request for proposal - csrbox medical unit.pdf · 2019-01-22 · request for proposal rfp no. page...
TRANSCRIPT
Request for Proposal (RFP)
“For establishment, Operation and Management of
State Level Monitoring & Control centre for 108 -
National Ambulance Service and Medical Mobile Units in
Haryana”.
For
NATIONAL HEALTH MISSION,
Health Department Haryana.
Tender No.:- 3/3-HMSCL-55-N/Tend./2018-19
Released for:
NATIONAL HEALTH MISSION,
HEALTH DEPARTMENT, HARYANA
Definitions...…………………………………………………………………………………..........................................4
1. INSTRUCTIONS TO APPLICANTS ............................................................................................17
1.1 Scope of Proposal..................................................................................................................17
1.2 Eligibility Criteria ..................................................................................................................18
1.3 Submission of Proposal .........................................................................................................19
1.4 Number of Proposals ............................................................................................................20
1.5 Validity of Proposals ..............................................................................................................20
1.6 Cost of Proposal......................................................................................................................21
1.7 Acknowledgement by Applicant ...........................................................................................21
1.8 Language...............................................................................................................................21
1.9 Proposal Due Date.................................................................................................................21
1.13 RFP Opening .........................................................................................................................23
2. TERMS OF REFERENCE.............................................................................................................23
2.1 Background ...........................................................................................................................23
2.2 Services, Target Group and Coverage...................................................................................25
2.3 Scope of Work.......................................................................................................................27
2.4 Expected Output ...................................................................................................................32
2.5 Service Provider’s Responsibilities ........................................................................................33
2.6 State Health Society/State Govt. Responsibilities………………………………………………………………35
2.7 Period of Engagement/Duration of Contract.......................................................................37
2.8 Schedule of Implementation ................................................................................................37
2.9 Means of Finance ..................................................................................................................37
2.10 Financing of the Project: .......................................................................................................38
2.11 Investment and Ownership: .................................................................................................39
2.12 Earnest Money Deposit (EMD) & Performance Security ......................................................39
2.13 Performance Parameters…………………………………………………………………………………………………..40
2.14 Performance Standards and Standard Operating Procedures...............................................40
2.15 Monitoring and Evaluation ...................................................................................................43
2.16 Termination /Suspension of Agreement ..............................................................................44
2.17 Modifications ........................................................................................................................45
2.18 Saving Clauses .......................................................................................................................46
2.19 Force Majeure .......................................................................................................................46
2.20 Settlement of Dispute ...........................................................................................................46
2.21 Arbitration .............................................................................................................................47
2.22 Right to Accept and Reject any Proposal ..............................................................................47
TABLE OF CONTENTS
2.23 Award of Contract and Agreement .......................................................................................47
2.24 Commencement of Service ...................................................................................................47
2.25 Jurisdiction of Court ..............................................................................................................48
3. CRITERIA FOR EVALUATION.......................................................................................................48
3.1 Evaluation of Technical Proposals ...........................................................................................48
3.2 Evaluation of Financial Proposal: ............................................................................................50
ANNEXURES.....................................................................................................................................51
ANNEXURE 1: ORGANISATION PROFILE...........................................................................................50
ANNEXURE 2: APPLICATION FORMAT .............................................................................................55
ANNEXURE 3: ACKNOWLEDGEMENT AND FINANCIAL PROPOSAL .................................................56
ANNEXURE 4: SCHEDULE OF RATES ...............................................................................................57
ANNEXURE 5: AGREEMENT ............................................................................................................58
ANNEXURE 6: FORMAT FOR COVERING LETTER ………………………………………………………………………..64
ANNEXURE- 7: FORMAT FOR AFFIDAVIT ........................................................................................65
ANNEXURE- 8: LETTER OF ATTORNEY……........................................................................................66
ANNEXURE- 9: ANTI COLLUSION CERTIFICATE ..............................................................................67
ANNEXURE-10: FORMAT OF BANK GUARANTEE FOR EMD………………….…………………………………….68
ANNEXURE-11: FORMAT OF BANK GUARANTEE FOR PERFORMANCE SECURITY……………………….70
REQUEST FOR PROPOSAL
RFP No. Page 1
DISCLAIMER
The information contained in this Request for Proposal (RFP) document or subsequently
provided to Applicant(s), whether verbally or in documentary form by or on behalf of the
National Health Mission, Haryana, or any of their employees or advisors, is provided to
Applicant(s) on the terms and conditions set out in this RFP document and any other terms
and conditions subject to which such information is provided. This RFP document is not an
agreement and is not an offer or invitation by the NHM Haryana or its representatives to
any other party and it does not create any legal right in favour of any applicant(s). The
purpose of this RFP document is to provide interested parties with information to assist the
formulation of their Application and detailed Proposal. This RFP document does not purport
to contain all the information each Applicant may require. This RFP document may not be
appropriate for all persons, and it is not possible for the NHM Haryana, their employees or
advisors to consider the investment objectives, financial situation and particular needs of
each party who reads or uses this RFP document. Certain applicants may have a better
knowledge of the proposed Project than others. Each applicant should conduct its own
investigations and analysis and should check the accuracy, reliability and completeness of
the information in this RFP document and obtain independent advice from appropriate
sources. NHM Haryana, its employees and advisors make no representation or warranty and
shall incur no liability under any law, statute, rules or regulations as to the accuracy,
reliability or completeness of the RFP document. NHM Haryana may in its absolute
discretion, but without being under any obligation to do so, update, amend or supplement
the information in this RFP document.
REQUEST FOR PROPOSAL
RFP No. Page 2
NOTICE INVITING PROPOSAL MISSION DIRECTOR, NATIONAL HEALTH MISSION (NHM)
HARYANA
RFP No.Dated:
PROPOSALS ARE INVITED FROMELIGIBLE PARTIES FOR SELECTION OF THE MOST SUITABLE
SERVICE PROVIDER TO ESTABLISH, OPERATE AND MANAGE CENTRALISED CALL CENTER
FOR “108-NATIONAL AMBULANCE SERVICE AND MEDICAL MOBILE UNITS IN THE STATE
UNDER STATE HEALTH SOCIETY, NATIONAL HEALTH MISSION, HARYANA.
IMPORTANT DATES FOR RFP:
DOCUMENT CONTROL SHEET
S. No. Particulars Date & Time
1. Tender Number 3/3-HMSCL-55-N/Tend./2018-19
2. Online Sale of Bid Document 18.09.2018 at 01:00pm
3. Last Date of Submission of Queries 25.09.2018 by 05:00pm
4. Pre-bid Conference 26.09.2018 at O/o HMSCL Bays No 59-62 Sector 2 Panchkula
5. Clarification & Corrigendum of bid queries ----------------
6. Last date of online submission of bid 08.10.2018 by 11:00AM
7. Last date for Manual Submission of Documents
08.10.2018 by 11:00AM
8. Date and time for opening of Technical bids 08.10.2018 by 12:00PM
9. Technical Presentation Will be intimated later
10. Date and time for opening of financial/price bids
Will be intimated later
11. Office address, Venue for Bid Submission/ Manual documents
Haryana Medical Services Corporation
Ltd.
Bays no-59-62, Sector-2
Panchkula
REQUEST FOR PROPOSAL
RFP No. Page 3
12. Earnest Money Deposit Rs. 5,00,000/-
13. Method of Selection Quality & Cost Based Selection (QCBS)
Managing Director
Haryana Medical Services Corporation Limited,
Govt. of Haryana
REQUEST FOR PROPOSAL
RFP No. Page 4
“Definitions”
“Agreement” shall mean the Contract between the Government of Haryana represented by
the Additional Chief Secretary Health, Govt of Haryana, (hereinafter referred to as "State
Government" which expression shall include its administrators, successors and assignees)
and the winning bidder (here in under referred as “Service Provider”) in accordance with
the provisions of this RFP.
“Bid” Bid shall mean the Technical Bid and Financial Bid submitted by the Bidder, inresponse
to this RFP, in accordance with the terms and conditions hereof.
“Bidder” shall mean Bidding Company, Bidding Registered Society or trust, Proprietorship
firm,Partnership firm (Registered), LLP submitting the Bid. Any reference to the Bidder
includes Bidding Company / Registered Society, Proprietorship firm, Partnership firm
(Registered), LLP, as the context may require.
“Bidding Company” shall refer to such single company that has submitted the responsein
accordance with the provisions of this RFP.
“Chartered Accountant” shall mean a person practicing in India or a firm whereof all
thepartners practicing in India as a Chartered Accountant(s) within the meaning of the
Chartered Accountants Act, 1949.
“Company” shall mean a body incorporated in India under the Company’s Act, 1956.
“Conflict of Interest” A Bidder may be considered to be in a Conflict of Interest with one
ormore Bidders in the same bidding process under this RFP if they have a relationship with
each other, directly or indirectly through a common company / entity, that puts them in a
position to have access to information about or influence the Bid of another Bidder.
“NHM” shall mean State Health Society, Haryana.
“Effective Date” shall mean the date of signing of agreement by both the parties.
“ERC” is Emergency Response Centre and may also be called centralized call-centre, which
receives the call from public (who requires ambulance/health advisory services). The ERC
shall screen all the calls received and shall decide whether the call is for 108 NAS
ambulance, or it is for health advisory and accordingly either dispatch the
ambulance/vehicle to attend the user call or forward it to health helpline as per developed
dispatch protocol.
“Financially Evaluated Company / Entity” shall mean the company / entity which have been
evaluated for the satisfaction of the financial requirement set forth herein in the RFP.
REQUEST FOR PROPOSAL
RFP No. Page 5
“Force Majeure conditions” means any event or circumstance which is beyond
thereasonable direct or indirect control and without the fault or negligence of the bidder
and which results in bidder’s inability, notwithstanding its reasonable best efforts, to
perform its obligations in whole or in part and may include rebellion, mutiny, civil unrest,
riot, strike, fire, explosion, flood, cyclone, lightening, earthquake, act of foreign enemy, war
or other forces, ionizing radiation or contamination, Government action, inaction or
restrictions, major accidents or an act of God or other similar causes.
“Government” means Government of Haryana represented by the Additional Chief Secretary
Health, Government of Haryana
“GPS” means Global Positioning System device for track and trace of all vehicles under the
108-NAS and MMUs. Every GPS device used,should be satellite connected with at least one
month data back up with biometric attendance, fixed to vehicles, web application with
customized reports and additional feature, if any. Wherever word GPS is mentioned, it shall
have specifications as defined above.
“Letter of Intent” or “LOI” shall mean the letter to be issued by the Haryana State
HealthSociety (SHS), NHM, to the Successful Bidder(s) for Operation and Maintenance of
ambulances under the “Integrated 108-Ambulance and MMU”.
“Limited Liability Partnership” or “LLP” shall mean a firm governed by Limited
LiabilityPartnership Act 2008;
“MMU” is Medical Mobile Unit and provides healthcare and diagnostic services to outreach
areas of Haryana through qualified doctors & technicians and it is a mobile hospital.
“Project Facilities” means any facility created for dedicated operation and management of
the project such as ERC shall be one of such Project Facility.
“Proprietorship firm” shall mean whose owner is an Individual
“Registered Society” shall mean a Society registered under the Society Act 1860 or any other
state act as well as registered under the section 12A of Income Tax Act, 1961.
“RfP Documents” shall mean the documents to be entered into by the parties to the
respectiveagreements in connection with the “Integrated 108-Ambulance and MMU
services”.
“RFP” shall mean this Request for Proposal along with all formats and RFP Project
Documentsattached hereto and shall include any modifications, amendments alterations or
clarifications thereto.
“108” Emergency Ambulance Services which is running across the state of Haryana. The
scheme is popularly known as 108 National Ambulance services.
REQUEST FOR PROPOSAL
RFP No. Page 6
“Selected Bidder(s) or Successful Bidder(s) or Service Provider” shall mean the Bidder(s)
selected by theSHS Haryana, pursuant to this RFP to set up centralised call center and
operate a professionally managed 108-NAS and MMUs as per the terms of the RFP Project
Documents, and to whom a Letter of Intent has been issued.
“SHS” means State Health Society, Haryana represented by Mission Director, National Health
Mission
“Statutory Auditor” shall mean the auditor appointed under the provisions of the Companies
Act,1956 or under the provisions of any other applicable governing law.
“TIA” means Tender Inviting Authority who is Mission Director, National Health Mission,
Haryana.
General Eligibility Criteria for Bidders
This invitation for bids is open to all bidders who fulfill pre-qualification criteria as specified
under this RFP. Formation of consortium for this project in all the respective stages is not
allowed. Bidder would be completely responsible to National Health Mission, Haryana for
discharging of all responsibilities related to the bid finalization and implementation of project
(if selected as the ‘System Partner’).
RFP Format
The bidder is expected to respond to the requirements as completely and in as much relevant
detail as possible, and focus on demonstrating bidder’s suitability to become the proposed
solution provider for the requirements outlined in this RFP.
Proposal Preparation Costs
The bidder will be responsible for all costs incurred in connection with the participation in this
process, including, but not limited to, costs incurred in conduct of informative and other
diligence activities, participation in meetings/ discussions/ presentations, preparation of bid,
providing any additional information required by NHM, Health Department facilitate the
evaluation process, and all such activities related to the RFP process. This RFP does not bind
NHM, Health Department to award a contract or to engage in negotiations. Further, no
reimbursable cost may be incurred in anticipation of award.
Key Dates:
The bidders are strictly advised to follow dates and times as indicated in the online Notice
Inviting Tenders. The date and time shall be binding on all bidders. All online activities are time
REQUEST FOR PROPOSAL
RFP No. Page 7
tracked and the system enforces time locks that ensure that no activity or transaction can take
place outside the start and end dates and the time of the stage as defined in the online Notice
Inviting Tenders.
PAYMENT OF TENDER DOCUMENT FEE AND EMD
S.No Item Amount Reference
1 Bid/Tender Document Fee
Rs. 2950/- The Payment for Tender Document Fee Rs. 2950/-
(Rupees Two thousand nine hundred fifty rupees(Non-
refundable) can be made by eligible bidders /
contractors directly through bankers cheque/Demand
Draft in favour of Managing Director, Haryana Medical
Services Corporation Limited(Haryana) payable at
Panchkula(Haryana).
2 EMD Rs.5,00,000
/-
The Payment for EMD INR Rs.5,00,000/- (Rupees Five
Lakh only) can be made via directly through bankers
cheque/Demand Draft in favour of Managing Director,
Haryana Medical Services Corporation Limited(Haryana)
payable at Panchkula(Haryana).
1.1.1 The Bidders can submit their tender documents (Online) as per the dates mentioned
in the Key Events & Dates.
1.1.2 The bidders have to complete “Submission of bids/ Bid Preparation & submission
stage’ (Bidder Stage)” stage on scheduled time as mentioned in the Key Events &
Dates. If any bidder failed to complete his/her aforesaid stage in the stipulated
online time schedule for this stage, his/her bid status will be considered as ‘bids not
submitted’.
1.1.3 Bidder must confirm & check his/her bid status after completion of his/her all
activities for e-bidding.
1.1.4 Bidder can rework on his/her bids even after completion of ‘Bid Preparation &
submission stage’ (Bidder Stage), subject to the condition that the rework must take
place during the stipulated time frame of the Bidder Stage.
Important Note for submitting e-tender:
1) The Applicants/bidders have to complete ‘Application / Bid Preparation & Submission’
stage on scheduled time as mentioned above. If any Applicant / bidder failed to
REQUEST FOR PROPOSAL
RFP No. Page 8
complete his / her aforesaid stage in the stipulated online time schedule for this stage,
his / her Application/bid status will be considered as ‘Applications / bids not
submitted’.
2) Applicant/Bidder must confirm & check his/her Application/bid status after completion
of his/her all activities for e-bidding.
3) Applicant/Bidder can rework on his/her bids even after completion of ‘Application/Bid
Preparation & submission stage’ (Application/Bidder Stage), subject to the condition
that the rework must take place during the stipulated time frame of the
Applicant/Bidder Stage.
NHM, Health Department’s Right to Terminate the Process
i. NHM, Health Department may terminate the bidding process at any time without
assigning any reason whatsoever. NHM, Health Department makes no commitments,
express or implied, that this process will result in a business transaction with anyone.
ii. This RFP does not constitute an offer by NHM, Health Department. NHM, Health
Department may invite the bidder for further discussions and negotiation towards the
process of selection. The commencement of such negotiations does not, however, signify
a commitment by NHM, Health Department to execute a contract or to continue
negotiations. NHM, Health Department may terminate negotiations at any time without
assigning any reason.
Earnest Money Deposit (EMD)
i. Bidders shall submit, along with their Bids, Earnest Money Deposit (EMD) of Rs. 5,00,000/.
ii. The bids of all bidders shall be valid for a period of 180 days after the last date of
submission of bids.
iii. Bid without adequate EMD will be out rightly rejected without providing any opportunity
to the concern bidder.
iv. HMSCL and NHM, Health Department shall not be liable at any time for any interest,
margin money or other expenses incurred by a bidder in respect of the EMD.
1. INSTRUCTIONS TO APPLICANTS
1.1 Scope of Proposal
(a) Detailed description of the objectives, scope of services, deliverables and other
requirements relating to establishment, operation of State level monitoring &
REQUEST FOR PROPOSAL
RFP No. Page 9
control centrefor 108 NAS (Emergency Ambulance Service) and Medical Mobile Units
(MMUs) are specified in this RFP. The manner in which the Proposal is required to be
submitted, evaluated and accepted is explained in this RFP;
(b) The selection of the Service Provider shall be on the basis of evaluation of the
proposal by the NHM Haryana in the manner as specified in this RFP. Applicants
shall be deemed to have understood and agreed that no explanation or justification
for any aspect of the selection process will be given and that the NHM Haryana’s
decision is without any right of appeal whatsoever;
(c) The Applicant shall submit its Proposal in the form and manner specified in this RFP.
The Financial Proposal (Part C) should be submitted in the format specified in
Annexure-3 for acknowledgement of RFP terms and schedule of price respectively.
Upon selection, the Applicant shall be required to enter into an Agreement with the
Government in the form specified at Annexure 5.
1.2 Eligibility Criteria for Applicant
The following conditions are required to be eligible to apply;
S. No Minimum Eligibility Criteria Document Evidence
1 A single entity duly registered /incorporated in
India under the Societies Registration Act/Indian
Religious and Charitable Act/Indian Trust
Act/Company Act or any other Act of State
Government or Government of India for more than
five years as on the date of submission of the
proposal/bid.
Copy of the registration
certificate issued by the
competent authority
2 Should have minimum three years of experience as
on the last date of bid submission in successful
establishment, operation and management of at
least 25 seats call centre for ambulances or for
similar service based experience of fleet
management; with computer telephony integration
(CTI) and ability to log calls with integrated vehicle
monitoring system for any Government/Private
Service Provider.
As per Annexures
3 The work – orders and or any other supporting
documents / experience certificates issued by the
client pertaining to such works done satisfactorily
in the past should be provided.
As per Annexures
4 Should have experience of running call centre
operations for Emergency Ambulance operations or
similar fleet management experience in at least
Necessary documents to be
provided.
REQUEST FOR PROPOSAL
RFP No. Page 10
two States/UT with the respective State
Governments in the last three years.
5 The applicant should not have been convicted by
any court of law for any criminal or civil offences
either in the past or in the present.
As per Annexures
6 Should not have been black listed in the past or in
the present by any Central/ State/ Public Sector
undertaking in India.
Affidavit on not blacklisted
by any Govt. Dept. / Agency
/ PSU.
7 Average Annual Turnover of 10 Cr. for the last 3
financial years. Bidder needs to submit audited
turnover statements. While calculating turnover,
only audited statement shall be considered.
The bidder must attach
audited accounts and a
turnover certificate duly
certified by chartered
accountant / auditor for
last three years as
supporting document.
1.3 Submission of Proposal
The proposal shall be submitted in three parts -
The bids shall comprise of three parts with following items and others as listed in the
Annexure to this document.
Part-A: Pre-qualification Bid in the Format as specified in Annexure of this document
along with the required supporting documents as per clause 1.2.
1. Covering Letter cum Project Undertakings as per Annexure.7.
2. Proof of eligibility in specified format as given in Annexure-1.
3. Bidder should submit the acknowledgement or transaction details for the
payment towards the EMD Fee, Tender fee.
Part-B: (Technical Proposal) Technical bid is to be uploaded in the format as specified
in Annexure of this document will be uploaded. The technical proposal should include
the following-
The applicants are requested to submit a detailed technical proposal with respect to
the establishment, operation and management of centralised call centre for 108-NAS
services and Medical Mobile Units as per the terms of reference under this RFP. There
shall be short dialling code(i.e. 108) for RTS
1) Duly filled up Organisation Profile, Application Form (as per Annexure 1&2)
REQUEST FOR PROPOSAL
RFP No. Page 11
2) Proposed organizational structure and Curriculum Vitae (CV) of key personnel’s to be involved in the implementation and operation of the project
3) Approach & Methodology for establishment, operation and management of centralised call centre for “108 NAS Emergency Medical Ambulance Service and MMU Services” in Haryana.
4) Detailed implementation plans to establish and operate services through one centralized call centre across all the specified districts of the State and their further expansion, if any with timeline. The Service Provider shall be allowed a maximum of 2months for completion of the establishment, implementation and operation of entire project in the State from the date of signing of the contract with NHM, Haryana. Operations of existing 108 control room service should not be discontinued and shall be taken over in phased manner up to a maximum of 2 months from the district decentralised control rooms.
5) Detailed strategy for performance monitoring and evaluation, quality assurance and internal control.
6) Relevance of proposed technical solution to scope of work
7) Features and functionality of application software
8) Data security, data backup plan, business continuity plan
9) Any other details the bidder like to include in the proposal.
(iii) Part-C:(Financial Proposal) Commercial Bid in the format as specified in Financial
Annexure of this document.
1) The applicant must submit the Commercial Proposal using Form specified in
Annexure-3 with proper signature and seal of the applicant.
2) The service provider will provide rates for establishment of centralised call
centre on per seat basis.
3) The Financial Proposal shall clearly indicate the cost as described above.
4) No interlineations or overwriting is allowed in the financial proposals.
1.4 Number of Proposals
A bidder is eligible to submit only one bid for the project. The service provider will have
to provide proof of evidence, undertaking or affidavit along with tender document
when applying.
1.5 Validity of Proposals
The Proposal shall remain valid for 180 days after the date of bid opening. Any Proposal, which is valid for a shorter period, shall be rejected as non-responsive.
REQUEST FOR PROPOSAL
RFP No. Page 12
1.6 Cost of Proposal
The Applicants shall be responsible for all of the costs associated with the preparation of their Proposals and their participation in the Selection Process. State Health Society, NHM Haryana will neither be responsible nor in any way liable for such costs, regardless of the conduct or outcome of the selection process.
1.7 Acknowledgement by Applicant
(a) It shall be deemed that by submitting the Proposal, the bidder has: -
(i) made a complete and careful examination of the RFP;
(ii) received all relevant information requested;
(iii) acknowledged and accepted the risk of inadequacy, error or mistake in the information provided in the RFP or furnished by or on behalf of NHM or relating to any of the matters stated in the RFP Document;
(iv) satisfied itself about all matters, things and information, necessary and required for submitting an informed Proposal and performance of all of its obligations there under;
(v) acknowledged that it does not have a Conflict of Interest; and for that service provider will have to produce affidavit/undertaking for the same(documentary evidence required to be added as Annexure)
(vi) agreed to make a presentation before a Committee constituted by Tender Inviting Authority, on a date convenient to TIA;
(vii) Agreed to be bound by the undertaking provided by it under and in terms hereof.
(b) The TIA shall not be liable for any omission, mistake or error on the part of the
Applicant in respect of any of the above or on account of any matter or thing arising
out of or concerning or relating to RFP or the Selection Process, including any error or
mistake therein or in any information or data given by the TIA.
1.8 Language
The Proposal with all accompanying documents (the “Documents”) and all
communications in relation to or concerning the Selection Process shall be in English
language and strictly in the forms provided in this RFP. No supporting document or
printed literature shall be submitted with the Proposal unless specifically asked for
and in case any of these Documents is in another language, it must be accompanied
by an accurate translation of the relevant passages in English, in which case, for all
purposes of interpretation of the Proposal, the translation in English shall be
considered only.
REQUEST FOR PROPOSAL
RFP No. Page 13
1.09 RFP Opening
(a)TIA or a committee duly constituted by TIA will open all Proposals, in the presence of Applicants or their authorized representatives who choose to attend, at the date and time mentioned and in the following location:
Address: Haryana Medical Services Corporation Ltd Bays no.-59-62, Sector-2, Panchkula Haryana The Applicant’s representatives who are present shall sign a register evidencing their attendance. In the event of the specified date being declared a holiday at the office of TIA, the RFPs shall be opened at the appointed time and location on the next workingday.
2. TERMS OF REFERENCE
2.1 Background
a) Among the major attributes, delay in reaching to an appropriate health facility is
considered to be one of the prime factors contributing to high IMR, U-NMR & MMR.
This normally happens either due to lack of readily available and affordable transport
facility or inaccessibility / distance for which people fail to access institutional health
services.
b) NHM Haryana has decided to establish and operate the same through a single State
Level Monitoring & Control Center for Ambulances & MMUs through short dialling code
i.e. 108/102 to improve overall operational efficiency and cost effectiveness of these
schemes.
c) The purpose of this RFP is to invite proposal from eligible parties to select most suitable
of them to establish, operate and manage state level monitoring and control centerfor
NAS (108), and MMUs.
d) About Ongoing and Proposed Services
On-going Services-
(i) “NAS-108” i.e. Emergency Ambulance Services, popularly known as 108 ambulance
services with a fleet of 221 Basic Life Support (BLS) Ambulances and 61Advance Life
Support (ALS) Ambulances, 48 Patient Transport Ambulances and 22 Kilkari/Backhome
ambulancesare deployed strategically across the State of Haryana supported with a
REQUEST FOR PROPOSAL
RFP No. Page 14
fully functional District level call centre situated in various Districts, which are receiving
1300-1500successful calls per day and handling emergencies on daily basis. Under BLS
category, nos. 221 ambulancesare deployed in the field. Under ALS category, 61
(including 5 Neonate) ambulances have been deployed. GPS with Biometric System is
installed in all ambulances. Multipara monitors, defibrillators, Infusion Pump and
portable ventilator are available in all 56 ALS ambulances.Technical specifications and
all other relevant data about the services could be collected from the office of TIA.
Presently this project has approx. more than 1600 Employeesunder contract with the
NHM Haryana including approx. 900 Pilots (Drivers) and 669 Emergency Management
Technician (EMT) apart from other staff of 100 (Fleet Managers, Control Room
Operators) numbers. The project is being managed by National Health Mission
Haryana. All capital expenditure (Capex) is borne by NHM, Government of Haryana.
Capital expenditure (CAPEX) includes ambulance, its refurbishment & equipment cost,
establishment cost of call centre, hardware and software required to run the services.
Operational expenditure (OPEX) includes staff salary (incl. of PPF, medical, leaves etc.),
staff recruitment and training, fuel cost, tyres puncture/replacement cost, vehicle
maintenance, telephone, travel, software license fee etc.
(ii) Mobile Medical Units (MMUs) are operated by National Health Mission Haryana.
MMU is a mobile hospital and provide healthcare & diagnostic services through
qualified doctors, technician and nurse in far-flung areas of Haryana. It also dispenses
free drugs to patients. Presently, there are 12 MMUs operational in 7 districts of
Haryana.
Proposed Services-
A state level monitoring & control centre needs to be established at Panchkula i.e.
State HQ(with all the required hardware and software) with a minimum space of 2000-
2500 sqftfor 108-NAS services and MMUs for the overall operations and monitoring of
the services.
Any hardware such as IP-PABX, furniture, computers, products having inbuilt software
shall be part of CAPEX (for call centre only) shall be procured by the service provider.
2.2 Services, Target Group and Coverage
a) National Health Mission Haryana has decided to establish and operate State level
monitoring and control center for Ambulance Sercvices-108, (operational in all districts of
the state) and Medical Mobile Units (presently operational in 7 districts) and provide the
services through one toll free number i.e.108.
b) Technical infrastructure:
REQUEST FOR PROPOSAL
RFP No. Page 15
The entire infrastructure for operationalization ofstate level monitoring and control
center is to be arranged and managed by Service Provider.
The service provider is required to do a complete setup of call centre by designing,
procurement, deployment and management of the complete call centre solution in a
web enabled environment.
The service provider should have proper Disaster Recovery Plan for controlcenter
operations, data stored in database in case of natural calamities like Earthquakes,
short circuits, flood, fire etc.
(c)Key Objectives
1) To establish and operate state level monitoring & control center with computer
telephony integration, computer aided dispatch of ambulances and ability to log calls
with GPS integrated vehicle monitoring system for Emergency Ambulance Services
and MMU in the State of Haryana.
2) This will facilitate an integrated and round the clock (24x7) comprehensive
emergency health care management in the State providing transportation and care
from the doorstep of the emergency victim to appropriate empanelled health care
facilities/hospitals as declared by the NHM from time to time.
3) Provide Helpline Service in matter relation to health care to all and especially to
pregnant mothers and infants.
4) To bring operational and cost efficiency by integrating all these three services
through centralized call centre and one toll free no. ‘108’ /’102’.
5) To monitor the working of ambulances and MMUs, POL & staff.
6) To leverage health services to all stakeholders by a comprehensive range of services
extending through pre hospital emergency medical services and a point of first
contact for Police and Fire Departments, with facility of call transfer to other
helplines like 104/100 etc.
7) To promote a collaborative environment dedicated to the pursuit of knowledge and
best practices in the Ambulance Care Services, Medical Mobile Units and building a
capacity within NHM in a systematic approach.
Infrastructure requirements for 108 Centralized call center: The service provider will
provide following:
HardwareRequirement:
The Control Centre shall receive incoming calls from the public telephone
operator/mobile/whatsapp through state-of the-art Switch/EPABX.
REQUEST FOR PROPOSAL
RFP No. Page 16
A San Storage switch/device shall be required for the storage of recording of
calls.
The bidder will be required to provide a list of hardware to be used in call
center with its complete specifications. Latest technology should be used in the
establishment of the call center.
The Call Centre network must have multi-level security mechanism to protect it
from attackers, hackers, worms, viruses, spamming etc.
The Call Centre network shall have Firewall installed to protect unwanted
intrusion into the network.
The Call Centre network shall have Antivirus solution from reputed vendors.
There must be adequate provision in the Call Centre for maintaining the
required data redundancy and backup of the call record database application.
There should be no loss of data or discontinuity of service due to
hardware/server failure.
The Call Centre shall have provision for full generator backup to run the Call
Centre in case of failure of power supply.
The Call Centre shall have sufficient numbers of the incoming lines with a
facility to terminate additional lines in future.
The Call Centre shall have spare capacity to house sufficient number of
additional seats. However; The Call Centre shall have capability to logically
partition the switching system to avoid interference with other set of users.
Call Centre executives should be able to take calls and answer in the chosen
language Hindi, English & Haryanvi. All interactions will be logged and
maintained in the Call Centre for reporting and analysis.
Each workstation shall be latest state-of-the-art PC with Color TFT Monitor,
USB bases optical Mouse, Key board etc.
Provide Call Record Management software to record the call details and should
be able to issue a unique query number for each call for future reference.
The Call Centre desks should be connected to a LAN (Local Area Network)
connection for the execution of application software.
Each workstation would have good quality headsets and telephone instruments
from reputed brand with advanced features like background noise cancellation.
It should have Voice Logging Facility for recording and playing back executives
conversations, so that it can be used to monitor monitoring/analysis/review on
regular basis.
Callers should receive a “live” (human) answer rather than navigating an
automated answering system.
Office space must accommodate administrative, counseling and support staff
and confidential records as well as sufficient telephone and data lines,
telephones and computer hardware.
REQUEST FOR PROPOSAL
RFP No. Page 17
The Call Center Service Provider must implement precautions to ensure that
files and programs can be recreated in the event of loss by any cause, including
a plan to safeguard data files.
All calls received by the call takers second by second will be recorded using the
“state of the art technology”, enabling electronic transfer of the recorded calls
(*.mp3 files) to the server automatically. These same recorded calls will also be
sent to the Department on CD-ROM on monthly basis and as and when
required. Such calls will also be used for paramedic training & coaching for
which supervisor will listen to calls for improving the performance of
paramedics.
Training:
The Service provider should train its team on call centre solution or for any
changes made later on.
The training manuals and related material for the same would be prepared by the
Service provider in Consultation with State authorities.
The service provider will provide training to members of team and selected
personnel of department nominated by the State.
The service provider will provide regular soft-skill training to the Executives,
Supervisors and other team members for handling calls in an appropriate manner.
The training schedule shall also include coverage of soft skills training on a
periodic basis to maintain quality of service in consultation with State authorities.
Domain Specific Training: The Service provider shall appoint domain experts for
providing domain specific knowledge training to the all executives and other
members of the team if required.
2.3 Scope of Work
(a)Operation of Call Centre:National Health Mission Haryana has District wise control
roomsin various locations for operation of approx. 350 Ambulances. The existing
control room infrastructure may not be capable of handling of operation for 108-
Ambulance servicesand will require extension for integration of more services i.e.
MMUs, and also since the new integrated control centre will be centralized for the
entire state and based at Panchkula.
The primary objective of the assignment is to create a reliable, systematic and
managed Communication and Dispatch system for Referral Transport Unit which can
be efficiently monitored. The system will basically –
Assist NHM in obtaining complete details on the movement, geographical
location at different points and speed of the Referral transport vehicles.
Automate event logging (start and end of trip(s), emergency halts, accidents,
breakdowns of vehicles etc.) along with time and date stamp, i.e. the exact
time of such activities.
REQUEST FOR PROPOSAL
RFP No. Page 18
Provide for unhindered communication at three digit toll free number by the
Caller and Communication with Driver and EMTs of the ambulances from Call
Centre.
Provide for Log in and Log out by Drivers and EMTs from within the
ambulances and data communication regarding payments made, medicines
consumed, treatment given etc. from within the ambulances with the Call
Center through Mobile Data Terminal
Provide accurate fuel readings with the reports received for Petro-cards.
Provide various standard and exceptional reports (MIS) pertaining to fleet
operation as per the NHM’s requirements.
Assist in Fleet Management of ambulances under the Referral Transport
Scheme.
All software and hardware is the property of NHM and the agency should hand
over it to NHM in working condition after contract period.
The GPS-GPRS based vehicle tracking system should track and monitor the
movement of Referral Transport Ambulances.
Using the application, Call Center Agent must be able to track the movement of
vehicles and display the route on maps, locate the current vehicle position on a
real time basis.
The service provider should be able to generate reports such as daily, monthly,
weekly, trip-wise distance covered using the GPS device and fuel refuelling,
consumption, Average mileage of the ambulance etc.
The service provider should provide SMS and Email functionality for sending
SMS/Email communication to identified recipients.
The service provider will be required to ensure that the health facility to which
a patient is to be transported is informed before the arrival of the patients.
Setting up of Call Center
1. Operating Window
The call center will operate on a 24x7 basis.
The call center shifts should be 8 hour shifts.
2. Location-Panchkula
3. Toll Free Number
The Call Center will be operating through a Three Digit toll free number ‘108’
from any landline or mobile number from anywhere in Haryana. Hunting
facilities initially and later shall expand depending upon the calls received.
The service provider will coordinate with telecom service providers to ensure
that any call made to toll free no 108 from anywhere in Entire State of
Haryana lands at the Call Center of Haryana.
The service provider will be responsible for setting up the PRI lines and
Reimbursement for the PRI lines & telephone bills will be done on actuals
4. Seats
REQUEST FOR PROPOSAL
RFP No. Page 19
Initially the Call Center will be of 20 seats capacity. The control center will be
operational in 3 shifts with 8 working hours in each shift. The layout of the call
center should be prepared and shared by the service provider for approval. The
layout should have provision reception, working area/workstation, training
room/conference room, manager cabin, pantry etc. the facility should have IP
cameras installed in it for monitoring. There will be following number of agents in
each shift (including back up time):
a. Morning: 20 Call Executives
b. Evening: 10 Call Executives
c. Night: 10 Call Executives
The service provider must provide infrastructure that is vertically and horizontally
scalable beyond the initial requirement.
The service provider will ensure a provision of PDO (Police Dispatch Officer) in each
shift for support from the Police Dept.
5. Applications-
The service provider is expected to deploy the latest Call Center technology
for the Control and Dispatch Center.
The Call application should have a record of the contact numbers and location of
each of the Ambulances, all hospitals which can provide medical emergency, all
the Police Stations, Police Control Room, Police Head-quarters and Fire Servicesin
the cityor any other agency as specified by NHM from time to time.
The software should be transferable as per the requirements of NHM.
The Call application should have:
1. Call agent module such as-
a. Automatic dispatch module
b. Manual Dispatch Module
c. Alert module
d. SMS module
e. Complaint module
f. Enquiry module
g. Feedback module etc.
2. Dispatch Engine server module
3. Location finder engine (Reverse Geocoding)
4. Other web based module
5.Admin module
6. Standard reports module
7. Call Centre interface module
8. Alert module
9. Masters Module for Vehicles, Police, Fire, health facilities, etc.
10. Remote tracking and monitoring facilities
The Call Center should have standard Call Center functions/ applications such as:
REQUEST FOR PROPOSAL
RFP No. Page 20
1. Automatic Call Distribution (ACD)
2. Computer Telephony Integration
3. Call Line Identification (CLI)
4. Digital Voice recording
5. Agent Screen recording
6. Do not disturb facility
7. IVRS (Integrated Voice Respond System)
8. Caller identification
9. Digital interface
10. Call rerouting facility
11. Conferencing facility
12. Outbound calling
13. IP-PBX
14. Secured communication
15. Real time monitoring
16. Reporting applications
Fleet Management Software:
Ambulance Profiling and Maintenance:
1. Make/Model
2. Manufacture year
3. Chasis number
4. Engine number
5. Registration Number
6. Date of service/ repair
7. Tyre change
8. Battery change
9. Passing due date
10. Accidents
11. Automated Kilometers travelled details from Vehicle tracking system
between Servicing, repairs, tyre change, battery change etc.
12. Insurance due date
13. Alerts on ambulance passing due, servicing due, tyre change due, insurance
due.
14. Off road days
15. Kilometer run
16. Station
17. Drivers posted
18. Details of service center from which repaired
19. Expenditure on services/ repairs
20. Ambulance taken out of scheme/ retired
21. Condemned
Servicing or Repair Module:
1. Linked to Ambulance Profile and Maintenance module
REQUEST FOR PROPOSAL
RFP No. Page 21
2. Reports of repair
3. Alerts on repeated repairs of vehicles
4. Record of Insurance of Ambulances
Human Resource:
1. Drivers profile
2. EMTs Profile
3. Fleet Managers Profile
4. Call Center Staff profile
5. Complaints and Issue tracking
6. Drivers and EMT attendance from ambulances
7. Call Center attendance through Finger Print readers
8. Leave Management of Call Center Staff
9. Holidays
10. Attendancerecord management of drivers and EMTs
Inventory and Medicine or Consumables Management
1. Equipment for ambulances management (responsibility of NHM)
2. Call Center equipment management responsibility of Service Provider
3. Consumables and medicines for ambulances (responsibility of NHM)
4. Communication for consumption by ambulances (responsibility of
NHM)
5. Others
b) All IT, communication software and hardware required needs to be evaluated by the
Bidder for establishment of centralised call center for 108, and MMUs operations
including vehicle tracking (GPS System), call management, performance monitoring
and reporting. Computer telephony integration with the ability to log calls with GIS
and GPRS integrated ambulancemonitoring system should also be installed if not
there already. The Service Provider is required to set up and run the call centre with
adequate capacity in commensuration with workload. The Service Provider is
required to setup and run a Call Centre with minimum seat capacity of 20exclusively
for 108, MMU, services.
(c) Operation and maintenance of all services including call centre operation and
monitoring of ambulances and MMUs as per recognized norm duly approved by
NHM. The service provider will monitor the staff posted on ambulances and MMUs.
The Service Provider is also required to have at least 1 MBBS doctor per 10 call centre
seats in every shift to cater the needs of Ambulance Services.
d) In addition to above specific activities the Service Provider shall develop and
implement appropriate control mechanism to ensure;
(i) Optimal use of the infrastructure including vehicles
(ii) Proper training of human resources
(iii) Transparent, efficient and cost effective procurement
REQUEST FOR PROPOSAL
RFP No. Page 22
(iv) Continuous performance monitoring and evaluation
e) Service Provider should also conduct regular refresher trainings of the project staff.
f) Additional terminal(s) and/or log in rights shall be provided by the selected Service
Provider at the office of Mission Director, NHM, for continuous online monitoring.
g) Provide services of MBBS doctors and specialists at the centralized call centre for
ambulance services, mobile medical units for consultation by emergency medical
technician or doctor on board, whenever required. Nos. of doctors shall be adequate
enough to handle the operational load.
h) Develop a web-based monitoring system for utilization of different services and
facilitate monitoring of the same at district and state level which should be Secure
Socket Layer(SSL) certified.
i) Provide a dashboard at the State HQ level for regular monitoring by O/o Mission
Director NHM Haryana. The dashboard should provide the following details-
Total calls received-Successful v/s Unsuccessful (Daily, Monthly, Yearly status)
Ambulances Operational Status(Daily, Monthly, Yearly status)
Repair status-Ambulance wise (Daily, Monthly, Yearly status)
Type of calls received (other relevant calls, Fake calls, wrong no.s/dialled by
mistake, disconnected by caller)
Calls diverted to other helplines-104/100
j) Continuous monitoring of the working of ambulances and MMUs, monitoring the
POL and Insurance, availability of consumables etc. on ambulances.
k) Providing daily reporting of the performance of ambulances and MMUs.
l) Verifying the attendance (by calling/Biometric attendance) of the staff working on
ambulances and MMUs on a daily basis and providing verified copy of attendance for
payment of salaries of staff.
m) Call Audit-The service Provider will provide staff for the auditing of calls on a daily
basis and provide report to State HQ.
n) The bidder may propose better methodology and approach to achieve the outcomes
for operationalization of ambulances and MMUs.Agency to identify the
software/hardware requirement as per the details given in the RFP. All updated
information should be compiled automatically by the software in pre-defined and
REQUEST FOR PROPOSAL
RFP No. Page 23
customized reports for analysis and decision making. Software should also contain
facility of import/export data in excel/word formats.
o) The service provider should be open to 3rd party audit as decided by MD, NHM.
p) The records including voice calls are to be maintained by the service provider and
provided as and when required. The records have to be maintained till the end of
contract.
2.4 Expected Output
(a) 24x7 pre-hospital emergency transportation care (Ambulance) services in all 22
districts of the state within agreed response time;
(b) 95 % of successful calls should be provided ambulances from the total calls received
for requirement of ambulances,
(c) Uninterrupted 365x24x7 functioning of the call centre/ control room and overall
Emergency Response Service ensuring that no call is left unattended;
(d) Training and Deployment of adequate qualified personnel as per requirement of the
project in Head Office, Call centre employees, and other required staff for running the
Project efficiently.
(e) Operate and manage further scaling up of the project.
(f) Submit various reports and information within the stipulated time frame to the State
and district Level Steering Committees formed exclusively, for the overall supervision
of the project, and other State and District level authorities.
2.5 Service Provider’s Responsibilities
(a) Infrastructure: The Service Provider is required to maintain the building and other
infrastructure throughout the life of the agreement to prevent the structural and
functional deterioration that can impede the service delivery as years pass by. The
Service Provider shall also ensure that the ownership of NHM in assets created out
of Government fund is protected. Also provide work plan with detailed
Specifications of Hardware, PRI lines and Software for ControlCentre. The service
provider shall ensure up gradation of hardware, software, voice solution and other
equipment’s etc. in future as per the change in industry demands.
(b) Statutory Compliance: the Service Provider is responsible for the compliance of the
statutory requirement under any law in respect of any asset and operation. The
Service Provider shall be held responsible in case of any penalty, loss or other legal
consequences arising out of non-compliance and will have to make good at its own
cost.
REQUEST FOR PROPOSAL
RFP No. Page 24
The bidder will be solely responsible for obtaining all statutory approvals required
for operating such a service.
(c) Operation of Control Room: The Service Provider shall operate centralised Control
Centre round the clock on 24X7 modes through a dedicated toll free three
Digitnumber (108) to response distress calls and monitors the movement and
positioning the ambulances in a shortest possible time. For proper management of
the system, the Service Provider shall equip the Control Room with Geographical
Information System, Global Positioning System, and other necessary hardware and
software for computer integrated telephonic integration.
Doctors (MBBS) will be positioned at the control room physically round the clock to
provide online medical advice/referral advice to the Emergency Medical Technician
in the ambulance.
The service provider shall maintain appropriate number of doctors (at least one
MBBS doctor per 10 seats) in the call centre to ensure that no call from the EMT
goes unattended.
(d) Emergency Response: On receiving call of such nature, wherein ambulance is
required, the control centre shall communicate with the nearest ambulance and
take the patient to the nearest designated Government /Empanelled Health Facility
depending on the severity of the patient’s condition within the shortest possible
time. The health facility to which the patient is to be transported should also be
informed of the patient condition. Referrals to private health facilities shall be
made in emergency only and shall be limited. The concerned health facility is also
to be informed in advance to keep them prepared for immediate emergency care
within that critical/golden hour.
The Service Provider shall ensure to maintain the average response time of 15 to 20
minutes for urban, and 20 to 30 minutes for rural areas as a key performance
parameter.
Further, in case of a situation where more number of ambulances are required the escalation levels are as follows-
Two ambulance required- Information to be given to district authorities
More than 5 ambulances required- Information to be given at State HQ
(e) Schedule of Implementation: The Service Provider shall provide details of schedule
of implementation with time-lines.
(f) Monitoring and Evaluation: Develop and implement a foolproof monitoring and
evaluation system to ensure efficiency in capacity utilization. Key indicators need to
be put in place for looking at equity of access, quality of care, volume of utilization
REQUEST FOR PROPOSAL
RFP No. Page 25
and wasteful consumption. An online monitoring system to be provided at the
office of Mission Director, NHM, Haryana.
(g) Procurement of Assets: Service Provider shall take the responsibility of
procurement and setting up of all infrastructure and long term assets.
(h) Invest in Software: The service provider is expected to provide all necessary
software at no extra cost other than mentioned in Financial Bid to establish
centralised call center and monitoring of ambulances and MMUs.
(i) Recruit, train and position qualified and suitable personnel for implementation of
the project at various levels. The new staff so engaged/recruited/appointed by the
Service Provider (other than those already on the contractual roles of NHM) shall
be exclusively on the pay rolls of the bidder and shall under no circumstances this
staff will ever have any claim, whatsoever for appointment with the Government.
The Service Provider shall be solely responsible for the performance and conduct of
the staff notwithstanding the source of hiring such staff. The Service Provider shall
be fully responsible for adhering to provisions of various laws applicable on them
including Labour laws. In case the Service Provider fails to comply with the
provisions of applicable laws and thereby any financial or other liability arises on
the Government by Court orders or otherwise, the Service Provider shall be fully
responsible to compensate/indemnify to the Government for such liabilities. For
realization of such damages, Government may even resort to the provisions of any
Act, which is in force or other laws as applicable on the occurrence of such
situations.
(j) Strict adherence to the stipulated time scheduled and Service Level Agreements
(SLAs) for various activities and for shortfalls, pay penalties as mentioned in the
document.
Expected Service Levels
S. No
Metrics Definition Benchmark Periodicity
Service Deviation
% Penalty
1 Call Response Time
Call Response Time is a percentage of calls received by the center that are answered by a human agent within a certain time frame.
80% of the calls to be answered in 20 secs
Monthly
79.99% to 75.00%
1 % from monthly bill of Invoice
Less than 75.00%
2 % from monthly bill of Invoice
2 Abandoned rate
Abandoned rate is the number of calls that are abandoned while the customer is waiting for a human agent.
Less than 10%
Monthly
10.00% to 12.00%
1 % from monthly bill of Invoice
12.00% to 15.00%
2 % from monthly bill of Invoice
More than 15.00%
5 % from monthly bill of Invoice
REQUEST FOR PROPOSAL
RFP No. Page 26
3 Call duration/AHT
Call duration is the amount of time spent speaking to customers on the telephone. The cost of the call will help to curb long conversations. Calls may be longer initially as agents are still new to the product and systems. Encourage slightly longer first calls to reach resolution as this is more efficient than repeat calls.
3-4 mins 4-5 mins
Monthly
90% to 95% 1 % from monthly bill of Invoice
<90% of calls
2 % from monthly bill of Invoice
4 Call Quality
The percentage of total contacts, wherein an error occurs in delivering Call Centre specific services which is totally unacceptable, primarily due to the behavior of the Agent, which might lead to total dissatisfaction of caller or misleading the caller due to providing of wrong information.
99% Daily 99 % to 98%
1% from monthly bill of Invoice
98% to 95 %
5% from monthly bill of Invoice
Less than 95 %
10% from monthly bill of Invoice
5 Call Center Attendance
The number of call center of executives should be maintained in all shifts and attendance is to be maintained
100% of attendance in every shift
Daily 95 % -90%
5% from monthly bill of Invoice
90%-85%
10 % from monthly bill of Invoice
6 Monitoring of services
The daily monitoring of ambulances and MMUs and providing necessary reporting
100% Daily Less than 100% up-to 95 %
5% from monthly bill of Invoice
Less than 95%
10 % from monthly bill of Invoice
7 Availability of solution
The solution provided should be working at all time.
100% Daily Less than 100% up-to 95 %
5% from monthly bill of Invoice
Less than 95%
10 % from monthly bill of Invoice
8 Call Centre Uptime
The functioning of the call center
99.99% Daily Less than 99.99%
10 % from monthly bill of Invoice
2.6 State Health Society/State Government Responsibilities:
REQUEST FOR PROPOSAL
RFP No. Page 27
(a) Overall Monitoring & Supervision: SHS will constitute appropriate Committees
both at State and District with appropriate delegation to ensure smooth
implementation and operation of centralised call center forNAS-108 and MMUs
across the State.
(b) Up-gradation and Accreditation of Facility: SHS/NHM shall take the responsibility
of necessary up-gradation and accreditation of health facility in the area covered
under this assignment.
(c) Delegation of Power: Authorize or empower the Service Provider to carry out
necessary task under purview of this assignment and to act as a State level Nodal
Service Provider to provide emergency and healthcare response services in the
allotted districts of the State.
(d) Toll free Short Code number: To provide three-digit Short toll free number
(108/102) for operation of Emergency Ambulance services to be used as single call
number for the State to reach the call centre. The operational cost quoted by the
Service Provider shall be inclusive of all recurring expenditures including the
telephonic charges, if any.
(e) Allocation of Fund: Allocate the fund toward various tasks or activities under the
project as per the mutually agreed terms and conditions.
(f) Provision for Space and Infrastructure: the service provider will be required to
identify a space of the required size and establish the control room in Panchkula.
The layout of call center will be prepared by the service provider and approved by
NHM.
(g) Collection of User charges- NHM reserves the rights to collect user charges. The
service provider has no obligations on such user charges collected.
(h) Payment to Service Provider-90% of the Payment of Service
Charges/Management Fee will be paid with 7 working days of submission of
verified bills and all necessary documents.
(i) Constitution of Committee- A committee will monitor the overall working of ‘108’
–National Ambulance Services, Medical Mobile Units.
The Committee shall review the Performance / implementation reports and
recommend to the NHM for necessary improvements in the Agreement between
NHM and Service Provider and take appropriate corrective measures. Service
Provider shall submit a status report on physical and other performance reports for
evaluation.
REQUEST FOR PROPOSAL
RFP No. Page 28
The District Monitoring Committee at the district level will be constituted which
will coordinate the actions required for efficient implementation and operation of
services. The District Committee shall review the following:-
i)Operations of 108 and MMU services with respect attending emergencies
and prenatal cases etc.
ii)Transportation of cases to Government and Other hospitals
iii)Status of ambulances
iv)Review& facilitate smooth operation of Emergency Service in the district
The Civil Surgeon shall review the performance and would be responsible for
grievance redressal at district level.
2.7 Period of Engagement/Duration of Contract
(a) The Service Provider selected for the purpose shall enter in to a contract with
NHM with agreed terms and conditions.
(b) The Service Provider will be engaged initially for a period of 3 years from the date
of signing of Agreement, which may further be extended by a maximum period of
2 years by NHM, subject to satisfactory performance and on the same terms and
conditions of the contract. However, detailed provision for modification or
termination from the contract and related liabilities and penalties are stated in
subsequent paras.
2.8 Schedule of Implementation
a. National Ambulance Services-108 is already operational and managed by NHM
Haryana. The winning bidder has to establish and operationalize the centralised call
center within 2 months from the date of signing of agreement without any
interruptions to the current operations.
b. MMUs: The Service Provider is required to monitor operations of MMUs in 7 districts
as per scope of work without disruption to the present operation.
2.9 Means of Finance
(a) Capital Expenditure: NHM shall not finance the capital expenditure relating
procurement, designing, refurbishing, and installation of assets including civil
infrastructure, IT infrastructure (hardware), accessories, office furniture & fittings
related to Call Centre. It will all be covered in the per seat cost. However, the Service
Provider shall invest from its own fund for the procurement/development of
software required to be installed to run the Call Centre, Computer Aided Dispatch
system, Vehicle Tracking System and Monitoring System, etc. Existing IT software and
hardware, if any, shall be handed over to the winning bidder.
REQUEST FOR PROPOSAL
RFP No. Page 29
(b) Operational Expenditure: NHM shall bear for the operational cost for centralised call
centre as per the rate quoted by the winning party in financial bid. NHM shall not pay
more than the contracted rates entered with the winning bidder in this regard.
(c) Any penalties imposed against non-compliance shall be recovered from the
bills/performance security raised by the Service Provider. If penalties or any other
payment recovered from Performance Security, then the Service Provider is required
to replenish the Performance Security to make it to its original amount within 15 days
from such deductions.
REQUEST FOR PROPOSAL
RFP No. Page 30
2.10 Financing of the Project:
(a) Financing of the project shall be on fixed rate reimbursement basis in accordance
with the provisions of the agreement. Claims or reimbursements for operational
expenditure shall be payable on monthly basis on submission of statement of claim
by the Service Provider and the required reports.
(b) The payment against all capital expenditure incurred by Service Provider (Where it is
to be borne by the NHM as per the ToR) shall be released upon the procurement
and satisfactory commissioning of assets and upon declaration of such capital assets
as the properties of NHM Haryana.
2.11 Investment and Ownership:
All movable and immovable assets created in the project (out of NHM) will be the
property of NHM. The assets will have to be handed over to the NHM at the end of the
contract period or at the time of termination of the contract whichever is earlier.
2.12 Earnest Money Deposit (EMD) & Performance Security
(a) The bidder shall deposit Earnest Money Deposit (EMD) amounting to Rs.5,00,000/-.
lakhas per the e-tender guidelines.
(b) The EMD shall be forfeited if the bidder withdraws its proposal during the interval
between the proposal due date and expiration of the proposal validity period.
(c) The bidder whose proposal is accepted and award issued shall have to deposit
Performance Security of an amount equal to 5% of the annual value of the contract
in the form of Bank Guarantee issued from a scheduled bank having branch at and
should be drawn in favour of “State Health Society, Haryana” payable at Panchkula.
Annual value of the contract for the purpose of performance security calculation
shall be the annual operational cost calculated as per the rate quoted in the financial
bid without considering the capital expenditure that shall be incurred under the
project. Amount of Earnest money deposit can be adjusted into the security
deposit. Security deposit is for due performance of the agreement. The Contracting
Authority/Government in the following circumstances can forfeit the Performance
Security:
(i) When any terms or conditions of the agreement are infringed;
(ii) When the service provider fails in providing the services satisfactorily;
Notice will be issued to the bidder/service provider with reasonable time (up to a
maximum 20 days time) before the earnest money / security deposit is forfeited.
REQUEST FOR PROPOSAL
RFP No. Page 31
2.13Operational/ Performance Parameter and Penalty Clauses
(a) The Service Provider shall complete implementation and start providing services by
controlcenter for 108-NAS, MMUs in all districts in the manner specified under Clause
2.8- Schedule of Implementation unless otherwise an extended period is allowed.
(b) The Service Provider shall ensure that an average performance level of 3.5-4 Calls
/Day/Ambulance is achieved under 108-NAS immediately after handing over of the
project. This performance level is kept to ensure that the assets of the government are
being utilized reasonably and to maintain operational efficiency. A trip results in pick-up
and drop of a patient from the site to a hospital. Multiple patients in a single trip will be
considered a single case. So one case is equivalent to one case. Penalty shall be
imposed if it observed that ambulances are less efficiently utilised.
(c) In case of other defaults in services necessary action under terms of the agreement will
be initiated in addition to imposition of penalty considering seriousness of the default.
The fault shall be determined with reference to the outputs as mentioned above and
the overall supervision and monitoring of Ambulances, MMUs by the Committee will
determine penalty.
(d) The amount of penalty shall be recovered from the claims submitted by the service
provider. In the absence of any claim, it can be recovered from security deposit also.
2.14 Performance Standards and Standard Operating Procedures
2.14.1 Performance Standards for ALS, BLS, PTA and Backhomeambulances
(a) The ambulance under NAS-108 has to reach the site of requirement within the response
time as specified of receiving such call at the Emergency Response Center in 95 % of the
cases. It is clarified that non-response to hoax calls, repeat calls, crank calls or calls that
did not provide an address for the Patient will not be taken into account while
determining adherence to Response Time standards by the Operator. Response Time
standards shall apply to all emergency ambulance requests requiring a response as
determined by the Emergency Response Centre (ERC) using call screening and dispatch
protocols approved by the Executive Committee and only such calls shall be used for the
purposes of determining response time compliance calculations.
Service Quality Parameters for Ambulances:
S. No. Performance Indicator Bench mark
1 Average number of emergencies** to be attended by one
ambulance per day
3.5-5
REQUEST FOR PROPOSAL
RFP No. Page 32
**for the purpose of above bench marks the word "emergency” is defined as:
Emergency is defined as an occurrence of any sudden event that threatens life, and demands
immediate attention. Emergencies could vary vastly in scope, magnitude and management.
Effective emergency response significantly reduces deaths, disabilities, suffering from length of
hospital stay, losses from fire incidents. Emergency Response is medical services and medical
care that reduce the levels of risk on life and health.
(b) Any delay in adhering to the Response Time, dispatch time and other performance
standards shall be recorded and reported by the Operator to NHM.
(c) Response Time calculations shall be calculated from the time a call is received as
defined in (i) below till the time Operator's ambulance arrives on scene as defined in
(ii) below or is cancelled by the Emergency Response Centre (ERC).
(i) Time of Call Received- shall be defined as the time at which the ERC has received a
call through telephone or any other source (fire service, police etc.).
(ii) Time of Arrival on Scene – shall mean the time at which an ambulance crew (the
driver) notifies the ERC that the ambulance has reached the nearest public access
point to the Patient.
(iii) In case of multiple response i.e. more than one vehicle arriving at the scene, the
response time shall be recorded for the first vehicle arriving on scene.
(iv) Response time standards may be suspended in case of a multi casualty incident or
disaster in Haryana in case NHM calls on the vehicles to aid.
(v) Exceptions to Response Time Standards: It is the responsibility of the Operator to
apply for exceptions on a daily basis to the NHM. Exceptions shall be permitted in
the following cases, only if the Operator applies in time for exception on account of;
• Failure of radio transmission
• Mobile data terminal failure
• Material change in dispatch location
• Computer aided dispatch failure
• Unavoidable telephone communications failure
• Delays caused by traffic secondary to the incident
2 Average time taken to reach the scene after the call ( call to Scene) in rural areas (Change to be measured monthly)
15-20 mins
3 Average time taken to reach the scene after the call in urban areas (Change to be measured monthly)
30-35 mins
4 Addressing ineffective (Hoax) calls – Reduce by 5 % of the total
ineffective calls (Changes to be measured annually)
REQUEST FOR PROPOSAL
RFP No. Page 33
• Unavoidable delays caused by road construction or inclement weather e.g. fog
• Unavoidable delays caused on account of rail crossings where the train was
delayed
• Delays resulting from off road locations
2.14.2 Performance Standards for the Emergency Response Centre/Centralised call center
(a) The call center should maintain a call closure rate of 100%, which will be sent to
department on regular basis.
(b) The successful bidder shall ensure and enter into specific agreements related to
complete security of information, database and the behavior of its employees while
answering the calls.
(c) All supporting documents should be provided as part of the proposal.
(d) The Call Centre Company would engage at least one Supervisor per shift, who would
be fully conversant with all aspects of the processes and subject matter.
(e) The Call Centre Agents would record the name, address, contact details, queries,
disease type, reply to the query by the call center, escalation details etc. in a suitable
format which is approved by the Department. In case of a repeat call by a caller, the
name and other personal details of the caller shall be retrieved from the database
automatically after entering the telephone/mobile number of the caller.
(f) Executives receiving the calls on the toll free line must take the call within three rings
with hold time not more than 10 secs.
(g) Call Centre down time should be within the permissible limit of 1-2 % in any month.
(h) The Service provider shall ensure more than 98 % of the calls screened (after
attending and analyzing the calls at the Call Centre) as emergency are attended
(provided with the service emergency transport service).
(i) From the time of receipt of call at the ERC the ambulance must be dispatched in time
to reach the patient within the defined reach time.
2.14.3 Standard Operating Procedures
(a) The Standard Operating Procedure (SoP) shall be developed inconformity with the
provisions under the RFP by the bidder and which shall be finalized in consultation
with NHM Haryana before or after the signing of the contract. SoP shall be abided by
the bidder uniformly for a smooth operation. The areas to be covered under the SOP
are given below:
(i) Purpose and Scope
(ii) Dispatch Centre protocols
REQUEST FOR PROPOSAL
RFP No. Page 34
(iii) Operation Systems, Structures and Protocols for Ambulance including response
protocols, ring checks, call codes, vehicle maintenance, vehicle breakdown
management, vehicle accident management, vehicle distribution, communication
protocols.
(iv) Operational protocols for special circumstances (natural calamities, mass casualty
events (both manmade and natural), unattended death, transportation of minors,
transportation of obstetric cases, paediatric patents, neonate crime scene
operations, fire & accidents relating to hazardous material). NHM will assist in the
development of the operational protocols for such special circumstances.
(v) Reporting structures and formats - overall documentation
(vi) Health and safety protocols for personnel
(vii) Job description, roles and responsibilities of each level of personnel in entire
operations.
(viii) Training, refresher course and orientation protocols for all levels of personnel
(including staff replacement protocols)
(ix) Overall administrative policies
(x) Penalty and Payments if any to be revised.
(xi) Inter-facility transfer protocols
(xii) On-line medical direction / guidance protocols
(xiii) Transportation refusal policies and protocols
(xiv) Do Not Resuscitate Policy
(b) The Standard Operating Procedure may be reviewed and revised at periodic intervals.
However, NHMHaryana reserves the right to amend the Standard Operating Procedure
(SOP), within the overall framework of the RFP, unilaterally and the Operator shall be
bound to implement such change from the date of its communication by NHM to the
Operator.
(c) Amended versions of the Standard Operating Procedure (SOP) shall be implemented
after submission to NHM for necessary approval.
2.15 Monitoring and Evaluation
(a) Mission Director, NHM Haryana will review the performance of all services provided on
continuous basis.
REQUEST FOR PROPOSAL
RFP No. Page 35
(b) Civil Surgeon/other designated Health Officers in districts will oversee the activity within
their respective districts in District Health Societies meetings.
(c) Service Provider shall provide access to online date to facilitate online monitoring on a
continuous basis. Service Provider shall also give login rights to the designated health
officers of the NHMfor online monitoring and evaluation. Service Provider shall also
provide hardware and software, if any, at the office of MD, NHM for online monitoring of
the services.
(d) The services and records of the service shall be subject to inspection by designated
officer(s) of the NHM.
(e) NHM reserves the right to evaluate the performance of the Service Provider as well as
annually by a third party.
2.16 Termination /Suspension of Agreement
(a) The NHM may, by a notice in writing suspend the agreement, for a period as decided
by the NHM (but for a maximum period of 1 month), if the service provider fails to
perform any of his obligations including carrying out the services, provided that such
notice of suspension--
(i) Shall specify the nature of failure, and
(ii) Shall request remedy of such failure within a period not exceeding 10 days after
the receipt of such notice.
In case of suspension, NHM Haryana could depute its officer(s) at the Call Centre/Office
of Service Provider at to oversee and manage the operations of call centerof NAS-108.
All operations shall then be handled by the above officer(s), so deputed, to address the
issue(s). During the suspension period, Service Provider shall have no right to intervene
in the operation and management. Once issues are addressed/resolved, it shall be
handed back to the Service Provider. In case of taking over the operations byNHM, shall
not be liable for any loss incurred by Service Provider during and after the suspension
period and it shall be the sole responsibility/liability of the Service Provider.
During the suspension period, Government reserves the right to terminate the
agreement by giving 30 days’ notice period.
(b) NHM after giving 30 days clear notice in writing, expressing the intension of
termination by stating the ground/grounds on the happening of any of the events (i) to
(iv) stated infra, may terminate the agreement after giving reasonable opportunity of
being heard to the service provider. However, the Government, which is Contracting
Authority, reserves the right to terminate the contract at any point without assigning
any reason thereof.
REQUEST FOR PROPOSAL
RFP No. Page 36
(i) If the service provider does not remedy a failure in the performance of his
obligations within 10 days of receipt of notice or within such further period as the
Government may subsequently approve in writing.
(ii) If the service provider becomes insolvent or bankrupt.
(iii) If, as a result of force majeure, service provider is unable to perform a material
portion of the services for a period of more than 10 days: or
(iv) If, in the judgment of the Government, the service provider is engaged in corrupt
or fraudulent practices in implementation of the project.
(c) In the event of premature termination of the contract by the Government on the
instances other than non-fulfilment/ non-performance of the contractual obligation by
the Service Provider, the balance remaining un-paid amount on account of capital
expenditure as on the day of termination shall be released within six months from the
date of such termination.
(d) Government reserves the right to partially terminate (one or more services out of
total) the contract.
(e) In case of premature termination or suo-moto abandonment of the contract/project by
the service provider, the service provider shall be penalized for the default. While
applying this penalty, in addition to the forfeiture of the performance security, the
Government may appropriate towards the penalty, the balance remaining unpaid on
account of capital expenditure as on the day of suomoto abandonment by the service
provider to recover the damage sustained due to abandonment.
(f) In case of termination, Service Provider will continue operations on existing terms and
conditions till a maximum period of 2 months from the date of termination or date of
handing over of complete operations including assets to a new vendor whichever is
earlier. All assistance should be provided by the existing service provider in handing
over of all assets, licenses, and right to use the software etc. to new vendor without
any extra cost to the Government as per directions of TIA.
2.17 Modifications
Modifications in terms of reference including scope of the services can only be made by
written consent of both parties. However, basic conditions of the agreement shall not be
modified.
REQUEST FOR PROPOSAL
RFP No. Page 37
2.18 Saving Clauses
(a) In the absence of any specific provision in the agreement on any issue the guidelines
issued/to be issued by the Mission Director, NHM, Government of Haryana shall be
applicable.
2.19 Force Majeure
(a) Ambulance Services as being emergency response services, the Operator shall not be
allowed to suspend or discontinue emergency call centerservices during occurrences of
Force Majeure Events. A suspension of or failure to provide services on the occurrence
of a Force Majeure event will be an Event of Default and Government may terminate the
contract unless the Force Majeure event is of such nature that it completely prevents the
operation of ambulances for any reason in any area.
(b) The failure of Service Provider to fulfil any of its obligations under the agreement shall
not be considered to be a default in so far as such inability arises from an event of Force
Majeure, provided that the party affected by such an event :
i. Has taken all reasonable precautions, due care and reasonable alternative
Measures in order to carry out the terms and conditions of the agreement, and
ii. Has informed the other party as soon as possible about the occurrence of such an
event.
(c) If Performance Standards are not complied because of any major breakdown to
ambulance vehicles or inability to provide services in accordance with the Performance
Standards as a direct consequence of such Force Majeure Events then no penalty shall
be applicable for the relevant default in Performance Standards.
(d) On the occurrence of any Force Majeure Events or implementation of any disaster
management operations or law and order emergencies, Government may give
instructions to the Service Provider including requiring deployment of certain number of
Ambulances in specific locations, in such circumstances; the Service Provider shall
comply with such instructions and will be excused from adherence to relevant
performance standards.
2.20 Settlement of Dispute
(a) If any dispute with regard to the interpretation, difference or objection whatsoever
arises in connection with or arises out of the agreement, or the meaning of any part
thereof, or on the rights, duties or liabilities of any party, the same shall be referred to the
MD, NHM for decision. If the Service Provider is not satisfied with the decision of MD,
NHM, then they may proceed for arbitration.
REQUEST FOR PROPOSAL
RFP No. Page 38
2.21 Arbitration
a) Any unresolved dispute or difference whatsoever arising between the parties to this
Agreement out of or in relation to the construction, meaning, scope, operation or effect
of this Agreement or the validity of the breach thereof shall be referred to a sole
Arbitrator to be appointed by the Chairman State Health Society, Haryana. The
provisions of the Arbitration and Conciliation Act will be applicable and the award made
there under shall be final and binding upon the parties hereto, subject to legal remedies
available under the law. Such differences shall be deemed to be a submission to
arbitration under the Indian Arbitration and Conciliation Act, or of any modifications,
Rules or re-enactments thereof.
b) The arbitration shall be conducted in,Haryana, India. The arbitration shall be conducted
in English and all written documents used during the arbitration shall be in English. The
Award shall be speaking Award.
c) The parties agree that any decision for Award of any Arbitral Tribunal pursuant to this
clause shall be a domestic award and final, conclusive and binding upon the parties and
any person affected by it. The parties also agree that any court of competent jurisdiction
may enforce any arbitration award rendered pursuant to this clause.
d) During any period of arbitration, there shall be no suspension of this Agreement.
e) The parties specifically agree that any arbitration shall be pursuant to clause above and
the clause is governed by Indian Law.
2.22 Right to Accept and Reject any Proposal
NHM reserves the right to accept or reject any proposal at any time without any liability or
any obligation for such rejection or annulment and without assigning any reason.
2.23 Award of Contract and Agreement
On evaluation of technical and financial parts of RFP and decision thereon, the selected
bidder shall have to execute an agreement with the NHM within 60 days from the date of
acceptance of the bid is communicated. This Request for Proposal along with documents
and information provided by the bidder shall be deemed to be integral part of the
agreement. Before execution of the agreement, the bidder shall have to furnish the
performance security (security deposit).
2.24 Commencement of Service
(a) The Service Provider shall commence the service only after the issue of the Letter of
Commencement by the NHM allowing the Service Provider to commence activities
envisaged under the RFP. Letter of Commencement shall be issued subject to following
conformations:
REQUEST FOR PROPOSAL
RFP No. Page 39
(i) Control Room and all infrastructures are and complete in all respect as per the terms
and conditions mentions in this RFP.
(ii) All statutory requirements essential and necessary under different statute to run the
service have been complied.
(b) The Service Provider shall commence the service as per schedule of implementation
mentioned in RFP from the date of signing of the Agreement. If the firm fails to
commence the service as specified herein, the NHM may, unless it consents to the
extension of time thereof, forfeit the Performance Security and appropriate the same.
2.25 Jurisdiction of Court
Legal proceedings, if any, shall be subject to courts under jurisdiction only.
3. CRITERIA FOR EVALUATION
3.1 Evaluation of Technical Proposals
The objective of the evaluation process is to evaluate the bids to select an effective and best fit
Service at a competitive price. Technical Committee (TC) will be constituted by NHM, Haryana to
evaluate and decide upon the evaluation to be undertaken or any other matter that required
escalation. The decision of TC shall be final.
TC will scrutinize the offers to determine whether they are complete, whether any errors have
been made in the offer, whether required technical documentation has been furnished,
whether the documents have been properly signed, and whether items are quoted as per the
required format.
TEC may call for any clarifications/additional particulars required, if any, on the technical/
commercial bids submitted. The bidder has to submit the clarifications/ additional particulars in
writing within the specified date and time. The bidder’s offer may be disqualified, if the
clarifications/ additional particulars sought are not submitted within the specified date and
time.
The competitive bids shall be evaluated in the following stages:
• Stage 1 – Pre-Qualification (PQ) Criteria
• Stage 2 – Technical Bid Evaluation comprising
o Parameters as laid down in table vide provided below
o Technical presentation comprising live demonstration
• Stage 3 – Commercial Bid
Based upon the final technical scoring, short listing would be made of the eligible bidders for
final commercial evaluation.
a) Pre-Qualification-Based on documents submitted as per requirement. NHM will evaluate
the bidders on each criterion separately and satisfy itself beyond doubt on the Bidder’s ability /
position to meet the criteria. Those Bidders who qualify on ALL the criteria as brought out in
REQUEST FOR PROPOSAL
RFP No. Page 40
below will only be considered as “Qualified under Stage 1” of evaluation and will be considered
for evaluation under Stage-2.
Those Bidders who do not qualify at this Stage 1 will not be considered for any further processing. b) Criteria for Technical Evaluation Criteria for 108-Emergency Ambulance Service, MMUs (along with necessary documentary proof)
S.No Parameters Marks Max.
Marks
1
Experience of the bidder in implementing Emergency response Ambulance services/MMUs or similar projects with— Command & Control Center to dispatch Ambulances/vehicles through Computer aided dispatch(CAD) Solution
20 A Experience of 3 Years 5
B Experience of 3 Years or more but less than 5 Years 10
C Experience of 5 Years or more but less than 7 Years 15
D More than 7 years 20
2 Experience of running atleast 1 Call centerprojectin G2G/G2C/G2B services for last 3 years for the following no. of seats
20
A 25 seats 5
B 26-30 seats 10
C 31-35 seats 15
D More than 35 seats 20
3 Demonstrated experience in Operating Computer Telephony integration(CTI) and Computer Aided Dispatch(CAD) Software Solution to assign services with Command & Control Centre/s for any G2G/G2C/G2B services
20 A 2 Projects 5
B Experience 3 - 4 Projects 10
C Experience 5 - 7 Projects 15
D Experience 8 - 10 Projects 20
3. Technical Proposal
A Relevance of proposed technical solution to scope of work 10 20
B Features and functionality of application software for 108 10
REQUEST FOR PROPOSAL
RFP No. Page 41
4 Technical Presentation: Experience, Methodology, proposed Solution, Scalability for 108-NAS and MMU
15
5 Live Demonstration of the proposed software solution 5
Total 100
Step 3: Opening of financial proposals and determination of overall winner through QCBS method
Note: All Applicants shall be required to make presentations up to 30 minutes, before opening of
Financial Proposals, to demonstrate their credentials before the Technical Evaluation committee and
to submit hard copies during the presentation. The presentation shall broadly cover the following
aspects.
1. Brief Company profile, local presence, associates, major clients & projects etc.
2. Experience and capabilities of conducting similar assignments.
3. Understanding of assignment along with methodology indicating broad scope of
work and proposed action plan.
4. The presentation should highlight the services that could be covered regarding
the software for 108-NAS and MMUs should be demonstrated in front of
technical committee. The presentation should highlight the services that could be
covered like software to be used, innovative features of the proposed service and
plan for effective service delivery and follow up action.
5. Details of proposed staff structures, and training (with updates) to be
provided.Risks and proposed risks mitigating measures.
The Technical evaluation shall be based on marks obtained here and would be taken as the final
Technical Score.
The time and venue for the presentation shall be intimated to the Service providers.
3.2 Evaluation of Financial Proposal:
i. The Financial Bids of technically qualified bidders will be opened on the prescribed date in the
presence of bidder representatives.
ii. The bidder with lowest qualifying financial bid (L1) will be awarded 100% score. Financial Scores
for other than L1 bidders will be evaluated using the following formula:
iii. Financial Score of a Bidder (Fn) = {(Commercial Bid of L1/Commercial Bid of the Bidder) X 100} % (Adjusted to two decimal places) Only fixed price financial bids indicating total price for all the deliverables and services specified in this bid document will be considered.
iv. The bid price will include all taxes, levies (GST or Tax % should be mentioned clearly) and shall be
in INR and mentioned separately.
REQUEST FOR PROPOSAL
RFP No. Page 42
v. Any conditional bid would be rejected
vi. Errors & Rectification: Arithmetical errors will be rectified on the following basis: “If there is a
discrepancy between the unit price and the total price that is obtained by multiplying the unit
price and quantity, the unit price shall prevail and the total price shall be corrected. If there is a
discrepancy between words and figures, the amount in words will prevail”.
c) Final Evaluation-Final score for an applicant would be weighted average of technical and financial bids, where the technical and financial proposals will be assigned a weight of 70 and 30 percent respectively.
i. The technical and financial scores secured by each bidder will be added using weightage of 70%
and 30% respectively to compute a Composite Bid Score.
ii. The bidder securing the highest Composite Bid Score will be adjudicated as the most responsive
Bidder for award of the Project. The overall score will be calculated as follows: -
iii. Bn = 0.70 * Tn + 0.30* Fn Where
iv. Bn = overall score of bidder
v. Tn = Technical score of the bidder (out of maximum of 100 marks)
vi. Fn = Normalized financial score of the bidder
vii. In the event the bid composite bid scores are ‘tied’, the bidder securing the highest technical
score will be adjudicated as the Best Value Bidder for award of the Project.
REQUEST FOR PROPOSAL
RFP No. Page 43
ANNEXURES
REQUEST FOR PROPOSAL
RFP No. Page 44
ANNEXURE 1: ORGANISATION PROFILE
SL. No. Area of the details to be provided Responding Firm’s / Company
Details to be provided
1 Name of the Bidder
2 Address of the Bidder
3 Telephone number of the Bidder
4 Details of the contact
person to whom all
references shall be made
regarding this tender
Name of the contact person
Designation of the person
Address of the person
5 e-mail address of the Bidder
6 Fax number of the Bidder
7 Telephone number of the Bidder
8 Details of
Registration
1. Registration
Number of the Bidder.
2. Name of the place where the
Bidder was registered.
3. Date when the entity was
registered.
4. Validity Period, if applicable.
9 Central Service Tax No.
10 VAT/Service Tax No. (If applicable)
11 PAN No.
12 ISO 9001:2008 Certification
Certificate No.:
Expiry Date:
13
Annual Turnover during last three financial Years, 2014-
15, 2015-16 and 2016-17
FY
2014-15
FY
2015-16
FY
2016-17
14 Details of ownership of the Bidder (Name and Address of
the Board of Directors, Partners, etc.)
15 Name of the authorized signatory who is authorized to
quote in the tender and enter into the rate contract
(Power of Attorney to be submitted)
16 Locations and addresses of the offices.
The information regarding the previous Projects should be provided in the format given below
for each reference assignment for which the applicant, was legally contracted by the client
stated below.
REQUEST FOR PROPOSAL
RFP No. Page 45
Assignment Name:
Location:
Name of the Client:
Address:
Start date (Month/Year) to Completion Date
(Month/ Year):
Value of the Contract/ Work Order (in INR):
Name of Associated Firms (s) if any:
Brief Description of Project:
Details of the assignment/works executed by
the Applicant:
REQUEST FOR PROPOSAL
RFP No. Page 46
ANNEXURE 2: APPLICATION FORMAT
Format for Letter of Proposal
(On the Letter head of the Bidder)
THE MISSION DIRECTOR
NATIONAL HEALTH MISSION, HARYANA
PARYATAN BHAWAN, BAYS NO. 55-58, SECTOR 2,
PANCHKULA, HARYANA, PIN-134151
Sir/Madam,
We, the undersigned, offer to establish, operate and manage State Level Monitoring & Control Center for
‘108-NAS’ and MMUs in accordance with your Request for Proposal dated______. We are hereby
submitting our Proposal, which includes Technical Proposal and Financial Proposal sealed under separate
covers and both envelopes placed together in an outer envelope all properly marked as required.
We hereby declare that all the information and statements made in this Proposal are true and accept
that any misrepresentation of facts may lead to our disqualification and /or blacklisting.
The prices quoted by us in the Financial Proposal are valid till three months from the date of submission
of the quotation. We confirm that this proposal will remain binding upon us and may be accepted by you
at any time before the expiry date.
Prices have been arrived independently without consultation, communication, agreement or
understanding (for the purpose of restricting competition) with any competitor.
We agree to bear all costs incurred by us in connection with the preparation and submission of the
proposal and to bear any further pre-contract costs. We understand that the State is not bound to accept
the lowest financial bid or any proposal or to give any reason for award, or for the rejection of any
proposal.
We confirm that we have the authority of [Insert Name of the bidder] to submit the proposal and to
negotiate on its behalf.
Yours faithfully, ______________________
(Signature of the Authorized Signatory of Bidder) ___________________________
(Name and designation of the authorized Signatory of Bidder)
REQUEST FOR PROPOSAL
RFP No. Page 47
ANNEXURE 3: ACKNOWLEDGEMENT AND FINANCIAL PROPOSAL
[FINANCIAL PROPOSAL] To
Managing Director
Haryana Medical Services Corporation Limited
Haryana
Sub: - Request for Proposal for “establishment, operation and management of centralised call
center for NHM-108, MMUs”
Sir/Ma’am,
1. Having carefully examined all the parts of the RFP documents and having obtained all the requisite information affecting this proposal and being aware of all conditions and difficulties likely to affect the execution of the agreement, I/We hereby propose to implement the project as described in the RFP document in conformity with the conditions of agreement, technical aspects and the sums indicated in this financial proposal.
2. I/We declare that we have read and understood and that we accept all clauses, conditions, and descriptions of the RFP document without any change, reservations and conditions.
3. If our proposal is accepted, we undertake to deposit performance Security, which would be equivalent to 5% of annual value of the contract, before execution of the formal agreement
4. I/We agree to abide by this proposal/bid for a period of 180 days from the date of its opening and also undertake not to withdraw and to make any modifications unless asked for by you and that the proposal may be accepted at any time before the expiry of the validity period.
5. Unless and until the formal agreement is signed, this offer together with your written acceptance thereof shall constitute a binding contract between me/us and the Government of Haryana.
6. We submit the Schedule of Rate as appended herewith.
Yours faithfully
Signature of the authorized signatory
Encl: Schedule of Rate
REQUEST FOR PROPOSAL
RFP No. Page 48
ANNEXURE 4: SCHEDULE OF RATES
Schedule of Rates For
“Establishment, Operation and Management of Centralised call center for 108-
NASand MMU Project” in Haryana
S.N
o.
Particulars Amount per
seat per
annum (In Rs.)
Total Amount
(In Rs.)
Total
Amount (in
words)
Tax/GST
quoted
1. Establishment and operation
of state level monitoring &
control centre for ‘108-NAS’
and MMUs (inclusive of –
Establishment , Operation
and maintenance of
centralised call center, asset
insurance, telephone,
Mobile, PRI line, internet ,
etc., rent of buildings (for
centralised call center),
electricity & water,
housekeeping, AMC of
hardware, software, license
fee, equipment, consumables
etc., and all other
miscellaneous expenses ,
taxes, duties, fees etc.
2. Monitoring expenses for
ambulances & MMUs which
will include staff monitoring,
attendance, POL, call audit
etc.
(a) Our financial proposal shall be binding upon us subject to any modifications resulting from contract
negotiations, up to the expiration of the validity period of the proposal, i.e.………………. (Date).
(b) We undertake in competing for and, if the award is made to us, in executing the above services, we will
strongly observe the laws against fraud and corruption to force in India namely Prevention of Corruption
Act 1988. We understand that you are not bound to accept any proposal you receive.
Signature of Authorized Signatory
Seal with Designation
Place:
REQUEST FOR PROPOSAL
RFP No. Page 49
Date:
ANNEXURE 5: AGREEMENT
AGREEMENT
This agreement made this ____ day of ____ 20___ between the National Health
Mission,Haryana (hereinafter called "the Government” which expression shall, where the
context so admits, be deemed to include his/her successors in office and assignee) of the one
part AND M/s. ____________________, a public limited company registered under Companies
Act, 1956/ Society/ Trust and having its registered at ___________________________
(hereinafter called "the service provider” which expression shall, where the context so admits,
be deemed to include its heirs, successors, executors and administrators) of the other part.
Whereas the service provider has agreed with the Government to implement “Establishment,
operate and manage State Level Monitoring & Control Centre for 108-Ambulance services and
MMUs” (hereinafter called “the Project” ) in the State of Haryana in the manner set forth in the
terms of the Request for Proposal (RFP) and Standard Operation Procedure (SOP) issued for the
said service;
And whereas the approved service provider has deposited a sum of Rs …………………/- (Rupees
…………), which is equivalent to 5% of annual value of contract, only in the form of Bank
Guarantee, issued form a scheduled bank having branch at , of the equal amount, before signing
of this agreement as performance security deposit.
1. Now these present witnesses and the parties hereto hereby agree as follows:-
(a) The service provider shall be paid at the rate and in the manner mentioned below
towards the monthly operation and maintenance cost of the ambulances:-
i)Per seat per month basis for centralised call center establishment for 108-NAS and
MMUs
(b) In consideration of the payment to be made by the NHM, as above, the service provider
shall duly implement the project in the manner as agreed on the Request for Proposal
(RFP) and Standard Operating Procedure (SOP) developed thereof and shall form part of
this agreement.
(c) Following documents/correspondence undertaken between the parties shall also form
part of this agreement-
NHM Haryana The Service Provider
(I) RFP Corrigendum, if any.
(II) Offer letter issued from NHM, Haryana
(vide letter no.---, dated---)
(I)Offer acceptance letter (vide
letter no.---, dated---) of M/s. --
-------------------.
REQUEST FOR PROPOSAL
RFP No. Page 50
2. Period of Engagement
The service provider shall be engaged initially for a period of three years,from the date of
signing of Agreement, which may further be extended by a maximum period of 2 years by
the Government, subject to satisfactory performance and on the same terms and conditions
of the contract.
3. Consideration
(a) The payment shall be made by the NHM only if the service provider shall duly implement
the project in the manner aforesaid, observe and keep the said terms and conditions.
(b) The mode of payment shall be as specified below-
(i) Financing of the project shall be on reimbursement basis;
(ii) The Government shall reimburse capital cost for the procurement and commissioning
of assets.
(iii) The operational cost shall be paid as per the rate mentioned in Annexure 4 only.
(iv) Payments to be released on submission of monthly statements of claims by the
service provider.
4. Operational Parameter and Penalty Clauses : As per the RFP
5. Quantification of Penalty
In addition to the recourses available under RFP for termination or suspension of agreement
and forfeiture of performance security, wherever applicable, the service provider shall be
liable for penalty for non-performance or non-compliance of the terms and conditions as set
out in the RFP document, which includes and not limited to-
(i) Delay in Implementation
(ii) Deviation in Average Response Time
(iii) Deviation in average dispatch time
(iv) Premature suo-moto abandonment by the service provider
6. Force Majeure
a) Failure to fulfil the performance obligation shall not be considered to be default if the
inability arises from an event of force majeure provided that enough care, all reasonable
precautions, due care and reasonable alternative measures have been taken in order to
carry out the terms and conditions of the agreement.
b) On the occurrence of any Force Majeure Event or implementation of any disaster
management operations or law and order emergencies, NHM may give instructions to
the service provider including requiring deployment of certain number of ambulances in
specific locations. In such circumstances, the service provider shall comply with such
REQUEST FOR PROPOSAL
RFP No. Page 51
instructions and shall not be liable for adherence to relevant performance standards and
shall be exempted from applicable penalties, if any.
7. Monitoring and Evaluation
a) National Health Mission Haryana shall review the performance of the service provider
monthly/quarterly.
b) The District level Monitoring Committee shall oversee the activity within their
respective districts level and review the performance of service provider in every
month.
c) The services and records of the service provider shall be subject to inspection by
NHM.
d) NHM Haryanareserves the right to evaluate the performance of the Service Provider
as well as the project at any time by an independent external agency or through its
own internal agency. Service Provider shall extend all support to such
external/internal agency during evaluation(s).
8. Schedule of Implementation of the Project
a) NAS-108 is already operational and managed by NHM Haryana. NHM shall handover
all the assets to the winning bidder within 60 days time. The winning bidder has to
start the services without any interruptions to the current operations.
9. Termination or Suspension of Agreement
a) NHM may, by a notice in writing suspend the agreement,for a period as decided by NHM
(but for a maximum period of 6 months), if the service provider fails to perform any of his
obligations including carrying out the services, and such notice of suspension-
i) shall specify the nature of failure, and
ii) shall request remedy of such failure within a period not exceeding 15 days from the
date of receipt of such notice.
In case of suspension, NHM could depute its officer(s) at the Call Centre/Office of Service
Provider to oversee and manage the whole operations. All operations shall then be
handled by the above officer(s), so deputed, to address the issue(s). During the
suspension period, Service Provider shall have no right to intervene in the operation and
management of services. Once issues are addressed/resolved, it shall be handed back to
the Service Provider. In case of taking over the operations of services by NHM, NHM
shall not be liable for any loss incurred by Service Provider during and after the
suspension period.
During the suspension period, NHM reserve the right to terminate the agreement by
giving 30 days notice period to the Service Provider.
REQUEST FOR PROPOSAL
RFP No. Page 52
b) NHM after giving 90 days’ clear notice, in writing, expressing the intention of
termination by stating the ground or grounds on the happening of any of the events
mentioned in items (i) to (v) stated infra, may terminate the agreement after giving
reasonable opportunity of being heard to the service provider. However, NHM
reserves the right to terminate the agreement, without assigning any reason thereof
after giving 90 days’ notice.
i) If the service provider do not remedy a failure in the performance of his obligations
within 15 days of receipt of notice or within such further period as the Government
have subsequently approved in writing;
ii) If the service provider becomes insolvent or bankrupt;
iii) If, as a result of force majeure, the service provider is unable to perform a material
portion of the services for a period of more than 60 days; or
iv) If, in the judgment of the Government, the service provider is engaged in corrupt or
fraudulent practices in competing for or in implementation of the project;
v) If the service provider fails to operationalize ambulances and MMUs as per agreed
schedule of implementation.
c) In the event of premature termination of the agreement by NHM on the instances other
than non-fulfilment or non-performance of the contractual obligation by the service
provider, the balance remaining un-paid amount on account of capital expenditure as on
the day of termination shall be released within six months from the date of such
termination.
d) In case of termination, Service Provider will continue operations on existing terms and
conditions till a max period of six months from the date of termination OR date of
handing over of complete operations including assets owned by NHM to a new vendor
OR taking over of complete operations by NHM itself whichever is earlier. All assistance
should be provided by the existing service provider in handing over of all assets, licenses,
rights to use the software etc. to new vendor without any extra cost to the Government
as per directions of NHM.
10. Forfeiture of Security Deposit
The security deposit is for due performance of the agreement. The Government in the
following circumstances can forfeit it:-
(i) When any terms or conditions of the agreement are violated/infringed.
(ii) When the service provider fails in providing the services satisfactorily.
11. Modifications
Modifications in terms of reference including scope of the services can only be made by
written consent of both the parties. However, basic conditions (such as contracted rates and
REQUEST FOR PROPOSAL
RFP No. Page 53
those conditions which materially affect the contract), of the agreement shall not be
modified.
12. Saving Clauses
In the absence of any specific provision in the agreement on any issue, the RFP and SOPs
developed in accordance with RFP as part of this agreement shall be applicable.
13. Settlement of Dispute
If any dispute with regard to the interpretation, difference or objection whatsoever arises in
connection with or arises out of the agreement, or the meaning of any part thereof, or on
the rights, duties or liabilities of any party, the same shall be referred to the MD, NHM for
decision and its decision shall be final and binding.
14. Commencement of Service
a) The service provider shall commence the service only after the issue of the Letter of
Commencement byNHM allowing the service provider to commence activities envisaged
under the RFP. Letter of Commencement shall be issued subject to following
confirmations, namely:-
i) Centralised Call Center and all other infrastructure are equipped and complete in all
respect as per the agreed terms and conditions under RFP;
ii) All statutory requirements essential and necessary under different statute to run the
service have been complied.
b) The service provider shall commence different services under the project as per agreed
timeline failing which NHM may, unless it consents to the extension of time thereof,
forfeit the Performance Security and appropriate the same.
15. Jurisdiction of Court
Legal proceedings, if any, shall be subject to jurisdiction only.
16. Applicability of the provision of RFP and SOP
In absence of any specific provisions in this agreement on any issue which is otherwise
covered under the RFP and the SOP then the provisions there under shall be applicable.
In witness whereof the parties hereto have set their hands on the...........day
of..................2018.
Signature of the Service Provider For and on behalf of NHM Haryana
Signature & Designation,
Date: Date:
Witness No.1. 1. Witness
REQUEST FOR PROPOSAL
RFP No. Page 54
Name: Name:
Address: Address:
Witness No.2. 2. Witness
Name: Name:
Address: Address:
REQUEST FOR PROPOSAL
RFP No. Page 55
ANNEXURE 6: FORMAT FOR COVERING LETTER
Format for Covering Letter
[On the Letter head of the Applicant]
Date:………………….
To
Managing Director
Haryana Medical Services Corporation Limited
Haryana
Re: State Level Monitoring & Control Center for 108- Ambulance services, MMUs Services
for Haryana.
Madam / Sir,
Being duly authorized to represent and act on behalf
of…………………………………………………. (Hereinafter referred to as “the Applicant”), and having
reviewed and fully understood all of the requirements and information provided, the
undersigned hereby apply for the qualification for establishment and operation of centralised
controlcenter for 108-NAS and MMUs for Haryana. We are enclosing our Application with
EMD amount of Rs._____________in the form of Bank Guarantee and two copies of Proposal
(Part A, Part B and Part C) with the details as per the requirements of the RFP. We confirm
that our proposal is valid for a period of six months from_________(Application Due Date).
Yours faithfully,
___________________________
(Signature of Authorised Signatory)
(NAME, TITLE AND ADDRESS)
REQUEST FOR PROPOSAL
RFP No. Page 56
ANNEXURE- 7: FORMAT FOR AFFIDAVIT
DECLARATION BY BIDDER
I / We ……………………………… agree that we shall keep our price valid for the entire duration of contract i.e.
till …. /…/…. I / We will abide by all the terms & conditions set forth in the tender documents No. ……. /
I / We do hereby declare I / we have not been de- recognized / black listed by any State Govt. / Union
Territory / Govt. of India / Govt. Organization / Govt. Health Institutions.
Signature of the Applicant:
Date:
Name & Address of the Firm
Affidavit before Executive Magistrate / Notary Public in Rs.50.00 stamp paper.
REQUEST FOR PROPOSAL
RFP No. Page 57
ANNEXURE- 8: Format for Power of Attorney for Signing of Proposal
(On stamp paper of appropriate value)
POWER OF ATTORNEY
Know all men by these presents, we _________________________________ (name and address of the
registered office) do hereby constitute, appoint and authorize Mr. / Ms.
____________________________________________________________ (name and residential address)
who is presently employed with us and holding the position of _____________________________ as our
or attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection
with or incidental to our Proposal for the project envisaging Selection of a Service Provider for
establishment of State Level Monitoring & Controlcenterfor 108-NAS and MMUs in Haryana (preferably
in PANCHKULA), including signing and submission of all documents and providing information/ responses
to THE MISSION DIRECTOR NATIONAL HEALTH MISSION, HARYANA, representing us in all matters
before THE MISSION DIRECTOR, NATIONAL HEALTH MISSION, HARYANA, and generally dealing with
THE MISSION DIRECTOR NATIONAL HEALTH MISSION, HARYANA in all matters in connection with our
Proposal for the said project.
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant
to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney
shall and shall always be deemed to have been done by us.
For
___________________________
__________________________ (Signature)
___________________________
(Name, Title and Address)
Accepted
___________________________
(Signature)
___________________________
(Name, Title and Address of the Attorney)
REQUEST FOR PROPOSAL
RFP No. Page 58
ANNEXURE- 9: ANTI COLLUSION CERTIFICATE
Anti-Collusion Certificate
We hereby certify and confirm that in the preparation and submission of our Proposal for
establishment of State Level Monitoring & Control center for 108-NAS and MMUs services
against the RFP issued by MD, NHM Haryana, . We have not acted in concert or in collusion
with any other Bidder or other person(s) and also not done any act, deed or thing, which is or
could be regarded as anti-competitive. We further confirm that we have not offered nor will
offer any illegal gratification in cash or kind to any person or organization in connection with
the instant proposal.
Dated this _______ Day of _______, 201__
For____________________
(Name)
Authorized Signatory
REQUEST FOR PROPOSAL
RFP No. Page 59
ANNEXURE-10: FORMAT OF BANK GUARANTEE FOR EMD
EMD (Bank Guarantee Format)
[The Bank shall fill in this Bank Guarantee Form in accordance with the instructions
indicated.]
To The Bid Inviting Authority
Whereas (insert the name of the bidder) (hereinafter called the “Bidder”) has submitted its
proposal dated (insert date) for Establishment, Operation and Management ofState Level
Monitoring & Controlcenter forNAS-108, Medical Mobile Units in Haryana(hereinafter called
the “Proposal”) against the RFP (Insert RFP reference number) issued by Mission Director,
NHM,Haryana (hereinafter called “Authority”).
Know all persons by these presents that we (insert name of the bank) of (insert address of the
bank) (Hereinafter called the “Bank”) having our registered office at (insert regd. office
address of bank) are bound unto <insert the name and address of the procuring authority>
(hereinafter called the “Authority”) in the sum of (insert guarantee amount) for which
payment will and truly to be made to the said Authority, the Bank binds itself, its successors
and assigns by these presents. Sealed with the Common Seal of the said Bank this
_____________________ day of _______ 201____.
The conditions of this obligation are:
(1) If the Bidder withdraws or amends, impairs or derogates from the tender in any respect
within the period of validity of this Bid.
(2) If the Bidder having been notified of the acceptance of his Bid by the Authority during the
period of its validity:-
a) fails or refuses to furnish the performance security for the due performance of the
contract. or
b) fails or refuses to accept/execute the contract. or
c) if it comes to notice that the information/documents furnished in its tender is
incorrect, false, misleading or forged
We undertake to pay the Authority the above amount upon receipt of its first written
demand, without the Authority having to substantiate its demand, provided that in its
demand the Authority will note that the amount claimed by it is due to it owing to the
occurrence of one or both the two conditions, specifying the occurred condition(s).
REQUEST FOR PROPOSAL
RFP No. Page 60
This guarantee will remain in force for a period of forty-five days after the period of tender
validity and any demand in respect thereof should reach the Bank not later than the above
date.
Our........................................................................ branch at..............................* (Name &
Address of the .............................* branch) is liable to pay the guaranteed amount depending
on the filing of claim and any part thereof under this Bank Guarantee only and only if you
serve upon us at our .............................* branch a written claim or demand and received by
us at our .............................* branch on or before Dt....................otherwise bank shall be
discharged of all liabilities under this guarantee thereafter.
* the Branch of the bank should be at .
Signature of the Authorised Officer of the Bank)
Name and Designation of the Officer Seal, name
& Address of the Bank and the Branch
REQUEST FOR PROPOSAL
RFP No. Page 61
ANNEXURE-11: FORMAT OF BANK GUARANTEE FOR PERFORMANCE SECURITY
Issuing Bank: [insert: Bank’s Name, and Address of Issuing Branch or Office] Beneficiary:[insert: Name and Address of Authority]
Date: ________________
PERFORMANCE GUARANTEE No.: _________________ We have been informed that [insert: name of the Awardee] (hereinafter called "the Agency") has entered into Contract No. [insert: reference number of the contract] dated ____________ with you, for Establishment, Operation and Management of State Level Monitoring and control center for NAS-108, Medical Mobile Units in Haryana (hereinafter called "the Contract"). Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required.
At the request of the Agency, we [insert: name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [insert: amount in figures] (Rs___) [insert: amount in words] upon receipt by us of your first demand in writing accompanied by a written statement stating that the Agency is in breach of its obligation(s) under the Contract, without your needing to prove or to show grounds for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Agency before presenting us with the demand.
This guarantee shall be valid until the .....day of ........., 201...
We further agree that no change or addition to or other modification of the terms of the contract to be performed thereunder or of any of the contract documents which may be made between you and the Agency shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification.
Our.................................................................. branch at ...................(Name & Address of the ............................. branch) is liable to pay the guaranteed amount depending on the filing of claim and any part thereof under this Bank Guarantee only and only if you serve upon us at our .............................branch a written claim or demand and received by us at our .............................branch on or before Dt....................otherwise bank shall be discharged of all liabilities under this guarantee thereafter.
__________________ [signature(s)]
Signature of the Authorised Officer of the Bank)
Name and Designation of the Officer
Seal, name & Address of the Bank and the Branch