CT Scan v2 1 update - rajswasthya.nic.in

58
Directorate of Medical & Health Services, Rajasthan Jaipur Swasthya Bhawan, Tilak Marg, Jaipur 302 005 TENDER FORM FOR SPIRAL C.T. SCAN MACHINE THROUGH PUBLIC PRIVATE PARTNERSHIP 1. Name and full address of Tenderer ……………………………………………………….. …………………………………………………………………………………………… …………………………………………………………………………………………… 2. Addressed to: Director (PH), Directorate of Medical & Health Services, Rajasthan Jaipur . 3. Reference: No.:DMHS/SPO/E&I/CT SCAN(PPP)/ NIT-3/10/2903 Dated: 19.11.10 4. Tender fee Rs. 500.00 (Each cluster) deposited vide demand draft no. ……………………. dated ……… Of ……………………………. (Name and address of Banker) or cash Rs. 500.00 vide cash receipt no. ………………………………….. Dated ………………………….. 5. Quoted Cluster ………………………………………………………………………. 6. We …………………………… (Name of firm) agree to abide by all the terms and conditions as mentioned in (i) tender notice no. DMHS/SPO/E&I/CT SCAN(PPP)/ NIT-3/10/2903 Dated: 19.11.10 (ii) In annexure ‘A’ 7. All tender documents are complete in all respect and have been duly signed. 8. We have enclosed Earnest Money Rs. 5, 00,000.00 (Rs. Five lacs) in form of demand draft no. ………………… dated …... of …………………….. (Name of Banker) in favour of Director (PH) Directorate Medical & Health Services Raj. Jaipur Name & Signatures of the Bidder along with Seal

Transcript of CT Scan v2 1 update - rajswasthya.nic.in

Page 1: CT Scan v2 1 update - rajswasthya.nic.in

Directorate of Medical & Health Services, Rajasthan Jaipur

Swasthya Bhawan, Tilak Marg,

Jaipur 302 005

TENDER FORM

FOR SPIRAL C.T. SCAN MACHINE THROUGH

PUBLIC PRIVATE PARTNERSHIP

1. Name and full address of Tenderer ………………………………………………………..

……………………………………………………………………………………………

……………………………………………………………………………………………

2. Addressed to: Director (PH), Directorate of Medical & Health Services, Rajasthan Jaipur .

3. Reference: No.:DMHS/SPO/E&I/CT SCAN(PPP)/ NIT-3/10/2903 Dated: 19.11.10

4. Tender fee Rs. 500.00 (Each cluster) deposited vide demand draft no. ……………………. dated

……… Of ……………………………. (Name and address of Banker) or cash Rs. 500.00 vide

cash receipt no. ………………………………….. Dated …………………………..

5. Quoted Cluster ……………………………………………………………………….

6. We …………………………… (Name of firm) agree to abide by all the terms and conditions as

mentioned in (i) tender notice no. DMHS/SPO/E&I/CT SCAN(PPP)/ NIT-3/10/2903 Dated:

19.11.10

(ii) In annexure ‘A’

7. All tender documents are complete in all respect and have been duly signed.

8. We have enclosed Earnest Money Rs. 5, 00,000.00 (Rs. Five lacs) in form of demand draft no.

………………… dated …... of …………………….. (Name of Banker) in favour of Director

(PH) Directorate Medical & Health Services Raj. Jaipur

Name & Signatures of the Bidder along with Seal

Page 2: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

2

Government of Rajasthan

Directorate of Medical & Health Services, Rajasthan, Jaipur

No.:DMHS/SPO/E&I/CT SCAN(PPP) / NIT-3/10/2903 Dated:

19.11.10

Expression of interest/tenders for the installation & running of

CT scan machine under Public Private Partnership

Bids are invited for installation and running multislice CT scan machines in selected

21 District Hospital’s on Public Private Partnership Model. The districts are in clusters of

seven districts each.

Date of selling of tender form from 24.11.10 11.30 A.M

Last Date for sale of tender form- Upto 23.12.10 11.00 A.M.

Last Date of receipt of tender- Upto 23.12.10 01.00 P.M.

Date of opening of technical Bid- at 23.12.10 02.30 P.M.

Detailed particulars of the tender documents & specifications of CT Scan Machine in

PPP may be seen on the govt. of Rajasthan Public Relations Department's Website- "www.

dipronline. Org." or Departmental Website www.rajswasthya.nic.in or in the office of the

secretary, Store Purchase Organization room no. 124.

A Pre-Bid Meeting will be held on 30.11.10 at 03.00 PM in Conference Hall of

Directorate of Medical & Health Services, Raj. Jaipur.

Director (PH)

Medical & Health Services

Rajasthan, Jaipur.

Page 3: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

3

Establishment, operation and maintenance

of

Computed Tomography (CT) Scan facilities

at 21 District Hospitals (List enclosed)

through

Public-Private Partnership

Directorate of Medical & Health Services, Rajasthan Jaipur

Swasthya Bhawan, Tilak Marg,

Jaipur 302 005

Signature of authorized official

Date…………..

Page 4: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

4

DISCLAMER

The information contained in this Request for Proposal (RFP) document or subsequently

provided to Applicant(s), whether verbally or in documentary form by or on behalf of the

Director (PH)/ Director (HA), Directorate or any of their employees or advisors, is provided to

applicant(s) on the terms and conditions set out in this RFP document and any other terms and

conditions subject to which such information is provided.

This RFP document is not an agreement and is not an offer or invitation by the Director (PH)/

Director (HA), Directorate or its representatives to any other party. The purpose of this RFP

document is to provide interested parties with information to assist the formulation of their

Application and detailed Proposal. This RFP document does not purport to contain all the

information each Applicant may require. This RFP document may not be appropriate for all

persons, and it is not possible for Director (PH) / Director (HA), Directorate, their employees or

advisors to consider the investment objectives, financial situation and particular needs of each

party who reads or uses this RFP document. Certain applicants may have a better knowledge of

the proposed Project than others. Each applicant should conduct its own investigations and

analysis and should check the accuracy, reliability and completeness of the information in this

RFP document and obtain independent advice from appropriate source. Director (PH) / Director

(HA), Directorate, its employees and advisors make no representation or warranty and shall incur

no liability under any law, statute, rules or regulations as to the accuracy, reliability or

completeness of the RFP document.

Director (PH) / Director (HA), Directorate may in its absolute discretion, out without being

under any obligation to do so, update, amend or supplement the information in this RFP

document.

Page 5: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

5

TABLE OF CONTENTS

Introduction 7

Instructions 9

Criteria For Evaluation 25

Fraud and Corrupt Practices 29

Pre Bid Meeting 31

Miscellaneous 31

Specifications 51

List cluster of Hospitals 38

General Terms & Conditions 33-37

Schedule, Appendix & Agreement Bond Format 38-58

Page 6: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

6

ACRONYMS

HA Hospital Administration

RMRS Rajasthan Medical Relief Society

CT Computed Tomography

BPL Below Poverty Line

RFP Request for Proposal

PH Public Health

Page 7: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

7

1. INTRODUCTION

1.1 Background

1.1.1 The Directorate of Medical & Health Services, Rajasthan Jaipur (the “Authority”) is

engaged in delivery of public health care facilities in the State of Rajasthan and as part of

this endeavour, the Authority has decided to undertake establishment, operation and

maintenance of Computed Tomography (CT) Scan facilities at .......... (the “Project”)

through Public-Private Partnership. The Authority has decided to carry out the bidding

process for selection of private participant as bidder to whom the Project may be

awarded.

The Authority intends to invite bids from private participants (the “Bidders”) who will

be eligible for awarding of the Project through an open competitive bidding process in

accordance with the procedure set out herein.

1.1.2 The selected Bidder (the “Service Provider”) shall be responsible to procure and install

machine, as per the specifications at Annexure III, along with all related and necessary

equipment, for operationalisation of the Computed Tomography (CT) Scan facilities to

offer diagnostic services to patients, at its own cost. Ownership status of all movable

assets created from the investments made by the Service Provider shall remain with the

Service Provider.

1.1.3 The Authority shall provide the required space, for establishing the Project. A Possession

Certificate in plain paper shall be issued while handing over the above mentioned space.

1.1.4 The Project will be awarded for a period of 7 (Seven) years and the Service Provider will

be obliged to establish, manage and operate the Project in accordance with the provisions

of a concession agreement (the “Concession Agreement”) and terms and conditions as

per Schedule.

1.1.5 The scope of work includes procuring and installing the machine as per Schedule I, hiring

of qualified manpower, operation and maintenance of the Project to offer diagnostic

services in accordance with the provisions of the Concession Agreement.

Page 8: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

8

1.1.6 The Service Provider shall be entitled to levy and charge a pre-determined user charges,

as per Schedule II, from the patients. Such user charges shall not be more than the rates

fixed by the Authority.

1.1.7 Indicative capital cost of the Project is Rs. 1,25,00,000/- (Rupees One Crore and Twenty

Five (Lakhs) (the "Estimated Project Cost"). The assessment of actual costs, however,

will have to be made by the Bidders and the Authority bears no responsibility in this

respect.

1.1.8 The Authority shall receive Bids pursuant to this RFP in accordance with the terms set

forth herein as modified, altered, amended and clarified from time to time by the

Authority, and all Bids shall be prepared and submitted in accordance with such terms on

or before the date specified in Clause 1.3 for submission of Bids (the "Bid Due Date").

1.2 Brief description of the Bidding Process

The Authority has adopted a single stage bidding process comprising submission of a

technical bid and a financial bid together, for selection of the Service Provider. Prior to

making a Bid, the Bidder shall pay to the Authority a sum of Rs. 500/- (Rupees

Five Hundred Only) in cash or the form of a bank draft drawn on any nationalized bank

in favour of the Director (PH), Directorate of Medical & Health Services, Rajasthan

Jaipur payable at Jaipur, as the cost thereon of the RFP process.

1.2.2 Bids will be subjected to a two-step evaluation. In the first step technical bids (the

“Technical Bids”) of the Bidders will be assessed for conditions for eligibility and

evaluated for award of technical score. All Bidders whose Aggregate Technical Score is 70

marks or more out of 100 shall be ranked from highest to the lowest on the basis of their

Aggregate Technical Score. In the second step, financial bids (the “Financial Bids”) of not

more than five of the Bidders, ranked as aforesaid, shall be opened, on the basis of their

ranking.

1.2.3 Financial bids are invited on a single variable, that is, percentage of revenue generated in

the Project that the Bidder offers to share with the Authority. The Bidder offering to share

the highest percentage of revenue generated in the Project with the Authority shall be

awarded the Project.

Page 9: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

9

1.2.4 The Bid shall be valid for a period of not less than 120 days from the date specified in

Clause 1.3 for submission of bids (the "Bid Due Date").

1.2.5 A Bidder will be required to deposit, along with its Bid, a bid security (Earnest money)

equivalent to Rs. 5,00,000/- (Rupees Five Lakhs Only) (the "Bid Security") for

one/each cluster, in form of Banker Cheque/Demand draft, refundable not later than

60 (sixty) days from the Bid Due Date, except in the case of the selected Bidder whose

Bid Security shall be retained till it has provided a Performance Security under the

Concession Agreement. The Bid shall be summarily rejected if it is not accompanied by

the Bid Security.

1.2.6 Any queries or request for additional information concerning this RFP shall be submitted

in writing or by fax and e-mail to the officer designated in Clause 2.12.3 below. The

envelopes/ communications shall clearly bear the following identification/title:

"Queries/ Request for Additional Information: RFP for establishment, operation

and maintenance of Computed Tomography (CT) Scan facilities at .......... ".

1.3 Schedule of Bidding Process

The Authority shall endeavour to adhere to the following schedule:

Event Description Date

Last date for receiving queries 29.11.2010

Pre-Bid Meeting 30.11.2010

Opening of Technical Bids 23.12.2010

Validity of Bids 4 Months from date of opening of bid.

2. INSTRUCTIONS TO BIDDER

A. GENERAL

2.1 Scope of Bid

2.1.1 The Authority wishes to receive Bids for award of the Project to experienced and capable

Bidder.

2.2 Eligibility of Bidders

2.2.1 The Bidder must be a company registered under the Indian Companies Act, 1956.

Page 10: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

10

2.2.2 A Bidder shall not have a conflict of interest (the “Conflict of Interest”) that affects the

Bidding Process. Any Bidder found to have a Conflict of Interest shall be disqualified. A

Bidder shall be deemed to have a Conflict of Interest affecting the Bidding Process, if -

(i) the Bidder, its Member or Associate (or any constituent thereof) and any other Bidder,

its Member or Associate (or any constituent thereof) have common controlling

shareholders or other ownership interest; provided that this disqualification shall not

apply in cases where the direct or indirect shareholding of an Bidder, its Member or an

Associate thereof (or any shareholder thereof having a shareholding of more than 5%

(five percent) of the paid up and subscribed share capital of such Bidder, Member or

Associate, as the case may be) in the other Bidder, its Member or Associate, as the case

may be, is less than 5% (five percent) of the subscribed and paid up equity share capital

thereof; provided further that this disqualification shall not apply to any ownership by a

bank, insurance company, pension fund or a public financial institution referred to in

section 4A of the Companies Act, 1956. For the purposes of this Clause 2.2.2, indirect

shareholding held through one or more intermediate persons shall be computed as

follows –

(AA) where any intermediary is controlled by a person through management

control or otherwise, the entire shareholding held by such controlled

intermediary in any other person (the “Subject Person”) shall be taken into

account for computing the shareholding of such controlling person in the

Subject Person; and

(BB) subject always to sub-clause (AA) above, where a person does not exercise

control over an intermediary, which has shareholding in the Subject Person,

the computation of indirect shareholding of such Person in the Subject Person

shall be undertaken on a proportionate basis; provided, however, no such

shareholding shall be reckoned under this sub-clause (BB) if the shareholding

of such person in the intermediary is less than 26% (twenty six percent) of the

subscribed and paid up equity shareholding of such intermediary; or

(ii) a constituent of such Bidder is also a constituent of another Bidder; or

Page 11: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

11

(iii) such Bidder, or any Associate thereof receives or has received any direct or indirect

subsidy, grant, concessional loan or subordinated debt from any other Bidder, its

Member or Associate or has provided any such subsidy grant, concessional loan or

subordinated debt to any other Bidder its Member or any Associate thereof; or

(iv) such Bidder has the same legal representative for the purposes of this Bid as any other

Bidder with respect to the Project; or

(v) such Bidder, or any Associate thereof has a relationship with another Bidder, or any

Associate thereof, directly or through common third party/ parties, that puts either or

both of them in a position to have access to each others' information about, or to

influence the Bid of either or each other; or

(vi) such Bidder or any Associate thereof has participated as a consultant to the Authority in

the preparation of any documents, design or technical specifications of the Project.

2.2.3 The Bidder should be fulfilling all the following conditions of eligibility and must also

submit documentary evidence(s) in support of fulfilment of these criteria while

submitting the Technical Bid. Claim without documentary evidence will not be

considered. The conditions of eligibility and documentary evidence required are as

follows:

Sl.

No.

Conditions of Eligibility Documentary Evidence to be Attached

1

The Bidder should have

collected revenue of at least

Rs. 1.50 Crores (Rupees

One Crore Fifty Lac) in the

last three financial years

ending March 31, 2010

from operating and

managing radiology

facilities, with 1.5 (or

higher) Tesla Magnetic

i. Audited balance sheet and profit and loss

account for the financial years ended March

31, 2008, March 31, 2009 and March 31,

2010, duly certified by statutory auditor.

ii. Statement showing revenue collected in the

last three years financial year ended March

31, 2010 in respect of 1.5 (or higher) Tesla

Magnetic Resonance Imaging (MRI) and/or

16-slice (or higher) Computed Tomography

(CT) scan, as the case may be, self-attested

Page 12: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

12

Resonance Imaging (MRI)

and/or 16-slice (or higher)

Computed Tomography

(CT) scan.

and certified by an independently practicing

chartered accountant or the statutory auditor.

The certificate should also clearly demarcate

the revenue collected from each of the

different machines.

2 The Bidder should have at

least three (3) years

experience in operating and

managing radiology

facilities, with 1.5 (or

higher) Tesla Magnetic

Resonance Imaging (MRI)

and/or 16-slice (or higher)

Computed Tomography

(CT) scan.

i. Original invoice or lease agreement, as the

case may be, in respect of the 1.5 (or higher)

Tesla Magnetic Resonance Imaging (MRI)

and/or 16-slice (or higher) Computed

Tomography (CT) scan machines.

ii. Self certification of ownership of the 1.5 (or

higher) Tesla Magnetic Resonance Imaging

(MRI) and/or 16-slice (or higher) Computed

Tomography (CT) scan, as the case may be.

iii. Certificate of Incorporation under the Indian

Companies Act, 1956.

3 The Bidder should have

minimum Net Worth of Rs.

0.50 Crore (Rupees Fifty

Lac) as at March 31, 2010.

i. Certificate from the statutory auditors

specifying the net worth of the Bidder, as at

March 31, 2010, and also specifying the

methodology adopted for calculating such

net worth. For the purpose of this RFP, net

worth shall mean the sum of subscribed and

paid up equity and reserves from which shall

be deducted the sum of revaluation reserve,

miscellaneous expenditure not written off

and reserves not available for distribution to

equity shareholders.

ii. Audited balance sheet and profit and loss

account for the financial year ended March

31, 2010, duly certified by statutory auditor.

Page 13: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

13

2.2.4 A Bidder having operated and managed radiology facilities, with 1.5 (or higher) Tesla

Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher) Computed Tomography

(CT) scan machine(s) shall mean the Bidder having collected user charges from patients

in respect of the diagnostic services offered to patients on such machine(s). For the

avoidance of doubt, it is clarified that user charges collected from patients, during each

financial year, shall be taken into consideration for computation of the revenue collected.

2.2.5 It is also clarified that if there is any component of service tax or any other tax in the user

charges that are collected from the patients, such taxes will not be counted towards

calculation of the revenues that have been collected by the Bidder from operating and

managing radiology facilities, with 1.5 (or higher) Tesla Magnetic Resonance Imaging

(MRI) and/or 16-slice (or higher) Computed Tomography (CT) scan.

2.2.6 The Bidder claiming experience in operating and managing radiology facilities, with 1.5

(or higher) Tesla Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher)

Computed Tomography (CT) scan should have ownership of the 1.5 (or higher) Tesla

Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher) Computed Tomography

(CT) scan machine(s), as the case may be, from which revenues are being claimed. For

the purposes of this RFP, any lease arrangement in respect of the 1.5 (or higher) Tesla

Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher) Computed Tomography

(CT) scan machine(s) will qualify as ownership;

2.2.7 The Bidders shall enclose with its Technical bid, to be submitted as per the format at

Appendix I, complete with its Annexes, the following:

i. Necessary information in relation to conditions of eligibility and parameters for

computing Technical Score of the Bidder as per the format at Annex – II and Annex

III of Appendix I.

ii. Audited balance sheet and profit and loss account for the last three financial years

ended March 31, 2010, duly certified by statutory auditor.

iii. Statement showing revenue collected in the last three years financial year ended

March 31, 2010 in respect of 1.5 (or higher) Tesla Magnetic Resonance Imaging

(MRI) and/or 16-slice (or higher) Computed Tomography (CT) scan machine(s), as

the case may be, self-attested and certified by an independently practicing chartered

Page 14: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

14

accountant or the statutory auditor. The certificate should also clearly demarcate the

revenue collected from each of the different machines.

iv. Original invoice or lease agreement, as the case may be, in respect of the 1.5 (or

higher) Tesla Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher)

Computed Tomography (CT) scan machine(s).

v. Self certification of ownership of the 1.5 (or higher) Tesla Magnetic Resonance

Imaging (MRI) and/or 16-slice (or higher) Computed Tomography (CT) scan

machine(s), as the case may be.

vi. Certificate of Incorporation under the Indian Companies Act, 1956, of the Bidder.

vii. Certificate from the statutory auditors specifying the net worth of the Bidder, as at

March 31, 2010, and also specifying the methodology adopted for calculating such

net worth. For the purpose of this RFP, net worth shall mean the sum of subscribed

and paid up equity and reserves from which shall be deducted the sum of revaluation

reserve, miscellaneous expenditure not written off and reserves not available for

distribution to equity shareholders.

viii. Audited balance sheet and profit and loss account for the financial years ended March

31, 2010, March 31, 2009 and March 31, 2008, duly certified by statutory auditor.

2.2.8 The Bidders shall submit its Financial Bid as per the format at Appendix III.

2.2.9 The Bidder should submit a Power of Attorney as per the format at Appendix-II,

authorising the signatory of the Bids to commit the Bidder.

2.2.10 Any entity which has been barred by the Central/ State Government, or any entity

controlled by it, from participating in any project, and the bar subsists as on the Bid Due

Date, would not be eligible to submit Bid.

2.2.11 A Bidder should, in the last 3(three) years, have neither failed to perform on any contract,

as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial

pronouncement or arbitration award against the Bidder nor has been expelled from any

project or contract by any public entity nor have had any contract terminated any public

entity for breach by such Bidder.

2.2.12 The following conditions shall be adhered to while submitting a Bid:

(a) Bidders should attach clearly marked and referenced continuation sheets in the event

that the space provided in the prescribed forms in the Annexes is insufficient.

Page 15: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

15

Alternatively, Bidders may format the prescribed forms making due provision for

incorporation of the requested information.

(b) information supplied by a Bidder must apply to the Bidder named in the Bid and not,

unless specifically requested; and

(c) in responding to the Technical Bid submissions, Bidders should demonstrate their

capabilities in accordance with Clause 3.1 below.

2.2.13 The Bidder must have Company incorporation certificate, valid VAT/ Sales Tax

Registration Certificate, valid Service Tax Registration Certificate and filed Income Tax

Return. Bidder shall provide an attested copy of all the above-mentioned

certificates/documents along with the Technical Bid.

2.3 Number of Bids and costs thereof

2.3.1 No Bidder shall submit more than one Bid for the Project. A bidder applying shall not be

entitled to submit another Bid.

2.3.2 The Bidders shall be responsible for all of the costs associated with the preparation of

their Bids and their participation in the Bid Process. The Authority will not be

responsible or in any way liable for such costs, regardless of the conduct or outcome of

the Bidding Process.

2.4 Site visit and verification of information

Bidders are encouraged to submit their respective Bids after visiting the Project site and

ascertaining for themselves the site conditions, number of patients, location,

surroundings, climate, availability of power, water and other utilities for construction,

access to site, handling and storage of materials, weather data, applicable laws and

regulations, and any other matter considered relevant by them.

2.5 Acknowledgement by Bidder

2.5.1 It shall be deemed that by submitting the Bid, the Bidder has:

(a) made a complete and careful examination of the RFP;

(b) received all relevant information requested from the Authority;

(c) accepted the risk of inadequacy, error or mistake in the information provided in the

RFP or furnished by or on behalf of the Authority relating to any of the matters

referred to in Clause 2.4 above; and

(d) agreed to be bound by the undertakings provided by it under and in terms hereof.

Page 16: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

16

2.5.2 The Authority shall not be liable for any omission, mistake or error in respect of any of

the above or on account of any matter or thing arising out of or concerning or relating to

the RFP or the Bidding Process, including any error or mistake therein or in any

information or data given by the Authority.

2.6 Right to accept or reject any or all Bids

2.6.1 Notwithstanding anything contained in this RFP, the Authority reserves the right to

accept or reject any Bid and to annul the Bidding Process and reject all Bids, at any time

without any liability or any obligation for such acceptance, rejection or annulment, and

without assigning any reasons therefor. In the event that the Authority rejects or annuls

all the Bids, it may, in its discretion, invite all eligible Bidders to submit fresh Bids

hereunder.

2.6.2 The Authority reserves the right to reject any Bid if:

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

(b) the Bidder does not provide, within the time specified by the Authority, the

supplemental information sought by the Authority for evaluation of the Bid.

If such disqualification/ rejection occurs after the Financial Bids have been opened and

the highest Bidder gets disqualified/ rejected, then the Authority reserves the right to:

(i) invite the remaining Bidders to match the highest Bidder/submit their Bids in

accordance with the RFP; or

(ii) take any such measure as may be deemed fit in the sole discretion of the

Authority, including annulment of the Bidding Process.

2.6.3 The Authority shall constitute a team which would verify the details provided by Bidders

in response to this RFP Document. The Bidders shall assist the team in providing details,

arrange for site visits of the 1.5 (or higher) Tesla Magnetic Resonance Imaging (MRI)

and/or 16-slice (or higher) Computed Tomography (CT) scan machine, as the case may

be, and provide such other assistance as may be required. In case any information

provided by the Bidder is found false or misleading, the Authority reserves the right to

disqualify such a Bidder. All costs in this behalf will be borne by the Authority.

2.6.4 In case it is found during the evaluation or at any time before signing of the Concession

Agreement or after its execution and during the period of subsistence thereof, including

the concession thereby granted by the Authority, that one or more of the conditions of

Page 17: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

17

eligibility have not been met by the Bidder, or the Bidder has made material

misrepresentation or has given any materially incorrect or false information, the Bidder

shall be disqualified forthwith if not yet appointed as the Service Provider either by issue

of the LOA or entering into of the Concession Agreement, and if the Bidder has already

been issued the LOA or has entered into the Concession Agreement, as the case may be,

the same shall, notwithstanding anything to the contrary contained therein or in this RFP,

be liable to be terminated, by a communication in writing by the Authority to the Bidder,

without the Authority being liable in any manner whatsoever to the Bidder and without

prejudice to any other right or remedy which the Authority may have under this RFP, the

Concession Agreement or under applicable law.

2.6.5 The Authority reserves the right to verify all statements, information and documents

submitted by the Bidder in response to the RFP. Any such verification or lack of such

verification by the Authority shall not relieve the Bidder of its obligations or liabilities

hereunder nor will it affect any rights of the Authority thereunder.

B. DOCUMENTS

2.7 Contents of the RFP

This RFP comprises the disclaimer set form hereinabove, the contents as listed below,

and will additionally include any Addenda issued in accordance with Clause 2.9.

Invitation for Proposal

Section1. Introduction

Section 2. Instructions to Bidders

Section 3. Criteria for Evaluation

Section 4. Fraud & Corrupt Practices

Section 5. Pre Bid Meeting

Section 6. Miscellaneous

Schedules

I Specifications of the Computed Tomography (CT) Scan Machine

II Location and Details of Space to be Provided by the Authority for Establishment and

Operation of the Computed Tomography (CT) Scan Machine

Page 18: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

18

III Terms & Conditions for Establishment and Operation of the Computed

Tomography (CT) Scan Machine

IV Pre-Determined User Charges for Diagnostic Services on the Computed

Tomography (CT) Scan Machine

Appendices

I. Letter comprising the Technical Bid

II. Format for Financial Bid

III Power of Attorney for signing of Application.

2.8 Clarifications

2.8.1 Bidders requiring any clarification on the RFP may notify the Authority in writing or by

fax and e-mail in accordance with Clause 1.2.6. They should send in their queries before

the date specified in the schedule of Bidding Process contained in Clause 1.3. The

responses will be sent by fax and/or e-mail. The Authority will forward all the queries

and its responses thereto, to all purchasers of the RFP without identifying the source of

queries.

2.8.2 The Authority shall endeavour to respond to the questions raised or clarifications sought

by the Bidders. However, the Authority reserves the right not to respond to any question

or provide any clarification, in its sole discretion, and nothing in this Clause shall be

taken or read as compelling or requiring the Authority to respond to any question or to

provide any clarification.

2.8.3 The Authority may also on its own motion, if deemed necessary, issue interpretations and

clarifications to all Bidders. All clarifications and interpretations issued by the Authority

shall be deemed to be part of the RFP. Verbal clarifications and information given by

Authority or its employees or representatives shall not in any way or manner be binding

on the Authority.

2.9 Amendment of RFP

2.9.1 At any time prior to the deadline for submission of Bid, the Authority may, for any

reason, whether at its own initiative or in response to clarifications requested by a Bidder,

modify the RFP by the issuance of Addenda.

2.9.2 Any Addendum thus issued will be sent in writing to all those who have purchased the

RFP.

Page 19: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

19

2.9.3 In order to afford the Bidders a reasonable time for taking an Addendum into account, or

for any other reason, the Authority may, in its sole discretion, extend the Bid Due Date.

C. PREPARATION AND SUBMISSION OF BID

2.10 Language

The Bid and all related correspondence and documents in relation to the Bidding Process

shall be in Hindi & English language. Supporting documents and printed literature

furnished by the Applicant with the Bid may be in any other language provided that they

are accompanied by translations of all the pertinent passages in the Hindi & English

language, duly authenticated and certified by the Bidder. Supporting materials, which are

not translated into Hindi & English, may not be considered. For the purpose of

interpretation and evaluation of the Bid, the Hindi & English language translation shall

prevail.

2.11 Format and signing of bid

2.11.1 The Bidder shall provide all the information sought under this RFP. The Authority will

evaluate only those Bids that are received in the required formats and complete in all

respects. Incomplete and /or conditional Bids shall be liable to rejection.

2.11.2 The Bidder shall prepare 1 (one) set of the Technical Bid (together with originals/ copies

of documents required to be submitted along therewith pursuant to this RFP) and

Financial Bid. The Bidder shall also provide 1 (one) soft copy on Compact Disc (CD).

2.11.3 The Bid shall be typed or written in indelible ink and signed by the authorised signatory

of the Bidder who shall also initial each page in blue ink. In case of printed and published

documents, only the cover shall be initialled. All the alterations, omissions, additions or

any other amendments made to the Bid shall be initialled by the person(s) signing the

Bid. The Bid shall contain page numbers and shall be bound together.

2.12 Sealing and Marking of Bids

2.12.1 The Bidder shall submit the set of the Technical Bid (together with originals/ copies of

documents required to be submitted along therewith pursuant to this RFP) and Financial

Bid in the format specified at Appendix-III and Appendix-II. All envelopes should be

securely sealed and super-scribed with the following information:

Page 20: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

20

• Bid Reference Number

• Bid Due Date

• Name of Bidder with Complete Address

The Bidder shall seal the Technical Bid and the Financial Bid, together with their

respective enclosures, in separate envelopes duly marking the envelopes as

"TECHNICAL BID" and "FINANCIAL BID", as the case may be. The envelopes shall

then be sealed in an outer envelope which shall also be marked in accordance with

Clauses 2.12.3 and 2.12.4.

2.12.2 The envelope marked “TECHNICAL BID” shall contain:

(i) Technical Bid in the prescribed format (Appendix-I along with Annexes) and

supporting documents;

(ii) Power of Attorney for signing the Bid as per the format at Appendix- II;

(iii) copy of Memorandum and Articles of Association, if the Applicant is a body

corporate;

(iv) Audited balance sheet and profit and loss account for the last three financial years

ended March 31, 2010, duly certified by statutory auditor.

(v) Statement showing revenue collected in the last three years financial year ended

March 31, 2010 in respect of 1.5 (or higher) Tesla Magnetic Resonance Imaging

(MRI) and/or 16-slice (or higher) Computed Tomography (CT) scan machine(s), as

the case may be, self-attested and certified by an independently practicing chartered

accountant or the statutory auditor. The certificate should also clearly demarcate the

revenue collected from each of the different machines.

(vi) Original invoice or lease agreement, as the case may be, in respect of the 1.5 (or

higher) Tesla Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher)

Computed Tomography (CT) scan machine(s).

(vii) Self certification of ownership of the 1.5 (or higher) Tesla Magnetic Resonance

Imaging (MRI) and/or 16-slice (or higher) Computed Tomography (CT) scan

machine(s), as the case may be.

(viii) Certificate of Incorporation under the Indian Companies Act, 1956, of the Bidder.

(ix) Certificate from the statutory auditors specifying the net worth of the Bidder, as at

March 31, 2010, and also specifying the methodology adopted for calculating such

Page 21: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

21

net worth. For the purpose of this RFP, net worth shall mean the sum of subscribed

and paid up equity and reserves from which shall be deducted the sum of

revaluation reserve, miscellaneous expenditure not written off and reserves not

available for distribution to equity shareholders.

(x) Audited balance sheet and profit and loss account for the financial years ended

March 31, 2010, March 31, 2009 and March 31, 2008, duly certified by statutory

auditor.

2.12.3 The envelope marked “FINANCIAL BID” shall contain Financial Bid in the prescribed

format (Appendix-III).

2.12.4 The outer envelope shall be marked "Request for Proposal for Establishment, Operation

and Maintenance of Computed Tomography (CT) Scan facilities at .......... " and shall

clearly indicate the name and address of the Bidder. In addition, the Bid Due Date should

be indicated on the right hand corner of each of the envelopes.

2.12.5 Each of the envelopes shall be addressed to:

ATTN. OF: …………………………..

ADDRESS: Director (PH), Directorate Medical & Health Services,

Tilak Marg, C-Scheme, Jaipur

FAX NO: 0141- 2225334, 2229858

PHONE NO : 0141- 2229858, 2226100

2.12.6 If the envelopes are not sealed and marked as instructed above, the Authority assumes no

responsibility for the misplacement or premature opening of the contents of the Bid and

consequent losses, if any, suffered by the Bidders.

2.12.7 Bids submitted by fax, telex, telegram or e-mail shall not be entertained and shall be

rejected.

2.13 Bid Due Date

2.13.1 Bids should be submitted before ……………. hours 1ST on the Bid Due Date, at the

address provided in Clause 2.12.4 in the manner and form as detailed in this RFP. A

receipt thereof should be obtained from the person specified in Clause 2.12.4.

2.13.2 The Authority may, in its sole discretion, extend the Bid Due Date by issuing an

Addendum in accordance with Clause 2.9 uniformly for all Bidders.

Page 22: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

22

2.14 Late Bids

Bids received by the Authority after the specified time on the Bid Due Date shall not be

eligible for consideration and shall be summarily rejected.

2.15 Modifications/substitution/withdrawal of Bids

2.15.1 The Bidder may modify, substitute or withdraw its Bid after submission, provided that

written notice of the modification, substitution or withdrawal is received by the Authority

prior to the Bid Due Date. No Bid shall be modified, substituted or withdrawn by the Bid

on or after the Bid Due Date.

2.15.2 The modification, substitution or withdrawal notice shall be prepared, sealed, marked,

and delivered in accordance with Clause 2.12, with the envelopes being additionally

marked "MODIFICATION", "SUBSTITUTION" or "WITHDRAWAL", as appropriate.

2.15.3 Any alteration/ modification in the Bid or additional information supplied subsequent to

the Bid Due Date, unless the same has been expressly sought for by the Authority, shall

be disregarded.

D. EVALUATION PROCESS

2.16 Opening and Evaluation of Technical Bids

2.16.1 The Authority shall open the Technical Bids at ………….. hours 1ST on the Bid Due

Date, at the place specified in Clause 2.12.3 and in the presence of the Bidders who

choose to attend.

2.16.2 Bids for which a notice of withdrawal has been submitted in accordance with Clause 2.15

shall not be opened.

2.16.3 The Authority will subsequently examine and evaluate Technical Bids in accordance with

the provisions set out in Section 3.

2.16.4 Bidders are advised that the evaluation of Technical Bids of Bidders will be entirely at

the discretion of the Authority. Bidders will be deemed to have understood and agreed

that no explanation or justification on any aspect of the Bidding Process or selection will

be given.

2.16.5 Any information contained in the Bid shall not in any way be construed as binding on the

Authority, its agents, successors or assigns, but shall be binding against the Bidder if the

Project is subsequently awarded to it on the basis of such information.

Page 23: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

23

2.16.6 The Authority reserves the right not to proceed with the Bidding Process at any time

without notice or liability and to reject any or all Bids without assigning any reasons.

2.16.7 If any information furnished by the Bid is found to be incomplete, or contained in formats

other than those specified herein, the Authority may, in its sole discretion, exclude the

relevant information/document from computation of the Technical Score of the Bidder.

2.16.8 In the event that a Bidder claims credit for a machine, and such claim is determined by

the Authority as incorrect or erroneous, the Authority shall reject such claim and exclude

the same from computation of the Technical Score, and may also, while computing the

aggregate Technical Score of the Bidder, make a further deduction equivalent to the

claim rejected hereunder. Where any information is found to be patently false or

amounting to a material representation, the Authority reserves the right to reject the Bid

in accordance with the provisions of Clauses 2.6.2 and 2.6.3.

2.17 Confidentiality

Information relating to the examination, clarification, evaluation, and recommendation

for the Bidders shall not be disclosed to any person who is not officially concerned with

the process or is not a retained professional advisor advising the Authority in relation to

or matters arising out of, or concerning the Bidding Process. The Authority will treat all

information, submitted as part of Bid, in confidence and will require all those who have

access to such material to treat the same in confidence. The Authority may not divulge

any such information unless it is directed to do so by any statutory entity that has the

power under law to require its disclosure or is to enforce or assert any right or privilege

of the statutory entity and/ or the Authority or as may be required by law or in connection

with any legal process.

2.18 Tests of responsiveness

2.18.1 Prior to evaluation of Technical Bids, the Authority shall determine whether each Bid is

responsive to the requirements of the RFP. A Technical Bid shall be considered

responsive only if:

(a) it is received as per format at Appendix-I.

(b) it is received by the Bid Due Date including any extension thereof pursuant to

Clause 2.13.2;

Page 24: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

24

(c) it is signed, sealed, bound together, and marked as stipulated in Clauses 2.11 and

2.12 and all the requirements set forth in Clauses 2.12.2 and 2.12.3 are fulfilled;

(d) it is accompanied by the Power of Attorney as specified in Clause 2.2.9;

(e) it contains all the information and documents (complete in all respects) as

requested in this RFP;

(f) it contains information in formats same as those specified in this RFP;

(g) it contains duly certified audited annual financial statements from its statutory

auditors containing the requisite details;

(h) it contains an attested copy of the receipt for payment of Rs. 500/- (Rupees Five

Hundred Only) to Authority towards the cost (inclusive of all the applicable

taxes thereon) of the RFP document;

(i) it does not contain any condition or qualification; and

(j) it is not non-responsive in terms hereof.

2.18.2 The Authority reserves the right to reject any Bid which is non-responsive and no request

for alteration, modification, substitution or withdrawal shall be entertained by the

Authority in respect of such Bid.

2.19 Clarifications

2.19.1 To facilitate evaluation of Bids, the Authority may, at its sole discretion, seek

clarifications from any Bidder regarding its Bid. Such clarification(s) shall be provided

within the time specified by the Authority for this purpose. Any request for clarification

and all clarification in response thereto shall be in writing.

2.19.2 If a Bidder does not provide clarifications sought under Clause 2.19.1 above within the

prescribed time, its Bid shall be liable to be rejected. In case the Bid is not rejected, the

Authority 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 Authority.

E. OPENING OF FINANCIAL BIDS AND BIDDING

2.20 Short-listing and notification

After the evaluation of Technical Bids, the Authority would announce a list of not more

than five Bidders whose Financial Bids will be opened. At the same time, the Authority

Page 25: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

25

would notify the other Bidders that their Financial Bids will not be opened. The

Authority will not entertain any query or clarification from Bidders who fail to qualify.

2.21 Proprietary data

All documents and other information supplied by the Authority or submitted by a Bidder

to the Authority shall remain or become the property of the Authority. Bidders are to treat

all information as strictly confidential and shall not use it for any purpose other than for

preparation and submission of their Bid. The Authority will not return any Bid or any

information provided along therewith.

2.22 Correspondence with the Applicant

Save and except as provided in this RFP, the Authority shall not entertain any

correspondence with any Bidder in relation to the acceptance or rejection of any Bid.

3. CRITERIA FOR EVALUATION

3.1 Evaluation parameters

Only those Bidders who meet the conditions of eligibility specified in Clause 2.2.3 above

shall qualify for evaluation under this Section 3. Bidders who do not meet these

conditions of eligibility shall be rejected. Such Bidders who meet the conditions of

eligibility specified in Clause 2.2.3 above will be assessed on the basis of the parameters

set out in Clause 3.2 below and given score (the “Technical Score”).

3.2 Technical Score

Parameter Maximum marks and award of marks

3.2.1. Experience Number of years of

experience in operating and

managing 1.5 (or higher)

Tesla Magnetic Resonance

Imaging (MRI) and/or 16-

slice (or higher) Computed

Tomography (CT) scan

machine(s).

Maximum 30 marks.

Note:

While awarding marks, the Bidder that has highest

number of years experience in operating and

managing 1.5 (or higher) Tesla Magnetic

Resonance Imaging (MRI) and/or 16-slice (or

higher) Computed Tomography (CT) scan machines

shall be entitled to the maximum marks under this

category and all other competing Bidder(s) shall be

entitled to a proportionate marks.

3.2.2. Revenue Collected Aggregate revenue collected,

in last three financial years

Maximum 30 marks.

Note:

While awarding marks, the Bidder that has

Page 26: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

26

ending March 31, 2010, in

operating and managing 1.5

(or higher) Tesla Magnetic

Resonance Imaging (MRI)

and/or 16-slice (or higher)

Computed Tomography (CT)

scan machines.

collected highest revenue in the last three years

financial years ending March 31, 2010 shall be

entitled to the maximum marks under this category

and all other competing Bidder(s) shall be entitled

to a proportionate marks.

3.2.3. Number of machines installed

Number of 1.5 (or higher)

Tesla Magnetic Resonance

Imaging (MRI) and/or 16-

slice (or higher) Computed

Tomography (CT) scan

machine(s) installed.

Maximum 40 marks.

Note:

While awarding marks, the Bidder that has installed

highest number of 1.5 (or higher) Tesla Magnetic

Resonance Imaging (MRI) and/or 16-slice (or

higher) Computed Tomography (CT) scan machines

shall be entitled to the maximum marks under this

category and all other competing Bidder(s) shall be

entitled to a proportionate marks.

Notes:

(b) In case the Bidder has experience in operating and managing more than one

machine, all the machines will be taken for calculation of the score. For

example, if the Bidder has an experience of 6.5 years in operating and managing

one machine and an experience of 8.25 years in operating and managing another

machine, his cumulative experience under this clause would be 6.5+8.25=14.75

years. If the same bidder has an experience of 6 years in operating and

managing a third machine, his total experience under this clause would still be

20.75 years.

(c) The experience of the Bidder shall be counted from the date when the machine,

in respect of which experience is counted, has started operations. Thus, if the

Bidder as a company was incorporated on January 1, 2002 but purchased the

necessary machine and started its operations only on October 1, 2005, the

experience of the Bidder would be counted from October 1, 2005. The Bidder

should furnish the details to demonstrate the experience of the Bidder in

operating and managing 1.5 (or higher) Tesla Magnetic Resonance Imaging

(MRI) and/or 16-slice (or higher) Computed Tomography (CT) scan machines.

For this purpose, the Bidder must furnish its audited balance-sheet and a profit

and loss account, certified by its statutory auditors, for each year for which the

Bidder is claiming experience.

Page 27: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

27

(d) For showing the number of machines in use by the Bidder, the Bidder shall

submit the original invoice or lease agreement in respect of the machines, as the

case may be. Further, the Bidder must furnish an Affidavit in support of his

previous experience.

3.2.4. Aggregate Technical Score

The credentials of Bidders shall be measured in terms of their Technical Score.

The sum total of the Technical Score from Clauses 3.2.1, 3.2.2 and 3.2.3 shall be

the 'Aggregate Technical Score' of a particular Bidder.

3.2.5. All Bidders whose Aggregate Technical Score is 70 marks or more out of 100 shall

be ranked from highest to the lowest on the basis of their Aggregate Technical Score.

Of the Bidders ranked as aforesaid, Financial Bids of not more than five shall be

opened, on the basis of their ranking. However, if the number of Bidders scoring 70

marks or more is less than two, the Authority may, in its sole discretion, open

Financial Bid of the Bidder(s) whose score is less than 70 marks even if such

Bidder(s) do(es) not score 70 marks; provided that in such an event, the total number

of Bidders whose Financial Bids shall be opened shall not exceed two. In the event

two or more Bidders have the same scores in the final ranking, the Bidder with the

highest score in the parameter under Clause 3.2.3 shall be ranked higher.

3.2.6. Financial bids are invited on a single variable, that is, percentage of revenue

generated in the Project that the Bidder offers to share with the Authority. The

Bidder offering to share the highest percentage of revenue generated in the Project

with the Authority shall be awarded the Project.

3.3 Details of experience

3.3.1. The Bidder should furnish the details to demonstrate the experience of the Bidder

in operating and managing 1.5 (or higher) Tesla Magnetic Resonance Imaging

(MRI) and/or 16-slice (or higher) Computed Tomography (CT) scan machines for

the last 3 (three) financial years ended March 31, 2010. For this purpose, the

Bidder must furnish its audited balance-sheet and a profit and loss account,

certified by its statutory auditors, for each year for which the Bidder is claiming

Page 28: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

28

experience. For showing the number of machines in use by the Bidder, the Bidder

shall submit the original invoice or lease agreement in respect of the machine(s),

as the case may be.

3.3.2. The Bidders must provide the necessary information relating to the details of

experience as specified in Clause 3.2.1, 3.2.2 and 3.2.3 as per format at Annex-III

of Appendix-I.

3.4 Financial information

3.4.1. Bids must be accompanied by the Audited Annual Reports of the Bidder for the last

3 (three) financial years ending March 31, 2010. In case the annual accounts for the

financial year ended March 31, 2010 are not audited and therefore the Bidder

cannot make it available, the Bidder shall give an undertaking to this effect and the

statutory auditor shall certify the same. In such a case, the Bidder shall provide the

Audited Annual Reports for the financial years ended March 31, 2007, March 31,

2008 and March 31, 2009.

3.4.2. The Bidder must establish the minimum Net Worth specified in Clause 2.2.3 (3),

and provide details as per format at Annex-IV of Appendix-I.

3.5 Selection of Service Provider

3.5.1. The credentials of eligible Bidders shall be measured in terms of their Technical

Score. The sum total of the Technical Score from Clause 3.2.1, 3.2.2 and 3.2.3 shall

be the 'Aggregate Aggregate Score' of a particular Bidder.

3.5.2. All the Bidders whose Aggregate Technical Score is 70 marks or more out of 100

shall be ranked from highest to the lowest on the basis of their Aggregate Technical

Score. Of the Bidders ranked as aforesaid, Financial Bids of not more than five shall be

opened, on the basis of their ranking. However, if the number of Bidders scoring 70

marks or more is less than two, the Authority may, in its sole discretion, open Financial

Bid of the Bidder(s) whose score is less than 70 marks even if such Bidder(s) do(es) not

score 70 marks; provided that in such an event, the total number of Bidders whose

Page 29: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

29

Financial Bids shall be opened shall not exceed two. In the event two or more Bidders

have the same scores in the final ranking, the Bidder with the highest score in the

parameter under Clause 3.2.3 shall be ranked higher.

3.5.3. The Bidder offering to share the highest percentage of revenue generated in the

Project with the Authority shall be awarded the Project.

3.5.4. Any alteration/ modification in the Application or additional information supplied

subsequent to the Application Due Date, unless the same has been expressly sought

for by the Authority, shall be disregarded.

4. FRAUD AND CORRUPT PRACTICES

4.1. 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 Authority may reject an Bid without

being liable in any manner whatsoever to the Bidder if it determines that the Bidder

has, directly or indirectly or through an agent, engaged in corrupt practice,

fraudulent practice, coercive practice, undesirable practice or restrictive practice in

the Bidding Process.

4.2. Without prejudice to the rights of the Authority under Clause 4.1 hereinabove, if a

Bidder is found by the Authority to have directly or indirectly or through an agent,

engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,

undesirable practice or restrictive practice during the Bidding Process, such Bidder

shall not be eligible to participate in any tender or RFP issued by the Authority

during a period of 2 (two) years from the date such Bidder is found by the Authority

to have directly or indirectly or through an agent, engaged or indulged in any

corrupt practice, fraudulent practice, coercive practice, undesirable practice or

restrictive practice, as the case may be.

Page 30: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

30

4.3. For the purposes of this Clause 4, the following terms shall have the meaning

hereinafter respectively assigned to them:

(a) "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 Authority who is or has been

associated in any manner, directly or indirectly, with the Bidding Process or

the LOA or has dealt with matters concerning the Concession Agreement or

arising therefrom, before or after the execution thereof, at any time prior to the

expiry of one year from the date such official resigns or retires from or

otherwise ceases to be in the service of the Authority, shall be deemed to

constitute influencing the actions of a person connected with the Bidding

Process);

(b) "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;

(c) "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;

(d) "undesirable practice" means (i) establishing contact with any person

connected with or employed or engaged by the Authority with the objective of

canvassing, lobbying or in any manner influencing or attempting to influence

the Bidding Process; or (ii) having a Conflict of Interest; and

(e) "restrictive practice" means forming a cartel or arriving at any understanding

or arrangement among Applicants with the objective of restricting or

manipulating a full and fair competition in the Bidding Process.

Page 31: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

31

5. PRE-BID MEETING

5.1 A Pre-Bid meeting of the interested parties shall be convened at the designated date,

time and place. Only those persons who have purchased the RFP document shall be

allowed to participate in the Pre-Bid meeting. Bidders who have downloaded the

RFP document from the Authority's website (…………………) should submit a

Demand Draft of Rs. 500.00 of document, through their representative attending the

conference. A maximum of two representatives of each Bidder shall be allowed to

participate on production of authority letter from the Bidder.

5.2 During the course of Pre-Bid meeting, the Bidders will be free to seek clarifications

and make suggestions for consideration of the Authority. The Authority shall

endeavour to provide clarifications and such further information as it may, in its

sole discretion, consider appropriate for facilitating a fair, transparent and

competitive Bidding Process.

6. MISCELLANOUS

6.1 The Bidding Process shall be governed by, and construed in accordance with, the

laws of India and the Courts at Jaipur shall have exclusive jurisdiction over all

disputes arising under, pursuant to and/ or in connection with the Bidding Process.

6.2 The Authority, in its sole discretion and without incurring any obligation or

liability, reserves the right, at any time, to;

(a) suspend and/ or cancel the Bidding Process and/ or amend and/ or

supplement the Bidding Process or modify the dates or other terms and

conditions relating thereto;

(b) consult with any Bidder in order to receive clarification or further

information;

(c) select or not to select any Bidder and/ or to consult with any Bidder in order

to receive clarification or further information;

Page 32: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

32

(d) retain any information and/ or evidence submitted to the Authority by, on

behalf of, and/ or in relation to any Bidder; and/ or

(e) independently verify, disqualify, reject and/ or accept any and all

submissions or other information and/ or evidence submitted by or on behalf

of any Bidder.

6.3 It shall be deemed that by submitting the Bid, the Bidder agrees and releases the

Authority, its employees, agents and advisers, irrevocably, unconditionally, fully

and finally from any and all liability for claims, losses, damages, costs, expenses or

liabilities in any way related to or arising from the exercise of any rights and/ or

performance of any obligations hereunder and the Bidding Documents, pursuant

hereto, and/ or in connection with the Bidding Process, to the fullest extent

permitted by applicable law, and waives any and all rights and/ or claims it may

have in this respect, whether actual or contingent, whether present or in future.

Page 33: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

33

General Terms and Conditions

1. Tenders Shall be submitted in Two Separate Envelopes,

1) Technical Bid:

a) Earnest Money Rs. 5.00 lacs for one/each cluster in form of Demand draft drawn in

favour of Director (PH), Directorate Medical & Health Services, Rajasthan Jaipur.

b) Technical details, literature, catalogue or any other information about the machine.

c) Tender form duly signed in all respect.

2) Financial Bid:

a) Rate per test (as per schedule II)

Details about the various tests performed on the machine. (Rate so approved shall

remain fixed till the entire period of the contract or earlier as decided by the

committee)

2. Tenders shall be submitted in two envelopes separately marked technical bid and financial

bid, otherwise tenders will not be considered and shall be rejected. Technical terms and

conditions, technical specifications of machines, tests performed on the machines, etc should

be included in technical bid and financial rates of the tests to be performed, financial terms

and conditions be submitted in financial bid. Financial bids shall be opened only of those

tenderers who shall qualify technically. Technical specifications of machines and tests to be

performed on machines are enclosed with the tender form. schedule III, schedule II.

3. The specifications of the machine to be installed are enclosed at schedule III with this tender

form, machine shall not be in anyway of lower specifications/ configuration as mentioned in

the tender otherwise the bid shall be rejected. Approved firm will install Spiral C.T.Scan/

within four months from the date of signing of the agreement at 21 District Hospital list

enclosed. For delayed installation a penalty of Rs. 10,000.00 per week per machine shall be

leviable . If the delay is for more than one month the order would stand automatically

cancelled & security deposit shall stand forfeited.

4. Tenders will be evaluated on the basis of the weighted average formula. The tests included

for valuation along with the weight age assigned are enclosed at schedule IV.

Total of (Rate X Grade)

Weighted Average Rate (Formula) = -----------------------------

Total of Grade

5. 20% cases shall be done free for the poor category patients as referred by the

PMO/Chairman/ District Health Society (DHS) or authorized signatory.

Number of free cases shall be evaluated on monthly basis and they shall be carried forward to

the next month also. Ultimately the figures would be calculated at end of the year if number

of free cases came less than 20% then the amount of tests not so performed shall be paid by

the licensee and if the number of free test exceeded 20%, then the amount so exceeded shall

be paid by the Member Secretary/Rajasthan Medicare Relief Society district hospital

…………, to the licensee, The formula for payment shall be the actual ratio of various tests

done for the poor category during the year.

Page 34: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

34

6. In 20% free category patients the contrast to be provided by the hospital. For other

categories, the contrasts will be provided by the patient.

7. License shall be valid for a period of 7 years from the date of approval by the Hospital

administration and it could be cancelled at any time after providing an opportunity of hearing

by the licensor, in case the licensee does not follow the rules, regulations and terms and

condition of the contract. The machine shall be suitably upgraded by the licensee after

completion of 4 years period. The level of up gradation shall be under taken (after 4 years) by

mutual agreement of licensee and hospital administration.

8. Approved licensee shall have to provide Bank Guarantee of Rs. 2 Lac with MRS of each

district/each machine as security money, in favor of Member Secretary, Rajasthan Medicare

Relief Society district hospital …………, for the entire period of the license. The said Bank

Guarantee could be forfeited in case of any breach of conditions on the part of the licensee or

if he does not install the machine within the stipulated period or he discontinues the contract

before expiry of the contract period.

9. Licensee will pay monthly ……… % of income to the Member Secretary, Rajasthan

Medicare Relief Society district hospital ……………..

10. Adequate areal space shall be provided by the hospital for installation of the machines. All

the pre-requisites such as civil, electrical, air-conditioning, computer or any other changes in

the site for installation of machine will be executed by the licensee, with due permission of

the administration. The expenses thereof shall be borne by the licensee. The hospital

administration will not be responsible for any loss/ damage to the machine/property due to

natural hazard or otherwise and licensee may take adequate insurance cover at his own risk &

liability. Premises shall immediately revert back to the possession of Member Secretary,

Rajasthan Medicare Relief Society district hospital …………. at the expiry/ termination of

the contract. In case the licensee fails to vacate the premises, a penalty of Rs. 15,000.00 per

day shall be charged.

11. All expenses on account of man power, electricity, water and other maintenance of premises

and the machine, security or any other expenses incurred in the day to day running of the

machine shall be borne by the licensee. …………..

12. Licensee will provide the a signed report from qualified Radiologists having a Post Graduate

Degree Radiology and imaging. He will keep adequately trained Radiographers and Para-

medical staff to run the machine round the clock, at his own cost as per hospital hours and in

Emergencies.

13. The generation of the reports of hospital cases including MLC shall be done together by the

faculty of Radio diagnosis department of District Hospital ……………. and Radiologists of

Licensee. …………………..

14. Besides the use of these machines for teaching & training purposes as per the direction of the

PMO, the faculty members of Radiology Department of District Hospital……….. shall also

be allowed to perform, any biopsy or any other incisive procedures of their patients as may be

necessary on the said machines, with prior fixation of time for performing of such

procedures. No extra payment shall be made to the licensee for the above purpose.

Page 35: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

35

15. Licensee shall ensure best quality of tests and protocols as set by the hospital administration/

other recognized professional body.

16. The bad quality scans will be repeated at no extra cost. However, with regard to the doubtful

observations, a repeat scan will only be carried out after mutual discussion between the

faculty member and the radiologist of the licensee.

17. Quarterly review of performance and observance of terms & conditions including quality of

tests shall be carried out by PMO, District Hospital & Head of department of Radio diagnosis

with the licensee.

18. The licensee shall abide by all the guidelines issued by the Government and the Hospital

Administration. In case of violation the license could be cancelled after providing an

opportunity of hearing to the licensee, at one month notice. The dispute resolving Committee

will take the final decision.

19. In case the machines is free after finishing case of District Hospital and it’s attached Group of

Hospitals, the licensee would be allowed to use the machine in its spare time and capacity for

outside patients if any at the approved rates. However, priority shall always remain for the

patients of District Hospital.

20. License shall make alternative arrangements for investigation of hospital patients at the

approved rates in case the machine is out of order/ broken down even for a day. If the break

down extends beyond 72 hours the licensee will pay an averaged amount of revenue collected

per day, for each day of shutdown. If shut down extends beyond 15 days the contract may be

cancelled.

21. The receipts for the tests done shall be issued by the licensee through computer on the receipt

books provided by the hospital administration and reconciliation of accounts Would be done

on weekly basis. The licensee will have to maintain the following records:

(i) Daily patients register. (ii) cash register. (iii) BPL / free category register. (iv) Record of

shut down.

22. District Hospital and attached Hospitals shall refer all their O.P.D. & patients to the C.T.

Scan centre located in the District Hospital Premises exclusively.

23. The licensee shall not sell or transfer any proprietary right or entrust to any other third

party for running the Spiral C.T. Scan of District Hospital, …………………..

24. The license shall take a third party liability policy to cover the patients sent by the hospital

Administration against any mishap at the Spiral C.T. Scan, Conforming to the provision of the

consumer protection act shall be the sole and absolute responsibility/ liability of the licensee.

Page 36: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

36

25. If the lowest bidder fails to install the machine within the period stipulated in clause 3 above,

the Director (PH)/ Director (HA) shall be free to award the contract to the second lowest

bidder through negotiation of rates.

26. Agreement will be signed with RMRS of the each district.

Other Conditions 1. For collection of charges the receipt book will be provided by hospital administration.

2. A Radiologist which will be appointed by the licensee should have the M.C.I. approved

P.G. degree in Radiology [M.D./D.N.B.].

3. Transformer for electric supply will be provided by the hospital.

4. The cable work from main line to machine will be borne by the licensee.

5. Electric connection & consumption rates will be charged as R.S.E.B. rates. Sub meter

will provided by the District Hospital.

6. Water supply will be provided by the hospital by putting a sub-meter and charged

accordingly.

7. Generator will be installed by the licensee.

8. Licensee can put the sign board for indicating the location of the C.T. Scan machines

9. Common parking place for vehicle is available in the hospital campus on payment

basis/as per PMO direction.

10. In place of the Bank Guarantee licensee can submit the joint F.D.R. and interest on

F.D.R. will be paid to licensee.

11. If patient will ask for C.D./floppy, patient will bear the expenses.

12. The image record of academic/M.L.C. cases will be kept by the licensee and

register/requisitions of all other patients will be kept by the licensee.

13. 20% poor cases shall be done free for the poor category patients as referred by the

PMO/Chairman DHS or their authorized signatory. The ratio of free patients will be 80%

+ 20%. It will be done on the basis of proportion of patients. 20% ratio of free category

will be of hospital patients only.

14. In case of increasing of workload, first preference will be given to the hospital patients

and after that outside patients can be taken up.

15. In case of any unforeseen circumstances like- high increase in the rates of consumable

and raw material, the matter will be brought into the notice of the hospital administration

and then it will be decided in the meeting of the Executive Committee of Rajasthan

Medicare Relief Society. The decision of the Executive Committee of Rajasthan

Medicare Relief Society will be final.

16. Reporting of the C.T. scan will be done by the faculty of district hospital along with

Radiology of the licensee, round- the - clock.

17. The contrast media will not be supplied the hospital except to free/B.P.L. category

patients.

Page 37: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

37

18. The contrast medial will be of non-ionic type, preferably.

19. The C.T. K.U.B. region will be treated as whole abdomen C.T.

20. The C.T. joint be included along with Serial no. 10 and quoted in the list of schedule – III

while submitting the tender.

21. After completion of the tenure of tender, the licensee will be allowed to vacate the space

within a period of 30 days.

22. The reporting of M.L.C. cases of C.T. scan will be done and signed by the faculty

member of district hospital.

23. In case of breakdown of the machines of C.T. scan, licensee shall make alternative

arrangement for investigations on machines preferably on specifications/any of the spiral

C.T. scan.

24. M.L.C. court evidence will be attended by district hospital faculty.

Director (PH),

Medical & Health Services,

Rajasthan Jaipur

I/We have read the above terms and conditions and I/We agree to abide by the same.

Name & Signatures of the Bidder along with Seal

Page 38: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

38

Schedule I

Location and Details of Space to be Provided by the Authority for Establishment and Operation of

the Computed Tomography (CT) Scan Machine

Name of District Hospital & Installation

S.

N.

Name of

District

Name of the district Hospitals Cluster

1 Barmer Barmer Cluster-I

Bikaner and Jodhpur

Zone

2 Jaisalmer Jaisalmer

3 Jalore Jalore

4 Jodhpur Satellite Hospital, Mandor

(Jodhpur)

5 Bikaner Satellite Hospital, Bikaner

6 Hanumangarh Hanumangarh

7 Sirohi Sirohi

8 Jaipur Govt. Bainiprasad Jaipuria

Hospital, Jaipur Cluster-II

Jaipur, Ajmer and

Bharatpur Zone

9 Dausa Dauasa

10 Churu Churu

11 Jhunjhunu Jhunjhunu

12 Dholpur Dholpur

13 Karauli Karauli

14 Tonk Tonk

15 Nagaur Nagaur

16 Bundi Bundi Cluster-III

Kota and Udaipur

Zone

17 Kota Satellite Hospital, Rampura, Kota

18 Dungarpur Dungarpur

19 Pratapgarh Pratapgarh

20 Udaipur Satellite Hospital, Hiranmagari,

Udaipur

21 Rajsamand Rajsamand

Page 39: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

39

APPENDIX I

Letter Comprising the Bid Date:

To,

The Director (PH),

Medical & Health Services,

Rajasthan Jaipur

……………………..

Tilak-Marg, Jaipur,

Rajasthan

Subject: Bid for Establishment, Operation and Maintenance of Computed Tomography (CT)

Scan facilities at .......... Project

Dear Sir,

1. With reference to your RFP document dated ……………, we, having examined the RFP

document and understood its contents, hereby submit our Bid for the aforesaid Project. The

Bid is unconditional and unqualified.

2. We acknowledge that the Authority will be relying on the information provided in the Bid

and the documents accompanying such Bid for selection of Bidder for the aforesaid

Project, and we certify that all information provided in the Bid and in Annexes is true and

correct; nothing has been omitted which renders such information misleading; and all

documents accompanying such Bid are true copies of their respective originals.

3. This statement is made for the express purpose of our Financial Bid for the aforesaid

Project being opened.

4. We shall make available to the Authority any additional information it may find necessary

or require to supplement or authenticate the statements in the Technical Bid.

5. We acknowledge the right of the Authority to reject our Bid without assigning any reason

or otherwise and hereby waive, to the fullest extent permitted by applicable law, our right

to challenge the same on any account whatsoever.

6. We certify that in the last three years, we or our Associates have neither failed to perform

on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority

Page 40: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

40

or a judicial pronouncement or arbitration award, nor been expelled from any project or

contract by any public authority nor have had any contract terminated by any public

authority for breach on our part.

7. We declare that:

(a) We have examined and have no reservations to the RFP document, including any

Addendum issued by the Authority.

(b) We do not have any conflict of interest in accordance with Clauses 2.2.2 of the

RFP document; and

(c) We have not directly or indirectly or through an agent engaged or indulged in any

corrupt practice, fraudulent practice, coercive practice, undesirable practice or

restrictive practice, as defined in Clause 4.3 of the RFP document, in respect of

any tender or request for proposal issued by or any agreement entered into with

the Authority or any other public sector enterprise or any government, Central or

State; and

(d) We hereby certify that we have taken steps to ensure that in conformity with the

provisions of Section 4 of the RFP document, no person acting for us or on our

behalf has engaged or will engage in any corrupt practice, fraudulent practice,

coercive practice, undesirable practice or restrictive practice.

8. We understand that you may cancel the Bidding Process at any time, without incurring any

liability to the Bidders, in accordance with Clause 2.16.6 of the RFP document.

9. We believe that we satisfy the conditions of eligibility and meet all the requirements as

specified in the RFP document and are qualified to submit the Bid.

10. We certify that in regard to matters other than security and integrity of the country, we or

any of our Associates have not been convicted by a Court of Law or indicted or adverse

orders passed by a regulatory authority which could cast a doubt on our ability to undertake

the Project or which relates to a grave offence that outrages the moral sense of the

community.

Page 41: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

41

11. We further certify that in regard to matters relating to security and integrity of the country,

we or any of our Associates have not been charge-sheeted by any agency of the

Government or convicted by a Court of Law.

12. We further certify that no investigation by a regulatory authority is pending either against

us or against our Associates or against our CEO or any of our directors/ managers/

employees.

13. We undertake that in case due to any change in facts or circumstances during the Bidding

Process, we are attracted by the provisions of disqualification in terms of the provisions of

this RFP, we shall intimate the Authority of the same immediately.

14. The power of attorney for signing of application, as per format provided at Appendix III of

the RFP, is enclosed.

15. We understand that the selected Service Provider shall be an existing Company

incorporated under the Indian Companies Act, 1956.

16. We hereby irrevocably waive any right or remedy which we may have at any stage at law

or howsoever otherwise arising to challenge or question any decision taken by the

Authority in connection with the selection of the Service Provider, or in connection with

the selection/ Bidding Process itself, in respect of the above mentioned Project and the

terms and implementation thereof.

17. We agree and undertake to abide by all the terms and conditions of the RFP document.

18. We certify that in terms of the RFP, revenue collected by us is Rs.

…………………………………. (Rs. in words).

19. We certify that in terms of the RFP, our Networth is Rs ....................... (Rs. in words).

20. We certify that in terms of the RFP, our experience is …………………. (number in words)

years.

Page 42: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

42

21. We certify that in terms of the RFP, we have the following number of machines installed as

stated by us in our Technical Bid.

(Insert number of machines and the installation base of the machines)

22. We acknowledge and confirm that we meet the conditions of eligibility and that the

revenue collected/years of experience and net worth as set forth in Annex III and Annex IV

of Appendix I respectively have been computed having due regard to and in strict

compliance with the terms of this RFP. Additionally, we confirm and undertake that details

as provided in Appendix I, Annex I are true, accurate and correct, and nothing material has

not be withheld.

23. Our Financial Bid, as per the format at Appendix III, is also attached in a separate cover in

terms of the RFP.

In witness thereof, we submit this Technical Bid under and in accordance with the terms of

the RFP document.

Yours faithfully,

(Signature, name and designation of the Authorised Signatory)

Page 43: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

43

APPENDIX I

Annex-I

Format for General Information in Bid

S. No Particulars Details

1. Basic Information

a) Name of Company

b) Status in the Project

c) Address of the corporate headquarters and its

branch office(s), if any, in India

d) Date of incorporation and/or commencement of

business

e) Ownership profile of the Applicant

(List of stakeholders / members who own 26%

or more stocks and their interest in the company)

1. 2. 3.

f) List of current directors

2. Brief Description of the Applicant’s core

activities, competencies and experience.

3. Details of Authorised Signatory of the

Applicant:

a) Name

b) Designation

c) Address

d) Telephone Number

e) E-Mail Address

f) Fax Number

g) Cell/Mobile Number

4. VAT/CST/RST-TIN

5. Service Tax Registration No.

6. Income tax PAN

7. DD No. for the cost of RFP Document

8. DD No. for deposit of the Bid Security

9. Any other relevant information

SIGNATURE ________________

NAME ________________

DESIGNATION ________________

COMPANY ________________

DATE ________________

Page 44: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

44

APPENDIX I

Annex-II

Format for Condition of Eligibility

Sl.

No.

Conditions of Eligibility Compliance

Yes/No

1

The Bidder should have collected revenue of at least Rs.

1.50 Crores (Rupees One Crore Fifty Lac) in the last three

financial years ending March 31, 2010 from operating and

managing radiology facilities, with 1.5 (or higher) Tesla

Magnetic Resonance Imaging (MRI) and/or 16-slice (or

higher) Computed Tomography (CT) scan.

2 The Bidder should have at least three (3) years of

cumulative experience in operating and managing

radiology facilities, with 1.5 (or higher) Tesla Magnetic

Resonance Imaging (MRI) and/or 16-slice (or higher)

Computed Tomography (CT) scan.

3 The Bidder should have minimum Net Worth of Rs. 0.50

Crore (Rupees Fifty Lac) as at March 31, 2010.

Page 45: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

45

APPENDIX I

Annex-III

Format for Parameters for Technical Score

Experience: Number of years of experience in operating and managing 1.5 (or higher) Tesla

Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher) Computed Tomography (CT)

scan machine(s).

Revenue Collected: Aggregate revenue collected, in last three financial years ending March

31, 2010, in operating and managing 1.5 (or higher) Tesla Magnetic Resonance Imaging

(MRI) and/or 16-slice (or higher) Computed Tomography (CT) scan machines.

S.no. Type of machine

(CT SCAN / MRI)

Date of

Installation

Revenue Collected

2009-10

1.

2.

.

.

2008-09

1.

2.

.

.

2007-08

1.

2.

.

.

Total

Notes:

S.no. Type of

machine (CT

SCAN / MRI)

Brief

Specification

alongwith

make and

model

Date of

Installation

Address of Installation Number of Years

of Experience in

Operating &

managing

Copy of

Original

invoice or

Lease

Agreement

Attached (Y/N)

1.

2.

3.

4.

5.

.

.

.

Total

Page 46: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

46

1. The Revenues collected from operating and managing each 1.5 (or higher) Tesla

Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher) Computed Tomography

(CT) scan machine must be stated.

2. The revenues stated in this Annex must correspond with the certificate provided by the

statutory auditors.

3. If there is any component of service tax or any other tax in the user charges that are

collected from the patients, such taxes will not be counted towards calculation of the

revenues that have been collected by the Applicant from operating and managing 1.5 (or

higher) Tesla Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher) Computed

Tomography (CT) scan machines..

Page 47: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

47

APPENDIX I

Annex-IV

Format for Net Worth of the Bidder

Description As on March 31, 2010

Net-worth

Instructions:

1. The Bidder shall attach copies of the balance sheets, financial statements and

Annual Reports for the financial years ended March 31, 2010, March 31, 2009

and March 31, 2008. The financial statements shall:

2. reflect the financial situation of the Bidder and its/ their Associates where the

Bidder is relying on its Associate's financials;

a. be audited by a statutory auditor;

b. be complete, including all notes to the financial statements; and

c. correspond to accounting periods already completed and audited (no

statements for partial periods shall be requested or accepted).

3. Net Worth shall mean (Subscribed and Paid-up Equity + Reserves) less

(Revaluation reserves + miscellaneous expenditure not written off + reserves not

available for distribution to equity shareholders).

4. The Bidder shall provide an Auditor's Certificate specifying the net worth of the

Bidder and also specifying the methodology adopted for calculating such net

worth in accordance with the RFP document.

Page 48: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

48

APPENDIX II

POWER OF ATTORNEY FOR SIGNING OF APPLICATION

Photo of Attorney

duly attested by notary public

(On Stamp paper of relevant value)

POWER OF ATTORNEY

The Director (PH),

Medical & Health Services,

Rajasthan, Jaipur

……………………..

Tilak-Marg, Jaipur,

Rajasthan

Know all men by these presents, We..........................................................(name and address of

the applicant ) do hereby constitute, appoint and authorise Mr /Ms........................………(name

and residential address) who is presently employed with us and holding the position of

.................................................... as our attorney, to do in our name and on our behalf, all such

acts, deeds and things necessary in connection with or incidental to establishment, operation and

maintenance of Computed Tomography (CT) Scan facilities at .........., Rajasthan, by the

Directorate of Medical & Health Society, Government of Rajasthan (the “Authority”), including

signing bids regarding Request for Proposal and submission of all documents and providing

information/responses to the Authority or any government agency or any person in all matters in

connection with our Bid for establishment, operation and maintenance of Computed

Tomography (CT) Scan facilities Project. .

We hereby agree to ratify all acts, deeds and things done by our said lawful 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.

Place-----------Dated this the _______ Day of _______2010

Page 49: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

49

For ___________________________

(Name and designation of the person(s) with authority to authorise.

Accepted

_________________________Signature)

(Name, Title and Address of the Attorney)

Place -------------- Date: …………………….

To be attested by Notary Public with Registration No. and Date

Page 50: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

50

APPENDIX III

Format for Financial Proposal

Date :

To,

The Director (PH),

Medical & Health Services,

Rajasthan, Jaipur

Reference: Financial Bid for establishment, operation and maintenance of Computed

Tomography (CT) Scan facilities Project at …………………., Rajasthan

Sir,

We submit our Financial Bid for establishment, operation and maintenance of Computed

Tomography (CT) Scan facilities at …………………., Rajasthan (the "Project").

Description % of revenue sharing

(in Figures) (in Words)

Percentage of revenue generated in the Project

that will be shared with the Authority

under a 7 year Concession Agreement

* Payable quarterly in terms of Schedule ………….. of the Draft Concession Agreement.

We have reviewed all the terms and conditions of the Request for Proposal (RFP) Document

including the Draft Concession Agreement and will undertake to abide by all the terms and

conditions contained therein. We hereby declare that there are, and shall be, no deviations from

the stated terms in the RFP Document.

……………………………………………. Name of the Bidder

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

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

Note:

� On the Letterhead of the Bidder and to be signed by the bidder.

� The percentage of revenue shall be up to two digits of decimal.

� In case of difference in amount quoted in figures and words, the higher value would be

considered for evaluation.

Page 51: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

51

Schedule- III

TECHNICAL SPECIFICATION OF C.T. SCANNER

The Equipment should be of latest Technology, state of the art spiral/Helical CT

Scanner having continuous rotating low Voltage Slip Ring Technology having

Spiral CT (column Scan ) function and should be able be perform scanning of

whole body including Head, Spine Abdomen & capable of producing high

resolution image. The system confirm to the following essential specification.

16 Slice acquisition per rotation with minimum time of not more than 0.4 second

for complete 360 degree scan and having total spiral/helical run of 100 secs or

more.

SCAN TIME: The minimum time should be 1'04 sec. less Full scan ( 360 degree )

with a choice for selection of different scan times. Partial Scan time should be 0.8

sec. or less.

SLICE THICKNESS: Slice thickness should be 1 m.m. for acquisition.

FIELD OF VIEW: The FOV should be 48 cms of more

Gantry : the Gantry aperture is minimum of 70 cms and the tilt should be +/- 30

degrees. The system should have facility for full remote tilt from the console.

DETECTORS : Solid state technology is required. Specify the number of

projection per second the detector system in capable of acquiring. Should be of

don't slice or more.

PATIENT TABLE : The table should have metal free scan-able range 100 cms or

more. The topogram length should be up to 100 cms or more.

X-RAY GENERATOR : The X-ray generator should be high frequency type of

minimum of 24 kw or more.

X-RAY TUBE : X-ray tube with anode heat storage capacity of 2 MHU of higher.

IMAGE RECONSTRUCTION :The Image reconstruction time should be 1 sec.

or less for both axial & spiral scan for *512 matrix.

IMAGE DISPLAY : The image display should be in 1024X1024 matrix and the

monitor should be of high resolution type of size 19 inches or more. Color Display

should be available. Facility for Simultaneous multiple images should be available.

HIGH CONTRAST RESOLUTION: Maximum spatial resolution should be

1p/cm or higher for both axial &spiral scanning mode. please specify the

parameters used for the this measurements.

LOW CONTRAST RESOLUTION: Specify visual low contrast resolution and

not statistical, specify all measurement parameters.

Page 52: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

52

CONSOLE/COMPUTER SYSTEM: The Console Should be multi CPU

workstation type with complete multitasking capability. The system should allow

Image processing, 3D reconstruction, Image manipulation, storing/ retrieving

image parallel to scanning. the system should be DICOM 3.0 Compatible.

multitasking / parallel processing should be available on the CT Console with

simultaneous scan of live patient & Reconstruction / evaluation of previous

patients. Multi CPU with 1.5 GHz or more speed & 512 MB RAM or More for

Host Computer & Image Processor.

IMAGE STORAGE:

Image archival should be possible on the Hard disk & CD or MOD directly from

the console. please Supply 20 Nos. MODS. the system hard disk should have a

capacity storage capacity of minimum 20,000 image Minimum 1500 Raw data be

available seprately.

HELICAL/SPIRAL CAPABILITY:

Both single and multiple spiral should be possible on the system. Single Spiral/

helical run of 80 sec or more should be available at the ma required low Contrast

resolution

APPLICATION SOFTWARES: 1. Bone & lung Algorithm for HRCT

2. Motion Artifact reduction software

3. Image magnification PAN & Zoom

4. Image rotation, inversion & SMOOTHENING.

5. Dynamic Scanning

6. Cine Display 7. Real time Multi Planner Reconstruction in saggital, coronal oblique, curved orientation

8. Real time dose modulation based on patient anatomy for various organs.

9. CT Angiography with Maximum intensity projection.

10. 3D surface rendered Image.

11. 3D Volume rendered Image.

12. Real Time 3D Color Rendring for Veins/Arteries & other organs.

13. CT Endoscopy (Virtual Endoscopy)

ESSENTIAL ACCESSORIES: a. Colour Printer b. UPS for console 30 minutes back up & suitable Voltage for the total system

c. Dry laser Camera (Specify make )with 14 X17 inch format

d. Suitable lead glass as per AERB / Equivalent approval.

Upgradeability : it should be upgradable to Multi Slice CT in Future

Page 53: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

53

Schedule-II

The above points shall also be a part of tender conditions and agreement thereof in

future for approval of tender in favour of successful tenders.

S.No. Name of Tests Rate*

1 Head

C.T. Scan Brain plain 700

C.T. Scan Brain plain and contrast 700

C.T. Scan Brain repeat within seven days

Note: Licensee shall not charge anything for

this.

2 Abdomen

Whole abdomen 1300

3 Thorax/Chest 1300

4 Pelvis 800

5 Other than above

CT PNS/

Neek

800

CT Orbit 800

CT pituitary fossa/region 800

CT temporal bone 800

CT Joint (Anyone) 800

CT musculoskeletal 800

CT spine anyone region 800

Virtual endoscopy/

Colonoscopy/

Angioscopy

2400

CT Angiography-Any one part/

Calcium scoring

2400

Radiotherapy planning/

CT fluoroscopy

2400

Page 54: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

54

Schedule-‘IV’

List of tests & Grading for purpose of evaluation of financial bids.

(Tentative percentage of various investigations likely to be done on Spiral CT scan machine)

S.No. Name of tests Grading

1 Head a) C.T. Scan Brain plain

b) C.T. Scan Brain plain and contrast c) C.T. Scan Brain Repeat within seven days

60

2 Abdomen a) Upper Abdomen

b) Whole Abdomen

15

3 Thorax/Chest 10

4 Pelvis 5

5 Other than Above 1- CT PNS/Neck 2- CT Orbit 3- CT Pituitary fossa/region 4- CT Temporal bone

5- CT Joint (Anyone) 6- CT musculoskeletal

7- CT spine anyone region 8- Virtual endoscopy/colonoscopy/Angioscopy 9- CT Angiography-Any one part/calcium scoring

10- Radiotherapy planning/CT Fluoroscopy

10(1 to each for the

following)

Note: Any of the investigation/procedure not mentioned above, rates for the same may be quoted

but they will not be considered for tender evaluation.

Director (PH)

Medical & Health Services,

Rajasthan Jaipur

Page 55: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

55

Agreement Bond Formate

This agreement is made on today------------------------------------------------------------

----------------------------------------------------------------

Between

The Member Secretary, Rajasthan medicare Relief Society------------------

District Hospital ------------------------------------------------ (Hereinafter called the

Licensor)

And

M/S ------------------------------------------------- Hereunafter called the licensee )

through its director -------------------------------------------------------

Both the parties are through this agreements are agree to reduce in writing the

terms amd conditions for the installation and running of --------------------------------

---------------------- machine in the District Hospital campus for the term of (7 year)

In reference to your letter of approval dated -------------------- for spiral C.T. Scan

machine, the terms and conditions of agreement will be as follows:

1 The specification of the machine to be installed shall be as per specification/

configuration as mentioned in the tender notice no----------------- dated-------

------- Licensee shall install C.T. Scan machine within four month from date

signing of agreement . For delayed installation a penalty of Rs. 10,000.00

per week shall be levied on licensee. If the delay is for more than one month

the order would stand automatically cancelled& security deposit.

2 20% cases shall be done free the poor category patient as referred by the

PMO/Chairman District Health Society or their authorized signatory.

Number of free cases shall be evaluated on monthly basis and they shall be

carried forward to the next month also. Ultimately the figures would be

calculated at end of the financial year, If number of free cases came less than

20% then the amount of tests not so performed shall be paid by the licensee

and if the number of free test exceeded 20%, then the amount so exceeded

shall be paid by the RMRS to the licensee. the formula for payment shall be

the actual ratio of various tests done for the poor category during the year.

The licensor will provide a authentic list/name of authorities, well in time by

whom licensee will be asked to do free investigation.

3 In 20%free category patient the contrast to be provided by the licensor. For

other categories, the contrast will be provided by the patient.

Page 56: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

56

4 License shall be valid for a period of seven years from the date of approval

by the Hospital Administration and it could be cancelled at any time after

providing an opportunity of hearing by the licensor, in case the licensee does

not follow the rules , regulations and terms and condition of the contract.

The machine shall be suitably upgraded by the licensee after completion of

4 years period. The level of upgradation shall be under taken (after 4 years)

by mutual agreement of licensee and hospital administration.

5 As per terms of this tender, bank guarantee of Rs* 2 laces as security money

issued by the.........................................(Name of Schedule Bank), bearing

no. ................................ issued on.........................

is enclosed here with in favor of Member Secretary, RMRS District Hospital

........................ for the entire period of the license. The said Bank Guarantee

could be forfeited in case of any breach of conditions on the part of the

licensee or if he does not install the machine within the stipulated period or

he discontinues the contract before expiry of the contract period.

6 Licensee will pay monthly......................% of the income to the Rajasthan

Medicare Relief Society District Hospital...........................

7 Adequate area/space shall be provided by the hospital for installation of the machines. All the pre-requisites such as civil, electrical, air-conditioning,

computer or any other changes in the site for installation of machine will be

executed by the licensee, with due permission of the administration. the

expenses there of shall be borne by the licensee. The hospital administration

will not be responsible for any loss/damage to the

* Tentative machine /property due to natural hazard or otherwise and license

may take adequate insurance cover at his own risk & liability. premises shall

immediately revert back to the possession of RMRS within a period of 30

days at the expiry / termination of the contract . in case the licensee fails to

vacate the premises within a period of 30 days a penalty of Rs. 15000 per

day shall be charged.

8 All expenses an accounts of electricity, water maintenance of premises and

the machine, security or any other expenses incurred in the day to day

running of the machine shall be borne by the licensee. The transformer for

electricity supply will be provided by the hospital. The cable work from

main line to machine will be borne by the licensee. Electric connection and

consumption rates will be charged as per RSEB rates. Sub meter will be

provided by the hospital. Water supply will be provided by the hospital by

putting a sub meter; Generator will be installed by the licensee.

9 licensee will provide signed report of qualified radiologists having a post graduate degree in radiology and imaging. He will keep adequately grained

radiographers and para medical staff to run the machine round the clock.

Page 57: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

57

10 The generation of the reports of hospital cases including MLC shall be done

together by the faculty of radio-diagnosis department of District hospital

............ and radiologist of Licensee. the image record of academic/MLC

cases will be kept by the licensor and register requisition of all other patients

will be kept by the licensee. MLC court evidence will be attended by district

hospital faculty.

11 Besides the use of the PMO/concerned District Hospital ..........shall also be

allowed to perform any biopsy or any other invasive procedure of their

patients as may be necessary of the said machines, with prior fixation of

time for performing of such procedures, . No extra payment shall be made to

the licensee for the above purpose.

12 Licensee shall ensure best quality of tests and protocols as set by the hospital administration/other recognized professional body.

13 the bad quality scans will be repeated at no extra cost. However, with regard the doubtful observation, a repeat scan will only by carried out after mutual

discussion between the faculty member and the radiologist of the licensee.

14 Quarterly review of performance and observation of terms & Conditions

including quality of tests shall be carried out by PMO district hospital &

head of department of radio diagnosis with the licensee.

15 The licensee shall abide by all the guidelines issued by the government and

the hospital administration in case of violation the license could be cancelled

after providing an opportunity of hearing to the licensee.

16 In case the machine is free after finishing cases of district hospital and its

attached group of hospitals the licensee would be allowed to use the machine

in its spare time and capacity for outside patients if any at the approved

rates. However priority shall always remain for the patients of District

Hospital

17 Licensee shall make alternative arrangements for investigation of hospital

patients at the approved rates in case the machine is out of order broken

down even for a day.

18 The receipts for the tests done shall be issued by the licensee through computer on the receipt books provided by the hospital administration and

reconciliation of accounts would be done on weekly basis.

19 District Hospital and attached hospitals shall refer all their OPD & IPD

patients to the CT scan center located in the district hospital premises

exclusively.

20 The licensee shall not sell or transfer any proprietary right or entrust to any other third party for running the spiral CT scan machine of district Hospital

............

Page 58: CT Scan v2 1 update - rajswasthya.nic.in

Name & Signatures of the Bidder along with Seal

58

21 The licensee shall take a third party liability policy to cover the patients sent by the hospital administration against any mishap at the spiral CT scan

conforming to the provision of the consumer protection act shall be the sole

and absolute responsibility liability of the licensee.

22 Licensee has agreed to withdraw its counter offer regarding discontinuing the contract by giving three months prior notice which was mentioned in

their technical bid, it stands deleted.

23 Approved of rates: approved rated shall remain fixed for entire contract

period.

24 Both the parties agreed to abide by all the terms and conditions mentioned in

tender notice no............. dated...................... clarification required if any,

will be decided mutually.

25 Emergency and grave cases shall be given priority on regular cases. Signature of the approved Signature for and on

Approved Firm and Seal behalf of the Governor

Date : Designation

Date:

Witness No. 1 Witness No. 1

Witness No. 2 Witness No. 2