third floor, thsti building, 3rd milestone, gurgaon ... tender for mobile... · page 1 of 25 third...
TRANSCRIPT
Page 1 of 25
Third Floor, THSTI Building, 3rd Milestone, Gurgaon- Faridabad Expressway
Faridabad – 121001 Phone: +91-129-2876455
TENDER NOTICE
Limited Tender
Tender No. CDSA/NIT/01/16-17 16-09-2016
On behalf of the Program Director, Clinical Development Services Agency(CDSA), an
extramural unit of Translational Science Health and Technology Institute Faridabad, Haryana, INDIA, sealed tenders are invited in two parts from reputed companies/ Agencies
and Firms engaged in development of mobile based web enabled applications:-
Sl. No.
Name of the Item EMD to be given
1. Design, Development, Deployment of Mobile application with online (web-enabled) integrated rules-based system to capture the field and lab monitoring data on CDSA server.
Rs. 30,000
Last date & Time for Submission : 30/09/2016
Date/Time for opening of bids : 30/09/2016 3:00 pm
Cost of tender documents Rs.500.00 (Non-refundable) and EMD of Rs.30,000 should be payable by Demand Draft or Pay Order issued by scheduled bank in
favour of “CLINICAL DEVELOPMENT SERVICES AGENCY” payable at Gurgaon Haryana.
The Technical bids will be opened in the presence of representatives of tenderers, if any. If the date of opening happens to be a holiday, the bids shall be opened next
working day at the same time. Requests for postponement will not be
entertained. Fax/email bids or Late/Delayed tenders shall not be considered.
Program Director, CDSA reserves the right to accept/ reject any or all tenders either in part or in full without assigning any reasons there for.
To Be Submitted To Program Director
Program Director CDSA
Clinical Development Services Agency
Third Floor, THSTI Building, 3rd Milestone, Gurgaon- Faridabad Expressway
Faridabad – 121001
Page 2 of 25
GENERAL CONDITIONS OF CONTRACT (GCC)
1 Definitions
1.1 In this Contract, the following terms shall be interpreted as indicated:
(i) "The Order" means the Purchase Order placed by the Purchaser including all the attachments and appendices thereto and all documents
incorporated by reference therein; (ii) "The Contract Price" means the price payable to the Supplier under the
Order for the full and proper performance of its contractual obligations;
(iii) "The App l i ca t ion " means the Mobile application with online (web-enabled) integrated rules-based system to capture the field and lab monitoring data real time basis developed for CDSA and which the Supplier is required to develop for CDSA under the Contract;
(iv) "Services" means services ancillary to the development of application , such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training and other obligations of the Supplier covered under the Contract
(v) “GCC” mean the General Conditions of Contract contained in this section.
(vi) “SCC” means the Special Conditions of Contract. (vii) “The Purchaser” as specified in Special Conditions of Contract. (viii) “The Purchaser’s country” is “India”.
(ix) “The Supplier” or “Developer” means the individual or firm developing the application under this Contract.
(x) “Day” means calendar day. (xi) CDSA/Program Director/ Purchaser/ and SPO represent same entity. (xii) CDSA stands for Clinical Development Services Agency. (xiii) “SRS” means Software Requirements Specification. (xiv) “FRS” means Functional Requirement Specification. (xv) “ITB” means Instructions to Bidders. (xvi) “GCC” means GNU Complier Collection. (xvii) “SCC” means Standards Coordinating Committee. (xviii) “IDE” means Integrated Development Environment.
2 Application
2.1 These General Conditions shall apply to the extent that they are not superseded by
provisions in other parts of the Contract.
3 Use of Contract Documents and Information
3.1 The bidder shall not, without the Purchaser's prior written consent, disclose the
Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Purchaser in connection therewith, to any
person other than a person employed by the Supplier in performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend
Page 3 of 25
only so far, as may be necessary for purposes of such performance. No relaxation in respect of tender fee, EMD, security deposit will be given to any bidder on account of registration with Central Purchase Organisation or National Small Industries Corporation.
4 Submission of the bids
4.1 All bids complete in every respect must reach this office within the last date and time
of receipt of bid. No extension shall be allowed for any reason what so ever. Late
tenders, Tenders received without Bid security/Earnest Money, cost of bidding
documents, if applicable etc. shall be rejected summarily.
5 Delivery and Documents
5.1 The application will be developed with front end interfaces installed on tablets and laptop as per specifications mentioned in the scope of work in the tender. The backend database will be installed on CDSA server and necessary client /user access will be made available to all the users as defined in the tender. The successful bidder will have to sign a service contract, the terms and conditions of which will be mutually accepted by both.
6 Payment
6.1 The payment of the contract will be as per the milestones described below
S.No. Milestone Payment made Period
1 Analysis and understanding of the application to be developed
Nil 1 day from the effective date
2 Design and interface of the application
Nil 3rd day of project initiation
3 Development & Deployment of the application
25% of the contract value
24th day of project
4 Testing of application 25% of the contract value
30th day of Project
5 System ready online for entries 40 % of the contract value
On the 31st day of contract
6 Six-month maintenance and security audit
10% of contract value
After 6 months of contract
7 EMD will be converted into security deposit
Rs. 30000 Refunded after 1 year of Contract
7 Prices
7.1 All the prices quoted will be in Indian Rupees
8 Subcontracts
8.1 The Supplier shall notify the Purchaser in writing of all subcontracts awarded
under this Contract if not already specified in the bid. Such notification, in his
original bid or later, shall not relieve the Supplier from any liability or obligation under the Contract
Page 4 of 25
8.2 Sub-contract shall be only for bought-out items and sub-assemblies.
9 Delays in the Supplier's Performance
9.1 Since time is the essence of the contract, development of the application and its successful installation and performance of the Services shall be made by the Contractor in accordance with the milestones defined under section 6.2 and further detailed out in the service contract.
10 Penalty
10.1 If the Bidder fails to deliver the said application within the period(s) specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as penalty, a sum equivalent to 5 percent per week and the maximum deduction is 15% of the contract price. if there is a further delay beyond three weeks, the contract will be cancelled and the entire security deposit forfeited.
11 Termination for Default
11.1 The Purchaser may, without prejudice to any other remedy for breach of contract, by
written notice of default sent to the Supplier, terminate the Contract in whole or part:
(i) If the Bidder/ fails to develop and deliver the Application within the period(s) specified in the order, or within any extension thereof granted by the Purchaser.
(ii) If the Supplier fails to perform any other obligation(s) under the
Contract. (iii) If the Supplier, in the judgment of the Purchaser has engaged in
corrupt or fraudulent practices in competing for or in executing the
Contract.
(iv) The detailed clauses for the termination will be laid out in the service contract
11.2 For the purpose of this Clause:
(i) “Corrupt practice” means the offering, giving, receiving or soliciting of gratification to influence the action of a public official(s) in the
procurement process or in contract execution. (ii) “Fraudulent practice” means a misrepresentation of facts in order to
influence a procurement process or the execution of a contract to the
detriment of the purchaser, and includes collusive practice among
Bidders (prior to or after bid submission) designed to establish bid
prices at artificial non-competitive levels and to deprive the purchaser of the benefits of free and open competition;’”
12 Force Majeure
12.1 The Supplier shall not be liable for forfeiture of its performance security, liquidated
damages or termination for default, if and to the extent that, it’s delay in performance
or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.
12.2 For purposes of this Clause, "Force Majeure" means an event beyond the control of the Supplier and not involving the Supplier's fault or negligence and not foreseeable.
Page 5 of 25
Such events may include, but are not limited to, acts of the Purchaser either in its
sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, act of God and freight embargoes.
13 Resolution of Disputes
13.1 The Purchaser and the supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in
connection with the Contract.
13.2 If, after thirty (30) days from the commencement of such informal negotiations, the
Purchaser and the Supplier have been unable to resolve amicably a contractual dispute, either party may require that the dispute be referred for resolution to the
formal mechanisms. These mechanisms may include, but are not limited to, conciliation mediated by a third party, adjudication in an agreed national or international forum, and national or international arbitration.
14 In case of Dispute or difference arising between the Purchaser and a domestic supplier relating to any matter arising out of or connected with this agreement, such disputes
or difference shall be settled in accordance with the Indian Arbitration & Conciliation
Act, 1996, the rules there under and any statutory modifications or re-enactments
thereof shall apply to the arbitration proceedings. The dispute shall be referred to the
Director CDSA and if he is unable or unwilling to act, to the sole arbitration of some
other person appointed by him willing to act as such Arbitrator. The award of the
arbitrator so appointed shall be final, conclusive and binding on all parties to this
order.
15 Applicable Law: The place of jurisdiction would be Delhi, INDIA. 16 Notices: For the purpose of all notices, the following shall be the address of
the Purchaser and Supplier.
I Purchaser: Program Director,
Clinical Development Services Agency, Third Floor, THSTI Building
3rd milestone, Gurgaon- Faridabad Expressway Faridabad, Haryana -121001
II. Contractor (To be filled in by the Contractor) ............................................. .............................................
.............................................
Page 6 of 25
INSTRUCTIONS TO BIDDERS
INTRODUCTION
1. About CDSA
CDSA is an extramural unit of Translational Health Science and Technology Institute, Faridabad, Haryana, which is an autonomous institute under the Department of Biotechnology, Ministry of Science and Technology, Government of India. It is a not for profit society registered under the Societies Registration Act 1960. One of the important mandate of CDSA providing quality and cost effective clinical trial services to Academicians, SME’s and other Government/ Private organizations for the products targeted for the Public Good. It undertakes and supports the clinical trials undertaken by Principal investigators in respect of its management, monitoring and database management.
2. Eligible Bidders
2.1 This invitation for Bids is open to all the Indian and subsidiary companies of Indian multi-national corporation’s companies / firms engaged in development of mobile and web enabled applications in the last 5 or more years. The Bidding firm must be individual firm or company.
3. Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission
of its bid, and “the Purchaser", will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.
THE BIDDING DOCUMENTS
4. Cost of Bid Document
As mentioned on first page.
5. Contents of Bid Document
The Bidder is expected to examine all instructions, forms, terms (ITB/GCC/SCC
etc.), and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive shall result in rejection of the bid.
6. Amendment to Bid Document
6.1 The prospective bidders are required to keep a watch on the CDSA website
w.r.t. any amendment to the tender document or to clarification to the
queries raised by the bidders up to seven days prior to the opening of the
tender. The Purchaser reserves the right to reject the bids if the bids are
submitted without taking into account these amendments/clarifications. In
order to allow prospective bidders reasonable time in which to take the
amendment into account in preparing their bids, the Purchaser, at its
discretion, may extend the deadline for the submission of bids.
Page 7 of 25
PREPARATION OF BIDS
7. Documents Comprising the Bid
The bid is required to be submitted in two parts. One part is the Techno- Commercial Unpriced Bid and the other part is the Financial/Price Bid.
7.1 The Techno-Commercial Unpriced Bid prepared by the Bidder shall include the
following without indicating the price in the Bid Form.
(i) EMD in the form of Demand draft drawn in the favor of “ Clinical Development Services Agency” and payable at Gurgaon
(ii) Self-Attested copy of the PAN Card
(iii) Copy of the registration and incorporation of the firm (iv) Copy of the service tax registration (v) Copies of the Company /Firm Balance sheet of last three years. (vi) One page brief write up about the methodology and the open
softwares which will be used for the development of applications.
(vii) Copies of previous Mobile based web enabled work/supply orders executed and implemented in the last three years- Minimum one work orders for more than Rs. 7.5 Lakhs or two work orders for more than Rs.5.00 Lakhs each.
(viii) Screen shots of minimum two mobile based applications developed during the last two years. Demo will have to be provided if asked for.
(ix) Certificate of company HR showing the details of the development team
(x) Signed Bid Form.
7.2 The Price/Financial Bid shall comprise the Techno Commercial Bid with price
indicated in the bid form.
8. Bid Prices
8.1 The Bidder shall indicate the total bid price for the development of mobile based web enabled application.
8.2 Prices quoted by the bidder shall remain fixed during the entire period of contract and shall not be subject to variation on any account. A bid submitted with
an adjustable price the bid will be treated as non - responsive and rejected.
9. Bid Currencies
Prices shall be quoted in Indian Rupees Only. 10. Documents Establishing Bidder’s Eligibility and Qualifications
10.1 Pursuant to CDSA, the bidder shall furnish, as part of the bid, documents
establishing the bidders’ eligibility to bid and qualification to perform the contract if the bid is accepted.
Page 8 of 25
10.2 The technical bids of the participating bidders after initial scrutiny will be assessed by the committee of CDSA. The criteria for qualification
1. Minimum marks in each criterion as per the column 4 (Minimum Marks required).
2. Overall, a minimum of 60 points required for the bidder to be shortlisted for opening of financial bids.
S.No. Criterion Max marks
Min marks
Marks obtained
1 Adequacy of proposed approach & methodology, in line with the requirement.
Application using open source software will be preferred.
25 15
2 Past Experience in Design, Development & Maintenance of Mobile based web enabled application Systems.
More than three Applications:- 30 Three applications:- 18 Two applications:-12 One application :-6
30 18
3 Experience in Design & Development of Mobile based web enabled for Govt./PSU/Corporate/university bodies systems.
More than three organizations:- 30 Three organizations:- 18 Two organizations:-12 One organization :-6
30 18
4 Technical team and other resources available with the Bidder
More than five technical persons:-15
4-5 Technical persons:-12 3 Technical persons:-9 1-2 technical persons:-5
15 9
Total 100 60
10.3 These marks would not be counted on subsequent stages and the financial bid
will be opened, only if the bidder qualifies this criteria. 11. Period of Validity of Bids
Bids shall remain valid for 90 days from the date of opening the bid prescribed
by the Purchaser. A bid valid for a shorter period may be rejected by the
Purchaser as non-responsive.
12. Format and Signing of Bid
The Bidder shall submit the bids in two separate envelops. One envelop shall contain Techno commercial un-priced bid and the other shall contain the
priced bid.
Page 9 of 25
13. Pre bid meeting
13.1 Pre bid meeting will be held on September 20, 2016 at 11 am to clarify the doubts and queries if any in respect of the tender. Interested bidders or their representatives can attend this meeting.
13.2 The Bidders are requested to visit the CDSA website www.cdsaindia.in for any change in the time and date of the meeting. The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. All pages of the bid, except for un-amended printed literature, shall be initialed by the person or persons signing the bid.
13.3 Any interlineations, erasures or overwriting shall be valid only if the persons or persons signing the bid endorse them.
13.4 The Bidder shall furnish information on commissions or gratuities, if any paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the contract as per the bid form.
13.5 The bid once accepted and awarded the contract the bidder will be obliged to execute the contract for the delivery and commissioning of the product at CDSA.
SUBMISSION OF BIDS
14. Sealing and Marking of Bids
14.1 The bidder shall seal the Techno Commercial Unpriced Bid and the
Price/Financial Bid in two separate envelops duly marked as “Techno Commercial Unpriced Bid” and “Price/Financial Bid” respectively. Both the
envelopes shall then be sealed in one outer (main) envelope.
14.2 The inner and outer envelopes shall: (i) Be addressed to the Purchaser at the following address:
Program Director Clinical Development Services Agency
Third Floor, THSTI Building,
3rd Milestone, Gurgaon- Faridabad Expressway Faridabad – 121001
(ii) Bear the Item Name /Reference No./ Last Date For Submission Of Tender / Date of opening of Tender / Firm’s Name & Address and a statement "Do not open before Time hrs (IST) on Date."
14.3 If the outer envelope is not sealed and marked as required Clause 12.2, the
Purchaser will assume no responsibility for the bid's misplacement or premature opening.
14.4 Fax or e-mail bids will be rejected.
15. Deadline for Submission of Bids
15.1 Bids must be received by the Purchaser at the address specified under clause not later than the time and date specified in the Invitation for Bids. In the
event of the specified date for the submission of Bids being declared a holiday
Page 10 of 25
for the Purchaser, the Bids will be received up to the appointed time on the
next working day. 15.2 The Purchaser may, at its discretion, extend this deadline for submission of
bids by amending the bid documents in accordance with Clause 5.1, in which
case all rights and obligations of the Purchaser and Bidders subject to the
previous deadline will thereafter be subject to the deadline as extended.
16. Late Bids
16.1 Any bid received by the Purchaser after the deadline for submission of bids as
prescribed by the Purchaser, pursuant to Clause 16, will be rejected and/or returned to the Bidder.
17. Modification and Withdrawal of Bids
17.1 The Bidder may modify or withdraw its bid after the bid's submission; provided
that written notice of the modification or withdrawal is received by the
Purchaser prior to the deadline prescribed for submission of bids.
17.2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions of Clause 15. A
withdrawal notice may also be sent by telex or cable or fax or e mail but followed by a signed confirmation copy, post marked not later than the
deadline for submission of bids. 17.3 No bid may be modified subsequent to the deadline for submission of bids. 17.4 No bid may be withdrawn in the interval between the deadline for submission
of bids and the expiration of the period of bid validity specified by the Bidder on the bid form. Withdrawal of a bid during this interval may result in the
Bidder's forfeiture of its bid security.
OPENING AND EVALUATION OF BIDS
18. Opening of Bids by the Purchaser
18.1 The Purchaser will open all Techno Commercial Un-priced Bids, in the presence
of Bidders' representatives who choose to attend, as per the schedule given in
invitation to bids.
18.2 The Bidders' representatives who are present shall sign the quotation opening
sheet evidencing their attendance. In the event of the specified date of Bid
opening being declared a holiday for the Purchaser, the Bids shall be opened at the appointed time and location on the next working day.
19. Clarification of Bids
19.1 To assist in the examination, evaluation and comparison of bids, the
Purchaser may, at its discretion ask the bidder for any clarification(s) of its
bid. The request for clarification and the response shall be in writing and no
change in the price substance of the bid shall be sought, offered or permitted. However, no post Bid clarifications at the initiative of the Bidder shall be entertained.
Page 11 of 25
20. Preliminary Examination
20.1 The Purchaser may waive any minor informality, non-conformity, or irregularity
in a bid, which does not constitute a material deviation, provided such a
waiver, does not prejudice or affect the relative ranking of any Bidder.
20.2 Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness of each bid to the Bid Document. For purposes of these clauses, a substantially responsive bid is one, which conforms to all the terms
and conditions of the Bid Document without material deviations. 20.3 On downloading from the web site, the language of standard clauses etc.
mentioned in this ‘Bid Document’ should not be tampered with/ changed/modified in any manner whatsoever. If any such modification etc. is
noticed the purchaser at any stage, the bid shall be rejected immediately and
EMD shall stand forfeited.
21. Evaluation & Comparison of Bids
21.1 Conditional tenders/discounts etc. shall not be accepted. Rates quoted
without attached conditions (viz. Discounts having linkages to quantity, payment terms etc.) will only be considered for evaluation purpose. Thus
conditional discounted rates linked to quantities and prompt/advance
payment etc., will be ignored for determining inter-se position. The Purchaser however reserves the right to use the discounted rate/rates considered
workable and appropriate for counter offer to the successful tenderers.
21.2 The bidder must be a Company under the Indian Companies Act 1956 or a proprietorship registered firm under Indian proprietorship Act 1908.
21.3 The bidder should have been in operation for at least five years as on 31st March, 2016 (Incorporation/ Registration Certificate required).
21.4 The bidder must have a minimum turnover of at least Rs.30 lakhs and positive net worth in each of the preceding three audited financial years (Audited Accounts/Certificate from Auditors required 2012-13 to 2014-2015).
21.5 The bidder must have a dedicated manpower on regular payroll for undertaking designing, development and deployment of Clinical Database Management. (Certificate from HR required).
21.6 The bidder must have successfully undertaken designing development execution/ hosting of at least three (3) Mobile based web enabled applications with a capability of capturing the data electronically from the geographically spread over the last five (5) years for Government / PSU / Institutions for Higher Education / Universities / Large Corporates. (Copy of work order and sign-off for each of the assignments is required).
21.7 Documentary proof for everything is essential without which the proposal will be rejected. The documents submitted as proof should be self-bidders who have submitted EMD and are satisfying the above pre-qualification criteria.
21.8 Bidders who have Bidders declared by Government of India to be ineligible to participate for unsatisfactory past performance, corrupt, fraudulent or any other unlawful or unethical business practices shall not be eligible. Bidders will have to give self-attested certificate duly signed on Rs.100 stamp paper in the format attached with the tender towards this at Annexure – A.
22. Contacting the Purchaser
Page 12 of 25
22.1 Any attempt by any Bidder to influence the Purchaser in its decisions on bid
evaluation, bid comparison or contract award may result in rejection of the bid.
23. Purchaser's Right To Accept Any Bid and To Reject Any or All Bids
23.1 The Purchaser reserves the right to accept or reject any bid, and to annul the
bidding process and reject all bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or bidders or any
obligation to inform the affected Bidder or bidders of the grounds for the
Purchaser's action. 23.2 Evidence regarding credibility of stable performance and maintenance service
capability must be provided. The purchaser reserves the right to make
judgment on this score and reject bids that, in the purchaser’s view, do not carry sufficient credibility for performance and/or service.
24. Notification of Award
24.1 Prior to expiry of the period of bid validity, the purchaser will notify the
successful bidder in writing by Purchase Order.
24.2 Upon the successful Bidder's furnishing of performance security the purchaser will promptly notify each unsuccessful Bidder and will discharge its bid security.
25. Order Acceptance
25.1 The successful bidder should submit acceptance of the Purchase Order immediately but not later than 21 days in any case from the date of issue of the Purchase Order failing which it shall be presumed that the vendor is
not interested and his bid security is liable to be forfeited 25.2 Service Level Agreement and Service Contract will be signed with the
successful bidder for effective implementation of the contract 25.3 The Successful bidder has to sign Confidentiality and Non-disclosure
agreement with CDSA before any information is shared with the bidder in respect to the clinical trial.
26. Supplier Integrity
26.1 The Bidder is responsible for and obliged to conduct all contracted activities in
accordance with the Contract using state of the art methods and economic
principles and exercising all means available to achieve the performance
specified in the contract.
Page 13 of 25
BID FORM
To,
The Program Director, Clinical Development Services Agency,
Third Floor, THSTI Building, 3rd Milestone, Gurgaon- Faridabad Expressway
Faridabad – 121001
Sir,
Having examined the bidding document, the receipt of which is hereby duly acknowledged, we the undersigned offer to participate in tender for Design, Development, Deployment of Mobile application with online (web-enabled) integrated rules-based system to capture the field and lab monitoring on CDSA server and in conformity with the said bidding documents for a sum or such other sums as may be ascertained from the bid.
We undertake if our bid is accepted, f o r Design, Development, Deployment of Mobile application with online (web-enabled) integrated rules-based system to capture the field and lab monitoring data real time basis on CDSA server. Further we agree to deliver the services in accordance with the delivery schedule specified.
We agree to abide by this bid for requisite period as fixed for bid opening as per the
instructions to the bidders. Further it shall remain binding upon us and accepted at any time
before the expiry of that period.
Until a formal contract is prepared and executed, this bid, together with your written
acceptance thereof and your notification of award shall constitute a binding contract between us.
We understand that you are not bound to accept the lowest or any bid you may receive.
Dated this _day of _20_
Signature
In the capacity of
Duly authorized to sign the bid for and on behalf of
(For price bid format to be submitted in sealed second envelops duly marked as price/ Financial Bid”)
(Stamp and Sign of Bidder)
Page 14 of 25
Scope of work
1. Objective
The purpose of this Tender is to identify competent and Professional Bidder for design, development, deployment of Online Integrated system enabled to capture on real time basis, the concurrent field and lab monitoring data of the nationwide survey conducted for collection of blood, urine and stool samples along with the lab at various Primary Sample Units (PSU), sample collection centers and the laboratories. Background CDSA is looking for mobile application with online (web-enabled) integrated rules-based
system to capture the field and lab monitoring data.
The objectives for implementation of such a system are:
a) Secure, robust validated and responsive online system for field and lab monitoring of
sample collection survey conducted to collect the blood, urine and stool data. The
system will capture the monitoring through an online application developed for the
same.
b) System that is flexible enough to adapt to evolving monitoring plans/guidelines
c) The field and lab monitoring will be done through a predefined checklist developed for
the same.
d) The monitoring application should capture the GPS coordinates, date and time and
duration of the monitoring visit.
e) Capable to capture the field travel movement of the staff.
f) The field and monitoring will be undertaken at remote and distant sites all across India
and the system should sync the data automatically to the central server as and when
the connectivity is available.
g) Fulfil requirements for MIS reports under various categories as per user requirements
h) Better management and retrieval mechanism.
The newly designed system shall be deployed by the bidder at the central server of Clinical
Development Services Agency. The selected bidder will have the sole responsibility to deploy and maintain the application for
first six months. The competent and professional organizations/firms having proven expertise
in System Study, Design, Development, Implementation and Maintenance of Web enabled
applications using latest available stable Open Source technologies are requested to submit
their bids against this Tender Document.
Page 15 of 25
2. Broad scope of work
If any services, functions or responsibilities not specifically described in the contract are inherent, necessary or customary part of the services or are required for proper performance or provision of the services in accordance with the Broad Scope of Work or Indicative List of Required Features, they shall be deemed to be included within the scope of the work to be delivered for the charges, as if such services, functions or responsibilities were specifically described in the scope of work
The work includes:
1. Study, Requirement understanding and Analysis with respect to developing mobile
application with Online web enabled integrated System for CDSA after undertaking
the study of the existing systems:
a) Requirement gathering through consultation with CDSA.
b) Development and Finalization of Software and Database configuration.
2. Design, Development, deployment proposed mobile application with Online web
enabled integrated System with six month’s maintenance.
3. The system shall have options for multiple level of administrative control having varied
rights so that they are able to perform functions pertaining to their respective
entre/Domain as per their assigned rights.
4. System should be robust, responsive and support at least 50 concurrent remote users
per instance and scalable as per need.
5. Bidder shall get the system security audited at from CERT-In/CERT-In Empaneled
vendors with in six month of maintenance period \the audit cost will be paid by CDSA
separately.
6. The selected bidder would be required to provide Warranty, maintenance of six
months, and Technical Support from the date of issue of completion certificate, and
Annual maintenance of system. Warranty and AMC include minor additional
requirements/minor changes apart from regular maintenance. The free warranty
period would be of ONE year after the successful implementation of the system on
production server. The successful implementation of the system means:
a) Sign off of User Acceptance test
b) Successful Implementation on Central Server from tablets and laptops/PC
c) Handover of actual running software source code complete in all respects
d) Security audit within Six months.
7. After expiry of warranty period, the bidder shall compulsorily offer AMC for a minimum
of one year. However, CDSA may or may not award the AMC at its own sole
discretion.
8. Identify the training requirements and train the concerned CDSA staff/officers for
successful implementation and maintenance of the developed system. The Training
shall include application, database and other related features.
9. Preparation of User, Design & Technical manuals and other documents for the
developed system in an easy to understand and user friendly language with proper
Diagrams, Screen-shots and charts wherever required.
Page 16 of 25
3. Indicative Scope of Work
The indicative scope of work regarding Designing, Development, Implementation, and deployment of online integrated monitoring application is specified as under: Phase 1: Analysis
i. Finalizing the detailed list of activities, scope and duration of each of the activity and
detailed project plan.
ii. Detailed discussions with concerned CDSA officials to understand the overall objectives
of the assignment.
iii. Finalization of Project Objectives/Requirements.
iv. Submission of detailed Project Proposal /Plan.
v. Signoff on detailed project plan, activities, timelines etc. form
Phase 2: Design
i. Detailed Requirement gathering and analysis.
ii. Carry out a System Study including SOPs, guidelines, inception report, monitoring
checklist/questionnaire and to prepare the Software Requirements Specification
(SRS) and Functional Requirement Specification (FRS) document.
iii. Identification of technologies/platforms compatible with my-sql & centos
iv. Detailed application design.
v. Information Integration and Consolidation.
vi. Client Sign-off for Requirement Analysis.
vii. Vendor shall develop appropriate screen layouts and templates for the user
feedback.
viii. Approval of prototype (design interface) developed by vendor.
ix. Designing interface/ mechanism for Mobile based application
x. Coordination and collection of required data from CDSA
xi. Assistance in Proper backup policy and Disaster Recovery Management.
xii. Comply with website security and Auditing & Logging guidelines issued by NIC,
CERT-IN and MEIT, GoI within six months.
Phase 3: Development
i. Application Development,
ii. Generation of reports. Automated reconciliation and generate necessary reports,
etc.
iii. Adherence to Web Application Audit/ Compliance and Approval / Security Features
iv. Testing of developed system based upon Compliance to applicable guidelines,
Assess the user objective achievement, etc.
v. Completed system components for UAT
Page 17 of 25
vi. UAT Sign-off by CDSA
vii. Modification based upon user feedback
viii. Sign off on developed system by CDSA
Phase 4: Operation and Maintenance support
i. Identify and execute training requirements for successful execution of integrated
system
ii. Creations of necessary documents and User Manual for training
iii. Support in handover of system to CDSA
iv. Support on Training / Demo
v. Warranty Maintenance
vi. Annual Maintenance of system
vii. Designing interface/ mechanism for Mobile based application
4. Indicative Deliverables
This section provides indicative deliverables; however actual deliverables will depend upon project specific requirements and will be finalized in consultation with CDSA. i. FRS, SRS, High Level Design and Architecture Documents
ii. Performance Test Reports
iii. Security Test Reports at the end of six month
iv. GUI Usability Report
v. User Manual and SOP
vi. Technical and Design Manual
vii. Data Backup Process and Archival Process
viii. Error-free Source Code of the actual running software complete in all respects along
with source code of DLLs and other Libraries
ix. Security Audit certificate (Safe to Host certificate) from CERT-IN/ CERT-IN Empaneled
agencies within six months.
5. Indicative List of Required Features to be included in the System
The following is an indicative outline of required features. Detailed requirements will be finalized by the bidder in consultation with user departments of CDSA
i. Portability on Centos server, Windows laptops and Android tablets.
ii. Proposed System should be accessible on all platforms and all major popular browsers.
(e.g. Internet Explorer, Mozilla Firefox, Google Chrome, etc.) iii. The data will be captured PSU wise, within PSU subject wise, collection Centre wise and
the laboratory.
iv. The checklist/questionnaire with close ended options, multiple options and textboxes to
summarize the visit/ monitoring details.
v. Online and offline syncing of the data with the central server.
vi. Secure login for each user along with audit trail.
vii. Mobile application supporting store offline / online data.
Page 18 of 25
viii. Separate login for the main Administrator at CDSA.
ix. Main administrator having the rights to create/edit/assign/delete rules, roles and users
along with audit/log trail. The bidder shall initially configure the rules at the time of
testing and implementation.
x. Database should be normalized, ensure referential integrity, appropriate primary keys
should be defined, and data field’s names should be self-explanatory
xi. Feature of auto periodic backup of database.
xii. Mechanism to ensure through version control that any change in rules/procedure etc.
does not make the data/information, etc. misleading, incompatible, or corrupt.
xiii. System must have security features as follows:
a) Vendor should also get the Security Audit certificate (Safe to Host certificate)
from CERT-IN/ CERT-IN Empaneled agencies within six months.
b) Free from OWASP Vulnerabilities (Open Web Application Security Project).
c) Captcha Code on all entry forms.
d) Strong Password Policy.
e) Storing of any kind of username and password in the encrypted form in the
database.
f) Session Management.
g) Audit/Log Trail.
xiv. Audit Trail should be maintained as per guidelines issued by Cert-IN throughout the
system and database but should be kept separate as far as possible from main tables
including Login attempts with time, IP Address, etc. and Any change in data with time,
IP Address etc.
xv. System shall have feature to send the: EMAIL/SMS notifications to stakeholders as per
requirements.
xvi. Automated MIS reports
The proposed System to be implemented using any Open Source stable platform Note: Features requirements indicated above are bare minimum. It does not limit Bidders to give better system. Schedule and time line for delivery of the project The maximum time for completion of project is 31 days under from the date of award of contract including testing and implementation of the proposed system. Project has to be completed within timelines.
Page 19 of 25
Architecture of Data Flow:
Central Server
1. Field Monitor 2. Regional Monitor (Mobile Application)
Email/ SMS enabled
Data Analyst Web based application
Data Admin (Project Manager)
Web Based Application
IT ADMIN (Full Authentication)
Lab Monitor (Mobile
Application) Email/ SMS
enabled
Zonal Manager Both Applications
Page 20 of 25
DELIVERABLES FROM THE BIDDERS
Design, Development and Implementation of mobile application with online (web-enabled) integrated rules-based system to capture the field and lab monitoring data. CDSA has envisaged the following activities that are required to be taken up by the Bidder to achieve the objectives:
i. To conduct the User Requirement Study, System Requirement Study as per the scope
of the work and to finalize the requirements in consultation with CDSA.
ii. Develop “Visual Prototype” and Database Design and obtain approval from CDSA,
Preparation and submission of SRS.
iii. Development of Online Integrated System after getting the approval of prototype
system.
iv. Testing
The bidder shall thoroughly test the system for load, quality and performance along with
proper functioning at its site before deployment of the software on production environment
and submit test reports to the buyer. a) In addition to above, CDSA may hire services of third party to certify the system for
load, quality and performance at its own cost to ensure proper functioning of the
system. The suggestions given by the third party, if any would be mandatory for
the bidder to implement and to incorporate and to execute the same from time to
time.
b) Final approval/User Acceptance of the system shall be given by CDSA after the
testing and successful implementation.
c) The system thus developed and tested shall be hosted and maintained at CDSA
production server
d) The bidder shall be required to provide performance tuning
parameters/configuration of the Server/OS/Application Server software on which
the system would be hosted for efficient working of the System.
e) Security Audit
Vendor shall get the system security audited for “Safe to Host” certification from CERT-IN/CERT-IN Empaneled vendors within six month. The cost of security audit certification will be borne by CDSA.
v. Source Code, Proprietorship and Patent
Vendor will provide the latest and complete source code of the actual running
software which can be compiled and deployed by CDSA along with all the requisite
software (Source Code, Libraries, IDEs etc.). CDSA will be the sole proprietor of the
system developed and it’s Intellectual Property Rights, and any patents arising out
the work shall be of CDSA, and vendor will have no claim on the same.
Page 21 of 25
vi. Deployment of System
Deployment shall include implementation and maintenance of the developed system. a) Bidder shall submit ideal minimum deployment requirements for the proposed
system that will be sufficient for the smooth functioning of the system without
compromising the performance. b) These deployment requirements should consist of minimum required virtual
hardware and networking items / components that CDSA needs to arrange for the
successful installation and implementation of system. c) Deployment of required system software and application shall be done by the bidder
on CDSA Server.
vii. Hands on Training over the developed System
a) The bidder shall provide hands on user training to CDSA staff for proper functioning, management of the system.
b) The training shall be conducted for at-least two days at CDSA office in Faridabad. c) The Training Plan shall be mutually decided between CDSA and the Bidder. d) Training shall be provided on the basis of Training to Tutor model. e) During training, user manuals for the system shall be provided by the successful
bidder. f) No extra cost would be borne by CDSA on account of this.
Post Implementation Support/Warranty (Support after sign off of UAT)
The Bidder shall be responsible for installation, administration and maintenance of the system for the period of Warranty after successful implementation and porting of data. The warranty period would be of ONE year after the successful implementation of the system on central server. a) During the Warranty period, the bidder shall perform all the upgrade/new version
update free of cost.
b) The bidder shall compulsorily offer AMC after expiry of warranty period. However,
CDSA may or may not award the AMC at its own sole discretion.
Requirements and Expected Features of Proposed Integrated System
a) Browser Independent: The system so designed and developed should be
compatible with all popularly used browsers including mobile browsers.
b) Software Platform: The system should be developed using latest stable open
source technology with Long Term Support. Source code should be well
documented. CDSA shall have the right to approve the coding practices and may
ask the firm, at any time, to change full or some part of the code according to the
pattern suggested.
c) The system should have user friendly Graphical User Interface (GUI) and should
enable role based access rights to each user. The interface needs to be developed
for the users as per the SRS approved by CDSA.
Page 22 of 25
d) The system should be so designed and developed that it gives a feel of a portal
with International Level Institute look, shall be User friendly, Easy to access or
navigate.
e) The Page download/query response/uploads/submissions should be quick.
f) The MIS report - Drill down Reports, Matrix reports and other required reports to be
developed for the System.
Note: Features discussed above are indicative. It does not limit Bidders to give more features as per best practices elsewhere.
Page 23 of 25
RIEF SUMMARY OF QUOTATION & CHECKLIST (Not To Be Used For Evaluation/Comparison Purpose)
FOR `. ALL QUOTE FILL RELEVANT INFORMATION IN INDIAN Rs ONLY.
(Please complete al l information required. Please do not write ‘AS PER QUOTATION’ / ‘PLEASE REFER TO OUR OFFER’)
CHECKLIST
01 Following things are mentioned on the main (outer) envelope
Item name /reference No. /Last date for submission of tender/Date of opening of tender /Firm’s Name & Address
02 EMD is enclosed (with the technical bid only)
03 Demand draft(s) is/are In favour of “ Clinical development Services Agency “, payable at Gurgaon Firm’s name/ref. No. etc. has been mentioned on the reverse of DDs.
04 The bid papers have been PUNCHED with a hole o n the Top Left Hand Corner Side and Properly Tagged.
05 Only relevant documents (Technical Brochures/Leaflets etc.) required in support of the quoted Item have been enclosed. No irrelevant papers, user recommendations, and order copies etc. have been enclosed unless specifically asked for.
06 Quotation have been duly signed and stamped by the Authorized & Competent person. All correction/over writings have been duly checked, initialed and stamped. (if applicable)
07 In case of two bid, single combined offer has not been submitted or ‘Price Bid’ has not been enclosed in the envelope marked ‘Technical Bid’
08 In case of two bid system this page will be enclosed with the Price Bid.
We have read and understood the tender terms and conditions. The undersigned is
competent to sign the tender document including this page on behalf of the quoting firm.
Date: (Signature with Seal)
PRICE BID / FINANCIAL BID
Sl. No.
Name of the Item Total Price Quoted
A Compulsory
1. Cost of Design, Development, Deployment of Mobile application with online (web-enabled) integrated rules-based system to capture the field and lab monitoring data real time basis on CDSA server.
Taxes
Total
B Optional
One year AMC cost including service tax after the end of first year warranty.
In Words Rupees only
Note: - 1. Item no.1 will be considered for evaluation purpose. 2. The price in written in word format will finally prevail in case of any discrepancy. 3. AMC cost is optional and will not be considered for evaluation.
Place: Name: Date: Business Address Signature of Tenderer Seal of Tenderer
ANNEXURE-A
SELF-DECLARATION – NON BLACKLISTING
(On Non-Judicial Stamp Paper of ₹100/- duly attested by the Notary Public)
To,
Program Director, Clinical Development Services Agency Third Floor, THSTI Building, 3rd Milestone, Gurgaon- Faridabad Expressway
Faridabad – 121001
Sir,
In response to the Limited tender No. CDSA/NIT/01/16-17 Dated 16-09-2016
for “Design, Development, Deployment of Mobile application with online (web-
enabled) integrated rules-based system to capture the field and lab monitoring data on
CDSA server.”
I/ We hereby declare that presently our Company/ firm _ _ _ __ _ _ _ _ _ _ _ _ _ _ _ _
_ _ is having unblemished record and is not declared ineligible for corrupt & fraudulent
practices in similar services either indefinitely or for a particular period of time by any
State/ Central Government/ PSU/Autonomous Body during last three years preceding
the date of submission of bid.
We further declare that presently our Company/ firm ___________________is
not black listed and not declared ineligible for reasons other than corrupt & fraudulent
practices in similar services by any State/ Central Government/ PSU/ Autonomous
Body on the date of Bid Submission during last three years preceding the date of
submission of bid.
If this declaration is found to be incorrect then without prejudice to any other
action that may be taken, my/ our security may be forfeited in full and the tender if any
to the extent accepted may be cancelled.
Thanking You,
Sincerely,
Place: - Name of the Bidder
Date: - Authorised signatory
Seal of the Bidder