medical department - mumbai port trust · tender documents may be viewed or downloaded by...
TRANSCRIPT
1
MUMBAI PORT TRUST
MEDICAL DEPARTMENT
Tender Ref.No.CMO-18/2017 Date:28/11/2017
TENDER DOCUMENT
(NOT TRANSFERABLE)
Invites
ONLINE TENDER FOR EMPANELMENT OF PRIVATE HOSPITALS, EXCLUSIVE EYE HOSPITALS/CENTRES, EXCLUSIVE DENTAL CLINICS, CANCER HOSPITALS/UNITS, DIAGNOSTIC CENTRES AND EXCLUSIVE DIALYSIS HOSPITALS/CENTER FOR AVAILING CREDIT FACILITIES TO PROVIDE TREATMENT TO MUMBAI PORT TRUST PATIENTS AT THE RATE PRESCRIBED BY CGHS FOR A PERIOD OF TWO YEARS.
CHIEF MEDICAL OFFICER
MUMBAI PORT TRUST HOSPITAL Website: www.mumbaiport.gov.in
For any further clarifications / queries on e-Tendering, Chief Medical Officer, Mumbai
Port Trust can be contacted at: Mobile No. 9820328839, Phone No. 022-24145573;e-
mail:[email protected]
2
NOTICE INVITING TENDERS (NIT)
Tender Ref.No. CMO-18/2017 Date:28/11/2017
Chief Medical Officer, Mumbai Port Trust, Nadkarni Park, Wadala (East), Mumbai –
400 037 Invites Online Tender from eligible and qualified tenderers for empanelment of private hospitals, exclusive eye hospitals/centers, exclusive dental clinics, cancer hospitals/units, diagnostic centers and Exclusive Dialysis hospitals/Centers for availing
credit facilities to provide treatment to Mumbai Port Trust patients at the rate prescribed by CGHS for a period of two years.
The Schedule of e-Tendering Activities are as under:
Sr. No. Activity Date and Time
1 Period of sale of Bidding Document 29/11/2017 at 17.00 hours onwards
2 Tender cost Rs.1000/- plus 5%GST (Total Rs.1050/-)
3 EMD Rs.50,000/-
4 Security Deposit As mentioned in tender document
5 Pre- Bid date at the Chamber of Chief Medical Officer, Mumbai Port Trust Hospital, Wadala East, Mumbai – 37.
07/12/2017 at 11.00 hours
6 Queries / Pre- Bid points should be sent 09/12/2017 at 17.00 hours
7 End of purchase of bid document 21/12/2017 up to 11.00hours
8 End of Bid Submission 21/12/2017 up to 14.00hours
9 Opening of Bid (online only) 21/12/2017 up to 15.00hours
1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of Government of India, website : www.eprocure.gov.in and https://etender.procuretiger.com on the above mentioned dates after payment of Tender fee of Rs.1000/- plus 5% GST (Total Rs.1050/-). Tender document may also be viewed from the website www.mumbaiport.gov.in
2. The Prospective Tenderers are advised to register themselves on the
e-procurement portal https://etender.procuretiger.com and obtain valid Class III Digital Signature Certificate (DSC) as per Information Technology (IT) Act, 2000.The said website can be accessed for additional information about registration and use of Portal.
3. The Tenderers can submit its tender online at
https://etender.procuretiger.com on or before the key dates given above.
4. All further notifications/amendments, if any shall only be posted on websites mentioned above.
Chief Medical Officer, Mumbai Port Trust Hospital,
Wadala(East), Mumbai – 400 037.
3
MUMBAI PORT TRUST
Medical Department
CONTENTS
SL.
NO.
DESCRIPTION
1 LAST DATE FOR RECEIPT OF TENDERS
2 GENERAL CONDITIONS
3 PART- I -EMPANELMENT OF PRIVATE HOSPITALS, EXCLUSIVE EYE HOSPITALS/CENTRES,
EXCLUSIVE DENTAL CLINICS, CANCER HOSPITALS/UNITS
4 PART- II - EMPANELMENT OF DIAGNOSTIC LABORATORIES & IMAGING CENTRES
5 APPLICATION FORM
6 DEPOSITION OF FEE FOR TENDER DOCUMENT AND EMD
7 EARNEST MONEY DEPOSIT REFUND
8 PRELIMINARY EXAMINATION OF APPLICATIONS
9 ACCEPTANCE OF RATES
10 OFFER OF EMPANELMENT AND SIGNING OF MEMORANDUM OF AGREEMENT
11 VALIDITY OF CGHS RATES & CONDITIONS RELATED TO PACKAGES AND RATES
12 EMR / HER
13 EMPANELMENT WITH AUTONOMOUS BODIES-
14 PERFORMANCE BANK GUARANTEE (PBG)
15 BILLING TO BE IN ELECTRONIC FORMAT
16 FEE FOR PROCESSING OF BILLS/CLAIMS
17 PAYMENT OF CLAIMS WITHIN AN ASSURED PERIOD
18 CORRUPT AND FRAUDULENT PRACTICES
19 INTERPRETATION OF THE CLAUSES IN THE TENDER DOCUMENT
20 RIGHT TO ACCEPT ANY APPLICATION AND TO REJECT ANY OR ALLAPPLICATIONS
21 MONITORING AND MEDICAL AUDIT
22 EXIT FROM THE PANEL
23 NODAL OFFICERS
24 APPROVED CGHS RATES AND TERMS AND CONDITIONS
25 PRE CONTRACT INTEGRITY PACT (PCI): (In Rs.100/- Stamp paper)
26 TERMINATION OF CONTRACT:
27 PRE TENDER MEETING
ANNEXURES - I TO XII
28 FORM OF TENDER – ANNEXURE – I
29
APPLICATION DOCUMENT FOR EMPANELMENT OF HOSPITALS, CANCER HOSPITALS /
UNITS IN MUMBAI PORT TRUST – ANNEXURE -IIA
4
30 APPLICATION DOCUMENT FOR EMPANELMENT OF EXCLUSIVE EYE HOSPITALS/CENTRES
IN MUMBAI PORT TRUST– ANNEXURE -IIB
31 APPLICATION DOCUMENT FOR EMPANELMENT OF EXCLUSIVE DENTAL CLINICS IN
MUMBAI PORT TRUST– ANNEXURE -IIC
32 APPLICATION DOCUMENT FOR EMPANELMENT OF DIAGNOSTIC LABORATORIES/
IMAGING CENTRES– ANNEXURE -IID
33 CERTIFICATE OF UNDERTAKING– ANNEXURE – III
34 ACCEPTANCE LETTER– ANNEXURE – IV
35 DRAFT MOA– ANNEXURE – V
36 PERFORMANCE BANK GUARANTEE– ANNEXURE – VI
37 DECLARATION (100 RS STAMP PAPER) – ANNEXURE – VIII
38 MANDATE FORM – ANNEXURE – IX
39 PATIENT / ATTENDANT SATISFACTION CERTIFICATE – ANNEXURE – X
40 ANNUAL FINANCIAL TURNOVER STATEMENT – ANNEXURE –VII
41 PRE CONTRACT INTEGRITY PACT (100 RS STAMP PAPER) – ANNEXURE –XI
42 ANY OTHER DOCUMENTS
43 CHECK LIST– ANNEXURE – XII
Chief Medical Officer
Mumbai Port Trust
5
ONLINE TENDER FOR EMPANELMENT OF PRIVATE HOSPITALS,
EXCLUSIVE EYE HOSPITALS/CENTRES, EXCLUSIVE DENTAL
CLINICS, CANCER HOSPITALS/UNITS, DIAGNOSTIC CENTRES AND
EXCLUSIVE DIALYSIS HOSPITALS/CENTER FOR AVAILING CREDIT
FACILITIES TO PROVIDE TREATMENT TO MUMBAI PORT TRUST
PATIENTS AT THE RATE PRESCRIBED BY CGHS FOR A PERIOD OF
TWO YEARS.
Chief Medical Officer, Mumbai Port Trust Hospital, Nadkarni Park, Wadala
(East), Mumbai – 400 037 (hereinafter referred as Tender Inviting Authority
and also called the Tender Acceptance Authority unless the context
otherwise requires) invites Online Tender from eligible and qualified tenderers
for empanelment of private hospitals, exclusive eye hospitals/centers, exclusive
dental clinics, cancer hospitals/units, diagnostic centers and Exclusive
Dialysis hospitals/Centers for availing credit facilities to provide treatment to
Mumbai Port Trust patients at the rate prescribed by CGHS for a period of two
years.
Such hospitals would be inspected for verification of infrastructure, facilities and
staff and if found to be complying with the prescribed norms/requirements
would be empaneled.
LAST DATE FOR ONLINE RECEIPT OF TENDERS.
(a) The last date for online receipt of tenders shall be as per “Schedule of
e Tendering Activities” given above.
(b) The bid will be valid for a period of 180 days from the date of opening of
Technical Bid and prior to the expiration of the bid validity the Tender Inviting
Authority may request the Tenderers to extend the bid validity for a further
period as deemed fit.
GENERAL TERMS & CONDITIONS FOR EMPANELMENT :
Tender documents can be downloaded from https://etender.procuretiger.com The
downloading charges shall be Rs. 1000/- plus 5% GST (Total Rs.1050/-). which
should be deposited in MUMBAI PORT TRUST account as mentioned below through
RTGS or NEFT, receipt copy of the same should be uploaded online. No exemption
from payment of downloading charges is permitted. Also, details of the downloading
charges have to be mentioned online and a scanned copy of RTGS / NEFT slip is to
be uploaded online during e- tendering process at https://etender.procuretiger.com
The downloading charges in the form of demand draft/Cheque / Cash / Postal order
will not be accepted.
Mumbai Port Trust Current Ac/No.- 10996685430
Bank Name - STATE BANK OF INDIA
IFSC CODE - SBIN0000300
BRANCH Address - Mumbai main branch, Horniman
Circle, Marg, Mumbai – 400001.
6
Alternatively, the tender document can also be downloaded from the website
http://www.mumbaiport.gov.in and www.eprocure.gov.in for purpose of viewing
only and it shall not be entertained as VALID download of tender document. To
participate in tender Tenderer should complete stages of PURCHASE; DOWNLOAD
AND FINAL BID SUBMISSION through https://etender.procuretiger.com Bid
submitted only on-line will be accepted. Tender documents may be downloaded only
from https://etender.procuretiger.com on mentioned dates as in the KEY
SCHEDULE given above. Tender inviting Authority will not be responsible in any
way for any delay.
(i) Scan copy of the downloading charges should be uploaded online. Tenderers
are requested to complete the process of downloading / submission a day
prior to closing in order to safeguard their participation.
(ii) Tenders will be opened online in the presence of Tenderers / authorized
representatives who choose to attend on the specified date and time at Office
of the Chief Medical Officer, Mumbai Port Trust Hospital, Wadala (East),
Mumbai – 400 037. (a) At any time prior to the date of submission of Tender,
Tender Inviting Authority may, for any reason, whether on his own initiative
or in response to a clarification requested by a prospective Tenderer, modify
the condition in Tender documents by an amendment. All the prospective
Tenderers who have received the tender document will be notified of the
amendment only through website, i.e. https://etender.procuretiger.com and
that will be binding on them. In order to provide reasonable time to take the
amendment into account in preparing their bid, Tender Inviting Authority
may at his discretion, extend the date and time for submission of tenders.
(iii) Any person who has downloaded the tender document should watch for
amendment, if any, on the website of Mumbai Port Trust
https://etender.procuretiger.com and Tender Inviting Authority will not issue
separate communication to them.
(iv) Interested eligible Tenderers may obtain further information in this regard
from the office of the Tender Inviting Authority or in person on the day of pre
bid meeting.
(v) Mandate Form (Annexure - IX)
(vi) A self-attested affidavit stating that “the company has not been de-empaneled
/ blacklisted /debarred by any State Government or Central Government
Organization or by Mumbai Port Trust and are eligible to participate in the
present tender.” (Self-attested Affidavit per Annexure - VIII).
(vii) An undertaking to the effect that they will not refuse Mumbai Port Trust
patients sent for management at any time designated for that empaneled
hospital
7
(viii) Hospital /Diagnostic Centers latest rate list inclusive of various package rates
/ Procedures rates along with available discounts / concessions etc.
(ix) Agreement in stamp paper cost value of Rs.100/- of the PRE CONTRACT
INTEGRITY PACT that is available in the Tender Document as
Annexure - XI
(x) All documents enclosed with the bid document should also be signed by the
Tenderer. For online bidding scan copy of documents in proper resolution
should be uploaded online. Tenderers are required to sign their bids online
using Class III -Digital Certificates only, Tenderers are advised to obtain the
same at the earliest. For any further clarifications / queries on e-Tendering,
Chief Medical Officer, Mumbai Port Trust can be contacted at: Mobile No.
9820328839, Phone No. 022-24145573; e-mail: [email protected]
SPECIAL TERMS & CONDITIONS FOR EMPANELMENT: PART-I - EMPANELMENT OF PRIVATE HOSPITALS, EXCLUSIVE EYE
HOSPITALS/CENTRES, EXCLUSIVE DENTAL CLINICS, CANCER HOSPITALS/UNITS, EXCLUSIVE DIALYSIS HOSPITAL/CENTERS.
PART-II - EMPANELMENT OF DIAGNOSTIC LABORATORIES & IMAGING
CENTRES.
PART I
(For Empanelment of Hospitals, exclusive Eye hospitals / centers, exclusive Dental clinics, Cancer Hospitals/units, exclusive Dialysis hospitals/centers in Mumbai Port Trust, Mumbai). PRE QUALIFICATION CRETERIA (PQC): A. Health care organizations located at Mumbai, Navi Mumbai, Mumbai
Metropolitan Region, Thane, Kalyan & Pune cities.
B. Health Care Organizations already empaneled with CGHS (or) Consent to accept the charges fixed by CGHS for availing credit facilities to provide treatment to Mumbai Port Trust patients at the rate prescribed by CGHS are eligible to apply for empanelment in Mumbai Port Trust. The following categories of health care
Organizations are eligible for empanelment:
I. General Purpose & Specialty Hospitals II. Cancer Hospitals/Units
III. Exclusive Eye Hospitals/ Centers IV. Exclusive Dental Clinics V. Diagnostic Laboratories / Imaging Centers
VI. Exclusive Dialysis Hospitals/Centers
C. MINIMUM NUMBER OF BEDS REQUIRED: 50 Beds (Not for exclusive Eye hospitals/centers & Exclusive Dental clinics, Exclusive Dialysis Hospitals/Centers) NB: The number of beds as certified in the Registration
8
Certificate of State Government / Local Bodies/ NABH/ Fire Authorities shall be taken as the valid bed strength of the hospital.
D. SATISFACTORY INSPECTION CERTIFICATE from the team of officers of
inspection Committee of Mumbai Port Trust after physical inspection of private
hospitals, exclusive eye hospitals/centers, exclusive dental clinics, cancer
hospitals/units and diagnostic centers submitted along with Technical Bid. The
Tenderer’s Hospitals / Diagnostic Centre will not be considered empanelment if
the Inspection Committee not satisfied about the documents and infrastructure
facilities of Hospitals / Diagnostic Centre submitted along with Technical Bid.
I. GENERAL PURPOSE & SPECIALITY HOSPITALS
These hospitals may provide following services as per the requirement viz. General Medicine, General Paediatrics, General Surgery, Obstetrics & Gynecology, Orthopaedics, Emergency Medicine, Critical Care Medicine (e.g. HDU, ICU), ENT, Ophthalmology, Dermatology, Community Health, Palliative Medicine, Geriatric Care, Family Medicine, Dentistry including sub specialties, Blood Storage Centre/Blood Bank etc.
The scope of services that may be provided at a hospital practicing Allopathy – Modern system of Medicine may include patient-care services in at least any minimum 60% in each of the following Clinical services and support services:
1. Clinical Services:
1.1. General Medicine
1.2. General Surgery
1.3. Obstetrics and Gynaecology
1.4. Paediatrics including new born care
1.5. Orthopaedics
1.6. Anaesthesiology
1.7. Emergency Medicine & Trauma
1.8. Critical Care Medicine (e.g. HDU, ICU)
1.9. ENT
1.10. Ophthalmology
1.11. Psychiatry
1.12. Dermatology
1.13. Community Health
1.14. Palliative Medicine
1.15. Geriatric Care
1.16. Family Medicine
1.17. Dentistry including sub specialities
1.18. Physical Medicine & Rehabilitation
1.19. Transfusion Medicine/Blood Storage Centre/Blood Bank
1.20. Other emerging sub-specialities in any of the above fields.
9
2. Support services:
2.1. Registration / help desk and billing
2.2. Diagnostic Services:
a. Laboratory
b. Imaging Services
c. Non-imaging services 2.3. Pharmacy and Stores
2.4. CSSD / Sterilization Area
2.5. Linen management
2.6. Kitchen & Dietary Services
2.7. Waste Management Services (General and Biomedical)
2.8. Medical Gas Supply, Storage & Distribution
(a) NABH Accredited Hospitals-
The hospitals applying under this category must be accredited by
National Accreditation Board for Hospitals and Health Care providers
(NABH) or its equivalent such as Joint Commission International (JCI),
ACHS (Australia) or by any other accreditation body approved by
International Society for Quality in Health Care (ISQ).
The hospital shall be empaneled for all the facilities available in the
hospital.
(b) NON NABH Accredited Hospitals-
Non NABH accredited hospitals may be empaneled on the basis of
fulfilling the criteria and submission of performance bank guarantee and
submission of an affidavit that the information provided has been correct.
The hospital shall be empaneled for all the facilities available in the
hospital.
II. CANCER HOSPITALS/UNITS
(a) NABH Accredited Cancer Hospitals/ Units
NABH accredited cancer hospitals/units having all treatment
facilities for cancer - surgery, Chemotherapy and radio-therapy (approved
by BARC / AERB).
(b) Non-NABH Accredited Cancer Hospitals/ Units
Non NABH accredited Cancer hospitals/units having all treatment
facilities for cancer - surgery, Chemotherapy and radio-therapy (approved
by BARC / AERB) may be empaneled on the basis of fulfilling the criteria
and submission of performance bank guarantee and submission of an
affidavit that the information provided has been correct.
10
III.EXCLUSIVE EYE HOSPITALS/ CENTERS:
No minimum bed strength is prescribed for empanelment of exclusive Eye
hospitals/centers
(a) NABH Accredited- Exclusive Eye Hospitals/Centers
(b) Non-NABH Accredited Exclusive Eye Hospitals/ Centers
The exclusive Eye hospital/center may be empaneled on the basis of
fulfilling the criteria and submission of performance bank guarantee and
submission of an affidavit that the information provided has been correct.
IV.EXCLUSIVE DENTAL CLINICS
No minimum bed strength is prescribed for empanelment of exclusive
Dental Clinics However there shall be a minimum of ‘2’ Dental chairs for
all Dental clinics applying for empanelment under Mumbai Port Trust.
(a) NABH accredited - Exclusive Dental Clinics
(b) Non- NABH accredited - Exclusive Dental Clinics
The Dental clinic may be empaneled on the basis of fulfilling the criteria
and submission of performance bank guarantee and submission of an
affidavit that the information provided has been correct.
V. EXCLUSIVE DIALYSIS HOSPITALS/CENTERS
No minimum bed strength is prescribed for empanelment of exclusive Eye
hospitals/centers
(a) NABH Accredited- Exclusive Dialysis Hospitals/Centers
(b) Non-NABH Accredited Exclusive Dialysis Hospitals/ Centers
The exclusive Dialysis hospital/center may be empaneled on the basis of
fulfilling the criteria and submission of performance bank guarantee and
submission of an affidavit that the information provided has been correct.
DOCUMENTS TO BE UPLOADED IN SUPPORT OF ELIGIBILITY CRITERIA FOR
HOSPITALS/ CANCER HOSPITALS/ EXCLUSIVE EYE CENTRES/ EXCLUSIVE
DENTAL CLINICS/ EXCLUSIVE DIALYSIS HOSPITALS/CENTERS:
The health care Organizations must fulfill the requirements as detailed above
depending on the category under which the applicant hospital / exclusive eye
hospital / center, exclusive dental clinic, and cancer hospital/unit, exclusive
Dialysis Hospitals/Centers is seeking empanelment and must attach the copies of
the required documents.
11
1. Scanned copy of receipt of cost of Tender Document submitted online by
NEFT/RTGS.
2. Scanned copy of receipt of EMD submitted online by NEFT/RTGS.
3. Tender Form as per ANNEXURE – I
4. Application document for empanelment of Hospitals, Cancer Hospitals /
units in Mumbai Port Trust – ANNEXURE -IIA
5. Application document for empanelment of exclusive Eye
Hospitals/Centers in Mumbai Port Trust– ANNEXURE -IIB
6. Application document for empanelment of exclusive Dental clinics in
Mumbai Port Trust– ANNEXURE -IIC
7. Application document for empanelment of Diagnostic Laboratories/
Imaging Centers– ANNEXURE -IID
8. Application document for empanelment of exclusive Eye
Hospitals/Centers in Mumbai Port Trust– ANNEXURE -IIE
9. Copy of supporting documents of Registration with GST.
10. Copy of PAN card issued by the Income Tax Department.
11. Power of attorney (in Firms Letterhead) authorizing the signatories of the
bid to participate in the bid.
12. Copy of Documentary evidence for the constitution of the company /Firm
such as Memorandum and Articles of Association, Partnership deed etc. with
details of the Name, Address, Telephone Number, Fax Number, e-mail
address of the firm and of the Managing Director / Partners / Proprietor.
The list of present Directors in the board of the Company duly self-certified.
13. Copy of Certificate of Incorporation / Registration of firm.
14. Certificate of Undertaking – Annexure – III
15. Declaration in Rs.100/ Stamp paper as per Annexure- VIII.
16. Mandate Form as per Annexure - IX.
17. Pre Contract Integrity Pact (PCI) in Rs.100/ Stamp paper as per Annexure-
XI.
12
18. Copy of Documentary proof of Health care organizations located at
Mumbai, Navi Mumbai, Mumbai Metropolitan Region, Thane, Kalyan &
Pune cities a permanent place of business and the complete Postal
Address, telephone / Mobile / Fax / E-mail address, etc.
19. Copy of Tender document with corrigendum with signature of the Bidder
in each and every pages of the tender documents and corrigendum as an
evidence of acceptance of the tender terms and conditions.
20. Copy of Documentary proof of having 50 Beds (Not for exclusive Eye hospitals/centers, Exclusive Dental clinics & Exclusive Dialysis Centre) NB: The number of beds as certified in the Registration Certificate of State Government / Local Bodies/ NABH/ Fire Authorities shall be taken as the valid bed strength of the hospital.
21. Letter of Consent (in firm’s letterhead) to accept the charges fixed by CGHS
for availing credit facilities to provide treatment to Mumbai Port Trust
patients at the rate prescribed by CGHS
22. Copy of Documentary proof of patient-care services in at least any minimum 60% in
each of the following Clinical services and support services
23. Copy of Documentary proof of empanelment with CGHS must be uploaded
in the BID if applicable.
24. Copy of the rates for all treatment procedures / investigations/ facilities
available with Health Care Organization and as charged by Health Care
Organization.
25. Copy of certificate of Registration for Organ Transplant facilities, wherever
applicable.
26. Copy of AERB approval for imaging facilities/ Radiotherapy, wherever
applicable
27. Copy of Registration under PNDT Act, if Ultrasonography facility is
available
28. Copy of Fire Clearance certificate and details of Fire safety mechanism as
in place in the health care Organization. Exclusive Eye centers, exclusive
dental Clinics have to enclose a certificate regarding fire safety of their
premises
29. Copy of compliance with statutory requirements including that of Waste
Management.
30. Copy of State registration certificate / Registration with Local bodies,
wherever applicable.
13
31. Affidavit that the information provided has been correct in case of Non-
NABH/non NABL accredited health care Organizations.
32. Copy of NABH Accreditation in case of NABH Accredited health care
Organizations
33. Copy of list of treatment procedures /investigations/ facilities available in
the applicant healthcare Organization
34. Copy of the documents full filling necessary statutory requirements.
35. Copy of the license for running Blood Bank if applicable
36. Any other supportive documents as required for this tender.
37. Check list as per ANNEXURE – XI
PART II
(Diagnostic Laboratories, Imaging Centers & Cardiac diagnostic centers for Empanelment in Mumbai Port Trust, Mumbai)
PRE QUALIFICATION CRETERIA (PQC):
A. Health care organizations located at Mumbai, Navi Mumbai, Mumbai
Metropolitan Region, Thane, Kalyan & Pune cities.
B. Diagnostic laboratories and Imaging centers already empaneled with CGHS
(OR)
Consent to accept the charges fixed by CGHS for availing credit facilities to provide Diagnostic services to Mumbai Port Trust patients at the rate prescribed by CGHS are eligible to apply for empanelment in Mumbai Port Trust.
C. SATISFACTORY INSPECTION CERTIFICATE from the team of officers of
inspection Committee of Mumbai Port Trust after physical inspection of
Diagnostic centers submitted along with Technical Bid. The Tenderer’s
Diagnostic Centre will not be considered for empanelment if the Inspection
Committee not satisfied about the documents and infrastructure facilities of
Diagnostic Centre submitted along with Technical Bid.
D. CATEGORIES OF DIAGNOSTIC LABORATORIES / IMAGING CENTRES /
CARDIAC DIAGNOSTIC CENTERS
Mumbai Port Trust would consider the following categories of diagnostic
laboratories, imaging centers and Cardiac Diagnostic Centers already have
empaneled with CGHS (OR) Consent to accept the charges fixed by CGHS for
availing credit facilities to provide Diagnostic services to Mumbai Port Trust
patients at the rate prescribed by CGHS are eligible to apply for empanelment in
Mumbai Port Trust:
14
a. NABL / NABH accredited Diagnostic Laboratories/ Imaging Centers
/Cardiac Diagnostic centers.
b. Non- NABL / Non- NABH accredited Diagnostic Laboratories/ Imaging
Centers/Cardiac Diagnostic centers.
The Non-NABL/ Non-NABH diagnostic laboratories/Imaging Centers/Cardiac
Diagnostic centers may be empaneled on the basis of fulfilling the criteria and
submission of performance bank guarantee and submission of an affidavit that
the information provided has been correct
DOCUMENTS TO BE SUBMITTED IN SUPPORT OF ELIGIBILITY CRITERIA FOR
DIAGNOSTIC LABORATORIES/ IMAGING CENTRES:
The Diagnostic Laboratory/Imaging Centers must fulfill the Criteria as specified
above and must attach the copies of the required documents.
1. Tender Form as per ANNEXURE – I
2. Application document for empanelment of Diagnostic Laboratories/ Imaging
Centers– ANNEXURE -IID
3. Copy of supporting documents of Registration with GST.
4. Copy of PAN card issued by the Income Tax Department.
5. Power of attorney (in Firms Letterhead) authorizing the signatories of the
bid to participate in the bid.
6. Copy of Documentary evidence for the constitution of the company /Firm
such as Memorandum and Articles of Association, Partnership deed etc. with
details of the Name, Address, Telephone Number, Fax Number, e-mail
address of the firm and of the Managing Director / Partners / Proprietor.
The list of present Directors in the board of the Company duly self-certified.
7. Copy of Certificate of Incorporation / Registration of firm.
8. Certificate of Undertaking – Annexure – III
9. Declaration in Rs.100/ Stamp paper as per Annexure- VIII.
10. Mandate Form as per Annexure - IX.
11. Pre Contract Integrity Pact (PCI) in Rs.100/ Stamp paper as per Annexure-
XI.
15
12. Copy of Documentary proof of Health care organizations located at
Mumbai, Navi Mumbai, Mumbai Metropolitan Region, Thane, Kalyan &
Pune cities a permanent place of business and the complete Postal
Address, telephone / Mobile / Fax / E-mail address, etc.
13. Copy of Tender document with corrigendum with signature of the Bidder
in each and every pages of the tender documents and corrigendum as an
evidence of acceptance of the tender terms and conditions.
14. Letter of Consent (in firms letterhead) to accept the charges fixed by CGHS
for availing credit facilities to provide treatment to Mumbai Port Trust
patients at the rate prescribed by CGHS
15. Copy of Documentary proof of empanelment with CGHS must be uploaded
in the BID if applicable.
16. Copy of the rates for all treatment procedures / investigations/ facilities
available with Health Care Organization and as charged by Health Care
Organization.
17. Copy of AERB approval for imaging facilities/ Radiotherapy, wherever
applicable
18. Copy of Registration under PNDT Act, if Ultrasonography facility is
available
19. Copy of Fire Clearance certificate and details of Fire safety mechanism as
in place in the health care Organization. Exclusive Eye centers, exclusive
dental Clinics have to enclose a certificate regarding fire safety of their
premises
20. Copy of State registration certificate / Registration with Local bodies,
wherever applicable.
21. Affidavit that the information provided has been correct in case of Non-
NABH/non NABL accredited health care Organizations.
22. Copy of NABH Accreditation in case of NABH Accredited health care
Organizations
23. Copy of list of treatment procedures /investigations/ facilities available in
the applicant healthcare Organization
24. Copy of the documents full filling necessary statutory requirements.
25. Any other supportive documents as required for this tender.
16
26. Check list as per ANNEXURE – XI
27. Scanned copy of receipt of cost of Tender Document submitted online by
NEFT/RTGS.
28 Diagnostic lab / Imaging Center /Cardiac Diagnostic centers must submit
the rates for all investigations services available with it and as charged
by it from other patients.
29. Diagnostic lab / Imaging Center/Cardiac Diagnostic centers must give an
undertaking accepting the terms and conditions spelt out in the
Memorandum of Agreement (Draft at Annexure VI) which should be read
as part of this application document.
30. Diagnostic lab / Imaging Center /Cardiac Diagnostic centers must certify
that they shall charge Mumbai Port Trust beneficiaries as per CGHS rates
and that the rates charged by them are not higher than the rates being
charged from their patients who are not Mumbai Port Trust beneficiaries.
31. Diagnostic lab / Imaging Center/Cardiac Diagnostic centers must certify
that they are fulfilling all special conditions that have been imposed by
any authority in lieu of special concessions such as but not limited to
concessional allotment of land or customs duty exemption.
32. The Diagnostic lab / Imaging center/Cardiac Diagnostic centers must fulfill
the above criteria, wherever applicable and annex copies of relevant
documents.
33. In addition the imaging centers shall meet the following criteria for the
equipment’s available with imaging centers:
i. MRI Centre
Must have MRI machine with magnet strength of 1.0 Tesla or more.
ii. CT Scan Centre
Whole Body CT Scanner with scan cycle of less than one second
(sub-second) must have been approved by AERB
iii. X-ray Centre /Dental X-ray/OPG center
X- Ray machine must have a minimum current rating of 500 MA
with image intensifier TV system Portable X-ray machine must have
a minimum current rating of 60 MA Dental X-ray machine must
have a minimum current rating of 6 MA OPG X-ray machine must
have a current rating of 4.5 -10 MA, must have been approved by
AERB
17
iv. Mammography Centre
Standard quality mammography machine with low radiations and
biopsy attachment.
v. USG / Colour Doppler Centre
It should be of high-resolution Ultrasound standard and of
equipment having convex, sector, linear probes of frequency ranging
from 3.5 to 10 MHz should have minimum three probes. And
provision/facilities of Trans Vaginal/ Trans Rectal Probes. Must
have been registered under PNDT Act
vi. Bone Densitometry Centre
Must be capable of scanning whole body
vii. Nuclear Medicine Centre
Must have been approved by AERB / BARC
TERMS & CONDITIONS:
1. Bidders should upload the Tender Form comprises of EMD and Annexure I to XII
Annexure – II is the application format to be filled up and submitted by the
Hospital General Purpose Hospitals/Cancer Hospitals....shall fill up Annexure-II
A-Hospitals
Eye Care Centres Shall fill up Annexure-II B-Eye
Dental Clinics shall fill up Annexure-II C –Dental
Diagnostic laboratories & Imaging Centers/Cardiac Diagnostic centers shall fill
up Annexure-II D –Diagnostic
Dialysis Hospital/Center Shall fill up Annexure-II E-Dialysis Center
Copies of Documents are to be annexed wherever specified.
2. DEPOSITION OF FEE FOR TENDER DOCUMENT AND EMD:
Tender documents can be downloaded from
https://etender.procuretiger.comThe downloading charges shall be Rs. 1000/-
plus 5% GST (Total Rs.1050/-). which should be deposited in Mumbai Port Trust
account as mentioned below through RTGS or NEFT, receipt copy of the same
should be uploaded online. No exemption from payment of downloading charges
is permitted. Also, details of the downloading charges have to be mentioned
online and a scanned copy of RTGS / NEFT slip is to be uploaded online during
e- tendering process at https://etender.procuretiger.com. The downloading
18
charges in the form of demand draft/ Cheque / Cash / Postal order will not be
accepted.
Earnest Money Deposit shall be Rs.50,000/- which should be deposited in
Mumbai Port Trust account as mentioned below through RTGS or NEFT, receipt
copy of the same should be uploaded online. No exemption from payment of EMD
is permitted. Also, details of the EMD have to be mentioned online and a
scanned copy of RTGS / NEFT slip is to be uploaded online during e-
tendering process at https://etender.procuretiger.com. Earnest money deposit
in the form of demand draft/Cheque / Cash / Postal order will not be accepted.
Purchaser will not pay any interest against the EMD deposited.
3. EARNEST MONEY DEPOSIT REFUND
3.1. In case the Application is rejected on technical grounds Earnest Money would
be refunded in full.
3.2. In case, the Application is rejected after inspection of documents on the
grounds of submitting incorrect information than 50% of the Earnest Money
would be forfeited and the balance amount would be refunded in due course.
4. PRELIMINARY EXAMINATION OF APPLICATIONS
4.1. Mumbai Port Trust will examine the applications to determine whether
they are complete, whether Earnest Money Deposit has been furnished,
and whether the applications are generally in order.
4.2. Mumbai Port Trust may waive any minor formality or non- Applications
without full technical details and/or EMD, and/or incomplete Annexures
will be rejected.
5. LETTER OF CONSENT TO ACCEPTANCE OF CGHS RATES
All the eligible Hospitals, exclusive eye hospitals / centers, exclusive dental
clinics, cancer hospitals/units and diagnostic centers should upload a letter of
consent to accept the charges fixed by CGHS for availing credit facilities to
provide Diagnostic services to Mumbai Port Trust patients at the rate prescribed
by CGHS are eligible to apply for empanelment in Mumbai Port Trust. If the letter
of consent for acceptance of CGHS Rate is not uploaded in the tender, the names
of such health Care Organization would be excluded from the list of health Care
Organizations under consideration for empanelment.
6. OFFER OF EMPANELMENT & SIGNING OF MEMORANDUM OF AGREEMENT
i. All eligible health Care Organizations have to submit the letter of
acceptance of Empanelment to Mumbai Port Trust.
19
ii. All eligible NABH / NABL accredited & Non -NABH / Non- NABL health
Care Organizations shall be asked to sign a Memorandum of Agreement
with Chief Medical Officer of Mumbai Port Trust and submit Performance
Bank Guarantee (PBG).
iii. The health Care Organizations, which are selected for empanelment, will
have to enter into an agreement with Mumbai Port Trust for providing
services at rates notified by CGHS as per the copy provided at annexure.
This MOA has to be executed on Rs.100/- non-judicial Stamp paper. MOA
should be read as part of Tender document.
7. VALIDITY & CONDITIONS OF CGHS RATES
7.1 The empanelment shall be valid for two years and is extendable by another
year with mutual agreement. The empaneled Organizations shall not charge
more than CGHS rates.
7.2 Mumbai Port Trust applicable CGHS “Package Rate” shall mean all inclusive
- including lump sum cost of inpatient treatment / day care / diagnostic
procedure for which a Mumbai Port Trust beneficiary has been permitted by
the competent authority or for treatment under emergency from the time of
admission to the time of discharge including (but not limited to) - (i)
Registration charges, (ii) Admission charges, (iii) Accommodation charges
including patients diet, (iv) Operation charges, (v)Injection charges, (vi)
Dressing charges, (vii) Doctor / consultant visit charges, (viii) ICU / ICCU
charges, (ix) Monitoring charges, (x) Transfusion charges and Blood
processing charges(xi)Pre Anesthetic checkup and Anesthesia charges,
(xii) Operation theatre charges, (xiii) Procedural charges / surgeon’s fee, (xiv)
Cost of surgical disposables and all sundries used during hospitalization, (xv)
Cost of medicines and consumables (xvi) Related routine and essential
investigations (xvii) Physiotherapy charges etc. (xviii) Nursing care charges
etc.
7.3 Package rates also include two pre-operative consultations and two post-
operative consultations.
7.4 Cost of Implants / stents / grafts are reimbursable in addition to package
rates as per CGHS ceiling rates or as per actual, whichever is lower.
7.5 In case a beneficiary demands a specific Brand of Stent / Implant and give
his consent in writing, the difference in cost over and above the ceiling rate
may be charged from the beneficiary, which is non-reimbursable.
7.6 During In-patient treatment of the Mumbai Port Trust beneficiary, the
hospital will not ask the beneficiary or his / her attendant to purchase
separately the medicines / sundries / equipment or accessories from outside
and will provide the treatment within the package rate, fixed by the CGHS
which includes the cost of all the items. However, the following items are not
admissible for reimbursement:
20
a. Toiletries
b. Sanitary napkins
c. Talcum powder
d. Mouth fresheners
7.7. In cases of conservative treatment / where there is no CGHS package
rate, calculation of admissible amount would be done item wise as per
CGHS rates or as per AIIMS rates, if there is no CGHS rate for a particular
item.
7.8. Package rates envisage up to a maximum duration of indoor treatment as
follows:
i. Upto 12 days - for Specialized (Super Specialties)
treatment
ii. Upto 7 days - for other Major Surgeries
iii. Upto 3 days - for/ Laparoscopic surgeries /elective
Angioplasty / normal deliveries
iv. 1 day - for day care / Minor (OPD)
surgeries.
7.9. However, if the beneficiary has to stay in the hospital for his / her recovery
for a period more than the period covered in package rate, in exceptional
cases, supported by relevant medical records and certified as such by
hospital, the additional reimbursement may be allowed, which shall be
limited to accommodation charges as per entitlement, investigations
charges at approved rates, doctors visit charges (not more than 2
visits per day) and cost of Medicines for additional stay).
7.10 No additional charge on account of extended period of stay shall be allowed
if that extension is due to infection on the consequences of surgical
procedure/ faulty investigation procedure etc.
7.11 The empaneled health Care Organization cannot charge more than CGHS
approved rates when a patient is admitted with valid Mumbai Port Trust
Card with prior permission or under emergency. In case of any instance
of overcharging the overcharged amount over and above CGHS rate (except
inadmissible items and difference paid due to implant/stent of a
specific brand chosen by Mumbai Port Trust beneficiary) shall be paid to
the beneficiary and shall be recovered from the pending bills of the
hospital.
7.12 If any empaneled health care Organization charges from Mumbai
Port Trust beneficiary for any expenses incurred over and above the
package rates vis-à-vis medicine, consumables, sundry equipment
and accessories etc., which are purchased from external sources, based
21
on specific authorization of treating doctor / staff of the concerned
hospital and if they are not falling under the list of non-admissible
items, reimbursement shall be made to the beneficiary and the
amount shall be recovered from the pending bills of hospitals.
8. EMR / EHR
The empaneled health Care Organizations (except eye hospital/center, dental
clinics, Diagnostic Labs/Imaging Centers /Cardiac Diagnostic centers.) shall
have to implement Electronic Medical Records and EHR as per the standards and
guidelines approved by Mumbai Port Trust within one year of its empanelment.
9. EMPANELMENT WITH AUTONOMOUS BODIES-
All empaneled hospitals/ diagnostic centers/ exclusive eye centers/ exclusive
dental clinics /Cardiac Diagnostic centers shall also agree for empanelment with
any autonomous body/ public sector undertaking at CGHS Rates.
10. PERFORMANCE BANK GUARANTEE (PBG)
10.1. Private Hospitals, Exclusive Eye Hospitals / Centres, Exclusive Dental
Clinics, Cancer Hospitals/Units, Diagnostic Laboratories & Imaging Centres
that are recommended for empanelment after the initial assessment shall also
have to furnish a performance Bank Guarantee valid for a period of 30 months
i.e. six months beyond the empanelment period, to ensure efficient services
and to safeguard against any default:
Hospitals/ Cancer hospitals/units Rs. 10.00 lac Eye Hospital/Centre Rs. 2.00 lac Dental Clinics Rs. 2.00 lac Diagnostic Centre Rs. 2.00 lac Dialysis Hospitals/Centers Rs. 2.00 lac
10.2. In case of health care Organizations already empaneled under Mumbai Port
Trust, they shall submit a new Performance Bank Guarantee after the validity
of the existing performance bank guarantee is over.
11. BILLING TO BE IN ELECTRONIC FORMAT
All Billing is to be done in electronic format and medical records need to be
submitted in digital format to the Bill Clearing agency (BCA) for necessary
processing. In addition to this physical submission of hard copies will also
have to be done to the BCA.
22
12. FEE FOR PROCESSING OF BILLS/CLAIMS
Bill clearing Agency (BCA) nominated by Chief Medical Officer of Mumbai Port
Trust will not charge any processing fee.
13. PAYMENT OF CLAIMS WITHIN AN ASSURED PERIOD
Mumbai Port Trust would ensure that subject to fulfillment of prescribed
conditions, payment of hospital claims (admissible amount) would be done
in time bound manner admissible amount after due scrutiny within a
maximum period of 30 days. Recoveries, if any, will be effected from future
bills of health care Organizations.
14. CORRUPT AND FRAUDULENT PRACTICES
14.1. “Corrupt practice” means the offering, giving, receiving or soliciting of
anything of value to influence the action of the public official “fraudulent
practice” means a misrepresentation of facts in order to influence E-Tender
process or an execution of a contract to the detriment of Mumbai Port Trust,
and includes collusive practice among bidding hospitals /authorized
representative/service providers (prior to or after bid submission)
designed to establish bid prices at artificial non-competitive levels and to
deprive CGHS of the benefits of the free and open competition; Mumbai Port
Trust will reject a proposal for award if it is established that the health care
Organization recommended for empanelment has engaged in corrupt or
fraudulent practices
14.2. Mumbai Port Trust will declare a health care Organization ineligible, either
indefinitely or for a stated period of time, to be empanelled if it at any time
determines that the applicant health care Organization has engaged in
corrupt and fraudulent practices in competing for, or in executing contract.
15. INTERPRETATION OF THE CLAUSES IN THE TENDER DOCUMENT
In case of any ambiguity in the interpretation of any of the clauses in
Application Document, interpretation of Chief Medical Officer of Mumbai Port
Trust of the clauses shall be final and binding on all parties.
16. RIGHT TO ACCEPT ANY APPLICATION AND TO REJECT ANY OR ALL
APPLICATIONS
Chief Medical Officer of Mumbai Port Trust reserves the right to accept or
reject any application and to annul the process and to reject all the
applications at any time without thereby incurring any liability to the affected
hospital/ authorized representative/ service provider or any obligation to
inform the affected hospital / authorized representative/ service provider of
the grounds for his action.
23
17. LIST OF DOCUMENTS AT ANNEXURE III
Every Application must be accompanied by documents as listed at Annexure
III.
18. MONITORING AND MEDICAL AUDIT
18.1. Mumbai Port Trust reserves the right to inspect the health care Organization
at any time to ascertain their compliance with the requirements of Mumbai
Port Trust
18.2. Bills of empaneled health care Organizations shall be reviewed
periodically for irregularities including declaration of planned procedures /
admissions as ‘emergencies’, unjustified investigations/treatment,
overcharging and prolonged stay, etc., and if any empaneled health Care
Organization is found involved in any wrong doings, then the concerned
hospitals/other health care Organizations would be suspended/ removed
from Mumbai Port Trust panel and would be black listed for specified period
for future empanelment with Mumbai Port Trust. Bank guarantee shall also
be forfeited.
19. EXIT FROM THE PANEL
The Rates fixed by the Mumbai Port Trust shall continue to hold good unless
revised by CGHS. In case the notified rates are not acceptable to the
empaneled health care Organizations, or for any other reason, the health care
Organization no longer wishes to continue on the list under Mumbai Port
Trust, it can apply for exclusion from the panel by giving one-month notice.
Patients already admitted shall continue to be treated.
20. NODAL OFFICERS
Empaneled health care organizations shall notify two Nodal officers for
Mumbai Port Trust beneficiaries, who can be contacted by Mumbai Port Trust
beneficiary in case of any eventuality.
21. APPROVED CGHS RATES AND TERMS AND CONDITIONS
The approved CGHS rates and terms and conditions can be had from the
Ministry of Health & Family Welfare website – http://www.mohfw.nic.in /
cghs.htm .
24
22. PRE CONTRACT INTEGRITY PACT (PCI): (In Rs.100/- Stamp paper)
All the prospective bidders have to provide Integrity pact to Mumbai Port
Trust (MbPT) as per the format enclosed at Annexure- IX. The integrity pact
(IP) is essentially envisages an agreement between Mumbai Port Trust (MbPT)
and prospective Bidders/sellers committing the persons/officials of both
parties not to exercise any corrupt practices/influence on any aspect of the
contract. The vendors/bidders/sellers, only those who commit themselves to
the IP with Mumbai Port Trust (MbPT) would be considered competent to
participate in the bidding process. In other words, entering into this pact
would be a preliminary qualification (PQ) criterion. IP needs to be signed with
all the bidders who have participated in the tender, if the bids not
accompanied with the signed IP by the bidders along with the Technical bids,
the offers shall be summarily rejected.
23. TERMINATION OF CONTRACT:
Tender Inviting Authority will be at liberty to terminate, without assigning
any reasons thereof, the contract either wholly or in part on 30 days’ notice.
The Tenderer will not be entitled for any compensation whatsoever in respect
of such termination.
24. PRE TENDER MEETING:
24.1. Date of pre-tender meeting is mentioned in Schedule of e-tendering
activities.
24.2. Pre-tender meeting is called by the Tender Inviting Authority to explain
briefly about the requirements as well as the terms and conditions of the
tender document and to get the views of the prospective tenderers, as part
of ensuing transparency in the tender process.
24.3. It is an opportunity for the prospective tenderer to obtain all the details
about the tendered items, conditions governing the tenders and also to get
the explanation of any ambiguous condition that may be present in the
tender document.
24.4. It is also an opportunity for the Tender Inviting Authority to assess the
market and obtain feedback on the technical specifications/features etc
requested by the User Institution/funding agency, so as to make
amendments in the tender document on the basis of expert advice.
24.5. Failure to attend the Pre-tender meeting will not be a disqualification, but
a loss of opportunity for the prospective tenderers to understand about the
ambulance hired and the tender conditions.
24.6. Filled up Tenders will be accepted only after the date of pretender meeting.
25
ANNEXURE – I
FORM OF TENDER
The Chief Medical Officer,
Mumbai Port Trust.
1. I/We ___________________________________________, do hereby offer to execute
the work comprised in the annexed Tender Notice for Online Tender from eligible
and qualified tenderers for empanelment of private hospitals, exclusive eye hospitals/centers, exclusive dental clinics, cancer hospitals/units, diagnostic centers and Exclusive Dialysis hospitals/Centers for availing credit facilities to provide treatment to Mumbai Port Trust patients at the rate prescribed by CGHS for a period of two years. in strict accordance with the Instructions to Tenderers, General and Special Conditions of Contract, etc.
2. I/We certify that I/we have not made any interpolation in the tender documents.
3. In the event of my/our tender being accepted, I/We agree to enter into a contract
agreement in the prescribed form with such alterations or additions thereto which
may be necessary to give effect to the acceptance of this tender. However, until
such agreement is executed, this Tender together with your written acceptance
thereof shall constitute a binding contract between us.
4. I/We have independently considered the amount of liquidated damages stipulated
in “Tender Notice” and agree that they represent a fair estimate of the damages
likely to be suffered by you on the event of the work not being completed by us in
time and if not done in a kind of manner of workmanship.
5. I/We understand that MbPT are not bound to accept the lowest or any tender,
you may receive, and you may accept any tender in part.
6. I/We hereby certify that all my/our registration certificate/ license etc. required
to enter into this contract under the law of land is in force.
7. I/We have inspected the site and I am/we are fully aware of the work to be carried
out while tendering for the contract.
8. I/We enclose herewith a sum of Rs. 50,000/- (Rupees Fifty thousand only) as a
deposit or earnest money as proof of my/our willingness to enter into the contract
if my/our tender is accepted.
9. I/We also agree, if awarded the contract that the earnest money lodged with this
tender will be refunded only after submission of Security Deposit by cheque/
demand draft/ G.P. Notes/ Securities of Public Bodies/by way of a Bank
Guarantee, within fifteen days or such extension of the period permitted by the
Chief Medical Officer, in writing, after receipt of information that my/our tender
has been accepted by the Port Trust.
26
10. The Bank’s Guarantee will be from (Name and Address of our Banker) ___________
___________________________________________________.
11. I/We hereby agree for deduction of GST at source as applicable from the bill(s)
payable to me/ us, mentioned separately mentioned in the bill(s).
12. I/We hereby certify that my/our registration certificate under the GST on the
transfer of property in goods involved in the execution of the Works Contract, in
force on the date on which the sale of goods specified in this bill / cash
memorandum is made by me/us and the tax under the Act will be, if payable, be
paid before furnishing my/our return under the Act. I/We hereby agree for
deduction of GST at source at the prescribed rates
OR
13. I/We hereby certify that I/We am /are not registered under GST Act.
14. Our GST Registration Certificate No. is_______________________________.
15. My/Our Permanent Income Tax Account No. is _______________________.
16. I/We hereby agree to furnish as per the ‘mandate form’ the details of Bank
account(s) in which I/ We desire the e-payments to be made for cutting delays in
making payments. I/We hereby agree that Mumbai Port Trust will not be
responsible for any delayed payment due to non-submission of ‘mandate form’ by
me/ us.
17. *(A) mine in a proprietary firm and I am the sole proprietor of the firm.
18. My firm is/is not registered with Registrar of firms.
Witness’s Tenderer’s Signature:____________________ Signature :_____________________
Name: _________________________ Name: ___________________________
Address: ____________________ Address: _____________________
____________________ _____________________
___________________ _____________________
Tel. No.: ____________________ Tel. No.:_____________________ (Mobile No.): _____________________ (Mobile No.): _____________________ Date: ____________________ Date: _____________________
OR
*(B) Ours is a partnership firm and the names of all major partners are given below. Name Age
1. _________________________________ ______ years 2. _________________________________ ______ years
27
3. _________________________________ ______ years 4. _________________________________ ______ years We understand and confirm that if our offer is accepted, the contract will be entered
into with the above mentioned partners only and the Trustees will not recognize or
deal with any minor partners or their guardians.
Witness’s Tenderer’s Signature:____________________ Signature :_____________________
Name: _________________________ Name: ___________________________
Address: ____________________ Address: _____________________
____________________ _____________________
____________________ _____________________
Tel. No.: ____________________ Tel. No.: _____________________ (Mobile No.): _____________________ Date: ____________________ Date: _____________________
OR
*(C) Ours is a Company with liability and a copy of our Memorandum and Articles
of Association will be sent to perusal upon acceptance of our offer.
Proposed contract is intended to be signed by a duly constituted Attorney and
original power of Attorney in his favour will be submitted for perusal immediately on
acceptance of the tender.
The contract will be completed under the Company's Common Seal.
Dated this _________________________________ day of _________________2014.
(Signature) ____________________________(Name)_________________________________
N.B.: *Strike out whichever is not applicable. *****
28
ANNEXURE-II A
APPLICATION DOCUMENT FOR EMPANELMENT OF HOSPITALS, CANCER
HOSPITALS/UNITS IN MUMBAI PORT TRUST
1. Name of the city where hospital is located.
2. Name of the hospital
3. Address of the hospital
4. Tel / fax/e-mail
Telephone No
Fax
e-mail address
Name and Contact details of Nodal
persons
Whether NABH Accredited
Whether NABH Applied for
Whether QCI recommended/ applied for :
Details of Accreditation and Validity period:
Details of QCI/NABH application :
a. Details of the Tender cost of Rs. 1050/-
Name & Address of the Bank RTGS/NEFT No. Date of Issue
b. Details of the draft of EMD of Rs. 50000/-
29
Name & Address of the Bank RTGS/NEFT No. Date of Issue
5. For Empanelment as Hospital for all available facilities
Cancer Hospital/Unit
(Please select the appropriate column)
6. Total Number of beds
7. Categories of beds available with number of total beds in following type of
wards
Casualty/Emergency ward
ICCU /ICU
Private
Semi-Private (2-3 bedded)
General Ward bed (4-10)
Others
8. Total Area of the hospital
Area allotted to OPD
Area allotted to IPD
Area allotted to Wards
9. Furnishing specify as (a), (b), (c), (d) as per index below Index
(a) Bedsides table
b) Wardrobe
(c) Telephone
(d) Any other
30
10. Amenities specify as (a), (b) (c) (d) as per index below Amenities
(a) Air conditioner
(b) T.V.
(c) Room service
(d) Any other
11. Nursing Care
Total No. of Nurses
No. of Para-medical staff
12. Category of bed Bed/Nurse Ratio (acceptable Actual bed/nurse standard) ratio
a) General 6:1
b) Semi-Private 4:1
c) Private 4:1
d) ICU/ICCU 1:1
e) High dependency Unit 1:1
13. Alternate power source Yes
14. Bed occupancy rate
(Norm 85%)
General bed
Semi-Private Bed
Private Bed
Av daily census
Note: Bed occupancy rate = ______________________
Av No. of bed available
(i.e. number of authorized bed)
Total discharge during a year
15. Turnover ratio = --- -----------------------------------
Bed occupancy
No
Bed turnover rate
31
16. Man power:
1. No. of in house Doctors
2. No. of in house Specialists/Consultants
17. Laboratory facilities available –
Pathology
Biochemistry
Microbiology or
any other
18. Imaging facilities available
19. No. of Operation Theaters
20. Whether there is separate OT
for Septic cases
21. Supportive services
Boilers/sterilizers
Ambulance
Laundry
Housekeeping
Canteen
Gas plant
22. Waste disposal system as per statutory requirements
- Dietary
Others (preferably)
- Blood Bank
- Pharmacy
- Physiotherapy
32
23. ESSENTIAL INFORMATION REGARDING ARDIOLOGY & CTVS
Number of coronary angiograms done in last one year
Number of Angioplasty done in last one year
Number of open heart surgery done in last one year
Number of CABG done in last year
24. RENAL TRANSPLANTATION, HAEMODIALYSIS / UROLOGY-UROSURGERY
Number of Renal Transplantations done in one year (2012-
13)
Number of years of duration of facilities
Number of Hemodialysis unit.
Criteria for Dialysis:
The center should have good dialysis unit neat, clean and hygienic like a
minor OT.
Centre should have at least four good Haemodialysis machines with
facility of giving bicarbonate Haemodialysis.
Centre should have water-purifying unit equipped with reverse osmosis.
Unit should be regularly fumigated and they should perform regular
antiseptic precautions.
Centre should have facility for providing dialysis in Sero positive cases.
Centre should have trained dialysis Technician and Sisters and full time
Nephrologist and Resident Doctors available to combat the complications
during the dialysis.
Centre should conduct at least 150 dialyses per month and each session
of hemodialysis should be at least 4 hours.
Facility should be available 24 hours a day.
Whether it has an immunology lab. Yes
If so, does it exist within the city where the hospital is located Yes
Whether it has blood transfusion Service with facilities Yes
for screening HIV markers for Hepatitis (B&C), VDRL
Whether it has a tissue typing unit DBCA/IMSA/DRCG scan
facility and the basic radiology facilities
No
No
No
33
No. of cases treated by lithotripsy in last one year ( 2012-
2013)
Average number of sitting required Per case
Percentage of cases selected for Lithotripsy, which required y
conventional Surgery due to failure of lithotripsy
25. LIVER TRANSPLANTATION- Essential information reg.
Technical expert with experience in liver Transplantation who had
assisted in at least fifty liver transplants. Yes
Name and qualifications)
Month and year since Liver
Transplantation being carried out:
No. of liver transplantation done
during the last one year:
Success rate of Liver Transplant:
Facilities of transplant immunology lab.
Tissue typing facilities Yes
Blood Bank Yes
No
No
No
34
26. ORTHOPAEDIC JOINT REPLACEMENT
a. Whether there is Barrier Nursing for Isolation for patient. Yes
b. Facilities for Arthroscopy Yes
27. NEUROSURGERY.
Whether the hospital has Operation theatre for Neuro Surgery Yes
Whether there is Barrier Nursing for Isolation for patient Yes
Whether, it has required instrumentation for Neuro-surgery Yes
Facility for Gamma Knife Surgery , Yes
Facility for Trans-sphenoidal endoscopic Surgery Yes
Facility for Stereotactic surgery Yes
28. GASTRO-ENTEROLOGY
Whether the hospital has aseptic Operation theatre for Gastro-
Enterology & GI Surgery Yes No
Whether, it has required instrumentation for Gastro-Enterology Yes No
– GI Surgery
Facilities for Endoscopy – specify details Yes
29 E.N.T. – Essential information reg.
Whether the hospital has aseptic Operation theatre for ENT Yes
Whether, it has required instrumentation for E.N.T. Surgery
including diagnostic procedures Yes
Facilities for Endoscopy – Yes
Facilities for reconstruction surgery – Yes
30. Oncology.
I. Whether the hospital has aseptic Operation theatre for Oncology –
Surgery Yes
No
No
No
No
No
No
No
No
No
No
No
No
No
No
35
II. Whether, it has required instrumentation for Oncology Surgery
Yes No
III. Facilities for Chemotherapy Yes No
IV. Facilities for Radio-therapy ( specify ) Yes
V. Radio-therapy facility and Manpower shall be as Per guidelines of
BARC Yes
VII. Details of facilities under Radiotherapy Yes
31. Endoscopic / Laparoscopic Surgery:
Criteria for Laparoscopic/Endoscopic Surgery:
- Center should have facilities for casualty/emergency ward, full-fledged ICU,
proper wards, proper number of nurses and paramedical, qualified and
sufficient number of Resident doctors/specialists.
- The surgeon should be Post Graduate with sufficient experience and
qualification in the specialty concerned.
- He/She should be able to carry out the surgery with its variations and able to
handle its complications.
- The hospital should carry out at least 250 laparoscopic surgeries per year.
- The hospital should have at least one complete set of laparoscopic equipment
and instruments with accessories and should have facilities for open surgery
i.e. after conversion from Laparoscopic Surgery.
Yes
SIGNATURE OF APPLICANT OR AUTHORIZED AGENT
No
No
No
No
36
ANNEXURE-II B(EYE)
APPLICATION DOCUMENT FOR EMPANELMENT OF EXCLUSIVE EYE
HOSPITALS/CENTRES IN MUMBAI PORT TRUST
1. Name of the city where Eye Hospital /Centre is located.
2. Name of the Eye hospital/ centre
3. Address of the Eye hospital / centre
4. Tel / fax/e-mail
Telephone No
Fax
e-mail address
Name and Contact details of Nodal
persons
Whether NABH Accredited
Whether NABH Applied for
Whether QCI recommended/ applied for :
Details of Accreditation and Validity period:
Details of QCI/NABH application :
37
a. Details of the Tender cost of Rs. 1050/-
Name & Address of the Bank RTGS/NEFT No. Date of Issue
b. Details of the draft of EMD of Rs. 50000/-
Name & Address of the Bank RTGS/NEFT No. Date of Issue
8. FOR IOL IMPLANT:
(i) Phacoemulsifier Unit (IIIrd or IVth generation) –
minimum 2 with extra hand pieces
(ii) Flash/rapid sterilizer – one per OT
(iii) YAG laser for capsulotomy
(iv) Digital anterior segment camera
(v) Specular microscope
Whether beds available Yes No
( General, Semi Private, Private or Deluxe Room Yes No
(If yes, specify the number)
G1 Ward
9 ) OCULOPLASTY & ADENEXA:
Specific for Oculoplasty & Adenexa:
Specialized Instruments and kits for:
(i)Dacryocystorhinostomy
(ii) Eye lid Surgery e.g ptosis and Lid reconstruction Surgery
(iii) Orbital surgery
(iv) Socket reconstruction
(v) Enucleation/evisceration
Semi Pvt.
Ward
Pvt. Ward
38
(Vi) Availability of Trained, proficient Oculoplasty surgeon who is trained for
Oculoplasty , Lacrimal and Orbital Surgery
10). A) INVESTIGATIVE FACILITIES:
(i) Syringing, Dacryocystography
(ii) Exophthalmometry
(iii) Ultrasonography – A&B Scan
(iv) Imaging facilities - X-ray, CT Scan & MRI Scan
(v) Ocular pathology, Microbiology services
(vi) & Blood bank services.
(vii) Consultation facilities from related Specialties such as ENT,
Neurosurgery,Hematology, Oncology
(B) OPERATIVE (O.T.) FACILITIES:
Specialized instruments & Kits for the following surgeries should be available.
(i) Dacryo cystorhinostomy
(ii) Lid surgery including eyelid reconstruction & Ptosis correction.
(iii) Orbital surgery
(iv) Socket reconstruction
(v) Enucleation & Evisceration
(vi) Orbital & Adnexal Trauma including Orbital fractures.
(C) PERSONNEL:
i) Resident Doctor Support
ii) Nursing care (24 hours)
iii) Resuscitative facilities
11) STRABISMUS SURGERY:
Functional OT with Instruments needed for strabismus Surgery Yes
Availability of set up for Pediatric Strabismus - Orthoptic room
with distance fixation targets (preferably child friendly) may
No
39
have TV/VCR, Lees/Hess. Chart Yes
12) GLAUCOMA:
1) Specific: Facilities for Glaucoma investigation & management.
a) Applanation tonometery
b) Stereo Fundus photography/OCT/ Nerve fibre Analyser
c) YAG Laser for Iridectomy
d) Automated/Goldmann fields (Perimetry)
e) Electrodiagnostic equipments (VER, ERG, EOG)
f) Colour Vision – Ishiahara Charts
g) Contrast sensitivity – Pelli Robson Charts
h) Pediatric Vision testing – HOTV cards
i) Autorefractometers
j) Synaptophore (basic type with antisuppresion)
k) Prism Bars
l) Stereo test (Randot/TNO)
m) Red – Green Goggles
n) Orthoptic room with distance fixation targets
Preferably child friendly) may have TV/VCR.
o) Lees/Hess chart
SIGNATURE OF APPLICANT OR AUTHORIZED AGENT
No
40
ANNEXURE-II C(DENTAL)
APPLICATION DOCUMENT FOR FOR EMPANELMENT OF EXCLUSIVE
DENTAL CLINICS IN MUMBAI PORT TRUST
1. Name of the city where Exclusive Dental clinic is located.
2. Name of the Exclusive Dental Clinic
3. Address of the Exclusive Dental Clinic
1. Telfax/e-mail
Telephone No
Fax
e-mail address
Name and Contact details of Nodal
persons
Whether NABH Accredited
Whether NABH Applied for
Whether QCI recommended/ applied for :
Details of Accreditation and Validity period:
Details of QCI/NABH application :
41
a. Details of the Tender cost of Rs. 1050/-
Name & Address of the Bank RTGS/NEFT No. Date of Issue
b. Details of the draft of EMD of Rs. 50000/-
Name & Address of the Bank RTGS/NEFT No. Date of Issue
8. Exclusive Dental Clinic : (Infrastructure and technical Specifications)
Number of Dental Chairs:
(A) (i)For General Dental Clinic
(Availability of recovery bed for Dental Clinic)
(if available, specify the number of beds)…………….
(ii)For Specialized Dental Clinic
(Whether beds are available for Specialized Dental Clinic) Yes
If, Yes Number
(B) Whether separate O.T. available for aseptic /septic cases(For specialized
Dental clinics) Yes
(C) Alternative Power supply Give details Yes
(D) (a)Laboratory facilities for routine Clinical Yes
(E) Dental X-ray Machine
IOPA 60-70 Kv, 8 mA, Exposure Yes
(with minimum radiation leakage) time selection 0.01 to 3 seconds
O.P.G. Machine 60-70 Kv, 8 MA Yes
* All Specialists employed on regular and visiting basis must possess Dental
Council of India’s recognized qualifications. A Post Graduate should head each
specialty.
SIGNATURE OF APPLICANT OR AUTHORIZED AGENT
No
No
No
No
Pathology, Bio-chemistry, Microbiology ….
(b) Routine facilities for X-ray OPG Dental X-ray
No
No
42
ANNEXURE-II D(DIAGNOSTIC)
APPLICATION DOCUMENT FOR EMPANELMENT OF DIAGNOSTIC
LABORATORIES/ IMAGING CENTRES
1. Name of the city where DIAGNOSTIC LAB / IMAGING CENTRE is located.
2. Name of the Diagnostic Lab / Imaging Centre
3. Address of the Diagnostic Lab / Imaging Centre
4. Tel/fax/e-mail
Telephone No
Fax
e-mail address
Name and Contact details of Nodal
persons
Whether QCI recommended :
Whether NABL/NABH/QCI applied for :
Enclose copy of accreditation certificate (wherever applicable) :
Applied for ----------------------------------- Diagnostic Lab (Facilities to be mentioned)
Applied for ……………………………….Imaging Centre (Facilities to be mentioned)
43
Nuclear Medicines Lab :
X-Ray :
Ultra Sonography :
CT Scan :
MRI :
ECG / EEG/ Nerve Conduction velocity :
Others (for listed procedures) :
Details of application fee of Rs. 1000/-
Name of bank Address of bank DD no. Validity
Details of EMD amount of Rs. 50,000/-
Name of bank Address of bank DD no. Validity
CRITERIA FOR LABORATORY DIAGNOSTIC CENTER: -
Indicate (√ ) for Yes and (x) for No in the Box 1) Laboratories (Clinical Pathology):
- Space: Minimum 10X12 ft
Adequate space for collection of samples and dispatch of reports.
Waiting space - Minimum for 10 patients.
- Equipment:
Microscope
fully automatic hematology cell counter
Incubator
centrifuge machine
fridge (300 liters)
Automated Electrophoresis apparatus
44
Automated Coagulation apparatus
Cytology and histopathology related set up
Needle Destroyer Trolley for waste disposal with Bags.
- Manpower with Qualification:
Technician –
Diploma in MLT and adequate experience of handling pathology
specimens including Cytology and Histopathology.
Facilities for Waste Management: Provision for waste management as
per the Biomedical waste Act., 1998
- Quality Control:
Arrangement for Internal and external quality control.
The set up should be able to handle the workload with adequate staff
and equipments. Reports should be available at the earliest depending
on the test.
- Backup of Generator, UPS, Emergency light
- General requirements for Pathological Diagnostic Centers:
• Minimum workload of 40-50 samples per day (not tests).
• Slides for Histopathology / Cytology should be preserved a reasonable
period.
• Records of patients /investigation should be well maintained and
updated.
• Charges should be displayed on the notice board.
• Fire Fighting system should be in place wherever it is necessary.
(certificate of fire compliance)
2) Laboratory (Biochemistry):-
- Space for working lab minimum 10X12 ft.
Reception and sample collection should have an area for at
least 10 patients to sit.
45
Laboratory (Preferably air-conditioned)
Washing area/waste disposal.
- Equipment:
Refrigerator
Water-bath
Hot-air-oven
Centrifuge machine
Photo-electric calorie meter or
Spectrophotometer or
semi-auto-analyzer/autoanalyzer
Flame Photometer or ISE Analyzer
Micro-pipettes
All related Lab glassware and
reagents needle destroyer
standard balance
- Manpower with qualification:
Technician with DMLT.
Provision for waste management as per the Biomedical waste Act., 1998:
- Quality Control:
Should be Internal as well as External Backup of Generator, UPS, and
Emergency light
- 24 hours supply of water,
provision for toilet.
- Indicate (√ ) for Yes and (x) for No in the Box
Additional requirements for Laboratory for Hospitals/ Nursing Homes:-
46
- In addition to the criteria written above the following
additional equipment will be required Blood Gas analyzer
Elisa Reader
HPLC and
Electrophoresis apparatus
3) Laboratory (Microbiology):
- Minimum Space required is 10X12 ft.
Receiving samples & labeling, sorting, registration minimum
waiting space for 10 patients and dispatch area
Media room (autoclave, hot air oven, pouring hood) Area required
minimum 6X4 ft.
Processing of samples – staining, cultures etc.
- Minimum Space required is 10X12 ft.
- Equipment:
Non-expendable – Autoclave
Hot Air oven
water bath,
Incubator
centrifuge
Microscopes vortex ELISA reader.
Expendable – Chemicals, media, glassware,
stationery etc.
- Manpower with qualification:
Technician – DMLT
- Provision for waste management as per the Biomedical waste Act., 1998.
- Quality control:
Internal
External tie up with higher Organizations.
Backup of Generator, UPS, Emergency light.
SIGNATURE OF APPLICANT OR AUTHORIZED AGENT
42
ANNEXURE-II E (DIALYSIS CENTRE)
APPLICATION DOCUMENT FOR EMPANELMENT OF EXCLUSIVE DIALYSIS
HOSPITALS/ CENTERS IN MUMBAI PORT TRUST
5. Name of the city where hospital/Center is located.
6. Name of the hospital / Centers
7. Address of the hospital /Centers
8. Tel / fax/e-mail
Telephone No
Fax
e-mail address
Name and Contact details of Nodal
persons
Whether NABH Accredited
Whether NABH Applied for
Whether QCI recommended/ applied for :
Details of Accreditation and Validity period:
Details of QCI/NABH application :
c. Details of the Tender cost of Rs. 1050/-
Name & Address of the Bank RTGS/NEFT No. Date of Issue
48
d. Details of the draft of EMD of Rs. 50000/-
Name & Address of the Bank RTGS/NEFT No. Date of Issue
9. For Empanelment as Hospital for all available facilities
Dialysis Hospital/Unit
(Please select the appropriate column)
10. Total Number of beds
11. Categories of beds available with number of total beds in following type of wards
Casualty/Emergency ward
ICCU /ICU
Private
Semi-Private (2-3 bedded)
General Ward bed (4-10)
Others
12. Total Area of the hospital
Area allotted to OPD
Area allotted to IPD
Area allotted to Wards
9. Furnishing specify as (a), (b), (c), (d) as per index below Index
(a) Bedsides table
b) Wardrobe
(c) Telephone
(d) Any other
11. Amenities specify as (a), (b) (c) (d) as per index below Amenities
49
(e) Air conditioner
(f) T.V.
(g) Room service
(h) Any other
11. Nursing Care
Total No. of Nurses
No. of Para-medical staff
12. Category of bed Bed/Nurse Ratio (acceptable Actual bed/nurse standard) ratio
a) General 6:1
f) Semi-Private 4:1
g) Private 4:1
h) ICU/ICCU 1:1
i) High dependency Unit 1:1
15. Alternate power source Yes
16. Bed occupancy rate
(Norm 85%)
General bed
Semi-Private Bed
Private Bed
Av daily census
Note: Bed occupancy rate = ______________________
Av No. of bed available
(i.e. number of authorized bed)
Total discharge during a year
23. Turnover ratio = --- -----------------------------------
Bed occupancy
24. Man power:
No
Bed turnover rate
50
a. No. of in house Doctors
b. No. of in house Specialists/Consultants
25. Laboratory facilities available –
Pathology
Biochemistry
Microbiology or
any other
26. Imaging facilities available
27. No. of Operation Theaters
28. Whether there is separate OT
for Septic cases
21. Supportive services
Boilers/sterilizers
Ambulance
Laundry
Housekeeping
Canteen
Gas plant
22. Waste disposal system as per statutory requirements
- Dietary
Others (preferably)
- Blood Bank
- Pharmacy
- Physiotherapy
24. RENAL TRANSPLANTATION, HAEMODIALYSIS / UROLOGY-UROSURGERY
51
Number of Renal Transplantations done in one year (2016-
17)
Number of years of duration of facilities
Number of Hemodialysis unit.
Criteria for Dialysis:
The center should have good dialysis unit neat, clean and hygienic like a minor
OT.
Centre should have at least four good Haemodialysis machines with facility of
giving bicarbonate Haemodialysis.
Centre should have water-purifying unit equipped with reverse osmosis.
Unit should be regularly fumigated and they should perform regular antiseptic
precautions.
Centre should have facility for providing dialysis in Sero
positive cases.
Centre should have trained dialysis Technician and Sisters and full time
Nephrologist and Resident Doctors available to combat the complications
during the dialysis.
Centre should conduct at least 150 dialyses per month and each session of
hemodialysis should be at least 4 hours.
Facility should be available 24 hours a day.
Whether it has an immunology lab. Yes
If so, does it exist within the city where the hospital is located Yes
Whether it has blood transfusion Service with facilities Yes
for screening HIV markers for Hepatitis (B&C), VDRL
Whether it has a tissue typing unit DBCA/IMSA/DRCG scan
facility and the basic radiology facilities
Yes
SIGNATURE OF APPLICANT OR AUTHORIZED AGENT
No
No
No
52
ANNEXURE-III
CERTIFICATE OF UNDERTAKING
1. It is certified that the particulars given above are correct and eligibility criteria
are satisfied.
2. That Hospital/ eye center/Exclusive Dental Clinic/ Diagnostic laboratory/
Imaging Centre /Cardiac Diagnostic centers shall not charge CGHS
beneficiaries higher than the CGHS notified rates or the rates charged from
other patients who are not CGHS beneficiaries.
3. That the rates have been provided against a facility/procedure/investigation
actually available at the Organization.
4. That if any information is found to be untrue, Hospital/ Eye center/Dental
clinic/ Diagnostic Centre/Cardiac Diagnostic centers would be liable for de-
empanelment by Mumbai Port Trust. The Organization will be liable to pay
compensation for any financial loss caused to Mumbai Port Trust or physical
and or mental injuries caused to its beneficiaries.
5. That the Hospital/ Eye center/Dental clinic/ Diagnostic Centre/Cardiac
Diagnostic centers has the capability to submit bills and medical records in
digital format and that all Billing will be done in electronic format and medical
records will be submitted in digital format.
6. The Hospital/ Eye center/Dental clinic/ Diagnostic Centre /Cardiac
Diagnostic centers will pay damage to the beneficiaries if any injury, loss of
part or death occurs due to gross negligence.
7. That the Hospital/ Eye center/Dental clinic/ Diagnostic Centre/Cardiac
Diagnostic centers has not been derecognized by CGHS or any State
Government or other Organizations.
8. That no investigation by central Government/State Government or any
statuary Investigating agency is pending or contemplated against the
Hospital/ Eye centre/Dental clinic / Diagnostic Centre/Cardiac Diagnostic
centers.
9. Agree for the terms and conditions prescribed in the Tender document.
10. Hospital agrees to implement Electronic Medical Records and EHR as per the
standards approved by Mumbai Port Trust within one year of its
empanelment.
SIGNATURE OF APPLICANT OR AUTHORIZED AGENT
53
ANNEXURE-IV
ACCEPTANCE LETTER
(To be given on Health Care Organizations Letter Head)
Date:
To,
______________________
______________________
Sub: Acceptance of Terms & Conditions of Tender.
Tender Reference No: ________________________
Name of Tender/ Work: -
________________________________________________________________________________
Dear Sir,
1. I/ We have downloaded / obtained the Tender document(s) for the above
mentioned ‘Tender/Work’ from the web site(s) namely:
________________________________________________________________________________
as per your advertisement, given in the above mentioned website(s).
2. I / We hereby certify that I / we have read the entire terms and conditions of the
Tender documents from Page No. _______ to ______ (including all documents like
annexure(s), schedule(s), etc .,), which form part of the contract agreement and I /
we shall accept hereby by the terms / conditions / clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/ organizations
too have also been taken into consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the Tender conditions of above mentioned
Tender document(s) / corrigendum(s) in its totality / entirety.
5. In case any provisions of this tender are found violated, then your
department/organization shall without prejudice to any other right or remedy be at
liberty to reject this Application/application including the forfeiture of the full said
earnest money deposit absolutely.
6. Also I / We have not been suspended / blacklisted by any PSU / Government
Department /Financial Organization / Court.
Yours Faithfully,
(Signature of the Applicant with Official Seal)
54
ANNEXURE- V
DRAFT MOA
MUMBAI PORT TRUST MUMBAI
AGREEMENT BETWEEN BOARD OF TRUSTEES OF PORT OF MUMBAI AND
…………………………………Name of the City
This Agreement is made on the ________ day of _________, 2017 between the BOARD
OF TRUSTEES OF PORT OF MUMBAI through Chief Medical Officer, Mumbai Port
Trust having its office at Port Bhawan, P.D’meilo Road, Shoorji Vallabhdas Marg,
Ballard Estate, Mumbai – 400 001(hereinafter called MbPT, which expression shall,
unless repugnant to the context or meaning thereof, be deemed to mean and include
its successors and assigns) of the First Part
AND
……………………………………….. (Name of the Hospital with Address) of the Second
Part.
WHEREAS, the MUMBAI PORT TRUST is providing comprehensive medical care
facilities to the Mumbai Port Trust Employees / Pensioners / CISF and such other
categories ofbeneficiaries as are decided from time to time.
AND WHEREAS, MUMBAI PORT TRUST proposes to provide treatment facilities and
diagnostic facilities to theBeneficiaries in the Private empanelled Hospitals, exclusive
eye hospitals/centres, exclusive dentalclinics, Diagnostic Laboratories/ Imaging
centres in ------------- (Name of City)
AND WHEREAS, (Name of the Hospitals, Exclusive Eye Hospitals/ Centres, Exclusive
Dental Clinics and Diagnostic Laboratories/ Imaging Centers) has agreed to give the
following treatment /diagnostic facilities to the Mumbai Port Trust Beneficiaries in
the Health Care Organization at the rates offeredby CGHS:
……………………………………………………………………………………………………………
………………………………………………
……………………………………………………………………………………………………………
……………………
NOW, THEREFORE, IT IS HEREBY AGREED between the Parties as follows:
1. DEFINITIONS & INTERPRETATIONS
1.1 The following terms and expressions shall have the following meanings for
purposes ofthis Agreement:
55
1.1.1 “Agreement” shall mean this Agreement and all Schedules,
supplements,appendices, appendages and modifications thereof made in
accordance withthe terms of this Agreement.
1.1.2 “Benefit” shall mean the extent or degree of service the beneficiaries areentitled
to receive as per the rules on the subject.
1.1.3 “Bill Clearing Agency “(BCA) means the agency appointed by Mumbai Port Trust
for processing of Data/ Bills of all Mumbai Port Trust beneficiaries (both
serving and pensioner) attending the empanelled Private Hospitals and for
making payment.
1.1.4 “Card” shall mean the Mumbai Port Trust Card, issued by any competent
authority, of Mumbai Port Trust.
1.1.5 “Card Holder” shall mean a person having a Mumbai Port Trust Card.
1.1.6 “Mumbai Port Trust Beneficiary” shall mean a person who is eligible and hold
a valid Mumbai Port Trust card for the benefit.
1.1.7 “Coverage” shall mean the types of persons to be eligible as the beneficiaries
of the Scheme to health services provided under the Scheme, subject to the
terms, conditions and limitations.
1.1.8 “Diagnostic Center” shall mean the (Name of the Diagnostic Center)
performing tests / investigations
1.1.9 “Imaging Centre” shall mean the (Name of the Imaging Centre) performing X-
ray, CT Scan, MRI, USG, etc.,
1.1.10 “Emergency” shall mean any condition or symptom resulting from any cause,
arising suddenly and if not treated at the early convenience, be detrimental to
the health of the patient or will jeopardize the life of the patient.
1.1.11 “Empanelment” shall mean the hospitals, exclusive eye hospitals/centres,
exclusive dental clinics, Diagnostic Laboratories/ Imaging centres authorized
by the Mumbai Port Trust for treatment/ investigation purposes for a
particular period.
1.1.12 “Hospital” shall mean the (Name of the Hospital) while performing under this
Agreement providing medical investigation, treatment and the healthcare of
human beings.
1.1.13 “De-recognition of Hospital” shall mean debarring the hospital on account of
adopting unethical practices or fraudulent means in providing medical
treatment to or not following the good industry practices of the health care for
the Mumbai Port Trust beneficiaries after following certain procedure of
inquiry
1.1.14 “Party” shall mean either the Mumbai Port Trust or the Hospital and “Parties”
shall mean both the Mumbai Port Trust and the Hospital .
1.1.15 “CGHS “Package Rate” shall mean all inclusive – including lump sum cost of
inpatient treatment / day care / diagnostic procedure for which a Mumbai
Port Trust beneficiary has been permitted by the competent authority or for
treatment under emergency from the time of admission to the time of
discharge including(but not limited to) – (i) Registration charges, (ii) Admission
charges, (iii)Accommodation charges including patients diet, (iv) Operation
charges, (v)Injection charges, (vi) Dressing charges, (vii) Doctor / consultant
56
visit charges,(viii) ICU / ICCU charges, (ix) Monitoring charges, (x) Transfusion
charges and Blood processing charges (xi)Pre Anesthetic checkup and
Anesthesia charges, (xii) Operation theatre charges, (xiii) Procedural charges
/ surgeon’s fee, (xiv) Cost of surgical disposables and all sundries used during
hospitalization, (xv) Cost of medicines and consumables (xvi) Related routine
and essential investigations (xvii) Physiotherapy charges etc. (xviii) Nursing
care charges etc.
Package rates also include two pre-operative consultations and two
postoperative consultations.
Cost of Implants / stents / grafts is reimbursable in addition to package rates
as per CGHS ceiling rates or as per actual, whichever is lower.
In case a beneficiary demands a specific Brand of Stent / Implant and give his
consent in writing, the difference in cost over and above the ceiling rate maybe
charged from the beneficiary, which is non-reimbursable.
During In-patient treatment of the Mumbai Port Trust beneficiary, the
hospital will not ask the beneficiary or his / her attendant to purchase
separately the medicines /sundries / equipment or accessories from outside
and will provide the treatment within the package rate, fixed by the CGHS
which includes the cost of all the items. However, the following items are not
admissible for reimbursement:
Toiletries
Sanitary napkins
Talcum powder
Mouth fresheners
In cases of conservative treatment / where there is no CGHS package rate,
calculation of admissible amount would be done item wise as per CGHS rates
or as per AIIMS rates , if there is no CGHS rate for a particular item.
Package rates envisage up to a maximum duration of indoor treatment as
follows:
Upto 12 days for Specialized (Super Specialties) treatment
Upto 7 days for other Major Surgeries
Upto 3 days for / Laparoscopic surgeries / elective Angioplasty / normal
deliveries and 1 day for day care / Minor (OPD) surgeries.
However, if the beneficiary has to stay in the hospital for his / her recovery for
a period more than the period covered in package rate, in exceptional cases,
supported by relevant medical records and certified as such by hospital, the
additional reimbursement may be allowed, which shall be limited to
accommodation charges as per entitlement , investigations charges at
approved rates, doctors visit charges (not more than 2 visits per day per visit
by specialists / consultants) and cost of medicines for additional stay).
57
No additional charge on account of extended period of stay shall be allowed if
that extension is due to infection on the consequences of surgical
procedure/faulty investigation procedure etc.
The empanelled health Care Organization cannot charge more than CGHS
approved rates when a patient is admitted with valid Mumbai Port Trust Card
with prior permission or under emergency. In case of any instance of
overcharging the over charged amount over and above CGHS rate (except
inadmissible items and difference paid due to implant/stent of a specific
brand chosen by Mumbai Port Trust beneficiary) shall be paid to the
beneficiary and shall be recovered from the pending bills of the hospital.
If any empanelled health care Organization charges from CGHS beneficiary for
any expenses incurred over and above the package rates vis-à-vis medicine,
consumables, sundry equipment and accessories etc., which are purchased
from external sources, based on specific authorization of treating doctor / staff
of the concerned hospital and if they are not falling under the list of non-
admissible items, reimbursement shall be made to the beneficiary and the
amount shall be recovered from the pending bills of hospitals.
1.1.16. “BCA” shall mean a Third Party Administrator authorized by Mumbai Port
Trust to process the medical reimbursement claims or to carry out medical
audit.
Annexures-I shall be deemed to be an integral part of this Agreement.
The terms and conditions stipulated in the Tender document shall be read as part of
this agreement.
2. DURATION OF AGREEMENT
The Agreement shall remain in force for a period of 2 years. The Agreement may be
extended for another year subject to fulfillment of all the terms and conditions of this
Agreement and with mutual consent of both parties.
3. CONDITIONS FOR PROVIDING TREATMENT/SERVICES
A. GENERAL CONDITIONS
The hospitals, Exclusive Eye hospitals/centres, Exclusive Dental Clinics and
Diagnostic centres shall be empanelled for all facilities/services available in the
health care organization as approved by NABH/NABL/QCI and shall not be
empanelled for selected specialties/ facilities.
The Hospitals, Exclusive Eye Hospitals/centres, Exclusive Dental clinics, Diagnostic
Laboratories/ Imaging Centres shall investigate / treat the Mumbai Port Trust
58
beneficiaries only for the condition for which they are referred with due authorization
letter.
In case of unforeseen emergencies of these patients during admission for approved
procedure, ‘provisions of emergency treatment’ shall be applicable.
It is agreed that Mumbai Port Trust beneficiaries shall be attended to on priority.
Mumbai Port Trust has the right to monitor the treatment provided in the Private
Hospitals, exclusive eye hospitals/centres, exclusive dental clinics, Diagnostic
Laboratories/ Imaging centres.
B. AUTHORISATION LETTER FOR TREATMENT
The treatment/procedure shall be performed on the basis of the authorization letter
issued by the Chief Medical Officer of Mumbai Port Trust.
C. INVESTIGATIONS PRIOR TO ADMISSION
All investigations regarding fitness for the surgery will be done prior to the admission
for any elective procedure and are part of package.
D. ADDITIONAL PROCEDURES/INVESTIGATIONS
For any material / additional procedure / investigation other than the condition for
which the patient was initially permitted, would require the permission of the
competent authority except under emergency.
E. PROCEDURE WHERE REFERRED CASE NEEDS TREATMENT IN A
SPECIALITY(s) WHICH ARE NOT AVAILABLE IN THE HOSPITAL
The Hospital, Exclusive Eye centre, Exclusive Dental clinic, Diagnostic Laboratory/
Imaging shall not undertake treatment of referred cases in specialties which are not
available in the hospital. But it will provide necessary treatment to stabilize the
patient and transport the patient safely to nearest recognized hospital under
intimation to Mumbai Port Trust authorities. However in such cases the Hospital will
charge as per the CGHS rates only for the treatment provided.
F. CHANGES IN INFRASTRUCTURE/STAFF TO BE NOTIFIED TOMUMBAI PORT
TRUST
The Hospital, Exclusive Eye centre, Exclusive Dental clinic, Diagnostic Laboratory/
Imaging Centreshallimmediately communicate to Chief Medical Officer of Mumbai
Port Trust about any change in the infrastructure /Shifting of premises. The
empanelment will betemporarily withheld in case of shifting of the facility to any
other location without priorpermission of Mumbai Port Trust. The new establishment
59
of the same Hospital shall attract a freshinspection, at the prescribed fee, for
consideration of continuation of empanelment.
F. ANNUAL REPORT
The Hospital, Exclusive Eye centre, Exclusive Dental clinic, Diagnostic Laboratory/
Imaging will submit an annual report regarding number of referrals received,
admitted Mumbai Port Trust beneficiaries, bills submitted to the Mumbai Port Trust
and payment received, details of monthly report submitted to the Chief Medical
Officer of Mumbai Port Trust. Annual audit report of the hospitals will also be
submitted along with the statement.
The Hospital, Exclusive Eye centre, Exclusive Dental clinic, Diagnostic Laboratory/
Imaging shall submit all the medical records in digital format.
H. EMR / EHR
The empanelled health Care Organizations (except eye hospital/centre, dental
clinics, Diagnostic Labs/Imaging Centres) shall have to implement Electronic
Medical Records and EHR as per the standards and guidelines approved by Mumbai
Port Trust within one year of its empanelment.
I. EMPANELMENT WITH AUTONOMOUS BODIES
All empanelled hospitals/ diagnostic centres/ exclusive eye centres/ exclusive dental
clinics shall also agree for empanelment with any autonomous body/ public sector
undertaking on same terms & conditions as with Mumbai Port Trust
J. MEETINGS
Authorized signatory / representative of the empanelled health care organizations
shall attend the periodic meetings held by Chief Medical Officer of Mumbai Port Trust
required in connection with improvement of working conditions and for redressal of
grievances.
K. INSPECTIONS
During the visit by Chief Medical Officer of Mumbai Port Trust or any other
authorized representative of the Chief Medical Officer of Mumbai Port Trust,
including BCA, the empanelled health care organization’s authorities will cooperate
in carrying out the inspection.
L. AID TO PUBLIC HEALTH AUTHORITIES
In case of any natural disaster / epidemic, the empanelled health care organizations
shall fully cooperate with the Chief Medical Officer of Mumbai Port Trust and will
convey / reveal all the required information, apart from providing treatment.
60
M. NO COMMERCIAL PUBLICITY
The Hospital, Exclusive Eye centre, Exclusive Dental clinic, Diagnostic Laboratory/
Imaging Centre will not make any commercial publicity projecting the name of
Mumbai Port Trust. However, the fact of empanelment under Mumbai Port Trust
shall be displayed at the premises of the empanelled health Care Organization
indicating that the charges will be as per CGHS approved rates.
N. AGREE FOR CONDUCTING ANNUAL HEALTH CHECK-UP FOR GROUP ‘A’
MUMBAI PORT TRUSTOFFICERS AGED ‘40’ AND ABOVE AND FOR OTHER
CATEGORIES OFMUMBAI PORT TRUST BENEFICIARIES AS SPECIFIED BY
MUMBAI PORT TRUST.
The Hospital shall agree for conducting all investigations / diagnostic tests /
consultations etc. of the Mumbai Port Trust Class “I” officers of above 40 years of age
and other categories of Mumbai Port Trust beneficiaries as specified by Mumbai Port
Trust from time to time as per the prescribed protocol, subject to the condition that
the hospital shall not charge more thanRs.2000/- for conducting the prescribed
medical examination of the male officers andRs.2200/- for female officers of Mumbai
Port Trust who come to the hospital/ institution with the requisite permission letter
from Chief Medical Officer of Mumbai Port Trust.
4. TREATMENT IN EMERGENCY
The following ailments may be treated as emergency which is illustrative only and
not exhaustive, depending on the condition of the patient:
Acute Coronary Syndromes (Coronary Artery Bye-Pass Graft / Percutaneous,
Transluminal
Coronary Angioplasty) Including Myocardial Infarction,
Unstable Angina,
Ventricular Arrhythmias,
Paroxysmal Supra Ventricular Tachycardia,
Cardiac Temponade,
Acute Left Ventricular Failure / Severe Congestive Cardiac Failure,
Accelerated Hypertension,
Complete Heart Block And Stoke Adam Attack, Acute Aortic Dissection.
Acute Limb Ischemia,
Rupture Of Aneurysm,
Medical And Surgical Shock And Peripheral Circulatory Failure.
Cerebro-Vascular Attack-Stokes,
Sudden Unconsciousness,
Head Injury,
Respiratory Failure,
61
Decompensated Lung Disease, Cerebro-Meningeal Infections,
Convulsions, Acute Paralysis,
Acute Visual Loss.
Acute Abdomen Pain.
Road Traffic Accidents / With Injuries Including Fall.
Severe Hemorrhage Due To Any Cause.
Acute Poisoning. Acute Renal Failure.
Acute Abdomen Pain In Female Including Acute Obstetrical And Gynecological
Emergencies.
Electric Shock.
Any Other Life Threatening Condition.
In emergency the hospital will not refuse admission or demand an advance payment
from the beneficiary or his family member and will provide credit facilities to the
patient whether the patient is a serving employee or a pensioner availing medical
facilities, on production of a valid Mumbai Port Trust card and the hospital shall
submit the bill for reimbursement to the Chief Medical Officer of Mumbai Port Trust.
The refusal to provide the treatment to bonafide Mumbai Port Trust Beneficiaries in
emergency cases and other eligible categories of beneficiaries on credit basis, without
valid ground, would attract disqualification for continuation of empanelment.
The nature and appropriateness of the emergency is subject to verification, which
may be verified, inspected or medically audited by the nominated authority on
random basis at its own discretion.
The Hospital will intimate all instances of patients admitted as emergencies without
prior permission to the Chief Medical Officer of Mumbai Port Trust within the
prescribed time.
5. ENTITLEMENTS FOR VARIOUS TYPES OF WARDS
Mumbai Port Trust beneficiaries are entitled to facilities of private, semi-private or
general ward depending on latest order in this regards needs to be followed. The
entitlement is as follows:-
S. No. Pay drawn in pay band/Basic
Pension
Entitlement
1 Class IV Employees General Ward
2 Class III Employees Semi-Private Ward
3 Class II & I and above Private Ward
a. Private ward is defined as a hospital room where single patient is accommodated
and which has an attached toilet (lavatory and bath). The room should have
furnishings like wardrobe, dressing table, bed-side table, sofa set, carpet, etc. as
well as a bed for attendant. The room has to be airconditioned.
62
b. Semi Private Ward is defined as a hospital room where two to three patients are
accommodated and which has attached toilet facilities and necessary furnishings.
c. General ward is defined as a hall that accommodates four to ten patients.
Treatment in higher Category of accommodation than the entitled category is not
permissible.
6. APPROVED RATES TO BE CHARGED
The empanelled health care organization shall charge from the Mumbai Port Trust
beneficiary as per the rates for a particular procedure / package deal as prescribed
by the CGHS and attached as Annexure (rate list), which shall be an integral part of
this Agreement. The rates notified by CGHS shall also be available on web site of
Ministry of Health & F.W. athttp://msotransparent.nic.in/cghsnew/index.aspThe
package rate will be calculated as per the duration specified in the Tender document.
No additional charge on account of extended period of stay shall be allowed if, that
extension is due to infection on the consequences of surgical procedure or due to any
improper procedure and is not justified.
The rate being charged will not be more than what is being charged for same
procedure from other (non-Mumbai Port Trust) patients or Organizations. An
authenticated list of rates being charged from other non-Mumbai Port Trust will also
be supplied to Mumbai Port Trust within 30 days of this Agreement.
The procedure and package rates for any diagnostic investigation, surgical procedure
and other medical treatment for Mumbai Port Trust beneficiary under this Agreement
shall not be increased during the validity period of this Agreement.
The empanelled health care organization agrees that during the In-patient treatment
of the Mumbai Port Trust beneficiary, the Hospital will not ask the beneficiary or his
attendant to purchase separately the medicines / sundries / equipment or
accessories from outside and will provide the treatment within the package deal rate,
fixed by the CGHS which includes the cost of all the items. Appropriate action,
including removal from Mumbai Port Trust empanelment and /or termination of this
Agreement, may be initiated on the basis of a complaint, medical auditor inspections
carried out by Mumbai Port Trust teams.
The hospital/ diagnostic centres shall agree to charge CGHS rates to Mumbai Port
Trust Employees / Pensioners on production of valid I-Card / Documentary proof ,
even though treatment is not sought as Mumbai Port Trust beneficiary.
7. MODE OF PAYMENT FOR TREATMENT OF BENEFICIARIES
In respect of the following categories of beneficiaries, treatment /
procedures/services shall be undertaken/provided on credit: No payment shall be
sought from them and the bills should be submitted to the Chief Medical Officer,
Mumbai Port Trust.
63
MbPT Employees and their family members
CISF posted at MbPT and their family members
Pensioners and their spouses,
8. BILL CLEARING AGENCY (BCA)
Bill clearing Agency (BCA) nominated by Chief Medical Officer of Mumbai Port Trust
will not charge any processing fee.
9. NOTIFICATION OF NODAL OFFICERS
Empanelled health care Organizations shall notify two Nodal officers for Mumbai Port
Trust beneficiaries, who can be contacted by Mumbai Port Trust beneficiaries in case
of any eventuality.
10. INFORMATION TO BE PROVIDED TO THE BCA BY HOSPITALS EMERGENCY
ADMISSIONS
The Hospital will intimate to the Chief Medical Officer of Mumbai Port Trust within
two(2) hours of such admission and the Chief Medical Officer of Mumbai Port Trust
will respond with due authorization in four (4) hours. Treatment in no case would be
delayed or denied because authorization by the Chief Medical Officer of Mumbai Port
Trust is only confirmation of theeworkflow in respect of such patient. Post discharge,
the hospital would upload bills and other documents as per requirement of Mumbai
Port Trust within seventy two (72) hours.
REFERRED ADMISSIONS
Where the Mumbai Port Trust beneficiary visits the hospital with a proper referral
and authorization letter, the hospital will verify and submit information of admission
to the Chief Medical Officer of Mumbai Port Trust online. The Chief Medical Officer
of Mumbai Port Trust would respond with an authorization within four (4) hours.
Post discharge, the hospital would upload bills and other documents as per
requirement of Mumbai Port Trust within seventy two(72) hours.
11. SUBMISSION OF BILLS TO BILL CLEARING AGENCY
In case of Mumbai Port Trust beneficiary visits., where credit bills are sent to Chief
Medical Officer of Mumbai Port Trust, the Private Empanelled health care
Organizations shall submit the physical bill as well as electronic bill to the Chief
Medical Officer of Mumbai Port Trust for processing of bills.
The Data and electronic bills in respect of Serving employees shall be utilized for
medical audit and statistical purposes.
64
12. PROCESSING OF CLAIMS/BILLS BY THE BCA
Bill Clearing Agency (BCA) shall make payment of admissible amount after due
scrutiny within a maximum period of 30 days. Recoveries, if any, will be affected
from future bills of hospitals, exclusive Eye hospitals / Centres, exclusive Dental
Clinics, Cancer Hospitals/units and diagnostic centres as the case may be.
The BCA during the course of the auditing will restrict the claims as per CGHS rates.
BCA will also examine in terms of
(a) Appropriateness of treatment including screening of patients records to identify
unnecessary admissions and unwarranted treatments
(b) Whether the planned treatment is shown as emergency treatment
(c) Whether the diagnostic medical or surgical procedures that were not required were
conducted by hospital including unnecessary investigations
(d) Maintaining database of such information of Mumbai Port Trust beneficiaries for
future use.
(e) Whether the treatment procedures have been provided as per the approved rates
and the packages.
(f) Whether procedures performed were only those for which permission has been
granted
The BCA shall record their findings and intimate the same to the Private Hospital
concerned with a copy endorsed to Chief Medical Officer of Mumbai Port Trust. The
payment of the bill/claim to the Private Hospital concerned will be made directly by
the Mumbai Port Trust after receipt of the physical bills in respect of Mumbai Port
Trust beneficiaries.
13. MEDICAL AUDIT OF BILLS
There shall be a continuous Medical Audit of the services provided by the empanelled
Private Hospital.
14. DUTIES AND RESPONSIBILITIES OF EMPANELLED HEALTH
CAREORGANIZATIONS
It shall be the duty and responsibility of the empanelled Hospital, Exclusive Eye
centre, Exclusive Dental clinic, Diagnostic Laboratory/ Imaging Laboratory/ Imaging
Centre at all times, to obtain, maintain and sustain the valid registration, recognition
and high quality and standard of its services and healthcare and to have all statutory
/ mandatory licenses, permits or approvals of the concerned authorities under or as
per the existing laws”.
65
15. NON ASSIGNMENT
The empanelled Hospital, Exclusive Eye centre, Exclusive Dental clinic, Diagnostic
Laboratory/Imaging Centre shall not assign, in whole or in part, its obligations to
perform under the agreement, except with the Mumbai Port Trust’s prior written
consent at its sole discretions and on such terms and conditions as deemed fit by
the Mumbai Port Trust. Any such assignment shall not relieve the Hospital/Eye
centre/Dental clinic/ Diagnostic Centre from any liability or obligation under this
agreement
16. EMPANELLED HEALTH CARE ORGANIZATION’S INTEGRITY AND OBLIGAITONS
DURING AGREEMENT PERIOD
The empanelled Hospital, Exclusive Eye centre, Exclusive Dental clinic, Diagnostic
Laboratory/Imaging Centre is responsible for and obliged to conduct all contracted
activities in accordance with the Agreement using state-of-the-art methods and
economic principles and exercising all means available to achieve the performance
specified in the Agreement. The Hospital, Exclusive Eye centre, Exclusive Dental
clinic, Diagnostic Laboratory/ Imaging Centre is obliged to act within its own
authority and application by the directives issued by the Mumbai Port Trust. The
Hospital, Exclusive Eye centre, Exclusive Dental clinic, Diagnostic Laboratory/
Imaging Centre is responsible for managing the activities of its personnel and will
hold itself responsible for their misdemeanors, negligence, misconduct or deficiency
in services, if any.
17. PERFORMANCE BANK GUARANTEE (PBG)
Health Care Organizations that are recommended for empanelment after the initial
assessment shall also have to furnish a performance Bank Guarantee valid for a
period of30 months i.e. six month beyond empanelment period to ensure efficient
service and to safeguard against any default:
Hospitals/Cancer Units Rs.10.00 lac
Eye Centers Rs.2.00 lac
Dental Clinics Rs.2.00 lac
Diagnostic Centers Rs.2.00.lac
Dialysis Hospital/Center Rs.2.00 Lac
In case of health Care Organizations already empanelled under Mumbai Port Trust
they shall submit anew Performance Bank Guarantee after the validity of the existing
performance guarantee is over.
18. FORFEITURE OF PERFORMANCE BANK GUARANTEE AND REMOVAL FROM
LIST OF EMPANELLED ORGANIZATIONS
In case of any violation of the provisions of the MOA by the health care Organizations
empanelled under Mumbai Port Trust such as:
66
1. refusal of service,
2. undertaking unnecessary procedures,
3. prescribing unnecessary drugs/tests
4. over billing,
5. reduction in staff/ infrastructure/ equipment etc. after the hospital/ has been
empanelled.
6. Non submission of the report, habitual late submission or submission incorrect
data in the report
7. refusal of credit to eligible beneficiaries and direct charging from them.
8. if not recommended by NABH/NABL/QCI at any stage
9. Discrimination against Mumbai Port Trust beneficiaries vis-à-vis general patients
The amount of Performance Bank Guarantee will be forfeited and the Mumbai Port
Trust shall have the right to de-recognize the health Care Organization as the case
may be. Such action could be initiated on the basis of a complaint, medical audit or
inspections carried out by Mumbai Port Trust teams at random.
The decision of the Mumbai Port Trust will be final.
19. LIQUIDATED DAMAGES
a. The Hospital, Exclusive Eye centre, Exclusive Dental clinic, Diagnostic
Laboratory/ Imaging Centre shall provide the services as per the requirements
specified by the Mumbai Port Trust in terms of the provisions of this Agreement. In
case of initial violation of the provisions of the Agreement by the Hospital such as
refusal of service or direct charging from the Mumbai Port Trust Beneficiaries or
defective service and negligence, the amount equivalent to15% of the amount of
Performance Bank Guarantee will be charged as agreed Liquidated Damages by the
Mumbai Port Trust, however, the total amount of the Performance Bank Guarantee
will be maintained intact being a revolving Guarantee.
b. In case of repeated defaults by the Hospital, Exclusive Eye centre, Exclusive Dental
clinic, Diagnostic Laboratory/ Imaging Centre, the total amount of Performance
Bank Guarantee will be forfeited and action will be taken for removing the Health
Care Organization from the empanelment of Mumbai Port Trust as well as
termination of this Agreement.
c. For over-billing and unnecessary procedures, the extra amount so charged will be
deducted from the pending / future bills of the Hospital, Exclusive Eye centre,
Exclusive Dental clinic, Diagnostic Laboratory/ Imaging Centre and the Mumbai Port
Trust shall have the right to issue a written warning to the health Care Organization
not to do so in future. The recurrence, if any, will lead to the stoppage of referral to
that particular Health care Organization or De-recognition from Mumbai Port Trust.
67
20. TERMINATION FOR DEFAULT
The Mumbai Port Trust may, without prejudice to any other remedy for breach of
Agreement, by written notice of default sent to the Hospital terminate the
Agreement in whole or part:
If the empanelled Hospital, Exclusive Eye centre, Exclusive Dental clinic, Diagnostic
Laboratory/Imaging Centre fails to provide any or all of the services for which it has
been empanelled within the period(s) specified in the Agreement, or within any
extension thereof if granted by the Mumbai Port Trust pursuant to Condition of
Agreement or If the Health Care Organization fails to perform any other obligation(s)
under the Agreement.
If the Hospital, Exclusive Eye centre, Exclusive Dental clinic, Diagnostic Laboratory/
Imaging Centre in the judgment of the Mumbai Port Trust has engaged in corrupt or
fraudulent practices in competing for or in executing the Agreement.
In case of any wrong doings as specified in Memorandum of Agreement by one
hospital /centre / clinic / lab of a particular group,Mumbai Port Trust reserves the
right to remove all empanelled hospitals / centres/ clinics/labs of that particular
groups from its empanelled list of hospitals.
21. INDEMNITY
The empanelled Hospital, Exclusive Eye centre, Exclusive Dental clinic, Diagnostic
Laboratory/Imaging Centre shall at all times, indemnify and keep indemnified
Mumbai Port Trust / the Government against all actions, suits, claims and demands
brought or made against it in respect of anything done or purported to be done by
the Health Care Organization in execution of or in connection with the services under
this Agreement and against any loss or damage to Mumbai Port Trust / the
Government in consequence to any action or suit being brought against the Mumbai
Port Trust / the Government, along with (or otherwise), Health Care Organization as
a Party for anything done or purported to be done in the course of the execution of
this Agreement. The HealthCare Organization will at all times abide by the job safety
measures and other statutory requirements prevalent in India and will keep free and
indemnify the Mumbai Port Trust from all demands or responsibilities arising from
accidents or loss of life, the cause or result of which is the Hospital negligence or
misconduct.
The Health care Organization will pay all indemnities arising from such incidents
without any extra cost to Mumbai Port Trust and will not hold the Mumbai Port Trust
responsible or obligated. Mumbai Port Trust may at its discretion and shall always
be entirely at the cost of the Health Care Organization defend such suit, either jointly
with the Health Care Organization enter or singly in case the latter chooses not to
defend the case
22. ARBITRATION
If any dispute or difference of any kind whatsoever (the decision whereof is not herein
otherwise provided for) shall arise between the Mumbai Port Trust and the Hospital,
68
Exclusive Eye centre, Exclusive Dental clinic, Diagnostic Laboratory/ Imaging Centre
upon or in relation to or in connection with or arising out of the Agreement, shall be
referred to for arbitration by Chairman of Mumbai Port Trust, who will give written
award of his decision to the Parties. The decision of the Chairman will be final and
binding. The provisions of the Arbitration and Conciliation Act, 1996 shall apply to
the arbitration proceedings. The venue of the arbitration proceedings shall be at
Mumbai.
23. MISCELLANEOUS
Nothing under this Agreement shall be construed as establishing or creating
between the Parties any relationship of Master and Servant or Principal and
Agent between the Mumbai Port Trust and the Health Care Organization. The
Health care Organization shall work or perform their duties under this
Agreement or otherwise.
The Health care Organization agrees that any liability arising due to any
default or negligence in not represent or hold itself out as agent of the Mumbai
Port Trust.
The Mumbai Port Trust will not be responsible in any way for any negligence
or misconduct of the Health Care Organization and its employees for any
accident, injury or damage sustained or suffered by any Mumbai Port Trust
beneficiary or any third party resulting from or by any operation conducted by
and on behalf of the Hospital or in the course of doing its performance of the
medical services shall be borne exclusively by the hospital who shall alone be
responsible for the defect and / or deficiencies in rendering such services.
The Hospital/ Exclusive Eye centre/Exclusive Dental clinic/ Diagnostic
Laboratory/ Imaging Centre shall notify the Government of any material
change in their status and their shareholdings or that of any Guarantor of the
in particular where such change would have an impact on the performance of
obligation under this Agreement.
This Agreement can be modified or altered only on written agreement signed
by both the parties.
Should the Hospital/ Exclusive Eye centre/Exclusive Dental clinic/
Diagnostic Laboratory/
Imaging Centre get wound up or partnership is dissolved, the Mumbai Port
Trust shall have the right to terminate the Agreement. The termination of
Agreement shall not relieve the hospital or their heirs and legal representatives
from the liability in respect of the services provided by the Health care
Organization during the period when the Agreement was in force.
69
The Hospital, Exclusive Eye centre, Exclusive Dental clinic, Diagnostic
Laboratory/ Imaging Centre shall bear all expenses incidental to the
preparation and stamping of this agreement.
24. OTHER SERVICES TO BE PROVIDED
The empanelled Private Health Care Organization will, on the request of Mumbai Port
Trust, agree to provide training to Mumbai Port Trust medical, Para-medical and
nursing staff.
25. EXIT FROM THE PANEL
The Rates fixed by the Mumbai Port Trust shall continue to hold good unless revised
by CGHS. In case the notified rates are not acceptable to the empanelled health care
Organizations, or for any other reason, the health care Organization no longer wishes
to continue on the list under Mumbai Port Trust, it can apply for exclusion from the
panel by giving one month notice. Patients already admitted shall continue to be
treated.
26. NOTICES
26.1 Any notice given by one party to the other pursuant to this Agreement shall be
sent to other party in writing by registered post or by facsimile and confirmed by
original copy by post to the other Party’s address as below.
Chief Medical Officer of Mumbai Port Trust Hospital, Wadala (East), Mumbai – 400
037.
Hospital with address:
(………………………………………………………………………)
26.2 A notice shall be effective when served or on the notice’s effective date,
whichever is later. Registered communication shall be deemed to have been served
even if it returned with remarks like refused, left, premises locked, etc.
IN WITNESSES WHEREOF, the parties have caused this Agreement to be signed and
executed on the day, month and the year first above mentioned.
Signed by
Chief Medical Officer of Mumbai Port Trust
For and on behalf of
BOARD OF TRUSTEES OF PORT OF MUMBAI
In the Presence of
(Witnesses)
1.
70
2.
Signed by
For and on behalf of (Hospital )
Duly authorized vide Resolution No. ……… dated …….
of (name of Hospital )
In the presence of
(Witnesses)
1.
2.
71
ANNEXURE -VI
PERFORMANCE BANK GUARANTEE
To:
(Board of Port of Mumbai)
WHEREAS _____________________________________________________(Name of
HealthCare Organization ) has undertaken, Agreement No.
______________________________________ dated, __________________2013 to ________
____________________ _______________________
(Description of Services) hereinafter called "the Agreement".
AND WHEREAS it has been stipulated by you in the said Agreement that the
Hospital, Exclusive Eye hospital/center, Exclusive Dental clinic, Diagnostic
Laboratory/ Imaging Centre, Exclusive Dialysis Hospital/Centre selected for
empanelment shall furnish you with a bank Guarantee by a nationalized bank for
the sum specified therein as security for compliance with the Hospital performance
obligations in accordance with the Agreement.
AND WHEREAS we have agreed to give the Hospital, Exclusive Eye hospital/Centre,
Exclusive Dental clinic, Diagnostic Laboratory/ Imaging Centre a guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on
behalf of Hospital / Diagnostic Centre (herein after referred to “the Second Part,” up
to a total of_________________________________(Amount of the guarantee in Words and
Figures) and whereby irrevocably, unconditionally and absolutely undertake to
immediately pay you, upon your first written demand declaring the Second Part to
be in default under the Agreement and without cavil or argument, any sum or sums
within the limit of ___________________________ as aforesaid, without your needing to
prove or to show this grounds or reasons for your demand or the sum specified
therein. This guarantee is valid until the ___________ day of ______________ 20…
Signature and Seal of Guarantors
_____________________________________
_____________________________________
Date _____________________________________
Address:_____________________________________
72
ANNEXURE - VIII
DECLARATION (100 Rs Stamp Paper)
I/We M/s._____________________ represented by its Proprietor / Managing
Partner / Managing Director having its Registered Office at
________________________________________________ competent to sign this declaration
and execute this tender document and do declare that I/We have carefully read all
the conditions of tender in Ref.No. ________________________, for empanelment of
private hospitals, exclusive eye hospitals/centers, exclusive dental clinics, cancer
hospitals/units, diagnostic centers and Exclusive Dialysis hospitals/Centers for availing
credit facilities to provide treatment to Mumbai Port Trust patients at the rate prescribed
by CGHS for a period of two years. from the date of signing of contract with the selected
Tenderer and accepts all conditions of the Tender including
amendments/corrigendum subsequently issued by the Tender Inviting authority, if
any. Further I/we confirm our eligibility for this tender and all items quoted as per
the tender condition and Governing laws of India, in case of typographical error found
in submitted documents / affidavits / declarations, in this case we accept all the
Terms and conditions of bid documents.
I am/we are aware of the Tender Inviting Authority’s right to forfeit the Earnest
Money Deposit and/or Security Deposit if, any information furnished in the affidavit
by us proved to be false at the time of inspection / verification and if, not complying
the conditions as per Contract Agreement.
I/We ___________________ (name of proprietor) have carefully gone through and
understood the contents of the tender document and I/We undertake to abide
myself/ourselves by all the terms and conditions set forth.
I/We do hereby declare that we have not blacklisted/debarred either by
Tender Inviting Authority or by any State Government or Central Government
Organization.
I/We do hereby declare that we have (except exclusive eye hospitals/centers,
exclusive dental clinics, Exclusive Dialysis Hospital/Centre) must agree for
implementation of EMR/ EHR as per the standards by Mumbai Port Trust within one
year of their empanelment.
I/We do hereby declare that we shall charge as per CGHS rates and that the
rates charged by them are not higher than the rates being charged from their other
patients who are not Mumbai Port Trust beneficiaries.
I/We do hereby declare that we have submitted the rates for all treatment procedures
/
investigations/ facilities available with us and as charged by us are true.
73
I/We do hereby declare that we have the capacity to submit all claims / bills
in electronic format to the Bill Clearing Agency and must also have dedicated
equipment, software and connectivity for such electronic submission.
I/We do hereby declare that we have been in operation for at least one year.
I/We do hereby declare that we have given an undertaking accepting the terms
and conditions spelt out in the Memorandum of Agreement (Draft at Annexure V)
which should be read as part of this application document.
I/We do hereby declare that we are fulfilling all special conditions that have
been imposed by any authority in lieu of special concessions such as but not limited
to concessional allotment of land or customs duty exemption.
The information/ documents furnished along with the tender 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.
Date:
Place: Signature of Authorized Person
Full Name:
Company³s Seal:
74
ANNEXURE – IX
MANDATE FORM
01 Name of Private Hospitals, Exclusive Eye
Hospitals/Centers, Exclusive Dental
Clinics, Cancer Hospitals/Units
And Diagnostic Centers Exclusive
Dialysis Hospital/Centre.
02 Postal Address of the Private Hospitals,
Exclusive Eye Hospitals/Centers,
Exclusive Dental Clinics, Cancer
Hospitals/Units And Diagnostic Centers
/ Exclusive Dialysis Hospital/Centre
with
Telephone No.,
Fax No.
Mail I.D.
03 Name of the Managing Director /
Director /
Manager
Mobile No. / Phone No.
E-mail I.D.
04 Name and Designation of the authorized
person of Private Hospitals, Exclusive
Eye Hospitals/Centers, Exclusive
Dental Clinics, Cancer Hospitals/
Units And Diagnostic Centers/
Exclusive Dialysis Hospital/Centre
Official Mobile No.
E-mail ID
Date: Signature
Place: (Name of the person signing and designation)
Company Seal
75
01
Name of the Bank .
Branch Name and address.
Branch Code No.
Branch Manager Mobile No.
Branch Telephone no.
Branch E-mail ID
02 9 digit MICR code number of the bank
and branch appearing on the MICR
cheque issued by the bank.
03 IFSC code of the Branch
04 Type of Account (Current / Savings).
05 Account Number (as appear in cheque
book)
(in lieu of the bank certificate to be obtained, please attach the original cancelled
cheque issued by your bank for verification of the above particulars).
I /We hereby declare that the particulars given above are correct and complete. If
the transaction is delayed or not effected at all for reasons of incomplete or incorrect
information, I would not hold Chief Medical Officer on behalf of Mumbai Port Trust
responsible. I have read the conditions of the tender/agreement entered and agree
to discharge the responsibility expected of me / from the Hospital / Diagnostic Centre
as a Tenderer /successful Tenderer.
Date: Hospital / Diagnostic Centre Seal
Signature
Place: (Name of the person signing and designation)
------------------------------------------------------------------------------------------------------
----------
CERTIFIED THAT THE PARTICULARS FURNISHED ABOVE BY THE COMPANY ARE
CORRECT AS PER OUR RECORDS.
Bank Seal with address. Signature of the authorized
official of the bank.
------------------------------------------------------------------------------------------------------
----------
76
ANNEXURE-X
PATIENT/ATTENDANT SATISFACTION CERTIFICATE
1. I am satisfied/ not satisfied with the treatment given to me/ my patient and
with the behavior of the hospital staff.
2. If not satisfied, the reason(s) thereof.
3. It is stated that no money has been demanded/ charged from me/my relative
during the stay at hospital.
Date &Time:
Sign/Thumb impression of
patient/Attendant
Name of the Patient/attendant
Name of IP
Date of Admission
Date of Discharge
77
ANNEXURE - XI
PRE CONTRACT INTEGRITY PACT (In Rs.100/- Stamp Paper)
MUMBAI PORT TRUST (MbPT) hereinafter referred to as "The Principal"
AND
(Name of The bidders and consortium members) ..............................
................................ hereinafter referred to as "The Bidder/Contractor
Preamble: The Principal intends to award, under laid down organizational procedures,
contract/concession for Tender No.
E........................... The Principal values full compliance with all relevant laws and
regulations, and the principles of economic use of resources, and of fairness and
transparency in its relations with its Bidders. The Central Vigilance Commission
(CVC) has been promoting Integrity, transparency, equity and competitiveness in
Government / PSU transactions and as a part of Vigilance administration and
superintendence, CVC has, recommended adoption of Integrity Pact and provided
basic guidelines for its implementation in respect of major procurements in the
Government Organizations in pursuance of the same, the Principal agrees to appoint
an external independent Monitor who will monitor the execution of the contract for
compliance with the principles mentioned above.
Section 1 - Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent corruption
and to observe the following principles: -
(a) No employee of the Principal, personally or through family members, will in
connection with the execution of a contract, demand, take a promise for or accept, for
him/herself or third person, any material or immaterial benefit which he/she is not
legally entitled to.
(b) The Principal will, during the pre-contract stage, treat all BIDDERs alike, and
will provide to all BIDDERs the same information and will not provide any such
information to any particular BIDDER which could afford an advantage to that
particular BIDDER in comparison to other BIDDERs.
(c) The Principal will exclude from the process all known prejudicial persons.
(2) If the Principal obtains information on the conduct of any of its employees which
is a criminal offence under the relevant Anti-Corruption Laws of India, or if there
be a substantive suspicion in this regard, the Principal will inform its Vigilance Office
and in addition can initiate disciplinary actions. In such a case, while an enquiry
78
is being conducted by the Principal, the proceedings under the contract would not be
stalled.
Section 2 - Commitments of the Bidder / Contractor
(1) The Bidder/Contractor commits themselves to take all measures necessary to
prevent corrupt practices, unfair means and illegal activities, during pre-contract as
well as post- contract stages. He commits himself to observe the following principles
during the contract execution.
a. The Bidder/Contractor will not, directly or through any other person or firm, offer,
promise or give to any of the Principal's employees involved in the execution of the
contract or to any third person any material or immaterial benefit, which he/she is not
legally entitled to, in order to obtain in exchange of advantage of any kind, whatsoever
during the execution of the contract.
b. The Bidder/Contractor w i l l not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular
to prices, specifications, certifications, subsidiary contracts, submission or non-
submission of bids, or any other actions to restrict competitiveness, or to introduce
cartelization in the bidding process.
c. The Bidder/Contractor will not commit any offence, under the relevant
Anticorruption Laws of India; further the Bidder/Contractor will not use improperly,
for purposes of competition, or personal gain, or pass on to others, any information or
document provided by the Principal, as part of the business relationship, regarding
plans, technical proposals and business details, including information contained or
transmitted electronically.
d. The Bidder will not collude with other parties interested in the contract to impair
the transparency, fairness and progress of the bidding process, bid evaluation,
contracting and implementation of the contract.
e. The Bidder/Contractor will, when presenting his bid, disclose any and all
payments he has made, is committed to or intends to make to agents, brokers or any
other intermediaries, in connection with the award of the contract.
f. The Bidder commits to refrain from giving any complaint directly or through any
other manner without supporting it with full and verifiable facts.
g. The Bidder shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the Principal.
(2) The Bidder/Contractor will not instigate third persons to commit offences
outlined above or be an accessory to such offences.
79
Section-3 Disqualification from or exclusion from future contracts
If the Bidder, before award of contract, has committed a transgression, through a
violation of Section-2 or in any other form, such as to put his reliability as Bidder, into
question, the principal is entitled to disqualify the Bidder, from the tender process, or
to terminate the contract, if already signed, for such reason.
1. If the Bidder/Contractor has committed a transgression, through a violation of
Section-2, such as to put his reliability, or credibility into question, the Principal is
entitled to disqualify the Bidder/Contractor from the tender process, terminate the
contract if already awarded and also, to exclude the Bidder/Contractor from future
contract award processes. The imposition and duration of the exclusion, will be
determined by the severity of the transgression. The severity will be determined, by
the circumstances of the case, in particular the number of transgressions, the position
of the transgressions, within the company hierarchy of the Bidder and the amount of
the damage. The execution will be imposed for a minimum of 6 months and maximum
of 3 years.
Note: A transgression is considered to have occurred, if in the light of available
evidence, no reasonable doubt is possible.
2. The Bidder accepts and undertakes to respect and uphold, the principal's
Absolute right to resort to and impose such exclusion and further accepts and
undertakes, not to challenge or question such exclusion, on any ground, including the
lack of any hearing before the decision, to resort to such exclusion is taken. This
undertaking is given freely and after obtaining independent legal advice.
3. If the Bidder/Contractor can prove that, he has restored/recouped the Damage
caused by him and has installed a suitable corruption prevention system, the Principal
may revoke the exclusion prematurely.
Section-4 Compensation for damages
1. If the Principal has disqualified the Bidder, from the tender process prior to the
award, according to Section-3, the Principal is entitled to demand and recover the
damages equivalent to Earnest Money Deposit/Bid Security.
2. If the Principal has terminated the contract according to Section-3, or if the
Principal is entitled to terminate the contract according to Section3, the Principal shall
be entitled to demand and recover from the Contractor, liquidated damages equivalent
to 5% of the contract value, or the amount equivalent to Security Deposit/Performance
Bank Guarantee, whichever is higher.
3. The Bidder agrees and undertakes to pay the said amounts, without protest or
demur, subject only to condition that, if the Bidder/Contractor can prove and establish
that the termination of the contract, after the contract award has caused no damage
80
or less damage than the amount of the liquidated damages, the Bidder/Contractor
shall compensate the principal, only to the extent of the damage in the amount proved.
Section-5 Previous transgression
1. The Bidder declares that, no previous transgression has occurred in the last 3
years, with any other company, in any country, or with any other Public Sector
Enterprises in India, that could justify his exclusion from the award of the contract.
2. If the Bidder makes incorrect statement on this subject, it can be declared
disqualified for the purpose of the contract and the same can be terminated for such
reason.
Section-6 Equal treatment of all Bidders/Contractors/ Subcontractors
1. The Bidder/Contractor undertakes to demand from all subcontractors, a
commitment in conformity with this Integrity Pact, and to submit it to the Principal
before contract signing.
2. The Principal will enter into agreements with identical conditions as this one
which all Bidders, Contractors and Subcontractors.
3. The Principal will disqualify from the tender process all Bidders, who do not sign
this part or violates its provisions.
Section-7. Criminal charges against violating Bidders/
Contractors/ Sub-contractors
If the principal obtains knowledge of conduct of a Bidder/Contractor or Subcontractor,
or of an employee, or a representative, or an associate of a Bidder/Contractor, or
Subcontractor, which constitutes corruption, or if the Principal has substantive
suspicion, in this regard, the Principal will inform the Vigilance office.
Section-8. External Independent Monitor
1. Pursuant to the need to implement and operate this Integrity Pact the Principal
has appointed Shri P.K. Gopinath, IPoS (Rtd) independent Monitor, for this Pact. The
task of the Monitor, is to review independently and objectively, whether and to what
extent, the parties comply with the obligations under this agreement.
2. The Monitor is not subject to instructions, by the representative of the parties to
the Chairperson of the Board of the Principal.
3. The Bidder/Contractor accepts that, the monitor has the right to access, without
restriction to all Project documentation of the Principal, including that provided by the
Contractor. The Bidder/Contractor will also grant the Monitor, upon his request and
81
demonstration of a valid interest, unrestricted and unconditional access, to the project
documentation. The same is applicable to Subcontractors. The monitor is under
contractual obligation, to treat the information and documents of the
Bidder/Contractor/Subcontractor with confidentiality.
4. The Principal will provide to the Monitor, sufficient information about all
meetings, among the parties related to the Project, provided such meetings could have
an impact, on the contractual relations between the Principal and the
Bidder/Contractor. The parties offer to the Monitor the option to participate in such
meetings.
5. As soon as the Monitor notices a violation of this agreement, he will so inform the
Management of the Principal and request the management to discontinue, or heal the
violation. Or to take other relevant action. The Monitor can in this regard submit
non- binding recommendations. Beyond this, the Monitor has no right to demand
from the parties, that they act in a specific manner, refrain from action or tolerate
action.
6. The Monitor will submit a written report, to the Chairperson of the Board of the
Principal, within 8 to 10 weeks, from the date of reference of intimation to him by the
'Principal' and, should the occasion arise, submit proposals for correcting problematic
situations.
7. If the Monitor has reported to the Chairperson of the Board, a substantiate
suspension of an offence, under relevant Anti-Corruption Laws of India, and the
Chairperson has not, within reasonable time, taken visible action to proceed against
such offence, or reported it to the Vigilance Office, the Monitor may also transmit this
information directly to the Central Vigilance Commissioner, Government of India.
Section-9 Pact Duration
This Pact begins when both parties have signed it. It expires 12 months after the last
payment under the contract Agreement is made.
If any claim is made/lodged during this time, the same shall be binding and continue
be valid, despite the lapse of this Pact, as specified above, unless it is
discharged/determined Chairperson of the Principal.
The Pact duration in respect of unsuccessful Bidders shall expire after
3 months of the award of the contract.
Section-10: Other Provisions
1. This agreement is subject to Indian Law. Place of performance and jurisdiction is
the Registered Office of the Principal, i.e. Mumbai, Maharashtra.
82
2. Changes and supplements as well as termination notices, need to be made in
writing, before they become effective and binding on the both parties.
3. If the Bidder / Contractor is a partnership or a consortium, this agreement must
be, signed by all partners or consortium members.
4. Should one or several provisions of this agreement, turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to come
to an agreement, to their original intensions.
For the Principal For the Bidder
Place: Mumbai
Witness-1 : ..................................... Witness-1 : .....................................
Witness-2 : ..................................... Witness-2 : .....................................
Date : /_ /2017 Date : /_ /2017
83
ANNEXURE - XII
CHECK LIST
(Mandatorily to be attached at the starting of the Technical bid.)
Sr.No. Description Submitted
1 Scanned copy of receipt of cost of Tender Document submitted
online by NEFT/RTGS. Yes/No
2 Scanned copy of receipt of EMD submitted online by
NEFT/RTGS. Yes/No
3 Tender Form as per ANNEXURE – I
4 Application document for empanelment of Hospitals, Cancer
Hospitals / units in Mumbai Port Trust – ANNEXURE -IIA Yes/No
5 Application document for empanelment of exclusive Eye
Hospitals/Centers in Mumbai Port Trust– ANNEXURE -IIB Yes/No
6 Application document for empanelment of exclusive Dental
clinics in Mumbai Port Trust– ANNEXURE -IIC Yes/No
7 Application document for empanelment of Diagnostic
Laboratories/ Imaging Centers– ANNEXURE -IID Yes/No
8 Application document for empanelment of exclusive Dialysis
Hospitals/Centers in Mumbai Port Trust– ANNEXURE -IIE
9 Copy of supporting documents of Registration with GST. Yes/No
10 Copy of PAN card issued by the Income Tax Department. Yes/No
11 Power of attorney (in Firms Letterhead) authorizing the
signatories of the bid to participate in the bid. Yes/No
12
Documentary evidence for the constitution of the company /Firm
such as Memorandum and Articles of Association, Partnership
deed etc. with details of the Name, Address, Telephone Number,
Fax Number, e-mail address of the firm and of the Managing
Director / Partners / Proprietor. The list of present Directors in the
board of the Company duly self-certified.
Yes/No
13 Copy of Certificate of Incorporation / Registration of firm. Yes/No
14 Certificate Of Undertaking – Annexure – III Yes/No
15 Declaration in Rs.100/ Stamp paper as per Annexure- VIII. Yes/No
16 Mandate Form as per Annexure - IX. Yes/No
17 Pre Contract Integrity Pact (PCI) in Rs.100/ Stamp paper as per
Annexure- XI. Yes/No
18
Copy of Documentary proof of Health care organizations located
at Mumbai, Navi Mumbai, Mumbai Metropolitan Region, Thane,
Kalyan & Pune cities a permanent place of business and the
complete Postal Address, telephone / Mobile / Fax / E-mail
address, etc.
Yes/No
19
Copy of Tender document with corrigendum with signature of the
Bidder in each and every pages of the tender documents and
corrigendum as an evidence of acceptance of the tender terms
and conditions.
Yes/No
20 Copy of Documentary proof of having 50 Beds (Not for exclusive Eye hospitals/centres & Exclusive Dental clinics) NB: The number of beds as certified in the Registration Certificate of State
Yes/No
84
Government / Local Bodies/ NABH/ Fire Authorities shall be taken as the valid bed strength of the hospital.
21
Letter of Consent (in firms letterhead) to accept the charges fixed
by CGHS for availing credit facilities to provide treatment to
Mumbai Port Trust patients at the rate prescribed by CGHS
Yes/No
22 Copy of Documentary proof of patient-care services in at least any
minimum 60% in each of the following Clinical services and support services Yes/No
23 Copy of Documentary proof of empanelment with CGHS must be
uploaded in the BID if applicable. Yes/No
24
Copy of the rates for all treatment procedures / investigations/
facilities available with Health Care Organization and as charged
by Health Care Organization.
Yes/No
25 Copy of certificate of Registration for Organ Transplant facilities,
wherever applicable. Yes/No
26 Copy of AERB approval for imaging facilities/ Radiotherapy,
wherever applicable Yes/No
27 Copy of Registration under PNDT Act, if Ultrasonography facility
is available Yes/No
28
Copy of Fire Clearance certificate and details of Fire safety
mechanism as in place in the health care Organization. Exclusive
Eye centres, exclusive dental Clinics have to enclose a certificate
regarding fire safety of their premises
Yes/No
29 Copy of compliance with statutory requirements including that
of Waste Management. Yes/No
30 Copy of State registration certificate / Registration with Local
bodies, wherever applicable. Yes/No
31 Affidavit that the information provided has been correct in case
of Non-NABH accredited health care Organizations. Yes/No
32 Copy of NABH Accreditation in case of NABH Accredited health
care Organizations Yes/No
33 Copy of list of treatment procedures /investigations/ facilities
available in the applicant healthcare Organization Yes/No
34 Copy of the documents full filling necessary statutory
requirements. Yes/No
35 Copy of the license for running Blood Bank if applicable Yes/No
36 Any other supportive documents as required for this tender. Yes/No
37 Check list as per ANNEXURE – XI Yes/No
Note: Tenderer must ensure that all the required documents are signed in all pages and
stamped before scanned and uploaded online by them and submitted in Technical
cover.