Upload
phungthu
View
214
Download
1
Embed Size (px)
Citation preview
No. 10 (15)/2016-NICSI
NATIONAL INFORMATICS CENTRE SERVICES INCORPORARTED
(A Government of India Enterprise under NIC)
Ministry of Electronics & Information Technology
Hall No. 2&3, 6th Floor, NBCC Tower,
15, Bhikaji Cama Place, New Delhi – 110066.
Tel – 26105054, Fax - 26105212
Open Tender No. NICSI/BI/2016/24
TENDER DOCUMENT
FOR
Empanelment of Agencies to Execute Projects/IT-Solutions in
the Areas of Business Intelligence, Statistics and CPM/PERT
Based Project Monitoring and Control
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 1 of 54
Disclaimer
The sole objective of this document (the Request for Proposal or the RFP) is to solicit Techno
commercial offers from interested parties for taking part in the empanelment process leading to
empanelment of vendor(s) for the scope of work as mentioned in this document. While this document has
been prepared in good faith, no representation or warranty, express or implied, is or will be made, and no
responsibility or liability will be accepted by NICSI or any of their employees, advisors or agents as to or
in relation to the accuracy or completeness of this document and any liability thereof is hereby expressly
disclaimed.
Interested Parties may carry out their own study/ analysis/ investigation as required before submitting
their Techno commercial proposals.
This document does not constitute an offer or invitation, or solicitation of an offer, nor does this document
or anything contained herein, shall form a basis of any agreement or commitment whatsoever.
NICSI Representatives, its employees and advisors make no representation or warranty and shall incur
no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of
the RFP Document
Some of the activities listed to be carried out by NICSI subsequent to the receipt of the responses are
indicative only. NICSI has the right to continue with these activities, modify the sequence of activities,
add new activities or remove some of the activities, as dictated by the best interests of NICSI.
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 2 of 54
Table of Content
TABLE OF CONTENT ...................................................................................................................... 2
IMPORTANT DETAILS ..................................................................................................................... 3
IMPORTANT INFORMATION ........................................................................................................... 3
ACRONYMS AND ABBREVIATIONS .............................................................................................. 3
INTERPRETATIONS ......................................................................................................................... 4
INVITATION TO BIDDERS ............................................................................................................... 4
SCOPE OF WORK ............................................................................................................................ 5
PRE – BID CONFERENCE ............................................................................................................... 6
BID SUBMISSION ............................................................................................................................. 7
BID OPENING ................................................................................................................................... 9
BID EVALUATION .......................................................................................................................... 10
EMPANELMENT OF BIDDER ........................................................................................................ 11
PAYMENT SCHEDULE .................................................................................................................. 13
TERMS AND CONDITIONS ............................................................................................................ 14
ELIGIBILITY CRITERIA ................................................................................... 21
BIDDER’S PROFILE ........................................................................................ 29
FINANCIAL INFORMATION (TURNOVER) .................................................... 30
FIRM STRENGTH ............................................................................................ 31
PROJECT EXPERIENCE ................................................................................ 32
PROFORMA FOR PROJECT COMPLETION CERTIFICATE ........................ 33
NUMBER OF PROFESSIONALS EMPLOYED CATEGORY WISE............... 34
PROFORMA FOR PROFICIENCY/EXPERTISE ............................................. 35
TECHNICAL EVALUATION CRITERIA .......................................................... 36
FINANCIAL BID LETTER .............................................................................. 37
GROSS TOTAL VALUE ................................................................................ 38
PROFORMA: SECURITY DEPOSIT FOR CONTRACT PERFORMANCE .. 41
DETAILED FINANCIAL BID FORMAT ......................................................... 43
PREREQUISITES FOR DIFFERENT LEVELS OF MANPOWER ................ 46
BID SUBMISSION PROCESS ....................................................................... 47
BANK GUARANTEE FOR EMD/BID SECURITY ......................................... 54
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 3 of 54
Important Details Sl. No. Particular Details
1. Availability of the Tender Document 22.12.2016
2. Last Date for submission of written Queries by
Bidders 02.01.2017 till 17:00 hrs
3. Pre-Bid meeting 04.01.2017 at 11:30 Hrs.
4. Last Date/time of Submission of bid 16.01.2017 till 15:00 Hrs.
5. Opening of Technical bid 17.01.2017 at 15:30 Hrs.
Important Information
Sl. No. Particulars Details
1. Name of Purchaser National Informatics Centre Services Incorporated, New
Delhi
2. Eligibility Criteria Please see Annexure 1
3. Scope of Work Please see Section 6 Scope of Work
4. Performa for submission of
financial bids
Please see Annexure 11 Gross Total Value (Category
Wise) and Annexure 13 Detailed Financial Bid Format
5. Web Site address from where
Tender can be downloaded
http://www.nicsi.com
http://eproc-nicsi.nic.in
6. Nature of bid process Online submission
7. Tender Validity 180 days from the date of opening of bids
8. Correspondence details for pre-bid
queries and any other information Email- [email protected]
9. Address for Correspondence
Head of Department, Tender
National Informatics Centre Services Inc. (NICSI)
6th Floor Hall No. 2 & 3,
15 NBCC Towers,
Bhikaji Cama Place,
New Delhi-110066
10. Place of Pre Bid Conference, Bid
Opening
Conference Room, NICSI
Hall No. 2&3, 6th Floor, NBCC Tower,
15, Bhikaji Cama Place, New Delhi – 110066.
Tel – 26105054, 26711304
Fax – 26105212
Acronyms and Abbreviations As used in the Document Description
NICSI National Informatics Centre Services Incorporated, herein also referred
to as ‘Purchaser’
NIC National Informatics Centre
Bidder/ Agency
The organization submitting the proposal who will also be the single point
of contact for the Purchaser and single point responsibility for execution
of scope and deliverables as required by this Request for Proposal.
BG Bank Guarantee
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 4 of 54
As used in the Document Description
EMD Earnest Money Deposit
End User Department The department who is taking services from Bidder/Vendor for BI/Data
warehouse services
FEC Financial Evaluation Committee
GTV Gross Total Value
HQ Head Quarter of NICSI in New Delhi
RFP Request For Proposal
TEC Technical Evaluation Committee
Interpretations The following terms wherever occurring in the tender and wherever used throughout the execution of the
work, shall, unless excluded by or repugnant to the context, have the meaning attributed thereto as
follows:
"CONTRACT/ EMPANELMENT" Means the Contract resulting from the acceptance by the Purchaser of
this Tender whether in whole or in part.
"BIDDER" Means and includes any firm or any company or body, corporate or otherwise, who submit the
Tender which has been invited.
"BIDDER’s REPRESENTATIVE" Shall mean a person in a supervisory capacity who shall be so declared
by the Bidder and who shall be authorized under a duly executed power of attorney. He shall be
responsible for proper execution of empanelment and shall take orders from NICSI/ End User Department
and carry out the same.
"MONTH" Means any consecutive period of thirty days.
"PURCHASER" Means M/S National Informatics Centre Services Inc., Hall No. 2&3, 6th Floor, NBC
Tower, 15, Bhikaji Cama Place, New Delhi – 110066.
“NICSI” Means M/S National Informatics Centre Services Incorporated, Hall No. 2&3, 6th Floor, NBC
Tower, 15, Bhikaji Cama Place, New Delhi – 110066
"WRITING” includes all matters written, typewritten or printed either in whole or in part.
Invitation to Bidders
This is invitation for online bids for “Empanelment of Agencies to provide design, develop, implement, train
and hand holding services in the areas of Business Intelligence and Data warehouse
About NICSI Services
National Informatics Centre Services Inc. (NICSI) was established in 1995 as a section-8 company under
National Informatics Centre (NIC), Ministry of Electronics & Information Technology, Government of India
for providing and procuring IT solutions for multiple e-governance projects undertaken by NIC, Ministry of
Electronics & Information Technology (MeitY), Governments and Government Organizations (like Public
Sector Undertakings).
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 5 of 54
Main Objectives
To provide economic, scientific, technological, social and cultural development of India by
promoting the utilization of Information Technology. Computer-Communication Networks,
Informatics etc. by a spin-off of the services, technologies, infrastructure and expertise developed
by the NIC of the Government of India including its Computer-Communication Network, NICNET
and associated infrastructure and services.
To promote further development of services, technologies, infrastructure and expertise
supplementing that developed by NIC in directions which will increase the revenue earning
capacity of NIC.
To develop and promote value added computer and computer-communications services over the
basic infrastructure and services developed by NIC including NICNET.
In furtherance of these objectives, NICSI has been providing various products & services to organizations
in the Central Government, State Governments and PSUs etc. Products and Services include Hardware,
Systems Software, Application Software, Software Development, Intra-Networking, Wide Area
Networking, Video Conferencing, IT Consultancy, IT Implementation Support among others.
Objective of the RFP
Online Bids, valid for a period, as mentioned in Section 2 clause no 7 tender validity, from the date of
opening, are invited from eligible bidders for empanelment so as to execute projects in the areas of
Business Intelligence.
NICSI intends to empanel vendors as mentioned in the Section 11 Empanelment of Bidder of this tender.
The empanelment period will be as per mentioned in Section 11 Empanelment of Bidder of this tender.
The selected bidders will be bound by the scope of work as provided in Section 6 Scope of Work of this
tender.
Bidders are advised to study the tender document carefully. Submission of tender shall be deemed to have
been done after careful study and examination of the tender document with the full understanding of its
implications. Bid response prepared in accordance with the procedures enumerated in Section 8 Bid
Submission of this tender should be submitted to the Purchaser not later than the date and time laid down,
at the address given in the tender.
All bids must be accompanied by an Earnest Money Deposit (EMD) as mentioned in the Section 8 Bid
Submission Clause 8.2 Earnest Money Deposit of this tender.
The tender document is available at NICSI e-procurement site http://eproc-nicsi.nic.in &
http://www.nicsi.com
Bidders must note that online bids or hardcopy of financials received after due date and time shall be
rejected.
Scope of Work NICSI would like to make available the latest technology and all the analytical solutions for the policy
planners and decision makers in the government so that the decisions and the policies can totally rely on
a proven scientific footing. As Business Intelligence & Data Analytics technology are being globally
recognized as an effective tool for better planning and decision making and also for the development of
knowledge economies the NICSI would like to execute projects in the above areas, on behalf of the
various ministries and departments, through outsourcing.
To support its delivery capabilities, NICSI proposes to empanel agencies, with proven competence in all
the above said areas or any of the above area(s), for complementing the software development and
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 6 of 54
providing support to the projects taken up by NICSI/NIC all over the country. Based on project’s needs, the
selected agency has to execute the project(s).
The bidders can either bid for each of the three categories of BI/DW projects separately or in combination.
Through this tender NICSI would like to select and empanel solution providers for (i) hiring of defined
number of man powers so as to execute the project of its own or (ii) total outsourcing of projects in
the above mentioned areas.
The Scope of Work defined in this tender document broadly includes the following:
1.1.1 To Study the DW/BI needs of the user department identified by NICSI/NIC.
1.1.2 Prepare detailed SRS for the user Ministry/Department along with costing details.
1.1.3 In consultation with NIC/NICSI, depending upon the need, identify the right BI tool and the
platform.
1.1.4 Identify the optimal hardware sizing and software requirements, keeping in mind the expected
data volume, number of users, analytical reporting requirements, etc.
1.1.5 Develop a prototype model, wherever the need arises, on the NIC/NICSI identified tool and
platform.
1.1.6 Carry out complete development, testing and implementation. Devise monitoring and reviewing
process for its better management and sustainability.
1.1.7 Prepare and made available a set of detailed user manuals.
Pre – Bid Conference
A prospective bidder requiring any clarification on the tender document may submit the queries at the
Purchaser's email address as per schedule indicated in Section 1. Important Details. The queries must be
submitted in the following format in MS Word / MS Excel format:
Company name M/s…………………………………………………………………………………….
Company Contact
Details
Name & Position of the person:
Address of the bidder submitting request:
S.
No.
RFP Page No. Relevant Section / Annexure
of RFP
Relevant Content from
RFP
Vendor’s Query /
Comment
NICSI shall hold a pre-bid meeting with the prospective bidders as per schedule provided in Section 1
Important Details of this tender in the NICSI conference hall. Queries received, in writing, or over email,
from the bidders as per the schedule in Section 1 Important Details shall be addressed. No queries would
be addressed post Pre-Bid meeting.
The queries should be sent to NICSI in the following format (preferably in an excel file) through email at
[email protected] or faxed on 011-26105212.
The purpose of the conference is to provide bidders with the information regarding the tender.
At the most 2 persons from any firm / company would be allowed in the pre-bid conference.
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 7 of 54
At any time prior to the last date for receipt of bids, the Purchaser, may, for any reason, whether at its own
initiative or in response to a clarification requested by a prospective Bidder, modify the tender document by
corrigendum. It shall not be mandatory for the Purchaser to disclose the reasons for this change.
The corrigendum will be notified through website (http://eproc-nicsi.nic.in & http://www.nicsi.com) and
would be binding on all Bidders. No separate communication will be sent to the bidders who have
participated in the pre-bid or who have sent written queries before the pre-bid meeting.
The Purchaser may, at its discretion, extend the last date for the receipt of Bids.
NICSI is not bound to clarify any query after the pre-bid meeting.
NICSI will endeavour to provide a complete, accurate, and timely response to all queries raised by the
bidders. However, NICSI makes no representation or warranty as to the completeness or accuracy of any
response, nor does NICSI undertake to answer all the queries that have been posed by the bidders and
bidders shall not assume that their unanswered queries have been accepted by NICSI.
Bid Submission
General Bid Submission Instructions
1.1.8 Proposals must be direct, concise, and complete. All information not directly relevant to this RFP
should be omitted. NICSI will evaluate bidder’s proposal based on its clarity and the directness of
its response to the requirements as outlined in this RFP.
1.1.9 Bidders shall furnish the required information on their Techno-Financial proposals in the required
formats only
1.1.10 Any alteration / overwriting / cutting in the bid should be duly countersigned else it will be out
rightly rejected.
Mode of Bid Submission
1.1.11 Submission of bids shall be in accordance with the instructions given in Annexure 15. Bid
Submission Process
Earnest Money Deposit
1.1.12 The bidder shall furnish as part of its bid, an EMD/bid security, of amounts as per the below
table, in the form of an Account Payee Demand Draft or Bank Guarantee (in the format specified
in Annexure 16. Bank Guarantee for EMD / Bid Security) from any of the Commercial Banks
in India in favour of NICSI payable at New Delhi.
S. No. Bid Submitted for Amount (In INR)
1. Business Intelligence High End Proprietary Platform Rs. 12,00,000/- (Twelve lakhs)
2. Business Intelligence Low End Proprietary Platform Rs. 12,00,000/- (Twelve lakhs)
3. Business Intelligence Open Source Platform Rs. 12,00,000/- (Twelve lakhs)
1.1.13 If the bidder is bidding for more than one category, as mentioned above, they may submit
combine EMD as well. In this case, combined EMD value will be the sum of EMD value of those
categories. The bidder may submit this combined EMD in Bid submission process as defined in
Annexure 15. Bid Submission Process.
For example, if the bidder is quoting for 2 categories, say, Category 1. Business Intelligence High
End Proprietary Platforms and Category 2. Business Intelligence Low End Proprietary Platforms,
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 8 of 54
then the bidder may submit combine EMD of value Rs. 24,00,000 (Rs. Twenty four lakhs) which
is the sum of EMD value of Category 1 (Rs. 12,00,000/-) and EMD value of Category 2 (Rs.
12,00,000/-)
1.1.14 Earnest Money Deposit must be submitted by all the bidders, except those who are registered
with the Central Purchase Organization, National Small Industries Corporation (NSIC) or the
concerned Ministry or Department only (if they are registered for relevant schedules / products
under this tender). The bidder must submit the certification of registration with one of the given
authorities. Mere registration as a SSI Unit does not qualify the Firm for exemption from
furnishing the EMD.
1.1.15 In the case of those Bidders who fail to qualify the eligibility criteria, and whose technical bids do
not qualify, the Earnest Money Deposit (EMD) will be refunded without any interest accrued
within one month of the acceptance of TEC (Technical Evaluation Committee)’s
recommendations.
1.1.16 In the case of those Bidders who are not empanelled, the Earnest Money Deposit (EMD) will be
refunded without any interest accrued within one month of the acceptance of FEC (Financial
Evaluation Committee)’s recommendations.
1.1.17 NICSI shall not be liable to pay any interest on the Bid Security and the same shall be interest
free.
1.1.18 The bidder, by submitting its application pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice to NICSI’s any other right or remedy hereunder or in law or
otherwise, the Bid Security shall be forfeited and appropriated by NICSI as the mutually agreed
pre-estimated compensation and damage payable to NICSI for, inter alia, the time, cost and
effort of NICSI in regard to the RFP including the consideration and evaluation of the Proposal
under the following conditions:
1.1.18.1 If a bidder submits a non-responsive proposal;
1.1.18.2 If a bidder engages in any of the prohibited practices specified in this RFP;
1.1.18.3 If a bidder withdraws its proposal during the period of its validity as specified in this RFP and
as extended by the bidder from time to time;
All the bid documents should be digitally signed by the authorized signatory or legal officer of a company.
In case the bid is signed by other than the legal officer of the company, the bidder should enclose Board
Resolution of the company for the officer, who signs the bid.
The Bids prepared by the Bidder and all correspondence and documents relating to the bids exchanged by
the Bidder and the Purchaser, shall be written in English language, provided that any printed literature
furnished by the Bidder may be written in another language so along the same is accompanied by an
English translation in which case, for purposes of interpretation of the bid, the English translation shall
govern. All documents submitted by bidder should be legible.
All pages of the bid being submitted must be sequentially numbered by the bidder.
NICSI will not be responsible for any delay on the part of the bidder in obtaining the terms and conditions
of the tender notice or submission of the online/ physical bids.
In case, the last day of bid submission is declared Holiday by Govt. of India, the next working day will be
treated as last day for submission of bids. There will be no change in the timings
The rates are to be quoted in strict compliance to the financial bid otherwise the bid is liable to be rejected.
The basic prices in Indian rupees should be quoted separately for each set of items given in Annexure13:
Detailed Financial Bid Format.
The rates are to be quoted by the bidders in Indian Currency and payment shall be made to successful
bidders in Indian currency only.
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 9 of 54
Conditional tenders shall not be accepted on any ground and shall be rejected straightway. If any
clarification is required, the same should be obtained before submission of the bids during the pre-bid
conference.
The limitation of liability on any default of bidders will not be more than the purchase order value of this
tender.
Online bids (complete in all respect) received along with Demand Draft/Bank Guarantee of EMD
(Physically) will be opened as per Section 1 Important Details in presence of bidders representative if
present. The bid received without EMD will be rejected. At the most 2 persons from any firm / company
would be allowed in bid opening.
Rejection Criteria
1.1.19 Bids NOT submitted as per the specified format and nomenclature will be out rightly rejected
1.1.20 Ambiguous bids will be out rightly rejected.
1.1.21 The bids submitted by telegram/ fax/ E-mail/ manually etc. shall NOT be considered. No
correspondence will be entertained on this matter.
1.1.22 Bids which do not qualify eligibility criteria will be rejected
1.1.23 Bids not quoted as per the format given by NICSI will be rejected
1.1.24 Any bid delivered after the submission deadline will not be considered.
Bid Opening
Online bids (complete in all respect) received along with Demand Draft/Bank Guarantee of EMD &
Financial Bids (Physically) will be opened by the Tender Opening Committee (TOC) as mentioned in the
Section 1: Important Details in presence of bidders representative if available.
NICSI reserves the rights at all times to postpone or cancel a scheduled bid opening.
In the event of the specified date of bid opening being declared a holiday for NICSI, the Bids shall be
opened at the same time and location on the next working day.
During bid opening preliminary scrutiny of the bid documents will be made to determine whether they are
complete, whether required bid security has been furnished, and whether the bids are generally in the
order. Bids not conforming to such preliminary requirements will be prima facie rejected.
Eligibility Criteria and Technical bids of only those bidders will be evaluated, whose EMD instruments are
found to be in order. The bid received without EMD will be rejected straightway.
Sealed financial bid (hard copy part) of all participating bidders, which are to be opened only after the
finalization of Technical evaluation, will be verified by the TOC and then sealed in a bigger envelope. TOC
members and bidder’s representatives will put their signature on the sealed envelope.
After the Technical evaluation, Financial Bids (online) of only those bidders, whose bids found technically
qualified by the Technical Evaluation Committee, will be opened in the presence of the bidder’s
representatives for further evaluation.
Detailed financial bid (Hard copy) of bidder whose GTV value is the lowest will be opened for further
processing.
One authorized representative of each of the bidder would be permitted to be present at the time of
aforementioned opening of bids.
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 10 of 54
Bid Evaluation
Technical Evaluation
1.1.25 A duly constituted Technical Evaluation Committee (TEC) will first select Bidders on the basis of
eligibility criteria of this tender.
1.1.26 Bidder must fulfil the eligibility criteria and must individually provide the eligibility documents as
documentary evidence as per Annexure 1 Eligibility Criteria failing which the bid would be
rejected.
1.1.27 The TEC will open the Technical Bids in the presence of the representatives of the Bidders who
choose to attend, at the time, date and place, as mentioned in Section 1 and 2 of this tender.
1.1.28 Purchaser at any time can ask for clarification on the information already received from the
Bidders. Bidder needs to furnish the same in stipulated time. Under no circumstance, the bidder
will be allowed to submit any missing information.
1.1.29 Bidders shall be evaluated based on the Technical Evaluation Criteria provided in Annexure 9-
Technical Evaluation Criteria.
1.1.30 The Technical evaluation committee may invite the shortlisted bidders for making
presentation/demonstration/discussion of equipment/services offered. Calling for
presentation/demonstration/discussion does not imply that the technical bid is accepted.
1.1.31 Financial bids of only technically qualified Bidders will be opened in their presence. Fulfilment of
eligibility criteria and a minimum score as mentioned in the below table, in the technical
evaluation are required to qualify the technical evaluation.
S. No Technical Evaluation Requirement
1. Compliance to
Eligibility Criteria
100% with all supporting documents
2. Technical Evaluation
Score
Overall minimum score of 70%(Seventy Percent) and should
score at least 50% (Fifty Percent) in each category as per
the Technical Evaluation Criteria mentioned in Annexure
9:Technical Evaluation Criteria
Financial Evaluation
1.1.32 The Financial Bids of bidders qualifying technical evaluation will be opened in the presence of
their representatives on a specified date and time duly notified. The financial bids will then be
passed on to a duly constituted Financial Evaluation Committee (FEC) for evaluation.
1.1.33 Bidders are advised to exercise adequate care in quoting the prices. No excuse for corrections in
the quoted figures will be entertained after the proposals are submitted to NICSI. All corrections,
if any, should be initialled by the person signing the proposal form before submission, failing
which the figures for such items may not be considered.
1.1.34 There will be NO NEGOTIATION regarding the financial bid.
1.1.35 If the GTV (as per Annexure 11. Gross Total Value) of any of the bidder is less than or greater
than 30% (Thirty Percent) of the Average GTV of all the bids of each category separately then
the bid of that bidder will be rejected.
1.1.36 Lowest Quoting Bidder will be selected as per the lowest Gross Total Value (GTV) quoted in
Annexure 11. Gross Total Value and designated as L1. In case more than one agency quotes
the same value of GTV then agency having maximum total turnover as per the CA certificate
submitted for eligibility will be reckoned as L1. A list of L1, L2, and L3…..and so on will be
prepared and detailed financial bid as per Annexure 13: Detailed Financial Bid for the L1
bidder will be opened.
1.1.37 L1 rates have to be accepted by all bidders qualifying for empanelment for BI. The rates quoted
by L1 bidder in Financial Bids shall be accepted as the tender rates.
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 11 of 54
1.1.38 For this NICSI will ask other qualified bidders to match the L1 rates of each category. Thus by
way of giving successive opportunity for matching the L1 rate a panel will be formed as
mentioned in the Section 11-Empanelment of Bidder. The decision of NICSI arrived at above will
be final for empanelment and no representation of any kind shall be entertained. If none of the
bidders L2, L3, L4 and so on… agree to match L1 rates then L1 alone shall be on the panel.
1.1.39 In the event of the L1 bidder does not accept the empanelment, EMD submitted by the bidder will
be forfeited and the next successive lowest quoting bidder will be declared as L1, if found in
order as per tender terms and conditions and so on.
1.1.40 The maximum period allowed for matching the L1 rates by any Bidder will not be more than 7
working days from the date of issuance of offer letter from NICSI. If the Bidder fails to match the
L1 rates within stipulated time as stated above, the offer will be treated as withdrawn and will
then be extended to next Bidder in the order of their bids.
1.1.41 No enquiry shall be made by the bidder(s) during the course of evaluation of the tender, after
opening of bid, till final decision is conveyed to the empanelled bidder(s). However, the
Committee/its authorized representative and office of NICSI can make any enquiry/seek
clarification from the bidders, which the bidders must furnish within the stipulated time else bid of
such defaulting bidders will be rejected.
1.1.42 The financial bids shall be evaluated by the FEC for completeness and accuracy. Arithmetical
errors will be rectified on the following basis. If there is a discrepancy between the unit price and
the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail
and the total price shall be corrected. If there is a discrepancy between words and figures, the
amount in words will prevail.
1.1.43 Unless explicitly indicated, the bidder must not include any technical information regarding the
services in the financial proposal.
1.1.44 If L1 bidder as decided on the basis of GTV quotes zero or incredibly low rates or failed to quote
in any of the constituent items in the detailed financial bid submitted as hard copy, its bid will be
rejected and EMD will be forfeited. The next successive lowest quoting bidder will be declared as
L1, if found in order as per tender terms and conditions and so on.
1.1.45 Prices quoted in the bid must be firm and final and shall not be subject to any upward
modifications. No adjustment of the commercial price (to be mentioned in the empanelment) shall
be made on account of any variations except for changes in rate of taxes. A proposal submitted
with an adjustable price quotation or conditional proposal may be rejected as non-responsive.
1.1.46 In the event of any mismatch in the GTV value for empanelment category as mentioned in
Annexure 11. Gross Total Value and corresponding Total Cost for that category as calculated
from Annexure 13. Detailed Financial Bid Format, the following criteria will be adopted to remove
the discrepancy between these two values:
1.1.46.1 If GTV, present in the Gross Total Value for the empanelment category, is LESS than the
sum total of all the weighted values of each item in the Detailed Financial Bid of that category,
then the values for constituent items will be reduced proportionately and the revised costs will be
recalculated accordingly. Thus revised rates of constituent items will be applicable.
1.1.46.2 For e.g. If GTV for one of the empanelment category=98 & item wise sum of the costs in the
Detailed Financial Bid is 100 for that empanelment category, then each item in Detailed Financial
Bid in that category will be multiplied by a factor 98/100. Thus the new item wise values shall be
the final quote. If L1 bidder fails to accept the individual unit rates rationalized as per above
procedure, their bid will be treated as cancelled and EMD will be forfeited.
1.1.46.3 If GTV is GREATER than the sum total of all the weighted values of each item in the
Detailed Financial Bid, then sum total of all the weighted values shall be treated as GTV.
1.1.46.4 Prices should be quoted in Indian Rupees and indicated both in figures and words. In the
event of any mismatch between words and numbers, value in words shall prevail.
Empanelment of Bidder
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 12 of 54
As a matter of policy and practice and on the basis of Notification published in Gazette of India dated 14th
March, 1998, it is clarified that services and supplies of the vendor selected through this tender can be
availed by both National Informatics Centre [NIC] and National Informatics Centre Services Incorporated
[NICSI], as the case may be depending on the project, and the selected vendor shall be obliged to render
services / supplies to both or any of these organizations as per the indent placed by the respective
organization. In other words, the selection procedure adopted in this tender remains applicable for NIC as
well, and in the event of rendering services / supplies to NIC, the selected vendor shall discharge all its
obligations under this tender vis-à-vis NIC. Any default or breach in discharging obligations under this
tender by the selected vendor while rendering services / supplies to NIC, shall invite all or any actions /
sanctions, as the case may be, including forfeiture of EMD, security deposit, invocation of performance
guarantee stipulated in this tender document.
NICSI will form a panel of vendors for the period of empanelment. Maximum of 3 (three) agencies shall be
empanelled for each category of BI areas, 3 (three) for High End BI Proprietary Platform tools, 3 (three) for
Low End BI Proprietary Platform tools and 3 (three) for Open Source BI tools).
BI Empanelment Categories
Empanelment Category 1: Business Intelligence High End Proprietary Platform
Empanelment Category 2: Business Intelligence Low End BI Proprietary Platform
Empanelment Category 3: Business Intelligence Open Source Platform
The empanelment will be valid for a period of 24 (Twenty Four) months in the first instance from the date of
empanelment. It may be extended for a further period of 12 (Twelve) months depending upon the need of
NICSI’s project requirements with mutual consent on the same terms.
All empanelled vendors shall have to enter into a written agreement with NIC & NICSI for honouring all
tender conditions and adherence to all aspects of fair trade practices in executing the purchase orders
placed by NIC/NICSI on behalf of its clients.
In the event of an empanelled Company or the concerned division of the Company is taken over /bought
over by another company, all the obligations and execution responsibilities under the agreement with the
NICSI, should be passed on for compliance by the new company in the negotiation for their transfer.
In case any selected L1 bidder refuses to sign empanelment within the time frame given by NICSI, the
offer would be treated as withdrawn and the bidder’s EMD will be forfeited and L2 bidder shall be reckoned
as L1 for further empanelment process. If other bidders refuse to sign the empanelment after matching L1
rates, their EMD will be forfeited and the offer will be extended to other qualified bidders to make a penal.
The defaulting bidder may also be debarred from participating in NICSI tenders for a period of three years.
In case of empanelled vendor is found in breach of any condition(s) of tender or supply order, at any stage
during the course of service period, the legal action as per rules/laws, shall be initiated against the bidder
and EMD/Security Deposits shall be forfeited, besides debarring and blacklisting the bidder concerned for
at least three years, for further dealings with NICSI.
The empanelment under this tender is not assignable by the selected agency. The selected agency shall
not assign its contractual authority to any other third party. The vendor should not assign or sublet the
empanelment or any part or it to any other Vendor in any form. Failure to do so shall result in termination of
empanelment and forfeiture of Security deposit.
NICSI may, at any time, terminate the empanelment by giving written notice to the empanelled Vendor
without any compensation, if the empanelled Vendor becomes bankrupt or otherwise insolvent, provided
that such termination will not prejudice or affect any right of action or remedy which has accrued or will
accrue thereafter to NICSI.
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 13 of 54
The empanelled vendor should not use NICSI empanelment to take orders directly from any other
departments. Doing so will result in cancellation of empanelment and forfeiture of Security Deposit and the
vendor will be debarred from participating in any NICSI Tender for at least three years.
Payment Schedule
NICSI shall make payments to the Successful Bidder (Vendor) on the schedule as below. The bidder will
furnish Satisfaction Certificate duly signed by the client along with the bill. Bid submission shall be online
through NICSI e-Procurement System.
BI-DW Work
S. No. Milestone Payment (in Percentage (%))
1. 30% of the development work including
SRS preparation, design, development
mechanism and readiness of H/W and
S/W platform
25%
The vendor needs to present the phase wise
completion certificate from the client defining the
quality percentage and time taken to complete the
assignment.
2. 40% of the development work and UAT
25%
The vendor needs to present the phase wise
completion certificate from the client defining the
quality percentage and time taken to complete the
assignment.
3. 30% of the Completion of development,
Training, Handholding.
50%
The vendor needs to present the completion
certificate from the client defining the quality
percentage and time taken to complete the
assignment.
A penalty would be levied on the vendor and would be deducted from the payment due under the following
circumstances:
1.1.47 A master time table will be generated based on the average of timelines mentioned by
empanelled vendors in their response as per Annexure 6. A stipulated timeline will be mentioned
in the Purchase Order issued to the vendor. If there is a delay in completion of the project as per
the stipulated timeline, a penalty would be levied on the vendor as depicted in the following table:
S. No. Delay (in days) Penalty (in Percentage (%))
1. 0 – 30 days 0.25 % per day of the total contract value
2. More than 30 days Purchaser may terminate the contract and no further payments
will be made to the vendor
Purchaser will make all efforts to make payments to the vendor within 30 days of receipt of invoice(s) if it is
accompanied with all necessary supporting documents.
All the invoices/ bills are to be raised in the name of NICSI, New Delhi.
All payments agreed to be made by Purchaser to the Bidder in accordance with the Bid shall be inclusive
of all statutory levies, duties, taxes and other charges whenever levied/applicable, if any, and Purchaser
shall not be liable to pay any such levies/ other charges under or in relation to this Empanelment.
No invoice for extra work/change order on account of change order will be submitted by the vendor unless
the said extra work /change order has been authorized/approved by the Purchaser in writing.
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 14 of 54
In the event of Purchaser noticing at any time that any amount has been disbursed wrongly to the vendor
or any other amount is due from the vendor to the Purchaser, the Purchaser may without prejudice to its
rights recover such amounts by other means after notifying the vendor or deduct such amount from any
payment falling due to the Bidder. The details of such recovery, if any, will be intimated to the vendor. The
vendor shall receive the payment of the undisputed amount under subsequent invoice for any amount that
has been omitted in the previous invoice by mistake on the part of the Purchaser or the vendor.
All payments to the vendor shall be subject to the deductions of tax at source under Income Tax Act, and
other taxes and deductions as provided for under any law, rule or regulation. All costs, damages or
expenses which Purchaser may have paid or incurred, for which under the provisions of the Empanelment,
the vendor is liable, the same shall be deducted by Purchaser from any dues to the vendor. All payments
to the vendor shall be made after making necessary deductions as per terms of the Empanelment and
recoveries towards facilities, if any, provided by the Purchaser to the vendor on chargeable basis.
In case the submission of bills to NICSI, along with the necessary documents i.e. POD’s/ BG’s etc., is
delayed by the vendor beyond 30 days from the date of issue of bill or materials etc., whichever is earlier,
the entire liability towards payment of interest/ penalty to the tax authorities would be on the cost of
respective vendors so that NICSI is not burdened unnecessarily with this amount. The entire amount will
be deducted from the payment due to respective vendor.
All payments will be made through RTGS only.
The agency will submit Pre-receipted bills in triplicate (having details of concerned work-order number,
Date and Project-Number of NICSI) in the name of National Informatics Centre Services Incorporated,
New Delhi along with relevant supporting documents and after deducting the applicable penalty etc.
Payment will be made only upon submission of the Bill along with all the completed documents. An invoice
will contain the items ordered under one Purchase Order only. Bill / Invoice shall not be combined for more
than one purchase order.
Terms and Conditions
Refund of EMD & Security Deposit
13.1.1 Bidders, irrespective of their registration status etc., whose tender bid is accepted for
empanelment, EMD will be refunded on receipt of Empanelment Security Deposit of the amount
mentioned in the below table. Security Deposit shall be in the form of Bank Guarantee (BG)
drawn in the name of National Informatics Centre Services Incorporated, Hall No. 2&3, 6th Floor,
NBCC Tower, 15 Bhikaji Cama Place, New Delhi – 110 066. No interest will be payable for the
Security Deposit.
S. No. Bid Submitted for Security Deposit Amount (In INR)
1. Business Intelligence High End Platform Rs. 12,00,000/- (Twelve lakhs)
2. Business Intelligence Low End Platform Rs. 12,00,000/- (Twelve lakhs)
3. Business Intelligence Open Source Platform Rs. 12,00,000/- (Twelve lakhs)
13.1.2 The Security Deposit should be furnished within 15 days from the issuance of Letter of
Empanelment and should be valid until the entire term of the empanelment and for an additional
period of 90 days after the completion of the term of empanelment. In case the duration of the
empanelment is extended by NICSI then the successful bidder will have to extend the Bank
Guarantee by that period
13.1.3 In case of empanelled Vendor whose tender bid is accepted for the implementation, will be
required to submit a Performance Security Deposit as per Annexure 12 – Proforma for security
deposit for contract performance. Performance Security Deposit shall be 10% of the value of
Purchase Order (P.O) in the form of Bank Guarantee (BG) drawn in the name of National
Informatics Centre Services Incorporated, Hall No. 2&3, 6th Floor, NBCC Tower, 15 Bhikaji Cama
Place, New Delhi – 110 066.
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 15 of 54
13.1.4 Performance Security Deposit should remain valid for a period of Work Order duration plus 3
months from the date of delivery of systems.
13.1.5 On expiry of the empanelment, the Security Deposit without any interest accrued shall be released
after ascertaining that satisfactory support has been provided during the execution period. In
case, it is found that appropriate satisfactory support has not been provided by the Bidder, NICSI
will ensure that the prescribed penalty for the default in service has been realized or shall be
recovered from the Bidder out of already due payments
Transition Management
1.1.48 Post the Work Order project completion period, the vendor is expected to provide a smooth
handover of all the knowledge, material and assets to End User Department/NIC/ NICSI.
1.1.49 Post the empanelment period, if a new agency is selected by NICSI for the next contract, the
vendor is expected to provide adequate knowledge transfer and training to the new agency for a
period of three months. The knowledge transfer/training should necessarily cover details on i)
Document Retrieval, ii) nature and type of queries arriving at the helpdesk, iii) FAQ’s, manuals,
documentation and other reference material prepared for issue resolution and any other.
Information Security
1.1.50 The vendor shall not carry and/or transmit any material, information, application details,
equipment or any other goods/material in physical or electronic form, which are proprietary to or
owned by End User Department/NIC/NICSI, out of End User department/NIC/NICSI premises
without prior written permission from End User department/NIC/NICSI.
1.1.51 The vendor acknowledges that End User Department’s/NIC/NICSI’s business data and other End
User Department’s/NIC/NICSI proprietary information or materials, whether developed by End
User Department/NIC/NICSI or being used by End User Department/ NICSI pursuant to a license
agreement with a third party (the foregoing collectively referred to herein as “proprietary
information”) are confidential and proprietary to End User Department/NIC/NICSI; and vendor
agrees to use reasonable care to safeguard the proprietary information and to prevent the
unauthorized use or disclosure thereof, which care shall not be less than that used by vendor to
protect its own proprietary information. Vendor recognizes that the goodwill of NIC/NICSI
depends, among other things, upon bidder keeping such proprietary information confidential and
that unauthorized disclosure of the same by vendor could damage NIC/NICSI and that by reason
of vendor’s duties hereunder. The vendor may come into possession of such proprietary
information, even though vendor does not take any direct part in or furnish the services
performed for the creation of said proprietary information and shall limit access thereto to
employees with a need to such access to perform the services required by this agreement. The
vendor shall use such information only for the purpose of performing the said services.
1.1.52 The vendor shall, upon termination of this agreement for any reason, or upon demand by End
User Department/NIC/NICSI, whichever is earliest, return any and all information provided to
vendor by End User Department/ NICSI, including any copies or reproductions, both hardcopy
and electronic.
Ownership and retention of Documents
1.1.53 NICSI/ End User department shall own the documents, prepared by or for the successful Bidder
arising out of or in connection with this empanelment.
1.1.54 Forthwith upon expiry or earlier termination of this empanelment and at any other time on
demand by NICSI/ End User Department, the vendor shall deliver to NICSI/ End User
Department all documents provided by or originating from NICSI/ End User Department and all
documents produced by or from or for the vendor in the course of performing the Services,
unless otherwise directed in writing by NICSI/ End User Department at no additional cost. The
vendor shall not, without the prior written consent of NICSI/ End User Department store, copy,
distribute or retain any such Documents.
Confidentiality
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 16 of 54
1.1.55 The vendor shall not use Confidential Information, the name or the logo of NIC/NICSI/ End User
Department except for the purposes of providing the Service as specified under this
empanelment;
1.1.56 The vendor may only disclose Confidential Information in the following circumstances:
1.1.56.1 With the prior written consent of NIC/NICSI/ End User Department;
1.1.56.2 To a member of the vendor’s Team (“Authorized Person”) if:
1.1.56.2.1 the Authorized Person needs the Confidential Information for the performance of
obligations under this empanelment;
1.1.56.2.2 the Authorized Person is aware of the confidentiality of the Confidential Information and is
obliged to use it only for the performance of obligations under this empanelment
1.1.57 The vendor shall do everything reasonably possible to preserve the confidentiality of the
Confidential Information to the satisfaction of NIC/NICSI/ End User Department.
1.1.58 The vendor (Recipient) shall execute/sign a Non-Disclosure Agreement (NDA) with the user
(Discloser).
1.1.59 The vendor shall notify NIC/NICSI/ End User Department promptly if it is aware of any disclosure
of the Confidential Information otherwise than as permitted by this empanelment or with the
authority of NIC/NICSI/ End User Department
1.1.60 The vendor shall be liable to fully recompense NIC/NICSI/ End User Department for any loss of
revenue arising from breach of confidentiality. NIC/NICSI/ End User Department serve the right
to adopt legal proceedings, civil or criminal, against the vendor in relation to a dispute arising out
of breach of obligation by the Bidder under this clause.
1.1.61 The selected agency and their personnel will not, either during the term or after the expiration of
this contract, disclose any proprietary or confidential information relating to the services, contract
or business or operations of NICSI or its clients without the prior written consent of NICSI or the
concerned User Department.
1.1.62 The agency will ensure that no information about the software, hardware, and database, the
policies of NICSI/User Department is taken out in any form including the electronic form or
otherwise, from the client site by the manpower posted by them.
Indemnity
1.1.63 The Selected Agency shall indemnify NICSI from and against any costs, loss, damages,
expense, claims including those from third parties or liabilities of any kind howsoever suffered,
arising or incurred inter alia during and after the Contract period out of:
1.1.63.1 Any negligence or wrongful act or omission by the Selected Agency or any third party
associated with Selected Agency in connection with or incidental to this Contract or;
1.1.63.2 Any breach of any of the terms of this Contract by the Selected Agency, the Selected
Agency’s Team or any third party
1.1.63.3 Any infringement of patent, trademark/copyright arising from the use of the supplied goods
and related services or any party thereof
1.1.64 The Selected Agency shall also indemnify the Purchaser against any privilege, claim or assertion
made by a third party with respect to right or interest in, service provided as mentioned in any
Intellectual Property Rights and licenses.
1.1.65 NICSI/User department stand indemnified from any employment claims that the hired manpower
/ agency’s manpower may opt to have towards the discharge of their duties in the fulfilment of the
work orders.
1.1.66 Each party also stands indemnified from any compensation arising out of the accidental loss of
life or injury sustained by such party’s manpower while discharging their duty towards fulfilment
of the purchase orders caused by the negligence or wilful misconduct of the other Party or its
agents and representatives.
Termination for default
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 17 of 54
1.1.67 Default is said to have occurred
1.1.67.1 If the selected bidder fails to deliver any or all of the services as specified in the purchase
order or any extension thereof granted by NICSI.
1.1.67.2 If the selected bidder fails to perform any other obligation(s) under the empanelment
1.1.68 If the selected bidder, in either of the above circumstances, does not take remedial steps within a
period of 30 days after receipt of the default notice from NICSI (or takes longer period in spite of
what NICSI may authorize in writing), NICSI may terminate the empanelment in whole or in part.
In addition to above, NICSI may at its discretion also take the following actions:
NICSI may procure, upon such terms and in such manner, as it deems appropriate, services
similar to the undelivered services and the defaulting bidder shall be liable to compensate
NICSI for any extra expenditure involved towards goods and services to complete the scope
of work in totality or 10% of the total value of Empanelment as cancellation charges
whichever is higher.
1.1.69 NICSI may at any time terminate the empanelment by giving one month written notice to the
selected bidder, without any compensation to the bidder, if the bidder becomes bankrupt or
otherwise insolvent.
1.1.70 The selected bidder blacklisted by Central Government/State Government/PSU anywhere in
India would be debarred.
1.1.71 NICSI would forfeit security deposit in case vendor fails to execute the work order given during
the period of empanelment.
Arbitration
1.1.72 The Bidder and NICSI shall endeavour their best to amicably settle, by direct negotiation, all
disputes arising out of or in connection with the empanelment.
1.1.73 In case any dispute between the Parties, does not settle by negotiation, the same may be
resolved exclusively by arbitration and such dispute may be submitted by either party for
arbitration. The arbitration shall be held in New Delhi and conducted in accordance with the
provisions of Arbitration and Conciliation Act, 1996 or any statutory modification or re-enactment
thereof. Each Party to the dispute shall appoint one arbitrator each and the third to be appointed
by the Department of Information Technology, Government of India.
1.1.74 The “Arbitration Notice” should accurately set out the disputes between the parties, the intention
of the aggrieved party to refer such disputes to arbitration as provided herein, the name of the
person it seeks to appoint as an arbitrator with a request to the other party to appoint its arbitrator
within 45 days from receipt of the notice. All notices by one party to the other in connection with
the arbitration shall be in writing and be made as provided in this tender document.
1.1.75 Each Party shall bear the cost of preparing and presenting its case, and the cost of arbitration,
including fees and expenses of the arbitrators, shall be shared equally by the Parties unless the
award otherwise provides. The Bidder shall not be entitled to suspend the Service/s or the
completion of the job, pending resolution of any dispute between the Parties and shall continue
to render the Service/s in accordance with the provisions of the
Contract/Agreement/Empanelment notwithstanding the existence of any dispute between the
Parties or the subsistence of any arbitration or other proceedings.
Applicable law
1.1.76 The Agreement/Contract/work-order shall be governed by the laws and procedures established
by Govt. of India, within the framework of applicable legislation and enactment made from time to
time concerning such commercial dealings/processing.
1.1.77 All disputes in this connection shall be settled in Delhi jurisdiction only.
1.1.78 NICSI reserves the right to cancel this tender or modify the requirement without assigning any
reasons. NICSI will not be under obligation to give clarifications for doing the aforementioned.
1.1.79 NICSI reserves the right that the work can be allocated to any other bidder in case Assigned
bidder fails to perform the task within the stipulated time frame.
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 18 of 54
1.1.80 NICSI also reserves the right to modify/relax any of the terms & conditions of the tender.
1.1.81 NICSI, without assigning any further reason can reject any tender(s), in which any prescribed
condition(s) is/are found incomplete in any respect.
1.1.82 All procedure for the purchase of stores laid down in GFR and DFPR shall be adhered-to strictly
by the NICSI and Bidders are bound to respect the same.
Miscellaneous
1.1.83 The empanelment under this tender is not assignable by the selected bidder. The selected
bidder shall not assign its contractual authority to any other third party.
1.1.84 The decision of NICSI arrived at as above will be final and no representation of any kind will be
entertained on the above. Any attempt by any Bidder to bring pressure of any kind may disqualify
the Bidder for the present tender and the Bidder may also be liable to be debarred from bidding
for NICSI tenders in future for a period of at least three years.
1.1.85 Any conditions mentioned in their tender bids by the bidders which are not in conformity with the
conditions set forth in the tender will not be accepted by NICSI. All the terms and conditions for
the services, payment terms, penalty etc. will be as those mentioned herein and no change in the
terms and conditions set by the bidders will be acceptable. Alterations, if any, in the tender bid
should be attested properly by the bidders, failing which the bid will be rejected.
1.1.86 NICSI reserves the right to modify and amend any of the above-stipulated condition/criterion
depending upon Project priorities vis-à-vis urgent commitments. NICSI also reserves the right to
accept /reject any bid, to cancel / abort tender process and / or reject all bids at any time prior to
award of empanelment, without thereby incurring any liability to the affected agencies on the
grounds of such action taken by the NICSI.
1.1.87 Any default by the bidders in respect of tender terms & conditions will lead to rejection of the bid
& forfeiture of EMD/Security Deposit.
Force Majeure
If at any time, during the continuance of the empanelment, the performance in whole or in part by either
party of any obligation under the empanelment is prevented or delayed by reasons beyond the control of
a party such as war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions,
epidemics quarantine restrictions, strikes, natural calamities, lockouts, acts of state or acts of God
(hereinafter referred to as "events"), provided notice of happenings of any such event is duly endorsed by
the appropriate authorities/chamber of commerce in the country of the party giving notice, is given by
party seeking concession to the other as soon as practicable, but within 21 days from the date of
occurrence and termination thereof, neither party shall, by reason of such event, be entitled to terminate
the empanelment/contract, nor shall either party have any claim for damages against the other in respect
of such non-performance or delay in performance, and deliveries under the empanelment/contract shall
be resumed as soon as practicable after such event has come to an end or ceased to exist, provided
further, that if the performance in whole or in part or any obligation under the empanelment is prevented
or delayed by reason of any such event for a period exceeding 60 days, NICSI may at its option,
terminate the empanelment. Neither Party shall be liable for any failure or delay in the performance of its
obligations under the contract or Work Orders hereunder to the extent such failure or delay or both is
caused, directly, without fault by such Party, by reason of such event. NICSI shall however, be
responsible to pay the empanelled vendor for the services successfully rendered to the satisfaction of
NICSI/user department under the work orders/ purchase orders issued pursuant to the contract.
Limitation of Liability
1.1.88 Neither of the Party shall be liable to the other Party for any indirect or consequential loss or
damage (including loss of revenue and profits) arising out of or relating to the Contract.
1.1.89 Except in the case of Gross Negligence or Wilful Misconduct on the part of the Selected Agency
or on the part of any person acting on behalf of the Selected Agency executing the work or in
carrying out the Services, the Selected Agency, with respect to damage caused by the Selected
Agency including to property and/or assets of NICSI or its clients shall regardless of anything
contained herein, not be liable for any direct loss or damage that exceeds (A) the Contract Value
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 19 of 54
or (B) the proceeds the Selected Agency may be entitled to receive from any insurance
maintained by the Selected Agency to cover such a liability, whichever of (A) or (B) is higher. For
the purposes of this Clause, "Gross Negligence" means any act or failure to act by a Party which
was in reckless disregard of or gross indifference to the obligations of the Party under the
Contract and which causes harmful consequences to life, personal safety or real property of the
other Party which such Party knew, or would have known if it was acting as a reasonable person,
would result from such act or failure to act. Notwithstanding the foregoing, Gross Negligence
shall not include any action taken in good faith for the safeguard of life or property. "Wilful
Misconduct" means an intentional disregard of any provision of this Contract which a Party knew
or should have known if it was acting as a reasonable person, would result in harmful
consequences to life, personal safety or real property of the other Party but shall not include any
error of judgment or mistake made in good faith.
1.1.90 This limitation of liability stated in this Clause, shall not affect the Selected Agency’s liability, if
any, for direct damage by Selected Agency to a Third Party's real property, tangible personal
property or bodily injury or death caused by the Selected Agency or any person acting on behalf
of the Selected Agency in executing the work or in carrying out the Services.
Tender document for Empanelment of Agencies to provide Services in BI/DW areas
Page 20 of 54
ANNEXURES
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 21 of 54
Eligibility Criteria
a) Bidder can bid for empanelment in any of the empanelment categories or all the categories as
per the eligibility criteria.
b) The Eligibility Criteria section is divided into two subsections i.e. Common Criteria for all
empanelment categories and Additional Eligibility Criteria for Empanelment Categories.
c) Any bidder, irrespective of the category bid for, must comply with the Common Criteria for all
empanelment categories. However, agencies bidding for a particular category will be required to
comply with the additional eligibility criteria associated with that category.
d) The Bidders are required to submit all required documentation in support of the evaluation
criteria specified as required for evaluation of the bids.
Common Criteria for all the empanelment categories
S. No.
Basic Requirement
s Items
Insert Value in the box /Attach
required documents
Reference of Enclosed
Proof, along with
corresponding page
numbers
1.
Legal Entity
Bidder must be an individual company registered in India under the Companies Act, 1956, or partnership registered under the Indian Partnership Act 1932 or Limited liability/partnership firm registered under the Limited Liability Partnership Act 2008 should have registered office in India and should have been in existence in India for at least 5 years prior to the date of issue of this RFP.
Consortiums are not allowed.
Copy Certificate of Incorporation issued by Registrar of Companies, partnership agreement.
2.
Bidder should have Articles of Association (in case of registered firms), bye laws and certificate of registration (in case of registered cooperative societies), Partnership deed (in case of partnership firm)
Copies of relevant documents must be submitted.
3.
Bidder should provide Power of Attorney, in the name of person signing the Bid, authorizing him to submit/execute this agreement as a binding document
Power of Attorney
4.
A copy of VAT registration, as well as PAN number of the firm allotted by the Income Tax authorities should be submitted. The bidder should be registered with Service tax department of the Government and Sales Authority
VAT/CST/ Registration Certificate
PAN Card
Service TAX Registration
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 22 of 54
Certificate
5.
Prior Experience (Common Criteria for all categories)
Bidders should have executed at least one project with Government/ PSU organization in India during last 7 years ending last day of the month previous to the one in which the bids are invited.
The projects should be completed as on date of submission of tender response Bidders should have experience in all the phases of development of the DW/BI system, viz. conceptualization, design, ETL, DW development, Analytics, data & text mining, implementation and maintenance at National/International level in the last three years. The bidders should have experience in building the data warehouse with medium level (in GBs) to very high volume of data (in TBs). The bidders should have a very strong analytical experience like cross tabulation/basic level analysis to advance level analytics and also should have experience in data mining analytics. The bidders should have developed at least one BI application with multiple data sources which may include open data, structured data, unstructured/semi-structured data, pdf etc. For BI/DW applications the data volume should not be a hindrance in the development or providing the analytical service. The bidders should come out with the right execution plan so that the volume of data doesn’t pose any problem.
Order copy &
successful
completion
certificate
OR
Details as per Annexure 5: Project Experience and Annexure 6: Project Completion Certificate along with documentary evidence, along with client contact details, in the form of Work order / Purchase order and Completion certificate from client / Purchase order and certificate of completion certified by the statutory auditor.
Self-Certificate
along with
documentary
evidences to
prove that
DW/BI works
were executed.
6. Blacklisting
An undertaking (self-certificate) that the bidder hasn’t been blacklisted by a central /state Government institution and there has been no litigation with any government department on account of similar services.
Self-undertaking
7. Company Status
To confirm in Yes or No, whether the company falls under the Micro, Small and Medium Enterprises Development Act, 2006.
Further, it shall be the responsibility of the bidder to keep NICSI informed if there is any change of the status of the company. Non-compliance in this regard during the course of empanelment/extended empanelment shall lead to disqualification of the bidder from empanelment.
Copy of Registration Certificate
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 23 of 54
Additional Eligibility Criteria 1: For Empanelment Category 1: High End BI Platform
S. No.
Basic Requirements
Items
Insert Value in the box /Attach required documents
Reference of Enclosed Proof, along with corresponding page numbers
1. Employee Strength
The bidders quoting for BI projects must have a minimum strength of 50 (fifty) employees on its payroll in India, out of which at least 15 (fifteen) employees should have BI/DW competency.
Service Letters on companies letterhead mentioning roles and responsibilities or Undertaking is required Certificate from HR head as per Annexure: 4 - Firm Strength, Annexure 7 – No of Professionals Employed category wise and Annexure 14 – Prerequisites for different Levels of Manpower
2. Projects Turnover
The bidder should have an Annual Turnover of Rs. 3.6 Crores (three crores and sixty lakhs) INR or more from software development and out of which Average Annual Turnover of Rs. 1.80 Crores (one crore and eighty lakhs) INR should be from BI/Data warehouse Services during each of the last three financial years (i.e. 2013-14, 2014-15, 2015-16).
Group Turnover or consortium turnover will not be considered.
Supporting document (original certificate from CA) clearly identifying “turn over from BI Services during each of the Financial Years 2013-14, 2014-15 and 2015-16 shall be submitted.
3.
Prior Experience (Category Wise)
In the case of BI projects executed on the High End BI Proprietary Platforms (viz. IBM Cognos, SAP BO/SYBASE-IQ, Oracle BIEE, Teradata, Microstrategy, SAS and Microsoft BI):
The bidder must have successfully completed at least the following numbers of projects during last 7 years ending last day of the month previous to the one in which applications are invited of value specified herein:
1 (one) project of similar nature not less than the amount Rs. 4.8 Crores (Four Crores eighty lakhs) INR. Out of which Rs. 96 (Ninety Six) Lakhs INR should be from DW/BI services. These DW/BI services should invariably include activities like ETL, DW development, Analytics, Data Mining, Text
A) Order copy & successful completion certificate OR Details as per Annexure 5: Project Experience and Annexure 6: Project Completion Certificate along with documentary evidence, along with client contact details, in the form of Work order / Purchase order and Completion certificate from client / Purchase order and certificate of completion certified
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 24 of 54
Mining, implementation, implementation and maintenance.
OR
2 (two) projects of similar nature not less than the amount equal Rs. 3 (three) crores. Out of which Rs. 60 (sixty) Lakhs INR should be from DW/BI services. These DW/BI services should invariably include activities like ETL, DW development, Analytics, Data Mining, Text Mining, implementation and maintenance.
OR
3 (three) projects of similar nature not less than the amount equal Rs. 2.4 Crores (two crores forty lakhs) INR. Out of which Rs. 48 (forty eight) Lakhs INR should be from DW/BI services. These DW/BI services should invariably include activities like ETL, DW development, Analytics, Data Mining, Text Mining, implementation and maintenance.
by the statutory auditor.
B) Self-Certificate along with documentary evidences to prove that DW/BI works were executed.
4. Certificate
The bidders who bid for the high end DW/BI tools should have at least 2 (two) professionals who are certified by the OEMs for the delivery of DW/BI services.
Copy of relevant valid certificate
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 25 of 54
Additional Eligibility Criteria 2: For Empanelment Category 2: Low End BI Platform
S. No.
Basic Requirements
Items
Insert Value in the box /Attach required documents
Reference of Enclosed Proof, along with corresponding page numbers
1. Employee Strength
The bidders quoting for BI projects must have a minimum strength of 50 employees on its payroll in India, out of which at least 15 employees should have BI/DW competency.
Service Letters on companies letterhead mentioning roles and responsibilities or Undertaking is required Certificate from HR head as per Annexure: 4 - Firm Strength, Annexure 7 – No of Professionals Employed category wise and Annexure 14 – Prerequisites for different Levels of Manpower
2. Projects Turnover
The bidder should have an Annual Turnover of Rs. 3.60 Crores (Three crores and sixty lakhs) INR or more from software development and out of which Average Annual Turnover of Rs. 90 Lakhs (Ninety lakhs) INR should be from BI/Data warehouse Services during each of the last three financial years (i.e. 2013-14, 2014-15, 2015-16).
Group Turnover or consortium turnover will not be considered.
Supporting document (original certificate from CA) clearly identifying “turn over from BI Services during each of the Financial Years 2013-14, 2014-15 and 2015-16 shall be submitted.
3.
Prior Experience (Category Wise)
In the case of BI projects executed on the Low End BI Platforms (viz. Qlikview, Prism, Tibco Spotfire, Tableau, Pi, Jasper, Pentaho, Spago, Vanilla, BIRT, Elastic, R, Weka, Orange, Pi, etc.)
The bidder must have successfully completed at least the following numbers of projects during last 7 years ending last day of the month previous to the one in which applications are invited of value specified herein:
1 (one) project of similar nature not less than the amount Rs. 4.8 Crores (Four Crores Eighty lakhs) INR. Out of which Rs. 48 (forty eight) Lakhs INR should be from DW/BI services. These DW/BI services should invariably include activities like ETL, DW development, Analytics, Data Mining, Text
A) Order copy & successful completion certificate OR Details as per Annexure 5: Project Experience and Annexure 6: Project Completion Certificate along with documentary evidence, along with client contact details, in the form of Work order / Purchase order and Completion certificate from client / Purchase order and certificate of completion certified
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 26 of 54
Mining, implementation and maintenance.
OR
2 (two) projects of similar nature not less than the amount equal Rs. 3 (three) crores. Out of which Rs. 30 (thirty) Lakhs INR should be from DW/BI services. These DW/BI services should invariably include activities like ETL, DW development, Analytics, Data Mining, Text Mining, implementation and maintenance.
OR
3 (three) projects of similar nature not less than the amount equal Rs. 2.4 Crores (two crores forty lakhs) INR. Out of which Rs. 24 (twenty four) Lakhs INR should be from DW/BI services. These DW/BI services should invariably include activities like ETL, DW development, Analytics, Data Mining, Text Mining, implementation and maintenance.
by the statutory auditor.
B) Self-Certificate along with documentary evidences to prove that DW/BI works were executed.
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 27 of 54
Additional Eligibility Criteria 3: For Empanelment Category 3: Open Source BI Platform
S. No.
Basic Requirements
Items
Insert Value in the box /Attach required documents
Reference of Enclosed Proof, along with corresponding page numbers
1. Employee Strength
The bidders quoting for BI projects must have a minimum strength of 50 employees on its payroll in India, out of which at least 15 employees should have BI/DW competency.
Service Letters on companies letterhead mentioning roles and responsibilities or Undertaking is required Certificate from HR head as per Annexure: 4 - Firm Strength, Annexure 7 – No of Professionals Employed category wise and Annexure 14 – Prerequisites for different Levels of Manpower
2. Projects Turnover
The bidders must be agencies offering total BI solutions for at least 3 (three) years (i.e. 2013-14, 2014-15, 2015-16).
The bidder should be a company (incorporated in India) with an Annual Turnover of Rs. 3.6 Crores (three crores and sixty lakhs) INR or more from software development and out of which Average Annual Turnover of Rs. 90 Lakhs (ninty lakhs) INR should be from BI/Data warehouse Services during each of the last three financial years (i.e. 2013-14, 2014-15, 2015-16).
Group Turnover or consortium turnover will not be considered.
Supporting document (original certificate from CA) clearly identifying “turn over from BI Services during each of the Financial Years 2013-14, 2014-15 and 2015-16 shall be submitted.
3.
Prior Experience (Category Wise)
In the case of BI projects executed on the Open Source BI platforms (viz. Qlikview, Prism, Tibco Spotfire, Tableau, Pi, Jasper, Pentaho, Spago, Vanilla, BIRT, Elastic, R, Weka, Orange, Pi, etc.)
The bidder must have successfully completed at least the following numbers of projects during last 7 years ending last day of the month previous to the one in which applications are invited of value specified
A) Order copy & successful completion certificate OR Details as per Annexure 5: Project Experience and Annexure 6: Project Completion Certificate along with documentary evidence, along with client contact details, in the form
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 28 of 54
herein:
1 (one) project of similar nature not less than the amount Rs. 4.8 Crores (Four Crores eighty lakhs) INR. Out of which Rs. 48 (forty eight) Lakhs INR should be from DW/BI services. These DW/BI services should invariably include activities like ETL, DW development, Analytics, Data Mining, Text Mining, implementation and maintenance.
OR
2 (two) projects of similar nature not less than the amount equal Rs. 3 (three) crores. Out of which Rs. 30 (thirty) Lakhs INR should be from DW/BI services. These DW/BI services should invariably include activities like ETL, DW development, Analytics, Data Mining, Text Mining, implementation and maintenance.
OR
3 (three) projects of similar nature not less than the amount equal Rs. 2.4 Crores (two crores forty lakhs) INR. Out of which Rs. 24 (twenty four) Lakhs INR should be from DW/BI services. These DW/BI services should invariably include activities like ETL, DW development, Analytics, Data Mining, Text Mining, implementation and maintenance.
of Work order / Purchase order and Completion certificate from client / Purchase order and certificate of completion certified by the statutory auditor.
B) Self-Certificate along with documentary evidences to prove that DW/BI works were executed.
Note: OEMs which falls under the category of Start-Ups as defined under “Start-up Stand-up India”
initiative of Government of India (www.startupindia.gov.in) would be eligible and evaluated as per the
stipulated guidelines.
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 29 of 54
Bidder’s Profile
S. No. Particular Details
1. Name of the Bidder
2. Incorporated as (Partnership, Private Limited or Limited
Firm)
3. Incorporation year
4. Full address (Companies Registered Address)
5. Whether any legal/arbitration proceeding is instituted by
the agency or the agency has lodged any claim in
connection with works carried out by them. If yes,
please give details.
6. Whether the agency complies with the requirement of
Registration under the Contract Labour (Regulation and
Abolition) act?
7. Name of the top executive with designation
Telephone
Mobile
8. Name of the Authorized Signatory with designation*
Telephone
Mobile
9. Service tax number
10. Sales tax/ VAT No.
11. CST No.
12. PAN No.
13. CIN No.
14. EMD details
* All communication regarding this empanelment will be entertained/communicated from/to the authorized
signatory only
Signature:
Name:
Designation:
SEAL:
Date:
Place:
Please attach necessary documents as per the above form.
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 30 of 54
Financial Information (Turnover)
1. Please provide CA certified financial information of three last declared financial years.
2013-14 2014-15 2015-16
Annual Turnover
Annual Turnover from BI Services
Net worth
Note:
Please attach copies of relevant financial statements and audited accounts for the three last
declared financial years
Please attach the copies of Profit and Loss Accounts for the three last declared financial years
Certificate from Statutory Auditor is mandatory for turnover from BI-DW Services.
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 31 of 54
Firm Strength
On Bidder’s letter head
To
Managing Director, NICSI
Hall No. 2&3, 6th Floor, NBCC Tower,
15, Bhikaji Cama Place, New Delhi – 110066
Subject: Firm Strength
Respected Sir,
This is to certify that <…Company Name…> have more than 50* professionals on its rolls as of 31
March 2016.
Dated this ... Day of .., 2016
(Signature) (In the capacity of)
(Name)
Duly authorized to sign the Tender Response for and on behalf of:
(Name and Address of Company)
Seal/Stamp of bidder
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 32 of 54
Project Experience
S. No. Items Details
General Information
1. Customer Name
2. Name of the contact person
and contact details for the
client of the assignment
Project Details
3. Project Title
4. Start Date: MM/YYYY
End Date : MM/YYYY
5. Number of staff deployed in the
assignment
Size of the project
6. Total Cost of the project
7. Technologies / Products used
8. Advanced features provided
9. Any other information to be
shared
10. Any other information to be
shared
11. Narrative Description of the Project
12.
Documentary Proof and necessary details
Please attach Proof of Work Orders, Completion certificates for the above
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 33 of 54
Proforma for Project Completion Certificate
Name of the End User Department:
Project Number:
WO Number with Date:
End User Contact details:
Details of Work done:
Name of Service Provider (Name of the BI Platform):
User/End User Department to enter Details as per Purchase Order:
S. No. Parameter Details (Work Done)
1. SRS Preparation
2. Design and Road Map
3. ETL
4. Reporting
5. Advance Analytics
6. UAT and Improvement, Training, Handholding
7. Satisfaction Level
8. Any Comments/ Remarks
User Certification:
It is hereby certified that the above services have been provided to our satisfaction.
Place: Authorized Signatory:
Date: Name:
Mobile:
Email:
Organization Seal:
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 34 of 54
Number of Professionals Employed Category Wise
1. Employees Details
S. No Name of Employee Education
Qualification Experience (In
years) OEM Certified
or NOT
No of Relevant Projects handled
1.
2.
3.
2. BI/Data warehouse/Data Analytics Domain:
S. No Specialization No of Professional
1. ETL
2. DW Design Architect
3. DW Builder
4. Report/Analyst
5. Advance Analytics
6. Data Mining
(Please add more rows to include details of manpower resources available with the bidder)
Place:
Date:
Name:
Bidder’s Signature and Seal:
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 35 of 54
Proforma for Proficiency/Expertise
Bidders should say YES or NO if they comply with the tools listed below
S. No. High End BI Tools Compliance
1. IBM COGNOS/SPSS
2. SAS
3. MICROSTRATEGY
4. MICROSOFT BI
5. ORACLE BIEE
6. SAP BO/SYBASE IQ
7. TERADATA
S. No. Low End BI Tools Compliance
1. PI (PROGEN)
2. QLIKSENSE
3. TIPCO SPOTFIRE
4. TABLEAU
5. PRISM
6. ANY OTHER BI/DW TOOL
S. No. Open Source BI Tools Compliance
1. PENTAHO
2. VANILLA
3. SPAGO
4. ELASTICSEARCH
5. JASPER
6. BIRT
7. WEKA/R/ORANGE
8. ANY OTHER BI/DW/DM TOOL
Place:
Date:
Name:
Bidder’s Signature and Seal:
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 36 of 54
Technical Evaluation Criteria
S. No.
Technical Evaluation Criteria Maximum Marks
Percentage of total
Marks Obtained
Project Experience 40 40%
1. Previous Experience of the bidder in successfully executing similar work of BI/DW services for Government/ PSU Organizations in India with Project worth Rs. 1 (one) crore or more. (Submit Work Orders along with Completion Certificate)
15 15%
2. Previous Experience of the bidder in successfully executing similar work of BI/DW services in private organizations. (Submit Work Orders along with Completion Certificate clearly depicting the volume of pages)
15 15%
3. CMMI Level 3 or above Certification 10 10%
4. Architect and ETL specialist 10 10%
Advance Analyst 10 10%
Developer 10 10%
5. Bidder's Manpower resources on roll 10 10%
6. No of OEM Certified:= 3 or above 10 10%
7. Presentation by the Bidder about Organization and Project Experiences
10 10%
Total 100 100%
Note:
For 1 above, 3 marks will be awarded for each project and 5 projects or above will get 15 marks. Similarly,
for 2 above 5 marks will be awarded for each project and 5 projects or above will get 25 marks.
For both 1 & 2: Marks will be divided equally for ETL, Warehouse building, OLAP & Reporting and Data
Mining activities.
For 5 above, 5 marks will be awarded for Resource Strength less than 50 manpower and 10 marks for more
than 50 resources.
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 37 of 54
Financial Bid Letter
To
Managing Director, NICSI
Hall No. 2&3, 6th Floor, NBCC Tower,
15, Bhikaji Cama Place, New Delhi – 110066
Subject: Empanelment of Agencies to execute projects in the area of BI-DW
Sir,
We declare:
1. That we/our principals are equipped with adequate experience and other facilities required for providing
Solution/services as per the requirement given in the Tender Document No.______ and our
establishment is open for inspection by the team/representatives of NICSI.
2. We hereby offer to provide Services at the prices and rates mentioned in the financial bid for below
mentioned categories
S. No.
Empanelment Category EMD Value Bid
Submitted for Category
1. High End Business Intelligence Proprietary Platforms
Rs. 12,00,000/- (Twelve lakhs) (Yes/No)
2. Low End Business Intelligence Proprietary Platforms
Rs. 12,00,000/- (Twelve lakhs) (Yes/No)
3. Open Source Business Intelligence Platforms
Rs. 12,00,000/- (Twelve lakhs) (Yes/No)
Sum of EMD Value =
3. We do hereby undertake, that,
3.1. In the event of acceptance of our bid, the Services shall be provided as stipulated in the work order
and the tender terms and conditions to the Bid and that we shall perform all the incidental services.
3.2. The prices quoted are inclusive of all charges inclusive of traveling, manpower etc. for providing the
desired services.
3.3. We enclose here with the complete Commercial Bid as required by you. This includes:
Bid Letter
Financial Bid
3.4. We agree to abide by our offer for a period of 180 days from the date fixed for opening of the
tenders and that we shall remain bound by a communication within that time.
3.5. We have carefully read and understood the terms and conditions of the tender and the conditions of
the empanelment applicable to the tender and we do hereby undertake to provide the services as
per these terms and condition.
4. We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together with
your written acceptance thereof, the tender document and placement of letter of intent awarding the
empanelment, shall constitute a binding contract between us.
Dated : Signature of agency representative
Name of Agency:
Full Address :
Company Seal :
Detail of enclosures. :
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 38 of 54
Gross Total Value
As part of the financial proposal, the bidders can quote for the different empanelment categories as defined
below. The financial bid should be submitted as defined in the Annexure 15. Bid Submission
Process.
Annexure 11A. Gross Total Value for High End BI Platforms (Category 1)
Bidder Name……………………………………………….………………………………..
Bidder’s Billing Address………………………......................................................................
Table – A: High End BI Platforms
S. No. Particulars
Bid Amount
(INR Rs.)
Bid Amount
(INR Words)
[A] [B] [C] [D]
1. Gross Total Value for High End BI
Platforms GTV GTV
Note:
1. For considering the bids, the agency has to quote for all the above-mentioned service types
otherwise their bids will be rejected and EMD forfeited.
2. Financial bid must be submitted in the exact format as given in Table – A. The bid may be rejected if
the same format is not used.
3. Prices should be quoted in Indian Rupees and indicated both in figures and words. In the case of
any discrepancy between prices quoted in the Financial Bid, the values in words will prevail.
4. The cost is inclusive of all taxes, levies, etc.
5. Taxes indicated in the financial bid will be charged as per the prevailing rate.
6. L-1 for Empanelment Category 1: High End BI Tools will be decided as per rates quoted in Table –
A High End BI Tools.
7. The bid for a particular category should contain quotes by the bidder for each service type in that
category. The bid for a category shall be rejected if the bidder fails to quote for any service type in
that particular category and EMD of the bidder will be forfeited.
8. If the GTV of any of the bidder is less than or greater than 30% of the Average GTV of all the bids
of each category separately then the bid of that bidder will be rejected.
On behalf of [bidder’s name]
Authorized Signature [In full and initials]:
Name & Title of signatory:
Seal/Stamp of bidder:
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 39 of 54
Annexure 11B. Gross Total Value for Low End BI Platforms (Category 2)
Bidder Name……………………………………………….………………………………..
Bidder’s Billing Address………………………......................................................................
Table – B: Low End BI Platforms
S. No. Particulars
Bid Amount
(INR Rs.)
Bid Amount
(INR Words)
[A] [B] [C] [D]
1. Gross Total Value for Low End BI
Platforms GTV GTV
Note:
1. For considering the bids, the agency has to quote for all the above-mentioned service types
otherwise their bids will be rejected and EMD forfeited.
2. Financial bid must be submitted in the exact format as given in Table – B. The bid may be rejected if
the same format is not used.
3. Prices should be quoted in Indian Rupees and indicated both in figures and words. In the case of
any discrepancy between prices quoted in the Financial Bid, the values in words will prevail.
4. The cost is inclusive of all taxes, levies, etc.
5. Taxes indicated in the financial bid will be charged as per the prevailing rate.
6. L-1 for Empanelment Category 2: Low End BI Tools will be decided as per rates quoted in Table –
B. Low End BI Tools.
7. The bid for a particular category should contain quotes by the bidder for each service type in that
category. The bid for a category shall be rejected if the bidder fails to quote for any service type in
that particular category and EMD of the bidder will be forfeited.
8. If the GTV of any of the bidder is less than or greater than 30% of the Average GTV of all the bids of
each category separately then the bid of that bidder will be rejected.
On behalf of [bidder’s name]
Authorized Signature [In full and initials]:
Name & Title of signatory:
Seal/Stamp of bidder:
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 40 of 54
Annexure 11C. Gross Total Value for Open Source BI Platforms (Category 3)
Bidder Name……………………………………………….………………………………..
Bidder’s Billing Address………………………......................................................................
Table – C: Open Source BI Platforms
S. No. Particulars
Bid Amount
(INR Rs.)
Bid Amount
(INR Words)
[A] [B] [C] [D]
2. Gross Total Value for Open Source BI
Platforms GTV GTV
Note:
1. For considering the bids, the agency has to quote for all the above-mentioned service types
otherwise their bids will be rejected and EMD forfeited.
2. Financial bid must be submitted in the exact format as given in Table – C. The bid may be rejected if
the same format is not used.
3. Prices should be quoted in Indian Rupees and indicated both in figures and words. In the case of
any discrepancy between prices quoted in the Financial Bid, the values in words will prevail.
4. The cost is inclusive of all taxes, levies, etc.
5. Taxes indicated in the financial bid will be charged as per the prevailing rate.
6. L-1 for Empanelment Category 3: Open Source BI Tools will be decided as per rates quoted in
Table – C. Open Source BI Tools.
7. The bid for a particular category should contain quotes by the bidder for each service type in that
category. The bid for a category shall be rejected if the bidder fails to quote for any service type in
that particular category and EMD of the bidder will be forfeited.
8. If the GTV of any of the bidder is less than or greater than 30% of the Average GTV of all the bids of
each category separately then the bid of that bidder will be rejected.
On behalf of [bidder’s name]
Authorized Signature [In full and initials]:
Name & Title of signatory:
Seal/Stamp of bidder:
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 41 of 54
Proforma: Security Deposit for Contract Performance
Ref: _________________ Date _________________
Bank Guarantee No. ______________________
To
Managing Director, NICSI
Hall No. 2&3, 6th Floor, NBCC Tower,
15, Bhikaji Cama Place, New Delhi – 110066.
1. Against contract vide Advance Acceptance of the Tender No. _________________ dated
_________________ covering __________________________________ (hereinafter called the said
“Contract”) entered into between the National Informatics Centre Services Inc. (hereinafter called
"NICSI") and _________________ (hereinafter called the “Bidder”) this is to certify that at the request of
the Bidder we ------------- Bank Ltd., are holding in trust in favour of NICSI, the amount of
___________________________ (write the sum here in words) to indemnify and keep indemnified
NICSI against any loss or damage that may be caused to or suffered by NICSI by reason of any breach
by the Bidder of any of the terms and conditions of the said contract and/or in the performance thereof.
We agree that the decision of NICSI, whether any breach of any of the terms and conditions of the said
contract and/or in the performance thereof has been committed by the Bidder and the amount of loss or
damage that has been caused or suffered by NICSI shall be final and binding on us and the amount of
the said loss or damage shall be paid by us forthwith on demand and without demur to NICSI.
2. We __________________________________ Bank Ltd, further agree that the guarantee herein
contained shall remain in full force and effect during the period that would be taken for satisfactory
performance and fulfillment in all respects of the said contract by the Bidder i.e. till _________________
hereinafter called the said date and that if any claim accrues or arises against us _________________
Bank Ltd, by virtue of this guarantee before the said date, the same shall be enforceable against us
___________________________________________________ Bank Ltd, notwithstanding the fact that
the same is enforced within six months after the said date, provided that notice of any such claim has
been given to us _________________ Bank Ltd, by NICSI before the said date. Payment under this
letter of guarantee shall be made promptly upon our receipt of notice to that effect from NICSI.
3. It is fully understood that this guarantee is effective from the date of the said contract and that we
_________________ Bank Ltd, undertake not to revoke this guarantee during its currency without the
consent in writing of NICSI.
4. We undertake to pay to NICSI any money so demanded notwithstanding any dispute or disputes raised
by the Bidder in any suit or proceeding pending before any court or Tribunal relating thereto our liability
under this present bond being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment there
under and the Bidder shall have no claim against us for making such payment.
5. We __________________________________ Bank, further agree that NICSI shall have the fullest
liberty, without affecting in any manner our obligations hereunder to vary any of the terms and conditions
of the said contract or to extend time of performance by the Tendered from time to time or to postpone
for any time of from time to time any of the powers exercisable by NICSI against the said Bidder and to
forebear or enforce any of the terms and conditions relating to the said contract and we,
_________________ Bank Ltd., shall not be released from our liability under this guarantee by reason
of any such variation or extension being granted to the said Bidder or for any forbearance by NICSI to
the said Bidder or for any forbearance and or omission on the part of NICSI or any other matter or thing
whatsoever, which under the law relating to sureties, would, but for this provision have the effect of so
releasing us from our liability under this guarantee.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Bidder.
Date _________________
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 42 of 54
Place_________________ Signature _________________
Witness _________________ Printed name _________________
(Bank's common seal)
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 43 of 54
Detailed Financial Bid Format
Financial Bid Information for Different levels of Manpower
Annexure 13A. Detailed Financial Bid Format for High End BI Platforms (Category 1)
1. Name of the Agency:
2. Billing Address of the Agency:
3. Empanelment Category for which bid is submitted:
4. High End BI Platforms (T1):
S. No.
Roles Relevant
Experience (in year)
Man Months in Rs ( R )
Multiplication Factor (M)
Total ( R x M )
1 Project Manager 7 1 A
2 Senior Analyst 5 2.5 B
3 Sr. Programmer 3 2.5 C
4 Programmer 1 4 D
T1 GRAND TOTAL VALUE (Rs) : A+B+C+D
Service Tax extra applicable as per actual.
Relevant experience: RDBMS (SQL Server, Oracle, DB2, etc.) ETL Warehouse Builder,
Warehouse Administrator Reporting, Dashboard, OLAP and Mining
General Conditions for all the empanelment categories:
1. The bidders have to quote amount in Indian rupees in respective columns of all items. The amount so
quoted shall be the salary to the manpower.
2. The bidders must quote for all the levels (roles) of technical manpower given in a tables above.
3. Each Table i.e. T1, T2 and T3 will be treated as a separate Annexure and for each table, separate EMD
will be accepted from bidder. The table-wise EMD amount is given below
3.1. Table (High End BI Platforms T1) : EMD = Rs. 12,00,000/- (Twelve lakhs)
3.2. Table (Low End BI Platforms T2) : EMD = Rs. 12,00,000/- (Twelve lakhs)
4. Table (Open Source BI Tools T3) : EMD = Rs. 12,00,000/- (Twelve lakhs)
5. Qualifications should be as per “Prerequisites for different Levels of Manpower
6. L1 shall be decided as per process defined in Section 10.2 Financial Evaluation
7. Payment for holidays will be on pro-rata basis. The professionals deputed to work on the project would
observe the working days/hours of NICSI/clients.
8. For outstation duties the TA/DA shall be admissible as per NICSI rules which will be reimbursed on
production of proof of payment and approval of NIC project head.
Authorized Signatory
Signature:
Seal:
Place: ---
Date: ----
Name: ---
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 44 of 54
Annexure 13B. Detailed Financial Bid Format for Low End BI Platforms (Category 2)
1. Name of the Agency:
2. Billing Address of the Agency:
3. Empanelment Category for which bid is submitted:
4. Low End BI Platforms (T2):
S. No.
Roles Relevant
Experience (in year)
Man Months in Rs ( R )
Multiplication Factor (M)
Total ( R x M )
1 Project Manager 7 1 A
2 Senior Analyst 3 2.5 B
3 Sr. Programmer 2 2.5 C
4 Programmer 1 4 D
T2 GRAND TOTAL VALUE (Rs) : A+B+C+D
Service Tax extra applicable as per actual.
Relevant experience: RDBMS (SQL Server, Oracle, DB2, etc.) ETL Warehouse Builder,
Warehouse Administrator, Reporting, Dashboard, OLAP.
General Conditions for all the empanelment categories:
9. The bidders have to quote amount in Indian rupees in respective columns of all items. The amount so
quoted shall be the salary to the manpower.
10. The bidders must quote for all the levels (roles) of technical manpower given in a tables above.
11. Each Table i.e. T1, T2 and T3 will be treated as a separate Annexure and for each table, separate EMD
will be accepted from bidder. The table-wise EMD amount is given below
11.1. Table (High End BI Platforms T1) : EMD = Rs. 12,00,000/- (Twelve lakhs)
11.2. Table (Low End BI Platforms T2) : EMD = Rs. 12,00,000/- (Twelve lakhs)
12. Table (Open Source BI Tools T3) : EMD = Rs. 12,00,000/- (Twelve lakhs)
13. Qualifications should be as per “Prerequisites for different Levels of Manpower
14. L1 shall be decided as per process defined in Section 10.2 Financial Evaluation
15. Payment for holidays will be on pro-rata basis. The professionals deputed to work on the project would
observe the working days/hours of NICSI/clients.
16. For outstation duties the TA/DA shall be admissible as per NICSI rules which will be reimbursed on
production of proof of payment and approval of NIC project head.
Authorized Signatory
Signature:
Seal:
Place: ---
Date: ----
Name: ---
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 45 of 54
Annexure 13C. Detailed Financial Bid Format for Open Source BI Platforms (Category 3)
1. Name of the Agency:
2. Billing Address of the Agency:
3. Empanelment Category for which bid is submitted:
4. Open Source BI Platforms (T3):
S. No.
Roles Relevant
Experience (in year)
Man Months in Rs ( R )
Multiplication Factor (M)
Total ( R x M )
1 Project Manager 7 1 A
1 Senior Analyst 5 2.5 B
2 Sr. Programmer 3 2.5 C
3 Programmer 2 4 D
T3 GRAND TOTAL VALUE (Rs) : A+B+C+D
Service Tax extra applicable as per actual.
Relevant experience: RDBMS (SQL Server, Oracle, DB2, Postgres, Mysql, etc.) ETL,
Warehouse Builder, Warehouse Administrator, Reporting, Dashboard, OLAP.
General Conditions for all the empanelment categories:
17. The bidders have to quote amount in Indian rupees in respective columns of all items. The amount so
quoted shall be the salary to the manpower.
18. The bidders must quote for all the levels (roles) of technical manpower given in a tables above.
19. Each Table i.e. T1, T2 and T3 will be treated as a separate Annexure and for each table, separate EMD
will be accepted from bidder. The table-wise EMD amount is given below
19.1. Table (High End BI Platforms T1) : EMD = Rs. 12,00,000/- (Twelve lakhs)
19.2. Table (Low End BI Platforms T2) : EMD = Rs. 12,00,000/- (Twelve lakhs)
20. Table (Open Source BI Tools T3) : EMD = Rs. 12,00,000/- (Twelve lakhs)
21. Qualifications should be as per “Prerequisites for different Levels of Manpower
22. L1 shall be decided as per process defined in Section 10.2 Financial Evaluation
23. Payment for holidays will be on pro-rata basis. The professionals deputed to work on the project would
observe the working days/hours of NICSI/clients.
24. For outstation duties the TA/DA shall be admissible as per NICSI rules which will be reimbursed on
production of proof of payment and approval of NIC project head.
Authorized Signatory
Signature:
Seal:
Place: ---
Date: ----
Name: ---
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 46 of 54
Prerequisites for different Levels of Manpower
All degrees/diplomas should be with at least 60% marks and pursued through a full time course of a
recognized university/institution
1. Programmer
1.1. ME/MTech/BE/BTech in Computer Science/IT/ECE or MCA
OR
Master’s degree in Maths/Statistics/Operations Research with Post Graduate Diploma in Computer
Science
1.2. One year’s experience in OR/Stat/BI/PM software development.
2. Senior Programmer
2.1. BE/B.Tech or MCA or Master’s degree in Computer Science/IT/ECE
OR
Master’s degree in Physics/Maths/Statistics/Economics/Operations Research.
2.2. Experience on BI software project operations and maintenance.
2.3. Experience of 2 years in BI software development for low end BI Category and an experience of 3
years in the area of High end BI Platforms.
3. Senior Analyst
3.1. ME/M.Tech/BE/B.Tech or MCA or Master’s degree in Computer Science/IT/ECE
OR
Master’s degree in Physics/Maths/Statistics/Economics/Operations Research
3.2. Experience on BI analytics, understanding user requirements, and independently handling of
projects.
3.3. Experience of 3 years in BI software development for low end BI Category and an experience of 5
years in the area of High end BI Platforms.
4. Project Manager
4.1. ME/M.Tech BE/B.Tech/Master’s degree in Computer Science/IT/ECE
OR
Master’s degree in Physics / Maths / Statistics / Economics /Operations Research.
4.2. Experience on BI software project Architecture designing, overall coordination, SRS Preparation.
4.3. Experience of more than 7 years in the area of High end BI Platforms for BI software development,
Project Management and as a project lead.
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 47 of 54
Bid Submission Process
1. The bids for this tender for the empanelment category have to be submitted in accordance with
the instructions given below.
2. NICSI will not accept delivery of proposal in any manner other than that specified in this section.
Proposal delivered in any other manner shall be treated as defective, invalid and rejected.
3. Eligibility Criteria proposal and the Technical proposal should not contain any financial
information.
4. If any bidder does not qualify in technical evaluation, the financial proposal of that bidder shall
not be considered for evaluation.
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 48 of 54
Annexure 15A. Bid Submission Process for High End BI Platforms (Category 1)
1. Bid submission shall be sub-divided into two (2) parts: Bid Submission (Online) & Bid Submission
(Manual Part).
2. Bid Submission (Online)
The Online bids (complete in all respect) must be uploaded online at NICSI e-Proc Portal at
https://eproc-nicsi.nic.in/nicgep/app in 3 (three) Packets as explained below and due on the time as
mentioned in the Section 1 Important Details.
Packet No. Items
Packet – 1
The file should be saved in a PDF version and marked as:
“EMD_BidLetter_High_End_BI_ Platforms <Bidder’s Name>.pdf” and should comprise
of the following items:
1. Scanned copy of EMD demand draft/ bank guarantee as per section 8.3 Earnest
Money Deposit
2. Scanned signed copy of Annexure 10. Financial Bid Letter
In case the bidder is claiming exemption from submitting EMD, then the relevant scanned
copy of certificates justifying the claim should be submitted in place of Demand Draft/Bank
Guarantee.
The PDF file not containing the above documents or containing the financial bid in explicit /
implicit form will lead to rejection of the bid.
Packet – 2
The file should be saved in a PDF version and marked as “Technical_Bid_High_End_BI_
Platforms _<Bidder’s Name>.pdf” and should comprise of the following items:
1. Compliance sheet as per Annexure - 1
2. All the documents asked for eligibility criteria
3. Technical formats as per Annexures: 2 – 8 4. All the Details required as per Annexure - 9: Technical Evaluation Criteria
This PDF file not containing the above documents or containing the financial bid in
explicit/implicit form will lead to rejection of the bid.
Packet – 3
Submission of Financial Bid
The file should be saved in a excel format
The excel file titled as ‘Financial_Bid_G_T_V_High_End_BI_ Platforms -<<Bidder’s Name>>.xls” should be uploaded electronically as first part of financial bid and should contain Gross Total Value as per Annexure 11A. Gross Total Value for High End BI Platforms (Category 1) Failure to upload the financial bid as per the requirement will lead to rejection of the bid.
3. Bid Submission (Manual Part):
The bidder is required to submit the 3 (three) envelopes as required in the table below to the contact
address mentioned in the section 1 Important Details on or before the last date & time of submission of
the bid.
Envelope No. Items
Envelope -1
1. Demand Draft towards EMD in one cover sealed and superscripted “EMD – Empanelment for High End BI Platforms”. A letter specifying the draft details should be submitted along with EMD.
2. Signed letter as per Annexure 10. Financial Bid Letter
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 49 of 54
Note: In case bidder is submitting combined EMD as defined in Section 8.3.2 Earnest Money Deposit, then bidder has to submit the original combined EMD in any one of the category Envelope -1. For other category envelope -1 bidder may submit self-attested copy of the original EMD.
Envelope -2
Financial Bid as per the Annexure 13A. Detailed Financial Bid Format for High End BI
Platforms (Category 1) in one cover, sealed and superscripted “Detailed Financial Bid
– Empanelment for High End BI Tools”.
Envelope –3 Should contain 2 (two) separate sealed Envelope 1 and Envelope 2, superscripted as “EMD and Financial Bids for High End BI Platforms” - for Empanelment for High End BI Tool on date and place mentioned in the Section 1 Important Details.
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 50 of 54
Annexure 15B. Bid Submission Process for Low End BI Platforms (Category 2)
1. Bid submission shall be sub-divided into two (2) parts: Bid Submission (Online) & Bid Submission
(Manual Part).
2. Bid Submission (Online)
The Online bids (complete in all respect) must be uploaded online at NICSI e-Proc Portal at
https://eproc-nicsi.nic.in/nicgep/app in 3 (three) Packets as explained below and due on the time as
mentioned in the Section 1 Important Details.
Packet No. Items
Packet – 1
The file should be saved in a PDF version and marked as:
“EMD_BidLetter_Low_End_BI_Platforms<Bidder’s Name>.pdf” and should comprise of
the following items:
1. Scanned copy of EMD demand draft/ bank guarantee as per section 8.3 Earnest
Money Deposit
2. Scanned signed copy of Annexure 10. Financial Bid Letter
In case the bidder is claiming exemption from submitting EMD, then the relevant scanned
copy of certificates justifying the claim should be submitted in place of Demand Draft/Bank
Guarantee.
The PDF file not containing the above documents or containing the financial bid in explicit /
implicit form will lead to rejection of the bid.
Packet – 2
The file should be saved in a PDF version and marked as
“Technical_Bid_Low_End_BI_Platforms_<Bidder’s Name>.pdf” and should comprise of
the following items:
1. Compliance sheet as per Annexure - 1
2. All the documents asked for eligibility criteria
3. Technical formats as per Annexures: 2 – 8 4. All the Details required as per Annexure - 9: Technical Evaluation Criteria
This PDF file not containing the above documents or containing the financial bid in
explicit/implicit form will lead to rejection of the bid.
Packet – 3
Submission of Financial Bid
The file should be saved in a excel format
The excel file titled as ‘Financial_Bid_G_T_V_Low_End_BI_ Platforms-<<Bidder’s Name>>.xls” should be uploaded electronically as first part of financial bid and should contain Gross Total Value as per Annexure 11B. Gross Total Value for Low End BI Tools (Category 2). Failure to upload the financial bid as per the requirement will lead to rejection of the bid.
3. Bid Submission (Manual Part):
The bidder is required to submit the 3 (three) envelopes as required in the table below to the contact
address mentioned in the section 1 Important Details on or before the last date & time of submission of
the bid.
Envelope No. Items
Envelope -1
1. Demand Draft towards EMD in one cover sealed and superscripted “EMD – Empanelment for Low End BI Platforms”. A letter specifying the draft details should be submitted along with EMD.
2. Signed letter as per Annexure 10. Financial Bid Letter
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 51 of 54
Note: In case bidder is submitting combined EMD as defined in Section 8.3.2 Earnest
Money Deposit, then bidder has to submit the original combined EMD in any one of the
category Envelope -1. For other category envelope -1 bidder may submit self-attested
copy of the original EMD.
Envelope -2
Financial Bid as per the Annexure 13B. Detailed Financial Bid Format for Low End BI
Platforms (Category 2) in one cover, sealed and superscripted “Detailed Financial Bid
– Empanelment for Low End BI Platforms”.
Envelope –3 Should contain 2 (two) separate sealed Envelope 1 and Envelope 2, superscripted as “EMD and Financial Bids for Low End BI Platforms” - for Empanelment for Low End BI Tool on date and place mentioned in the Section 1 Important Details.
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 52 of 54
Annexure 15C. Bid Submission Process for Open Source BI Platforms (Category
3)
1. Bid submission shall be sub-divided into two (2) parts: Bid Submission (Online) & Bid Submission
(Manual Part).
2. Bid Submission (Online)
The Online bids (complete in all respect) must be uploaded online at NICSI e-Proc Portal at
https://eproc-nicsi.nic.in/nicgep/app in 3 (three) Packets as explained below and due on the time as
mentioned in the Section 1 Important Details.
Packet No. Items
Packet – 1
The file should be saved in a PDF version and marked as:
“EMD_BidLetter_Open_Source_BI_ Platforms <Bidder’s Name>.pdf” and should
comprise of the following items:
1. Scanned copy of EMD demand draft/ bank guarantee as per section 8.3 Earnest
Money Deposit
2. Scanned signed copy of Annexure 10. Financial Bid Letter
In case the bidder is claiming exemption from submitting EMD, then the relevant scanned
copy of certificates justifying the claim should be submitted in place of Demand Draft/Bank
Guarantee.
The PDF file not containing the above documents or containing the financial bid in explicit /
implicit form will lead to rejection of the bid.
Packet – 2
The file should be saved in a PDF version and marked as
“Technical_Bid_Open_Source_BI_ Platforms _<Bidder’s Name>.pdf” and should
comprise of the following items:
1. Compliance sheet as per Annexure - 1
2. All the documents asked for eligibility criteria
3. Technical formats as per Annexures: 2 – 8 4. All the Details required as per Annexure - 9: Technical Evaluation Criteria
This PDF file not containing the above documents or containing the financial bid in
explicit/implicit form will lead to rejection of the bid.
Packet – 3
Submission of Financial Bid
The file should be saved in a excel format
The excel file titled as ‘Financial_Bid_G_T_V_Open_Source_BI_ Platforms -<<Bidder’s Name>>.xls” should be uploaded electronically as first part of financial bid and should contain Gross Total Value as per Annexure 11C. Gross Total Value for Open Source BI Platforms (Category 3). Failure to upload the financial bid as per the requirement will lead to rejection of the bid.
3. Bid Submission (Manual Part):
The bidder is required to submit the 3 (three) envelopes as required in the table below to the contact
address mentioned in the section 1 Important Details on or before the last date & time of submission of
the bid.
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 53 of 54
Envelope No. Items
Envelope -1
1. Demand Draft towards EMD in one cover sealed and superscripted “EMD – Empanelment for Open Source BI Platforms”. A letter specifying the draft details should be submitted along with EMD.
2. Signed letter as per Annexure 10. Financial Bid Letter
Note: In case bidder is submitting combined EMD as defined in Section 8.3.2 Earnest
Money Deposit, then bidder has to submit the original combined EMD in any one of the
category Envelope -1. For other category envelope -1 bidder may submit self-attested
copy of the original EMD.
Envelope -2
Financial Bid as per the Annexure 13C. Detailed Financial Bid Format for Open
Source BI Tools (Category 3) in one cover, sealed and superscripted “Detailed
Financial Bid – Empanelment for Open Source BI Platforms”.
Envelope –3 Should contain 2 (two) separate sealed Envelope 1 and Envelope 2, superscripted as “EMD and Financial Bids for Open Source BI Platforms” - for Empanelment for Open Source BI Tool on date and place mentioned in the Section 1 Important Details.
Tender document for Empanelment of Agencies to provide Services in BI/Statistics/Project Management areas
Page 54 of 54
Bank Guarantee For EMD/Bid Security
To
The Managing Director,
National Informatics Centre Services Incorporated (NICSI)
Hall No. 2-3, 6th Floor, NBCC Tower,
Bhikaji Cama Place, New Delhi-110066
Whereas <<name of the bidder>> (hereinafter called 'the Bidder') has submitted the bid for Submission of
tender # <<RFP Number>> for <<name of the assignment>> (hereinafter called "the Bid") to National
Informatics Centre Services Incorporated.
Know all Men by these presents that we << Bank Name>> having our office at <<Address>> (hereinafter
called "the Bank") are bound unto the National Informatics Centre Services Incorporated (hereinafter called
"the Purchaser") in the sum of Rs. <<Amount in figures>> (Rupees <<Amount in words>> only) for which
payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns
by these presents. Sealed with the Common Seal of the said Bank this <<insert date>>
The conditions of this obligation are:
1) If the Bidder having its bid withdrawn during the period of bid validity specified by the Bidder on the
tender documents; or
2) If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of
validity of bid
i. Withdraws his participation from the bid during the period of validity of bid document; or
ii. Fails or refuses to participate for failure to respond in the subsequent Tender process after having
been short listed;
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 both of the two conditions,
specifying the occurred condition or conditions.
This guarantee will remain in force up to 225 days from the last date of bid submission and any demand in
respect thereof should reach the Bank not later than the above date.
(Authorized Signatory of the Bank)
Seal:
Date: