Concurs (Asigurare Medicală) - Invitation for Bids - IRI seeks a vendor that can provide ongoing health insurance options to its staff members in Moldova.



Concurs (Asigurare Medicală) - Invitation for Bids - IRI seeks a vendor that can provide ongoing health insurance  options to its staff members in Moldova.

The International Republican Institute (IRI) is a nonprofit, nonpartisan, organization dedicated to advancing freedom and democracy worldwide. Since 1983, IRI has worked to develop democratic institutions and ideals, carrying out a variety of international programs to promote freedom, self government and the rule of law worldwide. IRI provides technical assistance in the areas of political party strengthening, developing civic institutions and open elections, promoting democratic governance and advancing the rule of law.

IRI’s work in Moldova supports the development of political parties and the inclusion of citizens in democratic political processes. IRI seeks a vendor that can provide ongoing health insurance options to its staff members in Moldova.

Period of Performance:
April 1, 2024 – March 31, 2025, with option to extend an additional year


Technical Bid:
Interested bidders must present the technical bids outlining the following information:


Scope of Work:
IRI Moldova is seeking an insurance company to insure health of its current employees and their dependents with possible extension of the number of insured persons in the future.
The selected insurance provider will be responsible for providing high quality health insurance, including dental and vision, and any other insurance required by local law at a competitive rate for at least nine (9) field staff and any listed dependents in Moldova from the hiring date to contract termination date for each field staff member.
IRI’s programming is dependent on outside funding and our staffing levels are subject to change. IRI may hire additional field staff in Moldova as needed that will require additional insurance services through an amendment to this agreement. The insurance policy will provide high quality coverage of medical expenses for local staff not limited to the following:

  • Outpatient care
  • Hospital treatment
  • Operations
  • Diagnostics and treatment of serious diseases
  • General dental services
  • Dental surgical extraction & filling, root canal therapy, scaling, dental prescriptions, and dental x-rays
  • Ophthalmology services
  • Pregnancy, giving birth and newborn care related services.
  • Advanced and complex investigations (limited to CT scan, MRI scan, and echocardiography);
  • Investigation and surgery for cancer (inclusion of chemotherapy and radiotherapy optional)
  • Laboratory Examinations
  • Transportation with auto ambulance and emergency care
  • Coverage for prescription drugs
  • Coverage of hospital expenses
  • Biennial checkups
  • Coverage in case of accident and disability

The bidder should provide the full scope of coverage of the different health insurance policies it can provide for a group our size. IRI requests as much detail as possible about the extent of
coverage and whether the costs will be covered in full (100%) or in part and up to what percentage for each item.

Applicants should list:
1. Healthcare services in hospitals and outpatient care
2. List of in-network providers
3. Age limit for dependent children’s coverage
4. Number of doctor visits covered per year
5. Annual premium cost per person by group
6. Which diagnostic tests are covered (such as lab testing, x-rays, MRIs, other scans)
7. Coverage policy for pharmaceuticals
8. Coverage policy for physiotherapy
9. Exclusions to the policy
10. Dental services at various locations and their scope
11. Emergency services
12. Terms & Conditions for adding/removing staff and/or their dependents to/from the plan
13. Terms & Conditions for terminating an agreement with the insurance provider (notice
period)

Bidders should address the below requirements while submitting their bids.

All proposals must be in English using Word or PDF format. Bid must include all information requested in the SOW. Bidders should provide a sample contract if available.
Proposals may (but are not required to) contain contact information about several references to whom the Offeror provided services in the past 24 months. IRI reserves the right to contact the references. If the Bidder is a U.S. organization/resident, or a foreign organization/resident which has income effectively connected with the conduct of activities in the U.S. or has an office or a place of business or a fiscal paying agent in the U.S., the technical bids must contain Bidder’s Taxpayer Identification Number.


Price information should be presented as a firm-fixed Unit Price for each of the deliverables identified below and in the format of the table below. Pricing must be valid for at least 60 (sixty) calendar days after the due date for proposal submission. The proposed Unit Price should be fixed and inclusive of all costs to perform, including inspection services, transportation, taxes, import duties (if any), and other levies. If there are any additional fees not reflected in the table below,
such pricing must be fully described in the bid. Bids must be submitted in MDL payments under any resulting contract will be made in this currency.

IFB Terms and Conditions:
1. Prospective Bidders are requested to review clauses incorporated by reference in the section “Notice Listing Contract Clauses Incorporated by Reference”. By submitting a bid, bidder agrees to comply with all terms, conditions, and provisions included in the solicitation and agreement to the services identified above, and will specifically identify any disagreement with or exceptions to the terms, conditions, and provisions.
2. IRI may reject any or all bids if such is within IRI’s interest.
3. The Bidder’s initial bid should contain the Bidder’s best offer.
4. IRI reserves the right to make multiple awards or partial awards if, after considering administrative burden, it is in IRI’s best interest to do so.
5. Discussions with Bidders following the receipt of a bid do not constitute a rejection or
counteroffer by IRI.
6. IRI will hold all submissions as confidential and shall not be disclosed to third parties. IRI reserves the right to share bids internally, across divisions, for the purposes of evaluating the bids.
7. If IRI continues to require the goods and services and the price remains reasonable and within market norms, resulting contract may be renewed each year for up to 5 years with 30 days’ notice to the Contractor. Bidder must establish any price increase for each renewal year in the initial bid.
8. Bidders confirm that the prices in the bid/proposal/application/quote have been arrived at independently, without any consultation, communication, or agreement with any
other bidder or competitor for the purpose of restricting competition.
9. By applying to this IFB, applicant is certifying that if it is awarded a contract, none of funds payable under the resulting contract will be used to (1) procure or obtain, extend or renew a contract to procure or obtain; (2) enter into a contract (or extend or renew a contract) to procure; or (3) obtain the equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system in compliance with the National Defense Authorization Act. Covered telecommunications equipment and services mean any of the following:
i. Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities).
ii. For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities).
iii. Telecommunications or video surveillance services provided by such entities or using such equipment.
iv. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (2 CFR 200.216).
10. Bidders agree to disclose as part of the bid submission:
a. Any close, familial, or financial relationships with IRI staff and agents. For example, the bidder must disclose if a bidder’s mother conducts volunteer trainings for IRI.
b. Any family or financial relationship with other bidders submitting bids. For example, if the bidder’s father owns a company that is submitting another bid, the bidder must state this.
c. Any other action that might be interpreted as potential conflict of interest.

Evaluation and Award Process:
1. IRI may contact any Bidder for clarification or additional information, but Bidders are advised that IRI intends to evaluate the offers based on the written bids and reserves the right to make decisions based solely on the information provided with the initial bids. IRI may but is not obligated to conduct additional negotiations with the most highly rated Bidders prior to award of a contract, and may at its sole discretion elect to issue contracts to one or more Bidders.
2. Mathematical errors will be corrected in the following manner: If a discrepancy exists between the total price proposed and the total price resulting from multiplying the unit price by the corresponding amounts, then the unit price will prevail and the total price will be corrected. If there were a discrepancy between the numbers written out in words and the amounts in numbers, then the amount expressed in words will prevail. If the Bidder does not accept the correction, the offer will be rejected.
3. IRI may determine that a bid is unacceptable if the prices proposed are materially unbalanced between line items or sub-line items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A bid may be rejected if IRI determines that the lack of balance poses an unacceptable risk.
4. IRI will conduct a source selection based as follows: ] IRI intends to make an award to the responsible Bidder based on the following evaluation factors:
a) Technical evaluation, (including technical capabilities, proposed technical approach, and personnel qualifications) – 60 percent
 Variety of procedures and locations covered under the policy-20 Percent.
 Variety of medical service providers available under the policy-20 Percent
 Coverage percentage of various healthcare services and limit amounts -20 Percent
b) Price – 40 percent
 Policy cost per member (IRI staff)-20 Percent
 Policy cost per dependent -20 Percent

IRI intends to evaluate bids in accordance with these factors and make an award to the
responsible bidder whose proposal is most advantageous to the program.


5. If a cost realism analysis is performed, cost realism may be considered in evaluating performance or price.


Submission Instructions:
Bids must be submitted via email to Nicoleta Craciun, at ncraciun@iri.org with the subject line “EURASIA2024MO01o Staff Health Insurance” by the deadline listed above. IRI Obligations Issuance of this IFB does not constitute and award commitment on the part of IRI, nor does it commit IRI to pay for costs incurred in the preparation and submission of a quotation.
Notice Listing Contract Clauses Incorporated by Reference
IRI is required to make the contractor subject to the clauses of the prime award. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Where “flow-down” to the contractor is appropriate and applicable, references to “USAID” or ”Department of State” shall be interpreted to mean “IRI”, “Recipient” to mean “Contractor”, and “Subrecipient” to mean “lower-tier subrecipients”. Included by reference are 2 C.F.R. 200 and USAID Standard Provisions for Non-US Non-governmental Organizations/US Department of State Standard Terms and Conditions.

Articol adaugat de: Nicoleta Crăciun
Alte articole de la acest autor: