Detailed Specifications of Group Nos

PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK

TENDER NOTICE NO.08/2013-14 DUE ON 31.12.2013 UPTO 12.00 NOON

AND TO BE OPENED ON THE SAME DAY AT 2.30 PM

Sealed tenders from the Manufacturers/Authorized Dealers are invited for providing/installing software for the Accounts Section and New OPD Block of the Hospital of Pt.B.D.Sharma University of Health Sciences Rohtak (Haryana). Tender Form for all Groups alongwith the instructions and technical details are available on the University Website: www.uhsr.ac.in. and www.pgimsrohtak.nic.in. After downloading from Website, the Tenderers may quote their rates alongwith fee of Rs.1, 000/-for each Group, in shape of Demand Draft, drawn in favour of the Controller of Finance, Pt.B.D.Sharma University of Health Sciences Rohtak. The last date of submission of Tenders complete in all respects is 31.12.2013 upto 12.00 PM.

IMPORTANT:

1.  Tender should be put in a sealed envelop. On each envelop “TENDER AGAINST TENDER NOTICE NO.08/2013-2014 FOR GROUP NO. ______, DUE ON 31.12.2013 upto 12.00 PM AND TO BE OPENED ON THE SAME DAY AT 2:30 PM” should be written in capital letters. It should not be written on the envelop at the time of demanding the Tender Form. ‘TECHNICAL BID’ and ‘PRICE BID’ MUST BE SEALED SEPARATELY IN TWO SEPARATE ENVELOPS (marked as Technical Bid and Price Bid in bold letters. These two envelops may be put in another bigger envelop and duly sealed) —TENDER DUE ON 31.12.2013 duly page-marked alongwith Check-list.

2.  Every tenderer will have to furnish a Certificate to the effect that their firm has not been debarred by any Central/State Govt./University for Public Sector Business, at the time of purchase/submission of Tender Form. In case, at a later stage, if the tenderer found debarred, the tender against this Notice will be rejected.

3.  The tenderer shall quote their rates with a Rate Validity of atleast 12 months from the date of opening of Tender. The quantity of the items may be increased/decreased or complete withdrawn.

4.  The tenderer must quote their rates NET i.e. including customs duty (if applicable), %age of VAT/CST/ST etc. clearly, in Words and In Figures, alongwith the required documents.

5.  Any Tender offer not accompanied with the Processing Fee/Tender Fee of Rs.1,000/- and Earnest Money of Rs.40,000/-, per group, shall be straightway rejected and no correspondence in this regard shall be entertained.

6.  In case of any difficulty, contact the Sr. Professor I/c Purchase.

GROUP / DEPARTMENT / DESCRIPTION
1.  / ACCOUNTS SECTION / SOFTWARE AND COMPATIBLE HARDWARE FOR ACCOUNTS

Sr.Professor I/c purchase

ANNEXURE ‘A’

TENDER NOTICE NO.08/2013-14 DUE ON 31.12.2013 UPTO 12.00 NOON AND TO BE OPENED ON THE SAME DAY AT 2.30 PM.

GROUP / DEPARTMENT / DESCRIPTION
1. / ACCOUNTS SECTION / SOFTWARE AND COMPATIBLE HARDWARE FOR ACCOUNTS

Sr. Professor I/c Purchase

DETAILS OF SOFTWARE AND COMPATIBLE HARDWARE FOR ACCOUNTS

GROUP NO. 01

SOFTWARE AND COMPATIBLE HARDWARE FOR ACCOUNTS

Cost of tender form / Rs.1, 000/- in shape of Demand Draft payable to the Controller of Finance University of Health Sciences Rohtak.
Earnest money / Rs.40,000/- in shape of Call Deposit Receipt in favour of the Controller of Finance Pt.B.D.Sharma University of Health Sciences Rohtak (Haryana) India

I. SCOPE OF WORK:

(A) RATES OF PROVIDING SOFTWARE FOR ACCOUNTS WORK DETAILED BELOW:-

1.  Entry of salary and allowances paid be entered in Personal Ledger Account of approx. 4500 employees from consolidated bills. Annual salary statement may be print out by staff.

2.  Personal account be linked with internet for display.

3.  Entry of all type of deductions from salary bills and arrear bills such as Income Tax, GPF, CPF/EPF, GIS, Recovery of loan and advances, ROP etc. be generated in a file to take print out.

4.  Salary and allowances payments be made through online banking.

5.  Contingent payments be made through RTGS.

6.  Each payment entered in Budget Control Account, in the separate sub head of account.

7.  All type of payment entered in Form B.M.-26 & 29.

8.  Software for arrear claims of salary and allowances.

9.  Software for Regulation of different type of advances, their recovery and adjustment.

10.  Income tax quarterly/yearly return, tds preparation of form-16 and E-Filing (Also genarate the file as per income tax website requried format online.

11.  GPF, GIS, Account of individual maintained, closed annually and statement on internet.

12.  Pension payment through RTGS and pension account of individual maintained and annual statement on net.

13.  Collection of Revenue Receipts and Consolidated Annual Reports.

14.  Software for issue of medicines to patients and entry in to patient wise ledger account.

15.  Software must be working on online mode (web based) and offline mode with same features.

16.  All the files must be worked in XML Coding for Govt. site realted matter such as (Income Tax realted, TDS return etc).

17.  The Software will be developed in ASP.NET(C#) / JAVA language and MSSQL Server / ADVANCE ORACAL as backend DATABASE and all the codes will be handover to IT HEAD Department at the time of uploading.

18.  The software developed shall be functional in concordance with the functioning of different branches / points of the account sections inrespective of any other specificaionds, terms and conditions of the contract.

19.  The vender will be resoponsbile for ensuring security of database and be accesable to only authorized officials.

(B) RATES FOR HARDWARE:

Compatible latest hardware of branded companies (DELL/HP/LENVO/ACER/IBM/APPLE etc) of current generation systems (not assembled systems) required for operating the Software on mentioned locations with their number as below. The hardware shall support the system for the entire contractual period (2 yrs of warrenty & 5 yrs of CMC).

Building / Location / Station
University of Health Sciences / Controller of Finance / 01 (Main Server)
Accounts Officer / 03 Station
Director’s Officer PGIMS, Rohtak / Accounts Officer / 04 Station
Principal, Dental College Rohtak / Accounts Officer / 02 Station

* Rates be quoted for per station at various locations, if required the number of station may be increased as per actual functional requirement.

(C) RATES OF MAN POWER:

Charges for providing Skilled Computer Professionals to install & fully operate and maintain

the services for one year which, if required, will be extended on yearly basis for the next five years & further.

(i)  Rates be quoted for per station at various locations.

(ii)  If required the number of station may be increased as per actual functional requirement.

(D) RATES OF CMC:

CMC of Software and Hardware after warranty period for next five year subject to annual review extended on year to year basis subject to satisfactory work. The CMC shall include the maintenance, repaire, replacement, & upgardations of software, hardware and power back instruements & all other accessories required for full functional complement of the system.

SPECIAL TERMS & CONDITIONS:

  1. The price/rates quoted shall remain unchanged through the contract period.
  2. Guarantee/Warranty: Three years on site.
  3. Terms & Conditions as mentioned in the supply orders shall be applicable.
  4. The supply order may be placed at any time during the validity of the tender.

5.  The successful tenderers shall furnish the performance security within 20 days of issue of contract for due performance of the contract. The performance security will be 5% of anticipated total value of software, hardware & manpower in shape of CDR/FDR/Bank guarantee, in favour of Controller of Finance UHS Rohtak and it shall be valid for entire contractual period.

6.  The payment of claim for manpower will be made on monthly basis.

Sr.Professor I/c Purchase

Terms and Condition:

1.  This project is offered on Turn Key basis for supply, installation, operations in full functional capacity for complete automation of accounts work from the Stations between above said points.

2.  The detail of Stations for the required software/ hardware/ back up etc. is mentioned in the project. In case of any clarification the bidder may contact the Office of Controller of Finance

3.  The bidder will submit the rates for each stations mentioned in the above table separately (Viz. (A) rates of providing software for accounts work, (b) rates for hardware, (c) rates of man power, (d) rates of cmc.

4.  The bid must be accompanied with at least two latest certificates of satisfactory functioning & running of software from reputed Institutions, atleast accounts of 1000 staff, where installations have been made in the last three years.

5.  The bidder should visit the site of installation for details before submitting the bid.

6.  The bid must include rates for annual renewal of contract for running and comprehensive maintenance/CMC for five years after the warranty period of two years of hardwares and software.

7.  The system shall be provided with protection of database, software & hardware during electricity failure; minimum 30 minutes power backup shall be porivded.

8.  Latest complete system: With latest original hardware and software upgradable in future. If required, the bidder to upgrade the system as per requirement and keep the software in full functional state without additional cost during the contractual period.

9.  Institution will not pay anything extra beyond annual charges fixed for running, triainng, installation and comprehensive maintenance (CMC) during the contractual period.

10.  The contractor shall not assign, transfer, pledge or sub contract work without the prior written consent of this office.

11.  Price: The above quoted charges shall include installation, training and running charges for one year. The service provider will provide dedicated maintenance of the software/ hardware from 8AM to 6 PM and as and when required in emergency situations after duty hours. The software should be compatible with the configuration of hardware. The total F.O.R. destination prices mentioned in Purchase Order are inclusive of current excise duty, freight, insurance, Sales Tax etc. No change in any other duties, including Sales Tax, Custom Duties, effect due to devaluation of Rupee shall be entertained. The firm shall mention the cost against every head in each Tables (Viz. (a) Rates of providing software for accounts work, (b) Rates for hardware, (c) Rates of man power, (d) Rates of cmc .There shall be no cutting/ overwriting etc. in the amount figures; otherwise the tender document shall not be entertained.

12.  Service support: Supplier will depute a maintenance and service support team with spare parts (at no cost to Institution) all computer/servers to provide prompt service during the warranty period and CMC period.

13.  Transit Insurance: The supplier has the responsibility to get the transit insurance at his own cost.

14.  Rejection: All goods & services to be provided which are not as per specification or are not of standard quality are liable to be rejected and returned to you at your own risk and cost. In case any of the material supplied by you is rejected and is lying stored with us, the same shall be at your own risk.

15.  Delivery Period: The entire system should be made functional within three month time after issue of supply order.

16.  Penalty Clause: After expiry of delivery period, a penalty @ 0.5% per week for the delay of first two week and 1% penalty for the delay of next 3 weeks & upto 4% penalty for 5 weeks delay. Thereafter, PT. B. D. S. University of Health Scinces, Rohtak may cancel the order in consultation with Indenting Department and suitable action may be taken against the defaulter firm. However, in case PT. B. D. S. University of Health Scinces, Rohtak accepts the Computer/Servers beyond 5 weeks delay, then 1% penalty would be continued for unjustified delay.

17.  Risk Purchase: On the failure of the supplier to make supply within the extended period or otherwise on the receipt of such information in the office of competent authorities PT. B. D. S. University of Health Scinces, Rohtak, risk purchase at the cost of supplier will be made by PT. B. D. S. University of Health Scinces, Rohtak within 6 months of the expiry of the stipulated delivery period by inviting short term quotations from the registered and other known suppliers. The excess cost thus incurred will be recovered from the supplier from his pending bills/earnest money or through court of law.

18.  Undertaking of Rates: All the bidders/vendors shall give an undertaking that the rates offered to PT. B. D. S. University of Health Scinces, Rohtak are the lowest possible for this purchase of hardware/ Software Manpower etc. The vendor shall confirm that they had not offered lower rates to any other Govt. Departments/ Organizations. However, in case, it is established that they or their principal has offered lower rates through any dealer for similar model and quantity, terms and during the same period, they would be liable to pay the differential amount to the Institution.

19.  Warranty Period: The warranty of complete system, including software support, would be 2 years from the date of installation. Warranty will cover repair/replacement of all defective parts, if any, with the same or equivalent make for any part replaced. The maintenance of systems supplied will be provided on site. Limited/ carry-in warranty will not be accepted. The supplier will provide after-sale service during the warranty period from PT. B. D. S. University of Health Scinces, Rohtak or from the nearest place of installation site. The supplier will complete the service call within one working day, failing which, penalty shall be levied @ 1% per working day for totally down system and @ 0.5% per working day for partially down systems of the annual warranty amount.

20.  Cancellation of Order:
(a) the order shall be cancelled at any stage of execution due to breach of any terms and conditions of the contract without liability on the institution.
(b) Any loss incurred for non-execution of this order, will have to be borne by bidder.

21.  Responsibilities: It will be the responsibility of the bidder/vendor to keep the system in good working condition so as to ensure a minimum of 95% uptime on monthly basis by carrying out the necessary repairs/maintenance of computer/server systems, otherwise it will be treated as a non-performance, on part of the vendor for which performance guarantee may be forfeited and may be debarred for future business. The vendor shall provide all type of stationary, computer consumables (CD/DVD/FLOPPY etc.) printer ribbons, toners etc as per requirement.