EOI for GRS Software_NHRC
EOI for GRS Software_NHRC
The government of India guidelines on Grievance Redressal System and Health Helpline envisages
establishment of web portal along with other components like GR Help desk, and Call Centre for
ensuring a comprehensive outcome. Further details accessible from the guidelines on Grievance
Redressal and Health Helpline
https://nhm.gov.in/New_Updates_2018/NHM_Components/Health_System_Stregthening/ERS/Guid
elines_for_Establishing_Grievance_Redressal_and%20_Health_Helpline.pdf
The application developed at GoI level will permit inclusion of features specific to state needs. The
current EOI is for development of GRS systems. After development of GRS software, EOI would be
floated for development of software for Health Helpline.
8. Bid Security (EMD) total estimated value : INR – 30,000/- (MSME vendor are exempted)
9. Performance Security total cost of Bid (for : 7% of total amount of bid on each award of work
Finalised Bidder only) to finalised bidder.
Part A (Technical Proposal) and Part B (Commercial Proposal) must be submitted in separate
documents in PDF file format. Please do not include any price information in Part A.
Each file has to be password protected and the password for opening the files shall be shared in the
email.
1
National Health Systems and Resource Centre is not bound to accept the lowest bidder or any
proposal. We also reserve the right to request any, or all, of the Bidders to meet with us to clarify
their proposal.
Both Technical and Commercial proposals shall include a self-declaration as specified under section,
“Bidder Declaration”
2. Pre-Qualification Criteria
The bidders who meet the pre-qualification criteria as mentioned below would be considered for the
next stage of evaluations. This is a mandatory requirement and bidders who fail to quality the pre-
qualification criteria shall not be considered for the evaluation of the technical proposal. The bidders
shall furnish the following documents:
Copies of:
Bidder must be a registered organisation with a Certificate of
2. minimum of 5 years’ experience of working in software Incorporation/Registration
projects PAN card
GST Registration
Certificate
The bidder should have core staff members consisting
of IT and Software development and CVs (with undertaking that
3. operationalization and maintenance Consultants with they are a part of the
requisite training and experience on their regular proposed team)
payroll
Preference will be given to those who have completed / worked on more than one Application
development projects for Public Health sector with government health institutions as a primary
2
beneficiary. This will be evidenced by Work Order, Contract Value, Start and End Period, Contact
person, Brief description of actual services rendered.
Preference would also be given to those agencies who have kept public health professionals in their
panel. It will be advantageous, if the agency has worked on open source technologies.
3. Deliverables
1.1 Functions & features of the software
1. DATA ENTRY
Multiple logins at different levels
Built-in validations for user registration
On screen assistance (help, search)
Drop down menu’s (category of complaint, formats in guideline)
Data type – text, numerics
2. USER MANAGEMENT
User access defined by levels
3
Allows data submission by different devices – desktop, tablet, mobile- The software
developed must run on Desktop (app), Tablet (app) and Mobile (app). It, should have
compatibility with android and IOS systems
Alerts & notifications - SMS alerts and automated e-mails based on state specific
language
3. REPORT GENERATION
Auto generation of reports
Action updates
Storage and retrieval raw/analyzed data
4. DISSEMINATION
Dashboards
Tabular, graph, pie charts
Download/view
Dummy site for training
FAQ
5. BUSINESS LAYER
Multi-layer architecture will consist of:
o Browser-based user interface
o Authentication through user login
o Web application with secure database
o Live reports facility
The developed application should be cloud enabled.
Offline with data sync feature: To capture the requisite information to register a
grievance by public. It consists of general and contact information of the complainant
and detailed description of complainant.
Security Standards- Adherence to Security protocols is as per GoI guidelines. The cost of
security clearance is on the vendor.
Compliance with IT Act and MEITY guidelines
TSL based security protocols
Interface as per GOI standards e.g. EHR, GIGW guidelines- API- selected vendor to provide
open API for own application. This would work with the conditionality that other agencies
who are managing their software applications would provide their own API for integrating
to central DHR by providing
Open source technology
The Hosting space while developing and till handover will be supported by a staging server
of GOI (which provides Environment - Testing, Staging, Production and Disaster Recovery).
The vendor has to provide Bill Of Quantity (BOQ)
4
4. Schedule/Timeline
The tentative schedule for the project is provided below:
The estimated timeframe is 3 months from the issue of contract however it can be extended
maximum upto further 3 months without any additional financial liabilities and also by mutual
consent of both the parties. There will not be any penalty for the extended period if the consent is
mutual. The actual item wise timelines will be finalised in the pre-bid meeting. The timelines can
also be extended in instances of unforeseen conditions (developed subsequent to award of contract)
based on mutual agreement between NHSRC and the bidder.
Please note the following points to be considered before submission of commercial proposal:
An inadequate and conditional financial proposal would not be considered for evaluation and
award of work. The decision of NHSRC in this regard will be final.
Bidder shall not include any technical information regarding the services in the Commercial
Proposal.
The Commercial Proposal must include the total price for all software, services, and additional
costs to provide all software and services scoped in the Proposal.
Bidders are suggested not to use ― ‘To be determined’ or similar annotations in the cells for
cost estimates. It is suggested that the bidders need to specify prices for all categories.
All applicable taxes should be included in the unit price, however its breakup needs to be
indicated under activity wise breakup.
Some of the associated cost like travel, accommodation may not be included in the unit cost of
financial proposal since if NHSRC would hold any such meeting where physical presence is
required then the travel cost as per the entitlements of senior consultant of NHSRC shall be paid
separately.
The cost also should not include any post monitoring/hosting/maintenance cost in the unit price
however these costs can be indicated separately so that there is clarity if any such activity needs
to be supported once the developed software is satisfactorily handed over to NHSRC.
5
Any proprietary application, where license fee is applicable is to be paid by the vendor
There should not be licensing related cost in the proposal which NHSRC has to bear after the
software is handed over to NHSRC.
Deviations- It would be Proposal Evaluation Committee who would evaluate each of the deviations
proposed by the bidder and classify them as “Material Deviation” or “Non-Material Deviation”. In
case of Material Deviations, the Committee may decide to monetize their value, which has to be
added to the price bid submitted by the bidder or reject the bid.
6
Any delay arising from communication channel failure will not be the responsibility of NHSRC.
NHSRC reserves the right to waive any irregularities; accept or reject the whole; accept or reject
part of any or all responses at its sole discretion without assigning any reason whatsoever.
NHSRC reserves the right to call for fresh tender at any stage and /or time.
NHSRC reserves the right to modify, expand, restrict, scrap, refloat the tender /or float a new
and/or separate tender without assigning any reason for the same.
The Evaluation shall be carried out are detailed in the table below:
TOTAL 70
7
Technical Evaluation 70%
NHSRC reserves the right, in its sole discretion, to conduct negotiations in accordance with NHSRC
and the donor’s policies and procedures and to request additional information from prospective
bidders to supplement or clarify any aspect of the proposal documents and to make non
fundamental revisions to the award if such revisions will be in the interest of our programs. Bidders
are strongly encouraged to submit their best offers, as NHSRC may not exercise its right to conduct
any negotiations.
Except with the prior written consent of the NHSRC, the Agency and its Personnel shall not at any
time communicate to any person or entity any confidential information acquired in the course of the
Services, nor shall the Agency and its Personnel make public the recommendations formulated in the
course of, or as a result of, the Services.
8
13. Settlement of Disputes
Any dispute arising in the matter shall be settled amicably and subject to Indian laws & jurisdiction of
the court located at New Delhi.
We confirm that we will abide by all the terms and conditions contained in this document. All the
details mentioned above are true and correct and if NHSRC observes any misrepresentation of facts
on any matter at any stage, NHSRC the right to reject the proposal and disqualify us from the process.
We also confirm that we have noted the contents required, including various supporting documents
and have ensured that there is no deviation in filing our offer in response to this document.
Place:
Date: