Page 1 of 27
Regional Office
Employees' State Insurance Corporation
Panchdeep Bhawan, Sector 19-A, Madhya Marg, Chandigarh
EoI DOCUMENT FOR EMPANELMENT OF RADIOLOGICAL & LABORATORY
INVESTIGATION SERVICES TO ESIC MODEL HOSPITAL LUDHIANA , ESIC MODEL
HOSPITAL, RAM DARBAR, CHANDIGARH, ESIS HOSPITALS OF THE STATE OF
PUNJAB AND DISPENSARY CUM BRANCH OFFICE, (DCBO) BARNALA AND RAJPURA
AND OTHERS, IF ANY.
Important websites:
www.esic.nic.in
https://esictenders.eproc.in
https://eprocure.gov.in
Page 2 of 27
Application for Services
1 Radiological Services
2 Laboratory Services
Area of Service applied for
1. ESIC Model Hospital, Chandigarh
2. ESIC Model Hospital, Ludhiana.
3. Dispensary cum Branch office Rajpura.
4. Dispensary cum Branch Office Barnala.
5. OTHERS, IF ANY
Page 3 of 27
1. SCOPE OF OF WORK AND SCHEDULE OF EOI
The Regional Director, Regional office, Employees’ State Insurance Corporation,
Sector 19-A, Madhya Marg, Chandigarh, invites online bids from eligible, reputed and
experienced Diagnostic Centres through e-procurement for round-the-clock RADIOLOGICAL
& LABORATORY INVESTIGATION SERVICE to ESIC Model Hospital, Ludhiana ,ESIC
Model Hospital, Ram Darbar, Chandigarh/ESIS Hospitals of the State of
Punjab/Dispensary- Cum- Branch Office (DCBO), Rajpura and Dispensary Cum Branch
Office (DCBO), Barnala, others, if any, for its beneficiaries on cashless basis at CGHS
RATES.
Schedule of EOI process:
Period for downloading and online
submission of EoI
Dated 27.2.2019 upto 20.03.2019 upto 1.00pm
Date, Time & place for Pre-Bid Meeting Date 6.3.2019, Time 3.00pm at Conference Room,
Regional office, Employees’ State Insurance
Corporation, Sector 19-A, Madhya Marg,
Chandigarh
Date, Time& place for opening of Technical
Bid
Date 20.03.2019, Time 2.00pm at Conference
Room, Regional office, Employees’ State Insurance
Corporation, Sector 19-A, Madhya Marg,
Chandigarh
EMD amount Rupees One Lakhs only for each (Radiological
/Laboratory services)
Performance Security Rupees One Lakhs
Page 4 of 27
2. EOI NOTICE Name of Work: Employees' State Insurance Corporation is a statutory body under Ministry of
Labour and Employment, Govt. of India governed by ESI Act, 1948. As envisaged in the Act,
ESIC provides Social Security to workforce and dependent family members in India covered
under the ESI Act, 1948 in the form of cashless medical benefits as well as cash benefits in the
event of Sickness, Maternity and Employment Injury etc.
To serve them better, The Regional Director, Regional office, Employees’ State Insurance
Corporation, Sector 19-A, Madhya Marg, Chandigarh, invites online bids from eligible, reputed
and experienced bidders through E-procurement for round-the-clock RADIOLOGICAL &
LABORATORY SERVICES to ESIC Model Hospital, Ludhiana and ESIC Model Hospital,
Ram Darbar, Chandigarh/ESIS Hospitals of the State of Punjab/Dispensary- Cum-
Branch Office (DCBO), Rajpura and Dispensary Cum Branch Office (DCBO), Barnala,
others, if any, for its beneficiaries on cashless basis.
S.No. Group
1. Radiological Investigation including X Ray and Contrast X ray Studies
2. Ultrasonography
3. Obstetrics USG Including Level 2 Scan, Nuchal Scan
4. Mammography
5. Doppler Scan
6. Bone Densitometry
7. Audiological Investigation
8. Dental (OPG)
9. Laboratory Services -Biochemical Tests
10. Laboratory Services- Microbiological Tests
Page 5 of 27
11. Laboratory Services -Pathological Tests
12. Any other tests less than three thousands
Bidders can apply for any number of services as mentioned above.
EOI Document can be downloaded from websites www.esic.nic.in, https://esictenders.eproc.in,
www.esichospitals.gov.in and https://eprocure.gov.in before closing date and time as shown
under Schedule of EOI process.
The interested Bidders are advised to go through the entire EOI document carefully before
quoting rates/ submitting bid online. The Hospital will not be responsible for any loss to the
bidder due to his/ her own error/ oversight.
The interested Bidders should upload duly filled EOI form and Bids along with scanned copies
of all the relevant certificates, documents, etc. in support of their Bid on the website
https://esictenders.eproc.in before closing date and time as shown under Schedule of EOI
process. Each and every page of all scanned documents uploaded online should be signed by
the authorized signatory only with official stamp.
Bids will be opened as per schedule given under Schedule of EOI process. All Bidders can
participate in technical evaluation process personally or through representative. In case of
representative, he/she must be duly authorized by the Bidder in writing to do so.
Regional Director
Page 6 of 27
3. IMPORTANT INSTRUCTIONS FOR BIDDERS REGARDING OBTAINING DSC AND
APPLYING FOR E-EOI
All Bidders/ contractors are required to procure Class-IIIB Digital Signature
Certificate (DSC) with Both DSC Components i.e. Signing & Encryption to participate in the
E-Tenders
Bidders should get Registered at https://esictenders.eproc.in.
Bidders should add the below mentioned sites under:
Internet Explorer --> Tools --> Internet Options --> Security --> Trusted Sites -->
Sites of Internet Explorer
https://esictenders.eproc.in
https://www.tpsl-india.in
https://www4.ipg-online.com
Also, Bidders need to select “Use TLS 1.1 and Use TLS 1.2” under:
Explorer - -> Tools - -> In terne t O pt ions - -> Advanc ed Tab - -> Sec ur i t y
Bidder needs to deposit Bid Processing Fee charges of Rs. 2495/- (non-refundable)
in favour of M/s. C1 India Pvt. Ltd., payable at New Delhi via Online Payment Modes such
as Debit Card, Credit Card or Net Banking for participating in the Tender.
Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp
Page 7 of 27
4. GENERALTERMS AND CONDITIONS
1) Availability of E-EOI document: E-Tender Document can be downloaded from
websiteswww.esic.nic.in, https://esictenders.eproc.in, www.esichospitals.gov.in and
https://eprocure.gov.in before closing date and time as shown under Schedule of
tender process.
2) Period of Contract: The Contract shall initially be for a period of two years and may
be extended further on same rates, terms and conditions for a period of one year
subject to satisfactory performance & mutual consent. The rates approved shall remain
unchanged during the period of contract and extended period, if any.
3) Cost of submission of Bids: The Bidder shall bear all costs associated with
preparation and submission of the Bid. The Corporation shall, in no case, be
responsible or liable for these costs, regardless of the conduct or the outcome of the
Bidding process.
4) Pre-Bid Meeting: A Pre-Bid meeting for interested Bidders will be held on a date, time
and place as shown under Schedule of EOI process. Any change in venue or timing of
pre-Bid meeting will be hosted on aforesaid websites.
Interested Bidders will be allowed to seek clarification and get their doubts cleared
during pre-Bid meeting.
Any change in the EOI Document by the Competent Authority after issue of the EOI will
be hosted on aforesaid websites in the form of Corrigendum/Addendum for
incorporating the same in the Bid before last date of submission.
5) Validity of the Bid: The Bids will be valid for a period of 180 days from the date of
opening.
6) Bid Security (Earnest Money)
I. The Bidders shall deposit with the ESIC earnest money of Rs 1.00 lakhs in the
form of Account payee Demand Draft from any Nationalised bank only, in favour of
ESI Fund A/c No.1 payable at Chandigarh in a sealed envelope superscribed as
'EMD FOR EOI FOR EMPANELMENT OF RADIOLOGICAL AND LABORATORY
SERVICES' with subscribing the Group of Investigation. The sealed envelope
containing Demand Draft is to be dropped in tender box placed in the office for this
purpose before closing date and time as shown under Schedule of EOI process.
The failure to submit Demand Draft in time or omission shall disqualify the Bid.
Page 8 of 27
II. Bidder shall not revoke his/her Bid or vary its terms and conditions. If the Bidder
revokes the Bid or varies its terms or conditions, the Earnest Money deposited shall
stand forfeited.
III. If the successful Bidder does not pay the Performance Security in favour of ESI
Fund A/c No.1 (payable at Chandigarh) in the prescribed time limit or fails to sign
the agreement, his/her Earnest Money Deposit will stand forfeited.
IV. The Earnest Money Deposit of unsuccessful Bidders shall be refunded, after the
successful Bidder pays the Performance Security in favour of ESI FUND Account
no. 1.
7) Eligible Bidders: Only those Bidders, who fulfill the eligibility criteria are eligible
to submit their Bids for the purpose of this EOI.
8) Date for Submission: Last date for submission of online Bid is mentioned
under Schedule of EOI process.
9) Manner of Submission of Bid: The complete Bid is to be uploaded online on
https://esictenders.eproc.in. Any other mode of Bid submission will not be entertained.
In the event of the space on the ANNEXURES being insufficient for the required
purpose, additional pages may be added, which must be serially numbered, bearing
the Tender/EOI Number and duly signed and stamped by the bidder. In such cases,
reference to the additional pages must be made in the EOI Form.
10) Other Important Points to be noted by the Bidder
I. The Bidder shall submit the Bid, which satisfies each and every condition laid
down in EOI Document, failing which the Bid shall be summarily rejected.
II. Conditional Bids will be rejected.
III. Cuttings and over writings must be avoided & attested, if any cutting is there..
11) Corrupt or Fraudulent Practices: The Regional Director requires that the Bidders
under this Bid observe the highest standards of ethics during the procurement and
execution of this Contract. Accordingly, the Regional Director defines the terms set forth
as follows:
12) Opening of Technical Bid: The Technical Bids received as per the scheduled time
and date, will be opened at Conference Room, Regional Office, ESIC, Sec. 19-A,
Chandigarh in the presence of Bidders or their authorized Representatives present
on the opening day. Authorized representatives must produce authority letter at the time
of opening of Bids duly signed by the Bidder.
In case, the date of opening is declared a holiday, a fresh date will be communicated
through aforesaid websites.
Page 9 of 27
If required, committee constituted by Regional Director may visit the Diagnostic center
as part of technical evaluation of the Bidder to check the quality and availability of
services and other necessary certifications. Due support must be given to all the
committee members.
The evaluation of technical Bid will be based on availability of trained manpower,
automation, infrastructure along with latest technology, presence of other required
facilities as stated in this EOI document.
13) Shortlisting of Bidders: The Committee duly constituted by the Regional Director will
shortlist technically qualified Bidders. The Bidders rejected during technical evaluation
will not be intimated.
14) There will be no FINANCIAL BID, rates applicable are of prevailing CGHS RATES
of nearest city and will be revised as per CGHS RATES from time to time. The
bidder will provide 15% discount on lab rate list on tests whose rates are not available
in CGHS list.
15) Acceptance of Bid: Acceptance of Bid shall be done by the Regional Director. The
Regional Director is not bound to accept the lowest or any Bid. The Regional Director
reserves the right to reject the TECHNICAL BID or all Bids received without assigning
any reason whatsoever. The acceptance of Bid will be communicated to the successful
Bidder in writing by the authorized officer of the Hospital.
16) Process to be Confidential: Information relating to the examination, evaluation and
comparison of Bids and the award of Contract shall not be disclosed to Bidders or any
other person not officially concerned with such process until the award to the successful
Bidder has been announced.
17) Bank Guarantee: To ensure due performance of the contract, a bank guarantee of
Rs. One lakh shall be submitted by the Successful bidders
18) Execution of Contract Document: The successful Bidder after submitting
Performance Security in favour of ESI Fund A/c No.1 payable at Chandigarh, is
required to execute an Agreement on a stamp paper of proper value. The Agreement
should be signed within 10 days from the date of acceptance of the Bid. The
Contract will be governed by the Agreement, guidelines, terms and conditions
stated in the EOI document, the Conditions of the Contract (CoC) and other
documents as specified in the CoC.
It shall be incumbent on the successful Bidder to pay stamp duty, legal and
statutory charges for the Agreement, as applicable on the date of the execution.
Page 10 of 27
A formal contract shall be entered into with the successful Bidder. In this contract, the
successful Bidder shall be defined as 'Contractor'.
“Force majeure” will be applicable to the agreement made.
19) Rights of the Hospital: The Regional Director reserves the right to suitably
increase/reduce the scope of work mentioned in this EOI.
In case of any ambiguity in the interpretation of any of the clauses in EOI Document
or the conditions of the Contract, interpretation of the clauses by the Regional
Director shall be final and binding on all Parties.
The contract may be awarded to one or more Bidders at the sole discretion of the
Regional Director.
20) Notice to form Part of Contract: Entire EOI document including EOI Notice,
guidelines, Conditions of the contract, terms & conditions of EOI shall form part of
the Agreement.
21) Signing of EOI document: In the case of Partnership companies/firms, where
authority to refer disputes concerning the business of the partnership has been
conferred upon any partner, the EOI and all other related documents must be signed by
that partner of the company/firm.
22) Responsibility of the person signing the EOI document: A person signing the EOI
documents or any document forming part of the contract, shall be deemed to be
construed that he has authority to sign and if at any point of time, it is found that the
person signing has no authority to do so, the purchaser, without prejudice to other civil
criminal remedies, will cancel the contract and hold the signatory responsible for all
costs and damages.
23) Payment terms & Penalty: The contractor shall raise the bills on its letter head as
per the terms and conditions of EOI document and requirements of Bill Processing
Agency/ concerned department.
Tax deduction as applicable shall be done at source at the time of release of payment.
Payment of bill will be subject to deduction of statuary liabilities, if any.
The contractor will submit bills on monthly basis by 10th of every month/or as per
requirements of Bill processing Agency or concerned branch on its own letter head.
Payment will be made through ECS/NEFT/RTGS in the bank account of the contractor
as per the bank details provided by the Diagnostic centre with this EOI document.
Investigations can't be denied on the pretext of non availability of Specialists or Non
functioning of equipments etc. failing which investigations may be got done from other
than empanelled centre and any excess payment made to the other centre for this
Page 11 of 27
purpose will be deducted from the pending bills/ Security money of the diagnostic
centre.
24) Statutory compliance:
The company/firm must certify that they are fulfilling all special conditions that have been
imposed by any authority as per Indian Law.
All empanelled centre to adhere to the ESIC SoPs with BPA (Bill Processing
Agency) for payments and related charges.
Regional Director
Page 12 of 27
6. ELIGIBILITY CONDITIONS
(A)RADIOLOGICAL SERVICES
1. ELIGIBILITY CRITERIA FOR RADIOLOGICAL SERVICES.
a. The Bidder should be an eligible, reputed and experienced company/firm engaged in full
24-hour round-the-clock RADIOLOGICAL SERVICES for at least 2 years till the publishing
of this EOI (supporting documents to be uploaded).
b. The HCO should preferably be accredited by NABH/NABL, However, the private health
Care Organizations which are not accredited by NABH/NABL may also apply and can get
empanelled but their empanelment shall be provisional till they are accredited by
NABH/NABL, which must preferably be done within a period of six months but not later
than one year from the date of their empanelment, failing which empanelment shall be
cancelled without assigning further notice and 50% of Bank Guarantee shall be forfeited.
(Supporting documents/undertaking to be uploaded)
c. The Bidder must have minimum annual turnover of Rs 50 Lakhs each during the last two
financial years i.e. 2016-17 and 2017-18.(Duly audited report signed and stamped by
the Bidder to be uploaded).
d. The company/ firm must not have been indicted/ debarred for any criminal, fraudulent or
anti competition activity and have never been black-listed or debarred or both ever by any
department/Ministry of Govt. of India or any other body in India or abroad including under
PNDT Act.(An undertaking to be uploaded) Annexure III.
e. The company/firm must not be having any legal case pending in any court of India or
abroad including under PNDT Act at the time of Bidding for this EOI.(An undertaking to be
uploaded)
f. The company/firm must be having valid trade licence, contract licence, factory licence/shop
& establishment licence on the date of online submission of EOI documents.(Supporting
documents to be uploaded wherever applicable)
g. The Bidder Bidding for the empanelment must be having valid AERB/ BARC accredited
diagnostic centre on the date of online submission of EOI documents. (Supporting
documents to be uploaded)
h. The Bidder must have fully functional diagnostic centre in Punjab and Chandigarh, having
in-house RADIOLOGICAL and/ Lab investigations SERVICES.(Supporting documents to
be uploaded)
i. Requirement of the Equipments:-( Minimum)
Page 13 of 27
1. Ultrasound-2d with 3 probe (Plus soft tissue probe) with color Doppler.(It is should be of
high-resolution Ultrasound equipment having, convex, sector, linear probes of frequency
ranging from 305 to 10 MHz, should have minimum three probes and provision/facilities of
trans Vaginal/Trans Rectal Probes).
2. Digital x-rays (machines must have a current rating of 4.5-10 MA)
3. OPG
4. Mammography (Standard quality mammography machine with low radiation and biopsy
attachment.)
5. Bone Densitometry Center (must be capable of scanning whole body)
6. Audiological investigations equipment.
(Supporting documents to be uploaded)
j. The diagnostic centre must have Radiologists, having degree registered with MCI/ State
Medical Council as per requirement of the test.(Supporting documents to be uploaded)
k. For Audiological centres registration of Audiological technicians as per norms.
l. The diagnostic centre must have qualified Technical Staff as per prescribed qualification
& degree with valid registration no. and no. of technical staff as per work load.
(Supporting documents to be uploaded)
NOTE: Those bidders who don't fulfil eligibility criteria need not apply
-Bidder can choose to apply for investigation as per their availability of equipment,
infrastructure & manpower but must fulfil the eligibility criteria for any investigation.
Page 14 of 27
(B)LABORATORY SERVICES
1. Eligibility Criteria-
a) The Bidder should be an eligible, reputed and experienced company/firm engaged in
full 24-hourround-the-clock Laboratory Investigations Services for at least 2 years till the
publishing of this e-tender.
(Supporting documents to be uploaded).
b) The HCO should preferably be accredited by NABL However, the private health Care
Organizations which are not accredited by NABL may also apply and can get
empanelled but their empanelment shall be provisional till they are accredited by NABL,
which must preferably be done within a period of six months but not later than one year
from the date of their empanelment, failing which empanelment shall be cancelled
without assigning further notice and 50% of Bank Guarantee shall be forfeited.
(Supporting documents/undertaking to be uploaded)
c) The Bidder must have annual turnover of Rs 50 LAKH or more each during the last two
financial years i.e. 2016-17and 17-18
(Duly audited report signed and stamped by the Bidder to be uploaded).
d) The Bidder must have his/her Laboratory in Punjab and Chandigarh. The Laboratory
should be fully functional having in-house services of Microbiological investigations,
Biochemical investigations and Histo-Pathological investigations.(Supporting
documents to be uploaded)
e) The empanelled lab must be in position to open a lab collection centre in the referring
hospital as per the requirement of the referring centre as per workload at his own cost.
f) The Bidder must be having following equipments in functional state:-
I.Fully Automated Random access biochemistry analyzer with a minimum throughput of
450 tests/hour
II.ELISA Reader PCR
III.Culture& Sensitivity Apparatus
IV.Random access Chemiluninescent analyzer
V.Electrolyte Analyser (ion-selective)
VI.Coagulation Analyser
VII.Histopathology Apparatus
VIII.ABG Analyser
IX.5 Part Cell Counter
X.HB Electrophoresis
XI.Protein Electrophoresis
XII.HBA1cAnalyzer
XIII.Analyser for therapeutic drug monitoring
(Supporting documents to be uploaded)
1 The Laboratory must have Pathologists, Microbiologists, Biochemists as per MCI
Norms., signing authority on reports as per latest guidelines of MCI
(Supporting documents to be uploaded)
Page 15 of 27
2 The Laboratory must have registered Laboratory Technician and number of technicians
as per standard norms.(Supporting documents to be uploaded)
3 The Laboratory must not have been indicted/debarred for any criminal, fraudulent or anti
competition activity and have never been black-listed or debarred or both ever by any
department/Ministry of Govt. of India or any other body in India or abroad.(An
undertaking to be uploaded)
4 The Laboratory must not be having any legal case pending in any court of India or abroad
at the time of Bidding for this e-tender(An undertaking to be uploaded)
5 The laboratory must be having valid trade licence, registration under Shop &
Establishment Act, Clinical Establishment Act and Registration under Director Health
Services.
(Supporting documents to be uploaded)
Apart from above, the Laboratory must be having all necessary valid licenses and
registrations mandatory under the State and Central Government Acts and guidelines.
6. Documents to be uploaded:
Bidder firms which fulfill the above eligibility conditions may upload the technical Bid along
with the scanned copies of following documents, failing which their Bids will be rejected.
1) Balance Sheets& Profit & Loss accounts certified by Chartered Accountant for two financial
years i.e. 2016-17and 2017-18
2) Scanned copy of Account Payee Demand Draft from any Nationalised Bank only as proof
of EMD.
3) Entire E-tender document including Technical Bid after filling all necessary details.
4) Proof of registration with GST, ESIC and EPFO.
5) Registration /Incorporation of firm/company/Partnership.
6) Copy of PAN Number
7) Valid trade licence, factory licence/shop & establishment licence, contract licence as
applicable.
8) An undertaking that the firm has never been indicted/debarred for any criminal, fraudulent
or anti competition activity and has never been black-listed or debarred or both by any
department/Ministry of Govt. of India or any other body in India or abroad(As per E8
above). (Annexure I)
9) Name and Address of bank with Account number and ECS details.
10) Authority Letter to sign the e-tender documents (If signed by other than
Manager/Director/Proprietor/ Partner, as the case may be).
11) Authority Letter to attend EOI opening process (If other than the Bidder).
12) Details of the Nodal Officer with name, designation and contact details who can be
contacted at any time for any issue related to the Services.
13) NABL certificate/proof of submission of application for NABL accreditation/undertaking.(as
applicable)
Page 16 of 27
14) Valid AERB/BARC certification as applicable
15) Registration number and Degrees of Pathologists, Microbiologists, Biochemists/lab
technicians.
16) PPCB authorization letter for BMW management.
17) Diagnostic centre rate list for general public
18) Fire safety Clearance certificate from Concerned Govt. Authority 7. CONDITIONS OF CONTRACT
1. The agreement shall commence from the date it is made and shall continue for a period
of two years The contract shall be valid for a period of two years i.e. 24 months and
may be extended for a further period of one [01] year based on the sole discretion of
the Regional Director at the same rates, terms and conditions subject to satisfactory
performance.
2. If the services of the contractor are not found satisfactory at any point of time during the
contract period, then the Regional Director will give notice to the contractor for
improvement of services/ rrectification of defects. If the services are not improved to the
satisfaction of the Regional Director within 30 days from the date of receipt of the notice
then the contract with the contractor may be terminated & performance security
forfeited.
3. ESI Corporation will not be bound to allot fresh location to the service provider in lieu of
the old one in case of any change.
4. Validity of provisions: Should any part of the Agreement be illegal or
unenforceable the remaining provisions shall so far as they are capable of being
performed and observed, shall continue in full force and effect.
5. Terms and conditions not specified: In case of any matter relating to terms and
conditions not specified in this Agreement, the same shall be decided by mutual
agreement of the Contractor and the Regional Director.
6. Any legal liability arising out of such RADIOLOGICAL AND LABORATORY
INVESTIGATIONS SERVICES shall be the sole responsibility of the contractor and
shall be dealt with by the contractor himself/ herself.
Any medico legal issue arising during the contract period will be the responsibility of the
contractor.
The contractor shall fulfill all statutory requirements and liabilities.
The contractor shall not sublet, transfer, assign the contract to anyone or any part
thereof at any stage of the contract. In the event of the contractor contravening the
condition, the contract may be terminated.
The contractor is fully responsible for execution of supply order in all respects in
accordance with the terms and conditions specified in the acceptance of tender and
EOI document. Any failure on part of the contractor will constitute a breach of the
contract and the Regional Director shall be entitled to make other arrangements at the
risk and expense of supplier.
Page 17 of 27
The contractor will be bound to make statutory compliance to all existing and future
laws of the State Government as well as the Central Government. In case, at any point
of time during the agreement or after any default in statutory compliance is detected,
the contract may be terminated at contractor's cost and risk apart from appropriate legal
action against him/her and payment of bills in such scenario may also be put on hold till
such liabilities are cleared by the contractor.
7. Indemnification of the Regional Director: The Diagnostic center shall indemnify and
keep indemnified the Regional Director against all losses and claims for injuries or
damage to any person or any property whatsoever which may arise out of or in
consequence of the Contract and against all claims, demands, proceedings,
damages, costs, charges and expenses whatsoever in respect of or in relation
thereto under the provisions of various labour laws as amended from time to time.
8. Protection of the Regional Director from infringements: The Diagnostic center shall
indemnify, protect and save the Regional Director against all claims, losses, costs
damages, expenses, action suits and other proceeding, resulting from infringement of
any patent, trademarks, copyrights etc. or such other statutory infringements.
9. Liberty to make recovery from dues: The Regional Director shall be at liberty and is
hereby empowered to deduct the amount of any damages, compensations, costs,
charges, and expenses arising or accruing from or in respect of any such claim or
damages from any sums due or to become due to the Agency/Agencies.
10. Confidentiality: The Diagnostic center shall not divulge or disclose proprietary
knowledge or any information obtained while delivering Goods and services under this
Contract to any person.
11. Publicity: The contractor will not be allowed to use the name of ESIC for the purpose
of promoting his business.
12. Disputes&Arbitration: The Regional Director and the Diagnostic center shall make
every effort to resolve amicably by direct informal negotiation, any disagreement or
dispute arising between them under or in connection with the contract. If dispute(s)
of any kind whatsoever that cannot be resolved, the same shall be referred to
the Arbitrator, appointed by the Regional Director, whose decision shall be final.
13. Mode of Serving Notice: Communications between Parties which are referred to in the
Contract are effective only when in writing. A notice shall be effective only when it is
delivered (in terms of Indian Contract Act).
All notices shall be issued by the authorized officer of the Regional Director,
unless otherwise provided in the Contract. In case, the notice is sent by registered post
to the last known place or abode or business of the Contractor, it shall be deemed to
have been served on the date when in the ordinary course of post these would have
been served on or delivered to it.
Page 18 of 27
14. Law: The contract shall be governed and interpreted under Indian Laws.
15. Legal Jurisdiction: No suit or other proceedings relating to performance or breach of
Contract shall be filed or taken by the Agency in any Court of law except the competent
Courts having jurisdiction within the local limits of Chandigarh only.
Courts at Chandigarh shall have the exclusive jurisdiction to deal with legal
issues/disputes arising out of contract.
16. Documents to form part of the agreement: All the documents mentioned in INDEX
of the EOI document shall form part of this contract/Agreement.
(NOTE: The conditions mentioned above are not exhaustive. At the time of
signing the agreement/contract, more conditions may be added, if considered
necessary.)
8. WORK SPECIFIC TERMS AND CONDITIONS
1. Submission of bill must be in the following format or as required by BPA:
IP/
Depen
dent
Name
of
patient
Insuran
ce No.
Date of
Investigati
on
Name of
investigati
on
CGHS code/
rate of
unlisted
investigation
% of
discount
Amount
of
discount
Net
amount
payable
2. The diagnostic centre will provide Investigations reports only for the cases referred to
it and no payment will be made to them for investigations which are not mentioned in
the referral form.
3. Any time during the Investigation of ESIC beneficiary, the diagnostic centre will not ask
the IP/ beneficiary/ attendant to purchase separately the medicines/ sundries/
equipment or accessories (required for investigation) from outside.
4. If required, diagnostic centre can check the eligibility of the referred patients on our
website www.esic.in at IP portal before investigation. In case of doubt, the advice from
referring authority can be taken.
5. Patients visiting the diagnostic centre without permitted requisition form of concerned
referral hospital/DCBO shall not be entertained by the centre.
6. The diagnostic centre must agree for implementation of EMR / EHR as per standards
notified by Ministry of Health and Family Welfare, Govt. of India within one year of their
empanelment (if not already implemented).
7. The scope of services to be covered includes all age groups and genders with
resuscitation facilities at the place of investigation.
Page 19 of 27
8. Investigations can't be denied on the pretext of non availability of Specialists/non
functioning of equipments etc. failing which investigations may be got done from other
than Diagnostic centre and any excess payment made to the other centre for this
purpose will be deducted from the pending bills/Security money.
9. The approved diagnostic centre shall have to make necessary arrangement at its own
cost to deliver the reports of routine investigations.In emergency cases reports may
also be asked to be communicated telephonically/emailed to the Specialists/ CMOs,
followed by submission of reports on next working day. One copy of Report shall be
enclosed along with the bills.
10. All the reports to be signed by concerned branch Specialist/ Super specialist and to be
delivered within 24 hours.
11. The investigations having CGHS rates will be paid as per prevailing CGHS approved
rates of nearest city. An indicative list of such investigations are available online. The
rates of investigations which are not covered under CGHS rates will be paid as on 15%
discount on empanelled centre rate list .
12. The investigations rate not available in CGHS List but available in AIIMS List, AIIMS
rate will be applicable
13. If any test which is not available in CGHS list presently but included in CGHS list
subsequently, will be paid as per CGHS rate.
14. The diagnostic centre rate list for general public has to be submitted along with EOI
document and also with agreement during award of contract which will remain valid till
completion of the contract period and extended period (if any).
15. Anaesthetist should be made available for giving short general anesthesia to adult and
pediatric patients at no extra charge if required.
16. Facilities for emergency resuscitation should be available.
17. In case of emergency, facilities should be provided for the emergency services beyond
the regular official hours of Diagnostic centre.
18. The Diagnostic Center will provide services on cashless basis to the insured person and
dependant family members and staff of ESIC both in-service and pensioners.
19. Necessary facilities for patient like water cooler, AC’s/ Air cooler should be provided by
the Diagnostic center to ESI beneficiaries, the waiting hall of the patient should be
properly furnished.
20. In case of any natural Disaster/epidemic the diagnostic center shall fully cooperate with
ESIC and will convey/reveal all the required information, apart from providing services.
Page 20 of 27
21. The Diagnostic Center will investigate the ESI beneficiary patient only for the condition
for which they are referred with permission.
22. Patient will be referred with proper referral form, duly signed by Competent Authority.
Submission of original referral form is necessary for claiming of bill.
23. The Diagnostic center will not refer the patient to any other center/ hospital without prior
permission of ESIC Competent Authority. The permission may be given as per the
discretion of Competent Authority.
24. Any change in the doctors or Specialists or Super-specialists on roll in the center must
be informed immediately.
25. The Diagnostic center shall have to make necessary arrangement at his cost to deliver
the reports of investigations signed by the competent authority by next day at the
hospital. In emergency cases reports may also be asked/communicated
telephonically/emailed to the Specialist/ CMO and followed by submission of reports on
next working day. One copy of Report shall be enclosed along with the bills.
26. Empanelled centres to provide CD for the Oncology cases and on request for other
cases, if required.
27. Transportation to be provided by the empanelled centre for Indoor patients.
NOTE:- All the general terms & conditions for company/firm services will be binding for
services wherever applicable.
9. LEGAL AND FINANCIAL IMPLICATIONS
1) Commitments of Bidders: The Bidder commits himself to take all measures necessary
to prevent corrupt practices, unfair means and illegal activities during any stage of his
Bid or during any pre-contract or post-contract stage in order to secure the contract or
in furtherance to secure it.
2) Fall Clause: The Bidder undertakes that he has not supplied/is not supplying the similar
items/services at a price lower than that offered in the present Bid in respect of any
other Ministry/Department of the Government of India/ institution and if it is found at any
stage that the item/service was supplied by the Bidder to any other Ministry/Department
of the Government of India/institution at a lower price, then that very price will be
applicable to the present case and the difference in the cost would be refunded by the
Bidder to the Buyer, if the contract has already been concluded.
3) Examination of Books of Accounts: In case of any allegation of violation of any
provisions of this Integrity Pact or payment of commission, the Buyer or its agencies
shall be entitled to examine the Books of Accounts of the Bidder and the Bidder shall
Page 21 of 27
provide necessary information of the relevant financial documents in English and shall
extend all possible help for the purpose of such examination.
4) Law and Place of Jurisdiction: This Pact is subject to Indian Law. The place of
performance and jurisdiction is the seat of the Buyer i.e. Chandigarh or as decided by
the BUYER.
5) 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 extant
law in force relating to any civil or criminal proceedings.
Regional Director
Page 22 of 27
10. TECHNICALBID
1. APPLICATION FOR 1. RADIOLOGICAL SERVICES
2. LBORATORY SERVICES.
2. AREA OF SERVICE TO BE APPLIED FOR
1. ESIC MODEL HOSPITAL, CHANDIGARH.
2. ESIC MODEL HOSPITAL, LUDHIANA
3. ESIC DCBO, RAJPURA
4. ESIC DCBO, BARNALA
5. OTHER, IF ANY
3. Name of the Diagnostic centre and name of the firm_____________________________
4. Date of start of establishment & registration number with validity period (Attach Proof) (as applicable) ______________________________________________________________
(In case, services discontinued at any time after establishment, mention the period(s)
5. Registered Address of the Centre(Attach Proof)_____________________________
6. Telephone, FAX, E-mail, Mobile phone number____________________________
7. Demand Draft number & amount________________________________________
8. PAN number (Attach Proof)___________________________________________
9. GSTIN (Attach Proof) (as applicable) ___________________________________
10. ESI employer code (Attach Proof) (as applicable) __________________________
11. EPFO employer code (Attach Proof) (as applicable) ________________________
12. Name and contact detail of Nodal Person with
designation_________________________________________________________
13. AERB/BARC accreditation Number (Attach Proof) _________________________
14. Account Details(Attach cancelled cheque as proof)
Name of Bank & Branch_____________________________
A/c no. ______________________________Branch Code_________________
IFS Code______________________MICR Code__________________________
15. Turnover during last 2 financial years i.e. 2016-17 and 2017-18 (Attach copies of audited Balance Sheets)
16. NABH/NABL Certificate (Attach Proof)_____________________________________
Financial Year Income (Rs.) Expenditure ( Rs.) Net Profit/Loss (
Rs.)
2016-17
2017-18
Page 23 of 27
17. Valid contract licence number (Attach Proof) (as applicable) ____________________
18. Valid factory licence/shop & establishment licence number (Attach Proof) (as applicable)
____________________________________________________________
19. Valid trade licence number (Attach Proof) (as applicable)_______________________
20. All equipments available (Attach List with specifications, model and make) Yes/No
21. Registration, numbers of specialists and Specialists with degrees (Attach Proof)
____________________________________________________________________
22. Registration numbers of Technicians with degrees (Attach Proof)
____________________________________________________________________
23. Registration number under PNDT Act (Attach copy) (where applicable)
____________________________________________________________________
It is certified that the particulars given above are true to the best of my/our knowledge and belief and nothing has been concealed or wrongly stated. In case, at any stage any fact turns out to be wrongly stated or concealed by me, I will be liable for legal action apart from fine
imposed on me by the Regional Director.
SIGNATURE & STAMP OF BIDDER
Page 24 of 27
ANNEXURE I
UNDERTAKING
(On Non judicial stamp paper of Rs 20 duly notarized)
I/We undertake as under:
That I/We, the undersigned hereby certify that I/We have gone through the
terms and conditions mentioned in the EOI document carefully and have
understood the same. I/We undertake to comply with/abide by them
unconditionally.
That the rates quoted by me/us are valid and binding upon me/us for the
entire period of the contract and extended period, if any.
That I/ We give the rights to Regional Director to forfeit the EMD deposited by
me/us in case of violation of any term and condition governing the EOI
process.
That there is no vigilance/ CBI case/ Court case pending against my/ our
company/ firm/ Agency in India or abroad including under PNDT Act as on the
date of publishing of e-tender advertisement.
That the company/firm/Agency has never been indicted/ debarred for any
criminal, fraudulent or corrupt activity and has never been blacklisted or
debarred or both ever by any department/Ministry of Govt. of India or any
other body in India or abroad including under PNDT Act.
That my/our company/firm/Agency is in compliance with all the statutory
obligations under the all state and central Acts applicable to my/ our
company/ firm/ Agency and that I/ we will keep complying with all the present
and future statutory obligations under the central and States Act.
That on inspection, if any article or service is found not as per order, it shall
be replaced by me/us immediately as soon as possible to prevent any
inconvenience to the Hospital at my/our own expense.
Page 25 of 27
That I/we am/are bound to ensure uninterrupted Radiological and other
Super-specialty Investigations Services all the time to the Hospital in any
circumstances, else alternate arrangement will be made by me/us at my/our
own risk, expense and cost.
Certified that the HCO is NABH/NABL accredited.
OR
Certified that the HCO is Not NABH/NABL accredited. In case this Non
NABH/NABL HCO is empanelled provisionally, the HCO shall get NABH/NABL
certification within 6 months to one year from the date of empanelment failing
which the empanelment shall stand cancelled without any further notice and
50% of the Bank guarentee will be forfeited.
Signature of Proprietor/ Manager/ Partner/ Director
Date: Full Name ___________________________
Place: Company’s Seal
Page 26 of 27
Checklist
S.No. Document For uploading
1. EOI document (signed and stamped) uploaded only
2. Duly signed & stamped Audited accounts statement (2016-17, 2017-18)
uploaded only
3. Duly signed & stamped Registration /incorporation certificate uploaded only
4. Duly signed & stamped EMD Uploaded and
hard copy
5. Duly signed & stamped Pan card uploaded only
6. Duly signed & stamped Technical Bid format uploaded only
7. Duly signed & stamped Undertaking Uploaded and hard copy
8. Copies of AERB registration, PNDT registration etc. and any
mandatory registration where applicable.
uploaded only
9. Duly signed & stamped Registration of specialists /super-
specialists/Technicians
uploaded only
10. Duly signed & stamped Registration of Center, if applicable. uploaded only
11. Equipment list uploaded only
12. List of investigation rate of the Centre uploaded only
13. Bank Account detail uploaded only
14. Dully signed and stamped copy of Registration of PNDT Act. uploaded only
15. Dully signed and stamped copy registration of GST. (where
applicable)
uploaded only
16. Dully signed and stamped NABH/NABL certificate uploaded only
17. Duly signed and stamped latest Medical Council Registration
certificate of doctors
uploaded only
18. Authority Letter to sign the e-tender documents (If signed by other
than Manager/Director/Proprietor/ Partner, as the case may be).
uploaded only
19. Authority Letter to attend EOI opening process (If other than the
Bidder).
uploaded only
20. PPCB authorization letter for BMW management uploaded only
Page 27 of 27
21. Fire safety clearance certificate from concerned Govt. authority uploaded only
22. Duly attested ESIC Registration Certificate. uploaded only
23. Duly attested EPFO Registration Certificate. uploaded only
** All the above documents to be uploaded only except for following which are
to be put in Drop Box
i. Duly signed and stamped EMD
ii. Undertaking on stamp paper
************************************