83

energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications
Page 2: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications
Page 3: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications
Page 4: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications
Page 5: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications
Page 6: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications
Page 7: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

SECTION -1: INTRODUCTION

1.1 Preface

Rajasthan Rajya Vidyut Prasaran Nigam Limited (RVPN)a companyunder the Companies Act, 1956 and registered with Registrar ofCompanies as "RAJASTHANRAJYA VIDYUT PRASARANNIGAMLIMITED"vide No. 17-016485 of 2000-2001 with its Registered OfficeatVidyut Bhawan, Jyoti Nagar, Jaipur-302005 has been established on19th July, 2000 by the Government of Rajasthan under the provisionsof the Rajasthan Power Sector Reforms Act, 1999 as the successorcompany of erstwhile RSEB. RVPNhas been discharging wheeling ofpower and transmission of electricity in state ofRajasthan.

RVPNowns, builds, maintains and operates the high-voltage electrictransmission system. RVPNalso owns the shared generating projects asrepresentative of erstwhile RSEB.

RVPN has CorporateU40109RJ2000SGC01648508AABCR8312A1ZT.

Identityand GST

NumberRegistration

(CIN)No.

The network of RVPNin the form of EHVGrid Sub Stations and Linesas on 30.4.2018 is as under:-

Sr.No. Particular(A) EHVGSS In Nos.

(i) 765 kVGSS 02(ii) 400 kVGSS 14(iii) 220 kV GSS 119(iv) 132 kVGSS 429

(B) EHVLines In Ckt. Kms.(i) 765 kV Lines (Ckt.Kms.) 425.5(ii) 400 kV Lines (Ckt.Kms.) 5047.64(iii) 220 kV Lines (Ckt.Kms.) 14905.28(iv) 132 kV Lines (Ckt.Kms.) 17264.90

1.2 Objective

RVPN has already purchased j implemented following SAP ERPmodules along with Database (SybasejHANA)detailed as under:-i) SAPECC6.0 (EhP 7)

• Finance & Controlling,• Project System,• Investment Management,• Plant Maintenance,• Material Management,• Quality Management,

1

Page 8: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

• Document Management System,• Human Resources Management(HR)• Payroll,• Employee Self Service (ESS),• Workforce Performance Builder (WPB)

ii) Net Weaver Process Integration (PI)/XI,iii) Business Intelligence,

vi) Treasury & Risk Management,

vii) SAP FIORI & Screen Personas (not implemented till date),viii)SAP Solution Manager

The successful Bidder shall maintain SAP ERP modules alreadyimplemented, new developments/customisation and other dot net basedapplications and provide support services during the contract period.The bidder will be responsible for providing support for a period of three(3)years.

The SAP Solution is presently deployed on servers hosted by BSNL datacenter, which may be shifted to DoIT&C, Rajasthan State Data Center,Jaipur or any other location (DC and DR). RVPN has multiple businesslocations (offices/sites) across the state of Rajasthan and users at thesebusiness locations are using the SAP ERP System through Intranet/Internet.

1.3 Contents of Tender Document

The requirements, bidding procedures and contract terms areprescribed in this bid document. The bid document includes:

Section 1: IntroductionSection 2: Instructions to BiddersSection 3: General Conditions of Contract (GCC)Section 4: Scope ofWorkSection 5: Special Conditions of Contract (SCC)

2Y

Page 9: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

SECTION 2: INSTRUCTIONS TO BIDDERS

2.1 INTRODUCTION:The Bidder, in his own interest is requested to read very carefully theseinstructions and the terms & conditions as incorporated in variousSections before filling the tender form. If he has any doubt as to themeaning of this Specification or any portion thereof, he shall beforesubmitting the tender at once furnish them to the SuperintendingEngineer (MIS&IT), Rajasthan Rajya Vidyut Prasaran Nigam Ltd.,Jaipur in writing at least 15 days before the specified date of opening oftenders in order that such doubts may be removed/clarified.Submission of the tender shall be deemed to be the conclusive proof ofthe fact that the Bidder had acquainted himself and is in agreementwith all the instructions, terms and conditions governing thespecification, unless otherwise specifically indicated/ commented by himin his tender.

2.2 OWNER& PURCHASER:

The Owner is:Rajasthan Rajya Vidyut Prasaran NigamLimited,'Vidyut Bhawan', Jan Path, Jyoti Nagar,Jaipur-302005.

The Purchaser is:Superintending Engineer (MIS&IT)Rajasthan Rajya Vidyut Prasaran NigamLtd.,RVPNITCentre, Chambal PowerHouse Campus,Hawa Sarak, Sodala, Jaipur-302006Rajasthan (India)Email:[email protected]

2.3 ELIGIBLE BIDDERS

The bidder participating in the bidding process shall possess the followingminimum prequalification/ eligibilitycriteria:

S. Basic Specific Requirements Documents requiredNo. requirement1 BidderStatus [a]TheBiddermust be a company Copyofvalid

registered and incorporated in RegistrationCertificateIndia as per Companies Act, Memorandumof1956/2013 or ProprietaryFirmor Association,Partnership Firm or Govt.Owned RegistrationCertificateentity. as per Companiesact,

1956/2013or as perits latest amendmentin

3

y

Page 10: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

S. Basic Specific Requirements Documents requiredNo. requirement

case of Companies.OR

Registration Certificateunder Rajasthan Shop& Establishment Act,1958 or similar Act incase of Proprietary firmOR

Registration certificatefrom Registrar of Firmsin case of Partnershipfirm

(b) The bidder must be registeredfor EPF

Copy ofEPFRegistration NumberCertificateI Letter

(c)The bidder must be registeredfor ESI

Copy of ESIRegistration NumberCertificateJ Letter

(d)The bidder should have filedIncome Tax Returns of last threefinancial years

Copy of ITRReturns ofLast three FinancialYear

(e)The bidder shall have PANCard.

Copy of PANCard

(f) The bidder shall have Goodsand ServiceTax (GST)Registration

Copy of GSTNumber IRegistrationCertificateI Letter

(g)The bidder should be qualified,not be insolvent, not be inreceivership, not be Bankrupt orbeing wound up, should not haveaffairs administered by a court ora judicial officer, should not havebusiness activities suspended,should not be blacklisted ordebarred by any utility}Government agency, should nothave a conflict of interest.

Declaration as perANNEXURE -XIII

2 FinancialTurnover

Average Annual Turnover of thebidder from ITlITeS field for anyof three financial years duringFinancial Years 2013-14 to 2017-18 should be at least Rs. 14.5Crores.

CACertificate with CA'sRegistration NumberISeal & completeaddress. Also furnishcopy of Profit& LossAIC and Balance Sheetof the best threefinancial year of lastfiveFYsi.e. 2013-14 to2017-18.

3 Financial:NetWorth

The net worth of the bidder, in CACertificate withlast three financial years i.e. CA'sRegistration2015-16 & 2016-17 and 2017-18 Number.' Seal &should be Positive. complete address

4

Q '_;

Page 11: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

S. BasicNo. requirement

Specific Requirements Documents required

4 Certifications The bidder should be SAP Relevant document aspartner or CMMi level3 certified per Annexure-XIV

5 ManpowerStrength

The bidder must have at leaston an average 150 SAPConsultants in its employmentduring the year 2016-17,2017-18,2018-19

Self-Certification by theau thorized signatorywith clear declarationof Nos. of employees asenrolled staff -yearwise, level/ designationwise.

6 SAPERPProjectimplement­ation

should have Copy ofWorkexpenence of successful Completion Certificateimplementation of SAP ERP from the client with po.projects in India during the lastfive financial years (i.e. from FY2014-15 to 2018-19) withfollowing conditions:(a) Total value of 3Nos. (maximum) of projectsshould be more than Rs. 2 Cr.(b) Implementation of MM,FICO, PS, HCM/HR, PMmodules must have beencovered in projects furnished inreference to point (a) above.(c) Any project implemented forits own company will not beconsidered.(d) If the project has beenimplemented In consortiumthen it may be consideredprovided that in the consortiumagreement it must bementioned clearly thatimplementation of SAP is theresponsibility of theparticipating bidder.(e) Cost of only SAPimplementation/ customizationfor these projects will beconsidered and cost of supplyof hardware or SAP licensesetc. will not be considered.

The firm

7 SAPERPsupportservice

The firm should have Copy ofWorkexperience of independently Completion Certificateexecution of successful SAP from the client with POERP support services

5

Page 12: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

S. Basic Specific Requirements Documents requiredNo. requirement

(AMS/AMC) project of at leastone year in India during thelast five financial years (i.e.from FY 2014-15 to 2018-19 )with the conditions:-(a) The bidder must havecompleted 3 Nos. (maximum) ofprojects of support services(AMS/AMC) with total value ofmore than Rs. 1 Crore, Suchprojects must have completedat least one year of AMS/AMC.(b) Such projects must coverAMS/AMC of MM, FICO, PS,HCM/HR, PM modules In

totality in reference to point (a)above.

8 Implement­ation of SAPFiori

Experience of successful CopyofWorkindependent implementation of CompletionCertificateSAP Fiori application in at least from the client with PO.1 project in India during lastfive years

2.4 FILLINGOF TENDERS:

a) Tenders shall be submitted online in the electronic format attachedhere to and all blanks in the tender and the Attachment/ Annexure(s) tothe specification shall be duly filled in. The completed forms,Attachment/ Annexure(s) shall be considered as part of the contractdocuments in the case of successful bidder(s).

b) No alteration should be made to the format of the tender specificationand Attachment/Annexure. The Bidder must comply entirely withspecification.

c) The tender and all accompanying documents shall be in Hindi/EnglishLanguage and shall be signed digitally by a responsible and authorizedperson. The name, designation and authority of the signatory shall bestated in the tender.

d) Tender should be filled in only with ink or typed and must be submittedonline after signing digitally.

6

Page 13: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

e) All additions, alterations and over-writings in the tender must be clearlyinitialed by the signatory of the Bidder.

f) The Bidder must quote the prices strictly in the manner as indicatedherein, failing which, tender is liable for rejection. The rate/prices shallbe entered in words as well as figures. These must not contain anyadditions, alterations, over-writing, cuttings or corrections and anyother marking which leaves any room for doubt.

g) The Purchase Authority will not be responsible to accept any costinvolved in the preparation or submission of tenders regardless of theconduct and outcome of the bidding process.

h) Any printed conditions of sale on the tender shall not be accepted by thePurchase Authority. The Bidder shall incorporate his/her conditions ofsales, if any, in the text of the tender itself.

i) The tender offer shall be submitted in time specified onhttp://eproc.rajasthan.gov.in in electronic format in the followingmanner:-

i) COVER-I for details of Bid Security, Bid processing fee and Costof Bid document (Proofof depositing the same is to be filed in PDFformat).

ii) COVER-II for Techno-Commercial Bid (tobe filed in PDFformat)In this part of bid, the Bidder will have to furnish Techno­Commercial Bid, all required documents as per the Check List andconfirmation of commercial terms & conditions of GCC (GeneralConditions of Contract), Special Conditions of Contract (SCC)and itsaddendum/corrigendum, if any, along with the details required invarious Attachment/Annexure "EXCEPTTHEPRICEBID"so that thepurchaser may be able to examine whether the offer submitted istechnically acceptable and our commercial terms & conditions areconfirmed/acceptable or not.

iii) COVER - III for Financial/Price Bid (to be filed in PDF & XLSformat)This price bid shall include submission of details of prices as perAttachment-l of the specification. The price bid will be opened onlyafter being satisfied with Techno-Commercial Bid as per qualifyingrequirement criteria stipulated in the Specification and the price bidof such qualified bidders will only be opened. The date of opening ofsuch price bids will be intimated in due course of time through e­procurement portal.

iv) The Bidder shall ensure that his/her tender is furnished/submittedstrictly in the manner detailed in the Specification.

'V----..-- 7

Page 14: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

j) All tenders and accompanying documents shall be addressed to theSuperintending Engineer (MIS&IT),RVPN, Jaipur.

k) The Bidder should sign the tender documents digitally and stamped oneach page.

1) The tenders/quotations given in the form other than prescribed formwillnot be considered.

2.5 BID SECURITY:

(a) The Bidder shall furnish prescribed Bid Security in the form of DD/Banker's Cheque payable in favour of Sr. Accounts Officer (EA &Cash), RVPN, Jaipur, payable at Jaipur, up to the stipulated date &time in the officeof the Sr. Accounts Officer(EA& Cash), RVPN,VidyutBhawan, Jan Path, Jaipur- 302005 or Bank Guarantee in favour of theChief Engineer (IT), RVPN, Jaipur in prescribed format (Annexure-I)up to the stipulated date & time in the office of the Sr. AccountsOfficer (Civil), RVPN, Chambal Power House Campus, Hawa Sarak,Sodala, Jaipur- 302006and obtain a receipt/ acknowledgement thereof.The copy of the same shall be uploaded along with their online bid. Noother mode of deposit shall be accepted.

(b) Any tender not accompanied by a copy of the receipt/ acknowledgementfor depositing the Bid Security by Banker's Cheque/bank draft/BankGuarantee shall be rejected and the tender willnot be opened.

(c) In case of unsuccessful tenders, the Bid Security will be refunded onproduction of the original receipt/ acknowledgement within a monthafter finalization of the tender. In case of successful tenders, the BidSecurity willbe discharged upon the Bidder, executing the contract andfurnishing performance guarantee.

(d) Request for adjustments/proposals for acceptance of Bid Security (ifany) already lying with the Nigam in connection with some othertenders/ orders shall not be entertained.

(e) Nointerest shall be payable on such Deposits.

(f) The purchase authority reserves the right to forfeit Bid Security or apart thereof in circumstance, which according to him indicate that theBidder is not earnest in accepting/ executing the order placed under thespecification.

The Bank guarantee furnished in lieu of Bid Security shall be furnishedfrom a Nationalised/Indian Scheduled bank in favour of the ChiefEngineer (IT), RVPN, Jaipur in prescribed format (Annexure-I) on theRajasthan State Non Judicial Stamp Paper as per article 13 - A ofRajasthan Stamp Act., the Stamp duty and Surcharge will be @ 0.25% ofAmount of BG security subject to maximum limit of Rupees 25000.00

8

y . ~)\.. -", -,~J

Page 15: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

purchased in the name of the executants' Bank duly authenticated eitherby a first class Magistrate or Notary Public or directly confirmed by theissuing Bankers along with a certificate with regard to Stamp Duty andshall be furnished in acceptable form in the office of the Sr. AccountsOmcer (Civil), RVPN, Jaipur valid for 180 days with the grace period of90 days.

2.6 DOCUMENTSTO BE UPLOADEDWITH THE TENDER:

The tender shall be accompanied with the following documents. Thetender which is not accompanied by any or all the followingmentioneddocuments or is accompanied by incomplete Attachment/ Annexure(s) isliable for rejection:-

i) COVER-I for details of Bid Security, Tender processing fee andCost of Tender document as detailed below:

a) Proof of depositing Bid Security (DD/Banker's Cheque/BankGuaran tee).

b) Proofof depositing e-bid processing fee (DD/Banker's Cheque).c) Proofof depositing cost of bid documents (DD/Banker's Cheque).

ii) COVER - II for Techno- Commercial Bid as detailed below:

Technical bid will comprise of cover letter, complete bid document andall documents as per the Check List attached with bid documents anddetailed technical proposal.

iii) COVER - III for Financial/Price Bid/BOQ

The Commercial Bid shall comprise of a Cover Letter, Price Bid dulycompleted in accordance with Attachment-L

2.7 TENDER FORMAT, SUBMISSIONANDOPENING OF TENDERS:

a) Bidder shall submit their bid in electronic format, digitally signed andstamped on each page. Bidder shall procure Digital SignatureCertificate (DSC) as per ITAct - 2000.

(b)The electronically received bids will be opened in the office of theSuperintending Engineer (MIS&IT), RVPN, Jaipur on stipulateddate & time in the presence of such bidders or their authorizedrepresentative, who choose to be present. The system does not permitelectronic submission of late tenders after the due date &-time_.~_

(c) In case, the date fixed for opening of the tenders be declared as apublic holiday, the bid shall be opened on the next date on whichofficere-opens after such holiday(s).

9

Page 16: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

2.8 VALIDITY OF OFFERS:

Tenders shall be valid for a minimum period of 180 days after the dateof opening of tenders. Tenders mentioning a shorter validity period thanspecifiedare likelyto be ignored.

In exceptional circumstances, RVPNcan solicit the Bidder's consent toan extension of the period of validity. The request and the responsethereto shall be made in writing. Extension of validity period by theBidder shall be unconditional. A bidder granting the request will not bepermitted to modifyhis bid.

2.9 SIGNATURE OF BIDDER:

The tender must contain the name, designation and place of business ofthe person or persons making the tender and must submit online &signing digitally with his DSC (Digital Signature). Tender by apartnership firm must be furnished with full names of all the partnersand should be signed digitally by one of the member of partnershipfirm or by an authorized representative indicating the designation of theperson or persons, with authority letter signed by the Chairman/Secretary other person authorized to bind the Corporation/Company inthe matter.

2.10 PRICES:

(a) The Bidder shall bear all costs associated with the preparation &submission of its bid and RVPNshall in no event or circumstance beheld responsible or liable for these costs, regardless of the conduct oroutcome of the bidding process.

(b) The Bidder shall quote price (in Indian Rupees) in clear terms. Break upshould abide by the format for the Commercial Bid. All prices shall befor delivery of services at various offices of RVPN anywhere inRajasthan. The aggregated price should be quoted in words also.

(c) The Commercial Bids should strictly conform to the formats to enableevaluation of bids. Bids having any hidden costs or conditional costswillbe liable for rejection.

(d) Prices quoted by the Bidder shall be fixed and no variation will beallowed under any circumstances during the entire period of theproject/contract, in line with the Scope ofWorkand bidding documentsprovisions read alongwith the Amendment(s}/Clarification(s}(ifany).

(e) The rates/prices shall be quoted in the manner as desired in the formatof price bid. Any bid containing prices not quoted in the mannerprescribed are liable to be ignored.

10

Page 17: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

(f) No representation for enhancement of rates once accepted will beconsidered.

2.11 TAXES:

The Bidder shall quote the prices inclusive of all taxes, duties, levies,surcharge / cess etc. except Goods and Service Tax (GST).ApplicableGST shall be payable. Any statutory variation in existing taxes underthe GSTAct and financial liability due to introduction of new taxes/duties applicable on quoted prices within stipulated contract periodshall be to RVPN'saccount. All taxes/duties within stipulated contractperiod shall be paid at actuals. The bidder shall give GST registrationnumber. Depositingthe tax with appropriate authority within stipulatedperiod shall be the bidder's liability.

2.12 DUE DILIGENCE:

The Bidder is expected to and shall be deemed to have examined allinstructions, forms, terms and specifications mentioned in this BidDocument. The bid should be precise, complete and in the prescribedformat as per the requirement of the Bid Document. Failure to furnishall information required by the Bid Document or submission of a bidnot responsive to the Bid Document in every respect will be at theBidder's risk and may result in rejection of the bid. RVPNshall at itssole discretion be entitled to determine the adequacy/sufficiency of theinformation providedby the Bidder.

2.13 CLARIFICATION AND PRE-BID MEETING

The Bidders or their authorized representatives are invited to attendpre-bid meeting, which will take place on .l~.·.o.]!.2.013at ..~:..qQ. PM,VidyutBhawan, Jan Path, Jyoti Nagar, Jaipur (Raj.).The purpose of thepre-bid meeting will be to clarify the issues regarding the BidSpecification, including particular issues raised in writing by theBidders.

The Bidders may seek clarifications or suggest amendments to theSpecificationin writing, through a letter or by fax (and also in soft copybye-mail) to reach the RVPN at the address mentioned in theSpecification at-least two (2) working days before the Pre-bid meeting.Non-attendance at the Pre-bid meeting will not be a cause fordisqualification of a Bidder.

It may not be practicable at the meeting to answer questions receivedlate, but questions and responses will be transmitted as indicatedhereafter. Minutes of the meeting, including the text of the questionsraised (without identifying name of the bidders) and the responses

11

c, .. y

Page 18: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

given, together with any responses prepared after the meeting, will betransmitted without delay to all purchasers of the Bidding Documents.RVPN is not under any obligation to entertain/respond to suggestionsmade or to incorporate modifications sought for. Any modification of theBidding Documents, which may become necessary as a result of thepre- bid meeting shall be made by the purchaser exclusively through theissue of an Addendum pursuant to ITB Clause 2.14 and not throughthe minutes of the pre-bid meeting.

RVPNmay also, at its discretion, extend the last date of submission ofbids. Further, the mere request for clarification from the Bidders shallnot be a ground for seeking extension in the deadline for submission ofbids.

2.14 AMENDMENT OF BIDDING DOCUMENTSa) RVPNmay revise or amend the specification and timings prior to the

date notified for opening of the tenders. Such revision or amendment, ifany, will be communicated to all the bidders through corrigendum(s) onhttp://eproc.rajasthan.gov.in as amendment or addenda to thisinvitation of the tender.

b) The amendment willbe notified on web for all prospective bidders and itshall be binding on them. Bidders are required to immediately downloadany such amendment. Itwillbe assumed that the information containedtherein has been taken into account by the Bidder while submitting it'stender.

c) In order to provide prospective Bidders reasonable time to take theamendment into account in preparing their tender, the department mayat its discretion, extend the deadline for the submission of tenders, inwhich case, the department willnotify all bidders on web of the extendeddeadline for submission of tenders.

2.15 GENERAL INSTRUCTIONS:a) Specification/Tender document may be downloaded by any of the

interested Bidder fromhttp://eproc.rajasthan.gov.in for theconsideration of his tender up to stipulated date & time. However,online tenders will only be considered, if the Bidder has deposited therequisite fee.

b) The Bidder shall treat the details of the specification and other tenderdocuments as private & confidential and they shall not be reproducedwithout the written authorization of the purchaser.

c) The Bidder shall ensure that all the documents required as per thecheck list are uploaded before submission of bid. No other documentsshall be entertained after opening of the bid.

d) The purchaser does not bind himself to accept the lowest or any tender

12

\,'"....j

Page 19: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

or any part of the tender and shall not assign any reason(s) for therejection of any tender or a part thereof.

e) The fact of submission of tender to the purchaser shall be deemed toconstitute an agreement between the Bidder and purchaser, wherebysuch tender shall remain open for acceptance by the purchaser andBidder shall not have option to withdraw his offer, impair or derogatethe same. If the Bidder be notified during the period of validity of tenderthat his/her tender is accepted by the purchaser, he/she shall bebound by the terms of agreement constituted by his tender and suchacceptance thereof by the purchaser, until formal contract of the sametender has been executed between him and the purchaser inreplacement of such agreement.

f) The successful Bidder shall have to execute the contract documents/agreement for the proper fulfillment of the contract. He/she shallfurnish such executed stamped agreement (in triplicate) free of chargeto the purchaser.

g) Any action on the part of the Bidder to revise the rates/prices at hisown instance after the opening of the tender may result in rejection ofthe tender and also debar him/her from submission of tenders to theRVPNat least for one year.

2.16 LANGUAGE OF BIDThe bid prepared by the Bidder and all correspondence & documentsexchanged by the Bidder and the Nigam related to the bid shall bewritten in the English language, provided that any printed literaturefurnished by the Bidder may be written in another language, as long assuch literature is accompanied by English translation of its pertinentpassages, in which case, for purposes of interpretation of the bid, theEnglish translation shall govern.

2.17 BID CURRENCIESPrices shall be quoted in Indian Rupees only.

2.18 PRELIMINARY EXAMINATION OF BIDSIf a bidder furnishes all the documents mentioned in cover-IIand fulfillsall the criteria specified in 2.3 EligibleBidders above; the technical bidof the bidder willbe further considered for evaluation for assessing eachbidder's ability to satisfy the requirement set forth in the biddocuments. The technical bid must be in compliance with all theconditions of the Contract, GCC,SCC, Scope ofwork and other biddingdocuments. Deviations, if any, have to be specified in Annexure-VI &VII. It would be understood that all conditions of the contract other

13

y----------------------------------------- --- -- -----------------------------------------

Page 20: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

than those specified in Annexure-VI & VII are agreed by the bidder tobe in compliancewith the terms & conditions of the bidding documents.

In case of any deviation in one or more of the conditions of the biddingdocuments and which have been specifiedin Annexure-VI & VII, RVPNshall have the right to ask for correction or withdrawal of the non­conforming deviation or reservation. RVPN reserves the right toaccept minor deviations that do not materially alter or depart from thecharacteristics, terms, conditions and other requirements set out in thebidding document, or if it contains errors or oversights that can becorrected without touching on the substance of the Bid.

If the bidder does not agree for the correction or withdrawal of the non­conforming deviation or reservation, which is not acceptable to RVPNwould result in the techno-commercial bid being evaluated as non­responsive.

2.19 TECHNO-COMMERCIAL BID EVALUATION

The Techno-commercialBid evaluation committee will first carry out adetailed evaluation of the techno-commercial bid of the bidders, whichare found meeting the requirements of bid security and otherinstructions mentioned in the bid documents in order to determinewhether the technical & commercial aspects are in accordance with therequirements set-forth in the BiddingDocuments.

In order to reach to such a determination, the committee will examinethe QualificationRequirements and technical & commercial aspects ofthe bids on the basis of the information supplied by the bidders, basedon clause No.2.3 "Eligiblebidders"

During the examination of the Bids, the committee may at itsdiscretion, ask any bidder for a clarification regarding its Bid. Thecommittee's request for clarificationand the response of the bidder shallbe through the e-Procurement portal. Any clarification submitted by abidder with regard to its bid, that is not in response to a request by thecommittee shall not be considered.

1. First envelope/ cover consisting of Bid Security, Bid DocumentCost and Bid Processingfees shall be opened first.

ii. Second envelope/ cover consisting of Techno-commercial bidshall be opened for the bidder (s) whose documents submittedin first cover/ envelope i.e. Bid Security, Bid Document Costand Bid Processing fees are found valid and acceptable as perrequirement of the specification.

iii. The Third Cover/envelope consisting of Price/ financial Bidshall be opened for the bidders (s) who have found to bequalified after techno-commercial bid evaluation shall be

14

Page 21: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

informed only through e-procurement portal about the date,time and place of opening of their financial Bids.

IV. Correction of Arithmetical Errors:Provided that a financial bid is substantially responsive, theRVPN will correct arithmetical errors during valuation ofFinancial Bids on the followingbasis:

a. If there is a discrepancy between the unit price and the totalprice that is obtained by multiplying the unit price andquantity, the unit price shall prevail and the total price shallbe corrected, unless in the opinion of the RVPNthere is anobvious misplacement of the decimal point in the unit price,in which case the total prices as quoted shall govern and theunit prices shall be corrected;

b. If there is an error in a totaling corresponding to the additionor subtraction of sub-totals, the sub-totals shall prevail andthe total shall be corrected.

c. If there is a discrepancy between words and figures, theamount in words shall prevail, unless the amount expressesin words is related to an arithmetic error, in which case theamount in figures shall prevail subject to a & b above.

If the bidder that submitted the lowest evaluated bid does notaccept the correction of errors, its bid shall be disqualified andits Bid Security shall be forfeited.

Financial Bid Evaluation criteria

1. The conditional bids are liable to be rejected;ii. The evaluation of Price Bids of various techno-commercially

qualified bidders shall be on the basis of grand total cost/valueas a package for evaluating the lowest bid.

111. Lowestquoted bidder for overallpackage shall be awarded letterofAwardfor execution ofwork.

2.20 NIGAM'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALLBIDS

The Nigam reserves the right to accept or reject any bid, and to annulthe bidding process and reject all bids at any time prior to award ofcontract, without thereby incurring any liabilityto the affectedBidder orbidders or any obligation to inform the affectedBidder or bidders of thegrounds for the Nigam'saction.

15

Page 22: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

2.21 NOTIFICATION OF AWARD

i) Prior to the expiration of the period of bid validity and extended validityperiod, if any, the Nigamwill notify the successful bidder in writing byregistered letter or telex or FAXor email, to be confirmed in writing byregistered letter, that its bid has been accepted.

ii) The notification of award willconstitute the formation of the contract.iii)Upon the successful Bidder's executing contract agreement and

furnishing of the Performance Guarantee, the purchaser will promptlydischarge the bid security, pursuant to ITBClause No. 2.5. The Biddershall, within fifteen (15) days the from date of issue of detailed workorder, provide a performance security for the due performance of theContract in the amount equivalent to five percent (5%) of the TotalContract Price with validity up to ninety (90) days the contractualperiod is over i.e. 3 years fromdate of signing of contract.

2.22 SIGNING THE CONTRACT AGREEMENT

i) At the same time as the Nigamnotifies the successful bidder that itsbid has been accepted, the Nigam will send the bidder the detailedletter ofAward, incorporating all agreements between the parties.

ii) Within 7 days of issue of the letter of Award, the successful biddershall sign along with date and return it to the Nigam. In case, nocommunication is receivedwithin 7 days of issue of letter of Award, itwill be presumed that the order has been accepted in full including allthe terms and conditions as stipulated therein.

iii)The bidder willprepare the Contract Agreement (in three originals)andthe same shall be submitted duly signed within 15 (Fifteen)days ofissue of detailed work order. The bidder shall be provided with onesigned original and the rest willbe retained by the Nigam.

2.23 GRAFT & COMMISSION ETC.

Anygraft, commission, gift or advantage givenpromised or offeredby oron behalf of the bidder or his partner, agent, officers,director, employeeor servant or anyone on his or their behalf in relation to the obtainingor to the execution of this or any other contract with the Nigam, shall inaddition to any criminal liabilitywhich it may incur, subject the bidderto the cancellation of this and all other contracts and also to payment ofany loss or damage to the Nigam resulting from any cancellation. TheNigamshall then be entitled to deduct the amount so payable from anymonies otherwise due to bidder under the contract.

2.24 CODE OF INTEGRITY AND NO CONFLICT OF INTEREST

2.24.1Code of integrityAnyperson participating in a procurement process shall:

16

0z.--..

Page 23: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

a) not offer any bribe, reward or gift or any material benefit eitherdirectly or indirectly in exchange for an unfair advantage inprocurement process or to otherwise influence the procurementprocess;b) not misrepresent or omit that misleads or attempts to mislead so asto obtain a financial or other benefit or avoid an obligation;c) not indulge in any collusion, Bid rigging or anti-competitive behaviourto impair the transparency, fairness and progress of the procurementprocess;d) not misuse any information shared between the Owner and theBidders with an intent to gain unfair advantage in the procurementprocess;e) not indulge in any coercion including impairing or harming orthreatening to do the same, directly or indirectly, to any party or to itsproperty to influence the procurement process;f) not obstruct any investigation or audit of a procurement process;g) disclose conflict of interest, if any; andh) disclose any previous transgressions with any entity in India or anyother country during the last three years or any debarment by any otherentity.

2.24.2 Conflict of InterestA Bidder may be considered to be in conflict of interest with one or moreparties in a Bidding process, if, Bidder, including but not limited to :a) have controlling partners / shareholder in common; orb) receive or have received any direct or indirect subsidy from any ofthem;orc) have the same legal representative for purposes of the Bid; ord) have a relationship with each other, directly or through commonthird parties, that puts them in a position to have access to informationabout or influence on the Bid of another Bidder; or influence thedecisions of the Owner regarding the Bidding process; ore) the Bidder participates in more than one Bid in a Bidding process.Participation by a Bidder in more than one Bid will result in thedisqualification of all Bids in which the Bidder is involved. However, thisdoes not limit the inclusion of the same sub-contractor, not otherwiseparticipating as a Bidder, in more than one Bid, orf) the Bidder or any of its affiliates participated as a consultant in thepreparation of the design or technical specifications of the Goods, worksor Services that the subject of the Bid; org) Bidder or any of its affiliates has been hired (or is proposed to behired)by the Owner as engineer-in-charge / consultant for the contract.

17

Page 24: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

The Bidder shall have to give a declaration regarding compliance of theCode of Integrity prescribed in the Act, the Rules and stated above inthis Clause along with its Bid, in the format specified in this biddocument.Breach of Code of Integrity by the Bidder: - Without prejudice to theprovisions of Chapter IV of the Rajasthan Transparency in PublicProcurement Act, in case of any breach of the Code of Integrity by aBidder or prospective Bidder, as the case may be, the Owner may takeappropriate action in accordance with the provisions of Sub-Section (3)of Section 11 and Section 46 of the Act.

2.25 GRIEVANCE REDRESSAL DURING PROCUREMENT PROCESS

Any grievance of a Bidder pertaining to the procurement process shallbe byway of filingan appeal to the First or Second AppellateAuthority,as the case may be, as specified in the bid document, in accordancewith the provisions of chapter III of the Act and chapter VIIof the Rulesand as givenhereunder.

2.25.1 Fillingof appealIf any Bidder or prospective Bidder is aggrievedthat any decision, actionor omission of the Owner is in contravention to the provisions of the Actor the Rules or the Guidelines issued there under, he may file an appealto First Appellate Authority, as specified in the Bid Document with aperiod of ten days from the date of such decision or action, omission, asthe case may be, clearly givingthe specificground or grounds on whichhe feels aggrieved:Provided that after the declaration of a Bidder as successful the appealmaybe filed only by a Bidder who has participated in procurementproceedings:Providedfurther that in case Owner evaluates the Technical Bids beforethe opening of the Financial Bids, an appeal related to the matter ofFinancial Bids may be filed only by a Bidder whose technical Bid isfound to be acceptable.

2.25.2 The officer to whom an appeal is filed under para (1) shall dealwith the appeal as expeditiously as possible and shall endeavour todispose it ofwithin thirty days from the date of the appeal.

2.25.3 If the officer designated under para (1) fails to dispose of theappeal filed within the period specified in para (2), or if the Bidder orprospective Bidder or the Owner is aggrievedby the order passed by theFirst Appellate Authority, the Bidder or prospective Bidder or theOwner, as the case may be, may file a second appeal to SecondAppellateAuthority specified in the Bid Document in this behalf within

18

Page 25: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

fifteen days from the expiry of the period specified in para (2)or of thedate of receipt of the order passed by the First Appellate Authority, asthe case may be.

2.25.4 Appeal not to lie in certain cases:An appeal shall lie against any decision of the Owner relating to thefollowing matters, namely:a) Determination of need of procurement;b) Provisions limiting participation of Bidders in the Bid process;c) The decision of whether or not to enter into negotiations;d) Cancellation of a procurement process;e) Applicability of the provisions of confidentiality.

2.25.5 Form of Appeala) An appeal under para (1) or (3) above shall be in the annexed formalong with as many copies as there are respondents in the appeal.b) Every appeal shall be accompanied by an order appealed against, ifany, affidavit verifying the facts stated in the appeal and proof ofpayment of fees.c) Every appeal may be presented to First Appellate Authority or SecondAppellate Authority, as the case may be, in person or through registeredpost or authorized representative.

2.25.6 Fee for Filing appeala) Fee for first appeal shall be Rupees Two thousand Five hundred +

GST@18%and for second appeal shall be Rupees Ten thousand +GST@18%,which shall be non-refundable.

b) The fee shall be paid in the form of bank demand draft or banker'scheque of a scheduled bank in India payable in the name ofAppellateAuthority concerned.

2.25.7 Procedure for disposal of appeala) The First Appellate Authority or Second Appellate Authority, as thecase may be, upon filingof appeal, shall issue notice accompanied bycopy of appeal, affidavit and documents, if any, to the respondentsand fixdate of hearing.

b) On the date fixed for hearing, the First AppellateAuthority or SecondAppellateAuthority, as the case may be, shall :i) Hear all the parties to appeal present before him; andii) Peruse or inspect documents, relevant records or copies thereofrelating to the matter.

c) After hearing the parties, perusal or inspection of documents andrelevant records or copies thereof relating to the matter, the Appellate

19

Page 26: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

Authority concemed shall pass an order in writing and provide thecopy of order to the parities to appeal free of cost.

d) The order passed under sub-clause (c) above shall also be placed onthe State Public Procurement Portal.

2.25.8 Appellate AuthorityFirst Appellate Authority - ChairmanSecond Appellate Authority - Energy Department, GoR

2.26 DEBARMENT FROM BIDDING

2.26.1 ABidder shall be debarred in a procurement process for a periodnot exceeding three years commencing from the date on which he wasdebarred:a) if he has been convicted of an offence under the prevention of

corruption Act, 1988 (CentralActNo.49of 1988);orb) if he has been convicted of an offenceunder the Indian Penal Code,

1860(Centra1Act No.45 of 1860) or any other law for the time beingin force, for causing any loss of lifeor property or causing a threat topublic health as part of execution of a public procurement contract;or

c) a Bidder has breached the code of integrity prescribed in terms of'Codeof integrity for Bidders' specifiedin ITB; or

2.26.2 ABidder may be debarred in a procurement process for a periodnot exceeding three years commencing from the date on which he wasdebarred, where the entire Bid Security or the entire PerformanceSecurity or any substitute thereof, as the case may be, of a Bidder hasbeen forfeited by a procuring entity in respect of any procurementprocess or procurement contract.

2.26.3 The procuring entity shall not debar a Bidder under this clauseunless such Bidder has been given a reasonable opportunity of beingheard.

~-

20

Page 27: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

SECTION: 3GENERAL CONDITIONS OF CONTRACT

The procurement process under this bidding document, terms & conditionsmentioned herein are governed by the RTPPAct, 2013. Bidder should readthese conditionscarefullyand complystrictlywhilesending their Bid.DefinitionsFor the purpose of clarity, the followingwords and expressions shall havethe meanings hereby assigned to them: -a) "Contract"means the Agreemententered into between the Purchaser and

the successful/ selected bidder, together with the Contract Documentsreferred to therein, including all attachments, appendices, and alldocuments incorporated by reference therein.

b) "Contract Documents" means the documents listed in the Agreement,including any amendments thereto.

c) "Contract Price" means the price payable to the successful/ selectedbidder as specified in the Agreement, subject to such additions andadjustments thereto or deductions there from, as may be made pursuantto the Contract.

d) "Day"means a calendar day.e) "Delivery"means the transfer of the Goods/Services from the successful/

selected bidder to the Purchaser in accordance with the terms andconditions set forth in the Contract.

f) "Completion" means the fulfilment of the related services by thesuccessful/ selected bidder in accordance with the terms and conditionsset forth in the Contract.

g) "Purchaser" means the entity purchasing the Goods and related services,as specifiedin the bidding document.

h) "Owner"means Rajasthan RajyaVidyut Prasaran NigamLimited, 'VidyutBhawan', Jan Path, Jyoti Nagar, Jaipur-30200S.

i) "Services" means the services related toinsurance, transportation,supply, installation, integration, testing, training, customisation,development, and maintenance activities and other similar obligations ofthe successful/ selected bidder under the Contract.

j) "Contract period" means the total schedule of period of project i.e. three(3) years from the date of signing of contract agreement between thePurchaser & the Bidder.

k) "Selected bidder" means the person, private or government entity, or acombination of the above, whose Bid to perform the Contract has beenaccepted by the Purchaser and is named as such in the Agreement, andincludes the legal successors or permitted assigns of the successful/selected Bidder .

1) "The Site," where applicable, means the designated project place(s)named in the bidding document.

Note:The bidder shall be deemed to have carefullyexamined the conditions,specifications, etc., of related services to be rendered. If the bidder has any

21

Page 28: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

doubts as to the meaning of any portion of these conditions or of thespecification, etc., he shall, before submitting the Bid and signing thecontract refer the same to the procuring entity and get clarifications.

1) Contract DocumentsSubject to the order of precedence set forth in the Agreement, alldocuments forming the Contract (and all parts thereof) are intended tobe correlative, complementary, and mutually explanatory.The Bidder shall have to execute the contract agreement within 15 daysfrom the date of issue of detailed work order in triplicate in theprescribed format on non judicial stamp paper applicable as perRajasthan Stamp Act, 1998 (to be read with amendments) along-withcopy of work order and/or its amendment(s), copy of "GeneralConditions of Contract", "Scope of Work", "Instructions to Bidders","LOA","SpecialCondition of Contract" and annexures. It is advised thateach and every page of relevant documents are to be signed byauthorized person with stamp.It may however be ensured that the one copy of the work order andother Documents as above, are signed by an authorized person holdingvalid power of attorney. The power of attorney on non judicial stamppaper worth Rs.I00/- should be attested by the notary public. For this,a copy of the power of attorney in favour of the person signing thesedocuments, duly notarized in original be also submitted alongwith theabove documents.The acceptance of above documents in order shall be notified by theconcerned Sr. Accounts Officerin due course of time under intimationto this office.No any payment shall be released without acceptance ofthe contract agreement.The Earnest money amount of successful bidder deposited along withtender shall be release after confirmation of completion of contractualformalities. Nointerest willbe payable on the Earnest Moneydeposit

2) Interpretationa) If the context so requires it, singular means plural and viceversa.b) Entire Agreement: The Contract constitutes the entire agreement

between the Purchaser and the Selected bidder and supersedes allcommunications, negotiations and agreements (whether written ororal) of parties with respect thereto made prior to the date ofContract.

c) Amendment: No amendment or other variation of the Contract shallbe valid unless it is in writing, is dated, expressly refers to theContract, and is signed by a duly authorized representative of eachparty thereto.

22

Page 29: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

d) Non-waiver: Subject to the condition (f) below, no relaxation,forbearance, delay, or indulgence by either party in enforcing any ofthe terms and conditions of the Contract or the granting of time byeither party to the other shall prejudice, affect, or restrict the rightsof that party under the Contract, neither shall any waiver by eitherparty of any breach of Contract operate as waiver of any subsequentor continuing breach ofContract.

e) Any waiver of a party's rights, powers, or remedies under theContract must be in writing, dated, and signed by an authorizedrepresentative of the party granting such waiver, and must specifythe right and the extent to which it is beingwaived.

f) Severability: If any provision or condition of the Contract isprohibited or rendered invalid or unenforceable, such prohibition,invalidity or unenforceability shall not affect the validity orenforceabilityof any other provisions and conditions of the Contract.

3) Languagea) The Contract as well as all correspondence and documents relating

to the Contract exchanged by the successful/ selected bidder andthe Purchaser, shall be written in English language only. Supportingdocuments and printed literature that are part of the Contract maybe in another language provided they are accompanied by anaccurate translation of the relevant passages in the languagespecified in the special conditions of the contract, in which case, forpurposes of interpretation of the Contract, this translation shallgovern.

b) The successful/ selected bidder shall bear all costs of translation tothe governing language and all risks of the accuracy of suchtranslation.

4) Joint Venture, Consortium or AssociationJoint venture, consortium is not allowedto bid.

5) Service of Notice, Documents & Ordersa) A notice, document or order shall be deemed to be served on any

individual by -a. deliveringit to the person personally; orb. leaving it at, or sending it by post to, the addressof the place

of residence or business of the person last known;c. on a body corporate by leaving it at, or sending it by post to, the

registered officeof the body corporate.b) When the procedure laid down in (a)above is followed,service shall be

deemed to be effected by properly addressing, preparing and postingthe document, notice or order, as the case may be.

6) Selected Bidder's ResponsibilitiesThe Selected Bidder shall provide related services included in the scopeofwork in accordance with the provisions of bidding document andj orcontract. Bidder shall remain liable for any damages due to its gross

~-

23

,_-

Page 30: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

negligence within the contract period.The Bidder shall take andmaintain in effect adequate insurance policies for their personnel foraccident, injuries and loss of life, if any. Bidder shall observe allapplicable regulations regarding safely on site. The Purchaser shallhave the full powers to stop the work if any activity is found unsafe.

7) Purchaser's Responsibilitiesa) The Purchaser shall pay all costs involvedin the performance of its

responsibilities, in accordance with the general and specialconditions of the contract.

b) The Purchaser shall ensure the timely availabilityof all informationand/or data to be supplied by the Purchaser to the Bidder.

c) The Purchaser shall be responsible for timely provision of domaincore, IT team & necessary resources, information and decisionmaking under its control.

d) The Purchaser will designate appropriate staff for the trainingcourses to be givenby the Bidder.

8) Contract Pricea) The Contract Price shall be paid as specifiedin the contract subject

to any additions and adjustments thereto, or deductions there from,as may be made pursuant to the Contract.

b) Prices charged by the Selected bidder for Services performed underthe Contract shall not vary from the prices quoted by the Selectedbidder in its bid, with the exception of any price adjustmentsauthorized in the special conditions of the contract.

9) Recoveries from Selected Biddera) Recoveriesof liquidated damages, shall ordinary be made frombills.b) Amount may also be withheld to the extent in case of failure in

satisfactory completion of work by the selected bidder along withamount of liquidated damages shall be recovered from his dues andsecurity deposit availablewith the department.

c) In case, recovery is not possible recourse will be taken underRajasthan PDRActor any other law in force.

10) Taxes & Dutiesa) The TDS as applicable, shall be deducted at source/ paid by the

purchaser as per prevailingrates.b) The successful/ selected bidder shall be entirely responsible for all

taxes, duties, license fees, etc., incurred for providingservicesduringcontract period.

c) If any tax exemptions, reductions, allowances or privilegesmay beavailable to the successful/ selected bidder in India, the Purchasershall use its best efforts to enable the successful/ selected bidder tobenefit fromany such tax savings to the maximum allowableextent.

24

Page 31: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

d) The prices are inclusive of all taxes, duties, levies, surcharge/ cessetc. except GST. Applicable Goods & Service Tax (GST)shall bepayable. Any statutory variation in the GST shall be payable uptoscheduled contractual period. The bidder shall provide GSTregistration certificate. Beyond scheduled completion period, thearisen additional liability,if any, consequent to statutory variation inGood's& ServiceTax (GST)over and above applicable rates at theend of stipulated completion period shall be on the Bidder's part.However, arisen benefit, if any, shall be to Owner's account.Depositing the GST with appropriate authority within stipulatedperiod shall be the bidder's liability.

e) If it is statutory requirement to make deductions towards such taxesand duties or any other applicable taxes and duties, the same shallbe made by the Purchaser and a certificate for the same shall beissued to the Bidder.

11) CopyrightThe copyright In documents, source code and other materialscontaining data and information furnished to the Purchaser by theselected Bidder herein shall remain vested in the selected Bidder.

12) Confidential Informationa) The Purchaser and the Selected bidder shall keep confidential and

shall not, without the written consent of the other party hereto,divulge to any third party any drawings, documents, data, or otherinformation furnished directly or indirectly by the other party heretoin connection with the Contract, whether such information has beenfurnished prior to, during or followingcompletion or termination ofthe Contract.

b) The Purchaser shall not use such documents, data, and otherinformation received from the Selected bidder for any purposesunrelated to the Contract. Similarly, the Selected bidder shall notuse such documents, data, and other information received from thePurchaser for any purpose other than the design, procurement, orother work and services required for the performance of theContract.

c) The obligation of a party under sub-clauses above, however, shallnot apply to information that: -1. the Purchaser or Selected bidder need to share with other

institutions participating in the Contract;11. now or hereafter enters the public domain through no fault of

that party;111. can be proven to have been possessed by that party at the time of

disclosure and which was not previously obtained, directly orindirectly, fromthe other party; or

IV. otherwise lawfully becomes available to that party from a thirdparty that has no obligationofconfidentiality.

25

Page 32: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

d) The above provisions shall not in any way modify any undertaking ofconfidentiality given by either of the parties hereto prior to the dateof the Contract in respect of the supply or any part thereof.

e) The provisions of this clause shall survive till completion ortermination, for whatever reason, of the Contract.

13) Paymentsa) Advance Payment will not be made.b) The Purchaser shall make payments promptly within thirty (30) days

of submission of an invoice/claim by the Bidder, complete in allrespects & supported by the requisite documents and fulfillment ofstipulated conditions.

c) No interest shall be paid on delayed payments.d) All payments to be made directly to the Bidder shall be made by the

Sr. AO (CPC), RVPN,Jaipur through electronic payment mechanismfor which necessary details shall be fumished by the bidder duringexecution of the Contract.

14) Liquidated Damages (LD)

a) In case of new development work, liquidated damages at thefollowing percentages (of the agreed cost) shall be applicable:-

Delay in development over ~greed timeline LD in %Upto 25% of the agreed timeline 2.5%

upto 50% period of the agreed timeline 5.0%

upto 75% period of the agreed timeline 7.5%

More than 75% period of the agreed timeline 10%

b) Fraction of a day in reckoning period of delay in service shall beeliminated if it is less than half a day.

c) The maximum amount of liquidated damages shall be 10% of thecontract value.

15) If Bidder imposes conditions which are in addition to or in conflict withthe conditions mentioned herein, his bid is liable to summary rejection.In any case none of such conditions will be deemed to have beenaccepted unless specifically mentioned in the letter of acceptance of bidissued by the Purchaser.

16) Settlement of Disputes:A settlement committee has been constituted by the Nigam to settle theold disputed purchase cases where the firm(s) do not agree with theNigam's viewpoint and have given their representations.The settlementcommittee will be empowered to decide all old disputed cases. The

26

Page 33: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

committee is also authorized to settle such cases which are either sub­judice or under reference to arbitrator(s), in case firm make formalrequest in this regard. In case of disagreement amongst committeemembers, the case with full details shall be put-up before Chairman &Managing Director for decision.The RVPN has constituted the centralized standing committee forsettlement of disputed claims under conditions of contract relating toRVPN.The committee shall consider all cases for settlement of disputed claimsrelating to purchases, works, turnkey contracts and labour contracts,civil works etc. The committee shall also take decision whether aparticular matter is required to be referred to the Board for approvalbefore settlement. The matter for settlement shall only be referred to thecentralized standing committee of RVPN by following the guide linesdetailed below:Disputes will be referred contract wise.Disputes involving amount aboveRs.1.00 lacs only will be referred / entertained. Non-refundable fee shallbe deposited by the contractor / firm @ 2% of disputed amount asclaimed by the contractor/firm subject to maximum fee of Rs.1.00 lacwith applicable GST.In case of disputes, Application for settlement (onlyin prescribed format) may be collected from the purchaser office.The centralized standing committee fees shall be deposited in cash/demand draft/ pay order with the Sr.Account Officer (EA-Cash) RVPN,Jaipur and the firm(s)/Contractor(s) shall furnish receipt thereof with arequest for referring their disputes to the centralized standingcommittee for decision.For settlement, the firm shall furnish their application (only inprescribed format) indicating the details of dispute/grievances alongwith requisite settlement fee, within a period of six months, afterreceiving communication from Procurement Wing giving rise to cause ofdispute/ grievances. In case, RVPN revises the settlement applicationfees, then revised fees shall be applicable.

17) Care of the FacilitiesThe Bidder shall be responsible for the care of the Facilities or any partthereof until Taking Over. The Bidder shall be responsible for any lossor damage to the facilities caused by the Bidder in the course of anywork carried out, pursuant to provision of the Contract.Notwithstanding the foregoing, the Bidder shall not be liable for anyloss or damage to the Facilities or that part thereof caused by any useor occupation by the Purchaser or any third party authorized by thePurchaser of any part of the Facilities.

27

Page 34: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

18) Patent Indemnitya) The selected Bidder shall, subject to the Purchaser's compliance

with sub-clause (b) below, indemnify and hold harmless thePurchaser and its employees and officers from and against any andall suits, actions or administrative proceedings, claims, demands,losses, damages, costs, and expenses of any nature, includingattorney's fees and expenses, which the Purchaser may suffer as aresult of any infringement or alleged infringement of any patent,utility model, registered design, trademark, copyright, or otherintellectual property right registered or otherwise existing at the dateof the Contract by reason of use of product/ software by the selectedbidder for / on behalf of RVPN.Such indemnity shall not cover any use of the product/ software orany part thereof other than for the purpose indicated by or to bereasonably inferred from the Contract, neither any infringementresulting from the use of the product/ software or any part thereof,or product/ software not supplied by the selected bidder, pursuant tothe Contract.

b) If any proceedings are brought or any claim is made against thePurchaser arising out of the matters referred to above, the Purchasershall promptly give the selected bidder a notice thereof, and theselected bidder may at its own expense and in the Purchaser's nameconduct such proceedings or claim and any negotiations for thesettlement of any such proceedings or claim.

c) If the selected bidder fails to notify the Purchaser within thirty (30)days after receipt of such notice that it intends to conduct any suchproceedings or claim, then the Purchaser shall be free to conduct thesame on its own behalf.

d) The Purchaser shall, at the selected bidder's request, afford allavailable assistance to the selected bidder in conducting suchproceedings or claim, and shall be reimbursed by the selected bidderfor all reasonable expenses incurred in so doing.

19) Limitation of LiabilityExcept in cases of gross negligence or wilful misconduct: -a) neither party shall be liable to the other party for any indirect or

consequential loss or damage, loss of use, loss of production, or lossof profits or interest costs, provided that this exclusion shall notapply to any obligation of the selected bidder to pay liquidateddamages to the Purchaser; and

b) the aggregate liability of the selected bidder to the Purchaser,whether under the Contract, in tort, or otherwise, shall not exceedthe amount specified in the Contract, provided that this limitationshall not apply to the cost of repairing or replacing defectiveequipment, or to any obligation of the selected bidder to indemnifythe Purchaser with respect to patent infringement.

c) The amount of liability of bidder shall be limited to 100% of thecontract price.

28

Page 35: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

20) Force Majeurea) The selected bidder shall not be liable for forfeiture ofits PSD,LD,or

termination for default if and to the extent that it's delay inperformance or other failure to perform its obligations under theContract is the result of an event ofForceMajeure.

b) For purposes of this Clause, "Force Majeure" means an event orsituation beyond the control of the selected bidder that is notforeseeable, is unavoidable, and its origin is not due to negligenceorlack of care on the part of the selected bidder. Such events mayinclude, but not be limited to, acts of the Purchaser in its sovereigncapacity, wars or revolutions, fires, floods, epidemics, quarantinerestrictions, and freight embargoes.

c) If a Force Majeure situation arises, the selected bidder shallpromptly notify the RVPNin writing of such conditions and causethereof within 15 days ofoccurrence of such event. Unless otherwisedirected by RVPN,the selected bidder shall continue to perform itsobligationsunder the contract as far as reasonably practical.

d) If the performance in whole or part or any obligation under thecontract is prevented or delayed by any reason of ForceMajeure for aperiod exceeding 60 days, either party at its option may terminatethe contract without any financial repercussion on either side.

e) In case a Force Majeure situation occurs with the RVPN,the RVPNmay take the case with the selected bidder on similar lines.

21) Change Orders and Contract Amendmentsa) The Purchaser may at any time order the selected bidder through

Notice in accordance with clause "Notices"above, to make changeswithin the general scope of the Contract in the related services to beprovidedby the selected bidder.

b) If any such change causes an increase or decrease in the cost of, orthe time required for, the selected bidder's performance of anyprovisions under the Contract, an equitable adjustment shall be madein the Contract Price or Completion Schedule, or both, and theContract shall accordingly should be amended. Any claims by theselected bidder for adjustment under this clause must be assertedwithin thirty (30)days from the date of the selected bidder's receipt ofthe Purchaser's change order.

c) Prices to be charged by the selected bidder for any related servicesthat might be needed but which were not included in the Contractshall be agreed upon in advance by the parties and shall not exceedthe prevailing rates charged to other parties by the selected Bidder forsimilar services.

22) Terminationa) Termination for Default

i. The procuring entity may, without prejudice to any other remedyfor breach of contract, by written a written notice of default of atleast 30 days sent to the selected bidder, terminate the contractin whole or in part: -

29:' ,.

-------- - -- ---

Page 36: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

a. If the selected bidder fails to deliver any or all quantities of theservice within the time period specified in the contract, or anyextension thereof granted by RVPN;or

b. If the selected bidder fails to perform any other obligationunder the contract within the specified period of delivery ofservice or any extension granted thereof; or

c. If the selected bidder, in the judgement of the Purchaser, isfound to be engaged in corrupt, fraudulent, collusive, orcoercive practices in competing for or in executing thecontract.

d. If the selected bidder commits breach of any condition of thecontract.

ii. If RVPN terminates the contract in whole or in part, amount ofPSD may be forfeited.

iii. Before cancelling a contract and taking further action, advice ofsenior most finance person available in the office and of legaladviser or legal assistant posted in the office, if there is one, maybe obtained.

iv. As on effective date of termination, Tendering Authority may payfor all the services delivered by the Bidder and accepted by thepurchaser, the consideration payable shall be based on servicerate as per agreement.

b) Termination for InsolvencyRVPNmay at any time terminate the Contract by giving a writtennotice of at least 30 days to the selected bidder, if the selected bidderbecomes bankrupt or otherwise insolvent. In such event, terminationwill be without compensation to the selected bidder, provided thatsuch termination will not prejudice or affect any right of action orremedy that has accrued or will accrue thereafter to RVPN.

c) Termination for Convenience1. RVPN,by a written notice of at least 30 days sent to the selected

bidder may terminate the Contract, in whole or in part, at anytime for its convenience. The Notice of termination shall specifythat termination is for the Purchaser's convenience, the extent towhich performance of the selected bidder under the Contract isterminated, and the date upon which such termination becomeseffective.

ii. Depending on merits of the case the selected bidder may beappropriately compensated on mutually agreed terms for the lossincurred by the contract if any due to such termination.

iii. As on effectivedate of termination, Tendering Authority may payfor all the services delivered by the Bidder and accepted by thepurchaser, the consideration payable shall be based on servicerate as per agreement.

\:j

30

Page 37: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

23) Exit Managementa) Preamble

1. The word 'parties' include the procuring entity and the selectedbidder.

ii. This Schedule sets out the provisions, which will apply on expiryor termination of the work order.

iii. In the case of termination of the work order due to illegality,theParties shall agree at that time whether, and if so during whatperiod, the provisions of this Schedule shall apply.

IV. The Parties shall ensure that their respective associated entitiescarry out their respective obligations set out in this ExitManagement Schedule.

b) Transfer ofAssetsi. The selected bidder, if not already done, will transfer all the

SoftwareLicenses under the name of the RVPNas desired by theprocuring entity during the exit management period.

ii. RVPNduring the contract period shall be entitled to serve noticein writing to the selected bidder at any time during the exitmanagement period requiring the selected bidder to provideRVPNor its nominated agencies with a complete and up-to-datelist of the assets within 30 days of such notice.

111. Upon service of a notice, as mentioned above, the followingprovisions shall apply: -a. All title of the assets to be transferred to RVPN or its

nominated agencies pursuant to clause(s) above shall betransferred on the last day of the exit management period. Allexpenses occurred during transfer of assets shall be borne bythe selected bidder.

b. That on the expiry of this clause, the selected bidder and anyindividual assigned for the performance of the services underthis clause shall handover or cause to be handed over allconfidential information and all other related material in itspossession, including the entire established infrastructuresupplied by selected Bidder to RVPN.

c. That the products and technology delivered to RVPNduringthe contract term or on expiryof the contract shall be the legalproperties ofRVPN.

c) Cooperation and Provision of Information during the exitmanagement periodi. The selected bidder will allow RVPNor its nominated agencies

access to the information reasonably required to define thecurrent mode of operation associated with the provision of theservices to enable RVPNor its nominated agencies to assess theexisting services being delivered.

ii. The selected bidder shall provide access to copies of allinformation held or controlled by them which they have preparedor maintained in accordance with the work order and SOWs

y 31

Page 38: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

relating to any material aspect of the services provided by theselected bidder. RVPNor its nominated agencies shall be entitledto copy all such information comprising of details pertaining tothe services rendered and other performance data. The selectedbidder shall permit RVPNor its nominated agencies and/ or anyreplacement operator to have reasonable access to its employeesand facilities as reasonably required by RVPN or its nominatedagencies to understand the methods of delivery of the servicesemployed by the selected Bidder and to assist appropriateknowledge transfer.

d) Confidential Information, Security and DataThe selected bidder will promptly on the commencement of the exitmanagement period supply to RVPNor its nominated agencies thefollowing:1. Documentation relating to Intellectual PropertyRights;ii. Workorder related data and confidential information;iii. All current and updated data as is reasonably required for

purposes of RVPNor its nominated agencies transitioning theservices to its replacement selected bidder in a readily availableformat nominated by RVPNor its nominated agencies; and

iv. All other information (including but not limited to documents,records and agreements) relating to the services reasonablynecessary to enable RVPNor its nominated agencies, or itsreplacement operator to carry out due diligence in order totransition the provisionof the services to RVPNor its nominatedagencies, or its replacement operator (as the case may be).

v. Before the expiry of the exit management period, the selectedbidder shall deliverto RVPNor its nominated agencies all new orup-dated materials from the categories set out above and shallnot retain any copies thereof, except that the selected bidder shallbe permitted to retain one copy of such materials for archivalpurposes only.

e) Transfer of certain agreements1. On request by Procuring entity or its nominated agencies, the

selected bidder shall effect such assignments, transfers,innovations, licenses and sub-licenses as Procuring entity or itsnominated agencies may require in favour of procuring entity orits nominated agencies, or its replacement operator in relation toany equipment lease, maintenance or serviceprovision agreementbetween selected bidder and third party leasers, operators, oroperator, and which are related to the services and reasonablynecessary for carrying out of the replacement services by RVPNor its nominated agencies, or its replacement operator.

ii. Right of Access to Premises: At any time during the exitmanagement period and for such period of time followingtermination or expiry of the SLA,where assets are located at the

32

Page 39: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

selected bidder's premises, the selected bidder will be obliged togive reasonable rights of access to (or, in the case of assetslocated on a third party's premises, procure reasonable rights ofaccess to RVPN or its nominated agencies, andj or anyreplacement operator in order to inventory the assets.

f) General Obligations of the selected Bidder1. The selected bidder shall provide all such information as may

reasonably be necessary to effect as seamless during handover aspracticable in the circumstances to RVPNor its nominatedagencies or its replacement operator and which the operator hasin its possession or control at any time during the exitmanagement period.

ii. The selected bidder shall commit adequate resources to complywith its obligations under this Exit Management Clause.

g) Exit Management Plan1. The selected bidder shall provide RVPN or its nominated

agencies with a recommended exit management plan ("ExitManagement Plan") which shall deal with at least the followingaspects of exit management in relation to the SLAas a whole andin relation to the work order and SOWs.

ii. A detailed program of the transfer process that could be used inconjunction with a replacement operator including details of themeans to be used to ensure continuing provision of the servicesthroughout the transfer process or until the cessation of theservices and of the management structure to be used during thetransfer; and

111. Plans for the communication with such of the selected bidder's,staff, suppliers, customers and any related third party as arenecessary to avoid any material detrimental impact on RVPNoperations as a result ofundertaking the transfer; and

iv. If applicable, proposed arrangements and Plans for provision ofcontingent support in terms of business continuance and handholding during the transition period, to RVPNor its nominatedagencies, and Replacement Operator for a reasonable period, sothat the services provided continue and do not come to a halt.

v. The Bidder shall re-draft the Exit Management Plan annuallyafter signing of contract to ensure that it is kept relevant and upto date.

vi. Each Exit Management Plan shall be presented by the selectedbidder to and approved by RVPNor its nominated agencies.

vii. In the event of termination or expiry of SLA,work order or SOWseach party shall complywith the Exit Management Plan.

Vlll. During the exit management period, the selected bidder shall useits best efforts to deliver the services.

ix. Payments during the Exit Management period shall be made inaccordance with the Terms of Payment Clause.

33

Page 40: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

x. It would be the responsibility of the selected bidder to supportnew operator during the transition period.

24) Performance SecuritiesThe Bidder shall, within fifteen (15) days the from date of issue ofdetailed work order, provide a performance security for the dueperformance of the Contract in the amount equivalent to five percent(5%)of the Total Contract Price with validity up to ninety (90) days thecontractual period is over i.e 3 years from date of signing of contract.The same shall be extended by the Bidder, if required, dependingupon time extension of the Contract.The performance security shall be in the form of unconditional BankGuarantee from the Nationalized/ Indian Scheduled bank as per theprescribed Performa attached in Bid document.

25) Time for CommencementThe Bidder shall commence the work as per work order within 30(thirty) days from the date of issue of the work order. The Bidder shallthereafter proceed in accordance scope of work and time schedule orwithin extended time to which the Bidder has been entitled.

26) Acceptance and Taking OverAs soon as the contract period is over, the Bidder shall notify thePurchaser in writing. On receipt of Bidder's notice, the Purchasershall notify the Bidder in writing of any defects and/or deficiencies/ issues pending.If the Purchaser notifies the Bidder of any defects and/ ordeficiencies/issues, the Bidder shall then correct/resolve such defectsand/or deficiencies/issues and then shall notify the Purchaser inwriting for the same. If further defects and/or deficiencies/issues arenot notified by the Purchaser and Purchaser is satisfied with thefacilities, RVPNwill expedite the process of sign off and closure. Aftersuccessful completion of sign off, RVPN shall issue the AcceptanceCertificate. With the issue of Acceptance Certificate by the Purchaser,the facilities shall be deemed to be Taken Over by the Purchaser.

34

Page 41: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

SECTION 4: SCOPE OF WORK

4.1 INTRODUCTIONRVPNhas already purchased, customised and developed following SAPERP modules along with HANADatabase and same are being accessedfrom multiple business locations (officesj sites) of RVPNacross the statethrough Intranetj Internet.i) SAPECC6.0 (EhP7)

• Finance & Controlling,• Project System,• Investment Management,• Plant Maintenance,• Material Management,• Quality Management,• Document Management System,• Human Resources Management (HR)• Payroll,• EmployeeSelfService (ESS),• WorkforcePerformance Builder (WPB)

ii) NetWeaverProcess Integration (PI)jXI,iii) Business Intelligence and Business Object (BIBO),vi) Treasury & RiskManagement,vii) SAPFIORI& Screen Personas (not implemented till date),viii)SAPSolution Manager.

Certain functionalities have also been added using Microsoft .Nettechnology. These include Vendor bill tracking system, online paymentsthrough Rajasthan Payment portal(RPP), on line GSTRfiling through DolTportal, Integration of cited modules with Provident Fund module of DolTand integration with SLDCsoftware (STOMS)etc.The cited SAP Solution and related infrastructure is presently hosted atBSNLData Centre, Faridabad while the DRis hosted at BSNLData CentreAhmedabad. RVPNnow intends to shift IDCInfrastructure details ofwhichare available at Annexure- XVI-Ato Bhamashah State Data Centre (BSDC)located at Jhalana Doongri,Jaipur

4.2 SCOPE OF WORKThe bidder shall be broadly responsible for followingmajor activitiesthrough the contract period i.e. for a period of three years:-

I. On-site maintenance of cited SAPERPmodules and related SjW& hardware

II. On-site Development, Integration, Customisation, Testing andCommissioning of new Services and major modificationj updatingof existing services

35

Page 42: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

III. On-site TrainingIV. Shifting of Servers

I. On-site maintenance of cited SAP ERP modules and related S/W &hardware

The selected bidder shall provide on-site maintenance and developmentservices for the entire ERPsolution including the applications developedusing Microsoft.Net technologyat Jaipur. This service shall be providedthrough consultants as givenin sub-section 4.3.

The selected bidder would be required to perform the followingmajoractivities: -1. Asset Management Services

a. To create and maintain an asset database of all the RVPNassets (H/w and S/w) procured/installed IDe as well as DRSite, including the Networkdetails.

b. The asset database should have information like make,model, configuration details, serial numbers, licensingagreements, version details, warranty and AMC details,place/location of installation etc.

c. To record installation and removal of any equipment andinformRVPNeven if it is temporary.

d. To perform software license/patch management and notifyRVPNon licensing contract renewal before 3 months ofexpiry,

11. VendorManagement ServicesTo co-ordinate with respective stakeholders (RVPN/ DoIT&C/OEM/ BSNL etc.) for 100% upkeep of entireHardware/ software/ connectivity services to meet the SLAandfor timely repairs/replacement of faulty items and/or update/upgrade / troubleshoot the software/services.

111. ServerManagement Servicesa. To manage the servers (Physical& Cloud Based) on end-to­

end basis including server administration, cloudmanagement, performance tuning, hardware and softwaresupport and upkeep of the server. Also,whenever required,to undertake installation/re-installation of servers in termsof operating system, databases, clusters, virtualization,Application Server software, latest Softwareupdates/upgrades, patches etc.

b. To provide device/peripherals management, user

36

Page 43: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

management, file system management, files managementservices for the servers.

c. To implement operating system security /hardening andapplication server software level security for the servers.

d. To deploy and upload/configure/host and manage websites, application software and databases on the servers asper requirement and policies.

e. To assign rights on servers to different user's w.r.t. FTP,Remote Access etc. as per defined policies.

f. To ensure optimum utilization and performance of resourcesand timely implementing necessary measures to rectify theissues found.

iv. Backup & RecoveryManagement Servicesa. To ensure regular backups of all deployedservers.b. To restore the backups as and when required with minimum

downtime.c. Application and Data Replication from DC to DR and DR to

DCSite.

v. Other Important Servicesa. Formulation & Compliance to all policies and procedures

related to System Administration, Data-Base Management,Applications, Archives, Network Management & Security,Backup, Disaster RecoveryPlan, Fail Over system plan etc.

b. Prepare requisite system landscape and the procedures forsmooth working of SAP ERP and provide suggestion forimprovement.

c. Assistance with recovery from operator errors, system errorsor hardware failures

d. The log of support work (resolving the queries and issues)should be maintained properly

e. Bidder shall also assist RVPNin resolving Internet/Lease lineconnectivity related issues.

f. Support shall be providedon 24x7 basis.g. DC-DRDrill as per the requirement.

It is to clarify that bidder shall not be required to supply or repair anyhardware, the same shall be responsibility ofRVPN/BSDC.

The selected bidder shall provide complete set of documentation in onehard and one soft copy (onCD/DVD)as under but not limited to-

37

Page 44: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

• Yearly~ Policies and procedures related to System Administrationincluding, Data-Base Management, Applications, Archives,Network Management & Security,

~ Backup policy~ Disaster RecoveryPlan including Fail Over system plan~ Server Landscape details including IP Scheme details andConfigurationdetails

• Quarterly~ Asset detail including OEMswarranties~ issue register including issues receivedand issues resolved~ Rootcause analysis for any fault or interruption~ Monthlyperformance report for all servers~ Details of back up taken

Further, the selected bidder would also be required to perform thefollowingactivities: -

1. Overall system maintenance, bug fixing, configuration, datamigration, customisation and integration

11. Liaison with respective OEM for performance tuning, updates,patches, upgrades etc as and when releasedj advised by respectiveOEM.

iii. Effectiveimplementation of Solution Manager and support system(TicketManagement)

iv. Timelyresolution of issues and ticketsv. Process improvement and enhancements including changes related

to changes in taxes, rules and laws, etc.VI. Operational assistance with special processing events (end of year

close off, tax reporting, annual accounts, balance sheets, carryforward ofannual plan etc).

V11. Study already implemented SAP-ERP processes in RVPN andprovide suggestions for improvement including its implementation

viii. To provide offshore support for WPB,DMSand QM as per RVPNrequirement at no extra cost.

The selected bidder shall provide complete set of documentation in onehard copyand one soft copyon CDjDVDas under:-

• Quarterly basis~ Step by step guide including processes customised,

developed,configured,under various SAPmodules and any

y 38

Page 45: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

other application along with complete coding details foreach minor development

~ Test cases and report~ Time sheet

II. On-site Development, Integration, Customisation, Testing andCommissioning of new Services and major modification! updatingof existing services

The selected bidder shall be required to undertake developmentworksrelated to creation of functionality/ program/ reports/ transactionscreens related to existingmodules and applications.

For major development works, if any, (other than minor works to bedone in the previous sub-section/paragraph), cost of the same (on thebasis of consultants-months required & the agreed rates) and the timeperiod shall be agreed before starting the work.

If consultants having expertise other than those specificallymentionedat sub-section 4.3 are required, they willbe paid at man-months rate ofconsultants of similar expertise.

The selected bidder shall have to furnish test cases after completion ofdesigning, development and testing of process by the consultants.Thereafter the process shall be got tested by RVPNteam as per the testscript submitted by the bidder. VAT result shall be approved by thepurchaser.

The selected bidder shall provide complete set of documentation in onehard copyand one soft copyon CD/DVDas under:-

• Quarterly basis~ Step by step guide including processes customised,

developed,configured,under various SAPmodules and anyother application along with complete coding details foreach major development

~ Test cases and report~ VAT report~ Timesheet

III. ON-SITETRAINING

The selected bidder shall provideon-site training to both end-users andIT Team on areas mentioned below. Both the trainings shall beorganizedat Jaipur.

39

Page 46: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

a) End-user TrainingThe selected bidder shall conduct end-user training on the live ERPsystem in phases with duration of at least one month.

Training on main features of SAP functional modules will be impartedby the selected bidder. The end-user training would be conducted inmultiple batches. This service shall be provided through consultants asgiven in sub-section 4.3.The selected bidder shall provide following documents for completion ofeach end user training:-

• Feedback forms and attendance sheet in hard copy.• Training manual in one hard copy and one soft copy on CD/ DVD

b) IT Team TrainingIT Team training shall be based on the following areas: _

• BASIS• BIBO

• SAP ERP Modules (all modules) including Configuration ofsystem

• ABAPProgramming for customizationa/ development works• Adobe Forms/Report development etc.• HANAdatabase administration• FIORI

This training shall be based on updated standard of SAP ERPcertification training course. Training would be conducted at least onceduring the contract period to an estimated 10 participants. The detailedtraining plan shall be decided mutually. Training will include hands-onsessions for which required space and IT infra would be provided byRVPN. This training shall be provided through consultants as given insub-section 4.3.The selected bidder shall be intimated separately for scheduling IT teamtraining and the bidder shall have to start training within 6 weeks fromthe date of issue of letter by RVPN.The selected bidder shall provide following documents for completion oftraining to IT team:-

• Feedback forms and attendance sheet in hard copy.• Training manual in one hard copy and one soft copy on CD/DVD

RVPN will measure the effectiveness of training imparted after thecompletion of the training through training feedback forms. If theconsolidated feedback of the training is not up to the desired level of

40

Page 47: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

expectation then same shall be re-organised by selected bidder at noextra cost.

IV. SHIFTING OF SERVERS

The bidder shall prepare of a consolidated Migration Plan Reportincorporating the followingactivities. All related documentations shallbe got approved by the purchaser.

Before shifting the IDC infrastructure from BSNL Faridabad, SAPapplication would be operationalized from BSNL DR site located atAhmadabad so that entire system is operational and accessible at allRVPNoffices across the state. Once the application is operational fromBSNLDR site Ahmedabad, then process of physical shifting would beimitated.

RVPNafter evaluating the Migration report shall intimate the bidder inwriting for initiating the shifting related activities

The bidder shall be broadly responsible for followingmajor activities: -

(i) DecommissioningThe following activities shall be carried out by the bidder during.decommissioning phase:

a. To prepare Feasibility, As-Is, current Layout & rack placement,schemas used, Asset Tagging,Risk AnalysisMitigationTechniqueReport.

b. To prepare As-Is physical/logical port mapping between theserver/ network/ security devices

c. To prepare To-BeDocumentation for new site setup (the TO-BEsetup LAN/ WAN/ 3rd Party DMZ Architecture Network andSecurity connectivity)and shall include details such as:

• Current architecture• LinkDetails• Inventory details

d. Validation of the current and proposed, network/ security/ 3rdParty DMZArchitecture design in the followingareas:

• Architecture• Deviceconfigurations• Devicelayouts• Deviceredundancy• lOS• Rack layouts• Networklink redundancy• Proposed design

e. Toprepare MigrationAcceptance test planf. Estimate migration timelines

41 If'

Page 48: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

g. Termination of links

h. Complete decommissioning of Servers for application and HANADatabase as per standard procedures.

(ii) Packinga. The bidder shall pack the Servermachines as required to preventits damage or deterioration during transit to their finaldestination. During transit, the packing shall be sufficient towithstand, without limitation, rough handling and exposure toextreme temperatures, salt and precipitation, and open storage.Packing case size and weights shall take into consideration,where appropriate, the remoteness of the final destination of theGoodsand the absence ofheavy handling facilitiesat all points intransit.

b. The packing, marking and documentation within and outside thepackages shall strictly comply instructions provided by thepurchaser.

(iii) Insurancea. The goodsmigrated/ shifted shall be fully insured against loss bytheft, destruction or damage incidental to manufacture oracquisition, transportation, storage, fire, flood,under exposure toweather and delivery at the designated project locations, inaccordance with the applicable terms. The insurance charges willbe borne by the bidder and the purchaser will not pay suchcharges if incurred. The estimated cost of the IDC hardware isRs. 1.15 Crores.

b. The insurance shall cover all the liabilities starting from"SwitchingOFF"position of all servers till "SwitchingON".

c. The goods will be delivered at the FOR destination in perfectcondition.

(iv) Transportationa. The bidder shall be responsible for transport by road and deliveryof the material in the good condition at specified destination. Inthe event of any loss, damage, breakage or leakage or anyshortage the bidder shall be liable to make good such loss andshortage found at the checking/ inspection of the material by theconsignee. Noextra cost on such account shall be admissible.

b. Allgoodsmust be sent freight paid through goods transport.

(v)UnpackingThe bidder shall be responsible for unpacking and safe placing of

.•\ I, , 42,-

Page 49: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

goods at proper location with taking standard measures andpractices as per OEM best practices/recommendations.

(vi) Installation & Commissioninga. The bidder has to refer To-BE document for proper installation.b. The bidder has to perform proper installation and commissioning

of the Server Machines at the location identified by the purchaseras DC in consultation with the DoIT&C/BSDC team and shallfurnish installation and commissioning report to the purchaser.

c. The Bidder would be required to re-configure the existing networklinks i.e. Internet Lease Line (ILL), MPLS and DC-DR networklinks to connect the new DC site to DR site including re­configuration of IP scheme of public and local IPs.

d. Furnishing of Final Acceptance Testing Report after 1 month ofsatisfactory work completion and its acceptance by thepurchaser.

Tentative completion period of the whole activities {as mentioned in para(i) to (vi)above} shall be 2 month from the date of issue of letter for startof shifting work by the purchaser.

4.3 CONSULTANTS/GENERALCONDITIONS/ REQUIREMENTSThe works/ services given in paragraphs I, II and III of sub-section 4.2shall be provided by consultants, who should be on the rolls of theselected bidder. The estimated number of consultants and man monthare given below-

S.No. Types of No. of Minimum Qualification andconsultant Resources x Experienceincluding Estimatedsimilar ManMonthsexpertise (MM)

• SAP Implementation/1.1 PS cum 1M 1 x 36 MM Development/ Support1.2 PM 1 x 36 MM experience of at least 2 projects1.3 MM 1 x 36 MM with domain experience during1.4 FICOcum TRM 1 x 36 MM the last five financial year (i.e1.5 HCM 1 x 36 MM from FY2014-15 to 2018-19).1.6 Payroll1.7 BIBO 1 x 36 MM • Consultant of respective module

1.8 BASIS 1 x 36 MM should: -1 x 36 MM o be SAP certified consultant

in respective module with 21.9 ABAP 4 x 36 MM years experience

- oro have at least 3 years SAP

Implementation/

43

Page 50: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

2 lx18 MM

1xg MM

years SAP/Support

Sr. DevOps(MS .Net cumMS-SQL)

3 SAP FIORIconsultant

1 x6 MM

Development/ Supportexperience

• For FICO, consultant must alsobe CAl ICWA/ MBA (Finance).FICO consultant shall alsoprovide support for TRM. In caseFICO consultant IS unable toprovide TRM support, thenonsite services of TRMconsultant shall be provided asper requirement at no additionalcost to RVPN.

• PS consultant shall providesupport for 1Malso.

• HCM consultant should beMBA/MA(HR) or equivalentqualifica tion

• BIBO consultant should havesufficient expertise to Re­Design/maintain existingDashboard and development ofnew Dash board, carry outmaintenance of BI reportingsystem for vanous level ofmanagement, and developmentof new BI reports as per therequiremen t of RVPN

• At least 3 years experience In

development / support servicesrelated to .NET& SQLwork and

• Should have expertise In webapplication development and frontend design, database managementfield.

• At least 3 years SAPImplementation / Supportexperience in SAP-FIORI

• Should have experience of at least2 projects of SAP FIORIpreferablyin Govt. departmen t / powersector.

• At least 3Implemen tationexperience.

• Experienceprojects indevelopment

of more than 2PI/PO application

4 PO/PIConsultant

1 x6 MM • At least 3 years SAP/Support

5 ESS PortalConsultant Implementation

experience

44

Page 51: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

• Experience of more than 2projects in ESS applicationdevelo_E_ment

6 SMEs/ 3MM • At least 5 years SAPConsultants Implementation / Support

experience• Experience of imparting training

of functional modules, ABAP,BIBO, BASIS, Adobe report,HANAdata base Admin etc.

The number of consultants and man-months are indicative andmentioned for the purpose of estimation only. However, the paymentwill be made as per actual manpower deployed. It may be noted that theessence of the contract is providing of services. Deployment ofconsultants will not relieve the selected bidder from providing theservices. The consultants deployed will only be used as a measure forthe purposes of payment on satisfactory delivery of services. RVPNreserves the right to increase / decrease the no. of consultants.

Some offsite consultants may also be required for providing servicesmentioned herein. If consultant of a particular skill is required for alonger period, he will be deployed onsite. The mere fact that onsiteconsultants of a particular expertise have not been deployed onsite willnot be an excuse not to provide any of these services. As mentionedearlier, the essence of the contract is providing of services and notconsultants. The payment made for consultants deployed onsite willinclude charges for off-site consultants deployed, if any, to provide theservices. No separate payment will be made for services of off-siteconsultants used on and off.However,in extraordinary circumstances,if consultant is used for a long period off-site, payment may beconsidered with prior approval of RVPN.

The successful bidder, as per intimation from RVPN,will submit CVsofat-least 3 proposed consultants in each category for interview andapproval by RVPN.Upon receipt of CVs, RVPNwill conduct interviews(Con-call/Vif/face-to-face] and revert with the approved consultantprofiles. Only after approval by RVPN,respective consultant(s) shall bedeployedby selected bidder.

If required, onsite consultants would be required to travel to differentRVPNoffices in Jaipur or outside Jaipur for which necessary vehicle",shall be provided by RVPNand for outside journey from Jaipur, TAandDAas admissible to officerof the rank ofAssistant Engineer.

The successful bidder shall nominate an onsite consultant from

45

Page 52: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

deployed team as team leader / co-ordinator as SPOC between RVPNandthe selected bidder.

The onsite team would be working on all RVPNworking days. Wheneverrequired / deemed necessary, it would also work on holidays for whichno additional cost shall be paid by RVPN.

Laptops, desktops, data dongle, printer, stationary etc. for carrying outits services and halt/stay provisions of consultants in Jaipur (Raj.) shallbe arranged by the bidder at its own cost and no additional cost shallbe payable to bidder for the same.

The selected bidder shall provide yearly/quarterly reports of the FMS,maintenance and training done in each quarter/year along with thetime sheet of all consultants duly verified by designated RVPN officersas per agreed schedule and would submit the same as deliverable alongwith quarterly invoices during the contract period.

4.4 RESPONSIBILITIES OF RVPN

RVPNwill provide SAP connectivity and access to offsite consultantsand will provide sitting arrangement, basic infrastructure includinginternet facility to onsite consultants of bidder. RVPNwill providetraining infrastructure etc. and two-time tea and lunch etc. to thetrainees.It may be noted that licenses of any new SAPERPmodule, if required,to be implemented in RVPNshall be providedby RVPN.

J46

Page 53: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

SECTION 5 : SPECIAL CONDITIONS OF CONTRACT

1) Payment Terms and Schedulea) Payments to the bidder, after successful completion of the target

activities (including specified deliverables), would be made as under:-

1 On-site consultants for Reports/ After 100% of the linePS cum IM/ PM/ MM/ document as per completion item no. 1 to 6FICO cum TRM/ sub-section 4.2 of each ofBOQ onHCM/ Payroll/ BI (I& II) quarter acceptance ofBO/ BASIS/ABAP/ Sr. the Quarterly /DevOps / SAP Fiori / completionPO/ PI/ ESS Portal or Report based onsimilar expertise actual

manpowerdeployed

2 Training to IT team Reports/ After 100% of the linedocument as per completion item no. 7 ofsub-section 4.2 of training BOQon(III) acceptance of

completionReport based onactualmanpower

Shifting of servers3 Reports/document as persub-section 4.2(IV)

Aftercompletionof work

item No.8 ofBOQonacceptance ofinstallation andcommissioningreport andremaining 10%on FinalAcceptanceTe

b) The selected bidder's request for payment shall be made to the purchaserin writing, accompanied by invoices in triplicate describing, as appropriate,services performed, and alongwith the required documents submittedpursuant to general conditions of the contract and upon fulfilment of all theobligations stipulated in the Contract.

c) Due payments shall be made promptly by the purchaser, generally withinthirty (30) days after submission of an invoice or request for payment by theselected bidder and the purchaser has accepted it.

47

----------- --- ----

Page 54: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

d) The currency or currencies in which payments shall be made to the selectedbidder under this Contract shall be Indian Rupees (INR)only.

e) All remittance charges will be borne by the selected bidder.

f) Acceptance of followingshall not be withheld for minor shortcomings. Incase there are minor shortcomings, the same shall be intimated to selectedbidder who shall rectify them as far as possible. Payments shall be madeafter making suitable deductions on account of these shortcomings:

i. Yearly/ Quarterly reports related to AMS,maintenance of ERPand Training

ii. UATformajor developmentworks

g) In case ofdisputed items, the disputed amount shall be withheld and willbepaid only after settlement of the dispute.

h) Any penalties/ liquidated damages, as applicable, for delay and non­performance, as mentioned in this bidding document, willbe deducted fromthe payments.

i) Taxes, as applicable, will be deducted/ paid, as per the prevalent rules andregulations.

j) "Quarter" means the period of 3 months from the date of start of respectiveservices.

48

Page 55: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

2) Service Level Management and Agreement

During the contract period, guarantees shall be given by the Bidder withrespect to the operations, availability& performance of the SAPERPsolutionas per the provisions of the Service Level Agreement defined in thisannexure.

SLA Service Agreement

a. General:-1. It is desirable that consultants shall be deployedat-least for one year

at RVPNsite. In case, Successful Bidderwants to change any onsite /offsiteconsultant, prior approval of RVPNis required. Approvalwillbegiven only after proper scrutiny of CVof proposed replacement andinterviewthrough con-call/VC /face to face

ii. If any consultant is changed/replaced without the prior and properapproval of Purchaser, penalty equal to one man month charges of thesaid consultant (salaryalready paid/being paid) shall be levied.

111. In case of failure to meet the standards of the purchaser, (whichincludes efficiency,cooperation, discipline and performance) biddermay be asked to replace the consultant without delay.

IV. Once RVPNhas served notice for replacemnt of any consultant,thereafter no payment shall be made by RVPNagainst the saidconsultant, till the suitable consultant is provided, the interveiningperiod shall be counted as absent and penaly as per clause (viii)willbe applicable

v. The replaced consultant will be accepted by the purchaser only if hefulfills the minimum eligibilitycriteria as per this bid and is foundsuitable to the satisfaction of the purchaser assessed through themethod described at s.no. (i) above. The outgoing consultant shouldcomplete the knowledgetransfer with the replaced consultant as perthe satisfaction of the purchaser.

vi. Every consultant shall be eligible for 15 leaves per year during theengagement period (proportionatelydivided for period of engagementin case not engaged forwholeyear). However,leave is not a right and,as per requirement of the project, purchaser may deny leave(s}to aparticular consultant(s}.

Vll. In the case of absence (apart from Government Holidays) of aconsultant during project period, no payment will be made for theday(s}a consultant is absent.

viii. In case any consultant is absent for more than 10 days without priorapproval of Project Manager, RVPN,penalty @10%of the total manmonth cost of the respective consultant shall be levied, which shallincrease to 20% in case consultant is absent more than 10 days orupto 30 days in month. Even consultant remains absent for morethan one month, penalty @25% of the total monthly cost of the

Page 56: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

respective consultant shall be levied till the replacement IS madeavailable to the satisfaction ofRVPN.

b. SLAService Management Portal (Solution Manager)The Solution Manager will be used as SLA Performance ServiceManagement Portal custom designed for deliveringSAPSupport. Selectedbidder should use solution manager for loggingincident tickets and viewevents/schedule of change/key contract dates, share documentation,interact with SLAstaff, and collaborate on any aspect of the service beingdelivered. SLAs shall be measured on a monthly basis. The Selectedbidder's nominated project manager shall submit to the Purchaser in thefirst week of the calendar month, a performance report, which shalldocument the performance with respect to the service levels during theprevious month. These reports will form the basis for the quarterlyreviews for the Service level metrics and or addition / changes to theschedule.

c. Service Availability• The Normalworking hours of service are Monday-Friday 09.30AM_06:00PM, but for scheduled activities (for e.g. Basis activities, DRdrill, server maintenance, etc.), the selected bidder should extend hissupport services beyond such normal working hours and even onholidays.

• The Solution Manager shall be available 24/7/365 (excludingplanned maintenance)

• Incident tickets can be loggedat any time via the Solution Manager• Problem/Issue/New development requests can be loggedat any timevia the SolutionManager.

d. Incident Management (for existing process developed in RVPN)Within the Solution Manager and SAPapplication, User will create anIncident Ticket. When creating an Incident Ticket, User will be asked toprovide a brief summary and details of the incident. The incidentcategory and incident priority fieldsmust also be set in consultation withthe purchaser.

e. New development

The new developmentwork shall be as per scope ofwork clause No.4.2 (II).

Such request type will be resolved as per the agreed timeline betweenRVPNand SelectedBidder beforecommencement of development.

If development hand over time after testing and removal of bug/ errors ismore than mutually agreed timeline the penalty shall be imposed as perclause No. 14 "LiquidatedDamages"of Section 3: GCC.

rv(so

Page 57: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

f. Shifting of servers

The work of shifting of servers shall be as per clause No.4.2 (IV)of scopeof work. The completion time for shifting of servers including installationand commissioning shall be as mentioned in per Work order. If the workhas not been carried out within scheduled time period, penalty @ Rs.20000/- per day or part thereof for delayed period shall be levied. Themaximum applicable penalty shall be 10% of the total cost of shifting ofserver.

51

------_._._- .

Page 58: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

(List of required documents to be submitted online duly signed digitally by Authorized Signatory)

CHECK LIST

S. No.

Particulars as per

specification

Description of required document Details of documents to be uploaded by bidder along with relevant page Nos.

1) COVER – I : Details of fee / certificates for Bid Security, Tender processing fee and Cost of Tender documents (In PDF format only)

1 Details of Bid Security

Proof of depositing Bid Security (DD/ Banker’s Cheque/ Bank Guarantee in Annexure-I)

To be uploaded at EPROC website

2 Tender processing fee

Proof of depositing DD/Banker’s Cheque towards e-tender processing fee.

3 Cost of Tender Document

Proof of depositing cost of tender documents (DD/ Banker’s Cheque). (Non-refundable)

2) COVER – II : Techno- Commercial Bid (In PDF format only) 1 Annexure-IV Authorization of Digital Signature

To be uploaded at EPROC website

2 Annexure-V Undertaking by the Bidder 3 Annexure-VI Technical Deviation 4 Annexure-VII Commercial Deviation 5 Annexure-VIII Bidder’s contact details 6 Annexure-IX Details of SAP ERP Implementation 7 Annexure-X Details of personnel to be deployed 8 Annexure-XI Payment through RTGS/ NEFT 9 Annexure-XII Balance-Sheet 10 Annexure-XIII Self Declaration 11 Annexure-XIV SAP Partnership or CMMi certificate

3) COVER – III : Financial/Price Bid (In XLS format only) 1 Attachment-1 Price Bid MS Excel format. To be uploaded at

EPROC website Note

1. Please indicate Page no. of related document/proof submitted to evaluate the bid. :

2. All documents should be submitted online in PDF Format only except Price bid. 3. All the required information shall be furnished strictly in prescribed formats only. Any

information other than the prescribed formats shall not be entertained.The bid shall be evaluated on the basis of information furnished in the prescribed formats.

4. All the documents along with all sections involved in bid shall be seal and signed and then shall be uploaded with valid digital signature.Each documents to be uploaded on or before due date shall be digitally signed and stamped on each page by the authorized person of company.

5. The purchaser may advise any bidder to furnish the documents in original or copy duly attested by Notary as the case may be for verification, in physical form on short notice of three days.

Page 59: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

1

Annexure-I

(For Bid security) PERFORMA OF BID BANK GUARANTEE

(Bank Guarantee in lieu of Bid security on non-judicial Stamp Paper of Rajasthan Government of the value as required under the Rajasthan Stamp duty Act)

The Chief Engineer (IT) GUARANTEE NO.________ Rajasthan Rajya Vidyut Prasaran Nigam Limited, DATE __________________ Vidyut Bhawan, Jan path, Jyoti Nagar, AMOUNT _______________ Jaipur-302005 DATE OF VALIDITY_______________ DATE OF VALIDITY WITH GRACE

PERIOD_______________________

THIS DEED OF GUARANTEE is made this day __________ of __________________ of the year _________ between the Superintending Engineer (MIS&IT), Rajasthan Rajya Vidyut Prasaran Nigam Limited (which expression shall unless excluded by or repugnant to the context includes his successors, assigns and his authorized representatives, hereinafter called “The Owner”) of the one part and the __________________________, having its Head office at ______________________hereinafter called "The Bank" (which expression shall unless excluded by or repugnant to the context includes its successors and assigns) of the other part.

Whereas _________________ [name of the Bidder] (hereinafter called “the Bidder”), having their/its Registered/Head office at _________________________, has submitted its bid dated _______________[date of submission of bid] for _____________________ __________________________________________________________________[name of work].

AND WHEREAS as per the terms of the specification it was provided that the bidder should furnish a Bank Guarantee of Rs____________(Rupees_________________) to protect the owner against the risk of bidder’s conduct (to execute the contract documents and performance security etc.)

AND WHEREAS at the request of the bidder the Bank has agreed to execute these presents. NOW THIS INDENTURE WITNESS AND IT IS HEREBY AGREED AND DECLARED by the and between the parties hereto as follows:

1. KNOW ALL PEOPLE by these present that We _____________ [name of bank] are bound unto__________________ [name of Purchaser] in the sum of Rs.*________________ for which payment well and truly to be made to the said owner, the Bank binds itself, its successors, assigns and his authorized representatives by these presents. Sealed with the Common Seal of the said Bank this _____ day of ____________ 20______

2. THE CONDITIONS of this obligation are :

(i) If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder in the Bid Form; or

(ii)If the bidder refuses to accept the correction of error in his Bid; or

(iii) If the Bidder, having been notified of the acceptance of its Bid by the Purchaser during the period of bid validity:

(a) fails or refuses to execute the Contract Agreement, if required: or (b) fails or refuses to furnish the performance security, in accordance with the General

Conditions of Contract.

Page 60: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

2

3. We undertake to pay to the purchaser up to the above amount upon receipt of its first written

demand, without the purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or all of the three conditions specifying the occurred condition or conditions.

4.The decision of the CHIEF ENGINEER (IT) , RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LIMITED, JAIPUR shall be final whether breach has been committed on the right to demand the amount of guarantee from us which has accrued to the purchaser.

5. This guarantee shall not cease or determine, if the purchaser grants time or indulgence or vary the terms of the contract with the Contractor or without our consent or knowledge.

6. The guarantee herein contained shall not be affected by any change in the constitution of the Contractor.

7. We……………………………… further undertake not to revoke this guarantee during its currency except with the previous consent of the CHIEF ENGINEER (IT), RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LIMITED, JAIPUR.

8. All disputes arising under the said guarantee between the Bank and the Nigam or between the Contractor and the Nigam pertaining to the guarantee, shall be subject to the jurisdiction of Courts in Jaipur, Rajasthan alone.

9. This guarantee will remain in force up to and including one hundred eighty (180) days after the date of the opening of bids, i.e. up to ………………., with a further grace period of Ninety (90 ) days and any demand in respect thereof should reach the Bank not later than the above date.

Yours faithfully,

Bankers (EXECUTENT)

Signed by the above named Bank in presence of :-

(Signature with full Name and Address)

Witness :

1.___________________

2.___________________

Attested by Notary Public, First Class Magistrate or directly confirmed by the executing bank.

* The Bidder should insert the amount of the guarantee in words and figures denominated in the currency of bid i.e. Indian Rupees.

Page 61: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

3

Annexure-II

PERFORMANCE BANK GUARANTEE FORM

(Performance Bank Guarantee on non-judicial stamp paper of Rajasthan Govt. of appropriate value)

The Chief Engineer (IT) GUARANTEE NO.________ Rajasthan Rajya Vidyut Prasaran Nigam Limited,

DATE __________________

Vidyut Bhawan, Jan path, Jyoti Nagar, AMOUNT _______________ Jaipur-302005 DATE OF VALIDITY_______________ DATE OF VALIDITY WITH GRACE

PERIOD_______________________ Dear Sir, THIS DEED OF GUARANTEE is made this day __________ of __________________ of the year _________ between the Chief Engineer (IT), Rajasthan Rajya Vidyut Prasaran Nigam Limited (which expression shall unless excluded by or repugnant to the context includes his successors, assigns and his authorized representatives, hereinafter called “The Purchaser”) of the one part and the _______________________________, having its Head office at _______________________________hereinafter called "The Bank" (which expression shall unless excluded by or repugnant to the context includes its successors and assigns) of the other part. WHEREAS MESSERS ________________________ (hereinafter called “The Contractor”), having their/its Registered/Head office at _________________________, agreed to _________________ to the Chief Engineer (IT), Rajasthan Rajya Vidyut Prasaran Nigam Ltd. against Purchase Order No. __________________ dated _____ (hereinafter referred to as the contract). AND WHEREAS as per the terms of the contract it was provided that the Contractor should furnish a Bank Guarantee equivalent to ________% of the total contract value of Rs.__________(Rupees____________) by way of security for execution of work as per the said contract, so as to make it meet the guarantee and requirements of the contract. AND WHEREAS at the request of the Contractor the Bank has agreed to execute these presents. NOW THIS INDENTURE WITNESS AND IT IS HEREBY AGREED AND DECLARED by the end between the parties hereto as follows: 1. The Bank hereby guarantees to the Chief Engineer (IT), Rajasthan Rajya Vidyut Prasaran

Nigam Ltd., the fulfillment by the Contractor of the various obligations imposed on him under the aforesaid contract including the obligations of the Contractor to timely to execution of work and the bank further guarantees to the Rajasthan Rajya Vidyut Prasaran Nigam Ltd. that the Contractor shall substitute and service/supply any material free of cost that may be required due to defects arising from faulty service/ workmanship and execution of work the Bank undertakes to indemnify and keep the Chief Engineer (IT), Rajasthan Rajya Vidyut Prasaran Nigam Ltd. indemnified to the extent of Rs. _________ ( Rupees ______________) against any loss or damage that may be caused to or suffered by the Rajasthan Rajya Vidyut Prasaran Nigam Ltd. by reason of any failure by the Contractor to timely to execution of work as aforesaid and further undertake to pay to the Chief Engineer (IT), Rajasthan Rajya Vidyut Prasaran Nigam Ltd. on demand a sum not exceeding Rs. ________ (Rupees __________________) in the event of the Contractor failing or neglecting to perform and discharge the aforesaid duties and obligations on their part to be observed and performed under the said contract.

The decision of the Chief Engineer (IT), Rajasthan Rajya Vidyut Prasaran Nigam Ltd. as to whether the Contractor has failed or neglected to perform or discharge his duties and obligations as aforesaid and as to the amount payable to the Chief Engineer (IT), Rajasthan Rajya Vidyut Prasaran Nigam Ltd. by the Bank herein shall be final and binding on the Bank.

Page 62: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

4

2. The guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said contract and it shall continue to be enforceable till all the obligations to the Rajasthan Rajya Vidyut Prasaran Nigam Ltd. under or by force of the contract have been fully and properly discharged by the said Contractor, subject however, to the conditions that the Rajasthan Rajya Vidyut Prasaran Nigam Ltd. will have no right under this guarantee after ____ months from the date of ______________________ , provided further that if any claim arises by virtue of this guarantee before the aforesaid date, the same shall be enforceable against this bank notwithstanding the fact that the same is enforced after the aforesaid date.

3. The guarantee herein contained shall not be affected by any change in the constitution

of the Contractor or Bank. 4. The Chief Engineer (IT), Rajasthan Rajya Vidyut Prasaran Nigam Ltd. shall have the

fullest liberty without affecting the guarantee to postpone for any time and from time to time any of the powers exercisable by the NIGAM against Contractor and either to enforce or forebear from enforcing any of terms and conditions of the said contract and the Bank shall not be released from its liability under this guarantee and exercise of the Rajasthan Rajya Vidyut Prasaran Nigam Ltd. of the liberty with reference to the matter aforesaid or by the reasons time being given to the Contractor or any other forbearance, act or omission on the part of the Rajasthan Rajya Vidyut Prasaran Nigam Ltd. to the Contractor or by any other matter or thing whatsoever which under the law relating to the sureties shall not for this provision have the effect of so releasing the bank from such liability.

5. The Chief Engineer includes Additional Chief Engineer and any other officer exercising

the powers of Chief Engineer, Rajasthan Rajya Vidyut Prasaran Nigam Limited, Jaipur. 6. The Bank further undertake not to revoke this guarantee during its currency except with

the previous consent of the Chief Engineer (IT), Rajasthan Rajya Vidyut Prasaran Nigam Limited in writing.

7. All disputes arising under the said guarantee, between the Bank and the Nigam or

between the Contractor and the Nigam pertaining to this guarantee, shall be subject to the jurisdiction of Courts, only at Jaipur in Rajasthan alone.

8. Notwithstanding anything contained herein before, the Bank's liability under this

guarantee is restricted to Rs. _________ (Rupees _____________) and the guarantee shall remain in force upto __________________________________. Unless demand or claim in writing is presented on the ____________________ (mention the branch of the bank situated in Jaipur at which the claim is payable) Bank within six months from that date, the Bank shall be released and discharged from all liabilities there under. However the validity of the bank guarantee shall be extended as and when required by the Rajasthan Rajya Vidyut Prasaran Nigam Limited.

9. IN WITNESS WHEREOF THE BANK HAS executed these presents the day and year

written above.

Yours faithfully,

Bankers (EXECUTANT) Signed by the above named Bank in presence of: - (Signature with full Name and Address) Witness: - 1. 2.

Attested by Notary Public, First Class Magistrate or directly confirmed by the executing bank.

Page 63: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

5

RAJASTHAN RAJYA VIDYUT PRASARAN NIGAM LTD.

Annexure-III

(On Non-Judicial Stamp of Rajasthan State of Appropriate value)

This Indenture made at __________ on _________this ______________ day of the Month of ________________of the year __________________________________between the Chairman and Managing Director the Rajasthan Rajya Vidyut Prasaran Nigam Ltd., (hereinafter referred to as the owner which expression unless the context does not permit includes his successors and assigns) of the one part and

AGREEMENT

(1)

Messers ____________________ a Proprietorship firm having its proprietor Mr/Mrs__________________and having its Registered office at _________________________ (hereinafter referred to as Service Provider/supplier which expression unless the context does not permit includes their successors and permitted assigns).

To be used in case of Proprietorship firm

(2)

Messers ____________________________ a Private/ Public Limited Company incorporated on _________________ under the _______________ Companies Act and having its Registered office at _____________________ (hereinafter referred to as Service Provider/supplier which expression unless the context does not permit includes their successors and permitted assigns).

To be used in case of Limited Companies

(3) To be used in case of Partnership concerns

Messers _______________ a Partnership Firm consisting of the following Partners namely:

(Name) (Age) (Residence) (Occupation)

1

2

3

4

having its registered office at _________________________________

(hereinafter referred to as Service Provider which expression unless the context does not permit includes their respective heirs, executors, administrators, legal representatives, permitted assignees) of the second part witnesseth as follows:-

(1) The Service Provider, do by these presents agree to execute the work to the owner and the owner does agree to get work execute from the Service Provider the material/service specified in the Work Order No.___________ dated _____________ and amendment letter No. ______________ dated _________ appended and on the terms & conditions contained in the said order and amendment letter. The General terms & conditions of the contract, GCC, SCC, Instructions to the bidders & other documents appended hereto are considered a part of this agreement.

(2) The Specifications of the materials to be supplied under this agreement shall be as set forth in the tender specification.

(3) (a) The Service Provider is to execute the work order:-

(i) Cost/prices ______________________

Page 64: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

6

(b) Cost/ charges etc. which may be payable as per Clause No. ______ of Work order would be the Owner’s liability and if incurred would be to his account.

(4) In case of dispute as to whether any execution of work are or are not in accordance with Specifications set forth in the schedule, the decision of the Superintending Engineer, RVPN shall be final and binding on both the parties.

(5) The completion shall be effected and completed as per clause No. ___________ of the W.O. from the date of this work order and amendment letter No. _____ dated_________.

(6) Payment of the price for the execution of work under this agreement shall be as under:

(a) As per clause No. __________ of the Work Order and amendment letter No. _______ dated __________ to the W.O.

(7) The Service Provider is also bound to fulfill all the conditions mentioned in the above work order.

(8) The work to be executed under this agreement shall be as per terms and conditions mentioned in the above work order.

(9) If any sum remains due or becomes recoverable from the Service Provider on account of the non-fulfillment of this agreement or on account of any other reason, the Service Provider shall pay the same immediately on demand. If the Service Provider do not make such payment on demand, the owner shall be entitled to recover the same from the Service Provider as arrears of Land Revenue.

(10) All disputes arising under the said agreement, between the Owner and Service Provider, pertaining to the said work order, shall be subject to the jurisdiction of Courts, only at Jaipur in Rajasthan alone.

(11) In witness of the due execution of this agreement the parties have hereunder set their hands, signed and delivered by

In case of Limited/ Partnership Shri ___________ (1) Signature

Companies & Firms Designation (2) Signature

For and on behalf of ______________________ (1) Signature

In presence of witnesses (2) Signature

Signed and delivered by

In case of Individuals Shri __________________ (1) Signature

In the presence of witness:

(1) Shri __________________ Designation (1) Signature

(2) Shri __________________Designation (2) Signature

Signed and delivered by the ___________________ Rajasthan Rajya Vidyut Prasaran Nigam Ltd., ________ by order and on behalf of the Chairman and Managing Director of the Nigam.

Rajasthan Rajya Vidyut Prasaran Nigam Ltd.,

(Seal to be affixed)

Page 65: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

7

Annexure-IV

AUTHORIZATION CERTIFICATE OF DIGITAL SIGNATURE

(To be filled by the bidder) To, The Superintending Engineer (MIS&IT) RVPN IT Centre, Chambal Power House Campus, Hawa Sarak, Sodala, Jaipur-302006 Rajasthan I/ We _______________ [Name/ Designation] hereby declare/ certify that

_______________[Name/ Designation] is hereby authorized to digitally sign relevant

documents on behalf of the company/ firm in dealing with Bid Specification No.

_______________________________________. He/She is also authorized to attend meetings

& submit technical & commercial information/ clarifications as may be required by you

in the course of processing the Bid. For the purpose of validation, his/ her verified

signatures are as under.

Thanking you,

Name of the Bidder: - Verified Signature: Authorized Signatory: - Seal of the Organization: - Date: Place:

Page 66: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

8

Undertaking by the Bidder

Annexure-V

Bidder’s Bid Specification No. …………………….

Bidder’s Name and Address

…………………………….

……………………………

To,

The Superintending Engineer (MIS&IT) RVPN IT Centre, Chambal Power House Campus, Hawa Sarak, Sodala, Jaipur-302006 Rajasthan

Sir,

We hereby declare that no fees, gratuities, rebates, gifts, commissions, or other

payments, except those shown in the bid, have been given or received in

connection with the procurement process or in contract execution.

Authorized signature

Name and Designation of Signatory:

Name of Firm:

Address:

Page 67: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

9

Annexure-VI

(Name of the Project) Technical Deviations

(Bidder’s Name & Address): ………………………………….. To: Superintending Engineer (MIS&IT), ………………………………………… RVPN IT Centre, ………………………………………… Chambal Power House Campus,

Hawa Sarak, Sodala, Jaipur-302006 (Raj.).

Dear Sir, The following are the deviations and variations from and exceptions to the specification and bidding documents. These deviations and variations are exhaustive. Except for these deviations and variations, the entire work shall be performed as per your specifications and documents. Further, we agree that additional conditions, variations, deviations if any, found in the proposal documents other than those stated in this Annexure-VI. Following are the Technical deviations --------------------------------------------------------------------------------------------------------------- Section Clause Existing Statement of Monetary implications No. Provision Deviations/ of the condition in Variations case of withdrawal ---------------------------------------------------------------------------------------------------------------

Technical Deviations

------------------------------------------------------------------------------------------------------------- Date: ............................. (Signature).................................. Place: ............................. (Printed Name)........................... (Designation).............................. (Common Seal)..........................

Note: Continuations sheets of like size and format may be used as per Bidder’s

requirements and shall be annexed to this schedule.

Page 68: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

10

Annexure-VII

(Name of the Project) Commercial Deviations

(Bidder’s Name & Address): ………………………………….. To: Superintending Engineer (MIS&IT), ………………………………………… RVPN IT Centre, ………………………………………… Chambal Power House Campus,

Hawa Sarak, Sodala, Jaipur-302006 (Raj.).

Dear Sir, The following are the deviations and variations from and exceptions to the specification and bidding documents. These deviations and variations are exhaustive. Except for these deviations and variations, the entire work shall be performed as per your specifications and documents. Further, we agree that additional conditions, variations, deviations if any, found in the proposal documents other than those stated in this Annexure-VII. Following are the Commercial deviations --------------------------------------------------------------------------------------------------------------- Section Clause Existing Statement of Monetary implications

No. Provision Deviations/ of the condition in Variations case of withdrawal

---------------------------------------------------------------------------------------------------------------

Commercial Deviations

------------------------------------------------------------------------------------------------------------- Date: ............................. (Signature).................................. Place: ............................. (Printed Name)........................... (Designation).............................. (Common Seal)..........................

Note: Continuations sheets of like size and format may be used as per Bidder’s

requirements and shall be annexed to this schedule.

Page 69: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

11

Annexure-VIII

Bidder’s contact details (To be submitted on Bidders letterhead)

S.No. Particulars Details

1 Name of the Bidder 2 Postal Address 3 Telephone Numbers 4 Fax Numbers 5 Email Address 6 GST Registration No. 7 Name and designation of the person

authorized to make commitments to RVPN

8 Registration No. under Indian Company Act

9 CMMI Level Certificate No. (Copy of the same is to be attached along the bid)

Authorized signature Name and Designation of Signatory:

Page 70: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

12

Details of SAP ERP Implementation & AMS projects

Annexure-IX

(Use separate sheets for each Project and attach certificate from the client)

1 Name of the Project

2 Name of the Client Client Size (Approx. no. of employees)

3 Client’s address

4 Client’s Phone/Fax No.

5 Type of Industry

6 Whether it is a Govt/PSU/Power Sector

7 Whether it is a Power sector YES / NO

8 Name of modules Implemented

9 Number of SAP User licenses

10 Version of SAP

11 Name & Version of operating system

12 Name of database

13 Value of the Work Done (Rs. in Crores)

14 Work Order No. & Date

15 Date of completion

16 No. of location where SAP ERP applied/used

17 Support Service start date (If Go-live of SAP system has been done) and period of contract for support service.

18 Services provided for SAP implementation and Support are found

Excellent/ Very Good/ Good/ Average / Poor

Authorized signature

Name and Designation of Signatory:

Name of Firm:

Address:

Page 71: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

13

Annexure-X

Details of the Personnel to be deployed (Detailed CVs of proposed technical team to be provided by bidder for the work. The personnel proposed to be deployed shall be professionally qualified from reputed universities/institutions having adequate experience as defined in bid document.) Sl No

Name Designation Qualification & whether SAP ERP certified

Professional experience in years *

Relevant experience details #

Proposed Position

Task proposed to be Assigned

* Enclose detail resumes of the personnel as per CV Format attached herewith # provides details of relevant project experiences (including roles and responsibilities).

Authorized signature Name and Designation of Signatory: Name of Bidder: Address:

Page 72: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

14

CV of the Consultants

Company Name: Proposed Deployment Role of the Candidate

Candidate Information

Name

Date of Birth

Professional Qualifications Number of Years with the present Employer

Summarized Professional Experience in implementing relevant module (for which the candidate is proposed for RVPN team) over last 5 years in reverse chronological order. From To Company/Project/Position/Relevant

Technical and Management Experience

Authorized signature Name and Designation of Signatory: Name of Bidder: Address:

Page 73: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

15

Annexure-XI

REAL TIME GROSS SETTLEMENT (RTGS)/

NATIONAL ELECTRONIC FUND TRANSFER (NEFT)

From: M/s. ………………………..

……………………………….

……………………………….

To, The Sr. Accounts Officer (CPC), RRVPNL, Jaipur Sub: RTGS/NEFT payments.

We refer to remittance of our payments using RBI’s RTGS/NEFT. Our payments may be made through the above system to our under noted account at our cost:-

Name of city

Bank code No.

Branch code No.

Banks name

Branch address

Branch Telephone / Fax No.

Bidder’s Account No.

Type of Account

IFSC code for NEFT

IFSC code for RTGS

Bidder’s name as per Account

Telephone No. of Bidder

Bidder’s E-mail ID

Confirmed by Banker

Signature of supplier with stamp & Address

Page 74: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

16

Annexure-XII

Copy of duly audited Balance-Sheets (To be furnished by the bidder)

Page 75: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

17

ANNEXURE –XIII

SELF- DECLARATION

To,

(To be furnished on Rs. 100/- Non Judicial Stamp Paper of Rajasthan State)

The Superintending Engineer (MIS&IT) RVPN IT Centre, Chambal Power House Campus, Hawa Sarak, Sodala, Jaipur-302006 Rajasthan

In relation to my / or Bid submitted to _________________ for procurement of __________________ in response to their Notice Inviting Bids No._______________ Dated ___________ I/we hereby declare under Section-7 of Rajasthan Transparency in Public Procurement Act, 2012, that:

1. I/we possess the necessary professional, technical, financial and managerial resources and competence required by the Bidding Document issued by the procuring Entity;

2. I/we have fulfilled my/our obligation to pay such of the taxes payable to the union and the state Government or any local authority as specified in the Bidding Document;

3. I/we are not insolvent, in receivership, bankrupt or being wound up, not have my/our affairs administered by a court or a judicial officer, not have my/our business activities suspended and not the subject of legal proceedings for any of the foregoing reasons;

4. I/we do not have, and our directors and officers not have, been convicted of any criminal offence related to my/our professional conduct or the making of false statements or misrepresentations as to my /our qualifications to enter into a procurement contract within a period of three years preceding the commencement of this procurement process, or not have been otherwise disqualified pursuant to debarment proceedings;

5. I/we do not have business activities suspended, blacklisted or debarred by any utility/ government agency;

6. l/We do not have a conflict of interest as specified in the Act Rules and the Bidding Document, which materially affects fair competition

Signature of Bidder Name : Designation : Address:

Date : Place:

Bidder Company Stamp

Page 76: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

18

Annexure-XIV

SAP partnership certificate

OR

CMMi level 3 or higher certificate

Page 77: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

19

ANNEXURE-XVI-A

EXISTING SYSTEM ARCHITECTURE OF RVPN

Development Servers

SN Server Details -

App/DB/Email/ERP/SMS gateway/ etc.

Server Name Physical/ Virtual

Operating System Version

File System

Type Application Database IDC

1 SAP PI 7.4 App+DB Server (Sybase): SAP PI VM SUSE Linux

11SP3 or Higher EXT3 SAP Netweaver 7.4

SAP ASE 16.0.02.01

Deve

lopm

ent

2 SAP Web Dispatcher App Server: Web Dispatcher VM

Windows 2012

NTFS SAP Netweaver 7.4

3 SAP BOBJ 4.1 App+DB Server: SAP SBOP (Sybase) VM NTFS SBOP 4.1 SP07

4 SAP Content Server App+DB Server: SAP DMS (MaxDB) VM NTFS SAP Content

Server 6.50 MaxDB 7.9.8.23

5 SAP SOLMAN 7.1 App+DB Server (Sybase): SAP SOLMAN VM SUSE Linux

11SP3 or Higher EXT3 SAP Solution Manager 7.1 SR1

SAP ASE 16.0.02.01

6 SAP WPB Web+ App Server: SAP WBP VM Windows 2012 NTFS SAP WPB 9.4 MS SQL

Server 2012

7 SAP ERP 6.0 EHP7 App Server: SAP ERP + Fiori Apps VM

SUSE Linux 11SP3 or Higher

EXT3 SAP ERP 6.0 EHP7

8 SAP BW 7.4 App Server: NW Business Warehouse VM EXT3 SAP Netweaver

7.4

9 SAP EP 7.4 App Server: SAP NW Portal VM EXT3 SAP Netweaver

7.4

10 SAP HANA 1.0 DB Server: SAP HANA Physical EXT3 SAP HANA 1.0 SPS10

Page 78: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

20

QAS Servers

SN Server Details -

App/DB/Email/ERP/SMS gateway/ etc.

Server Name

Physical/ Virtual

Operating System Version

File System

Type Application Database ID

C

1 App+DB Server (Sybase): SAP PI SAP PI 7.4 VM SUSE Linux 11SP3 or

Higher EXT3 SAP Netweaver 7.4 SAP ASE 16.0.02.01

QAS

2 App Server: Web Dispatcher

SAP Web Dispatcher

VM Windows 2012 NTFS SAP Netweaver 7.4

3 App+DB Server: SAP SBOP

SAP BOBJ 4.1 VM Windows 2012 NTFS

4 App Server: SAP ERP + Fiori Apps

SAP ERP 6.0 EHP7 VM SUSE Linux 11SP3 or

Higher EXT3 SAP ERP 6.0 EHP7

5 App Server: NW Business Warehouse

SAP BW 7.4 VM SUSE Linux 11SP3 or

Higher EXT3 SAP Netweaver 7.4

6 App Server: SAP NW Portal

SAP EP 7.4 VM SUSE Linux 11SP3 or

Higher EXT3 SAP Netweaver 7.4

7 DB Server: SAP HANA SAP HANA 1.0 Physical SUSE Linux 11SP3 or

Higher EXT3 SAP HANA 1.0 SPS10

Page 79: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

21

Production Servers

SN Server Details -

App/DB/Email/ERP/SMS gateway/ etc.

Server Name Physical/ Virtual

Operating System Version

File System

Type Application Database IDC

1 App+DB Server (Sybase): SAP PI SAP PI 7.4 VM SUSE Linux

11SP3 or Higher EXT3 SAP Netweaver 7.4 SAP ASE 16.0.02.01

Prod

uctio

n

2 App Server: Web Dispatcher SAP Web Dispatcher VM

Windows 2012

NTFS SAP Netweaver 7.4

3 App+DB Server: SAP SBOP SAP BOBJ 4.1 VM NTFS SBOP 4.1 SP07

4 App+DB Server: SAP DMS (MaxDB)

SAP Content Server VM NTFS SAP Content Server

6.50 MaxDB 7.9.8.23

5 App+DB Server (Sybase): SAP SOLMAN SAP SOLMAN 7.1 VM SUSE Linux

11SP3 or Higher EXT3 SAP Solution Manager 7.1 SR1

SAP ASE 16.0.02.01

6 Web+ App Server: SAP WPB SAP WBP VM Windows 2012 NTFS SAP WPB 9.4 MS SQL Server 2012

7 App Server-I: SAP ERP + Fiori Apps SAP ERP 6.0 EHP7 VM

SUSE Linux 11SP3 or Higher

EXT3 SAP ERP 6.0 EHP7

8 App Server-II: SAP ERP + Fiori Apps SAP ERP 6.0 EHP7 VM EXT3 SAP ERP 6.0 EHP7

9 App Server: NW Business Warehouse SAP BW 7.4 VM EXT3 SAP Netweaver 7.4

10 App Server-I: SAP NW Portal SAP EP 7.4 VM EXT3 SAP Netweaver 7.4 11 App Server-II: SAP NW Portal SAP EP 7.4 VM EXT3 SAP Netweaver 7.4 12 DB Server: SAP HANA SAP HANA 1.0 Physical EXT3

SAP HANA 1.0 SPS10 13 DB Server: SAP HANA SAP HANA 1.0 Physical EXT3

14 DB Server: SAP HANA SAP HANA 1.0 Physical EXT3

Page 80: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

22

ANNEXURE-XVI-B

DR Servers

RRVPN -DR Infra Server Details

Infra details Description Physical / VM Qty Remark

Cloud App+DB server (Sybase) SAP PI VM 1 Cloud App+DB server SAP DMS (MaxDB) VM 1 Hosted Server Vmware server Physical 1 VM SAP ERP -PRD VM 1 Hosted Server Vmware server Physical 1 VM1 SAP-BW -PRD VM 1 RVPN-NW Business Warehouse Vm2 SAP-Portal -PRD VM 1 RVPN-SAP NW Portal HANA 256GB SAP-HANA BW-PRD Physical 1 HANA 1Tb SAP-HANA ERP-PRD Physical 1 SAP HANA DB Password for both HANA Physical 2 Database

Page 81: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

23

Page 82: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

24

Attachment -1 TENTATIVE FORMAT FOR COMMERCIAL BID/PRICE BID

• Download Single BOQ file (Excel format) from e-procurement portal. Fill it up after carefully reading the detailed Scope of Work and then upload it without renaming the downloaded document.

Note:

• Don’t change/alter/tamper format of BOQ in respect of field/columns/cells. Don’t use copy/paste while filling BOQ. • The Bidder shall have to fill bidder detail & Prices in BOQ, wherever applicable/specified. • Empty/Non-Formatted/Non-validated BOQ will not be considered for evaluation by e-procurement portal, hence likely to be

rejected. • The rates quoted in BOQ should include all type of Taxes, duties, cess and any other levy (excluding GST) attracted to the item

applicable as of the last date of submission of the bid. Applicable rate of GST shall be considered for this bid. • The No. of consultants/ technical resources and respective man-months are indicative and payment shall be made as per actuals.

S.No. Item Description Qty. Unit Unit Price (inclusive of all taxes, duties, levies, cess but

excluding GST in ₹)

Total Amount ((inclusive of all taxes, duties, levies, cess but

excluding GST in ₹) 1 2 3 4 5 6=3 x 5

1

Charges for onsite consultants for PS cum IM/PM/MM/FICO cum TRM/ HCM/Payroll/BI BO/BASIS or similar expertise

288

Man-month

2 Charges for ABAP Consultant or similar expertise 144 Man-month

3 Charges for onsite Sr. DevOps (MS .Net cum MS-SQL) or similar expertise

18 Man Month

4 Charges for onsite SAP Fiori Consultant or similar expertise 9 Man Month

5 Charges for onsite PO/PI Consultant or similar expertise 6 Man Month

6 Charges for onsite ESS Portal Consultant or similar expertise 6 Man Month

7 SME for training to IT Team or similar expertise 3 Man Month

8 Shifting of Server 1 Lumpsum

Page 83: energy.rajasthan.gov.inenergy.rajasthan.gov.in/content/dam/raj/energy/corporate... · 2019-07-03 · S. Basic No. requirement Specific Requirements Documents required 4 Certifications

25

Attachment -2

Appeal form as per RTPP Rules 2013 FORM NO.1 (See Rule 83)

Memorandum of appeal under the Rajasthan Transparency in Public Procurement Act, 2012

Appeal No.________ of _________ Before the ________________________ (First or Second Appellate Authority) 1. Particulars of appellant :

i) Name of the appellant ii) Official address, if any iii) Residential Address

2. Name and address of the respondent(s): i) ii) iii)

3. Number and date of the order appealed against and name and designation of the officer/ authority who passed the order (copy enclosed), or a statement of a decision, action or omission of the Procuring Entity in contravention to the provisions of the Act by which the appellant is aggrieved.

4. If the appellant proposes to be represented by a representative, the name and postal address of the representative:

5. Number of affidavits and documents enclosed with the appeal: 6. Grounds of appeal : ____________________________________________________ ____________________________________________________ (Supported by an affidavit) 7. Prayer : ____________________________________________________ ____________________________________________________

Place ___________________ Date ___________________

Appellant’s Signature