medical department - mumbai port trust · 1. tender documents may be viewed or downloaded by...

115
1 MUMBAI PORT TRUST MEDICAL DEPARTMENT Tender Ref.No.CMO-12 / 2017 Date:16/10/2017 TENDER DOCUMENT (NOT TRANSFERABLE) Invites ONLINE TENDER FOR EXPRESSION OF INTREST(EOI) FOR EMPANELMENT OF PRIVATE HOSPITALS/ DIAGNOSTIC CENTERS WITH MUMBAI PORT TRUST TO PROVIDE SECONDARY CARE TREATMENT AND SUPER SPECIALTY TREATMENT ON CREDIT BASIS TO MUMBAI PORT TRUST BENEFICIARIES AS PER MbPT STANDARD RATES FOR PACKAGE ITEMS AND STANDARD PERCENTAGE OF DISCOUNT FOR NON PACKAGE ITEMS FOR A PERIOD OF TWO YEARS CHIEF MEDICAL OFFICER MUMBAI PORT TRUST HOSPITAL Website: www.mumbaiport.gov.in For any further clarifications / queries on e-Tendering, Chief Medical Officer, Mumbai Port Trust can be contacted at: Mobile No. 9820328839, Phone No. 022-24145573;e- mail:[email protected]

Upload: others

Post on 18-May-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

1

MUMBAI PORT TRUST MEDICAL DEPARTMENT

Tender Ref.No.CMO-12 / 2017 Date:16/10/2017

TENDER DOCUMENT (NOT TRANSFERABLE)

Invites

ONLINE TENDER FOR EXPRESSION OF INTREST(EOI) FOR EMPANELMENT OF PRIVATE HOSPITALS/

DIAGNOSTIC CENTERS WITH MUMBAI PORT TRUST TO PROVIDE SECONDARY CARE TREATMENT AND

SUPER SPECIALTY TREATMENT ON CREDIT BASIS TO MUMBAI PORT TRUST BENEFICIARIES AS PER MbPT

STANDARD RATES FOR PACKAGE ITEMS AND STANDARD PERCENTAGE OF DISCOUNT FOR NON

PACKAGE ITEMS FOR A PERIOD OF TWO YEARS

CHIEF MEDICAL OFFICER

MUMBAI PORT TRUST HOSPITAL

Website: www.mumbaiport.gov.in

For any further clarifications / queries on e-Tendering, Chief Medical Officer, Mumbai Port

Trust can be contacted at: Mobile No. 9820328839, Phone No. 022-24145573;e-

mail:[email protected]

Page 2: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

2

NOTICE INVITING TENDERS (NIT)

Tender Ref.No.CMO-12 / 2017 Date.16.10.2017

Chief Medical Officer, Mumbai Port Trust, Nadkarni Park, Wadala (East), Mumbai – 400 037 invites online tender for Expression of Interest (EOI) for empanelment of Private Hospitals/ Diagnostic

Centers with Mumbai Port Trust to provide secondary care treatment and super specialty treatment

on credit basis to Mumbai Port Trust beneficiaries as per MbPT standard rates for package items and

standard percentage of discount for non-package items for a period of two years

The Schedule of e-Tendering Activities are as under:

Sr. No.

Activity Date and Time

1 Period of sale of Bidding Document 16.10.2017 at 17.00 hours onwards

2 Tender cost Rs.1000/-

3 EMD Rs.100000/- for Hospitals Rs. 25000/- for Diagnostic Centers

4 Security Deposit Rs.200000/- for Hospitals Rs.50000/- for Diagnostic Centers

5 Estimated cost Rs.15 crore Approximately

6 Period of Contract Two years from the date of final agreement

7 Pre- Bid date at the Chamber of Chief Medical Officer, Mumbai Port Trust Hospital.

23.10.2017 at 11.00 hours

8 Queries / Pre- Bid points should be sent 25.10.2017 up to 17.00 hours

9 End of purchase of bid document 07.11.2017 up to 11.00hours

10 End of Bid Submission 07.11.2017 up to 14.00hours

11 Opening of Technical Bid (online only) 07.11.2017 up to 15.00hours

1. Tender documents may be viewed or downloaded by interested and eligible

Tenderers from the Central Public Procurement Portal (CPPP) of Government of India, website : www.eprocure.gov.in and https://etender.procuretiger.com on the above mentioned dates after payment of Tender fee of Rs.1000/- plus 5% GST (Total Rs.1050/-). Tender document may also be viewed from the website www.mumbaiport.gov.in

2. The Prospective Tenderers are advised to register themselves on the e-procurement portal https://etender.procuretiger.com and obtain valid Class III Digital Signature Certificate (DSC) as per Information Technology (IT) Act, 2000.The said website can be accessed for additional information about registration and use of Portal.

3. The Tenderers can submit its tender online at https://etender.procuretiger.com

on or before the key dates given above.

4. All further notifications/amendments, if any shall only be posted on websites mentioned above.

Chief Medical Officer,

Mumbai Port Trust Hospital

Wadala (East), Mumbai – 400 037.

Page 3: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

3

MUMBAI PORT TRUST MEDICAL DEPARTMENT

CONTENTS

Sl.No. Description

1. Last date for receipt of tenders

2. Minimum Eligibility Criteria

3. General Conditions

4. Technical Bid

5. Pre Tender Meeting

6. Opening of Tender

7. Earnest Money Deposit

8. Earnest Money Deposit Exemption

9 Criteria for selection

10 Terms and Conditions

10.1 General Terms and Conditions

10.2 Conditions Related to Packages and Rates

10.3 Special Terms and Conditions for Diagnostic Centers

10.4 Payment Schedule

10.5 Duties And Responsibilities Of Empaneled Hospitals/Diagnostic

Centres

10.6 Duration of the contract

10.7 Hospital/Diagnostic Centre’s obligations during the Contract Period

10.8 Liquidated Damages

10.9 Termination for Default

10.10 Risk and Cost

10.11 Penalty

10.12 Indemnity

10.13 Arbitration

10.14 TDS and other Statutory Deductions

10.15 Corrupt and Fraudulent Practices

10.16 Pre Contract Integrity Pact

10.17 Exit from the panel

10.18 Miscellaneous

10.19 Notices

A-I Declaration (100 Rs Stamp Paper) – Annexure - I

A-II Mandate Form– Annexure – II

A-III Patient / Attendant Satisfaction Certificate– Annexure - III

A-IV General Information for Hospital / Diagnostic Centre– Annexure - IV

A-V

Information about Super Specialty services being offered for

Empanelment– Annexure –V

Page 4: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

4

A-VI Annual Financial Turnover Statement– Annexure -VI

A-VII Price Schedule should be quoted online only – Sample Format –

Annexure – VII

A-VIII Pre Contract Integrity Pact (100 Rs Stamp Paper)– Annexure - VIII

A-IX Check List– Annexure – IX

A-X Evaluation of EOI Submitted by the Hospital Applicants– Annexure

– X A-XI Evaluation of EOI Submitted by the Diagnostic centers Applicants–

Annexure – XI A-XII Self-evaluation of EOI Submitted by the Hospital Applicants–

Annexure – XII

A-XIII Self-evaluation of EOI Submitted by the Diagnostic centers

Applicants– Annexure – XIII

A-XIV Performance Bank Guarantee Format – Annexure - XIV

A-XV Draft Memorandum of Agreement (MOA) –Annexure - XV

Chief Medical Officer,

Mumbai Port Trust,

Page 5: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

5

ONLINE TENDER FOR EXPRESSION OF INTREST(EOI) FOR EMPANELMENT OF PRIVATE HOSPITALS/

DIAGNOSTIC CENTERS WITH MUMBAI PORT TRUST TO PROVIDE SECONDARY CARE TREATMENT

AND SUPER SPECIALTY TREATMENT ON CREDIT BASIS TO MUMBAI PORT TRUST BENEFICIARIES AS

PER MbPT STANDARD RATES FOR PACKAGE ITEMS AND STANDARD PERCENTAGE OF DISCOUNT

FOR NON PACKAGE ITEMS FOR A PERIOD OF TWO YEARS

__________________________________________________________________________________

Chief Medical Officer, Mumbai Port Trust (hereinafter referred as Tender Inviting Authority and also

called the Tender Acceptance Authority unless the context otherwise requires) invites online tender

for Expression of Interest (EOI) for empanelment of Private Hospitals/ Diagnostic Centers with

Mumbai Port Trust to provide secondary care treatment and super specialty treatment on credit

basis to Mumbai Port Trust beneficiaries as per MbPT standard rates for package items and standard

percentage of discount for non-package items for a period of two years from the date of signing of

contract with the selected Tenderer and extendable for further period on mutual consent.

Tenderers are requested to read the Tender Document carefully before submitting their Tenders.

1. LAST DATE FOR ONLINE RECEIPT OF TENDERS.

(a) The last date for online receipt of tenders shall be as per “Schedule of e-Tendering

Activities” given above.

(b) The bid will be valid for a period of 180 days from the date of opening of Technical Bid and

prior to the expiration of the bid validity the Tender Inviting Authority may request the

Tenderers to extend the bid validity for a further period as deemed fit.

2. QUALIFICATION CRITERIA

2..1 The bidder's hospital / Diagnostic centers should be situated in Mumbai Metropolitan

Region, Mumbai / Thane / Navi Mumbai and Kalyan.

2..2 The bidder’s Hospitals / Diagnostic Centers must submit in their letter Head for Expression of

Interest (EOI) for empanelment with Mumbai Port Trust to provide secondary care

treatment and super specialty treatment on credit basis to Mumbai Port Trust beneficiaries

as per MbPT standard rates for package items and standard percentage of discount for non-

package items which are available with bidder’s Hospital / Diagnostic Centers as per

Page 6: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

6

Annexure – VII for a period of two years.

2..3 The Hospital /Diagnostic Centre should have a valid registration certificate from competent

authority. (Attach Proof duly notarized).

2..4 The Tenderer should have experience of such type of empanelment with “satisfactory

service certificate” from at least one State or Central Govt. / Mumbai Port Trust / PSUs /

Organization /Departments. (Attach proof).

2..5 The bidder should submit an undertaking along with the technical bid to the effect that they

will not refuse Mumbai Port Trust patients sent for management at any time designated for

that empaneled hospital.

2..6 The Private Hospitals/ Diagnostic Center which have already been empaneled with Mumbai

Port Trust based on Tender Ref. No. CMO 61/2017 for super specialty

treatment/investigation for a period of two years with effect from 16.10.2017 are no need

to participate in this tender.

2..7 The Private Hospitals/ Diagnostic Center which have already been participated in Tender

Ref. No. CMO 61/2017 and not qualified for empanelment based on lack of infrastructure

facilities as per tender requirement are no need to participate in this tender once again.

However, Private Hospitals/Diagnostic Centers which have already been participated in

Tender Ref. No. CMO 61/2017 and disqualified in Technical Bid for non-compliance of tender

conditions i.e. disclosure of price bid in Technical documents (Cover A) etc. are eligible to

participate once again in this tender.

2..8 The hospitals /Diagnostic centers should submit proof of all necessary documents as per the

Annexures X to XIII for evaluation of Expression of Interest (EOI) to short- listing of applicants

based on marks scored by the applicants on each of the criteria as provided under Annexure

X & XI. The maximum possible marks, which may be scored by an applicant, are 100.

Minimum qualifying marks are 60 out of 100 (i.e. 60 % of the total possible marks). The

applicants scoring 60 and above would be short-listed for next round for selection

2..9 Tenderers should submit their Average Annual turnover in the last three financial years i.e.

2014-15, 2015-16 and 2016-17.

Page 7: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

7

2..10 The Hospital /Diagnostic Centre which has been de-empaneled /blacklisted /debarred either

by Tender Inviting Authority or by any State Government or Central Government

Organization should not participate in the tender during the period of blacklisting.

2..11 The Tenderer should give a self-attested affidavit stating that “the Private Hospital /

Diagnostic Centre has not been de-empaneled /blacklisted /debarred by any State

Government or Central Government Organization or by Mumbai Port Trust and are eligible

to participate in the present tender.” (Self-attested Affidavit as per Annexure I). If the

information provided in the affidavit is found to be incorrect at any stage, during and after

the tender, action will be initiated as per the tender conditions apart from forfeiture of EMD

and performance security deposit (if any).

2..12 “Satisfactory Inspection Certificate” from the team of officers of inspection Committee of

Mumbai Port Trust after physical inspection of the Hospital / Diagnostic Centre for the

documents and infrastructure facilities of Hospitals /Diagnostic Centre submitted along with

Technical Bid.

3. GENERAL CONDITIONS.

Tender documents can be downloaded from https://etender.procuretiger.comThe downloading

charges shall be Rs.1000/- plus 5% GST (Total Rs.1050/-). which should be deposited in

MUMBAI PORT TRUST account as mentioned below through RTGS or NEFT, receipt copy of the same

should be uploaded online. No exemption from payment of downloading charges is permitted. Also,

details of the downloading charges have to be mentioned online and a scanned copy of RTGS /NEFT

slip is to be uploaded online during e- tendering process athttps://etender.procuretiger.com. The

downloading charges in the form of demand draft/Cheque / Cash / Postal order will not be

accepted.

Mumbai Port Trust Current Ac/No. - 10996685430

Bank Name - STATE BANK OF INDIA

IFSC CODE - SBIN0000300

BRANCH - MUMBAI MAIN BRANCH, HORNIMAN CIRCLE, MUMBAI SAMACHAR

MARG, MUMBAI – 400001.

Page 8: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

8

Alternatively, the tender document can also be downloaded from the website

http://www.mumbaiport.gov.in for purpose of viewing only and it shall not be entertained as

VALID download of tender document. To participate in tender Tenderer should complete stages of

PURCHASE; DOWNLOAD AND FINAL BID SUBMISSION through https://etender.procuretiger.comBid

submitted only on-line will be accepted. No objections related to technical evaluation would be

accepted after the price bid opening. Any complaint made by a Tenderer against other Tenderers, if

found unjust will be considered as an effort to disrupt the bidding process and the complainant may

be panelized by forfeiting its EMD.

(i) Tender documents may be downloaded only from https://etender.procuretiger.com on

mentioned dates as in the KEY SCHEDULE given above. Tender inviting Authority will not

be responsible in any way for any delay.

(ii) Scan copy of the downloading charges should be uploaded online. Tenderers are

requested to complete the process of downloading / submission a day prior to closing in

order to safeguard their participation.

(iii) Tenders will be opened online in the presence of Tenderers / authorized representatives

who choose to attend on the specified date and time at Office of the Chief Medical

Officer, Mumbai Port Trust Hospital, Wadala(East), Mumbai – 400 037. (a)At any time

prior to the date of submission of Tender, Tender Inviting Authority may, for any reason,

whether on his own initiative or in response to a clarification requested by a prospective

Tenderer, modify the condition in Tender documents by an amendment. All the

prospective Tenderers who have received the tender document will be notified of the

amendment only through website, i.e. https://etender.procuretiger.com and that will be

binding on them. In order to provide reasonable time to take the amendment into

account in preparing their bid, Tender Inviting Authority may at his discretion, extend

the date and time for submission of tenders.

(iv) Any person who has downloaded the tender document should watch for amendment, if

any, on the website of Mumbai Port Trust https://etender.procuretiger.com and Tender

Inviting Authority will not issue separate communication to them.

(V) Interested eligible Tenderers may obtain further information in this regard from the

office of the Tender Inviting Authority or in person on the day of pre bid meeting.

Page 9: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

9

4 TECHNICAL BID (ONLINE ONLY)

4.1 COVER ”A ”

4.1 The Tenderer should submit the following documents as part of Technical Bid (Envelope-A). All

documents should be signed, numbered and sealed by the Tenderer on each page before

uploading. The Photocopies should be attested by the Tenderer.

(a) Tender documents can be downloaded from https://etender.procuretiger.comThe

downloading charges shall be Rs.1000/- plus 5% GST (Total Rs.1050/-). which

should be deposited in Mumbai Port Trust account through RTGS or NEFT, receipt copy of

the same should be uploaded online. No exemption from payment of downloading charges is

permitted. Also, details of the downloading charges have to be mentioned online and a

scanned copy of RTGS / NEFT slip is to be uploaded online during e- tendering process at

https://etender.procuretiger.comThe downloading charges in the form of demand

draft/Cheque / Cash / Postal order will not be accepted.

(b) Earnest Money Deposit shall be Rs.1,00,000/- for Hospitals and Rs.25000/- for Diagnostic

Centers which should be deposited in Mumbai Port Trust account through RTGS or NEFT,

receipt copy of the same should be uploaded online. No exemption from payment of EMD is

permitted. Also, details of the EMD have to be mentioned online and a scanned copy of

RTGS /NEFT slip is to be uploaded online during e-tendering process at

https://etender.procuretiger.com

(c) Documentary evidence for the constitution of the Hospital /Diagnostic Centre such as

Memorandum and Articles of Association, Partnership deed, Registration etc. with details of the

Name, Address, Telephone Number, Fax Number, e-mail address of the firm and of the

Managing Director / Partners / Proprietor. The list of present Directors in the board of the

Private Hospital / Diagnostic Centre duly self-certified.

(d) The instruments such as power of attorney, resolution of board etc., authorizing an officer of

the Tenderer should be enclosed with the tender duly signed by the Authorized signatory of the

Hospital /Diagnostic Centre and such authorized officer of the Tenderer should sign the tender

documents.

(e) Authorization letter nominating a responsible person of the Tenderer to transact the business

Page 10: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

10

with the Tender Inviting Authority.

(f) Annual turnover statement for 3 financial years: Average annual turnover of the bidder for

the 3 financial years immediately preceding the original scheduled tender opening date i.e.,

2014-15, 2015-16 and 2016-17 in the format given in Annexure-VI. The bidder shall furnish

the audited financial statements certified by Chartered Accountant to reckon the annual

financial turnover, in the name of the individual bidder or firm or company in case of bidder

is individual (sole Proprietary) or firm or company respectively for the aforesaid three years.

(g) If the bidder is not able to furnish the audited financial statements for the latest financial

year for genuine reasons of not having completed the auditing, the bidder shall submit the

audited financial statements for the three consecutive financial years immediately prior to

latest financial years satisfying the above requirements.

(h) Checklist (Annexure - IX) indicating the documents submitted with the bid document. The

documents should be uploaded as per caption provided.

(i) Mandate Form (Annexure - II)

(j) Satisfactory service certificate for a period of three years from at least one or two or three

State or Central Govt./ Mumbai Port Trust /PSUs / Organization / Deptt.

(k) A self-attested affidavit stating that “the Private Hospital / Diagnostic Centre has not been

de-empaneled /blacklisted /debarred by any State Government or Central Government

Organization or by Mumbai Port Trust and are eligible to participate in the present

tender.”(Self-attested Affidavit per Annexure - I).

(l) An undertaking to the effect that they will not refuse Mumbai Port Trust patients sent for

management at any time designated for that empaneled hospital

(m) Hospital /Diagnostic Centers latest rate list inclusive of various package rates/Procedures

rates along with available discounts/ concessions etc.

(n) Agreement in stamp paper cost value of Rs.100/- of the PRE CONTRACT INTEGRITY PACT

that is available in the Tender Document as Annexure -VIII,

(o) The tenderer should have N.O.C from pollution control board in respect of Bio Medical

waste disposal.

(p) Registration Certificate (Permission from the competent authority for running of the hospital

Page 11: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

11

/Diagnostic Centre) OR any other Municipal Statutory Certificate

(q) List of names of existing empaneled organizations/institutions (Attach Proof of documents).

(r) List of documents of General Information’s for Hospital / Diagnostic Centre as per Annexure

– IV

(s) The tenderer should submit the Documentary evidence for the purpose of evaluation of EOI

of Private Hospitals as per Annexure X & XII:

i. Location of Hospital

ii. Category of Specialty Services

iii. ICU

iv. Operation theatres

v. Type of Hospital

vi. No. of functional Beds (excluding Intensive Care)

vii. Duty Doctor to patient Ratio

viii. Nurse to patient Ratio(non ICU)

ix. Availability of in-house doctors (full time) with regards to the occupied inpatient

beds.

x. Infrastructure / Facilities /Other

xi. Medical audit

xii. In -House NABL Lab

xiii. Blood Bank Services (24Hours)

xiv. Super Specialty Treatment Investigations

xv. Availability of Ambulance facilities

xvi. Hospital Infection Control measures

xvii. Hospital Information System and Medical Records Department

xviii. Accreditation

xix. Bio Medical Waste Disposal System

xx. Diet services

xxi. Annual Turnover of the Hospital in aggregate of three financial years ending

March 2017

(t) The tenderer should submit the Documentary evidence for the purpose of evaluation of EOI

of Diagnostic Centers as per Annexure XI & XIII:

Page 12: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

12

i. Location

ii. List of Services

iii. Qualified Staff With Requisite Approvals

iv. Radiologist

v. Experience

vi. Life Saving Equipments

vii. Emergency Services (24 X7)

viii. Life of New Equipment

ix. C.T.

x. M.R.I

xi. Mammography

xii. PET.C.T.

xiii. Average Financial Turn over for last 3 years

4.2 All documents enclosed with the bid document should also be signed by the Tenderer. For

online bidding scan copy of documents in proper resolution should be uploaded online.

Tenderers are required to sign their bids online using Class III - Digital Certificates only,

Tenderers are advised to obtain the same at the earliest.

4.3 No physical submission is required, the above documents should be scanned and submitted

online only in specified envelopes.

5. PRE TENDER MEETING:

5.1. Date of pre-tender meeting is mentioned in Schedule of e-tendering activities.

5.2. Pre-tender meeting is called by the Tender Inviting Authority to explain briefly about the

requirements as well as the terms and conditions of the tender document and to get the

views of the prospective tenderers, as part of ensuing transparency in the tender

process.

5.3. It is an opportunity for the prospective tenderer to obtain all the details about the

tendered items, conditions governing the tenders and also to get the explanation of any

ambiguous condition that may be present in the tender document.

Page 13: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

13

5.4. It is also an opportunity for the Tender Inviting Authority to assess the market and

obtain feedback on the technical specifications/features etc requested by the User

Institution/funding agency, so as to make amendments in the tender document on the

basis of expert advice.

5.5. Failure to attend the Pre-tender meeting will not be a disqualification, but a loss of

opportunity for the prospective tenderers to understand about the ambulance hired

and the tender conditions.

5.6. Filled up Tenders will be accepted only after the date of pretender meeting.

6. OPENING OF TENDER

(a) All the Tenderers are entitled to be present at the date and time for opening of

Technical Bid - Envelope “A” as per the online key schedule of the tender submitted

by them.

(b) After technical bid opening any clarification required by the Mumbai Port Trust must

be submitted within seven days, after this period no application would be

entertained.

7. EARNEST MONEY DEPOSIT (EMD)

Earnest Money Deposit shall be Rs.1,00,000/- for Hospitals and Rs.25000/- for Diagnostic

Centers which should be deposited in Mumbai Port Trust account as mentioned below

through RTGS or NEFT, receipt copy of the same should be uploaded online. No exemption

from payment of EMD is permitted. Also, details of the EMD have to be mentioned online

and a scanned copy of RTGS / NEFT slip is to be uploaded online during e- tendering

process at https://etender.procuretiger.com Earnest money deposit in the form of demand

draft/Cheque / Cash / Postal order will not be accepted. Purchaser will not pay any interest

against the EMD deposited.

Mumbai Port Trust Current Ac/No. - 10996685430

Bank Name - STATE BANK OF INDIA

IFSC CODE - SBIN0000300

BRANCH -MUMBAI MAIN BRANCH, HORNIMAN CIRCLE, MUMBAI SAMACHAR

MARG, MUMBAI – 400001

Page 14: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

14

8. EARNEST MONEY DEPOSIT EXEMPTION.

(i) No exemption from payment of EMD is permitted. Tenders submitted without sufficient EMD,

will be rejected.

(ii) The Earnest Money Deposit of the unsuccessful Tenderers would be returned on execution

of the agreement by the successful Tenderers or within 30 days after the expiry of the bid

validity, whichever is later.

(iii) The EMD will be forfeited if the Tenderer withdraws his bid during the period of bid validity.

(iv) The EMD will be forfeited, in case of the successful Tenderer who fails to execute the

contract agreement and deposit the Security Deposit within the stipulated time.

9. CRETERIA FOR SELECTION: -

1. The Private Hospitals / Diagnostic Centers must submit in letter Head for Expression of

Interest(EOI) for empanelment with Mumbai Port Trust to provide secondary care treatment

and super specialty treatment on credit basis to Mumbai Port Trust beneficiaries as per

MbPT standard rates for package items and standard percentage of discount for non-

package items as per Annexure – VII for a period of two years.

2. The hospitals /Diagnostic centers should submit proof of all necessary documents as per the

Annexures X to XIII for evaluation of Expression of Interest (EOI) to short- listing of applicants

based on marks scored by the applicants on each of the criteria as provided under Annexure

X & XI. The maximum possible marks, which may be scored by an applicant, are 100.

Minimum qualifying marks are 60 out of 100 (i.e. 60 % of the total possible marks). The

applicants scoring 60 and above would be short-listed for next round for selection.

3. “Satisfactory Inspection Certificate” from the team of officers of inspection Committee of

Mumbai Port Trust after physical inspection of the Hospital / Diagnostic Centre for the

documents and infrastructure facilities of Hospitals /Diagnostic Centre submitted along with

Technical Bid. The Private Hospitals / Diagnostic Centers scoring 60 and above would be

short-listed for selection and considered for empanelment.

4. The Private Hospitals / Diagnostic Centers scoring less than 60 marks and if the Inspection

Committee not satisfied about the documents and infrastructure facilities of Hospitals /

Diagnostic Centre submitted along with Technical Bid will not be considered for

empanelment.

Page 15: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

15

5. Chief Medical Officer, Mumbai Port Trust reserves the right to accept or reject any or all

tenders without assigning any reason whatsoever. Incomplete, conditional or delayed bids

will not be considered & summarily rejected.

6. Upon final selection, the offer letter will be issued to the selected Private Hospitals

/Diagnostic centers and on acceptance of the offer, firm engagement letter with legal

agreement incorporating all the terms and conditions will be signed by the Private Hospitals

/Diagnostic centers with the Competent Authority, Mumbai Port Trust for commencement

of the assignments.

7. The Mumbai Port Trust can call for any further clarifications or information or documents at

any point of time. The applicant may also be called for explaining or clarifying issues, if there

be any.

10. TERMS AND CONDITIONS

(Please read all terms and conditions carefully before filling the application form and

Annexure thereto)

I. GENERAL TERMS AND CONDITIONS

1.1. Contract may be awarded to one or more Tenderers in a particular area depending upon the

concentration of MbPT beneficiaries.

1.2. Successful tenderer (who intends to apply for Super-Specialty Treatment/Investigations)

shall have to furnish a security deposit of Rs.2,00,000/- (Two lakh) in case of Hospitals and

Rs. 50,000/- in case of Diagnostic centers in the form of account payee demand draft or bank

guarantee from any of the nationalized bank having validity of 24plus 6 months (180 days

extra from the expiry of contract) and the same will be refunded without any interest after

termination/completion of the contract.

1.3. An Agreement on stamp paper of Rs. 100/- shall be signed with Hospitals/Diagnostic Centers

that are approved for empanelment after finalizing verification / physical verification of

records / Institution and incidental charges related to agreement shall be borne by the

Empaneled center. Contract will be effective from the date of the contract. Only those

applications will be considered for Award of contract that fulfill all the technical conditions

Page 16: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

16

and also have satisfactory report of inspection committee. Technical Bid must be

accompanied with all prescribed mandatory documents duly verified &signed, failing which

the bid will not be entertained.

2. Conditions Related to Packages and Rates

2.1. Package rate shall mean and include lump sum cost of in-patient treatment /

daycare/diagnostic procedure for which a Mumbai Port Trust beneficiary/Mumbai Port Trust

staff has been permitted by the competent authority or for treatment under emergency

from the time of admission to the time of discharge including two immediate consecutive

post-operative review visit (but not limited to):

(1) Registration charges (2). Admission charges (3.) Accommodation charges including

patients’ diet (4). Operation Charges (5).Injection Charges (6).Dressing

Charges(7).Doctor/consultant visit charges (8).ICU/ICCU charges (9).Monitoring

Charges(10).Transfusion charges (11).Anesthesia charges (12).Operation Theatre

charges(13).Procedural charges/Surgeon’s fee (14).Cost of surgical disposable and all

sundries used during hospitalization (15).Cost of medicines (16).All other related routine and

essential investigations (17).Physiotherapy (18).Nursing care and charges for its services and

all other incidental charges related thereto.

2.2. The Bidding Hospital/Diagnostic Center shall provide certain discounts on

drugs/treatment/procedures/devices as per quoted “Standard Highest discount percentage

rate (H1)” in Price Bid – II for non-package treatments/ Procedures and approved by MbPT.

These are: -

2.2..1 In case of emergency, if the Mumbai Port Trust patient is admitted for the specialty/ super

specialty procedure/investigation for which the hospital/ diagnostic center is not empaneled

to, the hospital/ diagnostic center shall levy MbPT approved rates for the

procedure/investigation. If no such rates are available, then there shall be a discount of as

per “Standard Highest discount percentage rate (H1)” in Price Bid – II for non-package

treatments/ Procedures and approved by MbPT on normal scheduled rates of the hospital

with prior permission of Chief Medical Officer, Mumbai Port Trust.

Page 17: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

17

2.2..2 The empaneled hospital shall not refuse to treat any Mumbai Port Trust patient in case of

emergency in any specialty/super specialty which is available in hospital despite it is

empaneled or not for the same. However, intimation for approval has to be given to the

office of Chief Medical Officer, Mumbai Port Trust as soon as practicable/preferably next

working day in case of holiday. In case of genuine delay, reason should be given and

approval should be taken from Chief Medical Officer, Mumbai Port Trust.

2.2..3 Cost of implants/stents/grafts will be paid in addition to package rates asper actual rates for

the same after allowing the quoted “Standard Highest discount percentage rate (H1)” in

Price Bid – II for non-package treatments/ Procedures and approved by MbPT.

2.2..4 Hospital/diagnostic centers empaneled under Mumbai Port Trust shall not charge more than

the approved package rates and approved discount rates for various items to Mumbai Port

Trust Employees and their family members and to all Retired Employees and their Spouses.

2.2..5 The services provided by the empaneled Hospitals to Mumbai Port Trust shall be on credit

basis for all Employees and their family members and on payment basis to all Retired

Employees and their Spouses.

2.2..6 Expenses on toiletries, cosmetics, telephone bills etc. are not payable by MbPT and are not

included in package rates.

II. Envisaged duration of Package rates for indoor treatment is as follows: -

Up to 12 Days: for Specialized (Super specialty) treatment

Up to 7 Days: for the other Major Surgeries

Up to 3 Days: for Laparoscopic Surgeries/normal Deliveries

1 Day: for day care/Minor OPD surgeries.

III. Increased duration of indoor treatment due to infection or the consequences of surgical

procedure if not justified or due to any improper procedure will not be paid by MbPT.

IV. However, Extended stay more than period covered in the package rate may be permitted in

exceptional cases provided the same is supported by relevant documents and medical

Page 18: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

18

records and certified as such by hospital. The additional reimbursement shall be limited to

accommodation charges as per entitlement, investigation charges at approved rates, and

doctors’ visits charges (two visits /day) and cost of medicine for additional stay. The approval

from Chief Medical Officer, Mumbai Port Trust is required in the matter and the same shall

be attached with the bill so sent for payment.

V. A hospital/diagnostic center empaneled under Mumbai Port Trust, whose normal scheduled

rates of the hospital for treatment procedure/test are lower than the Mumbai Port Trust

prescribed rates shall charge as per the rates charged by Hospital/Diagnostic Centre from

patients of general Public and will furnish a certificate that rate charged are not more than

from patients of general Public. Duly Certified rate list of the procedures/services being

provided by hospital/ empaneled center is to be submitted along with tender document.

VI. The maximum room rent for different categories would be as per approved rates/terms&

conditions prevailing for Mumbai Port Trust.

a Room rent is applicable only for treatment procedures for which there is no MbPT

prescribed package rate. Room rent will include charges for occupation of Bed, diet for the

patient, charges for water and electricity supply, linen charges, nursing and routine up

keeping. Room rent for different categories would be as per MbPT terms & conditions.

b During the treatment in ICCU/ICU, no separate room rent will be admissible.

c Private ward is defined as a hospital room where single patient is accommodated and which

has an attached toilet (lavatory and bath). The room shall have furnishings like wardrobe,

dressing table, bedside table, sofa set etc. as well as a bed for attendant. The room has to be

air conditioned.

d Semi private ward is a hospital room where 2 or 3 patients are accommodated which has

attached toilet facilities and necessary furnishings.

e General ward is defined as Hall that accommodates 4 to 10 patients.

f Normally treatment in higher category of accommodation than the entitled category is not

Page 19: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

19

permissible, however in case of an emergency when entitled category accommodation is not

available; admission in immediate higher category is to be allowed till entitled

accommodation is available. Even in this case the empaneled center has to charge as per

entitlement of the patient.

VII. The hospital/diagnostic center shall provide treatment/investigation to Mumbai Port Trust

patients on credit basis for all Employees and their family members and the hospital shall

provide treatment on payment basis to all Retired Employees and their Spouses.

a Patient will be referred with a Permission letter signed by the competent authority.

b Cases referred between 4 pm to 9 am next morning (Emergency cases) will be signed by

Casualty medical officer; the same permission letter will be signed by the Chief Medical

Officer, Mumbai Port Trust Hospital, Nadkarni Park, Wadala East, Mumbai next day and will

be sent by mail/post. These cases will be referred only after discussion with the concerned

specialist which has to be mentioned on the referral form.

c Direct admission without referral form will not be entertained at all. If entertained, the

payment of such procedures will not be made to the empaneled center by MbPT.

d The tie up hospital will not refer the patient to other specialist/other hospital without prior

permission of Chief Medical Officer, Mumbai Port Trust, Nadkarni Park, Wadala East,

Mumbai.

e All empaneled Hospitals should furnish the interim report once in a week about the status of

the patients admitted for the treatment/procedure of non-package diseases to the Chief

Medical Officer, MbPT.

f Feedback form will be filled by the patient/ attendant at Mumbai Port Trust hospital after

discharge

VIII. If one or more minor procedures form part of a major treatment procedure then package

charges would be permissible for major procedure and only 50% of charges for minor

procedures.

Page 20: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

20

IX. MbPT has already implemented the practice of prescribing the Medicines in all the

prescriptions on Generic names only, hence, for smooth administration of MbPT Hospital, all

the empaneled Hospitals should ensure that advices on discharge prescriptions for

continuation of Medicines must be written on Generic names only.

X. Any legal liability arising out of such services shall be the sole responsibility of the

empaneled Hospital/Centre and shall be dealt with by the concerned empaneled

hospital/diagnostic center. However, Services will be provided by the hospital/diagnostic

center as per the terms of contract.

XI. Primary and Secondary Health care to Mumbai Port Trust beneficiaries is being provided by

MbPT Dispensaries and Mumbai Port Trust Hospital. However, in case of emergency the

super specialty Hospital/Diagnostic centers may start treatment/investigation and take Ex-

post facto approval from the office of the Chief Medical Officer, Mumbai Port Trust.

XII. Direct admission without referral form should not be entertained at all except in lifesaving

conditions such as cardiac/neurological emergencies, road side accidents, emergencies

needing immediate ventilator support with ICU care etc. Such cases shall be reported to the

office of the Chief Medical Officer, Mumbai Port Trust immediately and latest within

24working hours positively with necessary documents only through authorized

representative of empaneled center. However, Ex-post-facto approval shall be given by the

Chief Medical Officer, Mumbai Port Trust after having complete and valid justification from

the treating hospital/center, at his/her sole discretion.

XIII. Empaneled Centers will investigate/treat the Mumbai Port Trust beneficiary patient only for

the condition for which they are referred with permission, and in the specialty/super

specialty and/or purpose for which they are approved by Mumbai Port Trust. However, In

case of unforeseen emergencies during admission necessary life saving measures may be

taken and concerned authorities may be informed accordingly with justification for approval

as soon as it is practicable to do so.

XIV. During the in-patient treatment of Mumbai Port Trust beneficiary, the tie-up

hospitals/empaneled center will not ask the attendant to provide separately the

medicine/sundries/equipment or accessories from outside and will provide the treatment

Page 21: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

21

within the package rates, fixed by the MbPT which includes the cost of all the items.

XV During the in-patient treatment of Mumbai Port Trust beneficiary, Empaneled Hospitals

should get prior permission from the Chief Medical Officer if the patient needs any medicine

which costs more than Rs.10000/-.

XVI. In case of any natural disaster/epidemic, the hospital/diagnostic center shall have to fully

cooperate with the Mumbai Port Trust and will convey/reveal all the required information,

apart from providing treatment/investigation facility.

3. Special Terms and Conditions for Diagnostic Centers.

a The tenderer and his representative should always be available / approachable over phone

for this purpose a Nodal Officer shall be nominated from hospital/diagnostic centers to

interact with Mumbai Port Trust beneficiaries. His mobile number/e-mail ID/fax should be

made available to Mumbai Port Trust.

b In emergencies, the center should be prepared to inform Reports over the

telephone/email/Fax.

c The center must be standard one (and if NABLH accreditation submit such proof), with

standard equipment, non-ironic iodinated contrast agents etc., qualified and trained

manpower.

d Bills should be sent monthly in duplicate, and should be accompanied by a copy of each of

referral Form/slip and related documents. The Diagnostic center shall deliver reports in

duplicate along with the soft copies of the images to the hospital in person.

e Committee members shall visit the Diagnostic center at any time either before entering in to

the contract, or at any time during the period of contract. The tenderer shall be prepared to

explain / demonstrate to the queries of the members.

f In future, if the requirement of digital bills is made mandatory, the diagnostic centers shall

comply with the same.

Page 22: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

22

g The Diagnostic Centers should have Super Specialty Investigation facilities i.e. CT scan, RI,

PET Scan Echocardiography, scanning of bones and other body parts, Mammogram, etc.

required for super specialty treatment.

4. Payment Schedule

4.1. The empaneled Super specialty hospital will send bills along with necessary supportive

documents to the office of the Chief Medical Officer, Mumbai Port Trust as soon as bills are

generated after discharge of patient for further necessary action. The details of documents

to be submitted are as follows: -

a Discharge slip duly verified by treating doctor incorporating brief history of

the case, diagnosis, details of procedure done/treatment given/advised along

with the duration. Reports of investigations duly verified,

b Original receipts of medicines/implants duly verified,

c Stickers of implants duly verified,

d Wrappers of costly medicine/implants duly verified,

e Referral Slip/Form,

f Patient /Attendant satisfaction certificate duly signed as provided in

Annexure – III.

4.2. The above documents related to treatment/investigation duly verified by the treating

/investigating Doctor shall be submitted by the hospital/diagnostic center along with the bill

in duplicate in prescribed pro forma. The CD of procedure /MRI/CT Scan /X-ray film etc. is

required with each and every bills if it is done. The bills must be submitted to this office

within 15 day of discharge/investigation to this office for payment. However, the diagnostic

centers shall send the bills on monthly basis along with the abovementioned documents

whichever is applicable. The bills received after the above mentioned period shall not be

entertained.

4.3. Under laboratory services, the center needs to submit the slides of Histo-pathological

examination with the department of pathology. The slides would be taken up for technical

evaluation, to judge the quality of slides by the pathologist /can be sent for the same at

Page 23: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

23

higher government centers. Payment of the same would be at the discretion of the Chief

Medical Officer, Mumbai Port Trust, Nadkarni Park, Wadala East, Mumbai, if at all found to

be of poor quality.

5. Duties and Responsibilities of Empaneled Hospitals/Diagnostic Centers

It shall be the duty and responsibility of the hospital/investigation center at all times, to

obtain, maintain and sustain the valid registration and high quality& standards of its services

and healthcare and to have all statutory/mandatory licenses, permits or approvals of the

concerned authorities as per the existing laws. Display board regarding cashless facility for

Mumbai Port Trust beneficiary will be required. The list of necessary documents required for

treatment/investigations at the Empaneled Hospital/ Diagnostic Centre must be displayed

on the board. A help desk shall be there for facilitation of Mumbai Port Trust beneficiaries.

The Name and Contact Number of Mumbai Port Trust Nodal Officer(s)should also be

displayed on the notice board in Marathi, English and Hindi.

6. Duration of the contract

The contract shall remain in force for a period of two years and may be extended for

subsequent period at the sole discretion of the Chief Medical Officer, Mumbai Port Trust

subject to fulfillment of all terms and conditions of this contract and with mutual consent.

An agreement will be signed on Stamp paper of appropriate value before starting of

services/extension of Contract. Cost of stamp paper and incidental charges related to

contract shall be borne by the empaneled Centre. Contract will be effective with effect from

the date of the contract.

7. Hospital/Diagnostic Centre’s obligations during the Contract Period

The Hospital/diagnostic center is responsible for and obliged to carry on all duties in

accordance with the Contract, using state-of-the-art equipment’s/methods and economic

principles and exercising all means available to achieve the performance specified in the

Contract. The Hospital is obliged to act within its own authority and abide by the directives

issued by the Mumbai Port Trust from time to time. The hospital is responsible for managing

Page 24: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

24

the activities of its personnel and will hold itself responsible for their misdemeanors,

negligence, misconduct or deficiency in services, if any.

8. Liquidated Damages

Empaneled center shall provide the services as specified by the Mumbai Port Trust under

terms &conditions of this contract. In case of violation of the provisions of the contract by

the empaneled center, payment of the incoming/pending bills may be withheld and Security

Deposit may be forfeited. For over billing and unnecessary procedures, the extra amount so

charged will be deducted from the pending/further bills of the Hospital/diagnostic center.

Mumbai Port Trust shall have exclusive right to terminate the contract at any time.

9. Termination for Default

a. The Chief Medical Officer, Mumbai Port Trust may, without prejudice to any other remedy

and for breach of Contract in whole or part may terminate the contract: -

i. If the Hospital/diagnostic center fails to provide any or all of the services for which it

has been empaneled within the period(s) specified in the contract, or within any

extended period thereof if any, granted by Mumbai Port Trust.

ii. If the Hospital fails to perform any other obligation(s) under the Contract.

iii. If the Hospital, in the judgment of the Mumbai Port Trust, is engaged in corrupt or

fraudulent practices in competing for or in executing the Contract.

iv. If the hospital fails to follow instructions, guidelines, submits bills in its own way and

with repeated deficiencies, the Institution shall be liable for de-empanelment

b. If the Hospital is found to be involved in or associated with any unethical, illegal or unlawful

activity, the contract will be summarily suspended by Mumbai Port Trust without any notice

and thereafter Mumbai Port Trust may terminate the Contract, after giving a show cause

notice and considering its reply, if any, received within 10 days of the receipt of show cause

notice. Terms and conditions can be modified on sole discretion of the Mumbai Port Trust

only.

Page 25: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

25

c. The Tie-up hospital/diagnostic center will not terminate the contract without giving notice of

three months, on the failure of which, security deposit shall be forfeited.

10. Risk and Cost

In case of failure by the empaneled hospital/diagnostic center to perform its duties under

this contract, the Chief Medical Officer, Mumbai Port Trust has right to get the performance

of duties done from any other hospital or diagnostic center at the sole risk and cost of the

empaneled Hospital/diagnostic center.

11. Penalty

a) Patient can't be denied treatment on the pretext of non-availability of

beds/Specialists, failing which if the Mumbai Port Trust patient takes treatment at some

other hospital, a penalty of rupees Five thousand (Rs 5000/-) will be imposed on empaneled

hospital and the same may be recovered from incoming /pending bills/security money.

b) In case of premature termination of contract by the empaneled center, it will have

to deposit Rs Two Lakh with the Chief Medical Officer, Mumbai Port Trust as damages. An

affidavit of appropriate value for the same is required to be given at the time of contract. If

Hospital fails to deposit money, the same will be recovered &appropriated from security

deposit or incoming/pending bills.

12. Indemnity

The Empaneled Hospital/diagnostic center shall at all times, indemnify and keep indemnified

Mumbai Port Trust against all actions, suits, claims and demands brought or made against in

respect of anything done or purported to be done by the Hospital/center in execution of or

in connection with the services under this contract and against any loss or damage to

Mumbai Port Trust in consequence to any action or suit being brought against the Mumbai

Port Trust along with the Hospital/center or otherwise, as a party for anything done or

purported to be done in the course of the execution of this Contract. The Hospital/diagnostic

center will at all times abide by the job safety measures and other statutory requirements

Page 26: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

26

prevalent in India and will keep free and indemnify the Mumbai Port Trust from all demands

or responsibilities arising from accidents or loss of life resulting from negligence or

unreasonable conduct on the part of empaneled hospital/diagnostic center. The

Hospital/diagnostic center will solely pay all the indemnities arising from such incidents

without any extra cost to Mumbai Port Trust and will not hold the Mumbai Port Trust

responsible or obligated. Mumbai Port Trust may at its discretion and always entirely at the

cost of the tie up Hospital/diagnostic center defend such suit, either jointly with the tie-up

Hospital or unilaterally in case the latter chooses not to defend the case.

13. Arbitration

If any dispute or difference of any kind what so ever (the decision thereof not being

otherwise provided for) shall arise between the Mumbai Port Trust and the Empaneled

Hospital/Diagnostic Center upon or relation to or in connection with or arising out of the

Contract, shall be referred for arbitration by Mumbai Port Trust. The Arbitrator will be

appointed by Mumbai Port Trust. The decision of the Arbitrator will be final and binding. The

provision of Arbitration and Conciliation Act, 1996 shall apply to the arbitration proceedings.

The venue of the arbitration proceedings shall be at the office of Mumbai Port Trust. Any

legal dispute shall be settled in Mumbai, jurisdiction only.

14. TDS and other Statutory Deductions

TDS and other Statutory Deductions will be done as per Income Tax Rules or other applicable

statutory provisions prevalent from time to time.

15. Corrupt and Fraudulent Practices:

Corrupt practice means the offering, giving, receiving or soliciting of anything of value to

influence the action of the public official. The Chief Medical Officer, Mumbai Port Trust,

Nadkarni Park, Wadala East, Mumbai will reject the proposal for award if it determines that

the hospital recommended for empanelment has engaged in corrupt or fraudulent practices.

The Chief Medical Officer, Mumbai Port Trust Hospital, will declare a hospital in eligible,

either indefinitely or for a stated period of time, to be awarded a contract, if it at any time

determines that the bidding hospital has engaged in corrupt or fraudulent practices in

competing for, or in executing a contract.

Page 27: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

27

16. Pre Contract Integrity Pact:

The Tenderer shall submit the tender along with Agreement in stamp paper cost value of

Rs.100/- of the PRE CONTRACT INTEGRITY PACT that is available in the Tender Document as

Annexure -XVIII, if the Tenderer is not submitted the Pre Contract Integrity Pact along with

the tender, then the tender shall not be considered for opening and rejected out rightly.

17. Exit from the panel:

The rates fixed by the Mumbai Port Trust shall continue to hold good for the entire contract

period. In case the notified rates are not acceptable to the empaneled private hospital, or

for any other reason, the private hospital no longer wishes to continue on the list of

empaneled private hospital, it can apply for exclusion from the panel by giving three

months notice and by depositing an exit fee of Rs.10000/- (Rupees Ten Thousands Only)

18. Miscellaneous

a. Nothing under this Contract shall be construed as establishing or creating between the

Parties any relationship of Master and Servant or Principle and Agent between the Mumbai

Port Trust and Empaneled Center. The Empaneled Hospital/Diagnostic Center shall not

represent or hold itself out as an agent of the Mumbai Port Trust.

b. The Mumbai Port Trust will not be responsible in any way for any negligence or misconduct

on the part of the Empaneled Hospital/Diagnostic Center and its employees for any accident,

injury or damage sustained or suffered by any Mumbai Port Trust beneficiary or any third

party resulting from or by any operation conducted by or on behalf of the Hospital or in the

course of doing its work or performing its duties under this Contract of otherwise.

c. The Empaneled Hospital/Diagnostic Center shall notify Mumbai Port Trust of any material

change in their status and their shareholdings or that of any Guarantor of the Empaneled

Hospital/Center in particular where such change would have an impact in the performance

of obligation under this Contract.

d. This Contract can be modified or altered only on written Contract signed by both the parties

with mutual consent.

Page 28: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

28

e. The Mumbai Port Trust shall have the right to terminate the Contract in case the empaneled

hospital is wound up/dissolved. The termination of Contract shall not relieve the Empaneled

Center or their heirs and legal representatives from their liability in respect of the services

provided by the Empaneled Center during the period when the Contract was in force.

f. Terms & conditions of the tender document may be modified at the discretion of the MbPT.

However, if such modification is made, the same shall be incorporated into the final

agreement to be entered with the empaneled Hospital/diagnostic center.

19. Notices

a. Any notice given by one Party to other pursuant to this Contract shall be sent to other party

in writing by Registered Post at the official addresses mentioned in the contract.

b. A notice shall be effective when served or on the notice’s effective date, whichever is later.

c. Registered communication shall be deemed to have been served even if it is returned with

the remarks like refused left premises, locked etc. Mumbai Port Trust reserves the right to

accept or reject any tender without assigning any reason thereof.

The competent authority reserves the right to accept or reject any or all tenders without assigning

any reason whatsoever. Incomplete, conditional or delayed bids will not be considered &

summarily rejected.

Page 29: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

29

ANNEXURE-I

DECLARATION (100 Rs Stamp Paper)

I/We M/s._____________________ represented by its Proprietor / Managing Partner /

Managing Director having its Registered Office at

________________________________________________ competent to sign this declaration and

execute this tender document and do declare that I/We have carefully read all the conditions of

tender in Ref.No. ________________________, for empanelment of Private Hospitals / Diagnostic

Centers for the Rate Contract to provide Tertiary Care treatment and Super specialty treatment to

Mumbai Port Trust Beneficiaries for a Period of two years from the date of signing of contract with

the selected Tenderer and accepts all conditions of the Tender including amendments/corrigendum

subsequently issued by the Tender Inviting authority, if any. Further I/we confirm our eligibility for

this tender and all items quoted as per the tender condition and Governing laws of India, in case of

typographical error found in submitted documents / affidavits / declarations, in this case we accept

all the Terms and conditions of bid documents.

I am/we are aware of the Tender Inviting Authority’s right to forfeit the Earnest Money

Deposit and/or Security Deposit if, any information furnished in the affidavit by us proved to be false

at the time of inspection / verification and if, not complying the conditions as per Contract

Agreement.

I/We ___________________ (name of proprietor) have carefully gone through and

understood the contents of the tender document and I/We undertake to abide myself/ourselves by

all the terms and conditions set forth.

I/We do hereby declare that we have not blacklisted/debarred either by Tender Inviting

Authority or by any State Government or Central Government Organization.

The information/ documents furnished along with the tender are true and authentic to

the best of my knowledge and belief. I /we, am / are well aware of the fact that furnishing of any

false information / fabricated document would lead to rejection of my tender at any stage

besides liabilities towards prosecution under appropriate law.

Date:

Place: Signature of Authorized Person

Full Name:

Private Hospital / Diagnostic

Centre³s Seal:

Page 30: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

30

ANNEXURE - II

MANDATE FORM

01 Hospital / Diagnostic Center Name

02 Postal Address of the Hospital / Diagnostic

Center with Telephone No., Fax No. and Mail

I.D.

03 Name of the Managing Director / Director /

Manager

Mobile No. / Phone No.

E-mail I.D.

04 Name and Designation of the authorized

Hospital / Diagnostic Center official

Mobile No.

E-mail ID

Date: Signature

Place: (Name of the person signing and designation)

Private Hospital / Diagnostic Centre Seal

01 Name of the Bank .

Branch Name and address.

Branch Code No.

Branch Manager Mobile No.

Branch Telephone no.

Branch E-mail ID

02 9 digit MICR code number of the bank and

branch appearing on the MICR cheque issued

by the bank.

03 IFSC code of the Branch

Page 31: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

31

04 Type of Account (Current / Savings).

05 Account Number (as appear in cheque book)

(in lieu of the bank certificate to be obtained, please attach the original cancelled cheque issued by

your bank for verification of the above particulars).

I /We hereby declare that the particulars given above are correct and complete. If the transaction is

delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold

Chief Medical Officer on behalf of Mumbai Port Trust responsible. I have read the conditions of the

tender/agreement entered and agree to discharge the responsibility expected of me / from the

Hospital / Diagnostic Center as a Tenderer /successful Tenderer.

Date: Hospital / Diagnostic Center Seal Signature

Place: (Name of the person signing and designation)

----------------------------------------------------------------------------------------------------------------CERTIFIED THAT

THE PARTICULARS FURNISHED ABOVE BY THE PRIVATE HOSPITAL / DIAGNOSTIC CENTRE ARE

CORRECT AS PER OUR RECORDS.

Bank Seal with address. Signature of the authorized official of the bank.

----------------------------------------------------------------------------------------------------------------

Page 32: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

32

ANNEXURE- III

PATIENT/ATTENDANT SATISFACTION CERTIFICATE

1. I am satisfied/ not satisfied with the treatment given to me/ my patient and with the

behavior of the hospital staff.

2. If not satisfied, the reason(s) thereof.

3. It is stated that no money has been demanded/ charged from me/my relative during the

stay at hospital.

Date &Time:

Sign/Thumb impression of patient/Attendant

Name of the Patient/attendant

Name of IP

Date of Admission

Date of Discharge

Page 33: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

33

ANNEXURE-IV

GENERAL INFORMATION FOR HOSPITAL /DIAGNOSTIC CENTRE

(To be submitted duly filled along with supporting documents along with the

application form)

1. Information Regarding Hospitals

i. Bed strength of the Hospital (As per super specialties applied for)

______________

ii. No of ICU Beds (As per Specialties Applied for): _____________

iii. List of Available specialties for which the hospital is interested for tie-

up arrangement:(As per Annexure-V).

iv. No of functioning Operation Theatres super specialty wise:

______________

v. List of Availability of full time super specialists along with their

Degrees/certificates for which center is going to empaneled :(separate

sheet to be attached) ______________

vi. Daily and monthly number of patient’s specialty wise (separate sheet

to be attached) ______________

vii. List of Availability of part-time and on call specialist/super specialist

along with their Degrees/certificates for which center is going to

empaneled (separate sheet be attached).

viii. List of all doctors, paramedical and non-medical :-( separate list for

doctor, paramedical and non-medical be attached) along with period of

stay and qualification.

ix. Name of existing organizations/institutions empaneled with the

Hospital (with details):

x. Category of the hospital, as NABH, NON NABH, Super Specialty

Hospital(attach proof) __________________________.

2. Information Regarding Diagnostic Centre:

i. List of Super Specialty investigations for which diagnostic Centre is

interested:

ii. Category of the Diagnostic center (As per CGHS) NABL, NON NABL,

(attach proof)

Page 34: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

34

iii. List of Available equipment’s i.e. name and year of

manufacturing/installation: (separate sheet be attached).

iv. Total number of super specialty investigations done (Separate Sheet to

be attached).

v. Daily and monthly number of procedures specialty & super specialty

wise (Separate sheet to be attached) ______________

vi. List of Available specialties for which the hospital is interested for tie-

up arrangement (As per Annexure-V)

vii. List of Availability of full time super specialists along with their

Degrees/certificates for which center is going to empaneled :(separate

sheet to be attached) ______________

viii. List of Availability of part-time and on call specialist/super specialist

along with their Degrees/certificates for which center is going to

empaneled (separate sheet be attached). [

ix. List of all doctors, paramedical and non-medical :-( separate list for

doctor, para medical and non-medical be attached) along with period

of stay and qualification.

x. Actual Rate list of hospital/empaneled center for various

packages/procedures. (Separate sheet be attached).

xi. Name of existing organizations/institutions empaneled with the

Diagnostic center (with details):

Date:

Place:

(Name and signature of proprietor with seal)

Note 1: Enclosures should be attached in the order as per the information

given above.

Note 2: Technical evaluation of the Hospital/diagnostic centers shall be

based on information provided by them on the above mentioned

points and they shall mandatorily provide documentary proof for the

same. No future correspondence shall be entertained in this regard.

An Inspection committee will visit these centers for inspection which

qualify in the technical bid.

Page 35: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

35

ANNEXURE - V

Information about Super Specialty services being offered for Empanelment (Tick the specialties in which empanelment are desired by Hospital)

Name of the Hospital /Diagnostic Centre: Super Specialty Care Treatment

a. Cardiology and cardiothoracic vascular surgery. ( ) b. Neurology ( ) c. Neurosurgery ( ) d. Oncology, Oncosurgery& Radiotherapy ( ) e. Nephrology & Dialysis ( ) f. Urology and Urosurgery ( ) g. Gastroenterology ( ) h. Gastro surgery ( ) i. Paediatric Surgery ( ) j. Endocrinology and endocrine surgery ( ) k. Burns management/surgery ( ) l. Plastic Surgery ( ) m. Reconstructive Surgery (Joint replacement) ( ) n. Eye specialty/super specialty treatment ( ) o. Other, if any ( )

Super Specialty Investigation: - a. CT Scan ( ) b. MRI ( ) c. PET Scan ( ) d. Echocardiography ( ) e. Mammogram ( ) f. Bone Scan & screening of other parts of body ( ) g. Specialized Biochemical, Immunological investigations ( ) h. Others, if any ( )

Tertiary Care Treatment a. General Medicine (with ICU) ( ) b. General Surgery ( ) c. ENT ( ) d. Ophthalmology ( ) e. Orthopedics ( ) f. Obstetrics &Gynecology ( ) g. Neonatology &Paediatrics (with NICU & PICU) ( ) h. Radiology investigations ( ) i. Lab Services ( ) j. Blood Bank Services ( ) k. Others, if any ( )

Date:

Place: (Name and signature of proprietor with seal)

Page 36: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

36

Annexure-VI

ANNUAL FINANCIAL TURN OVER STATEMENT

The Annual Turnover of M/s.__________________________________ for

the past three years are given below and certified that the statement is true

and correct.

_____________________________________________________________

Sl.No. Financial Year Turnover in Lakhs (Rs)

_____________________________________________________________

1. 2014 - 2015

2. 2015 - 2016

3. 2016 - 2017

_____________________________________________________________

Total - Rs. _________________ Lakhs.

_____________________________________________________________

Average turnover per annual - Rs._________________ Lakhs.

Date:

Signature of

Auditor/Seal:

Chartered Accountant

(Name in Capital)

Page 37: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

37

ANNEXURE –VII

MbPT STANDARD RATES FOR PACKAGE ITEMS & STANDARD

PERCENTAGE OF DISCOUNT FOR NON PACKAGE ITEMS.

MbPT STANDARD (L1) PACKAGE RATE FOR TREATMENT PROCEDURES UNDER PACKAGE

Sr.No.

Code No. PACKAGES AND PACKAGE

PRICES

Standard L1 Rate

for General Ward for

Class IV Employee

s

Standard L1 Rate for Semi Private

Ward for

Class III Employee

s

Standard L1 Rate

for Private

ward for Class I & II Officers

1 2 3 4 5 6

SURGICAL PACKAGES

S1 GENERAL SURGERY

S1.1 HEAD & NECK

S1.1.1 Neck

1 S1.1.1.1 Branchial Cyst Excision 30000 40000 50000

2 S1.1.1.2 Branchial Sinus Excision 32000 36800 46000

3 S1.1.1.3 Carotid Body-tumours Excision 48000 55200 69000

4 S1.1.1.4 Cystic Hygroma Excision-Extensive

48000 55200 69000

5 S1.1.1.5 Cystic Hygroma Excision-Major 48000 55200 69000

6 S1.1.1.6 Cystic Hygroma Excision-Minor 23000 38000 45000

7 S1.1.1.7 Excision of Lingual Thyroid 40000 46000 57500

8 S1.1.1.8 Parathyroidectomy 78000 91260 114075

9 S1.1.1.9 Excision of Thyroglossal Cyst-Fistula

24000 27600 34500

10 S1.1.1.10 Cervical Rib excision 24000 27600 34500

11 S1.1.1.11 Removal of Submandibular Salivary gland

18000 22000 36000

S1.1.2 Mandible

12 S1.1.2.1 Hemimandibulectomy 60000 69000 86250

13 S1.1.2.2 Segmental Mandible Excision 50000 57500 71875

S1.1.3 Tongue

14 S1.1.3.1 Partial glossectomy 50000 57500 71875

15 S1.1.4.1 Abbe Operation 24000 32000 45000

16 S1.1.4.2 Vermilionectomy 24000 29000 36250

17 S1.1.4.3 Wedge Excision & Vermilionectomy

32000 36800 46000

S1.1.5 Thyroid (Non-Malignant )

18 S1.1.5.1 Hemithyroidectomy 50600 59202 74003

19 S1.1.5.2 Isthmectomy 83853 98108 122635

Page 38: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

38

20 S1.1.5.3 Partial Thyroidectomy 83853 98108 122635

21 S1.1.5.4 Resection Enucleation 83853 98108 122635

22 S1.1.5.5 Subtotal Thyroidectomy 83853 98108 122635

23 S1.1.5.6 Total Thyroidectomy 83853 98108 122635

S1.2 BREAST

24 S1.2.1 Simple Mastectomy (Non Malignant)

53361 62432 78040

S1.3 ABDOMEN

S1.3.1 Hernia

25 S1.3.1.1 Epigastric Hernia without Mesh

70000 80500 100625

26 S1.3.1.2 Epigastric Hernia with Mesh 95000 109250 136563

27 S1.3.1.3 Femoral Hernia 95000 109250 136563

28 S1.3.1.4 Hiatus Hernia Repair Abdominal

95000 109250 136563

29 S1.3.1.5 Rare Hernias (Spigalion,obuturator, Sciatic)

95000 109250 136563

30 S1.3.1.6 Umbilical Hernia without mesh 70000 80500 100625

31 S1.3.1.7 Umbilical Hernia with mesh 72110 85840 112410

32 S1.3.1.8 Ventral and Scar Hernia without mesh

70000 80500 100625

33 S1.3.1.9 Ventral and Scar Hernia with mesh

95000 109250 136563

S1.3.2 Appendix

34 S1.3.2.1 Lap. Appendicectomy in Adults 77000 93719 117149

35 S1.3.2.2 Appendicular Perforation 90000 103500 129375

S1.3.3 Stomach, Duodenum and Jejunum

36 S1.3.3.1 Highly Selective Vagotomy 40000 46000 57500

37 S1.3.3.2 Selective Vagotomy Drainage 64000 73600 92000

38 S1.3.3.3 Vagotomy Pyloroplasty 48000 55200 69000

39 S1.3.3.4 Gastrojejunostomy&Vagotomy 48000 55200 69000

40 S1.3.3.5 Operation for bleeding peptic

Ulcer 64000 73600 92000

41 S1.3.3.6 Partial/subtotalGastrectomy for ulcer

64000 73600 92000

42 S1.3.3.7 Pyloromyotomy 32000 36800 46000

43 S1.3.3.8 Gastrostomy 32000 36800 46000

44 S1.3.3.9 Gastrostomy Closure 32000 36800 46000

45 S1.3.3.10 Duodenal perforation 60000 90000 120000

S1.3.4 Small Intestine

46 S1.3.4.1 Intussusceptions 90000 103500 129375

47 S1.3.4.2 Operation for Acute intestinal obstruction

90000 103500 129375

Page 39: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

39

48 S1.3.4.3 Operation for Acute intestinal perforation

90000 103500 129375

49 S1.3.4.4 Operation for Haemorrhage of thesmall intestine

90000 103500 129375

50 S1.3.4.5 Operations for Recurrent intestinal obstruction (Noble plication other)

90000 103500 129375

51 S1.3.4.6 Resection & Anatomisesof small intestine

90000 103500 129375

52 S1.3.4.7 Ileostomy 32000 36800 46000

53 S1.3.4.8 Ileostomy Closure 32000 36800 46000

S1.3.5 Large Intestine

54 S1.3.5.1 Mal-rotation & Volvulus of the Midgut

56000 64400 80500

55 S1.3.5.2 Operation for Volvulus of large bowel

56000 64400 80500

56 S1.3.5.3 Operation of the Duplication of the Intestines

64000 73600 92000

57 S1.3.5.4 Left Hemi-Colectomy 94000 108100 135125

58 S1.3.5.5 Right Hemi-Colectomy 94000 108100 135125

59 S1.3.5.6 Total Colectomy 122000 140300 175375

60 S1.3.5.7 Colostomy 45000 60000 80000

61 S1.3.5.8 Colostomy Closure 32000 36800 46000

S1.3.6 Rectum and Anus

62 S1.3.6.1 Pull through abdominal Resection

110000 126500 158125

63 S1.3.6.2 Anterior Resection 110000 126500 158125

S1.3.7 Liver

64 S1.3.7.1 Operation for Hydatid cyst ofLiver

48000 55200 69000

S1.3.8 Gallbladder

66 S1.3.8.1 Cholecystectomy 73600 86590 106050

67 S1.3.8.2 Lap. Cholecystectomy 80000 93600 117000

68 S1.3.8.3 Cholecystectomy & Exploration CBD

80000 92000 115000

69 S1.3.8.4 Cholecystostomy 80000 93600 117000

70 S1.3.8.5 Cystojejunostomy 80000 92000 115000

71 S1.3.8.6 Cystogastrostomy 67000 75000 90000

72 S1.3.8.7 Repair of CBD 120000 138000 172500

S1.3.9 Adrenals

73 S1.3.9.1 Operation of Adernal glands, bilateral for tumour

100000 115000 143750

74 S1.3.9.2 Operation on Adrenal glands unilateral for tumour

100000 115000 143750

S1.3.10 Spleen

Page 40: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

40

75 S1.3.10.1 Splenectomy for Hypersplenism

80000 92000 115000

76 S1.3.10.2 Splenorenal Anastomosis 96000 110400 138000

77 S1.3.10.3 Warren shunt 96000 110400 138000

S2 ENT SURGERY

S2.1 EAR

78 S2.1.1 Labyrinthectomy 32000 36800 46000

79 S2.1.2 Facial Nerve Decompression 50000 62000 80000

80 S2.1.3 Temporal Bone Excision 80000 92000 115000

S2.2 THROAT

81 S2.2.1 Micro laryngeal Surgery 42000 48300 60375

82 S2.2.2 Phono Surgery for Vocal cord paralysis

40000 46000 57500

83 S2.2.3 Laryngo Fissurectomy 45000 51750 64688

84 S2.2.4 Exision of Tumors in Pharynx 48000 55200 69000

85 S2.2.5 Para pharyngeal tumour Excision

60000 69000 86250

86 S2.2.6 Adenoidectomy + Gromet insertion

39000 44850 56063

87 S2.2.7 Uvulo-palato-Pharyngoplasty. 40000 46000 57500

S2.3 NOSE

88 S2.3.1 Endoscopic sinus surgery 24000 27600 34500

89 S2.3.2 Mastoidectomy 46585 54504 68131

90 S2.3.3 Tympanoplasty 48763 57053 71316

91 S2.3.4 Stapedectomy + Vein graft 90000 103500 129375

92 S2.3.5 Excision of Benign Tumour Nose

48000 55200 69000

93 S2.3.6 Angiofibroma Nose 64000 73600 92000

94 S2.3.7 Endoscopic DCR 32000 36800 46000

S2.4 FOREIGN BODY REMOVAL (BRONCHUS/OESOPHAGUS)

95 S.2.4.1 Bronchoscope foreign body removal

32000 36800 46000

S2.5 COCHLEAR IMPLANT SURGERY

S2.5.1 Cochlear Implant Surgery For Children Below 6 Years

96 S2.5.1.1 Cochlear Implant Surgery 300000 400000 500000

S3 OPTHALMOLOGY SURGERY

S3.1 CORNEA and SCLERA

106 S3.1.1 THERAPEUTIC PENETRATING KERATOPLASTY

34000 NA NA

107 S3.1.2 LAMELLAR KERATOPLASTY 34000 NA NA

108 S3.1.3 CORNEAL PATCH GRAFT 34000 NA NA

109 S3.1.4 SCLERAL PATCH GRAFT 34000 NA NA

Page 41: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

41

110 S3.1.5 PENETRATING KERATOPLASTY

34000 NA NA

112 S3.1.7 AMNIOTIC MEMBRANE GRAFT 11200 NA NA

S3.2 VITREO-RETINA

S3.2.1 VITREA

113 S3.2.1.1 Vitrectomy 27300 27300 27300

114 S3.2.1.2 Vitrectomy + Membrane peeling+ Endolaser, silicon oil or gas

43560 NA NA

115 S3.2.1.3 Vitrectomy + Membrane peeling+ Endolaser

40560 45000 45000

116 S3.2.1.4 Vitrectomy + silicon oil or gas 38000 45000 45000

117 S3.2.1.5 Removal of silicon oil or gas 15000 NA NA

118 S3.2.1.6 Monthly Intravitreal Anti-VEGF for macular degeneration / Per injection (maximum - 6)

32000 NA NA

S3.2.2 RETINA

119 S3.2.2.1 Sclera buckle for Retinal detachment

30800 45000 45000

120 S3.2.2.2 Photocoagulation for Diabetic Retinopathy /per sitting

3500 NA NA

S3.3 ORBIT

121 S3.3.1 SOCKET RECONSTRUCTION 30000 NA NA

123 S3.3.3 ORBITOTOMY 35000 NA NA

124 S3.3.4 Enucleation with orbital Implant

40000 NA NA

S3.4 SQUINT CORRECTION SURGERY

125 S3.4.1 RECTUS MUSCLE SURGERY(SINGLE)

12000 NA NA

126 S3.4.2 RECTUS MUSCLE SURGERY(TWO/THREE)

19200 NA NA

127 S3.4.3 OBLIQUE MUSCLE 9600 NA NA

S3.5 LID SURGERY

128 S3.5.1 Lid reconstruction Surgery- 24000 NA NA

S3.6 PEDIATRIC OPHTHALMIC SURGERY

129 S3.6.1 Photocoagulation for Retinopathy of prematurity

10000 NA NA

130 S3.6.2 Paediatric Cataract Surgery (Phacoemulsification + IOL)

28000 NA NA

131 S3.6.3 Glaucoma filtering Surgery for Paediatric Glaucoma

24000 NA NA

S4 GYNAECOLOGY AND OBSTETRICS SURGERY

S4.1 Obstetrics

Page 42: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

42

132 S4.1.1 Caesarean Hysterectomy with Bladder Repair

64570 75547 94434

133 S4.1.2 Rupture Uterus with Tubectomy

105000 120750 150938

134 S4.1.3 Eclampsia with Complications requiring ventilatory support

180000 207000 258750

135 S4.1.4 Abruptio-placenta with Coagulation Defects(DIC)

80000 92000 115000

S4.2 Gynaecology

136 S4.2.1 LAVH 72600 84942 106178

137 S4.2.2 Laparoscopic Cystectomy 77077 90180 112725

138 S4.2.3 Laparoscopic Ectopic Resection 77077 90180 112725

139 S4.2.4 Laparoscopic Myomectomy 66810 90180 99690

140 S4.2.5 Laparoscopic recanalisation 80000 92000 115000

141 S4.2.6 Laparoscopic Sling operations 90000 103500 129375

142 S4.2.7 Laparoscopic adhesolysis 80000 92000 115000

143 S4.2.8 Vaginal Hysterectomy 72600 84942 106178

144 S4.2.9 Vaginal Hysterectomy with pelvic floor repair

84579 98957 123697

145 S4.2.10 Cystocele, Rectocele & Perineorraphy Mesh

110000 126500 158125

146 S4.2.11 McIndo's repair for Vaginal Atresia

74173 86782 108478

147 S4.2.12 Vault prolapse abdominal repair

74173 86782 108478

148 S4.2.13 Vault prolapse abdominal repair with mesh

96000 112320 140400

S5 ORTHOPEDIC SURGERY AND PROCEDURES

S5.1 Fracture Correction Surgeries/Procedures

149 S5.1.1 Bone Grafting as exclusive procedure

45000 52650 65813

150 S5.1.2 Excision or other Operations for Scaphoid Fractures

80000 92000 115000

151 S5.1.3 Open Reduction & Internal Fixation of Fingers & Toes

95000 109250 136563

152 S5.1.4 Reduction of Compound Fractures & External fixation

45000 51750 64688

153 S5.1.5 ILIZAROV Ring Fixator Application

64000 73600 92000

154 S5.1.6 CTEV Neglected - JESS Fixator 88000 101200 126500

S5.2 Dislocations

155 S5.2.1 Open Reduction of Dislocations - Deep

69000 79350 99188

156 S5.2.2 Amputations (Non-Traumatic) 35000 40250 50313

Page 43: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

43

157 S5.2.3 Amputations - Forequarter 48000 55200 69000

158 S5.2.4 Amputations - Hind Quarter and Hemipelvectomy

86000 98900 123625

S5.3

Bone and Joint Surgery & Osteotomy Procedures including post-polio and cerebral palsy corrections

159 S5.3.1 Arthrodesis of - Major Joints 78000 89700 112125

160 S5.3.2 Arthroscopy - Diagnostic 32000 36800 46000

161 S5.3.3 Arthroscopy - Operative MeniScectomy

53180 62570 83240

162 S5.3.4 Arthroscopy - ACL Repair 86530 101810 126200

163 S5.3.5 A Vascular Necrosis of Femoral Head (core decompression)

120000 138000 172500

164 S5.3.6 Soft Tissue Reconstructive Procedures for Joints / osteotomies

86000 98900 123625

S5.4 Spine Surgery

165 S5.4.1 Anterolateral Clearance for Tuberculosis

130000 149500 186875

166 S5.4.2 CostoTransversectomy 68000 78200 97750

167 S5.4.3 Spinal Ostectomy and Internal Fixations

130000 149500 186875

S5.5 Soft Tissue Surgery

168 S5.5.1 Nerve Repair with Grafting 150000 172500 215625

169 S5.5.2 Neurolysis / Nerve Suture 180000 207000 258750

170 S5.5.3 Operations for Brachial Plexus & Cervical Rib

90000 103500 129375

S5.6 TUMOR SURGERY

171 S5.6.1 Excision of Bone Tumours - Deep with reconstruction with conventional prosthesis

195000 224250 280313

S6 SURGICAL GASTROENTEROLOGY

S6.1 Emergency

172 S6.1.1 Surgery for Bleeding Ulcers 90000 103500 129375

173 S6.1.2 Surgery for Obscure GI Bleed 96000 110400 138000

S6.2 Oesophagus

174 S6.2.1 Colonic Pull up 120000 138000 172500

175 S6.2.2 Oesophagectomy 400000 475000 550000

176 S6.2.3 Oesophago-Gastrectomy 96000 110400 138000

177 S6.2.4 Lap Heller's myotomy 110000 126500 158125

178 S6.2.5 Lap Fundoplications 100000 115000 143750

S6.3 Stomach

179 S6.3.1 Partial Gastrectomy 80000 92000 115000

Page 44: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

44

180 S6.3.2 Total Gastrectomy 80000 92000 115000

181 S6.3.3 Truncal vagotomy + Gastro Jejunostomy

80000 92000 115000

182 S6.3.4 Distal Gastrectomy for Gastric Outlet obstruction

48000 55200 69000

183 S6.3.5 Surgery for Corrosive injury Stomach

80000 92000 115000

S6.4 Small Intestine

184 S6.4.1 Volvulus 56000 64400 80500

185 S6.4.2 Malrotation 56000 64400 80500

186 S6.4.3 Lap Adhesiolysis 92000 105800 200000

S6.5 Large Intestine

187 S6.5.1 Right Hemicolectomy 120000 138000 172500

188 S6.5.2 Left Hemicolectomy 120000 138000 172500

189 S6.5.3 Extended Right Hemicolectomy 120000 138000 172500

190 S6.5.4 Anterior Resection 120000 138000 172500

191 S6.5.5 Anterior Resection with Ileostomy

120000 138000 172500

192 S6.5.6 Abdomino Perineal Resection(NonMalignant)

120000 138000 172500

193 S6.5.7 Hartman's Procedure with Colostomy

120000 138000 172500

S6.6 Ulcerative Colitis

S6.6.1 III Stage Procedure

194 S6.6.1.1 I Stage-Sub Total Colectomy + Ileostomy

100000 115000 143750

195 S6.6.1.2 II Stage-J - Pouch 100000 115000 143750

196 S6.6.1.3 III Stage-Ileostomy Closure 100000 115000 143750

S6.6.2 II Stage Procedure

197 S6.6.2.1 I Stage- Sub Total Colectomy + Ileostomy + J - Pouch

150000 172500 215625

198 S6.6.2.2 II Stage- Ileostomy Closure 80000 92000 115000

S6.7 Liver:

199 S6.7.1 Hepato Cellular Carcinoma(Advanced) Radio Frequency Ablation

700000 900000 110000

0

200 S6.7.2 Haemangioma SOL Liver Hepatectomy + Wedge Resection

120000 138000 172500

201 S6.7.3 Hydatid cyst-Marsupilisation Gall Bladder

80000 92000 115000

S6.8 Gall Bladder

202 S6.8.1 Cyst excision + Hepatic Jejunostomy

100000 115000 143750

203 S6.8.2 Cholecystectomy 80000 92000 115000

Page 45: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

45

204 S6.8.3 GB+ Calculi CBD Stones or Dilated CBD

100000 115000 143750

205 S6.8.4 Lap. Cholecystectomy 80000 92000 115000

206 S6.8.5 Hepatico Jejunostomy 72000 82800 103500

207 S6.8.6 Choledochoduodenostomy Or Choledochojejunostomy

163548 196287 225000

S6.9 Spleen

208 S6.9.1 Splenectomy 163548 196287 225000

209 S6.9.2 Splenectomy + Devascularisation + Spleno Renal Shunt

600000 750000 950000

S6.10 Pancreas

211 S6.10.1 Lap- Pancreatic Necrosectomy 600000 750000 950000

212 S6.10.2 Lateral Pancreatico Jejunostomy (Non- Malignant)

600000 750000 950000

213 S6.10.3 Pancreatic Necrosectomy (open)

160000 184000 230000

214 S6.10.4 Distal Pancreatectomy + Splenectomy

160000 184000 230000

215 S6.10.5 Central Pancreatectomy 160000 184000 230000

S6.11 Pseudo cyst

216 S6.11.1 CystoJejunostomy 85000 100000 125000

217 S6.11.2 Cysto Gastrostomy 65000 80000 100000

S6.12 Hernia

218 S6.12.1 Diaphragmatic Hernia (Gortex Mesh Repair)

55000 115000 143750

S6.13 LIVER SURGERES

219 S6.13.1 Rt. Hepatectomy 120000 138000 172500

220 S6.13.2 Lt. Hepatectomy 120000 138000 172500

221 S6.13.3 Segmentectomy 80000 92000 115000

S6.14 PANCREATIC SURGERES

222 S6.14.1 Distal Pancreatectomy 160000 184000 230000

223 S6.14.2 Enucleation of Cyst 120000 138000 172500

224 S6.14.3 Whipples - any type 235000 270250 337813

225 S6.14.4 Triple Bypass 235000 270250 300000

226 S6.14.5 Other Bypasses 40000 46000 57500

S7 CARDIAC AND CARDIOTHORACIC SURGERY

S7.1 CARDIAC INTERVENTIONS/PROCEDURES

S7.1.1 Coronary Artery Disease

227 S7.1.1.1 Coronary Angiogram (CAG) 13000 15000 18750

228 S7.1.1.2 Coronary Balloon Angioplasty 115000 150000 219375

229 S7.1.1.3 PTCA 115000 150000 204750

Page 46: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

46

S7.1.2 ASD and VSD

230 S7.1.2.1 ASD Device closure 60000 75000 100000

231 S7.1.2.2 VSD Device closure 60000 75000 100000

S7.1.3 Patent Ductus Arteriousus

232 S7.1.3.1 PDA Stenting 120000 150000 180000

233 S7.1.3.2 Device closure 200000 230000 287500

S7.1.4 Coil closure

234 S7.1.4.1 Single coil 85000 100000 130000

235 S7.1.4.2 Multiple coils 85000 100000 130000

S7.1.5 Balloon procedures

236 S7.1.5.1 Balloon Valvotomy 80000 100000 130000

237 S7.1.5.2 Balloon Atrial septostomy 250000 260000 280000

S7.1.6 Pacemaker Implantation

238 S7.1.6.1 Permanent Pacemaker Implantation

95700 122510 128470

239 S7.1.6.2 Temporary Pacemaker Implantation

23430 29490 32810

S7.1.7 Coarctation of Aorta Repair/Aortoplasty

240 S7.1.7.1 With stent 200000 230000 287500

241 S7.1.7.2 Without stent 800000 900000 105000

0

S7.1.8 Angioplasty

242 S7.1.8.1 Renal Angioplasty 130000 152100 190125

243 S7.1.8.2 Peripheral Angioplasty 130000 152100 170000

244 S7.1.8.3 Vertebral Angioplasty 130000 152100 190125

245 S7.1.8.4 Additional Stent 32000 36800 46000

S7.2 CARDIOTHORACIC AND VASCULAR SURGERIES

S7.2.1 Surgery for CAD

246 S7.2.1.1 Coronary Bypass Surgery 225000 263250 329063

247 S7.2.1.2 Coronary Bypass Surgery-post Angioplasty

250000 287500 359375

248 S7.2.1.3 CABG with IABP pump 320000 368000 460000

249 S7.2.1.4 CABG with aneurismal repair 375000 431250 539063

S7.2.2 IntracardiacTumors

250 S7.2.2.1 Surgery for IntracardiacTumors

300000 345000 431250

S7.2.3 Sinus of Valsalva

251 S7.2.3.1 Ruptured sinus of valsulva Correction

300000 345000 431250

S7.2.5 TOF

S7.2.5.1 Systemic Pulmonary Shunts

255 S7.2.5.1.3

Total Correction of Tetralogy of Fallot

410000 550000 650000

Page 47: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

47

S7.2.6 ASD and VSD

256 S7.2.6.1 Intracardiac Repair of ASD 230000 260000 300000

257 S7.2.6.2 Intracardiac Repair of VSD 230000 260000 300000

S7.2.8 Valve Repairs

260 S7.2.8.1 With Prosthetic Ring 300000 345000 431250

261 S7.2.8.2 Without Prosthetic Ring 450000 500000 670000

262 S7.2.8.3 Open Pulmonary Valvotomy 450000 500000 670000

263 S7.2.8.4 Closed mitral valvotomy 450000 500000 670000

264 S7.2.8.5 Mitral Valvotomy (Open) 290000 310000 380000

S7.2.9 Valve Replacement

265 S7.2.9.1 Mitral Valve Replacement (With

Valve) 262500 330000 411600

266 S7.2.9.2 Aortic Valve Replacement (With Valve)

290000 330000 411600

267 S7.2.9.3 Tricuspid Valve Replacement 300000 345000 431250

268 S7.2.9.4 Double Valve Replacement (With Valve)

280800 330000 411600

S7.2.10 Pericardium

270 S7.2.10.2 Pericardiectomy 250000 287500 359375

S7.2.11 Coarctation-Arota Repair

272 S7.2.11.1 With Graft 51200 58880 73600

273 S7.2.11.2 Without Graft 40000 46000 57500

S7.2.12 Aorta Repair

274 S7.2.12.1 Aneurysm Resection & Grafting 550000 632500 790625

275 S7.2.12.2 Intrathoracic Aneurysm -Aneurysm not Requiring Bypass (with Graft)

350000 360000 380000

276 S7.2.12.3 Intrathoracic Aneurysm -Requiring Bypass (With Graft)

550000 632500 790625

277 S7.2.12.4 Dissecting Aneurysms 700000 805000 100625

0

S7.2.13 Aorto-Aorto Bypass

279 S7.2.13.1 With Graft 350000 402500 503125

280 S7.2.13.2 Without Graft 350000 402500 503125

S7.2.14 Femoro- Poplitial Bypass

281 S7.2.14.1 With Graft 250000 287500 359375

282 S7.2.14.2 Without Graft 200000 230000 280000

S7.2.15 Femoro-ileal Bypass

283 S7.2.15.1 With Graft 250000 287500 359375

284 S7.2.15.2 Without Graft 250000 287500 359375

S7.2.16 Femoro-femoral Bypass

285 S7.2.16.1 With Graft 250000 287500 359375

286 S7.2.16.2 Without Graft 250000 287500 359375

S7.2.18 Embolectomy

289 S7.2.18.1 Carotid Embolectomy 150000 172500 215625

Page 48: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

48

S7.3

CARDIOTHORASIC

SURGERIES AND PROCEDURES

S7.3.1 LUNGS

290 S7.3.1.1 Pneumonectomy 350000 402500 503125

291 S7.3.1.2 Lobectomy 305000 315000 325000

292 S7.3.1.3 Decortication 350000 402500 503125

293 S7.3.1.4 Lung Cyst 350000 402500 503125

294 S7.3.1.5 SOL mediastinum 350000 402500 503125

S7.4 CARDIOTHORACIC SURGERIES AND PROCEDURES

S7.4.1 CHEST SURGERY

299 S7.4.1.2 DIAPHRAGMATIC HERNIA 550000 700000 850000

S7.4.3 BRONCHIAL INJURIES/FB

302 S7.4.3.1 FOREIGN BODY REMOVAL WITH SCOPE

32000 36800 46000

303 S7.4.3.2 REPAIR SURGERY FOR INJURIES DUE TO FB

64000 73600 92000

S7.4.4 OESOPHAGEAL INJURY/FB

304 S7.4.4.1

GASTRO STUDY FOLLOWED BY THORACOTOMY & REPAIRS for OESOPHAGEAL INJURY for Corrosive Injuries/FB

80000 92000 115000

S7.4.5 VASCULAR INJURY

305 S7.4.5.1 SURGERY WITHOUT GRAFT for ARTERIAL INJURIES VENOUS INJURIES

92980 109390 145290

306 S7.4.5.2 SURGERY WITH VEIN GRAFT 220000 253000 316250

307 S7.4.5.3 WITH PROSTHETIC GRAFT 250000 287500 359375

308 S7.4.5.4 Vascular Injury in upper limbs - Axillary, brachial, radial and ulnar - Repair with Vein Graft

220000 253000 316250

309 S7.4.5.5 Major Vascular Injury - in lower limbs - Repair

200000 230000 287500

310 S7.4.5.6 Minor Vascular Injury Repair - Tibial vessels in leg

200000 230000 287500

311 S7.4.5.7 Minor Vascular Injury Repair - vessels in Foot

100000 115000 143750

312 S7.4.5.8 Neck Vascular Injury - Carotid Vessels

200000 230000 287500

313 S7.4.5.9 Abdominal Vascular Injuries - Aorta, Illac arteries, IVC, iliac Veins

400000 460000 575000

314 S7.4.5.10 Thoracic Vascular Injuries 92980 109390 145290

Page 49: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

49

S7.5 CARDIAC INJURES

315 S7.5.1 SURGERY WITHOUT CPB 64000 73600 92000

316 S7.5.2 SURGERY WITH CPB 120000 138000 172500

S7.6 VASCULAR SURGERIES

317 S7.6.1 Peripheral Embolectomy without graft

90000 103500 129375

318 S7.6.2 AortoBilliac / Bifemoral bypass with Synthetic Graft

200000 230000 287500

319 S7.6.3 Axillobifemoral bypass with Synthetic Graft

250000 287500 359375

320 S7.6.4 Femoro Distal Bypass with Vein Graft

250000 287500 359375

321 S7.6.5 Femoro Distal Bypass with Synthetic Graft

250000 287500 359375

322 S7.6.6 Axillo Brachial Bypass using with Synthetic Graft

250000 287500 359375

323 S7.6.7 Brachio - Radial Bypass with Synthetic Graft

80000 92000 115000

324 S7.6.8 Excision of Carotid body Tumor with vascular repair

72000 82800 103500

325 S7.6.9 Carotid artery bypass with Synthetic Graft

160000 184000 230000

326 S7.6.10 Excision of Arterio Venous malformation - Large

150000 172500 215625

327 S7.6.11 Excision of Arterio Venous malformation - Small

64000 73600 92000

328 S7.6.12 Arterial Embolectomy 150000 172500 215625

329 S7.6.13 A V Fistula at wrist 20260 23830 34460

330 S7.6.14 A. V Fistula at Elbow 20260 23830 34460

331 S7.6.15 D V T - IVC Filter 160000 184000 230000

332 S7.6.16 Vascular Tumors 90000 103500 129375

333 S7.6.17 Small Arterial Aneurysms - Repair

85000 97750 122188

334 S7.6.18 Medium size arterial aneurysms - Repair

80000 92000 115000

335 S7.6.19 Medium size arterial aneurysms with synthetic graft

120000 138000 172500

S8 PAEDIATRIC CONGENITAL MALFORMATIONS

S8.1 GI Tract

337 S8.1.2 Diaphragmatic Hernia 280000 300000 315000

338 S8.1.3 Intestinal Atresias& Obstructions

220000 230000 270000

S8.2 UROGENITAL

344 S8.2.1 Congenital Hydronephrosis 80000 92000 115000

Page 50: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

50

345 S8.2.2 Ureteric Reimplantations 104000 119600 149500

346 S8.2.3 Extrophy Bladder Stage 1 104000 119600 149500

347 S8.2.4 Extrophy Bladder Stage 2 96000 110400 138000

349 S8.2.6 Hypospadias Single Stage 64000 73600 92000

350 S8.2.7 Hypospadias Stage1 64000 73600 92000

351 S8.2.8 Hypospadias Stage 2 56000 64400 80500

S8.3 PLASTIC REPAIR

352 S8.3.1 Cleft lip 80000 92000 115000

353 S8.3.2 Cleft Palate 95000 109250 136563

354 S8.3.3 Velo-Pharyngeal Incompetence 130000 149500 186875

355 S8.3.4 Syndactyly of Hand for each

hand 110000 126500 158125

356 S8.3.5 Microtia/Anotia 100000 115000 143750

357 S8.3.6 TM joint ankylosis 80000 92000 115000

S8.4 Congenital Malformations

358 S8.4.1 Hamartoma Excision 32000 36800 46000

359 S8.4.2 Hemangioma Excision 40000 46000 57500

360 S8.4.3 Lymphangioma Excision 64000 73600 92000

S8.5 HEAD AND NECK

361 S8.5.1 Neuroblastoma 200000 230000 287500

362 S8.5.2 Congenital Dermal Sinus 100000 115000 143750

363 S8.5.3 Cystic Lesions of the Neck 75000 86250 107813

364 S8.5.4 Encephalocele 90000 103500 129375

365 S8.5.5 Sinuses & Fistula of the Neck 49000 56350 70438

S8.6 CHEST

366 S8.6.1 Bronchoscope foreign body removal

32000 36800 46000

S8.7 ABDOMEN

373 S8.7.1 Gastric outlet obstructions 64000 73600 92000

374 S8.7.2 Gastro Esophageal Reflux Correction

130000 149500 186875

375 S8.7.3 Hydatid cysts in Paediatric patient

64000 73600 92000

376 S8.7.4 Intestinal Polyposis Surgical correction

125000 143750 179688

377 S8.7.5 Intussusceptions 90000 103500 129375

378 S8.7.6 Paediatric Acute Intestinal Obstruction

125000 143750 179688

379 S8.7.7 Laparoscopic Appendicectomy in children

120000 138000 172500

380 S8.7.8 Laparoscopic Choleycystectomy

80000 92000 115000

381 S8.7.9 Laparoscopic pull through for Ano Rectal Anomalies

150000 172500 215625

Page 51: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

51

382 S8.7.10 Laparoscopic pull through surgeries for HD

180000 207000 258750

383 S8.7.11 Paediatric Splenectomy (Non Traumatic)

65000 74750 93438

384 S8.7.12 Surgeries on adrenal gland in Children

80000 92000 115000

S8.8 GENITOURINARY SYSTEM

385 S8.8.1 Nephrectomy 100000 135000 178000

386 S8.8.2 Epispadiasis - Correction 45000 60000 78000

387 S8.8.3 Scrotal transposition repair 43000 55200 75000

388 S8.8.4 UndeScended Testis 62000 80000 103900

389 S8.8.5 Torsion Testis 55000 71300 89125

390 S8.8.6 LaparoScopicOrchidopexy 97000 132000 150000

391 S8.8.7 Laparoscopic Varicocele ligation

220000 280000 340000

S9 GENITO URINARY SURGERIES

S9.1 Renal Transplantation

392 S9.1.1 A.V. Fistula as Pre-Transplant Procedure

170000 220000 295000

393 S9.1.2 Renal Transplantation surgery 600000 700000 700000

S9.2 Surgery for Renal Calculi

396 S9.2.1 Open Pyelolithotomy 76000 96000 120000

397 S9.2.2 Open Nephrolithotomy 85000 100000 130000

398 S9.2.3 Open Cystolithotomy 90000 103500 129375

399 S9.2.4 Laparoscopic Pyelolithotomy 100000 140000 165000

400 S9.2.5 Lithotripsy Procedures 150000 190000 220000

401 S9.2.6 Cystolithotripsy 68000 91000 110000

402 S9.2.7 PCNL 85000 97750 132000

403 S9.2.8 ESWL 40000 50000 60000

404 S9.2.9 URSL 74000 98000 112000

405 S9.2.10 Nephrostomy 89903 103388 129236

406 S9.2.11 DJ stent (One side) 19965 23359 29199

S9.3 Urethroplasty for Stricture Diseases

407 S9.3.1 Single stage 84500 113750 130000

S9.3.2 Double Stage

408 S9.3.2.1 Stage-1 50000 66500 80000

409 S9.3.2.2 Stage-2 84500 114000 130000

S9.4 Hypospadious (Adult)

410 S9.4.1 Single Stage 76000 96250 120000

S9.4.2 Double stage

411 S9.4.2.1 Stage-1 76000 96250 120000

412 S9.4.2.2 Stage-2 76000 96250 120000

413 S9.4.3 TURBT 74000 99000 115000

Page 52: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

52

S9.5 RENAL

414 S9.5.1 Nephrostomy 87100 117250 134000

415 S9.5.2 Nephrectomy Pyonephrosis/XGP

101000 136500 170625

416 S9.5.3 Simple Nephrectomy 101000 135000 160000

417 S9.5.4 Lap. Nephrectomy Simple 136500 183000 210000

418 S9.5.5 Lap. Nephrectomy Radical 136500 183000 210000

419 S9.5.6 Lap. Partial Nephrectomy 146500 183000 210000

420 S9.5.7 BilateralNephroureterectomy 110000 126500 158125

421 S9.5.8 Renal Cyst Excision 35100 48000 60000

S9.6 RENAL STONE SURGERY/THERAPIES

422 S9.6.1 Endoscope Removal of stone in Bladder

67600 91000 104000

423 S9.6.2 Anatrophic Peylolithotomy for Staghorn Caliculus

110000 149000 170000

S9.7 CORRECTIVE SURGERIES

424 S9.7.1 Anderson Hynes Pyeloplasty 63900 89500 120000

425 S9.7.2 Vasico Vaginal Fistula 78000 105000 120000

426 S9.7.3 Epispadiasis - Correction 78000 105000 120000

427 S9.7.4 Closure of Urethral Fistula 26000 35000 44000

428 S9.7.5 Optical Urethrotomy 52000 70000 87500

429 S9.7.6 PerinealUrethrostomy 34000 43750 50000

430 S9.7.7 Ureteric Reimplantation 60000 88000 110000

431 S9.7.8 Ileal Conduit formation 39000 52500 65626

432 S9.7.9 Ureterocele 43000 58000 72000

S9.8 BLADDER and PROSTATE

433 S9.8.1 Transurethral resection of prostate (TURP)

70400 82820 103930

434 S9.8.2 TURP Cyst lithotripsy 136500 183750 210000

435 S9.8.3 Open prostatectomy 93500 133250 170250

436 S9.8.4 Caecocystoplasty 84500 114000 135000

437 S9.8.5 Total cystectomy 84500 114000 135000

438 S9.8.6 Diverticulectomy 40000 53375 62000

439 S9.8.7 Incontinence Urine(Female) 45000 52000 64000

440 S9.8.8 Incontinence Urine(male) 45000 52000 64000

S9.9 TESTIS AND PENIS

441 S9.9.1 Orchidopexy Bilateral 52000 70000 87500

442 S9.9.2 Torsion testis 62000 71300 89125

443 S9.9.3 Chordee correction 56000 70000 80500

444 S9.9.4 Partial amputation of Penis(Non-Malignant)

52000 70000 87500

445 S9.9.5 Total amputation of Penis(Non-Malignant)

104000 140000 165000

S10 NEUROSURGERY

Page 53: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

53

S10.1 BRAIN

446 S10.1.1 Craniotomy and Evacuation of Haematoma Subdural

200000 230000 287500

447 S10.1.2 Craniotomy and Evacuation of Haematoma – Extradural

220000 253000 316250

448 S10.1.3 Evacuation of Brain Abscess-burr hole

100000 115000 143750

449 S10.1.4 Excision of Lobe (Frontal,Temporal,Cerebellum etc.)

110000 126500 158125

450 S10.1.5 Endoscopy procedures 104000 119600 149500

451 S10.1.6 Endoscopic Third Ventriclostomy(ETV)

99000 113850 142313

452 S10.1.7 Intra-Cerebral Hematoma evacuation

150000 172500 215625

453 S10.1.8 Decompressive Craniectomy 150000 172500 190000

S10.2 Excision of Brain Tumor Supratentorial

454 S10.2.1 Parasagital 145000 166750 208438

455 S10.2.2 Basal 96000 110400 138000

456 S10.2.3 Brain Stem 180000 207000 258750

457 S10.2.4 C P Angle 112000 128800 161000

459 S10.2.6 Excision of Brain Tumors -Subtentorial

125000 143750 179688

460 S10.2.7 Ventriculoatrial /Ventriculoperitoneal Shunt

120000 138000 172500

461 S10.2.8 Twist Drill Craniostomy 160000 184000 230000

462 S10.2.9 Subdural Tapping 60000 69000 86250

463 S10.2.10 Ventricular Tapping 60000 69000 86250

464 S10.2.11 Abscess Tapping 45100 63200 86250

465 S10.2.12 Vascular Malformations 160000 184000 230000

466 S10.2.13 Peritoneal Shunt 135000 155250 190000

467 S10.2.14 Atrial Shunt 135000 155250 190000

468 S10.2.15 Meningo Encephalocele 160000 184000 230000

469 S10.2.16 Meningo myelocele 160000 184000 230000

470 S10.2.17 C.S.F. Rhinorrhoea 125000 143750 179688

471 S10.2.18 Cranioplasty 170000 180000 190000

472 S10.2.19 Meningocele Excision 180000 207000 258750

473 S10.2.20 Ventriculo-Atrial Shunt 145000 165000 190000

474 S10.2.21 Excision of Brain Abcess 100000 115000 143750

475 S10.2.22 Aneurysm Clipping 200000 230000 287500

476 S10.2.23 External Ventricular Drainage (EVD)

75000 90000 100000

S10.3 SPINAL SURGERIES

477 S10.3.1 Surgery of Cord Tumours 150000 172500 215625

Page 54: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

54

478 S10.3.2 Excision of Cervical Inter-Vertebral Discs

180000 207000 258750

479 S10.3.3 Posterior Cervical Discectomy 150000 172500 215625

480 S10.3.4 Anterior Cervical Discectomy 150000 172500 215625

481 S10.3.5 Anterior Cervical Spine Surgery with fusion

160000 184000 230000

482 S10.3.6 Anteriolateral Decompression 180000 207000 258750

483 S10.3.7 Laminectomy 100000 115000 143750

484 S10.3.8 Discectomy 100000 115000 143750

485 S10.3.9 Spinal Fusion Procedure 80000 92000 115000

486 S10.3.10 Spinal Intra Medullary Tumours

160000 184000 230000

487 S10.3.11 Spina Bifida Surgery Major 99000 113850 142313

488 S10.3.12 Spina Bifida Surgery Minor 88000 101200 126500

489 S10.3.13 Anterior discectomy & bone grafting

130000 149500 186875

490 S10.3.14 Discectomy with Implants 170000 190000 240000

491 S10.3.15 Corpectomy for Spinal Fixation 112000 128800 161000

492 S10.3.16 Spinal Fixation Rods and Plates, Artificial discs

225000 258750 323438

493 S10.3.17 Syringomyelia 104000 119600 149500

S10.4 OTHER

SURGERIES/PROCEDURES

494 S10.4.1 Stereotactic Procedures 125000 143750 179688

495 S10.4.2 Trans Sphenoidal Surgery 125000 143750 179688

496 S10.4.3 Trans Oral Surgery 110000 126500 158125

497 S10.4.4 Combined Trans-oral Surgery & CV Junction Fusion

175000 201250 251563

498 S10.4.5 C.V. Junction Fusion 120000 138000 172500

S10.5 SOFT TISSUE and VASCULAR SURGERIES

499 S10.5.1 Repair of Brachial plexus injury

96000 110400 138000

500 S10.5.2 Cervical Sympathectomy 130000 149500 186875

501 S10.5.3 Lumbar sympathectomy 130000 149500 186875

502 S10.5.4 Decompression/Excision of Optic nerve lesions

145000 166750 208438

503 S10.5.5 Peripheral nerve injury repair 200000 230000 287500

504 S10.5.6 Proptosis 96000 110400 138000

S10.6 EPILEPSY Surgery

505 S10.6.1 Temporal Lobectomy 80000 92000 115000

506 S10.6.2 Lesionectomy type 1 240000 276000 345000

507 S10.6.3 Lesionectomy type 2 240000 276000 345000

508 S10.6.4 Temporal lobectomy plus Depth Electrodes

224000 257600 322000

Page 55: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

55

S10.8 MANAGEMENT OF

ANEYRISMS

511 S10.8.1 Embolization of Aneurysm 225000 258750 323438

512 S10.8.2 Cost of each coil 60000 60000 60000

S11 SURGICAL ONCOLOGY

S11.1 CANCER - Surgeries

S11.1.1 Head & Neck

513 S11.1.1.1 Composite Resection & Reconstruction

130000 149500 186875

514 S11.1.1.2 Neck Dissection - any type 60000 69000 86250

515 S11.1.1.3 Hemiglossectomy 70000 80500 100625

516 S11.1.1.4 Maxillectomy - any type 100000 115000 143750

517 S11.1.1.5 Thyroidectomy - any type 100000 115000 143750

518 S11.1.1.6 Parotidectomy - any type 100000 115000 143750

519 S11.1.1.7 Laryngectomy - any type 190000 225000 285000

520 S11.1.1.8 LaryngopharyngoOesophagectomy

300000 345000 431250

521 S11.1.1.9 Hemimandibulectomy 96000 110400 138000

522 S11.1.1.10

Wide excision 60000 69000 86250

S11.1.2 Gastrointestinal Tract

523 S11.1.2.1 Oesophagectomy - any type 280000 322000 402500

524 S11.1.2.2 Gastrectomy - any type 250000 287500 320000

525 S11.1.2.3 Colectomy - any type 140000 160000 210000

526 S11.1.2.4 Anterior Resection 250000 260000 270000

527 S11.1.2.5 Abdominoperinial Resection 250000 287500 359375

528 S11.1.2.6 Whipples - any type 350000 390000 400000

529 S11.1.2.7 Triple Bypass 180000 207000 258750

530 S11.1.2.8 Other Bypasses-Pancreas 180000 207000 258750

S11.1.3 Genito Urinary System

531 S11.1.3.1 Radical Nephrectomy 170000 195500 244375

532 S11.1.3.2 Radical Cystectomy 215000 275000 315000

534 S11.1.3.4 Total Penectomy 130000 149500 186875

535 S11.1.3.5 Partial Penectomy 100000 115000 143750

536 S11.1.3.6 Inguinal Block Dissection - one side

60000 69000 86250

537 S11.1.3.7 Radical Prostatectomy 230000 287500 350000

538 S11.1.3.8 High Orchidectomy 65000 74750 93438

539 S11.1.3.9 Bilateral Orchidectomy 59910 67120 67400

S11.1.4 Gynaecological Oncology

541 S11.1.4.1 Hysterectomy 150000 172500 215625

542 S11.1.4.2 Radical Hysterectomy 150000 172500 215625

543 S11.1.4.3 Surgery for Ca Ovary - early stage

200000 230000 287500

Page 56: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

56

544 S11.1.4.4 Surgery for Ca Ovary - advance stage

300000 345000 431250

545 S11.1.4.5 Vulvectomy 100000 115000 143750

546 S11.1.4.6 Salpingo - oophorectomy 100000 135000 165000

S11.1.5 Tumors of the Female Breast

547 S11.1.5.1 Mastectomy - any type 75000 86250 107813

548 S11.1.5.2 Axillary Dissection 60000 69000 86250

549 S11.1.5.3 Wide excision 60000 69000 86250

550 S11.1.5.4 Lumpectomy 37120 46660 62030

551 S11.1.5.5 Breast reconstruction 100000 115000 143750

552 S11.1.5.6 Chest wall resection 100000 115000 143750

S11.1.6 Skin Tumors

553 S11.1.6.1 Wide excision 60000 69000 86250

554 S11.1.6.2 Wide excision + Reconstruction 100000 115000 143750

555 S11.1.6.3 Amputation 65000 74750 93438

S11.1.7 Soft Tissue and Bone Tumors

556 S11.1.7.1 Wide excision 60000 69000 86250

557 S11.1.7.2 Wide excision + Reconstruction 100000 115000 143750

558 S11.1.7.3 Amputation 65000 74750 93438

S11.1.7.4 Lung Cancer

559 S11.1.7.5 Pneumonectomy 350000 390000 400000

560 S11.1.7.6 Lobectomy 300000 345000 431250

561 S11.1.7.7 Decortication 300000 345000 431250

S11.1.9 Ca.Oral cavity

565 S11.1.9.1 Marginal Mandibulectomy 80000 92000 115000

566 S11.1.9.2 Segmental Mandibulectomy 96000 110400 138000

567 S11.1.9.3 Total glossectomy + Reconstruction

200000 230000 287500

568 S11.1.9.4 Full thickness Buccal mucosal resection & Reconstruction

180000 207000 258750

S11.1.10 Ca.Eye/ Maxilla /Para Nasal Sinus

569 S11.1.10.1

Orbital exenteration 130000 149500 186875

570 S11.1.10.2

Maxillectomy + Orbital exenteration

190000 218500 273125

571 S11.1.10.3

Maxillectomy + Infratemporal Fossa clearance

150000 172500 215625

S11.1.12 Ca.Soft Palate

574 S11.1.12.1

Palatectomy Any type 100000 115000 143750

S11.1.14 Ca. Salivary Gland

579 S11.1.14.1

Submandibular Gland Excision 100000 115000 143750

S11.1.15 Ca. Thyroid

580 S11.1.15. Tracheal Resection 130000 149500 186875

Page 57: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

57

1

S11.1.16 Ca. Trachea

581 S11.1.16.1

Sternotomy + Superior Mediastinal Dissection

250000 287500 359375

582 S11.1.16.2

Tracheal Resection 130000 149500 186875

S11.1.17 Ca. Parathyroid

583 S11.1.17.1

Parathyroidectomy 100000 115000 143750

S11.1.18 Ca. Gastro Intestinal Tract

584 S11.1.18.1

Small bowel resection 180000 207000 258750

585 S11.1.18.2

Closure of Ileostomy 100000 115000 143750

586 S11.1.18.3

Closure of Colostomy 100000 115000 143750

S11.1.19 Ca.Rectum

587 S11.1.19.1

AbdominoPerineal Resection (APR) + Sacrectomy

250000 287500 359375

588 S11.1.19.2

Posterior Exenteration 250000 260000 270000

589 S11.1.19.3

Total Exenteration 280000 322000 402500

S11.1.20 Ca. Gall Bladder

590 S11.1.20.1

Radical Cholecystectomy 180000 207000 258750

S11.1.21 Spleen

591 S11.1.21.1

Splenectomy 100000 115000 143750

S11.1.22 Retroperitoneal Tumor

592 S11.1.22.1

Resection of Retroperitoneal Tumors

200000 230000 287500

S11.1.23 Abdominal wall tumor

593 S11.1.23.1

Abdominal wall tumor Resection

130000 149500 186875

594 S11.1.23.2

Resection with reconstruction 130000 149500 186875

S11.1.24 Gynaec Cancers

595 S11.1.24.1

Bilateral pelvic lymph Node Dissection(BPLND)

70000 80500 100625

596 S11.1.24.2

Radical Trachelectomy 85000 97750 122188

597 S11.1.24.3

Radical vaginectomy 120000 138000 172500

598 S11.1.24.4

Radical vaginectomy + Reconstruction

130000 149500 186875

S11.1.25 Ca. Cervix

Page 58: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

58

599 S11.1.25.1

Radical Hysterectomy +Bilateral Pelvic Lymph Node Dissection (BPLND) + Bilateral SalpingoOphorectomy (BSO) / Ovarian transposition

220000 253000 316250

600 S11.1.25.2

Anterior Exenteration 250000 260000 270000

601 S11.1.25.3

Posterior Exenteration 250000 260000 270000

602 S11.1.25.4

Total Pelvic Exenteration 300000 345000 431250

603 S11.1.25.

5 Supra LevatorExenteration 300000 345000 431250

S11.1.26 Ca. Endometrium

604 S11.1.26.1

Total Abdominal Hysterectomy (TAH) + Bilateral Salpingoophorectomy (BSO) +Bilateral pelvic lymph Node Dissection (BPLND)+ Omentectomy

193355 230000 287500

S11.1.27 Soft tissue /Bone tumors - Chest wall

605 S11.1.27.1

Chest wall resection 100000 115000 143750

606 S11.1.27.2

Chest wall resection + Reconstruction

150000 172500 215625

S11.1.28 Limb salvage surgery

611 S11.1.28.5

Hemipelvectomy 380000 390000 400000

S11.1.29 Genito urinary Cancer

617 S11.1.29.1

Partial Nephrectomy 160000 184000 225000

618 S11.1.29.2

Nephroureterectomy for Transitional Cell Carcinima of renal pelvis

160000 184000 230000

S11.1.30 Testes cancer

619 S11.1.30.1

Retro Peritoneal Lymph Node Dissection(RPLND) (for Residual Disease)

180000 207000 258750

620 S11.1.30.2

Adrenalectomy 150000 172500 215625

621 S11.1.30.3

Urinary diversion 100000 115000 143750

622 S11.1.30.4

Retro Peritoneal Lymph Node Dissection RPLND as part of staging

100000 115000 143750

S11.1.31 Ca. Urinary Bladder

623 S11.1.31. Anterior Exenteration 250000 287500 359375

Page 59: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

59

1

624 S11.1.31.2

Total Exenteration 250000 287500 359375

625 S11.1.31.3

Bilateral pelvic lymph Node Dissection(BPLND)

100000 115000 143750

S11.1.32 Thoracic and Mediastinum

626 S11.1.32.1

Mediastinaltumor resection 250000 287500 359375

S11.1.33 Lung

627 S11.1.33.1

Lung metastatectomy - solitary 100000 115000 143750

628 S11.1.33.

2

Lung metastatectomy -

Multiple 150000 172500 215625

629 S11.1.33.3

Sleeve resection of Lung cancer.

300000 345000 431250

630 S11.1.33.4

Oesophagectomy with Two field Lymphadenectomy

300000 345000 431250

631 S11.1.33.5

Oesophagectomy with Three field Lymphadenectomy

300000 345000 431250

S11.1.34 Palliative Surgeries

632 S11.1.34.1

Tracheostomy 45000 55000 70000

633 S11.1.34.2

Gastrostomy 80000 92000 115000

634 S11.1.34.3

Jejunostomy 80000 92000 115000

635 S11.1.34.4

Ileostomy 70000 80500 100625

636 S11.1.34.5

Colostomy 80000 92000 115000

637 S11.1.34.6

Suprapubic Cystostomy 40000 46000 57500

638 S11.1.34.7

Intercostal Drainage(ICD) 50000 57500 71875

639 S11.1.34.8

Gastro Jejunostomy 80000 92000 115000

640 S11.1.34.

9 Ileotransverse Colostomy 80000 92000 115000

S11.1.35 Reconstruction

642 S11.1.35.1

Myocutaneous / cutaneous flap

150000 172500 215625

643 S11.1.35.2

Micro vascular reconstruction 250000 287500 359375

S13 PLASTIC SURGERY

S13.4 Reconstructive Surgery

673 S13.4.1 Corrective Surgery for Congenital deformity of hand (per hand)

300000 345000 431250

674 S13.4.2 Corrective Surgery for Craniosynostosis

200000 230000 288000

Page 60: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

60

675 S13.4.3 Cup and Bat ears 300000 350000 450000

676 S13.4.4 Flapcover for Electrical burns with vitals exposed

180000 210000 260000

677 S13.4.5 Reduction surgery for Filarial lymphoedema

190000 218500 273000

678 S13.4.6 Hemifacial atrophy 300000 345000 450000

679 S13.4.7 HemifacialMicrosmia 300000 345000 431250

680 S13.4.8 Leprosy reconstructive surgeroy

400000 460000 575000

681 S13.4.9 Nerve and tendon repair + Vascular repair

350000 402500 503125

682 S13.4.10 Ptosis 100000 120000 145000

683 S13.4.11 Tumour of mandible and maxilla

125000 144000 180000

S14 POLY TRAUMA & ACCIDENT SURGERIES

S14.1 Orthopaedic Trauma

686 S14.1.1 Open Reduction and Internal Fixation of Long Bone Fractures

83000 115000 142000

687 S14.1.2 Amputation Surgery 133485 162530 206870

S14.6 Orthopaedic & Facial bone Trauma

S14.6.1 Wound Management for Compound Fractures

700 S14.6.1.1 Grade-I & II 163000 194000 218000

701 S14.6.1.2 Grade-III 212000 256400 296000

S14.7

Other Small bone fractures/K-wiring (To be covered along with other injuries only and not as exclusive procedure)

703 S14.7.1

Surgery for Patella fracture (To be covered along with other injuries only and not as

exclusive procedure)

50910 58120 74600

704 S14.7.2

Small bone fractures/K-wiring (To be covered along with other injuries only and not as exclusive procedure)

80000 104800 124000

S14.8 Pelvic Bone fracture

706 S14.8.1 Surgical Correction of Pelvic bone fractures.

135985 166280 211870

S15 OTHER ITEMS

S15.1 Accommodations (for 24hours)

Page 61: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

61

707 S15.1.1

Ward Room Room rent is applicable only for treatment procedures for which there is no MbPT prescribed package rate. Room rent will include charges for occupation of Bed, diet for the patient, charges for water and electricity supply, linen charges, nursing and routine up keeping. Room rent for different categories would be as per MbPT terms & conditions.

1500 2800 5000

708 S15.1.2 ICU 4000 5500 5500

709 S15.1.3 ICCU 4000 5500 5500

710 S15.1.4 PICU 1500 3400 4000

711 S15.1.5 NICU 4000 4000 4000

S15.2 Other charges

713 S15.2.2 Ventilator Charges per 12 hours

2500 2500 2400

714 S15.2.3 Ventilator Charges per day 2415 2730 3000

715 S15.2.4 Compressed air / piped oxygen per hour

130 130 130

716 S15.2.5 Compressed air / piped oxygen per 12 hours

750 750 750

717 S15.2.6 Compressed air / piped oxygen per day

2346 2070 1794

718 S15.2.7 Peritoneal Dialysis 10970 12400 1800

719 S15.2.8 Haemodialysis 1550 1550 1550

S16 ORGAN TRANSPLANTATION

720 S.16.1 Liver Transplantation with Live Doner

1850000 1850000 1850000

721 S.16.2 Liver Transplantation with Cadaveric Doner

1800000 1800000 1800000

S17 OTHER INVESTIGATIONS OPD Basis

724 EEG (Electroencephalogram) 2450 3060 3265

725 NCS (Nerve Conduction Study) 3740 4675 4985

727 EMG (Electromyelogram) 2500 3500 3910

729 VEP(Visual evoked potential) 1500 2000 2500

MEDICAL PACKAGES

M5 CARDIOLOGY

M5.1 ACUTE MI

818 M5.1.2 Acute MI (Conservative Management with Angiogram)

22000 26000 28000

820 M5.1.4 Acute MI requiring IABP Pump 290000 350000 415000

Page 62: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

62

824 M5.1.8 Complex Arrhythmias 95700 122510 128470

825 M5.1.9 Simple Arrythmias 23430 29490 32810

M10 RHEUMATOLOGY

855 M10.2 SLE with Sepsis 500000 600000 700000

M13 GASTROENTEROLOGY

874 M13.4 Achalasia cardia 350000 450000 500000

II. MbPT STANDARD H1 DISCOUNT % FOR TREATMENT PROCEDURES OTHER THAN THE PACKAGE RATES TREATMENT

Sl.No.

DESCRIPTION OF ITEMS

Standard H1 Discount from Hospital Own

Rate (%)

Standard H1

Discount from MRP

Rate (%)

1 2 3 4

1 Treatment charges / Procedure Charges 5 NA

2 Radiological Investigations 10 NA

3 Laboratory Investigations 10 NA

4 Medicines NA 10

5 Hospital Consumables NA 10

6 Implants/ Stents/ Grafts NA 10

Note: if the rates are controlled by Govt. for the items of Medicines & Consumables & Implants / Stents / Grafts etc. will be applicable to MbPT Hospital without any % of discount.

III. MbPT STANDARS L1 RATES FOR DIAGNOSTIC IMAGING SCANS

Sr.No.

Code No. Part of body to be examined

Sandard

L1 Rate

for Plain Scans

Sandard

L1 Rate

for

Contrast Scans

1 2 3 4 5

1 CT1.1 C.T. Brain 1200 1600

2 CT1.2 C.T. Pituitary 1200 1600

3 CT1.3 C.T. Orbit 1500 2500

4 CT1.4 C.T. Face 1500 2500

5 CT1.5 C.T. Paranasal Sinuses (Limited Study) 1500 2500

6 CT1.6 C.T. Paranasal Sinuses (Full Study) 1500 2500

7 CT1.7 C.T. Internal Auditory Canal 1200 1600

8 CT1.8 HRCT Temporal Bone 2000 2500

9 CT1.9 C.T. Neck 1500 2500

10 CT1.10 C.T. Chest 1500 3500

11 CT1.11 HRCT Lung (Chest) 2500 3500

12 CT1.12 C.T. Upper Abdomen 2500 3500

13 CT1.13 C.T. Biphasic/ Triphasic Study 3000 4000

Page 63: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

63

14 CT1.14 C.T. Pelvis 2500 4000

15 CT1.15 C.T. KUB 1500 2500

16 CT1.16 C.T. Spine (Cervical/D.L./L.S.) 2000 3000

17 CT1.17 C.T. of any joint – routine 2000 3000

18 CT1.18 C.T. of any joint – 3D 3000 4000

19 CT1.19 C.T. Myelography NA 6500

20 CT1.20 C.T. Arthrography NA 8000

21 CT1.21 C.T. Angiography – Cardiac NA 8000

22 CT1.22 C.T. Angiography – Non Cardiac (Aorta, Peripheral Angiography) any one region

NA 7000

23 CT1.23 C.T. Coronary Calcium Scoring 3000 NA

24 CT1.24 C.T. I.V.P (Urography) NA 5000

25 CT1.25 C.T.Enterography NA 5000

26 CT1.26 C.T.Guided FNAC/Aspiration (without HPE)

5000 12000

27 CT1.27 C.T. Guided Biopsy (without HPE) 6000 16000

28 CT1.28 C.T. Virtual Endoscopy exam. 3000 5000

29 CT1.29 C.T. Scanogram (Limb Length) 2000 NA

30 CT1.30 C.T.Cysternogram NA 3000

31 CT1.31 C.T. Pelvimetry 3000 NA

33 CT1.33 Anaesthesia charges 800 800

34 CT1.34 C.T. Whole Abdomen (Abdomen + Pelvis) 3500 5500

35 CT1.35 C.T. Neck + Chest 3500 6000

36 CT1.36 C.T. Chest + Abdomen 3500 6000

37 CT1.37 C.T. Neck + Chest + Abdomen 5500 7500

39 MR2.1 MRI Abdomen 3500 6000

40 MR2.2 MRI Abdomen and Pelvis 7000 10000

41 MR2.3 MRI Abdominal/Renal Angio 3500 6500

42 MR2.4 MRI Adrenal Glands Diagnostic 3500 5500

43 MR2.5 MRI Anesthetic charges 1000 1000

44 MR2.6 MRI Angiography 3500 6500

45 MR2.7 MRI Arthrogram NA 6000

46 MR2.8 MRI Brain 3500 5500

47 MR2.9 MRI Brain and Angiography 4000 6500

48 MR2.10 MRI Brain and Venogram 4000 6500

49 MR2.11 MRI Brain with contrast NA 5500

50 MR2.12 MRI Brain with pituitary 4000 6500

51 MR2.13 MRI Brain Spectroscopy 2000 5000

52 MR2.14 MRI Brain- Epilepsy protocol- 3T 3500 6500

53 MR2.15 Brain pre-operative functional MRI 5000 7500

54 MR2.16 MRI Brain with DTI 2000 7500

55 MR2.17 MRI Brain Perfusion/Tumor protocol (always with Contrast)

2000 7500

56 MR2.18 MRI Breast 7000 8500

59 MR2.21 MRI Cardiac MRI with contrast NA 6500

Page 64: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

64

60 MR2.22 Cardiac MRI stress Perfusion with contrast

NA 12000

61 MR2.23 MRI Chest 3500 5500

62 MR2.24 MRI Enterography 3500 6500

63 MR2.25 MRI Extended Study 1500 4500

64 MR2.26 MRI Head any One Region ( Face, Orbits, PNS, Tongue, Mouth etc)

3500 5500

65 MR2.27 MRI Joints (Any single Joint) 3500 5500

66 MR2.28 MRI Limbs any one region Up to 40 cms ( Arm, Thigh, Hand, Foot etc.. )

3500 5500

67 MR2.29 MRCP 4000 7000

68 MR2.30 MRCP abdomen with contrast NA 6500

69 MR2.31 MRI Neck 3500 5500

70 MR2.32 MRI Orthopedic or Meniscal Imaging 5500 NA

71 MR2.33 MRI cartilage Imaging 2000 6500

72 MR2.34 MRI Patellar Tracking 2000 6500

73 MR2.35 MRI Pelvis 3500 5500

74 MR2.36 MRI Perfusion NA 6500

75 MR2.37 MRI Perianal 3500 5000

76 MR2.38 MRI Periphery angiography with contrast NA 6500

77 MR2.39 MRI Pituitary 3500 6500

78 MR2.40 MRI Prostate 3500 5500

79 MR2.41 MRI Screening 1500 1500

80 MR2.42 MRI Spine Any Single region (Cervical. Dorsal, Lumbar, Dorso Lumbar, etc)

3500 5500

81 MR2.43 MRI Spectroscopy 2000 6500

82 MR2.44 MRI Stress 4000 6500

83 MR2.45 MRI Temporal Bone 3500 5500

84 MR2.46 MRI Venogram 3500 6500

85 MR2.47 3D Dynamic MRI 3500 6500

86 MR2.48 MRI MS Protocol 4000 6500

87 MR2.49 Any one region 3500 5500

88 MR2.50 MARS MRI 3500 6500

126 NM3.8.2 Whole Body PET-CT 15000 16000

128 NM3.8.4 Brain PET-CT) 13000 14000

132 OT 4.1.1 X-ray Mammography 1000 NA

133 OT 4.1.2 Mammography with Sonography 2000 NA

134 OT 4.1.3 Mammo guided Hook wire localisation 5000 NA

135 OT 4.1.4 Ultrasound guided Hook wire localisation 4000 NA

136 OT 4.2.1 DEXA Scan ( Bone densitometry) 1200 NA

137 OT 4.3.1 OPG 300 NA

138 OT 4.3.2 TM joint Single 200 NA

139 OT 4.3.3 Cephalogram 300 NA

140 OT 4.4.1 Full Length digital X-ray Whole spine 700 NA

Page 65: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

65

141 OT 4.4.2 Full Length digital X-ray Lower Limbs 700 NA

142 OT 4.5.1 C.B.C.T. OPG / Cephalogram 2500 NA

143 OT 4.5.2 C.B.C.T.. Dental Single Jaw 2000 NA

144 OT 4.5.3 C.B.C.T. Dental Both Jaw 3000 NA

145 OT 4.5.4 C.B.C.T Temporal Bone 2000 NA

Page 66: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

66

Annexure - VIII

PRE CONTRACT INTEGRITY PACT (PCI) (in Rs.100/- stamp paper)

MUMBAI PORT TRUST (MbPT) hereinafter referred to as "The Principal"

AND

(Name of The bidders and consortium members) ..............................

................................ hereinafter referred to as "The Bidder/Contractor

Preamble: The Principal intends to award, under laid down organizational

procedures, contract/concession for Tender No.

E........................... The Principal values full compliance with all relevant laws

and regulations, and the principles of economic use of resources, and of

fairness and transparency in its relations with its Bidders. The Central

Vigilance Commission (CVC) has been promoting Integrity, transparency, equity

and competitiveness in Government / PSU transactions and as a part of

Vigilance administration and superintendence, CVC has, recommended

adoption of Integrity Pact and provided basic guidelines for its

implementation in respect of major procurements in the Government

Organizations in pursuance of the same, the Principal agrees to appoint an

external independent Monitor who will monitor the execution of the contract for

compliance with the principles mentioned above.

Section 1 - Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent

corruption and to observe the following principles: -

(a) No employee of the Principal, personally or through family members, will

in connection with the execution of a contract, demand, take a promise for or

accept, for him/herself or third person, any material or immaterial benefit

which he/she is not legally entitled to.

(b) The Principal will, during the pre-contract stage, treat all BIDDERs alike,

and will provide to all BIDDERs the same information and will not provide any

such information to any particular BIDDER which could afford an advantage to

that particular BIDDER in comparison to other BIDDERs.

(c) The Principal will exclude from the process all known prejudicial persons.

(2) If the Principal obtains information on the conduct of any of its employees

which is a criminal offence under the relevant Anti-Corruption Laws of India,

Page 67: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

67

or if there be a substantive suspicion in this regard, the Principal will inform

its Vigilance Office and in addition can initiate disciplinary actions. In such

a case, while an enquiry is being conducted by the Principal, the proceedings

under the contract would not be stalled.

Section 2 - Commitments of the Bidder / Contractor

(1) The Bidder/Contractor commits themselves to take all measures necessary

to prevent corrupt practices, unfair means and illegal activities, during pre-

contract as well as post- contract stages. He commits himself to observe the

following principles during the contract execution.

a. The Bidder/Contractor will not, directly or through any other person or

firm, offer, promise or give to any of the Principal's employees involved in the

execution of the contract or to any third person any material or immaterial

benefit, which he/she is not legally entitled to, in order to obtain in exchange of

advantage of any kind, whatsoever during the execution of the contract.

b. The Bidder/Contractor w i l l not enter with other Bidders into any

undisclosed agreement or understanding, whether formal or informal. This

applies in particular to prices, specifications, certifications, subsidiary contracts,

submission or non-submission of bids, or any other actions to restrict

competitiveness, or to introduce cartelization in the bidding process.

c. The Bidder/Contractor will not commit any offence, under the relevant

Anticorruption Laws of India; further the Bidder/Contractor will not use

improperly, for purposes of competition, or personal gain, or pass on to others,

any information or document provided by the Principal, as part of the business

relationship, regarding plans, technical proposals and business details,

including information contained or transmitted electronically.

d. The Bidder will not collude with other parties interested in the contract to

impair the transparency, fairness and progress of the bidding process, bid

evaluation, contracting and implementation of the contract.

e. The Bidder/Contractor will, when presenting his bid, disclose any and all

payments he has made, is committed to or intends to make to agents, brokers or

any other intermediaries, in connection with the award of the contract.

f. The Bidder commits to refrain from giving any complaint directly or through

any other manner without supporting it with full and verifiable facts.

g. The Bidder shall not lend to or borrow any money from or enter into any

monetary dealings or transactions, directly or indirectly, with any employee of

the Principal.

Page 68: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

68

(2) The Bidder/Contractor will not instigate third persons to commit offences

outlined above or be an accessory to such offences.

Section-3 Disqualification from or exclusion from future contracts

If the Bidder, before award of contract, has committed a transgression, through a

violation of Section-2 or in any other form, such as to put his reliability as

Bidder, into question, the principal is entitled to disqualify the Bidder, from the

tender process, or to terminate the contract, if already signed, for such reason.

1. If the Bidder/Contractor has committed a transgression, through a violation

of Section-2, such as to put his reliability, or credibility into question, the

Principal is entitled to disqualify the Bidder/Contractor from the tender process,

terminate the contract if already awarded and also, to exclude the

Bidder/Contractor from future contract award processes. The imposition and

duration of the exclusion, will be determined by the severity of the transgression.

The severity will be determined, by the circumstances of the case, in particular

the number of transgressions, the position of the transgressions, within the

company hierarchy of the Bidder and the amount of the damage. The execution

will be imposed for a minimum of 6 months and maximum of 3 years.

Note: A transgression is considered to have occurred, if in the light of available

evidence, no reasonable doubt is possible.

2. The Bidder accepts and undertakes to respect and uphold, the principal's

Absolute right to resort to and impose such exclusion and further accepts and

undertakes, not to challenge or question such exclusion, on any ground,

including the lack of any hearing before the decision, to resort to such exclusion

is taken. This undertaking is given freely and after obtaining independent legal

advice.

3. If the Bidder/Contractor can prove that, he has restored/recouped the

Damage caused by him and has installed a suitable corruption prevention

system, the Principal may revoke the exclusion prematurely.

Section-4 Compensation for damages

1. If the Principal has disqualified the Bidder, from the tender process prior to

the award, according to Section-3, the Principal is entitled to demand and

recover the damages equivalent to Earnest Money Deposit/Bid Security.

2. If the Principal has terminated the contract according to Section-3, or if the

Principal is entitled to terminate the contract according to Section3, the Principal

shall be entitled to demand and recover from the Contractor, liquidated damages

Page 69: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

69

equivalent to 5% of the contract value, or the amount equivalent to Security

Deposit/Performance Bank Guarantee, whichever is higher.

3. The Bidder agrees and undertakes to pay the said amounts, without protest

or demur, subject only to condition that, if the Bidder/Contractor can prove and

establish that the termination of the contract, after the contract award has

caused no damage or less damage than the amount of the liquidated

damages, the Bidder/Contractor shall compensate the principal, only to the

extent of the damage in the amount proved.

Section-5 Previous transgression

1. The Bidder declares that, no previous transgression has occurred in the last

3 years, with any other company, in any country, or with any other Public Sector

Enterprises in India, that could justify his exclusion from the award of the

contract.

2. If the Bidder makes incorrect statement on this subject, it can be declared

disqualified for the purpose of the contract and the same can be terminated for

such reason.

Section-6 Equal treatment of all Bidders/Contractors/

Subcontractors

1. The Bidder/Contractor undertakes to demand from all subcontractors, a

commitment in conformity with this Integrity Pact, and to submit it to the

Principal before contract signing.

2. The Principal will enter into agreements with identical conditions as this

one which all Bidders, Contractors and Subcontractors.

3. The Principal will disqualify from the tender process all Bidders, who do not

sign this part or violates its provisions.

Section-7. Criminal charges against violating Bidders/

Contractors/ Sub-contractors

If the principal obtains knowledge of conduct of a Bidder/Contractor or

Subcontractor, or of an employee, or a representative, or an associate of a

Bidder/Contractor, or Subcontractor, which constitutes corruption, or if the

Principal has substantive suspicion, in this regard, the Principal will inform the

Vigilance office.

Page 70: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

70

Section-8. External Independent Monitor

1. Pursuant to the need to implement and operate this Integrity Pact the

Principal has appointed Shri P.K. Gopinath, IPoS (Rtd) independent Monitor, for

this Pact. The task of the Monitor, is to review independently and objectively,

whether and to what extent, the parties comply with the obligations under this

agreement.

2. The Monitor is not subject to instructions, by the representative of the

parties to the Chairperson of the Board of the Principal.

3. The Bidder/Contractor accepts that, the monitor has the right to access,

without restriction to all Project documentation of the Principal, including that

provided by the Contractor. The Bidder/Contractor will also grant the Monitor,

upon his request and demonstration of a valid interest, unrestricted and

unconditional access, to the project documentation. The same is applicable to

Subcontractors. The monitor is under contractual obligation, to treat the

information and documents of the Bidder/Contractor/Subcontractor with

confidentiality.

4. The Principal will provide to the Monitor, sufficient information about all

meetings, among the parties related to the Project, provided such meetings could

have an impact, on the contractual relations between the Principal and the

Bidder/Contractor. The parties offer to the Monitor the option to participate in

such meetings.

5. As soon as the Monitor notices a violation of this agreement, he will so

inform the Management of the Principal and request the management to

discontinue, or heal the violation. Or to take other relevant action. The

Monitor can in this regard submit non- binding recommendations. Beyond

this, the Monitor has no right to demand from the parties, that they act in a

specific manner, refrain from action or tolerate action.

6. The Monitor will submit a written report, to the Chairperson of the Board of

the Principal, within 8 to 10 weeks, from the date of reference of intimation to

him by the 'Principal' and, should the occasion arise, submit proposals for

correcting problematic situations.

7. If the Monitor has reported to the Chairperson of the Board, a substantiate

suspension of an offence, under relevant Anti-Corruption Laws of India, and the

Chairperson has not, within reasonable time, taken visible action to proceed

against such offence, or reported it to the Vigilance Office, the Monitor may also

transmit this information directly to the Central Vigilance Commissioner,

Government of India.

Page 71: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

71

Section-9 Pact Duration

This Pact begins when both parties have signed it. It expires 12 months after

the last payment under the contract Agreement is made.

If any claim is made/lodged during this time, the same shall be binding and

continue be valid, despite the lapse of this Pact, as specified above,

unless it is discharged/determined Chairperson of the Principal.

The Pact duration in respect of unsuccessful Bidders shall expire after

3 months of the award of the contract.

Section-10: Other Provisions

1. This agreement is subject to Indian Law. Place of performance and

jurisdiction is the Registered Office of the Principal, i.e. Mumbai, Maharashtra.

2. Changes and supplements as well as termination notices, need to be made

in writing, before they become effective and binding on the both parties.

3. If the Bidder / Contractor is a partnership or a consortium, this agreement

must be, signed by all partners or consortium members.

4. Should one or several provisions of this agreement, turn out to be invalid,

the remainder of this agreement remains valid. In this case, the parties will

strive to come to an agreement, to their original intensions.

For the Principal For the Bidder

Place: Mumbai

Witness-1 : ..................................... Witness-1 :

.....................................

Witness-2 : ..................................... Witness-2 :

.....................................

Date : /_ /2017 Date : /_ /2017

Page 72: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

72

ANNEXURE-IX

CHECK LIST

(Mandatorily to be attached at the starting of the Technical bid.)

COVER - A.

1 Tender Cost submitted online by NEFT/RTGS. Slip scanned and

uploaded on line on the e-procurement portal.

2 EMD submitted online by NEFT/RTGS. Slip scanned and uploaded

on line on the e-procurement portal.

3 Documentary evidence for the constitutions of the Hospital /

Diagnostic Centers / concern, List of Board of Directors

4 The instruments such as power of attorney, resolution of board etc.,

5 Authorization letter nominating a responsible person of the bidder

to transact the business with the Tender inviting Authority.

6 Annual Turnover Statement for 3 Years (as per Annexure-VI)

certified by Auditor or CA

7 Checklist – Annexure-IX

8 Mandate Form (Annexure-II)

9 Declaration as per format Annexure - I on 100 Rs stamp paper as

per format Annexure III on 100 Rs stamp paper.

10 Pre Contract Integrity Pact as per format Annexure - VIII on 100 Rs

stamp paper

11 List of documents of General Information for Hospital / Diagnostic

Centers as per Annexure – IV

12 Rate list of the Hospital / Diagnostic Centers which already exists

for non- Mumbai Port Trust patients/general patients.

13 List of names of existing empaneled organizations/institutions

(Attach Documentary Proof)

14

Registration Certificate (Permission from the competent authority for

running of the hospital / Diagnostic Centers) OR any other

Municipal Statutory Certificate.

15 N.O.C. from Pollution Control Board in respect of Bio Medical waste

disposal.

16 An undertaking along with the technical bid to the effect that they

will not refuse Mumbai Port Trust patients sent for management at

Page 73: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

73

any time designated for that empaneled hospital

17

Satisfactory service certificate for a period of two years from at least

one or two or three State or Central Govt. / Mumbai Port Trust /

PSUs / Organization / Department.

18 Bidders Self-Evaluation of EOI Submitted For Empanelment Of

Private Hospitals – As Per Annexure – XII

19 Bidders Self - Evaluation of EOI Submitted For Diagnostic Radiology

Centre– As Per Annexure – XIII

20 Performance Bank Guarantee Format –As per Annexure - XIV

21 Draft Memorandum of Agreement (MOA) – As per Annexure - XV

22 Any other Documents

Tenderer must ensure that all the required documents are signed &

stamped before scanned and uploaded online by them and submitted in

Technical cover duly highlighted respective field.

Date: Signature of Authorized Person

Place: Full Name:

Hospital / Diagnostic Centre

Seal:

Page 74: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

74

ANNEXUERE: X

EVALUATION FORMAT OF EOI SUBMITTED BY THE HOSPITAL.

Sr. No.

PARAMETERS Facility

Available YES or NO

Total Marks

Marks Obtained

I

Location (4) *Select only one response

Mumbai, Suburban Mumbai Yes No 4

Navi Mumbai Yes No 3

Thane, Yes No 2

Other locations Yes No 1

II

Category of Specialty Services (12) *Select only one response

1.Cardiology Yes No 2.Cardiothoracic surgery Yes No 3.Vascular surgery Yes No 4.Neurology Yes No 5.Neurosurgery Yes No 6.Nephrology & Dialysis 24 hours Yes No 7.Urology Yes No 8.Surgical Gastroenterology Yes No 9.MedicalGastroenterology Yes No 10.Paediatric Surgery Yes No 11.Medical Oncology, Chemotherapy & Radiotherapy

Yes No

12.Surgical Oncosurgery Yes No 13.Plastic Surgery & Burns management

Yes No

14.Reconstructive Surgery(Joint replacement)

Yes No

15.Maxillofacial surgeries (Maxilla & Mandibular)

Yes No

Among above Super specialty (>12 specialties )

Yes No 12

Among above Super specialty (>10 to 12 specialties )

Yes No 10

Among above Super specialty (>5 to 10 specialties)

Yes No 8

Among above Super specialty (>3 to 5 specialties)

Yes No 6

Among above Super specialty (>2 to 3 specialties)

Yes No 4

Among above Super specialty (<2 specialties)

Yes No 2

Page 75: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

75

III

ICU with Ventilator and all facilities (6) *Encircle one

responses in each

ICCU

>5 Beds Yes No 1

<5Beds Yes No 0.5

Medical ICU

>5 Beds Yes No 1

<5Beds Yes No 0.5

Surgical ICU

>5 Beds Yes No 1

<5Beds Yes No 0.5

Neuro ICU

>5 Beds Yes No 1

<5Beds Yes No 0.5

NICU

>5 Beds Yes No 1

<5Beds Yes No 0.5

PICU

>5 Beds Yes No 1

<5Beds Yes No 0.5

IV

OPERATION THEATRES (5) *Select only one response

>5 Equipped OT`s Yes No 5

>3 -4 Equipped OTs Yes No 4

>2-3 Equipped OT`s Yes No 3

>1-2 Equipped OT`s Yes No 2

<1 Equipped OT Yes No 1

V

Type of Hospital (3) *Select only one response DNB/MD/MCH/DM training hospital Yes No 3

Diploma Training Hospital Yes No 2

Nursing School Yes No 1

No training institute Yes No 0

VI

No. of Functional Beds (excluding Intensive Care) (7) *Select only one response

>500 Yes No 7

>300-500 Yes No 6

>200-300 Yes No 5

>100-200 Yes No 4

<100 Yes No 2

VII

Span of Control (4)

Duty Doctor to patient Ratio (2) *Select only one response

1:10 Yes No 2

Page 76: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

76

1:15 Yes No 1

01:>15 Yes No 0

Nurse to patient Ratio(non ICU)(2) *Select only one response

1:10 Yes No 2

1:12 Yes No 1

01:>12 Yes No 0

VIII

Availability of in-house doctors (full time) with regards to the

occupied inpatient beds. (4) *Select only one response

a.MCH/DM Yes No 4

b. MD/MS doctors Yes No 2

c. MBBS Doctors Yes No 1

d. Blend of doctors Yes No 1

e. Allied Medicine Doctors Yes No 1

X

Infrastructure / Facilities /Other (9) *Encircle all responses

Cath Lab Yes No 3

Warmers/Incubators Yes No 1

OT-Laminar Air Flow Yes No 1

In-House Laundry Yes No 1

In-House Pharmacy Yes No 1

CSSD Yes No 1

Availability of 24 hr power back up Yes No 1

XI

MEDICAL AUDIT (3) *Encircle all responses

Fire Safety Equipment Yes No 1

Fire Safety Drill & Certificate Yes No 1

Regular Medical Audits are conducted Yes No 1

XII

Diagnostic Services In - House.

In -House NABL Lab (7) *Encircle all responses

Hematology Yes No 1

Biochemistry Yes No 1

Microbiology Yes No 1

Histopathology Yes No 1

Serology Yes No 1

Immunological Studies Yes No 1

Cultures Yes No 1

In -House Non - NABL Lab (3.5) *Encircle all responses

Hematology Yes No 0.5

Biochemistry Yes No 0.5

Page 77: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

77

Microbiology Yes No 0.5

Histopathology Yes No 0.5

Serology Yes No 0.5

Immunological Studies Yes No 0.5

Cultures Yes No 0.5

XIII

Blood Bank Services (24Hours) (5) *Select only one response

Registered In-House Blood Bank Yes No 5

Blood Storage Facility Yes No 2

No Blood Bank Yes No 0

XIV

Super Specialty Treatment Investigation (12) *Encircle all responses

1. CT Scan Yes No 1

2. TMT Yes No 0.5

3. Holter Yes No 0.5

4. Mammography Yes No 1

5. CT Angio Yes No 0.5

6. MR Angio Yes No 0.5

7. MRCP Yes No 1

8. PFT & Bronchoscopy Yes No 0.5

9. Bone Dexa Scan Yes No 0.5

10. Bone Densitometry Yes No 0.5

11.USG Yes No 0.5

12.2D Echocardiogram Yes No 0.5

13. Dental X-rays & OPG Yes No 0.5

14. PET Yes No 1

15. MRI Yes No 1

16. Specialized Investigation (NCV/EMG, EEG)

Yes No 1

17. Nuclear Medicine (DTPA Thyroid Scan)

Yes No 1

XV

Availability of Ambulance facilities (3) *Select only one response

In house ALS Yes No 3

In-house: BLS Yes No 2

Outsourced Yes No 1

No ambulance Yes No 0

XVI

Hospital Infection Control measures (3) *Encircle all responses

HEPA Filters and Air Exchanges Yes No 2

Availability of Infection Control Protocols

Yes No 1

Page 78: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

78

XVII

Hospital Information System and Medical Records Dept. (1) *Encircle all responses

Hospital Information System (HIS) Yes No 1

No Hospital Information System (HIS) Yes No 0

XVIII

Accreditation (3) *Select only one response

NABH/JCI Accreditation Yes No 3

ISO Certification Yes No 2

IPHS Certification Yes No 1

No Accreditation Yes No 0

XIXI

Bio Medical Waste Disposal System (2) *Select only one

response

Common Treatment Disposal Facility Yes No 2

In House Yes No 1

No Facility

Yes No 0

XX

Diet services

Diet services 1

No Diet Services 0

XXI

Annual Turnover of the Hospital in aggregate of three financial years ending March 2016

>100 crore

Yes

No 3

> 50-100 crore

Yes

No 2

Up to 50 crore

Yes

No 1

The total possible marks are 100. Selection process would involve short- listing of applicants on technical evaluation based on marks scored by the applicants on each of the criteria as provided above. The maximum possible marks, which may be scored by an applicant, are 100. Minimum qualifying marks are 60 out of 100 (i.e. 60 % of the total possible marks). The applicants scoring 60 and above would be short-listed for next round for selection. After short-listing of applicants as mentioned above, final selection of the Hospitals from the short-listed applicants would be made on the basis of the lowest financial bid made by an applicant.

Chief Medical Officer, Mumbai Port Trust

Page 79: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

79

ANNEXURE: XI

EVALUATION FORMAT OF EOI SUBMITTED FOR DIAGNOSTIC

RADIOLOGY CENTRE

Sr.

No. Parameters

Facility

Available

Yes or No

Total

Marks

Marks

Obtained

I

Location *Select any one Response 7

Within 10 Kms From MbPT Hospital Yes No 7

Within 10-20 Kms From MbPT Hospital Yes No 5

Within 20- 30 Kms From MbPT Hospital Yes No 3

>30 Kms From MbPT Hospital Yes No 1

II

List of Services * Select all response 16

M.R.I Yes No 2

C.T. Yes No 2

PET.C.T. Yes No 2

Gamma Camera Yes No 2

DEXA Yes No 2

Mammography Yes No 2

OPG Yes No 2

C.T. Guided Interventional Procedures Yes No 2

III

Qualified Staff With Requisite Approvals * Select all response 8

Technicians Yes No 2

Nurse Yes No 2

Dedicated Liaison Officer for MbPT Yes No 2

AERB Approved Yes No 2

IV

Radiologist *Select any one Response 4

Full Time Yes No 4

Part Time Yes No 2

V

Experience *Select any one Response 6

PG with 5 years with Super specialty

Fellowship Yes No

6

PG with > 10years Experience Yes No 4

PG with > 5years Experience Yes No 2

VI

Life Saving Equipments * Select all response 6

Defibrillator Yes No 2

Anesthesia Equipments Yes No 2

Emergency Drugs Yes No 2

VII

Emergency Services (24 X7) * Select any one response 3

Available Yes No 3

Not Available Yes No 0

Evaluation of the Equipments

VIII

Life of New Equipment * Select any one response in all equipments

28

C.T. ≤ 5

years Yes No 4

Page 80: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

80

>5

Years Yes No 2

M.R.I

≤ 5

years Yes No 4

>5

Years Yes No 2

PET.C.T.

≤ 5 years

Yes No 4

>5

Years Yes No 2

Gamma Camera

≤ 5

years Yes No 4

>5

Years Yes No 2

DEXA

≤ 5

years Yes No 4

>5 Years

Yes No 2

Mammography

≤ 5

years Yes No 4

>5

Years Yes No 2

OPG

≤ 5

years Yes No 4

>5

Years Yes No 2

IX

Specification Of Equipment

C.T. * Select any one response *Select any one Response 6

> 128 Slice Yes No 6

128 Slice Yes No 4

64 Slice Yes No 2

X

M.R.I * Select any one response 4

3 TESLA Yes No 4

1.5 TESLA Yes No 2

XI

Mammography * Select any one response 4

Direct Digital Mammography Yes No 4

Conventional Mammography Yes No 2

XII

PET.C.T. * Select any one response 4

64 Slice Yes No 4

16 Slice Yes No 2

XIII

Average Financial Turn over for last 3 years 4

>10 crore Yes No 4

>5 -10 crore Yes No 3

>1 - 5 crore Yes No 2

Up to 1 crore Yes No 1

NOTE: From Item no. IX to XII, the Bidders should quote for the diagnostic

modalities only if they fulfill the minimum specification for the respective

equipment (Minimum score of 2 for each modalities).

Page 81: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

81

ANNEXUERE: XII

BIDDERS SELF-EVALUATION OF EOI SUBMITTED FOR EMPANELMENT OF PRIVATE HOSPITALS

Sr. No.

PARAMETERS Facility

Available YES or NO

Total

Marks

Marks Obtaine

d

Mentioned the

documentary proof of scoring marks

I

Location (4) *Select only one response

Mumbai, Suburban Mumbai

Yes No 4

Navi Mumbai Yes No 3

Thane, Yes No 2

Other locations Yes No 1

II

Category of Specialty Services (12) *Select only one response

1.Cardiology Yes No

2.Cardiothoracic surgery Yes No

3.Vascular surgery Yes No

4.Neurology Yes No

5.Neurosurgery Yes No

6.Nephrology & Dialysis 24 hours

Yes No

7.Urology Yes No

8.Surgical Gastroenterology

Yes No

9.MedicalGastroenterology

Yes No

10.Paediatric Surgery Yes No

11.Medical Oncology, Chemotherapy & Radiotherapy

Yes No

12.Surgical Oncosurgery Yes No

13.Plastic Surgery &

Burns management Yes No

14.Reconstructive Surgery(Joint replacement)

Yes No

15.Maxillofacial surgeries (Maxilla & Mandibular)

Yes No

Among above Super specialty (>12 specialties )

Yes No 12

Among above Super specialty (>10 to 12 specialties )

Yes No 10

Among above Super specialty (>5 to 10 specialties)

Yes No 8

Page 82: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

82

Among above Super specialty (>3 to 5 specialties)

Yes No 6

Among above Super specialty (>2 to 3 specialties)

Yes No 4

Among above Super specialty (<2 specialties)

Yes No 2

III

ICU with Ventilator and all facilities (6) *Encircle one responses in each

ICCU

>5 Beds Yes No 1

<5Beds Yes No 0.5

Medical ICU

>5 Beds Yes No 1

<5Beds Yes No 0.5

Surgical ICU

>5 Beds Yes No 1

<5Beds Yes No 0.5

Neuro ICU

>5 Beds Yes No 1

<5Beds Yes No 0.5

NICU

>5 Beds Yes No 1

<5Beds Yes No 0.5

PICU

>5 Beds Yes No 1

<5Beds Yes No 0.5

IV

OPERATION THEATRES (5) *Select only one response

>5 Equipped OT`s Yes No 5

>3 -4 Equipped OTs Yes No 4

>2-3 Equipped OT`s Yes No 3

>1-2 Equipped OT`s Yes No 2

<1 Equipped OT Yes No 1

V

Type of Hospital (3) *Select only one response

DNB/MD/MCH/DM training hospital

Yes No 3

Diploma Training Hospital

Yes No 2

Nursing School Yes No 1

No training institute Yes No 0

VI No. of Functional Beds (excluding Intensive

Care) (7) *Select only one response

Page 83: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

83

>500 Yes No 7

>300-500 Yes No 6

>200-300 Yes No 5

>100-200 Yes No 4

<100 Yes No 2

VII

Span of Control (4)

Duty Doctor to patient Ratio (2) *Select only one response

1:10 Yes No 2

1:15 Yes No 1

01:>15 Yes No 0

Nurse to patient Ratio(non ICU)(2) *Select only one response

1:10 Yes No 2

1:12 Yes No 1

01:>12 Yes No 0

VIII

Availability of in-house doctors (full time) with

regards to the occupied inpatient beds. (4) *Select only one response

a.MCH/DM Yes No 4

b. MD/MS doctors Yes No 2

c. MBBS Doctors Yes No 1

d. Blend of doctors Yes No 1

e. Allied Medicine Doctors Yes No 1

X

Infrastructure / Facilities /Other (9) *Encircle all responses

Cath Lab Yes No 3

Warmers/Incubators Yes No 1

OT-Laminar Air Flow Yes No 1

In-House Laundry Yes No 1

In-House Pharmacy Yes No 1

CSSD Yes No 1

Availability of 24 hr power back up

Yes No 1

XI

MEDICAL AUDIT (3) *Encircle all responses

Fire Safety Equipment Yes No 1

Fire Safety Drill & Certificate

Yes No 1

Regular Medical Audits are conducted

Yes No 1

XII Diagnostic Services In - House.

In -House NABL Lab (7) *Encircle all responses

Page 84: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

84

Hematology Yes No 1

Biochemistry Yes No 1

Microbiology Yes No 1

Histopathology Yes No 1

Serology Yes No 1

Immunological Studies Yes No 1

Cultures Yes No 1

In -House Non - NABL Lab (3.5) *Encircle all responses

Hematology Yes No 0.5

Biochemistry Yes No 0.5

Microbiology Yes No 0.5

Histopathology Yes No 0.5

Serology Yes No 0.5

Immunological Studies Yes No 0.5

Cultures Yes No 0.5

XIII

Blood Bank Services (24Hours) (5) *Select only one response

Registered In-House Blood Bank

Yes No 5

Blood Storage Facility Yes No 2

No Blood Bank Yes No 0

XIV

Super Specialty Treatment Investigation (12) *Encircle all responses

1. CT Scan Yes No 1

2. TMT Yes No 0.5

3. Holter Yes No 0.5

4. Mammography Yes No 1

5. CT Angio Yes No 0.5

6. MR Angio Yes No 0.5

7. MRCP Yes No 1

8. PFT & Bronchoscopy Yes No 0.5

9. Bone Dexa Scan Yes No 0.5

10. Bone Densitometry Yes No 0.5

11.USG Yes No 0.5

12.2D Echocardiogram Yes No 0.5

13. Dental X-rays & OPG Yes No 0.5

14. PET Yes No 1

15. MRI Yes No 1

16. Specialized Investigation (NCV/EMG, EEG)

Yes No 1

Page 85: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

85

17. Nuclear Medicine (DTPA Thyroid Scan)

Yes No 1

XV

Availability of Ambulance facilities (3) *Select only one response

In house ALS Yes No 3

In-house: BLS Yes No 2

Outsourced Yes No 1

No ambulance Yes No 0

XVI

Hospital Infection Control measures (3) *Encircle all responses

HEPA Filters and Air Exchanges

Yes No 2

Availability of Infection Control Protocols

Yes No 1

XVII

Hospital Information System and Medical Records Dept (1) *Encircle all responses

Hospital Information System (HIS)

Yes No 1

No Hospital Information System (HIS)

Yes No 0

XVIII

Accreditation (3) *Select only one response

NABH/JCI Accreditation Yes No 3

ISO Certification Yes No 2

IPHS Certification Yes No 1

No Accreditation Yes No 0

XIXI

Bio Medical Waste Disposal System (2) *Select

only one response

Common Treatment Disposal Facility

Yes No 2

In House Yes No 1

No Facility

Yes No 0

XX

Diet services

Diet services 1

No Diet Services 0

XXI

Annual Turnover of the Hospital in aggregate of three financial years ending March 2016

< 100 crore

Yes

No 3

< 50-100 crore

Yes

No 2

< 50 crore

Yes

No 1

SIGNATURE OF BIDDER WITH SEAL

Page 86: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

86

ANNEXURE: XIII

BIDDERS SELF - EVALUATION OF EOI SUBMITTED FOR DIAGNOSTIC RADIOLOGY CENTRE

Sr. No.

Parameters Facility Available

Yes or No Total Marks

Marks Obtained

Mentioned the

documentary proof of scoring marks

I

Location *Select any one Response 7

Within 10 Kms From MbPT Hospital Yes No 7

Within 10-20 Kms From MbPT Hospital Yes No 5

Within 20- 30 Kms From MbPT Hospital Yes No 3

>30 Kms From MbPT Hospital Yes No 1

II

List of Services * Select all response 16

M.R.I Yes No 2

C.T. Yes No 2

PET.C.T. Yes No 2

Gamma Camera Yes No 2

DEXA Yes No 2

Mammography Yes No 2

OPG Yes No 2

C.T. Guided Interventional Procedures Yes No 2

III

Qualified Staff With Requisite Approvals * Select all response

8

Technicians Yes No 2

Nurse Yes No 2

Dedicated Liason Officer for MbPT Yes No 2

AERB Approved Yes No 2

IV

Radiologist *Select any one Response 4

Full Time Yes No 4

Part Time Yes No 2

V

Experience *Select any one Response 6

PG with 5 years with Superspecialty

Fellowship Yes No

6

PG with > 10years Experience Yes No 4

PG with > 5years Experience Yes No 2

VI

Life Saving Equipments * Select all response 6

Defibrillator Yes No 2

Anesthesia Equipments Yes No 2

Emergency Drugs Yes No 2

VII

Emergency Services (24 X7) * Select any one response 3

Available Yes No 3

Not Available Yes No 0

Evaluation of the Equipments

VIII Life of New Equipment * Select any one response in all

equipments 28

Page 87: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

87

C.T.

≤ 5

years Yes No 4

>5

Years Yes No 2

M.R.I

≤ 5

years Yes No 4

>5 Years

Yes No 2

PET.C.T.

≤ 5

years Yes No 4

>5

Years Yes No 2

Gamma Camera

≤ 5

years Yes No 4

>5

Years Yes No 2

DEXA

≤ 5 years

Yes No 4

>5

Years Yes No 2

Mammography

≤ 5

years Yes No 4

>5

Years Yes No 2

OPG

≤ 5

years Yes No 4

>5 Years

Yes No 2

IX

Specification Of Equipment

C.T. * Select any one response *Select any one Response 6

> 128 Slice Yes No 6

128 Slice Yes No 4

64 Slice Yes No 2

X

M.R.I * Select any one response 4

3 TESLA Yes No 4

1.5 TESLA Yes No 2

XI

Mammography * Select any one response 4

Direct Digital Mammography Yes No 4

Conventional Mammography Yes No 2

XII

PET.C.T. * Select any one response 4

64 Slice Yes No 4

16 Slice Yes No 2

XIII

Average Financial Turn over for last 3 years 4

>30 crore Yes No 4

>20 -30 crore Yes No 3

>10 - 20 crore Yes No 2

>10 crore Yes No 1

SIGNATURE OF BIDDER WITH SEAL

Page 88: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

88

ANNEXURE - XIV

Performance Bank Guarantee

To:

Board of Trustees of Port Of Mumbai

WHEREAS _____________________________________________________(Name of Hospital) has undertaken, Agreement No. ______________ ________________________ dated, __________________2017 to ________ ___________ _________ _______________________ (Description of Services) hereinafter called "the Agreement". AND WHEREAS it has been stipulated by you in the said Agreement that the Hospital selected for empanelment shall furnish you with a bank Guarantee by a nationalized bank for the sum specified therein as security for compliance with the Hospital performance obligations in accordance with the Agreement. AND WHEREAS we have agreed to give the Hospital a guarantee: THEREFORE, WE __________________________________(Name of the Bank) hereby affirm that we are Guarantors and responsible to you, on behalf of Hospital (herein after referred to “the Second Party” up to a total of _________________________________(Amount of the guarantee in Words and Figures) and we hereby irrevocably, unconditionally and absolutely undertake to immediately pay you, upon your first written demand declaring the Second Party to be in default under the Agreement and without cavil or argument, any sum or sums within the limit of ___________________________ as aforesaid, without your needing to prove or to show this grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the ___________ day of ______________ 2020 This Guarantee shall be incorporated in accordance with the laws of India. We represent that this Bank Guarantee has been established in such form and such content that is fully enforceable in accordance with its terms as against the Guarantor Bank in the manner provided herein.

The Guarantee shall not be affected in any manner by reason of merger, amalgamation, restructuring or any other change in the constitution of the Guarantor Bank or of the Hospital. Date Signature and Seal of Guarantors Address: _____________________________________ _____________________________________

Page 89: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

89

ANNEXURE - XV

DRAFT MOA

TENDER REF. No. CMO 61/2017-18

MUMBAI PORT TRUST MEDICAL DEPARTMENT

All the Hospitals / Diagnostic Centers which are to be empaneled by the MbPT are advised to prepare the Agreement between the Chief Medical Officer, Mumbai Port Trust Hospital and the concerned Hospital on a non-judicial stamp paper of Rs. 100/- for further necessary action.

(Chief Medical Officer,

Mumbai Port Trust Hospital)

Page 90: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

90

AGREEMENT BETWEEN BOARD OF TRUSTEES OF THE PORT OF MUMBAI

AND

………………………………… (Name of the Hospital),

This Agreement is made on the ________ day of _________, 2017 between the Board

of Trustees of the Port Of Mumbai acting through Chief Medical Officer, Mumbai

Port Trust Hospital having its office at Nadkarni Park, Wadala (East) Mumbai – 400

037 (hereinafter called MbPT Hospital, which expression shall, unless repugnant to

the context or meaning thereof, be deemed to mean and include its successors and

assigns) of the First Part

AND

……………………………………….. (Name of the Hospital with Address) of the Second

Part.

WHEREAS, the Mumbai Port Trust Hospital is providing comprehensive medical

care facilities to the Mumbai Port Trust Employees / Pensioners.

AND WHEREAS, MbPT Hospital proposes to provide treatment facilities and

diagnostic facilities to the Beneficiaries in the Private Recognized Hospitals in

Mumbai, Navi Mumbai, Thane and Kalyan.

AND WHEREAS, (Name of the Hospital) offered to give the following treatment /

diagnostic facilities to the MbPT Beneficiaries in the Hospital.

…………………………………………………………………………………………………………

…………………………………………………………………………………………………………

…………………………………………………………………………

NOW, THEREFORE, IT IS HEREBY AGREED between the Parties as follows:

1. DEFINITIONS & INTERPRETATIONS

1.1 The following terms and expressions shall have the following meanings for

purposes of this Agreement:

Page 91: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

91

1.1.1 “Agreement” shall mean this Agreement and all Schedules, supplements,

appendices, appendages and modifications thereof made in accordance with

the terms of this Agreement.

1.1.2 “Benefit” shall mean the extent or degree of service the beneficiaries are

entitled to receive as per the rules on the subject.

1.1.3 “Bill Clearing Agency “(MBPT HOSPITAL) means the agency appointed by

MbPT Hospital for processing of Data/ Bills of all MbPT beneficiaries (both

serving and pensioner) attending the empanelled Private Hospitals and for

making payment.

1.1.4 “Refer Letter” shall mean the MbPT Hospital Refer Letter, issued by Chief

Medical Officer, Mumbai Port Trust or any authorized person nominated by

Chief Medical Officer, Mumbai Port Trust.

1.1.5 “Refer Letter Holder” shall mean a person having a MbPT Refer Letter

Holder.

1.1.6 “MbPT Beneficiary” shall mean a person who is eligible for coverage of MbPT

and holds a valid MbPT Refer Letter.

1.1.6 “Coverage” shall mean the types of persons to be eligible as the beneficiaries

of the Scheme to health services provided under the Scheme, subject to the

terms, conditions and limitations.

1.1.7 “Diagnostic Center” shall mean the (Name of the Diagnostic Center)

performing tests / investigations

1.1.8 “Imaging Centre” shall mean the (Name of the Imaging Centre) performing X-

ray, CT Scan, MRI, USG, PET Scan etc.,

1.1.9 “Emergency” shall mean any condition or symptom resulting from any

cause, arising suddenly and if not treated at the earliest opportunity would

Page 92: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

92

be detrimental to the health of the patient or shall jeopardize the life of the

patient.

1.1.10 “Empanelment” shall mean the hospital authorized by the MbPT Hospital for

treatment purposes for a particular period.

1.1.11 “Hospital” shall mean the (Name of the Hospital) while performing under this

Agreement providing medical investigation, treatment and the healthcare of

human beings.

1.1.12 “De-recognition of Hospital” shall mean debarring the hospital on account of

adopting unethical practices or fraudulent means in providing medical

treatment to or not following the good industry practices of the health care

for the MbPT beneficiaries after following certain procedure of inquiry

1.1.13 “Party” shall mean either the MbPT or the Hospital and “Parties” shall mean

both the MbPT and the Hospital.

1.1.14 “Package rate” is defined as lump sum cost of inpatient treatment/ day care

for which a patient has been referred by Chief Medical Officer, Mumbai Port

Trust or any authorized person nominated by Chief Medical Officer, Mumbai

Port Trust to Hospital. This includes all charges pertaining to a particular

treatment/ procedure including:

a. Registration charges,

b. Admission charges.

c. Accommodation charges (includes diet provided to patient),

d. Operation charges

e. Injection charges,

f. Dressing charges,

g. Doctor/consultant visit charges,

h. ICU/ICCU charges,

i. Monitoring charges,

j. Transfusion charges,

k. Anesthesia charges,

l. Operation theatre charges,

Page 93: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

93

m. Procedural charges/surgeon’s fee,

n. Cost of surgical disposables and all sundries used during

hospitalization,

o. Cost of medicines.

p. Related routine and essential investigations,

q. Physiotherapy charges etc.

r. Pre-anesthetic check up

s. Any other charges levied during stay under package days duration.

t. Nursing care and charges for its services and all other incidental

charges related thereto

u. The above list is an illustrative one only.

The package rate, however, does not include expenses on telephone, tonics,

cosmetics / toiletries, etc. These are not part of the treatment regimen. Cost

of these additional items, if provided with the prior consent of the patient,

has to be settled with the patient, for which no reimbursement shall be

admissible.

In order to remove the scope of any ambiguity on the point of package rates,

it is reiterated that the rate quoted for a particular procedure must be

inclusive of all sub-procedures and all related procedures to complete the

treatment procedure. The patient shall not be asked to bear the cost of any

such procedure/item.

Implants shall be allowed as per Government ceiling rate if Price is

controlled by Government or as per actual with approved standard

percentage of discount Rate in second price bid, whichever may be less.

1.1.15 “Specialized treatment” shall mean the treatment in a particular specialty.

1.1.16 “TPA” shall mean a Third Party Administrator authorized by MbPT to

process the medical reimbursement claims or to carry out medical audit.

1.1.17 “Rate” – Charges for approved procedures / services as may be notified by

MbPT from time to time.

Page 94: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

94

2. TERMS & CONDITIONS RELATED TO PACKAGES AND RATES 2.1 Approved Rates to be Charged: The Hospital agrees that it shall charge

from the MbPT beneficiary as per the rates for a particular procedure /

package deal as prescribed by the MbPT and attached as Annexure (rate

list), which shall be an integral part of this Agreement.

2.2 Package rate shall mean and include lump sum cost of in-patient treatment

/ daycare/diagnostic procedure for which a Mumbai Port Trust

beneficiary/Mumbai Port Trust staff has been permitted by the competent

authority or for treatment under emergency from the time of admission to

the time of discharge including two immediate consecutive post-operative

review visit (but not limited to):

(1) Registration charges (2). Admission charges (3.) Accommodation charges

including patients’ diet (4). Operation Charges (5).Injection Charges

(6).Dressing Charges(7).Doctor/consultant visit charges (8).ICU/ICCU

charges (9).Monitoring Charges(10).Transfusion charges (11).Anesthesia

charges (12).Operation Theatre charges(13).Procedural charges/Surgeon’s

fee (14).Cost of surgical disposable and all sundries used during

hospitalization (15).Cost of medicines (16).All other related routine and

essential investigations (17).Physiotherapy (18).Nursing care and charges for

its services and all other incidental charges related thereto.

2.3 The Bidding Hospital/Diagnostic Center shall provide certain discounts on

drugs/treatment/procedures/devices as per quoted “Standard Highest

discount percentage rate (H1)” for non-package treatments/ Procedures and

approved by MbPT. These are: -

In case of emergency, if the Mumbai Port Trust patient is admitted for the

specialty/ super specialty procedure/investigation for which the hospital/

diagnostic center is not empaneled to, the hospital/ diagnostic center shall

levy MbPT approved rates for the procedure/investigation. If no such rates

are available, then there shall be a discount of as per “Standard Highest

discount percentage rate (H1)” in Price Bid – II for non-package treatments/

Procedures and approved by MbPT on normal scheduled rates of the hospital

with prior permission of Chief Medical Officer, Mumbai Port Trust.

Page 95: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

95

2.4 The hospital shall not refuse to treat any Mumbai Port Trust patient in case

of emergency in any specialty/super specialty which is available in hospital

despite it is empaneled or not for the same. However, intimation for approval

has to be given to the office of Chief Medical Officer, Mumbai Port Trust as

soon as practicable/preferably next working day in case of holiday. In case

of genuine delay, reason should be given and approval should be taken from

Chief Medical Officer, Mumbai Port Trust.

2.5 Cost of implants/stents/grafts will be paid in addition to package rates as

per actual rates for the same after allowing the quoted “Standard Highest

discount percentage rate (H1)” for non-package treatments/ Procedures and

approved by MbPT.

2.6 Hospital shall not charge more than the approved package rates and

approved discount rates for various items to Mumbai Port Trust Employees

and their family members and to all Retired Employees and their Spouses.

2.7 The services provided by the Hospitals to MbPT Beneficiaries shall be on

credit basis for all Employees and their family members and to all Retired

Employees and their Spouses.

2.8 Expenses on toiletries, cosmetics, telephone bills etc. are not payable by

MbPT and are not included in package rates.

2.9 Envisaged duration of Package rates for indoor treatment is as follows: -

Up to 12 Days: for Specialized (Super specialty) treatment

Up to 7 Days: for the other Major Surgeries

Up to 3 Days: for Laparoscopic Surgeries/normal Deliveries

1 Day: for day care/Minor OPD surgeries.

2.10 Increased duration of indoor treatment due to infection or the consequences

of surgical procedure if not justified or due to any improper procedure will

not be paid by MbPT.

Page 96: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

96

2.11 However, Extended stay more than period covered in the package rate may

be permitted in exceptional cases provided the same is supported by relevant

documents and medical records and certified as such by hospital. The

additional reimbursement shall be limited to accommodation charges as per

entitlement, investigation charges at approved rates, and doctors’ visits

charges (two visits /day) and cost of medicine for additional stay. The

approval from Chief Medical Officer, Mumbai Port Trust is required in the

matter and the same shall be attached with the bill so sent for payment.

2.12 The maximum room rent for different categories would be as per approved

rates/terms & conditions prevailing for Mumbai Port Trust.

2.13 Room rent is applicable only for treatment procedures for which there is no

MbPT prescribed package rate. Room rent will include charges for

occupation of Bed, diet for the patient, charges for water and electricity

supply, linen charges, nursing and routine up keeping. Room rent for

different categories would be as per MbPT terms & conditions.

2.14 During the treatment in ICCU/ICU, no separate room rent will be

admissible.

2.15 Private ward is defined as a hospital room where single patient is

accommodated and which has an attached toilet (lavatory and bath). The

room shall have furnishings like wardrobe, dressing table, bedside table,

sofa set etc. as well as a bed for attendant. The room has to be air

conditioned.

2.16 Semi private ward is a hospital room where 2 or 3 patients are

accommodated which has attached toilet facilities and necessary

furnishings.

2.17 General ward is defined as Hall that accommodates 4 to 10 patients.

2.18 Normally treatment in higher category of accommodation than the entitled

category is not permissible, however in case of an emergency when entitled

category accommodation is not available; admission in immediate higher

Page 97: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

97

category is to be allowed till entitled accommodation is available. Even in

this case the Hospital has to charge as per entitlement of the patient.

2.19 The hospital/diagnostic center shall provide treatment/investigation to

Mumbai Port Trust patients on credit basis for all Employees and their

family members and to all Retired Employees and their Spouses.

2.20 Patient will be referred with a MbPT Refer Letter signed by Chief Medical

Officer, Mumbai Port Trust or any authorized person nominated by Chief

Medical Officer, Mumbai Port Trust.

2.21 Cases referred between 4 pm to 9 am next morning (Emergency cases) will

be signed by Casualty medical officer; the same MbPT Refer Letter will be

signed by the Chief Medical Officer, Mumbai Port Trust Hospital, Nadkarni

Park, Wadala East, Mumbai next day and will be sent by mail/post. These

cases will be referred only after discussion with the concerned specialist

which has to be mentioned on the referral form.

2.22 Direct admission without referral form will not be entertained at all. If

entertained, the payment of such procedures will not be made to the

Hospital by MbPT.

2.23 The hospital shall not refer the patient to other specialist/other hospital

without prior permission of Chief Medical Officer, Mumbai Port Trust.

2.24 The Hospital should furnish the interim report once in a week about the

status of the patients admitted for the treatment/procedure of non-package

diseases to the Chief Medical Officer, Mumbai Port Trust.

2.25 Feedback form will be filled by the patient/ attendant at Mumbai Port Trust

hospital after discharge.

2.26 If one or more minor procedures form part of a major treatment procedure,

then package charges would be permissible for major procedure and only

50% of charges for minor procedures.

Page 98: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

98

2.27 To ensure smooth administration of MbPT Hospital, the Hospitals should

ensure that advices on discharge prescriptions for continuation of Medicines

must be written on Generic names only. As MbPT has already implemented

the practice of prescribing the Medicines in all the prescriptions on Generic

names only.

2.28 Any legal liability arising out of such services shall be the sole responsibility

of the Hospital/Centre and shall be dealt with by the concerned

hospital/diagnostic center. However, Services will be provided by the

hospital/diagnostic center as per the terms of contract.

2.29 Primary and Secondary Health care to Mumbai Port Trust beneficiaries is

being provided by MbPT Dispensaries and Mumbai Port Trust Hospital.

However, in case of emergency the super specialty Hospital/Diagnostic

centers may start treatment/investigation and take Expost facto approval

from the office of the Chief Medical Officer, Mumbai Port Trust.

2.30 Direct admission without referral form should not be entertained at all

except in lifesaving conditions such as cardiac/neurological emergencies,

road side accidents, emergencies needing immediate ventilator support with

ICU care etc. Such cases shall be reported to the office of the Chief Medical

Officer, Mumbai Port Trust immediately and latest within 24working hours

positively with necessary documents only through authorized representative

of Hospitals. However, Ex-post-facto approval shall be given by the Chief

Medical Officer, Mumbai Port Trust after having complete and valid

justification from the treating hospital/center, at his/her sole discretion.

2.31 Hospital will investigate/treat the Mumbai Port Trust beneficiary patient

only for the condition for which they are referred with permission, and in the

specialty/super specialty and/or purpose for which they are approved by

Mumbai Port Trust. However, in case of unforeseen emergencies during

admission necessary life saving measures may be taken and concerned

authorities may be informed accordingly with justification for approval as

soon as it is practicable to do so.

Page 99: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

99

2.32 During the in-patient treatment of Mumbai Port Trust beneficiary, the tie-up

hospitals/empaneled center will not ask the attendant to provide separately

the medicine/sundries/equipment or accessories from outside and will

provide the treatment within the package rates, fixed by the MbPT which

includes the cost of all the items.

2.33 During the in-patient treatment of Mumbai Port Trust beneficiary,

Empaneled Hospitals should get prior permission from the Chief Medical

Officer if the patient needs any medicine which costs more than Rs.10000/-.

2.34 In case of any natural disaster/epidemic, the hospital/diagnostic center

shall have to fully cooperate with the Mumbai Port Trust and will

convey/reveal all the required information, apart from providing

treatment/investigation facility.

3. DURATION

This Agreement shall remain in force for a period of 2 years or till it is modified or

revoked, whichever is earlier. The Agreement may be extended for subsequent

period at the sole discretion of the Chief Medical Officer, Mumbai Port Trust subject

to fulfillment of all terms and conditions of this contract and with mutual consent.

An agreement will be signed on Stamp paper of appropriate value before starting of

services/extension of Contract. Cost of stamp paper and incidental charges related

to contract shall be borne by the empaneled center. Contract will be effective with

effect from the date of the contract.

4. SUBMISSION OF BILLS TO MBPT HOSPITAL

The Hospital shall submit the physical bill as well as electronic bill to the MbPT

Hospital for processing of bills and payment. The hospital shall send bills along

with necessary supportive documents to the office of the Chief Medical Officer,

Mumbai Port Trust as soon as bills are generated after discharge of patient for

further necessary action. The details of documents to be submitted are as follows: -

Discharge slip duly verified by treating doctor incorporating brief history of the

case, diagnosis, details of procedure done/treatment given/advised along with the

duration.

Page 100: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

100

a. Reports of investigations duly verified, b. Original receipts of medicines/implants duly verified, c. Stickers of implants duly verified, d. Wrappers of costly medicine/implants duly verified, e. Referral Slip/Form, f. Patient /Attendant satisfaction certificate duly signed as provided in

Annexure – III.

The above documents related to treatment/investigation duly verified by the

treating /investigating Doctor shall be submitted by the hospital/diagnostic center

along with the bill in duplicate in prescribed pro forma. The CD of procedure

/MRI/CT Scan / X-ray film etc. is required with each and every bills if it is

done. The bills must be submitted to this office within 15 day of

discharge/investigation to this office for payment. However, the diagnostic centers

shall send the bills on monthly basis along with the abovementioned documents

whichever is applicable. The bills received after the above mentioned period shall

not be entertained.

Under laboratory services, the centre needs to submit the slides of Histo-

pathological examination with the department of pathology. The slides would be

taken up for technical evaluation, to judge the quality of slides by the pathologist

/can be sent for the same at higher government centers. Payment of the same

would be at the discretion of the Chief Medical Officer, Mumbai Port Trust,

Nadkarni Park, Wadala East, Mumbai, if at all found to be of poor quality.

5. PAYMENT WITHIN THIRTY DAYS

MbPT Hospital would ensure that payment of hospital claims would be done in

time bound manner- within a period of 30 days from the date of submission of bills

in physical format to the MbPT Hospital.

MbPT beneficiary attending hospital in emergency: In such a situation the Hospital

shall intimate to Chief Medical Officer, Mumbai Port Trust within 2 hours of

admission and MbPT Hospital shall respond in 4 hours (however treatment shall

not be denied to any MbPT member and this is only an initiation of the e-workflow).

Page 101: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

101

Post discharge hospital would upload bills and download documents as per

requirements of MbPT Hospital within 72 hours.

6. INFORMATION TO BE PROVIDED TO THE MBPT HOSPITAL BY HOSPITALS

MbPT beneficiary attending hospital with Refer Letter -- upon admission hospital

shall verify and submit information of admission online to MBPT HOSPITAL. MbPT

Hospital shall respond in 4 hours. Post discharge hospital would upload bills and

download documents as per MbPT Hospital requirements within 72 hours. MbPT

Hospital shall respond/clear the bill in Ten working days.

7. INFRASTRUCTURE FOR INTERACTION WITH MbPT HOSPITAL

The Hospital shall have:

a. Dedicated Personal Computer with Dual Core /Core 2 DUO processor and

minimum 2 GB RAM supported by UPS. OS should be Windows. Dedicated

Colour scanner with a minimum resolution 200dpi.

b. Scalable Broad Band internet connectivity with minimum assured speed of

512kbps.

c. Necessary security systems should be taken care of.

d. A designated Nodal Person to interact with MbPT Hospital.

e. The Private Hospital would be legally responsible for user authentication.

8. PROCESSING OF CLAIMS / BILLS BY MbPT HOSPITAL

The actual auditing shall start when physical copies of these bills are submitted by

concerned Hospital to the MbPT Hospital.

The Private Hospital shall also submit to MbPT Hospital the electronic bills and

other Data online in case of both serving employees & Pensioners and original bills

(Hard Copy) shall be provided to the beneficiary where payment has been made by

the beneficiary.

Page 102: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

102

The Data and electronic bills in respect of MbPT Beneficiaries shall be utilized for

statistical purposes.

The MbPT Hospital during the course of the auditing shall restrict the claims as

per MbPT Hospital rules and regulations. MbPT Hospital shall also examine in

terms of the following:

a. Appropriateness of treatment including screening of patients records to

identify unnecessary admissions and unwarranted treatments

b. Whether the planned treatment is shown as emergency treatment

c. Whether the diagnostic medical or surgical procedures that were not

required were conducted by hospital including unnecessary investigations

d. Maintaining database of such information of MbPT beneficiaries for future

use.

e. Whether the treatment procedures have been provided as per the approved

rates and the packages.

f. Whether procedures performed were only those for which permission has

been granted

The MbPT Hospital shall record their findings and intimate the same to the

Hospital concerned. The payment of the bill/claim to the Hospital concerned shall

be made directly by the Finance Department of MbPT after receipt of the physical

bills in respect of MbPT beneficiaries, etc., who had taken treatment in these

Empaneled Private Hospital in a time bound manner.

9. TDS AND OTHER STATUTORY DEDUCTIONS

TDS and other Statutory Deductions will be done as per Income Tax Rules or other

applicable statutory provisions prevalent from time to time.

10. CREDIT FACILITIES TO MbPT BENEFICIARIES

Page 103: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

103

10.1 In case of serving employees: On production of a valid MbPT Refer Letter

by the MbPT beneficiary - the hospital shall provide credit facilities to all the

serving employees and their dependent family members and CISF Personnel

and their dependent family members.

10.2 In case of Retirees and their spouses:

10.2..1 On production of a valid MbPT Refer Letter the hospital shall provide

credit facilities to the Retirees and their spouses in the empaneled

Hospitals at par with serving Employees as per MbPT Standard Rated

for package items and Standard Percentage of Discount for Non-

package items of treatment in the following life threatening

conditions namely:

a. Acute Heart Attack

b. Coronary Angiogram

c. Coronary Balloon Angioplasty with Stenting & Percutaneous

transluminal coronary angioplasty (PTCA) without any

limitation in number of stents for acute Heart Attack or as a

preventive measure for Heart Attack.

d. Coronary Artery Bypass Graft (CABG) Surgery for Heart vessels

blocks.

e. Temporary or Permanent pacemaker implantation surgery in

sudden Heart Blocks.

f. Peritoneal Dialysis & Hemodialysis for Acute and Chronic

Kidney failure.

g. Brain Attack cases - Cerebro vascular accidents (CVA)

h. Life threatening Road Traffic Accidents

i. Kidney Transplant for both Live or Cadaveric donor

j. Liver Transplant for both Live or Cadaveric donor

10.2..2 Other than life threatening conditions as mentioned in above

clause 10.2.1, On production of a valid MbPT Refer Letter by the

Retiree, the hospital shall provide the credit facilities to the Retirees

and their spouses to a maximum of CGHS Rate & the difference

amount between CGHS Rate and the MbPT Standard Rated for

package items and Standard Percentage of Discount for Non-package

items will be paid directly to the Hospital by the retirees based on the

Page 104: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

104

declaration/Consent submitted by the retiree at the time of referral to

empaneled Hospitals.

10.2..3 On specific request of MbPT as per MbPT Refer letter, the hospital

shall provide the credit facilities to the retirees and their spouses and

the entire bill will be paid by the Port in case of a specific request /

declaration/consent from the retirees.

10.3. In case of emergency the hospital shall provide credit to all MbPT

beneficiaries i.e. both serving employees and Pensioners.

11. MEDICAL AUDIT OF BILLS

There shall be a continuous Medical Audit of the services provided by the

empaneled Private Hospital.

12. TREATMENT IN EMERGENCY

In emergency the hospital shall not refuse admission or demand an advance

payment from the beneficiary or his family member and shall provide credit

facilities to the patient whether the patient is a serving employee or a pensioner

availing MbPT facilities, on production of a valid MbPT Refer Letter and the hospital

shall submit the bill for reimbursement to the MbPT Hospital. The refusal to

provide the treatment to bonafide MbPT beneficiaries in emergency cases without

valid ground, would attract disqualification for continuation of empanelment.

The following ailments may be treated as emergency which is illustrative only and

not exhaustive, depending on the condition of the patient:

Acute Coronary Syndromes (Coronary Artery Bye-pass Graft / Percutaneous,

Transluminal Coronary Angioplasty) including Myocardial Infarction, Unstable

Angina, Ventricular Arrhythmias, Paroxysmal Supra Ventricular Tachycardia,

Cardiac Tamponade, Acute Left Ventricular Failure / Severe Congestive Cardiac

Failure, Accelerated Hypertension, Complete Heart Block and Stoke Adam attack,

Acute Aortic Dissection. Acute Limb Ischemia, Rupture of Aneurysm, Medical and

Surgical shock and peripheral circulatory failure. Cerebro-Vascular Attack-Stokes,

Sudden unconsciousness, Head injury, Respiratory failure, decompensated lung

disease, Cerebro-Meningeal Infections, Convulsions, Acute Paralysis, Acute Visual

Page 105: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

105

loss. Acute Abdomen pain. Road Traffic Accidents / with injuries including fall.

Severe Hemorrhage due to any cause. Acute poisoning. Acute Renal Failure. Acute

abdomen pain in female including acute Obstetrical and Gynecological

emergencies. Electric shock. Any other life threatening condition.

13. REQUIREMENTS FOR OBTAINING TREATMENT/PROCEDURE:

Every patient is required to produce a valid MbPT Refer Letter.

Treatment / Procedure on credit shall be performed to such categories of

beneficiaries as mentioned under Clause 10 above.

Bill should be submitted to the MbPT Hospital in digital format and Physical

format. No discount of % shall be deducted in case payment is made within thirty

days from the date of submission of the bill.

The treatment procedure shall be performed on the basis of the MbPT Refer Letter

issued by the Chief Medical Officer MbPT Hospital.

MbPT beneficiaries shall be attended to on priority.

Treatment procedure shall be carried out on the production of valid MbPT Refer

Letter.

Chief Medical Officer, Mumbai Port Trust or any authorized person nominated by

Chief Medical Officer, Mumbai Port Trust shall have the right to monitor the

treatment/ procedure provided by the Hospital to MbPT beneficiary.

14. GENERAL CONDITIONS

14.1. All investigations regarding fitness for the surgery shall be done prior to the

admission for any elective procedure and are part of package. For any

material / additional procedure / investigation other than the condition for

Page 106: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

106

which the patient was initially permitted, would require the permission of

the Chief Medical Officer, Mumbai Port Trust or any authorized person

nominated by Chief Medical Officer, Mumbai Port Trust.

14.2. The hospital shall verify the MbPT Refer Letter and the MbPT Hospital is not

liable to pay in cases of impersonation or treatment of ineligible persons.

14.3. The package rate shall be calculated as per the duration specified in the

tender document under the ‘treatment requirements’. No additional charge

on account of extended period of stay shall be allowed if that extension is

due to infection on the consequences of surgical procedure or due to any

improper procedure and is not justified.

14.4. The procedure and package rates for any diagnostic investigation, surgical

procedure and other medical treatment for MbPT beneficiary under this

Agreement shall not be increased during the validity period of this

Agreement.

14.5. The empaneled Hospital shall provide services only for which it has been

empaneled by MbPT Hospital at rates that shall be fixed by MbPT from time

to time and shall be binding.

14.6. The Hospital shall intimate all instances of patients admitted on the basis of

the MbPT Refer Letter issued by the MbPT authorities in the prescribed

format within one working day through fax / email (the number of which

shall be notified) followed by post to Chief Medical Officer, Mumbai Port

Trust.

14.7. The Hospital shall intimate all instances of patients admitted as emergencies

without prior permission to the Chief Medical Officer, Mumbai Port Trust, in

the prescribed format within one working day through fax / email (the

number of which shall be notified) followed by post. The nature and

appropriateness of the emergency is subject to verification, which may be

verified, inspected or medically audited by the Chief Medical Officer, Mumbai

Port Trust or any authorized person nominated by Chief Medical Officer,

Mumbai Port Trust on random basis at its discretion.

Page 107: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

107

14.8. The Hospital shall provide reports on monthly basis by the 10th day of the

succeeding calendar month in the prescribed format to the Chief Medical

Officer, Mumbai Port Trust in respect of the beneficiaries treated /

investigated.

14.8. The Hospital shall submit all the medical records in digital format.

14.9. The Hospital agrees that any liability arising due to any default or negligence

in providing or performance of the medical services shall be borne

exclusively by the hospital who shall alone be responsible for the defect and

/ or deficiencies in rendering such services.

14.10. The Hospital agrees that during the In-patient treatment of the MbPT

beneficiary, the Hospital shall not ask the beneficiary or his attendant to

purchase separately the medicines / sundries / equipment or accessories

from outside and shall provide the treatment within the package deal rate,

fixed by the MbPT Hospital which includes the cost of all the items.

Appropriate action, including removing from MbPT empanelment and / or

termination of this Agreement, may be initiated on the basis of a complaint,

medical audit or inspections carried out by MbPT teams / appointed TPA.

14.11. The Hospital shall honour permissions issued by the Chief Medical Officer,

Mumbai Port Trust or any authorized person nominated by Chief Medical

Officer, Mumbai Port Trust to the MbPT beneficiaries holding MbPT Refer

Letter. Treatment shall be provided as per MbPT approved rates and bills

submitted for payment to the MbPT Hospital.

14.12. Changes in Infrastructure / Staff to the Hospital shall immediately

communicate to Chief Medical Officer, Mumbai Port Trust about any change

in the infrastructure / strength of staff. The empanelment shall be

temporarily withheld in case of shifting of the facility to any other location

without prior permission of Chief Medical Officer, Mumbai Port Trust. The

new establishment of the same Hospital shall attract a fresh inspection, for

consideration of continuation of empanelment.

Page 108: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

108

14.13. The Hospital shall submit an annual report regarding number of referrals

received, admitted, bills submitted to the MbPT Hospital and payment

received, details of monthly report submitted to the Chief Medical Officer,

Mumbai Port Trust, changes in the strength of doctors / staff and

infrastructure if any. Annual audit report of the hospitals shall also be

submitted along with the statement.

14.14. Authorized signatory / representative of the hospital shall attend the

periodic meetings held by Chief Medical Officer, Mumbai Port Trust,

required in connection with improvement of working conditions.

14.15. During the visit by Chief Medical Officer, Mumbai Port Trust or any

authorized person nominated by Chief Medical Officer, Mumbai Port Trust,

the Hospital authorities shall cooperate in carrying out the inspection.

14.16. In case of any natural disaster / epidemic, the hospital shall fully cooperate

with the Chief Medical Officer, Mumbai Port Trust and shall convey / reveal

all the required information, apart from providing treatment.

14.17. The Hospital shall not make any commercial publicity projecting the name

of MbPT. However, the fact of empanelment under MbPT shall be displayed

at the premises of the empaneled center, indicating that the charges shall be

as per MbPT approved rates.

14.18. The hospital shall investigate / treat the MbPT beneficiary patient only for

the condition for which they are referred with permission, and in the

specialty and / or purpose for which they are approved by MbPT Hospital. In

case of unforeseen emergencies of these patients during admission for

approved purpose / procedure, ‘provisions of emergency’ shall be applicable.

14.19. The Hospital shall not undertake treatment of referred cases in specialties

for which it is not empaneled. But it shall provide necessary treatment to

stabilize the patient and transport the patient safely to nearest recognized

hospital under intimation to Chief Medical Officer, Mumbai Port Trust.

However, in such cases the Hospital shall charge as per the MbPT rates only

for the treatment provided.

Page 109: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

109

14.20. The hospital shall not refer the patient to other specialist / other hospital

without prior permission of Chief Medical Officer, Mumbai Port Trust. Prior

intimation shall be given to Chief Medical Officer, Mumbai Port Trust

whenever patient needs further referral.

15. ENTITLEMENTS FOR VARIOUS TYPES OF WARDS

MbPT beneficiaries are entitled to facilities of private, semi-private or general ward

depending on their category of post i.e. Class I & II Officers, Class III Employees

and Class IV Employees. These entitlements are amended from time to time and

the latest order in this regards needs to be followed. The entitlement is as follows: -

S.NO. CATEGORY OF POST ENTITLEMENT

1. Class IV Employees General Ward

2. Class III Employees Semi-Private Ward

3. Class I & II Officers, HODs, Deputy Chairman,

Chairman Private Ward

Private ward is defined as a hospital room where single patient is accommodated

and which has an attached toilet (lavatory and bath). The room should have

furnishings like wardrobe, dressing table, bed-side table, sofa set, carpet, etc. as

well as a bed for attendant. The room has to be air-conditioned.

Semi Private Ward is defined as a hospital room where two to three patients are

accommodated and which has attached toilet facilities and necessary furnishings.

General ward is defined as a hall that accommodates four to ten patients.

Treatment in higher Category of accommodation than the entitled category is not

permissible.

Page 110: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

110

16. DUTIES AND RESPONSIBILITIES OF HOSPITALS

It shall be the duty and responsibility of the hospital/investigation center at all

times, to obtain, maintain and sustain the valid registration and high quality&

standards of its services and healthcare and to have all statutory/mandatory

licenses, permits or approvals of the concerned authorities as per the existing laws.

Display board regarding cashless facility for Mumbai Port Trust beneficiary will be

required. The list of necessary documents required for treatment/investigations at

the empaneled Hospital/ Diagnostic Centre must be displayed on the board. A help

desk shall be there for facilitation of Mumbai Port Trust beneficiaries. The Name

and Contact Number of Mumbai Port Trust Nodal Officer(s)should also be displayed

on the notice board in Marathi, English and Hindi.

17. NON ASSIGNMENT

The Hospital shall not assign, in whole or in part, its obligations to perform under

this Agreement, except with the MbPT’s prior written consent at its sole discretion

and on such terms and conditions as deemed fit by the MbPT. Any such

assignment shall not relieve the Hospital from any liability or obligation under this

agreement

18. HOSPITAL’S ’S INTEGRITY AND OBLIGAITONS DURING AGREEMENT

PERIOD

The Hospital is responsible for and obliged to conduct all contracted activities in

accordance with the Agreement using state-of-the-art methods and economic

principles and exercising all means available to achieve the performance specified

in the Agreement. The Hospital is obliged to act within its own authority and abide

by the directives issued by the MbPT. The Hospital is responsible for managing the

activities of its personnel and shall hold itself responsible for their misdemeanors,

negligence, misconduct or deficiency in services, if any.

19. PERFORMANCE BANK GUARANTEE

The Hospital shall furnish in the prescribed format a performance Bank Guarantee

of Rupees Two Lakhs in case of Hospitals / Rupees Fifty Thousand Diagnostic

Imaging Centre, valid for a period of 30 m0nths to ensure efficient service and to

Page 111: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

111

safeguard against any default:

20. FORFEITURE OF PERFORMANCE BANK GUARANTEE AND REMOVAL

FROM LIST OF EMPANELLED INSTITUTIONS

In case of any violation of the provisions of this Agreement by the hospital such as:

a. refusal of service,

b. undertaking unnecessary procedures,

c. prescribing unnecessary drugs/tests

d. over billing,

e. reduction in staff/ infrastructure/ equipment etc. after the hospital/

has been empaneled.

f. Non submission of the report, habitual late submission or submission incorrect data in the report

g. Refusal of credit to eligible beneficiaries and direct charging from

them.

h. if recommended by NABH at any stage

i. Discrimination against MbPT beneficiaries vis-à-vis general patients The Bank Guarantee shall be forfeited and the MbPT shall have the right to de-

recognize the hospitals / diagnostic laboratory as the case may be. Such action

could be initiated on the basis of a complaint, medical audit or inspections carried

out by MbPT teams at random.

The decision of the MbPT in this regard shall be final.

21. LIQUIDATED DAMAGES

The Hospital shall provide the services as per the requirements specified by the

MbPT in terms of the provisions of this Agreement. In case of initial violation of the

provisions of the Agreement by the Hospital such as refusal of service or refusal of

credit to eligible categories of MbPT Beneficiaries (as mentioned under Clause 10)

or defective service and negligence, the amount equivalent to 15% of the amount of

Performance Bank Guarantee shall be charged as agreed Liquidated Damages by

the MbPT, however, the total amount of the Performance Bank Guarantee shall be

Page 112: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

112

maintained intact being a revolving Guarantee.

In case of repeated defaults by the Hospital, the total amount of Performance Bank

Guarantee shall be forfeited and action shall be taken for removing the Hospital

from the empanelment of MbPT as well as termination of this Agreement

For over-billing and unnecessary procedures, the extra amount so charged shall be

deducted from the pending / future bills of the Hospital and the MbPT shall have

the right to issue a written warning to the Hospital not to do so in future. The

recurrence, if any, shall lead to the stoppage of referral to that Hospital

Before initiating action under sub clause (a) – (c) above, MbPT shall serve a show

cause notice to the Hospital for which the Hospital shall have to respond within ten

days of its receipt.

Patient can't be denied treatment on the pretext of non-availability of

beds/Specialists, failing which if the Mumbai Port Trust patient takes treatment at

some other hospital, a penalty of rupees Five thousand (Rs. 5000/-) will be

imposed on empaneled hospital and the same may be recovered from incoming

/pending bills/security money.

22. TERMINATION FOR DEFAULT

The MbPT may, without prejudice to any other remedy for breach of Agreement, by

written notice of default sent to the Hospital terminate the Agreement in whole or

part:

If the Hospital fails to provide any or all of the services for which has been

recognized within the period(s) specified in this Agreement, or within any extension

thereof if granted by the MbPT pursuant to Condition of Agreement

or

If the Hospital fails to perform any other obligation(s) under this Agreement.

or

If the Hospital, in the judgment of the MbPT has engaged in corrupt or fraudulent

practices in competing for or in executing this Agreement.

Page 113: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

113

In case of premature termination of contract by the empaneled center, it will have

to deposit Rs Two Lakh with the Chief Medical Officer, Mumbai Port Trust as

damages. An affidavit of appropriate value for the same is required to be given at

the time of contract. If Hospital fails to deposit money, the same will be recovered

& appropriated from security deposit or incoming/pending bills.

23. INDEMNITY

The Hospital shall at all times, indemnify and keep indemnified MbPT / the

Government against all actions, suits, claims and demands brought or made

against it in respect of anything done or purported to be done by the Hospital in

execution of or in connection with the services under this Agreement and against

any loss or damage to MbPT / the Government in consequence to any action or

suit being brought against the MbPT / the Government, along with (or otherwise),

Hospital as a Party for anything done or purported to be done in the course of the

execution of this Agreement. The Hospital shall at all times abide by the job safety

measures and other statutory requirements prevalent in India and shall keep free

and indemnify the MbPT from all demands or responsibilities arising from

accidents or loss of life, the cause or result of which is the Hospital negligence or

misconduct.

The Hospital shall pay all indemnities arising from such incidents without any

extra cost to MbPT and shall not hold the MbPT responsible or obligated. MbPT /

the Government may at its discretion and shall always be entirely at the cost of the

Hospital defend such suit, either jointly with the Hospital or singly in case the

latter chooses not to defend the case

24. ARBITRATION

If any dispute or difference of any kind whatsoever (the decision where of is not

herein otherwise provided for) shall arise between the MbPT and the Hospital upon

or in relation to or in connection with or arising out of the Agreement, shall be

referred to for arbitration by the Chief Medical Officer, Mumbai Port Trust, who

shall give written award of his decision to the Parties. The decision of the Chief

Medical Officer, Mumbai Port Trust shall be final and binding. The provisions of

the Arbitration and Conciliation Act, 1996 shall apply to the arbitration

Page 114: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

114

proceedings. The venue of the arbitration proceedings shall be at MbPT.

25. MISCELLANEOUS

25.1. Nothing under this Agreement shall be construed as establishing or creating

between the Parties any relationship of Master and Servant or Principal and

Agent between the MbPT and the Hospital.

25.2. The Hospital shall not represent or hold itself out as agent of the MbPT.

25.3. The MbPT shall not be responsible in any way for any negligence or

misconduct of the Hospital and its employees for any accident, injury or

damage sustained or suffered by any MbPT beneficiary or any third party

resulting from or by any operation conducted by and on behalf of the

Hospital or in the course of doing its work or perform their duties under

this Agreement or otherwise.

25.4. The Hospital shall notify the Government of any material change in their

status and their shareholdings or that of any Guarantor of the Hospital in

particular where such change would have an impact on the performance of

obligation under this Agreement.

25.5. This Agreement can be modified or altered only on written agreement signed

by both the parties.

25.6. Should the hospital get wound up or partnership is dissolved, the MbPT

shall have the right to terminate the Agreement. The termination of

Agreement shall not relieve the hospital or their heirs and legal

representatives from the liability in respect of the services provided by the

Hospital during the period when the Agreement was in force.

25.7. The Hospital shall bear all expenses incidental to the preparation and

stamping of this agreement.

26. NOTICES

Page 115: MEDICAL DEPARTMENT - Mumbai Port Trust · 1. Tender documents may be viewed or downloaded by interested and eligible Tenderers from the Central Public Procurement Portal (CPPP) of

115

26.1. Any notice given by one party to the other pursuant to this Agreement shall

be sent to other party in writing by registered post or by facsimile and

confirmed by original copy by post to the other Party’s address as below.

1. Chief Medical Officer, Mumbai Port Trust Hospital, Nadkarni Park, Wadala

(East), Mumbai -400 037.

2. Hospital with address:

(………………………………………………………………………)

26.2. A notice shall be effective when served or on the notice’s effective date,

whichever is later. Registered communication shall be deemed to have been

served even if it returned with remarks like refused, left, premises locked,

etc.

IN WITNESSES WHEREOF, the parties have caused this Agreement to be signed

and executed on the day, month and the year first above mentioned.

Signed by

Chief Medical Officer, Mumbai Port Trust

For and on behalf of

Board of Trustees of the Port Of Mumbai

In the Presence of

(Witnesses)

1.

2.

Signed by

For and on behalf of (Hospital)

Duly authorized vide Resolution No. ……… dated ……. of (name of Hospital)

In the presence of

(Witnesses)

1.

2.

ANNEXURE (RATE LIST) TO

THE AGREEMENT