Social Media
![]() ![]() ![]() ![]() ![]() ![]() |
How do you rate our national Polio vaccination program?
Islamic Republic of Afghanistan
MINISTRY OF PUBLIC HEALTH (MoPH)
Procurement Directorate
Request for Bids
Amendment No. 1
To
International Competitive Bidding (ICB)
Non-Consulting Services Bidding Documents
For
Delivering the full package of Basic Package of Health Services (BPHS) and
Essential Package of Hospital Services (EPHS) in Nangarhar Province,
For the period of 30 months
IFB No.: IFB No.: NPA/ MoPH /97/NCS-2066/ ICB
Project ID: (P160615)
Grant No: IDA (D2850-AF), ARTF (TF0A7113-AF), GFF (TF0A7314)
Kabul, Afghanistan
Amendment No.1 to Bidding document
Non-Consulting Services Bidding Documents for Delivering the full package of Basic Package of Health Services (BPHS)and Essential Package of Hospital Services (EPHS) in Nangarhar Province, for the period of 30 months
IFB No.: NPA/ MoPH /97/NCS-2066/ ICB
The following modifications are made to the SBD Document for the above Project:
Standard Bidding Documents |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
References to ITB (In chronological Order) |
Original |
Amendment as |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Cover letter and all palaces of BD Section |
NPA/ MoPH /97/NCS-2066/ ICB |
NPA/ MoPH /97/NCS-2307/ ICB |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Specific Procurement Notice and all places of Bid Section |
Bids submitted by a joint venture of two or more firms as members shall comply with the following requirements, unless otherwise stated below: |
Bids submitted by a joint venture no more than 3 firms as members shall comply with the following requirements, unless otherwise stated below: |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Specific Procurement Notice Request for Bids Non-Consulting Service and all places of Bid Section |
experience as service provider in the provision of at least two service contracts of a nature and complexity equivalent to the Services over the last 5 years (to comply with this requirement, Services contracts cited should be at least 70 percent complete) as specified below; |
experience as service provider in the provision of at least one service contract of a nature and complexity equivalent to the Services over the last 5 years (to comply with this requirement, Services contracts cited should be at least 70 percent complete) as specified below; |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Specific Procurement Notice Request for Bids Non-Consulting Service and all places of Bid Section |
Implementation of one contract of same and similar services with amount of at least USD 19 million. In any of the last five years. [Pass/Fail] |
Implementation of one contract of same and similar services with amount of at least USD 19 million. Over the last five years. [Pass/Fail] |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Specific Procurement Notice and all places of Bid Section |
proposals for the timely acquisition (own, lease, hire, etc.) of the essential equipment listed in below;
|
Not Applicable |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
SPECIFIC PROCUREMENT NOTICE AND ALL PLACES OF BID SECTION |
9. The bidders are encouraged to bid for as many provinces as they are interested in (Section VII – Employer`s Requirements, Item A-4). A bidder (singly or member of JV) shall be awarded only one contract (one province). If any service provider wishes to win more than one NCS contract, must meet the minimum aggregated qualification criteria. The aggregate qualifications requirement is applicable only in 8 provinces under NCS procurement/Packages, as defined under employer’s requirements. The maximum number of contracts to be awarded to one service provider shall NOT exceed more than four (4) contracts.
|
9. At the moment the NPA on behalf of the MoPH, has launched 8 biddings for awarding contracts to qualified service providers for delivering BPHS. The bidders are encouraged to bid for as many provinces as they are interested in and qualified (see Section VII – Employer`s Requirements, Item A-4). Currently there are also ongoing selections (QCBS’s) for selection of consultants (service providers) for delivering BPHS in another 23 provinces. Bidders bidding for more than one bid and participating in the mentioned selections, must meet the required minimum qualification requirements under the respective biddings and selections they are bidding and participating in selections, on an aggregate basis, and the bidder should demonstrate its previous experience in simultaneously and successfully completing contracts equivalent to the contracts the bidder is bidding currently (e.g. if a bidder bids for say 2 bids and its prices are lowest for both biddings, then the bidder should meet the qualifications requirements for both biddings together on an aggregate basis, i.e.: if the requirement under Bidding 1 is: at least one successfully completed similar contract at the amount of $10 Mln. during the past 5 years, and the requirement for Bidding 2 is the same/similar: i.e. at least one successfully completed similar contract at the amount of $10 Mln. during the past 5 years, then the aggregate requirement for Bidding 1 + Bidding 2 would be: at least two implemented simultaneously and successfully completed similar contracts, each of the amount of at least $10 Mln. during the past 5 years.; or: at least one successfully completed similar contract at the amount of at least $20 Mln. during the past 5 years The aggregate qualifications requirement is applicable for all ongoing NCS biddings and QCBS selections . The maximum number of contracts to be awarded to one service provider under the ongoing NCS biddings and QCBS selections shall NOT exceed more than three (3) contracts under all ongoing NCS biddings and QCBS selections. |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Qualification Requirements Joint Ventures and all places of Bid Section |
The information needed for Bids submitted by joint ventures is as follows: N/A |
The information needed for Bids submitted by joint ventures is as follows: Applicable as mentioned above, in Qualification Information. |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Qualification Requirements Joint Ventures and all places of Bid Section |
Total monetary value of Health Services performed for each of the last five years (2013 to 2017); |
Not Applicable |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Experience and all places of BD Section |
Note: less than two (2) years cumulative specific experience will be counted as fail |
Not Applicable |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Subcontractor and all places of BD Section |
Subcontractors’ experience shall not be taken into account. |
Subcontractors’ experience as a firm/NGO shall not be taken into account during evaluation process |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Specific Procurement Notice Request for Bids Non-Consulting Service, Qualification |
c) experience in Services of a similar nature and size for each of the last five years (2013 to 2017) , and details of Services under way or contractually committed; and names and address of employers who may be contacted for further information on those contracts; |
experience in Services of a similar nature and size one contract over the last five years (2013 to 2017) , and details of Services under way or contractually committed; and names and address of employers who may be contacted for further information on those contracts; |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
ITB 21.1 and all places of BD Section |
In addition to the original of the Bid, the number of copies is: Five hard copy (5) and one soft copy in a flash drive. Note: Bidders will ensure that all copy of bid include all the pages/ document submitted in the original bid. |
In addition to the original of the Bid, the number of copies is: One Original + 5 Copy (including one supporting Document) + One soft copy in Flash memory. Note: Bidders will ensure that all copy of bid include all the pages/ document submitted in the original bid. |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
ITB 23.1 and all places of BD Section |
The deadline for Bid submission is: Date: November 11, 2018 Time: 10:00 am Kabul Local Time Note: due to security reasons the bidders are encouraged to submit their bids before the submission deadline. Bidders shall not have the option of submitting their Bids electronically. |
The deadline for Bid submission is: Date: November 19, 2018 Time: 11:00 am Kabul Local Time Note: due to security reasons the bidders are encouraged to submit their bids before the submission deadline. Bidders shall not have the option of submitting their Bids electronically. In case the specified deadline day of bid submission is declared holiday for the purchaser, the bids shall be submitted and opened at the specified time on the next working day. |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
ITB 31.3 and all places of BD Section |
The price adjustment shall be based on the average price of the item or component as quoted in other substantially responsive Bids. If the price of the item or component cannot be derived from the price of other substantially responsive Bids, the Employer shall use its best estimate. Note: 1. The BPHS health facilities staff shall be paid based on the National Salary Policy (NSP) 2016 version which is also mentioned in the TORs. However as per item # D .17 of the Employer`s Requirements, the MOPH provides the Service Provider with flexibility in the implementation of this policy, especially with respect to implementation of Pay-for-Performance (P4P) concept. 2. The management staff of the implementing organization (head quarter, Kabul level and provincial level staff) shall be paid based on the National Technical Assistance (NTA) salary scale. |
Not Applicable from ITB 31.3 and all places of BD Section |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Section II-Bid Data Sheet (BDS)-Appendix to Bid Data Sheet |
Activity Schedule (PAY-FOR-PERFORMANCE): MoPH has identified priority services for which the service provider will receive a fixed amount based on set targets for each province. |
Activity Schedule (PAY-FOR-PERFORMANCE): MoPH has identified priority services for which the service provider will receive a fixed amount based on set targets Nangarhar province. |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Section II-Bid Data Sheet (BDS)-Appendix to Bid Data Sheet- 1. Activity Schedule (P4P) |
The Activity Schedule (P4P) will be provided for each of the following services:
|
The Activity Schedule (P4P) will be provided for each of the following services:
|
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Section II-Bid Data Sheet (BDS)-Appendix to Bid Data Sheet- 3. MINIMUM STANDARDS
|
|
|
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Adequacy of Technical Proposal and all places of BD Section |
Note: An Bidder must obtain seven (7) YES to be passed for this sub criterion.
Note: An Bidder must obtain four (4) YES to be passed for this sub criterion.
Note: An Bidder must obtain two (2) YES to be passed for this sub criterion.
Note: An Bidder must obtain six (6) YES to be passed for this sub criterion.
Note: An Bidder must obtain three (3) YES to be passed for this sub criterion.
Note: An Bidder must obtain two (2) YES to be passed for this sub criterion.
Note: For the Adequacy and quality of the proposed technical approach and methodology (under criterion #I), the Bidders must obtain seven (7) passes to be passed. |
Note: An Bidder must obtain seven (7) YES to be passed for this sub criterion.
Note: An Bidder must obtain four (4) YES to be passed for this sub criterion.
Note: For the Adequacy and quality of the proposed technical approach and methodology (under criterion #I), the Bidders must obtain two (2) passes to be passed. |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Bidding Forms Qualification Information
|
Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc. List below and attach copies of support documents. We certify/confirm that we comply with eligibility requirements as per ITB 4. |
Not Applicable |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Bidding Forms, Major Break up of Lump Sum Costs
|
|
|
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Bidding Forms, ACTIVITY SCHEDULE - SUMMARY OF COSTS |
Activity SCHEDULE - Summary of Costs
|
Activity SCHEDULE - Summary of Costs
|
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Detailed Activity Schedule Summary of Costs Not and all places of BD sections |
|
|
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Section III, Evaluation and Qualification Criteria |
Note: For the technical part of the bid, a bidder must meet the requirement of criteria one (I) and criteria (II). |
Note: For the technical part of the bid, a bidder must meet the requirement of criteria one (I) and criteria (II). The bidders participating in more than one NCS bidding/ QCBS selection should propose different staff in their respective bids/proposals |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Section IV –Bidding Forms, |
Method Statement Work Plane Time Schedule-N/A |
Method Statement: Please Describe your technical methodology and approach Work Plan: Please Describe Your Work Plane Time Schedule: Please Describe Your Time Schedule |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Section VII – Employer’s Requirement |
BPHS |
All Services are applicable for both BPHS and EPHS
|
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Section VII – Employer’s Requirement
|
A3. The Ministry of Public Health (MoPH) revised the Basic Package of Health Services (BPHS) in 2010/1389. This version reflects the evolution in the health system since 2005 and includes new approaches to improve both the access to and the quality of the basic health services. The MoPH believes that by continuing to focus on a Basic Package of Health Services, it will be able to concentrate its resources on reducing mortality among its most vulnerable citizens, especially women of reproductive age and children under five.
|
A3. The Ministry of Public Health (MoPH) revised the Basic Package of Health Services (BPHS) in 2010/1389. This version reflects the evolution in the health system since 2005 and includes new approaches to improve both the access to and the quality of the basic health services. The MoPH believes that by continuing to focus on a Basic Package of Health Services, it will be able to concentrate its resources on reducing mortality among its most vulnerable citizens, especially women of reproductive age and children under five. The EPHS is a crucial complement to the Basic Package of Health Services (BPHS), whose adoption by the Ministry of Public Health in March 2003 laid the foundation for Afghanistan's health care system. In 2005 the MoPH developed EPHS to function as a referral center for patients needing more specialized treatment and care, supplement for the BPHS, and place for training of health cadres. The EPHS provides the Afghan health sector with a clear delineation of the standardized package of hospital services to be delivered at each level of the secondary health care system. A4. Low Coverage and Adequacy of Hospital Services: Measurement of accessibility to hospitals with estimates like population per bed and population per hospital indicated an overall shortage of bed and hospitals across the country. The establishment of a functional referral system remains a challenge for health authorities because this has led to the low utilization of inpatient services in public hospitals. |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
|
A4. Sehatmandi project |
A5. Sehatmandi project |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Section VII – Employer’s Requirement |
D7. Provision of pre-services training of community midwives and community nurses to address shortage of health workers: In keeping with the MOPH’s human resource development plan and the BPHS, the Service Provider will be responsible for ensuring that the pre-service training of community midwives, community nurses and additional CHWs is effectively carried out. Under this assignment: D8. The CME/CHNE program in Nangarhar province has not been completed. The consultants will budget this activity only for the remaining required period of (10) months for the mentioned program to be completed. The bidder can get further information about the programs from implementing consultant (in coordination of PPHD) during their field assessment. |
D7. Provision of pre-services training of community midwives and community nurses to address shortage of health workers: In keeping with the MOPH’s human resource development plan and the BPHS, the Service Provider will be responsible for ensuring that the pre-service training of community midwives, community nurses and additional CHWs is effectively carried out. Under this assignment:
|
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Section VII – Employer’s Requirement |
D9. Gender: D10. Government Visibility: D11. Managing pharmaceutical, supplies, and other medical/non-medical logistics D12. Infrastructure and Maintenance of Health Facilities: D13. Health Care Waste Management: D14. Promote the use of monitoring, evaluation and supervision data D15. Health Management Information System, Recording and Reporting including Vital Statistics: D16. Coordination: D17. Flexibility: D18. Strengthening the Information Education Communication/Behavior Change Communication (IEC/BCC) activities: D19. Special Health Activities D20. Emergency response/ Surveillance System D21. Provision of Health Services for Returnees, Internal Displaced People (IDPs) and Nomads: D22. Prison Health Services D23. Referral system: D24. Immunization and Polio Eradication: D25. The Service Provider also has the following authority and responsibilities: |
D8. Gender: D9. Government Visibility: D10. Managing pharmaceutical, supplies, and other medical/non-medical logistics D11. Infrastructure and Maintenance of Health Facilities: D12. Health Care Waste Management: D13. Promote the use of monitoring, evaluation and supervision data D14. Health Management Information System, Recording and Reporting including Vital Statistics: D15. Coordination: D16. Flexibility: D17. Strengthening the Information Education Communication/Behavior Change Communication (IEC/BCC) activities: D18. Special Health Activities D19. Emergency response/ Surveillance System D20. Provision of Health Services for Returnees, Internal Displaced People (IDPs) and Nomads: D21. Prison Health Services D22. Referral system: D23. Immunization and Polio Eradication: D24. The Service Provider also has the following authority and responsibilities:
|
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Section III Qualification requirement and all places of BD sections |
The essential equipment to be made available for the Contract by the successful Bidder shall be: The list of equipment to be taken over from incumbent NGOs will be provided by employer but the list of equipment which the bidder should make available for the implementation of contract, needs to be based on a comprehensive field assessment, and as per BPHS and EPHS guidelines.
Provincial/Regional Hospital equipment (medical and Non-medical equipment, furniture, vehicle, generator, solar system, electronic equipment, IEC/BCC materials and computers |
Not Applicable |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Section IV Bidding Form |
Indirect Local Tax Estimates (if applicable) – to be discussed and finalized at the negotiations if the Contract is awarded |
Applicable Indirect Local Tax |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Section IX Special Condition of the Contract Clause 5.1 |
The assistance and exemptions provided to the Service Provider are: N/A |
The assistance and exemptions provided to the Service Provider are: Refer to the TOR. AUTHORITYAND RESPONSIBILITIES OF MOPH (GCMU, PPHD AND TECHNICAL DEPARTMENTS) AND THE SERVICE PROVIDER: |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Section IX Special Condition of the Contract Clause 3.8.1 |
The maximum amount of penalties for the whole contract is 10 (Ten) percent of the final Contract Price. |
The maximum amount of penalties for the whole contract is 10 (Ten) percent of the final Contract Price. |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Section IX Special Condition of the Contract Clause 8.2.5 |
The designated Appointing Authority for a new Adjudicator is The Minister of Public Health, Islamic Republic of Afghanistan. |
The designated Appointing Authority for a new Adjudicator is The Minister of Justice/Ministry of Commerce, Islamic Republic of Afghanistan. |
All the other aspects of the Original Bidding Document remain unchanged.
© e-Government of Afghanistan,
All rights reserved.