ESIC · 5 IMPORTANT INSTRUCTIONS FOR VENDORS FOR E-TENDERING 1. All vendors are required to procure...

34
1 ESIC e-TENDER ENQUIRY FOR ESTABLISHING CATH LAB IN ESIC HOSPITALS ON PPP MODEL CONTENTS: E-Tender Notification RFP Document Various Formats LAST DATE OF SUBMISSION OF ONLINE & MANUAL BIDS: 12.05.2016, 11.00 a.m. For any clarification pertaining to e-tendering and e-Procurement Portal contact at the following Help desk contact No. Ms. Anjali Thombare: 022-66865600/10/11 Mr. Ashish Goel: 0124-4302034 or 9818820646 Mr. Mayank Gupta: 9716528440 Mr. Nimesh Bhardwaj: 0124-4302035 or 9310527400 e-mail Id for support/helpdesk : [email protected] EMPLOYEES’ STATE INSURANCE CORPORATION ROOM NO. 312 & 314 HQRS. OFFICE, PANCHDEEP BHAWAN, CIG ROAD, NEW DELHI-110002

Transcript of ESIC · 5 IMPORTANT INSTRUCTIONS FOR VENDORS FOR E-TENDERING 1. All vendors are required to procure...

1

ESIC

e-TENDER ENQUIRY FOR ESTABLISHING CATH LAB IN ESIC

HOSPITALS ON PPP MODEL

CONTENTS:

E-Tender Notification

RFP Document

Various Formats

LAST DATE OF SUBMISSION OF ONLINE & MANUAL BIDS:

12.05.2016, 11.00 a.m.

For any clarification pertaining to e-tendering and e-Procurement Portal contact at

the following Help desk contact No.

Ms. Anjali Thombare: 022-66865600/10/11

Mr. Ashish Goel: 0124-4302034 or 9818820646

Mr. Mayank Gupta: 9716528440

Mr. Nimesh Bhardwaj: 0124-4302035 or 9310527400

e-mail Id for support/helpdesk : [email protected]

EMPLOYEES’ STATE INSURANCE CORPORATION

ROOM NO. 312 & 314 HQRS. OFFICE, PANCHDEEP BHAWAN,

CIG ROAD, NEW DELHI-110002

2

FOR NEWS PAPER ADVERTISEMENT:

HEADQUARTERS’ OFFICE

EMPLOYEES’ STATE INSURANCE CORPORATION

PANCHDEEP BHAWAN, CIG ROAD, NEW DELHI-110002

E-mail: [email protected], Tel. 011-23235779

------------------------------------------------------------------------------------------------------------------------

e-Tender Enquiry No. U-16/30/529/2015-Pro-cell (Cath) Date: 18 April 2016

e-TENDER NOTICE FOR ESTABLISHING CATH LAB ON PPP MODEL

On behalf of the Director General ESI Corporation, online tenders are invited along with a

complete set of hard copy for establishing CATH LAB Units in 4 ESIC Hospitals on PPP

model (equip, operate and manage), through e-procurement portal of ESIC :

https://esic.eproc.in . RFP Document along with all terms and conditions and procedure of e-

tendering may be viewed online or downloaded by the tenderer from the website-

www.esic.nic.in, www.eprocuregov.in & https://esic.eproc.in. All bidders are requested to

check further notifications/updates if any on all the above mentioned web sites.

e-TENDER SCHEDULE

S. No. Details Dates & time

1. Period of availability of e-Tender Enquiry

document on web sites

18/04/2016 to 12/05/2016, 11.00 a.m.

2. Pre-bid meeting On 26/04/ 2016, 11.00 a.m at Vth Floor

Conference Room, ESIC Hqrs. Office.

3. Last date of Online & Manual Bid

submission

Up to 12/05/ 2016, 11.00 a.m

4. Date of Opening Tenders . 12/05/ 2016 , 11.30 a.m

5. Date of Opening Financial Bid Will be communicated later.

Manual bid with EMD is to be dropped in Tender box placed in front of Room No. 312 &

314 Hqrs. Office, Panchdeep Bhawan, CIG Road, New Delhi-110002

If the date of Pre-bid meeting /opening of tenders is declared a public holiday, the tenders

shall be opened on the next working day at the same venue and time

Sd/

(Deputy Medical Commissioner)

For Director General

3

HEADQUARTERS’ OFFICE

EMPLOYEES’ STATE INSURANCE CORPORATION

PANCHDEEP BHAWAN, CIG ROAD, NEW DELHI-110002

E-mail: [email protected], Tel. 011-23235779

------------------------------------------------------------------------------------------------------------------------

e-Tender Enquiry No. U-16/30/529/2015-Pro-cell-Cath Date: 18/04/ 2016

e-TENDER NOTICE FOR ESTABLISHING CATH LAB ON PPP MODEL

On behalf of the Director General ESI Corporation, online tenders are invited along with a

complete set of hard copy, for establishing Cath Lab Units in 4 ESIC Hospitals on PPP model

(equip, operate and manage), through e-procurement portal of ESIC : https://esic.eproc.in .

EMD (Earnest Money Deposit) of RS. 1000000/ (Rupees TEN Lac) in the form of Demand

Draft drawn at any nationalized bank in favor of ‘E.S.I Fund Account No.1 payable at Delhi,

to be enclosed with the technical bid. RFP Document may be viewed online or downloaded

by the bidders from the www.esic.nic.in, www.eprocuregov.in & https://esic.eproc.in.

Manual bid with EMD is to be dropped in Tender box placed in front of Room No. 312 &

314 Hqrs. Office, Panchdeep Bhawan, CIG Road, New Delhi-110002

All the original affidavits and documents are to be submitted with the technical bid and

scanned copies has to be uploaded in the e-tender format. Evaluation of online tender will

only be done in normal circumstances. It is mandatory for all bidders to have valid Class III

B Digital Signature Certificate (both with signing and encryption component) from any

certifying agency as per Information Technology (IT) Act, 2000 for submitting e-bid at the

ESIC e-procurement Portal https://esic.eproc.in .

Bidders should get registered at https://espc.eproc.in by paying Annual Registration Charges

of Rs. 2000/- (non-refundable). Tenderer will also have to pay tender/bid processing fee of

Rs. 4500/- (non-refundable) for participation in the e-tender. Both the annual registration

charges and bid-processing fee are to be paid in the form of two separate Demand Drafts

from any scheduled bank, in favor of M/s Uptron Powertronics Ltd, payable at Ghaziabad

and deposited at the registered address as mentioned below:

M/s Uptron Powertronics Ltd.

S-53 to 58, Site IV, Sahibabad,

Ghaziabad-10 (UP) Ph-0120-2895181

Bidders’ ID/Profile will be activated for participation & bid submission only after the receipt

of Demand Drafts, failing which the bidders will not be able to register & participate in the

e-tender. All profile activations will be done only during the ESIC office working hours.

4

e-TENDER SCHEDULE

S.

No.

Details Dates & time

1. Period of availability of online e-

Tender Enquiry document on websites

18/04/2016 to 12/05/2016, 11.00 a.m.

2. Pre-bid meeting On 26/04/2016 , 11.00 a.m. at Vth Floor

Conference Room, ESIC Hqrs. Office,

Panchdeep Bhawan, C.I.G. Road, New

Delhi-110002.

3. Last date of Online & Manual Bid

submission

12/05/2016, 11.00 a.m.

4. Date of Opening Online tenders and

Manual Technical Bid (for EMD

Collection)

12/05/2016, 11.30 a.m. at Vth Floor

Conference Room, ESIC Hqrs. Office,

Panchdeep Bhawan, C.I.G. Road, New

Delhi-110002.

5. Date of Opening Financial Bid. Will be communicated later.

a. Manual bid with EMD is to be dropped in Tender box placed in front of Room No. 312 &

314 Hqrs. Office, Panchdeep Bhawan, CIG Road, New Delhi-110002

b. If the date of opening of tenders is declared a public holiday, the tenders shall be opened

on the next working day at the same venue and time.

c. All tenderers are requested to check further notifications/ updates if any, on ESIC

website-www.esic.nic.in & ESIC e-Procurement portal-https://esic.eproc.in.

d. It is mandatory for all tenderers to submit both online as well as a complete set of the

tender manually within the stipulated time, failing which the tender will be summarily

rejected.

Pre-bid meeting

1. In order to clarify doubts of the prospective tenderers, if any, a Pre-bid meeting will

be held at Vth Floor, Committee Hall, ESIC Headquarter office, CIG Road, New Delhi

110002, on 26/04/2016 at 11.00 a.m.

5

IMPORTANT INSTRUCTIONS FOR VENDORS FOR E-TENDERING

1. All vendors are required to procure Class –IIIB Digital Signature Certificate (DSC) with both

DSC Components i.e. Signing & Encryption to participate in the E-Tenders.

2. Vendors should get Registered at https://esic.eproc.in by paying Annual Registration

charges of Rs.2000/- (non-refundable) in the form of Demand Draft from any scheduled

bank, in favour of M/S Uptron Powertronics Ltd. Payable at Ghaziabad.

3. Vendors also needs to submit Bid Processing Fee Charges of Rs. 4500/- (non-refundable)

in the form of Demand Draft from any scheduled bank, in favor of M/S Uptron Powertronics

Ltd. Payable at Ghaziabad for participating in the Tender.

4.Vendor needs to submit the Demand Draft of Annual Registration and Bid Processing fee

at the below mentioned Registered address for approval of Registration and successful

submission of Tender, failing which the vender will not be able to participate in the e-

Tender. Along with the Demand drafts, Vender needs to send a covering Letter mentioning

about the payment details, company name, address, payment towards ESIC Registration

charges (mention User –Id) and ESIC Bid processing fees (mention Tender ID and Tender

Title) at the below mentioned address :

UPTRON POWERTRONICS LTD

S-53 to 58, Site-IV

Sahibabad, Ghaziabad ( U.P.)-201010

5. The Vendor also needs to mention his Company name , address ,User ID, Payment

towards ESIC Registration Charges at the back side of Demand Draft of Rs. 2000/ and ESIC

Bid Processing fee mentioning the Tender ID and Tender Title at the back side of Demand

Draft of Rs. 4500/.

6. Vender also need to send the scanned copies of Demand Drafts at

[email protected] mentioning their company name, address and User ID for

approval of Registration and Tender ID and Tender Title for approval of Bid Processing Fee.

6

REQUEST FOR PROPOSAL

TO ESTABLISH

EQUIP, OPERATE AND MANAGE

CARDIAC CATH CENTRE

AT

4 ESIC HOSPITALS

Location of the Hospitals:

1. ESIC Model Hospital and ODC (EZ), Joka, Kolkata

2. ESIC Hospital, K.K. Nagar, Chennai (T.N.)

3. ESIC PGIMSR and Model Hospital, Basaidarapur, New Delhi, 110015.

4. ESIC Hospital, Noida

7

Table of Contents

S.No. Contents 1 Introduction

2 Intention

3 Essential qualifying Conditions

4 Period of Partnership Contract

5 Scope of services – Service Provider

6 Scope of services – Public Partner

7 Setting up of CTVS Unit

8 General and legal.

9 Financial Expectations

10 Performance monitoring

11 Preparation & Submission of the Proposal

12 Technical proposal

13 Financial proposal

14 Selection process

15 Performance guarantee

Annexure with Financial bid

8

REQUEST FOR PROPOSAL TO ESTABLISH

CARDIAC CATH CENTRE

Request for proposal is invited from reputed agencies for Establishing,

Equipping, Operating and Managing of a Cardiac Cath Centre at 4 ESIC Hospitals

under Public Private Partnership.

1. INTRODUCTION

ESI Corporation is planning to provide Cardiac Cath Lab services to the ESI

Beneficiaries under Public Private Partnership (PPP) in 4 ESIC Hospitals as

mentioned below in the earmarked area of the respective hospitals. The ESIC

authorities expect from the private partner to modify the earmarked space and the

building into a Cath Centre. ESIC invites proposals from the interested agencies to

participate in this PPP Project for these hospitals.

Location of the Hospitals:

1. ESIC Model Hospital and ODC (EZ), Joka, Kolkata

2. ESIC Hospital, K.K. Nagar, Chennai ( T.N.)

3.ESIC PGIMSR and Model Hospital, Basaidarapur, New Delhi, 110015.

4. ESIC Hospital , Noida.

The bidders may select one or more hospitals for bidding. Bids for each

hospital will be evaluated independently. Separate Financial bids are to be quoted for

each hospital in same application form. Only one EMD will be needed for single

common application for all the Hospitals. Tender has to be submitted through e-

tendering and detailed procedure is intimated in initial pages of the RFP document.

The performance security mentioned will be separate for each hospital and has to be

deposited by the successful bidder. The proposal is subject to availability of

Space in the above-mentioned hospitals once new constructed buildings

are handed over to all the hospitals and only then MOU will be signed.

9

2. INTENTION

2.1 ESIC intends to provide Cardiac Cath Lab Services to the ESI

beneficiaries within its own infrastructure of the ESIC Hospitals through

the Public Private Partnership on Equip, Operate and Manage Model.

2.2 The Private Partner, hence forth referred to as Service Provider, shall

establish a well equipped Cardiac Cath Centre with all required facilities, in

the specified space and building to be provided by the ESIC hospitals. The

Service Provider will procure all equipments, material, qualified consultants

and required manpower and provide round the clock Cath Lab services. The

Service Provider will have all responsibilities of procurement, operation and

maintenance of all the equipments and other required medical and non

medical items including all back-up services for the unit at his own cost.

2.3 The ESIC Hospital who will be the public partner of the project, hence forth

referred as The Hospital, will pay to the Service Provider, for all the medical

services provided by him to the referred ESI beneficiaries, as per already

notified latest CGHS Package rates for the Cardiac procedures for the city

where the Hospital is situated, deducting the percentage discount offered in

the financial bid, by the Service Provider to The Hospital. The Service Provider

has to provide the treatment to the referred ESI beneficiaries as per the latest

CGHS Guidelines on the subject.

2.4 The Service Provider has to permit in his cardiac unit, the Under graduate

and post graduate medical students of the attached Medical college and

hospital for training purposes. For Medical education this Unit will be

considered the integral part of The Hospital.

3. ESSENTIAL QUALIFYING CONDITIONS:

The bidders who fulfill all the following conditions are eligible to apply if the

required EMD i.e. Rs. Ten Lac, is attached with the technical bid.

10

3.1 The Service Provider must be the owner of a Multispecialty Hospital/Super

Specialty Hospital with facilities of Interventional Cardiology and Cardio

Thoracic Surgery since last three or more Financial years.. (Attach

registration certificate of hospital or similar proof of ownership.)

3.2 Financial Status and credibility:

The bidder’s Hospital should have minimum annual turnover of Rupees

Twenty Crore in each three financial years 2012-13, 2013-14, 2014-15 from

the medical services.

3.3 Technical: The bidder should have an:

3.3.1 Experience of setting up and managing for 3 years at least one cardiac

catheterization lab with associated CTVS facility in his hospital. (Attach

papers of Cath machine installation with date and an affidavit for the

experience.)

3.3.2 Must have carried out more than 1000 cardiac catheterization procedures at

the same hospital in the last financial year. The list of the patients with detail

of interventions carried out on them in the last financial year, duly certified

and attested by the authorized signatory has to be attached and uploaded

along with the technical bid.

3.3.3 Authorization certificate for authorized signatory from company

should be enclosed with the technical bid. (As per Annexure)

3.4 The Service Provider should not have been black listed or deregistered by

ESIC/Central / State Government/CGHS at the time of applying.

3.5 Affidavit Requirement: Along with other undertakings as per Annexure

the bidder has to submit an undertaking in the form of affidavit, accepting

following conditions.

3.5.1 A Chief Interventional Cardiologist will be appointed by the bidder exclusively

for the proposed ESIC Cardiac Cath Centre who must have an experience in all

types of interventional cardiology procedures for more than 7 years after

gaining his DM/DNB degree in Cardiology.

11

3.5.2 The rest of the Interventional Cardiologists who will be working in the

proposed Cardiac Cath Centre shall have minimum 3 years experience on

cardiac interventions and procedures after their DM/DNB Cardiology degree.

3.5.3 For the proposed Cardiac Cath Centre in addition to above conditions the

bidder shall provide other required equipment and staff as per standard SIU

norms. The minimum staff to be provided is listed in the annexure.

4. PERIOD OF THE PARTNERSHIP CONTRACT

4.1 Initial Lock-in period shall be for 7 (Seven) years, thereafter extendable on

yearly basis on the same terms and conditions, if agreed upon by both the

parties. The tenure of partnership contract as mentioned herein above is also

based on the satisfactory performance by the Service Provider, during the

period of contract.

4.2 No subletting of part or whole of the process /infrastructure / services shall be

allowed to the Service Provider.

4.3 On expiry of the contract, the Service Provider will take away all equipment

and consumables that are under his ownership, without disturbing the

physical infrastructure provided by ESIC. After expiry of contract term

including the extended period a grace period of 4 weeks may be allowed for

removal of all infrastructure/ equipment/ consumables from the premises. If

not cleared within this time frame, the Medical Superintendent of the said

ESIC Hospital will be at liberty to dispose of equipment etc. as deemed fit.

4.4. If the services of Service Provider are not found satisfactory at any point of

time during the contract period, then the public partner will give notice to the

Service Provider for improvement of services / rectification of defects. Service

Provider should respond within one month from the date of receipt of the

notice for improving services. If the services are not improved to the

satisfaction of the public partner within 90 days from the date of receipt of the

notice then the contract of the Service Provider is liable to be terminated with

one month notice.

4.5. The contract may be terminated by either party at six months notice without

assigning any reason.

12

SCOPE OF THE WORK AND SERVICES FOR BOTH THE PARTNERS

5. SCOPE OF WORK AND SERVICES FOR THE SERVICE PROVIDER:

With a view to provide the freedom of work, independence, and minimum

interference from the public partner, The Hospital will only provide the

private partner a portion of the already constructed hospital building along

with already installed fixtures, fittings, electricity and water supply on as is

where is basis. No new civil, electrical modification, improvement or any other

incidental work will be done by the Hospital. The Service Provider can inspect

the availability of space and requirement of civil works etc. before submitting

the tender with prior appointment with the Medical Superintendent, of the

respective ESIC Hospital.

5.1 All arrangements, which are not in the scope of The Hospital, as mentioned in

the schedule No. 6 below, but required by the private partner for smooth

functioning of the Cardiac Cath Centre has to be provided/procured by the

Service Provider. Any modification/alteration/addition in the already

constructed building of the Hospital has to be done by the private partner

himself after obtaining prior permission of the Hospital Authorities, at his

own cost.

5.2 The repair and maintenance of the electrical lines, water pipe-lines, air

conditioning fittings and any other type of fittings inside the building,

handed over to the private partner will be the sole responsibility of the Service

Provider.

5.3 The Service Provider has to procure all medical and non medical equipment,

furniture items, beds, linen, mattresses, stationary, drugs, dressings,

consumables, non-consumables, all professional/ non-professional man

power and any other material or service required to run the Cath centre, at his

own cost.

5.4 Arrangement for Lab investigations, emergency sterilization of instruments

in Cath lab and ICCU facility for pre/ post Cath patients or for any other

complication has to be established by the Service Provider.

13

5.5 The Service Provider has to make his own arrangement inside the building

handed over to him for housekeeping and security services, including

disposal of bio-medical waste (i.e. shifting/disposal up to the earmarked area

in the main hospital).

5.6 Although the electricity and water shall be provided by the Hospital on as is

where is basis but if there is any failure, the ad-hoc or emergency

arrangement for the proposed Cath centre has to be made by the Service

Provider, at no extra cost to the Hospital.

5.7 The Service Provider must have back up arrangement for any breakdown of

medical gases and electricity supply, through gas cylinders, UPS or Generator

etc., at no extra cost to the Hospital..

5.8 The dietary services of the Hospital can be availed by the Service Provider only

on payment basis, if it is outsourced to private contractor. If the hospital is

running own kitchen then diet will be provided to all the patients free of cost

as for rest of the hospital wards

5.9 The Service Provider has to procure all computers, Telephones, internet

connection and all other facilities required by him for the centre at his own

cost.

5.10 All the consultants, specialists, nurses, technicians, para-medical staff and all

other man power have to be arranged by the Service Provider for the centre at

his own cost.

5.11 The Service Provider has to provide round the clock uninterrupted Cath

services by posting qualified required manpower on shift basis at the Cath

Centre.

5.12 The Service Provider has to provide all services only to the ESI beneficiaries

referred by the MS/ Casualty Medical Officer of the Hospital to the Cardiac

Cath Centre. No patient without the referral form issued by the ESIC Hospital

should be treated at the Cath Centre. All equipments and materials must be

used only for the treatment of ESI patients.

14

5.13 Only newly purchased equipments must be installed by the Service Provider,

intimating the details of all equipments to the ESI Hospital Administration.

Already used equipment or instruments should not be procured for the centre.

The successful bidder shall provide the requisite details of the equipment

purchased and installed at the Cath Centre and instrument to be used to the

concerned MS of the Hospital before installation.

5.14 All drugs and dressings during indoor treatment should be provided at the

Cath Centre by the Service Provider and in no case the beneficiary will be

asked to purchase any item.

5.15 The responsibility of managing complications arising out of and during the

treatment of patients at the Cath Lab exclusively lies with the Service

Provider. The Cath center should have prior tie up arrangements to shift such

patients to higher centers for management of complications. The cost of

management of such complications shall be borne by the Service Provider

without any liability, responsibility of The Hospital.

5.16 In case any indoor patient admitted in The Hospital needs Cardiologist’s

opinion, the Cath centre’s cardiologist will give his consultation free of cost.

5.17 All Consultants, Specialists, nurses, technicians and all other manpower have

to be procured by the Service Provider at his own cost. They shall always

remain the employees of the Service Provider. Running cost of all facilities

including staff salaries is to be borne by the Service Provider.

5.18 Service Provider should make alternative arrangements in the event of

breakdown of the services at his own cost. In case the Service Provider fails to

make such arrangement and the patient claims any damages, it shall be the

responsibility of the Service Provider.

5.19 Service Provider must maintain all medico-legal & other records and should

be able to provide them in hard and soft copy to the Hospital Administration

on demand.

5.20 Service Provider must issue Identity cards and uniforms to the staff. It must

also be ensured that staff is in uniform on duty.

15

5.21 Service Provider must obtain insurance cover for the equipments in the Centre

at his own cost.

5.22 Obtaining any permit/ license /authorization for running and operating

Cardiac Cath Centre including civil, electrical, radiation safety requirements

and PNDT etc. shall be the responsibility of the Service Provider only.

5.23 Cardiologist should be available to attend cases round the clock. The doctor’s

duty roster should be submitted to the hospital administration in advance.

5.24 The Service Provider has to permit in his cardiac unit, the under graduate

and postgraduate medical students of the attached Medical college and

hospital for training purpose. The consultants should provide training in

cardiology to undergraduate/post graduate medical students, if needed by the

Hospital administration without any condition or cost. For Medical education

purpose, this Unit will be considered the integral part of The Hospital.

5.25 Service Provider will ensure remedial measures with regard to any deficiency

in services pointed out by the authorities. Medico legal liability arising out of

and during the course of treatment at the Cath Centre shall be the sole

responsibility of the Service Provider. The Service Provider shall keep the

ESIC hospital/administration/M.S duly indemnified against any medico legal

case, labour dispute/civil dispute arising out of working of the Cath Centre at

the ESIC hospital.

5.26 No additional service/facility shall be provided to the Service Provider except

the services/facilities mentioned in the tender document. The Service Provider

has to make rest of the arrangements at his own cost.

5.27 Service Provider will be authorized to make changes in fittings, cablings etc as

per the requirement of operating equipments with written permission from

hospital administration.

5.28 Structural modification will not be permitted.

16

6. WORK AND SERVICES UNDER SCOPE OF THE PUBLIC PARTNER

(THE HOSPITAL).

6.1 The Hospital will provide the rent free space and the building on as is where

is basis. Before bidding, the Service Provider is advised to make a visit to the

Hospital and see, what infrastructure is available for the proposed Cath

center.

6.2 Payment of property tax, and any other property related payments will be the

responsibility of the Hospital.

6.3 Electricity, water, and Centralized Gases supply ( if available) will be provided

to the handed over portion of building as provided to the rest of the Hospital

free of cost. No fresh fittings or pipelines will be laid down by the Hospital.

No civil or electrical job inside the handed over portion of the building will be

taken up by the Hospital. Service Provider will make his own arrangement

inside the building, for all his requirements at his own cost.

6.4 Services of CSSD and Laundry (If available) will be provided to the Service

Provider free of cost. In case of any break down of these services, the Service

Provider shall have to make his own arrangements for the same at his/their

own cost. In case the Hospital makes some tie up arrangements for these

services, the Service Provider may use the same for him on the same terms

and conditions of payments, at the cost of Service Provider. Hospital will not

be liable for any loss or compensation in this regard. No payment will be done

to the Service Provider for making his own arrangements.

6.5 A Liaison Officer shall be nominated by the Medical Superintendent, of the

Hospital to co-ordinate with the Service Provider.

7. SETTING UP OF A CARDIO-THORACIC SURGERY UNIT WITH

THE CARDIAC CATH CENTRE

7.1 At present or at the later date if The Hospital is in the position to provide

sufficient space and infrastructure for the Cardio-Thoracic Surgery facilities

along with the interventional cardiology services then the Service Provider

17

may see the feasibility to start CTVS unit along with Cath Centre now or later

on.

7.2 All the scope of work, terms and conditions for private and public partners as

given above for Cardiac Cath Centre will also be applicable to this CTVS unit.

7.3 In case both the partners agree to start the CTVS Unit any time after the

establishment of Cath centre, an additional MOU with the same terms and

conditions as for Cardiac Cath Centre can be signed later on. However in case

CTVS is established at any time , the present discount offered in the Financial

bid for Cardiac Cath centre shall also be applicable to all CTVS procedures.

If setting up of CTVS unit is not feasible, then The Hospital will

plan for Cardiac Cath Centre alone and Service Provider has to

agree for the same.

7.5 All the bidders are advised to visit the respective Hospitals and

assess the feasibility to establish Cath Lab and/or CTVS unit within

the ear marked space with prior appointment with Medical

Superintendent before participating in the Tender.

8. GENERAL AND LEGAL

8.1 All ESI Beneficiaries reporting to The Hospital and needing Cardiac

interventions will be referred to the Cath center on the referral letter by the

Medical Superintendent, along with duly attested photograph and attested

signature of the patient over it. The Service Provider will provide the

treatment as per the referral request. The Service Provider will keep check on

the patient’s identity. The details of the referral procedure can be discussed

with the MS before starting the Cath center.

8.2 The Service Provider will be expected to raise bills for cardiac interventions,

along with original referral letters and with other papers and items demanded

by the Hospital, on weekly basis and payments will be cleared by the Hospital

normally within 4 weeks from the date of submission of the bills.

18

8.3 The Service Provider and its staff can be given access to all the areas of the

hospital after showing identity card.

8.4 Service Provider will be authorized to make changes in fittings, cables etc as

per the requirement of operating equipments with prior permission from

hospital administration.

8.5 In case of change of legal status of Service Provider, fresh mutual agreement

will come in force, subject to the condition that the new entity is eligible for

running Cath Lab. However the total lock in period of seven years will be same

under such circumstances

8.6 Force Majeure will be applicable to both parties. A party claiming Force

Majeure shall exercise reasonable diligence to seek overcome the Force

Majeure event and to mitigate the chances of non-performance of its

obligation under the tender.

8.7 Any medico-legal issues arising in the course of or out of treatment of patients

will be the sole responsibility of Service Provider. The Service Provider will

keep the Hospital/administration/ Medical Superintendent dully indemnified.

8.8 In the event of any dispute or difference arising out or touching to this

agreement/contract and/ or in relation to the implementation hereof, the

same shall be resolved initially by mutual discussion and conciliation. But in

the event of failure thereof, the same shall be referred to sole arbitration of the

Director General of the Employee State Insurance Corporation (ESIC) or his

nominee. The decision of the Sole Arbitrator shall be final and binding upon

the parties. The place of the arbitration will be at Delhi [and /or where the

concerned ESIC hospital is situated /located.] The arbitrator shall conduct the

arbitration proceedings in English in accordance with the provisions of “The

Arbitration and Conciliation Act, 1996. Both the parties know that sole

Arbitrator might have dealt with the contract agreement in question and is an

employee or officer of Employee State Insurance Corporation (ESIC) but the

same shall also not disqualify him in any manner from acting as a sole

Arbitrator. In this clause the expression of Director General “Employee State

Insurance Corporation” shall also include any person who is for the time being

the administrative head of Employee State Insurance Corporation.

19

8.9 Provision of Consumer Protection Act and RTI act are applicable to the

Service Provider also.

8.10 All the applicable Laws of land including Minimum Wages Act, ESI Act,

EPFO, Income tax, service tax etc. shall be the responsibility of Service

Provider. The Service Provider shall ensure due compliance of all labour laws

during the period or setting up, maintenance and running of the Cath Centre

8.11 The Bidder/Service Provider shall be responsible for compliance/

responsibility under all labour laws, IT laws, statutory requirements

pertaining to its employees and establishment. The bidder / Service Provider

shall keep ESIC Indemnified against any claim, litigation, and proceedings on

this account.

8.12 ESIC reserves the right to reject any application(s) if any of the following

happens:-

a) At any time, a material misrepresentation is made or uncovered.

b) The Service Provider does not provide within the time specified by

ESIC, the supplemental information sought by ESIC for evaluation of

the application (s). Such misrepresentation/ improper response shall

lead to the disqualification of the Service Provider.

c) Bidder’s Service Provider’s failure to submit sufficient and complete

details for evaluation of bid within the prescribed time. No bid will be

accepted after due date and time.

d) Bids received without pre-qualification documents as required.

e) Bidders not meeting the pre-qualification criteria stipulated in the

tender.

f) Bidders not agreeing to furnish required security deposit.

g) Bids/quotations not received though the procedure channel and

manner presented.

20

h) The decision of ESIC to accept or reject any or all of application(s) shall

be final and binding and shall not be subject to any review or revision

by any judicial or quasi-judicial authority.

9. FINANCIAL EXPECTATIONS

Optimum utilization of the proposed Cardiac Cath Centre is expected but for

actual work load of Cardiac patients in The Hospital the bidder may contact

the Medical Superintendent of the respective ESIC Hospital.

10. PERFORMANCE MONITORING

10.1 The Hospital authorities are free to monitor the quality of services rendered

by the Service Provider on a periodical basis. Any shortcoming will be

communicated to the Service Provider in a written format and Service

Provider will be responsible for rectification/action if any. Monthly statistics

must be sent to the Hospital Administration by 10th of the following month by

the Service Provider.

10.2 Regular patient satisfaction survey shall be carried out by the Hospital and

shared between Service Provider and Medical Superintendent. Corrective

action taken needs to be intimated in writing by the Service Provider.

10.3 The Medical Superintendent or his authorized person shall have the right to

inspect the Centre at any time.

10.4 The Service Provider will nominate an official for liaison work and

performance monitoring.

21

11. PREPARATION AND SUBMISSION OF THE PROPOSAL

For e-tendering please see the initial pages attached with this RFP and

follow all instructions and guidelines. Following instructions are for

manual submission which is mandatory to be done. Evaluation of the

Tender will be done from the e- tender only , under normal

circumstances. Manual copy is only for record and to collect EMD.

11.1 Interested bidders/Service Providers are requested to learn about the project

minutely and advised to visit the Hospital to see the space/building to be

provided before submitting their proposal. They should be absolutely clear

and sure about the feasibility of establishing the Cardiac Cath Centre and

Cardio Thoracic Surgery unit and other required services in the provided built

up space before submitting the proposal.

11.2 The proposal is to be submitted as two bid system i.e. (A) Technical and

(B) Financial bid. Both bids should be submitted in two separate sealed

envelopes with mentioning type of bid i.e. Technical or Financial bids on the

envelops. Both envelops are to be put up in an outer big envelope and to be

labeled as “PROPOSAL FOR ESTABLISHING CARDIAC CATH

CENTRE ” and should be dropped in the tender box as mentioned in the

Tender notice, kept for the same purpose before the specified date and time.

All personal and contact details of the bidders are to be submitted with the

technical bid.

11.3 Please attach this Request for proposal document signed and stamped on

each page by the authorised signatory, along with the technical bid.

11.4 All enclosures/papers must be serially numbered and signed by the authorised

signatory with stamp on each page before submission (Authorization

certificate for authorized signatory from company should be

enclosed with the technical bid).

22

12. TECHNICAL BID: It should contain the documents required for essential

qualification

12.1. EMD ( Earnest Money Deposit) of Rupees Ten Lakh in the form of Demand

Draft drawn on any nationalized bank in favor of ‘E.S.I Fund Account No.1

payable at Delhi should be tagged outside and submitted with the

technical bid in a separate envelope labelled as EMD ( so that it can

be removed without opening the technical bid envelope). EMD will

be refunded after the finalization of the tender. If the bidder does not

deposit the required performance guarantee after the notification of award or

not willing to accept the contract after award or withdraws its proposal after

specified tender opening time and date the earnest money shall stand forfeited

12.2 Proof of Owner ship of a Multispecialty/Super specialty Hospital with Cath

Lab and CTVS services since last three Financial years as mentioned earlier.

(Attach registration certificate of hospital or similar proof of ownership.)

12.3 Copies of complete Audited Balance sheets and/or Financial statements

with profit and loss account for 2012-13, 2013-14, 2014-15 financial years duly

audited by Chartered Accountant, indicating an annual turnover of Rupees

20 Crore or more. The financial statements should reflect the financial

situation of the bidder’s owned hospitals and not the other types of associated

sister concerns companies or partners.

12.4 Experience: Evidence of running a Cardiac Cath Centre and open heart

surgeries being performed in the Hospital of the Service Provider from last

three years. ( Cath installation report with date and affidavit)

12.5 Documentary proof of 1000 cardiac interventions performed in the last

financial year. Attach list of patients with cardiac intervention details

certified and attested by the authorized signatory.

12.6 AFFIDAVITs:

The bidder has to submit all affidavits as per annexures and upload them with

e-tender.

23

13. FINANCIAL PROPOSAL/BID

Financial Proposal should be submitted in a separate sealed envelope.

Separate paper must be enclosed for each hospital in the same envelope. For

e-Tender fill details in the proforma. It must clearly mention:

a) Discount offered in percentage on the Latest CGHS rates for Non-

NABH institutions in the city, as applicable for patients entitled for

General ward treatment pertaining to all cardiac

procedures/services listed in CGHS rate list. As and when there is

revision of these rates by CGHS, the agreed percentage discount will be

applicable on such revised rates. Bidder has to quote the discount

offered for each selected hospital separately.

b) The bidder shall be reimbursed the cost of implants and stents as per actual

invoice rate subject to upper ceiling limits on stents and implants etc. as per

latest CGHS orders on the subject. This is the mandatory condition of the

tender.

c) For un-listed procedures i.e. not in the CGHS rate list or AIIMS rate list , the

Service Provider have to submit along with financial bid the list of the CGHS

un-coded procedures, to be performed by them and their rates. Once accepted

and approved by the Hospital authorities, payment of these bills will be done

on these rates, after deducting the same discount offered by the

bidder on CGHS package rates as in (a) above. These rates will be valid

for next 5 years. After every five years, the Service Provider has to re-submit

the subsidized rates for approval by the competent authority of the Hospital.

Hospital is not bound to accept these rates if it is felt that the rates are not

cheaper than other tie up hospital rates. In that case the Hospital is free to

send such patients to other tie up hospitals.

Important: (b) and (c) conditions above are mandatory to be accepted.

The discount offered under condition (a) above will primarily be

considered for selection of a Service Provider.

24

14 FIXED TIME FRAME TO COMPLETE THE PROJECT:

Maximum time expected to complete and start the functioning of Cardiac Cath

Centre is 4 months from the date of handing over the Space for Cath

Lab to the Service Provider by The Hospital.

After the expiry of four months, Rs. 20000/ per week will be recovered as the

penalty for delay of the project for next 4 months. After the penalty period, the

deposited performance security will be forfeited.

15. SELECTION PROCESS:

In E-Tender the evaluation will be done from the electronically

submitted data. Manual bid will not be opened in normal

circumstances.

15.1 A Pre-Bid conference shall be held on a fixed date and time after the request

for proposal is being advertised well before the submission date in the

ESIC Hospital to clarify any doubt on the subject.

15.2 Technical evaluation of the proposals shall be carried out by a committee duly

constituted by Competent Authority of ESIC. Along with the scrutiny of the

proposals, the committee may even visit the Hospitals of the bidders to assess

and confirm their capabilities on the subject.

15.3 The financial bids of the incomplete proposals will not be considered.

15.4 Among all the bidders, those who are eligible as per essential

qualification requirement (as listed in the tender document) will be

considered technically qualified.

15.5 The Financial bids of the technically qualified bidders will be opened by a

committee, in presence of the bidders if they wish to attend.

15.6 The bidder who will offer maximum discount in percentage on the CGHS

procedure rates as per financial bid will be awarded the project subject to

fulfillment of all the mandatory qualifying conditions as per tender document.

25

In case of tie the bidder with higher annual financial turnover of his hospital

in the last financial year will be awarded the project.

15.7 Final selection of the bidder is at the discretion of the Competent Authority.

15.8 The competent authority has full right to accept or reject any or all the tenders

without assigning any reason thereof, at any stage.

16. PERFORMANCE GUARANTEE

Bank guarantee ( 7 years validity) of Rs. Twenty Lakh or refundable security

amount in the form of demand draft of the same amount to ESI Fund account

No 1 payable at -------( city) have to be submitted to the respective Medical

Superintendent of the Hospital, as performance guarantee. In case the bidder

does not fulfill the contractual obligations the performance guarantee amount

may be forfeited. EMD will be forfeited if the bidder does not deposit the

required performance guarantee within the demanded period by The Hospital

or not willing to accept the contract after the notification of award.

Performance guarantee has to be deposited within notified period from the

date of offer made to the Service Provider over e-mail/dispatch of hard copy.

It will be refunded without any interest after 60 days of the end of the contract

period .

26

ANNEXURE -I

EXPECTED CATH LAB

Flat panel in type

IVUS attached(intravascular ultrasound)

FFR attached (Fractional Flow reserve)

With rot ablator

From reputed companies with FDA approved e.g.-GE, Siemens, Philips etc.

Electrophysiology upgradable

27

ANNEXURE -II

MINIMUM STAFF TO BE DEPLOYED

NB. The staff pattern indicated below is the minimum required for the Centre.

Sl.No Minimum Requirement

(Grade Wise)

Minimum Qualification

Experience

CARDIOLOGY

1 Chief interventional Cardiologist - 1

DM / DNB Cardiology More than 7 Years Post DM/DNB

2 Interventional

Cardiologists - 2

DM / DNB Cardiology At least 3 year post DM/DNB experience in invasive cardiology

3 Senior Residents – 4(one SR should be available round the clock)

MD-Medicine/ Anaesthesia ( as per need)

Post-graduate

4 Technicians

As per requirement

Qualified 1-2 Years experience in their respective fields

5 Staff Nurses as per SIU norms

Qualified 1-2 years experience preferred for CCU and Cardiac Cath Centre

6 Nursing Orderlies as per requirement

Qualified

28

ANNEXURE-III

PERSONAL DETAILS OF THE BIDDER

NAME OF THE BIDDER:

1 Name Of Tendering Hospital/Institution

2 Name Of Owner / Directors

3 Full Particulars Of Office

A) Address .

B) Contact Telephone Nos.

C) Fax No.

D) E-Mail .

4 (A) PAN (B) Service Tax Registration No.

5 Details Of EMD A) Amount B) D.D. / P.O. No. and date C) Drawn On Bank

6 Name Telephone and Mobile No. of the dealing representative

Signature of authorized signatory Name: Place: Seal

29

ANNEXURE-IV

Format for Affidavit certifying that Entity/Promoter(s) /

Director(s)/Members of Entity are not Blacklisted

Affidavit

I, M/s ..................................... ------------------------------------------------,

(the names and addresses of the registered office)

hereby certify and confirm that we or any of our promoter(s) /director(s) are not

barred by or blacklisted by any state government or central government /

department / organization in India from participating in Project/s, either

individually or as member of a Consortium as on the __________________(Date

of Signing of Application).

We further confirm that we are aware that, our Application for the captioned Project

would be liable for rejection in case any material misrepresentation is made or

discovered at any stage of the Bidding Process or thereafter during the agreement

period and the amounts paid till date shall stand forfeited without further intimation.

Dated this ........................................ Day of ......................., 2016.

Name of the Applicant

Signature of the Authorized Person

Name of the Authorized Person

30

ANNEXURE -V

Format for Power of Attorney for Signing of Application

(On a Stamp Paper of relevant value)

Power of Attorney

Know all men by these presents, We M/s ---------------------------------------------------

----........................................................................................

(Nme and address of the registered office) do hereby constitute, appoint and

authorize Mr /Ms....................................................... ---------------------------------

(Name and residential address and PAN), duly approved by the Board of Directors in

their meeting held on (Copy of board resolution enclosed), 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 our bid for "RFP for Establishing

Cardiac Cath Centre in ESIC on PPP Mode” including signing and submission of all

documents and providing information / responses to the ESIC , representing us in all

matters before ESIC in all matters in connection with our bid for the said Project. We

hereby agree to ratify all acts, deeds and things lawfully done by our said attorney

pursuant to this Power of Attorney and that all acts, deeds and things done by our

aforesaid attorney shall and shall always be deemed to have been done by us.

Dated this the .................. -----------------------day of 2016

For_______________________

(Name, Designation and Address)

Accepted ________

(Signature)

(Name,

31

ANNEXURE – VI

FINANCIAL INFORMATION

Name of Institution:

Annual turnover last three Financial years with details (Audited Balance

sheet to be submitted)

Years Annual Turnover (in INR )

Profit after Tax

2012-13,

2013-14,

2014-15

Signature of authorized signatory

Name:

Place:

Seal:

32

ANNEXURE-VII

AFFIDAVIT

1. I, …………………………………….… Son / Daughter of Shri……………………………………….. Owner/Authorized Signatory of …………………………………………........................ am competent to sign this declaration and execute this tender document.

2. I have carefully read and understood all the terms and conditions of the tender and hereby convey my acceptance of the same and will abide to all if selected.

3. The information, documents, data of financial status and credibility, details of Cath lab operations , experience details etc. furnished along with the tender bid are true and authentic to the best of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of any false information / fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution under appropriate law.

4. I further certify that the bidder’s hospital has been running Cath lab and CTVS services for more than 3 years and more than 1000 Cardiac Cath interventions were carried out in the last financial year.

5. In case my proposal/tender is accepted I assure that :

a. A Chief Interventional Cardiologist will be appointed by us exclusively for the proposed ESIC Cardiac Cath Centre who must have an experience in all types of interventional cardiology procedures of more than 7 years after gaining his DM/DNB degree in Cardiology.

b. The rest of the Interventional Cardiologists who will be working in the proposed Cardiac Cath Centre shall have minimum 3 years experience on cardiac interventions and procedures after their DM/DNB Cardiology degree.

c. For the proposed Cardiac Cath Centre in addition to above conditions we shall provide other required equipment and staff as per standard norms for the proposed services.

d. I have appraised myself fully about the job to be done during the period of agreement and also acknowledge to bear consequences of non performance or deficiencies in the services on my part.

Signature of the authorized signatory Date: Full Name: Place: Company's Seal:

N.B.: The above declaration, duly signed and stamped by the authorized signatory of the company, on stamp paper and duly notarized, should be enclosed with Technical bid.

33

FINANCIAL BID

PLEASE USE SEPARATE PAGE FOR EACH HOSPITAL SELECTED

Name of the Hospital:

Discount offered in percentage on the Latest CGHS rates for Non-NABH

institutions in the respective city, as applicable for patients entitled for

General ward treatment pertaining to all cardiac procedures/services

listed in CGHS rate list.

%

Attach list of the un-coded procedure not available in CGHS/AIIMS rate

list along with the bidder’s rates for these procedures. Also upload them

as a scanned copy in e-tender.

Signature of the authorized signatory Date: Full Name: Place: Company's Seal:

34

CHECK LIST FOR PROPOSAL

No Documents √/×

1 EMD

2 Proof for ownership of multi specialty hospital

3 Copies balance sheets for last 3 financial years

4 Proof showing Cardiac Cath Centre set up run by the bidder since

last 3 years in his hospital.

5 Proof indicating more than 1000 Cardiac Cath procedures done

in last financial years

6 Affidavit as desired as per annexure

7 Letter of authorization for authorized signatory by the company

8 Financial bid with discount offered as per instructions.

9 List of Un-coded procedures with the tariff.

10 Additional routine documents as per tender document

instructions.

11 All personal details, contact details, PAN no., etc. of the bidder

on enclosed form.