Gujarat Medical Services Corporation Limited … FOR PROPOSAL (RFP) SELECTION OF CONSULTANT FOR...
Transcript of Gujarat Medical Services Corporation Limited … FOR PROPOSAL (RFP) SELECTION OF CONSULTANT FOR...
R E Q U E S T F O R P R O P O S A L ( R F P )
SELECTION OF CONSULTANT FOR TECHNICAL SUPPORT TO GUJARAT
MEDICAL SERVICES CORPORATION LIMITED (GMSCL)
IN PREPARATION OF
COMPREHENSIVE DRUG PROCUREMENT MANUAL
(& RELATED ACTIVITIES FOR STRENGTHENING PROCUREMENT AND SUPPLY CHAIN MANAGEMENT (PSM) SYSTEM OF DRUGS AND
COMMODITIES)
FOR
THE GUJARAT MEDICAL SERVICES CORPORATION LIMITED (GMSCL)
INCLUDING ITS REGIONAL WAREHOUSES
Gujarat Medical Services Corporation
Limited (GMSCL) (A Government of Gujarat Undertaking)
GOALS OF THIS REQUEST FOR PROPOSAL (RFP):
Gujarat Medical Services Corporation Limited invites proposals from interested bidders
to provide technical support to Gujarat Medical Services Corporation ltd. (GMSCL) in
preparation of Comprehensive and collaborative Drug Procurement Manual & related
activities for strengthening Procurement and Supply Chain Management (PSM) Systems
of Drugs & Commodities for GMSCL and its regional warehouses.
1 Project Title Selection of consultant for technical support to
Gujarat Medical Services Corporation ltd. (GMSCL) in
preparation of Comprehensive Drug Procurement
Manual & related activities for strengthening
Procurement and Supply Chain Management (PSM)
Systems of Drugs & Commodities for GMSCL and its
regional warehouses.
2 Project Initiator
Details
Managing Director,
Gujarat Medical Services Corporation Limited,
Block No. 14, First Floor, Dr. Jivraj Mehta Bhavan, Sector-
10, Gandhinagar
3
Department Health & Family Welfare Department
4
Contact Person Ms. Jyoti Pandya
Deputy General Manager (Drug Procurement/QC),
Gujarat Medical Services Corporation Limited,
Block No. 14, First Floor, Dr. Jivraj Mehta Bhavan, Sector-
10, Gandhinagar
5
Contact Person
(Alternate)
Mr. Vikas Patel (Manager Logistic and supply chain)
Gujarat Medical Services Corporation Limited,
Block No. 14, First Floor, Dr. Jivraj Mehta Bhavan, Sector-
10, Gandhinagar
6 Website https://gmscl.gujarat.gov.in
7 Address for
proposal
submission
(Physical copy):
Submission of proposals in original should be
addressed to:
Managing Director,
Gujarat Medical Services Corporation Limited, Block No.
14, First Floor, Dr.Jivraj Mehta Bhavan, Sector-10,
Gandhinagar
1.1 Background
To ensure access to free essential drugs to the citizens of Gujarat, the State Government
formed Central Medical Stores Organization, which was later transformed into Gujarat
Medical Services Corporation, as per GR MSP/102012/58/G dated on 20 July 2012 as
an autonomous body, to ensure timely procurement & distribution of drugs and
medical equipment for all the State Health Institutions.
With the view to match the changing demands and pace of development in the
sector, CMSO was transformed into “Gujarat Medical Services Corporation
Limited” (GMSCL) as an autonomous body and was incorporated under companies act,
for systematic procurement, inventory management, Management information system
and to infuse professional management with establishment, development and
strengthening the use of information technology in medical store organization.
To further strengthen the supply chain and logistics of drugs, GMSCL wishes to
engage a consultant to guide in formulation of comprehensive procurement manual and
related activities as detailed in this bid document for which this RFP is being floated.
1.2 Schedule of the bidding process:-
The following Table enlists important dates and timelines for completion of bidding
activities:
S.
No Event
(dd-mm-yyyy)
Time
( hh:mm)
1. Release of Request for
Proposal(RFP) 15/3/2017
2. Last date of Receiving Queries/
Clarifications (RFP) 28.03.2017
3. Pre-Bid 30.03.2017
4. Last date of written representation
by interested bidders 03.04.2017
5. Approximate date of uploading of
Corrigendum (if any) 07.04.2017
P A R T I : I N T R O D U C T I O N
6. Last date for online Submission of
bid 15.05.2017 (4.00 PM)
7. Last date of physical submission 16.05.2017 (6 PM)
8. Opening of Technical Bid
17.05.2017 (12.00 PM)
at GMSCL Head Office,
Block No. 14/1, JM
Bhawan, Sector 10,
Gandhinagar
9. Opening of Commercial Bid To be informed later
10. Declaration of Short listed Firms To be informed later
1.3 DEFINITIONS:
1. "The Purchaser" means the Managing Director, GMSCL
2. "The Tenderer / bidder" means the company that participates in the tender and
submits its bid.
3. "The services" means all the services which the bidder is required to provide to
the Purchaser under the contract.
4. "Letter of Intent (LOI)" means the written communication to the successful
Tenderer of the intention of the purchaser for the purchase of services as per the
Purchase / work order read with the tender documents.
5. "Purchase / Work Order" means the written order signed by the Purchaser for the
purchase of goods/services after the LOI has been accepted by the successful
bidder. It shall include all the attachments and appendices thereto and all the
documents incorporated by the reference therein. This along with the letter of
Intent and tender documents shall constitute the contract.
6. "The Contract Price" means the price payable to the tenderer under the Purchase
Work Order for the full and final compliance of his contractual obligations.
The objective of this RFP is to solicit proposals from the interested bidders Individual
Consultant / Consultation firms) for participation in a bid process for selection of
Consultant for preparation of Comprehensive Drug Procurement Manual & related
activities for GMSCL and its regional warehouses.
2.1 General Terms of Bidding:-
Detailed description of the objectives, scope of services, Deliverables and other
requirements relating to this Consultant are specified in this RFP. In case an applicant
possesses the requisite experience and capabilities required for undertaking the
Consultant, it may participate as an Individual Consultant / Consultation firm in a bid
process for selection of Consultant for preparation of Comprehensive Drug Procurement
Manual & related activities for GMSCL and its regional warehouses.
The Applicants are advised that the selection of Consultant shall be on the basis of
an evaluation by the Authority through the Selection Process specified in this RFP.
Applicants shall be deemed to have understood and agreed that no explanation or
justification for any aspect of the Selection Process will be given and that the Authority’s
decisions are without any right of appeal whatsoever. An applicant is eligible to submit
only one bid for entire assignment.
The Bid and all communications in relation to or concerning the Bidding Documents and
the Bid shall be in English language.
The Bidding Documents including this RFP and all attached documents are and
shall remain the property of the Authority and are transmitted to the Bidders solely for
the purpose of preparation and the submission of a Bid in accordance herewith. Bidders
are to treat all information as strictly confidential and shall not use it for any purpose
other than for preparation and submission of their Bid. The Authority will not return any
Bid or any information provided along therewith.
2.2 RFP ISSUING AUTHORITY:
This RFP is being issued by the Gujarat Medical Services Corporation Limited, intended
to short-list potential bidders. Purchaser’s decision with regard to the short-listing of
P A R T I I : I N S T R U C T I O N T O T H E B I D D E R
bidders shall be final and the Purchaser reserves the right to reject any or all the bids
without assigning any reason.
2.2 AVAILABILITY OF THE RFP DOCUMENTS:
RFP can also be downloaded from the https://gmscl.gujarat.gov.in and
https://gmscl.nprocure.com. The bidders are expected to examine all the instructions,
forms, terms, project requirements and other details in the RFP document. Failure to
furnish complete information as mentioned in the RFP documents or submission of a
proposal not substantially responsive to the RFP documents in every respect will be at
the bidder's risk and may result in rejection of the proposal.
2.3 Cost of bidding
Value of tender: The estimated value of tender is set to be Rs. 25,00,000/- (Rs.
Twenty five lac only)
Bid Processing Fees: The consultants would be required to pay Rs 1500/- (Rs.
Fifteen Hundred only) as bid processing fees in the form of demand draft in
favour of Gujarat Medical Services Corporation Limited. The demand draft must
be submitted along with the Proposal. Proposals not accompanied by bid
processing fees shall be rejected outright as non-responsive. The bid processing fees
is non-refundable.
The Bidder shall furnish, as part of his bid, a Bid Security / Earnest Money for Rs.
75,000 (Rs. Seventy Five Thousand only).
The Bid Security /Earnest Money is required to protect the Purchaser's interests
against the risk of bidder's conduct, which would warrant forfeiture of the security.
The Bid Security / Earnest Money shall be furnished as follows:
EMD should be paid in form of Demand Draft in favor of Managing Director, GMSCL,
Gandhinagar drawn on any bank in Gandhinagar OR irrevocable Bank Guarantee issued
by Nationalized Bank including the Public Sector Bank / Private Sector Bank / Regional
Rural Bank of Gujarat / Co-operative Bank of Gujarat mentioned in G.R.No.
EMD/10/2015/508/DMO, Dt. 27/04/2016 of Finance Department, Govt. of Gujarat as
amended from time to time will be followed. The DD/BG should be issued by bank after
the date of advertisement of tender enquiry.
No bidder shall be exempted from the requirement of Bid Security / Earnest Money
except as provided under Gujarat State Purchase Policy 2016.
A bid not secured in accordance with the provisions of this RFP shall be summarily
rejected at the time of bid opening as a non-responsive bid.
The amount deposited as Bid Security / Earnest Money shall carry no interest during
the entire period it remains with the purchaser.
The Bid Security / Earnest Money of the unsuccessful bidder(s) shall be refunded
only after the successful completion of the tender process.
The Bid Security / Earnest Money of the successful bidder shall be retained by the
purchaser till the tenderer accepts the purchase order and deposit performance
security / Bank guarantee.
On specific written request by the tenderer whose tender is accepted and on
acceptance of request by the Purchaser, Bid Security / Earnest Money may be
adjusted in performance security after acceptance of purchase order by the Tenderer.
2.4 The Bid Security / Earnest Money shall be forfeited: -
If a bidder withdraws his bid during the period of bid validity as specified by the bidder
on the Bid form.
OR
In case of a successful bidder, if the bidder fails to sign the contract in accordance to the
relevant clauses of the tender document(s).
OR
If the information / documents furnished by the bidder are found to be untrue or false
or manipulated.
2.5 Performance Security / Security Deposit:
Successful tenderers have to pay security deposit @ 5% of the value of the contract in
the form of Demand Draft in the name of Managing Director, Gujarat Medical Services
Corporation Limited drawn on any bank in Gandhinagar or Ahmedabad/ irrevocable
bank guarantee issued by Nationalized Bank including the Public Sector Bank / Private
Sector Banks authorized by RBI to undertake State Government Business / Commercial
Bank / Regional Rural Bank of Gujarat / Co-operative Bank of Gujarat mentioned in
G.R.No. EMD/10/2015/508/DMO, Dt. 27/04/2016 of finance Department, Government
of Gujarat as amended from time to time will be followed. Bank Guarantee valid for a
period not less than 9 months at the time of entering into agreement for the
performance of the contract and same to be extended by contractor as and when desired
by GMSCL.
2.6 PREPARATION OF BIDS
2.6.1. TECHNICAL BID:
The bidder shall have to submit technical bid physically as well as upload a soft copy
of the documents on Nprocure. The sealed envelope containing Technical Proposal
must indicate clearly as “TECHNICAL PROPOSAL”. The outer envelope shall bear the
title of the assignment “Selection of consultant for technical support to Gujarat
Medical Services Corporation ltd. (GMSCL) in preparation of Comprehensive Drug
Procurement Manual & related activities for strengthening Procurement and
Supply Chain Management (PSM) Systems of Drugs & Commodities for GMSCL and
its regional warehouses.” No document will be accepted after tender is opened.
CONTENT OF TECHNICAL PROPOSAL
The bidder shall provide documentary evidence that it meets all the eligibility conditions
as given in the RFP. Technical Proposal should be prepared considering the Terms of
Reference, Detailed Approach and Methodology, Activity Schedule and Deliverables,
Time period and any other information to highlight the capability of the certification
body.
The technical proposal of the bidders should contain the following minimum
information. Bidders are free to provide, any other information that they deem fit
and relevant in support of their bid.
Section-1: Description of the Approach, Methodology and Work Plan (Not more
than 10-15 pages)
Technical Approach and Methodology: In this chapter you should explain your
understanding of the TOR and the proposed methodology for carrying out the
activities. You should explain the technical approach you would adopt and explain
the methodology you propose to adopt and highlight the compatibility of the
methodology with the proposed approach.
Section- 2: Staffing of the team for this assignment.
In this chapter you should propose the structure and composition of the team (e.g.,
Team Leader, Advisor, Consultant, Associate consultant & field investigators etc .)
which will be deployed for this assignment along with their curriculum vitae (CVs),
highlighting years of experience as required in this project. Names of persons who
are working on temporary / consultant basis should be included in this list too
mentioning their role as temporary.
In nutshell, following are the components of Technical Bid
(a) Brief description about the bidder.
(b) Experience: In addition to overall experience of the bidder, details
of specific projects or studies undertaken may be provided
including assignment or project name, description of services
provided, approximate value of assignment, country and location,
duration of assignment, name of client, starting and completion
dates, names of associates (other than employees), if any.
Experience of helping Government Departments or Public Sector
Undertakings or large Public Limited Organisations in formulating
Procurement Manual and streamlining Procurement & Supply Chain
may be specifically mentioned.
(c) Approach
(d) Methodology
(e) Work Plan and Schedule
(f) Team size
(g) Profiles of various team members
Please enclose all the documents as required in absence of which the
purchaser shall treat the Tenderer as having no / inadequate capability and
therefore not eligible for taking up the work of this tender.
The purchaser reserves the right to verify the correctness of such details
provided by the Tenderer in whatever manner it considers fit and
appropriate.
The bidder shall properly fill, sign and stamp all the documents as per the
formats given in the annexure provided along with the tender document.
The bidder shall furnish as part of his bid, all supporting documents self-
attested as "True Copies" and duly signed & stamped by authorized signatory
of the company (plus notarized wherever required as per the bid document).
Bid Security / Earnest Money in accordance with should be enclosed with
Technical Bid
All the above details and their supporting documents are part of "Technical
Bid"
2.6.2 PRICE /COMMERCIAL BID
Offer of price bid in physical form will not be accepted and any such offer if received by
GMSCL will be out rightly rejected. Commercial bid shall be submitted ONLINE only.
Submission of Commercial Bid or rates in any other format physically would lead to
summary rejection of bid.
All taxes and levies should be included in the quoted price. The bid submitted with
conditional prices shall be rejected. The prices should be given in figures and words. No
over writing is allowed. No travel expenses, Boarding & Lodging or any other expenses
will be given to the bidder or their staff for execution of the tender. It should be
budgeted in the financial proposal. If there is a discrepancy between words and figures,
the amount in words shall prevail.
2.7. PERIOD OF VALIDITY OF BIDS
A bid shall remain valid for 90 days after the date of opening of technical bid(s). A
bid valid for a shorter period shall be rejected.
In exceptional circumstances, the Purchaser may seek the bidders consent for
extension of the period of validity of bid(s). The request and the responses there
to shall be made in writing.
The Bid Security / Earnest Money provided shall also be suitably extended. A
bidder shall however, has the right to refuse for an extension without any risk to
his Bid Security / Earnest Money. A bidder conceding to the request for extension
of time shall, however, not be permitted to modify his bid.
2.8 AMENDMENT TO THE BID DOCUMENTS The purchaser, for any reason, whether at its own initiative or in response to the
clarification(s) sought by the prospective bidder(s) may, at any time, prior to the last
date for submission of the bids amend the bid documents. These modifications /
amendments shall be binding on all concerned. To allow the prospective bidders
reasonable time for preparing the bids after taking into account the modification(s)
/amendments, the purchaser, at its discretion, may extend the date for submission of the
bids.
2.9 FORMATS AND SIGNING OF BID
2.9.1 Format of Bid
i. The original Bid shall be typed and signed by the bidder or a person or persons
duly authorized to bind the bidder to the contract. All pages of the bid shall be
signed by the person or persons signing the bid.
ii. The bid shall contain no erasures or overwriting except as necessary to correct
any errors made by the bidder in which case such corrections shall be signed
by the person or persons signing the bid.
2.9.2 SIGNING OF BID i. A person signing the bid form or any document forming the part of the contract
on behalf of the team/ firm shall be deemed to be having authority to sign the
document. If however, found to be otherwise, the purchaser, may, without
prejudice to other civil and criminal remedies, cancel the contract at the risk
and cost of such person and hold him liable for all costs and damages arising
from the cancellation of the contract including any loss which the purchaser
may suffer on account of execution of contract / intended contract.
2.10. CLARIFICATION OF TENDER DOCUMENTS
A prospective bidder, requiring any clarification(s) of tender documents may notify
the Purchaser in writing by post at the Purchaser's mailing address or deliver in person
at least three days before the date of pre-bid conference. The terms and conditions given
in the tender document, if in conflict with other terms given in tender document, should
be brought to the notice of the Purchaser & clarifications sought. The prospective
bidders should attend pre-bid conference for their clarifications, if any. All the
prospective bidders must register their name and other particulars before the start of
pre-bid conference. No request for clarifications shall be entertained after pre-bid
conference.
2.11. VENUE AND DEADLINE FOR SUBMISSION OF PROPOSALS:
Proposals, in its complete form in all respects as specified in the RFP, must be submitted
to the GMSCL at the address specified above, in exceptional circumstances and at its
discretion, extend the deadline for submission of proposals by issuing an addendum to
be made available on the their website, in which case all rights and obligations of
Corporation and the bidders previously subject to the original deadline will thereafter be
subject to the deadline as extended.
2.12. MODIFICATON(S) OR WITHDRAWAL OF BIDS
The bidder(s) cannot modify or withdraw the bid after submission of bid.
2.13. SUMMARY REJECTION OF BIDS
One or more of the following reasons / omissions will render a bid liable to summary
rejection:
i. Bid received late.
ii. A bid not accompanied by required Bid Security / Earnest Money along with
Technical bid.
iii. The bid(s) of those bidder(s) who do not have adequate capabilities as given in
eligibility conditions to bid.
iv. A bid, from an authorized bidder, not accompanied by a documentary proof
establishing itself eligible.
v. Bid received unsealed.
vi. Conditional bid or bid received with validity for a short period than prescribed.
vii. Bid in which details have not been quoted in the manner specified in the bid form.
viii. Non-receipt of clarification in time.
ix. Influencing the evaluation of bids.
x. Not providing the information as per the formats given along with the bid
document.
xi. The Purchaser reserves the right to disqualify such bidders who have a record of
not meeting the contractual obligations against earlier contracts entered into with
the Purchaser or with other state or central govt. organization(s).
2.14. INFLUENCING THE EVALUATION OF BIDS & AWARD OF CONTRACT:
No bidder shall attempt to influence the Purchaser on any matter(s) relating to the
tender. Any attempt to influence the purchaser, through any person whomsoever and in
any manner whatsoever, in the submission, evaluation and comparison of the bid(s) and
in award of the contract shall result in summary rejection of the bid(s) of such bidder(s).
3. Introduction
3.1 BACKGROUND
The 2030 agenda for sustainable development has major implications for health
monitoring. It also puts strong emphasis on country follow-up and review processes as
the basis for accountability. The main text of the SDG declaration endorsed by heads of
government in February 2015 puts UHC at the centre of the overall health goal, and
makes progress towards the UHC target a prerequisite for the achievement of all the
others. Accessible, affordable and availability of medicines play vital role in the efficient
delivery of health care system.
Despite improvements in recent decades, the availability of essential medicines at public
health facilities is often poor. Recent data show that, for selected essential medicines,
median availability was only 60% and 56% in the public sector of low-income and
middle-income countries respectively. Availability may be better in the private sector
but is still suboptimal at 66% and 67% respectively (WHO Health Statistics 2016).
Health care costs are more impoverishing than ever before and almost all
hospitalizations, even in public hospitals leads to CHE and over 63 million people are
facing poverty every year due to health care costs alone. Healthcare access in India is
affected with 70:70 paradox; 70 per cent of healthcare expenses are incurred by people
from their pockets, of which 70 per cent is spent on medicines alone, leading to
impoverishment and indebtedness (golecha M). As per the Commission's expert group
on universal health coverage, it is estimated that an increase in the public procurement
of medicines from around 0.1% to 0.5% of GDP would ensure universal access to
essential drugs, greatly reduce the burden on private out-of-pocket expenditures and
increase the financial protection for households." for strengthening and smooth
functioning of the Authority and hence the need was felt for hiring services of qualified
consultant.
P A R T I I I : S C O P E O F S E R V I C E S
3.2 SPECIFIC CONTEXT:
Availability and accessibility of medicines, vaccines are critical for a robust
healthcare system. Today, the discourse on public health needs to focus not just on
access, but also on affordable and equitable access to medicines, vaccines for all.
There are, however, several barriers to access to medicines, vaccines, viz. inadequate
public expenditure, inefficient public procurement and supply chain system,
insufficient financial risk protection, ineffective regulation and so on.
A well functioning supply chain is a vital component to increase the accessibility of
essential drug to the needy. Further, this affects largely to the health and socio-
economic indicators of the state. A reliable supply-chain consists of a system of
procurement and logistics. It is important that essential medicines are procured in
sufficient quantities at the lowest possible prices to secure maximum therapeutic
value to the largest number of beneficiaries, given the resources at hand. An efficient
procurement system involves: (i) preparation of an essential medicines list, that will
form the basis of the medicines to be procured; (ii) assessment of the quantity of
medicines to be procured or demand forecasting; (iii) procurement of medicines; (iv)
quality assessment; (v) supply-chain management including stores, inventory
management & distribution & it’s rational use and (vi) prompt payment to the
suppliers. One of the important ways to strengthen the supply chain is to manage the
supply chain operation in a way that maximizes efficiencies. Configuring a flexible,
adaptable and expandable supply chain helps timely response to the demands for
supplies. Adequate Planning, Procurement, Transportation, Warehousing and
Distribution are the most important components of supply chain of commodities, to
ensure that appropriate supplies in good condition and in the amounts
requested are delivered to the right places at right time.
3.3 PURPOSE
In order to improve the procurement and supply chain efficiency further, to improve
availability and access to essential medicines in Gujarat under the leadership of
GMSCL, there is a need to carry out the rapid assessment of Procurement and supply
chain (PSM) cycle to identify the possible risk areas (bottleneck analysis) in the PSM
cycle to understand the adequacy of policies, processes, practices and physical
infrastructure of essential drugs supply chain system and to find out various ways to
mitigate these by taking suitable remedial measures.
3.4 Scope of work and deliveries:-
In order to enhance the efficiency and effectiveness of overall supply chain management
system, GMSCL intends to appoint a consultant to conduct a detailed study for
assessment of Procurement and supply chain management system of drugs and develop
practicable and cost effective Procurement and SCM capacity development. The study
will include assessment of current state of Procurement and SCM along with gaps,
recommendations on overall Procurement and SCM system (considering all components
of Procurement and supply chain management system, details of the same is provided in
subsequent section) along with implementation strategy, phasing and budgetary
estimates.
To carry out bottleneck cum risk analysis on PSM of drugs and commodities
including drug utilization studies by using standard tools and suggesting roadmap
/ make recommendations for a more effectively functioning procurement and
supply chain (PSM) system with definite time frames for completion (instant,
short, medium and long term) with cost implications.
To assist the State Level EDL Committee in carrying out revision of existing EDL
and preparing facility specific EDL for procurement by GMSCL.
To assist the State Level Committee in carrying out drug utilization studies
through prescription audit, ABC & VED analysis and suggest roadmap / make
recommendations for efficient use of medicines.
To prepare Procurement and supply chain management (PSM) manual
incorporating all best practices and for all levels of supply chain and suggesting
standardized procedures for entire procurement and supply chain process,
keeping in view current scenario and practicability.
PS: The PSM Manual must incorporate all aspects relevant to Supply
Chain Management of drugs for Gujarat State covered in 'The
Logistics Handbook: A Practical Guide for the Supply Chain
Management of Health Commodities" published under the USAID
project. Apart from this, all issues pertaining to Supply Chain Policy
must be clearly stated in the manual, including but not limited to
mechanism of placement of orders based on ABC / VED
classification, Supply Scheduling, transportation, logistics and
storage protocols, standardized procedures and formats for
inspections and supervision etc.
To prepare detailed guidelines on ideal infrastructure for warehouse so that
gap analysis may be conducted and steps be taken for improvement (including
but not limited to):
o the requirements for warehouse / storage facility at all levels
o the level of quality standard of existing storage facility at all levels
o the space requirements for various products in all stores including cold
storage facilities
o guidelines on transportation and distribution systems including cold chain
transportation
To devise effective strategy and SOPs for conducting an effective market survey to
arrive at the reasonability of rates for the product so as to get Value for Money
(VfM). This should include listing out of all components of an effective Market
Survey. Also to suggest mechanisms for identification of potential vendors and
empanelment procedure.
To design program and training plan for all staff involved in PSM for future
trainings
3.5 Suggested Methodology And Deliverables To Be Accomplished:
This rapid assessment will have both desk review and field visit to regional
warehouses and corresponding warehouses at district, sub district and block level
and visits to selected PHCs, Sub centers. The objective of the data gathering is to
identify the main procurement and supply chain bottlenecks and identify the risk
areas in the PSM cycle and not to collect sufficient supply chain data for statistical
analysis. Therefore the selection of places and focus will be risk-based (purposive
sampling).
This assessment will have three phases and methodology that will be followed as under:
3.6 PHASE 1: PLANNING 3.6.1 Desk review and preparation of tools for PSM rapid assessment followed by
Interview with key officials at State HQ (GMSCL) / District / Block level
officials dealing with procurement and supply chain including other
stakeholders of PSM process for:
Current status and working pattern of GMSCL
Demographic data and district profiles.
Understanding of essential drugs supply chain system of Gujarat.
Preparing situational analysis of PSM system.
Information and documenting supply chain system of Gujarat and supply chain
planning including supplies by different agencies and schemes.
Drugs Forecasting system
Procurement systems and adopted procedures
Distribution and Transportation mechanism.
Warehousing arrangements and management.
Human resource engaged for procurement and supply chain.
Review of existing procurement and supply chain assessment reports.
3.6.2 Sampling
The objective is to understand the drug supply chain till the last point of usage and the
data collection is not intended to be statistically significant. Hence, sampling will be done
for Regional, District and block level using Purposive sampling.
3.6.3 Sites to be assessed (Minimum)
Regional warehouses –02 (Existing) and 01 (upcoming) District warehouses(CDHO) – 03 Medical College Warehouses - 03 District Hospital warehouse – 03 Sub-district hospital warehouses – 03 (1 in each district) Block level / CHC warehouses – 06 (2 CHC in each district)
3.6.4 Tool to be used
Standardized Risk Assessment matrix tool; Logistics Assessment indicator (LIAT) of
WHO-MSH and Prescription review / drug utilization studies tool of WHO for the
assessment.
3.6.5 Composition of the team
Bidder must have a team to work on the project whether the participant is an
individual consultant or a consulting firm.
In case the bidders is an individual consultant and has a team for the project, they
must not have a binding contract with any other firm / organization / institution
barring them to work on this project and an affidavit must be submitted along
with the bid documents in this regard. Any member of the team must not be a
member of another team participating in the bid or the bidders will be rejected.
Team should comprise as follows (minimum):
Sr. No.
Expert No. of Position
Qualification Experience
1. Team Leader 01 Doctorate degree in Medicine/Pharmacy /Management
Minimum 10 years of experience in the field of Procurement & Supply Chain Management.
Preference will be given to those, who have worked with Central or State Government Health Department / Medical corporations / bilateral or multilateral agencies or similar projects managed by these agencies. Team leader will be responsible for overall project deliverables & main person to liaise with GMSCL.
2 One Senior consultant
01 B. Pharm/ M.Pharm/ MBA / MPH / PG diploma in Health & hospital management / pharmaceutical management / procurement & Supply Chain Management
Minimum 5 years experience in pharmaceutical Procurement & Supply Chain management. Preference will be given to those, who have worked with Central or State Government Health Department / Medical corporations / bilateral or multilateral agencies or similar projects managed by these agencies and having experience managing research projects and data management.
3 One Associate consultant
01 B.Pharm / M.Pharm/ MBA / MPH / PG diploma in Health & hospital management / pharmaceutical management / procurement & supply chain management.
Minimum 3 years experience in Procurement and supply chain management.
If required, additional man power may be hired by the team depending on
requirement as per their plan & should be budgeted accordingly.
PHASE 2: FIELD VISITS, DATA COMPILATION & ANALYSIS: A. Field Visit The objective of the field visits will be
To Collect procurement and supply chain data in the structured format. Identify the main procurement and supply chain bottlenecks and risks in different
supply contexts. Timely delivery and adequacy of supply Stock outs / overstocking verification and understanding consumption pattern Compliance to First Expiry First Out (FEFO) principle Conduct interviews of key informants involved in the commodities supply chain
at field level. Conduct interviews with Department, region, district facility, Medical colleges,
CHC / Block level. Prescription review through review of sampled prescription, exit interviews with
patients, observation at drug dispensing counters. B. DATA COMPILATION & ANALYSIS
Data gathered through the mechanisms listed above will be used to map and
analyze the risk areas in the PSM cycle. If required a review / briefing workshop
can be organized with all stakeholders to gain feedback on preliminary findings,
and to further explore the supply chain processes. This will assist stakeholders to
clarify their understanding of the supply chain and identify major challenges
facing the commodities supply chain both now and in the future and the way
forward.
PHASE 3: DEVELOP AN ACTION PLAN:
Using the assessment described above, a suggestive action plan (instant, short,
medium and long term) has to be formulated by consultants for consideration of
GMSCL / Govt. of Gujarat with timeline, implementation plan and tentative budget
plan for putting recommendations into operation, that will help to improve
procurement and supply chain performance.
Improvement Plan development
In each of the categories of PSM cycle, a priority will be defined between 1 and 4
for each recommendation based on the score and criticality of indicator that affect
the essential commodities supply chain. These are listed below:
Risk Rating Nature of Action Time frame
1 Instant/Urgent To be implemented in next 3 months
2 Short To be implemented within the next 6 months,
3 Medium To be implemented within a year
4 Long To be implemented within the next 2 years.
3.7 TIME PERIOD:
The expected timeline for completion of this assignment is seven months from the
award of contract, including one month preparatory period and six months for the
completion of various stages of project.
AN INDICATIVE SEQUENCE OF ACTIVITIES TO BE PERFORMED PHASEWISE IS
STATED BELOW. THE CONSULTANT MAY FOLLOW THIS SEQUENCE OR MAY GO AS
PER HIS CONVENIENCE BUT ALL LISTED TASKS MUST BE COMPLETED IN THE
ASSIGNED PERIOD OF SEVEN MONTHS. THE PAYMENT STRUCTURE IS LINKED TO
THE INDICATIVE SEQUENCE SHOWN BELOW AND AS SUCH THE PAYMENTS WOULD
BE RELEASED ONLY AFTER ALL THE ACTIVITIES FOR THAT PARTICULAR PERIOD
ARE COMPLETE. THE DELAY PENALTY (AS PER CLAUSE 19) WOULD BE
CONSIDERED ONLY WITH RESPECT TO DELAY BEYOND SEVEN MONTHS FROM
AWARD OF CONTRACT.
Activities (Phase-wise) I II III IV V
Inception report including assessment tools & methodology and submission of work plan to GMSCL
Field visit as per sample plan, gap & risk assessment using the study tools / instruments, Preparation of Draft gap assessment Report & sharing for feedback
PS: DURING THE PERIOD OF STUDY, ALL TRAVEL AND LOGISTICS COSTS HAVE TO
BE BORNE BY THE BIDDER. HOWEVER, IF NEEDED BY THE SUCCESSFUL BIDDER,
GMSCL SHALL PROVIDE THE FOLLOWING DETAILS:
Authorization letter to conduct the study and to visit field including stores and to
interact with officials dealing with procurement and supply chain management
and necessary technical support at regional / district / sub-district level including
access to information on decentralized procurement & supply
Identification of Nodal person from GMSCL to coordinate on administrative and
logistics issues
Access to information on procurement and supply status of drugs and
commodities (2015-16, 2016-17) from GMSCL
Authorization to review existing PSM documents as applicable.
Any other support as required during the project period depending upon nature
of requirement
Submission of final Gap & risk assessment report to GMSCL, Preparation of PSM / QA manual including guidelines on ideal infrastructure for warehouse and submission to GMSCL
Completion of Drug utilization study through prescription audit, ABC & VED analysis & designing of road map for efficient use of medicines and Revision of existing EDL & preparation of revised facility specific EDL
Market survey & design market shaping strategy including but not limited to effective market survey for identification of potential vendors and empanelment procedure, product and price analysis for value for money (VfM); Design training program & training plan for all staff involved in PSM and submission of final report
4.1. CONDITIONS UNDER WHICH THIS RFP IS ISSUED:
(i) This RFP is not an offer and is issued with no commitment. GMSCL reserves the
right to withdraw the RFP and change or vary any part thereof at any stage.
GMSCL also reserves the right to disqualify any bidder, should it be so necessary
at any stage.
(ii) GMSCL reserves the right to withdraw this RFP if it determines that such action is
in the best interest of the Government.
(iii) Timing and sequence of events resulting from this RFP shall ultimately be
determined by GMSCL.
(iv) No oral conversations or agreements with any official, agent, or employee of
GMSCL shall affect or modify any terms of this RFP and any alleged oral
agreement or arrangement made by a bidder with any department, agency,
official or employee of Department shall be superseded by the definitive
agreement that results from this RFP process. Oral communications by GMSCL to
bidders shall not be considered binding on GMSCL, nor shall any written
materials provided by any person other than GMSCL.
(v) Neither the bidder nor any of the bidder’s representatives shall have any claims
whatsoever against GMSCL or any of their respective officials, agents, or
employees arising out of, or relating to this RFP or these procedures (other than
those arising under a definitive service agreement with the bidder in accordance
with the terms thereof).
(vi) Applicants who are found to canvass, influence or attempt to influence in any
manner the qualification or selection process, including without limitation, by
offering bribes or other illegal gratification, shall be disqualified from the process
at any stage.
(vii) Each applicant shall submit only one proposal. Alternative proposals are not
allowed.
P A R T I V : B I D D I N G T E R M S A N D C O N D I T I O N S
4.2. RIGHTS TO THE CONTENT OF THE PROPOSAL:
For all the bids received before the last date and time of bid submission, the proposals
and accompanying documentation of the proposal will become the property of GMSCL
and will not be returned after opening of the proposals. GMSCL is not restricted in its
rights to use or disclose any or all of the information contained in the proposal and can
do so without compensation to the bidders. GMSCL shall not be bound by any language in
the proposal indicating the confidentiality of the proposal or any other restriction on its
use or disclosure.
4.3. ACKNOWLEDGEMENT OF UNDERSTANDING OF TERMS:
By submitting a proposal, each bidder shall be deemed to acknowledge that it has
carefully read all the paragraphs of this RFP, including all forms, schedules and annexure
hereto, and has fully informed itself as to all existing conditions and limitations.
4.4 EVALUATION OF PROPOSALS:
The bidder's proposals in the bid document will be evaluated as per the requirements
specified in the RFP and adopting the qualification criteria spelt out in this RFP.
4.5 LANGUAGE OF PROPOSALS:
The proposal and all correspondence and documents shall be written in English.
4.6 RIGHT TO ACCEPT / REJECT ANY OR ALL BIDS:
The Purchaser is not bound to accept the lowest or any other Bid and reserves the right
to accept or reject any Bid, and to annul bidding process and reject all bids, at any time
prior to the award of the contract without assigning any reason(s) whatsoever and
without thereby incurring any liability towards the affected bidders on the ground. Since
this is a specialized and time bound project the purchaser can place work order to
eligible and commercially suitable tenderer even if a single bidder survives in the tender
process after the technical evaluation.
4.7 NOTIFICATIONS TO THE SUCCESSFUL BIDDER(S):
Before the expiry of the validity of bid, the Purchaser shall notify the successful
bidder(s), in writing by registered letter or by fax (to be confirmed in writing by
registered letter) about the acceptance of the successful bid(s).
4.8 THE EVALUATION OF PROPOSAL
The technical proposal will be evaluated as per the following criteria.
S. No
Description
Break up of
Maximum marks
Reference Document^ (Notarized copies to be
submitted)
1. Consultant's Responsiveness to the ToR, Appreciation of the Project and Suggested Methodology – Appropriateness, availability of expertise on proposed interventions, Innovation, Quality Assurance and Extent of Details
20 Marks 40 Marks
Presentation of the proposal before the evaluation committee 20 Marks
2 Skills & competencies 60 Marks 2.1 Professional Experience of Team Leader
Between 10 to 15 yrs (5 Marks) Above 15 years (10 Marks)
10 Marks Documents in support of experience
Professional Experience of Senior consultant Between 05 to 10 yrs (5 Marks) Above 10 years (10 Marks)
10 Marks Documents in support of experience
2.2 Team leader qualification a) Doctorate degree in Management/ Medicine(3 Marks) b) Doctorate degree in Pharmacy (5 Marks)
Senior consultant qualification a) B.Pharm/MBA/ MPH/ PG diploma in Health & hospital
management (3 marks) b) M.Pharm/ Master degree or PG diploma in
pharmaceutical management/ procurement & supply chain Management (5 Marks)
10 Marks Relevant Qualification Certificates
2.3 Prior experience of team leader in executing Pharmaceutical Supply Chain Consultancy projects with Central or State Government Health Department/Medical corporations/bilateral or multilateral agencies in India in the last five years:
Upto 3 projects (10 Marks) 4-6 projects (20 Marks) More than 6 projects (30 Marks)
30 Marks Contract or work orders indicating the details of assignment, client, value of assignment, date and year of award
Completion certificates/satisfaction reports of previous projects undertaken
submission of complete contact details (Telephone Number, address, organisation name) of the contact person where the work has been done is mandatory (need not be notarized)
Total 100 Marks
^Evaluation will be based on documentary evidence submitted by the applicant with respect to evaluation and selection criteria
**The Bidders (actual team members as per submitted bid) will have to make a 30 minute presentation before the technical
evaluation committee to explain their methodology and approach
Financials of only those firms receiving minimum of 70 marks (70%) out of the maximum 100 in technical evaluation will be
opened and the final selection will be made based upon the combined score ranking.
4.9 COMMERCIAL BID EVALUATION:
The Commercial bid evaluation would be on the basis of sum total of all costs (inclusive
of all taxes) and the bidder quoting the lowest price would be awarded the contract after
negotiations (if any)
4.10 ARBITRATION:
All disputes or differences whatsoever arising between the parties out of or relating to
the construction, meaning and operation or effect of this contract or the breach thereof
shall be settled by Jurisdictional Courts of Gujarat State and the reasoned award made in
pursuance thereof shall be binding on the parties.
If any dispute or difference of any kind whatsoever arises between the parties upon or in
relation to or in connection with or arising out of the Agreement, shall be referred to
arbitration. Arbitrator shall be an Officer of the Government and shall be appointed by
Managing Director. The decision of the sole Arbitrator will be final and binding on the
parties. The provisions of the Arbitration and Conciliation Act, 1996 shall apply to the
arbitration proceedings. The venue of the arbitration proceedings shall be either at
Ahmedabad or at Gandhinagar and language of the proceedings shall be English, Hindi or
Gujarati.
4.11 SUBJECT LAWS & JURISDICTION:
The contract shall be governed by Indian Laws and the Gujarat State Jurisdictional
Courts will have sole jurisdiction to entertain any dispute(s) or claim(s) arising out of
such dispute(s).
4.12 TERMINATION FOR INSOLVENCY:
The Purchaser may at any time terminate the contract by a written notice of one month
to the bidder, if the bidder becomes bankrupt or otherwise insolvent, provided that such
termination shall not prejudice or affect any right or action or remedy which had accrued
or might accrue.
4.13 TERMINATION FOR DEFAULT:
The Purchaser by a written notice of default, may, without prejudice to any other remedy
for breach of contract, terminate the contract, in whole or in part as the case may be.
i. If the Supplier fails to deliver any or all of the goods/services within the time period(s)
specified in the Contract, and also extension(s) thereof granted by the Purchaser.
ii. If the Supplier, under either of the above circumstances, does not remedy his failure(s)
within a period of 30 days (or such longer period as the Purchaser may allow in writing)
after the receipt of the default notice.
4.14 FORCE MAJEURE:
If at anytime, during the currency of this contract, the performance, in whole or in part,
of any obligation(s) by either party under this contract shall be prevented or delayed by
reason(s)of war, hostility, acts of the public enemy, civil disturbance, sabotage, fire,
floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God
(Herein after referred to as events) provided notice of happenings of any such event is
given by of occurrence thereof, either party shall by reason(s) of such event be entitled
to suspend this contract which shall resume as soon as practicable after such event(s)
may come to an end or cease to exist. The decision of Managing Director of GMSCL as to
whether an event justifies invocation of force majeure shall be final and conclusive. The
period for which invocation of Force Majeure is agreed by the Managing Director, that
period shall be excluded from the time frame given for completion of work and date for
completion of work shall be extended accordingly.
4.15. SUBCONTRACTS:
The bidder shall not subcontract its obligations under the contract to any other
company(s). Even if some services are outsourced to any other company/ individuals, all
the obligations shall remain with the bidding company and cannot be transferred to any
other company or group of companies.
4.16. DELAY IN PERFORMANCE BY THE BIDDER:
Services under the contract shall be provided in accordance with the delivery schedule
specified in the work order. If at any time during performance of the contract, the
supplier should encounter conditions impeding timely delivery of the services, the
supplier shall promptly notify the purchaser in writing of the full facts about the delay,
its likely duration and cause(s). If delay in Supplier Performance occurs due to any
genuine reasons, a request for extension of time should be submitted by the Supplier to
Purchaser. As soon as practicable after the receipt of the supplier's notice, the decision to
extend the period for performance of the contract will be taken by the Purchaser after
mutual discussion with Supplier.
4.17 LIQUIDATED DAMAGES:
The date of delivery of the services stipulated in the acceptance of tender shall be the
essence of the contract and delivery shall be completed not later than the dates specified
therein. Should the supplier fail to deliver the services within the period prescribed for
delivery, the purchaser shall be entitled to impose commensurate penalties. The decision
of the purchaser in this regard will be final.
4.18 WORK COMPLETION CERTIFICATE:
The supplier will intimate and demonstrate all tasks done by them to purchaser or his
authorized representative, after the completion of each stage. This intimation shall be
done in writing and submitted along with work progress report. Work completion
certificate will be issued after the last stage of work is completed successfully and to the
satisfaction of the Purchaser. If any issue is raised by the Purchaser regarding the quality
of work submitted by the Supplier, the Supplier would be under an obligation to make
necessary changes and resubmit the Work. Under no condition, the Supplier would be
allowed to raise his bills for a particular stage unless the Purchaser gives a "Satisfaction
Report" for the Completed Work.
4.19 DELIVERABLE AND PAYMENT SCHEDULE:
Deliverable Timeline Payment 1 Inception report including assessment tools
& methodology and submission of work plan to GMSCL
The Assigned works must be completed within 7 months from the date of award of Contract (Date of Acceptance of Tender or AT)
20%
2 Field visit as per sample plan, gap & risk assessment using the study tools/ instruments, Preparation of Draft gap assessment Report & sharing for feedback
20%
3 Submission of final Gap & risk assessment report to GMSCL, Preparation of PSM/QA manual including guidelines on ideal infrastructure for warehouse and submission to GMSCL
20%
4 Completion of Drug utilization study through prescription audit, ABC & VED analysis & designing of road map for efficient use of medicines and Revision of existing EDL & preparation of revised facility specific EDL
20%
5 Market survey & design market shaping strategy including but not limited to effective market survey for identification of potential vendors and empanelment procedure, product and price analysis for value for money (VfM); Design training program & training plan for all staff involved in PSM and submission of final report
20%
4.20 Penalty:
For any delay in completion of WORK solely attributable to BIDDER beyond the agreed
time schedule at the time of award of job, penalty shall be levied at the rate of ½ % per
week with cap of 10% of order value.
4.21 ASSIGNMENT:
BIDDER shall not assign the WORK or any part thereof or any share or interest therein
without the prior written consent of the GMSCL. BIDDER shall not sub-contract the
whole or any part of WORK without the prior written consent of GMSCL. On concurrence
of GMSCL, BIDDER may sub-contract any part of WORK to any of its affiliates, in which
event BIDDER shall remain fully responsible.
4.22 Confidentiality
All proprietary information, correspondence and documentations etc. possessed/owned
by GMSCL, exchanged between Parties in relation to the project shall be treated as
confidential and parties shall be under strict liability to maintain the confidentiality of
data.
ANNEXURE-A TECHNICAL PROPOSAL - STANDARD FORMS
TECH-1 Technical Proposal Submission Form
TECH-2 Brief Description of Experience of bidder
TECH-3 Curriculum Vitae (CV) for Proposed Professional Staff
Other Documents (notarized) in support of the technical qualification.
FINANCIAL BID-SAMPLE FORMAT
FORM TECH-1
TECHNICAL PROPOSAL SUBMISSION FORM
________________________________________________________________________________
[Date]
From: [Name, address and telephone nos. of the bidder]
To:
The Managing Director,
GMSCL, 14/1 Jivraj Mehta Bhawan, Sector 10,
Gandhinagar, Gujarat
Sir,
Subject: Selection of Consultant to provide technical support to Gujarat Medical
Services Corporation ltd. (GMSCL) in preparation of Comprehensive Drug
Procurement Manual & related activities for strengthening Procurement and
Supply Chain Management (PSM) Systems of Drugs & Commodities for GMSCL and
its regional warehouses 1. We, the undersigned, are submitting our proposal for the above mentioned work for
GMSCL in accordance with your bidding document dated [….]. We are hereby
submitting our proposal, which includes Technical Proposal sealed under a separate
envelope.
2. We confirm that we meet the Selection Criteria set out in your bidding document.
3. We confirm that our proposal is valid for your acceptance upto the validity period
stipulated in the Bidding Document.
4. We confirm that our Proposal is consistent with all the requirements / scope of work
as defined in the bidding document.
5. We hereby declare that all the information and statements made in this Proposal are
true and accept that any misinterpretation or false information / documentation
contained in it may lead to our disqualification.
6. Our Proposal is binding upon us and subject to the modifications resulting from
Contract negotiations, if any.
7. We undertake, if our Proposal is accepted, to initiate the consulting services related
to the assignment within one week from date of issue of LOA.
We understand you are not bound to accept any Proposal that you receive.
We remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Bidder:
Address:
Telephone (office):___________________________________
Telephone (Mobile):___________________________________
Fax: _______________________________________________
E-Mail:_____________________________________________
FORM TECH-2 BRIEF DESCRIPTION OF EXPERIENCE OF THE BIDDER
Brief Description of the experience of Bidder for similar kind of assignment
(To be provided separately for each team member)
S. No
Name of assignment (Brief Scope)
Name of Project
Name of client
Date of commencement
Date of Completion
Remarks
1 2 3 4 5 6 7
FORM TECH-3 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF
(CVs of the minimum required team members as per the bid document shall be given
1. Proposed Position:
2. Name of Staff [Insert full name]:
3. Date of Birth:
4. Nationality:
5. Education [Indicate college/university and other specialized education of staff
member, giving names of institutions, degrees obtained, and dates of obtainment]:
6. Languages [For each language indicate proficiency: good, fair, or poor in speaking,
reading, and writing]:
7. Employment Record [Starting with present position, list in reverse order every
employment held by staff member, giving for each employment (see format here
below):
dates of employment
name of employing organization
positions held
Main project features
From [Year]: To [Year]
Detailed Tasks Assigned [List all tasks performed under this assignment]
Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned
8. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications, and my experience. I understand that any wilful
misstatement described herein may lead to my disqualification or dismissal, if engaged.
Date:
[Signature of staff member] Day/Month/Year
Full name of authorized representative:
Signature of authorized representative of Employer: _________________
Full Name: ________________ Address: __________________
FINANCIAL PROPOSAL: SAMPLE FORMAT (FILLED ONLINE ONLY)
TENDER NO.: GMSCL/LSS-02/2016-17
NAME OF ITEM: COMPREHENSIVE DRUG PROCUREMENT MANUAL
Fees For: Preparation of Comprehensive
Drug Procurement Manual and related
activities for strengthening
procurement & supply chain
management (PSM) system of drugs
and commodities for G.M.S.C.L. and its
regional warehouses
Service Tax in percentage
Service Tax in Rs.
Total Fees in Rs.
Note:-
1. Price Must Be Quoted in above Format which is available online & it should be
filled online only.
2. All Terms and Conditions As Per Bid Document.
ANNEXURE-B
Submission of Documents
A (Online Submission) B (Physical Submission)
Technical Bid EMD
Financial Bid Tender Fee
Technical Bid
Note:
The documents are differentiated in 2 parts Group A & Group B. Documents classified in Group A should be submitted online only and Group B should be submitted physical only, otherwise tender will be rejected.