government of chhattisgarh, directorate of health...
TRANSCRIPT
Government of Chhattisgarh,Directorate of Health Services,
Old Nurses Hostel, Near D.K.S Bhawan,Mantralaya Parisar
Raipur-492001
Request for Proposalfor
establishing diagnostic centresin
public hospitals / health facilities in the State of Chhattisqarh[As amended after pre-bid meeting held on 19th January, 20131
1 Background
1.1 The Government of Chhattisgarh has adopted a public-private partnership (PPP)policy for the health sector. The over-riding objective of the policy is to utilize the technical,financial and managerial resources available in the private sector for strengthening thequality of services being provided through the public health care network. Outsourcing para-clinical and non-clinical support services at the public health facilities is one of the priorityareas under the policy.
1.2 The current RfP is being released to invite proposals for establishing network ofdiagnostic centres in public hospitals / health facilities across the State, defined as separatelots as follows:
Lot#1
3
5
7
DescriptionSurguja Division radiologyservices (67 locations)
Bastar Division - radiologyservices (79 locations)
Raipur Division - radiologyservices (144 locations)
Bilaspur Division - radiologyservices (89 locations)
Lot#2
4
6
8
DescriptionSurguja Division - laboratoryservices (67 locations)
Bastar Division - laboratoryservices (79 locations)
Raipur Division - laboratoryservices (144 locations)
Bilaspur Division - laboratoryservices (89 locations)
2 The scope of work
2.1 The agency [a single legal entity or a consortium thereof] selected through this RfPshall be required to set up one or more of the following three types of diagnostic centres inthe assigned Lot(s):
• Category-A Diagnostic Centres: These are required to be established in 10identified 100-bedded district hospitals. These are seen as apex centres providing Ylcomprehensive range of lab and radiology services.
1 I P a g e
SHRC, January, 2013
• Category-B Diagnostic Centres: These are required to be established at thehospitals / health facilities [50-100 bedded each] situated at the headquarters of the12 newly created districts, 8 civil hospitals and 46 such Community Health Centreswhich are being strengthened as First Referral Units1. These are seen asintermediate level centres providing intermediate range of lab and radiologyservices.
• Category-C Diagnostic Centres: These are required to be established at the 103non-FRU Community Health Centres and 200 such Primary Health Centres whichare being strengthened as 24 x 7 PHCs2. These centres will provide the primaryrange of lab and radiology services.
2.2 The number of facilities in various lots are given in the table below.
Division
SurgujaBastarRaipurBilaspur
Totral
Number of facilitiesCategory-A
214310
Category-B1213241766
Category-C536511669303
Total677914489379
The list of hospitals in category A and B, list of non-free CHCs (category-C) and the numberof 24 x 7 PHCs (category-C) are given at Annex-1.
2.3 The minimum lab / radiology services required to be provided at each category of thediagnostic centres will be as given below.
Category- C - Radiology services : Plain X-ray
Category- C - Laboratory services
Clinical Pathology
Microbiology
Serology
Biochemistry
Haematology- Haemoglobin Estimate, TLC, Differential Leucocytecount, bleeding time, clotting time, platelet count, E.S.R.,Malaria/Filaria Parasite, Blood grouping, Rh Typing, , Sickelling test(solubility and slide test)Urine Analysis- routine (sugar, albumin, bile salt and bile pigment)and microscopicStool Analysis- routine and microscopicSputum for AFB
WIDAL test, Pregnancy test, HIV (strip method)
Blood Sugar estimation
1 Availability of Caesarian Section and blood transfusion services are the critical determinants of functionalityofaFRU.2 Availability of delivery services, round-the-clock, is critical determinant of a "24x7 PHC.
2 | P a g e
SHRC, January, 2013
Category- B - Radiology services : USG-Plain
Category -B - Lab services f In addition to lab services available at Category -C lab]
Clinical Pathology
Microbiology
Serology
HistopathologyBiochemistry
Haematology- Complete Haemogram (CBC), Absolute EosinophilCount, Reticulocyte count, Total RBC count, E.S.R., PeripheralBlood count, Packed cell volume, Sickelling test (electrophoresis)Urine Analysis- Bile Salts, bile Pigment, acetone, specific gravity,Reaction (pH), SugarStool Analysis-Stool for Ovacyst (Eh), Culture and Sensitivity,Hanging drop for V. Cholera, Occult bloodSemen Analysis-Morphology CountGram Stain for throat swab
ELISA for HIV, HBS AG, RA factor, ASO factor
Pap smearRenal function test (RFT), Liver function test (LFT), Lipid profile
Category-A-Radiology services : CT-Scan, USG-Doppler, Echo-cardiography
Category -A - Lab services fin addition to services available at category-B lab]
Clinical Pathology
Pathology
Microbiology
Serology
Biochemistry
Haematology- LE Cell
Cytology, Bone Marrow examination, Coagulation Disorders,Thalassemia
Culture and sensitivity of blood, sputum, pus, urine, KOH study forfungus, Bacteriological analysis of water by rapid H2S testCoomb's test, Lepto spirosis (Rapid test/ELISA) and HCV
Glucose Tolerance Test, Glycosylated Haemoglobin, SerumBilirubin, Blood uric acid, Serum calcium, sodium, potassium, Serumphosphorous, serum magnesium, CSF for protein, sugar, Blood gasanalysis, Estimation of residual chlorine in water by OT test, ThyroidT3T4TSH, CPK chloride
Notes:
All equipment must be newThe CT scan machine shall be at least 16 slice with 0.5 second or less rotation time.The X-ray machine shall be at least of 300 mA specification.Portable sonography machine is not allowed.Upto 25% of category-C centres may be allowed to function as collection centres,provided that the Agency shall submit a list of such centres and obtain prior approvalof the government.
3 | P a g e
SHRC, January, 2013
Option to appoint 'concessionaires'
2.4 The Agency may operate the centres directly [i.e. through staff directly contracted byit] or may engage 'concessionaires' to operate the centres on revenue / profit sharing basis.However, in so far as the State Government is concerned, the liability for complying withcontractual obligations with regard to the services shall rest with the Agency. The agency willalso have to ensure that each centre - directly managed or placed under a 'concessionaire'complies with the manpower and other standards specified in the Nursing Home Act Rules.
Pricing of services
2.5 The fee for various tests shall be fixed with reference to the "rates approved for Non-NABL accredited centre in Delhi under the Central Government Health Services", in thefollowing manner:
• Every Applicant / Bidder shall quote its 'discount offered" in its financial bid.Separate discounts can be offered for each Lot.
• After the Agency has been selected, it will submit a 'schedule of rates' for the Lotsassigned to it in the following format:
SI No.
(D
Test / procedure
(2)
Approved rate fornon-NABL centre inDelhi (on date ofsubmission)
(3)
Rate afterapplyingdiscount /premiumquoted inthe bid
(4)
Rate afterrounding offthe rate incolumn (4)to nearestmultiple of 5
(5)
• The State Government shall issue a notification, taking into account the aboveinformation, announcing the schedule of rates applicable for each Lot.
2.6 Revision of rates: The schedule of rates fixed in accordance with the aboveprocedure shall be allowed to be revised as and when the CGHS rates for non-NABLaccredited centres are revised.
2.7 Procedure for revision of rates: As and when the CGHS rates are revised, theAgency shall submit a 'revised schedule of rates' in the following format:
SI No.
(D
Test / procedure
(2)
Current rate
(3)
RevisedCGHS ratesfor non-NABLaccreditedcentres inDelhi
(4)
Rate afterrounding off therate in column (4)to nearestmultiple of 5
(5)
4 | P a g eSHRC, January, 2013
2.8 The State Government shall issue a notification, taking into account the aboveinformation, announcing the revised schedule of rates applicable for diagnostics servicesdelivered under the PPP project.
2.9 Revised rates shall be notified within 30 working days from the date of submission ofthe revised schedule of rates and the new rates will be applicable from the date of theirnotification.
Each centre to be an independent business / cost centre
2.10 Regardless of the choice made by the Agency with regard to mode of operating thecentres (that is, directly managed or managed through concessionaires), each centre willhave to be established as a separate 'business centre' and will have to have maintain dataon key details of its operations.
NABL accreditation
2.11 If the Agency obtains NABL / NABMIS certification /accreditation for a centre, theprices for the concerned lab / radiology centre can be revised with reference to the ratesapproved for "NABL accredited centre in Delhi under the Central Government HealthServices". The revised rates shall be notified as per the procedure mentioned above.
3 Branding
3.0 The Centres to be operated under the PPP shall be popularized by assigning them aunique name. The name for the centres shall be chosen after selection of the Agency /Agencies.
4 Concessions / commitments by the State
4.1 The State Government shall provide, through the Jeevan Deep Samitis of concernedhospital / health centre, space for the lab and radiology centre. The space shall be providedalong with a separate electricity meter connection. The payment of electricity charges willhave to be borne by the Agency [or the concessionaire appointed by it].
4.2 The Agency will have the freedom to use diagnostic centres to serve 'external'customers.
4.3 The State will offer to the Agency the 'right to first refusal' in expanding the networkof diagnostic services beyond those listed in this RfP including the Medical Colleges andDistrict Hospitals which are not included in this RfP.
4.4 The State will notify the revised schedule of rates within 30 working days ofsubmission of the proposal by the Agency.
4.5 The State will also allow the Agency to add X-ray services in future at all the facilitiesincluded in this RfP, depending upon the performance of services.
5 | P a g e
SHRC, January, 2013
5 Expected volume of business
5.1 Currently, the availability and quality of diagnostic services is very un-even acrossthe regions and levels of facility. Even so, the past data indicates that the minimum dailyOPD would be 50-60 for category-C facilities, 90-100 for category-B facilities and 130-150for category-A facilities. Using these OPD figures and making certain assumptions about thepercentage of cases requiring radiology services (CT-Scan, USG, X-ray) and lab tests, theannual expected number of cases coming from the public facilities themselves will be aspresented below.
Division
Surguja
Bastar
Raipur
Bilaspur
Cate-gory
A
B
C
Total
A
B
C
Total
A
B
C
Total
A
B
C
Total
Numberof
facilities
2
12
53
67
1
13
65
79
4
24
116
144
3
17
69
89
Ave-ragedailyOPD
130
90
50
135
90
50
150
100
60
140
100
60
%age OPD cases expected torequire (per facility)
CTScan
1
1
1
1
USG
7
5
7
5
7
5
7
5
X-ray
6
6
6
6
labtests
85
75
60
85
75
60
85
75
60
85
75
60
Annual expected numbers(rounded off numbers)
CTScan
950
950
500
500
2,200
2,200
1,500
1,500
USG
6,600
20,000
26,600
3,450
21,000
24,450
15,000
44,000
59,000
10,700
31,000
41,700
X-ray
58,000
58,000
72,000
72,000
1,52,000
1,52,000
90,000
90,000
lab tests
80,000
2,96,000
5,80,000
9,56,000
42,000
3,20,000
7,10,000
10,72,000
1,85,000
6,50,000
15,20,000
23,55,000
1,30,000
4,65,000
9,00,000
14,95,000
It may be noted that the case load will increase substantially over the medium term as theregularity of availability of diagnostic services improves.
Since the State has decided to universalize the coverage of RSBY to include non-BPLfamilies and is designing a plan to incentivize service providers at the public hospitals toincrease their share in the RSBY clients, the captive market is likely to grow several fold overthe duration of project.
6 | P a g e
SHRC, January, 2013
6 Project period, phasing and expansion
6.1 The State will sign an agreement with the successful bidder for operating thediagnostic services for a period of 10 years which shall be subject to extension / reduction,based on performance, as explained in para 7 below.
6.2 The Agency will have to adhere to the following time lines for establishing andexpanding the network:
o CT-Scan : Within 4 months from the date of signing of Agreement,o USG / X-ray : Within 3 month from the date of signing of Agreement.o Pathology lab: Within 2 month from the date of signing of Agreement.
Note: The State Government shall ensure that the physical possession of the space is madeavailable to the Agency within 1 month from the signing of Agreement. In cases where this isnot possible (e.g. due to delay in minor repairs or installation of electricity meter), the abovepreparatory period shall be suitably extended.
7 Payment mechanism, Performance Bonus and Penalty
7.1 The payment for the tests carried out for the following category of patients shall bemade by the Jeewan Deep Samiti of the hospital where the lab / diagnostic centre is located:
• Patients being treated under RSBY• Patients being treated under Mukhyamanti Swasthya Bima Yojana (MSBY)• BPL patients under OPD treatment
7.2 For all other cases - non-BPL cases from the hospital and patients referred by theprivate sector hospitals / doctors, payment shall be made by the person concerned.
7.3 The payment by the Jeevan Deep Samiti will be made on monthly basis on the basisof invoice to be submitted by the lab / diagnostic centre.
7.4 The rates shall be the same for all category of clients.
7.5 Performance standard:
7.5.1 The performance of a lab / diagnostic centre shall be treated as 'satisfactory' if theturn around time is 24 hours or less for routine tests and 4 hours or less in emergencycases in at least 90% of cases. It will be the treating physician who will decide whether a testis to be done on emergency basis.
7.5.3 The performance assessment will be done on an annual basis through a third partyperformance auditor, based on an audit of the in-and-out data records maintained by thelabs / diagnostic centres.
Note: Sickle-cell electrophoresis and culture sensitivity tests may need more time thanstipulated above and, therefore, shall not be included while calculating the actual turn aroundtime.
7 | P aSHRC, January, 2013
7.6 Performance bonus and penalty;
7.6.1 If a lab / diagnostic centre exceeds the satisfactory level as defined above, it will beentitled to a performance bonus calculated @5% of amount payable. The bonus amountshall be payable on annual basis after the assessment of the performance by the third party.
7.6.2 If the performance of 90% or more of the labs / diagnostic centres operated by anAgency (selected for a Lot) are rated as 'satisfactory', its contract shall be extended by oneyear
7.6.3 If a lab / diagnostic centre fails to achieve the 'satisfactory' level as defined above, itsmonthly payments for the second year shall be reduced @5%. In case it achieves the'satisfactory' level in year-2, the penalty shall be revoked. Otherwise the penalty amountshall be increase to 10% for the third year.
7.6.4 If more than 25% of labs / diagnostics centres operated by an Agency (selected for aLot) are found to be below satisfactory level in a year, the contract period of the Agencyshall be reduced by one year.
8 Eligibility Criteria for applicants
For Radiology Centres
8.1 The applicant can be a 'for-profit1 or 'not-for-profit' legal entity or a consortium thereoffulfilling the following criteria:
• Having at least 2 years' experience of managing network of radiology centres,having at least 10 such centres on the day of application; AND
• Having a turn over of not less than the amount indicated in the table below in the lastthree financial years- 2009-10 to 2011-12.
Lot
Lot-1Lot-3:Lot5:Lot 7:
: SurgujaBastarRaipurBilaspur
Minimum Average turn overfinancial years (Rs lakh)
in the last three
400400600500
For laboratory centres
8.2 The applicant can be a 'for-profit' or 'not-for-profit' legal entity or a consortium thereoffulfilling the following criteria:
• Having at least 2 years' experience of managing network of laboratories conductingpathology / micro-biology / serology / bio-chemistry tests and having at least 10 suchcentres on the day of application; AND
• Having a turn over of not less than the amount indicated in the table below in the lastthree financial years- 2009-10 to 2011-12.
8 | P
SHRC, January, 2013
Lot applied for
Lot-2: SurgujaLot-4: BastarLot-6: RaipurLot-8: Bilaspur
Minimum Average turn overfinancial years (Rs lakh)
in the last three
200200450300
Notes:• In case of consortium, the eligibility criteria will apply to the lead partner of the
consortium.• A certificate will be required from the Auditors of the Applicant certifying the average
turn-over from the relevant diagnostic services in the last three years.• In case an applicant has applied for 2 or more lots, the financial eligibility shall apply
on cumulative basis.
10 Procedure for submitting the proposals
10.1 Separate applications are required to be submitted for each lot.
10.2 The proposals (for each lot applied for) lot are required to be submitted in threeseparate envelopes as follows:
• Part-A: Proof of eligibility: This will contain the documents in support of eligibilitycriteria mentioned above. This envelope shall be marked as "Part-A: Proof ofEligibility".
Note: An applicant managing diagnostic centres at government hospitals / healthfacilities has to submit letter(s) of certificate issued by the client(s) in support of theexperience. The template for the certificate is given at attached Form-C. Proposalsnot accompanied by the letter(s) of certificate are liable to be treated as "not fulfillingproof of eligibility" and may be declared as "non-responsive".
• Part-B: Technical proposal: This will contain (a) a write up detailing the profile of theagency with details of ongoing and completed projects of similar nature with cost,contact details of the clients for the assignments undertaken, (a) the curriculum vitaeof the key personnel proposed to be assigned for the project and (b) a write up on themanner in which the agency proposes to carry out the assignment. This envelopeshall be marked as "Part-B: Technical Proposal".
• Part-C : Financial proposal : This will contain the discount offered on CGHS rates fornon-NABL accredited centre in Delhi.
Note: The envelope containing the Financial Proposal must be clearly marked"Financial Proposal" with a warning "Do Not Open With The TechnicalProposal."
9 Pa
SHRC, January, 2013
10.3 The three envelopes are to be placed in an outer envelope marked "Application forestablishing diagnostic centres - Lot number....". The SHRC / State Government shallnot be responsible for misplacement, losing or premature opening if the outer envelope isnot sealed and/or marked as stipulated. This circumstance may be the case for rejection of aproposal. If the Financial Proposal is not submitted in a separate sealed envelope dulymarked as indicated above, this may constitute grounds for declaring the Proposal as non-responsive.
11 Templates to be used for submitting proposals
11.1 Proposals, prepared and packed in separate envelopes as described above,should be accompanied by a letter of transmittal as per the format given at theattached Form-T.
11.2 The Financial proposal is to be prepared in the format given at the attachedForm-F and must be signed by the same person(s) who has/have signed the letter oftransmittal.
11.3 Letter(s) of certificate in relation to experience are to be prepared in the formatgiven at Form-C-1 and Letter of certificate from the Auditors in relation to annualaverage turn-over are to be prepared in Form-C-2.
12 Evaluation Procedure
12.1 Evaluation will be done separately for each lot.
12.2 The proposals shall be evaluated by an Evaluation Team, to be constituted by theState Government, in the following manner:
• Stage-1: Part-A of all proposals for a lot shall be examined to confirm if all eligibilitycriteria are met. The applicants who fail to meet one or more of the stipulatedeligibility criteria shall be declared as 'non-responsive1 and their technical andfinancial proposals shall not be opened.
• Stage-2: Part-B of all applicants who have crossed Stage-1 successfully shall beopened next and evaluated on the parameters as indicated below:
10 P aSHRC, January, 2013
Parameter
Experience of the Agency in managing network ofrelevant diagnostic services (radiology centres inrespect of lots 1,3,5 and 7 and laboratory services inrespect of lots 2,4,6 and 8)
Experience of 2 years or more but less than 5 years
Experience of more than 5 years
Experience of more than 5 years with at least 2 years'experience of managing integrated diagnostic centres
providing radiology and lab services
Average annual turnover in the last three financialyears (assessment will be based on certificate issued
by the AuditorsUpto 2 times the threshold defined for the concerned
lotMore than 2 times but less than 3 times the threshold
defined for the concerned lotMore than 3 times the threshold defined for the
concerned lotNumber of centres being managed at the time ofapplication (own or managed under PPP mechanism)[ a collection centre is NOT a centre]
11-25 centres26-50 centres
More than 50 centresGeographical coverage of network of diagnosticcentres being managed (own network or networkmanaged under PPP mechanism)
At least 2 States
3-5 States
3 or more States with presence in the State ofChhattisgarh.
Quality of the technical proposal as assessed by theEvaluation team
Marks
10
15
20
10
15
20
101520
10
15
20
Total
Maximummarks
20
20
20
20
20
100
12.3 Technical proposals scoring less than 50 marks shall be declared as 'non-responsive' and their financial proposals shall not be opened.
12.4 The final scores for an applicant would be weighted average of technical andfinancial bids, where the technical and financial proposals will be assigned a weight of 70
11 I PagSHRC, January, 2013
and 30 percent respectively. The scoring system of this 'Quality-and-Cost-Based-Selection(QCBS)1 procedure to be used for obtaining final scores is illustrated below.
Technical proposal
Score
(1)
50
60
70
80
Weightedscore=(score/maxscore)*100
(2)
62.50
75
87
100
Financial proposal
Bidamount(DiscountRate)
(3)
40
30
20
10
Weightedscore =(discountrate /maximumdiscount)*100
W
100
75
50
25
Combined score
Technical
(5)=(2) *0.70
43.75
52.50
60.90
70
Financial
(6)=(4)0.30
30
22.50
15
7.50
Total
(7)= (5) +(6)
73.75
75.00
75.90
77.90
13 Other terms and conditions
13.1 Last date; The deadline for submission of the bids is 1700 hours, 10th February,2013 at the address indicated in the format for transmittal letter.
13.2 Bid Opening schedule: The bid opening dates shall be announced after the last dateand will be communicated to all Applicants for the lot. In general, following schedule will beadopted for evaluation:
• Opening of proof of eligibility envelopes: 11:00 AM• Announcement of bidders fulfilling eligibility criteria: 11:30 AM• Opening of technical bids: 12:00 noon• Announcement of results of technical bid evaluation: 4:00 PM• Opening of financial bids: 4:30 PM• Consolidation of results of technical and financial bids and announcement of final
scores of evaluation: 5:30 PM
13.3 Single Proposal: A firm / legal entity should submit only one proposal. If a firm /legal entity submits or participates in more than one proposal, all such proposals shall bedisqualified.
13.4 A Bid Security of Rs. 1,00,000 (Rupees one lakh only) in the form of Demand Draftfrom any commercial bank issued in favour of "State Health Resource Centre, Chhattisgarh"
12 PaSHRC, January, 2013
should accompany the Proposal. Bid Securities of unsuccessful bidders will be returned tothem within 30 days of the award of contract.
13.5 A Bid Fee of Rs 25,000 (Rupees Twenty Five Thousand only) ) in the form ofDemand Draft from any commercial bank issued in favour of "State Health ResourceCentre, Chhattisgarh" should also accompany the Proposal. Bid fee is not refundable.
13.6 In case of deficiency in service delivery or required human resources, penalty will beimposed, which will be decided on a mutual agreement basis at the time of agreement.
13.7 Each page, Form, Annexure and Appendices of the Technical and Financial Proposalmust be signed by the Authorised signatory of the firm /legal entity. All blank spaces in thefinancial proposal must be filled in completely where indicated, either typed or written in ink.
13.8 State Government / SHRC reserve the right to accept or reject one or all applicationwithout giving any explanation.
13 | P a g e
SHRC, January, 2013
Annex-1
List/ number of hospitals / health facilities where diagnostic services are required tobe established
Category A: 10 already functioning District Hospital (100 Beded)
Division
Raipur
Bilaspur
BastarSurguja
District Hospital (100 Beded)
Raipur
Dhamatari
Mahasamund
KawardhaBilaspur
KorbaJanjgir
Kanker
Jashpur
Koriya
Category B:
8-1: 12 New District Hospital (50-100 Beded):
Division
Raipur
BilaspurBastar
Surguja
District Hospital (50-100 Beded)
BaledBemetra
Baloda BajarGariyabandh
MungeliBijapur
Narayanpur
DantewadaKondagaon
SukumaBalrampur
Surajpur
B-2: 8 Civil Hospitals:
SHRC, January, 2013
DivisionRaipur
Bilaspur
District
Rajnandgaon
Durg
RaigarhJanjgir
Name Of Civil Hospital
Kharagarh
Supela
Kharsia (FRU)Champa
14 | P a g e
DivisionBastar
Surguja
District
Kanker
Balarampur
AmbikapurJashpur
— iName Of Civil Hospital
Pakhanjur (FRU)
Wadrafnagar (FRU)
Mainpat
Pathalgaon
B-3: 46 FRU-CHC:
DivisionRaipur
Bilaspur
DistrictRajnandgaon
Durg
Raipur
Baloda Bajar
Kawardha
Mahasamund
Dhamatari
Bilaspur
Mungeli
Raigarh
Janjgir
Korba
Name Of FRU CHCsDongargarh
Churiya
Mohala
Chhuikhadan
Gundrdehi
Dondilohara
Dhamdha
Tilda
Abhanpur
Bhatapara
S. Lohara
Pandariya
Bagbahra
Pithora
Saraypali
Kurud
Nagari
Magarload
Bilha
Gourella
Kota
Masturi
Lormi
Sarangarh
Gharghoda
Lailunga
Akaltara
Sakti
Jaijepur
Katghora
Kartala
15 | P a g e
SHRC, January, 2013
Division
Bastar
Sarguja
District
Bastar
Kondagaon
Dantewada
Kanker
Sarguja
Balrampur
Jashpur
Koriya
Name Of FRU CHCsPali
Bakawand
Darbha
Keshkal
Geedam
Katekalyan
Charama
Bhanupratappur
Udaypur
Sitapur
Rajpur
Pharsabahar
Pathalgaon
Bharatpur
Manendragarh
Category C:
C-1: 103 Non-FRU CHCs
Division
Raipur
District
Rajnandgaon
Durg
Balod
Bemetra
Non FRU CMC
Ghumka
Ambagarh Chowki
Manpur
GandaiDongargaon
Utai
Nikum
Patan
Navagarh
Jheet
Dondi
DondiLoharaDevri Bangalaw
Gunderdehi
Arjunda
Thankhamriya
Berla
Gurur
Bierla
SHRC, January, 2013
Division
-
Bilaspur
District
Raipur
Baloda Bazar
Gariyaband
Kawardha
Mahasamund
Dhamtari
Bilaspur
Mungeli
Raigarh
Janjgir
Korba
Non FRU CHC
Ahirwara
Nawagarh
Dharsiwa
Gariyaband
Bhatapara
Kashdol
Nawapara
Arang
Lawan
Palari
Simga
Bhilaigarh
Fingeshwar
Rajim
Mainpur
Dewbhog
Chhura
Jhalmala
Pipariya
Bodla
Basna
Gujra
Marwahi
Pendra
Takhatpur
Pathariya
Baramkela
Pussore
ChapleTamnar
Dharamjaygarh
Kapu
Baloda
Dabhra
Bamhnidih
Baloda
Kharod
Malkharoda
Kathghora
Pondiuprora
SHRC, January, 2013
Division
Bastar
Sarguja
District
Bastar
Kondagaon
Dantewada
Sukama
Narayanpur
Kanker
Bijapur
Sarguja
Balrampur
Surajpur
Jashpur
Non FRU CHC
Tokapal
Nangoor
Bade Kilepal
Jagdalpur
Bastanar
Keshkal
LohandiGuda
Pharasgaon
MakdiVishrampuri
Dhanora
Kuakonda
Chhindgarh
Konta
Orchha
Dhaneli Kanhar
Narharpur
Amoda
Durg Kondal
Koilibeda
Antagarh
Koilibeda
Gangluru
BhairamgarhUsoor
Pratappur
Mainpat
Lakhanpur
Pratappur
Batauli
Lundra(Dhourpur)
Ramanujganj
Kusmi
Shankargarh
Odgi
Vishrampur
Lodam
Bagicha
Kansabel
Kunkuri
Duldula (~
18SHRC, January, 2013
Division District
Koriya
Non FRU CHC
Manora
Sonhat
Chirmiri
C-2: 200, 24x7 PHCs
DivisionRaipur
Bilaspur
DistrictBemetara
RaipurKawardha
MahasamundDhamtari
Baloda BazarRajnandgaonGariyaband
BaloadDurg
BilaspurMungeliRaigarh
Janjgir ChampaKorba
24x7 PHC1
5
9
12
10
6
20
5
4
3
16
4
16
3
12
Sr. NoBastar
Sarguja
DistrictBastar
KankerNarayanpurKondagaon
BijapurSukma
DantewadaSargujaSurajpurKoriya
BalarampurJashpur
Total
24x7 PHC10112
6524
2115
4
12
200
SHRC, January, 2013
19 | P a g e
Form T
Letter of Transmittal
To,
Executive Director,
State Health Resource Centre,
1st Floor, Health Training Centre Building,Kalibari, RAIPUR-492 001
Sir,
We, the undersigned, offer to organize the diagnostic services in accordance with yourRequest for Proposal dated
We are hereby submitting our Proposal in respect of (fill in the lotnumber and description). The proposal is placed in the attached envelope which threeenvelopes as follows:
• Envelope-1 containing Proof of Eligibility
• Envelope-2 containing Technical Proposal
• Envelope-3 containing Financial Proposal
We hereby declare that all the information and statements made in this Proposal are true andwe accept that any misrepresentation of facts may lead to our disqualification and /or black-listing.
The offer made by us in the Financial Proposal (Form F) are valid till six months from the dateof submission of the proposal. We confirm that this proposal will remain binding upon us and
may be accepted by you at any time before the expiry date.
We agree to bear all costs incurred by us in connection with the preparation and submission
of the proposal and to bear any further pre-contract costs.
We understand that the State is not bound to accept the lowest financial bid or any proposalor to give any reason for award, or for the rejection of any proposal.
We confirm that we have the authority of [Insert Name of the Agency/Firm] to submit theproposal and to negotiate on its behalf.
Yours faithfully,
[ Signature of authorised person(s)]
20 | P a g eSHRC, January, 2013
Form F
FORMAT FOR FINANCIAL BID
Item %age discount offeredLot number applied for
Discount Offered on CGHS rates for non-NABL accredited centres in Delhi
Both in Numeric and in Words.
percent
percent
Signature :
[ These must be the signed by the same person(s) who have signed the letter of transmittal].
21 | P a g e
SHRC, January, 2013
Form C-1
Letter of Certificate
To whomsoever it may concern
This is to certify that (name of bidder) is/are currently operating the following number andtype of diagnostic centres at government health facilities in the State:
Type of diagnosticservices beingprovidedRadiology services atmedical collegehospitalLaboratory servicesat medical collegehospitalRadiology services atdistrict hospitalLaboratory servicesat district hospitalRadiology services atsub-district hospital /Community HealthCentre / PrimaryHealth CentreRadiology services atsub-district hospital /Community HealthCentre / PrimaryHealth Centre
Number of centresbeing managed
Main diagnosticservices /facilities
Being managedsince (month / year)
Signed
(name of authorized signatory)
Telephone / Mobile number
Email address..,
SHRC, January, 2013
22 | P a g e
Form C-2
Letter of Certificate
To whomsoever it may concern
This is to certify that (name of bidder) had the following turn over from their diagnosticservices business:
SI. No.
123
Financial year
2009-102010-112011-12
Average turnover
Turnover from diagnosticservices business (Rupees)
Signed
(name of authorized signatory of the Auditors
Telephone / Mobile number
Email address..,
23 | P a g eSHRC, January, 2013