HMIS Tender 2

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 31

DEPARTMENT OF HEALTH & FAMILY WELFARE

GOVERNMENT OF WEST BENGAL

TENDER FOR DEVELOPMENT OF A NEW/CUSTOMISED HOSPITAL


MANAGEMENT INFORMATION SYSTEM (HMIS) SOFTWARE & DRUG &
EQUPIMENT MANAGEMENT SYSTEM SOFTWARE & ITS IMPLEMENTATION
WITH HANDHOLDING SUPPORT IN STATE GOVT. HOSPITALS

TENDER No. 04/HF/ITC/SW-02/09


Dated 09.11.09

Department of Health & Family Welfare


Government of West Bengal
IT Cell
Swasthya Bhawan, GN 29, Sector V,
Salt Lake, Kolkata 700091.

1
ABSTRACT

Sl. No. Description Page No.


1 SECTION – I INVITATION FOR BIDS
2 SECTION - II INSTRUCTION TO BIDDERS
3 SECTION– III GENERAL CONDITIONS OF CONTRACT
4 SECTION-IV SCHEDULE OF REQUIREMENTS
5 SECTION-V TECHNICAL SPECIFICATIONS
6 SECTION-VI QUALIFICATION CRITERIA
7 SECTION-VII BID FORM & PRICE SCHEDULE
8 SECTION-VIII BANK GUARANTEE FORM

2
Tender for development of a new/customized Hospital Management Information
System (HMIS) software & Drug & Equipment Management System software & its
implementation with handholding support in state govt.
hospitals.______________________________________________________________

Department of Health & Family Welfare


Government of West Bengal
IT Cell
Swasthya Bhawan, GN 29, Sector V,
Salt Lake, Kolkata 700091.
Web site: www.wbhealth.gov.in

a) Tender Reference No: 04/HF/ITC/SW-02/09 dated 09.11.09.


b) Publication of rectified (if any) bid document 20.11.09.
c) Last date and time of receipt of bids 04.12.09 upto 14:00 hrs.
d) Place of receiving of bids IT CELL
Swasthya Bhawan
GN 29, Sector-V, Salt Lake
Kolkata- 700091.
e) Address for communication In Charge IT Cell & e. o. Assistant
Secretary
Govt of West Bengal,
Swasthya Bhawan
GN 29, Sector-V, Salt Lake
Kolkata- 700091.
Phone # 2333-0548
f) Date & time of opening of technical bid 04.12.09 at 16:00 hrs.
g) Presentation of the proposed solution. 09.12.09 from 11:00 hrs onwards.
h) Tentative date & time of opening the price bid 11.12.09 at 16:00 hrs.
i)Date & time of pre-bid meeting 18.11.09 at 11:00 hrs.

3
SECTION – I: INVITATION FOR BIDS

1) Sealed tenders are hereby invited from reputed, reliable, resourceful and
bonafide agencies for the work “TENDER FOR DEVELOPMENT OF A
NEW/CUSTOMIZED HOSPITAL MANAGEMENT INFORMATION
SYSTEM (HMIS) SOFTWARE & DRUG & EQUIPMENT MANAGEMENT
SYSTEM SOFTWARE & ITS IMPLEMENTATION WITH HANDHOLDING
SUPPORT IN STATE GOVT. HOSPITALS” in a two bid systems viz; (1)
Technical Bid and (2) Price Bid. These shall be sealed separately and enclosed
in a single sealed envelope.
2) Interested eligible bidders may obtain further information from In-charge of IT
Cell, Dept. of Health and Family Welfare Govt of West Bengal, Swasthya
Bhawan GN 29, Sector-V, Salt Lake Kolkata- 700091.
3) The bidding document may be downloaded from the website
www.wbhealth.gov.in > Tenders for submission of bid.
4) Sealed Bids shall be received no later than 04.12.09, 14:00 hrs. No Bids will be
accepted after this date & time under any circumstances. This office will not be
responsible for any postal/courier delay and also for reasons beyond the control
of this office.
5) All the Technical bids must be accompanied by bid fee of the amount of
Rs.500/- (Rupees Five Hundred) only in the form of a bank draft issued by
any nationalized Bank in favour of Joint Director (Accounts), Health &
Family Welfare Department, Govt. of West Bengal payable at Kolkata.
6) All the Technical bids must be accompanied by an Earnest Money deposit of
the amount of Rs 75,000/- (Rupees Seventy-five Thousand only) in the form
of a bank draft issued by any nationalized Bank in favour of Joint Director
(Accounts), Health & Family Welfare Department, Govt. of West Bengal
payable at Kolkata.
7) All bids must be delivered to the In charge of IT Cell, Dept. of Health and
Family Welfare Govt of West Bengal, 3rd Floor, B-wing, Swasthya Bhawan GN
29, Sector-V, Salt Lake Kolkata- 700091.
8) Bids will be opened in the presence of the bidders’ representative who may
remain present on the specified date and time.
9) Pre-Bid meeting: A pre-bid meeting will be held on 18.11.09 at 11:00 hrs at
Swasthya Bhawan where the intending bidders remained present.

4
SECTION-II: INSTRUCTION TO BIDDERS
INTRODUCTION
1. Eligibility of Bidders:
1.1 No consortium between parties will be allowed.
1.2 The company must be financially sound with a annual turnover of more than
Rupees fifty crores in each of the last three financial year certified by Chartered
Accountant.
1.3 The company must be a profit making one during last three financial years.
1.4 The company must be in the business of software development services during
the last three financial years & also during the current financial year.
1.5 The company must have ISO9001:2000 or above certificate in software services
valid up to the bid validity period and/or it must have CMM 3/CMMI 3 or above
certificate in software development valid up to the bid validity period.
1.6 The bidder should have their at least one registered office for IT software
development & maintenance service at Kolkata.
1.7 The bidder should have executed at least one order for software development &
maintenance support either in Hospital Management Information System (HMIS) or
software development & maintenance support in any other field of minimum of
Twenty Five lakh INR in any Government(state/central)/PSU/ESI/autonomous
body/reputed organization in West Bengal during last five financial years. Copies of
work order along with satisfactory implementation report from the respective
authority of not older than one year to be submitted as proof of the same.
1.8 The bidder should have good exposure of developing & implementing a new/
customized Hospital Management Information System (HMIS) software & Drug
and Equipment Management System software along with adequate manpower for
handholding support and training in at least three hospitals of 100 beds or more run
by any Government (state/central)/PSU/ESI/autonomous body/reputed organization
in any state in India during last five financial years. Copies of work order along
with satisfactory implementation report from the respective authority of not older
than one year to be submitted as proof of the same.
2. Cost of bidding:
2.1 The bidder shall bear all costs associated with the preparation and submission
of their bid to H&FW dept, GoWB regardless of the conduct or outcome of the
bidding process.
BIDDING DOCUMENTS
3. Contents of Bidding Documents:
3.1 The work, bidding procedures and contract terms are prescribed in the bidding
documents. The details are given in the abstract.
3.2 The bidder is expected to examine all instructions along with terms and
specifications in the bidding documents. Failure to furnish all information(s)
required by the bidding documents or submission of a bid not substantially
responsive to the bidding documents in every respect will be at the bidders risk and
may result in rejection of bid.
4. Clarification of bidding documents:
4.1 Bidders requiring any clarification of the bidding documents may contact
directly with In-charge of IT Cell, Dept. of Health and Family Welfare Govt of
West Bengal, Swasthya Bhawan GN 29, Sector-V, Salt Lake Kolkata- 700091.

5
PREPARATION OF BIDS
5. Language of Bid:
5.1 The bid prepared by the bidder and all correspondence and documents relating
to the bid exchange by the bidder and the H&FW dept, GoWB shall be written in
the English language.
6. Documents comprising the Bid:
6.1 The bid prepared by the bidder shall comprise of the following components: (a)
Bid form and price schedule in accordance with clauses 7, 8 and 9 below; (b)
Documentary evidence established in accordance with clause 1 above indicating
eligibility of bidders to bid and their qualification to perform the contract if their bid
is accepted;
(c) Requisite bid fees (tender fees) and earnest money furnished in accordance with
clause 11 below.
7. Bid Form:
7.1 The bidder shall complete the bid form and the appropriate price schedule
furnished in the bidding document along with item-wise cost.
8. Bid Prices:
8.1 The bidder shall indicate in the price schedule the prices for each of the item of
the works mentioned under section VII “Bid Form & Price Schedule”.
8.2 Prices for each of the item of works shall be quoted and written separately in the
price bid document both in figures & in words.
8.3 The bidder must quote their rate considering that the work would be done as a
Turn-key basis, i.e.; required system apart from the existing infrastructure,
peripheral, software as per technical specification, manpower etc, for the said job
should be provided by the bidder.
8.4 Fixed price: Prices quoted by the bidder shall be fixed by the bidders’
performance of the contract and not subject to any variation on any account. A bid
submitted with an adjustable price quotation will be rejected being treated as non
responsive.
9. Bid Currencies
9.1 All prices shall be quoted in Indian Rupees.
10. Documents establishing bidder’s eligibility and qualifications
10.1 Bidders must submit all the required documents establishing bidder’s
eligibility as mentioned in clause 1 above along with the technical bid.
11. Bid Fees
11.1 The bidder shall furnish as part of its bid fees of Rs.500/- and Earnest money
of Rs. 75000/- in Indian rupees in the following form failing which the tender shall
be rejected:
a) All the Technical bids must be accompanied by bid fee of the amount of Rs.500/-
(Rupees Five Hundred) only in the form of a bank draft issued by any nationalized
Bank in favour of Joint Director (Accounts), Health & Family Welfare
Department, Govt. of West Bengal payable at Kolkata.
b) All the Technical bids must be accompanied by an Earnest Money deposit of
the amount of Rs 75,000/- (Rupees Seventy-five Thousand only) in the form of a
bank draft issued by any nationalized Bank in favour of Joint Director (Accounts),
Health & Family Welfare Department, Govt. of West Bengal payable at
Kolkata.
11.2 The earnest will be returned to the unsuccessful bidders after the expiration of
the period of the bid validity but not later than 30 days after expiration.
11.3 The earnest money may be forfeited:
I. If a Bidder withdraws his bid during the period of bid validity specified by the
bidder.
or
6
II. In case of a successful bidder, if the bidder fails to sign the contract or to furnish
the performance security.
12. Period of validity of bids
12.1The bid shall remain valid for 90 days after the date of bid opening. If any
bidder withdraws his bid before the said period shall without prejudice to any other
right or remedy, be liable to forfeiture of the bid security.
13. Format and signing of bid
The bid shall be typed or written in indelible ink and signed by the bidder or
person(s) duly authorized to bind the bidder to the contract. The letter of
authorization shall be indicated by written power-of-attorney accompanying the bid.
All pages of bid except for unamended printed literature shall be initialed by the
person or persons signing the bid.
14. Submission of bid
14.1 The first envelope shall be superscribed with the name of work and the words
"TECHNICAL BID" in capital letters. The first envelope shall be opened on the
date of opening of bid. The bidder should specifically provide full technical details
of the service offered along with a soft copy of the proposed technical solution in
CD and also shall provide full details of deviation they intend to make from the
technical specifications and contract terms detailed in the bid.
14.2 No price details shall be given in this envelope. Violation to this would result
invalidation of bid. The Bid fee & EMD shall be enclosed with the envelope
marked "Technical Bid".
14.3 The second envelope shall be superscribed with the name of work and the
words "PRICE BID” in capital letters. It shall contain full details of the price &
commercial conditions. Any deviation from our standard conditions shall be
specifically spelt out.
14.4 The bidder shall place these two envelopes containing "TECHNICAL BID"
and "PRICE BID” in an outer envelope which shall be superscribed with the name
of work, the tender No & date. This shall be addressed to:
In charge of IT Cell & e. o. Assistant Secretary,
Dept. of Health and Family Welfare
Govt of West Bengal,
Swasthya Bhawan, GN 29, Sector-V, Salt Lake
Kolkata- 700091.
14.5 Any deviation of any sort e.g. Technical or Commercial terms and conditions
shall be specifically indicated in the Technical bid itself.
14.6 The word "Noted & agreed" should be written against any / all of the bid
conditions by the bidder as a token of acknowledgement with the conditions of bid.
14.7 The bidders who have submitted the bids and whose offers are found
technically suitable shall be informed of the opening date and time of the Price bid.
14.8 All offers shall be made available in hard and soft copies as specified in the
technical specifications and should be signed by the authorized signatory of the firm
on all the pages of the hard copy.
14.9 All prices and other information in this regard having a bearing on the price
shall be written both in figures and in words in the prescribed offer form.
14.10 Only the raw price should be quoted. Taxes as applicable from time to time
must be quoted separately in the price bid.
14.11 The bid should be submitted in the prescribed bid form given in this
document. All columns of the bid form should be filled. Any additional information
should be enclosed separately and referred to in the relevant column of the bid
form. All relevant product literature must be enclosed with the bid.
14.12 Late bids will be rejected.
14.13 Bidders shall furnish clause-by-clause commentary on all clauses of Bid
Document including Technical Specifications,
7
14.14 Vendors/service provider may visit the site.
14.15 Bidder should agree to all terms & conditions as incorporated in tender
document.
14.16 Conditional and incomplete bids shall be rejected.
14.17 No bid shall be modified subsequent to the submission of bids.
14.18 No bid can be withdrawn in the interval between the deadline for submission
of bids and the expiration of the period of bid validity specified by the bidder on the
bid form. Withdrawal of a bid during this interval may result in the bidders
forfeiture of its EMD.
14.19 The terms and conditions of this bid must be sealed and initially signed in
each page and submitted along with the Technical bid.
15. Bid opening and evaluation
15.1 Technical bids must contain complete technical details as desired in this bid.
Minimum qualifying marks for technical bid evaluation would be 55 % overall and
60% in Part A3. Department will open these bids as per schedule, technical
evaluation of the bid will be done internally & demonstration of proposed technical
solution and the rejected bidder (if any), will be informed about the cause of
rejection. Only technically eligible bidders will be called on for Price bid opening
as per the scheduled date and time.
15.2 The bidders’ representatives who will be present shall sign in the designated
register evidencing their attendance, In the event of the specific bid opening being
declared a holiday for the H&FW dept, the bid shall be opened at the same time and
location on the next working day.
15.3 The bidders' names, bid withdrawals, presence of bid security and such other
details as the H&FW dept at its discretion may consider appropriate will be
announced at the bid opening.
15.4 The firms who have submitted the bids and whose offers are found technically
suitable shall be informed of the opening date and time of the second envelop i.e.
"Price Bid".
15.5 To assist the examination, evaluation and comparison of bids the H&FW dept
may at its discretion, ask the bidder for clarification of its bid. The request for
clarification and the response shall be in writing and no change in price or
substance of the bid shall be sought, offered or permitted.
16. Evaluation of bids
16.1 The H&FW dept will examine the bids to determine whether:
i. They are complete;
ii. Required EMD’s etc have been furnished;
iii. The documents have been properly signed & sealed;
16.2 Evaluation of bids shall be done based on the information furnished by the
bidder. The conformity of the bids to the Technical specifications and financial
terms and conditions shall be examined. Responsiveness of the bid shall be
determined based on the technical and financial capability of the bidder to execute
the contract.
16.3 The H&FW dept will examine the bids to determine:
i. The correctness of the information furnished by the bidder in it’s bid. In case any
of the information is found to be incorrect / false, the bid shall be considered as
non-responsive.
ii. The substantial responsiveness of each bid to the bidding. For the purposes of
these clauses, a substantially responsive bid is one, which conforms to all technical
specifications and terms and conditions of the bidding documents without material
or commercial deviations. The H&FW dept's determination of a bid's
responsiveness is based on the contents of the bid itself without recourse to extrinsic
evidence.
iii. Arithmetic errors will be rectified on the following basis:
8
a) If there is a discrepancy between the unit price and the total price, which is
obtained by multiplying the unit price with quantity, the unit price shall prevail and
the total price shall be corrected. If the Bidder does not accept the correction of
errors, its bid will be rejected.
b) If there is any discrepancy between words and figures, the amount in words will
prevail.
16.4 H&FW dept may contact and verify bidder's information, references and data
submitted in the bid without further reference to bidders.
16.5 H&FW dept reserves the right to use and interpret the bids as it may, in its
discretion considers appropriate, when selecting bidders for granting the letter of
intent/ notification award of contract,
16.6 H&FW dept may waive off any minor infirmity or non-conformity or
irregularity in a bid, which does not constitute a material deviation, provided such a
waiving, does not prejudice or affect the relative ranking of any bidder.
16.7 The H&FW dept may seek clarification in writing from bidder by fax. Bidder
shall promptly reply by fax within the time limit specified in the clarification letter
from the H&FW dept.
16.8 Evaluation will be done with Technical bids and financial bids will be opened
if they are technically qualified.
16.9 Evaluation of bids: Evaluation will be done in techno-commercial method. The
overall rating of the bidders will be done on the basis of 55% weightage assigned to
the Technical Bid and 45% weightage assigned to the Price Bid score.

Technical evaluation will be done based on the following criteria and schedule.

9
Technical score sheet
Specified Score
Function Description
Rating obtained
A1. Organization Profile 25
1.Software quality level certifications ISO 9001:2000 only 2 10
CMM 3/CMMi 3 5
CMM 4/CMMi 4 8
CMM 5/CMMi 5 10
2.Financial turn over 50 crores – 100 crores 5 10
(Average of last three years) >100 crores - 300 crores 7
>300 crores - 500 crores 8
>500 crores 10
3.Experience in new/customised software development & 3 5
software development either in maintenance support
HMIS or in any other field in any other than HMIS
govt.(state/central)/PSU/ESI/
autonomous body/reputed software development & 5
organization in WB in one order of maintenance support in
minimum 25 lakhs INR during any of HMIS
the last 5 financial years
A2. Experience in development & running new/customized 25
HMIS software & Drug &Equipment management software
1. Experience in development & 3 hospitals 5 10
running new/customized HMIS & >3 but ≤ 5 hospitals 7
drug & equipment management >5 hospitals 10
system software in hospitals of 100
beds or more in any
govt.(state/central)/PSU/ESI/
autonomous body/reputed
organization in any state in India.

2. Numbers of years of running 1 - 2 years 2 5


new/customized HMIS & drug & 2 - 4 years 4
equipment management system 4 years and above 5
software in hospitals of 100 beds or
more during last five years in any
govt.(state/central)/PSU/ESI/
autonomous body/reputed
organization in any state in India.
3. Experience for development & 100 to <200 bedded hospital 5 10
running new/customized HMIS & 200 to <400 bedded hospital 6
drug & equipment management 400 to <600 bedded hospital 7
system software in hospitals of 100 600 to <800 bedded hospital 8
beds or more during last five years 800 or more bedded hospital 10
in any govt.(state/central)/PSU/ESI/
autonomous body/reputed
organization in any state in India.
A3. - Technical Solution(based on presentation & 50
evidentiary document)
1.Product architecture design and Software design architecture 12 20
solution Security architecture 3
Scalability & integration 2
architecture
Data center&DR architecture 3
2. Proven compliance of all 20
functionality requirements as per our
specifications in section IV.
2. Implementation methodology, Implementation methodology, 6 10
adherence to time line, training & adherence to time line
support services with manpower Training & support services with
mobilization Manpower mobilization 4

Total Rating (T) 100


10
The qualifying criteria for Technical evaluation:

i) Total score (A1 +A2+ A3) must be > 55 and A3 > 30

Techno-commercial Evaluation Criteria:

Overall Ranking: The combined result of the technical and financial proposals
will determine the final, overall ranking. The method for obtaining the overall
ranking will be as follows:

S = (Clow / C) * 0.45 + (T / Thigh)* 0.55


Clow Lowest Price Bid
C Price of the Current Bid
Thigh Highest Technical Score Obtained
T Technical Score of the Current Bid
Final Marks (F) = 100 * S

17. Award of Contract


17.1 The contract is likely to be awarded to the bidder who will get the highest final
marks (F).
17.2 In case there is a tie between the bidders, bidders with superior technical score
will be selected.
17.3 H&FW dept reserves the right at the time of Award of Contract to increase or
decrease the volume of work or distribute the work amongst the lowest bidders
without any change of other terms and conditions.
17.4 The H&FW dept reserves the right to accept or reject any bid and to annul the
bidding process and reject all bids at any time prior to award of contract, without
thereby incurring any liability to the affected bidder(s) or any obligation to inform
the affected bidder(s) of the grounds for the H&FW dept's action.
17.5 The acceptance of bid will rest with In Charge, IT Cell, TO SPSRC & e.o.
Assistant Secretary, Dept. of Health & Family Welfare who does not bind himself
to accept the lowest bid and reserves himself the right to reject any or all the bids
received without assignment of any reason. All the bids in which any of the
prescribed conditions are not fulfilled or are incomplete in any respect are liable to
be rejected.
17.6 In Charge, IT Cell, Dept. of Health & Family Welfare H&FW dept does not
bind himself to accept the lowest or any bid and reserve to himself the right of
accepting the whole or any part of tender and bidder shall be bound to perform the
same at the rate quoted.
17.8 Canvassing in connection with tender is illegal & strictly prohibited and the
tenders submitted by the bidders, who resort to canvassing, will be rejected.
17.9 The contract shall initially be made for three years term, would be renewable
for another year and then again by another year subject to satisfactory performance
and 100% achievement of the implementation target at the end of the third year of
contract. In case of any shortfall from that target the bidder shall be liable to
complete the shortfall portion at his own cost.
18. Signing of Contract
18.1 H&FW dept notifies the successful bidder that its bid has been accepted and
will send the bidder the contract form incorporating all agreements between the
parties.

11
18.2 The successful bidder shall have to execute the contract within 7 days of
receipt of the award of contract failing which the selection may be cancelled.
19. Performance Security
19.1 At the time of agreement, the successful bidder has to produce a performance
security of an amount of 10 % of the total contract amount in the form of bank
guarantee issued by any nationalized/ scheduled bank located in India within 7 days
of receipt of the award of contract. The Earnest Money could be adjusted in this
amount by the successful bidder.
This shall remain in force till the period of contract will be over.

SECTION – III
GENERAL CONDITION OF CONTRACT
1. Application
1.1 These general conditions shall apply to the extent that they are not superseded
by provisions in other parts of the contract.
2. Standards
2.1 The work shall conform to the standards mentioned in the scope of work &
technical specifications of the bid document.
3. Use of contract document and information
3.1 The successful bidder shall not without the prior written consent of the H&FW
dept disclose the contract or any provision thereof or any specification furnished
by or on H&FW dept to any other person.
3.2 The successful bidder shall not without the prior written concept of H&FW
dept make use of any document or information except for purposes of performing
the contract.
4. Patent rights
4.1 The successful bidder shall indemnify the H&FW dept against all third party
claims of infringement of patent, design rights arising from this work or any part
thereof in India.
4. Schedule of work
4.1 The bidder has to maintain the desired handholding support for the existing
HMIS software with the required minimum manpower furnished in Section-V, and
also at the same time provide training towards the development of departmental
human resources for a maximum period of six months from the date of award of
contract.
4.2 At the same time, the bidder has to develop a new/customize their own HMIS
software & D&EMS software for the Health & FW department within that
maximum period of first six months from the date of award of contract.
4.3 The bidder must take up the work of continuous up gradation/ modification/
customization of the software stated at para 4.2 above for the remaining period of
contract.
4.4 The bidder has to maintain the desired handholding support with necessary
training of WB Health personnel for the new HMIS software & D&EMS software
& its implementation thereof with the required minimum manpower furnished in
section-V, for the balance period of contract.
5. Inspection and checking
5.1 The H&FW dept or its representatives shall have the rights to inspect the work
to confirm their conformity to the contract at no extra cost. The technical
specification (section V) and schedule of work (section IV) specifies what
inspection and checking to be conducted.
12
5.2 The inspection and checking would be conducted on the premises of the actual
execution of the work. All facilities and assistance including access to the system
shall be furnished to the inspectors at no charge to the H&FW dept.
5.3 The H&FW dept shall have the rights to inspect or check and reject where
necessary. Re inspection, re-checking may be carried out if necessary.
6. Delivery of works & services
6.1 Delivery of works & services shall be in accordance with the terms specified
by the H&FW dept in the award of contract.
6.2 If the schedule of work is modified after the award of contract and signing the
contract agreement or additional manpower is specifically required by the H&FW
dept then pro-rata change in the manpower cost would be made during the
payment.
7. Schedule of payment
7.1 Payment for the work shall be made in Indian rupees as follows:
i) No advance payment is payable.
ii) Payment shall be made against performance report issued by all the competent
hospital authorities on quarterly basis except for the cost of new/customized HMIS
software & D&EMS software [ (A) of the price bid].
7.2 The payment in respect of the new/customized HMIS software & D&EMS
software [ (A) of the price bid] shall be made after its commissioning with the full
satisfaction of the H& FW department. The maximum allowable time will be six
months from the date of award of contract. In case of any delay penalty will be
charged @3% of its cost[ (A) of the price bid] for delay in every week or part
thereof for the first four weeks and @5% of its cost[ (A) of the price bid] for delay
in every week or part thereof beyond that period.
7.3 80 % of the total cost of development of the new/customized HMIS software &
D&EMS software [ (A) of the price bid] shall be paid at the end of the first year of
contract after its commissioning and the balance 20% amount shall be paid in two
equal yearly installment at the end of second and third year of contract
respectively.
7.4 At least all modules of Out patient consultation, In patient admission, charge
collection, payroll & Drug management system of the existing software needs to
be operational in each health facilities as mentioned in section V else it will be
treated as non-operational till full commissioning of the new software.
7.5 After commissioning of the new software all the health facilities should be
operated with the new software else it will be treated as non-operational but even
then the bidder has to maintain the minimum required manpower as mentioned in
Section-V to run the existing HMIS software modules running in that hospital also
else twice the number of such units shall be deemed to be non-operational for
calculating R.
7.6 After commissioning of the new HMIS software it will be treated as one
operational unit if:
a) 100% of all the modules of the new HMIS software are in running condition in
at least 50% of the total units in that hospital calculated on average monthly basis
from month #6 onwards during I year of contract.
b) 100% of all the modules of the new HMIS software are in running condition in
at least 75% of the total units in that hospital calculated on average monthly basis
from month #1 onwards during II year of contract.
c) 100% of all the modules of the new HMIS software are in running condition in
at least 95% of the total units in that hospital calculated on average monthly basis
from month #1 onwards during III year of contract.
7.7 If the schedule of requirement is modified after the award of contract and
signing the contract agreement or additional manpower is specifically required by

13
the H&FW dept then pro-rata change in the manpower cost would be made during
the payment.
7.8 Payment for training, implementation of the new/customized HMIS software &
D&EMS software, handholding support for the new/existing HMIS & D&EMS
software & project management cost [(B),(C),(D) of price bid] shall be made on
quarterly basis to be calculated by the following method:

Pq= (B+C+D)*0.25*R
where,
Pq = quarterly amount payable;
B = annual cost quoted by the bidder for complete training & orientation for WB
health manpower[(B) of price-bid];
C = annual cost quoted by the bidder for the minimum manpower specified in
section V[(C) of price-bid];
D = annual project management cost including cost for continuous up gradation/
modification/ customization of the new software quoted by the bidder [(D) of
price-bid];
R = (Rmch/9) x 0.40 + (Rsph/10) x 0.05 + (Rdh/18) x 0.22 + (Rsdgh/54) x 0.30 +
(Rdrs/20) x 0.03;
Rmch = no of medical colleges & hospitals where all the modules are running as per
SLA;
Rsph = no of speciality hospitals where all the modules are running as per SLA;
Rdh = no of district hospitals where all the modules are running as per SLA;
Rsdgh =no of sub-divisional/state general hospitals where all the modules are
running as per SLA;
Rdrs = no of drug reserve stores where all the modules are running as per SLA;
8. Prices
8.1 Price charged by the bidder for any goods and services under the contract shall
not vary from the prices quoted by the bidder in its bid during performance of the
contract.
9. Penalty clause for delays
9.1 Penalty shall be charged on the basis mentioned under clause 7.8 above of this
section.
9.2 If the penalty to be deducted during the interim period exceeds 50 % of the
quarterly contract value then the H&FW dept may consider termination of the
contract and forfeiture of performance security without any compensation.
10. Termination by default
10.1 The H&FW dept may with out prejudice to any other remedies of breech of
contract or failure to perform by written notice sent to the successful bidder to
terminate the contract by whole or part if the successful bidder fails to complete
the work with in the time specified in the contract or fails to perform any other
obligations under the contract.
10.2 The H&FW dept further reserves the right to get this balance work executed
by any other vendor as per the same contract value and other terms & conditions.
If in that process there is any excess expenditure then that expenditure would be
apportioned from the performance security of the bidder to whom the work was
initially awarded.
11. Force Majeure
11.1 Notwithstanding the provisions of clauses the successful shall not be liable for
forfeiture of its performance security or termination for default if and to the extent
of that its delay in performance or other failure to perform its obligations under the

14
contract is the result of force majeure which means an event beyond the control of
the successful bidder and not involving its fault or negligence and not foreseeable.
12. Resolution of Disputes
12.1 The H&FW dept and the Bidder shall make every effort to resolve amicably
by direct informal negotiation any disagreement or dispute arising between them
under or in connection with the Contract.
12.2 If, after thirty (30) days from the commencement of such informal
negotiations, the H&FW dept and the Bidder have been unable to resolve amicably
a contract dispute, either party may require that the dispute be referred to an
arbitrator to be fixed by the Additional Chief Secretary, H&FW dept, GoWB for
settlement of the issue.
13. Termination for insolvency
13.1 The H&FW dept may at any time terminate the contract by giving written
notice to the successful bidder if it becomes bankrupt or other insolvent.
14. Applicable Law
14.1 The contract shall be interpreted in accordance with the laws of the Union of
India & will be under the jurisdiction of court in Kolkata.
15. Notices
15.1 Any notices given by one party to the other pursuant to the contract shall be
sent in writing or by fax / telex / cable and confirmed in writing to the address
specified for that purpose in the special conditions of contract.
15.2 A notice shall be effective when delivered or on the notice's effective date,
whichever is later.
16. Taxes and Duties
16.1 Bidder shall be entirely responsible for all taxes, duties, license fees, etc,
incurred until delivery of the Contracted Goods & services to the H&FW dept. No
tax or duty will be payable by the H&FW dept.
17. Enclosures to Bid
17.1 Technical Document checklist

Sl Certificate Required Provided


No Yes No
1. Annual turn over statement of fifty crore INR or more
in last three consecutive financial-years certified by
CA.
2. Proof of company as a profit making one.
3. ISO9001:2000 or above certificate in software services
valid up to the bid validity period
4. CMM 3 or above certificate in software development
valid up to the bid validity period.
5. Proof of presence of registered office for IT software
development & maintenance service at Kolkata.
6. Proof of execution of contract and satisfactory
completion certificate described at clause 1.7 under
section II eligibility of bidders.
7. Proof of execution of contract and satisfactory
completion certificate described at clause 1.8 under
section II eligibility of bidders

15
17.2 Price Bid
Sl Certificate Required Provided
no Yes No
9. Trade License
10. VAT Registration & Valid Clearance Certificate
11. PAN Card
12. Photocopy of current payment schedule of service Tax.
13. Non-Conviction Certificate
14. Professional tax clearance certificate.
15. Audited Balance Sheet of last financial year

18. Manpower deployment:


18.1 The bidder has to provide own payroll based stationed manpower for the job of
software handholding support and training.
18.2 The “Minimum Wages Act” as applicable as per Labour department, Govt. of
West Bengal as applicable for IT or similar services must be followed.
19. Sub contract:
19.1 Sub contracting will not be allowed. Only additional manpower if specifically
required by the first party could be subcontracted.

SECTION-IV
(Scope of work)
The specifications of the requirement are as follows:-
1. Job Specification for Software:
1.1 The bidder will be provided with the source code of the existing HMIS software.
1.2 The bidder has to maintain and provide handholding support for the existing HMIS
software & DRS software maximum upto a period of six months from the date of award of
contract and also at the same time provide training towards the development of
departmental human resources for its operation.
1.3 The bidder has to develop a new/ customize their own Hospital Management
Information System(HMIS) software and Drug and Equipment Management System
(D&EMS)software for the Health &FW Department within the first six months with
following specifications/ modules:
HOSPITAL MANAGEMENT INFORMATION SYSTEM.
HOSPITAL MANAGEMENT INFORMATION SYSTEM (HMIS) software will
provide a secure, robust environment for transactions of patient medical records &
other allied information within a hospital, among other hospitals and the head qtr.
located at Swasthya Bhawan, Salt lake, Kolkata through remote access.
The system should provide quick response time to the users. HMIS is a
comprehensive application that integrates various functions of all categories of
Govt. hospitals (Medical college & hospital/ specialty hospital/ district hospital/
sub-divisional/ state general hospital(s) in West Bengal to enhance the operational
efficiency, thus making it one of the most effective healthcare software systems.
The new/customized HMIS software D&EMS software should have following
specifications:
The software must be ICD 10, HL7, DICOM & CCD compatible.
Modularity:
The application will be completely modular, enabling phased implementation of the
core system modules, - registration and security & administration with any
combination of the other modules.

16
Security/ Confidentiality of the Data:
The application provides totally secure environment through the following ways:
Different authorization levels for access and use.
Different levels of accessibility at the file, record and field levels.
It logs attempts to breach the security restrictions.
Multi-User Support:
With multi user support, the HMIS should provide simultaneous record retrieval
access to any number of users, with the necessary record locking.
Recovery of Data/Transaction Logging and Recovery:
The application should enable setting up a duplicate database and updating it
throughout the normal operations of the system. In case of a failure of any of the
two databases, the system will be able to continue to operate uninterrupted.
Data Capture Facilities:
It supports automated data capture, through interfaces to bar-code readers, on-line
analyzers, and image digitizers / scanners.
Specific Standards:
The application should operate in a local network / wide area network, and
intranet / internet environment.
The HMIS development environment would be open using the existing hardware
& system software infrastructure but the developed software should work on any
platform/databases i.e. the software should be platform independent.
System will have a user-friendly graphical user interface (GUI).
The minimum benefits that hospitals would experience upon implementation of
the HMIS are as follows:
HOSPITAL MANAGEMENT INFORMATION SYSTEM (HMIS) consists of the
following modules, sub modules and functionalities but these may alter maximum
upto 25% according to the ground need of the department. Further, the department
shall also have the liberty to add new modules, sub modules and functionalities as
per the felt need which may vary maximum upto 10 % of the proposed
requirement.
Patient Registration
• Master Patient Index / Registration
• Patient Registration – System generates unique registration number and
captures following data
Name
Address
Village, PO, PS, district, Pin code
Contact telephone
Date of Birth/Age
Blood Group
ID No.
• Registration of newborn babies that includes default information from the
mother's record
• System generates ID card and provides bar coded/printed patient labels
Out Patient Department (OPD)
• OP registration
• Record new or repeat visit
• OP registration charges & visit number
• Patient Visit
During patient visit, following data is captured by reception
Referring Doctor/Hospital details
Blood group
Patient history
17
Consultation
• OP Module includes following functions for the attending doctor
Access to patient medical record including previous visit records
Order Entry
Laboratory/ Radiology investigations
Prescription
Access results from radiology and LAB
Treatment analysis
Diagnosis, ICD code, Case sheet
Vital signs
• Post Consultation
System enables following function
Refer OP cases to in-patient department for admissions
Refer to hospital admissions for day case treatment
Book important dates for assessments, treatments, repeat visits
Emergency
The system records following details:
• Diagnosis code
• Patient history
• Date and time of visit
• Reason for attendance
• Road traffic accident
• work related accident
• other reason – facility to write
• Patient condition on arrival
• Source of referral – PHC, doctor, etc
• Consulting doctor
• Order Entry
• Laboratory/ Radiology investigations
• Prescription
• Access results from radiology and LAB
• Treatment analysis
• Diagnosis, ICD code, Case Sheet
• Vital signs
Post Consultation System enables following function:
• Refer to in-patient department for admissions
• Book important dates for assessments, treatments, repeat visits
In Patient Department (IPD)
• IP Admissions
• Patient Admission
• Source of referral – PHC, doctor, hospital
• Ward allotment
• Bed allotment
• Consulting doctor
• Nursing & Ward management
• Staff roster and workforce management
• Based on ICD10 coding, provide procedure guidelines for various
conditions
• nurse resource requirements
• care plans reflecting the age of the patient
• dietary restrictions
• bed transfer /bed release
18
• bed transfers/ release information
• Access to Medical Record : patient history, medication, allergies,
prescriptions and
• current hospital doctor
• Examination by the doctor
• Record Prescription by doctor
• Order Lab investigation
• Access Lab results
• Record diagnosis, ICD code
• Nurse can record medication, IV Fluids, injections administered
• Record TPR chart
• Shift Report
• Daily and monthly census
Medical Records
• HIS should enable the initial definition of a core, or a minimum data set of
a patient record, according to a specified minimum data set.
• Unique identifier;
• Date and time of contact;
• Where (e.g. health center, hospital, inpatient care, emergency, home visit;)
• Health problem;
• Type of care provided (medical intervention);
• Medication provided (by class or specific type); and
• Disposition.
• Monitoring all clinical data of patients, retrieval / provision for medical
record
• data, maintenance of ICD and CPT information.
• An abstract of clinical data about patients.
• Retrieval of medical records and maintenance of ICD information.
• Reports generation on various parameters such as ICD, age, sex, and
duration of
• stay.
• Patients' bed and ward transfers.
• Patients' physical measurements, vital signs, and other physical data.
• Patients' present illness
• The past history section relating to patients' previous surgery, allergies,
medication
• history and diseases
• Patients' surgical records including all surgical procedures
Pharmacy & Store
• Multiple pharmacies can maintained, e.g., OP Pharmacy, IP Pharmacy
• Maintains details pertaining to all the pharmaceutical and other general
medical items available in the hospital.
• Generate indents
• Entry of prescriptions and medication orders at outpatient clinics or wards
• display other drugs currently taken by the patient flag up any drug
• interactions/contra-indications/over dosage/special instructions etc
• Entry of prescriptions by pharmacists in the pharmacy.
• Dispensing against prescription
• automatic selection of the earliest expiring batches
• Stock Returns
• Online updating of stock quantity
19
• Generate stock status reports based on multiple parameters like expiry date,
stock-
• outs, over-stocked items
• Register for controlled drugs and narcotics
Laboratory
• System should provide support for automation of various clinical
investigations done at the hospital like Pathology, Microbiology,
Biochemistry, and Cytology.
• Enables entry of Test Request from any department like OP, IP or LAB
• Tests can be entered as codes for both individual tests and panels, and
enable requests for multiple item tests or test groups for a patient.
• Parameterization of Lab Tests
• Source Codes
• Consultant Codes
• Specimen Type Codes
• Request comments
• Result comments
• Individual/Group test codes
• Profile test patterns
• Referred laboratory codes
• Work lists Result Entry and Validation
• Provides for entry of results, directly from automated, DICOM compliant
• Analyzers or manually by patient registration No., test code, or work list.
• Integrated with patient billing
Radiology
• Scheduling of examinations for inpatients, casualties and outpatients
• Maintains status and the results of various Radiology investigations done at
the
• hospital like X – Ray, MRI, CT scan, Ultra Sound, etc.
• Result entry either in the form of free text or modification of standard
templates
Operation Theater
• Generate operation theatre schedules for IP and OP based on Operation
Theater availability
• Pre-operation checklist
• Post Operation details: procedure and recovery timings, attending surgeons,
actual procedure done, diagnosis, post-anesthesia details, etc
• Surgeons notes in free text format
• OT Consumables posting
• Generate prior notice of theatre requirement for anesthesia, including
• date and time of operation
• names and make up of theatre team
• special requirements – pharmacy items, equipment
• patient details, including initial diagnosis, history, allergies if any,
• Blood group, etc.
Medical Stores & Purchase
• Management of procurement and inventory of inventory of drugs, medical
and
• surgical supplies, and laboratory items.
• Record receipts, requisitions, issues, returns, transfers and adjustments
• Maintain re-order levels and automatic generation of requisitions

20
• Issues to various departments in the hospital like pharmacies / counters /
patients.
• Receipts of indents from various departments
• Entry of supplier Quotations
• Entry of supplier invoices against purchase orders
• Generation of Purchase Orders with delivery date from purchase
requisitions
• Supports direct purchases
• Receipt of Material (Direct/ Indirect)
• Material Received Note
• Reports : Consumption, Movement analysis, Vendor Performance and
Costing
• Medical Equipment Maintenance
• Maintains list of Equipment
• Details Of Manufacturer
• Details of Insurance
• Details of Installation
• Warranty Information
• Repairs
• Equipment Repair Request
• Job Order Form
• Entry of details of repairs, including cost
• Planned and Unplanned maintenance: Planned Preventive Maintenance
Schedule
• Issues to Department & Returns
• AMC Particulars – fresh, renewals, failures and action taken
• Spares price list
• Vendors and Service Providers list
Diet & Nutrition
• System maintains a dietary profile for each patient’s needs in accordance
with their treatment, including details of any special dietary requirements,
nourishment, food preferences and food allergies by:
date and time
department
patient’s details
• Prepare in accordance with the menu and/or patient choice/needs, a list of
provisions required based on recipes involved, together with a list of meals
required by department.
Finance and Accounts
• Single currency system
• Two financial years can be kept open
• Online integration with all other HIS modules
• General Ledger
• User defined Chart of accounts
• Grouping of accounts into multiple levels
• Accounts Receivable
• Receipts, adjustments, and refunds
• Account follow up and management reports on demand
• Monitoring receivables, ageing analysis
• Accounts Payable
• Access to complete vendor, invoice information

21
• Material supply information from different vendors
• On – line access to purchasing and receiving information during invoice
processing
• Vendors information
• Monitoring Invoice and Transaction
• Purchase order information
• Goods received note
• Rejections
• Payment Schedules
• Credit note etc
• Fixed Assets
• History of Assets like depreciation, Tax allowances, location and cost
centers
• Asset movement register
• Maintenance
• Revaluation and Disposal summary
• Budgeting & Variance Analysis
• Budget setup
• Revenue and expenditure information
• Variance analysis
• Monthly and periodic Management
• Bank Reconciliation Statement Cost Accounting
• Department-wise costing
• Patient cost sheet
• Patient Billing
• Patient billing integrates with all clinical and administrative modules:
Outpatient, Inpatient, Laboratory, Radiology, Diet & Nutrition, Pharmacy,
etc.
• Periodic billing for in-patient
• Billing at visit or service level for out-patient .
• Manual entry of charge items
• Generate invoices/letters as required to notify/pursue receivables
Establishment & Payroll
• Maintenance of employee bio-data : name, address, age, sex, qualifications
(academic and professional), license registration numbers if applicable,
experience, post held, employment history
• Leave records : nature of leave, duration
• Support an appraisal and evaluation system that is flexible and is defined by
job title and job descriptions
• Duty Roster
• Absentee Percentage and report generation
• Holidays & Leave information
• OT & Night Duty Allowance information
• Daily requirement of Staff department wise
• Interface with time recording machines or other methods of recording
attendance at work
• Absentee Percentage and report generation
• Holidays & Leave information
• Setup fixed and variable allowances and deductions each grade
• Setup salary for each employee based on grade

22
• Generation of pay bill & payroll based on days worked for each employee,
calculation of OT & Night Duty allowance
• Pay slips
Management Information Services (MIS) Reports
• List of Patients Registered OPD/ IPD daily, across date range, monthly
• List of Patients consulting doctor wise
• Investigations Report
• List of tests carried out daily, across date range
• List of emergency cases treated in casualty – monthly or across date range
• Department wise/ Unit wise Billing Report
• Incidence of diseases- ICD coded
• Incidence of diseases- Age wise
• Stock statement
• Material requisitions
• Material Issues Report
• Consolidated hospital incomes from various departments/ unit report
• Inquiry on billing rates for various services
• Purchases & Return statement
• Other required reports
Any up gradation/ modification of the HMIS software should be done strictly as per
the guideline and written instruction from the HMIS technical committee/ IT Cell.
1.4. The new software either customized or developed by the agency should be the
property of the Health & FW department, Govt. of West Bengal. The source code,
SRS, design document and users’ guide manual should be provided in both hard and
soft copy and handed over to the department at no extra cost. The price for the same
shall be quoted within the software cost (part A of price bid) lumsum inclusive of all
sundry cost.
1.5. The bidder must take up the work of continuous up gradation/ modification/
customization of the software stated at para 1.3 above for the remaining period of
contract.
1.6. The bidder has to maintain the desired handholding support with necessary
training of WB Health personnel for the new HMIS software & D&EMS software &
its implementation thereof with the required minimum manpower furnished in
section-V, for the balance period of contract.
1.7. The minimum manpower required for the project has been furnished in Section-
V. If required, the bidder has to provide more manpower to maintain the module
delivery and implementation schedule for which no additional payment would be
charged for that
1.8. In case of any additional manpower specifically asked by the department or
HMIS technical committee, pro-rata payment would be made for that. This part of
additional manpower could also be out sourced by the agency. Any technology up
gradation in respect of the software will be allowed subject to the prior approval of
the HMIS technical committee/ IT Cell.
1.9. For any additional hardware and system software, the bidder has to absorb and
include the cost in the price bid. All system softwares should be properly licensed
with accessibility of software and security patches & updates during the next five
years.
2. Other specification:
2.1. The selected bidder should act as the software development and support agency
regarding HMIS operations in the respective institutions.
2.2. The bidder needs to generate all HMIS related information and explain to the
local nodal officer and the State IT Cell.
23
2.3. The bidder needs to provide other Hospital related information as directed by
the State IT Cell as and when required towards further strengthening of HMIS.
2.4. The bidder has to collect the necessary performance certificate at every Month
from each of the hospital authority and submit for clearance of payment at the end of
the quarter.
2.5 After finalization of contact the selected bidder shall be allowed one month
gestation period to take over the project from the existing vendor at no extra cost to
the first party. The date of contract would be the date of taking over of the project.
2.6 The selected bidder may have to provide additional manpower for successful
implementation of HMIS in the listed institutions for which no additional payment
would be released.
2.7 Any requirement of business process re-engineering must be placed before and
approved by HMIS technical Committee before being accommodated in the
software.

SECTION –V (Technical Specification)


The existing HMIS has been developed in two tier architecture.
Scripting language: - Visual basic.
Back end database: - Microsoft SQL server.
Operating System: Windows Server 2003 at Server end and Microsoft XP at user end.
Source code of the existing software shall be handed over to the selected bidder for
his reference, maintenance and up gradation.

Qualification of Manpower:-
Sl Details of Qualification Job responsibilities
No Manpower
• BE/ B-Tech in Computer • To coordinate with the
Science, Electronics & AMC & FMS vendor regarding
Telecommunication, IT faults related to software and
with approx. ten years of restoration thereof.
working experience out
• Arrange training and
of which at least three
implementation of the software.
years in Govt. project
Project implementation. • Ensure proper execution of
Manager • Project / Resource software implementation
Management skills with calendar.
two years experience in
handling similar
operations.
• People Management.
Ability to lead / motivate
AMC Team.
• Science Graduate • Responsible for provisioning
• DOEACC ‘A’ Level or handholding support
equivalent. • Meeting the quantitative and
Senior • Two years Experience in qualitative measurements laid
support software field out by Bidder for the
engineer • Report generation and successful completion of the
interpretation skills. Management (HMIS)
• Outage escalation / Good Program.
interaction/ • Arrangement and conduction
Communication.
24
of training
• Science Graduate with • Responsible for provisioning
Junior Computer knowledge handholding support
support • Two years Experience in
engineer Data Entry Job.

Details of minimum manpower deployment matrix:


(a) At least one Project Manager to be deputed at Swasthya Bhawan for central co-
ordination.
(b) Apart from this, the bidder may deploy any additional manpower as required to
maintain the service level agreement at their cost.
(c ) Hospital wise minimum manpower deployment matrix:
Sl Category of Location Name of hospital Senior Junior
No hospital of support support
hospital engineer engineer
1. Kolkata SSKM Medical college & 1 2
hospital
2. Kolkata NRS Medical college & 1 2
hospital
3. Kolkata R G Kar Medical college & 1 2
hospital
4. Kolkata National Medical college & 1 2
Medical hospital
5. college & Kolkata Kolkata Medical college & 1 2
hospital hospital
6. Bankura Bankura Medical college & 1 2
hospital
7. Burdwan Bardhaman Medical college 1 2
& hospital
8. Darjiling North Bengal Medical 1 2
college & hospital
9. Pashchim Medinipur Medical college 1 2
Midnapur & hospital
10. District Darjeeling DH 1 NIL
11. Hospital Siliguri DH 1 NIL
12. Jalpaiguri DH 1 NIL
13. Coach Bihar DH 1 NIL
14. Uttar Dinajpur DH 1 NIL
15. Dakshin Dinajpur DH 1 NIL
16. Malda DH 1 NIL
17. Mushidabad- Sadar DH 1 NIL
18. Mushidabad – General DH 1 NIL
19. Birbhum DH 1 NIL
20. Purulia DH (Deben Mahato 1 NIL
hospital)
21. Nadia –Sadar DH 1 NIL
22. Nadia –Shaktinagar DH 1 NIL
23. Purba Medinipur DH 1 NIL
24. Howrah DH 1 NIL
25. Chinsura – Hooghly DH 1 NIL
25
26. North 24-Paraganas DH 1 NIL
27. South 24 Parganas DH(M R 1 NIL
Bangur)
28. Kolkata S.N. Pandit 1 NIL
29. Kolkata Lady Duffrin 1 NIL
30. Kolkata ID Hospital 1 NIL
31. Kolkata B.C.Roy (Child) 1 NIL
32. Specialty Kolkata B.C.Roy Polio 1 NIL
33. Hospital Kolkata Chittaranjan Seva Sadan 1 NIL
34. Kalyani J.N.M. hospital 1 NIL
35. Kolkata STM 1 NIL
36. Kolkata RIO 1 NIL
37. Kolkata BIN 1 NIL
38. Bishnupur SDH NIL 1
39. Asansol L M SDH NIL 1
40. Katwa SDH NIL 1
41. Rampurhat SDH NIL 1
42. Gangarampur SDH NIL 1
43. Kalimpong SDH NIL 1
44. Kurseong SDH NIL 1
45. Uluberia SDH NIL 1
46. Arambag SDH NIL 1
47. Chandannagar SDH NIL 1
48. Shrirampur SDH NIL 1
49. Alipurduar SDH NIL 1
50. Haldia SDH NIL 1
51. Jhargram SDH NIL 1
52. Kharagpur SDH NIL 1
53. Ghatal SDH NIL 1
54. Jangipur SDH NIL 1
55. Sub- Kandi SDH NIL 1
56. Divisional Lalbag SDH NIL 1
57. Hospital Domkal SDH NIL 1
58. Basirhat SDH NIL 1
59. Bongan (Jiban RatanDhar) NIL 1
60. Barrakpur (B.N. Bose) SDH NIL 1
61. Khatra SDH NIL 1
62. Durgapur SDH NIL 1
63. Kalna SDH NIL 1
64. Bolpur SDH NIL 1
65. Dinhata SDH NIL 1
66. MathaBhanga SDH NIL 1
67. Toofangunge SDH NIL 1
68. Mekhliganj SDH NIL 1
69. Contai SDH NIL 1
70. Ranaghat SDH NIL 1
71. Tehatta SDH NIL 1
72. Salt Lake SDH NIL 1
73. Diamond Harbour SDH NIL 1
74. Kakwip SDH NIL 1
75. State T.L.Jaiswal Hospital SGH NIL 1
76. General Uttarpara Gen Hospital SGH NIL 1
26
77. Hospital Vidyasagar S.G Hospital NIL 1
78. Gabberia SGH NIL 1
79. Birpara SGH NIL 1
80. Chakdha SGH NIL 1
81. Nabadwip SGH NIL 1
82. Santipur SGH NIL 1
83. Bara Nagar SGH NIL 1
84. Bhat Para SGH NIL 1
85. Habra SGH NIL 1
86. Naihati SGH NIL 1
87. Sagar Dutta SGH NIL 1
88. Panihati SGH NIL 1
89. Balaram Seva Mandir SGH NIL 1
90. Bijoyghar SGH NIL 1
91. Baghajatin SGH NIL 1
92. CMS & CMS(Central Medical store) 1 NIL
93. DRS Darjeeling 1 NIL
94. Coach Behar 1 NIL
95. Jalipaiguri 1 NIL
96. Uttar Dinajpur 1 NIL
97. DaskinDinajpur 1 NIL
98. Malda 1 NIL
99. Birhum 1 NIL
100. Nadia 1 NIL
101. North-24 Parganas 1 NIL
102. South-24 Parganas 1 NIL
103. Howrah 1 NIL
104. Hooghly 1 NIL
105. Burdwan 1 NIL
106. Bankura 1 NIL
107. Purulia 1 NIL
108. Midnapure(W) 1 NIL
109. Midnapure(E) 1 NIL
110. Murshidabad 1 NIL
111. Siliguri 1 NIL

Shifting of duties: From 08:00 hrs to 18:00 hrs.


The Project Manager must be available on phone call round the clock to attend any
emergency for mobilization of software manpower.
If the schedule of requirement is modified after the award of contract and signing the
contract agreement or additional manpower is specifically required by the H&FW dept
then pro rata change in the manpower cost would be made during the payment.

SECTION –VI
1. Qualification Criteria:
1. Eligibility of Bidders:
1.1 No consortium between parties will be allowed.
1.2 The company must be financially sound with a annual turnover of more than
Rupees fifty crores in each of the last three financial year certified by Chartered
Accountant.
1.3 The company must be a profit making one during last three financial years.
27
1.4 The company must be in the business of software development services during the
last three financial years & also during the current financial year.
1.5 The company must have ISO9001:2000 or above certificate in software services
valid up to the bid validity period and/or it must have CMM 3/CMMI 3 or above
certificate in software development valid up to the bid validity period.
1.6 The bidder should have their at least one registered office for IT software
development & maintenance service at Kolkata.
1.7 The bidder should have executed at least one order for software development &
maintenance support either in Hospital Management Information System (HMIS) or
software development & maintenance support in any other field of minimum of Twenty
Five lakh INR in any Government(state/central)/PSU/ESI/autonomous body/reputed
organization in West Bengal during last five financial years. Copies of work order
along with satisfactory implementation report from the respective authority of not older
than one year to be submitted as proof of the same.
1.8 The bidder should have good exposure of developing & implementing a new/
customized Hospital Management Information System (HMIS) software & Drug and
Equipment Management System software along with adequate manpower for
handholding support and training in at least three hospitals of 100 beds or more run by
any Government (state/central)/PSU/ESI/autonomous body/reputed organization in any
state in India during last five financial years. Copies of work order along with
satisfactory implementation report from the respective authority of not older than one
year to be submitted as proof of the same.

28
SECTION- VII
BID FORM AND PRICE SCHEDULES

Date:…………….200
Contract No……………………..

To

Gentlemen

Having examined the Bidding documents the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to supply and
deliver………………………………

(Description of Goods and Services) in conformity with the said Bidding Documents
for the sum of ……………………… (Total Bid amount in Words and Figures) or such
other sums as may be ascertained in accordance with the schedule of Prices attached
herewith and made part of this bid.

We undertake, if our bid is accepted, to deliver the good in accordance with the
delivery schedule specified in the Schedule of Requirements.

If our bid is accepted we will obtain the guarantee of a bank in sum equivalent to 10%
of the Contract Price for the due performance of the contract, in the form prescribed by
the H&FW dept.

We agree to abide by this bid for an period of ………………(Number) days from the
date fixed for bid opening and it shall remain binding upon us and maybe accepted at
any time before the expiration of that period.

Until a formal contract is prepared and executed, this bid, together with your written
acceptance thereof and your award of contract, shall constitute a binding contract
between us.

We understand that you are not bound to accept the lowest or any bid you may receive.

Dated this ……………… day of ………………… 200

Signature: ………………………………………………….

(in the Capacity of ):………………………………………………….

Duly authorized to sign for and on behalf of

………………………………………………………………………………….

29
PRICE-BID FORMAT

(A) Software development/customization cost including cost of source code & related
all software engineering costs with no recurring expenditure(to be quoted on lump sum
one-time basis) : Rs……………..………(Rupees…………………………………..)
only.

(B)Yearly cost for complete training & orientation for WB health manpower:
Rs……..………(Rupees…………………………………..) only.

(C) Estimated minimum man-month cost for one year period:


Sl Description of *Rate for Man No of man Total Total yearly
No man month month (to be month monthly man month
quoted on required man month cost ( in
monthly basis) cost (in Rs.)
in Rs. Rs.)
(1) (2) (3) (4) (5)=(3)*(4) (6)=12*(5)
1. Project
Manager
2. Senior support
engineer
3. Junior support
engineer
*Man month rate should be quoted on the basis of 26 working days in a month.

(D)Yearly Project Management cost including cost of continuous up gradation/


modification/ customization of the software quoted at (A) above.
Rs……………..(Rupees…………………………………..) only.

(E)TOTAL COST [=(A)+3*(B)+3*(C)+3*(D)] : Rs…..………


Rupees…………………………………..) only.
(total cost to be quoted both in figures & in words).
In each of the above cases, only the raw prices to be quoted. Taxes to be quoted &
shown separately.
If the schedule of requirement is modified after the award of contract and signing the
contract agreement or additional manpower is specifically required by the DoHFW,
then pro rata change in the manpower cost would be made at the time of payment.

Signature of Bidder: ………………………………….

Place & Date:…………………………… Name:


…………………………………………………

30
SECTION-VIII BANK GURANTEE FORM

Whereas …………………………..1 (hereinafter called “the Bidder”) has submitted


its bid dated…………… (date of submission of bid) for the supply of
…………………… (name and/or description of the goods) (hereinafter called “the
Bid”).

KNOW ALL PEOPLE by these presents that WE……….. (name of bank) of


………………… (name of country), having our registered office at …………………
(address of bank) (hereinafter called “the Bank”) are bound unto
………………………. DoHFW (hereinafter called “the Purchaser”) in the sum of
__________________________________ for which payment well and truly to be made
to the said Purchaser, the Bank binds itself, its successors, and assigns by these
presents. Sealed with the Common Seal of the said Bank this _____________ day of
______________200_______

THE CONDITIONS of this obligation are:

1. If the Bidder

a) withdraws its Bid during the period of bid validity specified by the Bidder on
the Bid From; or

b) does not accept the correction of errors in accordance with the ITB; or

2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser
during the period of bid validity:

a) fails of refuses to execute the Contract Form if required; or

b) fails of refuses to furnish the performance security, in a accordance with the


Instruction to Bidders;

We undertake to pay the Purchaser up to the above amount upon receipt of its first
written demand, without the Purchaser having to substantiate its demand, provided that
in its demand the Purchaser will note that the amount claimed by it is due to it, owing to
the occurrence of one or both of the two conditions, specifying the occurred condition
of conditions.

The guarantee will remain in force up to and including forty five(45) days after the
period of the bid validity, and any demand in respect thereof should reach the Bank not
later thank the above date.

………………………………………..
(Signature of the Bank)

__________________________
Name of Bidder

31

You might also like