page 1 of 71 - doitc - home...
TRANSCRIPT
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
1 1 Last Date & Time of Submission 12th May 2017 at
2:00 PM
Given the broad spectrum of requirements, we
recommend an extension of 2 weeks for the submission
timeline in order to provide an attractive and competitive
bid along with partners.
As per Revised RFP.
2 10 2.1 Project Background
Arogya Online, a software application for Health
Management System (HMS) was started in selected
hospitals by Government of Rajasthan in the year 2009
What are the features which can be utilized in iHMS from
the Existing Arogya Online system?
As per RFP
3 10 2.1 Project Background
The Software Application shall capture data related to
an individual from all possible sources of data entry and
collate and consolidate the same in the form of an
Electronic Health Record,
What are the different possible data sources? As pe RFP
4 10 2.1 This Software Application for Integrated Health
Management System shall be available to government
hospitals and health centers from Medical College
Hospitals through to the Sub-centers, and also be
available to ANMs / ASHAs for Outreach Centers
We request RISL to clarify the total number of hospitals,
Medical colleges, health centers and sub centers under the
scope of this RFP
As per Section 8.3.3 of RFP
5 10 2.1 It may also be made available to interested private
institutions (Dispensaries, Nursing Homes, Small / Big /
Corporate hospitals, Private Laboratories, private Blood
Banks, private Radio-imaging Centers, private
Ambulance providers, etc.) and to research institutions
for their involvement in this intervention
We request RISL to clarify the Scope for Interested Private
institutions
As per RFP
6 10 2.1 It may also be made available to interested private
institutions (Dispensaries, Nursing Homes, Small / Big /
Corporate hospitals, Private Laboratories, private Blood
Banks, private Radio-imaging Centers, private
Ambulance providers, etc.) and to research institutions
for their involvement in this intervention.
1) Please provide number of private entities which will be
covered under iHIMS Program?
2) Please provide detailed scope for private blood bank
and Laboratory/Radiology/ private Ambulance provider/
Research Institutions usage within this IHIMS program.
As per RFP
RFP for Integrated Health Management System with Telemedicine for the State of Rajasthan
Consolidated Statement of Queries of Pre-Bid Meeting Held on 18/04/2017
Page 1 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
7 10 2.1 Software Application shall capture data related to an
individual from all possible sources of data entry and
collate and consolidate the same in the form of an
Electronic Health Record, which any individual / hospital
would be able to access / generate using his / her
Aadhaar / Bhamashah Card; general information would
be available for viewing in public domain and majority
information would be accessible to authorized persons /
hospitals after due authentication.
1) Request you to please provide details around scope of
integration with all source data entry systems?
As per Revised RFP
8 10 2.1 2.1 Project Background
"It may also be made available to interested private
institutions (Dispensaries, Nursing Homes, Small / Big /
Corporate hospitals, Private Laboratories, private Blood
Banks, private Radio-imaging Centers, private
Ambulance providers, etc) and to research institutions
for their involvement in this intervention."
What functionality of iHMS will be used by private
institutions?
As per RFP
9 10 2.1 Government of Rajasthan has taken a decision to
design and launch a comprehensive Health
Management System for capturing data on health and
health-related events and parameters. This
comprehensive Health Management System will be a
superset of Hospital Management System and will
ensure capturing health related data and events of a
person in the form of an Electronic Health Record. The
project also aims to build a telemedicine and PACS
solution
RISL has been given the task of getting an integrated
patient centric application platform which enables
hospitals, physicians, laboratories, pharmacies, and
other health services providers to participate and deliver
faster, more accurate, safer, higher quality and less
redundant medical care to patients in the state. The
application would be used by any hospital of Rajasthan
(government or private), private Laboratories, private
Blood Banks and private Radio Diagnosis and Imaging
Centers as also research institutions
This mean that Existing HIS Application & database for
maximum no of Patients will have to be integrated with the
New EMR Application @ API level.
For which source Code & API with DB table details needs
to be shared with new Bidder at the time of Design itself
Request GOR to share the feasibility & transparency of
sharing API & Design details of exiting HIS Platform
Request GOR to share the standard coding system used
for clinical data by existing HIS Applications ( eg.
SNOMED CT, ICD-10 etc ) & LOINC or Laboratory
Interface.
As per RFP
10 10 2.2 2.2 Project Objectives:
legacy data shall be linked with the new designed
Integrated Health Management System
Kindly clarify the following :
1. Total number of records in Legacy data?
2. Which Application, platform & Database is currently in
use to hold the legacy data?
As per RFP
Page 2 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
11 10 Clause 2.1 Arogya Online, a software application for Health
Management System (HMS) was started in selected
hospitals by Government of Rajasthan in the year 2009.
Till December 2016, about 50 Medical College
Hospitals / District Hospitals are using this
software
Is there a need of another application which is developed
or is the SI expected to Customize the existing HMS to
make it more comprehensive. Please clarify.
As clarified during the pre-
bid meeting entirely fresh
application has to be
developed by the SI which
will replace all currently
running application with
Medical & Health
Department. As per RFP
12 10 Project guidelines Master Provider Index What would be the estimated percentage of duplicates that
would exist in the system?
Cannot be ascertained at
this time. Will be determined
at the time of Study . As per
RFP
13 10 Project guidelines Population of Rajasthan What is the population of state and expected growth in
next 5 years.
Query is not relevant.
Estimated / Projected
Population for Rajasthan for
2017, 2018, 2019, 2020,
2021 and 2022 is 7.59, 7.70,
7.81, 7.92, 8.02 and 8.11
crores respectively. As per
RFP
14 11 2.2 Project Objectives
To link the web-based application for Integrated Health
Management System with following important
applications – (i) Bhamashah Database Hub, (ii) UIDAI
Database Hub, (iii) e-Aushadhi, (iv) e-Mitra, (v)
Bhamashah Swasthya Bima Yojana, (vi) e-Vault, (vii)
State GIS application and (viii) e-Health Card/ Arogya
Rajasthan (legacy data shall be linked with the new
designed Integrated Health Management System.
1)Are the services from these 8 applications available to
intergrate with the iHMS system?
2)Please provide the details of the data needed in iHMS
from these systems
As per revised RFP
15 11 2.2 To link the web-based application for Integrated Health
Management System with following important
applications – (i) Bhamashah Database Hub, (ii) UIDAI
Database Hub, (iii) e-Aushadhi, (iv) e-Mitra, (v)
Bhamashah Swasthya Bima Yojana, (vi) e-Vault, (vii)
State GIS application and (viii) ¬e-Health Card/ Arogya
Rajasthan (legacy data shall be linked with the new
designed Integrated Health Management System.
Will the necessary external service API's will be available ?
(e.g UIDAI, e-Mitra, e-Vault, GIS)
Yes. As per RFP
Page 3 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
16 11 2.2 Provide national, state, district level aggregate
information on health parameters readily available for
identifying disease/ conditions requiring immediate
attention, crafting timely health systems response and
better coordination of public health activities.
1) Do we need to provide analytics tool however there are
no details around the relevant technology stack for the
same. Request you to please clarify.
As per revised RFP
17 12 2.3 Better linkage between government and private
hospitals through telemedicine and by way of referrals
Is the government and private hospitals details are
persisted in single source of truth or we need to fetch from
multiple sources ?
As per RFP
18 12 2.4 2.4 Expected Project Outcomes-
Availability of online Electronic Health Record (EHR) of
individuals linked to their Bhamashah Card / Aadhaar
Card after proper verification process.
Is it expected from the Bidder to link existing legacy patient
data with patient Aadhaar /Bhamashah Card. If yes, please
share the volume data and format.
As per revised RFP
19 13 2.4 Establishment of a network hospitals linked as
Telemedicine Centers with PACS.
1) How many hospitals need to be telemedicine centers? As per revised RFP
20 13 2.4 Establishment of a system of management of
ambulances and vehicles by participating hospitals.
Is the GPS tracking of vehicles part of the scope of work, if
yes kindly clarify the below:
1.) Who will provide the GPS system software and
equipment
2.) Number of vehicles expected to enroll in the scope of
work
GPS tracking is out of scope
of this bid, however, the
feed/ data from online
ambulance moitoring system
has to be incorporated in
iHMS webservice for which
shall be provided by M&H
deptt
21 13 2.4 Efficient and transparent service delivery mechanism
through Web Portal, Mobile Application, Payment
Gateway and SMS
Is the bidder expected to provide the Payment Gateway
and SMS gateway or will it be provided by the Govt of
Rajasthan and the bidder needs to integrate? Please
confirm.
Payment, SMS and eMail
gateways shall be provided
by Govt. of Rajasthan which
bidder has to integrate
22 14 3 4. Technical Capability and Experience Can the vendor provide details of E-healthcare solution
projects other than HIS/EMR/HER/HMIS of said value?
As per RFP
23 14 3 4. Technical Capability and Experience Will self certification by the vendor of the value and
completion of projects be acceptable as we may not be
able to share work orders/completion certificates due to
non-disclosure agreement signed with customers?
As per RFP
Page 4 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
24 14 3. Pre-
qualification/Eligibil
ity Criteria
(Preliminary
Qualification)-
4. Technical Capability & Experience: As per RFP We request you to please give an option of submitting CA
Certificates only for meeting the required criteria. This is
requested as all the SI's will be having a signed NDA with
the clients for almost all the big projects executed.
Kindly do not make submission of work order mandatory.
As per RFP
25 14 3. Pre-
Qualification/Eligibi
lity Criteria
(Preliminary
Qualification)
Point 4: Technical
Capability &
Experience
The bidder or consortium members taken together must
have successfully executed or is executing projects of
total value (excluding hardware) in design,
development, integration, implementation, operations
and maintenance of eHealth Solutions (i.e. HIS/ EMR/
EHR/ HMIS) in last five (5) years (i.e. from 01st Jan.
2012 to 31st Dec. 2016) as mentioned...
We request you to allow any consortium member that
meets the requirement individually to present the similar
project experience i.e. request you to please modify the
clause as following:
“The bidder or any member of the consortium must have
successfully executed or is executing projects of total
value (excluding hardware) in design, development,
integration, implementation, operations and maintenance
of eHealth Solutions (i.e. HIS/ EMR/ EHR/ HMIS) in last
five (5) years (i.e. from 01st Jan. 2012 to 31st Dec. 2016)
as mentioned”
As per RFP
26 14 Chapter 3 3. Pre-
Qualification/Eligibi
lity Criteria
Turnover from IT/
ITeS
Average annual turnover of the Bidder/ Lead Proponent
of consortium during last three financial years (2013-14
to 2015-16) from IT/ ITeS should be at least Rs. 40
Crores.
We understand the world bidder means Consortium as a
whole & not necessarily only lead proponent. Kindly
confirm.
Bidder mean a single bidder
and Lead proponent of
consortium means lead
bidder of the consortium
27 14 Chapter 3 Clause
1 - Legal Entity
The Company / Lead Proponent and non-lead member
(in case of consortium) should be an entity registered in
India under the Company Act, 1956 (or) a firm
registered under the Limited Liability Partnership Act,
2008 (or) a firm registered in India under the
Partnership Act, 1932 (or) a registered legal entity
under Rajasthan Shops & Commercial Establishments
Act, 1958 (or) a Parastatal Body / Organization, as
applicable, and must have a registered office in India.
Kindly add following in this clause
“ R&D organization / institution/Autonomous Body /
Scientific Society under the Ministry of Electronics and
Information Technology (MeitY) for carrying out R&D in IT,
Electronics and associated areas.
As per RFP
Page 5 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
28 14 Chapter 3. Pre-
Qualification/Eligibi
lity Criteria
(Preliminary
Qualification)
Point 4: Technical
Capability &
Experience
The bidder or consortium members taken together must
have successfully executed or is executing projects of
total value (excluding hardware) in design,
development, integration, implementation, operations
and maintenance of eHealth Solutions (i.e. HIS/ EMR/
EHR/ HMIS) in last five (5) years (i.e. from 01st Jan.
2012 to 31st Dec. 2016) as mentioned below:
1. One similar work of value not less than Rs. 8.00
Crores.
or
2. Two similar works of value not less than Rs. 5.00
Crores each
or
3. Three similar works of value not less than Rs. 4.00
Crores each
(By “executing (the project)” it is implied that the project
should have been commissioned or must be in Go Live
status as on 31st March 2017)
It should be Software Completion Certificates instead of
Work Completion Certificates from the client.
As per RFP
29 14 Pre-
Qualification/Eligibi
lity Criteria
(Preliminary
Qualification)
Technical
Capability &
Experience
The bidder or consortium members taken together must
have successfully executed or is executing projects of
total value (excluding hardware) in design,
development, integration, implementation, operations
and maintenance of eHealth Solutions (i.e. HIS/ EMR/
EHR/ HMIS) in last five (5) years (i.e. from 01st Jan.
2012 to 31st Dec. 2016) as mentioned below:
1. One similar work of value not less than Rs. 8.00
Crores.
or
2. Two similar works of value not less than Rs. 5.00
Crores each
or
3. Three similar works of value not less than Rs. 4.00
Crores each
(By “executing (the project)” it is implied that the project
should have been commissioned or must be in Go Live
status as on 31st March 2017)
With respect to proof of work, we request you modify the
criteria as Work Order + Work in Progress Certificate by
client
As per revised RFP
Page 6 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
30 14 Pre-
Qualification/Eligibi
lity Criteria
(Preliminary
Qualification)
Turnover from IT/
ITeS
Average annual turnover of the Bidder/ Lead Proponent
of consortium during last three financial years (2013-14
to 2015-16) from IT/ ITeS should be at least Rs. 40
Crores.
Average annual turnover could be Rs. 20 Crores As per RFP
31 15 Chapter 3 3. Pre-
Qualification/
Eligibility Criteria
Item 5
The bidder (each member in case of consortium) must
possess a valid: -
• VAT/ Sales Tax Registration Certificate
• RVAT/ Sales Tax clearance certificate till 31st
December 2016 (if applicable)
• Service Tax Registration Certificate
• Income Tax Registration/ PAN
Is RVAT certificate a must? Will it be sufficient to have the
other three available?
As per RFP
32 15 Chapter 3 3. Pre-
Qualification/Eligibi
lity Criteria
Certification
The bidder or any one of the consortium members must
possess valid certification of CMMI Level 3 or above as
on last date of bid submission
We request to kindly change CMMI Level 3 to ISO
Certification.
As per RFP
33 15 Chapter 3. Pre-
Qualification/Eligibi
lity Criteria
(Preliminary
Qualification)
Item 6 -
Certification
The bidder or any one of the consortium members must
possess valid certification of CMMI Level 3 or above as
on last date of bid submission
Most of Healthcare OEMs are small and not having
CMMI3/5. we have been implimenting 42Cr order of health
software for MCGM Mumbai but not able qualify just
because of CMMI 3. Request you to remove CMMI3 to
participate innovative & company having experince in
required domain.
As per RFP
34 15 Pre-
Qualification/Eligibi
lity Criteria
(Preliminary
Qualification)
Certification
The bidder or any one of the consortium members must
possess valid certification of CMMI Level 3 or above as
on last date of bid submission
Requesting you to modify this Clause as CMMI Level 3 Or
ISO 9001-2008 Certificate
As per RFP
35 16 8 Authorization The bidder or any member in case of
consortium should be OEM of the proposed eHealth
Solution or its authorized representative.
Please elaborate if the OEM is only in respect of the
Telemedicine/ PACS component?
This authorization has to be
provided by the OEMs of the
third party products
proposed by the bidder on
OEMs letter head. See Annx.
17
Page 7 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
36 17 4.1 A centralized onsite team for design, customization /
development of integrated HMS software solution,
located at Jaipur, shall be provided for customization of
integrated health solution as per the requirement of
RISL / DHFW / ME Dept.
Can development team work on an Onsite/Offshore
model? Please confirm.
As per RFP
37 17 4.1 4.1 Approach for Development and Implementation of
Integrated Health Management System Solution
Please specify if onsite team to be deployed for design,
customization/development of IHMIS in Jaipur will be
located at vendor office or at client location?
As per RFP
38 17 4.2 4.2 Integration/ Interoperability
iHMS should have the capability to exchange data and
records between heterogeneous/ multiple systems
(EMR/ HIS/ Database) that can be managed and
maintained by multiple hospitals and
Second part of this clause is missing As per Revised RFP.
39 17 4.2 4.2 Integration/ Interoperability
The iHMS must have provision for data exchange
between various HIS/ EHR systems participating in the
information exchange where an external system can
query information to iHMS and can extract and submit
the desired information.
Are there any standards mandated to be followed by third
party systems for exchange of data?
As per revised RFP
40 17 Chapter 4 Scope
of Work
Clause 4.1
Approach for
Development and
Implementation
Selected Bidder shall deploy the team onsite. A
centralized onsite team for design, customization /
development of integrated HMS software solution,
located at Jaipur, shall be provided for customization of
integrated health solution as per the requirement of
RISL / DHFW / ME Dept.
We understand that the location including space, power
and cooling, furniture, phone lines, bandwidth etc. for
onsite team in Jaipur shall be provided by department.
Please confirm.
Request you to please share the location details in Jaipur.
In case additional resources required to support the FMS
phase, can SI provide remote support?
Sitting space with power,
furniture, connectivity etc. to
the onsite Jaipur
development team shall be
provided by RISL. The
bidder shall provide the
computing environment
(laptops, desktops, printers,
etc.) to its onsite team
41 18 4.2 It is the responsibility of the solution provider/ bidder to
conduct thorough requirement analysis of the all
participating systems and facilitate data exchange in
standard format from multiple formats (i.e. API, HL7,
etc.). The system should have flexibility to take data in
batch mode or real time mode based on the need and
status of the peripheral systems.
Are there any HL7 interfacing engines or HL7 APIs
currently in use?
As per RFP. There are no
HL7 engines currently in use
42 18 4.2 The iHMS must have provision for data exchange
between various HIS/ EHR systems participating in the
information exchange where an external system can
query information to iHMS and can extract and submit
the desired information
Is the SI required to provide an health information
exchange platform. If yes, please specify the requirements
As per revised RFP
Page 8 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
43 19 4.2 Successful Bidder shall provide web-based application
(along with mobile application) for implementation of
Integrated HMS.
1) Please provide detailed Scope of mobile application? As per revised RFP.
44 19 4.2 Successful Bidder shall provide web-based application
(along with mobile application) for implementation of
Integrated HMS
Are we expected to build the mobile application for
ASHA/ANM workers? Request you to please confirm.
As per revised RFP.
45 19 4.2 Integration/ Interoperability Telemedicine is mentioned twice in the diagram; is there a
reason for that?
As per Revised RFP.
46 19 4.2 4.2 Integration/ Interoperability Please share the scope of integrations required with
databases, applications such as Bhamashah, Aadhaar, e-
Mitra, 108 etc.
As per Revised RFP.
47 19 4.2 Integration/
Interoperability
Successful Bidder shall provide web-based application
(along with mobile application) for implementation of
Integrated HMS.
Will individual users access the application through a web
portal only? Mobile App is mentioned later in the same
section but is not shown in the diagram.
As per RFP
48 19 Clause 4.2 Successful Bidder shall provide web-based application
(along with mobile application) for implementation of
Integrated HMS
Mobile app is intended for Outreach workers e.g. ASHA or
ANM workers or is it supposed to be for Clinical
users/Hospital users as well? From citizen' perspective,
what are the functions that needs to be provided from
mobile app?
As per revised RFP
49 19 Clause 4.2 Successful Bidder shall provide web-based application
(along with mobile application) for implementation of
Integrated HMS. This application shall also be
integrated with following existing State-Level
applications implemented in the State of Rajasthan
Please elaborate on Mobile application scope. As per revised RFP
50 20 4.2 4.2 Integration/ Interoperability
This application shall also be integrated with following
existing State-Level applications implemented in the
State of Rajasthan:
Bhamashah Database Hub (BDH)
1)Are there services already available to integrate with all
these existing State-Level applications?
2)Please provide the details of the data needed in iHMS
from these systems.
Please share the technology stack for the existing
application that needs to be integrated with iHMS
application
The integration is through
webservices/ APIs hence,
stack of each application
need not be mentioned. As
per RFP
Page 9 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
51 20 4.3 Electronic Health Record and platform to host various
EHR/ HIS/ EMR and other public health IT Systems with
Registries (Master Patient Index; Patient, Provider and
Facility Registries) along with an Analytics Engine
What is meant by "host various HIS/EHR/EMR and other
public health IT systems", please clarify.
Through these Indexes and
Registers various HIS/ EHR/
EMR systems are to be
integrated under iHMS. As
per revised RFP
52 20 4.2 - Integration /
Interperability
This application shall also be integrated with following
existing State-Level applications implemented in the
State of Rajasthan
The List of state applications which need to be integrate,
can you share the detail of the database
The SI is expected to study
the database of applications
to be integrated as part of
requirement gathering for
SRS.
53 20 4.3 - Scope of
Work
Development/ Customization, Testing and Deployment
of Integrated Health Management System (iHMS)
Application (including Telemedicine and PACS)
Software Solution (Web Application & Web Portal)
We already have a solution, then why should it need to be
developed on site. Kindly change this term to
Implementation / Customisation wherever written
Development / Customisation.
Every solution requires some
level of customization and
new functionalities are to be
added as per the specific
requirements hence,
Development &
Customzation is mentioned
54 20 4.3 Scope of Work Data Migration, System Integration with other
applications as per requirement
Need details on any conversion logics / mechanisms
required for data migration?
Cannot be ascertained at
this time. Will be mutually
agreed upon during study
with the selected bidder
55 20 4.3 Scope of Work kindly clarify the scope of Data Migration Cannot be ascertained at
this time. Will be mutually
agreed upon during study
with the selected bidder
56 21 4.3 IHMS requires module for wellness and preventive care
program.
At an Institutional level, do healthcare entities have an
existing integrated care management program along with
Insurance companies to facilitate Wellness and Preventive
Care programs?
The state has wellness and
preventive health care
programmes but no
Insurance companies are
involved
57 21 Clause 4.3 Scope
of Work
Phases and groups chart along with modules What is the logic of Groups within the module. Are they
linked to development and implementation plan in phases.
If so, EHR and EMR is in the Group 1 while most of the
investigation and IP modules are in Group 2 - in which
case Group 1 can't be comprehensive without Group 2.
Request you to please clarify.
As per RFP.
58 22 4.3.1 However, deployment of key resources should be from
the date of agreement signing.
We request RISL to confirm, if key resources are similar to
what is mentioned as minimum resources in the table
given in section 4.3.1. If it is different please specify the
details of key resources?
As per revised RFP. The
minimum resources to be
deployed are mentioned in
Section 4.3.1Page 10 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
59 22 Clause 4.3 Scope
of Work
iHMS Phase diagram with modules "Billing" module is stated in two phases - "Investigation
and Billing" and Billing. Please clarify if billing module
needs to be developed in 2 phases
As per Revised RFP. Billing
needs to be developed in a
single phase - it will be part
of Investigation & Billing
Module.
60 22 General Clarification required About the Manpower which asked in Bid for solution
development i.e. 27+35, now if someone already has a
product 70-80% ready where only 30-20%
development/customization is require and which can be
achieved with less manpower then why to bound someone
with Min manpower which increses cost of project. So our
request is to keep this Manpower clause flexibale as per
requirement & timeline fo the RFP.
The manpower mentioned is
bare minimum required to
effect the customization/
development etc. However, if
bidder thinks that 70-80%
product is ready then the
implementation time may be
reduced by that many man
months. However, it is
advised that it will be too
premature to estimate the
percentage of similarity. The
bidder should see iHMS in a
broader prespective instead
of only Hospital
Computerization
61 23 4.3.2 Development/Customization, Testing and Deployment
& Commissioning of Integrated HMS Application (Web
Application & Web Portal), Integration and Development
of Mobile Application
Regarding the development, testing, UAT environment &
Infra shall be provided by RISL or that is required to be
taken care by bidder.(both for the Hardware and Licenses)
Stack shall be provided by
RISL as per RFP
62 24 4.3.3 4.3.3 Design, Requirement Analysis, Software
Requirement Specification (SRS)
Will all govt. medical college hospitals, district hospitals,
PHCs and Private Hospitals follow the same processes as
those of the representative sample covered during SRS?
As per RFP
63 24 4.3.3 4.3.3 Design, Requirement Analysis, Software
Requirement Specification (SRS)
Please provide details of existing applications - PCTS,
AshaSoft, e-Aushadi, Arogya online etc.
As per revised RFP
64 24 4.3.4 4.3.4 Development/ Customization of HMS Application
(Web Application, Web Portal)
Please clarify that while user interface of important labels
should be in Hindi also, the data entry/retrieval in the
iHMIS would be done in English only?
As per RFP
65 25 4.3.4 Development/ Customization of HMS Application (Web
Application, Web Portal)
Do we still need to handover the design, if there is some
customization?
As per RFP.
Page 11 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
66 25 4.3.5 User
Acceptance
Testing (UAT)
Final approval/user acceptance of the Integrated HMS
application (Phase Wise/ GroupWise) shall be given by
RISL/ M&H Dept. This is the responsibility of the
Selected Bidder to obtain the UAT approval from the
RISL/ M&H Dept.
We propose to add, "Bidder shall notify RISL/ M&H Dept.
regarding the Final approval/user acceptance of the
Integrated HMS application (Phase Wise/GroupWise). In
case the acceptance is not received with 15 working days
or the system is put to commercial use then the system will
be considered as deemed accepted." Request you to
please consider this modified clause.
As per RFP
67 25 4.3.6 Safe to Host
Certification
The Selected Bidder shall get the Safe to Host
Certification done for Integrated HMS application (Web
Application and Web Portal) (including all the pages)
from the Certin empanelled vendors as a pre-requisite
for Go-Live.
We request RISL to confirm who will pay the charges for
safe to host certification by CERT-IN empaneled vendors?
As per RFP
68 25 4.3.7 Assistance to Third Party Auditor (TPA) appointed by
RISL
Do we still need to handover the design, if there is some
customization?
As per RFP
69 25 Development/
Customization of
HMS Application
(Web Application,
Web
Portal)-
The Selected Bidder would be required to provide
version control and archiving facility for database and
for Integrated HMS software solution as strict version
control is necessary for legal accountability, and
disaster recovery. Versioning should also allow
contributors to know whether team is working with the
latest version, and allow them to merge changes made
in separate versions when needed.
We assume Disaster recovery and database archiving
including IT infrastructure , storage, replication, backup
shall be responsibility of RSDC. Please confirm
Yes. As per RFP
70 25 User Acceptance
Testing (UAT)-
The Selected Bidder shall properly test the Integrated
HMS application (Web Portal and Web Application)
thoroughly and conduct unit and integration testing at
his end before deploying the Integrated HMS Software
solution for UAT. Selected Bidder shall give a
demonstration of different module-wise (for each group)
functionalities developed for Integrated HMS application
after deploying the Integrated HMS Software solution at
RSDC. RISL shall conduct functional testing of
application once the functional demonstration of
Integrated HMS Software solution is over
Request you to please advise if different environments
including hardware and software shall be made available
to selected bidder:
1. Production
2. Pre-Production
3. Testing and UAT
4. Training
5. Development and Sandbox
6. Disaster Recovery
As per RFP
71 26 4.3.8 Deployment/ Configuration/ System Integration and
Commissioning (Go-Live) of Integrated HMS
Application &Web Portal
Kindly advise whether the hardware required for hosting
the application will be provided by RISL. There may be
multiple servers and networking equipment required for a
failsafe installation.
As per RFP
72 26 4.3.9 Training on Integrated HMS application and
Handholding Support
Please specific the type training material required (like any
printed documents, any interactive learning material etc.)
As per revised RFP
Page 12 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
73 26 4.3.9 Support What is the support cycle & SLAs along with the Response
& resolution time for all severity tickets
Please provide number of locations for solution
implementation & support.
As per revised RFP
74 26 4.3.9 4.3.9 Training on Integrated HMS application and
Handholding Support
Please clarify if the identified trainers trained as part of
train-the-trainer by vendor at Jaipur will train the end users
at their respective district locations without presence or
holding support by vendors?
As per revised RFP
75 26 4.3.9 4.3.9 Training on Integrated HMS application and
Handholding Support
For training on Telemedicine and PACS, please clarify at
how many remote sites does demonstration and training
have to be carried out?
As per RFP
76 28 4.3.11 Integrated HMS Application Support & Maintenance
Services:
Design & Upload content on web portal as per
instruction of Purchaser. Content management services
includes (content collection, translation, conversion,
design of content upload content using CMS),
Kindly clarify the requirement As per RFP
77 28 Managed Services
during Support and
Maintenance of
group of Integrated
HMS
Managed Services during Support and Maintenance of
group of Integrated HMS - Technical Helpdesk Support
(Incident/ Problem Management)-
Kindly advise on the location for Technical Helpdesk
Support.
We assume the space, power, communication
infrastructure like phones, bandwidth for helpdesk shall be
provided by RISL. Please confirm
As per RFP
78 29 4.3 Scope of Work
4.3.12 Data
Migration
Selected Bidder shall migrate data from existing
database and application (Arogya Online, e-Aushadhi, e-
Upkaran, PCTS, etc.) to new applications and
databases. RISL will make available the data to the
Selected Bidder for migration. Selected Bidder shall
ensure 100% accuracy with de-duplication in the
migrated data
In order to migrate existing databases it’s required that
before loading data on de-duplication activity is performed
and standardization is done. For this it is imperative
thatData Quality tool should be provisioned in the proposed
solution from some OEM or If department is already using
some OEM stack than that stack should be made
available for SI. In case department has solution stack,
request you clarify the name of the stack along with the
current capacity
As per RFP
79 29 4.3.12 Data Migration Kindly advise if the design/schema details of existing data
available with the department. Also, will the users stop
using existing systems, once the IHMS has been deployed.
Otherwise, new data will keep getting added to the existing
applications, which will have to be migrated again.
The design/ schema is part
of the study. The users shall
shift to the application to be
implemented via this RFP.
Page 13 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
80 29 4.3.12 Selected Bidder shall migrate data from existing
database and application (Arogya Online, e-Aushadhi, e-
Upkaran, PCTS, etc.) to new applications and
databases.
Please clarify, if Migration will be at Centralised location or
distributed at miltiple locations.
Role & responsibilties to be defined for the application
owners for migration
Please set the responsibility of other agencies for carrying
out the integration.
Migration shall be at a
centralised location and is to
be done by the bidder and no
other agency is involved
81 29 4.3.12 4.3.12 Data Migration Data Migration from existing database and application
(Aarogya online, e-Aushadi, e-Upkaran, PCTS etc.) -
scope of data migration? Format of data to be made
available?
Part of the study
82 29 4.3.12 Data
Migration
Selected Bidder shall migrate data from existing
database and application (Arogya Online, e-Aushadhi, e-
Upkaran, PCTS, etc.) to new applications and
databases. RISL will make available the data to the
Selected Bidder for migration.
In case if the data structure of existing applications do not
map with proposed iHMS then will there be provision to
exclude that detail
Yes.
83 29 4.3.12 Data
Migration
Selected Bidder shall migrate data from existing
database and application (Arogya Online, e-Aushadhi, e-
Upkaran, PCTS, etc.) to new applications and
databases. RISL will make available the data to the
Selected Bidder for migration. Selected Bidder shall
ensure 100% accuracy with de-duplication in the
migrated data and in case any correction is identified
by RISL in the migrated data shall be corrected by the
Selected Bidder. DHFW and ME Dept have health
related data in Arogya Online software and e-Aushadhi
which shall be imported by the Selected Bidder to
Integrated HMS application. Size of data to be migrated
from Arogya Online software is around 40 GB and e-
Aushadhi is around 10 GB. Selected Bidder will have to
migrate data from these applications related to modules
that are made Go-Live. Data migration of related
modules is a prerequisite for Go-Live of the respective
modules.
Request to kindly provide the details of Data to be
Migrated for example the existing system and structure of
data.
Part of the study
84 29 4.3.13 Supply of hardware for demonstrating the functionality
of Telemedicine and PACS Solution.
Kindly advise is it necessary to provide the hardware at the
Specialist end
As per RFP
Page 14 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
85 29 4.3.13 4.3.13 Supply of hardware for demonstrating the
functionality of Telemedicine and
PACS Solution
kindly clarify the following :
1.) Who will provide the Server for PACS and Computer for
telemedicine equipment's?
2.) Who is going to provision the bandwidth for
demonstration?
3.) Which radiology equipment is expected to be integrated
for PACS demo?
1) Server for PACS shall be
provided by RISL and
computer at hospital level is
responsibility of M&H Deptt.
2) By RISL at the Server side
and by Hospital at the patient
side 3) To be shared with
selected bidder during the
SRS
86 29 4.3.13 Selected Bidder shall supply & install necessary
hardware for
Telemedicine and PACS Module for functionality testing
& demonstration purposes.
Hardware shall include medical equipment as
mentioned below at the Specialist End and Remote
(Patient) End…
Request RISL to share the total number of locations where
Telemedicine software / hardware needs to be installed
It is software based
telemedicine solution. The
functionality should be
provided in the software to
connect as many number as
possible
87 29 4.3.13 Supply of
hardware for
demonstrating the
functionality of
Telemedicine and
PACS Solution
Supply of hardware for demonstrating the functionality
of Telemedicine and PACS Solution- Selected Bidder
shall supply & install necessary hardware for
Telemedicine and PACS Module for functionality testing
& demonstration purposes.
We understand that selected bidder needs to provide
medical equipment for demonstration of Telemedicine and
PACS functionality.
Other infrastructure like required server and storage,
bandwidth, desktops, Video conferencing equipments,
network equipments shall be provided by RISL. Please
confirm
Server for PACS shall be
provided by RISL and
computer at hospital level is
responsibility of M&H Deptt.
the bandwidth by RISL at the
Server side and by Hospital
at the patient side
88 30 4.3 Scope of Work
4.3.14 Roles and
Responsibilities
We would like to confirm that once developed, iHMS will
be deployed as a cloud native solution in the state data
center, and the bidder(s) are not responsible for individual
deployments at hospitals, PHCs etc. As is common in
cloud native setups, each Hospital, PHC etc. would be
configured in the iHMS and the solution will be available on
the cloud.
Yes
89 30 4.3 Scope of Work
4.3.14 Roles and
Responsibilities
We would like to confirm that the HW, Database and
middleware layers will be provided by the state in the state
data center, per specs / bill of material provided by the
bidder, and the commercials for the same will not be
included in the RFP.
Yes as per RFP
Page 15 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
90 31 4.3.15 Development Stack for the software solution already
available in RSDC
• Database - Oracle 12C with RAC on Exadata
• App Server- IBM Web Sphere, ORACLE Web Logic,
Windows Server
• Mobile App- IBM Worklight
• Forms- Adobe
• CMS- Adobe (AEM) / IBM (WCM)
• DMS- IBM FileNet / Newgen OmniDocs
• Platform- Java / Dotnet
Are you looking for COTS IHMS providers to use the
development stack, mentioned in section 4.3.15, for web
and mobile application that they are going to propose in
response to this RFP?
As per RFP
91 31 4.3.15 4.3.15 Development Stack for the software solution
already available in RSDC
Does the proposed iHMIS have to be developed on this
technology stack only or is the vendor free to select any
other technology for development of iHMIS?
As per RFP
92 31 4.3.15
Development
Stack for the
software solution
already available in
RSDC
Database - Oracle 12C with RAC on Exadata
No Shareware/Freeware allowed to be used
Windows Server
We request RISL to confirm the hardware and software
licenses procurement as per the stack including Database,
Middleware, Forms, CMS, DMS, Platform, OS,
Virtualization etc.) mentioned in RFP for deployment of
iHMS application shall be done by RISL and hosted at
RSDC.
The hardware and software sizing specs/ Bill of material
shall be shared by selected bidder and commercials for the
same need not be included in the bid. Request you to
please confirm
Yes. As per RFP
93 31 4.3.15
Development
Stack for the
software solution
already available in
RSDC
Database and Application server software should
complement each other functions and may have
common tool to monitor like Health Check,
Performance Analyzer, Operations Monitoring,
Compliance Management, Patching, Performance
management, administration and auditing etc.
We understand that EMS server and licenses for
monitoring the health, performance of iHMS application
and Database, operations shall be provided by RSDC.
Please confirm.
Yes. As per RFP
94 31 4.3.15
Development
Stack for the
software solution
already available in
RSDC
Database - Oracle 12C with RAC on Exadata
No Shareware/Freeware allowed to be used
Windows Server
Can we propose a third party FDA approved PACS
solution?
As per RFP
Page 16 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
95 31 4.3.17 Payment Terms: As per RFP We request department to not hold the payment of Design
and Development part for five years. Kindly release 100%
payment of Design & development at the time of UAT/Go-
live.
This is requested as all the SI's will have challenge in
keeping that not paid amount in their financial books for a
period of five years. Department can also take BG of the
same amount for the contract period in place of witholding
the amount.
As per revised RFP
96 31 Project
Deliverables,
Timelines &
Payment Terms-
As per RFP request payment terms to be revised As per revised RFP
97 31 Section 4.3.15
Development
Stack for the
software solution
already available in
RSDC
• Database - Oracle 12C with RAC on Exadata
• App Server- IBM Web Sphere, ORACLE Web Logic,
Windows Server
• Mobile App- IBM Worklight
• Forms- Adobe
• CMS- Adobe (AEM) / IBM (WCM)
• DMS- IBM FileNet / Newgen OmniDocs
• Platform- Java / Dotnet
In the RFP, the requirement says the database to Oracle
as HealthFore Technologies has built the product
completely on Microsoft Stack it would be helpful if the
concerned committee can relax this requirement and
change this to Oracle / MS SQL database.
Limiting to Oracle is restricting the choice for Govt. and will
promote less competition and thereby extra expenditure for
the state's exchequer.
As per RFP
98 32 4.3.17 Project Deliverables, Timelines & Payment Terms- 1st
table
ToT for Modules under Group-1 to Group-3 of phase-1
as defined in section 4.2 of RFP
As per Actuals based on agreed cost of Serial no. 7 of
Financial Bid
We understand that there is a typographical error and it
should read as "As per Actuals based on agreed cost of
Serial no. 9 of Financial Bid". Please confirm.
As per Revised RFP.
99 32 4.3.17 4.3.17 Project Deliverables, Timelines & Payment
Terms
Can the vendor suggest some changes in the grouping of
modules in case of interdependency of certain modules?
As per RFP
100 32 4.3.17 Project
Deliverables,
Timelines &
Payment Terms
13% of the Cost of Design and Development of
Integrated HMS solution as per agreed cost of Serial
No. 1 of Financial Bid. (For Group 1 to Group 3)
1. Please make it total 10% instead 13% of the Cost of
Design and Development for each group.
SI should be allowed to submit Group wise invoices and
payments shall be processed groupwise
As per revised RFP
Page 17 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
101 33 4.3.17 Project
Deliverables,
Timelines &
Payment Terms
7% of the Cost of Design and Development of
Integrated HMS solution as per agreed cost of Serial
No. 1 of Financial Bid. (For Group 4 to Group 6)
Request to consider following provisions for payment
milestones
1. Please make it total 5% instead 7% of the Cost of
Design and Development for each group and further
devided into different phases of SDLC.
1. Submission of FRS/SRS - 1%
2. Approval of FRS/SRS - 1%
3. Development & Testing - 1%
4. Beta Version Acceptance & Deployment(without final
UAT for Go Live) - 1%
5. Integration & UAT - 1%
SI should be allowed to submit Group wise invoices and
payments shall be processed groupwise
As per revised RFP
102 33 4.3.17 Project
Deliverables,
Timelines &
Payment Terms
13% of the Cost of Design and Development of
Integrated HMS solution as per agreed cost of Serial
No. 1 of Financial Bid. (For Group 4 to Group 6)
1. Please make it total 5% instead 13% of the Cost of
Design and Development for each group.
SI should be allowed to submit Group wise invoices and
payments shall be processed groupwise
As per revised RFP
103 34 4.3.17 Table 2
Data Migration -As per actuals per MB data migrated as
per Serial No. 6 of Financial Bid.
We understand that there is a typographical error and it
should read as "As per Actuals based on agreed cost of
Serial no. 8 of Financial Bid". Please confirm.
As per Revised RFP.
104 34 4.3.17 Change Request -Based on actuals as per man month
rates as per Serial No. 5 of Financial Bid.
We understand that there is a typographical error and it
should read as "As per Actuals based on agreed cost of
Serial no. 7 of Financial Bid". Please confirm.
As per Revised RFP.
105 34 4.3.17 4.3.17 Project Deliverables, Timelines & Payment
Terms
Please clarify on the basis of calculation of per MB of data
migrated - is it per MB of data in existing system or iHMIS?
Please clarify on the MIS report to be generated indicating
amount of data migrated?
The calculation will be as per
the migrated data.
106 34 Art.1.3.17, First
Bullet after the
Table :
It may also be noted that the time schedule for each
milestone shown in the table above would be enforced
independently. Any delay in the approval of
thedeliverable(s) submitted by the Selected Bidder
toRISL/ M&H Dept / ME Dept shall not account for the
delay on Selected Bidder’s part.
We propose substitution of “shall be offset against” for the
words “shall not account for” to bring out the intent more
clearly.
As per RFP
Page 18 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
107 37 EMD The Bid security taken from a bidder shall be forfeited,
including the interest, if
any, in the following cases, namely: -
i. when the bidder withdraws or modifies its bid after
opening of bids;
ii. when the bidder does not execute the agreement, if
any, after placement of
supply/ work order within the specified period;
iii. when the bidder fails to commence the supply of the
goods or service or
execute work as per supply/ work order within the time
specified;
iv. when the bidder does not deposit the performance
security within specified
period after the supply/ work order is placed; and
v. if the bidder breaches any provision of code of
integrity, prescribed for
bidders, specified in the bidding document.
The Bid security taken from a bidder shall be forfeited,
including the interest, if
any, in the following cases, namely: -
i. when the bidder withdraws or modifies its bid after
opening of bids due to reasons solely attributable to the
Bidder;
ii. when the bidder does not execute the agreement, if any,
after placement of
supply/ work order within the specified period, due to
reasons solely attributable to the Bidder;
iii. when the bidder fails to commence the supply of the
goods or service or
execute work as per supply/ work order within the time
specified, due to reasons solely attributable to the Bidder;
iv. when the bidder does not deposit the performance
security within specified
period after the supply/ work order is placed, due to
reasons solely attributable to the Bidder; and
v. if the bidder breaches any provision of code of integrity,
prescribed for
bidders, specified in the bidding document.
As per RFP
108 40 5. INSTRUCTION
TO BIDDERS
(ITB) & BIDDING
PROCESS
Point 12: Selection
Method
Selection Method- Bidder would be selected on the
basis of Least Cost Based Selection Method (LCBS) i.e.
L1 method as specified in “Financial Evaluation Criteria”
of clause titled “Evaluation & Tabulation of Financial
Bids”, wherein an eligible bidder with adequate
technical competence and the most competitive (lowest
or L1) rates / quote would be selected for the
implementation of the project.
Given the complexity of integrating the various
components, we request that a QCBS bid structure be
considered, using the same technical criteria framework in
the RFP, along with the financial evaluation, in a typical
70/30 scoring mechanism i.e. QCBS bid structure of 70%
weightage to Technical Bid and 30% weightage to
Commercial/Financial Bid.
As per RFP
109 41 14 e) 2. Technical Proposal, Presentation and Functional
Demonstration
How will the marks for functional demonstration be
evaluated for vendors who are proposing grounds up
development of IHMIS solution?
As per RFP
110 41 14. Evaluation &
Tabulation of
Technical Bids
Average Turnover of the bidder/ lead bidder in last three
financial years (2013-14 to 2015-16) from IT/ ITeS (incl.
design, development and deployment of software
services)
• >=100 Cr : 10 Marks
• >=80 Cr and <100 Cr : 09 Marks
• >=60 Cr and < 80 Cr : 08 Marks
• >=40 Cr and < 60 Cr : 07 Marks
Request to reduce turnover criteria or add one more
clause as below:
As per RFP
Page 19 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
111 41 14. Evaluation &
Tabulation of
Technical Bids
Item (e) Technical
Qualification
Criteria (TQ)
Relevant
Experience
Average Turnover of the bidder/ lead bidder in last three
financial years (2013-14 to 2015-16) from IT/ ITeS (incl.
design, development and deployment of software
services)
• >=100 Cr : 10 Marks
• >=80 Cr and <100 Cr : 09 Marks
• >=60 Cr and < 80 Cr : 08 Marks
• >=40 Cr and < 60 Cr : 07 Marks
A) Requesting you to start the Turnover limit from 20
Crores
B) Request to reduce turnover criteria or add one more
clause as below:
As per RFP
112 42 14. Evaluation &
Tabulation of
Technical Bids
The bidder or consortium members taken together must
have successfully executed or is executing projects of
total value (excluding hardware) in design,
development, integration, implementation, operations
and maintenance of eHealth Solutions (i.e. HIS/ EMR/
EHR/ HMIS) in last five (5) years (i.e. from 01st Jan.
2012 to 31st Dec. 2016). Each project should be of
value of Rs. 4 Cr. or higher.
• >= 3 similar projects : 20 Marks
• 2 similar projects : 15 Marks
• 1 similar project : 10 Marks
Request to accept e-Governance Projects under any
domain as experience.
As per RFP
113 42 14. Evaluation &
Tabulation of
Technical Bids
The bidder or any one of the consortium members must
possess valid certification of CMMI Level 3 or above as
on last date of bid submission
• CMMI Level 5 : 10 Marks
• CMMI Level 3 : 07 Marks
Request to change this clause as below:
CMM level or ISO Certifications
• ISO 9001:2015
• ISO 20000-1:2011
• ISO 27001:2013
As per RFP
114 42 14. Evaluation &
Tabulation of
Technical Bids
Item (e) Technical
Qualification
Criteria (TQ)
Relevant
Experience
The bidder or any one of the consortium members must
possess valid certification of CMMI Level 3 or above as
on last date of bid submission
• CMMI Level 5 : 10 Marks
• CMMI Level 3 : 07 Marks
Requesting you to modify this Clause as CMMI Level 3 Or
ISO 9001-2008 Certificate
As per RFP
Page 20 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
115 43 Clause 15 :
Evaluation &
Tabulation of
Financial Bids
Item (d)
Conditional Bids are liable to be rejected We request to please reconsider and allow deviations in
the commercial assumptions
As per RFP
116 46 Chapter 5 Item 17
17. Comparison of
rates of firms
outside and those
in Rajasthan
While tabulating the financial Bids of those firms which
are not entitled to price preference, the element of
Rajasthan Value Added Tax (RVAT) shall be excluded
from the rates quoted by the firms of Rajasthan and the
element of Central Sales Tax (CST) shall be included in
the rates of firms from outside Rajasthan for financial
bid evaluation purpose.
Firms from Rajasthan seems to have a cost advantage
because of exclusion of RVAT for such companies, but
inclusion of CST for those companies from outside
Rajasthan. Kindly advise
As per RFP
117 46 Clause 15 :
Evaluation &
Tabulation of
Financial Bids
a) The evaluation shall include all costs and all taxes
and duties applicable to the bidder as per law of the
Central/ State Government/ Local Authorities, and the
evaluation
criteria specified in the bidding documents shall only be
applied;
We request to modify the clause to the following -" Prices
shall be exclusive of all taxes. Customer shall pay all taxes
as applicable by law on actuals"
We request to please reconsider and allow deviations in
the commercial assumptions
Firms from Rajasthan seems to have a cost advantage
because of exclusion of RVAT for such companies, but
inclusion of CST for those companies from outside
Rajasthan. Kindly advise
As per RFP.
Page 21 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
118 49 25. Right to vary
qunatities
a) If the procuring entity does not procure any subject
matter of procurement or procures less than the
quantity specified in the bidding documents due to
change in circumstances, the bidder shall not be
entitled for any claim or compensation.
b) Repeat orders for extra items or additional quantities
may be placed on the rates and conditions given in the
contract (if the original order was given after inviting
open competitive Bids). Delivery or completion period
may also be proportionately increased. The limits of
repeat order shall be as under: -
1) 50% of the quantity of the individual items and 50%
of the value of original contract in case of works; and
2) 50% of the value of goods or services of the original
contract.
a) If the procuring entity does not procure any subject
matter of procurement or procures less than the quantity
specified in the bidding documents due to change in
circumstances, the bidder shall not be entitled for any
claim or compensation.
b) Repeat orders for extra items or additional quantities
may be placed on the rates and conditions given in the
contract provided that the period is not more than six
month from the date of agreement. Delivery or completion
period may also be proportionately increased. The limits of
repeat order shall be as under: -
1) 50% of the quantity of the individual items and 50% of
the value of original contract in case of works; and
2) 50% of the value of goods or services of the original
contract.
These changes were accepted by RISL finance team and
department in SDC expansion rfp (refer rfp number # F4.9
(213)/RISL/Tech/MISC/2014/11176 dated 02.03.2015)
after multiple deliberations.
Request you to amend the clause in the rfp. Above given
clause is taken from the SDC expansion rfp.
As per RFP.
119 49 Clause 25 : Right
to vary quantity
Item (a)
If the procuring entity does not procure any subject
matter of procurement or procures less than the
quantity specified in the bidding documents due to
change in circumstances, the bidder shall not be
entitled for any claim or compensation.
We propose "If the procuring entity does not procure any
subject matter of procurement or procures less than the
quantity specified in the bidding documents due to change
in circumstances, the bidder shall be entitled to claim
compensation against the investment made as per original
quantity". Request you to please consider this modified
clause.
As per RFP.
Page 22 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
120 49 Right to vary
quantity
a) If the procuring entity does not procure any subject
matter of procurement or
procures less than the quantity specified in the bidding
documents due to
change in circumstances, the bidder shall not be
entitled for any claim or
compensation.
b) Repeat orders for extra items or additional quantities
may be placed on the rates
and conditions given in the contract. Delivery or
completion period may also be
proportionately increased. The limits of repeat order
shall be as under: -
i. 50% of the quantity of the individual items and 50% of
the value of original
contract in case of works; and
ii. 50% of the value of goods or services of the original
contract.
Request variation to be limited to +/- 10% of the agreed
services/deliverables
As per RFP
121 51 27.a) Execution of
Agreement
A procurement contract shall come into force from the
date on which the letter of acceptance or letter of intent
is despatched to the bidder.
Request to amend the exisitng clause as below:
A procurement contract shall come into force from the date
on which the agreement is signed.
This clause was also present in the RISL other rfp's like
Big Data, Oracle Exadata, IBM PureApp, E-Sanchaar etc..
As per revised RFP
122 51 Forfeiture of
performance
security
Forfeiture of Security Deposit: Security amount in full or
part may be forfeited,
including interest, if any, in the following cases:-
i. When any terms and condition of the contract is
breached.
ii. When the bidder fails to make complete supply
satisfactorily.
iii. if the bidder breaches any provision of code of
integrity, prescribed for
bidders, specified in the bidding document.
Forfeiture of Security Deposit: Security amount in full or
part may be forfeited, including interest, if any, in the
following cases, provided, however, that such reasons are
solely attributable to the bidder:-
i. When any terms and condition of the contract is
breached.
ii. When the bidder fails to make complete supply
satisfactorily.
iii. if the bidder breaches any provision of code of integrity,
prescribed for
bidders, specified in the bidding document.
As per RFP
Page 23 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
123 56 Debarment from
Bidding
Where the entire bid security or the entire performance
security or any substitute
thereof, as the case may be, of a bidder has been
forfeited by a procuring entity
in respect of any procurement process or procurement
contract, the bidder may
be debarred from participating in any procurement
process undertaken by the
procuring entity for a period not exceeding three years.
Where the entire bid security or the entire performance
security or any substitute
thereof, as the case may be, of a bidder has been forfeited
by a procuring entity
in respect of any procurement process or procurement
contract, the bidder may
be debarred from participating in any procurement process
undertaken by the
procuring entity for a period not exceeding three years.
As per RFP
124 58 Clause 6: TERMS
AND
CONDITIONS, OF
TENDER &
CONTRACT
Def.: Services
“Services” means the services to be delivered by the
successful bidder and as required to run the project
successfully as per the contract. A service is the
intangible equivalent of an economic good.
“Services” means the services to be delivered by the
successful bidder as per the contract. A service is the
intangible equivalent of an economic good.
As per RFP.
125 60 6. TERMS AND
CONDITIONS, OF
TENDER &
CONTRACT
Point 4:
Consortium
Consortium- Two member Consortium consisting of
one lead bidder and one member is allowed.
Since the solution involves multiple important components,
we request that the number of members in the consortium
be increased to 4 (System Integrator, HMIS/EHR/PACS,
Telemedicine and mHealth Apps/Portals).
As per RFP
126 60 Clause 6 (5)
(a):Eligible
Services, Goods
and Related
Services
For purposes of this Clause, the term “services”
includes the services to be delivered by the Selected
Bidder as per scope of work and required to run the
project successfully…
For purposes of this Clause, the term “services” includes
the services to be delivered by the Selected Bidder as per
scope of work agreed between both the parties.
As per RFP.
127 61 Clause 9 : Delivery
& Installation
Item (d)
Shifting the place of Installation: The user will be free to
shift the place of installation within the same city /town/
district/ division. The successful / Selected Bidder shall
provide all assistance, except transportation, in shifting
of the equipment. However, if the city/town is changed,
additional charges of assistance in shifting and
providing maintenance services for remaining period
would be decided mutually.
We propose even within the same city, charges of
assistance in shifting and providing maintenance services
for remaining period should be decided mutually. Request
you to please consider.
As per RFP.
128 61 Sec. 9(b) :
“Purchaser’s
satisfaction”
The Contract for the supply can be repudiated at any
time by the Purchase Officer, if the supplies are not
made to his satisfaction after giving an opportunity to
the Selected Bidder of being heard and recording the
reasons for repudiation.
To avoid subjectivity we request that the condition to
measure Purchasers Satisfaction should be that the
supplies should conform to the Acceptance Criteria
determined as prior mutual agreement between the
parties.
As per RFP.
Page 24 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
129 62 13.Recoveries
from Supplier/
Selected Bidder
b) Amount may also be withheld to the extent of short
supply and rejected articles and in case of failure in
satisfactory replacement by the supplier along with
amount of liquidated damages shall be recovered from
his dues and security deposit available with RISL.
b) Amount may also be withheld to the extent of short
supply and rejected articles and in case of failure in
satisfactory replacement by the supplier along with amount
of liquidated damages shall be recovered from his dues
and security deposit available under this contract with
tendering authority.
These changes were accepted by RISL finance team and
department in SDC expansion rfp (refer rfp number # F4.9
(213)/RISL/Tech/MISC/2014/11176 dated 02.03.2015)
after multiple deliberations.
Request you to amend the clause in the rfp. Above given
clause is taken from the SDC expansion rfp.
As per revised RFP.
130 62 14. Taxes & Duties
Item (a)
The TDS, Raj-VAT, Service Tax etc., if applicable, shall
be deducted at source/ paid by RISL as per prevailing
rates. All other taxes, duties, license fee and levies
including Central Sales Tax and Entry Tax shall be
included in the bid price.
Request that the bid is exclusive of taxes as we are
anticipating gross overhaul of taxation system with the
implementation of GST.
Also, Taxes as per GST as and when implementated
should be acknowledged and accordingly SI should be
allowed to raise comprehensive invoice along with delivery
of Goods/Licenses.
As per RFP.
131 62 6. TERMS AND
CONDITIONS, OF
TENDER &
CONTRACT
Point 15:
Copyright/
Intellectual
Property Rights
(IPR)
Copyright/ Intellectual Property Rights (IPR)- The
copyright/ IPR in all drawings, source code design
documents, and other materials containing data and
information furnished to the Purchaser that has been
developed/ customized by the Selected Bidder for the
project herein shall remain vested in the Purchaser, or,
if they are furnished to the Purchaser directly or through
the Supplier/ Selected Bidder by any third party,
including suppliers of materials, the copyright in such
materials shall remain vested in such third party.
Given the various components involved in truly developing
an integrated health management system, and the
aggressive timelines proposed, we would like to bring
together partners with the best capability mix. A majority of
these partners would have COTS solutions which would
then be customized and integrated into iHMS. In this
context, we request consideration and clarification on the
following:
a. We suggest that intellectual property in the proposed
COTS products will not have to be transferred to the
Government of Rajasthan. Following traditional industry
practice, we suggest that “Code Escrow” be used as a
mechanism to protect the interests of the Government of
Rajasthan. Request your confirmation please.
As per RFP.
Page 25 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
132 62 Clause 14 : Taxes
& Duties
Taxes & Duties
a)The TDS, Raj-VAT, Service Tax etc., if applicable,
shall be deducted at source/ paid by RISL as per
prevailing rates. All other taxes, duties, license fee and
levies including Central Sales Tax and Entry Tax shall
be included in the bid price.
b) For goods supplied from outside India, the
successful/ Selected Bidder shall be entirely
responsible for all taxes, stamp duties, license fees,
and other such levies imposed outside the country.
c) For goods supplied from within India, the successful/
Selected Bidder shall be entirely responsible for all
taxes, duties, license fees, etc., incurred until delivery of
the contracted Goods to the Purchaser.
We request to modify the clause to the following -" Prices
shall be exclusive of all taxes. Customer shall pay all taxes
as applicable by law on actuals". Request you to please
consider.
As per revised RFP
133 62 Clause 6 (14)
Taxes and Duties
a) The TDS, Raj-VAT, Service Tax etc., if applicable,
shall be deducted at source/ paid by RISL as per
prevailing rates. All other taxes, duties, license fee and
levies including Central Sales Tax and Entry Tax shall
be included in the bid price.
b) For goods supplied from outside India, the
successful/ Selected Bidder shall be entirely
responsible for all taxes, stamp duties, license fees,
and other such levies imposed outside the country.
c) For goods supplied from within India, the successful/
Selected Bidder shall be entirely responsible for all
taxes, duties, license fees, etc., incurred until delivery of
the contracted Goods to the Purchaser.
a) The TDS, if applicable, shall be deducted at source by
RISL as per prevailing rates. The Bid Price is exclusive of
the Raj-VAT, Service Tax, and all other taxes, duties,
license fee and levies including Central Sales Tax and
Entry Tax or taxes of a similar nature measured by the
services, deliverables or charges thereon, imposed by any
applicable taxing jurisdiction and where such taxes are
applicable, Purchaser shall be responsible to pay or
reimburse Bidder the amount of such taxes. Where
applicable, Bidder shall invoice such taxes as a separate
line item in applicable invoices and shall pay such amount
of tax to the appropriate taxing authority upon receipt of
such amount from the Purchaser. Each party is
responsible for its own income taxes, corporate taxes and
franchise taxes. The Price should not be linked to the
foreign exchange or any other variable.
Bidder shall be reimbursed for payment of any statutory
duty/tax/levy including interest and/or new taxes or an
increase in the rates of existing taxes or any other sum, if
any payable in respect of any sales tax and/or any other
state or central levy. This will apply retrospectively, if so
applicable upon Bidder.
As per RFP.
Page 26 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
134 62 Clause 6 (15):
Copyright/IPR
The copyright/ IPR in all drawings, source code design
documents, and other materials containing data and
information furnished to the Purchaser that has been
developed/ customized by the Selected Bidder for the
project herein shall remain vested in the Purchaser, or,
if they are furnished to the Purchaser directly or through
the Supplier/ Selected Bidder by any third party,
including suppliers of materials, the copyright in such
materials shall remain vested in such third party.
All intellectual property rights in the software, all tools,
processes, software, utilities and methodology including
any Bidder proprietary products or components thereof any
development carried out by Bidder thereto in the course of
providing services hereunder, including customisation,
enhancement, interface development etc. shall remain the
exclusive property of Bidder and the purchaser shall not
acquire any right title or interest of any nature therein
except to the extent provided herein. Bidder shall however
grant in favour of the Purchaser the right and non
exclusive, non transferable, perpetual and irrevocable
license to use the software for the purposes agreed
hereunder.
Similarly all the Intellectual Property Rights (IPR) in the
third party software used in providing services including
those forming part of or incorporated into the deliverables
shall remain with the respective third party owners/
Bidder’s licensor and Purchaser shall have user rights in
accordance with end user license agreement (EULA) as
applicable to use of such software.
As per RFP.
Page 27 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
135 62 Copyright/
Intellectual
Property Rights
(IPR)
The copyright/ IPR in all drawings,
source code design documents, and other materials
containing data and information
furnished to the Purchaser that has been developed/
customized by the Selected
Bidder for the project herein shall remain vested in the
Purchaser, or, if they are
furnished to the Purchaser directly or through the
Supplier/ Selected Bidder by any
third party, including suppliers of materials, the
copyright in such materials shall
remain vested in such third party
The copyright/ IPR in all drawings,
source code design documents, and other materials
containing data and information
furnished to the Purchaser that has been developed/
customized by the Selected
Bidder for the project herein shall remain vested in the
Purchaser, or, if they are
furnished to the Purchaser directly or through the Supplier/
Selected Bidder by any
third party, including suppliers of materials, the copyright in
such materials shall
remain vested in such third party
No intellectual property rights of any nature shall be
transferred from one party to the other in the course of
performing any obligations or otherwise under this
agreement. For the avoidance of doubt, Bidder may use
certain tools, processes or methodologies of its own in
performing the Services. Ownership of all intellectual
property rights and any other rights in these shall vest with
Bidder, and no rights shall be deemed to have accrued to
the Customer.
As per RFP
136 62 Sec. 14 : Taxes &
Duties
a) The TDS, Raj-VAT, Service Tax etc., if applicable,
shall be deducted at source/ paid by RISL as per
prevailing rates. All other taxes, duties, license fee and
levies including Central Sales Tax and Entry Tax shall
be included in the bid price.
Since GST is round the corner we request that Taxes &
Duties should be over and above the bid price, just as
deduction on account of TDS, etc are based on the
prevailing law at that time.
As per RFP.
137 63 Clause 16 -
Confidential
Information:
Item 16(d)
The obligation of a party under sub-clauses above,
however, shall not apply to information that...
We propose addition of a sub-para (v) : “can be proven to
have been independently developed by the receiving party”
As per RFP.
138 63 Clause 16 -
Confidential
Information:
Item 16(f)
The provisions of this clause shall survive completion or
termination, for whatever reason, of the Contract.
We propose a cap on the survival period of 2 years against
the indefinite period mentioned
As per RFP.
Page 28 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
139 63 Clause 6 (17): Sub-
Contracting
Item (a)
a) Unless otherwise specified in the Contract, the
Selected Bidder shall not assign or sub-let his contract
or any substantial part thereof to any other agency
without the permission of Purchaser/ Tendering
Authority.
Unless otherwise specified in the Contract, the Selected
Bidder shall not assign or sub-let his contract or any
substantial part thereof to any other agency without the
permission of Purchaser/ Tendering Authority, which shall
not be unreasonably withheld by the Purchaser.
As per RFP.
140 63 Confidential
Information
The provisions of this clause shall survive completion or
termination, for whatever reason, of the Contract.
The provisions of this clause shall survive completion or
termination, for whatever reason, of the Contract for a
period of two years.
As per RFP
141 64 Sec. 18:
Specifications &
Standards
We propose addition of a sub-para (f) to include standard
warranty disclaimer against merchantability and fitness for
purpose.
As per RFP.
142 65 Rejection
a)Articles not approved during inspection or testing
shall be rejected and will haveto be replaced by the
Selected Bidder at his own cost within the time fixed by
the Purchase Officer.
b) If, however, due to exigencies of RISL work, such
replacement either in whole or in part, is not considered
feasible, the Purchase Officer after giving an
opportunity to the Selected Bidder of being heard shall
for reasons to be recorded, deduct a suitable amount
from the approved rates. The deduction so made shall
be final.
c) The rejected articles shall be removed by the
Selected Bidder within 15 days of
intimation of rejection, after which Purchase Officer
shall not be responsible for
any loss, shortage or damage and shall have the right
to dispose of such articles
a)Articles not approved during inspection or testing shall
be rejected and will haveto be replaced by the Selected
Bidder at his own cost within the time fixed by the
Purchase Officer.
b) If, however, due to exigencies of RISL work, such
replacement either in whole or in part, is not considered
feasible, the Purchase Officer after giving an opportunity to
the Selected Bidder of being heard shall for reasons to be
recorded, deduct a suitable amount from the approved
rates. The deduction so made shall be final.
c) The rejected articles shall be removed by the Selected
Bidder within 15 days of
intimation of rejection, after which Purchase Officer shall
not be responsible for
any loss, shortage or damage and shall have the right to
dispose of such articles
As per RFP
143 66 25 (a) Except as provided under clause “Force Majeure”, if the
Supplier/ Selected Bidder fails to deliver any or all of the
Services or Goods or perform the Related Services
within the period specified in the Contract, the
Purchaser may without
prejudice to all its other remedies under the Contract,
deduct from the Contract Price, as liquidated damages,
a sum equivalent to the percentage specified in (d)
below for each week or part thereof of delay until actual
delivery or performance, up to a maximum deduction of
the percentage specified in the bidding document and/
or contract.
Point no 25 (a) of general terms and conditions talks about
liquidated damages, a sum equivalent of the percentage
specified in (d) for each week of delay. Whereas 25 (d)
does not have such details. Although 25 (j) gives details of
liquidated damages applicable on delays. We request
RISL to confirm the exact section applicable for calculating
the liquidated damages on delay of delivery of goods and /
or services by the supplier
As per RFP.
Page 29 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
144 67 25 The maximum amount of liquidated damages shall be
10%.
Kindly amend the existing clause as below:-
The maximum amount of agreed liquidated damages shall
be 10% of total value of the items to be supplied in the
particular phase.
These changes were accepted by RISL finance team and
department in E-Sanchaar 2.0 rfp (refer rfp number #
F4.3(177)/RISL/Tech/16/10152 dated 14.03.2017) after
multiple deliberations.
Request you to add this clause in the rfp. Above given
clause is taken from the E-Sanchaar rfp.
As per revised RFP
145 68 27. Warranty The Selected Bidder must supply all items (Software
and 3rd party products like CMS / DMS (if any), Work
Flow Management (if any) with comprehensive on-site
OEM warranty valid for the period as specified in this
RFP after the goods or services, or any portion thereof
as the case may be, have been delivered to, installed
and accepted at the final destination(s) indicated in the
bidding document.
We understand that software licenses procurement and
OEM warranty and support is not in scope of bidder.
Please confirm
As per RFP.
Page 30 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
146 68 Clause 6 (27):
Warranty
a) The Selected Bidder must supply all items (Software
and 3rd party products like CMS / DMS (if any), Work
Flow Management (if any) with comprehensive on-site
OEM warranty valid for the period as specified in this
RFP after the goods or services, or any portion thereof
as the case may be, have been delivered to, installed
and accepted at the final destination(s) indicated in the
bidding document. However, if delay of installation is
more than a month’s time due to the reasons ascribed
to the Selected Bidder, the warranty shall start from the
date of last successful installation of the items covered
under the PO.
b) At the time of goods or services delivery, the
Selected Bidder shall submit a certificate/ undertaking
from all the respective OEMs mentioning the fact that
the goods or services supplied are covered under
comprehensive warranty & support for the prescribed
period.
c) The purchaser shall give a written notice to the
Selected Bidder stating the nature of any defect
together with all available evidence thereof, promptly
following the discovery thereof. The purchaser shall
afford all reasonable opportunity for the Selected Bidder
to inspect such defects. Upon receipt of such notice,
the Selected Bidder shall expeditiously cause to repair
the defective goods or parts thereof or replace the
defective goods or parts thereof with brand new
genuine/ authentic ones having similar or higher
specifications from the respective OEM, at no cost to
the Purchaser. Any goods repaired or replaced by the
Selected Bidder shall be delivered at the respective
location without any additional costs to the purchaser.
d) If having been notified, the Selected Bidder fails to
a) The Selected Bidder must supply all items (Software
and 3rd party products like CMS / DMS (if any), Work Flow
Management (if any) with comprehensive on-site OEM
warranty valid for 3 months after the goods or services, or
any portion thereof as the case may be, have been
delivered to, installed and accepted at the final
destination(s) indicated in the bidding document.
b) At the time of goods or services delivery, the Selected
Bidder shall submit a certificate/ undertaking from all the
respective OEMs mentioning the fact that the goods or
services supplied are covered under comprehensive
warranty & support for 3 months period.
c) The purchaser shall give a written notice to the Selected
Bidder stating the nature of any defect together with all
available evidence thereof, promptly following the
discovery thereof. The purchaser shall afford all
reasonable opportunity for the Selected Bidder to inspect
such defects.
Under this warranty, Upon receipt of such notice, Selected
Bidder shall remove the ‘defect’ in the deliverables. The
scope of the warranty shall be limited only to correction of
any bugs that were left undetected during acceptance
testing by Purchaser. Warranty shall not cover any
enhancements or changes in the application software,
carried out after acceptance testing. This warranty is only
valid for defects against approved specifications. The
above mentioned warranty shall also not apply if there is
any (i) combination, operation, or use of some or all of the
deliverables or any modification thereof furnished
hereunder with information, software, specifications,
instructions, data, or materials not approved by Selected
As per RFP.
147 68 Warranty If having been notified, the Selected Bidder fails to
remedy the defect within the
period specified, the purchaser may proceed to take
within a reasonable period
such remedial action as may be necessary, in addition
to other recourses
available in terms and conditions of the contract and
bidding document.
If having been notified, the Selected Bidder fails to remedy
the defect within the
period specified, the purchaser may proceed to take within
a reasonable period
such remedial action as may be necessary, in addition to
other recourses
available in terms and conditions of the contract and
bidding document.
As per RFP
Page 31 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
148 69 Clause 29 :
Limitation Of
Liability
Except in cases of gross negligence or willful
misconduct:
a) neither party shall be liable to the other party for any
indirect or consequential loss or damage, loss of use,
loss of production, or loss of profits or interest costs,
provided that this exclusion shall not apply to any
obligation of the Supplier/ Selected Bidder to pay
liquidated damages to the Purchaser; and
b) the aggregate liability of the Supplier/ Selected
Bidder to the Purchaser, whether under the Contract, in
tort, or otherwise, shall not exceed the amount specified
in the Contract, provided that this limitation shall not
apply to the cost of repairing or replacing defective
equipment, or to any obligation of the Supplier/ Selected
Bidder to indemnify the Purchaser with respect to
patent infringement.
We suggest: In no event shall either party be liable for any
indirect, incidental, consequential, special or punitive loss
or damage including but not limited to loss of profits or
revenue, loss of data, even if the party shall have been
advised of the possibility thereof. In any case, the
aggregate liability of the bidder, whatsoever and
howsoever
arising, whether under the contract, tort or other legal
theory, shall not exceed the total charges received as per
the Contract, as of the date such liability arose, from the
Purchaser, with respect to the goods or services supplied
under this Agreement, which gives rise to the liability.
As per RFP.
Page 32 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
149 69 Clause 6 (27):
Patent Indemnity
a) The Supplier / Selected Bidder shall, subject to the
Purchaser’s compliance with sub-clause (b) below,
indemnify and hold harmless the Purchaser and its
employees and officers from and against any and all
suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of
any nature, including attorney’s fees and expenses,
which the Purchaser may suffer as a result of any
infringement or alleged infringement of any patent, utility
model, registered design, trademark, copyright, or other
intellectual property right registered or otherwise
existing at the date of the Contract by reason of: -
i. the installation of the Goods/ delivery of service by the
Supplier/ Selected Bidder or the use of the Goods/
services in the country where the Site is located; and
ii. the sale in any country of the products produced by
the Goods.
Such indemnity shall not cover any use of the Goods or
any part thereof other than for the purpose indicated by
or to be reasonably inferred from the Contract,
neither any infringement resulting from the use of the
Goods or any part thereof, or any products produced
thereby in association or combination with any other
equipment, plant, or materials not supplied by the
Supplier/ Selected Bidder, pursuant to the Contract.
b) If any proceedings are brought or any claim is made
against the Purchaser arising out of the matters
referred to above, the Purchaser shall promptly give the
Supplier/ Selected Bidder a notice thereof, and the
Supplier/ Selected Bidder may at its own expense and
in the Purchaser’s name conduct such proceedings or
a) The Supplier / Selected Bidder shall, subject to the
Purchaser’s compliance with sub-clause (b) below,
indemnify and hold harmless the Purchaser and its
employees and officers from and against any and all suits,
actions or administrative proceedings, claims, demands,
losses, damages, costs, and expenses of any nature,
including attorney’s fees and expenses, which the
Purchaser may suffer as a result of any infringement f any
patent, utility model, registered design, trademark,
copyright, or other intellectual property right registered or
otherwise existing at the date of the Contract by reason of: -
i. the installation of the Goods/ delivery of service by the
Supplier/ Selected Bidder or the use of the Goods/
services in the country where the Site is located; and
Such indemnity shall not cover any use of the Goods or
any part thereof other than for the purpose indicated by or
to be reasonably inferred from the Contract, neither any
infringement resulting from the use of the Goods or any
part thereof, or any products produced thereby in
association or combination with any other equipment,
plant, or materials not supplied by the Supplier/ Selected
Bidder, pursuant to the Contract.
b) If any proceedings are brought or any claim is made
against the Purchaser arising out of the matters referred to
above, the Purchaser shall promptly give the Supplier/
Selected Bidder a notice thereof, and the Supplier/
Selected Bidder in the Purchaser’s name conduct such
proceedings or claim and any negotiations for the
settlement of any such proceedings or claim.
c) If the Supplier/ Selected Bidder fails to notify the
As per RFP.
Page 33 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
150 69 Patent indemnity As per RFP Request indemnification to be restricted to third party
claims only.
Request to add the following,
"Bidder shall not have any liability to Customer under this
Section to the extent that any infringement or claim thereof
is attributable to: (1) the combination, operation or use of
a Deliverable with equipment or software supplied by
Customer where the Deliverable would not itself be
infringing; (2) compliance with designs, specifications or
instructions provided by Customer; (3) use of a
Deliverable in an application or environment for which it
was not designed or contemplated under this Agreement;
or (4) modifications of a Deliverable by anyone other than
Bidder where the unmodified version of the Deliverable
would not have been infringing.
Bidder will completely satisfy its obligations hereunder if,
after receiving notice of a claim, Bidder obtains for
Customer the right to continue using such Deliverables as
provided without infringement, or replace or modify such
Deliverables so that they become non-infringing."
As per RFP
151 69 Sec. 28 : Patent
Indemnity
The sole and exclusive remedy for Purchaser in case of
successful claim by third party for infringement of its IPR
shall be getting at the discretion of Bidder, (i) getting the
claimant consent to continued use of the Product, failing
which (ii) modifying the product so that it is no longer
infringing, failing which (iii) refund the consideration
received against the infringing product , less depreciation
as per GAPP if it has been used for one year or more. All
these, are provided the control of the defence is entirely
left to Bidder and purchaser does not do anything which
would cause prejudice or detriment to Bidder’s interests.
As per RFP.
152 70 Clause 31 : Force
Majeure
We propose to add " In case of force majeure bidder shall
be compensated for the goods delivered and services
rendered before the force Majeure event". Request you to
please consider.
As per RFP.
Page 34 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
153 70 Clause 6(29):
Change in Laws
and Regulations
Unless otherwise specified in the Contract, if after the
date of the Invitation for Bids, any law, regulation,
ordinance, order or bylaw having the force of law is
enacted, promulgated, abrogated, or changed in
Rajasthan/ India, where the Site is located (which shall
be deemed to include any change in interpretation or
application by the competent authorities) that
subsequently affects the Delivery Date and/ or the
Contract Price, then such Delivery Date and/ or
Contract Price shall be correspondingly increased or
decreased, to the extent that the Supplier has thereby
been affected in the performance of any of its
obligations under the Contract. Notwithstanding the
foregoing, such additional or reduced cost shall not be
separately paid or credited if the same has already
been accounted for in the price adjustment provisions
where applicable.
If after the date of the Invitation for Bids, any law,
regulation, ordinance, order or bylaw having the force of
law is enacted, promulgated, abrogated, or changed in
Rajasthan/India, where the Site is located (which shall be
deemed to include any change in interpretation or
application by the competent authorities) that subsequently
affects the Delivery Date and/ or the Contract Price, then
such Delivery Date and/ or Contract Price shall be
correspondingly increased or decreased, to the extent that
the Supplier has thereby been affected in the performance
of any of its obligations under the Contract.
As per RFP.
154 70 Clause 6(31):
Force Majeure
b) For purposes of this Clause, “Force Majeure” means
an event or situation beyond the control of the Supplier/
Selected Bidder that is not foreseeable, is unavoidable,
and its origin is not due to negligence or lack of care on
the part of the Supplier/ Selected Bidder. Such events
may include, but not be limited to, acts of the Purchaser
in its sovereign capacity, wars or revolutions, fires,
floods, epidemics, quarantine restrictions, and freight
embargoes.
d) If the performance in whole or part or any obligation
under the contract is prevented or delayed by any
reason of Force Majeure for a period exceeding 60
days, either party at its option may terminate the
contract without any financial repercussion on either
side.
b) For purposes of this Clause, “Force Majeure” means an
event or situation beyond the control of the Supplier/
Selected Bidder that is not foreseeable, is unavoidable,
and its origin is not due to negligence or lack of care on the
part of the Supplier/ Selected Bidder. Such events may
include, but not be limited to, act of God, acts of the
Purchaser in its sovereign capacity, wars or revolutions,
fires, floods, explosions, epidemics, quarantine restrictions,
action or request of governmental authority, accident,
labour trouble and freight embargoes.
d) If the performance in whole or part or any obligation
under the contract is prevented or delayed by any reason
of Force Majeure for a period exceeding 30 days, either
party may at any time thereafter while such performance
continues to be excused, at its option terminate the
contract without any financial repercussion on either side
by notice in writing to the other party. However, Bidder
shall be entitled to receive payments for all services
rendered by it under this Contract.
As per RFP.
Page 35 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
155 70 Limitation of
Liability
Except in cases of gross negligence or willful
misconduct: -
a) neither party shall be liable to the other party for any
indirect or consequential
loss or damage, loss of use, loss of production, or loss
of profits or interest costs,
provided that this exclusion shall not apply to any
obligation of the Supplier/
Selected Bidder to pay liquidated damages to the
Purchaser; and
b) the aggregate liability of the Supplier/ Selected
Bidder to the Purchaser, whether under the Contract, in
tort, or otherwise, shall not exceed the amount specified
inthe Contract, provided that this limitation shall not
apply to the cost of repairing or replacing defective
equipment, or to any obligation of the Supplier/ Selected
Bidder to indemnify the Purchaser with respect to
patent infringement.
Except in cases of gross negligence or willful misconduct: -
a) nNeither party shall be liable to the other party for any
indirect or consequential
loss or damage, loss of use, loss of production, or loss of
profits or interest costs,
provided that this exclusion shall not apply to any obligation
of the Supplier/
Selected Bidder to pay liquidated damages to the
Purchaser; and
b) the aggregate liability of the Supplier/ Selected Bidder to
the Purchaser, whether under the Contract, in tort, or
otherwise, shall not exceed 25% of the annual amount
specified in the Contract, provided that this limitation shall
not apply to the cost of repairing or replacing defective
equipment, or to any obligation of the Supplier/ Selected
Bidder to indemnify the Purchaser with respect to patent
infringement.
As per RFP
156 71 Change orders
and contract
amendments
As per RFP Request deletion of this clause and the following to the
inserted in place,
"Either party may request a change order (“Change
Order”) in the event of actual or anticipated change(s) to
the agreed scope, Services, Deliverables, schedule, or any
other aspect of the Statement of Work/Purchase Order.
Wipro will prepare a Change Order reflecting the proposed
changes, including the impact on the Deliverables,
schedule, and fee. In the absence of a signed Change
Order, Wipro shall not be bound to perform any additional
services."
As per RFP
157 71 Termination for
Default
The procuring authority may, without prejudice to any
other remedy for breach of contract, by a written notice
of default of at least 30 days sent to the supplier/
selected bidder, terminate the contract in whole or in
part:
The procuring authority may, without prejudice to any
other remedy for breach of contract, by a written notice of
default and a cure period of at least 30 days sent to the
supplier/ selected bidder, terminate the contract in whole or
in part:
As per RFP
Page 36 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
158 71 Termination for
Default
The tender sanctioning authority of RISL may, without
prejudice to any other
remedy for breach of contract, by a written notice of
default of at least 30 days
sent to the supplier / Selected Bidder, terminate the
contract in whole or in
part: -
a. If the supplier / Selected Bidder fails to deliver any or
all quantities of the
service within the time period specified in the contract,
or any extension
thereof granted by RISL; or
b. If the supplier / Selected Bidder fails to perform any
other obligation under
the contract within the specified period of delivery of
service or any
extension granted thereof; or
c. If the supplier / Selected Bidder, in the judgment of
the Procuring Authority
has engaged in corrupt, fraudulent, collusive, or
coercive practices in
competing for or in executing the contract.
d. If the supplier / Selected Bidder commits breach of
any condition of the
contract.
The tender sanctioning authority of RISL may,subject to a
cure period of thirty (30) days, without prejudice to any
other
remedy for breach of contract, by a written notice of default
of at least 30 days
sent to the supplier / Selected Bidder, terminate the
contract in whole or in
part: -
a. If the supplier / Selected Bidder fails to deliver any or all
quantities of the
service within the time period specified in the contract, or
any extension
thereof granted by RISL; or
b. If the supplier / Selected Bidder fails to perform any
other obligation under
the contract within the specified period of delivery of
service or any
extension granted thereof; or
c. If the supplier / Selected Bidder, in the judgment of the
Procuring Authority
has engaged in corrupt, fraudulent, collusive, or coercive
practices in
competing for or in executing the contract.
d. If the supplier / Selected Bidder commits material
breach of any condition of the contract.
In any event of termination byRISL, the Bidder shall be
paid for the:
1. goods delivered
2. services rendered
3. work in progress
4. unpaid AMCs
5. third party orders in pipeline which cannot be cancelled
As per RFP
Page 37 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
159 72 34 Settlement of Disputes Kindly add the below caluse I the exisiting clause:
The Arbitration and Conciliation Act 1996, the rules there
under and any statutory modification or re-enactment’s
thereof, shall apply to the arbitration proceedings.
These changes were accepted by RISL finance team and
department in E-Sanchaar 2.0 rfp (refer rfp number #
F4.3(177)/RISL/Tech/16/10152 dated 14.03.2017) after
multiple deliberations.
Request you to add this clause in the rfp. Above given
clause is taken from the E-Sanchaar rfp.
As per revised RFP
160 72 Sec. 34(b) :
Standing
committee for
settlement of
Disputes
If a question, difference or objection arises in
connection with or out of the contract agreement or the
meaning of operation of any part, thereof or the rights,
duties or liabilities of either party have not been settled
by mutual discussions or the decision of tender
sanctioning Procurement Committee, it shall be referred
to the empowered standing committee for decision if
the amount of the claim is more than Rs 50,000. The
empowered standing committee shall consist of
members jointly constituted by Department and RISL.
Suggested Alternative:The Standing Committee for
settlement of disputes should consist of equal number of
representatives from BOTH sides. If this fails, the
Arbitration and Conciliation Act, 1996 and rules framed
thereunder and for the time being in force shall apply. The
Buyer cannot arrogate to itself the sole authority to decide.
Arbitrator to be jointly appointed.
As per RFP.
Page 38 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
161 72 Termination for
Convenience/
Foreclosurei.
i. RISL, by a written Notice of at least 30 days sent to
the supplier / Selected
Bidder, may terminate the Contract, in whole or in part,
at any time for its
convenience. The Notice of termination shall specify
that termination is for the
Purchaser’s convenience, the extent to which
performance of the Supplier/
Selected Bidder under the Contract is terminated, and
the date upon which
such termination becomes effective.
ii. Depending on merits of the case the Supplier /
Selected Bidder may be
appropriately compensated on mutually agreed terms
for the loss incurred by
the contract if any due to such termination.
iii. The Goods that are complete and ready for shipment
within twenty-eight (28)
days after the Supplier/ Selected Bidder’s receipt of the
Notice of termination
shall be accepted by the Purchaser at the Contract
terms and prices. For the
remaining Goods, the Purchaser may elect:
iv. To have any portion completed and delivered at the
Contract terms and
prices; and/or
v. To cancel the remainder and pay to the Supplier/
Selected Bidder an agreed
amount for partially completed Goods and Related
Services and for materials
and parts previously procured by the supplier / Selected
Bidder.
i. RISL, by a written Notice of at least 3090 days sent to the
supplier / Selected
Bidder, may terminate the Contract, in whole or in part, at
any time for its
convenience. The Notice of termination shall specify that
termination is for the
Purchaser’s convenience, the extent to which performance
of the Supplier/
Selected Bidder under the Contract is terminated, and the
date upon which
such termination becomes effective.
ii. Depending on merits of the case the Supplier / Selected
Bidder may be
appropriately compensated on mutually agreed terms for
the loss incurred by
the contract if any due to such termination.
iii. The Goods that are complete and ready for shipment
within twenty-eight (28)
days after the Supplier/ Selected Bidder’s receipt of the
Notice of termination
shall be accepted by the Purchaser at the Contract terms
and prices. For the
remaining Goods, the Purchaser may elect:
iv. To have any portion completed and delivered at the
Contract terms and
prices; and/or
v. To cancel the remainder and pay to the Supplier/
Selected Bidder an agreed
amount for partially completed Goods and Related
Services and for materials
and parts previously procured by the supplier / Selected
Bidder.
As per RFP
Page 39 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
162 74 Clause 7.1:
Payment Terms &
Schedule
• Due payments shall be made promptly by the
Purchaser, generally within sixty (60) days after
submission of an invoice or request for payment by the
supplier/ Selected Bidder, and the Purchaser has
accepted it.
Due payments shall be made promptly by the Purchaser,
generally within thirty (30) days after submission of an
invoice or request for payment by the supplier/ Selected
Bidder.
All payments due for more than thirty (30) days will attract
an interest at the rate of 2 percent per month on the
invoice amount calculated from the date the payment
became due until the recovery is made in full with interest.
Without prejudice to the other rights available, Bidder also
reserves the right to withhold the provision of Services till
such time all the payments due to it under this Agreement
have been made by Bank and any such withholding by the
Bidder shall not be treated as breach by it of the provisions
of this Agreement. Invoices shall be deemed to have been
accepted if Bank does not furnish a written objection
specifying the nature of the dispute within ten (10) days
from the date of invoice.
As per RFP.
163 74 Payment terms
and Schedule
As per RFP Request to reduce payment term to 30 days and request to
consider advance payment
As per RFP
164 74 Sec. 7.1, fourth
bullet
Due payments shall be made promptly by the
Purchaser, generally withinsixty (60) days after
submission of an invoice or request for payment by
thesupplier/ Selected Bidder, and the Purchaser has
accepted it.
We suggest that credit period may be reduced to 30 days
instead of 60 days.
As per RFP
165 75 7.3 c) c) Hours of Operation (Help Desk): 7:00 AM to 11 as
per working days of hospitals.
Please clarify if this is 11 AM or PM? Also how many
working days of hospitals are there per week?
As per Revised RFP
166 75 7.3 Service Level
Standards/
Requirements/
Agreement
Hours of Operation (Help Desk): 7.00 AM to 11.00 as
per working days of hospitals
Need clarification on the timing As per Revised RFP.
167 75 Service Level
Standards/
Requirements/
Agreement
As per RFP Maximum aggregate penalty under this RFP to be limtied
to 3% of the total contract value of the delayed
deliverables/services
As per RFP
Page 40 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
168 76 7.3 h) h)Penalty for downtime
"Number of hours the iHMS is non-functional/non-
accessible/non-available/non-responsive in each case
of outage."
Does this mean the entire system is down and not just a
single module or functionality? Also downtime due to
reasons beyond the application such as hardware,
connectivity etc. should be excluded from this calculation.
Also planned downtime for update of patches, database
maintainance etc. should not be included.
As per RFP
169 76 Clause 7.3
Item (h) Penalty for
Downtime
Any downtime due to hardware, network bandwidth, other
agencies shall not be attributable to bidder and shall not be
penalised. Request you to please confirm.
Yes but as per the reports
provided by RSDC
170 76 Clause 7.3 (i)
Penalty for Non-
Availability of
deployed
Personnel/
Resources/
Manpower: A Maximum of 18 leaves per year (4.5 per
quarter on prorate
basis) shall be allowed for resource deployed.
Our Company policy is 21 days - Can RISL consider the
same instead of 18 days Annually?
As per RFP.
171 76 Clause 7.3 (j)
Penalty for non-
timely performing
software support
service…
Clause a bit ambiguous need more clarity on KPI As per RFP.
172 76 Clause 7.3 Service
Level Standards/
Requirements/
Agreement
Item (h) Penalty for
Downtime
Number of hours the Integrated HMS Software solution
(Web Application or Web Portal) is non-functional / non-
accessible / non-available / non-responsive in each
case of outage
Kindly advise, is the SLA applicable if the IHMS is not
accessible from certain locations (due to unavoidable
circumstances such as internet connectivity), but is
accessible from all other locations
As per revised RFP
173 76 Clause 7.3 Service
Level Standards/
Requirements/
Agreement
Item (k) Penalty for
attrition of key
resources during
the project
duration
SI shall make sure that the key personnel involved in
the development, operation and maintenance of the
Integrated HMS software solution are designated to the
project for the entire project duration. In case, any key
person listed below has to leave the project, the
following penalties shall be applicable...
Attrition is generally pretty high in the IT industry; there
should be no penalty on this count, if an adequate
replacement has been provided. Kindly advise
As per RFP
Page 41 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
174 77 7.3 (J) Penalty for non-timely performing software support
service like Update Content Management on IHMS
Software solution (Web Portal or Web Application)
/Defect fixing/ Change Management (Application
Software) i.e. Minor Change Requests- Up to 2 days -
No penalty > 2 days - 200 per incident per day
We understand that the calculation of 2 days will be done
based on helpdesk service window. E.g. if ticket is open at
Saturday 5 PM and assuming Sunday as holiday the
service window for that ticket will be till 5 PM on Tuesday.
Please confirm if our understanding is correct?
No assumptions as it is
calender days and not
working days. It is expected
that the changes are done as
soon as possible irrespective
of any holidays
175 77 7.3 (k) Penalty for attrition of key resources during the project
duration: SI shall make sure that the key personnel
involved in the development, operation and
maintenance of the Integrated HMS software solution
are designated to the project for the entire project
duration. In case, any key person listed below
has to leave the project, the following penalties shall be
applicable: Helpdesk Support Engineer - Penalty Rs.
5,000/- on second change and thereafter on every
change
As there are 12 resources required for helpdesk so there
will be 12 changes allowed in helpdesk resources during
the tenure of the project beyond that there will be penalty
on every change as mentioned. Please confirm if our
understanding is correct?
As per RFP.
176 77 Clause 7.3 (k)
Penalty for attrition
of key resources
during the project
duration
As per the clause for every second change there is
fixed penalty for different categories. That too during
entire project duration which is for 5 years.
Please clarify how the second change is computed? Does
it mean one change is allowed. 5 years enough in IT
services for career growth we cant expect a developer to
remain developer for 5 years. This needs to be reviewed
may be based on incidents penalty can be imposed.
As per RFP
177 77 Penalty Penalty on Manpower The penalties on resource replacement shall be capped at
10% of the quarterly contract value. However penalty on
resource replacement may be waived off subject to the
approval of RISL under the following circumstances:
i) Medical Emergency
ii) Resignation of deployed resource
These changes were accepted by RISL finance team and
department in Big Data rfp (refer rfp number #
F4.3(158)/RISL/Tech/15/7729 dated 15.02.2016) after
multiple deliberations.
Request you to amend the clause in the rfp. Above given
clause is taken from the Big Data rfp.
As per revised RFP
Page 42 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
178 78 7.3 (l) l) The maximum total penalty in any quarter (excluding
non-availability of deployed manpower/ resources/
personnel) shall not be more than 20% of the total
amount due for the quarter beyond which the tendering
authority will be free to initiate action as per RFP terms
and condition for breach of SLA. The tendering
authority may also forfeit the PSD and also debar the SI
from bidding (for all types and form of bids) for at least
three years in RISL and M& H Department.
Please consider Penalty Capping: 10% of quarterly
payment
As per revised RFP.
179 78 The maximum total penalty in any quarter (excluding
non-availability of
deployed manpower/ resources/ personnel) shall not be
more than 20% of the
total amount due for the quarter beyond which the
tendering authority will be
free to initiate action as per RFP terms and condition for
breach of SLA. The
tendering authority may also forfeit the PSD and also
debar the SI from
bidding (for all types and form of bids) for at least three
years in RISL and M&
H Department.
The maximum total penalty in any quarter (excluding non-
availability of
deployed manpower/ resources/ personnel) shall not be
more than 203% of the
total amount due for the quarter beyond which the
tendering authority will be
free to initiate action as per RFP terms and condition for
breach of SLA. The
tendering authority may also forfeit the PSD and also
debar the SI from
bidding (for all types and form of bids) for at least three
years in RISL and M&
H Department.
As per RFP
180 82 7.5 g) Training,
hand-holding and
knowledge transfer
i. The Selected Bidder shall hold technical knowledge
transfer sessions with designated technical team of
Department in the last 3 months of the project duration.
a) Please let us know that the Training will be held at
centralized location.
b) The Space/Training Lab for training will be provided by
the Department.
c) Consumables for Training will be provided by the
department, as consumables cannot be accurately
determined by the Bidder/SI.
As per revised RFP
181 84 8.1.1 Electronic Health Record and platform to host various
EHR/ HIS/ EMR andother public health IT Systems with
Registries (Master Patient Index; Patient, Provider and
Facility Registries) along with an Analytics Engine
What is the estimated number of patients who would be
enrolled to this system?
As per RFP
182 84 8.1.1 Blockchain Fabric shall be provided by DoIT&C The RFP doesn't mention about scope and use cases for
Blockchain? What are expectations from bidder in this
regard?
As per RFP
Page 43 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
183 85 Section 8.1.1 Search utility for effectively searching all medical details
of a patient using unique ID like Aadhaar Card or
Bhamashah Card, with due verification process as
required
Since many of the participating private hospitals, clinics,
pharmacies and diagnostic center might have different
registration system and might not capture bhamasha and
Adhaar number. In such cases if the patient has been
brought to a trauma center for an emergency, the doctor
sould be able to search and identfy the patient uniquely by
using any identifier they have in that case. It is very
necessary for the doctor to see the longitudinal health
record of the patient before they start the treatment
especially when the patinet is unconsious.
we would like to recommend to add "search utility to
identify a patient uniquely using other identifier in addition
to Aadhaar and bhamasha"
Other identity documents like
Driving License, EPIC may
also be allowed. In addition,
during emergency
registration will also be
allowed without an Identity
card, which could be entered
at a later stage.
184 86 8.1.2 Out Patient
Department (OPD)
Module
Automatic issue of medicines in pharmacy based on
doctor prescription
Need clarity on the method of to be followed for issuing
drugs
As per revised RFP. Once
the doctor has prescribed
medicines, the process will
be workflowed to the
Pharmacy for issue of
medicines.
185 89 8.1.6
Investigations
Module
(Laboratory,
Radiology, others)
Facility to integrate dicom-enabled machines related to
radiology, cardiology imaging, and radiotherapy device
(X-ray, CT, MRI, ultrasound, etc.) to upload captured
images in the software application
Can we assume that only DICOM compliant modalities will
have to be integrated with PACS?
If non-DICOM compliant Radiology or Cardiology
modalities need to be integrated, please provide the details
of the non-DICOM modalities.
Initially only DICOM
compliant machines are to
be integrated. However, if
M&H deptt. provides
requisite h/w for scanning &
digitizing non DICOM
enabled content then
functionality has to be
provided in the application
186 89 8.1.7 Pharmacy
Module
Functionality of Lifeline Fluid Stores Need clarity on lifeline fluid stores, does it means stores
maintaining life saving and essential drugs
Lifeline Fluid Stores have
been established within the
hospital campus for supply
of emergency drugs, syringe-
needles, catgut, IV fluids and
other consumables at a rate
lesser than market rate.
187 95 8.1.16 8.1.16 Billing, RMRS (including Lifeline Drug Stores)
and Procurement Module
Please clarify if the vendor is expected to deliver an
Accounting package as part of the solution? If yes, what is
the modules/functionality expected as part of the
Accounting package?
As per RFP
Page 44 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
188 96 8.1.16 Facility to enter reimbursement received from insurance
agency
Are hospitals currently being reimbursed by insurance
companies through a Fee-for-Service model?
Currently, under Bhamashah
Swasthya Bima Yojana,
premium has been paid by
government for cashless
treatment of eligible
beneficiaries. Funds linked
to package rates are
reimbursed by the Insurance
Agency to the hospitals.
189 96 8.1.16 8.1.16 Billing, RMRS (including Lifeline Drug Stores)
and Procurement Module
Facility to generate MIS Reports (Head-wise Monthly
Expense Report, Grant In Aid Monthly Summary
Report, Cash Book Summary Report, Abstract Bill
Summary Statement, Paramedical Tri Monthly Report,
etc)
Do we have existing rules and specifications for the reports
mentioned ?
Part of the study
190 98 8.1.18 Equipment Maintenance (e-Equipment) and Fixed
Assets Management
Module
Asset management is one of the criticial component in the
IHMS system invisioned by the Department. We would like
to suggest that below set of requirements are also included
to in order to achieve desired goals :
• Manage vendor contracts with comprehensive contract
management support for purchase, lease, rental, warranty,
rate, master, blanket and user-defined contracts.
• Use portable/mobile devices for input data for work
orders, inventory and calibration activities in combination
with the core system achieving benefits in terms of saving
labor cost and quality data accuracy.
• Asset Management, Mobile and Calibration should be
supporting electronic signatures and electronic records
requirements (re: FDA’s 21 CFR part11) and are all
“workflow enabled”.
• Offers Key Performance Indicators (KPIs) to monitor,
track, and manage asset performance, utilization, and
management activities. The more commonly used KPIs
should OEE (Operational Equipment Efficiency) and ROA
(Return on Asset).
• Multi-organization, multi-site, multi-language configuration
to work in connected or disconnected mode of operation.
As per RFP
Page 45 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
191 99 8.1.24 8.1.24 Personnel Information (including Resource
Management) and Resource Scheduling Module
Is the requirement for a basic module to capture employee
detaisl or a full fledged Human Resource module? If yes,
please mention what all modules are expected such as -
Recruitment, Training, Appraisal, Leave Management,
Payroll etc?
As per revised RFP
192 101 8.1.28
Telemedicine and
PACS Module
Kindly confirm the list of equipments that needs to be
integrated – is it the same as mentioned under Section
4.3.13
A routing software is recommended for connecting
remotely located Radiology / Cardiology Equipment to the
PACS server. It will be helpful if the list also include the
number of such remotely located devices along with the
device details.
Part of the study
193 101 8.1.28
Telemedicine and
PACS Module
Is the equipment to be integrated at Specialist End as well,
kindly advise
The equipment has to be
integrated at Specialist End
as well, for the simple
reason that the District
Hospital, for example, will
work as a Specialist End
while interacting with CHC or
PHC and as Patient End
when interacting with
Medical College Hosptial.
194 102 8.1.28 Would the concept of post-discharge programs be
accommodated?
Yes, the concept of post-
discharge and follow-up
programs are an integral part
of iHMS, with the objective of
generating Electronic Health
Record.
195 102 8.1.28 Compliance with global standards like HL-7, ICD,
MDDS and SNOMED CT, LOINC, DICOM-3, NDC,
DRG and HIPAA as and when applicable.
Under HIPAA, does EDI implementation fall in scope? Yes Electronic Data
Interchange (EDI) is part of
the scope for EMR/ EHR
196 102 8.1.28 8.1.28 Telemedicine and PACS Module
The telemedicine software shall be layered and module
based. The telemedicine solution should be based on
Object-oriented, modular and scalable architecture,
designed as platform independent.
Please provide details on the SLA's expected As per RFP
197 102 8.1.28
Telemedicine and
PACS Module
If all existing HIS are going to migrate to IHMS, why do we
need interface to import and export to existing HIS. Kindly
advise
As per RFP
Page 46 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
198 102 8.1.28
Telemedicine and
PACS Module
The software architecture should be scalable so that
any expansion in terms of number of clients is easier
and cost-effective. In case of server failure, the patient-
end software should be able to handle major tasks and
store the patient information in the local disk, which can
be transferred to server end upon link restoration. The
software should be able to take care of the redundancy
in servers.
Need Clarification As per revised RFP
199 103 8.1.28 Telemedicine and PACS Module Kindly advise, what is meant by ‘interoperable with other
vendor systems’. Is it expected that Doctor on one system
will be able to provide tele-consultation to a patient on
another system. If yes, how will the workflow be
implemented in such a case e.g. fixing an appointment
with a Specialist, when the two ends are on different
systems
As per revised RFP
200 104 8.1.28 Functional
Requirements of
Telemedicine
software
EMR/ e-health card building capability
• Provision to include unrecognized file formats
Kindly advise, why are the files with unrecognized format
required. How will the files in unrecognized format be
displayed
As per revised RFP
201 104 8.1.28 Functional
Requirements of
Telemedicine
software
Offline Data Transfer
• The system should have capability to send patient’s
medical data offline from one location to another.
If the system is offline, kindly advise how the data can be
transferred
As per revised RFP
202 105 8.1.28 8.1.28 Telemedicine and PACS Module
Proper security measures like user authentication, data
edit and
delete privileges, administration privileges should be
incorporated into the system.
Is there any existing security framework? Can it be reused
or does it need new security implementation ?
Security should be integral
part of the application and
taken care of by the bidder
203 106 8.1.28 Functional
Requirements of
Telemedicine
software
Other Features Can the Video Conference be an integrated application,
and also web based, instead of connecting with an external
Video Conference system. Kindly advise
Yes the telemedicine should
by software based solution
and not the hardware based
video conferencing system
204 107 8.2 Functional &
Non Functional
Requirement of
Mobile Application
Is radiology image required to be shown along with the
Radiologist’s report in the mobile application? If yes, can
this image be shown through a web-viewer on the mobile
browser?
Please note that requirement for showing lossless DICOM
images on a mobile will increase the minimum
specification required for mobile devices.
Functionality for the same
has to be provided in the
software
Page 47 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
205 107 8.2 Non-functional
requirements for
the Mobile
Application
o Delivery should be in the form of a four published
mobile applications on each platform in the market
place (Play store and Apple store)
Kindly advise, which are the four applications As per revised RFP
206 107 8.2 Non-functional
requirements for
the Mobile
Application
o The solution architecture should be highly available
and in harmony with the existing backend systems. The
solution should enforce network level security, traffic to
be encrypted using secured connectivity. The mobile
app should use token based authentication that is
integrated with the existing systems authentication
services. The users can login through Single Sign On
Government of Rajasthan.
For SSO, will we have access to API’s for user verification.
Kindly advise
Yes
207 108 8.3 Document Management– Web Application developed
for iHMS shall have huge number of scanned
documents as part of Pre-authorization requests
and for Claims Processing. Web Application shall
provide comprehensive functionality for searching,
tagging of documents using the stack mentioned in
this RFP. The solution shall have facility for uploading
documents, photos,videos, etc.
Are you suggesting that application developed for IHMS
should use DMS stack (IBM FileNet / Newgen OmniDocs)
mentioned in the RFP section 4.3.15 for document
management?
As per revised RFP
208 109 8.3 Non Functional
Requirement of
Software solution
• Payment Gateway: Selected Bidder shall integrate the
payment gateway(s) of various banks/ Aggregators as
decided by RISL, with the proposed Web Portal /
Application software, as required for HMS for facilitating
online payments.
How many banks/aggregators do we need to integrate
with. Kindly advise
The Bidder / SI shall be
required to integrate the
iHMS solution with RPP
(Rajasthan Payment
Platform) through e-Mitra via
webservices and APIs
209 109 8.3 Non Functional
Requirement of
Software solution
Web Portal
• Web Portal envisaged should be multi lingual (both
English and Hindi) and needs to have the following…
Kindly advise as to who will maintain the list of hospitals,
doctors, etc. on the web portal. List of doctors and their
duty rosters will keep changing and there should be
dedicated personnel for maintenance.
The PIS or HR management
shall be done under the IT
initiative called e-Office (Raj-
Kaj) the bidder shall be
required to integrate this
data through webservices
Page 48 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
210 110 8.3 Non-Functional
Requirement of
Software Solution
è Portal Login
Dashboard related to log-in ID For the success of the project one of the important factor is
to create a single view i.e. patient centric dashboard or
360 degree view of patient based on the data being
received from different system. For this Data
Integration,Data Quality, BI Reporting and analytical engine
are the important components of the complete solution.
These preferable from one OEM to avoid any solution
integration issue. This can be achieved by either SI
factoring both the solutions (Data Integration,Data Quality,
BI Reporting and analytical engine) from some OEM in the
proposed solution or If department is already using some
OEM stack than that stack should be made available for
SI. In case department has solution stack, request you
clarify the name of the stack along with the current
capacity
As per revised RFP
211 110 8.3.1 Additional
Requirements
Integration requirement Are you looking to use existing Raj Sewa Dwaar (ESB, API
mgmt and Security Gateway layer) to faciltate service
oriented integration of proposed IHMS solution with other
systems mentioned in this requirement?
Yes. As per RFP
212 110 8.3.1 Additional
Requirements
Integration Requirements Is the supply of biometric devices a part of the scope of
delivery. Kindly advise
No, supply of biometric
devices or any other h/w
(except telemedicine demo
equipment) is not a part of
the scope of this project.
213 110 8.3.1 Additional
Requirements
CMS shall also provide facility for archival of historical
records.
Would PHI(Protected Health Information) regulations be
applicable during the implementation and
support/maintenance phase?
Yes
Page 49 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
214 110 8.3.1 Additional
Requirements
Integration
Requirements
o UID Aadhaar (Biometric interface for Aadhaar
authentication shall be implemented for authentication
devices of Make- Morpho, Secugen and Cogent)
o Bhamashah
o E-Office
o 108 ambulance
o e-Mitra
o Payment Gate Way
o SMS Gate Way
o E Mail Solution
o e-Aushadhi
o Existing Arogya Online
o Rajasthan Sampark
o Raj SSO
o E-Vault
o Additional Integration Requirement (If any)
Need clarification on level / type of integration required with
each application. Will this be on realtime basis.
As per Revised RFP
215 113 Additional Requirements
CMS shall also provide facility for archival of historical
records.
Do we need to archive the historical data in tape or any
storage device ?
Historical records shall be
stored in server(s) at RSDC.
216 113 8.3.1 Proposed Deployment Architecture We understand from this that a centralized IHMS system
will be hosted at RSDC and different hospitals/ health
centers will connect to use it. Does this mean a single
instance of IHMS application will run at center? If that is
the case then is multi tenancy required at application level
only or at database level only or at both layers?
As per RFP
217 113 8.3.1 Proposed deployment architecture As per our understanding, hardware, OS, database,
middleware etc. required to deploy the iHMS application at
both the data center and the hospitals will be provided by
RSDC. The supply, installation, maintainance of the
hardware, networking, connectivity and system software
required for running the iHMIS is outside the scope of the
RFP. Please confirm.
As per RFP
218 113 8.3.1 Additional
Requirements
Proposed
Deployment
Architecture
Software solution shall be deployed at RSDC. Selected
Bidder shall deploy iHMS on middleware provided by
RSDC to meet the functional requirements of Integrated
HMS.
Please let us know the configuration of the environment on
which application will be hosted which will be provided by
RSDC.
As per RFP
Page 50 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
219 113 Clause 8.3.1
Item : Proposed
Deployment
Architecture
Project locations End user desktops, bandwidth is out of scope of selected
bidder. Request you to please confirm
No, supply of end user
desktops, bandwidth is out of
scope of this project.
220 113 Clause 8.3.1
Item : Proposed
Deployment
Architecture
Sufficient internet bandwidth will be provided by RISL at
RSDC, Jaipur for the Web/ Application Server access
by the department officials and citizens.
Network bandwidth at DC, DR, end user location,
replication link, project locations shall be out of scope of
selected bidder. Request you to please confirm
Network bandwidth at DC,
DR, end user location,
replication link, project
locations is not part of scope
of this project.
221 113 Proposed
Deployment
Architecture
Software solution shall be deployed at RSDC. Selected
Bidder shall deploy iHMS on middleware provided by
RSDC to meet the functional requirements of Integrated
HMS.
We understand that all software licenses not limited to
1. Database software with RAC licenses
2. Middleware
3. Web server
4. ESB Integration and Messaging software
5. Operating System
6. Virtualization software
7. Antivirus and HIPS Licenses
8. Backup and Archival Software
9. Disaster Recovery Automation Tool
10. Reporting, ETL and Analytics Tools
11. Replication Software
12. EMS Software
13. CMS
14. DMS
15. Development tools
16. Forms
17.Mobile App
18. Digital Signatures and security certificates
19. Domain Names
shall be provided by RISL through RSDC. Please confirm
As per RFP
222 114 8.3.3 8.3.3 Data Sizing, Named Users & Concurrency of data Please specify if the number of 10,0000 concurrent users
for iHMIS includes portal and mobile users? What would
be the estimated concurrent users of application for a)
internal web application b) mobile applications and c) web
portal?
As per revised RFP
223 114 8.3.3 Data Sizing,
Named Users &
Concurrency of
Data
The estimated number of concurrent users will be about
10,000.
Please let us know the total number of users As per revised RFP
Page 51 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
224 114 Sec 8.3.3 Data
Sizing, Named
User & Con
current users
Master Provider Index What is the expected growth of new patients ,health
facilities and healthcare workers in each year over the next
5 years following go-live?
As per RFP
225 115 8..3.3 8.3.3 Data Sizing, Named Users & Concurrency of data Please specify the location and number of beds of the
government hospitals/health institutions who would be
using the internal web application? Similarly for the private
hospitals/healthcare institutions.
As per RFP
226 115 8..3.3 8.3.3 Data Sizing, Named Users & Concurrency of data Please specify the functionality of iHMS which will be used
by private hospitals and other private healthcare facilities.
Will they also be using the internal web application meant
for use by the government hospitals? Who would provide
training to the users of private hospitals/healthcare
institutions?
As per RFP
227 115 8.3 Non-Functional
Requirement of
Software è 8.3.4
Analytical Engine
• The system must have analytics engine to generate
aggregate indicators at various levels (facility, block,
district, state etc.). This includes aggregating patient
level clinical information on- services, procedures,
activities, diseases in addition to administrative
information such as human resources distribution,
service availability, and service quality etc. from the
facilities participating in to the iHMS.
For the success of the project one of the important factor is
to create a single view i.e. patient centric dashboard or
360 degree view of patient based on the data being
received from different system. For this Data
Integration,Data Quality, BI Reporting and analytical engine
are the important components of the complete solution.
These preferable from one OEM to avoid any solution
integration issue. This can be achieved by either SI
factoring both the solutions (Data Integration,Data Quality,
BI Reporting and analytical engine) from some OEM in the
proposed solution or If department is already using some
OEM stack than that stack should be made available for
SI. In case department has solution stack, request you
clarify the name of the stack along with the current
capacity
As per revised RFP
228 115 8.3.4 The Dashboard should support map-based analysis
where data (multiple indicators) could be plotted over
maps where it can be drilled down up to most granular
level on the map.
Is it be assumed that GIS data would made available by
RISL?
Yes
229 115 8.3.4 BI Tool Which BI tool is being used currently at RISL? Is same to
be used for this implementation?
As per revised RFP
230 115 8.3.4 8.3.4 Analytical Engine Please specify the number of users of the analytical engine
and dashboard. How many KPIs are expected to be
generated as part of the dashboard?
As per revised RFP
Page 52 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
231 115 Section 8.3.4
Analytical Engine
In order to successfully run health analytics , it is
recommended to include ETL and Datawarehouse
capabilites along with Analytics engine. ETL tools will help
to standardize and move relevant data from IHMS
database and other data sources into a Data warhouse
system which can then be used for deeper analytics. Are
there any plans to use Datawarehouse and ETL in this
solution? How is the analytics engine being planned to
work with different data sources?
As per revised RFP
232 115 Section 8.3.4
Analytical Engine
Requesting you to provide the list of BI tools available with
RISL and can this tool be leveraged for iHMS project.
As per revised RFP
233 116 8.3.4 The Dashboard should be able to conduct population
level analytics using multiple query combinations and
detect the presence of infectious diseases/change in
pattern for any disease, symptom etc. at an early stage
of anoutbreak in addition it should provide insights into
the patterns and trends ofdisease throughout a
population group.
Would the design and development of Population Health
Management or Disease Management programs be part of
scope?
As per RFP
234 124 Financial bid
format
Support cost of components. Is RISL is also looking for Support & Maintenance cost of
each component per year? Also, will be support be paid
directly by RISL or by SI/partner to the OEM?
As per RFP
235 137 ANNEXURE-15-
ROLE OF RSDC
(Rajasthan State
Data Centre)
RSDC is the focal point of Integrated HMS ICT
infrastructure. The core infrastructure of Software
solution (Web Application and Web Portal both) is
expected to be hosted at the
RSDC.
We understand that RSDC shall implement and provision
the IT Infrastructure (Server, storage, Network and
Security etc.) with required software tools like operating
system, virtualization, middleware, Database, replication
and hand it to bidder for iHMS application deployment.
Please confirm if our understanding is correct.
As per RFP
236 137 ANNEXURE-15-
ROLE OF RSDC
(Rajasthan State
Data Centre)
RSDC will provide infrastructure such as firewall,
Intrusion Detection/ Prevention,
service, directory service, management and data
storage services, which could be a
shared infrastructure to all the applications
/departments in the RSDC.
Request you to kindly provide details on the directory
services available at RSDC.
As per RFP
237 137 ANNEXURE-15-
ROLE OF RSDC
(Rajasthan State
Data Centre)
Some of the key functionalities of RSDC are Central
Data Repository of the State, Secure Data Storage,
Disaster Recovery, Remote Management and Service
Integration
Disaster recovery, backup, database replication shall be in
RSDC's scope as RISL RPO and RTO requirements.
Request you to please confirm.
Yes. As per RFP
Page 53 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
238 138 ANNEXURE-16-
TECHNICAL
PROPOSAL
The section should also include the Bill of Materials
(BOM) for all the software components, products and
tools that are proposed for the application development,
testing, deployment and maintenance
Kindly provide details around the minimum technical
specifications and quantities for the software components,
products and tools for the application development, testing,
deployment and maintenance
As per RFP
239 138 Integration with E-
mail Gateway,
SMS Gateway and
Payment Gateway
E-mail gateway: Selected Bidder shall provide an
interface for e-mail solution of
HMS with the newly built software solution.
We understand that bidder needs to integrate the
application with the Email- gateway provided by RISL.
Request you to please provide details around the existing
Email solution that needs to be integrated
As per revised RFP
240 138 Integration with E-
mail Gateway,
SMS Gateway and
Payment Gateway
SMS Gateway: The Software solution (Web Portal &
Web Application) shall be integrated with MSDG
Gateway of Rajasthan, for automatically sending the
required details/ information through SMS to the
designated officers of DHFW
and other stakeholders. Selected Bidder would be
responsible for preparing interfaces for integration with
the MSDG Gateway and the proposed Software
solution.
We understand that bidder needs to integrate the
application with the MSDG SMS gateway provided by
RISL. The cost for SMS and SMS gateway shall be borne
by RISL. Please confirm if our understanding is correct.
As per revised RFP
241 138 Integration with E-
mail Gateway,
SMS Gateway and
Payment Gateway
Payment Gateway: Selected Bidder shall integrate the
payment gateway(s) of various banks/ Aggregators as
decided by RISL, with the proposed Web Portal /
Application software, as required for HMS for facilitating
online payments.
We understand that bidder needs to integrate the
application with the payment gateway provided by RISL.
The transactional cost for payment GW shall be borne by
RISL. Please confirm if our understanding is correct.
As per revised RFP
242 102,
106
8.1.28
Telemedicine and
PACS Module
Functional Requirements of Telemedicine software:
Other Features
One bullet point on page 102 specifies that telemedicine
and PACS solution should be browser based while another
bullet point talks about patient-end software having the
ability to store patient information in local disk.
Further, page 106 talks about data acquisition, viewing,
transfer and transformation...of DICOM3 part 10 compliant
file.
Can PACS viewer be non-browser based application
installed on the client side computer / system?
As per revised RFP
Page 54 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
243 115-
116
8.3.4 Analytical
Engine
Application and Web Portal shall as bilingual (English
and Hindi). The users should see the labels and
captions on selected language and additionally be able
to feed-in their data in English language. Also, the SI
must translate, at its own, the equivalent Hindi Captions
for the English version (without altering the meaning) of
the Web Portal and the Software solution and the same
must be submitted to RISL for approval before
implementation/ uploading or vice versa.
We suggest that only the patient centric data labels like
registration info be bilingual, The rest clinical part should
be in english.
As per revised RFP
244 14-15 Chapter 3. Pre-
Qualification/Eligibi
lity Criteria
(Preliminary
Qualification)
Item 4 - Technical
Capability &
Experience
1. One similar work of value not less than Rs. 8.00
Crores.
or
2. Two similar works of value not less than Rs. 5.00
Crores each
or
3. Three similar works of value not less than Rs. 4.00
Crores each
(By “executing (the project)” it is implied that the project
should have been commissioned or must be in Go Live
status as on 31st March 2017)
One similar work of value not
less than Rs. 25Crores with payment receipt of min 3Cr
(Work Order + Self
Certificate of work in progress/ CA indicating the value of
payment received
against the work order(s))
(In the above case the
value of payment received
shall be min of 3Cr)
or
2. Two similar works of value not
less than Rs. 5.00 Crores each
or
3. Three similar works of value not
less than Rs. 4.00 Crores each
(By “executing (the project)” it is
implied that the project should have
been commissioned or must be in
Go Live status as on 31st March
2017)
Note:- Since PO executed in India are not big in volume.
Big projects have been coming for last 12-18 months. So
completed project of asked size would be difficult for many
bidder. Reuquest to ask for work in progress douments
from client...
(Note:- Addressing the queries either of Sn -01 or Sno 02
will make us elegible for participation in bid)
As per revised RFP
245 17 &
84
Section 4.2 and
Section 8.1.1
Inclusion of HIE standards For a successful implemenation of HIE it is very necessary
to add IHE standards and its profiles which will make the
platform standard based for improved exchange of
information among hetrogeneous clinical systems
As per RFP
Page 55 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
246 31-32 4.3.17 Project
Deliverables,
Timelines &
Payment Terms
Project Milestones and Deliverables We request you to please change the timeline to develop
and implement HIMS project milestones to 18 months
instead 1 year. Request you to please consider.
As per revised RFP
247 31-32 4.3.17 Project
Deliverables,
Timelines &
Payment Terms
11% of the Cost of Design and Development of
Integrated HMS solution as per agreed cost of Serial
No. 1 of Financial Bid. (For Group 1 to Group 3)
1. Please consider to make it total 20% instead 11% of
the Cost of Design and Development for each group and
further devided into different phases of SDLC.
1. Submission of FRS/SRS - 3%
2. Approval of FRS/SRS - 2%
3. Development & Testing - 5%
4. Beta Version Acceptance & Deployment(without final
UAT for Go Live - 5%
5. Integration & UAT - 5%
SI should be allowed to submit Group wise invoices and
payments shall be processed groupwise
As per revised RFP
248 31-33 4.3.17 4.3.17
Project
Deliverables,
Timelines &
Payment Terms
The milestones and deliverables for the implementation
of Integrated HMS will be as follows:-
11% of the Cost of
Design and
Development of
Integrated HMS
solution as per
agreed cost of Serial
No. 1 of Financial
Bid…..
The overall cost for Development & Digitization considered
till Go Live for Payment is 80% and 20% is payable in
Support Period. This has a prolonged negative impact on
business sustenance.
Request to kindly consider 14% of Design and
Development cost of HMIS till Go Live during SRS and
Design Document Delivery of Group I in Two Months and
remaining 6% to be distributed during SRS and Design
document for Group II and Group III.
This will help in Cashflow of SI and will be crucial.
As per revised RFP
249 31-33 4.3.17 Project
Deliverables,
Timelines &
Payment Terms
Total Payment to be released before o&M is 80% Based on above suggest milestone consider to make it
90%
As per revised RFP
250 43-46 Chapter 5 Item 15
Evaluation &
Tabulation of
Financial Bids
a) the evaluation shall include all costs and all taxes
and duties applicable to the bidder as per law of the
Central/ State Government/ Local Authorities, and the
evaluation criteria specified in the bidding documents
shall only be applied;
Taxes and duties should be excluded from the price
quotation
As per RFP.
Page 56 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
251 50-51 26.e.ii)
Performance
Security
Forfeiture of Security Deposit: Security amount in full or
part may be forfeited, including interest, if any, in the
following cases:-
i. When any terms and condition of the contract is
breached.
ii. When the bidder fails to make complete supply
satisfactorily.
Request to amend the exisitng clause as below:
Forfeiture of Security Deposit: Security amount in full or
part may be forfeited, including interest, if any, in the
following cases:-
a. When any terms and condition of the contract is
breached.
b. When the bidder fails to make complete supply as per
rfp Scope.
This clause was also present in the RISL other rfp's like
Big Data, Oracle Exadata, IBM PureApp etc..
As per RFP
252 62-63 Clause 6 (16):
Confidential
Information
Item (d)
The obligation of a party under sub-clauses above,
however, shall not apply to information that: -
i. the Purchaser or Supplier / Selected Bidder need to
share with RISL or other institutions participating in the
Contract;
ii. now or hereafter enters the public domain through no
fault of that party;
iii. can be proven to have been possessed by that party
at the time of disclosure and which was not previously
obtained, directly or indirectly, from the other party; or
iv. otherwise lawfully becomes available to that party
from a third party that has no obligation of
confidentiality.
The obligation of a party under sub-clauses above,
however, shall not apply to information that: -
i. the Purchaser or Supplier / Selected Bidder need to
share with RISL or other institutions participating in the
Contract;
ii. now or hereafter enters the public domain through no
fault of that party;
iii. can be proven to have been possessed by that party at
the time of disclosure and which was not previously
obtained, directly or indirectly, from the other
party; or
iv. otherwise lawfully becomes available to that party from
a third party that has no obligation of confidentiality.
v. is required to be provided under any law, or process of
law duly executed
As per RFP.
253 62-63 Clause 6 (16):
Confidential
Information
Item (f)
f) The provisions of this clause shall survive completion
or termination, for whatever reason, of the Contract.
The provisions of this clause shall survive completion for a
period of 2 years after the expiry or termination, for
whatever reason, of the Contract.
As per RFP.
254 66-67 Clause 6(25):
Extension in
Delivery Period
and Liquidated
Damages (LD)
The maximum amount of liquidated damages shall be
10%.
The maximum amount of liquidated damages shall be 5%
of the value of delayed goods or services.
As per RFP.
Page 57 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
255 67-68 Clause 6 (26):
Authenticity of
Equipments/Softw
are
a) The Selected Bidder shall certify (as per Annexure-7)
that the supplied goods and services conform to the
description and quality as specified in this bidding
document and are free from defects in material,
workmanship and service.
b) If during the contract period, the said goods/ services
be discovered counterfeit/unauthentic or not to conform
to the description and quality aforesaid or have
determined (and the decision of the Purchase Officer in
that behalf will be final and conclusive), notwithstanding
the fact that the purchaser may have inspected and/ or
approved the said goods/services, the purchaser will be
entitled to reject the said goods/services or such portion
thereof as may be discovered not to conform to the said
description and quality, on such rejection the
goods/services will be at the Selected Bidder’s risk and
all the provisions relating to rejection of goods/services
etc., shall apply. The Selected Bidder shall, if so called
upon to do, replace the goods etc., or such portion
thereof as is rejected by Purchase Officer, otherwise
the Selected Bidder shall pay such damage as may
arise by the reason of the breach of the condition herein
contained. Nothing herein contained shall prejudice any
other right of the Purchase Officer in that behalf under
this contract or otherwise.
c) Goods accepted by the purchaser in terms of the
contract shall in no way dilute purchaser’s right to reject
the same later, if found deficient in terms of this clause
of the contract.
document and are free from defects in material,
workmanship and service.
a) The Selected Bidder shall certify (as per Annexure-7)
that the supplied goods and services conform to the
description and quality as agreed between the parties and
are free from defects in material, workmanship and
service.
b) If during the contract period, the said goods/ services be
discovered counterfeit/unauthentic or not to conform to the
description and quality as agreed between the parties the
purchaser will be entitled to reject the said goods/services
or such portion thereof as may be discovered not to
conform to the said description and quality, on such
rejection the goods/services will be at the Selected
Bidder’s risk and all the provisions relating to rejection of
goods/services etc., shall apply. The Selected Bidder shall,
if so called upon to do, replace the goods etc., or such
portion thereof as is rejected by Purchase Officer,
otherwise the Selected Bidder shall pay such damage as
may arise by the reason of the breach of the condition
herein contained. Nothing herein contained shall prejudice
any other right of the Purchase Officer in that behalf under
this contract or otherwise.
c) Goods accepted by the purchaser in terms of the
contract cannot be rejected by the purchaser later on.
As per RFP.
Page 58 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
256 69-70 Clause 6(29):
Limitation of
Liability
Except in cases of gross negligence or willful
misconduct: -
a) neither party shall be liable to the other party for any
indirect or consequential loss or damage, loss of use,
loss of production, or loss of profits or interest costs,
provided that this exclusion shall not apply to any
obligation of the Supplier/ Selected Bidder to pay
liquidated damages to the Purchaser; and
b) the aggregate liability of the Supplier/ Selected
Bidder to the Purchaser, whether under the Contract, in
tort, or otherwise, shall not exceed the amount specified
in the Contract, provided that this limitation shall not
apply to the cost of repairing or replacing defective
equipment, or to any obligation of the Supplier/ Selected
Bidder to indemnify the Purchaser with respect to
patent infringement.
Limitation of Liability-
a) neither party shall be liable to the other party whether in
contract, tort, or other theories of law for any special,
punitive, exemplary, incidental, indirect or consequential
loss or damage, claims, liabilities, charges, costs,
expenses or injuries, including, without limitation loss of
use, loss of data, loss of production, or loss of profits, loss
of revenues or interest costs, and for any claims of
customers of the Purchaser or other third parties claiming
through the Purchaser arising under or in connection with
this Agreement even if such Party has been advised in
advance of their possibility.
b) the aggregate liability of the Supplier/ Selected Bidder to
the Purchaser, whether under the Contract, in tort, or
otherwise, shall not exceed the total amount paid to Bidder
by the Purchaser in the preceding twelve months under
that applicable work that gives rise to such liability (as of
the date the liability arose); provided that this limitation
shall not apply to any obligation of the Supplier/ Selected
Bidder to indemnify the Purchaser with respect to third paty
claims for patent infringement.
Bidder shall be excused and not be liable or responsible
for any delay or failure to perform the services or failure of
the services or a deliverable under this Agreement, to the
extent that such delay or failure has arisen as a result of
any delay or failure by the Purchaser or its employees or
agents or third party service providers to perform any of its
duties and obligations as set out in this Agreement. In the
event that Bidder is delayed or prevented from performing
its obligations due to such failure or delay on the part of or
on behalf of the Purchaser, then Bidder shall be allowed an
As per RFP.
257 70-71 Clause 29
Limitation of
Liability
Please consider and ensure that any indirect Liabilities are
exempt for the SI.
As per RFP.
258 70-71 Clause 29
Limitation of
Liability
Item (b)
b) the aggregate liability of the Supplier/ Selected
Bidder to the Purchaser, whether under the Contract, in
tort, or otherwise, shall not exceed the amount specified
in the Contract, provided that this limitation shall not
apply to the cost of repairing or replacing defective
equipment, or to any obligation of the Supplier/ Selected
Bidder to indemnify the Purchaser with respect to
patent infringement.
The Limitation of Liability should be capped at 10% of
TCV. Request to kindly amend the clause.
As per RFP.
Page 59 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
259 71 &
72
c) Termination for
Default &
Convenience
Refer RFP Request you to add the below in both the existing clause
(Default & Convienence):
As on effective date of termination, Tendering Authority
shall pay:
a. the unpaid value of all the assets supplied by the Bidder
and accepted by the purchaser in accordance with the
RFP specifications in order to take over the possession of
the assets / application.
b. all the services delivered by the Bidder and accepted by
the purchaser, the consideration payable shall be based on
service rate as per agreement.
This clause was also present in the othe RISL rfp's like Big
Data, Oracle Exadata, IBM PureApp, E-Sanchaar etc..
As per RFP
260 71-72 Clause 6 (33)
Termination
Item (b):
Termination for
Insolvency
RISL may at any time terminate the Contract by giving a
written Notice of at least 30 days to the supplier /
Selected Bidder if the supplier / Selected Bidder
becomes bankrupt or otherwise insolvent. In such
event, termination will be without compensation to the
supplier / Selected Bidder, provided that such
termination will not prejudice or affect any right of action
or remedy that has accrued or will accrue thereafter to
RISL.
Either Party may at any time terminate the Contract by
giving a written Notice of at least 30 days to the other party
if the other partyr becomes bankrupt or otherwise
insolvent. In such event, Purchaser shall be liable to make
payment of the entire amount due under the contract for
which services have been rendered by the Selected
Bidder.
As per RFP.
261 71-72 Clause 6 (33)
Termination
Item (c):
Termination for
Convenience
i. RISL, by a written Notice of at least 30 days sent to
the supplier / Selected Bidder, may terminate the
Contract, in whole or in part, at any time for its
convenience. The Notice of termination shall specify
that termination is for the Purchaser’s convenience, the
extent to which performance of the Supplier/ Selected
Bidder under the Contract is terminated, and the date
upon which such termination becomes effective.
RISL, by a written Notice of at least 90 days sent to the
supplier / Selected Bidder, may terminate the Contract, in
whole or in part, at any time for its convenience. The
Notice of termination shall specify that termination is for
the Purchaser’s convenience, the extent to which
performance of the Supplier/Selected Bidder under the
Contract is terminated, and the date upon which such
termination becomes effective.
Similarly the Selected Bidder shall also have a right to
terminate this contract by giving 90 days written notice to
the Purchaser at any time for its convenience.
As per RFP.
Page 60 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
262 71-72 Clause 6 (33)
Termination
Item (a):
Termination for
Default
i. The tender sanctioning authority of RISL may, without
prejudice to any other remedy for breach of contract, by
a written notice of default of at least 30 days sent to the
supplier / Selected Bidder, terminate the contract in
whole or in part: -
a. If the supplier / Selected Bidder fails to deliver any or
all quantities of the service within the time period
specified in the contract, or any extension thereof
granted by RISL; or
b. If the supplier / Selected Bidder fails to perform any
other obligation under the contract within the specified
period of delivery of service or any extension granted
thereof; or
c. If the supplier / Selected Bidder, in the judgment of
the Procuring Authority has engaged in corrupt,
fraudulent, collusive, or coercive practices in competing
for or in executing the contract.
d. If the supplier / Selected Bidder commits breach of
any condition of the contract.
ii. If RISL terminates the contract in whole or in part.
a. Amount of performance security deposit may be
forfeited.
b. Before cancelling a contract and taking further action,
advice of senior most finance person available in the
office and of legal adviser or legal assistant posted in
the office, if there is one, may be obtained.
1. The tender sanctioning authority of RISL may, without
prejudice to any other remedy for breach of contract, by a
written notice of default of at least 30days sent to the
supplier / Selected Bidder, terminate the contract in whole
or in part: -
a. If the supplier / Selected Bidder fails to deliver any or all
quantities of the service within the time period specified in
the contract, or any extension thereof granted by RISL the
reason of which is solely attributable to the Bidder; or
b. If the supplier / Selected Bidder fails to perform any
other obligation under the contract within the specified
period of delivery of service or any extension granted
thereof the reason of which is solely attributable to the
Bidder; or
c. If the supplier / Selected Bidder, in the judgment of the
Procuring Authority has engaged in corrupt, fraudulent,
collusive, or coercive practices in competing for or in
executing the contract.
d. If the supplier / Selected Bidder commits material
breach of any condition of the contract.
Prior to providing a written notice of termination to the
Selected Bidder, Purchaser shall provide the selected
bidder with a written notice of 30 days to cure any breach
of the Contract. The decision to terminate the contract
shall be taken only if the breach continues or remains
unrectified, for reasons within the control of Bidder, even
after the expiry of the cure period.
ii. If RISL terminates the contract in whole or in part.
a. Amount of performance security deposit may be
forfeited.
As per RFP.
Page 61 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
263 72-73 Clause 6 (34):
Settlement of
Disputes
a) General: If any dispute arises between the supplier/
Selected Bidder and RISL during the execution of a
contract that it should be amicably settled by mutual
discussions. However, if the dispute is not settled by
mutual discussions, a written representation will be
obtained from the supplier/ Selected Bidder on the
points of dispute. The representation so received shall
be examined by the concerned Procurement
Committee which sanctioned the tender. The
Procurement Committee may take legal advice of a
counsel and then examine the representation. The
supplier / Selected Bidder will also be given an
opportunity of being heard. The Committee will take a
decision on the representation and convey it in writing
to the supplier / Selected Bidder.
b) Standing Committee for Settlement of Disputes: If a
question, difference or objection arises in connection
with or out of the contract agreement or the meaning of
operation of any part, thereof or the rights, duties or
liabilities of either party have not been settled by mutual
discussions or the decision of tender sanctioning
Procurement Committee, it shall be referred to the
empowered standing committee for decision if the
amount of the claim is more than Rs 50,000. The
empowered standing committee shall consist of
members jointly constituted by Department and RISL.
c) Procedure for reference to the Standing Committee:
The supplier / Selected Bidder shall present his
representation to the Managing Director, RISL along
with a fee equal to two percent of the amount of
dispute, not exceeding Rupees One lakh, within one
month from the date of communication of decision of
the tender sanctioning Procurement Committee. The
a) General: If any dispute arises between the supplier/
Selected Bidder and RISL during the execution of a
contract that it should be amicably settled by mutual
discussions. However, if the dispute is not settled by
mutual discussions within 30 days of raising such dispute
by any either party, a written representation will be
obtained from the supplier/ Selected Bidder on the points
of dispute. The representation so received shall be
examined by the concerned Procurement Committee
which sanctioned the tender. The Procurement Committee
may take legal advice of a counsel and then examine the
representation. The supplier / Selected Bidder will also be
given an opportunity of being heard. The Committee will
take a decision on the representation and convey it in
writing to the supplier / Selected Bidder within 30 days of
such representation by the selected bidder.
b) Standing Committee for Settlement of Disputes: If a
question, difference or objection arises in connection with
or out of the contract agreement or the meaning of
operation of any part, thereof or the rights, duties or
liabilities of either party have not been settled by mutual
discussions or the decision of tender sanctioning
Procurement Committee, the same will be referred for
arbitration to a sole arbitrator mutually appointed by both
the parties. Such Arbitration shall be governed by the
provisions of the Indian Arbitration and Conciliation Act
1996. The decision of the arbitral tribunal shall be final and
binding on the parties. The language of arbitration shall be
English and the Arbitration will be carried out at New Delhi.
d) Legal Jurisdiction: All legal proceedings arising out of
any dispute between both the parties regarding a contract
As per RFP.
Page 62 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
264 NA Clause to be
added
Risk and Title: Kindly add the below clause:
All title, risk and ownership of the assets is to be
transferred to RISL or its nominated agencies on the day
of the successful delivery / installation/ commissioning,
whichever is earlier of the supplied items. All expenses
occurred during transfer of titleship of assets shall be
borne by the selected bidder/authorized partner.
These changes were accepted by RISL finance team and
department in E-Sanchaar 2.0 rfp (refer rfp number #
F4.3(177)/RISL/Tech/16/10152 dated 14.03.2017) after
multiple deliberations.
Request you to add this clause in the rfp. Above given
clause is taken from the E-Sanchaar rfp.
As per revised RFP.
265 NA Clause to be
added
Saving Clause / Dependencies Kindly add the below clause:
The dependencies on the performance of services beyond
the control of either party and where default is due to
reasons beyond the control of the selected bidder or due to
reasons attributable to RISL or third parties, the selected
bidder would not be penalized.
These changes were accepted by RISL finance team and
department in E-Sanchaar 2.0 rfp (refer rfp number #
F4.3(177)/RISL/Tech/16/10152 dated 14.03.2017) after
multiple deliberations.
Request you to add this clause in the rfp. Above given
clause is taken from the E-Sanchaar rfp.
As per RFP.
266 Additional
Hardware
Clause not present in RFP Notwithstanding anything to the contrary in the RFP, any
requirement by Purchaser of any additional Hardware
under the Agreement shall be provided by the Successful
Bidder at an additional cost to Purchaser and the same
shall be done through a Change Order.
As per RFP.
Page 63 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
267 Arbitration If the dispute cannot be settled by mutual discussions
within the thirty (30) day period, either party may refer the
matter to a panel of three arbitrators. Each party shall
choose one arbitrator, both of whom shall elect the third
arbitrator who shall be the presiding arbitrator. The
arbitration proceedings shall be held under the provisions
of the Arbitration and Conciliation Act, 1996 or any of its
subsequent amendments. The arbitration proceedings
shall be in English and the venue of arbitration shall be
Bangalore, India.
As per RFP.
268 Change Order Clause not present in RFP Either party may request a change order (“Change Order”)
in the event of actual or anticipated change(s) to the
agreed scope, Services, Deliverables, schedule, or any
other aspect of the Statement of Work/Purchase Order.
Wipro will prepare a Change Order reflecting the proposed
changes, including the impact on the Deliverables,
schedule, and fee. In the absence of a signed Change
Order, Wipro shall not be bound to perform any additional
services.
As per RFP.
269 Deemed
Acceptance
Clause not present in RFP Products/Services and/or deliverables shall be deemed to
be fully and finally accepted by Customer in the event
when Customer has not submitted its acceptance or
rejection response in writing to Wipro within 15 days from
the date of installation/commissioning or when Customer
uses the Deliverable in its business, whichever occurs
earlier. Parties agree that Wipro shall have 15 days time to
correct in case of any rejection by Customer.
As per RFP.
270 ERV Clause not present in RFP “It is agreed that the price quoted is arrived at based on the
exchange rate of 1 USD = INR ___ (“Base Exchange
Rate”). In the event the Base Exchange Rate either
increases or decreases by percentage points greater than
two per cent [2%], the prices shall be charged as per the
then current exchange rate.”
As per RFP
271 Force Majeure Wipro is not responsible for delays caused by the reasons
of strikes, changes in Government Regulations, labor
disputes, wars, acts of God or any other such reason
beyond its reasonable control.
As per RFP.
272 General In the resource list did not mentioned PM and Architect. Do the Client will be doing Project management and
Architecture of the application?
As per revised RFP
Page 64 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
273 General They did not specify which technology resource they
required
Clarification required As per RFP
274 General Do all the Development resource need to be deployed
Onsite?
Clarification required As per RFP
275 General Clarification required 1) There is very important component (State Health
Information Exchange) hidden in RFP which We have
raised in Pre-Bid meeting. Entire solution now has to be
Health exchange ready for data interoperability. Couple of
components of HIE is not covered under FRS (MPI and
Registry). Making this HIE component is not very
important at this stage but to make solution for Health
institutions exchange ready for HIMS, Telemed,
EMR/HER, PACS in future. Because this HIE is very Big
component to increase the cost. Recently MoH rolled out
one RFP “IHIP” for National Health Exchange which was
somewhere 150CR. If you want State Health exchange to
be part of this RFP then please increase the Budget to
30CR. Keeping all the Components (HMS, Telemedicine,
PACS cum Teleradiology and HIE), There is extra Cost
involved to done during rollout e.i. ·
* Instrument interfacing in Lab (Pathology) (Physically one
person has to go and do this onsite, ·
PACS Integration physical one has to go on site and
do it,
· Onsite support in case of Telemedicine setup
because it is client server architecture)
As per RFP
Page 65 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
276 General Clarification required 2) Since Rajasthan state wanted to built entire Health
Information ecosystem keeping Patient in center and
patients services, to reduce TAT of service and increase
the reachability with quality health service. So Here we
pointed out a very important component i.e. PACS cum
Teleradiology which will not only store Radiology Image’s
(DICOM) but also enable Doctors to do remote reporting
and viewing image from anywhere in the world. This will
reduce current TAT for patients who comes from remote
place for treatment can able to get the report and consult
with doctor on same day. Also our point is to aggregate all
DICOM images from every health institutions(PHC, CHC,
District Hospitals and Specialty Hospitals) wherever
Rajasthan state health has Modality (MRI, CT, X-Ray
etc…) Because PACS is the application which pull images
from all Modality after integration with Modality
workstations and enhance the capability to store Medical
images for long time(8-10yrs, based on storage capacity)
which not only give Health Institutions to reprint report from
system but also help Clinician to retrieve image anytime
and exchange image with any other body in world. This will
soon cover under regulation that every health institutions
has to maintain medical image for certain defined period
(passive and active). Also for medical research and
education purpose if we get central PACS for Rajasthan.
Point number two In Current scenario all hospitals are
storing images in Modality work stations not in central
PACS server and if Clinician want to see X-Ray and MRI of
same patient he can’t and never can until all image get
stored in Central storage (PACS).
Point number three is if we going to keep Centralised
PACS (RajCom – DC) in that scenario we need to
calculate Number of Modalities with per day volume of test,
As per RFP
277 General Clarification required 3) Telemedicine is asked in Client server architecture
….why not in the same architecture of HMS. It should be
available in Mobile as well for doing teleconsulting. But
there is no scope defined for Mobile teleConsultancy.
Yes telemedicine is software
based and even can run on a
mobile and not hardware
based
Page 66 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
278 General Clarification required 4) There is an additional component for training of 300 at
Jaipur for ToT. Total Training personnel will be 5000
resources. It also speaks that local trainers will be
available across Rajasthan. Do we have to provide the
Food, Snacks tea and Stationary during the interaction at
remote locations as well? What is the breakup of the
same. Who will provide space and other requirements for
training in remoter areas.
As per revised RFP
279 General We need Clarification on Number of Users to be trained,
as per Financial Form, users count is 5000. Need clarity on
this
As per revised RFP
280 General We need clarity on Number of Centres the solution has to
be rolled out across the Rajasthan
As per RFP
281 General Need clarity on Number of Telemedicine Spokes/Hubs, in
the Tender document there is requirement for 2 Sets of
Telemedicine Devices
It is a web based solution
with enterprise wide
resources hence, there is no
restriction in joining of
entities.
282 General Need clarity on the Deployment of Manpower and
associated SLAs. Can we propose our own Resource
model for both Implementation and Support?
As per RFP
283 General Need clarity on Hardware/ Infrastructure, Do we need to
provide specifications and quotations for required
Hardware/Infrastructure?
As per RFP
284 General Need clarity on Mobile Application? Client is expecting
Web based application along with Mobile application. Do
we need to cover all the below modules as mentioned in
Page No
As per revised RFP
285 General Please specify the required quality for VC system. It is
suggested that System should support latest Video
Conferencing resolutions i.e 4k which is very important in
telemedicine application
Telemedicine shall be
software based and not
hardware based and shall be
able to run on minimal
bandwidth
286 General Request for extension in timelines of submission date As per revised RFP
287 General Is the bidder expected to provide centralized application or
the hospital/ remote side rollout is also included in the
scope? Please confirm.
The bidder is expected to
provide centralized
application. Roll-out will be
responsibility of RISL / M&H
Dept & ME Dept
Page 67 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
288 General Hardware for PACS 1. Generally, having a local caching server (having both
compute as well as storage facility for 1-3 months) at the
hospital / Healthcare centres with Radiology / Cardiology
modalities is advisable to improve performance. If this is
required, please specify whether this hardware will be
provided to the bidder during implementation.
2. The following details will be helpful to determine storage
requirement for PACS images: Complete list of all
modalities in each Healthcare Center, average number of
scans done on each modality type.
As per RFP
289 General Application Sizing Production sizing for the solution will be provided by the
Bidder.
What is the current hardware infrastructure allocated in
Data center for this particular project
As per RFP
290 Non Hire Clause Clause not present in RFP Customer acknowledges that personnel to be provided by
Wipro represent a significant investment in recruitment and
training, the loss of which would be detrimental to Wipro’s
business. In consideration of the foregoing, Customer
agrees that for the term of this Agreement and for a period
of one year thereafter, Customer will not directly or
indirectly, recruit, hire, employ, engage, or discuss
employment with any Wipro employee, or induce any such
individual to leave the employ of Wipro. For purposes of
this clause, a Wipro employee means any employee or
person who has who has been involved in providing
services under this Agreement.
As per RFP
291 Pass Through
Warranty
Clause not present in RFP Wipro shall “pass-through” any and all warranties and
indemnities received from the manufacturer or licensor of
the products and, to the extent, granted by such
manufacturer or licensor, the Customer shall be the
beneficiary of such manufacturer’s or licensor’s warranties
and indemnities. Further, it is clarified that Wipro shall not
provide any additional warranties and indemnities with
respect such products.
As per RFP
Page 68 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
292 Penalty Cap Clause not present in RFP Nothing withstanding anything contained here, including
annexures etc, the maximum aggregate penalty against
the bidder for all claims, by which ever name so called,
shall be limited to 3% of the respective SOW/PO and shall
be in lieu of all available remedies. Also, Wipro does not
agree to any form of risk purchase.
As per RFP
293 SNR Clause not present in RFP Customer hereby agrees to make the site ready as per the
agreed specifications, within the agreed timelines.
Customer agrees that Wipro shall not be in any manner
be liable for any delay arising out of Customer's failure to
make the site ready within the stipulated period, including
but not limited to levy of liquidated damages for any delay
in performance of Services under the terms of this
Agreement. In case the SITE is not ready for a continious
period of 30 days, milestone payment related to installation
will be released to vendor based on the SNR report, also if
there is any additional warranty cost due to continious site
not readiness for 30 days, same will be borne by the
customer
As per RFP
294 Tax Clause not present in RFP The fees chargeable by Wipro are stated exclusive of all
taxes, duties and levies imposed by any government body.
Company shall be liable and will pay for all applicable tax
liabilities such as sales, services, use or value added
taxes, but specifically excluding employment related taxes
concerning Wipro personnel and corporate taxes based on
Wipro’s net income. If Company claims exemption from
any taxes resulting from this Agreement, then Company
will promptly provide Wipro with the relevant
documentation to avail of such exemption including
required certificates, if any, from the relevant taxing
authorities.
As per RFP
295 Upgrades/Enhanc
ements
Clause not present in RFP Notwithstanding anything to the contrary in the RFP, any
requirement by Purchaser of any upgrade/enhancement
shall be provided by the Successful Bidder at an additional
cost to Purchaser and the same shall be done through a
Change Order.
As per RFP
Page 69 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
296 Bidder shall be reimbursed for payment of any statutory
duty/tax/levy including interest and/or new taxes or an
increase in the rates of existing taxes or any other sum, if
any payable in respect of any sales tax and/or any other
state or central levy. This will apply retrospectively, if so
applicable upon Bidder.
As per RFP.
297 10 2.1 Government of Rajasthan has taken a decision to
design and launch a comprehensive Health
Management System for capturing data on health and
health-related events and parameters. This
comprehensive Health Management System will be a
superset of Hospital Management System and will
ensure capturing health related data and events of a
person in the form of an Electronic Health Record. The
project also aims to build a telemedicine and PACS
solution
RISL has been given the task of getting an integrated
patient centric application platform which enables
hospitals, physicians, laboratories, pharmacies, and
other health services providers to participate and deliver
faster, more accurate, safer, higher quality and less
redundant medical care to patients in the state. The
application would be used by any hospital of Rajasthan
(government or private), private Laboratories, private
Blood Banks and private Radio Diagnosis and Imaging
Centers as also research institutions
This mean that Existing HIS Application & database for
maximum no of Patients will have to be integrated with the
New EMR Application @ API level.
For which source Code & API with DB table details needs
to be shared with new Bidder at the time of Design itself
Request GOR to share the feasibility & transparency of
sharing API & Design details of exiting HIS Platform
Request GOR to share the standard coding system used
for clinical data by existing HIS Applications ( eg.
SNOMED CT, ICD-10 etc ) & LOINC or Laboratory
Interface.
As per RFP
298 31 4.3.15 Note- No open source / freeware shall be allowed Requesting to broaden the development stack and not limit
to Oracle only. Govt of India DEITY is promoting usage of
Open source tools and many states have heath systems
on open source systems. This will reduce the overall cost
of the project
As per RFP
Page 70 of 71
Sl.
No.
Page
No.
Clause No. Clause Details Query/ Suggestion/ Clarification Responses to the queries
299 41 Criteria 1.3 - The bidder or any one of the consortium
members must possess valid certification of
CMMI Level 3 or above as on last date of
bid submission
· CMMI Level 5 : 10 Marks
· CMMI Level 3 : 07 Marks
We propose the following:
Criteria 1.3 - The bidder or any one of the consortium
members must possess valid certification of
CMMI Level 3 or above as on last date of
bid submission
CMMI Level 5 : 10 Marks
CMMI Level 3 : 07 Marks
ISO 9001 : 05 Marks
ISO 27001: 03 Marks
If an organization has multiple certifications, the
certification having the highest marks will be awarded to
the organization
As per RFP
300 20-24 4.3 — What are the platforms of the (i) Bhamashah Database
Hub, (ii) UIDAI Database Hub, (iii) e-Aushadhi, (iv) e-Mitra,
(v) Bhamashah Swasthya Bima Yojana, (vi) e-Vault, (vii)
State GIS application and (viii) e-Health Card/ Arogya
Rajasthan
— Volume of legacy data for migration
— Detail knowledge of the above existing application
should be given
— How the clinical information to be stored; manual or
software driven
— What if the Patient has no entry in the existing system?
— In case there is connectivity issue, what should be the
mode of data updation in the central db
— What are the different modules in the new app?
As per revised RFP
Page 71 of 71