REQUEST FOR PROPOSALS For. Establishment & Management of Citizen Help Desk
|
|
|
- Kristina Wade
- 9 years ago
- Views:
Transcription
1 1 REQUEST FOR PROPOSALS For Establishment & Management of Citizen Help Desk October 2012 Karnataka Health System Development & Reform Project PHI Building, Sheshadri Road, K.R.Circle, Bangalore D:\c-my-doc\Eshwar Naik\Mobile Health Clinic\Single Source - RFP of MHC revised on November 2007
2 2 Register Post under acknowledgement Section 1. Letter of Invitation Invitation No.HFW/KHSDRP/PPP/CHD/26/ Bangalore Loan No.4229-IN Date: Dear Mr./Ms. 1. The Government of Karnataka through Government of India (hereinafter called Borrower ) has received financing from the International Development Association (IDA) (hereinafter called loan ) towards the cost of the Karnataka Health System Development & Reform Project. The Borrower intends to apply a portion of the funds to eligible payments under the contract for which this Request for Proposals is issued. 2. The Project Administrator, KHSDRP, Bangalore, now invites proposals to provide the following services: Establishment & Management of Citizen Help Desk at... Hospital,... District. More details on the services are provided in the Terms of Reference. 3. This Request For Proposal (RFP) has been addressed to the following shortlisted Consultants It is not permissible to transfer this invitation to any other firm. 4. A firm will be selected under Fixed Budget Selection (FBS) and procedures described in this RFP, in accordance with policies of the International Development Association (IDA) detailed in the Guidelines Selection and Employment of Consultants by the World Bank Borrowers which can be found at the following website:
3 3 5. The RFP includes the following documents: Sec.1 Letter of invitation Sec.2 Instruction to Consultant (including Datasheet) Sec.3 - Technical Proposal Standard Forms Sec.4 Financial Proposal Standard Forms Sec.5 Terms of Reference Sec.6 Contract. 6. Please inform us in writing at the following address upon receipt: The Project Administrator, Karnataka Health System Development & Reform Project (KHSDRP), PHI Building, 1 st Floor, Sheshadri Road, Bangalore (a) (b) that you received the Letter of Invitation; and whether you will submit a proposal alone or in association. Yours sincerely, Deputy Director (PPP) KHSDRP, Bangalore
4 4 Section 2. Instructions to Consultants Definitions (a) Bank means the International Bank for Reconstruction and Development, Washington, D.C., U.S.A., or the International Development Association, Washington, D.C., U.S.A. (b) Client means the agency with which the selected Consultant signs the Contract for the Services. (c) Consultant means any entity or person that may provide or provides the Services to the Client under the Contract. (d) Contract means the Contract signed by the Parties and all the attached documents listed in its Clause 1, that is the General Conditions (GC), the Special Conditions (SC), and the Appendices. (e) Data Sheet means such part of the Instructions to Consultants used to reflect specific country and assignment conditions. (f) Day means calendar day. (g) (h) (i) (j) (k) (l) Government means the government of the Client s country. Instructions to Consultants (Section 2 of the RFP) means the document which provides shortlisted Consultants with all information needed to prepare their Proposals. LOI (Section 1 of the RFP) means the Letter of Invitation being sent by the Client to the shortlisted Consultants. Personnel means professionals and support staff provided by the Consultant or by any Sub-Consultant and assigned to perform the Services or any part thereof; Foreign Personnel means such professionals and support staff who at the time of being so provided had their domicile outside the Government s country; Local Personnel means such professionals and support staff who at the time of being so provided had their domicile inside the Government s country. Proposal means the Technical Proposal and the Financial Proposal. RFP means the Request For Proposal to be prepared by the Client for the selection of Consultants, based on the SRFP. (m) SRFP means the Standard Request for Proposals, which must be used by the Client as a guide for the preparation of the RFP. (n) (o) (p) Services means the work to be performed by the Consultant pursuant to the Contract. Sub-Consultant means any person or entity with whom the Consultant subcontracts any part of the Services. Terms of Reference (TOR) means the document included in the RFP as Section 5 which explains the objectives, scope of work, activities, tasks to be performed, respective responsibilities of the Client and the Consultant, and expected results and deliverables of the assignment.
5 5 1. Introduction 1.1 The Client named in the Data Sheet will select a consulting firm/organization (the Consultant) from those listed in the Letter of Invitation, in accordance with the method of selection specified in the Data Sheet. 1.2 The shortlisted Consultant are invited to submit a Technical Proposal and a Financial Proposal, or a Technical Proposal only, as specified in the Data Sheet, for consulting services required for the assignment named in the Data Sheet. The Proposal will be the basis for contract negotiations and ultimately for a signed Contract with the selected Consultant. 1.3 Consultants should familiarize themselves with local conditions and take them into account in preparing their Proposals. To obtain first-hand information on the assignment and local conditions, Consultant are encouraged to visit the area before submitting a proposal, if one is specified in the Data Sheet. Consultant should contact the Client s representative named in the Data Sheet to arrange for their visit or to obtain additional information on the preproposal conference. Consultant should ensure that these officials are advised of the visit in adequate time to allow them to make appropriate arrangements. 1.4 The Client will timely provide at no cost to the Consultant the inputs and facilities specified in the Data Sheet, assist the firm in obtaining licenses and permits needed to carry out the services, and make available relevant project data and reports. 1.5 Consultant shall bear all costs associated with the preparation and submission of their proposals and contract negotiation. The Client is not bound to accept any proposal, and reserves the right to annul the selection process at any time prior to Contract award, without thereby incurring any liability to the Consultant. Conflict of Interest Conflicting activities 1.6 Bank policy requires that Consultant provide professional, objective, and impartial advice and at all times hold the Client s interests paramount, strictly avoid conflicts with other assignments or their own corporate interests and act without any consideration for future work Without limitation on the generality of the foregoing, Consultant, and any of their affiliates, shall be considered to have a conflict of interest and shall not be recruited, under any of the circumstances set forth below: (i) A firm that has been engaged by the Client to provide goods, works or services other than consulting services for a project, and any of its affiliates, shall be disqualified from providing consulting services related to those goods,
6 6 Conflicting assignments Conflicting relationships (ii) (iii) works or services. Conversely, a firm hired to provide consulting services for the preparation or implementation of a project, and any of its affiliates, shall be disqualified from subsequently providing goods or works or services other than consulting services resulting from or directly related to the firm s consulting services for such preparation or implementation. For the purpose of this paragraph, services other than consulting services are defined as those leading to a measurable physical output, for example surveys, exploratory drilling, aerial photography, and satellite imagery. A Consultant (including its Personnel and Sub-Consultant) or any of its affiliates shall not be hired for any assignment that, by its nature, may be in conflict with another assignment of the Consultant to be executed for the same or for another Client. For example, a Consultant hired to prepare engineering design for an infrastructure project shall not be engaged to prepare an independent environmental assessment for the same project, and a Consultant assisting a Client in the privatization of public assets shall not purchase, nor advise purchasers of, such assets. Similarly, a Consultant hired to prepare Terms of Reference for an assignment should not be hired for the assignment in question. A Consultant (including its Personnel and Sub-Consultant) that has a business or family relationship with a member of the Client s staff who is directly or indirectly involved in any part of (i) the preparation of the Terms of Reference of the assignment, (ii) the selection process for such assignment, or (iii) supervision of the Contract, may not be awarded a Contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the Bank throughout the selection process and the execution of the Contract Consultant have an obligation to disclose any situation of actual or potential conflict that impacts their capacity to serve the best interest of their Client, or that may reasonably be perceived as having this
7 7 Unfair Advantage Fraud and Corruption effect. Failure to disclose said situations may lead to the disqualification of the Consultant or the termination of its Contract No agency or current employees of the Client shall work as Consultant under their own ministries, departments or agencies. Recruiting former government employees of the Client to work for their former ministries, departments or agencies is acceptable provided no conflict of interest exists. When the Consultant nominates any government employee as Personnel in their technical proposal, such Personnel must have written certification from their government or employer confirming that they are on leave without pay from their official position and allowed to work full-time outside of their previous official position. Such certification shall be provided to the Client by the Consultant as part of his technical proposal If a shortlisted Consultant could derive a competitive advantage from having provided services related to the assignment in question, the Client shall make available to all shortlisted Consultant together with this RFP all information that would in that respect give such Consultant any competitive advantage over competing Consultant. 1.7 The Bank requires that all Borrowers (including beneficiaries of Bank loans), as well as Consultant participating in Bankfinanced projects adhere to the highest ethical standards, both during the selection process and throughout the execution of a contract. In pursuance of this policy, the Bank: (a) defines, for the purpose of this paragraph, the terms set forth below as follows: (i) (ii) corrupt practice means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of a public official in the selection process or in contract execution; fraudulent practice means a misrepresentation or omission of facts in order to influence a selection process or the execution of a contract; (iii) collusive practices means a scheme or arrangement between two or more Consultant with or without the knowledge of the Borrower, designed to establish prices at artificial, noncompetitive levels; (iv) coercive practices means harming or
8 8 Origin of Goods and Consulting Services (b) (c) (d) (e) threatening to harm, directly or indirectly, persons or their property to influence their participation in a procurement process, or affect the execution of a contract. will reject a proposal for award if it determines that the Consultant recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the contract in question; will cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the Borrower or of a beneficiary of the loan were engaged in corrupt, fraudulent, collusive or coercive practices during the selection process or the execution of the contract, without the Borrower having taken timely and appropriate action satisfactory to the Bank to remedy the situation. will sanction a Consultant, including declaring the Consultant ineligible, either indefinitely or for a stated period of time, to be awarded a Bank-financed contract if at any time determines that the Consultant has, directly of through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing, a Bank-financed contract; and will have the right to require that, in contracts financed by the Bank, a provision be included requiring Consultant to permit the Bank to inspect their accounts and records and other documents relating to the submission of proposals and contract performance, and have them audited by auditors appointed by the Bank. 1.8 Consultant and their associates shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Bank in accordance with the above para Furthermore, the Consultant shall be aware of the provisions on fraud and corruption stated in the specific clauses in the General Conditions of Contract. 1.9 Consultant shall furnish information on commissions and gratuities, if any, paid or to be paid to agents relating to this proposal and during execution of the assignment if the Consultant is awarded the Contract, as requested in the Financial Proposal submission form (Section 4) Goods supplied and Consulting Services provided under the Contract may originate from any country except if: (i) as a matter of law or official regulation, the Borrowers country prohibits commercial
9 9 (ii) relations with the country; or by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the charter of the United Nations, the Borrowers Country prohibits any imports of goods from that country or any payments to persons or entities in that country. Only one Proposal Proposal Validity 2. Clarification and Amendment of RFP Documents 1.11 Shortlisted Consultant may submit one proposal per Citizen Help Desk. If a Consultant submits or participates in more than one proposal, such proposals shall be disqualified. However, this does not limit the participation of the same Sub-Consultant, including individual experts, to more than one proposal The Data Sheet indicates how long Consultant Proposals must remain valid after the submission date. During this period, Consultant shall maintain the availability of Professional staff nominated in the Proposal. The Client will make its best effort to complete negotiations within this period. Should the need arise, however, the Client may request Consultant to extend the validity period of their proposals. Consultant who agree to such extension shall confirm that they maintain the availability of the Professional staff nominated in the Proposal, or in their confirmation of extension of validity of the Proposal, Consultant could submit new staff in replacement, who would be considered in the final evaluation for contract award. Consultant who do not agree have the right to refuse to extend the validity of their Proposals. 2.1 Consultant may request a clarification of any of the RFP documents up to the number of days indicated in the Data Sheet before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to the Client s address indicated in the Data Sheet. The Client will respond in writing, or by standard electronic means. Should the Client deem it necessary to amend the RFP as a result of a clarification, it shall do so following the procedure under para At any time before the submission of Proposals, the Client may amend the RFP by issuing an addendum in writing or by standard electronic means. The addendum shall be sent to all Consultant and will be binding on them. Consultant shall acknowledge receipt of all amendments. To give Consultant reasonable time in which to take an amendment into account in their Proposals the Client may, if the amendment is substantial, extend the deadline for the submission of
10 10 3. Preparation of Proposals Language Proposals. 3.1 The Proposal (see para. 1.2), as well as all related correspondence exchanged by the Consultant and the Client, shall be written in the language (s) specified in the Data Sheet. 3.2 In preparing their Proposal, Consultant are expected to examine in detail the documents comprising the RFP. Material deficiencies in providing the information requested may result in rejection of a Proposal. 3.3 While preparing the Technical Proposal, Consultant must give particular attention to the following: (a) If a shortlisted Consultant considers that it may enhance its expertise for the assignment by associating with other Consultant in a joint venture or sub-consultancy, it may associate with either (a) nonshortlisted Consultant(s), or (b) shortlisted Consultant if so indicated in the Data Sheet. A shortlisted Consultant must first obtain the approval of the Client if it wishes to enter into a joint venture with nonshortlisted or shortlisted Consultant(s). In case of association with non-shortlisted Consultant(s), the shortlisted Consultant shall act as association leader. In case of a joint venture, all partners shall be jointly and severally liable and shall indicate who will act as the leader of the joint venture. (b) The estimated number of Professional staff-months or the budget for executing the assignment shall be shown in the Data Sheet, but not both. However, the Proposal shall be based on the number of Professional staff-months or budget estimated by the Consultant. For fixed-budget-based assignments, the available budget is given in the Data Sheet, and the Financial Proposal shall not exceed this budget, while the estimated number of Professional staff-months shall not be disclosed. (c) Alternative professional staff shall not be proposed, and only one curriculum vitae (CV) may be submitted for each position. (d) Documents to be issued by the Consultant as part of this assignment must be in the language(s) specified in the Reference Paragraph 3.1 of the Data Sheet. If Reference Paragraph 3.1 indicates two languages, the language in which the proposal of the successful Consultant will be submitted shall govern for the purpose of interpretation. It is desirable that the firm s Personnel have a working knowledge of the Client s national language.
11 11 Technical Proposal Format and Content 3.4 Depending on the nature of the assignment, Consultant are required to submit a Full Technical Proposal (FTP), or a Simplified Technical Proposal (STP). The Data Sheet indicates the format of the Technical Proposal to be submitted. Submission of the wrong type of Technical Proposal will result in the Proposal being deemed non-responsive. The Technical Proposal shall provide the information indicated in the following paras from (a) to (g) using the attached Standard Forms (Section 3). Paragraph (c) (ii) indicates the recommended number of pages for the description of the approach, methodology and work plan of the STP. A page is considered to be one printed side of A4 or letter size paper. (a) (i) For the FTP only: a brief description of the Consultants organization and an outline of recent experience of the Consultant and, in the case of joint venture, for each partner, on assignments of a similar nature is required in Form TECH-2 of Section 3. For each assignment, the outline should indicate the names of Sub-Consultants/ Professional staff who participated, duration of the assignment, contract amount, and Consultant s involvement. Information should be provided only for those assignments for which the Consultant was legally contracted by the Client as a corporation or as one of the major firms within a joint venture. Assignments completed by individual Professional staff working privately or through other consulting firms cannot be claimed as the experience of the Consultant, or that of the Consultant s associates, but can be claimed by the Professional staff themselves in their CVs. Consultant should be prepared to substantiate the claimed experience if so requested by the Client. (ii) For the STP the above information is not required and Form TECH-2 of Section 3 shall not be used. (b) (i) For the FTP only: comments and suggestions on the Terms of Reference including workable suggestions that could improve the quality/ effectiveness of the assignment; and on requirements for counterpart staff and facilities including: administrative support, office space, local transportation, equipment, data, etc. to be provided by the Client (Form TECH-3 of Section 3). (ii) For the STP Form TECH-3 of Section 3 shall not be used; the above comments and suggestions, if any, should be incorporated into the description of the approach and methodology (refer to following
12 12 sub-para. 3.4 (c) (ii)). (c) (i) For the FTP, and STP: a description of the approach, methodology and work plan for performing the assignment covering the following subjects: technical approach and methodology, work plan, and organization and staffing schedule. Guidance on the content of this section of the Technical Proposals is provided under Form TECH-4 of Section 3. The work plan should be consistent with the Work Schedule (Form TECH-8 of Section 3) which will show in the form of a bar chart the timing proposed for each activity. (ii) For the STP only: the description of the approach, methodology and work plan should normally consist of 10 pages, including charts, diagrams, and comments and suggestions, if any, on Terms of Reference and counterpart staff and facilities. Financial Proposals (d) (e) (f) (g) The list of the proposed Professional staff team by area of expertise, the position that would be assigned to each staff team member, and their tasks (Form TECH-5 of Section 3). Estimates of the staff input (staff-months of foreign and local professionals) needed to carry out the assignment (Form TECH-7 of Section 3). The staffmonths input should be indicated separately for home office and field activities, and for foreign and local Professional staff. CVs of the Professional staff signed by the staff themselves or by the authorized representative of the Professional Staff (Form TECH-6 of Section 3). For the FTP only: a detailed description of the proposed methodology and staffing for training, if the Data Sheet specifies training as a specific component of the assignment. 3.5 The Technical Proposal shall not include any financial information. A Technical Proposal containing financial information may be declared non responsive. 3.6 The Financial Proposal shall be prepared using the attached Standard Forms (Section 4). It shall list all costs associated with the assignment, including (a) remuneration for staff (foreign and local, in the field and at the Consultants home office), and (b) reimbursable expenses indicated in the Data Sheet. If appropriate, these costs should be broken down by activity and, if appropriate, into foreign and local expenditures. All activities and items described in the
13 13 Technical Proposal must be priced separately; activities and items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or items. Taxes 3.7 The Consultant may be subject to local taxes (such as: value added or sales tax, social charges or income taxes on non resident Foreign Personnel, duties, fees, levies) on amounts payable by the Client under the Contract. The Client will state in the Data Sheet if the Consultant is subject to payment of any local taxes. Any such amounts shall not be included in the Financial Proposal as they will not be evaluated, but they will be discussed at contract negotiations, and applicable amounts will be included in the Contract. 3.8 Consultant may express the price of their services in a maximum of three freely convertible currencies, singly or in combination. The Client may require Consultant to state the portion of their price representing local cost in the national currency if so indicated in the Data Sheet. 3.9 Commissions and gratuities, if any, paid or to be paid by Consultant and related to the assignment will be listed in the Financial Proposal Form FIN-1 of Section Submission, Receipt, and Opening of Proposals 4.1 The original proposal (Technical Proposal and, if required, Financial Proposal; see para. 1.2) shall contain no interlineations or overwriting, except as necessary to correct errors made by the Consultant themselves. The person who signed the proposal must initial such corrections. Submission letters for both Technical and Financial Proposals should respectively be in the format of TECH-1 of Section 3, and FIN-1 of Section An authorized representative of the Consultants shall initial all pages of the original Technical and Financial Proposals. The authorization shall be in the form of a written power of attorney accompanying the Proposal or in any other form demonstrating that the representative has been dully authorized to sign. The signed Technical and Financial Proposals shall be marked ORIGINAL. 4.3 The Technical Proposal shall be marked ORIGINAL or COPY as appropriate. The Technical Proposals shall be sent to the addresses referred to in para. 4.5 and in the number of copies indicated in the Data Sheet. All required copies of the Technical Proposal are to be made from the original. If there are discrepancies between the original and the copies of the Technical Proposal, the original governs. 4.4 The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked TECHNICAL PROPOSAL. Similarly, the original Financial Proposal (if required under the selection method indicated in the Data
14 14 5. Proposal Evaluation Evaluation of Technical Proposals Sheet) shall be placed in a sealed envelope clearly marked FINANCIAL PROPOSAL followed by the Loan/TA number and the name of the assignment, and with a warning DO NOT OPEN WITH THE TECHNICAL PROPOSAL. The envelopes containing the Technical and Financial Proposals shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address, reference number and title of the Loan, and be clearly marked DO NOT OPEN, EXCEPT IN PRESENCE OF THE OFFICIAL APPOINTED, BEFORE[insert the time and date of the submission deadline indicated in the Data Sheet]. The Client shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. This circumstance may be case for Proposal rejection. If the Financial Proposal is not submitted in a separate sealed envelope duly marked as indicated above, this will constitute grounds for declaring the Proposal non-responsive. 4.5 The Proposals must be sent to the address/addresses indicated in the Data Sheet and received by the Client no later than the time and the date indicated in the Data Sheet, or any extension to this date in accordance with para Any proposal received by the Client after the deadline for submission shall be returned unopened. 4.6 The Client shall open the Technical Proposal immediately after the deadline for their submission. The envelopes with the Financial Proposal shall remain sealed and securely stored. 5.1 From the time the Proposals are opened to the time the Contract is awarded, the Consultant should not contact the Client on any matter related to its Technical and/or Financial Proposal. Any effort by Consultant to influence the Client in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Consultants Proposal. Evaluators of Technical Proposals shall have no access to the Financial Proposals until the technical evaluation is concluded and the Bank issues its no objection. 5.2 The evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, subcriteria, and point system specified in the Data Sheet. Each responsive Proposal will be given a technical score (St). A Proposal shall be rejected at this stage if it does not respond to important aspects of the RFP, and particularly the Terms of Reference or if it fails to achieve the minimum technical score indicated in the Data Sheet.
15 15 Financial Proposals for CQS Public Opening and Evaluation of Financial Proposals (only for QCBS, FBS, and LCS) 5.3 The firm selected on a single-source basis is invited to negotiate its Proposal and the contract in accordance with the instructions given in para 6 of these instructions. 5.4 After the technical evaluation is completed and the Bank has issued its no objection (if applicable), the Client shall inform the Consultants who have submitted proposals the technical scores obtained by their Technical Proposals, and shall notify those Consultants whose Proposals did not meet the minimum qualifying mark or were considered non responsive to the RFP and TOR, that their Financial Proposals will be returned unopened after completing the selection process. The Client shall simultaneously notify in writing Consultants that have secured the minimum qualifying mark, the date, time and location for opening the Financial Proposals. The opening date should allow Consultants sufficient time to make arrangements for attending the opening. Consultants attendance at the opening of Financial Proposals is optional. 5.5 Financial Proposals shall be opened publicly in the presence of the Consultants representatives who choose to attend. The name of the Consultants, and the technical scores of the Consultants shall be read aloud. The Financial Proposal of the Consultants who met the minimum qualifying mark will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall be then opened, and the total prices read aloud and recorded. Copy of the record shall be sent to all Consultants and the Bank. 5.6 The Evaluation Committee will correct any computational errors. When correcting computational errors, in case of discrepancy between a partial amount and the total amount, or between word and figures the formers will prevail. In addition to the above corrections, as indicated under para. 3.6, activities and items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or items. In case an activity or line item is quantified in the Financial Proposal differently from the Technical Proposal, (i) if the Time-Based form of contract has been included in the RFP, the Evaluation Committee shall correct the quantification indicated in the Financial Proposal so as to make it consistent with that indicated in the Technical Proposal, apply the relevant unit price included in the Financial Proposal to the corrected quantity and correct the total Proposal cost, (ii) if the Lump-Sum form of contract has been included in the RFP, no corrections are applied to the Financial Proposal in this respect. Prices shall be converted to a single currency using the selling rates of exchange, source and date indicated in the Data Sheet.
16 In case of QCBS, the lowest evaluated Financial Proposal (Fm) will be given the maximum financial score (Sf) of 100 points. The financial scores (SF) of the other Fincial Proposals will be computed as indicated in the Data Sheet. Proposals will be ranked according toe their combined technical (St) and Financial (Sf) scores using the weights (T= the weight given to the Technical Proposal; P = the weight Financial Proposal; T + P = 1) indicated in the Data Sheet S = St x T% + Sf x P%. The firm achieving the highest combined technical and financial score will be invited for negotiations. 5.8 In the case of Fixed-Budget Selection, the Client will select the firm that submitted the highest ranked Technical Proposal within the budget. Proposals that exceed the indicated budget will be rejected. In the case of the Least-Cost Selection, the Client will select the lowest proposal among those that passed the minimum technical score. In both cases the evaluated proposal price according to para. 5.6 shall be considered, and the selected firm is invited for negotiations. 6. Negotiations 6.1 Negotiations will be held at the date and address indicated in the Data Sheet. The invited Consultant will, as a pre-requisite for attendance at the negotiations, confirm availability of all Professional staff. Failure in satisfying such requirements may result in the Client proceeding to negotiate with the next-ranked Consultant. Representatives conducting negotiations on behalf of the Consultant must have written authority to negotiate and conclude a Contract. Technical negotiations Financial negotiations 6.2 Negotiations will include a discussion of the Technical Proposal, the proposed technical approach and methodology, work plan, and organization and staffing, and any suggestions made by the Consultant to improve the Terms of Reference. The Client and the Consultant will finalize the Terms of Reference, staffing schedule, work schedule, logistics, and reporting. These documents will then be incorporated in the Contract as Description of Services. Special attention will be paid to clearly defining the inputs and facilities required from the Client to ensure satisfactory implementation of the assignment. The Client shall prepare minutes of negotiations which will be signed by the Client and the Consultant. 6.3 If applicable, it is the responsibility of the service provider, before starting financial negotiations, to contact the local tax authorities to determine the local tax amount to be paid by the service provider under the Contract. The financial negotiations will include a clarification (if any) of the firm s tax liability in the Client s country, and the manner in which it will be reflected in the Contract; and will reflect the agreed technical modifications in the cost of the services. In the cases
17 17 Availability of Professional staff/experts Conclusion of the negotiations 7. Award of Contract of CQS, Fixed-Budget Selection, and the Least-Cost Selection methods, unless there are exceptional reasons, the financial negotiations will involve neither the remuneration rates for staff nor other proposed unit rates. For other methods, service provider will provide the Client with the information on remuneration rates described in the Appendix attached to Section 4 - Financial Proposal - Standard Forms of this RFP. 6.4 Having selected the Consultant on the basis of, among other things, an evaluation of proposed Professional staff, the Client expects to negotiate a Contract on the basis of the Professional staff named in the Proposal. Before contract negotiations, the Client will require assurances that the Professional staff will be actually available. The Client will not consider substitutions during contract negotiations unless both parties agree that undue delay in the selection process makes such substitution unavoidable or for reasons such as death or medical incapacity. If this is not the case and if it is established that Professional staff were offered in the proposal without confirming their availability, the Consultant may be disqualified. Any proposed substitute shall have equivalent or better qualifications and experience than the original candidate and be submitted by the Consultant within the period of time specified in the letter of invitation to negotiate. 6.5 The negotiations will conclude with a review of the draft form of the contract. To complete negotiations the Client and the firm will initial the agreed contract. 7.1 After completing negotiations the Client shall award the Contract to the selected Consultant, publish in UNDB on line and in the Development Gateway the award of the Contract, and promptly notify all Consultant who have submitted proposals. After contract signature, the client shall return the unopened Financial Proposals to the unsuccessful Consultants. 7.2 The Consultant is expected to commence the assignment on the date and at the location specified in the Data Sheet. 8. Confidentiality 8.1 Information relating to evaluation of proposals and recommendations concerning awards shall not be disclosed to the consultant who submitted the proposal or to other persons not officially concerned with the process, until the publication of the awardof contract. The undue use by any Consultant of confidential information related to the process may result in the rejection of its Proposal and may be subject to the provisions of the Bank s antifraud and corruption policy.
18 18 Instructions to Consultants DATA SHEET Paragraph Reference 1.1 Name of the Client: The Project Administrator, Karnataka Health System Development & Reform Project (KHSDRP), PHI Building, 1 st Floor, Sheshadri Road, Bangalore Method of selection: Fixed Budget Selection (FBS) Time-based Contract 1.2 Financial Proposal to be submitted together with Technical Proposal: Yes Name of the assignment is: Establishment & Management of Citizen Help Desk 1.3 A pre-proposal conference will be held at Video Conference Center of the respective district. 1) (All the Districts concerned to Citizen Help Desk) Time: AM to 1.30 PM The Client s representative is: Deputy Director (PPP), Address: Karnataka Health System Development & Reform Project (KHSDRP), 1 st Floor, PHI Building, Seshadri Road, Bangalore Telephone: / / Facsimile: / [email protected] 1.4 The Client will provide the following inputs and facilities: Technical Guidelines/Terms of Reference on the Establishment and Management of Citizen Help Desk, including ethical standards. Operational Guidelines of Citizen Help Desk The Client envisages the need for continuity for downstream work: No 1.12 Proposals must remain valid 90 days after the submission date.
19 Clarifications may be requested not later than 7 days before the submission date The address for requesting clarifications is: The Project Administrator, Karnataka Health System Development & Reform Project (KHSDRP), 1st Floor, PHI Building, Seshadri Road, Bangalore Ph. No / Facsimile: [email protected] 3.1 Proposal shall be submitted in English language only. 3.3 (b) Establishment & Management of Citizen Help Desk (for three years): 1) Less than 400 bedded hospital: fixed budget of Rs plus possible performance payments totalling a maximum of of Rs ) From 401 to 600 bedded hospital: fixed budget of Rs plus possible performance payments totalling a maximum of Rs ) From 601 to 800 bedded hospital: fixed budget of Rs plus possible performance payments totalling a maximum of Rs ) From 801 to 1050 bedded hospital: fixed budget of Rs plus possible performance payments totalling a maximum of Rs The format of the Technical Proposal to be submitted is: STP 3.4 (g) Training and other capacity building is a specific component of this assignment: Yes. 3.6 Reimbursable expenses will be: (1) Cost of applicable local communications such as the use of telephone, internet, and facsimile required for the purpose of the Services; (2) Cost of printing and dispatching of the reports to be produced for the Services; (3) Cost of Information, Education and Communication (IEC) activities; and (3) Cost of such further items required for purposes of the Services not covered in the foregoing. 3.7 Amounts payable by the Client to the Consultant under the contract to be subject to local taxation: Yes Consultant shall be responsible for the payment of tax and fully bear them. Service tax if leviable shall be paid by the Consultant as per rules and would be reimbursed to the Consultant on production of proof of payment to Government of Karnataka. 3.8 Consultant to state local cost in the national currency: Yes 4.3 Consultant must submit the original in 3 copies of the Technical Proposal, and the original of the Financial Proposal.
20 The Proposal submission address is: The Project Administrator, Karnataka Health System Development & Reform Project (KHSDRP), 1 st Floor, PHI Building, Seshadri Road, Bangalore Proposals must be submitted no later than the following date and time: 21 st November 2012 before 4.30.p.m. 5.1 Criteria, sub-criteria, and point system for the evaluation of Simplified Technical Proposals are: Points (i) Adequacy of the proposed methodology and work plan in responding to the Terms of Reference: 40 (ii) Key Professional staff qualifications and competence for the assignment a) Help Desk Manager 25 b) Help Desk Coordinators 1 to X depending 35 on the bed strength of the hospital (The number of points to be assigned to each of the above positions or disciplines shall be determined considering the following three sub-criteria and relevant percentage weights): 1) General qualifications 30 2) Adequacy for the assignment 60 3) Experience in region and language 10 Total weight 100% Total points for the two criteria: 100 The minimum technical score required to pass shall be 70 points. 6.1 Expected date and address for contract negotiations: December 2012 Office of the Karnataka Health System Development and Reform Project (KHSDRP), Bangalore Expected date for commencement of service by the Consultant: January 2013
21 21 Section 3. Technical Proposal - Standard Forms [Comments in brackets [ ] provide guidance to the shortlisted Consultant for the preparation of their Technical Proposals; they should not appear on the Technical Proposals to be submitted.] Refer to Reference Paragraph 3.4 of the Data Sheet for format of Technical Proposal to be submitted, and paragraph 3.4 of Section 2 of the RFP for Standard Forms required and number of pages recommended. TECH-1 TECH-2 TECH-3 TECH-4 TECH-5 TECH-6 Technical Proposal Submission Form Consultant s Organization and Experience A Consultant s Organization B Consultant s Experience Comments or Suggestions on the Terms of Reference and on Counterpart Staff and Facilities to be Provided by the Client A On the Terms of Reference Description of the Approach, Methodology and Work Plan for Performing the Assignment including comments on TOR (not to be more than 10 pages) Team Composition and Task Assignments Curriculum Vitae (CV) for Proposed Professional Staff
22 22 FORM TECH-1 TECHNICAL PROPOSAL SUBMISSION FORM To: The Project Administrator Karnataka Health System Development and Reform Project (KHSDRP), PHIBuilding 1 st Floor, Seshadri Road, Bangalore [Location, Date] Dear Sirs: We, the undersigned, offer to establish and manage a Citizen Help Desk in accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope 1. We are submitting our Proposal in association with: [Insert a list with full name and address of each associated Consultants] 2 We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. If negotiations are held during the period of validity of the Proposal, i.e., before the date indicated in Paragraph Reference 1.12 of the Data Sheet, we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications resulting from Contract negotiations. We undertake, if our Proposal is accepted, to initiate the service providing services related to the assignment not later than the date indicated in Paragraph Reference 7.2 of the Data Sheet. We understand you are not bound to accept any Proposal you receive. We remain, Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:
23 23 FORM TECH-2 CONSULTANT S ORGANIZATION AND EXPERIENCE A - Consultant s Organization [Provide here a brief (one page) description of the background of the organization, firms experience in health sector, similar projects and World Bank projects.] 1. Brief description of the Firm/Organization: 2. Recent Experience (last three years) Sl. No. Name of the assignment Name of the Project Cost of the assignment Date of commencement Date of completion Note: Please attach the documentary proof.
24 24 B - Consultant s Experience [Using the format below, provide information on each assignment for which your firm/organization,, was legally contracted for carrying out consulting services similar to the ones requested under this assignment. Use 5 pages.] Assignment name: Approx. value of the contract in Rupees : Country: Location within country: Name of Client: Duration of assignment (months): Total N o of staff-months of the assignment: Address: Start date (month/year): Completion date (month/year): Name of associated Consultants, if any: Approx. value of the services provided by your firm under the contract in Rupees N o of professional staff-months provided by associated Consultants: Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader): Narrative description of Project: Description of actual services provided by your staff within the assignment: Firm s Name:
25 25 FORM TECH-4 DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT [Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal (10 pages, inclusive of charts and diagrams) divided into the following three chapters: a) Technical Approach and Methodology, b) Work Plan, and c) Organization and Staffing, a) Technical Approach and Methodology. In this chapter you should explain your understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach. b) Work Plan. In this chapter you should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Work Schedule of Form TECH-8. c) Organization and Staffing. In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the assignment, the key expert responsible, and proposed technical and support staff.]
26 26 FORM TECH-5 TRAINING Name of Staff Training Centre Area of Training Programme Duration Training approach for Desk Manager, Help Desk Coordinators
27 27 FORM TECH-6 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF (DESK MANAGER, DESK COORDINATORS) 1. Proposed Position[only one candidate shall be nominated for each position]: 2. Name of Firm[Insert name of firm proposing the staff]: 3. Name of Staff[Insert full name]: 4. Date of Birth: Nationality: 5. Education[Indicate college/university and other specialized education of staff member, giving names of institutions, degrees obtained, and dates of obtainment]: 6. Membership of Professional Associations: 7. Other Training[Indicate significant training since degrees under 5 - Education were obtained]: 8. Countries of Work Experience: [List countries where staff has worked in the last ten years]: 9. Languages[For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]: 10. Employment Record[Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment (see format here below): dates of employment, name of employing organization, positions held.]: From [Year]: Employer: Positions held: To [Year]: 27
28 Detailed Tasks Assigned [List all tasks to be performed under this assignment] 12. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned [Among theassignments in which the staff has been involved, indicate the following information forthose assignments that best illustrate staff capability to handle the tasks listed under point 11.] Name of assignment or project: Year: Location: Client: Main project features: Positions held: Activities performed: 13. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any wilful misstatement described herein may lead to my disqualification or dismissal, if engaged. [Signature of staff member or authorized representative of the staff] Full name of authorized representative: Date: Day/Month/Year 28
29 29 Form TECH-7: Staffing Schedule 1 N Name of Staff Staff input n Total 1 2 n Subtotal Total 1. Indicate supervision and monitoring of staff and alternative arrangements of staff on leave etc. 2. Composition of CHD Team D:\c-my-doc\Eshwar Naik\Mobile Health Clinic\Single Source - RFP of MHC revised on November 2007
30 30 Form TECH-8 Work Schedule N Activity 1 Months n n 1. Indicate all main activities of the assignment, including delivery of reports as per Annexure-C. 30
31 31 Section 4. Financial Proposal - Standard Forms [Comments in brackets [ ] provide guidance to the shortlisted Consultant for the preparation of their Financial Proposals; they should not appear on the Financial Proposals to be submitted.] Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal according to the instructions provided under para. 3.6 of Section 2. Such Forms are to be used whichever is the selection method indicated in para. 4 of the Letter of Invitation. [The Appendix Financial Negotiations - Breakdown of Remuneration Rates is to be only used for financial negotiations when Consultant and Quality-Based Selection, Selection Based on Qualifications, or Single-Source Selection method is adopted, according to the indications provided under para. 6.3 of Section 2.] FIN-1 FIN-2 FIN-3 FIN-5 Financial Proposal Submission Form Summary of Costs Breakdown of Costs by Activity Reimbursable expenses D:\c-my-doc\Eshwar Naik\Mobile Health Clinic\Single Source - RFP of MHC revised on November 2007
32 32 FORM FIN-1 FINANCIAL PROPOSAL SUBMISSION FORM To: The Project Administrator Karnataka Health System Development And Reform Project (KHSDRP), PHIBuilding, 1 st Floor, Seshadri Road, Bangalore , Dear Sirs: [Location, Date] We, the undersigned, offer to operate the Citizen Help Desk in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures 1 ]. This amount is inclusive of all local taxes. Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the date indicated in Paragraph Reference 1.12 of the Data Sheet. No commissions or gratuities have been or are to be paid by us to agencies relating to this proposal and contract execution. We understand you are not bound to accept any Proposal you receive. We remain, Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address: 1 Amounts must coincide with the ones indicated under Total Cost of Financial proposal in Form FIN-2. 32
33 33 FORM FIN-2 SUMMARY OF COSTS Costs Item In Rupees Total Cost (Remuneration + reimbursable expenses) Total 33
34 34 FORM FIN-3 BREAKDOWN OF COSTS BY ITEM Sl. No. Items Rate Quantity Amount 1. Remuneration of Personnel (Staff) Reimbursable Expenses 36 Total.. 34
35 35 Form FIN-4: Breakdown of Remuneration Name Position Staff-month Rate Input (Staff-months) [Total amount in INR] Local Staff =2X3 Desk Manager 36 Desk Coordinator 1 36 Desk Coordinator 2 36 Desk Coordinator 3 36 Desk Coordinator 4 36 Total Cost The staff month rate should be the proposed salary of the staff, less the employees contribution of PF (present rate 12%), ESI contribution (1.75%) plus the employers contribution of PF (present rate 13.61%), ESI contribution (4.75%). 35
36 36 FORM FIN-5 BREAKDOWN OF REIMBURSABLE EXPENSES (This Form FIN-5 shall only be used when Contract has been included in the RFP. Information to be provided in this Form shall only be used to establish payments to the Consultant for possible additional services requested by the Client) N Description 1 Per month cost No. of months Total Cost in INR =2X3 1 Telephone and internet connection charges 36 2 Reporting & stationery expenses IEC activities Sub-total-1 1 Delete items that are not applicable or add other items according to Paragraph Reference 3.6 of the Data Sheet. 36
37 37 Section-5 Terms of Reference and Scope of Services ESTABLISHMENT & MANAGEMENT OF CITIZEN HELP DESK 1. Background: The Govt. of Karnataka has established primary, secondary and tertiary health care facilities across the State to meet the health needs of the people of the State. The rural masses and the urban poor, who come to the secondary and tertiary health care facilities, at Taluka Hospital, CHC, District Hospital and Medical College Hospital find it very challenging and unhappy to seek the services from the right Specialist, to comply to the instructions given by the Specialist, to seek laboratory/ministerial/social services for admission, referral, drug availability, prolonged waiting time etc. These points warrant to an urgent need to create Health Information Help Desk in Public Hospital. The Dept of H&FW through the KHSDRP has taken the initiative to meet the above need through a Public Private Partnership by establishing Citizen Help Desks in major hospitals in the State. For every 400 bed hospital one CHD comprising of a Manager and 4 Assistants shall render service. While for hospitals having more than 400 bed capacity, two more CHD assistants for every extra 200 beds may cater to rendering of services, with only one CHD Manager. 2. Objectives: 2.1 To bring about awareness to the public on the availability and utilization of health care services in the hospital. 2.2 Ensure quality service is optimally available to the health seeker. 2.3 Establish rapport between service providers and users. 2.4 Guide the health care seekers of the health facilities available in Government. 2.5 Be a referral point for expressing grievances and its redressal. 3. Scope of Services: a) Working Schedule 24X7: On all days of the year. b) Structure and Functioning of Citizens Help Desk The 24 hour Citizens Help Desk should have the following: One Help Desk Manager/ Coordinator with good working knowledge of Kannada and English along with basic Computer skills. Four trained community assistants - one each in three shifts to be available round the clock. One community assistant will be available as leave replacement and will also be doing community outreach in areas inhabited by the poor. 37
38 38 For every 400 bed hospital or for every 400 beds in the hospital one CHD with 4 assistant will render services. But, CHD Manager would be only one per hospital. c) An outline of the tasks to be carried out: 1. Setting up of Help Desk: A 24-hour help desk that caters to the essential needs of the patients. The staff of the help desk will work in three shifts, available round the clock. 2. Initiate wide publicity in the general public and provide required information and guidance to the patient on the patient charter entitlement, response, time, cost etc., other facilities, services schemes- Yojana, Charges etc. 3. Online registration of patients, who seek the help from the help desk. 4. Enhance the efficiency of the service providing health care staff, by counseling, confidence building and redressing their grievances. 5. Establish a rapport between health care service providers and health care seekers. 6. Guide the health care seekers on the health facilities available in Public Hospitals. 7. Be the referral point to receive grievances/suggestions and communicate it to the health staff or higher ups for redressal and consideration, from time to time. And escalate the feedback to the coordinating officer by specific service point & also the Mean time to resolution. Level Time limit L2 L3 Severity L1 trigger A. RMO Immediate 3 days B. Superintendent 2 days 7 days 15 days C. Coordinating 10 days 15 days 30 days officer D. Health Commissioner 15 days 30 days 40 days 8. To create a hospital system responding to the out-patient and in-patients needs and result in sustained improvement in the service quality. 9. To identify bottlenecks in effective delivery of health care services, prepare Questionnaire Tool, with the measurable indicators and collect feedback on the quality of services from patients by sample interview of inpatients and exit interviews. 10. To initiate the relevant process for the hospital administration to take corrective actions on house-keeping, nursing section, maintenance, diet and other essential needs for the patient care. 11. Collect and compile grievances & suggestions through helpline s, letters in drop box. 38
39 Conduct IEC activities in the urban poor and other focused population, who would benefit from public hospitals on the services available, on a weekly basis. 13. To document, analyze, report and redress the grievences and suggestions received by the help desk on a weekly basis, along with reporting of the trend analysis, from time to time, in co-ordination and co-operation with the hospital administration, on house-keeping, nursing section, maintenance, diet. 14. Feedback collection, compilation, documentation and reporting to the Hospital Administration and the SPMU, KHSDRP. d) Responsibilities and Duties of Service provider of Citizens Help Desk. 1. Organization (Service Provider): The office bearer should have knowledge of Health services and management of the hospital. He should update his knowledge, on services provided from time to time, as and when required by consulting the District Surgeon and other higher officers of the Department. The Consultant will install hardware and software required for providing the above mentioned services in the hospital premises. The Consultant may hire the software services, which is a legally valid version and shall be responsible for maintenance of the same. 2. Job Descriptions of Citizens Help Desk Manager/ Coordinator: Manage and supervise the Help Desk manned by the Help Desk assistants, one in three shifts of 8 hrs. Each and one leave reserve assistant cum community outreach worker. Prepare and submit a daily feedback report from Help Desk to the Hospital management/administration. Then by providing trend analysis on cleanliness index to guide house-keeping section, nursing care index to nursing section, maintenance index to plumbing, civil works and electrical section, along with diet to the concerned. Each case that approaches the Help Desk will be documented and a regular report should be submitted to the hospital administration on a daily basis, with a weekly followed by a monthly abstract. Analyze and report on the feedback received through complaints/suggestion letters/ s/ telephone calls/exit interviews etc. Interact and try to resolve the problems/grievances with hospital management regarding gaps noticed/identified in their establishment to improve health care services to the public. Ensure the shift duties and monitoring of the work of the Help Desk Assistants. Interact with other stake holders regularly, to improve the service delivery. Support and enthuse Help Desk Assistants. To assist in documentation and preparation of reports. 39
40 40 3. Help Desk Assistants: Manning Help Desk: Assisting public to get information on how to access health services. They will have to be well acquainted with the hospital layout, facilities, Staff, Telephone numbers, guiding rules & regulations, user/fee charges, list of free drugs, duty roster of doctors and other staff, etc. He/She should register online, the details of patient approaching the help desk. He/ She should facilitate access to services for both the staff and the public. Establishing a good rapport with the Coordinator in resolving the unsolved problems, for e.g. No stock of free drugs, staff absence, shortage of stationary, breakdown of equipment etc. Maintenance of log book on complaints, suggestion and exit interviews. Online updating of data about complaints and actions taken. Daily feedback to the Manager/Coordinator. Conduct weekly IEC activities to communities in areas inhabited by the poor. e) Qualification and experience of the key persons: One Help Desk Manager Preferably a post graduate with 3 years experience in hospital management or similar experience, BBM or MBA graduate or Master in Social Work with computer knowledge. Proficiency both in Kannada & English is a must. Help Desk Assistant Preferably a graduate with computer knowledge and typing skills. The candidate must have good communication skill in Kannada and English. 4. The Registers to be maintained by the Citizens Help Desk Staff : 1. Attendance Register Login & Log out time by Biometric 2. Stock Register 3. Reddressal-Grievance Register 4. Inward & Outward Register 5. Case Register 5. The Support/inputs provided by the client: a. Computer Desk/ Table with storage facilities. b. Telephone/ Help Line. c. Cupboard for storage. d. Computer/ Desk top 6. Payment Schedule: Fixed tranche accounts for approximately 80% of the CHD budget. Performance-based payment accounts for average 20% of the CHD budget. 40
41 41 5% incentive for resolving 95% tickets or 5% penalty for resolving less than 75% tickets at the end of the yearly budget from the fixed tranche. 7. Review Committee: a. Project Administrator - Chairman b. Chief Administrative Officer, KHSDRP - Member c. Chief Finance Officer, KHSDRP - Member d. Deputy Project Administrator, KHSDRP - Member e. District Surgeon/ AMO of the Hospital - Member f. Deputy Director- PPP, KHSDRP - Member Secretary 8. Performance Based Payment: The quarterly performance payment allocated to the Citizen Help Desk is linked to: 1. The quality of the services Quality of service The Designated officer will conduct a quarterly evaluation of the citizen helpdesk. This evaluation will use the following evaluation framework. Maximum 50 points Yes No Management (max 10 points ) A register contains the name, address, telephone number of each CHD beneficiary during previous quarter along with online documentation of the same. 1 0 CHD has a functional desktop, a telephone landline and a internet connectivity at the CHD counter 2 0 CHD has a drinking water facility accessible and available to the public 2 0 A file is available with at least 5 reports identifying and solving unaccepted behaviour by hospital personal during previous quarter (5 or more = 5. Less than 5 = 0). 5 0 Satisfaction of patients (Max 30 points) Randomly select 5 beneficiaries of the CHD with a telephone number. Call them and ask them about the quality of CHD service. 1 point for each CHD satisfied beneficiary (max of 5) 5 0 Random interview 2 male and 2 female outpatients and ask them if they know the CHD 1 point for each CHD patient that answers yes (max of 10) 10 0 Random interview 2 male and 2 female inpatients and ask them if they know anyone in the CHD 1 point for each CHD patient that answers yes (max of 10) 10 0 Ask the Administrative Medical Officer if (s)he is satisfied with the services of the CHD. Grade from 0 to 5 (0 = dissatisfied, 5 is very satisfied). 5 0 IEC activities (Max 10 points) Randomly select 5 men and 5 women in the nearby slums, ask the benefits they can receive from Janani Suraksha Yojanae (or other BPL scheme) 1 point for each CHD patient that answers with the right benefit (max of 10) 10 0 Total 50 1 point The designated Officer will transmit the result of the citizen helpdesk evaluation to the KHSDRP Quality Assurance Officer and the Consultant. The performance based 41
42 42 payment will be made at the SPMU, KHSDRP, while the fixed tranche will be paid by the DS/DPMO. The DPMO and District Programme Officers will also monitor the services of the Citizen Help Desk and report on deficiencies noticed to the DS/DPMO. The Consultant will include the performance payment in its quarterly invoice to SPMU, KHSDRP, along with the countersigned performance payment slip issued by the DS. 1. Calculation of the quarterly quality performance payment The performance evaluation score will determine the performance payment to the Consultant. For example: with a quarterly maximum performance payment envelope of Rs.19,320/-, if the performance evaluation is 35/50, the Consultant will receive a performance payment of Rs.13,524/-. 9. Standard Costing: Following are standard costs (Rs.). Sl. No. Particulars Less than 400 bedded hospital Per month costing For 36 months costing 401 to 600 bedded hospital Per month costing For 36 months costing 601 to 800 bedded hospital Per month costing For 36 months costing 801 to 1050 bedded hospital Per month costing For 36 months costing Recurring Cost 1 Help Desk Manager Help Desk Operator Help Desk Operator Help Desk Operator Help Desk Operator Help Desk Operator Help Desk Operator Help Desk Operator Help Desk Operator Help Desk Operator Help Desk Operator Telephone Internet Monthly Charges Stationery IEC Camps Sub-Total Performance Payment Total Monitoring Reports: Daily report should be submitted to District Surgeon. Monthly Progress Report should be submitted to the DHO, DPMO, DD (PPP). 42
43 43 Sl. No. Date & Time Citizens Help Desk Daily/Weekly Reporting Format Schedule I Details of feedbacks Referred for action to Action actually taken Remarks Sl No. Date Schedule I-A Abstract by type of complaints/weekly Reporting Format Reviewed Sorted out Cumulative during the during the received up to day day the day Nature of feedbacks Signature of the Authority Cumulative sorted out up to the day Balance Pending Schedule II Citizens Help Desk Monthly Reporting Format Nature of Feedbacks No. of feedbacks No. of feedbacks Received Redressed Sl. No. 1 Common Aliments 2 Tests & Diagnosis 3 About patients Admission 4 Room enquires 5 Certificate issued 6 Schemes information 7 Delivery cases 8 Emergency cases 9 Inpatients complaints 10 Out patients complaints 11 House-keeping index 12 Nursing section index 13 Maintenance index 14 Dietician index 15 Others Note: The reporting format will be revised as the project gets implemented and revised and new reporting formats may be introduced. As and when there are prescribed by the State/District the Help Desk Provider will have to be implement them. 11. Period of Contract:3 years To be extended based on performance of the immediate past year. Feedbacks still to be redressed 12. Monitoring Software The consultant has to implement and maintain the software approved by the Karnataka Health System Development and Reform Project. 43
44 44 CONTRACT FOR ESTABLISHMENT AND MANAGEMENT OF CITIZEN HELP DESK THIS CONTRACT ( Contract ) is entered into this [insert starting date of assignment], by and between the Karnataka Health System Development and Reform Project ( the Client ) having its principal place of business at 1st Floor, PHI Building, Seshadri Road, Bangalore , Karnataka, India, and [insert Consultant s name] ( the Consultant ) having its principal office located at [insert Consultant s address 1 ]. WHEREAS, the Client wishes to have the Consultant performing the services hereinafter referred to, and WHEREAS, the Consultant is willing to perform these services, NOW THEREFORE THE PARTIES hereby agree as follows: 1. Services (i) The Consultant shall perform the services specified in Annex A, Terms of Reference and Scope of Services, which is made an integral part of this Contract ( the Services ). (ii) The Consultant shall provide the personnel listed in Annex B, Cost Estimate of Services, List of Personnel and Schedule of Rates, to perform the Services. (iii) The Consultant shall submit to the Client the reports in the form and within the time periods specified in Annex C, Consultant s Reporting Obligations. 2. Term The Consultant shall perform the Services during the period commencing [insert start date] and continuing through [insert completion date] or any other period as may be subsequently agreed by the parties in writing. 3. Payment A. Ceiling For Services rendered pursuant to Annex A, the Client shall pay the Consultant an amount not to exceed a ceiling of Rs. This amount has been established based on the understanding that it includes all of the Consultant s costs and profits as well as any tax obligation that may be imposed on the Consultant. The payments made under the Contract consist of the Consultant's remuneration as defined in sub-paragraph B below, of the reimbursable expenditures as defined in sub-paragraph C below, and of the performancebased payments as defined in sub-paragraph D below. B. Remuneration The Client shall pay the Consultant for Services rendered at the rates per month spent in accordance with the rates agreed and specified in Annex B, Cost Estimate of Services, List of Personnel and Schedule of Rates. 1 Avoid use of P.O. Box address 44
45 45 C. Reimbursable Expenses The Client shall pay the Consultant for reimbursable expenses, which shall consist of and be limited to: (i) Cost of applicable local communications such as the use of telephone, internet, and facsimile required for the purpose of the Services; (ii) Cost of printing and dispatching of the reports to be produced for the Services; (iii) Cost of Information, Education and Communication (IEC) activities; and (iv) Such other expenses as approved in advance by the Client s coordinator. C. Performance-based Payments The Client shall pay the Consultant performance-based payments on a quarterly basis calculated as detailed in Annex A Terms of Reference and Scope of Services. These payments will vary according to the performance of the Consultant and total performance-based payments will not exceed Rs.... The methodology for calculating performance-based payments may be modified from time to time by the Client and communicated in writing to the Consultant. Performance-based payments will be applied to incentive payments for the Consultant s personnel of CHD. D. Payment Conditions Payment of remuneration and reimbursable expenses shall be made in Indian Rupees not later than 30 days following submission of invoices in duplicate to the District Health Society on a quarterly basis. Performance-based payments shall be made on submission of quarterly invoices to the. Such payments will be limited to the maximum fixed by the Client. Payments shall be made to Consultant s bank account as follows: [insert banking details] 4. Project Administration A. Coordinator. The Client designates Deputy Director, Public Private Partnerships (DD, PPP), KHSDRP, as the Client's Coordinator; the Coordinator will be responsible for the coordination of activities under this Contract, for acceptance and approval of the reports and of other deliverables by the Client. B. Reports. The reports listed in Annex C (Schedules I, I-A, II), Consultant's Reporting Obligations, shall be submitted in the course of the assignment, and will 45
46 46 constitute the basis for the payments to be made under paragraph 3. C. Records and Accounts. The Consultant shall keep accurate and systematic records and accounts in respect of the Services, which will clearly identify all charges and expenses. The Client reserves the right to audit, or to nominate a reputable accounting firm to audit, the Consultant s records relating to amounts claimed under this Contract during its term and any extension, and for a period of three months thereafter. 5. Management of Personnel (a) The Consultant shall remit the employer s and employee s PF & ESI contribution to Government as per existing rules. (b) The Consultant shall provide proof of having remitted PF/ESI/Taxes/Cess to Government. (c) Payment of the Consultant s staff shall be made before the 7th of every month by cheque or electronic transfer. (d) The Consultant s staff are employees of the Consultant and not of the KHSDRP or the Government of Karnataka. The Government of Karnataka shall not be responsible in any way for claims of regularization or any other benefit. 6. Performance Standard 7. Inspections and Auditing The Consultant undertakes to perform the Services with the highest standards of professional and ethical competence and integrity. The Consultant shall promptly replace any employees assigned under this Contract that the Client considers unsatisfactory. The Consultant shall permit the Bank and/or persons or auditors appointed by the Bank to inspect and/or audit its accounts and records and other documents relating to the submission of the Proposal to provide the Services and performance of the Contract. Any failure to comply with this obligation may constitute a prohibited practice subject to contract termination and/or the imposition of sanctions by the Bank (including without limitation a determination of ineligibility) in accordance with prevailing Bank s sanctions procedures. 8. Confidentiality The Consultant shall not, during the term of this Contract and within two years after its expiration, disclose any proprietary or confidential information relating to the Services, this Contract or the Client s business or operations without the prior written consent of the Client. 9. Ownership of Material Any studies, reports or other material, graphic, software or otherwise, prepared by the Consultant for the Client under the Contract shall belong to and remain the property of the Client. The Consultant may retain a copy of such documents and software. The Consultant shall not use these documents and software for purposes unrelated to this Contract without the prior written approval of the Client. 46
47 Consultant Not to be Engaged in Certain Activities The Consultant agrees that, during the term of this Contract and after its termination, the Consultant and any entity affiliated with the Consultant, shall be disqualified from providing goods, works or services (other than consulting services that would not give rise to a conflict of interest) resulting from or closely related to the Consulting Services for the preparation or implementation of the Project. 11. Insurance The Consultant will be responsible for taking out any appropriate insurance coverage. The Consultant will security, at its own cost, all insurance or risk protection required to carry out the Services as appropriate. The Client is not liable for any loss or damage that might be incurred in the course of carrying out the Services. The risks and the coverage shall be as follows: (a) Third Party motor vehicle liability insurance in respect of motor vehicles operated in the Client s country by the Consultant or its Personnel or any Sub- Consultants or their Personnel, with a minimum coverage of Rs 20,00,000; (b) Third Party liability insurance, with a minimum coverage: As per Motor Vehicle Act; (c) Professional liability insurance, with a minimum coverage of Rs 60,00,000 (d) Employer s liability and workers compensation insurance in respect of the Personnel of the Consultant and of any Sub-Consultants, in accordance with the relevant provisions of the Applicable Law, as well as, with respect to such Personnel, any such life, health, accident, travel or other insurance as may be appropriate; and (e) Insurance against loss of or damage to (i) equipment purchased in whole or in part with funds provided under this Contract, (ii) the Consultant s property used in the performance of the Services, and (iii) any documents prepared by the Consultant in the performance of the Services. 12. Limitation of the Consultant s Liability towards the Client (a) Except in case of gross negligence or willful misconduct on the part of the Consultant or on the part of any person or firm acting on behalf of the Consultant in carrying out the Services, the Consultant, with respect to damage caused by the Consultant to the Client s property, shall not be liable to the Client: (i) for any indirect or consequential loss or damage; and (ii) for any direct loss or damage that exceeds by two times the total value of the Contract. (b) This limitation of liability shall not affect the Consultant s liability, if any, for damage to Third Parties caused by the Consultant or any person or firm acting on behalf of the Consultant in carrying out the Services. 13. Assignment The Consultant shall not assign this Contract or Subcontract any portion of it without the Client's prior written consent. 47
48 Law Governing Contract and language The Contract shall be governed by the laws of Union of India, and the language of the Contract shall be English. 15. Dispute Resolution Any dispute arising out of this Contract, which cannot be amicably settled between the parties, shall be referred to adjudication/arbitration in accordance with the laws of the Client s country. In any arbitration proceeding hereunder: (a) proceedings shall, unless otherwise agreed by the Parties, be held in Bangalore, India; (b) the English language shall be the official language for all purposes; and (c) the decision of the sole arbitrator or of a majority of the arbitrators (or of the third arbitrator if there is no such majority) shall be final and binding and shall be enforceable in any court of competent jurisdiction, and the Parties hereby waive any objections to or claims of immunity in respect of such enforcement. 16. Termination The Client may terminate this Contract with at least ten (10) working days prior written notice to the Consultant after the occurrence of any of the events specified in paragraphs (a) through (d) of this Clause: (a) If the Consultant does not remedy a failure in the performance of its obligations under the Contract within seven (7) working days after being notified, or within any further period as the Client may have subsequently approved in writing; (b) If the Consultant becomes insolvent or bankrupt; (c) If the Consultant, in the judgment of the Client or the Bank, has engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices (as defined in the prevailing Bank s sanctions procedures) in competing for or in performing the Contract. (d) If the Client, in its sole discretion and for any reason whatsoever, decides to terminate this Contract. FOR THE CLIENT FOR THE CONSULTANT Signed by Title: Signed by Title: List of Annexes: Annex A: Terms of Reference and Scope of Services Annex B: Cost Estimate of Services, List of Personnel and Schedule of Rates Annex C: Consultant s Reporting Obligations (Schedules I, I-A, II) 48
49 49 Annex A: Terms of Reference and Scope of Services [Final terms of reference based on Section 5 of the Request for Proposals.] Schedules I, I-A, II, of the Terms of Reference. Annex B: Consultant s Reporting Obligations Annexure C: Cost Estimate of Services, List of Personnel and Schedule of Rates (1) Remuneration of Staff (a) Data Manager (b) Desk Coordinator 1 (c) Desk Coordinator 2 (d) Desk Coordinator 3 (e) Desk Coordinator 4 Sub-Total (1) Name Rate (per month/in Rs.) Time spent (number of months) Total (Rs) (2) Reimbursable Expenses (a) Telephone & internet costs (b) Computer, printing and reporting costs (c) Information, education and communication activities Sub-total (2) Rate Days Total (3) Maximum total performance-based payments: Rs. CONTRACT CEILING Rs. 49
Selection of Consultants By the World Bank
STANDARD REQUEST FOR PROPOSALS Selection of Consultants By the World Bank The World Bank Washington, D.C. March 2007 CONTENTS Preface... iv Section 1. Letter of Invitation... 7 Section 2. Instructions
REQUEST FOR PROPOSALS, SELECTION OF CONSULTANTS
REPUBLIC OF RWANDA MINISTRY OF ENVIRONMENT AND LANDS REQUEST FOR PROPOSALS, SELECTION OF CONSULTANTS Title of Tender: TO UPDATE & RESOURCES MINISTRY OF CONSULTANCY SERVICES UPGRADE THE WATER DATABASEFOR
[Indicate name of Procuring Entity]
THE REPUBLIC OF RWANDA [Indicate name of Procuring Entity] STANDARD REQUEST FOR PROPOSALS SELECTION OF CONSULTANTS FOR SMALL SERVICES Title of the Tender: Tender Reference Number: Procurement Method: Date
REQUEST FOR PROPOSALS
Table of Contents March 2012 REQUEST FOR PROPOSALS DISASTER RECOVERY/BUSINESS CONTINUITY SERVICES Soliciting detailed proposals for the development of plans to meet a variety of contingencies REQUEST FOR
LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984
REQUEST FOR PROPOSAL (RFP) HIRING OF SERVICES OF ENGINEERING CONSULTING FIRM For CONSTRUCTION SUPERVISION FOR THE PROJECT DEVELOPMENT OF STORM WATER DRAINAGE SYSTEM ALONG BOUNDARY WALL OF LAKHODAIR LANDFILL
Standard Request for Proposals Selection of Consultants
STANDARD PROCUREMENT DOCUMENTS Standard Request for Proposals Selection of Consultants September 2012 This document is subject to copyright. This document may be used and reproduced for non-commercial
Standard Request for Proposals. Selection of Consultants
STANDARD PROCUREMENT DOCUMENTS Standard Request for Proposals Selection of Consultants The Islamic Development Bank March 2012 This document is subject to copyright. This document may be used and reproduced
EMPLOYEES OLD-AGE BENEFITS INSTITUTION
EMPLOYEES OLD-AGE BENEFITS INSTITUTION HEAD OFFICE, G.P.O. BUILDING I.I. CHUNDRIGAR ROAD, KARCHI REQUEST FOR PROPOSAL FOR HUMAN RESOURCE CONSULTANCY SERVICES A. INVITATION TO BID The Employees Old-Age
Road Safety and Transport Authority Ministry of Information and Communications Royal Government of Bhutan
S T A N D A R D R E Q U E S T F O R P R O P O S A L S P r o c u r e m e n t o f Consult i n g S e r vices Road Safety and Transport Authority Ministry of Information and Communications Royal Government
Consultant Services Complex Time-Based Assignments Large Lump-Sum Assignments
REQUEST FOR PROPOSALS Consultant Services Complex Time-Based Assignments Large Lump-Sum Assignments Public Procurement Board Accra, Ghana September 2003 i CONTENTS INTRODUCTION AND INSTRUCTIONS...1 SECTION
Request for Proposals (RFP)
GOVERNMENT OF TAMILNADU Commissionerate of Municipal Administration 6 th Floor, Ezhilagam Annexe Building, Chepauk, Chennai - 600005 Tel: +91 44-044-28549924 Name of Project: Procurement of Hosted Exchange
SELECTION OF CONSULTANT
Request for Proposals RFP Ref. No. CERSAI/Notification/2015-687 Dated 12.01.2015or SELECTION OF CONSULTANT CONSULTANCY SERVICES FOR DATA QUALITY ASSESSMENT OF CERSAI Central Registry of Securitisation
Electricidade de Moçambique-EP
REPUBLIC OF MOÇAMBIQUE Electricidade de Moçambique-EP REQUEST FOR PROPOSALS RFP No.: 05/EIB/CESUL/2010 Country : Mozambique Project Name : Regional Transmission Development Project RTDP Transmission Backbone
KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014
KENYA NETWORK INFORMATION CENTRE TENDER TO PROVIDE: CONSULTANCY SERVICES TO PROVIDE ARBITRATION SERVICES RFP NO: KENIC/RFP/16/09/2014 DATED: 16 th SEPTEMBER 2014 KENYA NETWORK INFORMATION CENTRE P.O BOX
Guidelines (Rules) for the Procurement of Services 1
Southern African Development Community Project Preparation and Development Facility Guidelines (Rules) for the Procurement of Services 1 Revision 1 November 2013 1 Adapted from the African Development
North American Development Bank. Model Bidding Document: Consultant Services
North American Development Bank Model Bidding Document: Consultant Services MODEL DOCUMENTS Sample letter of invitation Outline for typical Terms of Reference Supplementary information for consultants
Prequalification Document for Procurement of Works
STANDARD PROCUREMENT DOCUMENT Prequalification Document for Procurement of Works Caribbean Development Bank September 2007 ii Foreword This Standard Procurement Document Prequalification Document for Procurement
SELECTION OF CONSULTANT
Request for Proposals RFP No. CERSAI/Notification/2015-51 dated 24.04.2015 SELECTION OF CONSULTANT CONSULTANCY SERVICES TO CERSAI FOR: A) SELECTING A SERVICE PROVIDER TO IMPLEMENT AND MANAGE THE CENTRAL
REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR. The Design and Development of the Zimbabwe Diaspora Website
FPU.SR- 19.5 REQUEST FOR PROPOSALS (PROCUREMENT OF SERVICES) For Simple Assignments SERVICES FOR The Design and Development of the Zimbabwe Diaspora Website Prepared by Number 4 Duthie Road, Alexandra
PROJECT DEVELOPMENT & MANAGEMENT CONSULTANT (PDMC) for ATAL MISSION for REJUVENATION and URBAN TRANSFORMATION (AMRUT) ASSAM REQUEST FOR PROPOSAL
Recruitment of Consulting Firm for PROJECT DEVELOPMENT & MANAGEMENT CONSULTANT (PDMC) for ATAL MISSION for REJUVENATION and URBAN TRANSFORMATION (AMRUT) ASSAM REQUEST FOR PROPOSAL RFP Notice issued on:
Municipal Council, Solan, Himachal Pradesh Phone : 01792-223532, Email : [email protected], [email protected]
Municipal Council, Solan, Himachal Pradesh Phone : 01792-223532, Email : [email protected], [email protected] Request for Proposal (RFP) Document for Selection of Consultancy Firms for Preparation of
Guidelines Selection and Employment of Consultants by World Bank Borrowers
Guidelines Selection and Employment of Consultants by World Bank Borrowers January 1997 Revised September 1997, January 1999, and May 2002 Guidelines Selection and Employment of Consultants by World Bank
Municipal Council Mandi,, Himachal Pradesh Phone : (01905) 222146,
Municipal Council Mandi,, Himachal Pradesh Phone : (01905) 222146, 222146 Fax No. : (01905) 222146, Email : [email protected] Request for Proposal (RFP) Document for Selection of Consultancy Firms
REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYERI REQUEST FOR PROPOSAL CONSULTANCY SERVICES
REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYERI REQUEST FOR PROPOSAL CONSULTANCY SERVICES REQUEST FOR PROPOSALS FOR CONSULTANCY SERVICES FOR THE DEVELOPMENT OF A COUNTY INTEGRATED PERFORMANCE MANAGEMENT SYSTEM
STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)
STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS) Pre-qualification Ref: Issue Date: [Insert Title of Project] [Insert Reference] [Insert Date] Public Procurement Authority
Principles and Procedures. Applicable to. The Procurement of. Consulting Services. Under. Transaction Advisory Services Provided by
Principles and Procedures Applicable to The Procurement of Consulting Services Under Transaction Advisory Services Provided by Asian Development Bank November 2013 This document has been prepared for ADB
Consultants Services, Lump-Sum Remuneration
1 S T A N D A R D F O R M O F C O N T R A C T FOR Consultants Services, Lump-Sum Remuneration CONTRACT FOR CONSULTANTS SERVICES Lump-Sum Remuneration Between [name of the Procuring Entity] and 2 [name
Project Management Consultant for Jaipur Smart City Project
Edited by C. Fletcher (Aug 10, 2011) For submission to HOPs (July 28, 2011) REQUEST FOR PROPOSALS RFP No.: 1 of 2016-17 (International Competitive Bidding) Project Management Consultant for Jaipur Smart
City of Kisumu KISUMU URBAN PROJECT REQUEST FOR PROPOSALS FOR PROVISION OF MEDIA CONSULTING SERVICES FOR KISUMU CITY TENDER NO. CCK/KUP/RFP/2/2014/028
1 City of Kisumu KISUMU URBAN PROJECT REQUEST FOR PROPOSALS FOR PROVISION OF MEDIA CONSULTING SERVICES FOR KISUMU CITY TENDER NO. CCK/KUP/RFP/2/2014/028 FUNDING: AGENCE FRANCAISE DE DEVELOPPEMENT (AFD)
Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas
REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/036 Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas International Renewable Energy Agency Abu Dhabi, UAE November,
Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)
Tender Documents Procurement of Works Medium Contracts (LUMP SUM CONTRACTS) Public Procurement Board Accra, Ghana October 2003 Table of Contents Introduction...1 Invitation for Tenders...2 Table of Clauses...6
GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL SELECTION OF CONSULTANTS/FIRM
GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL SELECTION OF CONSULTANTS/FIRM 1 Standard Bidding Document Version Control v0-1 STANDARD REQUEST FOR PROPOSALS SELECTION OF CONSULTANTS/FIRM Introduction
Policies for the Selection and Contracting of Consultants financed by the Inter-American Development Bank GN-2350-9 March 2011
Policies for the Selection and Contracting of Consultants financed by the Inter-American Development Bank GN-2350-9 March 2011 Table of Contents Acronyms... iii I. Introduction... 1 Purpose... 1 General
CONSULTANTS. African Development Bank. Rules and Procedures for the Use of Consultants. Procurement and Fiduciary Services Department
CONSULTANTS African Development Bank Rules and Procedures for the Use of Consultants Procurement and Fiduciary Services Department May 2008 Edition, Revised July 2012 Those wishing to submit comments or
REQUEST FOR PROPOSAL
AFRICAN PEER REVIEW MECHANISM REQUEST FOR PROPOSAL FOR THE PROVISION OF MANAGED PRINT SERVICES AT APRM NEW PREMISES. Procurement Number: 11/APRM/IT EQUIP/15 August 2013 Index of Contents CONTENTS AFRICAN
REQUEST FOR PROPOSALS. RFP/ QCBS(Firm)/ RFP Ref. 609(g)-CV/14/PP THE MILLENNIUM CHALLENGE ACCOUNT CAPE VERDE II. On Behalf of:
Millennium Challenge Account Cabo Verde II Unidade de Gestão REQUEST FOR PROPOSALS RFP/ QCBS(Firm)/ RFP Ref. 609(g)-CV/14/PP THE MILLENNIUM CHALLENGE ACCOUNT CAPE VERDE II On Behalf of: THE GOVERNMENT
Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006
PUBLIC PROCUREMENT AND ASSET DISPOSAL BOARD STANDARDISED CONDITIONS OF TENDER Feb 2006 Contents: 1 General 2 Tenderer s obligations 3 The Procuring Department s undertakings 1 General Actions 1 The Procuring
SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER
i B I D D I N G D O C U M E N T SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER TENDER NO. KRA/PFM/NCB-025/2009-2010 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL:
ISLAMIC DEVELOPMENT BANK. Guidelines for the Use of Consultants Under ISLAMIC DEVELOPMENT BANK FINANCING
ISLAMIC DEVELOPMENT BANK Guidelines for the Use of Consultants Under ISLAMIC DEVELOPMENT BANK FINANCING June, 2005 Table of Contents 1. General Principles... 1 1.1 Purpose of the Guidelines... 1 1.3 Relationship
Request for Proposal (RFP) GOVERNMENT OF JAMAICA CABINET OFFICE PUBLIC SECTOR MODERNISATION DIVISION (PSMD) REQUEST FOR PROPOSAL (RFP) RFP#2009/P005
Request for Proposal (RFP) GOVERNMENT OF JAMAICA CABINET OFFICE PUBLIC SECTOR MODERNISATION DIVISION (PSMD) REQUEST FOR PROPOSAL (RFP) RFP#2009/P005 DESIGN CHART OF ACCOUNTS AND DEVELOP IMPLEMENTATION
REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034
REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034 Software Development of Database for Energy Statistics International Renewable Energy Agency Abu Dhabi, UAE November, 2012 1 Section 1: Letter of Invitation
SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS)
S T A N D A R D B I D D I N G D O C U M E N T SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS) (TENDER NO. KRA/EATTFP/ICB/001/2011-2012) TIMES TOWER BUILDING P.O. BOX 48240
Procurement of Goods
i S T A N D A R D B I D D I N G D O C U M E N T S F O R P R O C U R E M E N T & I M P L E M E N T A T I O N O F E R P S O L U T I O N I N S E L E C T E D U N I V E R S I T I E S ( H E C / IT/ TA/ E R P
REQUEST FOR PROPOSAL DOCUMENT FOR CONSULTANCY SERVICES FOR ENTERPRISE RISK MANAGEMENT TENDER NO.: PC/RFP/03/2015-2016 SELECTION OF CONSULTANTS
P.O. Box - 34542-00100 Tel :+254 20 2212346/7/8 Fax :+254 20 2212237 Extelcoms House,11th Floor Haile Selassie Avenue Nairobi, Kenya REQUEST FOR PROPOSAL DOCUMENT FOR CONSULTANCY SERVICES FOR ENTERPRISE
How To Bid For A Contract
AFRICAN UNION-IBAR REQUEST FOR PROPOSALS (RFP) CONSULTANCY SERVICES - VETGOV POLICY FORMULATION (Lots 1 to 7) September 2015 Procurement No: 13/AU-IBAR/15 September 2015 Index of Contents CONTENTS CONTENTS...1
REQUEST FOR EXPRESSION OF INTEREST (EoI)
REQUEST FOR EXPRESSION OF INTEREST (EoI) For Hiring of Consultant for the Preparation of Financial Management and Procurement Manual (FMPM) For UP Pro-Poor Tourism Development Project of Department of
CONTRACT FOR CONSULTING SERVICES SMALL ASSIGNMENTS LUMP-SUM PAYMENTS (INTER-AMERICAN DEVELOPMENT BANK/ANY FUND ADMINISTERED BY THE BANK FINANCED)
1 CONTRACT FOR CONSULTING SERVICES SMALL ASSIGNMENTS LUMP-SUM PAYMENTS (INTER-AMERICAN DEVELOPMENT BANK/ANY FUND ADMINISTERED BY THE BANK FINANCED) CONTRACT THIS CONTRACT ( Contract ) is entered into this
International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya
International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO. IPSTC/PREQ/2014/2015/043 FOR PROVISION OF PLUMBING SERVICES FOR 2014/2015 July, 2014
REQUEST FOR QUOTATIONS
ROMANIA NATIONAL AGENCY FOR FISCAL ADMINISTRATION REVENUE ADMINISTRATION MODERNIZATION PROJECT REQUEST FOR QUOTATIONS FOR PROJECT MANAGEMENT SOFTWARE RAMP/9 Country: ROMANIA Name of the Project: Revenue
GUIDE FOR EVALUATION PROCEDURES FOR EMPLOYMENT OF CONSULTANTS UNDER JAPANESE ODA LOANS
GUIDE FOR EVALUATION PROCEDURES FOR EMPLOYMENT OF CONSULTANTS UNDER JAPANESE ODA LOANS Japan International Cooperation Agency (JICA) December 2006 (Amended December 2009) version 1.0 CONTENTS INTRODUCTION...
INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR
INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR PROCUREMENT OF SUPPLY AND COMMISSIONING OF INTERNET LEASED LINE (2.5 Gbps to 10 Gbps
GUIDELINES: SELECTION AND EMPLOYMENT OF CONSULTANTS BY WORLD BANK BORROWERS
GUIDELINES: SELECTION AND EMPLOYMENT OF CONSULTANTS BY WORLD BANK BORROWERS May 2004 Revised October 1, 2006 & May 1, 2010 This is a MS Word version of the official Consultant Guidelines. If altered, this
TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES
TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES FOR THE NABARD FINANCIAL SERVICES NABARD Financial Services Limited # 190, Rashtriya Vidyalaya Road, Jayanagar 2nd Block, Bengaluru-560
COPORATE WEBSITE PROJECT
Levels 8 & 9, Tower C Phone: 624-1403 International Waterfront Complex Fax: 624-6737 1A Wrightson Road. Port of Spain Trinidad and Tobago COPORATE WEBSITE PROJECT Submitted by: Aldwin Hylegar FEBRUARY
CLASSIFICATION: PUBLIC GUIDELINES SELECTION AND EMPLOYMENT OF CONSULTANTS UNDER IBRD LOANS AND IDA CREDITS & GRANTS BY WORLD BANK BORROWERS
CLASSIFICATION: PUBLIC GUIDELINES SELECTION AND EMPLOYMENT OF CONSULTANTS UNDER IBRD LOANS AND IDA CREDITS & GRANTS BY WORLD BANK BORROWERS January 2011 Copyright 2011 The International Bank for Reconstruction
Procurement Policy Office
Procurement Policy Office (Established under section 4 of the Public Procurement Act 2006) Ref: SC/EG37/07-12 Evaluation Guide (Consultancy Services) Procurement Policy Office Ministry of Finance and Economic
Procurement of Textbooks and Reading Materials
S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Textbooks and Reading Materials The World Bank April 2015 This document is subject to copyright. This document may be used and reproduced
Procurement of Consulting Services
S T A N D A R D R E Q U E S T F O R P R O P O S A L Procurement of Consulting Services Royal Government of Bhutan Ministry of Home and Cultural Affairs Department of Immigration October 2015 1 Preface
TIME-BASED FORM OF CONTRACT H A R M O N I Z E D S T A N D A R D F O R M O F C O N T R A C T. Consultant s Services Time-Based
TIME-BASED FORM OF CONTRACT H A R M O N I Z E D S T A N D A R D F O R M O F C O N T R A C T Consultant s Services Time-Based Consultant Services Time-Based Contents Preface... 5 I. Form of Contract...
STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS
WORKS STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF WORKS Japan International Cooperation Agency (JICA) October 2012 version 1.1 i Preface These Standard Bidding Documents for Procurement
REQUEST FOR PROPOSALS (RFP) RFP/2014/031 Travel Management Services. International Renewable Energy Agency 29 December, 2014
REQUEST FOR PROPOSALS (RFP) RFP/2014/031 Travel Management Services International Renewable Energy Agency 29 December, 2014 Deadline: 26 January, 2015 1 Section 1: Letter of Invitation (LoI) Dear Madam
CONSULTANCY SERVICES FOR ASSESSMENT OF THE STATUS OF DEVOLUTION IN KENYA
TRANSITION AUTHORITY AUGUST, 2015 REQUEST FOR PROPOSALS (RFP) TENDER NUMBER: TA-TENDER/ RFP-07-2015 2016 CONSULTANCY SERVICES FOR ASSESSMENT OF THE STATUS OF DEVOLUTION IN KENYA CLOSING DATE: MONDAY, 30
Kenya Electricity Generating Company Limited
Kenya Electricity Generating Company Limited ADM-072 REQUEST FOR PROPOSALS FOR CONSULTANCY SERVICES FOR EMPLOYEE SATISFACTION AND WORK ENVIRONMENT SURVEY Kenya Electricity Generating Company Limited, Stima
PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01)
PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS (Ref No. Secy/PPC/CVL/01) Inland Water Transport Development Company (IWTDC) No. 34-A, Street 27, Valley Road, Westridge, Rawalpindi Ph # 051-5491494-95,
REQUEST FOR PROPOSAL (RFP) DOCUMENT
REQUEST FOR PROPOSAL (RFP) DOCUMENT Procurement of Consulting Services: Study on Sediment Management in Run-of-River Hydropower Projects of Nepal Lump-sum Assignments Quality- and Cost-Based Selection
Procurement of Works Smaller Contracts
STANDARD BIDDING DOCUMENTS Procurement of Works Smaller Contracts The World Bank Washington, D.C. May 2004 ii Revisions The features of May 2004 Procurement Guidelines have been incorporated. iii Preface
Terms of Reference. Preparing Safety and Technical Management Programme for Electricity Licensees
Terms of Reference Preparing Safety and Technical Management Programme for Electricity Licensees Introduction Public Utilities Commission of Sri Lanka (PUCSL) has started regulating the electricity industry
Procurement of Provision of Computers and Computer Peripherals for CBUD cities
B I D D I N G D O C U M E N T S Issued on: 06 May 2013 for Procurement of Provision of Computers and Computer Peripherals for CBUD cities NCB No: CBUD/IT/201 Project: CAPACITY BUILDING FOR URBAN DEVELOPMENT
North American Development Bank. Model Prequalification Document: Prequalification of Contractors
North American Development Bank Model Prequalification Document: Prequalification of Contractors 2 Preface Procurement under projects financed by the North American Development Bank (the Bank), is carried
Video Production Services for the Ontario College of Trades (the College)
Video Production Services for the Ontario College of Trades (the College) Request for Proposal (RFP) No. OCOT/CM/2014-03 Date Issued: 14 April 2014 1 TABLE OF CONTENTS A. INTRODUCTION...4 1. Objective...
Standard Document. For Engagement of. Project Management Consultant for. North Eastern States. National Rural Roads Development Agency.
Standard Document For Engagement of Project Management Consultant for North Eastern States by National Rural Roads Development Agency For the Pradhan Mantri Gram Sadak Yojana National Rural Road Development
North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services
North American Development Bank Model Bidding Document: Procurement of Goods, Works and Services Preface These model bidding documents have been prepared by the North American Development Bank (the Bank)
Consultant s Services Small Assignments, Lump-Sum Payments
STANDARD AND SAMPLE CONTRACT FOR Consultant s Services Small Assignments, Lump-Sum Payments Public Procurement Authority Accra, Ghana April, 2014 Table of Contents SECTION I: CONTRACT FORM... 1 Services...
Guidelines on. The Use of Consultants by Asian Development Bank and Its Borrowers
Guidelines on The Use of Consultants by Asian Development Bank and Its Borrowers March 2013 Guidelines on The Use of Consultants by Asian Development Bank and Its Borrowers March 2013 2013 Asian Development
Manual of Policies and Procedure of Employment of Consultants
Manual of Policies and Procedure of Employment of Consultants CONTENTS Chapter Description Page No I Introduction 1-4 II Expression of Interest 5-6 III Selection of Consultants 7-18 IV Other Methods
PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..
1 PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES FOR THE PERIOD JULY 2014 TO JUNE 2016 PRE QUALIFICATION NO: CMD/PREQ/ /2014-2016 ITEM:.. NAME OF APPLICANT:. Centre for Multiparty Democracy
Tender Document for consulting services for. Zambezi Water Resources Information System (ZAMWIS) Enhancement 2: Spatial Database and Platform
Tender Document for consulting services for Zambezi Water Resources Information System (ZAMWIS) Enhancement 2: Spatial Database and Platform Contract Notice No. 2013/S 185-319425 Reference File Number:
Notice for appointment of Chartered Accountants firm for statutory audit
Bihar Gram Swaraj Yojna Society Panchayati Raj Department Govt. of Bihar 3 rd Floor Biscomaun Tower, Gandhi Maidan, Patna 800001 Contact No : 0612-2219175/7544010999 Ref: 2/BGSYS/FIN 14-150/2011 Notice
Subject: Engagement of Consultant for Consultancy Services on Long Term Strategy for Life Insurance Business of Department of Posts
Government of India Ministry of Communications & I.T. Department of Posts Postal Life Insurance Directorate Chanakya Puri P.O.Complex, Chanakya Puri, New Delhi 110 021 No.29 23/2010 LI Dated:14 th Dec,2011
Project Administration Instructions
Project Administration Instructions PAI No. 2.03 Page 1 of 15 GENERAL PROCEDURE FOR SELECTING AND ENGAGING CONSULTANTS 1. This project administration instruction (PAI) contains general procedures for the
Project Administration Instructions
Project Administration Instructions PAI No. 2.05 Revised December 2014 Page 1 of 10 SPECIFIC REQUIREMENTS FOR RECRUITING CONSULTANTS BY THE EXECUTING AGENCY 1. This project administration instruction (PAI)
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD.
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD. November 2013 BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION
Procurement of CONSULTING SERVICES
PHILIPPINE BIDDING DOCUMENTS Procurement of CONSULTING SERVICES Government of the Republic of the Philippines Fourth Edition December 2010 Preface These Philippine Bidding Documents (PBDs) for the procurement
R E Q U E S T F O R P R O P O S A L S ( R F P )
ISO 9001:2008 CERTIFIED R E Q U E S T F O R P R O P O S A L S ( R F P ) ( S E L E C T I O N O F P R O F E S S I O N A L C O N S U L T A N T S ) PROVISION OF CONSULTANCY SERVICES FOR TECHNICAL DESIGN, DEVELOPMENT,
PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015
PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072
Procurement of Consulting Services for the Conduct of a Feasibility Study for the Establishment and Management of Sarangani Level 3 Hospital
Appendix 3 Bidding Documents for Procurement of Consulting Services for the Conduct of Feasibility Study for Establishment and Management of Sarangai Level 3 Hospital Provincial Government of Sarangani
Request for Proposal (RFP) for Services
Ref: RFP 2015/106 Request for Proposal (RFP) for Services Catering Services for the 10 th Meeting of the GCF Board, Songdo, Korea RFP No. 2015/106 1 1. Background Catering Services for the 10 th Meeting
REQUEST FOR PROPOSALS
REPUBLIC OF RWANDA RWANDA TRANSPORT DEVELOPMENT AGENCY (RTDA) MULTINATIONAL BURUNDI/RWANDA/TANZANIA DAR ES SALAAM-ISAKA KIGALI/KEZA-MUSONGATI RAILWAY PROJECT TRANSACTION ADVISORY REQUEST FOR PROPOSALS
Consultant s Services
H A R M O N I Z E D S I M P L I F I E D S T A N D A R D F O R M O F C O N T R A C T Consultant s Services This harmonized simplified form of contract has been prepared through the joint efforts of the
STRENGTHENING PERFORMANCE MANAGEMENT IN GOVERNMENT PROGRAM - PHASE II (SPMG-II)
STRENGTHENING PERFORMANCE MANAGEMENT IN GOVERNMENT PROGRAM - PHASE II (SPMG-II) DOCUMENT SEEKING EXPRESSION OF INTEREST (EOI) FOR APPOINTMENT OF LONG TERM CONSULTANTS FOR STRENGTHENING PUBLIC FINANCIAL
Website development, maintenance and hosting of www.ibef.org for India Brand Equity Foundation (IBEF) Request for Proposal [RFP] Date: March 23, 2015
Website development, maintenance and hosting of www.ibef.org for India Brand Equity Foundation (IBEF) Request for Proposal [RFP] Date: March 23, 2015 India Brand Equity Foundation, Apparel House, 5th Floor,
Supplier prequalification Document
Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control
DRAFT CONTRACT FOR CONSULTANCY SERVICES. Between. U.P. Skill Development Mission. And. [name of the Consultant] Dated:
DRAFT CONTRACT FOR CONSULTANCY SERVICES Between U.P. Skill Development Mission And [name of the Consultant] Dated: Page - 1 Contents I. Form of Contract II. General Conditions of Contract 1. General Provisions
SAMPLE FORM OF EVALUATION REPORT SELECTION OF CONSULTANTS
SAMPLE FORM OF EVALUATION REPORT SELECTION OF CONSULTANTS The World Bank Washington, D.C. October 1999 iii Preface 1 Consultants 2 employed by Bank Borrowers and financed by the World Bank or under
REQUEST FOR PROPOSAL FOR APPOINTMENT OF INDEPENDENT ENGINEER FOR IMPLEMENTATION OF ACCIDENT RESPONSE SYSTEM AND TRAFFIC MANAGEMENT CENTRE
REQUEST FOR PROPOSAL FOR APPOINTMENT OF INDEPENDENT ENGINEER FOR IMPLEMENTATION OF ACCIDENT RESPONSE SYSTEM AND TRAFFIC MANAGEMENT CENTRE Madhya Pradesh Road Development Corporation Ltd. 16-A, Arera Hills,
RFP for Designing, Developing and Maintaining websites on: - Indian Pumps and Valves & - Indian Transformers and Conductors
RFP for Designing, Developing and Maintaining websites on: - Indian Pumps and Valves & - Indian Transformers and Conductors Request for Proposal [RFP] India Brand Equity Foundation Apparel House, 5th Floor
NATIONAL INDUSTRIAL TRAINING AUTHORITY
NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER FOR SUPPLY, INSTALLATION, IMPLEMENTATION, TESTING, TRAINING AND COMMISSIONING OF AN ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM TENDER NO: NITA/29/2014-2015
BANK OF UGANDA REPUBLIC OF UGANDA
BANK OF UGANDA REPUBLIC OF UGANDA 37/45 KAMPALA ROAD, P.O. BOX 7120, KAMPALA; Telephone: 256-414-258441/6 or 258061, Telex: 61069/61344; Fax: 256-414-233818 Web site: www.bou.or.ug; E-mail address: [email protected]
Production of audio visual capsules on Innovations from India for India Brand Equity Foundation (IBEF)
Production of audio visual capsules on Innovations from India for India Brand Equity Foundation (IBEF) Request for Proposal [RFP] India Brand Equity Foundation, Apparel House, 5th Floor, # 519-22, Sector
