54
1 Ref. No: 001/ IT/NHMCG/TAB HIRE /2016, Dt. 17/05/2016 NATIONAL HEALTH MISSION- CHHATTISGARH. 4 th Floor Housing Board Building Sector 27 Naya Raipur, Phone: 0771-2511295 Website: cghealth.nic.in REQUEST FOR PROPOSAL FOR HIRING OF TABLET AND BIOMETRIC DEVICES FOR ANM & HEALTH PROFESSIONALS TO ROLLOUT ANDROID BASED HEALTH APPLICATIONS ON MONTHLY RENTAL BASIS FOR THE YEAR 2016-2017 LAST DATE FOR SUBMISSION OF TENDER: 17 TH JUNE 2016 (TILL 12 NOON)

NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

1

Ref. No: 001/ IT/NHMCG/TAB HIRE /2016, Dt. 17/05/2016

NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor Housing Board Building

Sector 27 Naya Raipur, Phone: 0771-2511295

Website: cghealth.nic.in

REQUEST FOR PROPOSAL FOR HIRING OF TABLET AND BIOMETRIC DEVICES FOR

ANM & HEALTH PROFESSIONALS TO ROLLOUT ANDROID BASED HEALTH

APPLICATIONS ON MONTHLY RENTAL BASIS

FOR THE YEAR 2016-2017

LAST DATE FOR SUBMISSION OF TENDER: 17TH JUNE 2016 (TILL 12 NOON)

Page 2: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

2

RFP NOTICE

RFP FOR HIRING OF TABLET AND BIOMETRIC DEVICES FOR ANM & HEALTH

PROFESSIONALS TO ROLLOUT ANDROID BASED HEALTH APPLICATIONS ON

MONTHLY RENTAL BASIS

Sealed REQUEST FOR PROPOSALS are invited by the Mission Director, National Health

Mission, Chhattisgarh, for HIRING OF TABLET AND BIOMETRIC DEVICES FOR ANM &

HEALTH PROFESSIONAL TO ROLLOUT ANDROID BASED HEALTH APPLICATIONS ON

MONTHLY RENTAL BASIS. The tender document can be downloaded from website cghealth.nic.in

The last date/time of online submission of the tender documents is dt 17th June 2016 time 12 noon.

Pre Bid Meeting will be held on 25th May 2016, Time-11:30 am, at National Health Mission, Chhattisgarh,

4th Floor, Housing Board Building, Sector- 27 Naya Raipur

Mission Director

National Health Mission Chhattisgarh

Page 3: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

3

INDEX

Sr. No Title Page No.

1 BID DATA SHEET & DISCLAIMER 4-6

2 INSTRUCTION TO BIDDERS 7-16

3 EVALUATION PROCESS 17-18

4 FRAUD & CORRUPTION 19

5 PREBID CONFERENCE 20

6 MISCELLANEOS 20

7 CONDITIONS OF CONTRACT 21- 23

8 SCOPE OF WORK 24-25

9 SERVICE LEVEL AGREEMENTS 26

10 SPECIFICATIONS 27-28

11 FORMATS 29-54

Page 4: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

4

1. BID DATA SHEET

The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

27 Naya Raipur, (hereinafter referred as Authority/Purchaser unless the context otherwise requires)

invites proposals for HIRING OF TABLET AND BIOMETRIC DEVICES FOR ANM & HEALTH

PROFESSIONALS TO ROLLOUT ANDROID BASED HEALTH APPLICATIONS ON

MONTHLY RENTAL BASIS.

1. PROPOSAL Type : Manual, Sealed Tender, 2 envelop System,

2. Equipment Required : Tablet PC & Biometric Devices on monthly rental

3. Mode of engagement : Monthly Hiring

4. EMD : Rs 7 lacs in the form of DD in favour of Mission Director, National Health

Mission Chhattisgarh, payable at Raipur

5. Tender Processing Fees: Rs.2000/- in form of DD in favour of Mission Director, National Health

Mission Chhattisgarh payable at Raipur

6. Important Dates : Tender Release: 17th May 2016

Pre-bid meeting: 25th May 2016 at 11.30 am

Last date for Bid Submission: 17th June 2016 till 12 noon

Bid Opening: 17th June 2016 at 3 pm

7. Address for communication : National Health Mission Chhattisgarh

4TH Floor Housing Board Building

Sector- 27

Naya Raipur, 492015

E – Mail: [email protected]

Web site: www.cghealth.nic.in

Note:

The bidders shall be solely responsible for checking these websites for any addendum/amendment issued

subsequently to the bid document and take into consideration the same while preparing and submitting the bids.

Page 5: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

5

DISCLAIMER

The information contained in this Request for Proposal document (the “RFP”) or subsequently provided to

the Bidder(s), in documentary or any other form by or on behalf of the Authority or any of its employees or

advisors, is provided to Bidder(s) on the terms and conditions set out in this RFP and such other terms and

conditions subject to which such information is provided to the Bidder.

Whilst the information in this RFP has been prepared in good faith and contains general information in

respect of the Project, the RFP is not and does not purport to contain all the information which the Bidder

may require.

Neither the Authority, nor any of its officers or employees, nor any of their advisers nor consultants accept

any liability or responsibility for the accuracy, reasonableness or completeness of, or for any errors,

omissions or misstatements, negligent or otherwise, relating to the proposed Project, or makes any

representation or warranty, express or implied, with respect to the information contained in this RFP or on

which this RFP is based or with respect to any written or oral information made or to be made available to

any of the recipients or their professional advisers and liability therefore is hereby expressly disclaimed.

This RFP document is not an agreement and is not an offer or invitation by the Mission Director National

Health Mission, Chhattisgarh (hereinafter referred to as “Authority”) or its representatives to the

prospective Bidders or any other person. The purpose of this RFP document is to provide interested parties

with information to assist the formulation of their Proposal. The information contained in this RFP is

selective and is subject to updating, expansion, revision, and amendment. Each recipient must conduct its

own analysis of the information contained in this RFP or to correct any inaccuracies therein that may be in

this RFP and is advised to carry out its own investigation into the proposed Project, the legislative and

regulatory regime which applies thereto and by and all matters pertinent to the proposed Project and to seek

its own professional advice on the legal, financial, regulatory and taxation consequences of entering into

any agreement or arrangement relating to the proposed Project.

This RFP includes certain statements, estimates and targets with respect to the Project. Such statements,

estimates and targets reflect various assumptions made by the management, officers, and employees of the

Authority, which assumptions (and the base information on which they are made) may or may not prove to

be correct. No representation or warranty is given as to the reasonableness of forecasts or the assumptions

on which they may be based and nothing in this RFP is, or should be relied on as, a promise,

representation, or warranty.

RFP document and the information contained therein is meant only for those applying for this Project, it

may not be copied or distributed by the recipient to third parties, or used as information source by the

Bidder or any other in any context, other than applying for this proposal.

The Authority, its employees and advisors make no representation or warranty and shall have no liability to

any person, including any Bidder under any law, statute, rules or regulations or tort, principles of restitution

or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be

incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy,

adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or

information contained therein or deemed to form part of this RFP or arising in any way for participation in

this Bidding process.

The Authority also accepts no liability of any nature whether resulting from negligence or otherwise

howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP.

Page 6: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

6

The Authority may in its absolute discretion, but without being under any obligation to do so, update,

amend or supplement the information, assessment or assumptions contained in this RFP.

The issue of this RFP does not imply that the Authority is bound to select a Bidder or to appoint the

Selected Bidder for the Project and the Authority reserves the right to reject all or any of the Bidders or

Bids at any point of time without assigning any reason whatsoever.

The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Bid

including but not limited to preparation, copying, postage, delivery fees, expenses associated with any

demonstrations or presentations which may be required by the Authority or any other costs incurred in

connection with or relating to its Bid. All such costs and expenses will remain with the Bidder and the

Authority shall not be liable in any manner whatsoever for the same or for any other costs or other

expenses incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct or

outcome of the Bidding process.

Any information/documents including information/documents pertaining to this RFP or subsequently

provided to Bidder and/or Selected Bidder AND information/ documents relating to the Bidding process;

the disclosure of which is prejudicial and/or detrimental to, or endangers, the implementation of the Project

IS NOT SUBJECT TO DISCLOSURE AS PUBLIC INFORMATION/ DOCUMENTS.

Page 7: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

7

INSTRUCTION TO BIDDERS

Page 8: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

8

2.1 BRIEF DESCRIPTION OF WORK:

a. Various Public Healthcare services are delivered to general public in Chhattisgarh state through

Public Healthcare facilities viz District Hospital (DH), Civil Hsopital (CH), Community Health

Centres, Primary Health Centres and Sub Health Centres. Auxillary Midwifery Nurses (ANMs) are

recruited at various levels and they play an important role in Healthcare delivery systems in the

state.

b. Government of Chhattisgarh intends to launch various android based health applications that allows

ANMs to enter and updated data for beneficiaries of their jurisdiction. This will ensure more

prompt entry and updation of data as well as improve the data quality since the data will be entered

‘at source’ by providers of health services themselves. This/These application/s is/are Aadhaar-

enabled, it will help in authentication of the records of field workers and beneficiaries. Further, to

ensure participation of State, District and Block level officers, tablets will be given to concerned

health professionals to enable continuous monitoring at all levels.

c. For implementation of this application, National Health Mission Chhattisgarh has decided to hire

the services of services provider for hiring of Tablet PC and biometric devices for loading

android based applications for ANMs and health professionals for the period of three years

and as per the specifications, terms and conditions stated in this RFP. Approx. no. of devices to be

hired is 7000 (exact numbers will be specified at the time of issuing LOI).

d. The agreement is extendable for further duration of two years as per the requirement of NHM

2.2 ELIGIBILITY CRITERIA

a. The bidder should be registered for providing rental services of Tablet PC/ IT products/ electronic

products

b. Average annual turnover of bidder should be at-least 100 lacs in last 3 year.

c. Bidder should have experience of at least 3 years in the field of providing rental services of Tablet

PC/ IT products/ electronic products.

d. The bidder shall be registered with Service Tax Department and shall provide a self-attested copy of

Service Tax registration and PAN no. of the firm.

e. The bidder should have provided and maintained at least 5000 nos. of Tablet/ Biometric devices/

electronic goods on rent to Govt./Semi Government/ Corporates in India. Documentary proof of the

same in the form of Work order shall be provided along with Technical Proposal.

f. The bidder should not have been barred or blacklisted by the Government of India, Government of

Chhattisgarh or any State Government in India for breach of Contractual Conditions as on bid

submission date. Also, the bidder in case of should not have been convicted/charge-sheeted for any

criminal offence. The bidder shall submit an affidavit as per format 3.

g. The bidder should have executed at least one project costing not less than

i. 80% of the estimated cost

ii. two projects costing not less than 50% of the estimated cost or

iii. three projects costing not less than 40% of the estimated cost

2.3 Number of Bids & Costs thereof

Page 9: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

9

a. No bidder shall submit more than one bid for the Project.

b. The Bidder shall be responsible for all of the costs associated with the preparation of their Bids

and their participation in the Bid process. The Authority shall not be responsible or in any way

liable for such costs, regardless of the conduct or outcome of the bidding process.

2.4 Site visit and verification of information

a. The Bidders are encouraged to submit their respective bids after visiting the State of Chhattisgarh

(hereinafter referred to as “State”) and ascertaining for themselves of the health profile, health

facilities and drug warehouses in the State, applicable laws and regulations, and any other matter

considered relevant by them.

b. The Bidder is expected to examine carefully the contents of all the documents provided. Failure of

the proposal to comply with the requirements of RFP will be at the Bidders’ own risk and make the

bid non-responsive.

2.5 Acknowledgement by Bidder

It shall be deemed that by submitting the bid, the Bidder has:

a) made a complete and careful examination of the RFP;

b) received all relevant information requested from the Authority;

c) satisfied itself about all matters, things and information including matters referred to in

Clause 2.4.a hereinabove necessary and required for submitting an informed bid, execution

of the Project in accordance with the bidding documents and performance of all of its

obligations there under;

d) acknowledged and agreed that inadequacy, lack of completeness or incorrectness of

information provided in the RFP or ignorance of any of the matters referred to in Clause 2.4

hereinabove shall not be a basis for any claim for compensation, damages, extension of time

for performance of its obligations, loss of profits etc. from the Authority, or a ground for

termination of the Agreement by the successful Bidder;

e) acknowledged that it does not have a Conflict of Interest; and

f) Agreed to be bound by the undertakings provided by it under and in terms hereof.

The Authority shall not be liable for any omission, mistake or error in respect of any of the above or on

account of any matter or thing arising out of or concerning or relating to the RFP or the bidding

process, including any error or mistake therein or in any information or data given by the Authority.

2.6 Right to accept or reject any or all bids

a. Notwithstanding anything contained in this RFP, the Authority reserves the right to accept or

reject any Bid and to annul the Bidding process and reject all bids, at any time without any

liability or any obligation for such acceptance, rejection or annulment, and without assigning

any reasons thereof. In the event that the Authority rejects or annuls all the bids, it may, in its

discretion, invite all bidders to submit fresh Bids hereunder.

Page 10: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

10

b. The Authority reserves the right to reject any bid if:

i. at any time, a material misrepresentation is made or uncovered, or

ii. the Bidder does not provide, within the time specified by the Authority, the

supplemental information sought by the Authority for evaluation of the Bid.

c. In case it is found during the evaluation or at any time before signing of the Agreement or after

its execution and during the period of subsistence thereof, that one or more of the qualification

conditions have not been met by the Bidder, or the Bidder has made material misrepresentation

or has given any materially incorrect or false information, the Bidder shall be disqualified

forthwith if not yet appointed as the successful bidder either by issue of the LOI or entering into

of the Agreement, and if the Bidder has already been issued the LOI or has entered into the

Agreement, as the case may be, the same shall, notwithstanding anything to the contrary

contained therein or in this RFP, be liable to be terminated, by a communication in writing by

the Authority to the Bidder, without the Authority being liable in any manner whatsoever to the

Bidder and without prejudice to any other right or remedy which the Authority may have under

this RFP, the bidding documents, the Agreement or under applicable law.

d. The Authority reserves the right to verify all statements, information and documents submitted

by the Bidder in response to the RFP. Any such verification or lack of such verification by the

Authority shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect

any rights of the Authority there under.

2.7 Contents of the RFP

Data Sheet

Disclaimer

Instructions to Bidders

Evaluation Process

Fraud and Corrupt Practices

Pre-Bid Conference

Miscellaneous

Conditions of Contract

Detailed Scope of Work

Service Level Agreements.

Formats for Proposal

Draft Agreement along with Schedules

2.8 Preparation and Submission of Bids

The Proposal in response to the RFP should be in English and is to be submitted in two (2) parts:

PART 1: Qualification Bid

PART 2: Financial Bid

PART 1: Qualification Bid

Page 11: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

11

i. The Bidder is expected to provide details of its statutory registrations as per FORMAT 6 and furnish

documents to support its claim.

ii. Details of all information related to project experience relevant to eligibility criteria describing the

nature of work, name and address of client, date of award of assignment, size of the project should

be submitted as per FORMAT 7.

iii. The Bidder should submit details of financial capability against the eligibility criteria specified for

the last three (3) financial years (i.e. FY 2012-13 2013- 14 and 2014-2015) as per FORMAT 8. The

Qualification bid should be accompanied with the Audited Annual Reports including all financial

statements of the Bidder.

iv. The checklist for information and documents to be submitted (in prescribed formats) for the

Qualification Bid is provided in the table below:

S No Information To be Provided Format No.

1 Covering Letter for Proposal Submission Format No. 1

2 Power of Attorney for Signing Proposal Format No. 2

3 Affidavit Format No. 3

4 Anti-Collusion Certificate Format No. 4

5 Project Undertaking Format No. 5

6 Information Regarding Bidder Format No. 6

7 Details of Project experience Against Eligibility Criteria Format No. 7

8 Financial Capability of the Bidder Format No. 8

9 Certificate Regarding Technical Manpower Strength against eligibility criteria Format No. 9

10 Copy of Draft Agreement Format No. 10

11 Technical Proposals Form Format No. 11

12 EMD Bank Guarantee Format Format No. 12

13 Manufacturers Authorization Format Format No. 12

14 Performance Security Bank Guarantee Format Format No. 14

15 Pre Integrity Pact Format No. 15

16 Format for Tablet & biometric device DETAILS Format No. 16

17 Bank Mandate Form Format No. 17

18 List of Delivery Locations Format no. 18

PART II FINACIAL BID

The Bidder should quote rates for hiring of single tablet and biometric devices for undertaking the

aforesaid Project across the State in accordance with this Bidding Documents and the Agreement.

The Financial Bid should be submitted as per FORMAT 19.

2.9 Preparation and Submission of Proposals

a. All Proposals submitted must be duly signed in blue ink and stamped by the Authorized

representative of the Bidder.

b. The Bidder should submit a Power of Attorney as per FORMAT 2, authorizing the signatory of the

Proposal to execute the Proposal

c. The Proposal along with the copy of RFP signed and each page of the said documents shall be

initialled by a person or persons duly authorized to sign on behalf of the Bidder and holding the

Power of Attorney.

d. An Affidavit as per FORMAT 3 should be submitted along with the Proposal.

e. The Proposal shall be accompanied with an Anti-Collusion Certificate on the letter head of the

Bidder as per FORMAT 4.

f. The Proposal shall also be accompanied with a Project Undertaking on the letter head bidder as per

FORMAT 5.

g. The Proposal shall be accompanied by the Resolutions from the Bidder for submitting the Proposal

and, if successful, to participate and undertake the Project. The format for the Board Resolutions /

Undertaking that shall be submitted is given in FORMAT 6.

Page 12: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

12

h. The Proposal shall be submitted by the Bidder in the adequate, complete and correct form as per the

Formats prescribed in the RFP. The Proposal / bid submitted by the Bidder in the form other than

the prescribed Formats shall not be considered for evaluation by the Authority. In such an event, the

Authority shall not be responsible for any loss or damage whatsoever that may be incurred by the

concerned Bidder. However, the Authority may, in its sole discretion, require the Bidder to rectify

the discrepancies in the bid submitted by the Bidder pursuant to this RFP.

2.10 EMD

a. The Bidder is required to deposit, along with its bid, an EMD of Rs. 7 lacs (seven lacs), refundable

not later than 180 (two hundred seventy) days from the Proposal Due Date, except in the case of the

Selected Bidder whose EMD shall be retained till it has provided a Performance Security.

b. The EMD should be in the form of Demand Draft in favour of Mission Director, National Health

Mission Chhattisgarh payable at Raipur / Bank Guarantee as per format 12 issued any Nationalised

Bank with validity of 240 (two hundred forty) days.

c. The EMD shall be forfeited as damages without prejudice to any other right or remedy that may be

available to the Authority under the Bidding Documents and/ or under the Agreement, or otherwise,

under the following conditions:

i. If an Bidder engages in a corrupt practice, fraudulent practice, coercive practice,

undesirable practice or restrictive practice as specified in Section 4 of this RFP;

ii. If an Bidder withdraws its Bid during the period of Bid validity as specified in this RFP

and as extended by mutual consent of the respective Bidder(s) and the Authority;

iii. In the case of the Selected Bidder, if it fails within the specified time limit –

o to sign and return the duplicate copy of LOI;

o to sign the Agreement; or

o to furnish the Performance Security within the period of 15 (fifteen) days

from the date of issue of LOI; or

iv. As per the relevant provisions of this RFP and Agreement.

2.11 Sealing and Signing of Proposal

a. The Bidder shall submit one original and two copies of Qualification Bid in the format as provided

in clause 2.8 and seal it in an envelope and mark the envelope as “PART 1: Qualification Bid for

HIRING OF TABLET AND BIOMETRIC DEVICES FOR ANM & HEALTH

PROFESSIONALS TO ROLLOUT ANDROID BASED HEALTH APPLICATIONS ON

MONTHLY RENTAL BASIS. b. The envelope shall contain all the FORMATS provided in clause 2.8.iv along with supporting

documents.

c. The Bidder shall submit and mark one original copy of Financial Bid in the prescribed FORMAT

19 in a separate sealed envelope. The envelope containing Financial Bid shall clearly bear the

following identification.

d. “Part 2: Financial Bid for HIRING OF TABLET AND BIOMETRIC DEVICES FOR ANM &

HEALTH PROFESSIONALS TO ROLLOUT ANDROID BASED HEALTH

APPLICATIONS ON MONTHLY RENTAL BASIS.

e. The Bidder shall submit the EMD in a sealed envelope and mark the three envelopes specified in

Clauses 2.11.a, 2.11.b., 2.11.c and 2.11.d shall be placed in an outer envelope, which shall be sealed

and marked as “Proposal for HIRING OF TABLET AND BIOMETRIC DEVICES FOR ANM

& HEALTH PROFESSIONALS TO ROLLOUT ANDROID BASED HEALTH

APPLICATIONS ON MONTHLY RENTAL BASIS. f. The Bidder shall provide all the information sought under this RFP. The Authority will evaluate

only those Proposals that are received in the required formats and complete in all respects.

Incomplete and /or conditional Proposals shall be liable to rejection.

Page 13: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

13

g. The Proposals and its copy shall be typed or written in indelible ink and signed by the authorized

signatory of the Bidder who shall also initial each page, in blue ink.

h. In case of printed and published documents, only the cover shall be initialed. All the alterations,

omissions, additions or any other amendments made to the Proposal shall be initialed by the

person(s) signing the Proposals.

i. The pages of each part of the Proposal shall be clearly numbered, indexed and stamped with the

seal of the Bidder.

j. All documents should be submitted in a hard bound form (hard bound implies binding between two

covers through stitching or otherwise whereby it may not be possible to replace any paper without

disturbing the document) (loose form, etc. will be not accepted), either singularly or with several

documents bound together. The Proposal should not include any loose papers.

k. The Proposal shall be signed and each page of the Proposal shall be initialed by a person or persons

duly authorized to sign on behalf of the Bidder and holding the Power of Attorney.

l. Each of the envelopes shall indicate the complete name, address, telephone number (with country

and city code), e-mail, and facsimile number of the Bidder.

m. Each envelope shall be addressed to:

The Mission Director,

National Health Mission, Chhattisgarh

4th Floor, Housing Board Building, Sec 27

New Raipur – 492015

The Authority reserves the right to reject any Proposal which is not sealed and marked as instructed above

and will assume no responsibility for the misplacement or premature opening of the Proposal.

2.12 Proposal Due Date and Time

a. Proposal should be submitted positively by 12.00 noon Indian Standard Time (IST) on the

“Proposal Due Date”, as stated in the Data Sheet, at the address given in Clause 2.11.m in the

manner and form as detailed in this RFP. Proposals submitted in any other manner will not be

accepted.

b. The Authority may at its sole discretion, extend the Proposal Due Date by issuing an Addendum in

accordance with Clause 2.16 uniformly for all bidders.

c. All such addendum shall be released on Authority’s website as provided in the Data Sheet and the

Bidders are requested to check the site regularly for updates.

d. The Authority shall not undertake any responsibility, if any, Bidder fails to regularly check the

website for addendums.

2.13 Late Proposals

Proposals received by the Authority after the specified time on the Proposal Due Date shall not be

eligible for consideration and shall be returned unopened.

2.14 Modifications / Substitution / Withdrawal of Proposals

The Bidder shall submit the final proposal by the Proposal Due Date and Time. No Proposal shall

be modified, substituted or withdrawn by the applicant/bidder after the submission of the proposal.

2.15 Clarifications and Pre-Bid Conference

a. A prospective Bidder requiring any clarification on the RFP documents may submit their queries

and suggestions prior to the last date for receiving queries as specified in “Data Sheet”. The pre-bid

queries should be submitted in the format specified below to be considered for response and they

should be submitted in MS-Excel format. Pre-bid queries not submitted in the prescribed format

shall not be responded to.

Page 14: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

14

S No Page No. Part of RFP Clause No. Text as per RFP Clarifications sought

with justification if any

b. The Authority shall schedule a pre bid conference to discuss the issues related to the Project with all

the prospective Bidders. The prospective Bidders may raise any queries during the pre-bid

conference, in addition to those submitted earlier. The Authority on its discretion may also hold

further discussions with the prospective Bidders to finalize any other related issues for the Project,

before submission of the Proposals. This would be common for all the Bidders.

c. The Authority will respond to all the queries submitted by the prospective Bidders on or before the

date specified in the “Data Sheet”. Such a response will be sent in writing to all the prospective

Bidders who have purchased the RFP and will qualify as an “Addendum.” Such Addendum shall

also be hosted on Authority’s website.

d. Bidders may note that the Authority will not entertain any deviations to the RFP at the Bidders will

be unconditional and unqualified and the Bidders would be deemed to have accepted the terms and

conditions of the RFP with all its contents including the draft Agreement. Any conditional

Proposal shall be regarded as non-responsive and would be liable for rejection. e. All correspondence/ enquiries should be submitted to the following in writing by post/

email/courier to : The Mission Director,

National Health Mission, Chhattisgarh

4thy Floor, Housing Board Building

Naya Raipur – 492015

E – Mail: [email protected]

Web site: www.cghealth.nic.in

f. No interpretation, revision, or other communication from the Authority regarding this solicitation is

valid unless in writing and signed by Mission Director, National Health Mission, Chhattisgarh

2.16 Amendment of RFP

a. The Authority may modify the RFP by issuing an Addendum before the Proposal Due Date.

b. Any Addendum thus issued shall be part of the RFP and shall be communicated in writing to all the

purchasers of the RFP and will also be hosted on website cghealth.nic.in.

c. To give prospective Bidders reasonable time in which to take Addendum into account in preparing

their bids, the Authority may, at its sole discretion, extend the Proposal Due Date.

2.17 Proposal Validity period

Proposal shall remain valid for a period of 180 (one hundred and eighty) days from the Proposal

Due Date. The Authority reserves the right to reject any Proposal, which does not meet the

requirement.

2.18 Extension of Proposal Validity period

a. In exceptional circumstances, prior to expiry of the original Proposal Validity Period, the Authority

may request the Bidders to extend the period of validity for a specified additional period which

period shall not exceed 45 days from the Proposal Validity Date. The request and the Bidder’s

responses shall be made in writing. The Authority reserves the right to reject the Proposal submitted

by any Bidder who fails to extend the period of validity of its Proposal in line with the provisions of

this clause.

Page 15: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

15

b. The Proposal Validity period of the Selected Bidder shall be automatically extended till the date on

which the Agreement is signed.

2.19 Right to Accept or Reject Proposal

a. The Authority reserves the right to accept or reject any or all of the Proposals without assigning any

reason and to take any measure as the Authority may deem fit, including annulment of the bidding

process, at any time prior to execution of the Agreement, without liability or any obligation for such

acceptance, rejection or annulment.

b. The Authority reserves the right to reject any Proposal if:

i. At any time, a material misrepresentation is made or uncovered by/from an Bidder

ii. The Bidder does not respond promptly and thoroughly to requests for supplemental

information required for the evaluation of the Proposal. Notwithstanding the above, the

Authority may debar / blacklist any of the Bidder(s) for their misleading or false

representations in the forms, statements etc. for the period to be decided by the Authority.

c. The Authority will issue a Letter of Intent (LOI) to the Selected Bidder for the Project.

d. Information relating to the examination, clarification, evaluation, and recommendation for the

Bidders shall not be disclosed to any person not officially concerned with the process. The

Authority will treat all information submitted as part of the Proposal in confidence and would

require all those who have access to such material to treat the same in confidence. The Authority

may not divulge any such information unless it is directed to do so by any statutory entity that has

the power under law to require its disclosure or is to enforce or assert any right or privilege of the

statutory entity and/ or the Authority or as may be required by law or in connection with any legal

process.

2.20 Acceptance of Letter of Intent (LOI) and Execution of Agreement

a. The Authority shall issue a Letter of Intent (LOI) to the Selected Bidder.

b. Within 7 (seven) days from the date of issue of the LOI, the Selected Bidder shall accept the LOI

and return the same to the Authority. The Selected Bidder shall take necessary steps to ensure

execution of the Agreement between the selected bidder and the Authority within 30 (thirty) days of

acceptance of LOI. The Agreement shall initially be for the period of three years and renewable for

two more years subject to satisfactory performance of the selected bidder. After the end of

Agreement, all hardware supplied by the Agency shall be the property of the Agency.

c. Stamp duty, if any, payable on the Agreement will be borne by the selected bidder.

d. The selected bidder shall be required to execute the Agreement with Schedules. The Selected

Bidder shall also execute such further documents and deeds as may be required (the “Contract

Documents”). The Bidders by submitting the bid shall be taken to have accepted the terms and

conditions of the Agreement and Schedules to the Agreement and modifications and changes, as

may be communicated in writing by the Authority at least 3 business days before the Proposal Due

Date, without any reservation or condition.

e. In case, the Agreement does not get executed within 30 (thirty) days of acceptance of LOI, the

Authority reserves the right to annul the bidding process and may invite fresh bids for the Project.

In such a case the entire bid security submitted by the Selected Bidder shall be forfeited.

f. The Authority will notify the Bidders whose Proposals have been unsuccessful.

2.21 Performance Security

The selected bidder shall for due and faithful performance of its obligations during the Project duration

furnish Performance Security by way of an unconditional, unequivocal and irrevocable Bank Guarantee

issued by a Schedule Bank, in favor of ‘National Health Mission, Chhattisgarh” of value of Rs 35 lacs

(Fifteen lacs only). The selected bidder shall provide the Performance Security within the period expiring

on the 15th day from the date of issue of LOI before executing the Agreement.

Page 16: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

16

(a) Till such time the selected bidder provides to Authority the Performance Security, the Bid Security

shall remain in full force and effect. The Performance Security shall remain in force and effect up

till six (6) months after the expiry of the Agreement Period as defined in the Agreement. The EMD

of the Selected Bidder shall be returned within 15 days of submission of the Performance Security

by the selected bidder.

(b) Failure of the selected bidder to comply with the requirements of Clause 2.20 and 2.21 shall

constitute sufficient grounds for the nullification of the Agreement and forfeiture of the EMD.

2.26 Return of the Proposal and EMD

The EMD shall be returned, to unsuccessful Bidders within a period of 30 days from the date of

announcement of the Selected Bidder. In addition to the above, the Authority will promptly release all

EMDs in the event the Authority decides to terminate the bidding process/proceedings or abandon the

Project.

Page 17: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

17

3. EVALUATION PROCESS

3.1 Opening of Proposals

a. The Authority would open the Technical Proposal at 12:30 p.m. on the Proposal Due Date, at the office of

Mission Director, National Health Mission, and Chhattisgarh and in the presence of the Bidders who choose

to attend.

b. Financial Proposals will remain sealed and unopened in the possession of the Authority until the Technical

Proposal has been evaluated and checked for their responsiveness to the RFP.

c. The following information will be announced at the Proposal opening in the presence of Bidders’

representatives, and recorded:

i. Bidder’s names ii. Particulars of the Earnest Money Deposit

d. The Authority will subsequently examine and evaluate the Qualification Proposals in accordance with the

provisions set out in this Section 3.

e. The Authority will form a Proposal Evaluation Committee consisting of experts and representatives of the

Authority.

3.2 Evaluation of Qualification Bid

a. In Stage I of Proposal Evaluation, the “Qualification Bid” as stated in Clause 2.10.2 submitted by the

Bidders shall be checked for compliance with the requirements of the RFP and eligibility to bid. Prior to

evaluation of Financial Proposals, the Authority will determine whether each Proposal is responsive to the

requirements of the RFP. A Proposal shall be considered responsive if the Proposal satisfies the criteria

stated below:

i. The Proposal should be submitted with all the requirements of Qualification Bid as

stipulated in Clause 2.8 Part I

ii. The Proposal is received by the Proposal Due Date including any extension thereof pursuant

to Clause 2.15.2. iii. (The Proposal is signed, sealed and marked as stipulated in 2.11.

iv. The Proposal contains all the formats specified in this RFP as may be applicable.

v. The Proposal meets the eligibility criteria as set out in Clause 2.2

vi. The Proposal contains the appropriate EMD documents as specified in Clause 2.10.

vii. The Proposal contains relevant documents in formats as required in RFP.

viii. The proposals which satisfies all the terms and conditions including technical specifications

for Tablet Computer and Biometric devices, conditions of Contract set in the RFP shall be

declared substantially responsive for further evaluation.

b. The Authority reserves the right to reject any Proposal which is non- responsive and no request for alteration,

modification, substitution, or withdrawal shall be entertained by the Authority in respect of such Proposals.

c. Notwithstanding anything mentioned to the contrary in the RFP, the Authority reserves the right to reject

any/all bids and/or the selection process even after opening of Qualification Proposal.

Page 18: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

18

3.3 Evaluation of Financial Bid

a. The Authority will open sealed Envelope containing ‘Financial Bid’ of only those Bidders, who qualify as

per Clause 3.2. b. The Financial Bid should be furnished as per FORMAT 19 clearly indicating the bid amount in both figures

and words in Indian Rupees and signed by Bidder’s authorized signatory. In the event of any difference

between figures and words, the amount indicating in words shall be taken into account. c. The Financial Bids are invited for the Project on the basis of LOWEST TOTAL CONTRACT VALUE (the

“Bid Amount”) required by the Bidder for implementing the Project as specified in FORMAT 19. The Bid

Amount shall constitute the sole criteria for evaluation of Financial Bids. d. The Financial Bid of the Bidder should take into consideration all the expenses incurred or likely to be

incurred for the full scope of work as described in this RFP. e. The Financial Bid should be inclusive of all applicable taxes other than the Service Tax. Service Tax, if any,

shall be payable by the Authority as per the prevailing rate on the date of invoice. f. The Bidder who quotes the lowest Bid Amount shall be declared as the Selected Bidder (the “Selected

Bidder”).

g. After selection, a Letter of Intent (the “LOI”) shall be issued, in duplicate, by the Authority to the Selected

Bidder.

3.4 Clarifications for the Purpose of Evaluation

a. To facilitate evaluation of Proposals, the Authority may, at its sole discretion, seek clarifications in writing

from any Bidder regarding its Proposal. Notwithstanding anything contained in the RFP, the Authority

reserves the right not to take into consideration any such clarifications sought for evaluation of the Proposal.

b. At any point in time during the bidding process, if required by the Authority, it is the Bidders’ responsibility

to provide required evidence of their eligibility as per the terms of the RFP, to the satisfaction of the

Authority. The Authority or appointed advisers can verify the facts and figures quoted in the proposal. The

Authority reserves the right to conduct detailed due diligence of the information provided by the Bidders for

qualification and financial evaluation.

3.5 Contacts during Bid Evaluation

a. Bids shall be deemed to be under consideration immediately after they are opened and until such time the

Authority makes official intimation of award/ rejection to the Bidders. While the bids are under

consideration, the Bidders and/ or their representatives or other interested parties are advised to refrain, save

and except as required under the Bidding Documents, from contacting by any means, the Authority and/ or

their employees/ representatives on matters related to the Bids under consideration.

3.6 Tie Bidders

a. In the event that two or more Bidders quote the same Bid Amount which results in a tie between such

Bidders (“Tie Bidders”), the Authority shall distribute the Project equally among all bidders. The location of

operation shall be decided by draw of lots, which shall be conducted, with prior notice, in the presence of the

Tie Bidders who choose to attend.

Page 19: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

19

4. FRAUD AND CORRUPT PRACTICES

a. The Bidders and their respective officers, employees, agents and advisers shall observe the highest standard

of ethics during the bidding process and subsequent to the issue of the LOI and during the subsistence of the

Agreement. Notwithstanding anything to the contrary contained herein, or in the LOI or the Agreement, the

Authority may reject a bid, withdraw the LOI, or terminate the Agreement, as the case may be, without being

liable in any manner whatsoever to the Bidder, if it determines that the Bidder, as the case may be, has,

directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, collusive practice,

coercive practice, undesirable practice or restrictive practice in the bidding process. In such an event, the

Authority shall be entitled to forfeit and appropriate the Bid Security, as the case may be, as damages,

without prejudice to any other right or remedy that may be available to the Authority under the Bidding

Documents and/ or the Agreement, or otherwise. b. Without prejudice to the rights of the Authority under Clause 4.1 herein above and the rights and remedies

which the Authority may have under the LOI or the Agreement, or otherwise if a Bidder is found by the

Authority to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice,

fraudulent practice, coercive practice, collusive practice, undesirable practice or restrictive practice during

the Bidding process, or after the issue of the LOI or the execution of the Agreement, such Bidder shall not

be eligible to participate in any tender or RFP issued by the Authority during a period of 2 (two) years from

the date such Bidder is found by the Authority to have directly or indirectly or through an agent, engaged or

indulged in any corrupt practice, fraudulent practice, coercive practice, collusive practice, undesirable

practice or restrictive practices, as the case may be. c. For the purposes of this Clause 4, the following terms shall have the meaning hereinafter respectively

assigned to them: i. “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of

anything of value to influence the actions of any person connected with the bidding process (for

avoidance of doubt, offering of employment to or employing or engaging in any manner

whatsoever, directly or indirectly, any official of the Authority who is or has been associated in

any manner, directly or indirectly, with the bidding process or the LOI or has dealt with matters

concerning the Agreement or arising therefrom, before or after the execution thereof, at any time

prior to the expiry of one year from the date such official resigns or retires from or otherwise

ceases to be in the service of the Authority, shall be deemed to constitute influencing the actions

of a person connected with the bidding process); engaging in any manner whatsoever, whether

during the bidding process or after the issue of the LOI or after the execution of the Agreement,

as the case may be, any person in respect of any matter relating to the Project or the LOI or the

Agreement, who at any time has been or is a legal, financial or technical adviser of the Authority

in relation to any matter concerning the Project;

ii. “fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or

disclosure of incomplete facts, in order to influence the Bidding process;

iii. “coercive practices” means impairing or harming, or threatening to impair or harm, directly or

indirectly, any person or property to influence any person’s participation or action in the Bidding

process;

iv. “Collusive Practices” means a scheme or arrangement between two or more bidders, with or

without the knowledge of Authority, designed to influence the action of any party in the Bidding

process; v. “undesirable practice” means (i) establishing contact with any person connected with or

employed or engaged by the Authority with the objective of canvassing, lobbying or in any

manner influencing or attempting to influence the Bidding process; or (ii) having a Conflict of

Interest; and vi. “Restrictive practice” means forming a cartel or arriving at any understanding or arrangement

among Bidders with the objective of restricting or manipulating a full and fair competition in the

Bidding process.

Page 20: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

20

5. PRE-BID CONFERENCE

a. Pre-bid conferences of the interested Bidders shall be convened at the designated date, time and place. The

time, date and venue of the pre-bid conference shall be notified in national dailies and website as mentioned

in the Data Sheet. A maximum of three representatives of each Bidder shall be allowed to participate on

production of authority letter from the Bidder.

b. During the course of pre-bid conference(s), the interested Bidders will be free to seek clarifications and

make suggestions for consideration of the Authority. The Authority shall endeavor to provide clarifications

and such further information as it may, in its sole discretion, consider appropriate for facilitating a fair,

transparent and competitive Bidding process.

6. MISCELLANEOUS

a. The bidding process shall be governed by, and construed in accordance with, the laws of India and the

Courts at Raipur shall have exclusive jurisdiction over all disputes arising under, pursuant to and/ or in

connection with the Bidding process. b. The Authority, in its sole discretion and without incurring any obligation or liability, reserves the right, at

any time, to;

i. cancel the Bidding process and/ or amend and/ or supplement the bidding process or modify the

dates or other terms and conditions relating thereto;

ii. consult with any Bidder in order to receive clarification or further information; iii. retain any information and/ or evidence submitted to the Authority by, on behalf of, and/ or in

relation to any Bidder; and/ or iv. Independently verify, disqualify, reject and/ or accept any and all submissions or other information

and/ or evidence submitted by or on behalf of any Bidder. c. It shall be deemed that by submitting the Bid, the Bidder agrees and releases the Authority, its employees,

agents and advisers, irrevocably, unconditionally, fully and finally from any and all liability for claims,

losses, damages, costs, expenses or liabilities in any way related to or arising from the exercise of any rights

and/ or performance of any obligations hereunder, pursuant hereto and/ or in connection with the bidding

process and waives, to the fullest extent permitted by applicable laws, any and all rights and or claims it may

have in this respect, whether actual or contingent, whether present or in future.

Page 21: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

21

7. CONDITIONS OF CONTRACT:

1. The bidder shall have valid registration certificate to provide Tablet Computer and Biometric devices on

rental basis. The specifications of Tablet PC and Biometric Devices are as mentioned in Specifications

section of the RFP.

2. The agreement will be for initial period of 3 years and extendable for further duration of two years as per the

requirement of NHM

3. The Tablet PC and biometric devices shall be comprehensively insured for loss, damage, theft etc. The

successful bidder will have to provide copy of insurance certificates for all devices at the time of signing of

Agreement.

4. The Tablet PC and biometric Devices supplied by service provider shall be new and as per specifications

required by the Authority as mentioned in RFP with hard carry case with flip cover.

5. The biometric devices shall be compatible with the tablet PC quoted and the bidder shall provide all

necessary software and licenses regarding the same.

6. The selected Agency shall maintain a service center in Chhattisgarh state at strategic locations. The details of

service centers shall be provided at the time of signing of contract.

7. The Tablet provided shall have configuration to load android based applications as per the specification

mentioned in point no 10 of RFP (Page 27).

8. The service provider shall provide training to ANMs at block level for the operation of Tablet PC and

Biometric devices.

9. The Authority may require the bidder to provide a sim-card. In case the authority opts for hiring sim on

rental basis from the service provider, the bidder shall provide free 1GB data per sim. Bidder is required to

quote separate rates for providing Tablet with sim card in financial bid as per format 19.

10. Bills having Tin No. /CST No. /Service Tax No. of the preceding month should be submitted for the

payment by first week of next month. TDS will be deducted from the bill amount as per the rules. The

payment will be made on monthly basis by Cheque/NEFT/RTGS.

11. Payment Terms: The bidder shall have to first provide documents regarding handing over of Tablets and

training provided to ANMs as mentioned in Scope of Work. The monthly payment shall commence only

after handing-over the documents as mentioned in Scope of Work to the Authority.

The bidder will have to submit following documents every month for payment:

Documents required:

Bill from Telecom Operator for all devices

MIS report generated from the system every month on the status of the device and SIM (operational

or non-operational)

12. Selected bidder will bear all the expenses incurred in maintenance/replacement of the Tablet and Biometric

devices including battery, charger, carry case and other accessories. The Authority will not be responsible for

any Cost involved in such maintenance.

Page 22: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

22

13. The bidder shall maintain 95% uptime for all the devices provided by the bidder and at any time the devices

shall not have a breakdown time of more than 3 days, else penalty will be levied as mentioned in Service

Level Agreements of the RFP.

14. Selected bidder must not replace any chosen tablet without prior intimation to, and the written consent of the

Authority.

15. The Agency shall be responsible for any mis-happening /accident occurred from the usage of devices to any

third party resulting in injury/death/financial loss to the third party. The selected bidder shall maintain

necessary insurances for the same.

16. In case of breakdown of the Tablet/ Biometric devices, agency will be responsible for providing a backup

device, up to scheduled destination within 24 hours, by making alternate arrangements. The selected bidder

shall maintain necessary backup devices with preloaded software.

17. If agency fails to provide backup device then authority shall hire tablet from the open market and all

expenditure incurred on hiring of tablet shall be deducted from the monthly bill of the selected bidder.

18. The Agency shall provide and thereafter maintain all appropriate workmen’s compensation, Employee

State Insurance (ESI), Provident Fund (PF) and liability insurance to cover its employees and any claims for

death, bodily injury or damage to property arising from the execution of the contract;

19. Three months’ notice should be given from either side for termination of contract.

20. All statutory liabilities should be complied by the bidders. In the performance of this RFP the bidder

warrants to comply with all applicable laws, rules, and regulations of duly constituted governmental bodies.

21. Notwithstanding any degree of supervision exercised by Authority, the selected bidder shall be an

independent contractor in the performance of the services and shall not be deemed as an employee or agent

of Authority for any purpose whatsoever. The employees of the selected bidders are not the employees of

Authority and the selected bidder will be responsible for payment of wages, compensation and benefits to its

employees, and shall indemnify and hold Authority harmless for any claims from its employees. The bidder

shall obtain and possess with it all required permits and licenses necessary to perform the Services and that

the said Services will conform to all the applicable permits and licenses. It shall promptly notify Authority in

writing in the event any of its permits or license is ceased, revoked or has expired.

22. Notwithstanding anything stated anywhere in the contract document, the contract shall be obligated to

maintain original accounting records payments for a period of eight (8) years and such other records or

books as may be mandated by law for such periods as specified in the relevant statutes. Authority will have

the right to audit such records at its own cost. However if there is a discrepancy in the billing beyond 5%,

then the cost of audit shall be borne by the selected bidder.

23. Authority will not pay any fines/penalty imposed by the respective Government Authorities for breach of

law on the part of service provider. The selected bidder must make good during such an eventuality;

24. Rates should be filled in figure and in words in case of confusion / overwriting amount written in words will

be considered as final.

Page 23: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

23

25. The price for mobile data is likely to vary during the course of contract. In case of reduction/ hike in data

charges the same shall be communicated to the Authority and proportionate hike/reduction shall be passed

on to the selected bidder. The bidder is required to quote the data charges as applicable on the date of

submission of bid.

26. Settlement of Disputes

o Amicable Settlement: - The parties shall use their best efforts to settle amicably all disputes arising

out of, or in connection with this Contract.

o Arbitration: - If any dispute arises between the parties in connection with or arise out of, the Contract

which is not resolved amicably with in the period of 30 days, thereafter matter shall be referred to

the Arbitration within two weeks by either of the parties under the provision of Arbitration and

Conciliation Act, 1996.

27. FORCE MAJEURE: If the performance as specified in this order is prevented, restricted, delayed or

interfered by reason of Fire, explosion, cyclone, floods, War, revolution, blockage or embargo, any law,

order, proclamation, ordinance, demand or requirements of any Government or authority or representative of

any such Government including restrict trade practices or regulations, Strikes, shutdowns or labour disputes

which are not instigated for the purpose of avoiding obligations herein, or any other circumstances beyond

the control of the party affected, then notwithstanding anything here before contained, the party affected

shall be excused from its performance to the extent such performance relates to prevention, restriction, delay

or interference and provided the party so affected uses its best efforts to remove such cause of non-

performance and when removed the party shall continue performance with utmost dispatch.

28. JURISDICTION: The courts at Raipur alone shall have the jurisdiction in any matter arising out of

Correlating to this tender.

29. Review of the Assignment: The following committee shall review the progress of assignment on quarterly

Basis:

Mission Director, National Health Mission, Chhattisgarh.

Deputy Director, NHM

State Program Manager NRHM

State Program Manager, NUHM

State Finance Manager, NHM

Programme Manager Monitoring & Evaluation

Any other member as nominated by Managing Director

Page 24: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

24

8. SCOPE OF WORK

Brief Description

Government of Chhattisgarh provides healthcare services to the people in the state through various healthcare centres

and frontline workers. Auxiliary Nurse Midwives (ANMs) play a very important role in delivering these facilities to

the general public. A large number of services are provided by the ANMs under various programs launched by the

Government and a lot of time is spent by the ANM in providing reports pertaining to services delivered. Government

of Chhattisgarh intend to launch various tablet based applications in which the ANMs feed data related to service

provided and beneficiaries served at the point of Service delivery itself and the application is linked to AADHAR

scheme. Further, to ensure participation of State, District and Block level officers, tablets will be given to concerned

health professionals to enable continuous monitoring at all levels.

In order to load this application and to track beneficiaries, a Tablet and a biometric device as per specifications

mentioned in specifications section of the RFP, is required to be provided to approx. 7000 ANMs and health

professionals across Chhattisgarh state under National Health Mission, Chhattisgarh on monthly rental basis.

Detailed Scope of Work

The Service provider shall first supply the Tablets and Biometric devices that are in compliance to or better than the

minimum specifications provided in the Specifications section of the RFP to State Program Management Office

National Health Mission, Chhattisgarh, New Raipur office where the android based health application/s will be

loaded by the MIS cell of State Program Management Unit of National Health Mission Chhattisgarh. Once the

software is loaded, the Tablet will be tested along with the Biometric device.

After loading of the software, the service provider will be informed to deliver the devices to Block levels as per the

list attached at format 18. The Service provider is also required to deliver sim-cards along with each tablet as per

TRAI guidelines. The Authority shall provide all necessary assistance in compliance to the TRAI guidelines that may

be required on the part of Authority. The sim cards shall provide a 3G data of at-least 1 GB per month.

The Service provider shall be responsible for ensuring that all documentation is proper for the administration of the

warranty and any lapse or inadequacy in warranty documentation shall be at the cost and risk of the Service

Provider.

The Block Medical Officer shall be informed to call all ANMs at the facility on the date of delivery of devices and

SIM cards as decided by the Authority. The Service Provider shall maintain and provide a copy to the Authority

following data immediately after the distribution of devices and SIM.

a) Name & Designation

b) Unique ID provided by SPMU, NHM, Chhattisgarh.

c) Husband / Father’s Name

d) House Number

e) Village

f) Nearest Landmark

g) Block

Page 25: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

25

h) District i) PIN Code (nearest available)

j) SIM number

k) IMEI (International Mobile Equipment Identity) of the mobile device issued

l) Mobile Number issued

m) Any other recognized Government ID of the individual (PAN / Aadhaar / Voter ID / Driving License

number)

The Service Provider shall provide training on the use of Tablet PC and Biometric devices to each of the ANMs in

the block and obtain delivery and training certificate from each ANM.

MAINTENANCE OF TABLET DEVICES & BIOMETRIC DEVICES

a. The Service Provider shall have a MIS report generated from the system every month on the status of the

device and SIM (operational or non-operational), the pre-paid balance credited and used during the month. b. The Service Provider shall be responsible for administration of the warranty in case any issues get reported. c. The Service Provider shall be responsible for issue tracking and resolution using an Issue Tracking and

Incident Management System. As an input for solution design, following are the typical issues being

reported from the ongoing pilots (the below list is for illustrative purposes only and is not exhaustive).

GPRS connectivity Pre-paid credit low or no balance

Low or no network signal.

d. The Service Provider shall be responsible for coordination with the Tablet OEM, biometric devices OEM

and Telecom Operator for resolution of issues reported by ANM and Officers. e. The Service Provider should anticipate that risk events such as theft, accidental damages and similar

unforeseen events may occur in such a large scale field deployment of Tablet & Biometric devices. The

Service Provider shall take and maintain an adequate Insurance Cover to insure the devices against theft,

accidental damages and similar events covered under general insurance policies. The insurance should cover

all the mobile devices supplied under this contract. f. The Service Provider shall keep track of prepaid balances against the SIM cards issued and shall be

responsible for timely periodic (monthly) recharge of the accounts.

g. The Service Provider shall maintain adequate backup of additional devices of the minimal equal/higher

specification and from the same family in addition to Quantity of Devices to be supplied as mentioned in

format 18. In case of breakdown/ loss of device reported by ANM/health professional, these back up devices

shall be provided to ANMs/health professionals within 24 hours of call reporting. The Service provider shall

provide a Customer Care Number to each ANM/health professional to report issues related to non-

functioning of the devices. However after repairs original devices shall be returned back to ANMs/health

professionals. Such replacements shall also be communicated to Authority by email with 24 hours of

replacements.

h. Providing back up devices shall not relieve the supplier of the uptime time maintenance of 95% as defined in

clause 12 of Conditions of Contract.

i. Whenever new devices are provided to the ANM/health professional after insurance claim or otherwise, the

details shall be updated by the Service provider in his database and same shall also be communicated to the

Authority within 24 hours of replacement of such devices.

9. SERVICE LEVEL AGREEMENT

The service provider will be measured qualitatively and quantitatively through the usage of Service Level

Agreements (SLAs). In the event the Agency defaults on the SLAs, it shall be liable to pay penalties, damages and

Page 26: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

26

Authority shall have the right to terminate the Agreement as per provisions.

S No Operation Parameter Penalty

1 Delay in acceptance of LoI Forfeiture of EMD

2 Delay in signing of Contract & submission of Performance

Security

Forfeiture of EMD

3 Delay in providing backup device within 24 hours of

reporting by ANM/health professional

2% of the monthly rental charges for that

device per day beyond 24 hours plus cost

incurred by Authority for hiring tablet from

open market.

4 Delay in Maintenance of Device within three days from

reporting

2% of the monthly rental charges per day

beyond three days for that device

5 Failure to maintain 95% uptime of the devices for all

devices

1% of the Annual rental per percentage fall in

Annual uptime

6 Failure to maintain recharge monthly data on Tablet devices 2% of the monthly rental charges per day per

tablet beyond scheduled monthly recharge

date

7 Replacement of damaged or lost SIM card beyond 72 hours 2% of the monthly rental charges per day per

tablet beyond 72 hours.

8 Failure to provide desired services as per terms and

conditions of the Contract

Penalty as decided by the Review committee

including waiving of minor deviations, levy

penalty and termination of contract.

Page 27: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

27

10. Specifications of Tablet

Tab Minimum Specifications

S.No Category Specifications

1. Processor Quad core processor 1.3 GHz

2. Operating System Android OS, v4.4.4 (KitKat) or Later

3. Screen Size 7” inch and above

4. Resolution 1280 * 800 native Pixels resolution Minimum

5. Memory 1 GB DDR3 RAM or Above

6. Internal Memory Minimum 8 GB

7. External Memory Expandable up to 32 GB (microSD)

8. Voice calling Sim support GSM

9. Connectivity Wi-Fi – 802.11b/g/n, 3G/4G, GPRS/EDGE & Bluetooth v 4.00

10. GPS Yes

11. Camera Front – 1.2 MP or higher & Rear – 5 MP or higher Capable of

Reading 10 line Barcode and QR Code using autofocus camera.

12. Power Supply 100-240v, 50Hz AC Supply, Suitable charger shall be supplied,

built in Rechargeable Battery.

13. Battery 6000 mAh or Above

14. Headphone Connector 3.5 mm

15. Charging Connector Micro USB

16. Speakers Stereo Speakers

17. Front Glass Gorilla Glass – Scratch Resistant

18. Certification RoHS (Restriction of Hazardous Substance) CE or UL.

19. Peripherals One Power/USB Cable, one OTG cable, Earphone and Charger

20. External Support Device should support external Keyboard and OTG Cable.

21. IMEI Every unit should have unique IMEI number

1. Every tablet should be provided with quality hard carry case with flip cover

2. One Year Warranty

3. Service Delivery Model i.e. rented Tabs based on transaction

Page 28: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

28

Biometric Device specifications (STQC approved device)

Minimum Platen Area 12.8 mm (w) x 16.5 mm (h)

Resolution Minimum 500 DPI with 5% margin on the lower side

Grey scale/ Image type 8 bit, 256 levels

Extractor & Image Template Standard ISO 19794‐2 for fingerprint minutiae template and

ISO 19794‐4 for Fingerprint Image Template

Image quality and Extractor Quality

Image Quality:

Sensor: Must be listed on "IAFIS Certified Product List" posted on

https://www.fbibiospecs.org/IAFIS/Default.aspx under "PIV Single

Finger Capture Devices”

OR Lab Test conformance report showing compliance to ISO

19794‐4 Annexure A,

OR any other equivalent conformance report( to be approved for

equivalence by expert committee appointed by Competent authority)

Extractor Quality

Extractor: Number of Minutiae generated by extractor to be in

conformance to ISO Specification. Tested for at least 12 Minutiae

points generated under test conditions.

Performance Test

Test Report asserting under 2% FRR for sample size of 1500

Residents using test servers holding aadhaar (Detailed guidelines to

be published)

NFIQ Quality Software Inbuilt NFIQ quality software either at device level or extractor

level.

Maximum Acquisition time (Placement to

Template) < 2 secs

Audio/Visual indication

A/V indication either at device level or at application level for

indicating various events like:

(a)Indication for placing finger.

(b)Start of capturing. (c) End of capturing.

Liveness Detection Preferable

Parameters Specification

Latent detection Preferable

Platen Rugged, minimum IP 54 rating preferable

Prefer scratch resistant features

Preferred Operating Temperature 0 to 45 degree Centigrade

Preferred Storage Temperature 0 to 50 degree Centigrade

Preferred Humidity 10 to 90%

ESD >= 8Kv

Environment, health and safety ROHS certification

Safety UL or IEC60950 compliance

EMC compliance FCC class A or equivalent

Operating system environment Vendor needs to declare the compatible operating system

Connectivity Standard USB connectivity for PC based application.

Connectivity for POS devices.

The bidder shall provide STQC certificate and test reports from STQC.

Page 29: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

29

FORMAT I

Cover letter for Proposal Submission (On the Letter head of the Bidder)

Mr./Ms. ___

_____________________

_____________________

Phone:

Fax: ___________

Email: _______________

Date: ________________

Subject: PROPOSAL FOR HIRING OF TABLET AND BIOMETRIC DEVICES FOR ANM & HEALTH

PROFESSIONALS TO ROLLOUT ANDROID BASED HEALTH APPLICATIONS ON MONTHLY

RENTAL BASIS

Dear Sir/Madam,

With reference to your RFP document dated ------------- I/we, having examined the Bidding Documents and

understood their contents, hereby submit my/our Proposal for the aforesaid Project. The Proposal is unconditional

and unqualified.

1. I/ We acknowledge that the Authority will be relying on the information provided in the Proposal and

the documents accompanying the Proposal for selection of the Service Provider for the aforesaid

Project, and we certify that all information provided therein is true and correct; nothing has been

omitted which renders such information misleading; and all documents accompanying the Proposal

are true copies of their respective originals. This statement is made for the express purpose of our

selection as Service Provider for the operation of the aforesaid Project.

2. I/ We shall make available to the Authority any additional information it may find necessary or

require to supplement or authenticate the Proposal.

3. I/ We acknowledge the right of the Authority to reject our Proposal without assigning any reason or

otherwise and hereby waive, to the fullest extent permitted by applicable law, our right to challenge

the same on any account whatsoever.

4. I/We certify that in the last three years, we associates have not been barred by the Government of

Chhattisgarh any other State Government or Government of India from participating in any project,

and the bar does not subsists as on the Proposal Due Date,

5. I/ We understand that you may cancel the bidding process at any time and that you are neither

bound to accept any bid that you may receive nor to invite the Bidders to bid for the Project,

without incurring any liability to the Bidders, in accordance with the terms and conditions laid out

in the RFP document.

6. I/ We believe that we satisfy the financial criteria and meet the requirements as specified in the RFP

document.

7. I/ We certify that in regard to matters other than security and integrity of the country, have not been

convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority which

could cast a doubt on our ability to undertake the Project or which relates to a grave offence that

outrages the moral sense of the community.

8. I/ We further certify that in regard to matters relating to security and integrity of the country, have

not been charge-sheeted by any agency of the Government or convicted by a Court of Law.

9. I/ We further certify that no investigation by a regulatory authority is pending either against us or

against our CEO or any of our Directors/ Managers/ employees.

10. I/ We undertake that in case due to any change in facts or circumstances during the bidding process,

we are attracted by the provisions of disqualification in terms of the guidelines referred to above,

we shall intimate the Authority of the same immediately.

11. I/We hereby irrevocably waive any right or remedy which we may have at any stage at law or

howsoever otherwise arising to challenge or question any decision taken by the Authority in

Page 30: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

30

connection with the selection of the Bidder, or in connection with the bidding process itself, in

respect of the above mentioned Project and the terms and implementation thereof

12. In the event of us being declared as the Selected Bidder, We agree to enter into an Agreement in

accordance with the draft that has been provided to us prior to the Proposal Due Date. We agree not

to seek any changes in the aforesaid draft and agree to abide by the same.

13. I/We have studied all the bidding documents carefully. We understand that except to the extent as

expressly set forth in the Agreement, we shall have no claim, right or title arising out of any

documents or information provided to us by the Authority or in respect of any matter arising out of

or relating to the bidding process including the award of Project.

14. I/We offer an EMD of Rs 7 lacs (seven lacs) only to the Authority in accordance with the RFP

Document.

15. I/We agree and understand that the Bid is subject to the provisions of the Bidding Documents. In no

case, I/We shall have any claim or right of whatsoever nature if the Project is not awarded to me/us

or our Bid is not opened or rejected.

16. I/ We agree and undertake to abide by all the terms and conditions of the RFP document.

17. I/We shall keep this offer valid for 180 (one hundred and twenty) days from the Proposal Due Date

specified in the RFP. I/We shall keep this offer valid for a specified additional period, not

exceeding 90 days from the Proposal Validity Date, on the request of the Authority.

18. I/We undertake that no fees, gratuities, rebates, gifts, commissions, or other payments, except those

shown in the bid, have been given or received in connection with the procurement process or in

contract execution.

19. In witness thereof, I/we submit this Bid under and in accordance with the terms of the RFP

document.

Yours faithfully,

Date: (Signature of the Authorized signatory)

Place: (Name & Designation of the Authorized signatory)

Name & Seal of Bidder

Page 31: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

31

FORMAT 2

Power of Attorney for Signing of Proposal

(On Non – judicial stamp paper of Rs 100 duly attested by notary public)

POWER OF ATTORNEY

Know all men by these present, we (name and address of the registered office of the bidder) do hereby constitute,

appoint and authorize Mr. / Ms.____________ R/o _____(name and address of residence) who is presently employed

with us and holding the position of _________as our authorized representative, to do in our name and on our behalf,

all such acts, deeds and things necessary in connection with or incidental to the bid for “FOR HIRING OF

TABLET AND BIOMETRIC DEVICES FOR ANM & HEALTH PROFESSIONALS TO ROLLOUT

ANDROID BASED HEALTH APPLICATIONS ON MONTHLY RENTAL BASIS.” (the “Project”), including

signing and submission of all documents and providing information / responses to National Health Mission,

Chhattisgarh”, representing us in all matters in connection with our bid for the said Project. We hereby agree to ratify

all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts,

deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us. This

Power of Attorney shall be effective, binding, and operative till _____, if not revoked earlier or as long as the said

Attorney is in the service of the Company, whichever is earlier

(Name, Title and Address of the authorized representative)

For (Signature)

Accept ___________ (Signature)

Name Title & Address)

Notes

1. The mode of execution of Power of Attorney should be in accordance with the procedure, if any, laid

down by the applicable law and the charter documents of the executant(s) and when it is so required

the same should be under common seal affixed in accordance with the required procedure.

2. Also, wherever required, the executant(s) should submit for verification the extract of the charter documents

and documents such as a resolution / Power of attorney in favor of the Person executing this Power of Attorney

for the delegation of power hereunder on behalf of the executant(s).

Page 32: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

32

FORMAT 3

Affidavit

(To be furnished by the Bidder on Non – judicial stamp paper of Rs 100 duly attested by notary public)

1. I, the undersigned, do hereby certify that all the statements made in our proposal are true and correct. The

undersigned hereby certifies that neither our Company/Society/Trust M/s nor any of its

directors/President/Chairperson/Trustee have abandoned any work for the Government of Chhattisgarh or any

other State Government during last five years prior to the date of this Bid.

2. The undersigned also hereby certifies that neither our Company/Society/Trust M/s nor any of its directors/

President/Chairperson/Trustee have been debarred/blacklisted by Government of Chhattisgarh, or any other

State Government or Government of India for any work.

3. The undersigned further certifies that: a. Our Company/Society/Trust ………………. has not been punished for

any offence and b. The Director/President/Chairman/Trustee of our Company/Society/Trust………have/has

neither been convicted of any offence nor is/are any criminal case pending before any Competent Court.

4. The undersigned hereby authorize(s) and request(s) any bank, person, firm, Competent Authority or

corporation to furnish pertinent information deemed necessary and requested by National Health Mission,

Chhattisgarh to verify this statement or regarding my (our) competence and general reputation.

5. The undersigned understands and agrees that further qualifying information may be requested, and agrees to

furnish any such information at the request of the National Health Mission, Chhattisgarh.

Signed by an authorized Officer of the Company/Society/Trust

Title of Officer

Name of Company/Society/Trust

Date

Page 33: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

33

FORMAT 4

Anti-collusion certificate

(On the letter head of the bidder)

ANTI-COLLUSION CERTIFICATE

I/We hereby certify and confirm that in the preparation and submission of this Proposal, I/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 anticompetitive. I/We further confirm that we have not offered nor will offer any illegal

gratification in cash or kind to any person or agency in connection with the instant Proposal.

Date this ……………………..Day of ………………….201_.

Name of the Bidder.

Signature of the Authorized Representative

Name of the Authorized Representative

Page 34: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

34

FORMAT 5

Project Undertaking

(On the Letter head of the single entity/ Lead Member)

PROJECT UNDERTAKING

Date:

To:

Mission Director

National Health Mission, Chhattisgarh

4th Floor, Housing Board Building

New Raipur.

Subject: PROPOSAL FOR HIRING OF TABLET AND BIOMETRIC DEVICES FOR ANM & HEALTH

PROFESSIONALS TO ROLLOUT ANDROID BASED HEALTH APPLICATIONS ON MONTHLY

RENTAL BASIS”.

Dear Sir/Madam,

We have read and understood the Request for Proposal (RFP) in respect of the captioned Project provided to us by

NATIONAL HEALTH MISSION, CHHATTISGARH

We hereby agree and undertake as under:

Notwithstanding any qualifications of conditions, whether implied or otherwise, contained in our Proposal we hereby

represent and confirm that our Proposal is unconditional in all respects and we agree to the contents, terms and

conditions of the RFP and the Agreement, a draft of which also forms a part of the RFP provided to us.

Dated this…………………..Day of …………………..201_.

Name of the Bidder

Signature of the Authorized Representative

Name of the Authorized Representative

Page 35: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

35

FORMAT 6

DETAILS OF THE BIDDER & TENDER CONTACT PERSON

Details of the Bidder

Name & Full

Address

Telephone Nos.,

Landline

Mobile

Fax

E – Mail

Date of Inception, Registration

No.

Type of firm (

Individual/partnership/ HUD)

Details of owner/Partners

No. of vehicles registered in

name of the firm

PAN NO.

Signature of the Tenderer:

With seal

Page 36: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

36

FORMAT 7

Details of Eligible Experience

The Bidder should provide the experience details of services provided at each location / State / country / undertaken:

Summary of Eligibility Experience

S No Client Name Value of Project

(INR)

Brief Description Date of

Issuance of PO

Completion Date

Brief Description of the Experience

Assignment Name Value of the Contract

Country Duration (In months)

Location Approximate Value of services provided by the firm under contract (INR)

Name of the Client Total No. of Staff Months of the Assignment

Address of the Client Name, Contact Details, email of Nodal Person of the client

Start Date: Month/ Year Date of Issuance of Purchase Order

Completion Date (Month/ Year)

Narrative Description of the Project

Description of Actual Services Provided:

I, the undersigned, certify that to the best of my knowledge and belief, the above stated information is true and

correct. I understand that any willful misstatement described herein may lead to disqualification of our bid or

termination of the contract, if engaged.

Witness: __________ Bidder : _________

Signature: _________ Signature : __________

Name : ___________ Name : ___________

Address : _________ Designation : ____________

Date : __________ Company : ____________

Date : ____________

Page 37: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

37

FORMAT 8

FINANCIAL CAPABILITY OF THE BIDDER/ MEMBER

Name of Bidder

Balance-Sheet (in Rs. Lacs)

S No In Rupee at the end of concerned Financial Year FY FY FY

1 Gross Fixed Assets (A)

2 Accumulated Depreciation (B)

3 Net Fixed Asset C=(A-B)

4 Deferred Revenue Expenditure (D)

5 Current Assets (cash+ stock+ receivables) (E)

6 Current Liabilities (over draft+ payables) (F)

7 Deferred Liabilities (G)

8 NET ASSETS H = (C+D+E-F-G)

9 Paid up Equity (I)

10 Contributions (J)

11 Reserves (K)

12 Shareholders Fund L=(I+J+K)

Profit & Loss Statement (in Rs. Lacs)

S No In Rupee at the end of concerned Financial Year FY FY FY

1 Revenue / Income/ Gross Receipts (A)

Operating Cost (B) = (C+D+E)

Employees cost (C)

Admin and General Cost (D)

Other Costs (E)

Depreciation (F)

Interest (G)

Provisions (H)

Profit Before Tax I = (A-B-F-G-H)

Tax Paid (J)

Profit After Tax (I-J)

I, the undersigned, certify that to the best of my knowledge and belief, the above stated information is true and

correct. I understand that any willful misstatement described herein may lead to disqualification of our bid or

termination of the contract, if engaged.

Witness: __________ Bidder : _________

Signature: _________ Signature : __________

Name : ___________ Name : ___________

Address : _________ Designation : ____________

Date : __________ Company : ____________

Date : _____________

Page 38: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

38

Note

1. This information should be extracted from the Annual Financial Statement / Balance Sheet which should be

enclosed and this response sheet shall be certified by the Statutory Auditor of the Bidder

2. The Bidder shall attach audited copies of the balance sheets, financial statements and Annual Reports for 3

(three) years preceding the Proposal Due Date.

3. Financial Year 1 (FY1) will be the latest completed financial year, preceding the bidding. Year 2 shall be the

year immediately preceding Year 1 and so on.

4. The Bidder shall provide an Auditor’s Certificate specifying the Revenue / Income/ Gross Receipts of the

Bidder.

Page 39: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

39

FORMAT 9

Certificate regarding technical manpower strength

(To be submitted on the company’s letterhead)

This is to certify that _______________________________________________________ if awarded the contract we

shall provide manpower (Drivers, Managers, IT staff etc.) necessary to execute the Project “HIRING OF

TABLET AND BIOMETRIC DEVICES FOR ANM & HEALTH PROFESSIONALS TO

ROLLOUT ANDROID BASED HEALTH APPLICATIONS ON MONTHLY RENTAL BASIS” for

the period mentioned in the RFP. We shall abide by all Labour Laws in relation to the manpower provided by us.

The manpower provided shall be suitably qualified to perform the contract as per conditions stated in RFP.

I, the undersigned, certify that to the best of my knowledge and belief, the above stated information is true and

correct. I understand that any willful misstatement described herein may lead to disqualification of our bid or

termination of the contract, if engaged.

Witness: __________ Bidder : _________

Signature: _________ Signature : __________

Name : ___________ Name : ___________

Address : _________ Designation : ____________

Date : __________ Company : ____________

Date : _____________

Page 40: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

40

FORMAT 10

DRAFT AGREEMENT

AGREEMENT FOR “HIRING OF TABLET AND BIOMETRIC DEVICES FOR ANM & HEALTH

PROFESSIONALS TO ROLLOUT ANDROID BASED HEALTH APPLICATIONS ON

MONTHLY RENTAL BASIS”. This agreement is made on this _______________day of _________20________between

M/s_________(herein after called the Agency/Firm whose term includes its successors and assignees) whose

registered office is at_________and is acting through its authorized official___________, AND______/ Mission

Director, National Health Mission, Chhattisgarh., (herein after called the Authority whose term includes its

successors and assignees) Whose office is situated at 4th Floor, Housing Board Complex, Scetor 27 New Raipur,

Chhattisgarh . The Agency/Firm will provide (INSERT NOS)______Tablets & Biometric Devices on MONTHLY

HIRING basis as per terms and conditions herein contained, and rates as mentioned in Annexure- A.

Now these present witnesses and it is hereby agreed and declared by and between the parties to these present

as following.

1. The Agency/Firm shall during the period of this contract that is to say

from___________20__to______20__or until this contract is determined by such notice as herein after mentioned,

will provide (INSERT NOS) Tablets and Biometric devices, on the rates accepted as described in the schedule vide

Annexure- A to this agreement. It is agreed by the Agency/Firm that number of vehicles required is likely to change

and may be demanded according to the exigencies of service by the Authority.

2. The Agency/Firm shall comply with all the terms and conditions of RFP no.___________which are part and

parcel of this agreement and forms integral part of this agreement and also the following.

3. The Agency/Firm agrees with the Authority and with each authority competent to order that every contract

of hire order should be subject to the terms of this agreement for Tablet & Biometric devices hire and in the event of

a conflict between these terms and the terms in hire order, the terms of this Agreement for Tablet & Biometric

Devices hire shall prevail.

4. Agency/Firm will provide (INSERT NOS) Tablets and Biometric devices to Authority for the purpose stated

in the Agreement only. Taxes; insurance etc. due on such vehicles shall be the liability of the Agency/Firm.

5. The Agency/Firm should provide the particular make and model of Tablet & Biometric Devices as agreed

upon in the contract which shall not be changed under any circumstances.

6. Agency/Firm will submit bills to the Mission Director, National Health Mission, Chhattisgarh on monthly

basis for release of payment by the Authority. The monthly bills shall be accompanied by documents as mentioned in

Conditions of Contract clause no. 10

7. If the services provided by the Agency/Firm are not found satisfactory enough, the Authority shall have the

right to terminate the contract in whole or part as per details mentioned in Service Level Agreements.

The Authority may at any time terminate the Contract by giving written notice to the Supplier, without compensation

to the supplier, If the supplier becomes bankrupt or otherwise insolvent as declared by the competent court provided

that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue

thereafter to the Authority

8. The Agency/Firm acknowledges and accepts that service levels as contained in RFP are the performance

indicators for the purposes of this Agreement and is also the essence of this Agreement. In case of breach of the said

Page 41: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

41

performance indicators and service levels the Agency shall be liable to penalty as mentioned in Service Level

Agreement.

9. In case of any accident resulting in loss or damage to property of life, the sole responsibility for any legal or

financial implication would vest with the Agency/Firm. Authority shall have no liability whatsoever.

10. That Agency/Firm is liable for any legal dispute/cases/claims that have arisen or may arise during the

currency of the agreement in respect of Tablets and Biometric devices provided by Agency/Firm. Authority will not

be liable for any loss, damages, etc. suffered / to be suffered by Agency / Firm or third party as the case may be.

11. If for any reason the Authority is dissatisfied in any way with the standard of the Tablet and Biometric

devices or felt deficiency in service during the hire period, it will be reported to the Agency/Firm in writing. The

Agency without raising any dispute on such assessment by the Authority regarding the standard of the vehicle

provided or quality of service rendered by them may immediately replace it with another devices of minimal

equal/higher specification and from the same family on receipt of such complaint.

12. The Agency / Firm will ensure that they will not supply the devices to Authority which are either owned by

employees of Authority or their near relatives as defined in Sch-IV of Company Act 1959.

13. In the event of any question, dispute or difference arising under the agreement or in connection there with

(except as to matter the decision to which is specifically provided under this agreement), the same shall be referred to

sole arbitration of the Mission Director National Health Mission Chhattisgarh.

16. If the Agency/Firm institutes any legal proceedings against the Authority to enforce any of its rights under

this agreement it shall be in the legal jurisdiction of Raipur.

Signed______________________________ Signed____________________________

For and on behalf of the NHM Chhattisgarh For and on behalf of the Agency

Name (caps)______________________ Name (caps)______________________

Position__________________________ Position__________________________

Date_____________________________ Date_____________________________

In the presence of Witnesses In the presence of Witnesses

1. 1.

2. 2.

Page 42: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

42

FORMAT 11

TECHNICAL PROPOSAL PLAN

Kindly brief about your approach in response to the RFP with regards to following points

Bidders Understanding of the Project

Bidders approach

Proposed Methodology

Quality Assurance & Risk Management

Work Plan

Organization and Staffing of the team for Assignment

Team Composition and Task assigned

Page 43: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

43

FORMAT 12

Earnest Money Deposit (EMD) Form

Date: [ insert: date ]

RFP: [ insert: name and number of RFP

To:

Mission Director,

National Health Mission, Chhattisgarh

Raipur

WHEREAS [ insert: name of Bidder ] (hereinafter called “the Bidder”) has submitted its bid dated [ insert: date of

bid ] for the performance of the above-named Contract (hereinafter called “the Bid”)

KNOW ALL PERSONS by these present that WE [ insert: name of bank ] of [ insert: address of bank ]

(hereinafter called “the Bank”) are bound unto Mission Director, National Health Mission, Chhattisgarh (hereinafter

called “the Authority”) in the sum of: [ insert: amount ], for which payment well 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 [ insert: number ] day of [ insert: month ], [ insert: year ].

THE CONDITIONS of this obligation are the following:

1. If, after the bid submission deadline, the Bidder

(a) Withdraws its bid during the period of bid validity specified by the Bidder in the Bid Form, or

(b) Does not accept the Authority’s corrections of arithmetic errors in accordance with the Instructions to

Bidders; or

2. If the Bidder, having been notified of the acceptance of its bid by the Authority during the period of bid

validity

(a) Fails or refuses to sign the Contract Agreement when required; or

(b) Fails or refuses to issue the performance security in accordance with the Instructions to Bidders.

We undertake to pay to the Authority up to the above amount upon receipt of its first written demand, without

Authority having to substantiate its demand, provided that in its demand the Authority will note that the amount

claimed by it is due it, owing to the occurrence of any one of the two above-named CONDITIONS, and specifying

the occurred condition or conditions.

This guarantee will remain in full force up to and including [ insert: the date that is 30 days after the period of bid

validity ], and any demand in respect thereof must reach the Bank not later than the above date.

For and on behalf of the Bank

Signed:

Date:

in the capacity of: [ insert: title or other appropriate designation ]

Common Seal of the Bank

Page 44: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

44

FORMAT 13

Manufacturers Authorization Form

(This form has to be provided by the OEMs of the Tablet Computer & Biometric Devices proposed)

No. Date:

To,

Mission Director,

National Health Mission, Chhattisgarh

Raipur

Dear Sir:

Ref: Your RFP Ref: [*] dated [*]

We who are established and reputable manufacturers / producers of ________________________ having factories /

development facilities at (address of factory / facility) do hereby authorize M/s ___________________ (Name and

address of Agent) to submit a Bid, and sign the contract with you against the above Bid Invitation.

We hereby extend our full guarantee and warranty for the Solution, Products and services offered by the above firm

against this Bid Invitation.

We also undertake to provide any or all of the following materials, notifications, and information pertaining to the

Products manufactured or distributed by the Supplier:

a. Such Products as the Bank may opt to purchase from the Supplier, provided, that this option shall not relieve

the Supplier of any warranty obligations under the Contract; andb. in the event of termination of production

of such Products:

b. advance notification to the Bank of the pending termination, in sufficient time to permit the Bank to procure

needed requirements; and c. Following such termination, furnishing at no cost to the Bank, the blueprints, design documents, operations

manuals, standards, source codes and specifications of the Products, if requested.

We duly authorize the said firm to act on our behalf in fulfilling all installations, Technical support and maintenance

obligations required by the contract.

Yours faithfully,

(Name)

(Name of Producers)

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person

competent and having the power of attorney to bind the manufacturer. The Bidder in its Bid should include it.

Page 45: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

45

FORMAT 14

Performance Security Bank Guarantee

(Unconditional)

Date: [insert: date]

IFB: [insert: name or number of IFB]

To:

Mission Director,

National Health Mission, Chhattisgarh

Raipur

Dear Sir or Madam:

We refer to the Contract Agreement (“the Contract”) signed on [insert: date] between you and [insert:

name of Supplier] (“the Supplier”) concerning HIRING OF TABLET AND BIOMETRIC DEVICES FOR

ANM & HEALTH PROFESSIONALS TO ROLLOUT ANDROID BASED HEALTH

APPLICATIONS ON MONTHLY RENTAL BASIS. By this letter we, the undersigned, [insert: name of

bank], a bank (or company) organized under the laws of insert: country of bank] and having its registered/principal

office at [insert: address of bank ], (hereinafter, “the Bank”) do hereby jointly and severally with the Supplier

irrevocably guarantee payment owed to you by the Supplier, pursuant to the Contract, up to the sum of [ insert:

amount in numbers and words ]. This guarantee shall be reduced or expire as provided for by ITB Clause 2.21.

We undertake to make payment under this Letter of Guarantee upon receipt by us of your first written

demand signed by your duly authorized officer declaring the Supplier to be in default under the Contract and without

cavil or argument any sum or sums within the above-named limits, without your need to prove or show grounds or

reasons for your demand and without the right of the Supplier to dispute or question such demand. Our liability

under this Letter of Guarantee shall be to pay to you whichever is the lesser of the sum so requested or the amount

then guaranteed under this Letter in respect of any demand duly made under this Letter prior to expiry of this Letter

of Guarantee, without being entitled to inquire whether or not this payment is lawfully demanded.

This Letter of Guarantee shall be valid from the date of issue until the date of expiration of the guarantee, as

governed by the Contract. Except for the documents herein specified, no other documents or other action shall be

required, notwithstanding any applicable law or regulation. Our liability under this Letter of Guarantee shall become

null and void immediately upon its expiry, whether it is returned or not, and no claim may be made under this Letter

after such expiry or after the aggregate of the sums paid by us to you shall equal the sums guaranteed under this

Letter, whichever is the earlier. All notices to be given under this Letter shall be given by registered (airmail) post to

the addressee at the address herein set out or as otherwise advised by and between the parties hereto.

We hereby agree that any part of the Contract may be amended, renewed, extended, modified, compromised,

released, or discharged by mutual agreement between you and the Supplier, and this security may be exchanged or

surrendered without in any way impairing or affecting our liabilities hereunder without notice to us and without the

necessity for any additional endorsement, consent, or guarantee by us, provided, however, that the sum guaranteed

shall not be increased or decreased.

No action, event, or condition that by any applicable law should operate to discharge us from liability

hereunder shall have any effect, and we hereby waive any right we may have to apply such law, so that in all respects

our liability hereunder shall be irrevocable and, except as stated herein, unconditional in all respects.

For and on behalf of the Bank

Signed:

Date:

in the capacity of: [ insert: title or other appropriate designation ]

Common Seal of the Bank

Page 46: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

46

FORMAT 15

PRE-CONTRACT INTEGRITY PACT

1. GENERAL

1.1 This pre-bid contract Agreement (herein after called the integrity Pact) is made on ……………… day of

the month …../……20……, between, Mission Director, National Health Mission, Chhattisgarh acting

through Shri ……………………………………………………………………..(Designation of the

officer, Department) Government of Chhattisgarh (hereinafter called the “Authority”, which expression

shall mean and include, unless the context otherwise requires, his successors in the office and assigns)

and the First Party, proposes to procure (name of the Stores/Equipment/Work/Service) and

M/s……………………………………….represented by Shri

………………………………………………….…………… Chief Executive Officer (hereinafter called

the “BIDDER/Seller”, which expression shall mean and include, unless the context otherwise requires,

his successors an permuted assigns) and the Second Party, is willing to offer/ has offered.

1.2 WHEREAS the BIDDER is a private Company/Public Company/Government

Undertaking/partnership/Registered Export Agency, constituted in accordance with the relevant law in

the matter and the Authority is a Ministry/Department of the Government, performing its functions on

behalf of the Government of Chhattisgarh.

2. OBJECTIVES

NOW, THEREFORE, the Authority and the BIDDER agree to enter into this pre-contract agreement,

hereinafter referred to as Integrity Pact, to avoid all forms of corruption by following a system that is fair,

transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the Contract

to be entered into with a view to:-

2.1 Enabling the Authority to obtain the desired Stores/Equipment/Work/Service at a competitive price in

conformity with the defined specifications by avoiding the high cost and the distortionary impact of

corruption on public procurement, and

2.2 Enabling BIDDERs to abstain from bribing or indulging in any corrupt practices in order to secure the

contract by providing assurance to them that their competitors will also abstain from bribing any corrupt

practices and the Authority will commit to prevent corruption, in any form, by its official by following

transparent procedures.

3. COMMITMENTS OF THE AUTHORITY

The Authority commits itself to the following:-

Page 47: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

47

3.1 The Authority undertakes that no official of the Authority, connected directly or indirectly with the

contract, will demand, take promise for or accept, directly or through intermediaries, any bribe,

consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the

BIDDER, either for themselves or for any person, organization or third party related to the contract in

exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process

related to the contract.

3.2 The Authority will, during the pre-contract stage, treat BIDDERs alike, and will provide to all BIDDERs

the same information and will not provide any such information to any particular BIDDER which could

afford an advantage to that particular BIDDER in comparison to the other BIDDERs.

3.3 All the officials of the Authority will report the appropriate Government office any attempted or

completed breaches of the above commitments as well as any substantial suspicion of such a breach.

In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the

Authority with the full and verifiable facts and the same prima facie found to be correct by the

Authority, necessary disciplinary proceedings, or any other action as deemed fit, including criminal

proceedings may be initiated by the Authority and such a person shall be debarred from further dealings

related to the contract process. In such a case while an enquiry is being conducted by the Authority the

proceedings under the contract would not be stalled.

4. COMMITMENTS OF BIDDERS

The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means an

illegal activities during any stage of its bid or during any pre-contract or

Post-contract stage in order to secure the contract or in furtherance to secure it and in particular commit

itself to the following:-

4.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward,

favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or

inducement to any official of the Authority, connected directly or indirectly with the biding process, or

to any person, organization or third party related to the contract in exchange for any advantage in the

bidding, evaluation, contracting and implementation of the contract.

4.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly

any bribe, gift, consideration, reward, favor, any material or immaterial benefit or other advantage,

commission, fees, brokerage, or inducement to any official of the Authority or otherwise in procuring the

Contract of forbearing to do or having done any act in relation of the obtaining or execution of the

contract or any other contract with the Government for showing or forbearing to show favor or disfavor

to any person in relation to the contract or any other contract with the Government.

4.3 The BIDDER, either while presenting the bid or during pre-contract negotiations or before signing the

contract, shall disclose any payment he has made, is committed to or intends to make to officials of the

Authority or their family members, agents, brokers or any their intermediaries in connection with the

contract and the details of services agreed upon for such payments.

4.4 The BIDDER will not collude with other parties interested in the contract to impair the transparency,

fairness and progress of the bidding process, bid evaluation, contracting and implementation of the

contract.

Page 48: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

48

4.5 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and

illegal activities.

4.6 The BIDDER shall not use improperly, for purpose of competition or personal gain, or pass on to others,

any information provided by the Authority as part of the business relationship, regarding plans, technical

proposal and business details, including information contained in any electronic data carrier. The

BIDDER also undertakes to exercise due and adequate care lest any such information is divulged.

4.7 The BIDDER commits to refrain from giving any complaint directly or through any other manner

without supporting it with full and verifiable facts.

4.8 The BIDDER shall not instigate or cause to instigate any third person to commit any of the acts

mentioned above.

5. PREVIOUS TRANSGRESSION

5.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before

signing of this Integrity Pact with any other company in any country in respect of any corrupt practices

envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in

India that could justify BIDDER’s exclusion from the tender process.

5.2 If the BIDDER makes incorrect statement on this subject, BIDDER can be disqualified from the tender

process or the contract, if already awarded, can be terminated for such reason.

6. EARNEST MONEY (SECURITY DEPOSIT)

6.1 Every BIDDER while submitting commercial bid, shall deposit an amount as specified in RFP as

Earnest Money/Security Deposit, with the BUYER through any of the following instruments :

(i) Bank Draft or a Pay Order in favour of ……………………………………………………………

(ii) A confirmed guarantee by an Indian Nationalized Bank, promising payment of the guaranteed

sum to the …………………… (Authority) …………………… on demand within three working

days without any demur whatsoever and without seeking any reasons whatsoever. The demand

for payment by the Authorityshall be treated as conclusive proof of payment.

(iii) Any other mode or through any other instrument (to be specified in the RFP).

6.2 The Earnest Money/Security Deposit shall be valid upto a period of five years or the complete

conclusion of the contractual obligations to the complete satisfaction of both the BIDDER and Authority,

including warranty period, whichever is later.

6.3 In the case of successful BIDDER a clause would also be incorporated in the Article pertaining to

Performance Bond in the Purchase Contract that the provisions of Sanctions for violation shall be

applicable for forfeiture of Performance Bond in case of a decision by the Authority to forfeit the same

without assigning any reason for imposing sanction for violation of this Pact.

6.4 No interest shall be payable by the Authority to the BIDDER on Earnest Money/Security Deposit for the

period of its currency.

Page 49: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

49

7. SANCTIONS FOR VIOLATIONS

7.1 Any breech of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf

(whether with or without the knowledge of the BIDDER) shall entitle the Authority to take all or any one

of the following actions, wherever required:-

(i) To immediately call off the pre contract negotiations without assigning any reason or giving any

compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would

continue.

(ii) To forfeit fully or partially the Earnest Money Deposit (in pre-contract stage) and/or Security

Deposited/Performance Bond (after the contract is signed), as decided by the Authority and the

Authority shall not be required to assign any reason therefore.

(iii) To immediately cancel the contract, if already signed, without giving any compensation to the

BIDDER.

(iv) To recover all sums already paid by the Authority, and in case of the Indian BIDDER with

interest thereon as 2% higher than the prevailing Prime Lending Rate while in case of a

BIDDER from a country other than India with Interest thereon at 2% higher than the LIBOR. If

any outstanding payment is due to the BIDDER from the Authority in connection with any other

contract such outstanding payment could also be utilized to recover the aforesaid sum and

interest.

(v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the

BIDDER, in order to recover the payments, already made by the Authority, along with interest.

(vi) To cancel all or any other contracts with the BIDDER and the BIDDER shall be liable to pay

compensation for any loss or damage to the Authority resulting from such cancellation/recession

and the Authority shall be entitled to deduct the amount so payable from the money(s) due to the

BIDDER.

(vii) To debar the BIDDER from participating in future bidding processes of the Government of

Chhattisgarh for a minimum period of five years, which may be further extended at the

discretion of the Authority.

(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middlemen or agent or

broken with a view to securing the contract.

(ix) In cases where irrevocable Letters of Credit have been received in respect of any contract signed

by the Authority with the BIDDER, the same shall not be opened.

(x) If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER,

either directly or indirectly, is closely related to any of the officers of the Authority, or

alternatively, if any close relative of an officer of the BUYER has financial interest/stake in the

BIDDER’s firm, the same shall be disclosed by the BIDDER at the time of filling of tender. Any

failure to disclose the interest involved shall entitle the Authority to rescind the contract without

payment of any compensation to the BIDDER.

The term ‘close relative’ for this purpose would mean pause whether residing with the

Government servant or not, but not include a spouse separated from the Government servant by

a decree or order of a competent court; son or daughter or step son or step daughter and wholly

dependent upon Government servant, but does not include a child or step child who is no longer

in any way dependent upon the Government servant or of whose custody the Government

servant has been deprived of by or under any law; any other person related, whether by blood or

marriage, to the Government servant or to the Government servant’s wife or husband and wholly

dependent upon Government servant.

(xi) The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or

transactions, directly or indirectly, with any employee of the Authority, and if he does so, the

Page 50: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

50

Authority shall be entitled forthwith to rescind the contract and all other contracts with the

BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the

Authority resulting from such rescission and the Authority shall be entitled to deduct the amount

so payable from the money(s) due to the BIDDER.

7.2 The decision of the Authority to the effect that a breach of the provisions of this pact has been committed

by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the

Monitor(s) appointed for the purposes of this Pact.

8. FALL CLAUSE

The BIDDER undertakes that if has not supplied/is not supplying similar product/systems or subsystems

at a price lower than that offered in the present bid in respect of any other Department of the

Government of Chhattisgarh or PSU and if it is found at any stage that similar product/systems or sub

systems was supplied by the BIDDER to any other Department of the Government of Chhattisgarh or a

PSU at a lower price, then that very price, with due allowance for elapsed time, will be applicable to the

present case and the difference in the cost would be refunded by the BIDDER to the Authority, if the

contract has already been concluded.

9. INDIPENDENT MONITORS

9.1 The Authority will appoint Independent Monitors (Hereinafter referred to as Monitors) for this Pact.

9.2 The task of the Monitors shall be to review independently and objectively, whether and to what extent

the parties comply with the obligations under this Pact.

9.3 The Monitors shall not be subject to instructions by the representatives of the parties and perform their

functions neutrally and independently.

9.4 Both the parties accept that the Monitors have the right to access all the documents relating to the

project/procurement, including minutes of meetings. The Monitor shall be under contractual obligation

to treat the information and documents of the BIDDER/Subcontractor(s) with confidentiality.

9.5 As soon as the Monitor notices, or has reason to believe, a violation this Pact, he will so inform the

Authority designated by the Authority.

9.6 The Monitor will submit a written report to the designated Authority/Secretary in the Department/within

8 to 10 weeks from the date of reference or intimation to him by the Authority/BIDDER and, should the

occasion arise, submit proposals for correcting problematic situations.

10. FACILITATION OF INVESTIGATION

In case of any allegation of violation of any provisions of this Pact or payment of commission, the

Authority or its agencies shall be entitled to examine all the documents including the Books of Accounts

of the BIDDER and the BIDDER shall provide necessary information of the relevant documents and

shall extend all possible help for the purpose of such examination.

11. LAW AND PLACE OF JURISDICTION

The Pact is subject to Indian Law, the place of performance and jurisdiction shall be the seat of the

BUYER.

Page 51: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

51

12. OTHER LEGAL ACTIONS

The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may

follow in accordance with the provisions of the any other law in force relating to any civil or criminal

proceedings.

13. VALIDITY

13.1 The validity of this Integrity Pact shall be from the date of its signing and extend up to 5 years or the

complete execution of the contract to the satisfaction of both the Authority and the BIDDER/Seller

whichever is later. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months

from the date of the signing of the contract.

13.2 If one or several provisions of this Pact turn out to be invalid; the remainder of this Pact shall remain

valid. In such case, the parties will strive to come to an agreement to their original intentions.

14. The parties hereby sign this Integrity Pact

at……………………………………………..on…………………………

AUTHORITY BIDDER

Name of the Officer CHIEF EXECUTIVE OFFICER

Designation

NHM Chhattisgarh

Witness Witness

1) ………………………………………………. 1)

……………………………………………………….

……………………………………………………….

……………………………………………………………

2) ………………………………………………. 2)

……………………………………………………….

……………………………………………………….

……………………………………………………………

Page 52: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

52

FORMAT 16

Particulars of Tablets offered to NHM, Chhattisgarh

Tablet

Make ………

Model……….

Biometric Devices

Make ………

Model……….

Seal & Sign of the bidder

Page 53: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

53

FORMAT 17

Bank Mandate format:-

(In lieu of the bank certificate to be obtained, please attach the original cancelled cheque issued by your

bank for verification of the above particulars).

I /We hereby declare that the particulars given above are correct and complete. If the transaction is delayed

or not effected at all for reasons of incomplete or incorrect information, I would not hold M/s. National

Health Mission, Chhattisgarh responsible. I have read the conditions of the tender/agreement entered and

agree to discharge the responsibility expected of me / from the company as a tenderer /successful tenderer.

Date: Company Seal Signature

Place: (Name of the person signing & designation)

CERTIFIED THAT THE PARTICULARS FURNISHED ABOVE BY THE COMPANY ARE CORRECT

AS PER OUR RECORDS.

Bank Seal with address. Signature of the authorized official of the bank.

01 Name of the Bank.

Branch Name& address.

Branch Code No.

Branch Manager Mobile No.

Branch Telephone no.

Branch E-mail ID

02 9 digit MICR code number of the bank and

branch appearing on the MICR cheque issued

by the bank.

03 IFSC code of the Branch

04 Type of Account (Current / Savings).

05 Account Number (as appear in cheque book)

Page 54: NATIONAL HEALTH MISSION- CHHATTISGARH. 4th Floor … · 4 1. BID DATA SHEET The Mission Director, National Health Mission, Chhattisgarh, 4th Floor Housing Board Building, Sector-

54

FORMAT 18

List of Delivery Locations and Quantity

FINANCIAL BID

MODE: On Monthly rental basis

To,

Mission Director,

National Health Mission, Chhattisgarh

Raipur

Subject: Price bid for Monthly hiring of Tablet PC and Biometric Devices with SIM cards

Ref. Tender No. Ref.No: ______________________________

Name of Bidder with Address: _____________________________________________________

1. The monthly rental rate per tablet, biometric devices and SIM cards along with 1 GB free 3G data

per month is Rs. __________. Exclusive of Service Tax.

2. The separate charge for providing one SIM card as on date of bid submission is Rs. _____.

Exclusive of Service Tax.

3. The separate charge for providing 1 GB data per month for 1 connection is Rs. ________.

Exclusive of Service Tax.

Sign and Seal of Bidder

1. For Evaluation of L 1 bidder charges quoted at point no. 1 of financial bid i.e. monthly rental

rate per tablet, biometric devices and SIM cards along with 1 GB free 3G data per month is

Rs. __________. Exclusive of Service Tax will be considered.