Page 1
TENDER ENQUIRY DOCUMENT FOR
Request for Proposal for Knowledge Partnership Program for Tuberculosis
Eradication Partnership Proposal for Five Years (2018-2023) in Andhra Pradesh
under PPP mode
Submission of tender online @ www.tender.apeprocurement.gov.in
ANDHRA PRADESH MEDICAL SERVICE INFRASTRUCTURE DEVELOPMENT
CORPORATION
Page 2
SECTION - II
ANDHRA PRADESH MEDICAL SERVICE INFRASTRUCTURE DEVELOPMENT
CORPORATION
Address
Managing Director,
Plot No:09, survey number: 49, IT Park,
Mangalagiri, Guntur District- 522503
URL: www.tender.apeprocurement.gov.in
Email: [email protected]
Telephone Phone: 8978622966
Tender Enquiry No. 9.1/APMSIDC/Equipment /2018-19, Dated: 08.08.2018.
NOTICE INVITING TENDERS
1. Managing Director, Plot No:09, survey number: 49, IT Park, Mangalagiri, Guntur District- 522503
invites sealed tenders from eligible service providers for supply of services as given in Section-
IV of this document for the period of 5 years
2. Schedule of Events
Sl.
No
Description Schedule
1 Date of sale of Tender Enquiry Documents
17.08.2018
2 Website download of Tender Enquiry Document
17.08.2018
3 Closing Date and Time of Receipt of Tender
06.09.2018 before
11.00 A.M.
APMSIDC, Mangalagiri, Guntur District- 522503
4 Time, Date and Venue of Opening of
Technical Tender/ Bid
06.09.2018
11.30 A.M.
APMSIDC, Mangalagiri, Guntur District- 522503
5 Time, Date and Venue of Opening of
Financial Tender/ Bid
06.09.2018
3.30 P.M.
APMSIDC, Mangalagiri, Guntur District- 522503
Note : 1. Amendment issued on queries received for 1st call are also enclosed as a part of this
tender document.
2. For any queries regarding this tender (with amendment to 1st call), please send a mail to
[email protected] on or before 28.08.2018 by 03.00 P.M.
3. Interested bidders may obtain further information about this requirement from the above office
selling the documents. Tender Enquiry Documents can be downloaded online with a processing
fee of Rs. 28,650/- Which is non-refundable fee, in the form of account payee Crossed Demand
Page 3
Draft, drawn on a scheduled bank in India, in favour of Managing director, APMSIDC" payable at
Guntur.
4. All prospective bidders may attend the Pre Tender meeting. The venue, date and time are
indicated in Schedule of Events as in Para 2 above.
5. Bidders shall ensure that their tenders, complete in all respects, are uploaded online in
(tender.apeprocurement.gov.in) on or before the closing date and time indicated in the Para 2
above, failing which the tenders will be treated as late tender and rejected. The technical bid of the
uploaded documents must be sent by post/ courier to the above said address on or before the
closing date & time indicated in Para 2 above, failing which the tenders will be treated as late
tender and rejected.
6. In the event of any of the above mentioned dates being declared as a holiday /closed day for
the purchase organisation, the tenders will be sold/received/opened on the next working day at the
appointed time.
7. The Tender Enquiry Documents are not transferable.
10. All Tenders must be accompanied by EMD as mentioned against each item.
Tenders without EMD shall be rejected.
Managing Director
APMSIDC
Page 4
INSTRUCTIONS TO BIDDERS
1. GENERAL INSTRUCTIONS
a) The bidder should prepare and submit its offer as per instructions given in this section.
b) The tenders shall be complete with all documents. Those submitted by fax or by email with
attachments shall not be considered.
c) 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.)
d) The prices quoted shall be firm and shall include all applicable taxes and duties. This shall be
quoted ONLY ONLINE in the format as per attached Appendix 'F' only.
e) The tenders (technical) shall be submitted (with a covering letter as per Appendix 'E') before the
last date of submission. Late tenders / bids shall not be considered.
2. Inspection of Site and Equipment
The interested bidder may inspect the locations where the services are to be rendered during
10.00 AM TO 5.00 PM on all working days till last date of sale of tender as given in the tender
schedule. The Managing Director, APMSIDC shall not be liable for any expenditure incurred in
such inspection or in the preparation of the bid(s).
3. Earnest Money Deposit (EMD)
a) The tender shall be accompanied by Earnest Money Deposit (EMD) as specified in
the Notice Inviting Tender (NIT) in online only. b) It may be noted that no tendering entity is exempted from deposit of EMD. Tenders
submitted without EMD shall be rejected.
c) 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.
d) EMD of a bidder may be forfeited without prejudice to other rights of the purchaser, if
the bidder withdraws or amends its tender or impairs or derogates from the tender in
any respect within the period of validity of its tender or if it comes to notice that the
information /documents furnished in its tender is incorrect, false, misleading or
forged.
e) In addition to the aforesaid grounds, the successful bidder‟s EMD will also be
forfeited without prejudice to other rights of purchaser, if it fails to furnish the required
performance security within the specified period.
Page 5
4. Preparation of Tender
The bids shall be made in SEALED ENVELOPE as follows: I. The envelope shall be marked in
bold letter as "TECHNICAL BID" which shall be sent forwarding letter ("Appendix-E") and shall
include the following:
1) Processing Fee Rs. 28,650/-
2) E.M.D of Rs. 1,00,000/- in online only.
3) Confirmation regarding furnishing Performance Security in case of award of contract.
4) Original tender document duly stamped and signed in each page along with the Forwarding
Letter confirming the performing the assignment as per "Appendix E".
5) Particulars of the bidder as per "Appendix-D"
6) Copy of the Income Tax Returns acknowledgement for last three financial years.
7) Copy of audited accounts statement for the last three financial years
8) Power of attorney in favour of signatory to tender documents and signatory to Manufacturer's
Authorisation letter.
9) Copy of the certificate of registration of GST, EPF, ESI with the appropriate authority valid as on
date of submission of tender documents.
10) A duly notarized declaration from the bidder in the format given in the
"Appendix-H" to the effect that the firm has neither been declared as defaulter or
black-listed by any competent authority of Government of India OR Government of
any State.
11) A statement regarding similar services performed by them in last five years and user's
certificate regarding satisfactory completion of such jobs as per proforma given in "Appendix -C".
II. The Financial proposal shall be uploaded only ONLINE which is inclusive of all taxes & duties
and quoted in the proforma enclosed at "Appendix F" as per scope of work / service to be rendered
under PPP in Andhra Pradesh.
6. Tender Submission
The bidders need to scan and upload the required documents. Such uploaded documents
pertaining to technical bid need to be attached to the tender while submitting the bids on line. The
attested copies of all these uploaded documents of technical bid, signed undertaking of renderer
should be submitted off line to Managing Director, APMSIDC, Mangalagiri, Guntur District- 522503
on or before the last date of submission of bids. The Corporation will consider only the bids
submitted through on-line over the copies of the paper based bids.
Page 6
The offer shall contain no interlineations or overwriting except as necessary to correct errors, in
which cases such correction must be initialed by the person or persons signing the tender. In case
of discrepancy in the quoted prices, the price written in words will be taken as valid.
7. Opening of Tenders:
The technical bid will be opened at the time & date specified in the schedule
Page 7
EVALUATION OF TENDERS
1. Scrutiny of Tenders
1. The tenders will be scrutinized by the selection committee appointed by the
authority to determine whether they are complete and meet the essential and
important requirements, conditions and whether the bidder is eligible and qualified as
per criteria laid down in the Tender Enquiry Documents. 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 purchaser as to whether the bidder is eligible and
qualified or not and weather the bid is responsive or not shall be final and binding on
the bidders. Financial bids of only those bidders, who qualify on technical bid, will be
considered and opened.
2. Infirmity / Non-Conformity
The purchaser may waive minor infirmity and/or non-conformity in a tender, provided it does not
constitute any material deviation. The decision of the purchaser as to whether the deviation is
material or not, shall be final and binding on the bidders
3. Bid Clarification
Wherever necessary, the purchaser may, at its discretion, seek clarification from the bidders
seeking response by a specified date. If no response is received by this date, the purchaser shall
evaluate the offer as per available information.
Page 8
SECTION - V
1. SCOPE OF THE WORK
Following key performance indicators will be collated, tracked and reviewed monthly on a routine
basis.
Outcome metrics:
(i) Number of persons screened,
(ii) Number of symtpomatics found,
(iii) Number of sputum samples deposited in Labs,
(iv) Number of symptomatics who test positive,
(v) Number of new patients enrolled,
(vi) Total target population served,
(vii) Default percentage,
(viii) Treatment success rate
Quality audit and User Satisfaction
Access and utilisation: Detection as percentage of prevalence
Cost and sustainability: Monthly expenses, Cost per patient, Cost per treatment
center
Achievement of positive health outcomes: Increase in weight between beginning
and end of treatment, Increase in income after treatment
Number of staff trained on technology
2. State TB management and monitoring unit
A State level monitoring unit will be established to coordinate the program. The unit shall have the
core staff of Knowledge Partner. Based on that, it will issue necessary instructions to the field
formations and coordination of regular activities and ensure that the Project in meeting all targets
and milestones.
The following specific tasks shall be the accountability of the knowledge partner:
1. Finalization of strategic model for TB related activity coordination and TB reduction
2. Implementation of partnership model across the state
3. Establishing a baseline and evaluation of results, with clear measurement of
targets on quarterly basis.
Page 9
An independent team will evaluate the performance of the project, at the end, to ascertain its
achievements. It will evaluate the project on various parameters, including the following.
1. Reduction in incidence and prevalence of TB in the target area
2. Overall performance of the project and each of its components
3. Assessment of technologies which have emerged in other areas, during the
duration of the Project, and how they can be integrated into this project
Knowledge partner shall be responsible for ensuring implementation, reporting non- compliance by
the health system with specific locations; suggest introduction of global best practices. Effective
Implementation of innovations such as below shall be part of core strategy:
1. App (99 Dots)/Nikshay based patient tracking system management
2. Sensor based/phone cash back based Drug dose compliance management
3. Management of exclusive beds for TB in Teaching Hospitals and District Hospitals
4. Use of Pvt. Sector labs for TB detection against reimbursement at pre-decided rates
5. Use of Public Sector Labs for TB detection for cases of private sector on free-
of - cost basis
6. Creation and Management of TB Mission Pool
7. Management of on information on Drug Reaction due to TB Drugs from
ADR/PvPI reporting centres
8. Inclusion of TB management in NTR-Vaidya Seva (state health assurance) package.
9. Deployment of social sciences personnel/councillors for large facilities
10. Engaging private health professional community for TB diagnosis
11. Alternate models of drug supply
12. Virtual classes for schools, colleges- engagement of virtual media
13. Provision of X-ray /lab vouchers like sodexo for engaging private diagnostic
chains
14. Monitoring of Hiring/Incentivizing of Cured cases for assisting sick
15. TB Dietary package management
16. Engaging health and non-health community functionaries like Dwacra
women for active case identification
17. Supporting state towards betters logistics
18. Ensuring Mandatory X-ray at CHCs for sputum negative at PHCs.
19. Geo-tagging of case clusters
20. Private Drug Sale for TB medications - digitisation and tracking system
Additionally, the knowledge part shall provide technical support to Health
Department in:
21. Setting up of TB detection labs at Ports for Port workers, APSRTC Depots;
Page 10
NTPC, Steel Plants, and other similar Public Sector Units Converting all CHCs
into reference centres with RT-PCR based TrueNat diagnostic technology
Page 11
SECTION - VI
ELIGIBILITY CRITERIA
a) An institution registered as a University/Society/Trust/NGO/ Company but not an individual or group
of individuals.
b) The applicant must have a minimum of 5 years of experience in implementing and/or supporting
public health programmes at national level.
c) Experience in thematic areas of communicable diseases is mandatory.
d) The applicant/staff (including proposed staff identified below application progress) of applicant
institute must have a minimum of 5 publications in peer-reviewed indexed journals
e) The applicant must be not black-listed by Central/State Government
f) The applicant must have a financial turn-over of Rs.1.00 Crore for past three financial years, with CA
audited balance sheet to be submitted.
Page 12
SECTION - VII
TERMS AND CONDITIONS
1. Selection of Awardee:
(i) Only one knowledge partner would be selected under this partnership proposal.
(ii) Applications of only those that qualify the eligibility criteria shall be evaluated for
final selection
(iii) The Program Support cost per quarter spanning 60 months (20 quarters) is
required to be quoted by the applicant agency in „Full amount‟ excluding GST.
(iv) The following documents are required to be submitted along with application form
as given in appendix attached with this proposal:
1. Application Form
2. Status of the Firm / Registration certificate / Memorandum of
association
3. Income Tax Return of past three financial years; service tax
(where applicable) for past three financial years.
4. Balance sheet past three financial years
5. Project Details of work executed in past five years
6. Letters from organizations on behalf of whom program
support/project has been completed with completion certificate
7. Publications in peer-reviewed indexed journals
8. Self- declaration on institutional letter head for non-blacklisting
(v) Payment stages: All payments towards the research project shall be in
accordance with project objectives; which is 3% reduction in tuberculosis
incidence quarter
(vi) Other Terms & Conditions:
1. Selected Partner will make endeavors to procure funding from external donors.
HM&FW Dept. shall support such applications and same to be deducted from the
funds due from HM&FW dept. to avoid double payments for same work.
2. The Information Technology requirement for data analysis and dashboard will be
supported by the selected service provider.
3. The payments/invoice shall be outcome based on quarterly payments. However, in
case in a particular quarter the decline is less than 3% for the quarter, 50%(Fifty
Percent) payments shall be made for the quarter, the balance shall be release after
achieving the cumulative 6% targets over two quarters. The payment in full shall be
made for first quarter for supporting service provider undertake activities, irrespective
of target achieved during the quarter.
Page 13
4. Payment of invoices can be made on Monthly basis after 6 months of start of
partnership if the selected partner has been able to achieve desired target reduction
of average 3% per quarter for two quarters.
5. On achievement of 12% average annual decline, an escalation of 5% shall be made
on quarterly invoice value.
Page 14
Tuberculosis Eradication Partnership Proposal (2018-2023)
OBJECTIVES:
The aim of the project is to move towards eradication of TB in Andhra Pradesh. The project will achieve 100% detection and at least 85% TSR. TSR will also be verified through triangulation of data from various sources like doctors, labs and program data as well as feedback from patients who are shown as treated by the technology. At the end of the project, Andhra Pradesh will have a substantially reduced incidence and prevalence of TB, similar to developing countries like Singapore and USA than other states in India.
Goal: 3% reduction in TB incidence per quarter in the state of Andhra Pradesh
To achieve the above goal, the objectives would include the following:
1. Establish rigorous active case finding
2. Improve contact investigation of existing open cases of TB
3. Improve counselling and education for patient, his immediate circle and
communities
4. Improve adherence to TB drugs
5. Achieve treatment success rate of at least 85%
6. Ensure disbursement of benefits provided by the Government to patients
including nutrition support
7. Improve mechanism for retrieval of patients who are missing doses.
Background:
TB is also a serious social-economic problem. In India alone, indirect economic loss
is US$23bn annually. Andhra Pradesh has 139730 patients. Of this, 80197 (57%)
were detected in 2017. Out of this, 64669 were detected in the Government and
balance 15528 in the private sector. TB bacteria is mutating into untreatable forms
like MDR/ XDR/ XXDR (also known as TDR) as a result of failure of Public Health
programs, indiscriminate use of antibiotics, inaccurate data and consequently poor
policies and budgeting priorities. Worse still, a patient of MDR (multi-drug resistant
TB) infects.
others with MDR, not normal (drug sensitive TB). This is a serious concern because
TB is highly infectious. Each open case infects 12 others before dying as shown in
the diagram alongside on an average
(http://www.who.int/mediacentre/factsheets/fs104/en/)
MDR TB is caused by a failure to properly treat a patient of normal, naturally occurring
tuberculosis (TB). Why does such a failure happen? The treatment for TB is 6-9
months long. During this period, the patient must approach a DOTS (treatment)
centre about sixty times. The reason is that medicines are mostly not given for home
consumption but have to be swallowed by the patient in the presence of an observer.
This is a critical component of the DOTS therapy recommended by the WHO and
adapted in India. Approaching the DOTS centers so many times over six months is
the root cause. Once patients start feeling better, they stop going to the DOTS centre
and default. It is default that leads to drug-resistance and breeds MDR TB. Similarly,
the default in taking medication for MDR for full 2 years causes XDR TB (Extensively
Page 15
drug resistant TB).The only way to prevent MDR and XDR is to ensure zero default,
i.e. no patient should default on treatment of (normal) TB. Common reasons for
default, reported in a study of over 3000 patients, are given below.
` 2. CURRENT RESOURCES
Government infrastructure
The government has built a huge TB infrastructure, meant for all, available to all. There
are adequate number of well equipped hospitals, with TB specialists, medicines and
other facilities, all available for free. Similarly, there are adequate numbers of
diagnostic centres. Unfortunately, treatment centers (DOTS centres) are few and far
between. They are open the usual business hours, when patients have to go to work
to earn food for their families. Therefore patients find it impossible to go every day for
the medicine. The disadvantaged are often intimidated by public hospitals and do not
find anyone to provide love & support.
The three components of the Government model are as follow:
TB Hospitals: Adequate
Government facilities providing comprehensive diagnostics and treatment recommendation
Warehouse for medicine supplies, provided free by government & donors
Diagnostic Centers (DC): Adequate
Sputum tests for initial diagnosis, and subsequent sputum testing
Treatment Centers or DOTS centres: Can be increased with knowledge
partners feedback
Local “last mile” centers, distributing medication and ensuring compliance.
Page 16
Nikshay
NIKSHAY is a web based solution for monitoring of TB patients. To monitor RNTCP
effectively, a web enabled and case based monitoring application called NIKSHAY had been
developed by National Informatics Centre (NIC). This is used by health functionaries at
various levels across the country in association with Central TB Division (CTD), Ministry of
Health & Family Welfare. NIKSHAY covers various aspects of controlling TB using
technological innovations.
Existing HR in Andhra Pradesh in TB program:
The following table lists staff currently available in AP‟s TB Control Program.
Staff Positions
Sanction
In position
Vacant
Joint Director &
State TB Officer
1
1
0
District TB Control
Officers
13
8
5
Medical Officer -
TB Control
234
234
0
District Program
Coordinators
13
11
2
DOTS Plus TBHIV
supervisors
13
12
1
STS 234 213 21
STLS 134 124 10
TB Health Visitors 147 106 41
Lab Technicians 611 482 129
Page 37
1. Signing of Contract
The purchaser shall issue the Notice for Award of Contract to the successful bidder within
the bid validity period. And the successful bidder will be required to sign and submit the
contract unconditionally within 15 days of receipt of such communication.
2. Modification to Contract
The contract when executed by the parties shall constitute the entire contract between the
parties in connection with the jobs / services and shall be binding upon the parties.
Modification, if any, to the contract shall be in writing and with the consent of the parties.
a) The purchaser reserves the right to accept or reject any bid and to annul the bidding process
and reject all bids at any time prior to award of contract, without there by incurring any
liabilities to the affected Bidder or Bidders or any obligation to inform the affected Bidder or
Bidders of the grounds for the Purchaser's action.
3. Performance Security
a) The successful bidder shall furnish a performance security in the shape of a Bank
Guarantee issued by a Nationalised Bank in favour of Tender Inviting Authority for an
amount equal to 3 months quoted contract value. The Bank guarantee shall be as per
proforma at "Appendix: G" and remain valid for a period, which is six months beyond
the date of expiry of the contract. This shall be submitted within 15 days (minimum) of
receiving of Notice for Award of Contract, failing which the EMD may be forfeited and the
contract may be cancelled.
b) If the firm / contractor violate any of the terms and conditions of contract, the
Performance Security shall be liable for forfeiture, wholly or partly, as decided by the
Purchaser and the contract may also be cancelled.
c) The Purchaser will release the Performance Security without any interest to the firm /
contractor on successful completion of contractual obligations.
4. Compliance of Minimum Wages Act and other statutory requirements
The bidder shall comply with all the provisions of Minimum Wages Act and other applicable
labour laws. The bidder shall also comply with all other statutory provision including but not limited
to provisions regarding medical education and eligibility criteria of human resources used by the
bidder for providing the services, biomedical waste management, bio-safety, occupational and
environmental safety. Legal liability of the services provided by the bidder shall remain with the
service provider but in case of any death the certificate shall be issued by the government doctor.
The Service provider shall maintain confidentiality of medical records and shall make adequate
arrangement for cyber security.
5. Damages for Mishap/Injury
The purchaser 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 in the purchaser's /
Page 38
consignee's premises. All liabilities, legal or monetary, arising in that eventuality shall be borne by
firm/ contractor.
8. Termination of Contract:
The purchase may terminate the contract, if the successful bidder withdraws its tender after its
acceptance or fails to submit the required Performance Securities for the initial contract and or fails
to fulfill any other contractual obligations. In that event, the purchaser will have the right to
purchase the services from next eligible bidder and the extra expenditure on this account shall be
recoverable from the defaulter. The earnest money and the performance security deposited by the
defaulter shall also be recovered to pay the balance amount of extra expenditure incurred by the
purchaser.
9. Arbitration
a) If dispute or difference of any kind shall arise between the purchaser and the firm/
contractor in connection with or relating to the contract, the parties shall make
every effort to resolve the same amicably by mutual consultations.
b) If the parties fail to resolve their dispute or difference by such mutual
consultations within thirty days of commencement of consultations, then either
the purchaser or the firm/contractor may give notice to the other party of its
intention to commence arbitration, as hereinafter provided. The applicable
arbitration procedure will be as per the Arbitration and Conciliation Act, 1996 of
India. In that event, the dispute or difference shall be referred to the sole
arbitration of an officer to be appointed by the Contracting Authority as
the arbitrator. If the arbitrator to whom the matter is initially referred is transferred
or vacates his office or is unable to act for any reason, he / she shall be replaced by another
person appointed by Contracting Authority to act as Arbitrator. Such person shall be entitled to
proceed with the matter from the stage at which it was left by his predecessor. The award of the
provision that the Arbitrator shall give reasoned award in case the amount of claim in reference
exceeds Rupees One Lac (Rs.1,00,000/-) c) Work under the contract shall, notwithstanding the
existence of any such dispute or difference, continue during arbitration proceedings and no
payment due or payable by the Purchaser or the firm / contractor shall be withheld on account
of such proceedings unless such payments are the direct subject of the arbitration. d)
Reference to arbitration shall be a condition precedent to any other action at law. e) Venue of
Arbitration: The venue of arbitration shall be the place from where the contract has been issued.
10. Applicable Law and Jurisdiction of Court:
The contract shall be governed by and interpreted in accordance with the laws of India for the
time being in force. The Court located at the place of issue of contract shall have jurisdiction to
decide any dispute arising out of in respect of the contract. It is specifically agreed that no other
Court shall have jurisdiction in the matter.
Page 39
Application Form (Appendix-I)
Application details
Name of the Applicant:
Financial Due Diligence
Applicant Type:
Company/Society/Trust/NGO/LLP/University)
Address of the Applicant:
Year of Establishment of the Applicant:
Registration Number of the Applicant
Any funding availed in the past from
Government Organizations/States/Govt. of
India
Any funding availed in the past from Non-
Governmental Organizations (national and/or
international)
Banking Details: No Lien Account
Operating Bank Account No.
Bank Branch Address
IFSC
PAN
Comments on the Financial status of the Applicant (keeping in view the following points)
Turnover of the Applicant – Capital of the Applicant - Any legal issues pending as reflected in the annual report/ annual accounts, which will have
adverse impact on Applicant‟s status. - Status of assets mortgaged/hypothecated – Any other Liability
Page 40
Appendix - C
Project Details of work executed in past five years
1. Attach users' certificates (in original) regarding satisfactory completion of
assignments.
Sr. No
Assignme
nt
contract No &date
Descript
ion of
work
services
provided
Contract
price of
assignment
Date of
Commenceme
nt
Date of
completion
Was
assignment
satisfactory
completed
Address
of
organizatio
n with
Phone
No.
where
assignment
done
Note: Attach extra sheet for above Performa if required.
Signature ............................................. Name ....................
Page 41
APPENDIX -D
PARTICULARS OF THE BIDDER'S COMPANY
(To be submitted by all bidders)
1. Name :
2. Registered Address
3. Phone/Fax/Mail id
4. Type of Organisation :Prop./Partnership/Company/ Consortium/Trust/ Not for Profit Organization
5. Address of Service centres in the region: (a) Total No. of services personnel at the existing
centres: (b) Total No. of locations where organization currently has centres:
6. Number of service personnel:
Name Qualification Experience (Similar Service) (use extra
sheet if necessary)
7. Whether the bidder has NABL/NABH/ISO or any other accreditation? (If yes/ whether
documents attached with techno commercial bid).
8. Registration. Nos.
(a) EPF
(b) ESI
(c) GST
(d) PAN No.
(e) Audited Accounts Statement for past three financial years
(f) Copy of Income Tax Return for past three financial years
(g) Experience certificate of Bidder regarding thematic areas of Maternal and Newborn survival.
9. Brief write-up about the firm / company. (use extra sheet if necessary)
Signature of Bidders Date: Name Place: Office Seal
Page 42
APPENDIX -E
Date: .......................
Forwarding Letter for Technical Bid
(To be submitted by all bidders in their letterhead)
To
Managing Director, Mangalagiri, Guntur District- 522503
Sub: Tender for supply of services under Tender No....
Sir, We are submitting, herewith our tender for providing partnership proposal for Knowledge
Partnership Program for Tuberculosis Eradication Partnership Proposal for Five Years (2018-2023)
in Andhra Pradesh under PPP mode.
We are enclosing Receipt No .................................... or Bank Draft/Bankers Cheque
No ........................... , Dated ........................... (amount ............................... ) towards tender
cost/fee (if documents have been downloaded from website) and paid Rs……..
(Amount .............................................. ) online towards Earnest Money Deposit (EMD).
We agree to accept all the terms and condition stipulated in your tender enquiry. We also agree to
submit Performance Security as per ClauseNo.3 of Section VI of Tender Enquiry document. 4. We
agree to keep our offer valid for the period for the period stipulated in your tender enquiry.
Enclosures: 1. 2. 3. 4. 5.
Signature of the Bidder ................................ Seal of the Bidder .........................................
Page 43
Appendix - F
FINANCIAL BID
Financial Proposal (to be filled in by the Applicant Agency)
Cost for Program Support per per Month
Weight age for evaluating the Financial Proposal
Cost for Program Support per quarter 50%
Total financial assistance from external funding
agencies being committed by applicant as
assured funding
50%
1. The bidder is expected to deliver the services for a minimum period of five years
2. The bidder has to deposit Performance Security amount equal to 3 months quoted contract
value in form of Irrevocable Bank Guarantee with validity through the duration of the contract.
The prices shall be firm and exclusive of GST.
Signature ................................................. Name ............................................................
Page 44
APPENDIX -G Proforma for Bank Guarantee
To Commissioner of Health & FW, Gollapudi, Vijayawada, Amaravati,
WHEREAS ............................................................................... (Name and address of the
Service Provider) (Hereinafter called " the Service provider" has undertaken, in
pursuance of contract No ............................ dated (Herein after "the
contract") to ………………… services. AND WHEREAS it has been stipulated by you in
the said contract that the service provider shall furnish you with a bank guarantee by a nationalized
bank recognized by you for the sum specified therein as security for compliance with its obligations
in accordance with the contract; AND WHEREAS we have agreed to give such a bank guarantee
on behalf of the service provider; NOW THEREFORE we hereby affirm that we are guarantors and
responsible to you, on behalf of the service provider, up to a total
of .............................................................. (Amount of the guarantee in words and
figures), and we undertake to pay you, upon your first written demand declaring the
service provider to be in default under the contract and without cavil or argument,
any sum or sums within the limits of (amount of guarantee) as aforeside, without
your needing to prove or to show grounds or reasons for your demand or the sum
specified therein. We hereby waive the necessity of your demanding the said debt
from the service provider before presenting us with the demand. We further agree
that no change or addition to or other modification of the terms of the contract to be
performed there under or of any of the contract documents which may be made
between you and the service provider shall in any way release us from any liability
under this guarantee and we hereby waive notice of any such change, addition or
modification. This guarantee shall be valid up to 6 months after the contract
termination date ................ (indicate date)
authorized
officer ................................................................
address of the Bank and address of the Branch
(Signature with date of the
the Bank)
. Name and designation of the
................ Seal, name &
officer of
Page 45
APPENDIX – H
Declaration By Bidder
I / We ............................................... agree that we shall keep our price valid for a
period of one year from the date of approval. I / We will abide by all the terms &
conditions set forth in the tender documents No .................. / I / We do hereby declare I /
We have not been de- recognized / black listed by any State Govt. / Union Territory / Govt. of India
/ Govt. Organisation / Govt. Health Institutions.
Signature of the bidder: Date :
Name & Address of the Firm: Affidavit
before Executive Magistrate / Notary Public in Rs.100.00 stamp paper.
Page 46
CONTRACT FORMAT Contract Form for Providing partnership proposal for
Tuberculosis Eradication in the State of Andhra Pradesh under PPP Mode
.................................................................................................. (Address of the Tender
Inviting Authority/Office issuing the contract) Contract
No. ________________________ dated ___________________ This is in continuation to
this office's Notification for Award of contract No ................... dated . Name & address of
the Service Provider: ..................................................................................................
Reference: (i) Tender Enquiry Document No ............................. Dated ........................ and
subsequent Amendment No .................... , dated ............... (if any), issued by the Tender
Inviting Authority (ii) Service provider's Tender No ............................... Dated ............... and
subsequent communication(s) No ............... Dated .............. (if any), exchanged between
the supplier and the purchaser in connection with this tender. THIS AGREEMENT
made the .................. Day of ............ 2018 between (name of tender inviting authority)
(hereinafter called the Procurer) of one part and ....................... (name of service provider)
(Hereinafter called the Service Provider) of the other part: WHEREAS the Procurer is desirous that
certain services should be provided by the Service Provider, viz, (brief description of services) and
the Procurer has accepted a tender submitted by the
Service Provider for the Services for the sum of .......................... (Contract price in words
and figures) (Hereinafter called the Contract Price), NOW THIS AGREEMENT WITNESSETH AS
FOLLOWS: 1. The following documents shall be deemed to form part of and be read and
constructed as integral part of this Agreement, viz.: (i) Terms and Conditions; (ii) Scope of work;
(iii) Purchaser's Notification of Award. 2. In consideration of the payments to be made by the
Procurer the Service Provider hereby covenants to provide the Knowledge Partnership Program
for Tuberculosis Eradication Partnership Proposal for Five Years (2018-2023) in Andhra
Pradesh under PPP mode in conformity in all respects with the provisions of the Contract.
3. The Procurer hereby covenants to pay the Service Provider in consideration of
the services , the Contract Price or such other sum as may become payable under
the provisions of the Contract at the times and in the manner prescribed in the
Contract. 4. The bank guarantee valid till [(fill the date)] for an amount of Rs. [(fill amount)
equivalent to 3 months quoted contract value] shall be furnished in the prescribed format given in
the TE document, within a period of 15 (fifteen) days of issue of Notice for Award of Contract failing
which the EMD shall be forfeited. 5. Payment terms: The payment will be made against the bills
Page 47
raised to the Procurer by the Provider on quarterly basis after satisfactory completion of said
period, duly certified by the designated official. The payment will be made in Indian Rupees. 6.
Paying authority:
_______________________ (name of the Procurer i.e. Office, Authority)
_____________________________ (Signature, name and address of authorised
official) For and on behalf of _____________________
Received and accepted this contract (Signature, name and address of the supplier's executive duly
authorised to sign on behalf of the Provider)
For and on behalf of ____________________________ (Name and address of the
Provider) (Seal of the provider)
Date: ___________________________ Place: ____________________________