17
Maharashtra State Road Transport Corporation 1 Corrigendum 3 Request for Proposal for Supply, design, customization, implementation, hosting and maintenance of MSRTC Automation Program Standard Set of Deviations Sr. No Section No. Section Name Page No. Existing Clause Clause to be read as 1. 2.24 Pre- Qualification Criteria PQ 2 23 The Bidder (Lead bidder in case of a consortium) should have at least INR 300 crore as average turnover from IT/ITES services* in last three financial years (FY13-14, FY-14-15, FY-15-16) In case of Consortium, Other member should have at least INR 5 Crores as average turnover from IT/ITES services in any of the last 3 fiscal years (FY13-14, FY-14-15, FY-15-16) Audited Balance sheet and Profit & Loss account statement of the Bidder (Lead Member and Other Member in case of Consortium) for each of the last 3 audited financial years. Certificate duly signed by Statutory Auditor of the Bidder for total turnover from IT/ITES services. Revised Clause to be read as: The Bidder (Lead bidder in case of a consortium) should have at least INR 300 crore as average turnover from IT/ITES services* in last three financial years (FY13- 14, FY-14-15, FY-15-16). In case of Consortium, Other member should have at least INR 5 Crores as average turnover from IT/ITES services in any of the last 3 fiscal years (FY13-14, FY-14-15, FY-15-16) Audited Balance sheet and Profit & Loss account statement of the Bidder (Lead Member and Other Member in case of Consortium) for each of the last 3 audited financial years. In addition to above, Certificate duly signed by Statutory Auditor or Certificate from Chartered Accountant of the Bidder for total turnover from IT/ITES services is mandatory.

Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Embed Size (px)

Citation preview

Page 1: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 1

Corrigendum 3

Request for Proposal for Supply, design, customization, implementation, hosting and maintenance of MSRTC Automation Program

Standard Set of Deviations

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

1. 2.24 Pre-Qualification Criteria PQ 2

23 The Bidder (Lead bidder in case of a consortium) should have at least INR 300 crore as average turnover from IT/ITES services* in last three financial years (FY13-14, FY-14-15, FY-15-16) In case of Consortium, Other member should have at least INR 5 Crores as average turnover from IT/ITES services in any of the last 3 fiscal years (FY13-14, FY-14-15, FY-15-16) Audited Balance sheet and Profit & Loss account statement of the Bidder (Lead Member and Other Member in case of Consortium) for each of the last 3 audited financial years. Certificate duly signed by Statutory Auditor of the Bidder for total turnover from IT/ITES services.

Revised Clause to be read as: The Bidder (Lead bidder in case of a consortium) should have at least INR 300 crore as average turnover from IT/ITES services* in last three financial years (FY13-14, FY-14-15, FY-15-16). In case of Consortium, Other member should have at least INR 5 Crores as average turnover from IT/ITES services in any of the last 3 fiscal years (FY13-14, FY-14-15, FY-15-16) Audited Balance sheet and Profit & Loss account statement of the Bidder (Lead Member and Other Member in case of Consortium) for each of the last 3 audited financial years. In addition to above, Certificate duly signed by Statutory Auditor or Certificate from Chartered Accountant of the Bidder for total turnover from IT/ITES services is mandatory.

Page 2: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 2

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

2. 2.24 Pre-Qualification Criteria PQ 3

23 The Bidder (Lead bidder in case of a consortium) should have positive net worth for any of last 3 years (FY13- 14, FY-14-15, FY-15-16) Certificate duly signed by Statutory Auditor of the Bidder for total turnover from IT/ITES services.

Revised Clause to be read as: The Bidder (Lead bidder in case of a consortium) should have positive net worth for any of last 3 years (FY13- 14, FY-14-15, FY-15-16) Certificate duly signed by Statutory Auditor or Certificate from Chartered Accountant of the Bidder for total turnover from IT/ITES services is mandatory.

3. 2.24 Pre-Qualification Criteria PQ 4

23 The Bidder (All members of the consortium) should be engaged in IT/ITES services* for the last 3 years in India (FY13-14, FY-14-15, FY- 15-16) Certificate duly signed by Statutory Auditor of the Bidder(All members of the consortium) for total turnover from IT/ITES services in India for last 3 years (FY 12-13, FY13- 14, FY-14-15)

Revised Clause to be read as: The Bidder (All members of the consortium) should be engaged in IT/ITES services* for the last 3 years in India (FY13-14, FY-14-15, FY-15-16) Certificate duly signed by Statutory Auditor or Certificate from Chartered Accountant of the Bidder(All members of the consortium) for total turnover from IT/ITES services in India for last 3 years (FY13-14, FY-14-15, FY-15-16) is mandatory.

Page 3: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 3

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

4. 2.24 Pre-Qualification Criteria PQ 6

23 The Bidder (Any member of the consortium) should have completed / substantially completed** projects with combined total order value of INR 100 Cr. in last 5 years preceding the last date of submission. The project should be System Integration projects in the ERP solution implemented in India / Global and shall include at least 3 of the following components: i. Development, Customization, Commissioning of ERP package ii. Operations and Maintenance of IT infrastructure for ERP Application iii. Capacity building and handholding for ERP application. iv. Data Centre or DRC Site setup or Server(s) deployment and commissioning of IT applications Work Order and citation as per format attached

Revised Clause to be read as: The Bidder (Any member of the consortium) should have completed / substantially completed** projects with combined total order value of INR 100 Cr. in last 8 years preceding the last date of submission. Each project should be System Integration projects in the ERP solution implemented in India / Global and shall include at least 2 of the following components: i. Development, Customization, Commissioning of ERP package ii. Operations and Maintenance of IT infrastructure for ERP Application iii. Capacity building and handholding for ERP application and shall include training and support of the users. Global projects only of the bidding entity, would be considered for evaluation Work Order/ Completion Certificates from the client / Substantially Completed** Certificate (for ongoing projects) from the client or Statutory Auditor Certificate incase Non-Disclosure Agreement (NDA) is signed with client.

Page 4: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 4

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

5. 2.24 Pre-Qualification Criteria PQ 7

24 The Bidder (All members in case of a consortium) should not be debarred/blacklisted by any State Government/ Central Government / PSU/ Transport Organization in India for Unsatisfactory past performance, corrupt & fraudulent practices or any other unethical conduct either indefinitely or for a particular period of time by any State/ Central government/ PSU/ UT as on date of submission of bid.

Revised Clause to be read as: The Bidder (All members in case of a consortium) should not be debarred / blacklisted for Unsatisfactory past performance, corrupt & fraudulent practices or any other unethical conduct either indefinitely or for a particular period of time by any State Government / Central Government / PSU / Union Territory (UT) / Urban Local Body (ULB)/ Govt. Transport Organization in India as on date of submission of bid.

6. 2.24 Pre-Qualification Criteria PQ 8

25 The Bidder should ensure that the proposed Cloud Service Provider (CSP) should comply to all of the following: 2 CSP should have provided Cloud based services to minimum 5 Government agencies, Semi- Government

Revised Clause to be read as : The Bidder should ensure that the proposed Cloud Service Provider (CSP) should comply to all of the following: 2 CSP should have provided Cloud based services to minimum 5 Government agencies or Semi- Government agencies or PSUs or Private Enterprises in India or Globally

7. 2.24 Pre-Qualification Criteria PQ 8

25 The Bidder should ensure that the proposed Cloud Service Provider (CSP) should comply to all of the following: 4. CSP and DC should be ISO/IEC 27001 certified

This clause stands deleted.

8. 2.24 Pre-Qualification Criteria PQ 8

25 The Bidder should ensure that the proposed Cloud Service Provider (CSP) should comply to all of the following: 6. CSP should be CSA Star Certified for Cloud security

Revised Clause to be read as: The Bidder should ensure that the proposed Cloud Service Provider (CSP) should comply to all of the following: 6. CSP should be CSA Star Certified for Cloud security or ISO-IEC 27001 Certified. The bidder has to submit valid certificate from the appropriate certifying authority only

Page 5: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 5

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

9. 2.24 Pre-Qualification Criteria PQ 10

25 Bidder to submit Manufacturer Authorization Form (MAF) from the OEMs. MAF from OEM for this particular bid after the release of the bid.

Revised Clause to be read as: Bidder to submit Manufacturer Authorization Form (MAF) from the OEMs. MAF from OEM for this particular bid after the release of the bid clearly stating "to provide support during implementation phase and for 5 years after Go-Live, inclusive of all updates, patches and bug fixes."

10. 2.24 Pre-Qualification Criteria Note

26 *** The COTS ERP product should be only from Leaders, Challengers and Visionaries among “Single-Instance ERP for Product Centric Midmarket Companies” Gartner Report, December, 2015.

Revised Clause to be read as: *** The COTS ERP product should be from among “Single-Instance ERP for Product Centric Midmarket or Upper Midmarket Companies” Gartner Report, December, 2015 from the Visionaries, Leaders and Challengers quadrant.

11. 2.28 Technical Evaluation Criteria TE 1.1

27 The bidder (Lead bidder in case of a consortium) should have a minimum turnover of INR 300 crore in each of last three financial years (FY13-14, FY-14-15, FY-15-16) from IT/ITeS Services* Avg. Turnover (Cr.) 1. >=300 Cr and < 400 Cr: 3 marks 2. >=400 Cr and < 500 Cr: 4 marks 3. >=500 Cr: 5 marks

Revised Clause to be read as: The bidder (Lead bidder in case of a consortium) should have at least INR 300 crore as average turnover from IT/ITeS Services in last three financial years (FY13-14, FY-14-15, FY-15-16) Avg. Turnover (Cr.) 1. >=300 Cr and < 400 Cr: 3 marks 2. >=400 Cr and < 500 Cr: 4 marks 3. >=500 Cr: 5 marks

Page 6: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 6

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

12. 2.28 Technical Evaluation Criteria TE 2.1

28 The Bidder (Any member of Consortium) should have one or more completed/substantially completed** ERP projects with Combined Total order value summing to INR 100 Cr in India or Globally, in last 5 years preceding the last date of submission • Combined Total Order value of projects should be INR 100 Cr. • Not more than 5 orders can be shown The project should be System Integration projects in the ERP solution implemented in India/ Global and shall include at least 3 of the following components: i. Development, Customization, Commissioning of ERP package ii. Operations and Maintenance of IT infrastructure for ERP Application iii. Capacity building and handholding for ERP application. iv. Data Centre or DRC Site setup or Server(s) deployment and commissioning of IT applications Work Order/ Completion Certificates from the client / Substantially Completed** Certificate (for ongoing projects) from the client.

Revised Clause to be read as: The Bidder (Any member of Consortium) should have one or more completed / substantially completed** ERP projects with Combined Total order value summing to INR 100 Cr in India or Globally, in last 8 years preceding the last date of submission • Combined Total Order value of projects should be INR 100 Cr. • Not more than 5 orders can be shown Each project should be System Integration projects in the ERP solution implemented in India/ Global and shall include at least 2 of the following components: i. Development, Customization, Commissioning of ERP package ii. Operations and Maintenance of IT infrastructure for ERP Application iii. Capacity building and handholding for ERP application shall include training and support of the users. Work Order/ Completion Certificates from the client / Substantially Completed** Certificate (for ongoing projects) from the client or Statutory Auditor Certificate incase Non-Disclosure Agreement (NDA) is signed with client

Page 7: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 7

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

13. 2.28 Technical Evaluation Criteria TE 2.2

29 The bidder should ensure that the proposed COTS ERP*** product should have at least 2 implementations in India. Each of the implementation having more than 500 users in last 5 years preceding the last date of submission where at least 2 out of 4 functional areas have been implemented • Finance, Accounts, Audit, Cash • Stores and Purchases • Human Resources and Payroll • Workshop Management Work Order/ Completion Certificates from the client / Substantially Completed** Certificate (for ongoing projects) from the client.

Revised Clause to be read as: The bidder should ensure that the proposed COTS ERP*** product should have at least 2 implementations in India. Each of the implementation having more than 500 users in last 5 years preceding the last date of submission where at least 2 out of 4 functional areas have been implemented • Finance, Accounts, Audit, Cash • Stores and Purchases • Human Resources and Payroll • Workshop Management Work Order/ Completion Certificates from the client / Substantially Completed** Certificate (for ongoing projects) from the client or Statutory Auditor Certificate incase Non-Disclosure Agreement (NDA) is signed with client

Page 8: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 8

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

14. 2.28 Technical Evaluation Criteria TE 2.3

29 The bidder should have experience of providing Operation and Maintenance (O&M) support, including manpower and solution support, for IT/ITES projects in India The work order should have been issued , in last 5 years preceding the last date of submission Work Order/ Completion Certificates from the client / Substantially Completed** Certificate (for ongoing projects) from the client.

Revised Clause to be read as: The bidder should have experience of providing Operation and Maintenance (O&M) support, including manpower and solution support, for IT/ITES projects in India The work order should have been issued , in last 5 years preceding the last date of submission Work Order/ Completion Certificates from the client / Substantially Completed** Certificate (for ongoing projects) from the client or Statutory Auditor Certificate incase Non-Disclosure Agreement (NDA) is signed with client

15. 2.28 Technical Evaluation Criteria Note

31 *** The COTS ERP product should be from among “Single-Instance ERP for Product Centric Midmarket Companies” Gartner Report, December, 2015.

Revised Clause to be read as: *** The COTS ERP product should be from among “Single-Instance ERP for Product Centric Midmarket or Upper Midmarket Companies” Gartner Report, December, 2015 from the Visionaries, Leaders and Challengers quadrant.

16. 2.30.3 Letter of Intent 33 Prior to the expiration of the period of bid validity, MSRTC will notify the Successful Bidder(s) in writing or by fax or email, to be confirmed in writing by letter, that its bid has been accepted. The Letter of Intent will constitute the formation of the contract. Upon the Successful Bidder’s furnishing of Security Deposit, MSRTC will promptly notify each unsuccessful bidder(s).

Revised Clause to be read as: Prior to the expiration of the period of bid validity, MSRTC will notify the Successful Bidder(s) in writing or by fax or email, to be confirmed in writing by letter, that its bid has been accepted. The Letter of Intent and Work order will constitute the formation of the contract. Upon the Successful Bidder’s furnishing of Security Deposit, MSRTC will promptly notify each unsuccessful bidder(s). Successful bidder shall be issued single work order along with schedule for different phases of implementation.

Page 9: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 9

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

17. 2.32 Security Deposit 34 1. The successful bidder needs to deposit/submit a security deposit equal to 5% of total contract value as Demand Draft of Nationalized bank only. The security deposit shall be valid for a period of 6 years and 6 months. It should be submitted within 15 days from the receipt of the letter towards award of the contract for due and proper fulfilment of bid document conditions. 2. The security deposit should be submitted within the period specified above; failing which MSRTC may cancel the offer made to the bidder. 3. The security deposit will be forfeited if vendor has not fulfilled the terms and conditions as per bid document. 4. MSRTC shall also be entitled to make any recoveries due from the bidder from security deposit submitted against this bid document. In such case the bidder will have to recoup the security deposit amount so recovered within 10 days. 5. The security deposit shall be retained by MSRTC for the period of 6years and 6 months from the date of submission of deposit. No interest will be payable by the MSRTC on the amount of the Bid Security. Security Deposit will be released after 6 years and 6 months from the date of submission of security deposit or completion of all work whichever is later.

Revised Clause to be read as: 1. The successful bidder needs to deposit/submit a security deposit equal to 5% of total contract value as Demand Draft / Bank Guarantee / RTGS / NEFT of Nationalized bank only. The security deposit shall be valid for a period of 6 years and 6 months. It should be submitted within 30 days from the receipt of the letter towards award of the contract for due and proper fulfilment of bid document conditions. 2. The security deposit should be submitted within the period specified above; failing which MSRTC may cancel the offer made to the bidder. 3. The security deposit will be forfeited if vendor has not fulfilled the terms and conditions as per bid document. 4. MSRTC shall also be entitled to make any recoveries due from the bidder from security deposit submitted against this bid document. In such case the bidder will have to recoup the security deposit amount so recovered within 10 days. 5. The security deposit shall be retained by MSRTC for the period of 6years and 6 months from the date of submission of deposit. No interest will be payable by the MSRTC on the amount of the Bid Security. Security Deposit will be released after 6 years and 6 months from the date of submission of security deposit or completion of all work whichever is later.

18. 3 Scope of Work 37 The COTS OEM should have 24*7*365 days support centers in India and should be OS independent and Common Database independent.

Revised Clause to be read as: The COTS OEM should have 24*7*365 days support centers in India and should be OS independent.

Page 10: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 10

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

19. 3.1 Introduction 38 5. Cloud Hosting of application and support application for 5 years

Revised Clause to be read as: 5. Public Cloud Hosting of application and support application for 5 years. MSRTC needs customized public cloud with Firewall, Load Balancers and other security components.

20. 3.3.1 Quality Review & Security Audit

124 The Project monitoring during implementation and Go Live and further till the contract period will be done by Project Management Consultants appointed by MSRTC and the charges will be borne by System Integrator.

Revised Clause to be read as: The Project monitoring during implementation and Go Live and further till the contract period will be done by Project Management Consultants appointed by MSRTC and the charges will be borne by MSRTC. The detail scope of audit will be finalized at the time of finalization of preparation of test cases. Post that, a yearly security audit shall be arranged to be carried out by the System Integrator through a Cert-In empaneled agency. All expenses towards security audit will be borne by System Integrator. It will be the responsibility of the System Integrator to ensure that all the vulnerabilities and issues reported in the audit are promptly resolved and the resolution document is submitted to MSRTC and Security agency to show the compliance.

Page 11: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 11

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

21. 3.5.5 Software Change and Version Control

130 3. Any changes / customizations to the ERP application performed / identified shall be covered under AMC of ERP Solution are not to be considered as separate Change Requests and hence are to be carried out by the System Integrator at no extra cost.

Revised Clause to be read as: Any changes / updates / patches to the ERP application performed / identified shall be covered under AMC of ERP Solution are not to be considered as separate Change Requests and hence are to be carried out by the System Integrator at no extra cost. 4. All changes during the stabilization or support & maintenance phase shall be subjected to the comprehensive & integrated testing by the System Integrator to ensure that the changes implemented in the system meets the desired and specified requirements of MSRTC and doesn’t impact any other function of the system.

22. 3.6.1 Minimum Technical Specifications of Cloud Hosting/DC/DR sites

132 A DR drill is required to be conducted in every quarter of the year to ensure compliance to the business continuity plan of MSRTC. Detailed report of the DR drill shall be submitted to MSRTC in every quarter

Revised Clause to be read as: A DR drill is required to be conducted in every six months to ensure compliance to the business continuity plan of MSRTC. Detailed report of the DR drill shall be submitted to MSRTC in every six months

23. 3.6.1 Minimum Technical Specifications of Cloud Hosting/DC/DR sites

133 Vulnerability testing on a half yearly basis. Reporting of the same on a half yearly basis.

Revised Clause to be read as: Vulnerability and penetration testing on a yearly basis. Reporting of the same on a yearly basis.

Page 12: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 12

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

24. 3.6.1 Minimum Technical Specifications of Cloud Hosting /DC /DR sites

133 8. Dedicated Firewall, IPS / IDS, Load Balancers with SSL VPN & dual authentication features, database encryption, security modules etc. for Data center & the DR site as mentioned in the minimum BOM.

Revised Clause to be read as: 8. Firewall, IPS / IDS, Load Balancers with SSL VPN & dual authentication features, database encryption, security modules etc. for Data Centre & the DR site as mentioned in the minimum BOM. MSRTC needs customized public cloud with Firewall, Load Balancers and other security components. The service provider should have a Disaster Recovery site in a different Seismic Zone. Both DC and DR should be in India. Firewall, IPS / IDS, Load Balancers with SSL VPN & dual authentication features, database encryption, security modules etc. for Data center & the DR site as mentioned in the RFP. However, the System Integrator can propose a Unified threat management (UTM) instead of the Firewall, IPS/IDS as long as it meets the requirement of the projects.

25. 3.6.1 Minimum Technical Specifications of Cloud Hosting/DC/DR sites

133 6. The service provider should have a Disaster Recovery site in a different Seismic Zone with a suitable replication tool license and replication management that can manage the mentioned Composite Service Availability as per the RFP and provide a holistic view of the status of the data replication and failover in case of a disaster.

Revised Clause to be read : 6. The service provider should have a Disaster Recovery site in a different Seismic Zone with a suitable replication tool license and replication management that can manage the mentioned Composite Service Availability as per the RFP and provide a holistic view of the status of the data replication and failover in case of a disaster. Service provider may consider DR at 50% of compute capacity of DC.

Page 13: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 13

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

26. 3.7.10 Network Management Services

141 Further the services to be provided for Network Management include: 3. Support and ensure the complete running of network infrastructure including but not limited to passive components, routers, switches etc. across all the locations.

Revised Clause to be read as: 3. Procure, Supply, Support and ensure the complete running of network infrastructure required for internet broadband including but not limited to passive components, routers, switches etc. across all the locations.

27. 3.8 Key Personnel Requirements for Project Delivery

142 ERP Module Trainer • ME/M. Tech. ( Computers/ IT) • Minimum 2 years of hands-on experience on the proposed ERP Solution and 1 year of training experience in the proposed solution. Should have experience in government projects. Proficient in MS office and MS Project. Effective verbal communication skills (English, Marathi and Hindi)

Revised Clause to be read as: ERP Module Trainer • BE/B. Tech. ( Computers/ IT) • Minimum 2 years of hands-on experience on the proposed ERP Solution and 1 year of training experience in the proposed solution. Should have experience in government projects. Proficient in MS office and MS Project. Effective verbal communication skills (English, Marathi and Hindi)

28. 3.11 Deliverables and Timelines

153 9. Stabilization Stabilization of Application across all locations T + 14th month

Revised Clause to be read as : 9. Stabilization Stabilization of Application across all locations Refresher Training T + 14th month

29. 3.11 Deliverables and Timelines

152 Acceptance UAT and Implementation License for 40 users to be procured initially for UAT.

Revised Clause to be read as: Acceptance UAT and Implementation License for 40 users to be procured initially for UAT for all departments.

30. 3.13 Service Level Agreements

174 Composite Service Availability should be minimum 99.5% - Penalty =0.25% of QGR subject to maximum of 10% of QGR Composite Service Availability means availability and performance of infrastructure and application services for proposed ERP Solution on Cloud.

Revised Clause to be read as: Composite Service Availability should be minimum 99.5% - Penalty =0.25% of QGR subject to maximum of 10% of QGR Composite Service Availability means availability and performance of infrastructure, including but not limited to broadband internet, cloud hosting service etc. and application services for proposed ERP Solution on Cloud.

Page 14: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 14

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

31. 3.14 Exit Management

174 Agency shall provide knowledge transfer / handover after the completion of the contract period and on successful delivery of services and formally close the project. This process will be initiated 3 months before the ending of the project contract. In order to align both the parties on transition modalities, Agency will submit an Exit Management Plan before 6 months of the ending date of the contract. Exit Management Plan will include following but limited to: a. Details of inventory of all the assets, IT Infrastructure, source code its location, condition, licenses, documents, manuals, etc. created under the Project. b. Roles and responsibilities of both the parties for regular activities and support system implemented during project operations.

Revised Clause to be read as: Agency shall provide knowledge transfer / handover after the completion of the contract period and on successful delivery of services and formally close the project. This process will be initiated 3 months before the ending of the project contract. In order to align both the parties on transition modalities, Agency will submit an Exit Management Plan before 6 months of the ending date of the contract. Exit Management Plan will include following but not limited to: a. Details of inventory of all the assets, IT Infrastructure, source code its location, condition, licenses, documents, manuals, etc. created under the Project. b. Roles and responsibilities of both the parties for regular activities and support system implemented during project operations.

Page 15: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 15

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

32. 4.5 Change Orders and Contract Amendments

176 If any such change causes major deviation in the cost of, or the time required for, the Successful Bidder(s) performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule, or both, and the Contract shall accordingly be amended. Any claims by the Successful Bidder(s) for adjustment under this Clause must be asserted within 30 days from the date of the Successful Bidder(s) receipt of MSRTC’s change order.

Revised Clause to be read as: If any such change causes major deviation required for, the Successful Bidder(s) performance of any provisions under the Contract, an equitable adjustment may be made in the Delivery and Completion Schedule, or both, and the Contract may accordingly be amended without any change in Contract Price. Any claims for Delivery and Completion Schedule by the Successful Bidder(s) for adjustment under this Clause must be asserted within 30 days from the date of the Successful Bidder(s) receipt of MSRTC’s change order. MSRTC reserves the right to accept or reject any such claim by the bidder

33. 4.5 Change Orders and Contract Amendments

176 Prices to be charged by the Successful Bidder(s) for any Related Services that might be needed but which were not included in the Contract shall be agreed upon in advance by the parties, and shall not exceed the prevailing rates charged to other parties by the Successful Bidder(s) for similar services.

Revised Clause to be read as: Prices to be charged by the Successful Bidder(s) for any New Services, if requested and approved by MSRTC and claim for such services is accepted by MSRTC, that might be needed but which were not included in the Contract shall be agreed upon in advance by the parties, and shall not exceed the prevailing rates charged to other parties by the Successful Bidder(s) for similar services.

34. 4.1 Risk Purchase 178 In case the Successful Bidder(s) fails to deliver the project due to inadvertence, error, collusion, incompetency, misconstruction or illicit withdrawal, the VICE CHAIRMAN &MANAGING DIRECTOR, MSRTC reserves the right to procure the same or similar services from the alternate sources at risk, cost and responsibility of the Successful Bidder(s).

Revised Clause to be read as: In case the Successful Bidder(s) fails to deliver the project due to inadvertence, error, collusion, incompetency, misconstruction or illicit withdrawal, the VICE CHAIRMAN & MANAGING DIRECTOR, MSRTC reserves the right to procure the same or similar services from the alternate sources at risk, cost and responsibility of the Successful Bidder(s), with mutual discussion and consent, as per industry

Page 16: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 16

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

prevalent rates for same services. However, decision of MSRTC shall be final and binding on all parties.

35. 4.8.2 Termination by Bidder

178 The Successful Bidder(s) may terminate this Contract, by not less than 30 days’ written notice to MSRTC, such notice to be given after the occurrence of any of the events specified in paragraphs (1) through (3) of this GCC Clause 4.8.2:

Revised clause to be read as: The Successful Bidder(s) may terminate this Contract, by not less than 30 days’ written notice to MSRTC, such notice to be given after the occurrence of any of the events specified in paragraphs (1) through (2) of this GCC Clause 4.8.2:

36. 4.8.3 Payment upon Termination

178 Upon termination of this Contract pursuant to GCC Clauses 4.8.1 or 4.8.2, the MSRTC shall make the following payments to the Successful Bidder(s): 1. If the Contract is terminated pursuant to GCC Clause 4.8.1 (10) or 4.8.2, remuneration for Services satisfactorily performed prior to the effective date of termination. 2. If the agreement is terminated pursuant of GCC Clause 4.8.1 (1) to (3), (4), (5), (6), (7), (8) and (9). The Successful Bidder(s) shall not be entitled to receive any agreed payments upon termination of the contract. However, the MSRTC may consider making a payment for the part satisfactorily performed on the basis of Quantum Merit as assessed by it, if such part is of economic utility to the MSRTC. Applicable under such circumstances, upon termination, the MSRTC may also impose liquidated damages. The Successful Bidder(s) will be required to pay any such liquidated damages to MSRTC within 30 days of termination date.

Revised Clause to be read as: Upon termination of this Contract pursuant to GCC Clauses 4.8.1 or 4.8.2, the MSRTC may make the following payments to the Successful Bidder(s): 1. If the Contract is terminated pursuant to GCC Clause 4.8.1 (10) or 4.8.2, remuneration for Services satisfactorily performed and sign off given by MSRTC, prior to the effective date of termination. 2. If the agreement is terminated pursuant of GCC Clause 4.8.1 (1) to (3), (4), (5), (6), (7), (8) and (9). The Successful Bidder(s) shall not be entitled to receive any agreed payments upon termination of the contract. However, the MSRTC may consider making a payment for the part satisfactorily performed and sign off given by MSRTC, on the basis of Quantum Merit as assessed by it, if such part is of economic utility to the MSRTC. Applicable under such circumstances, upon termination, the MSRTC may also impose liquidated damages. The Successful Bidder(s) will be required to pay any such liquidated damages to MSRTC within 30 days of termination date.

Page 17: Request for Proposal for Supply, design ... - Maharashtra · PDF fileMaharashtra State Road Transport Corporation ... Request for Proposal for Supply, design, customization, implementation,

Maharashtra State Road Transport Corporation 17

Sr. No

Section No. Section Name Page No.

Existing Clause Clause to be read as

37. Annexure H: Functional Compliance Requirements

Finance and Accounts

293 FC.8.12 Should allow maintenance of cheese stationery and tracking of Cheese based on available stationery and usage FC.8.13 Should allow printing of cheese for various banks

Revised Clause to be read as: FC.8.12 Should allow maintenance of cheque stationery and tracking of cheque based on available stationery and usage FC.8.13 Should allow printing of cheque for various banks

38. 2.25 Evaluation of Prequalification Proposals

26 Evaluation of Prequalification Proposals Section 2.25 and Section 2.26 is merged under heading Section 2.25 Evaluation of Prequalification and Technical Proposals