance sheet and
(a) Statement of Income and Expenditure
account statement. (If the bidder is
registered under Societies and Trust Act.)
(b) Statement of Profit and Loss (If the bidder is
registered asa charitable institution under
Companies Act).
(III) The bidder must provide self-
attested scanned copies for (i)
PAN Card, (ii) Income Tax Returns
of three assessment years AY
2016-17, AY 2017-18 & AY 2018-
19, and (iii) GST Registration
Certificate (iv) ESI & EPF
registration certificate where
applicable
Self-attested copies of
1) PAN Card
2) GST Registration Certificate (if applicable)
3) Copy of Income Tax Return filed and
submitted by the bidder for three assessment
years AY 2016-17, AY 2017-18 & AY 2018-19.
4) ESI & EPF registration certificate where
applicable
(IV) The bidder must have minimum 3
years of experience of
implementing Health programs
along with minimum 3 years of
experience working with Revised
National Tuberculosis Control
Program (RNTCP) with
government or donor agencies in
the State/ Country.
Copy of the work order(s) and contract
documents from each of the client(s). The work
order(s) and contract documents, should clearly
indicate the services being provided by the
agency and the term of the project.
Page 27 of 46
Sno Eligibility criteria for Bidders Mandatory Documents to be submitted as
documentary evidence
(V) The bidder must not be
(i) Blacklisted / banned /
convicted by any court of law
for any criminal or civil
offences/ declared ineligible
by any entity of any State
Government or Govt. of India
or any local Self-Government
body or public sector
undertaking in India for
participation in future bids
for unsatisfactory
performance, corrupt,
fraudulent or any other
unethical business practices
or for any other reason, as
on date of submission
(upload) of online bidding
document.
(ii) The bidder shall declare all
ongoing litigations, it is
involved in with any
Government
Agency/State/central
department/PSU.
Affidavit attested by Notary Republic or
sworn before Executive Magistrate as per
“Annexure - 1”.
(VI) Experience of implementing
programs/working in the
districts or in the Divisions or
in any 2 States where annual
budget of the program should
be minimum Rs. 20 Lakhs for
individual Project (applied
for), in the last Three
Financial Years ( 2016-17,
2017-18 and 2018-19).
Self-attested copy of the work order and
experience certificate, ascertaining, the
bidders/agency’s experience
(VI) Agency/organization needs to
be registered on the
Government of India’s (GoI)
portal, DARPAN (if applicable)
Proof of registration on NGO-DARPAN portal
https://ngodarpan.gov.in/
3. Bidders which meet the above eligibility criteria, and basic requirements (i.e. timely submission, EMD/bid securityetc.), will move to the next stage for technical evaluations.
Page 28 of 46
If any bidder does not provide clarifications sought within the prescribed time, the NHM Madhya Pradesh
may proceed to evaluate the bid by construing the particulars requiring clarification to the best of its
understanding, and the bidder shall be barred from subsequently questioning such interpretation of the NHM
Madhya Pradesh.
SECTION-VI
Important Documents and Information
1. Use of contract documents and information
1.1 The Service Provider shall not, without the NHM-Madhya Pradesh’s prior written consent, disclose the contract or any provision thereof or any information furnished by or on behalf of the NHM-Madhya Pradesh in connection therewith, to any person other than the person(s) employed by the Service Provider in the performance of the contract emanating from this Tender Document. Further, any such disclosure to any such employed person shall be made in confidence and only so far as necessary for the purposes of such performance for this contract.
1.2 Further, the Service Provider shall not, without the NHM-Madhya Pradesh’s prior written consent, make use of any document or information mentioned in sub-clause 1.1 above except for the sole purpose of performing this contract.
1.3 Except the contract issued to the Service Provider, each and every other document mentioned in sub-clause 1.1 above shall remain the property of the NHM-Madhya Pradesh and, if advised by the NHM-Madhya Pradesh, all copies of all such documents shall be returned to the NHM-Madhya Pradesh on completion of the Service Provider’s performance and obligations under this contract.
2. Intellectual Property Rights
2.1 The bidder/agency shall, at all times, indemnify and keep indemnified the NHM-Madhya Pradesh and DHS, free of cost, against all claims which may arise in respect of goods & services to be provided by the bidder/agency under the contract for infringement of any intellectual property rights or any other right protected by patent, registration of designs or trademarks. In the event of any such claim in respect of alleged breach of patent, registered designs, trademarks etc. being made against the NHM-Madhya Pradesh or DHS, the NHM-Madhya Pradesh or DHS shall notify the bidder/agency of the same and the bidder/agency shall, at his own expenses take care of the same for settlement without any liability to the NHM-Madhya Pradesh or the DHS.
3. Insurance
3.1 The bidder/agency shall be responsible for insuring all the IT machines and equipment’s, manpower, etc. for accident, theft, damage, burglary etc.
3.2 The NHM-Madhya Pradesh or the DHS shall not be responsible for damages of any kind or for any mishap/injury/accident caused to any personnel/property of the bidder while performing duty as mentioned under the project. All liabilities, legal or monetary, arising in that eventuality shall be borne by bidder/ agency.
4. Project Duration
4.1 The tenure of the contract is initially for 3 years renewable every year, which may be extended for a further period of 1 year on the same rates (price quoted in the financial bid), terms and conditions based on the requirements, availability of resources and funds under National Health Mission (NHM) or any source and satisfactory performance of work done by the agency and any other conditions mutually agreed by the agency, and NHM-Madhya Pradesh. Any extension shall not be the right of the agency / bidder.
5. Payments
Page 29 of 46
5.1 The Agency/bidder shall be paid by the NHM-Madhya Pradesh or the authorities decided by NHM-Madhya Pradesh, against the invoices (as prescribed under GST Act 2017, if applicable)raised by the agency, on quarterly basis, on the rate discovered (quoted by the shortlisted agency/bidder) though this tender, as per the payment plan mentioned below:
Indicator Targets (Public)
Targets (Private)
Payment Linked (Public)
Payment Linked (Private)
Penalty
TB patient Notification
Not Applicable (Notifications would be done by the Government)
Targets as mentioned in the scope of services
Not Applicable
20%
In case of non-achievement of targets, the payment will be made on pro-rata basis.
20%
If Achievement is below 80% of the given target there will be penalty of 2% for Private sector
Validated Bank Account Details
For 95% of the total notifications done by the Government
For 75% of the total notifications
10%
In case of non-achievement of targets, the payment will be made on pro-rata basis.
5%
In case of non-achievement of targets, the payment will be made on pro-rata basis.
15%
If Achievement is below 80% of the given target there will be penalty of 1% for Public and 1% for Private sector
DST For 90% of the total notifications done by the Government
For 75% of the total notifications
5%
In case of non-achievement of targets, the payment will be made on pro-rata basis.
5%
In case of non-achievement of targets, the payment will be made on pro-rata basis.
10%
If Achievement is below 80% of the given target there will be penalty of 1% for Public and 1% for Private sector
HIV For 95% of the total notifications done by the Government
For 75% of the total notifications
5%
In case of non-achievement of targets, the payment will be made on pro-rata
5%
In case of non-achievement of targets, the payment will be made on pro-rata
10%
If Achievement is below 80% of the given target there will be penalty of 1% for Public
Page 30 of 46
basis. basis. and 1% for Private sector
DM For 90% of the total notifications done by the Government
For 75% of the total notifications
5%
In case of non-achievement of targets, the payment will be made on pro-rata basis.
5%
In case of non-achievement of targets, the payment will be made on pro-rata basis.
10%
If Achievement is below 80% of the given target there will be penalty of 1% for Public and 1% for Private sector
Successful Outcomes
For 90% of the total notifications done by the Government
For 80% of the total notifications
15%
In case of non-achievement of targets, the payment will be made on pro-rata basis.
20%
In case of non-achievement of targets, the payment will be made on pro-rata basis.
35%
If Achievement is below 80% of the given target there will be penalty of 1% for Public and 1% for Private sector
Administrative Expenses to PPSA Partner- 15% on annual funding to be adjusted
in quarterly installments for the year.
5.2 The above indicator targets and payments linked is applicable only for the first year of the contract and the same would be revised in the subsequent years.
5.3 Mobilization Advance: The PPSA shall be provided 10% of the annual contract value as mobilization advance once the Agency submits baseline information and Action plan for various indicators. This has to be done within first 30 days of initiating implementation. This mobilization amount will be settled quarterly in equal instalments against the invoices raised quarterly during the first year of the contract.
5.4 The agency will raise its invoices (as prescribed under GST Act 2017, if applicable)on completion of services in the previous quarter, during the first week of the current quarter, and the invoices must be submitted to the NHM-Madhya Pradesh or the authorities decided by NHM-Madhya Pradesh, till 7th day of the first month of the current quarter, along-with supporting documents. The invoices and supporting documents should be verified by the Tender inviting authority and the verified invoice and supporting documents should be submitted to the NHM – Madhya Pradesh or the authorities decided by NHM – Madhya Pradesh. The payment will be subject to TDS as per Income Tax Rules /GST Act (if applicable) and other statutory deductions as per applicable laws. Agency should ensure that the invoice raised and supporting documents produced should match with the data entered in NIKSHAY.
Page 31 of 46
5.5 Tender inviting authority should verify the invoice and the supporting documents within 4 days of the submission of the invoice and supporting documents by the agency. In case of discrepancy, the agency would re-submit the corrected invoice/supporting documents within 4 days of the date of the intimation of the discrepancy.
5.6 The due eligible payments will be made through PFMS or any other mode as directed by NHM-Madhya Pradesh quarterly and within 30 working days from the date of submission of the correct invoices and supporting documents.
5.7 Tender Inviting Authority / State TB Cell will undertake periodic verification of the performance indicators and targets through site visits and voice calls at least quarterly with interaction/interview of patients This would be applicable for both, patients in public and private sector.
Category Percentage slab
TB patients notified for verification of notification, bank account, HIV and
DM testing and DST
2% - 5%
TB patients with successful treatment outcomes 2% - 5%
5.8 Any performance related payments, shall be adjusted in every quarter of each year.
5.9 The prices/rates quoted in the financial bid, shall remain same for the entire duration of the
contract.
6. Performance Review, Incentives and Penalty Provisions
6.1 The Agency/bidder performance would be evaluated based upon which applicable penalties shall be deducted.
6.2 The NHM-Madhya Pradesh shall be sharing detailed performance evaluation criteria/formats to the DHS to assess the performance of the Service Provider.
6.3 Notwithstanding, as contained otherwise, and besides above as the case may be, the penalties may be imposed for each occurrence as per the identified Key Performance Indicators (KPIs). The applicable penalty will be deducted from monthly invoice.
Parameters Applicable Penalty
TB patients notified for verification
of notification, bank account, HIV
and DM testing and DST
Double the amount quoted by the bidder per case
discovered of false information / listing on NIKSHAY
TB patients with successful
treatment outcomes
Double the amount quoted by the bidder per case
discovered of false information / listing on NIKSHAY
7. Performance Security
7.1 At the time of the Letter of Acceptance, the successful bidder / agency shall deliver to the Employer / NHM – Madhya Pradesh, a Performance Security in the amount and in form as stipulated in the bidding document.
Page 32 of 46
7.2 The selected agency/bidder shall be required to deposit performance security of Rs.1000000 (Rs. Ten Lakhs) of the contract value per Division in the form of Bank Guarantee/Fixed Deposit Receipt issued by a scheduled nationalized Bank in favor of NHM-Madhya Pradesh valid up to 180 days (contract signing date + 180 days) beyond completion of all contractual obligations, to the NHM-Madhya Pradesh for each division. The Bank guarantee shall be as per proforma annexed with this contract. The Performance Security will be returned to the bidder, upon validation of completion of the all contractual obligations including warranty. In case, the bidder is selected in more than one division, then the bidder, shall be required to submit, separate Performance Security (PS) as applicable for the concerned divisions.
7.3 The performance security must be submitted before executing the contract/signing of the contract agreement/MoU positively.
7.4 If the service provider violates any of the terms and conditions of contract in any manner, the Performance Security shall be liable for forfeiture, and the contract may also be cancelled/terminated. Further, the agency may be blacklisted for a reasonable period as decided by NHM-Madhya Pradesh.
8. Income Tax Deduction at Source
Income tax deduction at source and other taxes shall be made at the prescribed rates from the service
provider’s bills under the prevailing rate(s).
9. Termination of Contract
Termination by Default-Any bidder found to be involved in fraudulent practices (misrepresentation or omission of facts or suppression/hiding of facts or disclosure of incomplete facts), in order to secure eligibility to the bidding process during the submission of bid or after release of Letter of Intent (LoI) or agreement formalization, shall be liable for punitive action amounting to blacklisting of the bidder, including the forfeiture of concerned EMD (Bid Security) and/or Performance Security also.
The NHM-Madhya Pradesh, without prejudice to any other contractual rights and remedies available to it, may, by written notice of default sent to the Service Provider, terminate the contract in whole or in part, if the Service Provider fails to perform services as specified in the present contract read with the terms of the contract agreement or any other contractual obligations within the time period specified in the contract or for any breach of the contract, the performance security may be forfeited and other suitable action may also be taken against the service provider.
In the event the NHM-Madhya Pradesh terminates the contract in whole or in part, the NHM-Madhya Pradesh may carry out risk purchase of services similar to those cancelled, with such terms and conditions and in such manner as it deems fit and the Service Provider shall be liable to the NHM-Madhya Pradesh for the extra expenditure, if any, incurred by the NHM-Madhya Pradesh for arranging such services.
In the case of the termination of contract, any unspent balance, if any shall be refunded by the agency/bidder to the NHM-Madhya Pradesh.
10. Termination for Insolvency
If the Service Provider becomes bankrupt or otherwise insolvent, it will inform NHM-Madhya Pradesh via
written notice & email within 7 days to terminate the contract. The NHM-Madhya Pradesh reserves the
right to terminate, without any compensation, whatsoever, to the Service Provider, and NHM-Madhya
Pradesh may forfeit the performance security.
11. Termination by Mutual Consent
In the event the NHM-Madhya Pradesh & Service Provider mutually agrees to terminate the contract, either
party shall give 60 days’ written notice to the other party and after the consent of both parties agreement
may be terminated without any Legal or Financial Obligation on any Party to the contract.
Page 33 of 46
12. Fraud and Corrupt Practices
In The Bidders and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the bidding Process. Notwithstanding anything to the contrary contained herein, the NHM-Madhya Pradesh may reject any bid without being liable in any manner whatsoever to the bidder/agency if it determines that the bidder/agency 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.
Without prejudice to the rights of the NHM-Madhya Pradesh here in above, if an bidder/agency is found by the NHM-Madhya Pradesh 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, such bidder/agency shall not be eligible to participate in any tender issued by the NHM-Madhya Pradesh during a period of 2 (two) years from the date such bidder/agency is found by the NHM-Madhya Pradesh 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, as the case may be.
For the purposes of this Clause, the following terms shall have the meaning hereinafter respectively assigned to them:
“Corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of
value to influence the actions of any person connected with the 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 NHM-Madhya Pradesh who is or has been associated in any manner, directly or indirectly, with
the bidding Process.
“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;
“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;
“Undesirable practice” means (i) establishing contact with any person connected with or employed or
engaged by the DHS with the objective of canvassing, lobbying or in any manner influencing or attempting to
influence the bidding Process; or (ii) having a Conflict of Interest
“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.
13. Notices
Notice, if any, relating to the contract given by one party to the other, shall be sent in writing or by e-mail
or facsimile or post. The addresses of the parties for exchanging such notices will be the addresses as
incorporated in the contract.
14. Force Majeure
14.1 “Force Majeure” or “Force Majeure Event” means the occurrence of any event which (i) is beyond the reasonable control of the PPSA, and (ii) the PPSA could not have preventedor overcome by exercise of due diligence and following Good Industry Practice, and (iii)has material adverse effect on the PPSA, such that it affects the performance by the PPSAof its obligations under this Contract. Such events may include, but are not limited to,wars or revolutions, fires, epidemics, act of God, natural calamities, quarantinerestrictions, strikes/ boycotts, Expropriation or compulsory acquisition in national interestof any rights of the PPSA and unlawful revocation of, or refusal to renew or grant withoutvalid cause, any clearance, license, permit etc. which is required by the PPSA to performits obligations under this Contract.
Page 34 of 46
14.2 Upon the occurrence of a Force Majeure Event, the PPSA shall forthwith notify theAuthority within 48 hours after it knew, or when it ought to have reasonably known, of itsoccurrence and shall provide the requisite information sought by the Authority from timeto time regarding it. The PPSA shall not be liable for any delay or failure in performanceof its obligations under the Contract which is the result of an event of Force Majeure. If aForce Majeure Event subsists for a period of 180 days or more within a continuous periodof 365 days, the Authority may in its discretion terminate this Contract by issuing atermination notice to the PPSA without being liable in any manner whatsoever. Nopayment shall be due and payable by the PPSA to the Authority in case of termination ofthis Contract due to any Force Majeure Event; provided however that the Authority shallreturn the Performance Security to the PPSA within 30 days of such force majeuretermination and shall pay any outstanding Test Fee due and payable for the Servicesrendered by it till date of termination due to Force Majeure Event after deducting anyoutstanding amount due and payable by the PPSA to the Authority under the provisionsof this Contract.
15. Resolution of disputes
Any dispute or difference or claim arising out of or in relation to this Agreement, will be settled by reaching
a mutual understanding between the parties.
If any further dispute arises between the parties thereupon, the same will be settled as per the Madhya
Pradesh MadhyasthaAbhikaran Act.
16. Signing of the contract
The contract agreement between NHM-Madhya Pradesh and the selected agency/bidder should be executed within 15 days of the issue of the Letter of Intent (LoI) by the NHM-Madhya Pradesh for the concerned Division.
17. Start of the services
The service provider shall establish project offices, in each the district of the concerned division and recruit and depute the manpower, in full conformity to the contract, within 15 days from the date of signing of the contract agreement with the NHM-Madhya Pradesh. If the services are not rolled-out within this timeline, NHM-Madhya Pradesh or the authorities decided by NHM-Madhya Pradesh may impose a penalty of INR 10,000/- per day of delay. If service provider fails to start the services beyond 60 days, NHM, Madhya Pradesh will issue Notice to the agency. 18. Sub-Contracts Sub-letting/Sub-contracting of the contract work assigned would not be allowed under any circumstances and contract may be terminated in case the agency sublets or sub-contracts its liabilities/responsibilities/obligation to other. Penal action may also be taken against the
agency/bidder.However, agency might consider contracting out work related to X-ray
services and sputum collection & transport
Mission Director
State Health Society
Page 35 of 46
Madhya Pradesh
Page 36 of 46
Annexure 1: Declaration by Bidder
Format for Affidavit Notary attested or sworn before executive magistrate certifying that
Entity/Promoter(s) / Director(s)/Members of Entity are not Blacklisted (On a Stamp Paper of INR 1000)
Affidavit
I, M/s....................................., (the names and addresses of the registered office) hereby certify and confirm
that we or any of our promoter(s) / director(s) are not blacklisted/barred/convicted by any court of law for
any criminal or civil offences/declared ineligible by State Health Society Madhya Pradesh /DHS or any other
entity of GoMP or any entity of state government or Govt. of India, or any local self-government body or
public undertaking in India for participating in future bids for unsatisfactory performance, corrupt, fraudulent
or any other unethical business practices or for any other reasons, as on date of submission ( upload) of
online bidding document.
And that we are hereby, declaring all ongoing litigations where our promoter(s)/director(s) are involved in
with any government agency/state/central department/PSU, and as mentioned below:
1.
2.
3.
4.
We further confirm that we are aware that, our Application for the captioned Project would be liable for
rejection in case any material misrepresentation is made or discovered at any stage of the Bidding Process or
thereafter during the contract period and the amounts paid till date shall stand forfeited without further
intimation.
Dated this............................................. Day of.........................., 2019
Name of the Bidder/agency…………………………
Signature of the Authorized Person:……………….
Name of the Authorized Person:……………
Designation of the Authorized Person:……………….
Page 37 of 46
Annexure 2: PROPOSAL COVERING LETTER
[On the Letter head of the Bidder]
Date:
To
The Mission Director
National Health Mission, Madhya Pradesh (NHM-Madhya Pradesh)
Re: Tender for selection of service providers for working as a Patient Provider Support Agency (PPSA) for
providing Tuberculosis (TB) related services under Revised National Tuberculosis Control Program
(RNTCP) program in 49 districts in the state of Madhya Pradesh.
Dear Sir / Madam,
We, the undersigned, offer for selection of service providers for working as a Patient Provider Support
Agency (PPSA) for providing Tuberculosis (TB) related services under Revised National Tuberculosis Control
Program (RNTCP) program in 49 districts in the State of Madhya Pradesh, in the
Division……………………..<Mention the name of the Division(s)>, in accordance with your Request for Proposal
vide Ref No .................................dated ............... We are hereby submitting our Proposal for the same.
We are submitting our proposal in our own individual capacity without entering into any association / as a
Joint Venture. We hereby declare that all the information and statements made in this proposal are true and
accept that any misinterpretation contained in it may lead to our disqualification.
Our proposal is binding upon us and subject to the modifications resulting from project specific contract and
contract negotiations.
We understand that the NHM-Madhya Pradesh, may cancel the selection process at any time and that you
are neither bound to accept any proposal you receive nor to select the agency, without incurring any liability
to the bidders. We acknowledge the right of NHM-Madhya Pradesh to reject our bid without assigning any
reason or otherwise and hereby waive our right to challenge the same on any account whatsoever.
We shall make available to NHM-Madhya Pradesh any additional information it may find necessary or require
supplementing or authenticate the proposal.
We certify that in the last three years, we have neither failed to perform on any contract, as evidenced by
imposition of a penalty or a judicial pronouncement or arbitration award, nor been expelled from any project
or contract nor have had any contract terminated for breach on our part.
We declare that:
a. We have examined and have no reservations to the tender Documents, including any Addendum issued
by NHM-Madhya Pradesh;
b. We have not directly or indirectly or through an executive engaged or indulged in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice in respect of any tender
or request for proposal issued by or any contract entered into with NHM-Madhya Pradesh or any other
public-sector enterprise or any government, Central or State; and
Page 38 of 46
c. We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will
engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice.
d. We declare that We/any member of the company, are/is not a Member of a/any other company applying
for selection.
e. We certify that in this regard that we have not been convicted by a court of law.
f. We hereby irrevocably waive any right which we may have at any stage at law or howsoever otherwise
arising to challenge or question any decision taken by NHM-Madhya Pradesh and / or the Government of
Madhya Pradesh in connection with the selection of agency or in connection with the selection process
itself in respect of the above-mentioned project.
g. We agree and understand that the proposal is subject to the provisions of the tender document. In no
case, I/We shall have any claim or right of whatsoever nature if the assignment is not awarded to me/us
or our proposal is not opened.
h. We agree to keep this offer valid for 180 days from the proposal due date specified in tender.
i. A Power of Attorney(PoA) in favour of the authorized signatory to sign and submit this Proposal and
documents is also attached herewith.
j. In the event of my/our being selected, I/We agree to enter into a contract for the project awarded to us
by the NHM-Madhya Pradesh.
k. We agree and undertake to abide by all the terms and conditions of the tender Document. In witness
thereof, I/we submit this proposal under and in accordance with the terms of the tender document.
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Company:
Page 39 of 46
Annexure 3 Authorization Letter
AUTHORIZATION LETTER FOR SIGNING OF PROPOSAL
(On Non – judicial stamp paper of Rs.1000/- duly attested by notary public)
POWER OF ATTORNEY
Know all men by these present, we__________________ (name and address of the registered office of the
Single Entity) do hereby constitute, appoint and authorize Mr. / Ms.____________ R/o _____(name and
address of residence) who is presently employed with us and holding the position of
________________________________as our authorized representative, to do in our name and on our
behalf, all such acts, deeds and things necessary in connection with or incidental to the bid of the firm/
organization, _______________ for “Selection of service providers for working as a Patient Provider
Support Agency (PPSA) for providing Tuberculosis (TB) related services under Revised National
Tuberculosis Control Program (RNTCP) program in 49 districts in the state of Madhya Pradesh” (the
“Project”), including signing and submission of all documents and providing information / responses to
State Health Society Madhya Pradesh (NHM-Madhya Pradesh), representing us in all matters in
connection with our bid for the said Project.
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this
Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall
always be deemed to have been done by us. Dated this the …………………………….. day of 2019.
For …………………………………………..
(Name, Designation and address)
Accepted
……………………. (Signature)
(Name , title and address of the Attorney)
Date:
Note:
(i) The mode of execution of the Power of Attorney (PoA) should be in accordance with the procedure ,
if any, laid down, by the applicable law and the charter documents of the executants and when it is so
required the same should be under common seal affixed in accordance with the required procedure.
(ii) In case, an authorized director of the bidder/agency signs the bid, a certified copy of the appropriate
resolution/document conveying such authority may be enclosed in lieu of the Power of
Attorney(PoA).
Page 40 of 46
Annexure 4: Particulars of the Bidder’s Organization
PARTICULARS OF THE BIDDER’S ORGANISATION
Name and full address of the organization
Details of Registered Office
Address
Telephone No(s)
Fax No(s)
E-mail address(Official):
Organization website:
Year of Incorporation:
Turn Over of the Organization (in crores)
2015-16:
2016-17:
2017-18:
NitiAyog Portal Registration
Income Tax Registration number (PAN)
Goods and Services Tax(GSTN):
Type of organization (Company/Society/Trust)
Registered in Planning Commission Portal for NGOs
Name and addresses and designation of the persons who will
represent the Bidder while dealing with the NHM-Madhya
Pradesh
(Attach letter of authority)
Has the organization blacklisted by any state or central
government entity or any of its undertakings
(Authorized Signatory)
Name: ________________________
Designation & Authority: __________
Place: _________________________
Date: __________________________
Stamp: ________________________
Page 41 of 46
Annexure 5: Bank Guarantee Proforma
PROFORMA FOR BANK GUARANTEE FOR PERFORMANCE SECURITY
(To be stamped in accordance with Stamp Act)
Ref: Bank Guarantee No.: Date:
To
The Mission Director
National Health Mission, Madhya Pradesh (NHM-Madhya Pradesh)
Dear Sir,
WHEREAS........................... (Name of Bidder) hereinafter called "the Bidder", has been identified and selected
for the Division of …………………… (Mention the name of the Division), and has undertaken, in pursuance of
Contract dated ... 2019 (hereinafter referred to as “the Contract") to implement the [Tender Notice Selection
for selection of service providers for working as a Patient Provider Support Agency (PPSA) for providing
Tuberculosis (TB) related services under Revised National Tuberculosis Control Program (RNTCP) program in 49
districts in the state of Madhya Pradesh].
AND WHEREAS it has been stipulated in the said Contract that the bidder shall furnish a Bank Guarantee ("the
Guarantee") from a Scheduled Bank for the project/performance of the [Tender Notice Selection of service
providers for selection of service providers for working as a Patient Provider Support Agency (PPSA) for
providing Tuberculosis (TB) related services under Revised National Tuberculosis Control Program (RNTCP)
program in 49 districts in the State of Madhya Pradesh] as per the contract. WHEREAS we ("the Bank", which
expression shall be deemed to include it successors and permitted assigns) have agreed to give the SHS,
Madhya Pradesh the Guarantee:
THEREFORE, the Bank hereby agrees and affirms as follows:
1. The Bank hereby irrevocably and unconditionally guarantees the payment of ………….., to the State
Health Society, Madhya Pradesh (NHM-Madhya Pradesh) under the terms of their contract dated on
account of full or partial non-performance / non- implementation and/ or delayed and/ or defective
performance / implementation. Provided, however, that the maximum liability of the Bank towards
NHM-Madhya Pradesh, under this Guarantee shall not, under any circumstances, exceed in aggregate.
2. In pursuance of this Guarantee, the Bank shall, immediately upon the receipt of a written notice from
State Health Society, Madhya Pradesh (NHM-Madhya Pradesh) stating full or partial non-
implementation and/ or delayed and or defective implementation, which shall not be called in question,
in that behalf and without delay/demur or set off, pay to State Health Society, Madhya Pradesh (NHM-
Madhya Pradesh) any and all sums demanded by State Health Society, Madhya Pradesh (NHM-Madhya
Pradesh) under the said demand notice, subject to the maximum limits specified in Clause 1 above. A
notice from State Health Society, Madhya Pradesh (NHM-Madhya Pradesh) to the Bank shall be sent by
Registered Post (Acknowledgement Due) at the following address: Attention Mr.……………………….
(Mention the official address of the bidder)
3. This Guarantee shall come into effect immediately upon execution and shall remain in force for a
period of 42 months from the date of its execution.
4. The liability of the Bank under the terms of this Guarantee shall not, in any manner whatsoever, be
modified, discharged, or otherwise affected by:
Page 42 of 46
a. any change or amendment to the terms and conditions of the Contract or the execution of any
further contracts/Agreements.
b. any breach or non-compliance by the bidder with any of the terms and conditions of any
contracts/credit arrangement, present or future, between bidder and the Bank.
5. The Bank also agrees that State Health Society, Madhya Pradesh (NHM-Madhya Pradesh) at its option
shall be entitled to enforce this Guarantee against the Bank as a Principal Debtor, in the first instance
without proceeding against agency and not withstanding any security or other guarantee that State
Health Society, Madhya Pradesh (NHM-Madhya Pradesh) may have in relation to the bidder’s liabilities.
6. The Bank shall not be released of its obligations under these presents by reason of any act of omission
or commission on the part of State Health Society, Madhya Pradesh (NHM-Madhya Pradesh) or any
other indulgence shown by State Health Society, Madhya Pradesh (NHM-Madhya Pradesh) or by any
other matter or thing whatsoever which under law would, but for this provision, have the effect of
relieving the Bank.
7. This guarantee shall be governed by the laws of India and only the courts of Madhya Pradesh, shall
have exclusive jurisdiction in the adjudication of any dispute which may arise hereunder.
Dated this the ………………. Day of …………………….2019
Witness
(Signature) (Signature) (Name) (Name) Bank Rubber Stamp
(Official Address) Designation with Bank
Page 43 of 46
Annexure 6: AGENCY'S ORGANIZATION AND EXPERIENCE A - Agency’s Experience
Using the format below, provide information on each Assignment/ job for which your firm, and each partner in the case of consortium or joint venture, was legally contracted either individually as a corporate entity or as one of the major partners within an association, for carrying out consulting Assignment/job similar to the ones requested under this Assignment/job. In case of consortium, association of Agency, the Agency must furnish the following information for each of the consortium member separately.
Name of Agency—
Table- 1 Experience of any Public Private projects in RNTCP
Sl.
No.
Name of
Project
Project
area
Source of
funding
Date and year of
starting and completion
Description of Assignment
Name of senior professional staff of your firm involved
and functions performed
*The Bidder should provide details of only those projects that have been undertaken by it under its own name. Rows may be added in the aforesaid proforma as required.
Table- 2- Working experience of the Agency in the public health sector with Government or Donor Agency in the State/Country
Sl.
No.
Name of
Project Project area
Source of
funding
Date and year of
starting and
completion
Description of
assignment
*The Bidder should provide details of only those projects that have been undertaken by it under its own name. Rows may be added in the aforesaid proforma as required.
Table-3 -- Annual Turnover (in Rs.) of the organization in aggregate of the last three financial years ending March 2018
Sl. No. Financial Year Turn Over
Table 4— Fill this if the organization has operational set up with activities in health sector in the same divisions for which RFP has been submitted
Sl. No. Name of the district Date of establishment Whether exist at
present (Y/N)
Page 44 of 46
Documentary evidence is required for all of the above
Page 45 of 46
Annexure 7 - DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT/ JOB
[Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal divided into the following three chapters:
1. Approach & methodology
1.1 Provider Management
1.2 Case Finding Approach
1.3 Patient Management
2. Creativity & Innovation
3. Program Management Plan (Monitoring & Evaluation, Data management, analysis & reporting)
a) Approach and Methodology. In this chapter you should explain your understanding of the objectives of the Assignment/job, approach to the Assignment/job, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach.
b) Program Management and Work Plan. The Agency should propose and justify the main activities of the Assignment/ job, their content and duration, phasing and interrelations, milestones (including interim approvals by Authority), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here.
c) Organization and Staffing. The Agency should propose and justify the structure and composition of your team. You should list the main disciplines of the Assignment/job, the key expert responsible, and proposed technical and support staff.]