RFP Bescom Erp Final
RFP Bescom Erp Final
2018
MARCH 1, 2018
Bangalore Electricity Supply Company Limited (BESCOM), Office of GM (ICT &MIS),4th Floor, Maharishi
Supply, Installation, Commissioning, Implementation and Support for ERP Solution at BESCOM under IP
Disclaimer
This Request for Proposal (RFP) for Selection of Implementation Agency is issued by
Bangalore Electricity Supply Company Ltd. (BESCOM). Whilst the information in this
RFP has been prepared in good faith, it is not and does not purport to be
comprehensive or to have been independently verified. Neither BESCOM, nor any of its
officers or employees, nor any of their advisers nor consultants accept any liability or
responsibility for the accuracy, reasonableness or completeness of the information
contained in the RFP, or for any errors, omissions or misstatements, negligent or
otherwise, relating to the proposed project, or makes any representation or warranty,
express or implied, with respect to the information contained in this RFP or on which
this RFP is based or with respect to any written or oral information made or to
be made available to any of the recipients or their professional advisers and, so far as
permitted by law and except in the case of fraudulent misrepresentation by the party
concerned, and liability therefore is hereby expressly disclaimed.
This RFP includes certain statements, projections, targets and forecasts with respect to
the Project. Such statements, projections, targets and forecasts reflect various
assumptions made by the management, officers, employees, consultants, and experts
of BESCOM, which (the assumptions and the base information on which they are made)
may or may not prove to be correct. No representation or warranty is given as to the
reasonableness of forecasts or the assumptions on which they may be based and
nothing in this RFP is, or should be relied on as, a promise, representation or warranty.
BESCOM shall be the sole and final authority with respect to qualifying a bidder
through this RFP. The decision of BESCOM in selecting the Implementation Agency
who qualifies through this RFP shall be final and BESCOM reserves the right to reject
any or all the bids without assigning any reason thereof. BESCOM may terminate the
RFP process at any time without assigning any reason and upon such termination
BESCOM shall not be responsible for any direct or indirect loss or damage arising out
of such a termination.
The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its Proposal including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which may
be required by the BESCOM or any other costs incurred in connection with or relating to
its Proposal (Bid). All such costs and expenses will remain with the Bidder and the
BESCOM shall not be liable in any manner whatsoever for the same or for any other
costs or other expenses incurred by an Bidder in preparation or submission of the
Proposal (Bid) regardless of the conduct or outcome of the selection process.
Abbreviations
Acronym Definition
ABT Availability Based Tariff
ACR Annual Confidential Report
ADB Asian Development Bank
AMC Annual Maintenance Contract
ARR Annual Revenue Requirement
ATS Annual Technical Support
ABT Availability Based Tariff
ACR Annual Confidential Report
B. Tech./ B.E. Bachelor of Technology / Bachelor of Engineering
BBP Business Blueprint
BC Banker‘s Cheque
BCP Business Continuity Plan
BDS Bid Data Sheet
BOM Bill of Materials (includes Bill of Quantities)
BSDD Business Solution Design Document
BSDS Business Solution Design Simulation
CA Chartered Accountant
CERT-In Indian Computer Emergency Response Team (Government
of India)
CIF Carriage, Insurance & Freight
CIP Carriage, Insurance Paid to
CMMi Capability Maturity Model Integration
CPWD Central Public Works Department
CPG Contract Performance Guarantee
CRA Commercial and Regulatory Affairs
CST Central Sales Tax
CV Curriculum Vitae
CWIP Capital Work in Progress
CIP Carriage, Insurance Paid to
DD Demand Draft
Deptt. Department
DGS&D Directorate General of Supplies & Disposals
DMS Document Management System
DNS Domain Name Service
DD Demand Draft
DRR Daily Receipt Register
ECC Excise Control Code
ERP Enterprise Resource Planning
Table of Contents
1. Section I: Introduction .......................................................................................................... 13
1.1 About BESCOM ........................................................................................................................ 13
1.2 Objective of the RFP ............................................................................................................. 15
1.3 Existing Applications ............................................................................................................ 16
2. Section II: Definitions and Interpretations ................................................................... 20
2.1 Definitions ................................................................................................................................. 20
2.2 Interpretations ........................................................................................................................ 23
3. Section III: Instructions to Bidders .................................................................................... 26
3.1 Cost of Bidding ........................................................................................................................ 26
3.2 Language of Bid ....................................................................................................................... 26
3.3 Currencies of Bid .................................................................................................................... 26
3.4 Bid Prices ................................................................................................................................... 26
3.5 Performance Bank Guarantee ........................................................................................... 27
3.6 Bid Validity................................................................................................................................ 27
3.7 Eligible Bidder .......................................................................................................................... 28
3.8 Alternative Bids....................................................................................................................... 28
3.9 Involvement of Sub-Contractor (s) .................................................................................. 28
3.10 Bid Prices and Discount....................................................................................................... 28
3.11 Contents of Tender Document ........................................................................................ 29
3.13 Clarification on Tender Document ................................................................................ 30
3.14 Amendment of Bidding Document ................................................................................ 31
3.15 General Instruction for Bid Preparation ........................................................................ 31
3.16 Preparation of Bid/Proposal ............................................................................................. 32
3.17 Procedure for submission of Bid ..................................................................................... 33
3.18 Corrupt Practice.................................................................................................................. 35
3.19 Conflict of Interest ............................................................................................................... 36
3.20 Unfair Advantage ................................................................................................................... 37
3.21 Right of Purchaser to Accept or Reject Bids ............................................................. 37
3.22 Bid Opening ............................................................................................................................. 39
3.23 Bid Evaluation ........................................................................................................................ 39
3.24 Negotiations............................................................................................................................. 42
3.25 Award of Contract ................................................................................................................. 42
4. Section IV: General Conditions of Contracts ................................................................. 44
4.1 Definitions and Interpretations ....................................................................................... 44
4.2 Contract Performance Guarantee .................................................................................... 44
4.3 Assigning work to Sub-contractor(s) .............................................................................. 45
4.4 Purchaser’s Responsibilities .............................................................................................. 47
4.5 Project Inception and Time for Completion ............................................................... 47
4.6 Extension of Time for Completion of Contract ......................................................... 48
4.7 Alterations/Variations in the Contract ........................................................................ 49
4.8 Notice and Correspondences ............................................................................................. 50
4.9 Designated Officer of the Purchaser .............................................................................. 51
4.10 Designated Officer of the Contractor......................................................................... 51
4.11 Inspection .............................................................................................................................. 52
4.12 Billing ...................................................................................................................................... 52
4.13 Payment.................................................................................................................................. 53
4.14 Taxes, Duties & Levies ........................................................................................................ 54
4.15 Liquidated Damages (LD) ................................................................................................... 54
4.16 Termination of Contract ................................................................................................. 54
4.17 Patent Rights & Royalties............................................................................................... 57
4.18 Intellectual Property Rights .......................................................................................... 58
4.19 Confidential Information ................................................................................................ 59
4.20 Merger, acquisition or divestitures of the Contractor ....................................... 60
4.21 Contractor’s staff and their conduct ......................................................................... 60
4.22 Non-solicitation of staff ................................................................................................... 61
4.23 Contract’s Responsibility with other Agencies ........................................................ 61
4.24 Insurance .................................................................................................................................. 62
4.25 Damage to Property or to any Person or any Third Party ................................... 62
4.26 Safety & Security Code .................................................................................................... 63
4.27 Force Majeure ......................................................................................................................... 65
4.28 Limitation of Liability ..................................................................................................... 66
4.29 Settlement of Disputes .................................................................................................... 67
4.30 Compliance with Laws and Regulations ................................................................... 67
9.6 SLA during FMS/AMC and for DR Cloud hositn- Availability Management 254
9.7 ERP Performance Management ...................................................................................... 255
9.8 Issue Severity Level & Resolution Time ..................................................................... 256
10. Section X: Minimum Technical Specifications............................................................ 262
10.1 Local Area Network .......................................................................................................... 262
10.2 Software Specification ......................................................................................................... 262
10.3 Users ............................................................................................................................................ 283
11. SECTION XI: Pre-Qualification Requirement and Technical Evaluation.......... 284
11.1 Pre-Qualification Criteria .............................................................................................. 284
11.2 Technical Qualification Criteria for Bidders......................................................... 289
12. Section XII: Forms ............................................................................................................... 292
Form: 1 Letter of Application ..................................................................................................... 292
Form: 2 Particulars of ERP Product Vendor ...................................................................... 294
Form: 3 Particular of Implementation Partner ................................................................... 296
Form: 6 Proforma for Bid Security /EMD........................................................................ 299
Form: 7 Proforma for Power of Attorney ......................................................................... 301
Form: 8 Proforma for Declaration....................................................................................... 303
Form: 9 Key Resources Proposed ...................................................................................... 304
Form: 10 Schedule of Payments ................................................................................................ 307
Form: 11 Proforma for Contract Performance Guarantee .......................................... 310
Form: 12 Proforma for Contract Agreement ................................................................. 314
Form: 13 Compliance with the Scope of Work ............................................................ 316
Form: 14 Declaration on not being blacklisted .............................................................. 330
Form: 15 Implementation Experience ................................................................................ 331
Form: 16 OEM Authorization to Bid .................................................................................... 332
Form: 17 Quality Assessment Details (CMMi Level) ...................................................... 333
Form: 18 Hardware Bill of Materials .................................................................................... 334
Form: 19 The Legal entity of OEM .................................................................................... 335
Form: 20 Technical Specification Confirmation............................................................. 337
Form: 21 Patent Rights/copyrights confirmation ..................................................... 373
Form: 22 Support Commitment from ERP OEM ............................................................. 375
Form: 23 Solution commitment from ERP OEM ............................................................ 376
Form: 24 Undertaking on Personnel ................................................................................ 377
BESCOM/GM(ICT&MIS)/BC-48/2017-18/55
Tender no.
Dear Sir/Madam,
Section I Introduction
Section II Definitions and Interpretations
Section III Instructions to Bidders
Section IV General Conditions of Contracts
Section V Special Conditions of Contracts
Section VI Scope of Work
Section VII Technical Specification Requirements (TSR)
Section VIII Functional Specification Requirements (F -
Section IX Service Level Agreements (SLAs)
Section X Minimum Technical Specifications
Section XI Pre-Qualification Requirement and Technical Evaluation
Section XII - Forms
Section XIII - Annexures
4. You are invited to submit your proposal as per the attached RFP document.
Yours sincerely,
sd/-
General Manager (ICT&
MIS) BESCOM
12 Date till which the bid 180 days from the last date of submission of
submitted in response to RFP bids.
is valid
1. Section I: Introduction
1.1 About BESCOM
BESCOM is procuring energy from different source i.e., Hydel, thermal, and
Non-conventional sources through Long term Power purchase agreement, short
term power purchase agreement and bidding process. Purchased energy is being
transmitted through transmission lines of State/Central transmission units.
During transmission, some energy is lost (about 3.80%) as transmission loss.
Transmission Company is incurring cost for maintenance of the existing network
and to build additional network.
BESCOM‘s network is being used to distribute energy to its consumer under high
tension. During high tension distribution, some energy will be lost (about 4.35%)
as high tension distribution loss. Maintenance of high tension net-work and
capacity additions will increase the cost. Major retail distribution and retail
business is in low tension. Here BESCOM caters to bulk business and individual
retail consumers. For low tension consumers, BESCOM has to build network to
step down the voltage through transformers, distribution lines and cables etc.
While distributing energy to bulk consumers at low tension, network cost as well
as operating cost is lower than the retail consumers. Low tension distribution loss
in kind is about 9.05%.
Key highlights
1.2.3 Detailed Scope of work has been specified in Sections VI (Scope of Work) of this
tender document. BESCOM desires to implement the ERP Solution in such a
manner that it can provide 24×7 online access of ERP with centralized data base
to all authorized users for executing identified functional processes.
8 Funds Requisition,
Bank Requisition
Financial Cash
Bills,
Management Management
Inter Bank Transfer,
Section in
Payment,
Finance
JV,
Department
Bank transaction
9 Dashboard and Reporting of
Financial &
Profit & Loss
Accounting
Balance Sheet Accounts & RT
Management
Trial Balance Section
Dashboards
Store Inventory
(Nanobi)
etc.
2.2.1.1 Appointing Authority for the purpose of adjudication shall be the Managing
Director of BESCOM or any other person so designated by him.
2.2.1.2 Applicable Law shall mean the laws and any other instruments having the force
of law in the Government's country, as they may be issued and in force from time
to time.
2.2.1.3 Authorized Signatory shall mean the person authorized by the Bidder (in case
of Consortium, it shall be the Lead Member) through issue of Power of Attorney
for the purpose of this Project and who can sign the Bid and related documents/
correspondences related to this Tender Document.
2.2.1.4 Bank shall mean refers to all scheduled Indian Banks as per RBI current list.
2.2.1.5 Bid/ Bid Document/Proposal shall mean a formal offer submitted by the
Bidder, in response to this Tender Document, to fulfil the specified requirements
of the Purchaser at quoted price.
2.2.1.6 Bidder shall mean ERP Product Vendor or authorized ERP Implementation
Partner or any Consortium who intends to submit and/or submits Bid in
response to this Tender Document to execute this Project. For the purpose of
clarification, the term ―Bidder‖ shall include any company or organization which
has purchased this Tender Document and/or which has sought clarifications on
Tender Document from the Purchaser in writing and/or who has attended pre-
bid conference in respect of this Tender
2.2.1.7 Consortium Member shall mean any individual, company or organization which
is part of the Consortium and signatory to the Consortium Agreement.
2.2.1.9 Contract shall mean the Agreement entered into between the Purchaser and the
IT Consultant (Supplier), together with the Contract Documents referred to
therein, including all attachments, appendices, and all documents incorporated
by reference therein.
2.2.1.10 Contract Period shall mean the time period during which the Contract
Agreement governs the relations and obligations of the Purchaser and Contractor.
2.2.1.11 Contract Price shall mean the price or prices as specified in the Contract
Agreement.
2.2.1.12 Contractor/Vendor shall mean the ERP Product Vendor or authorized ERP
Implementation Partner or any Consortium (including their legal representatives,
successors and permitted assignees) whose Bid has been accepted by the
Purchaser and to whom the Contract has been awarded by the Purchaser to
execute this Project.
2.2.1.13 Core Implementation shall mean designing, testing and implementation of all
functionalities, across agreed business locations, as per the final Business
Solution Design Document approved by the Purchaser.
2.2.1.15 Delivery shall mean the transfer of the Goods and/or Services from the
Supplier to the Purchaser in accordance with the terms and conditions set forth
in the Contract.
2.2.1 16 ERP Product Vendor shall mean the Vendor responsible for development and
up gradation of the ERP Product/ Software and has control over the entire life
cycle of such ERP Product/ Software.
2.2.1.17 ERP Solution shall mean comprehensive ERP system comprising of ERP
Product / Software package, other system & application software, bolt-on
solutions, Third Party tools & applications, databases, clustering tools and any
other tools, accessories and services required to make entire system operational
for the fulfilment of the objective of this Tender Document/ Contract.
2.2.1.18 Financial Year shall mean a period of twelve consecutive months beginning
April to next March as is customary in the Purchaser‘s country.
2.2.1.19 Functional Consultant shall mean a person who understands and evaluates
the functional (business) requirements for ERP Solution through discussions with
the Purchaser's representatives and transforms the essence (logical and technical
views) into an abstract and algorithmic business model.
2.2.1.21 Go-live/ Commissioning shall mean the stage where ERP Solution is available
to all the authorized users for executing live transactions to successfully carryout
identified functions/processes.
2.2.1.22 Goods shall mean all hardware, software, networking equipment and/or other
equipment accessories and materials that the Supplier is required to supply to
the Purchaser under the Contract.
2.2.1.24 Intellectual Property Rights shall mean any patent, copyright, trademark,
trade name, service marks, brands, propriety information, whether arising before
or after the execution of this Contract and the right to ownership and registration
of these rights.
2.2.1.25 Letter of Intent (LoI ) shall mean intimation through a letter to Bidder that
his Bid has been accepted and successful in accordance with the provisions
contained in the letter.
2.2.1.26 Month shall mean the calendar month of the Gregorian calendar.
2.2.1.27 Net worth shall mean the net worth of the company and shall be calculated as
Equity share capital plus Reserves less (a) Revaluation Reserves, (b) Intangible
Assets, (c) Miscellaneous expenditures to the extent not written-off, and (d) Carry
forward losses.
2.2.1.28 Offices shall mean Corporate Office, Zone Offices, Circle Offices, Division
Offices, Sub-Division Offices and Section/ (O&M) Office.
2.2.1.29 Party/ Parties shall mean either the Purchaser or the Contractor or both.
2.2.1.30 Project Plan shall mean the document to be developed by the Contractor and
approved by the Purchaser based on the requirements of the Contract Agreement
and the Development & Implementation Plan included in the Contractor‘s Bid.
The Project Plan may be changed/ modified during the course of the Project
however ―Agreed Project Plan‖ shall mean the agreed latest version of the Project
Plan which will be referred for the purpose of execution and monitoring of this
Project. Should the Project Plan conflict with the Contract in any way, the
relevant provisions of the Contract, including any amendments, shall prevail.
2.2.1.31 Request for Proposal (RFP) shall mean the written solicitation that conveys to
the Bidder, requirements for products/services that the Purchaser intends to buy
and/or implement and/or avail. Such written solicitation is the collection of
documents, and subsequent amend thereof (if any), issued by the Purchaser to
instruct and inform Bidders of the processes for bidding, selection of the
successful Bid, Contracting as well as the Contractual conditions governing the
relationship between the Purchaser and the Contractor.
2.2.1.32 Scheduled Bank shall mean those banks in India which have been included in
the Second Schedule of Reserve Bank of India (RBI) Act, 1934. RBI in turn
includes only those banks in this schedule which satisfy the criteria laid down
vide section 42 (6) (a) of the Act.
2.2.1.33 Scope of Work shall mean the goods and services to be provided by the Bidder
as specified under this Tender Document.
2.2.1.34 Single Applicant Bidder shall mean ERP Product Vendor who controls the
software development lifecycle of the proposed ERP Product and also undertakes
implementation of the proposed ERP Product and provides Post Implementation
Maintenance Support.
2.2.1.35 Sub-contractor shall mean any person or firm or company (other than the
Contractor) to whom any part of the Scope of Work has been entrusted by the
Primary Contractor, with the approval/written consent of the Purchaser or his
representative and the legal representatives, successors and permitted assignee
of such person, firm or company.
2.2.1.36 Successful Bidder shall mean the Bidder whose Bid has secured the highest
Final Score as per the bid evaluation methodology defined in this Tender
Document. The Bidders other than the Successful Bidder will be categories as
―unsuccessful Bidders‖.
2.2.1.39 Tender/ Tender Document shall have the same meaning as that of ―Request
for Proposal‖.
2.2.1.40 User Acceptance shall mean the acceptance by the Purchaser that the ERP
Solution (or any sub-system(s) where the Contract provides for acceptance of the
System in parts) is capable of attaining the functional and performance
requirements (relating to commissioning) as specified in the Tender Document
and Agreed Project Plan.
2.2.1.41 Week shall mean seven consecutive calendar days, beginning the day of the
week as is customary in the Purchaser‘s country.
2.2.1.42 Working Day shall mean any day which is not declared to be holiday or rest
day by the Purchaser.
2.2 Interpretations
2.2.1 Following aspects shall have the meanings/ interpretations hereby assigned to
them except where the context otherwise requires for the purpose of this Tender
Document and subsequent activities pertaining to this Project.
2.2.1.3 Country of Origin: The place where the goods, materials, equipment, software
and other supplies for the ERP Solution are mined, grown, designed, developed,
produced or manufactured, and from which the services are provided.
2.2.1.4 Entire Agreement: The Contract constitutes the entire agreement between the
Purchaser and Contractor with respect to the subject matter of Contract and
supersedes all communications, negotiations and agreements (whether written or
oral) of Parties with respect thereto made prior to the date of Contract.
2.2.1.5 Headings: The headings and marginal notes (if any) in the General Conditions of
Contract are included for ease of reference, and shall neither constitute a part of
the Contract nor affect its interpretation.
2.2.1.7 Language: Unless the Contractor is a national of the Purchaser‘s country and
the Purchaser and the Contractor agree to use the local language, all documents
related to this Project, all correspondence and communications to be given, and
all other documentation to be prepared and supplied under the Contract shall be
written in English, and the Contract shall be construed and interpreted in
accordance with that language.
2.2.1.9 Persons: Words imparting persons or Parties shall include firm, company,
organization or Consortium and government entities.
3.4.1 Unless otherwise specified in the Scope of Work, Bidders shall quote for the
entire Services on a Single Responsibility/ Turnkey basis such that the total
Bid price covers all the obligations of the Bidder mentioned in or to be
reasonably inferred from the Tender Document in respect of providing the
product/services. This includes all requirements under the Bidders
responsibilities for successful completion of the ERP Implementation Project
as per Scope of Work and, where so required by the Tender Document, the
acquisition of all permits, approvals and licenses, etc. and such other items
and services as may be specified in the Tender Document, all in accordance
with the requirements of the General Conditions of Contract and Special
Conditions of Contract.
3.4.2 Bidders are required to quote the price for the technical, commercial and
contractual obligations outlined in the Tender Document.
3.4.3 Bidders shall give a break-up of the prices in the manner and detail as asked
for in the Price Bid form online in e-Procurement Portal failing which the
Purchaser shall reserve the right to assume/extrapolate the prices for the
item/services for which the price has not been quoted and the same will be
binding on the Bidders. Responsibility for including all applicable taxes,
duties and levies in the Bid lie with the Bidder and the Purchaser shall not be
responsible for any error/omission on the part of the Bidder.
3.4.4 The taxes, duties and levies shall be indicated by the Bidder in the Price Bid
form online in e-Procument Portal shall be quoted as the rates in force as on
seven (7) calendar days prior to the last date of Bid submission as mentioned
in Annexure: 2 (Bid Data Sheet).
3.4.5 The prices/rates quoted by the Bidder shall remain firm (fixed) during the
entire Contract Period and shall not be subject to any escalation/variation on
any account, unless otherwise explicitly provided. A Bid submitted with an
adjustable/variable price quotation will be treated as non-responsive and
hence will be rejected.
3.5.2 PBG shall remain valid for full contract period and with a claim period of
another ninety (90) calendar days. No interest shall be paid by the Purchaser
on the Bid Security deposited by the Bidder.
3.5.3 Failure of the successful Bidder to comply with the requirement of Clause
3.5.1 shall constitute sufficient grounds for the annulment of the award and
forfeiture of the EMD, in which event BESCOM may blacklist the successful
bidder and award the contract to the next best value bidder or call for new
proposals from the interested bidders
3.6.2 In exceptional circumstances, the Purchaser may solicit the Bidders‘ consent
to an extension of the Bid validity period. The request and responses there to
shall be made in writing. If a Bidder accepts to prolong the period of validity,
the Bid Security shall also be suitably extended. A Bidder may refuse such
request which will not lead to forfeiting its Bid Security. A Bidder granting the
request will neither be required nor permitted to modify its Bid.
3.7.1.1 The ERP Product Vendors who will also implement the proposed ERP
Solution, or
3.7.2 One Bidder can submit only one Bid in response to this Tender Document.
3.10.1 All items in the Schedule of Supply must be listed and priced separately in
the Price Schedules. If an item listed in Price Schedule is not priced, their
prices shall be assumed to be included by the bidder in the prices of other
items.
3.10.2 If an item is required but not listed in the Price Schedule, price for the same
shall be assumed to be included by the bidder in the prices of other items.
Same item, as and when required, Bidder will provide "free of cost" to the
Purchaser.
3.10.3 Prices quoted by the Bidder must be firm and final and shall remain constant
throughout the period of the contract and shall not be subject to any upward
revision, except as specified in Section V: Special Conditions of Contract.
3.10.4 The bidders are advised not to indicate any separate discount. Discount, if
any, should be accounted for in the quoted prices. Discount of any type,
indicated separately will not be taken into account for evaluation purpose.
However, in the event of such an offer, without considering the separate
discount, is found to be the lowest, the Purchaser shall avail such discount at
the time of award of contract.
3.10.5 Bidders should note that any conditional discount will not be considered.
3.12.2 The Bidder shall be deemed to have examined the Tender Document and to
have obtained his own information in all matters whatsoever that might
influence carrying out the proposal at the scheduled rates and satisfied
himself to the sufficiency of his Bid. Any error in description or quantity or
omission there from shall not vitiate the Contract or release the Bidder from
executing the Project comprised in the Contract according to the Scope of
Work and specifications at scheduled rates. He is deemed to know the scope,
nature and magnitude of the work involved in the Project.
3.12.3 The Bidder shall be deemed to have visited the sites and offices, to have
satisfied himself to the nature of all existing business processes and also as
to the nature and the conditions of available facilities and communications
and possible interruptions there to the access and egress from sites and to
have made enquiries, examined satisfied himself of the sites in respect to
requirements for executing the Project and to have made local independent
enquiries on all matters affecting the Contract. Bidder is deemed to have
acquainted himself his liability for payment of statutory taxes, duties, levies,
customs and other charges.
3.12.4 Any neglect or failure on part of the Bidder in obtaining necessary and
reliable information or issues or any other matters affecting the Contract
shall not relieve him from any risks or liabilities or the entire responsibility
for executing the Contract at the scheduled rates and time in strict
accordance with the Contract Agreement.
3.12.6 The verbal agreement or inference from conversation with any employee of
the Purchaser before, during or after the execution of the Contract
Agreement shall not in any way affect or modify the terms and obligations
herein contained.
3.13.1 Bidders requiring any clarification on the Tender Document may notify the
Purchaser (at its postal/e-mail address given in Annexure: 2(Bid Data Sheet))
in writing not later than five (5) calendar days before the date of pre-bid
conference.
3.13.2 Except for responses to request for any clarifications on the Bid, the
Bidder shall not contact the Purchaser by any means for any matter
related to this Bid from the time of submission of the Bid until the Contract
is awarded to and accepted by the Successful Bidder.
3.14.5 The purchaser, at its discretion for any reason whether at its own initiative
or in response to a clarification requested by a bidder may add, modify or
remove any element of the Goods (including hardware, software, networking
etc.), bandwidth or any component of Related Service entirely or any part
thereof from the bid document till the deadline for submission of the Bids.
3.15.2 The Bidders are advised to fill in the Annexure and Forms, in respect of each
and every item by strictly following the instructions, footnotes etc., to
facilitate the Purchaser in speedy evaluation of Bids. Failure to do so may
prevent the Bid from being considered by the Purchaser.
3.15.3 The Bidders in their own interest are advised to be very careful while writing
quantity and rates in Price Bid. The quantity and rates should be written very
neatly, preferably may be typed and there should be no overwriting or
corrections. In case there are some corrections or overwriting, the same
should be signed by the Authorized Signatory. The quoted prices shall be
inclusive of statutory taxes, duties and other levies.
3.15.4 The Scope of Work specified in this Tender Document shall be executed
strictly in accordance with the conditions specified in the General Conditions
of Contract and other conditions specified in various sections of this Tender
Document. If any of the aforesaid condition is not clear to a Bidder,
clarification may be sought from the Purchaser as per the provisions of clause
3.13 (Clarification on Tender Document).
3.15.5 The Bidders must accept all the conditions specified in the Tender Document
to facilitate early finalization of Bids. Separate set of commercial conditions
(such as Bidder‘s standard printed conditions) enclosed with the offer and
any reference there to may prevent the Bid from being considered by the
Purchaser.
3.16.5 The Technical Bid/Proposal shall not include any financial information. A
Technical Proposal containing financial information may be declared non
responsive.
Bidders are to Enter/Key-In the bid price directly in the e-Procurement portal
of GoK, in the financial bid section. This is as per the GOK Circular: ಸುತೆ್ತೋಲೆ
ಸಂಖ್ೆೆ :ಆಇ 165 ವೆಚ್ಚ-12/2017 dated 21/3/2017.As per the circular only the
price entered/keyed-in the e-procurement portal is to be considered for
bidding purpose and no document uploaded as financial bid is to be
considered.
Bidders should not upload the Price bid form in the portal in technical or
financial section (there is no provision for upload in financial section of e-
procurement portal.). If bidder uploads financial bid in the technical section
such bids will be summarily disqualified.
3.16.6.2 The best and firm price should only be quoted (as per the format enclosed)
3.16.6.3 The bidder must quote in Indian Rupees (in INR) only. Bids in currencies
other than INR would not be considered and the bid will be rejected forthwith.
3.16.6.4 The prices and other terms offered by bidders must be firm for an
acceptance period of 180 days from the last date of submission of bids.
3.16.6.5 The prices offered shall be on a fixed price basis inclusive of all taxes and
should not be linked to the foreign exchange or any other variable.
3.16.6.6 The prices offered should be inclusive of all the deliverables mentioned in
Section VI: Scope of work.
3.16.6.7 The Prices for the Licenses for the ERP should be valid for 5 years i.e. end
of contract. BESCOM will procure the Licenses stage by stage required for the
Pilot stage first and make the payment for the same. The licenses required for
the rollout will be procured after the pilot is successful. Payment will be made
when the licenses required for the Rollout are procure.
3.17.1.1 Bidder can download the tender document for free from the portal
(http://eproc.karnataka.gov.in) till the due date and time for bid submission.
Bidder shall pay the Earnest Money Deposit (specified in table of Key Events
and Dates) and tender processing fees prescribed in the e-Procurement portal
a) Credit card
b) Direct Debit
c) National Electronic Funds Transfer (NEFT)
d) Over the Counter (OTC) – designated ICICI bank branches located across
the country
e) Net banking
3.17.1.2 Bidder, please note that payments submitted through cheque or demand
draft shall not be accepted. Further details regarding e-Payment, please refer
to e-Procurement portal at the above mentioned website or call e-
procurement helpline 080-22485867. It will be in the interest of the bidders
to familiarize themselves with the e-Procurement system to ensure smooth
preparation and submission of the tender documents.
3.17.2.1 All interested bidders shall pay EMD and Tender Processing fee (as
mentioned in e- Procurement Portal) and submit their Pre-qualification,
Technical and Commercial RFP responses electronically using the unified e-
Procurement platform of BESCOM. The e-Procurement (Karnataka) portal is
available at: http://eproc.karnataka.gov.in. Bidder shall submit the tenders
only through the unified e-Procurement system before the scheduled date
and time for bid submission. Tenders cannot be submitted after the due date
and time. Incomplete and draft bids shall not be considered. BESCOM will
not be liable or responsible for any glitches such as unavailability of the
portal, the internet link or any other technical issues. All required bid
documents shall be filled by the bidder and submitted along with other
required documents. Incomplete and incorrect documents may lead to
rejection of the bid.
3.17.3.1 The response bid shall be signed by the Bidder or a person or persons duly
authorized to bind the Bidder to the Contract. A letter of authorization shall
be supported by a written power-of-attorney accompanying the bid. All pages
of the bid, except for un-amended printed literature, shall be initialed and
stamped by the person or persons signing the bid.
3.17.5.1 A prospective Bidder requiring any clarification on the RFP Document may
submit his queries, in writing, at the mailing address and as per schedule
indicated in ―Invitation for Bids/ Key events and dates‖. The queries must be
submitted in the following format only to be considered for clarification.
.. .. .. .. ..
The queries not adhering to the above mentioned format would not be
responded. BESCOM will respond to any request for clarification to queries
on the Tender Document, received not later than the dates prescribed in
Invitation for Bids/ Key events and dates. The clarifications (including the
query but without identifying the source of inquiry) will be uploaded on the
Karnataka e-Procurement portal (http://eproc.karnataka.gov.in).
3.18.2 The Purchaser will reject a proposal for award if it determines that the
bidder recommended for award has, directly or through an agent, engaged
in corrupt, fraudulent collusive or coercive practices in competing for the
Contract.
3.18.3 The Purchaser will sanction a party or its successor, including declaring
ineligible, either indefinitely or for a stated period of time, to participate in
projects if it at any time determines that the Bidder has, directly or through
an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in
competing for, or in executing, a BESCOM contract.
3.18.4 Furthermore, Bidders shall be aware of the provision stated in clause 4.16
Termination of Contract of the General Conditions of Contract.
3.19.2 Bidder should not be engaged in any such business (excluding any work
assigned to them by BESCOM) which has conflict of interest with the project
for which the bids are being submitted.
3.19.3.1 Receive or have received any direct or indirect subsidy from any of them;
or have common controlling shareholders, or
3.19.3.2 Have the same legal representative for purposes of this Bid, or
3.19.3.3 Have a relationship with each other, directly or through common third
parties, that puts them in a position to have access to information about or
influence on the Bid of another Bidder, or
3.19.3.4 Influence the decisions of the BESCOM regarding this bidding process, or
3.19.3.5 Bidder participates in more than one bid in this bidding process.
Participation in more than one Bid will result in the disqualification of all
Bids in which it is involved.
evaluating agency with any of the agencies taking part in the bid process.
3.21.2 The right to accept the Bids in response to this Tender Document will rest
with the Purchaser. The Purchaser further does not bind himself to accept
the Bid with highest Final Score and reserves the authority to reject any or
all the Bids received without assigning any reason whatsoever.
3.21.3 The Purchaser reserves to himself the right to accept Bids in respect of all
items, any one item or part of an item, and the acceptance thereof shall be
deemed as sufficient notice of the exercise of such right. The Bid shall
thereafter be for the quantity so accepted which will form the Contract.
3.21.4 Bid in which any of the particulars and prescribed information is missing
or incomplete in any respect and/or prescribed conditions are not fulfilled
are liable to be rejected. The decision of the Purchaser in respect of the
above shall be final and binding on the Bidder.
3.21.5 Canvassing in connection with Bid is strictly prohibited. The submitted Bid
of the Bidder who resorts to canvassing is liable to be rejected. Bid
containing uncalled remarks or any additional conditions are liable to be
rejected.
3.21.6 The Bid uploaded may be rejected in the following, but not limited to,
circumstances:
3.21.6.1 Any Bid received by the Purchaser after last date and time of Bid
submission as stated in the Bid Datasheet (refer Annexure: 2), or
3.21.6.3 Any Bid mentioning deviations from the Scope of Work and terms &
conditions as mentioned in this Tender Document, or
3.21.6.4 Any Bid which does not have necessary information strictly in a
prescribed formats (Forms or Annexure provided in the Tender Document),
or
3.21.6.5 Any Bid quoting prices for any or all the items in the format not strictly as
per Price Bid (merging of prices of various items into one is not permitted),
or
3.21.6.6 Any Bid quoting prices in the currency other than Indian Rupee, or
3.21.6.7 Any Bid not accompanied by proper authorization from ERP Product
Vendor allowing Implementation Partner to quote in response to this Tender
Document, or
3.21.6.9 Any Bidder who does not accept the correction of arithmetical errors
(according to methodology as prescribed in this Tender Document) in its
Price Bid, or
3.21.6.10 Any Bidder who conceals any material information or makes a wrong
statement or misrepresents facts or makes a misleading statement in the
bid, in any manner whatsoever, in order to create circumstances for the
acceptance of the bid, or
3.21.6.11 Any Bidder who found to have indulged in any corrupt or fraudulent
3.21.7 Apart from above, the Purchaser reserves the right to reject any or all Bids
without citing any reason if deemed in the best interest of the Purchaser to
do so.
3.22.2 The e-procurement system allows the Employer to download and open the
e-submitted bid files from bidders only after the time for opening the bids.
3.22.3 The e-submitted bids must be readable through open standards interfaces.
Unreadable and or partially submitted bid files (not complying the ITB
Clauses) all be considered incomplete and rejected for further bid
evaluation.
3.23.2.2 No change in the price or substance of the Bid shall be sought, offered or
permitted except to confirm the correction of arithmetical errors discovered
by the Purchaser in the evaluation of the Bids.
3.23.3.1 The Purchaser will examine the bids to determine whether they are
complete, whether any computational errors have been made, whether
required securities have been furnished, whether power of attorney of
signatory of the bid has been submitted, whether the documents have been
properly signed and whether the bids are generally in order and
substantially responsive to the requirements of the bidding documents.
3.23.4.1 Arithmetical errors will be corrected at the time of evaluation of Price bid
and the corrected figure will be considered as evaluated bid price. The
corrections in the bid price shall be done as per the provisions of this clause
and shall be binding on the bidder. If the bidder does not accept the
correction of errors as per the provisions of this clause, his/her bid will be
rejected and the bid security will be forfeited.
3.23.4.2 If there is a discrepancy between the product of unit price and quantity
and the total price, the product of unit price and quantity will prevail and the
total price will be corrected. If there is discrepancy between summation of
subtotals and total price, the summation of subtotal price shall prevail, and
the total price shall be corrected. If there is a discrepancy between words and
figure, the amount in words will prevail. In case unit price or quantity or
both are not filled in against any item, it will be treated as zero and will be
assumed that the Bidder has absorbed the cost elsewhere in the Price Bid.
3.23.5.1.2 The Bidders will have to provide supporting document(s) sought for each
of the criterion including, but not limited to, copies of customer
order/purchase order, project completion certificate from customer
(indicating name of the customer, duration of ERP implementation lifecycle,
functions/modules implemented, number of transactional and other users
etc.), client testimonials, details of ERP-legacy system integration solutions,
India specific features (localization), documents containing details of ERP
Product like date of first release, detail of version taken out, time taken to
bring out the patches incorporating the Government Policy and Regulatory
changes, details of 24x7 customer support, product catalogues/brochures
etc.
3.23.5.2 Techno-commercial Evaluation of the Bidder
3.23.5.2.1 Only those Bidder who qualify the Pre-qualification criteria shall be
considered for Techno-Commercial Evaluation of Bidder.
3.23.5.2.4 The marks will be given against each of the criterion as per the
methodology specified in Annexure: 6. The minimum technical score for
qualifying this stage will be 70 marks (out of a maximum of 100 marks) . Price
Bids will not be opened for those Bidders who scored less than this minimum
technical score.
3.23.5.2.5 The Purchaser shall confirm that the following documents and
information have been provided in the Techno-Commercial Proposal. If any
of these documents or information is missing, the offer shall be rejected.
3.23.5.3.1 Only those Bidders who qualify the Techno-commercial evaluation shall
be considered for Financial (Price Bid) evaluation. Price Bids will be opened
for those Bidders only who cleared Techno-commercial evaluation.
3.23.5.3.2The Preferred Bidder will be arrived using QCBS i.e Quality cum Cost
based Selection
The Weightage for Technical and Financial will be 60: 40
Technical Bid: The bidder scoring the maximum marks (T1) in technical
evaluation will be awarded 60 marks. Each of the bidders scoring below it
will be awarded a score as below:
Price Bid: Among the bids obtained, the bidder which has submitted the
least price (L1) will be awarded 40 marks. Each of the bidder submitting
bids higher than (L1), will be awarded a score as below:
Then A+B is calculated for all bidders and the bidder with highest A+B
score is selected as winner of contract for project (K1).
3.24 Negotiations
3.24.1 BESCOM reserves the right to negotiate with the successful lowest bidder
based on the Evaluation. If BESCOM is not able to finalize a service
agreement with the bidder who stands first, BESCOM may proceed to the
next ranked bidder and so on, until a contract is awarded.
3.25.1.1 For the purpose of determining the capability and capacity of the bidder to
perform the Contract, the Purchaser reserves the right to verify the
authenticity of the documents submitted by the bidder for meeting the
qualification requirements and may undertake verification of the
manufacturing facilities available with the bidder
3.25.2.2 Within fifiteen (15) days of receipt of the LoI, the successful bidder shall
sign and return one (1) copy of the same to BESCOM as acknowledgment of
acceptance of the same.
3.25.2.3 Within Thirty Days of receipt of LoI the Successful Bidder shall submit the
Performance Bank Guarantee (10% of Contract Value) and Also the Contract
Copy. If the Successful Bidder fails to sign the Contract Agreement within
the specified time limit, the Bid Security(EMD) will be forfeited and the
Purchaser will have right to cancel the LoI .
After the submission of the PBG and Contract Copy BESCOM will Issue the
Detailed Work Award to the Preferred Bidder.
3.25.4.1 If the bidder conceals any material information or makes a wrong statement
or misrepresents facts or makes a misleading statement in the bid, in any
manner whatsoever, in order to create circumstances for the acceptance of the
bid, the purchaser reserves the right to reject such bid and/or cancel the LoI,
if issued.
4.2.2 The proceeds of the Contract Performance Guarantee (CPG) shall be payable
to the Purchaser as compensation for any loss resulting from the Contractor‘s
failure to successfully complete its work/obligation under the Contract.
4.2.3 The Contractor shall cause the validity period of the Contract Performance
Guarantee to be extended for such period(s) as the Contract performance may
be extended pursuant to clause covered in this document. As and when an
amendment is issued to the order, the Contractor shall within fifteen (15)
calendar days of the receipt of such an amendment furnish to the Purchaser
an amendment to the CPG rendering the same valid for the order as amended.
The CPG and/or any amendment there to, shall be executed in accordance
with Indian laws in which the same is executed by the Party competent to do
so. On satisfactory performance and completion of the order in all respect, the
CPG will be returned to the Contractor.
4.2.5 All compensation or other sums of money payable by the Contractor to the
Purchaser or recoveries to be made under terms of this Contract may be
deducted from or paid by the sale of a sufficient part of his CPG or from any
sums which may be due or may become due to the Contractor by the
Purchaser on any account whatsoever. In the event of his CPG amount being
reduced by reasons of any such deduction or sale, the Contractor shall within
ten (10) calendar days thereafter make good in cash, bank drafts, any sum or
sums which may have fallen short of CPG amount or any part thereof. No
interest shall be payable by the Purchaser for the CPG amount deposited as
security.
4.2.6 The CPG is liable to be invoked on demand of the Purchaser, for any breach
under the Contract irrespective of any dispute or difference between the
Purchaser and the Contractor, pending before any court, tribunal or any other
authority. The decision of encashment by the Purchaser shall be final and
binding on the Contractor.
4.2.7 The CPG shall be valid until the Contractor has successfully completed the
Project in accordance with the Contract Agreement. The CPG shall be returned
to the Contractor within ninety (90) calendar days after receipt of application
for release of CPG along with the project completion certification issued by the
Purchaser. No claim shall be made against the CPG after issue of the project
4.3.2 The Contractor shall ensure that the Sub-contractor appointed has sufficient
capacity to undertake the execution of the tasks they will perform under this
Contract. The Purchaser will have an absolute right to accept or reject any
4.3.3 The Purchaser will have no obligation whatsoever to the Sub-contractor and
appointment of Sub-contractor will not grant any right to the Sub-contractor
over the Purchaser. The Purchaser will continue to communicate with the
Contractor with respect to the work to be done by the Sub-contractor. The
Contractor will continue to be fully responsible for the work done by the Sub-
contractor.
4.3.4 The Contractor indemnifies and shall keep indemnified Purchaser against any
losses, damages, claims or such other implications arising from or out of the
acts and omissions of such Sub-contractor. The Contractor shall be
responsible for making all payments to the Sub-contractor as may be
necessary, in respect of any services performed or task executed, and the
Purchaser shall not be responsible for any part or full payment which is due
to such Sub-contractor. The Purchaser reserves the right to hold Contractor
liable for any act/omission of any Sub-contractor.
4.3.5 All rights of use of any process, product, service or facility developed or any
other task performed by the Sub-contractor for the Contractor, under this
contract would lie exclusively with the Purchaser in perpetuity free from all
liens, encumbrances and other Third Party rights and the Contractor shall,
wherever required, take all steps that may be necessary to ensure the transfer
of such ownership in favor of the Purchaser.
4.3.6 Where the Purchaser deems necessary, it shall have the right to require
replacement of any Sub-contractor with another Sub-contractor and the
Contractor shall in such case terminate forthwith all agreements/contracts
other arrangements with such Sub- contractor and find suitable replacement
for such Sub-contractor to the satisfaction of the Purchaser at no additional
charge. Failure to terminate all agreements/contracts with such sub-
contractors, shall amount to a breach of the terms hereof.
4.3.7 The Contractor shall be responsible for ensuring that the Sub-contractor shall
comply with all relevant and applicable provisions of the Contract. Any default
on the part of the Sub-contractor to comply with the terms and conditions of
the Contract wherever applicable, shall amount to breach on the part of the
Contractor, and the Purchaser in addition to all other rights, will have the
right to claim damages and recover from the Contractor all losses/or other
damages that may have resulted from such default.
4.4.2 For the successful implementation of the Project, Purchaser shall provide
feedback on all key deliverables and documents, when requested by the
Contractor.
4.4.3 The Purchaser shall acquire and pay for all permits, approvals and/or licenses
from all local, state or national government authorities or public service
undertakings in the country where the Site is located, which such authorities
or undertakings require the Purchaser to obtain them in the Purchaser‘s
name, are necessary for the execution of the Contract (they include those
required for the performance by both the Contractor and the Purchaser of
their respective obligations under the Contract), including those specified in
the Contract Agreement.
4.4.4 If requested by the Contractor, the Purchaser shall use its best endeavors to
assist the Contractor in obtaining in a timely and expeditious manner all
permits, approvals and/or licenses necessary for the execution of the Contract
from all local, state or national government authorities or public service
undertakings that such authorities or undertakings require the Contractor or
Sub-contractors or the personnel of the Contractor or Sub-contractors, as the
case may be, to obtain.
4.4.5 All costs and expenses involved in the performance of the obligations under
clause 4.4 shall be the responsibility of the Purchaser, save those to be
incurred by the Contractor.
4.4.6 No official or employee of the Purchaser shall in any way be personally bound
or liable for the acts or obligations of the Purchaser under the Contract or
answerable for any default or omission in the observance or performance of
the acts, matters or things which are herein contained.
4.5.2 If the Successful Bidder fails to start the Project within the time period
mentioned in clause 4.5.1, his Bid Security will be forfeited and the Purchaser
will have right to cancel the LoI .
4.5.3 The Time for Completion of ERP implementation shall be as per clause in the
Scope of Work.
4.6.2 Except in case of Force Majeure, as provided under clause 4.27, a delay by the
Contractor in the performance of its delivery and completion obligations shall
render the Contractor liable to the imposition of liquidated damages pursuant
to clause 4.15, unless an extension of time is granted and agreed upon.
4.6.3.1 The Contractor may submit application for an extension of the time for
completion if he is or will be delayed in completing the Scope of Work by any
of the following causes:
c) The delay in completion of Scope of Work caused for no fault on the part of
the Contractor due to orders/instructions issued by the Purchaser or
4.6.3.2 The Contractor shall give notice to the Purchaser of his intention to make a
claim for an extension of time within fifteen (15) calendar days of the
occurrence of any of the above cause(s). The notice shall be followed as soon
as possible by the claim with full supporting details.
4.6.3.3 The Contractor shall demonstrate to the Purchaser‘s satisfaction that it has
used its best endeavor to avoid or overcome such causes for delay and the
Parties will mutually agree upon remedies to mitigate or overcome causes for
such delays.
4.6.3.4 Notwithstanding the clause above, the Contractor shall not be entitled to an
extension of time for completion, unless the Contractor, at the time of such
circumstances arises, has immediately notified the Purchaser in writing that it
may claim such extension as caused by circumstances pursuant to above and
upon request of the Purchaser, the Contractor shall substantiate that the
delay is due the circumstances referred to by the Contractor. The Purchaser
on receipt of such notice/appeal may agree to extend the Contract delivery
date/completion period as may be reasonable and mutually agreed but
without prejudice to other terms & conditions of the Contract. However, there
would not be any revision in the Contract Price due to delay for reasons
attributable to conditions mentioned above.
4.7.2 Prior to any Variation Order under clause 4.7.1, the Purchaser shall notify the
Contractor of the nature and form of such variation. As soon as possible after
having received such notice, the Contractor shall submit to the Purchaser:
4.7.3 Following the receipt of the Contractor‘s submission, the Purchaser shall, after
due consultation with the Contractor, decide as soon as possible whether or
not the variation shall be carried out.
4.7.4 If the Purchaser decides that the variation shall be carried out, he/she shall
issue a Variation Order clearly identified as such in accordance with the
Contractor's submission or as modified by agreement. If the Purchaser and
the Contractor are unable to agree to the adjustment of the Contract Price,
then the provisions of clause 4.7.5 shall apply.
4.7.5 If the Contractor and the Purchaser are unable to agree on the adjustment of
the Contract Price, the adjustment shall be determined in accordance with the
rates specified in the Price Bid, wherever applicable. If the rates contained in
the Price Bid are not directly applicable to the specific work in question,
suitable rates shall be established by the Purchaser reflecting the level of
pricing in the Price Bid.
4.7.7 In any case where the Contractor is instructed to proceed with a variation
prior to the determination of the adjustment to the Contract Price, keeping in
mind that the adjustment of Contract Price due to this variation shall be
guided by clause 4.8.5, the Contractor shall keep the necessary records of the
cost of undertaking the variation and of time expended thereon. Such records
shall be open to inspection/verification by the Purchaser at all reasonable
times.
4.7.8 The Purchaser, during execution of the Contract, reserves the right to increase
or decrease the quantity of goods and services for the items included in the
Contract with variation of the total Contract Price but without any change in
unit price or other terms and conditions. The quantity of the individual items
of goods and services may however vary up to any extent within the overall
ceiling limit of the Contract Price.
a) Any notice sent by fax or EDI shall be confirmed within two (2) calendar
days after dispatch except as otherwise specified in the Contract.
b) Any notice sent by airmail/speed post or courier shall be deemed (in the
absence of evidence of earlier receipt) to have been delivered within Four
(4) calendar days after dispatch except as otherwise specified in the
Contract. In proving the fact of dispatch, it shall be sufficient to show that
the envelope containing such notice was properly addressed, stamped
d) Either Party may change its postal, fax or EDI address or addressee for
receipt of such notices by giving ten (10) calendar days‘ notice to the other
Party in writing.
4.9.2 The GM (ICT &MIS) [BESCOM] shall represent and act for the Purchaser at
all times during the currency of the Contract.
4.9.3 Any decision, instruction or approval given by the GM (ICT &MIS) [BESCOM]
to the Contractor shall have the same effect as though it had been given by
the Purchaser.
4.9.4 All notices, instructions, orders, certificates, approvals and all other
communications under the Contract shall be given by the GM (ICT &MIS)
[BESCOM], except as herein otherwise provided. All notices, instructions,
information and other communications given by the Contractor to the
Purchaser under the Contract shall be given to the GM (ICT &MIS)
[BESCOM], except as herein otherwise provided.
4.10.4 The Project Manager may, subject to the approval of the Purchaser (which
shall not be unreasonably withheld), at any time delegate to any person any
of the powers, functions and authorities vested in him or her. Any such
delegation may be revoked at any time. Any such delegation or revocation
shall be subject to a prior notice signed by the Project Manager [IP], and
shall specify the powers, functions and authorities thereby delegated or
revoked. No such delegation or revocation shall take effect unless and until a
copy thereof has been delivered to the Purchaser and the GM (ICT &MIS)
[BESCOM]. Any act or exercise by any person of powers, functions and
authorities so delegated to him or her in accordance with this clause shall be
deemed to be an act or exercise by the Project Manager [IP].
4.11 Inspection
4.11.1 Unless otherwise specified, inspection of all goods and services will be
carried out at the Purchaser‘s premises by the Contractor and the
Purchaser. The Contractor will then submit inspection reports to the
Purchaser. The Purchaser‘s decision regarding acceptance or rejection of
goods shall be final.
4.11.2 The Purchaser may reject any goods or services or any part thereof that fail
to pass any test and/or inspection or do not conform to the specifications.
The Contractor shall either rectify or replace such rejected goods/services
or parts thereof or make alterations necessary to meet the specifications at
no cost to the Purchaser, and shall repeat the test and/or inspection, at no
cost to the Purchaser, upon giving a notice.
4.11.3 The Contractor shall arrange for the Purchaser team of atleast 3 members
for Factory Acceptance testing of hardware, Site visit for any two live
implementation of ERP done by Bidder and the site visit of the cloud service
provider for DR. All the logistics, boarding and lodging will be taken care by
the contractor.
4.12 Billing
4.12.1 The Contractor shall submit the bill in approved proforma (one original and
three copies) in accordance with the Contract Agreement and agreed billing
schedule to the office of GM (ICT &MIS) [BESCOM] enclosing necessary
supporting documents( the documents will be detailed in the DWA) within
sixty (60) calendar days of having achieved the designated milestone
activities as per the schedule specified in contract .
4.12.2 All the bills submitted by the Contractor must be in Indian Rupee only. The
figure with two decimals shall be rounded-off to the nearest Rupee (i.e. less
than 50 paise shall be omitted and 50 paise or more shall be reckoned as
one Rupee) while calculating the amount to be billed.
4.13 Payment
4.13.1 The price to be paid by the Purchaser to the Contractor for execution of the
Contract and performance of all the obligations undertaken by the
Contractor under the Contract Agreement shall be as per the rates and/or
charges finalized and communicated and accepted in the Contract
Agreement. The rate so ascertained shall (exception only as and to the extent
expressly provided herein) constitute the sole and inclusive remuneration of
the Contractor under the Contract and no further payment whatsoever shall
become due or payable to the Contractor under the Contract.
4.13.2 The Office of GM (ICT &MIS) [BESCOM] shall verify the bill and supporting
documents after receipt of bill from the Contractor. The bills will be
processed by AGM (F&C) in office of GM (ICT & MIS) and Payment will be
released by AGM (E&S), Corporate Office BESCOM.
The Purchaser shall release the payment after deducting applicable taxes,
penalties/liquidated damages and other recoverable within Sixty calendar
days from the date of receipt of the bill (complete in all respect) by the
Purchaser. All the payments made by the Purchaser will be in Indian Rupee
only. No payment made by the Purchaser herein shall be deemed to
constitute acceptance by the Purchaser of the goods or services or any part(s)
thereof.
4.13.3 If any excess payment has been made by the Purchaser due to difference in
quoted price in proposal and Contractor‘s invoice, the Purchaser may
without prejudice to its rights recover such amounts by other means after
notifying the Contractor or deduct such excess payment from any payment
subsequently falling due to the Contractor.
4.13.4 At its own discretion, the Purchaser shall make payments either through
crossed bank cheque or electronic bank transfer.
4.13.5 Wherever applicable, tax deduction certificates shall be issued at the end of
the month against deduction of statutory taxes.
4.16.2 Upon receipt of the notice of termination, the Contractor shall either as soon as
reasonably practical or upon the date specified in the notice of termination cease
all further work, except for such work as the Purchaser may specify in the notice
of termination for the sole purpose of protecting that part of the ERP Solution
already executed, or any work required to leave the Site in a clean and safe
condition. In addition, the Contractor shall:
a) Deliver to the Purchaser the parts of the executed work up to the date of
termination,
b) To the extent legally possible, assign to the Purchaser all right, title, and
benefit of the Contractor to the ERP Solution, or sub-system(s), as at the date
of termination, and, as may be required by the Purchaser,
c) Deliver to the Purchaser all non-proprietary drawings, specifications, and
other documents prepared by the Contractor as of the date of termination in
4.16.3 The Purchaser may enter upon the Site, expel the Contractor, and complete the
ERP Solution itself or by employing any Third Party. Upon completion of the ERP
Solution or at such earlier date as the Purchaser thinks appropriate, the
Purchaser shall give notice to the Contractor that such Contractor‘s equipment
will be returned to the Contractor at or near the Site and shall return such
Contractor‘s equipment to the Contractor in accordance with such notice. The
Contractor shall thereafter without delay and at its cost remove or arrange
removal of the Contractor‘s equipment from the Site.
4.16.4 Subject to the provisions of the Contract Agreement, the Contractor shall be
entitled to be paid the Contract Price attributable to the portion of the ERP
Solution executed as at the date of termination and the costs, if any, incurred in
protecting the ERP Solution and in leaving the Site in a clean and safe condition.
Any sums due to the Purchaser from the Contractor accruing prior to the date of
termination shall be deducted from the amount to be paid to the Contractor
under this Contract.
4.16.5 If the Purchaser completes the ERP Solution, the cost of completing the ERP
Solution by the Purchaser shall be determined. If the sum that the Contractor is
entitled to be paid, plus the reasonable costs incurred by the Purchaser in
completing the ERP Solution exceeds the Contract Price, the Contractor shall be
liable to pay for such excess amount. If such excess amount is greater than the
sums due to the Contractor, the Contractor shall pay the balance amount to the
Purchaser, and if such excess amount is less than the sums due to the
Contractor, the Purchaser shall pay the balance amount to the Contractor. The
Purchaser and the Contractor shall agree, in writing, on the computation
described above and the manner in which any sums shall be paid. The
Purchaser shall pay to the Contractor the Contract Price, properly attributable to
the parts of the ERP Solution executed by the Contractor as of the date of
termination.
4.16.6 The Contractor shall be liable to the Purchaser for any losses, excess costs for
such/similar services, provided that the Contractor should continue the
performance of the Contract to the extent not terminated under the provisions of
this clause. If in the opinion of the Purchaser, the Contractor shall not be able to
cure the fault even after notice, such notice shall not be necessary and the
Purchaser may terminate the Contract at the risk and cost of the Contractor.
4.16.7.1 Upon termination of the Contract, the Contractor shall prepare and
present a detailed exit plan within five (5) calendar days of termination notice
receipt to the GM (ICT &MIS) [BESCOM]. The GM (ICT &MIS) [BESCOM]
along with designated team will review the exit plan. If approved, Contractor
shall start working on the same immediately. If the plan is rejected, the
Contractor shall prepare alternate plan within three (3) calendar days. If the
second plan is also rejected, GM (ICT &MIS) [BESCOM] (or the authorized
person) will provide a plan for Contractor and it should be adhered by in
totality. The Exit Plan should cover at least the following:
4.16.7.2 The Contractor and GM (ICT &MIS) [BESCOM] (or the authorized person)
will sign a completion certificate at the end of successful completion (all
points tracked to closure) of the exit plan.
4.17.2 Royalties and fees for patents covering materials, articles, apparatus,
devices, equipment or processes used in the Project shall be deemed to have
been included in the value of Contract. The Contractor shall satisfy all
demands that may be made at any time for such Royalties or fees and he
alone shall be liable for any damages or claims for patent infringements and
shall keep the Purchaser indemnified in that regard. The Contractor shall, at
his own cost and expense, defend all suits or proceedings that may be
instituted for alleged infringement of any patents involved in the Project, and
in case of an award of damages, the Contractor shall pay for such award.
4.17.3 In the event of any suit and other proceedings instituted against the
Purchaser, the same shall be defended at the cost and expenses of the
Contractor who shall also satisfy/comply any decree, order or award made
against the Purchaser. But it shall be understood that no such machine,
materials, facilities or things has been used by the Purchaser for any
purpose or any manner other than that for which they have been furnished
and installed by the Contractor and specified under these specifications,
final payment to the Contractor by the Purchaser will not be made while any
such suit or claim remains unsettled.
4.17.4 In the event of any apparatus or equipment, or any part thereof furnished
by the Contractor is in such suit or proceedings held to constitute
infringement, and its use is enjoined, the Contractor shall, at his option, and
at his own expense, either procure for the Purchaser, the right to continue
the use of said apparatus, equipment or part thereof, replace it with non-
infringing apparatus or equipment or modify it, so it becomes non- infringing
apparatus or remove the equipment and refund the purchase price plus
transportation and installation cost thereof.
4.17.5 The Contractor shall indemnify and keep indemnified the Purchaser, his
successors or assignees for and against any and all claims, suits, damages,
losses, actions, demands, costs, charges, royalties and expenses arising from
or for infringement, real or claimed of patents, copy rights or other protected
rights, if any, designs, device, machine, diagrams, drawings, or in respect of
the goods and materials supplied by the Contractor or any of the processes
followed by the Contractor are found to have infringed any such rights.
4.17.6 In the event of any claim being made or action being brought against the
Purchaser in respect of any of the matters referred to above, the Contractor
shall promptly be notified and he shall, at his own expenses, conduct all
negotiations for the settlement of the same and any litigation that may arise
there from.
4.18.2 The Purchaser shall, however, be free to reproduce all drawings, documents,
and other material furnished to the Purchaser for the purpose of the
Contract including, if required, for operation and maintenance of ERP
Solution.
4.18.3 Further, the copyright of all reports and customized portion of software shall
4.19.2 The Purchaser shall not use such documents, data and other information
received from the Contractor for any purpose other than the operation and
maintenance of the ERP Solution. Similarly, the Contractor shall not use
such documents, data and other information received from the Purchaser
for any purpose other than the design, installation and implementation of
ERP Solution or such other work and services as are required for the
performance of the Contract.
4.19.3 The obligation of a Party under clauses defined above, however, shall not
apply to that information which:
a) Now or hereafter enters the public domain through no fault of that Party,
or
b) 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 hereto, or
c) Otherwise lawfully becomes available to that Party from a Third Party that
has no obligation of confidentiality.
4.19.4 The above provisions shall not in any way modify any undertaking of
confidentiality given by either of the Parties hereto prior to the date of the
Contract in respect of the ERP Solution or any part thereof.
4.19.5 The provisions of this clause shall survive termination, for whatever reason,
of the Contract.
4.20.2 When the Contractor is a partnership firm, the prior approval in writing
from the Purchaser shall be obtained before any changes are made in the
constitution of the firm. Such approval as aforesaid shall likewise be
obtained before such Contractor enters into any agreement with other
Parties, where under the reconstituted firm would have the right to carry out
the Project hereby undertaken by the Contractor. In either case, if prior
approval is not obtained, the Agreement shall be deemed to have been
allotted in contravention of this Contract and the action and consequence
shall ensure as provided.
4.21.2 If any of the Contractor‘s employees, in the opinion of the GM (ICT &MIS)
[BESCOM], found to be guilty of any misconduct or be incompetent or
insufficiently qualified or negligent in the performance of their duties or that,
in the opinion of the GM (ICT &MIS) [BESCOM], undesirable for
administrative or any other reasons, for such person(s) to be employed for
providing designated services, then at the directions of the GM (ICT &MIS)
[BESCOM], the Contractor shall at once remove such person(s) from this
Project without written permission of the GM (ICT &MIS) [BESCOM].
Vacancy so created shall be immediately filled at the expense of the
Contractor by a qualified and competent substitute. Should the Contractor
4.21.3 The Contractor shall be solely responsible for the proper behavior of his
employees and staff employed by him/deputed by him to provide
consultancy services. The Contractor shall exercise proper degree of control
over them and in particular without prejudice to the said generality the
Contractor shall be bound to prohibit/prevent any of his employees (as
stipulated above) from trespassing or acting in anyway detrimental or
prejudicial to the interest of the community or the properties or occupiers of
land or properties in the neighborhood. In the event of such trespassing, the
Contractor shall be responsible for all consequent claims or actions for
damages or injury or any other grounds whatsoever. The decision of the GM
(ICT &MIS) [BESCOM] upon any matter arising under this clause shall be
final.
4.21.4 If and required by the Purchaser, all Contractor‘s personnel entering upon
the Purchaser‘s premises shall be properly identified by badges of a type
acceptable to the Purchaser which must be worn at all times on the
Purchaser‘s premises.
4.23.2 The Contractor shall conform in all respect with the provisions of any
statutory regulations, laws, bylaws, rules or ordinances of any local or duly
constituted authorities or public bodies which may be applicable from time
to time to execute the Contract. The Contractor shall keep the Purchaser
indemnified against all penalties/liquidated damages and liabilities of every
kind, arising out of non-adherence to such statutory regulations, laws,
bylaws, rules or ordinances etc.
4.24 Insurance
4.24.1 The Contractor shall at his own expense carry and maintain insurance with
reputed insurance companies as per the applicable law of India to the
satisfaction of the Purchaser. Insurance shall be provided for all the
Contractor‘s employees engaged in the performance of this Contract.
4.24.2 The Contractor shall also carry and maintain any and all other insurance
which may be required under any law or regulation from time to time. The
contractor shall also carry and maintain any other insurance, which may be
required by the Purchaser.
4.24.3 The Purchaser shall not be liable, in any respect, for any damages or
compensation payable under law in respect or in consequence of any
accident or injury to any employee or other person deployed by the
Contractor or any Sub-contractor(s) for this Project except an accident or
injury resulting from any act or default of the Purchaser or his agents. The
Contractor shall indemnify and keep indemnified the Purchaser against all
such damages and compensation (save and except as aforesaid) and against
all claims, demands, proceeding, costs, charges and expenses, whatsoever in
respect or in relation thereto.
4.24.4 The Contractor shall comply with all relevant and applicable statutory
provisions in respect of the employees engaged by him at his cost and above
stipulations are only indicative and not exhaustive.
4.25.2 Contractor shall also be responsible for making good to the satisfaction of
the Purchaser any loss or damage to all structures and properties belonging
to the Purchaser or being executed or procured or being procured by the
Purchaser or by other agency within the premises of all the Sites of the
Purchaser, if such loss or damages is due to fault and or negligence or wilful
acts or omission of the Contractors, his employees, agents, representatives
or Sub-contractor(s).
4.25.3 The Contractor shall indemnify and keep the Purchaser harmless of all
claims and damages to property other than Purchaser‘s property arising
under or by reason of this Contract if such claims result from the fault
and/or negligence or wilful acts or omission of the Contractor, Sub-
contractor(s), agents or representatives.
4.26.1.1 Contractor shall adhere to safe working practice and guard against
hazardous and unsafe working conditions and shall comply with Purchaser‘s
safety rule as set forth herein. Prior to start of the Project, Contractor will be
furnished copies of Purchaser‘s Safety Code for information and guidance, if
it has been prepared.
4.26.2.2.1 Contractor shall maintain first aid facilities for his employees and those
of his Sub-contractor(s).
4.26.3.2 When the work is done near any place where there is a risk of drowning,
all necessary safety equipments shall be provided and kept ready for use and
all necessary steps taken for prompt rescue of any person in danger and
adequate provision should be made for prompt first aid treatment of all
injuries likely to be sustained during the course of work.
4.26.3.3 These safety provisions should be brought to the notice of all concerned by
displaying on a notice board at a prominent place at the Sites. The person
responsible for compliance of the safety code shall be named therein by the
Contractor.
4.26.3.4 To ensure effective enforce of the rules and regulations relating to safety
precautions, the arrangements made by the Contractor shall be open to
inspection by the GM (ICT &MIS) [BESCOM] or Safety Engineer or any other
person nominated by the Purchaser.
4.26.3.5 Notwithstanding the above clauses, there is nothing in these to exempt the
Contractor from the operations of any other acts or rules in force in India.
The works throughout, including any temporary works, shall be carried out
in such a manner as not to interfere in any way whatsoever with the traffic
on any roads or footpaths at the Site or in vicinity thereto or any existing
works whether the property of the Purchaser or of a Third Party.
4.26.5.1 Access to the Data Centre Sites and Purchaser‘s locations shall be strictly
restricted. No access to any person except the essential personnel belonging
to the Contractor who are genuinely required for execution of the Project or
for carrying out management/maintenance who have been explicitly
authorized by the Purchaser shall be allowed entry to the Data Centre Sites
and some Purchaser‘s locations. Even if allowed, access shall be restricted to
the pertaining equipment of the Purchaser only. The Contractor shall
maintain a log of all activities carried out by each of its personnel.
4.26.5.2 The Contractor and its personnel or any other person visiting the
Purchaser‘s premises and offices shall comply with all safety and security
procedures in force from time to time. All people visiting any Purchaser‘s
premises shall be liable to security check including, but not limited to,
frisking by security staff at the gate. Any person shall not carry any goods or
materials to Purchaser‘s premise as not permitted by such security
requirements.
4.26.5.3 The Contractor and its personnel or any other person visiting the
Purchaser‘s premises and offices shall comply with all confidentially
requirements about Purchasers business and its activities and shall also
provide in written a confidentiality undertaking in prescribed format required
by the Purchaser.
a) Act of God, including, but not limited to lightning, drought, fire and
explosion (to the extent originating from a source external to the Site),
earthquake, volcanic eruption, landslide, flood, cyclone, typhoon,
tornado, war embargo, or exceptionally adverse weather conditions which
are in excess of the statistical measures for the last hundred (100) years,
or
b) Any act of war (whether declared or undeclared), invasion, armed conflict
or act of foreign enemy, blockade, embargo, or
c) Any event or circumstance of a nature analogous to any of the above.
4.27.3 The Contractor or Purchaser shall not be liable for delay in performing his
obligations resulting from any Force Majeure cause as referred above.
4.27.5 The Party who has given such notice shall be excused from the performance
or punctual performance of its obligations under the Contract for so long as
the relevant event of Force Majeure continues and to the extent that such
Party‘s performance is prevented, hindered or delayed. The Time for
Completion shall be extended in accordance with clause 4.6.
4.27.6 The Party or Parties affected by the event of Force Majeure shall use
reasonable efforts to mitigate the effect there of upon its or their performance
of the Contract and to fulfil its or their obligations under the Contract, but
without prejudice to either Party‘s right to proceed as per the provisions
under clause 4.27.7.
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 Contractor to pay liquidated damages to the
Purchaser, and
b) The aggregate liability of the Contractor to the Purchaser, whether under
the Contract, in tort, or otherwise, shall not exceed the amount specified
in the Contract Price. Provided that this limitation shall not apply to the
cost of repairing or replacing defective equipment, or to any obligation of
the Contractor to indemnify the Purchaser with respect to patent
infringement.
BESCOM and the Contractor shall make every effort to amicably settle all
disputes or claims arising out of, under, in connection with or relating to this
Agreement or the breach, interpretation, termination or validity thereof
(―Dispute‖). If within 30 (thirty) days from the commencement of such
amicable settlement process, BESCOM and the Contractor are unable to
resolve amicably such dispute, the matter will be referred to Managing
Director ,BESCOM and his / her opinion shall be taken.
If the Contractor doesn‘t agree with the opinion of the MD, BESCOM, the
matter shall be referred by either Party for arbitration to a panel of three
Arbitrators: one Arbitrator to be nominated by BESCOM, the other one to be
nominated by the Contractor and a third Arbitrator to be appointed by the two
arbitrators jointly. If the Parties fail to appoint their respective arbitrators
and/ or if the appointed arbitrators fail to appoint a third arbitrator within 30
days of the notice referring the Dispute for arbitration, then the appointment
of the arbitrators shall be in accordance with the Arbitration and Conciliation
Act, 1996. The award of the Arbitrators shall be final and binding on the
parties. Proceedings under this clause shall be subject to relevant provisions
of the Arbitration and Conciliation Act, 1996. The arbitration proceedings
shall be in the English language and the venue of such arbitration shall be
Bangalore. Cost of arbitration and the fees of the third arbitrator shall be
borne by equally by each Party. However, expenses incurred by each party in
connection with the preparation and presentation of its case before the
arbitral panel and the fees of its respective arbitrator shall be borne by the
Party itself. The provisions of this clause shall survive termination of this
Agreement.
4.30.1 The laws and regulations which are to apply to the Contractor and under
which the Contract is to be constructed shall be Indian Laws and
Regulations.
4.30.2 The Contractor shall, in all matters arising in the performance of the
Contract, comply with in all respects, give all notices and pay all fees
required by the provisions of any national or state statute, ordinance or
other law or any regulation or bye-law of any duly constituted authority.
4.30.3 The Contractor shall adhere to the statutory provisions under Payment of
Minimum Wages Act, Contract Labor (Regulation & Abolition) Act,
Employee‘s Provident Fund & Miscellaneous Provisions Act, Workmen‘s
Compensation Act, Right to Information Act, and other relevant Statutes.
Non-compliance of the statutory provisions i.e. Contract Labor engaged in
the job may attract penal action against Contractor from the Law Enforcing
Authorities. All liabilities arising out of the non-compliance of the Law of the
Land will have to be borne by the Contractor and the Purchaser will not be
responsible in any manner whatsoever for the same.
4.30.4 The Contract shall in all respect be construed and interpreted in accordance
with the Laws in force in India, including any such Laws passed or made or
coming into force during the period of the Contract.
5.2.2 A Project Management Unit (PMU) will be formed by the Purchaser comprising
senior officers of the Purchaser and any other person(s)/agency(ies) as proposed
by The Purchaser‘s management. This PMU will co-ordinate with the Contractor
and any other stakeholders deemed necessary during project implementation.
5.3.2 For such kind of partial order, the payment amount will computed on pro-rata
basis and in line with the payment terms as mentioned in this Tender Document.
Decision of the Purchaser will be final in this regard.
5.7 Supportability
5.7.1 The ERP Product Vendor must assure ability to support its ERP Product for a
period up to five (5) calendar years from the date of Final Acceptance of ERP
Solution.
5.10.2 Any other office infrastructure & facilities (including LAN, printer, photocopier,
fax-machine, scanner, computers, servers, networking devices, laptops,
peripherals, stationary, consumables, etc.) and logistic support (including local
conveyance, secretarial assistance, administrative support etc.) required by the
Contractor to successfully execute this Contract shall be arranged by the
Contractor itself at its own cost.
The Purchaser intends to implement the ERP Solution (also referred as ―the
Solution‖ or ―the system‖) within the timelines indicated in this Tender Document.
The Purchaser expects the Contractor to adhere to the approach described in this
Tender Document with possible improvements thereto. ERP will be implemented
centrally at the Purchaser‘s data center. The Purchaser has multiple business
locations across the state of Karnataka and users at these business locations will
be using the ERP through LAN/WAN, therefore the proposed ERP application
must be web-enabled.
1. The Selected Bidder has to do a thorough AS IS study within 60 days after the
issue of LOI. Key Deliverables of this Study is finalization of Functional
requirement ,Network Architecture and required bandwidth after studying existing
system ,End user systems required and Data digitization required.
2. Supply of ERP Product licenses for ERP related software (other than ERP Product),
database, clustering tools, integration tools, other tools or any other software to
make the ERP Solutions work as per the requirements of the Purchaser. Supply of
the Requisite Hardware for the Implementation of ERP Solution for BESCOM
6.3 Deliverables
6.3.1 The Contractor should refer Annexure: 4 (List of Deliverables) for the list of
deliverables as part of the ERP implementation. The annexure gives a set of high-
level activities and corresponding deliverables expected, which Purchaser
envisions to be required as part of this Project. The Contractor should use this list
only as guideline in terms of expected deliverables. The Contractor is required to
furnish detailed information regarding each deliverables of every step of activities
proposed during and after implementation of the Project by appropriately
updating Annexure: 4 (List of Deliverables). The Contractor should submit at least
three (3) hard copies (in form of neatly bound book) and three (3) soft copies (in
form of CD-ROM) of all the released versions of each and every deliverable agreed
between the Contractor and the Purchaser.
b) Phase 2: Roll-out.
6.4.3 During Phase 2 Roll-out, the total number of locations (other than those covered
in Phase 1) will be appropriately divided into five (5) clusters for the purpose of
rolling out the implementation (including training and change management) and
6.4.4 The list of locations (as of date) is given in the table below. Changes in this table
are possible before/during the implementation and the scope of the Contractor
will include all such changes:
[Note:
b) These numbers are indicative only, final project plan shall be developed by the
Contractor and approved by the Purchaser. During Phase 2 Roll-out, the total
number of locations (other than those covered in Phase 1) will be appropriately
divided into five (5) clusters for the purpose of rolling out the implementation
(including training and change management) and claiming payment after
successfully completing roll-out across all locations in each cluster.
c) All offices to be covered under roll-out will be clubbed in to three groups and one
of the offices in each of these three groups will be treated as one “Roll-out Location”
(all testing staff who are identified as ERP users will join at their respective “Roll-out
Location” for training)
d) Each office along with all Division offices under that Sub-Division & Section office
will be treated as one “Roll-out Location” (all office’s staff who are identified as ERP
users will join at their respective office for training)
* Purchaser will provide Phase I offices list to Bidder at the time of work award.
6.5.1 AS IS Study to be done with all relevant stakeholders of BESCOM and come up
with detailed report within 60 days of issue of LOI
6.5.2 Supply of ERP Product, Associated Hardware as indicated and licenses for ERP
related software (other than ERP Product), database, clustering tools, integration
tools, other tools or any other software:
a) The Hardware for DC: The Hardware proposed should be procured with 5
years warranty from the Date of Purchase.
The ERP Product licenses also should be procured with 5 year warranty from
date of purchase.
Supply of latest ERP Product and Third Party bolt-on applications (necessary
to meet the Purchaser‘s requirements, if not available in the proposed ERP
Product), indicating specific modules, tools etc. suitable to meet the technical
requirement specifications laid down in Section: VII and functional
requirement specifications laid down in Section: VIII. All the functions/
modules to be implemented under this Project should be of the proposed ERP
Product only. Modules from different ERP Products, if required to be
implemented, will be considered as bolt-on modules.
c) Unless new version of the ERP Product is released, the implemented version of
the ERP Product should be supported till completion of five (5) calendar years
from the date of Final Acceptance of ERP Solution. In case a new version is
released before Business Solution Design Simulation (BSDS), the Contractor
should implement the latest version at no additional cost.
The Contractor should specify the requirement of Storage and Tape library as
part of bid submission document. The same will be finalized during the AS IS
Study stage and BESCOM will make provision for the same in DC.
The onus is on the Contractor to define the solution stack and the size of
the server infrastructure required to satisfactorily meet the load handling
requirements and performance service levels specified in this RFP. Should
there be any performance issues during the project period when the system is
handling load lesser than the load requirements specified in this RFP, the
Contractor shall either optimize the application software or augment the server
hardware at its cost.
`The Contractor shall deploy all the servers with the requisite deployment &
redundancy ` configurations at the very beginning of the project as required
in this RFP and as proposed by the Contractor in its technical proposal. The SI
shall ensure 1:1 redundancy between DC-DR. Such redundancy shall be kept
for all servers critically required for service delivery. It is not necessary for the
SI keep a redundant training server for disaster recovery.
It is proposed that for the DR be hosted on cloud and the Cloud Service
provider should be on the Empaneled list of MIETY with the data Center being
At least tier III.The contractor will quote for the Cloud hosting charges for DR
which is inclusive of the Network Bandwidth as well as Storage for DR.
f) The Contractor will also have to prepare and implement the Business Continuity
Plan for the Purchaser in consultation with the Purchaser and should include
details of infrastructure, location, operation, management and policies based
on Business Impact Analysis.
6.5.2 a) The Contractor shall design the network for connecting all the business
locations with the Purchaser‘s Data Centre with in telecommunication
connectivity with adequate reliability. The Contractor shall also consider the
existing bandwidth in BESCOM data Center as well as the Offices. BESCOM will
provision the Network connectivity for the same.
b) The Contractor all study in detail the data digitization work required and
assist BESCOM with detailed requirement for floating an RFP to onboard a vender
for data digitization works.
6.5.3 Data collection, data preparation, data cleansing, data entry and data
digitization & migration (including master & transaction data):
The Contractor shall be responsible for data collection, data preparation, data
cleansing, data entry and data digitization & migration (Bidder should identify the
records for digitization at the time of ―As-Is‖ and as per the approval of Purchaser)
for all kind of master data and transaction data required to successfully
implement and operationalize proposed ERP Solution. The data shall be gathered
from various documents, registers, log- sheets, drawings etc., as required for all
proposed modules of ERP. All the hardware and software required for the
Scanning of documents and uploading to the ERP system needs to be provided by
the Bidder.
A detailed plan for the data migration (including master & transaction data)
sexpected from SI during the initial stages of the Project. Bidder should
identify the records for data migration at the time of "As-Is", as per the
approval of Purchaser), which will include data to be migrated for all kind of
master data and transaction data required to successfully implement and
operationalize proposed ERP Solution.
Contractor should also suggest best practice to purchaser, for the process data
digitization as required for phase wise implementation.
For data collection, the contractor will be required to visit the BESCOM offices
in Different Geographical Location The Task As described above shall include
but not limited to following Activities..
b) 100%, validation from the end of the Contractor and random validation from
the end of BESCOM, before uploading/migration the data on ERP system.
Vendor should take approval from Concerned BESCOM official.
iii) Purchaser shall provide a one week notice for the scheduled meeting and
one day notice for ad-hoc review meetings in case of emergencies.
iv) Failure of SI to attend such review meetings shall be treated as material
breach and Purchaser reserves the right to invoke the Performance Bank
Guarantee for failure of the SI in this regard.
c) Design and Implementation of the System Architecture: The Contractor
shall be entirely responsible for the architecture of the system to be
implemented to satisfy all features, functions, Integrations and performance as
described in this document. Light GUI forms/screens shall be designed and
used in the ERP Solution for enhanced performance over low bandwidth
communication connectivity.
Online Payment
Power Purchase
Project Management
Quality & Safety
Customer Relationship Management
HR Management
Employee Service
Separation Management
Payroll
HRMS Training and Development
iii. Customizing standard ERP modules (without any limits) to meet all
the functional requirements of the Purchaser
The Stabilization Tests will be conducted for the ERP Solution during
the post Go-live period. The test shall be conducted for ascertaining
Response Time Performance and Availability Performance criteria as
defined in Annexure: 5 (Standards of Performance) for minimum twenty
one (21) calendar days continuously. The Stabilization Tests shall be
conducted by powering up and continuous operation of all the systems
on a 24x7 basis to ascertain that all components of the solution are
working in the desired fashion individually and together. During
stabilization test, the Contractor shall deploy performance measurement
tools to establish adherence to desired Standards of Performance.
For the UAT and Final Acceptance testing BESCOM will form
a Committee which will perform the testing and give final acceptance.
The Details of the Committee will be made elaborated during the issue of
DWA.
BESCOM intends to appoint a third party for the Audit of the system for
both the functional and performance compliance. The Third party Audit
agency will do all the testing and report the same to the UAT Committee. It
is the responsibility of the bidder to coordinate with the third party agency
and make good any observations by the agency regarding the functional
and performance of the system.
management workshops:
i. Training & Change Management Strategy and Plan: The
Contractor shall provide comprehensive and detailed training &
change management strategy and plan describing the proposed
approach and methodology, calendar/timelines, course contents,
course duration, training materials, training tools, training
logistics, etc. The Contractor shall arrange separate training
sessions for different categories (Group I, II, III wise) of participants
in batches (maximum approx. batch size of 30-35 participants).
The Contractor shall submit this document for approval of the
Purchaser before initiating this activity. Purchaser can be categorized
into below categories, based on their influence and role in managing
the change and making it successful:
a) Group I: Identify the key senior officers, who are directly impacted
by ERP with respect to reviewing/ receiving/ analyzing the report
through ERP and others.
b) Group II: Identify the key officers (―B & C‖ category as per
designation wise of BESCOM), who will use and also directly
impacted by ERP with respect to reviewing/ receiving/ analyzing
the report through ERP and others.
c) Group III: Identify the key employees, who will use and fill
necessary data and utilize the basic and advance features of ERP
to facilitate their functional process through ERP and others.
comprise of members from all the business functions and IT. Each
member should be provided orientation training to include ERP
Product/Solution overview, project orientation training (methodology,
tools, project planning, roles etc.), training in the relevant function /
module (mapped to business process) and training on configuration
aspects required for efficiently running the proposed ERP Solutions.
viii. Training Tools: Use of recommended ERP training tools/ software(s) for
providing various training is essential. Adequate training materials which
include training manuals, quick reference cards etc. should be provided
during the training sessions. The recommended training materials can be
in print media (newsletters, posters, banners, leaflets etc.), electronic
media (videos, etc.) with courses on ERP fundamentals, business process
overview, user job activity training etc. and delivery options may include,
but not limited to, on-line trainings, computer-based trainings and
instructor-led class room trainings. All expenses related to training tools
shall be borne by the Contractor.
ix. Training Logistics: The Purchaser shall provide training venue along
6.5.5 Project Management: The Contractor must deploy a dedicated full-time Project
Manager to meet the project management requirement of the Purchaser. The
Project Manager will do the overall project monitoring and management
throughout the life cycle of the Project to ensure successful and timely
completion of the Project. Project management will include, but not limited to,
the following:
a) Co-ordinate all activities with the PMU set-up by the Purchaser
6.5.6 Provide a well prepared documentation for users in the form of a user‘s manual, a
clear plan for training, educating and hand holding the user and shall from part of
handholding until bringing up the users to use software solution with speed and
efficiency. Handholding and maintenance support for the entire ERP Solution for
the period specified in this clause including technical support to users,
identifications and rectification of bugs/ glitches/ malfunctions, incorporation of
new requirements from time to time, user training when required, version
management (including necessary documentation), release management, data
back-up & recovery, system recovery, assistance in transaction rollback when
6.5.6.1 The Contractor shall arrange/ provide post implementation support for ERP
Product and ERP Solution for a period of 3 years after Final Acceptance The
Contractor will also provide the Facility Management services for a period of 3
years from the Date of final Acceptance.. The support will be of two types:
ii. Post implementation period: Three ( 03) calendar years from the
date of Final Acceptance of ERP Solution.
6.5.6.2 Support will be provided by the Contractor pursuant to the Service Level
Agreement (SLA) and/or Contract Agreement. Support will include but will
not be limited to the following activities:
It is estimated that BESCOM would require 200 Man month efforts for the
Change Requests during the lifecycle of the Project.
Lead Programmer
i. B.E. / B.Tech in any discipline or MCA or M.Sc. in Computer Science
ii. Minimum 5 years of work experience in Proposed ERP as a programmer
iii. Should have experience in at least 2 end to end ERP project as lead
programmer.
Junior Programmer
The junior development resources deployed on-site shall meet the following
minimum qualification requirements:
Solution Architect
i. B.E. / B.Tech in any discipline or MCA or M.Sc. in Computer Science
ii. Minimum 8+ years of work experience in Proposed ERP as a Solution
Architect
iii. Should have experience in at least 3 end to end ERP project solution
Architect
Database Administrator
i. B.E. / B.Tech in any discipline or MCA or M.Sc. in Computer Science
ii. Minimum 5+ years of work experience in Proposed ERP as DB admin with
atleast 2 End to End ERP implementation Experience
System Administrator
i. B.E. / B.Tech in any discipline or MCA or M.Sc. in Computer Science
Minimum 5+ years of work experience in Proposed ERP as system admin with atleast
2 End to End ERP implementation Experience
Software Documentation
1. During the course of pilot phase, Contractor is required to submit the below
documents related to the software as a pre-requisite to obtaining System
Acceptance. However, in case there are any other documents which the SI
finds relevant to the project or the end users of BESCOM, Contractor is free to
submit the same:
Risk Management and Mitigation Plan
System Study Document/AS-IS Report for the mentioned modules
To-Be Process Document
Updated/vetted FRS Document
Design Documents
DC and DR Connectivity Report
Training material, Application and User Manual
Training Completion Reports
Data Digitization Completion Report
SLA Monitoring Reports
Change Request Logs with their resolution status
The ERP Solution should have an integration layer for all third party integration
requirement. It is expected that the integration mechanism should be detailed in the
Approach and Methodology.
The contractor as part AS IS Study will have to examine in detail the integration
requirement and the finalize the same. It is expected that apart from RAPDRP system
which needs to be integration other bespoke systems needs to be integrated with ERP
Solution.
The Contractor will have to submit a detailed Work Plan with timlines.At the Time of
Issue of DWA BESCOM will review and suggest changes to the Plan which has to be
adhered by the Contractor. Brief Timelines are given below.
S.no. Activity Timeline
1. Date of Issue of LOI T
2. Deployment of Project Manager T + 30 days
3. Deployment of at least 2 on-site functional leads T + 30 days
onsite with Team Lead
4. Submission of Detailed Project Plan along with final T + 45 Days
resource deployment as well as training plan.
5. AS IS Study and TO BE REPORT Submitted along T + 60 days
with the Master Data Templates for Data
Digitization requirement.
Network Architecture and End user hardware
Requirement as part of the Report.
6. Supply of Hardware at BESCOM DC T +90 Days
7. Supply of ERP and Associated Licenses for DC T+90 Days
8. Infrastructure Setup at DC and Start T+120 Days
implementing Pilot ( Third Party Audit to be done
after DC Setup)
9. Start Cloud Rental for DR T+ 150 Days
10. Product Configuration and Customization T + 150 days
11. Pilot implementation of Finance accounting Module T+ 7 Months
12. Pilot Implementation of HRMS T+8 Months
13. Test Cases and Test Plan For UAT finalization T+ 10 Months
14. Pilot Implementation Acceptance Testing T+12
months
15. Go live in pilot phase T+ 12 Months
16. Rollout T+18 Months
17. Stabilization period and Final acceptance T+ 24 Months
18. 3 years Support. T+ 60
Months.
6.9 Release Management:
ii) This process will be applicable to all changes that are referred to the
Release Management, to deploy them into the live environment of BESCOM
ERP. The Release Management Plan should mandatorily cover the following
details:
Planning a Release
Designing and building a Release
Acceptance criteria of a Release
Preparing a rollout for a Release
Subsequent communication, preparation and training
Deployment and review of the Release
iii) The bidder should ensure that all the releases will follow a systematic
approach, which should mandatorily cover the version control, frequency
and the level to which the ERP environment will be controlled by definable
releases.
iv) The Release Management Plan should also cover the process/procedure
for dealing with emergency releases.
v) The bidder should also ensure that all the other OEM releases like
service packs, patch updates for the OS, databases, middleware etc., the
upgrades for third party tools used and the firmware or BIOS upgrades for
the applicable hardware shall be deployed within 6 months of its release.
NOTE: It shall be under the sole discretion of BESCOM to decide the most
appropriate approach towards the Release Management Process depending on
the size and nature of the systems, the number and frequency of releases
required, and any special needs of the users.
(d) Toolbar
D TECHNICAL
INTERFACING/INTEGRATION/CONV
ERSION
24. Does the system support real time
updates or interfaces with software
from other Vendors, or in-house
developed systems, including system
like SCADA, Other Data Acquisition
Systems, Oracle Developer, FoxPro
DBF files etc.?
25. Does the system support data
conversion tools? Please specify the
data conversion tools provided?
G OPERATIONAL
55. Does the system support transaction
processing monitor with easy to use
GUI?
56. Does the system provide database
administration with reporting
facility?
I BENCHMARKING
81. Please convey if the following
benchmarks can be met:
J BANDWIDTH
82. Bandwidth requirements:
K REPORTS
83. Can transaction be previewed or
simulated for analyzing accuracy
and effect of transaction before it
taking affect?
84. Can transactions be rolled back?
85. Is drill down to all kind of reports
possible?
Legends:
Response Explanation
Priority M for Mandatory
D for Desirable
O for Optional
SUP Supported through standard feature/ function (―out-of-the-box‖
solution)
CST Supported through customization
Module Please mention the module from which the functionality will be
addressed
Sub- Please mention the sub-module from which the functionality will be
Module addressed
Offices M
6 Should maintain audit trail of documents created in the system M
The system should be able to identify the user who created the
7 document , the user who approved the document, user who edited
the document and what all has been edited) M
The system to generate trial balance for any of the units and must
8
allow consolidation M
The system to generate Trial Balance showing opening
9
balance, transactions and closing balance M
The system to generate Trial Balance for the period/ date
10
range input by the user M
The system to generate Profit/Loss Account & Balance Sheet as
11 per the other books maintained (Example IFRS, GAAP Accounting
Standards applicable in India etc.) M
The system to generate Profit/Loss & Balance Sheet for the
12
period inputted by the user M
The system to allow Quarterly, half yearly and annual
13 consolidation of Financial Statements (Balance Sheet and
Profit & Loss statements) M
The system to have the ability to do projections for a
specified period (Balance Sheet and Profit & Loss
14
statements) as per books (GAAP, IFRS, Accounting
Standards applicable in India ) M
The system to allow for flexible groupings of units to
15
facilitate analysis M
16 The system to provide for building an hierarchy of units M
The system to capture a Unit head for each Unit at the
17
lowest level D
The system to drill-down from the statement to the original
18
transactions M
The system to reconcile with the general ledger on an
19
account-to-account basis M
The system to generate any reports, comparing against:
20 • Previous periods
• Previous year M
21 The system to calculate contingent liability M
The system to generate cash flow as per Accounting
22 Standards applicable in India and system to generate funds
flow M
The system to generate capital commitments and approved
23
'spill overs' M
The system to generate reports on government loans,
24
equity etc. M
run
Vendor aging report M
Should provide user defined CENVAT, Service Tax, Income Tax,
3 M
TDS and other statutory reports
Should produce vendor payment history including:
Payment by vendor M
Payment by period for the current and prior year M
4
Total paid by year M
Total cumulative payments M
Date, amount and cheque number last paid M
Should electronically route the reports to allow users to review
5 M
reports
Should provide facility to present report in graphs within the
6 M
system
7 Should preview report before printing M
Sub Process- Accounting for Power Purchase and Energy interchange
Should maintain records of Source company of power purchase
1 M
for BESCOM and also from Renewable Energy Sources
Should maintain the per unit rate for purchasing the power from
2 M
company
Should maintain accounting:
Long term power purchase through power purchase agreement
M
3 (PPA)
Short term power purchase on mutually agrees rate M
Government issued power purchase M
Should allow to interchange of energy (e.g. 33KV level / 11Kv
4 Level, If applicable) between other company of KPTCL i.e. ESCOM, M
HESCOM,CESC, MESCOM
Should maintain of bill monthly basis of energy balancing and on
5 M
the basis of data of State Load Dispatch Centre
Should maintain slab kind of structure for payment of UI charges
6 M
based on frequency at which drawl is made
Sub Process- Vendor Master Data
Should be centralized vendor master records facilitating single
1 M
vendor description and code across the organization
Should record vendor records including alternate / short name for
2 vendor, Contact person for each vendor address, vendors bank M
account information
Should record TDS details, PAN/TIN/TAN number and Tax details
3 required for ensuring compliance with Indian Tax laws considering M
both direct & Indirect taxes, Default currency for invoice/payment
Should record vendor specific information relating to an item/
4 vendor relationship. The details should include vendor name, M
address, payment terms, price & quantity, free form comments,
o Encasement of deposits M
o Amounts received from KPTCL and others ESCOM M
o Amounts received from the Consumers other than revenue M
o Amounts received from PNG trust M
o Others (e.g. amounts received from IPPs, Incentives/rebate
M
etc.
Cash outflows for: M
o Loans M
o Capital projects (e.g. Capital project wise (e.g. Scheme wise,
M
RAPDRP, RGGY, etc.)
o Revenue expenditure (e.g. Repair and Maintenance &
M
Administration and General & Employee Cost)
o Interest payment (e.g. Short Term Loan (Principle and
M
Interest) and Long Terms Loan (Principle and Interest)
o Contribution paid to PNG Trust M
o Others (e.g. Refunds of deposits, Tax, Bank Charges, etc.) M
Closing balance M
Should provide drill down capabilities to view details of outflows
3 and inflows. For example, payment from capital projects can be M
further analyzed by projects/ jobs
Should allow for medium and long term planning from sources
affecting the liquidity position. This includes:
Receivables as expected incoming payments M
Payables as expected outgoing payments (e.g. materials, project
M
4 and capital expenditure)
Planned payments of wages and salaries M
Investments and borrowings M
Planned dividend payment M
Planned tax payment M
Should forecast these cash outflow and inflows based on:
Trends in fees and charges for providing transmission services
based on estimates and collection due dates (Accounts M
Receivable)
5 Expenditure trends based on payment due dates (Accounts
M
Payable)
Fixed deposit and borrowing terms M
Consolidated forecast of capital projects expenditure from
M
Project Management
Should:
Enter forecast cash flow amount manually (e.g. dividend) M
6 Calculate averages M
Apportion forecast amounts based on historical data (e.g.
M
collection and expenditure patterns) in preparation of cash flow
statement.
Customer group M
Activity M
Should allocate actual or budget amount based on:
Fixed percentage M
2
Variable percentage M
Budgeted value/ quantity M
Should provide facility to process allocations with available amend
3 M
details prior to allocations
4 Should provide facility to reverse allocations M
Should simulate allocation method to check the correctness before
5 M
update run
Should run iterative/non-iterative cost allocation processing in
6 M
system
Should define the details of the project on-line, but should not
limited to:
Project type M
Project ID, Project name M
Sub project ID, Sub project name M
1
Project responsible person M
Budget, Actual Cost M
Start date, finish date M
Resource required for the work that is carried out internally in a
M
project
General Ledger M
2 Accounts Payable M
Asset Accounting M
Inventory Management M
Budget Controlling M
Payroll Accounting M
Should provide details after project finished e.g. settle costs and
8 expenses occurred in project to fixed asset, WIP or expenses by M
percentage, pro-rate or actual amount
Should check the history data from system, but should not limited
to:
Start and Finish date M
17 Resources usage M
User who change budget M
Project Status M
User who close project M
as:
SLM (Straight Line Depreciation Method) & CERC M
WDV (Written Down Value Method) M
As per Regulatory Requirement M
User-defined rate tables M
Sum of digit M
Unit of use M
Useful life M
Should provide option to user for create/edit, depreciation as
2 per asset classifications wise and according the BESCOM M
depreciation schedule/rate
3 Support change of useful life and effective rate of depreciation M
Support change in method of deprecation and rates of
4 depreciation for a specific fixed asset or group of fixed assets M
during the life of the asset(s)
Should maintain multiple depreciation rates vis-à-vis the
5 periods to which they apply and Should calculate depreciation M
with retrospective effect wherever required
Should facilitate adjustment of depreciation of fixed assets prior
6 M
to and after updates to general ledger
Should automatically post to the corresponding accumulated
7 depreciation and depreciation expense accounts in the General M
Ledger
Should provide at least daily and monthly basis of calculating
8 M
depreciation
Should comply calculating depreciation with accounting
9 M
standard and tax regulation and regulatory requirements
Should provide for recalculations of depreciation expense on
10 assets re-valued e.g. Depreciation = (revaluation amount M
remaining/ new estimated life)
Sub Process- Insurance of Fixed Assets
Should:
Move an asset, resulting in the need to change asset master
data that cannot be otherwise changed (e.g. the asset class, M
main asset)
Split up an asset or move part of an asset (transfer between
1 M
asset groups, sub asset group)
Transfer between Division Offices or one of to another office
M
of BESCOM
Transfer material from the inventory (current assets) to a
M
fixed asset (for example, for a replacement part)
Sub Process- Disposal / Retirement of Fixed Asset
Disallow posting M
Should classify budget control type, such as
Cost/ Expenditure budget M
Define trigger warning to user when budget exceed M
Capital Expenditure budget (Project) M
8 Define trigger warning to user when commitment transaction
exceed budget, but disallow posting when actual M
transactions exceed budget
Capital Expenditure budget (Non-project) M
Define disallow posting when commitment and actual
M
transaction exceed budget
Sub Process- Budgeting Reporting
Should provide option to user for validate the work and certified
the allotted work
10
M
Sub Process- Reports
Priori
Core Process- Power Purchase ty
Level
Sub Process- Power Purchase
1 Power purchase through IPP/solar M
2 Short term Power Purchase through IEX-Energy Exchanges M
3 Financial Reconciliation and Reports M
Should be web based software for smooth functioning of power
purchase section in order to generate energy bills as per the PPA and
its payment to different TPPs. The Work flow is given below
M
Modules to be covered in Power Purchase Section
1 Software Masters
2 Hydel
1. Masters
• Hydel Power Stations Master
• Generating Units Master
• Sub stations Master
• Constant master based on generating units and sub
stations
Charges(Ps./Kwh) -(Total (a to d) I
Tariff Design Energy * 1000)
4. Royalty
• Royalty (4Ps/Kwh) on Net Transmission -(Tariff
Design Energy/I D * 0.04)
• TOTAL -(Total in capacity charges + Total (a to
d) + Royalty (4Ps/Kwh) on Net Transmission)
7. Abstract
• Period
• Generating Station
• Net Energy Transmitted during the Month
-Net energy transmitted during present
month from calculation of primary energy
charges.
• Capacity Charges - Monthly capacity charges
from capacity charges ca lculation (A)
• Primary Energy Charges - Primary
Energy Charges for the month from
calculation of primary energy charges.
(B)
• Secondary Energy Charges - Secondary Energy
2. Readings
• Date
3. Coal Details
• For the Month
• OB quantity - CB quantity of previous month
4. Oil details
• For the Month
• OB quantity -CB quant ity of previous month
• OB Amount - CB amount of previous month
• Receipt quantity - Manual Entry
• Receipt Amount - Manual Entry
• Total Receipts quant ity -(OB quantity +
Receipt quantity)
• Total Receipts amount -(OB amount + Receipt
amount)
• Weighted average rate -(Total Receipts
quantity I Total receipts amount)
• Consumption quant ity - Manual Enhy
• Consumption Amount -(Weighted average rate *
Consumpt ion quantity)
• CB quantity -(Total Receipt quantity -
Consumption quant ity)
• CB amount -(Total Recei pt amount -Consumpt
ion amount)
6. Fixed Charges
• For the month
• No. of days -Number of days in that particular
month
7. Incentive calculations
• For the month
• No. of days -Number of days in that particular
month
• Cumulative no. of days - Sum of number of
days up to the current month entry
• Net Generat ion -(Net generation from Readings
* IO "6)
• Generation in MU's -(Generation from readings *
I 0 " 6)
• Auxiliary -(Auxiliary from readings)
• Cumulative Energy -(Net generation + Auxiliary)
• Cumulative PF - [ Cumulative Energy/(500 *
Cumulative # of days * 24) * 1000
• Difference=Cum.Energy-TG -(Cumulative PLF *
10) - 80
• ABGn - [ (Max (O,APLFn - 80) *0.25) *
Cumulative # of days * 240 * 500 * ( l -
AC% from variable charges) ]
• ABG n - 1 (previous month) -ABGn of previous
month
8. Maraliholla unit
• For the month
• Total Consumption - Manual entry
• Consumption @ 50.44% - (Total
Consumption * 50.44%) where 50.44% is
BESCOM Share -(A)
• Transmission Loss at 3.94% - ( A *
3.94/96.06) where 3.94 is the transmission
loss percentage (B)
• Total Auxilliary Consumption ion -(A + B)
• Rate -(Energy Payment from variable charges)
• Billed Amount -(Total auxiliaryy consumption *
Rate)
• Transmission Charges @35.21 Ps/Kwh -(Total
auxiliary consumption * 35.21 I
100)
• Total Amount -(Billed amount + Transmission
Charges @35.21 Ps/Kwh)
28 Should date and time stamp all changes in the database enabling M
data availability on 'as on date/time' basis
29 Should update the data through work flow on real time and M
online basis with make checker concept implemented
30 Flexibility of additionally capturing any information relating to M
employee at a later date
31 Should link employee data with the position based standard M
responsibility (Job) Matrix
32 Should maintain concurrent jobs for employees with additional M
responsibilities/special duties in addition to regular
responsibilities
33 Should link employees with the membership with various D
Committees (permanent or temporary) and membership of any
professional organization
34 Should update only authenticated data reflected in the employee M
master on prompt
35 Should maintain employee data with regards to claims, etc. M
36 Should maintain and view employee leave details M
37 Should maintain employee data with respect to PF, Gratuity, etc. M
and the nominations for the same
38 Should create organizational chart of all positions and reporting M
relationships
39 Should provide restricted access to different classes of employee M
master data
40 Should maintain the insurance related details for each employee, M
like insurance number, nominee details, amount etc.
41 Should maintain Audit trial of all changes made to sensitive M
information
42 Should maintain performance appraisal rating of last all years M
and promotion details
44 Should process casual leaves for the part time sweeper and other M
part time employees
45 Should handle Provident Fund/VPF rules like Calculate and M
deduct contributions according to the respective Statutory Acts/
Company policy etc., Maintain individual GPF/VPF accounts and
generate individual account slip for every financial year
9 Should generate pay slip with following detail: Taxable and non- M
taxable components in separate columns, Tax till date,
Calculated, Recovered, Projected, Loan balances and no. of
installments deducted / left, Provident fund opening balance,
interest till date, closing balance etc.
2 Should provide report with the participant list and total training M
hours for each employee during specific period
3 Should provide reports on Training Needs not specified by M
employees in PMAS Form
4 Should support the Cost benefit analysis for External training M
institutes or individual trainer
5 Should calculate total Training Cost in a year against the T&D M
Budget
6 Should provide reports on training programmes nominated for M
but not attended during employment (reasons for not attending)
7 Should provide reports on vocational training and GoI M
(apprenticeship) training ( integrate with payroll and recruitment
module)
Core Process- Compensation & Benefits
17 Should import resumes from external job sites into the resume M
database
18 Should provide Should provide option to receive on-line M
responses
19 Should provide Should provide option to attach documents / M
credentials in soft form as a part of the application or at any
other time as decided by the institution
20 Should provide Should provide option to auto generate unique M
identity number for each new applicant
21 Should provide Should provide option to create workflow for M
approval of application through various levels
22 Should provide Should provide option to capture details of the M
Recruitment Policy and to alert users if there is any violation of
the policy
23 Should provide Should provide option to route recruitments M
through various levels of approvals and review. Audit trails of the
entire approval process should be available
24 Should provide Should provide option to report generation for all M
the above functionalities with a provision for dynamic querying
25 Should re-induct a person into the organization after a gap in M
service ( Integrate with employee master)
Sub Process- Selection
authorities
3 Should provide option to issue docket number for different M
classes of employees separately
4 Should provide option to define composition of the GR D
committees
5 Should provide option to list various techniques to facilitate D
communication
6 Should provide option to store various GR forms for printing D
7 Should provide option to maintain checklist of the documents M
that employees need to submit as part of the procedures
8 Should provide option to draw schedule for GR meetings M
9 Should provide option to design surveys D
10 Should provide option to alert the users periodically when a M
deadline is approaching nearer
11 Should provide option to track/monitor the status of a pending M
case
Sub Process- Reports
1 Should record number of court cases filed at labor court & high M
court, industrial tribunal & other competent authority
2 Should record number of grievances disposed per year M
3 Should provide option to generate reports on the total number of M
complaints docketed for a specified period
4 Should provide option to generate reports on the total number of M
grievances handled during a specified period
5 Should provide option to generate reports on the various types of M
grievances handled during a specified period
6 Should provide option to generate reports on the average time M
taken to resolve a grievance
Core Process- Legal
1 Should provide option to maintain database of empanelled M
lawyers and arbitrators and their fees structure
2 Should provide option to maintain and update all engagement M
orders, hearing and outcomes
3 Should provide option to maintain lawyers communications M
along with gist of the orders
4 Should provide option to maintain compliance of the orders of M
different courts
5 Should provide option to maintain record of category of court M
cases at high court such writ, civil revisions, appeal, contempt of
court etc.
9.2 Definitions
Following terms shall have the meaning set forth below:
a) "Availability" shall mean the time for which the services and facilities are
available for conducting desired operations using the supplied IT
infrastructure/ systems.
System Availability/ Uptime = (1 – Downtime/Total time) × 100% for any
given period.
b) ―Downtime‖ is the time the services and facilities are not available and
excludes the scheduled outages planned in advance.
d) ―Service Window‖ shall mean the duration for which the facilities and
services should be ensured to be available. Expected Service window for
Purchaser is 24x7x365 at Data Center.
e) Scheduled Down Time: Scheduled downtime means any time when the
data center services are unavailable because of urgent maintenance
activities and any other scheduled maintenance or update activities that
may or may not be periodic, and that may be notified to Purchaser at least
36 hrs. in advance. Urgent Maintenance activities in this regard are
Breach Each day of delay from the 16th day for (i) Rs. 2500 per day per
Requirement:
i. Deployment of server infrastructure in Data Centre within T + 120 days
ii. Deployment of server infrastructure in Disaster Recovery Centre within T + 180
days
T- Date of Issue of LOI
Lower Each day of delay after T+ 120 Days for Rs. 5000 per day of
performance DC delay
Each day of delay after T+ 200 Days for
DC
Breach Each day of delay after T+121 Days for DC Rs. 10000 per day of
delay
Each day of delay after T+201 Days for DC
1) SI is required to confirm that it is ready for hardware audit by the 3rd party
auditor and thus confirm deployment of server infrastructure in Data
Center.
2. Screen Opening - To display the selected data entry <1 sec <2 sec
screen from the menu chosen
3. Field Navigation - To navigate between the data <1 sec <2 sec
entry fields in the screen
4. Look-up response time - To display items from list of <1 sec <2 sec
values
5. Look-up response time - To display items from table <5 sec <8 sec
6. Screen navigation - Time taken to navigate from <1 sec <2 sec
one screen (tab page) to another which does not
involve processing in earlier screen
8. Query Retrieval Response Time - Simple query <5 sec <10 sec
9. Query Retrieval Response Time - medium complexity <8 sec <12 sec
query
10. Query Retrieval Response Time - High complexity <15 sec <20 sec
query
11. Reports Generation Response Time - Simple report <5 sec <10 sec
12. Reports Generation Response Time - Medium <30 sec <50 sec
complexity report
13. Reports Generation Response Time - High complexity <1 min <3 min
report
Assignment to respective
individual for analysis
Respond to initiator
informing of assignment for
further analysis
As per Delivery Complete Critical 6 Hour Detail analysis of Problem
Problem Analysis Non 2 Days Report and provide, root
Report / Critical cause, potential risk/
(PR) Resolutio Medium impact, effort estimate for
Low
n resolution and closing of
the problem
Nomenclature:
1) Critical: Show-stopper application breakdown/crash. Has serious
implications on running the production server and has impacted all
business critical process. It has affected or may affect >50% of the user
community.
2) Non-Critical
9.8.2.2 Maximum time to restore is defined as the time taken to resolve the problem,
starting from the time of logging the complaint and within the time specified in
table below. Help desk should notify the end user within 30 min after resolution of
problem.
Validation
Parameter Description Target Penalty tools/
method
Validation
Parameter Description Target Penalty tools/
method
Backup & BESCOM would 100% 5% penalty would be 1) Audit Report
Restore periodically backup levied on the applicable
(once a quarter should be Yearly FMS Charges
on a random restored BESCOM, payable to the
day) request the within SI, if the vendor is not
SI to restore the agreed able to restore the
backup data time backup in the agreed
time
In case the SI does not meet the SLA parameters as defined above for 3
continuous time periods in a quarter, the purchaser will consider this a
breach of SLA and following actions will be taken:
9.8.6.2 SI should reply to the notice within three (3) working days
9.8.6.3 If the appropriate authority of the Purchaser is/are not satisfied with
the reply, the Purchaser may initiate appropriate provisions under this
contract including not limited to Clause 4.16 (Termination of Contract).
9.8.7 Exclusions
The SI will be exempted from any non-adherence to SLAs under the
following conditions:
a) Force Majeure
b) Delay due to BESCOM or other affiliated like DC, etc.
10.2.3 Enterprise Management System (EMS) & Network Management System (NMS) for
User Network Monitoring (LAN & WAN)
g. Should be configurable to
suppress events for key
systems/devices that are
down for routine
maintenance or planned
outage.
b. Trend Report
c. Top N report
d. Custom report
e. MTBF and MTTR reports
i. It should be able to
automatically generate a
notification in the event of a
link failure to ensure proper
handling of link related issues.
j. The Systems and Distributed
Monitoring (Operating
Systems) of EMS should be
able to monitor:
h) Processors: Each processor
in the system should be
monitored for CPU
utilization. Current
utilization should be
compared against user-
specified warning and
critical thresholds.
e. Application performance
management: The
management framework
should help in enhancing
system performance and
reliability of the system to
ensure improvement in the
overall operational efficiency.
h. Heterogeneous platform
Monitoring support: The
management platform must
provide support to monitor
multiple middle tier
application servers like Jboss,
IBM web sphere and MQ, BEA
weblogic, MS IIS server, MS
.Net Platform, multiple
database servers like DB2, MS
SQL, Oracle , multiple
directories servers like MS
active directory, Oracle
internet directory, multiple
Operating Systems like
Windows, linux and Unix and
multiple firewalls like Check
Point Firewall, Juniper
Netscreen Firewall and F5
BigIP Local Traffic Manager
10.3 Users
Number of approximate user which would be used proposed modules of ERP,
specified below the table. The users use proposed all three ERP modules. The
HRMS module will be used to run payroll for 12500 (approx.) employees. Total
approx. concurrent no. of users, would be used ERP are 100-150 in BESCOM.
Mentioned no. of payroll employees and concurrent users would be increased in
future, it is just for reference of bidder.
The total Offices in BESCOM is given below
NO OF NO OF SUB- NO OF
ZONES CIRCLES DIVISIONS DIV O&MS
SOUTH 3 13 38
BMAZ-1
WEST 3 12 33
NORTH 3 11 35
BMAZ-2
EAST 3 13 42
BESCOM BRC 2 9 34
BRAZ RMGC 4 18 61
KLRC 4 16 85
TMKC 4 19 81
CTAZ
DVGC 4 19 94
TOTAL 3 9 30 130 503
Please note that the number of users is given broadly for each module. The bidder
should thoroughly go through the Functional requirement and comply for the
same regarding the licensing of products required to meet the requirement. The
bidder is expected to cost for the same in the price bid
Sr. Office wise estimated no. of Users
Proposed ERP Division Sub Division
no. Corporate Zone Circle Section office
modules Office Office Total
(A) (B) (C) (D) (E) (F)
Finance and
1 100*1=100 10× 4 = 40 20*9=180 10*30=300 130*3=390 75*1=75 1075
Accounts
2 HRMS -HCM 15 × 1 = 15 5 × 4= 20 5 × 9 = 45 3× 30 = 90 # # 170
Note: * Approximate total no. of users are specified for proposed ERP modules.
* & # Purchaser any time increase or reduce the no. of users for any offices.
Technical Criteria
Sl.
Requirement Description Supporting evidence required
no.
1 The ERP OEM should be
incorporated in India under the
Companies Act 1956/Limited Certificate of incorporation
Liability Partnership Act 2008
for at least 10 years.
2
Offered ERP OEM product should
have at least five (5)
implementations in Government in
India with at least 300 ERP users
excluding payroll, ESS & MSS
where at least 3 out of following 5
functional areas are implemented- Work order / Purchase Order,
directly placed on OEM / through SI
Finance Management / Agreement copy
Project Management
Inventory, Procurement
Asset/ Maintenance
Management
Payroll/ HR/Employee Self
Service
Inventory, Procurement
Asset/ Maintenance
Management
Payroll/ HR/Employee Self
Service
Business Intelligence
Reporting
4 The ERP OEM should have Service
Level Agreement (SLA) based
support for various products
related issues with first level
support point in India. The
support should be available on Details of Support Services with
24x7x365 basis for Technical address of support centers in India
Assistance along with Self Certification by the
Centers (TAC) / Support Center authorized signatory of the OEM.
based in India with minimum
100+ team members for offering
post sales support including Tele
support for a minimum period of 7
years from the date of supply.
5 The OEM of the offered ERP
product should have at least five
(5) Implementation Partners / Self certificate by the ERP OEM along
System Integrators who must have with the list of five (5)
experience in implementation of implementation Partners / System
the proposed ERP product in Integrators
Govt./ Public Sector in India.
Financial Criteria
11 The ERP OEM should have a Copy of Audited Annual Report for
turnover of Rs. 500 Crore in the last 3 financial years along with a
each of the last 3 financial certificate from Chartered
years i.e (2014-15, 2015-16 Accountant mentioning year wise
and 2016-17). turnover, profit and net worth
Technical Criteria
Sr. Supporting evidence
Requirement Description
no. required
1 The IP should be incorporated in India
under the Companies Act 1956/ Limited Certificate of
incorporation
Liability Partnership Act 2008
for at least 10 years.
2 The IP should be authorized by offered ERP OEM Authorization
ERP product OEM. Certificate
3 The IP should have implemented at least
Five (5) Projects of the offered ERP
Work Order / Purchase
product in India with atleast 100
Order And Successful
ERP users in each project where
Completion Certificate
atleast 3 out of following 5
functional areas are implemented in last
3 Years i.e upto 31st March 2017
Finance Management
Sales & Distribution
Inventory, Procurement
Quality Management
Payroll/ HR/Employee Self Service
Finance Management
Project Management
Inventory, Procurement
Payroll/ HR/Employee Self Service
Quality Management
6 The IP firm
a) Should have been certification valid as
on bidding date for SEI CMMi Level 5.
Copies of Valid certificates
b) Should have been valid certifications as
on bidding date for ISO/IEC-9001-2015
and ISO/IEC 27001-2013.
8
The IP must have Minimum 2000
Consultant of proposed ERP in India on
Self Certificate
their payroll
Financial Criteria
9b) The IP should have an minimum annual Copy of Audited Annual
turnover of above Rs. 350 Crore in any of Report for the last 3 financial
the one of last three financial years years along with a certificate
ending 31st March 2017 ( 2014-15, 2015- from Chartered accountant
16 and 2016-17) and Should have a mentioning year wise
Positive net worth in each of this years. turnover, profit and net
worth
Liquid assets consisting of Cash in Hand The cash in hand, cash at
10 plus cash at bank plus term deposits with bank and term deposits with
bank plus availability of fund based credit bank as on 31/03/2017 or
facility in any scheduled commercial bank at a later date but before
as on 31/03/2017 or at a later date but opening of Technical bid
before opening of technical bid shall not shall be supported by a CA
be less than 25% of amount put to Tender. Certificate and the
availability of fund based
credit facility shall be
supported by a certificate
issued by any scheduled
commercial bank with whom
the bidder has the banking
facility.
Maxim Marks
S.N Criteria Description um
o Distribution
Marks
1 Experience in The IP should have work order of 20
Implementati minimum 25 Crores with
on of the cumulative order value of Cumulative Order
offered ERP maximum Three (3) Projects in Value of greater
product in last three financial years ( 2014- than 30 Cr = 20
Power Utility 15, 2015-16,2016-17) of the
(Transmissio offered ERP product in Power Cumulative Order
n/ Utility sector (Transmission/ Value of greater
Generation/ Generation/ Distribution) in than 25 Cr To 30 Cr
Distribution) INDIA where at least 3 out of = 15
Sector following 5 functional areas are
covered — Cumulative Order
Finance Management Value of 25 Cr = 10
Project Management
Inventory, Procurement
Payroll/ HR/Employee Self
Service
Quality Management
2 Experience in
a) Number of Projects where IP 20 Projects Experience
Implementati should have experience of For minimum 2
on of the implementation of the offered Projects
offered ERP ERP product in Power Utility
product in Sector (Transmission / More Than 700 ERP
Power Utility Generation / Distribution) in Users =20 marks
(Transmissio INDIA. 501- 700 ERP Users
n/ b) Atleast 2 projects should be of =10 marks
Generation/ 300 ERP users each in Govt 300 - 500 ERP Users
Distribution) Power Utilities with each project =5 marks
Sector having at least 3 out of following
5 functional areas are covered —
• Finance Management
• Project Management
• Inventory, Procurement
• Payroll/ HR/Employee Self
Service
• Quality Management
S.No Maximum
Criteria Description Marks
Marks Distribution
3 Presentatio
n by the The IP will be required As per evaluation
to make a presentation 15
bidder and carried out by the
reference to the representatives of Tender Committee of
site visit. the BESCOM. The BESCOM/
proposed project
manager along with the
identified key resources
should be present
during the presentation.
Note:
1) For Sl.No 2 Technical Criteria for Bidders, the IP shall be considered as a
Primary Contractor for ERP OEM back-to-back projects subject to
fulfilment of the other relevant conditions mentioned in the criteria.
Further, the bidder shall provide supporting evidence
Dear Sir,
Being duly authorized to represent and act on behalf of <Name of
Applicant>
(here in after referred to as "the Applicant"), and
having reviewed and fully understood all the pre-qualification criteria
provided, the undersigned hereby apply to be pre-qualified by yourselves as a
Bidder for ―Supply, Installation, Commissioning, Implementation and Support
for ERP Solution at BESCOM‖.
clarification from our bankers and clients regarding any financial and
techno-commercial aspects. This Letter of Application will also serve as
authorization to any individual or authorized representative of any institution
referred to in the supporting information, to provide such information
deemed necessary and requested by yourselves to verify statements and
information provided in this application, or with regard to the resources,
experience, and competence of the applicant(s).
You and your authorized representatives may contact the person(s) indicated in
Form: 2 (Particulars of ERP Product Vendor) and Form: 3 (Particular of
Implementation Partner) for further information. The undersigned is (are) fully
authorized to act on behalf of the Applicant.
This Application is made in the full understanding that:
o Bids by Bidders will be subject to verification of all information submitted
against pre-qualification criteria at the time of tendering.
o You reserve the right to (i) Amend the scope and value of any contracts to be
tendered under this Project. (ii) Reject or accept any application, cancel the
Tendering process, and reject all applications.
o You and your personnel and agencies shall not be liable for any such actions
and shall be under no obligation to inform the Applicant of the grounds for
them
The undersigned declare that the statements made and the information
provided in the duly completed Application are complete, true and correct in
every detail.
Signature
Date:
Note: Where the information cannot be provided in the table format, please furnish the
information on a separate sheet. Please ensure proper reference between the table row and the
additional sheet used.
Location:
Date:
Signature of Authorized Signatory:
* Note:
(i) Where the information cannot be provided in the above format, please furnish the
information on a separate sheet. Please ensure proper reference between the row number
(in above format) and the additional sheet used.
To,
In accordance with your Notice Inviting Tender no. ………………….. having its
Registered Head Office at ……………….. (herein after called the Bidder) wish to
participate in the said Tender for………………………….
This Guarantee shall be irrevocable and shall remain valid up to @...................If any
further extension of this guarantee is required, the same shall be extended to such
required period on receiving instructions from M/s……………. …………………..on
whose behalf this Guarantee is issued.
All right of Bangalore Electricity Supply Company Limited under this Guarantee
shall be forfeited and the Bank shall be relieved and discharged from all liabilities
there under unless BESCOM brings any suit or action to enforce a claim under this
Guarantee against the Bank with in ninety (90) calendar days from the above
mentioned expiry date of validity or, from that of that extended date.
In witness where of the Bank, through its authorized Office, has set its hand and
stamp on this ………………………. Day of ………………2018
at…………………………
WITNESS:
------------------------- -----------------------
(Signature and Name) (Signature and Name)
--------------------------- --------------------------------------
(Official Address) (Designation with Bank Stamp)
Date:
………………………………………. ……………………………….
Specimen Signature of Attorney Signature of Executant
Name: Name:
Designation: Designation:
………………………………………. ………………………………
Specimen Signature of Attorney Signature of Executant
Name: Name:
Designation: Designation:
…………………………………………. ……………………………….
I confirm that neither the Contractor nor any of the Contractor‘s Personnel shall
engage in any personal, business or professional activity (except activities which are
specifically excluded in conflict clause) which conflicts or could conflict with any of
their obligations in relation to this Project.
I confirm that I have made enquiries of all appropriate persons and taken other
steps as appropriate so as to obtain the knowledge and information as required to
make this declaration.
Words and expressions which are defined in the Tender Document issued by the
Purchaser have the same meaning when used in this Declaration.
I confirm that I have responded to this Tender Document strictly in line with it‘s
requirement as per the formats provided in the same and I understand that
deviations from any clause/instruction of the Tender Document will result in
rejection of my proposal at any phase of the Bid evaluation.
AND I MAKE this solemn declaration conscientiously believing the same to be true.
…………………………………
Authorized Signature
Date:
Place:
5 Lead Programmer
6 Database
Administrator
7 Infrastructure Lead
8 Change Management
Expert
Please provide the detailed CV of all the key resources (as mentioned above) in the
format given below:
5. Date of Birth
6. Nationality
7. Language (Speak/ Read/ Write)
Project 1 Name:
Project Detail:
Position Held (from month/year-to
month/year):
Individual‘s Role & Responsibilities:
Details of relevant projects where Individual‘s Deliverables:
staff has worked
11.
Key Achievements:
Dear Sir/Madam,
In consideration of the.... [Purchaser’s Name] ……………. (Hereinafter referred to
as the ‗Purchaser‘ which expression shall unless repugnant to the context or
meaning thereof, include its successors, administrators and assignees) having
awarded to M/s …………….. [Contractor’s Name] ……………… with its
Registered/Head Office at........................... . (Hereinafter referred to as the
‗Contractor‘), which expression shall unless repugnant to the context or meaning
thereof, include its successors, administrators, executors and assignees), a
Contract by issue of the Purchaser’s Letter of Acceptance no. ................ dated
.................. and the same having been acknowledged by the Contractor, for
…………… [Contract sum in figures and words] for ………. [Scope of Work] and the
Contractor having agreed to provide a Contract Performance Guarantee for the
faithful performance of the entire Contract equivalent to ten percent (10%) of the
Contract Price of the aforesaid work under the Contract to the Purchaser.
We............... [Name & Address of the Bank]..…........ having its Head Office
at................... (hereinafter referred to as the ‗Bank‘, which expression shall, unless
repugnant to the context of meaning thereof, include its successors, administrators,
executors and assignees) do hereby guarantee and undertake to pay the Purchaser, on
demand any and all monies payable by the Contractor to the extent of ............... ……….
(*) ............................. as aforesaid at any time up to.......................................................
(@) ........... [days/month/year] without any demur, reservation, contest, recourse or
protest and/or without any reference to the Contractor. Any such demand made by the
Purchaser on the Bank shall be conclusive and binding notwithstanding any difference
between the Purchaser and the Contractor or any dispute pending before any Court,
Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this
guarantee during its currency without previous consent of the Purchaser and further
agrees that the guarantees herein contained shall continue to be enforceable till the
Our liability under this Bank Guarantee shall not exceed …………………..
We are liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only and only if the Purchaser serve upon Bank a written claim or demand
within ninety (90) calendar days from the above mentioned expiry date of validity or,
from that of the extended date.
WITNESS
…………………………… ……………………….
(Signature) (Signature)
…………………………. ……………………….
(Name) (Name)
……………………………. ………………………………………..
(Official Address) (Designation with Bank Stamp)
………………………………………
Attorney as per with Power of
Attorney no…………………….
Dated / /
Note: The stamp paper of Rs. 500/- value shall be purchased in the name of guarantee issuing
Bank.
CONTRACT AGREEMENT
** To be finalized when DWA issued.
WHEREAS the Purchaser invited bids for Supply, Installation & Implementation of
and Support for ERP Solution in BESCOM and has accepted a Bid by the Contractor
for the same in the sum Of …………………………. (hereinafter ―the Contract Price‖).
The bidder shall meet all the mandatory compliance criteria. The following table depicts
key components of the Scope of Work. Failure in meeting the mandatory compliance
criteria will result in disqualification of the bidder. Please fill the following form:
16. Developed code for the The title, rights and IPR Yes/No
software over such customization
will be passed on to the
Purchaser
B Implementation Related
Dear Sir/Madam,
We confirm that our company is not blacklisted for any fraudulent actions by
BESCOM or by any state/central Government institution or any Public Sector
Organization.
It is hereby confirmed that I/We are entitled to act on behalf of our company/
corporation/firm/ organization and empowered to sign this document as well as
such other documents, which may be required in this connection.
Signature
Name of Applicant
Company Seal:
Place:
Date:
To,
The General Manager (ICT & MIS)
Bangalore Electricity Supply Company Limited,
4th Floor, Maharishi Aravinda Bhawan
Nrupatunga Road, Bangalore-560001,
Karnataka, India
Sub: Authorization of <Company name of SI) to Provide Services Based on our
product (s)
Dear Sir/Madam,
This is to certify that I/We am/are the Original Equipment Manufacturer in respect of
the products listed below. I/We confirm that <name of SI> (―SI‖) is a certified partner to
provide implementation services of our solution and have due authorization from us to
provide services, to BESCOM that are based on our product(s) listed below as per
Request for Proposal (RFP) document relating to providing of the project of ERP Solution
at BESCOM.
We further endorse the warranty, technical support and licensing terms provided by SI
to BESCOM.
Sr. Product Name Version
no.
1
2
Signature
(Authorized Signature (In full and Initial)
Name of Applicant
Date
To,
Dear Sir/Madam,
Signature
(Authorized Signature (In full and Initial)
Place: Date:
To,
The General Manager (ICT & MIS)
Bangalore Electricity Supply Company Limited,
4th Floor, Maharishi Aravinda Bhawan
Nrupatunga Road, Bangalore-560001,
Karnataka, India
Dear Sir/Madam,
MODEL Specification
Sl.No Item Description UOM Quantity OEM
No (CPU/Core/RAM/HDD)
Make
Data Center Infrastructure
1. Web server Number
Application
2. Number
server
3. Database server Number
4. Training server Number
Development
5. Number
server
Additional
6. Number
servers
Networking
7. Number
equipment 1
Networking
8. Number
equipment 2
Networking
9. Number
equipment … n
Operating
10. system support Number
/ licenses
Support/licenses
11. for application Number
framework
Database
12. software support Number
/ licenses
Anti-virus for the
13. Number
servers
Signature
(Authorized Signature (In full and Initial)
To,
The General Manager (ICT & MIS)
Bangalore Electricity Supply Company Limited,
4th Floor, Maharishi Aravinda Bhawan
Nrupatunga Road, Bangalore-560001,
Karnataka, India
Dear Sir/Madam,
(d) Toolbar
D TECHNICAL
INTERFACING/INTEGRATION/CONV
ERSION
24. Does the system support real time
updates or interfaces with software
from other Vendors, or in-house
developed systems, including system
like SCADA, Other Data Acquisition
Systems, Oracle Developer, FoxPro
DBF files etc.?
25. Does the system support data
conversion tools? Please specify the
data conversion tools provided?
G OPERATIONAL
55. Does the system support transaction
processing monitor with easy to use
GUI?
56. Does the system provide database
administration with reporting
facility?
I BENCHMARKING
81. Please convey if the following
benchmarks can be met:
J BANDWIDTH
82. Bandwidth requirements:
K REPORTS
83. Can transaction be previewed or
simulated for analyzing accuracy
and effect of transaction before it
taking affect?
84. Can transactions be rolled back?
85. Is drill down to all kind of reports
possible?
86. Can any document or report be
previewed before printing?
15 unpublished
The (removed/expired).
knowledge tools should provide grouping
access on different security knowledge articles for
different group of users.
Enterprise Management System (EMS) & Network Management System (NMS) for
User Network Monitoring (LAN & WAN)
g. Should be configurable to
suppress events for key
systems/devices that are
down for routine
maintenance or planned
outage.
b. Trend Report
c. Top N report
d. Custom report
e. MTBF and MTTR reports
i. It should be able to
automatically generate a
notification in the event of a
link failure to ensure proper
handling of link related issues.
j. The Systems and Distributed
Monitoring (Operating
Systems) of EMS should be
able to monitor:
i) Processors: Each processor
in the system should be
monitored for CPU
utilization. Current
utilization should be
compared against user-
specified warning and
critical thresholds.
e. Application performance
management: The
management framework
should help in enhancing
system performance and
reliability of the system to
ensure improvement in the
overall operational efficiency.
h. Heterogeneous platform
Monitoring support: The
management platform must
provide support to monitor
multiple middle tier
application servers like Jboss,
IBM web sphere and MQ, BEA
weblogic, MS IIS server, MS
.Net Platform, multiple
database servers like DB2, MS
SQL, Oracle , multiple
directories servers like MS
active directory, Oracle
internet directory, multiple
Operating Systems like
Windows, linux and Unix and
multiple firewalls like Check
Point Firewall, Juniper
Netscreen Firewall and F5
BigIP Local Traffic Manager
Signature
(Authorized Signature (In full and Initial)
To,
The General Manager (ICT & MIS)
Bangalore Electricity Supply Company Limited,
4th Floor, Maharishi Aravinda Bhawan
Nrupatunga Road, Bangalore-560001,
Karnataka, India
I/We also confirm that there shall be no infringement of any patent or intellectual and
Industrial property rights as per the applicable laws of relevant jurisdictions having
requisite competence, in respect of the equipment‘s, systems or any part thereof to be
supplied by us.
If at a later date it is found that it does infringe on patent rights, I/We absolve BESCOM
of any legal action and BESCOM will have the right to claim damages.
Yours faithfully,
Dear Sir/Madam,
We the provider of ERP system, do hereby undertake that our products being
implemented by <<SI‘s corporate name>>, pursuant to the Request for Proposal
(RFP) document relating to providing of the ERP Implementation, training &
maintenance services, to BESCOM will have support from OEM During
implementation and As well post implementation till end of the contract
Dear Sir/Madam,
We, the original owners of the ERP system, would like to confirm that the components
proposed to be licensed to BESCOM, against the functional requirements elaborated in
the RFP and shared with by the SI (company name), meets the requirements of
BESCOM both in terms of functional coverage and scale of operations.
Yours faithfully,
Place:
Date:
Dear Sir/Madam,
1. I/We do hereby undertake that those persons whose profiles were part of the
basis for evaluation of the bids and have been identified as ―Key Personnel‖ of the
proposed team, including Project Director,Technical/Solution Architects,
Network/Database Expert, Business Analyst, and Domain Expert for the design
and development and implementation of ERP system and shall be deployed
during the Project as per our bid submitted in response to the RFP.
2. I/we undertake that all the resources proposed for deployment on the Project at
BESCOM site are Indian Citizens as per the Citizen Act and we are open for
verification and security clearance of the above resources by BESCOM.
3. We undertake that any of the identified ―Key Personnel‖ shall not be removed or
replaced without the prior written consent of BESCOM.
5. We also undertake to staff the Project with competent team members in case any
of the proposed team members leave the Project either due to voluntary severance
or disciplinary actions against them.
6. We acknowledge that BESCOM has the right to seek the replacement of any
member of the Project team being deployed by us, based on the assessment of
BESCOM that the person in question is incompetent to carry out the tasks
expected of him/her or found that person does not really possess the
skills/experience/qualifications as projected in his/her profile or on the ground
of security concerns or breach of ethics.
Yours faithfully,
Place:
Date:
Dear Sir/Madam,
I/We do hereby confirm to deliver the latest versions of the software as available on the
date of delivery on mutually agreed terms, that addresses the requirements of BESCOM,
pursuant to the Request for Proposal (RFP) document relating to providing of the ERP
Application and associated software components, Implementation, training and
maintenance services, Information Technology Infrastructure and System Integration
services to BESCOM at the same cost committed in the Price proposal.
Yours faithfully,
Place:
Date:
(a) Project plan: The proposed project plan shall commensurate with the requirements laid down in clause 6.5
(Scope of Work)
1.
2.
3.
4.
5.
6.
…
…
(B) Phase 2: Roll-out & Stabilization
1.
2.
3.
4.
5.
6.
…
…
TOTAL (Phase 1 + Phase 2)
Supply, Installation, Commissioning, Implementation and Support for ERP Solution at BESCOM under IP
(b) Resource Deployment Plan: The Resource Deployment Plan shall commensurate with the
requirements laid down in clause 6.5 (Scope of Work):
Sr. Name of Role assigned Key tasks On- Resource Deployment Plan Total
no. Resource assigned site Input
M1 M2 M3 M4 …. Mn
/ Off- (Man-
W W W W W W W W W W W W W W W W W W W W W W W W days)
site
1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4
Nomenclature: M1: Month-1, M2: Month-2, Mn: Month-n, W1: Week-1, W2: Week-2, Week-3: W4: Week-4 etc.,
Bidders should not upload the Price bid form as part of technical Bid. If the price bid is uploaded the bidders will be disqualified.
Note: “The final quantity for each of line item in the above table may vary and shall be finalized during the issue of LOI/DWA to the
successful bidder. BESCOM reserves the right to add or reduce the quantity at any time during the contract period”.
Dear Sir/Madam,
I have carefully gone through the Terms & Conditions contained in the RFP document
[Tender no. …………………………………..]
Yours faithfully,
Date:
Supply, Installation, Commissioning, Implementation and Support for ERP Solution at BESCOM under IP
Dear Sir/Madam,
We hereby declare that all the information and statements made in this Proposal are true
and accept that any misinterpretation contained in it may lead to our disqualification.
If negotiations are held during the period of validity of the Proposal, we undertake to
negotiate on the basis of the proposed staff. Our Proposal is binding upon us and subject to
the modifications resulting from Contract negotiations.
We understand you are not bound to accept any Proposal you receive.
Yours faithfully,
Technical Approach and Methodology. In this chapter you should explain your
understanding of the objectives of the Assignment/job, approach to the
Assignment/job, methodology for carrying out the activities and obtaining the
expected output, and the degree of detail of such output. You should highlight the
detailed technical architecture of the solution including hardware details, training
methodology, Operations, Acceptance Testing and Maintenance Activities. Bidder
should also explain the methodologies you propose to adopt and highlight the
compatibility of those methodologies with the proposed approach. The
documentation should include details regarding application architecture, database,
network infrastructure requirements, back-up and disaster recovery plan. All the
manuals shall be in English and the documentations should be clearly indicative of
the overall solution with architecture diagram.
1. Functional Architecture
2. Solution Architecture
3. Deployment Architecture
4. Technology Stack
5. Product features and Modules
6. BOM of DC
7. Configuration for DR –cloud.
8. Work Plan and Project plan
9. Resource Deployment
Yours faithfully,
Address:
Place:
Date:
5 Regulatory Affairs
8 CGM (Projects)
10 GM (Revenue)
11 Administration and HR
12 GM(DSM)
13 GM(Procurement)
14 GM(Costing)
15 GM(QS &S)
*In case of any change due to unforeseen event, notification of change will be
notified on BESCOM official website
3. Field Navigation-To navigate between the data entry < 1 sec < 2 sec
fields in the screen
4. Look-up Response Time-To display items from list of < 1 sec < 2 sec
values
5. Look-up Response Time-To display items from table < 5 sec < 8 sec
6. Screen Navigation-Time taken to navigate from one < 1 sec < 2 sec
screen (tab page) to another which does not involve
processing in earlier screen
Database Server
1. Minimum 8 or More CPU Core per CPU Socket. The server should be offered with
atleast 16 Cores and scalable to at least 6 processors sockets processor with 2.6
GHz or higher
2. OS support: Microsoft® Windows Server Enterprise Edition / Red Hat® Enterprise
Linux / SUSE® Linux Enterprise Server / Solaris for x86 or higher
3. Memory (RAM): Min. 64 GB scalable to 256 GB
4. RAID controller: with RAID 5 with min 256 MB cache
5. Disk bays: Support for min 8 small form factor hot plug SAS / SCSI hard drives
6. HDD hot pluggable: 4 x 300/450 GB 2.5‖ 10 K RPM HDD or more
7. Ethernet ports : atleast 4 x 10/100/1000 Mbps or more
8. Fiber Channel Ports : 2 x 8 Gbps
9. Security: Power-on password / admin password / unattended boot / selectable boot
/ boot without keyboard
10. Power supplies: Hot plug redundant AC power supply
11. Management feature to identify failed components even when server is switched off
12. Should be Rack Mountable
13. Should provide Secure Sockets Layer (SSL) 128 bit
14. Should support Encryption and Secure Shell (SSH) Version 2 and VPN for secure
access over internet
15. Should be able to manage systems through a web-browser
16. Should include all necessary power cords, adapters, data cables, connectors, CDs,
manuals, brackets accessories, wire managers, etc. required for installation and
commissioning of the equipment
Application Server
1. Minimum 4 or More CPU Core per CPU Socket. The server should be offered with at
least 8 Cores and scalable to at least 4 processors sockets processor with 2.6 GHz or
higher
2. OS support: Microsoft® Windows Server 2008, Enterprise Edition / Red Hat®
Enterprise Linux 5 & 4 AP / SUSE® Linux Enterprise Server 9 / Solaris for x86 or
higher
3. Memory (RAM): Min. 64 GB scalable to 256 GB
4. RAID controller : with RAID 5 with min 256 MB cache
5. HDD hot pluggable: 4 x 300/450 GB 2.5‖ 10 K RPM HDD or more
6. Disk bays: Support for min 8 small form factor hot plug SAS / SCSI hard drives
7. Ethernet ports :At least 4 x 10/100/1000 Mbps or more
8. Fiber Channel Ports : 2 x 8 Gbps
9. Security: Power-on password / admin password / unattended boot / selectable boot
/ boot without keyboard
10. Power supplies: Hot plug redundant AC power supply
11. Management feature to identify failed components even when server is switched off
audits
22. Database design & architecture should be in line with the functional and non-
functional requirements of the proposed system
23. Database should be highly available with every processing node providing full view
of data. This means, in case of failure of one server, each remaining server in the
cluster should provide full access to all data at any point in time
24. Should support clustering exploiting rapidly emerging disk storage and interconnect
technologies
25. Should provide disaster recovery solution to maintain transaction consistency
26. Should provide restrictive data access that enables different types of users to have
secure, direct access to mission-critical data sharing
27. Should control data access down to the row-level (row-level security) so that multiple
communities of users with varying access privileges can share data within the same
database
28. Should provide Public Key Infrastructure (PKI) support
29. Should provide support for comprehensive auditing for ‗inserts‘, ‗deletes‘, ‗updates‘
and ‗selects‘, and quickly spot and respond to security breaches
30. Should store XML content native to database
31. Should have the ability to index, search, and analyse text and documents stored in
database
32. Should support different partitioning schemes to split large volumes of data into
separate pieces or 'partitions' which can be managed independently
33. Solution should have automatic way of migrating the data of existing database in
case of data structure change during transfer to new versions
34. Solution should support export and import of data possible from different legacy
systems/ other systems/ databases in different file formats (Text, Excel, MS-Word,
XML) & on specified time intervals
35. Database should support the resource allocated to the per user session
36. Database should support standalone / integrate with Operating system security
37. Should support the connectivity to the database through ODBC, OLEDB, JDBC or
through Native drivers
38. System should be able to archive data, based on user specified parameters (i.e. data
range) and restore archival data for on-line use when required
Other General Requirements
1. Should be highly scalable and capable of delivering high performance as & when
transaction volumes/ users increases( to support upto 1000 users) without
compromising on the response time
2. Patch upgrades should not affect the current version adversely
3. Solution architecture should be with minimum package modifications so as to
preserve the package upgrade
4. All components should be based on standards to avoid compatibility issues
5. Should have ability to withstand all single point of failure by providing clustering
features
6. Should support the use of fault tolerant multiprocessor architecture & cluster
processing
7. Should support auto-switching to available server in case of server failure