ESIC. e-tender ENQUIRY FORM FOR ESTABLISHING ICU IN ESIC HOSPITALS ON PPP MODEL. E-Tender Notification RFP Document Various Formats



Similar documents
EMPLOYEE STATE INSURANCE CORPORATION. Directorate(Medical)Delhi, Tilak Vihar,New Delhi

NOTICE INVITING TENDER FOR INSTALLATION OF HAEMODIALYSIS UNIT ON PPP BASIS

LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP)

REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI

OFFICE OF THE MUNICIPAL CORPORATION FARIDABAD

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON

For providing Facility Management Services of IT Infrastructure at College of Engineering Pune

EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS

Document Control Sheet

Tender No. CWC/RO-CNI/H&T-MDU I & II (Adhoc) / / Date: Tender notice

Tender Notice. Tender no. : NTSC (O)/EM/F&F/ Date: 8th June, 2015

Indian Institute of Technology, Kharagpur Kharagpur , WB, India

TENDER DOCUMENTS FOR SUPPLY INSTALLATION AND COMMISSIONING OF BIOMETRIC DEVICE FOR FINGERPRINT ATTENDANCE SYSTEM

SOFTWARE TECHNOLOGY PARKS OF INDIA

Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software

National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone:

Development of application Software for Election Commission

SANITARY SECTION IIT Kharagpur

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: CHENNAI.

SHORT TERM TENDER NOTICE

Ref. REC/Adm. (Estate)/ / Dated

TENDER NOTICE. for. Air Ambulance Service in Bihar during Vidhan Sabha Elections 2015

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD.

TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE E-TENDER NOTICE FM/NEP/INT/27/14-15 Date:

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS

- NOTICE INVITING TENDER

Request for Techno-Commercial Proposal. Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP

e-tender (ON-LINE) INVITATION NOTICE NO. 06 Of

TENDER FOR TRAVEL SERVICES

NOTICE INVITING e-tender NOTICE (3 BOT -3 Envelopes Open Tender) (Bid Invitation No )

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi TENDER NOTICE FOR INTERNET CONNECTIVITY

Sub: Tender Enquiry for Sale of Condemned Items.

TENDER NOTICE NO. 04/

(A K Chatterjee ) Sc. F & Head, BIS-DSBO

TENDER NOTICE FOR SOCIAL MEDIA MONITORING SERVICES (TWITTER) FOR THE EXTERNAL PUBLICITY AND PUBLIC DIPLOMACY DIVISION, MINISTRY OF EXTERNAL AFFAIRS

NOTICE INVITING e-tender (3 BOT -3 Envelopes Open Tender) (E-Bid No )

Empanelment of Vendors for Load Testing

NOTICE INVITING PROPOSAL

Subject : Annual Contract for Pest Control, Rodent Control and Termite Control to the Commission for the year

NOTICE INVINTING QUOTATION

न द र य सम र म त स यय अन स ध न स यथ न

LIMITED TENDER ENQUIRY FOR RODENT CONTROL SERVICES IN AAAGH

Dated 14 July, Director (A&F) NHIDCL

Expression of Interest. Scanning of Documents

ELECTRONIC TENDERING SYSTEM FOR RFQ

TENDER DOCUMENTS FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI : ( upto 1500 hrs.)

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS.

Tender for Comprehensive A.M.C. for Air-conditioning Systems at Sub Regional Office Employees' State Insurance Corporation, Bibvewadi, Pune.

No.31/14/1000/2014-GA Government of India Ministry of Commerce & Industry Department of Commerce (GA Section) *****

HIRING OF ACCOUNTANTS

E- NOTICE INVITING QUOTATION FOR HANDLING AND FORWARDING OF MEDICINESAND MEDICALEQUIPMENT FOR HAJ -2016

OFFICE OF THE COM M ISSIONER OF CENTRAL EXCISE & SERVICE TAX, जमश दप र /JAM SHEDPUR १४३, न द य ब र द व र, स कच, जमश दप र-८३१००१

EOI - Empanelment of Vendors for Load Testing. Expression of Interest (EOI) Empanelment of Vendors for Load Testing

Application Form. Empanelment of Contractors for Electrical Maintenance Works at SEBI Bhavan. Name of the Applicant...

School of Open Learning University of Delhi

TENDER APPLICATION FORM

SCHOOL OF PLANNING AND ARCHITECTURE

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)

HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION LIMITED RITZ ANNEXE, SHIMLA TEL.: (0177) FAX: (0177) TENDER NOTICE

1.1 The tendering process is online at Airports Authority of India s e-portal URL address or

EMPLOYEES STATE INSURANCE CORPORATION (ESIC) Welcome to Pre Bid conference

NOTICE INVITING TENDER (NIT) Bid Notification No.: CWC/MIS-CWC-Payroll/ THROUGH e-tendering PROCESS

period Cost of tender documents : Rs. 5000/- (Five thousand only) - (Non refundable )

Invites Offers from Consulting Actuary

For Empanelment of Registered Firms of Chartered Accountants for. conduct of Audit of Accounts and also Physical verification

Prequalification for Empanelment of Contractors for Supplying and Installation of Modular Furniture

Request for Techno-Commercial Proposal(TCP) for Design, Development, Implementation & Maintenance of ERP Solution for APMDC


Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID

A. Qualifying Criteria

State Health Society, Bihar Pariwar Kalyan Bhawan, Sheikhpura, Patna-14

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business HO : Near Bajrang Bhawan, Delhi Road

CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI TENDER DOCUMENT

TENDER FOR FIVE COMMERCIAL VEHICLES MONTHLY HIRING BASIS FOR GEOSPATIAL DELHI LTD. (A Govt. of Delhi Company)

2) For display on the Notice Board.

How To Sell Cement In Jamshedpur

Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees

Following terms and conditions may be kept in view while submitting the bids :-

Inviting Tender from Cert-In empanelled agencies for Conducting Load and Security Testing of Web application of UPSDM

100 mbps dedicated uncompressed symmetric Internet Bandwidth (1:1) connectivity through optic fiber Leased Line at given location:

Tender Notice No.: OIDC/07/DMN/BUS/Uniform/ /179 Dt LIMITED TENDER NOTICE

Supplier prequalification Document

No: NGRI/23/Rewa field/2014-gl Date: NOTICE INVITING TENDERS

Corrigendum Document. For. Selection of Agency

Notice Inviting Quotation for HIRING OF VEHICLES

Software Technology Parks of India

Please furnish your quotation for the services mentioned in the enclosed quotation form. Your quotation should fulfill the following conditions: -

No. NEIGR/ENGG/ 7/2015/NC Dated 23 rd March, 2015

FOR "SELECTION OF SERVICE PROVIDER FOR ESTABLISHMENT OF DEDICATED INTERNET LEASED LINE OF 4 MBPS PRIMARY AND 2 MBPS SECEONDARY"

भ रत य कप स नगम ल मट ड

Tender. for Providing the. 155 MBPS Internet Leased Line Connectivity at. Indian Institute of Technology Jodhpur

OFFICE OF THE PRINCIPAL COMMISSIONER OF CENTRAL EXCISE & SERVICE TAX COMMISSIONERATE, FARIDABAD-I CGO COMPLEX, D BLOCK, NH-IV- FARIDABAD

CONCEPT. Sr No. Center/Village District Region Area of Plot 1 Alipura/Sayajipura Baroda Baroda

E-Tender. Director on behalf of the Punjab State Council for Education Research & Training invites e tenders for the job of Online Counseling.

SECTION-I. Mysore /Division / NOTICE INVITING TENDER

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

Transcription:

1 ESIC e-tender ENQUIRY FORM FOR ESTABLISHING ICU IN ESIC HOSPITALS ON PPP MODEL CONTENTS: E-Tender Notification RFP Document Various Formats LAST DATE OF SUBMISSION OF ONLINE & MANUAL BIDS: 12.02.2016, 11.00 a.m. For any clarification pertaining to e-tendering and e-procurement Portal contact at the following Help desk contact No.s Mr. Chandan Pedamkar: 022-66865600/10/11 Ms. Anjali Thombare: 022-66865600/10/11 Mr. Ashish Goel: 0124-4302034 or 9818820646 Mr. Mayank Gupta: 9716528440 Mr. Manash Deuri: 0124-4302035 or 9599060883 e-mail Id for support/helpdesk : esichelpdesk@uplauctions.com EMPLOYEES STATE INSURANCE CORPORATION ROOM NO. 312 & 314 HQRS. OFFICE, PANCHDEEP BHAWAN, CIG ROAD, NEW DELHI-110002

2 HEADQUARTERS OFFICE EMPLOYEES STATE INSURANCE CORPORATION PANCHDEEP BHAWAN, CIG ROAD, NEW DELHI-110002 E-mail : dmc-ms2.hq@esic.in, Tel. 011-23235779 ------------------------------------------------------------------------------------------------------------------------ e-tender Enquiry No. U-11/14/1/2015-Med.I(ICU) Date: 11 JAN 2016 e-tender NOTICE FOR ESTABLISHING ICU ON PPP MODEL On behalf of the Director General ESI Corporation, online tenders are invited along with a complete set of hard copy for establishing Intensive Care Units in various existing ESIC Hospitals all over the country on PPP model (equip, operate and manage), through e- procurement portal of ESIC : https://esic.eproc.in. RFP Document along with all terms and conditions and procedure of e-tendering may be viewed online or downloaded by the tenderer from the website-www.esic.nic.in, www.eprocuregov.in & https//esic.eproc.in. All bidders are requested to check further notifications/updates if any on all the above mentioned web sites. e-tender SCHEDULE S. No. Details Dates & time 1. Period of availability of e-tender Enquiry document on web sites 11/01/2016 to 12/02/2016 11.00 a.m. 2. Pre-bid meeting On 21/01/ 2016 11.00 am at Vth Floor Conference Room, ESIC Hqrs. Office. 3. Last date of Online & Manual Bid submission 4. Date of Opening Online tenders and Manual Technical Bids (for EMD collection) Up to 12/02/ 2016, 11. am 12/02/ 2016, 2.30 pm 5. Date of Opening Financial Bid Will be communicated over Phone/Email to the technically qualified bidders. 6. Validity of offer 180 days from the last date of submission of e-tender If the date of opening of tenders is declared a public holiday, the tenders shall be opened on the next working day at the same venue and time Sd/ (Deputy Medical Commissioner) For Director General ( For NEWS paper advertisement)

3 HEADQUARTERS OFFICE EMPLOYEES STATE INSURANCE CORPORATION PANCHDEEP BHAWAN, CIG ROAD, NEW DELHI-110002 E-mail : dmc-ms2.hq@esic.in, Tel. 011-23235779 ------------------------------------------------------------------------------------------------------------------------ e-tender Enquiry No. U-11/14/1/2015-Med.I(ICU) Date: 11/01/ 2016 e-tender NOTICE FOR ESTABLISHING ICU ON PPP MODEL On behalf of the Director General ESI Corporation, online tenders are invited along with a complete set of hard copy, for establishing Intensive Care Units in various existing ESIC Hospitals all over the country on PPP model (equip, operate and manage), through e- procurement portal of ESIC : https://esic.eproc.in. EMD ( Earnest Money Deposit) of RS. 1000000/ (Rupees TEN Lac) in the form of Demand Draft drawn at any nationalized bank in favor of E.S.I Fund Account No.1 payable at Delhi, to be enclosed with the technical bid which will be refunded in case of unsuccessful bidders after the finalization of the tender. RFP Document may be viewed online or downloaded by the tenderers from the websitewww.esic.nic.in, www.eprocuregov.in & https//esic.eproc.in. All the original affidavits and documents are to be submitted with the technical bid and scanned copies has to be uploaded in the e-tender format. Evaluation of online tender will only be done. Any discrepancy in original and uploaded scanned papers may make the tender liable for rejection. It is mandatory for all tenderers to have valid Class III B Digital Signature Certificate (both with signing and encryption component) from any certifying agency as per Information Technology (IT) Act, 2000 for submitting e-bid at the ESIC e-procurement Portal https.//esic.eproc.in Tenderer should get registered at https.//espc.eproc.in by paying Annual Registration Charges of Rs. 2000/- (non refundable). Tenderers will also have to pay tender/bid processing fee of Rs. 4500/- (non refundable) for participation in the e-tender. Both the annual registration charges and bid processing fee are to be paid in the form of two separate Demand Drafts from any scheduled bank, in favour of M/s Uptron Powertronics Ltd, payable at Ghaziabad and deposited at the registered address as mentioned below: M/s Uptron Powertronics Ltd. S-53 to 58, Site IV, Sahibabad, Ghaziabad-10 (UP) Ph-0120-2895181

4 Tenders s ID/Profile will be activated for participation & bid submission only after the receipt of Demand Drafts, failing which the tenderer will not be able to register & participate in the e-tender. All profile activations will be done only during the ESIC office working hours. e-tender SCHEDULE S. No. Details Dates & time 1. Period of availability of e-tender Enquiry document on ESIC websitewww.esic.nic.in, CPP Portalwww.eprocuregov.in and ESIC e- Procurement portalhttps://esic.eproc.in 11/01/2016 to 12/02/2016, 11.00 a.m. 2. Pre-bid meeting On 21/01/2016, 11.00 a.m. at Vth Floor Conference Room, ESIC Hqrs. Office, Panchdeep Bhawan, C.I.G. Road, New Delhi-110002. 3. Last date of Online & Manual Bid submission 4. Date of Opening Online tenders and Manual Technical Bid (for EMD Collection) 12/02/2016, 11.00 a.m. 12/02/2016, 2.30 p.m. at Vth Floor Conference Room, ESIC Hqrs. Office, Panchdeep Bhawan, C.I.G. Road, New Delhi-110002. 5. Date of Opening Financial Bid. Will be communicated over Phone/Email to the technically qualified bidders. 6. Validity of offer 180 days from the last date of submission of e-tender If the date of opening of tenders is declared a public holiday, the tenders shall be opened on the next working day at the same venue and time. All tenderers are requested to check further notifications/ updates if any on ESIC websitewww.esic.nic.in & ESIC e-procurement portal-https.//esic.eproc.in. It is mandatory for all tenderers to submit both online as well as a complete set of the tender manually within the stipulated time, failing which the tender will be summarily rejected.

5 Pre-bid meeting 1. In order to clarify doubts of the prospective tenderers, if any, a Pre-bid meeting will be held at Vth Floor, Committee Hall, ESIC Headquarter office, CIG Road, New Delhi 110002, on 21/01/2016 at 11.00 a.m. 2. The objectives of this Pre-bid meeting are, to clarify the queries about the RFP document and the project. IMPORTANT INSTRUCTIONS FOR VENDERS FOR E-TENDERING 1. All vendors are required to procure Class IIIB Digital Signature Certificate (DSC) with both DSC Components i.e. Signing & Encryption to participate in the E-Tenders. 2. Vendors should get Registered at https://esic.eproc.in by paying Annual Registration charges of Rs.2000/- (non-refundable) in the form of Demand Draft from any scheduled bank, in favour of M/S Uptron Powertronics Ltd. Payable at Ghaziabad. 3. Vendors also needs to submit Bid Processing Fee Charges of Rs. 4500/- (non-refundable) in the form of Demand Draft from any scheduled bank, in favour of M/S Uptron Powertronics Ltd. Payable at Ghaziabad for participating in the Tender. 4.Vendor needs to submit the Demand Draft of Annual Registration and Bid Processing fee at the below mentioned Registered address for approval of Registration and successful submission of Tender, failing which the vender will not be able to participate in the e- Tender. Along with the Demand drafts, Vender needs to send a covering Letter mentioning about the payment details, company name, address, payment towards ESIC Registration charges (mention User Id) and ESIC Bid processing fees (mention Tender ID and Tender Title) at the below mentioned address : UPTRON POWERTRONICS LTD S-53 to 58, Site-IV Sahibabad, Ghaziabad( U.P.)-201010 5. The Vendor also needs to mention his Company name, address,user ID, Payment towards ESIC Registration Charges at the back side of Demand Draft of Rs. 2000/ and ESIC Bid Processing fee mentioning the Tender ID and Tender Title at the back side of Demand Draft of Rs. 4500/. 6. Vender also need to send the scanned copies of Demand Drafts at ashish.goel@uplauctions.com mentioning their company name, address and User ID for approval of Registration and Tender ID and Tender Title for approval of Bid Processing Fee.

6 REQUEST FOR PROPOSAL EQUIP, OPERATE AND MANAGE INTENSIVE CARE UNITS AT ESIC HOSPITALS

7 Table of Contents Sl.No. Contents Page No. 1 Introduction 8 2 Intention 8 3 Essential qualifying Conditions 9 4 Period of Partnership Contract 10 5 Scope of services Service Provider 11 6 Scope of services Public Partner 15 7 General 16 8 Legal. 17 9 Financial Expectations 18 10 Performance monitoring 18 11 Preparation & Submission of the Proposal 19 12 Technical proposal 20 13 Financial proposal 21 14 Selection process 22 15 Performance guarantee 23 Annexure I-VII 25 to 31

8 REQUEST FOR PROPOSAL TO SET UP INTENSIVE CARE UNIT Request for proposal is invited from reputed agencies for Equipping, Operating and Managing of ICU at various ESIC Hospitals all over India under Public Private Partnership. 1. INTRODUCTION The ESI Corporation which is an autonomous organization under Ministry of Labour and Employment, is planning to provide ICU facilities to its Beneficiaries in various ESIC Hospitals all over India. The ICU units of various bed strengths, as per requirement are to be established under Public Private Partnership (PPP) in the built up space within the ESIC hospitals, in various states. The ESIC authorities expect from the private partner to modify the earmarked space and the building into a fully equipped ICU in consultation with the respective ESIC hospital authorities. ESI Corporation invites proposal from the interested agencies to participate in this PPP Project. Purpose of this RFP is intended to identify agencies that have the capacity to establish and manage Intensive care Units in various ESI Corporation hospitals of the country where ever asked to do so. The selected agency will be empanelled for establishing and managing ICU services in various ESIC hospitals as per Medical superintendent s requests. 2. INTENTION 2.1 ESIC intends to provide Intensive care facilities (ICU) to the ESI beneficiaries within its own infrastructure through the Public Private Partnership on Equip, Operate and Manage Model. 2.2 The Private Partner, hence forth referred to as Service Provider, shall establish a well equipped ICU with all required facilities along with all men and material, in the specified space and building to be provided by the ESIC hospital. The Service Provider will provide round the clock ICU services to the Hospital patients, transferred to his unit, with his own equipments, material,

9 qualified consultants and required manpower. The Service Provider will have all the responsibilities to procure, maintain and operate all the equipments and other required medical and non-medical items including back-up services for the unit at his own cost. 2.3 The ESIC Hospital henceforth referred as The Hospital, who will be the public partner of the project, will pay to the Service Provider, for ICU services provided to the ESI beneficiaries, as per rates quoted by him in his financial bid. The service provider has to quote for a single package rate of comprehensive ICU Care per occupied ICU bed per day. No other payment will be done in addition, to the Service provider by the Hospital. The Service Provider shall provide the treatment to the referred ESI beneficiaries as per the standard ICU protocol. 3. ESSENTIAL ELIGIBILITY CONDITIONS TO PARTICIPATE: Along with the submission of desired EMD, the bidders who fulfill all the following conditions are eligible to apply: 3.1 The Service Provider may be (a) Owner of a Multispecialty /Super Specialty Hospital with round the clock ICU facility having minimum 10 ICU beds. or (b) Agency/ Company involved in establishing/providing similar types of medical services e.g. Cath lab / Dialysis / ICU etc. on their own or PPP model in various medical establishments. 3.2 Financial Status and credibility: The Service provider should have minimum annual turnover of Rupees Five Crore in last three financial years from the medical services. 3.3 Technical: The Service provider should have 3.3.1 Experience of setting up and managing one hospital with running 10 bedded ICU, for at least three years.

10 or Experience of providing medical services like ICU/ Cath lab/ Dialysis units on own or PPP model for three years, along with establishing at least two such units in these three years. 3.3.2 The Service provider should not be found guilty of malpractice, misconduct or blacklisted / debarred at the time of applying either by Public Health Department, or any local authority, other state government, Central Government s organizations. The agency should submit a notarized affidavit for the same. 3.3.3 Affidavit Requirement: The bidder has to submit undertaking in the form of affidavits, accepting all the conditions as per attached annexure. 4. PERIOD OF THE PARTNERSHIP CONTRACT 4.1 Initial Lock-in period shall be for 5 (Five) years, thereafter extendable on the same terms and conditions on yearly basis, if agreed upon by both the parties. The tenure of partnership contract as mentioned herein above is also based on the satisfactory performance by the Service Provider, during the period of contract. 4.2 No subletting of part or whole of the process /infrastructure / services shall be allowed to the Service Provider. 4.3 On expiry of the contract, the Service Provider will take away all equipment and consumables that are under his ownership, without disturbing the physical infrastructure provided by ESIC. After expiry of contract term including the extended period a grace period of 4 weeks may be allowed for removal of all infrastructure/ equipment/ consumables from the premises. If not cleared within this time frame, the Medical Superintendent of the said ESIC Hospital will be at liberty to dispose of equipment etc. as deemed fit. 4.4. If the services of Service Provider are not found satisfactory at any point of time during the contract period, then the public partner may give show-cause

11 notice to the Service Provider for improvement of services / rectification of defects. Service Provider should respond within one month from the date of receipt of the show cause notice with detailed action plan for improving services. If the services are not improved to the satisfaction of the public partner within 90 days from the date of receipt of the show-cause notice then the contract of the Service Provider is liable to be terminated with one month notice for that particular unit.. 4.5. The contract may be terminated by either party at six months notice without assigning any reason. 4.6 Separate MOU has to be signed with each ESIC Hospital where ICU is to be established. SCOPE OF THE WORK AND SERVICES FOR BOTH THE PARTNERS 5. SCOPE OF WORK AND SERVICES FOR THE SERVICE PROVIDER: With a view to provide the freedom of work, independence, and minimum interference from the public partner, The Hospital will provide the Service provider a portion of the already constructed hospital building as mentioned above along with already installed fixtures, fittings, electricity and water supply on as is where is basis. No new civil, electrical modification, improvement or any other incidental work will be done by the Hospital. The Service Provider can inspect the availability of space and requirement of civil works etc. before starting the work, with prior appointment with the Medical Superintendent, of the said ESIC Hospital. 5.1 All arrangements, which are not in the scope of The Hospital, as mentioned in the schedule No. 6 below, but required by the private partner for smooth functioning of the ICU has to be provided/procured by the Service Provider. Any modification/alteration/addition in the already constructed building of the

12 Hospital has to be done by the private partner himself after obtaining prior permission of the Hospital Authorities, at his own cost. 5.2 The repair and maintenance of the electrical lines, water pipe-lines, air conditioning fittings, Oxygen supply lines and any other type of fittings inside the building, handed over to the private partner will be the sole responsibility of the Service Provider. 5.3 The Service Provider has to procure all medical and non medical equipment, Air conditioners ( if no centralized air conditioning available), furniture items, beds, linen, mattresses, stationary, drugs, dressings, consumables, nonconsumables, all professional/ non-professional man power and any other material or service required to run the ICU, at his own cost. 5.4 Emergency Lab facility for ICU patients has to be arranged and provided by the Service Provider. 5.5 The Service Provider has to make his own arrangement inside the building handed over to him for housekeeping and security services, including disposal of bio-medical waste (i.e. shifting/disposal up to the earmarked area of The Hospital) 5.6 The arrangement of electricity, water, centralized oxygen supply (if available), shall be done by The Hospital on as is where is basis. In case there is any failure, the ad-hoc or emergency arrangement for the proposed ICU has to be made by the Service Provider, at no extra cost to the Hospital. 5.7 The dietary services of the Hospital can be availed by the Service Provider only on payment basis, if the services are provided through private contractor. 5.8 The Service Provider must have back up arrangement for any breakdown of medical gases and electricity supply, through gas cylinders, UPS or Generator etc., at no extra cost to the Hospital.

13 5.9 The Service Provider has to procure all computers, Telephones, internet connection and all other facilities required by him for the centre at his own costs. 5.10 All the Critical care consultants, specialists, nurses, technicians, Para-medical staff and all other man power have to be arranged by the Service Provider for the centre at his own cost. 5.11 The Service Provider has to provide round the clock uninterrupted ICU services by posting qualified required man power on shift basis. 5.12 The Service Provider has to provide all services only to the ESI beneficiaries referred by the MS/ Casualty Medical Officer of the Hospital to the ICU. No patient without the referral form issued by the ESIC Hospital should be treated at the ICU. 5.13 Only newly purchased equipments must be installed by the Service Provider, intimating the details of all equipments to the ESI Hospital Administration. Already used equipment or instruments should not be procured for the centre. The successful bidder shall provide the requisite details of the equipment purchased and installed at the ICU to the concerned MS of the Hospital whenever asked for. 5.14 All drugs and dressings during indoor treatment should be provided in the ICU by the Service Provider and in no case the beneficiary will be asked to purchase any item. 5.15 Shifting the patient to tie up hospital in case any Super specialty or any other intervention is required has to be done in consultation with the MS. As soon as ICU requirement is over the patient should be shifted back to The Hospital for further management. 5.16 All Consultants, Critical care Specialists, nurses, technicians and all other manpower have to be procured by the Service Provider at his own cost. They shall always remain the employees of the Service Provider

14 5.17 Running cost of all facilities including staff salaries is to be borne by the Service Provider. 5.18 Service Provider should make alternative arrangements in the event of breakdown of the services at his own cost. In case the Service Provider fails to make such arrangement and the patient claims any damages, it shall be the responsibility of the Service Provider. 5.19 Service Provider must maintain all medico-legal & other records and should be able to provide them in hard and soft copy to the Hospital Administration on demand. 5.20 Service Provider must issue Identity cards and uniforms to the staff. It must also be ensured that staff is in uniform on duty. 5.21 Service Provider must obtain insurance cover for the equipments in the Centre at his own cost. 5.22 Obtaining any permit/ license /authorization for running and operating ICU including civil, electrical, radiation safety requirements and PNDT etc. shall be the responsibility of the Service Provider only. 5.23 Critical care specialist should be available to attend cases round the clock. The doctor s daily duty roster should be submitted to the hospital administration in advance.. 5.24 The Service Provider might be asked to provide training in Critical care Medicine to the hospital staff and undergraduate/post graduate medical students, if needed by the Hospital administration without any condition or cost. 5.25 Service Provider will ensure remedial measures with regard to any deficiency in services pointed out by the authorities. Medico legal liability arising out of and during the course of treatment at the ICU shall be the sole responsibility of the Service Provider. The Service Provider shall keep the ESIC

15 hospital/administration/m.s duly indemnified against any medico legal case, labor dispute/civil dispute arising out of working of the ICU. 5.26 No additional service/facility shall be provided to the Service Provider except the services/facilities mentioned in the tender document. The Service Provider has to make rest of the arrangements at his own cost. 5.27 Service Provider will be authorized to make changes in fittings, cablings etc as per the requirement of operating equipments with written permission from hospital administration. 5.28 Structural modification will not be permitted. 6. WORK AND SERVICES UNDER SCOPE OF THE PUBLIC PARTNER (THE HOSPITAL). 6.1 The Hospital will provide the space and the building on as is where is basis. 6.2 Payment of property tax, and any other property related payments will be the responsibility of the Hospital. 6.3 Electricity, water, and Centralized Oxygen supply (if available) will be provided to the handed over portion of building as provided to the rest of the Hospital. No fresh fittings or pipelines will be laid down by the Hospital. No civil or electrical job inside the handed over portion of the building will be taken up by the Hospital. Service Provider will make his own arrangement inside the building, for all his requirements at his own cost. 6.4 Services of the CSSD and Laundry (If available) will be provided to the Service Provider also. In case of any break down of these services, the Service Provider shall have to make his own arrangements for the same at his own cost. In case the Hospital makes some tie up arrangements for these services, the Service Provider may use the same for him on the same terms and conditions of payments, at the cost of Service Provider. Hospital will not be

16 liable for any loss or compensation in this regard. No payment will be done to the Service Provider for making his own arrangements. 6.5 A Liaison Officer shall be nominated by the Medical Superintendent, of the Hospital to co-ordinate with the Service Provider. 7. GENERAL 7.1 All ESI Beneficiaries reporting to this hospital and needing ICU Care will be referred to the ICU on the referral letter by the Medical Superintendent, along with duly attested photograph and attested signature of the patient over it. The Service Provider will provide the treatment as per the Standard ICU protocol and disease requirement. The Service Provider will keep check on the patient s identity. The details of the referral procedure can be discussed with the MS before starting the ICU services. 7.2 The Service Provider shall raise bills for ICU services, along with original referral letters and with other papers and items demanded by the Hospital, on monthly basis and payments will be cleared by the Hospital normally within 4 weeks from the date of submission of the bills. The payment will be made as per quoted package rate of comprehensive ICU Care per occupied ICU bed per day (same for all diseases) for total admitted days in ICU. 7.3 The Service Provider and its staff can be given access to all the areas of the hospital after showing identity card. 7.4 Service Provider will be authorized to make changes in fittings, cablings etc as per the requirement of operating equipments with prior permission from hospital administration.

17 8 LEGAL 8.1 In case of change of legal status of Service Provider, fresh mutual agreement will come in force, subject to the condition that the new entity is eligible for running ICU. However the total lock in period of Five years may/ may not be extended under such circumstances 8.2 Force Majeure will be applicable to both parties. A party claiming Force Majeure shall exercise reasonable diligence to seek overcome the Force Majeure event and to mitigate the chances of non-performance of its obligation under the tender. 8.3 Any medico-legal issues arising in the course of or out of treatment of patients will be the sole responsibility of Service Provider. The Service Provider will keep the Hospital/administration/ Medical Superintendent dully indemnified. 8.4 In the event of any dispute or difference arising out or touching to this agreement/contract and/ or in relation to the implementation hereof, the same shall be resolved initially by mutual discussion and conciliation. In the event of failure thereof, the same shall be referred to sole arbitration of the Director General of the Employee State Insurance Corporation (ESIC) or his nominee. The decision of the Sole Arbitrator shall be final and binding upon the parties. The place of the arbitration will be at Delhi and /or where the concerned ESIC hospital is situated. The arbitrator shall conduct the arbitration proceedings in English in accordance with the provisions of The Arbitration and Conciliation Act, 1996. Both the parties know that sole Arbitrator might have dealt with the contract agreement in question and is an employee or officer of Employee State Insurance Corporation (ESIC) but the same shall also not disqualify him in any manner from acting as a sole Arbitrator. In this clause the expression of Director General Employee State Insurance Corporation shall also include any person who is for the time being the administrative head of Employee State Insurance Corporation.

18 8.5 Provision of Consumer Protection Act and RTI act are applicable to the Service Provider also. 8.6 All the applicable Laws of land including Minimum Wages Act, ESI Act, EPFO, Income tax, service tax etc. shall be the responsibility of Service Provider. The Service Provider shall ensure due compliance of all labour laws during the period or setting up, maintenance and running of the ICU. 8.7 The Bidder/Service Provider shall be responsible for compliance/ responsibility under all labor laws, IT laws, statutory requirements pertaining to its employees and establishment. The Service Provider shall keep ESIC Indemnified against any claim, litigation, and proceedings on this account. 9. FINANCIAL EXPECTATIONS ESI Beneficiaries needing ICU care in the hospital; will be referred to the ICU center. Optimum utilization of the proposed ICU Centre is expected. 10. PERFORMANCE MONITORING 10.1 The Hospital authorities are free to monitor the quality of services rendered by the Service Provider on a periodical basis. Any shortcoming will be communicated to the Service Provider in a written format and Service Provider will be responsible for rectification if any. Monthly statistics must be sent to the Hospital Administration by 10 th of the following month by the Service Provider. 10.2 Regular patient satisfaction survey/ grievances shall be carried out by the Hospital and shared between Service Provider and Medical Superintendent. Corrective action taken needs to be intimated in writing by the Service Provider. 10.3 The Medical Superintendent or his authorized person shall have the right to inspect the Centre at any time.

19 10.4 The Service Provider will nominate an official for liaison work and performance monitoring. 11. PREPARATION AND SUBMISSION OF THE PROPOSAL( Instructions for e-tendering placed at initial pages): 11.1 Interested bidders/service Providers are requested to learn about the project minutely They should be absolutely clear and sure about the concept of establishing the ICU on PPP mode and other required services in the provided built up space before submitting the proposal and particularly financial bid which is same for all locations. 11.2 The proposal is to be submitted as two bid system i.e. (A) Technical and (B) Financial bid. Both bids should be submitted in two separate sealed envelopes with mentioning type of bid i.e. Technical or Financial bids on the envelops. The EMD draft should be placed in an Isolated closed envelope and tagged with the technical bid envelope All envelops are to be put up in an outer big envelope and to be labeled as PROPOSAL FOR ESTABLISHING ICU and should be dropped in the tender box placed in the ESIC HQ, Panchdeep Bhawan, New Delhi-110002 in front of Room No. 312, kept for the same purpose before the specified date and time. All personal and contact details of the bidders are to be submitted with the technical bid. 11.3 Please attach this Request for proposal document signed and stamped on each page by the authorised signatory, along with the technical bid. 11.4 All enclosures/papers must be serially numbered and signed by the authorised signatory with stamp on each page before submission (Authorization certificate for authorized signatory from company should be enclosed with the technical bid).

20 12. TECHNICAL BID: should contain the documents required for essential qualification as below: 12.1 EMD ( Earnest Money Deposit) of Rupees TEN Lac in the form of Demand Draft drawn on any nationalized bank in favor of E.S.I Fund Account No.1 payable at Delhi Which will be refunded to the unsuccessful bidders after the finalization of the tender. For successful bidder this will be kept as security deposit at ESIC HQ in addition to the performance guaranty to be submitted separately at each ESIC Hospital. EMD will be forfeited, if the bidder does not deposit the required performance guarantee after the notification of award or not willing to accept the contract after award or withdraws its proposal after tender opening time and date. In the event of the withdrawal of proposal after the date and time specified for the tender opening the earnest money shall stands forfeited 12.2 Copies of complete Audited Balance sheets and/or Financial statements with profit and loss account for last 3 financial years duly audited by Chartered Accountant, indicating the annual turnover. 12.3 Evidence of running a Hospital with 10 ICU beds / two medical centers providing ICU/Dialysis/Cath lab as mentioned earlier. 12.4 Three years experience proof to be attached. 12.5 AFFIDAVIT: The bidder has to submit an undertaking in the form of affidavit as mentioned in Annexure. 12.6 The Service Provider should not have been black listed by ESIC/Central / State Government/CGHS at the time of applying. Affidavit to be enclosed as attached. 12.7 ESIC reserves the right to reject any application(s) if any of the following happens:- a) At any time, a material misrepresentation is made or uncovered.

21 b) The Service Provider does not provide within the time specified by ESIC, the supplemental information sought by ESIC for evaluation of the application (s). Such misrepresentation/ improper response shall lead to the disqualification of the Service Provider. c) Bidder s Service Provider s failure to submit sufficient and complete details for evaluation of bid within the prescribed time. No bid will be accepted after due date and time. d) Bids received without pre-qualification documents as required. e) Bidders not meeting the pre-qualification criteria stipulated in the tender. f) Bidders not agreeing to furnish required security deposit. g) Bids/quotations not received though the procedure channel and manner presented. h) The decision of ESIC to accept or reject any or all of application(s) shall be final and binding and shall not be subject to any review or revision by any judicial or quasi-judicial authority. 13. FINANCIAL PROPOSAL/BID Financial Proposal should be submitted in a separate sealed envelope as per ANNEURE-VII. It must clearly mention: SINGLE PACKAGE RATE OF COMPREHENSIVE ICU CARE PER OCCUPIED ICU BED PER DAY (SAME FOR ALL DISEASES AND ALL HOSPITALS).

22 PACKAGE RATE is lump sum cost of inpatient treatment/diagnostic procedure including (but not limited to ) Registration charges, Admission charges, accommodation including diet, injection, dressing, doctors consultation, monitoring, transfusion, anaesthesia, disposables, consumables, cost of all medicines, all investigations, physiotherapy nursing care, all types of charges for services, consumables, drugs,dressings required for the treatment of the admitted ICU patient. (as per CGHS definition). 14. SELECTION PROCESS: 14.1 A Pre-Bid conference shall be held on a fixed date and time after the request for proposal is being advertised well before the submission date in the ESIC HQ to clarify any doubt on the subject. 14.2 Technical evaluation of the proposals shall be carried out by a committee duly constituted by Competent Authority of ESIC. Along with the scrutiny of the proposals, the committee may even visit the Hospitals of the bidders to assess and confirm their capabilities on the subject 14.3 The Incomplete financial bids will not be considered. 14.4 The technical evaluation committee has full right to reject any proposal. Among all the bidders, those who are eligible as per essential qualification requirement (as listed in the tender document) will be considered technically qualified. 14.5 The Financial bids of the technically qualified bidders will be opened by a committee, in presence of the bidders if they wish to attend. 14.6 The bidder who will offer minimum package rate of comprehensive ICU Care per occupied ICU bed per day as per financial bid will be awarded the project subject to fulfillment of all the mandatory qualifying

23 conditions as per tender document. In case of tie the bidder with higher annual financial turnover in the last financial year will be awarded the project. 14.7 Final selection of the bidder is at the discretion of the Competent Authority. 14.8 The competent authority has full right to accept or reject any or all the tenders without assigning any reason thereof, at any stage. 15. FIXED TIME FRAME TO COMPLETE THE PROJECT: 15.1 Maximum time expected to complete and commissioning of the each ICU is 4 months from the date of award of the work order and handing over the possession of the built up space for ICU in each of the ESIC hospital individually. 15.2 After the expiry of four months, Rs. 20000/ per week will be recovered as the penalty for delay of the project for next 2 months. After 2 months of penalty period, the deposited performance security may be forfeited. 16. Mandatory Equipments: Annexure-V gives the list of minimum requirement of equipment which are expected to be provided by the Service Provider. The Service Provider is free to add more and install better equipment, if needed, but minimum as per annexure list has to be maintained. Doctors and Staff is to be provided as per Standard norms for ICU. 17. PERFORMANCE GUARANTEE Bank guarantee of Rs. FIVE Lakh per ESIC hospital ICU or refundable security amount in the form of demand draft of the same amount to ESI Fund account No 1 payable at -------( city) have to be submitted to the MS, as performance guarantee. No interest will be paid on performance

24 guarantee. In case the bidder does not fulfill the contractual obligations the performance guarantee amount may be forfeited. EMD will be forfeited if the bidder does not deposit the required performance guarantee or not willing to accept the contract after the notification of award. Performance guarantee has to be deposited within a specified period, from the date of offer for establishing ICU is made to the agency by The Hospital. It will be refunded without any interest after the contract period is over.

25 DETAILS OF THE BIDDER ANNEXURE-I NAME OF THE BIDDER 1 Name Of Tendering Hospital/Institution 2 Name Of Owner / Directors 3 Full Particulars Of Office A) Address. B) Contact Telephone Nos. C) Fax No. D) E-Mail. 4 Registration Details: (A) PAN / GIR NO. (B) Service Tax Registration No. 5 Details Of Non Refundable fee A) Amount (INR.) B) D.D. / P.O. No. and date C) Drawn On Bank : 6 Name Telephone and Mobile No. of the dealing representative Signature of authorized signatory Name: Place: Seal

26 ANNEXURE-II Format for Affidavit certifying that Entity/Promoter(s) / Director(s)/Members of Entity are not Blacklisted (On a Stamp Paper of relevant value) Affidavit I, M/s... ------------------------------------------------, (the names and addresses of the registered office) hereby certify and confirm that we or any of our promoter(s) /director(s) are not barred by or blacklisted by any state government or central government / department / organization in India from participating in Project/s, either individually or as member of a Consortium as on the (Date of Signing of Application). We further confirm that we are aware that, our Application for the captioned Project would be liable for rejection in case any material misrepresentation is made or discovered at any stage of the Bidding Process or thereafter during the agreement period and the amounts paid till date shall stand forfeited without further intimation. Dated this... Day of..., 2016. Name of the Applicant Signature of the Authorized Person

27 ANNEXURE -III Format for Power of Attorney for Signing of Application (On a Stamp Paper of relevant value) Power of Attorney Know all men by these presents, We M/s ---------------------------------------------------- ---... (Name and address of the registered office) do hereby constitute, appoint and authorize Mr /Ms... --------------------------------- (Name and residential address and PAN), duly approved by the Board of Directors in their meeting held on--------------------, who is presently employed with us and holding the position of ------------------------------------------.. as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our bid for "RFP for Managing ICU Services in ESIC PPP Mode including signing and submission of all documents and providing information / responses to the ESIC, representing us in all matters before ESIC in all matters in connection with our bid for the said Project. We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us. Dated this the... -----------------------day of 2016 For (Name, Designation and Address) Accepted (Signature) (Name)

28 FINANCIAL INFORMATION ANNEXURE IV S. No. PARTICULARS DETAIL 1 PAN details ( photo copy attached) 2 TAN details ( photo copy attached) 3 Annual turnover per year in the last three consecutive years with details (Audited Balance sheet to be submitted) Turnover(in INR Years Crore) Profit after Tax Attach experience details (3 years) on separate sheet and upload. Signature of authorized signatory Name: Place: Seal :

29 MINIMUM EQUIPMENTS IN ICU ANNEXURE-V 1 ICU Beds Full Fowler 4 Section, Remote Control Operated, US FDA / CE Approved 2 Patient Bed Side Multipara Monitor 3 Central Nursing Station 4 Needle Destroyer & Syringe Cutter & Other Biomedical Waste Segregation Facilities 5 Ventilator (Adult & Pediatric) 6 Bipap & C-pap 7 Defibrillator With External Pacing 8 ECG Machine (12 Channel) 9 Syringe Infusion Pumps 10 Volume Infusion Pumps 11 Furniture Like Crash Cart, Cylinder Trolley, Kick Bucket, Instrument Trolley, Dressing Trolley, Basin 12 Misc Items Like Curtain, Glucometer, BP Instrument, View Box, General Instruments, Air Sterilizer etc 13 Flash Sterilizers 14 Part Hematology Analyzer 15 Semi autoanalyzer 16 Other Lab Instruments 17 ABG Machine With Electrolytes 18 Cardiac Marker Analyzer 19 Portable Ultrasound 20 Mobile X Ray

30 ANNEXURE-VI AFFIDAVIT 1. I,. Son / Daughter of Shri.. Owner/Authorized Signatory of... am competent to sign this declaration and execute this tender document. 2. I have carefully read and understood all the terms and conditions of the tender and hereby convey my acceptance of the same and will abide to all if selected. 3. The information, documents, data of financial status and credibility, details of ICU operations, experience details etc. furnished along with the tender bid are true and authentic to the best of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of any false information / fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution under appropriate law. 4. In case my proposal/tender is accepted I assure that : (a) Round the clock Critical care Specialists will be posted by us exclusively for the proposed ESIC ICU Centre who shall have an experience in all types of Interventional ICU procedures, of more than 3 years after gaining his MD degree in Medicine/Critical care/ Anesthesia. All other Specialists will be arranged as per requirement of the ICU Patient. (b) For the proposed ICU Centre in addition to (a) above we shall provide other required staff as per Standard SIU Norms for ICU and equipments as per need including equipments listed in ANNEXURE- V. I have appraised myself fully about the job to be done during the period of agreement and also acknowledge to bear consequences of non performance or deficiencies in the services on my part. Signature of the authorized signatory Date: Full Name: Place: Company's Seal: N.B.: The above declaration, duly signed and stamped by the authorized signatory of the company, on stamp paper and duly notarized, should be enclosed with Technical bid.

31 ANNEXURE-VII FINANCIAL PROPOSAL/BID SINGLE PACKAGE RATE OF COMPREHENSIVE ICU CARE PER PATIENT OCCUPIED ICU BED PER DAY (SAME FOR ALL DISEASES AND ALL HOSPITALS). RS. /Per patient/per bed/ per day Signature of the authorized signatory Date: Full Name: Place: Company's Seal Financial Proposal should be submitted in a separate sealed envelope.