Request For Proposal (RFP) under Project Axshya for
Annual Maintenance Contract and Comprehensive insurance of Binocular
Microscopes
International Union Against Tuberculosis and Lung Disease (The
Union)
Last Date: January 5, 2011
Request for Proposal
Request
For Proposal (RFP) under Project Axshya for
Annual Maintenance Contract and Comprehensive insurance of Binocular
Microscopes
Requested
by:
International Union Against Tuberculosis and Lung Disease (The Union),
C-6, Qutab Institutional Area, New Delhi - 110016
Tele-011-46054400
Fax- 011-46054430
Website:
www.theunion.org
Organisation Profile:
The mission of
the International Union Against Tuberculosis and Lung Disease (The Union)
is to bring innovation, expertise, solutions and support to address
health challenges in low- and middle-income populations. With nearly
10,000 members and subscribers from 145 countries, The Union has its
headquarters in Paris and regional and country offices serving the
Africa, Asia Pacific, Europe, Latin America, Middle East, North America
and South-East Asia regions. Its scientific departments focus on
tuberculosis, HIV, lung health and non-communicable diseases, tobacco
control and research. Each department engages in research, provides
technical assistance and offers training and other capacity-building
activities leading to health solutions for the poor.
Date: December 22, 2010
Request For Proposal
Dear Sir,
Subject:
Request for Proposal under Project Axshya–
Annual Maintenance
Contract and Comprehensive insurance
of Binocular Microscopes
1. You are hereby invited to submit technical & financial
proposals for Annual Maintenance Contract for Binocular Microscopes (BMs)
and
Comprehensive
Insurance for spare parts of Binocular Microscopes, which could form the
basis for future negotiations and ultimately a contract between your firm
and The Union.
2. The purpose of this assignment is to hire an agency to
undertake the annual maintenance of Binocular Microscopes and
comprehensive insurance for spare parts of Binocular Microscopes
installed at Designated Microscopy Centres (DMCs) under Revised National
Tuberculosis Program (RNTCP) of Govt. of India in the states of Bihar and
Uttar Pradesh, for approximately 2,000 BMs in total.
3. The Terms of Reference (TOR) for the same is provided below to
enable you to submit your proposal:
1)
Preventive maintenance to be done for all BMs by the agency irrespective
of the status of the BM. - Preventive maintenance will be done once every
quarter (4 times in a year) and will include complete servicing,
alignment and adjustment of all the optical and mechanical parts of the
microscopes. All the BMs will be serviced at the respective DMCs.
2)
Breakdown of BMs will be addressed immediately, but not later than 3 days
of receipt of the complaint, on site.
3)
Comprehensive Insurance for BM spare parts (Annexure 1) to be provided.
4)
AMC agreement will be for one Year.
5)
List of the Designated Microscopy Centers (DMC) where the Binocular
Microscopes (BM) are situated will be handed over to the agency along
with the agreement
6)
Intimation to the concerned State Tuberculosis Officers, District
Tuberculosis Officers, DMC Medical Officer will be sent by The Union
informing about the AMC agreement with the agency requesting their full
cooperation in conducting AMC smoothly.
7)
Satisfactory service report (SSR) to be signed in duplicate and one copy
need to be preserved at DMC and duplicate copy to be sent to respective
District/State TB officer. Invoice will be raised along with the SSR
issued by respective District/State TB officer.
8)
The selected vendor has to submit a bank guarantee against the Insurance
cost.
9)
All the disputes are subjected to New Delhi Jurisdiction only.
4. The Submission of Proposal
The prospective agencies shall submit the proposal in two
parts, viz, Technical and Financial and should follow the form given in
the "Supplementary Information for agencies (annexure 2)”
5. The "Technical" and "Financial" proposals must
be submitted in two separate files (with respective names “Technical
Proposal” and “Financial Proposal” following the formats/schedules given
in the information for agencies.
5.1 The "Technical proposal" should include the description
of the firm/organization, the firm’s general experience in the field of
assignment, the qualification and competency of the personnel proposed
for the assignment and the proposed work plan methodology and approach in
response to suggested terms of reference. The Technical Proposal
should not contain any cost information whatsoever. The technical
proposal should include a CA certificate of the total turnover for the
last 3 financial years or submit copies of audited accounts & income tax
returns for last 3 years, along with copies of service tax registration
certificate & income tax registration certificate/ copy of PAN card as
given in the supplementary information for agencies (Annexure 2).
5.2 The “Financial Proposal” should contain the detailed
price offer for the services.
Your proposal should be addressed to the– Administrative Officer,
International Union Against Tuberculosis and Lung Disease (The Union),
C-6, Qutab Institutional Area, New Delhi – 110016 and submitted to the
e-mail id
theunionglobalfund@theunion.org upto 17.00 hours on January 5th,
2011.
6. Evaluation
A two-stage procedure will be adopted in evaluating the
proposals: i) a technical evaluation, which will be carried out prior to
opening any financial proposal; ii) a financial evaluation. Firms will
be ranked using a combined technical/financial score, as indicated below.
6.1 Technical Proposal
The evaluation committee appointed by The Union will carry
out its evaluation applying the evaluation criteria and point system
specified below on the technical proposals meeting the qualification
criteria mentioned in the "Supplementary Information for agencies
(Annexure 2)”. Each responsive proposal will be attributed a technical
score.
Technical proposals
scoring not less than 70% of the total points will only be considered for
financial evaluation.
6.2 Financial
Proposal
The evaluation committee
will determine if the financial proposals are complete and without
computational errors. The lowest financial proposal will be given a
financial score of 100 points. The financial scores of all the proposals
will be computed in relation to the lowest financial proposal.
Proposals will finally be
ranked according to their combined technical and financial scores using a
weight of 70% for technical proposal and 30% for financial proposal.
The Agency securing the highest combined score will be
invited for negotiations.
7. Negotiations
During negotiations the
agency must be prepared to furnish the detailed cost break-up and other
clarifications to the financial proposal submitted by it, as may be
required to adjudge the reasonableness of the price proposed. If the
negotiations with this agency are successful, the award will be made to
it. If negotiations fail, and if it is concluded that a contract with
reasonable terms cannot be concluded with this consulting organization,
the agency with second preference will be invited for negotiations. This
process will be repeated till an agreed contract is concluded.
8. Please note that The Union is not bound to select any of the
firms submitting proposals.
9. You are requested to hold your technical and financial
proposal valid for 90 days from the deadline for submission of proposal
without change in the personnel proposed for the assignment and your
proposed price.
10. Please note that the cost of preparing a proposal and of
negotiating a contract including visits to The Union, if any is not
reimbursable as a direct cost of the assignment.
11. Please note that the fee which you receive from the contract
will be subject to normal tax liability in India.
Yours faithfully,
Administrative Officer
International Union Against Tuberculosis and Lung Disease (The Union)
C-6, Qutab Institutional Area
New Delhi
– 110 016
Ph: 011-46054400
Fax: 011-46054430
Enclosures:
1.
List of spare parts to be
covered under comprehensive insurance (Annexure 1)
2.
Supplementary Information
for Agencies (Annexure 2)
Annexure - 1
List of spare parts of the BN under
comprehensive insurance:
-
100X oil immersion objective 1.25/160
-
10X eyepiece 12.10.8.18
-
Halogen Bulb 6v 20w
-
Mechanical stage
-
Circuit
-
Mirror assembly
-
Blue filter
-
Slide holder
-
Transformer SE 12-0-6-12
-
Transformer- pr 6-0-6-12
-
Fuse
-
Bulb Holder
-
Main Power cord 3 yard
-
Potentiometer 2b 47kc
Annexure
- 2
SUPPLEMENTARY INFORMATION FOR CONSULTING AGENCIES
Proposals
(1) Proposals should include the following information:
(a) Technical Proposal
(i) A brief description of the
firm/organization and an outline of recent experience on assignments/
projects of similar nature executed during the last 3 years in the format
given in Form (F-1)
(ii) Any comments or suggestions of the
agencies on the Terms of Reference (TOR).
(III) The composition of the team of
personnel which the agency would propose to provide and the tasks which
would be assigned to each team member in Form( F-2)
(b) Financial Proposals
The financial proposals should include the
following:
(i) Schedule of Price Bid for each component in Form
(F-3)
(2) Qualification Criteria
(i)
It is proposed to consider
agencies with a minimum cumulative turnover of Rs. 1 (One) Crore
during the last three financial years (i.e. 2007-08, 2008-09 and 2009-10)
and should have proven relevant experience in the projects of similar
nature, with a permanent office and key resources on their regular
payroll in India.
(ii)
Along with the Technical
Proposal, agencies should submit a certificate from a Chartered
Accountant in support of the cumulative turnover, giving year wise
break-up of turnover OR should submit copies of audited accounts & income
tax returns for last 3 years.
(iii)
Agencies should also
submit copies of their service tax registration certificate & income tax
registration certificate/ PAN card.
(3) Terms of Payment
The mode of payments to be made in consideration of the work
to be performed by the agency shall be as follows:
Payment Terms
Cost for Comprehensive Insurance |
Within 15 days from signing of agreement by both the parties |
Fee for Annual Maintenance |
In four equal installments after completion of service for each BM.
The payment will be released subject to issue of SSR by respective
District/State TB officer. |
Note:
All payments shall be made on submission of pre-receipted bills by the
agency for respective stages.
FORM F-1
ASSIGNMENTS OF SIMILAR NATURE SUCCESSFULLY COMPLETED DURING LAST 3 YEARS
1. Brief Description of the Firm/Organization:
2. Outline of recent experience on assignments of similar nature:
Sl. No. |
Name of Assignment |
Nature/ Brief Description of assignment |
Owner or sponsoring authority |
Cost of assignment |
Names of Key Personnel Involved |
Date of commen-cement |
Date of completion |
1 |
2 |
3 |
4 |
5 |
6 |
7 |
8 |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Form F-2
Composition of the Team
Personnel and the task which would be assigned to each Team Member
1. Technical/Managerial Staff
Sl.No. Name
Position Task assignment
2. Support Staff
Sl.No. Name
Position Task assignment
FORM F-3
Cost Component
Particulars |
Unit cost (Rs) per BM |
Annual Maintenance
(4 services in a year) |
|
Comprehensive Insurance |
|
others |
|
Note: Please give break-up cost of each component
|