37
1 Tender for Software Solution for Human Resources Management System (NESCO, WESCO & SOUTHCO) TENDER NOTICE No.: CSO/IT/2013/HRMS/1 Date: 08.04.2013 Registered Office (Nesco / Wesco /Southco) N1/22, IRC Village, Nayapalli Bhubaneswar- 751015

Tender for Software Solution for Human Resources Management …€¦ ·  · 2013-09-04Tender for Software Solution for Human Resources Management System (NESCO, ... Price Schedule

  • Upload
    vudan

  • View
    225

  • Download
    2

Embed Size (px)

Citation preview

1

Tender for Software Solution for Human Resources Management System

(NESCO, WESCO & SOUTHCO)

TENDER NOTICE No.: CSO/IT/2013/HRMS/1 Date: 08.04.2013

Registered Office (Nesco / Wesco /Southco) N1/22, IRC

Village, Nayapalli Bhubaneswar- 751015

2

CONTENTS

Section

No.

Description Page

No.

Section - I Notice Inviting Tender (NIT) 3-6

Section - II Instruction to Bidders 7-18

Section - III

Scope of Work

19-21

Section - IV

General Terms and Conditions of Contract (GTCC)

22-26

Section - V

Technical Specification

27-28

Section - VI

List of Annexure ( Schedules & Format )

29

Annexure – I : General Information 30

Annexure – II: Details about the Firm 31

Annexure – III: Declaration Form 32

Annexure – IV: Performa for Composite Bank Guarantee for Security Deposit, Payment and performance.

33-34

Annexure – V: Performa for Bank Guarantee for Earnest Money Deposit ( EMD)

35-36

Annexure - VI : Price Schedule for HRMS software

37

3

SECTION –I

Notice Inviting Tender (NIT)

4

SECTION –I Notice Inviting Tender (NIT)

A. Introduction:

NESCO is one of the three Power distribution companies supplying electricity to 8 Lac consumers in its licensed territory of North-Eastern part in the state of Odisha. NESCO desires to implement a software solution for Human Resources Management System.

For and on behalf of the North Eastern Electricity Supply Company of Orissa Ltd. (NESCO), the undersigned invites sealed tenders in duplicate on two part bidding system from the eligible bidders, who comply with the terms and conditions for the implementation.

Cost of Tender Paper 15,000.00 + 750.00 (VAT @ 5%) = 15,750.00/-

B.Tender Schedule:

1 Pre-Bid Discussion

2 Date & Time for Bid Submission 17.6.2013 (2:00 PM)

3 Date & Time for Opening of Technical Bid 17.6.2013 (2:00 PM)

The intending bidders can also download the tender document from our website

www.nescoorissa.com, www.wescoorissa.com & www.southcoorissa.com. However the bidder

has to furnish a Account Payee Bank Draft drawn on any Scheduled Bank in favour of the North

Eastern Electricity Supply Company of Orissa Ltd. payable at Bhubaneswar for the cost of the

Tender Paper indicated above, along with his bid, failing which the bid will be rejected outright. In

the event of the specified date for the submission or opening of bids being declared as holiday for

NESCO the bids will be received / opened up at the appointed time on the next working day.

NESCO also reserves the right to accept or reject any or all tenders without assigning any reason

thereof, if the situation so warrants.

For detail Tender Specification & Terms and Conditions, please visit our website

www.nescoorissa.com, www.wescoorissa.com & www.southcoorissa.com

5

C .ELIGIBLE BIDDERS:

C-1. Technical Qualification:

1. The bidder should have successfully executed at least 2 (two) similar contracts for Indian Corporate / utilities in India.

2. Copies of Purchase Order/ Work Orders should be enclosed along with the bid- document to substantiate the claims. NESCO may insist for additional documents in proof of the above as and when required.

3. The bidders are required to submit the completion certificate from the client where they have accomplished similar type of assignments.

4. The HRMS system will cover the following modules which are to be integrated.

Pay Roll (development of Pay-Roll package is under process not within the

purview of this tender except for integration).

Employee Database

Recruitment including document verification

Disciplinary Actions

Terminal Benefits like Pension, Gratuity etc.

Engagement of Outsource / Contractual personnel

Transfer data of the employees including manpower assessment, posting &

vacancy positions.

IR-Activities

Transport

Safety & Security

Guest house Management

Event Management

Estate Management

House Keeping Management

Healthcare Management

Legal cases management system of employees and consultants.

INTEGRATION OF ALL MODULES

Information reports for Actuarial valuation

5. The HRMS package will be developed using the following environment:

Hardware : Intel Based Servers Systems Software: Windows 2007 Application Software: ASP .Net Database: SQL Server 2005 and above Application Server: IIS Language: C#

6

6. In the meantime Pay-roll application system, using the above environment has already been developed. It is required that the HRMS application will be compatible with the existing Pay-roll Application System. In order to do so, IT Department of NESCO will furnish the detailed required data, so that the perspective application vendor will not face any difficulties in integrating the Pay-roll application.

7. The Application vendor is required to run through the application in the premises of NESCO in the live environment for a period of 2 months before hand over of the detailed source codes along with the specifications to NESCO.

C-2. Financial Qualification:

1. Turn Over: Minimum Average Annual Turnover of Rs. 2 crore in three out of the last five completed fiscal years.

2. Net Worth: Minimum Net worth of Rs. 50 lakhs as per the latest Audited Balance Sheet.

C-3. Other Necessary Qualification:

1. Bidder should not have any past litigation / dispute / un-successful history with

NESCO /WESCO /SOUTHCO. Bidders earlier debarred by NESCO/WESCO/SOUTHCO shall be rejected.

2. Bidder should preferably be a company registered in India under the Indian Companies Act of 1956.

7

SECTION –II

INSTRUCTION TO BIDDERS (ITB)

8

SECTION – II

Instruction to Bidders (ITB)

1.0 Documents Comprising the Bid:

The bidding process is open to eligible software developers meeting the qualification criteria either in individual capacity or more than one such entities forming a consortium, so that collectively they meet the qualification requirement subject to complying with the mandatory eligibility requirements along with supporting documents. Further the bidders are advised to furnish all information required as per the Tender document for techno-commercial evaluation.

The bidder should be SEI CMMi – CMM level 3 certified.

In case of consortium bidding, the implementation partner shall be the lead member for participating in the tender, execution, signing all the documents related therewith up to signing of agreement and execution of all the contractual obligations there after (in case of award of contract) i.e. responsible for providing and maintaining the total HRMS solution to NESCO including warranty obligations on a turn-key basis. The lead member will have to meet the mandatory eligibility criteria as mentioned.

However all the members of the consortium must also, jointly and severally, be responsible for satisfactory execution and performance of the contract. Application submitted by a Consortium shall comply with the following requirements.

(i) A written agreement on stamp paper from the competent authority of all the consortium members in an appropriate format. (ii) The validity of the consortium agreement entered upon should continue for entire period of contract as specified in the tender. (iii) All such agreement should be irrevocable for the above periods. (iv) Nomination of Lead member must be evidenced by submitting a letter of authorization signed by legally authorized signatories of all the members of the consortium. (v) The Lead member must be authorized to receive instruction / communications from NESCO, authorized to incur liabilities and shall deliver all the provisions of the contract on behalf of consortium members.

In case of bidding through consortium, no member of the consortium shall be allowed to participate in the tender in his individual capacity.

The bidder must have adequate number of IT professionals working full time in India with the company as of now with the experience in the offered HRMS product for implementation and / or maintenance.

The Bid prepared and submitted by the Bidder shall comprise of two parts i.e. Part-I (Techno- Commercial Bid), & Part-II (Price Bid).

9

A) The Part-I (Techno-Commercial Bid) must contain the following documents a) Bid Document signed by the bidder in every page, all other Schedules / Formats enclosed in the Bid-Document duly filled in & signed by the bidder with seal in a separate envelop super scribed as “Techno Commercial Bid”. Bids containing information in formats other than the prescribed formats in the tender notices shall not be acceptable and shall make the bid non-responsive.

b) Requisite Earnest Money Deposit (E.M.D) in a separate envelope super scribed as “EMD” failing which the Bid shall be treated as non- responsive and shall be rejected outright.

c) Following Documentary evidence establishing that, the Bidder is qualified to perform the Contract if the Bid is accepted:

i) Bidder shall furnish copies of original documents defining the constitution or legal status,

place of registration and principal place of business, namely Memorandum and Article of Association etc.

ii) Bidders shall submit their audited financial reports for best three financial years out of last

five years. In case the Bidder is in existence for less than five years, the audited financial report/s from the date of its incorporation should be furnished.

iii) Copies of Purchase orders successfully executed, Users Performance Certificate etc.

d) Power of Attorney / Board resolution indicating that the person(s) signing the Bid have the authority to sign the Bid and as such the Bid is binding upon the Bidder during the full period of its validity.

e) Requisite Cost of Tender Document as mentioned in Section I (A) in shape of account payee Bank draft from a scheduled Bank in favor of the “North Eastern Electricity Supply Company of Orissa Ltd.” Payable at Bhubaneswar is to be enclosed along with the Bid.

B) Part-II (Price Bid):

i) The Price Bid shall contain the price schedules (ANNEXURE – VI) & signed by the bidder

with seal. This shall be submitted in a double sealed envelope separately duly super scribed as “Price Bid”.

ii) The Price offered shall be inclusive of all costs as well as Duties, Taxes and Levies paid or

payable during implementation of the contract. If the Bidder is exempted from Excise duties, Concession in the Sales tax, levy of entry tax, same should be clearly mentioned supported with documentary evidence.

iii) Prices quoted by the Bidder shall be “Firm” and not subject to any price adjustment during

the performance of the Contract. A Bid submitted with variable Price or an adjustable price clause shall be treated as non-responsive and rejected out rightly.

10

1. Additional Documentation:

In addition to what specifically mentioned in the specification, the bidders shall provide the following:

a) Brief background of company.

b) Infrastructure facilities available

c) Technical Know-how and collaboration, if any.

d) Quality systems and quality assurance plan

e) Bidder’s experience f) Any other specific qualifications, experiences and capabilities directly related to this enquiry.

2. Signing of Bid:

The Bidder shall complete and submit the Bid Document in duplicate enclosing all documents at clause “2” above in two sealed envelopes clearly marked “Original Bid & Duplicate separately, super-scribing the “Tender Notice No. Date _, Date of Opening & Description of Material _”.

The Price Bid in Original should be Submitted in a separate seal envelop marked as “ price bid” in the event of any discrepancy between the original and the copies, the original shall govern.

The original and the duplicate copy of the Bid shall be typed or written legibly and shall be signed by the Bidder or a person or persons duly authorized to sign on behalf of the Bidder. Such authorization shall be indicated by written Power-of-Attorney/ Board Resolution accompanying the Bid.

The Bid shall contain no interlineations, erasures, overwriting except as necessary to correct errors, made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid.

3. Price Bid Envelope:

The inner and outer envelopes shall be addressed to the Company at the following address: The Sr. Vice President (IT), Central Services Office (NESCO, WESCO, SOUTHCO), N1/22, IRC Village, Nayapalli, Bhubaneswar – 751 015

In addition to above, the outer envelope shall indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared “Late”.

The Bidders have the option of sending the Bids by Post/ Courier services or in person. Bids submitted by Telex/Telegram/Fax will not be accepted. No request from any Bidder to the Company to collect the proposals from Airlines/ Cargo/Courier Agents etc. shall be entertained by the Company.

11

4. Earnest Money Deposit (EMD)

4.1 The bidder shall have to submit Earnest Money of Rs. 2,00,000/- (Two lacs only) in shape of DD or Bank Guarantee in favor of North Eastern Electricity Supply Company of Orissa Ltd, Bhubaneswar. The EMD shall be valid for a period of six months. In the event the successful bidder fails to execute the confirmed order, such EMD shall be forfeited. The EMD shall have to be enclosed inside a separate envelope which should be the super scribed “EMD” in bold letters. The Technical Bid shall be opened if valid EMD is found enclosed with the Bid. The EMD shall be returned to all the unsuccessful bidders immediately after finalization of tender. The EMD shall be forfeited:

i) If the Bidder withdraws its Bid during the period of bid validity specified in the tender

document after bid opening or ii) If the Bidder submits fraudulent documents and / or wrong information in support of its

eligibility / qualification or iii) If the Bidder, having been notified of the acceptance of its bid by DISCOMs during the

period of bid validity, a) Fails to sign the Agreement or b) Fails to submit the required initial security deposit and/or does not agree to carry out the

work as per the tender conditions. The BG / DD shall be valid till 30 days after the bid validity period. The EMD of the successful bidder shall be returned after signing of the agreement. The bids of the bidders who have not furnished the required Earnest Money Deposit will not be taken into consideration at all and such bids will be rejected and returned to the Bidders

NB: In case of any deficiency such as the ownership of the security bond (other than the issuing bank), deviation from the approved format, absence of signature of witness etc. found in the EMD Bank Guarantee, the same shall be liable for rejection upfront. The bidder will not be given any chance to rectify the same.

4.2. E.M.D of unsuccessful bidders shall be refunded back as promptly as possible but, not later than thirty (30) days after the expiry of the period of bid validity. E.M.D of successful bidders shall be discharged upon furnishing of the performance security.

4.3. The EMD may be forfeited due to following reasons:

1) If the bidder withdraws bid during the period of bid validity specified by the bidder in the Bid form.

2) In case the successful bidder fails to sign the contract in specified time and / or fails to submit the requisite performance Bank guarantee.

5.0 Contract Price

The Prices quoted for the Contract shall remain FIRM as per the above Parameters and Company shall not compensate Bidder for any variations. However any variation in the taxes & duties within the schedule date of delivery shall be borne by the Company, else the same shall be borne by the bidder.

12

6.0 Bid Currencies

Prices shall be quoted in Indian Rupees Only.

7.0 Documents Establishing Conformity to the Bidding Documents

The bidders shall confirm by the documentary evidence of the Goods conformity to the bidding documents by submitting equipments data sheets.

8.0. Alternative Bids

Bidders shall submit bids, which comply with the tender documents. Alternative bids shall not be considered for evaluation.

9.0 Sealing & Marking of Bids

9.1 Bid submission: One Original, One Copy of all the Bid Documents shall be sealed and submitted to the Company before the last date & time for submission of the bid.

9.2 The Bid proposal should be divided into two parts and should be submitted in two separate

sealed envelopes, addressed to Company. All the envelopes should bear the Name and Address of the Bidder and marking is made for the Original and the Duplicate copy. The envelopes should be super scribed with the title of its contents as follow:

i) Techno-Commercial / Price Bid Bid Envelope: Shall contain the Bid Security (EMD),

Cost of Tender Document, all supporting documents for qualifying requirement of this tender, duly filled in formats Abstract of General Terms & Conditions, Declaration Form, Technical Data Schedule, Technical & Commercial Deviations, Un-quoted blank Price Schedule etc. as per enclosed formats in this document

10.0 Deadline for submission of Bids

10.1 The original Bid together with required copies, must be received by the company at the address specified in Clause-4 not later than 2.00 PM on or before the due date as indicated in the invitation for bids.

10.2 The company may, at its discretion, extend the deadline for the submission of Bids by

amending the Bidding Documents, in which case all rights and obligations of the company and Bidders previously subject to the timeline will thereafter be subject to the timeline as extended.

11.0 One Bid per Bidder

Each Bidder shall submit only one Bid either by himself, or as a partner in a Joint Venture / Consortium. A Bidder who submits or participates in more than one Bid for the same item, either individually or jointly, will cause all those Bids to be rejected out rightly.

13

12.0 Late Bids

Any Bid received by the Company after the deadline for submission of Bids prescribed by the Company, pursuant to Clause 17, will be declared “Late” and will be rejected out rightly and will be returned unopened to the Bidder.

13.0 Modification & Withdrawal of Bids

13.1 The Bidder may modify or withdraw his Bid after the Bid’s submission, provided that written notice of the modification or withdrawal is received by the company prior to the deadline prescribed for submission of Bids.

13.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and

dispatched in accordance with the provisions of Clause 10 & 11. A withdrawal notice may be sent by fax but must be followed by an original signed confirmation copy.

13.3 No Bid can be modified subsequent to the deadline for submission of Bids.

13.4 No Bid can be withdrawn in the interval between the deadline for submission of Bids and

the expiry of the period of Bid validity specified by the Bidder on the Bid form.

14.0 Evaluation of Bids

Process to be confidential Information relating to the examination, clarification, evaluation and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process. Any effort by a Bidder to influence the Company’s processing of Bids or award decisions may result in the rejection of the Bidder’s Bid.

15.0 Clarification of Bids

To assist in the examination, evaluation and comparison of Bids, the Company may, at its discretion, ask the Bidder for a clarification of its Bid. All responses to requests for clarification shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted.

16.0 Preliminary Examination of Bids/Responsiveness

16.1 Company will examine the Bids to determine whether they are complete, whether any computational error have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the Bids are generally in order.

16.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price per item that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price per item will be corrected. If there is a discrepancy between the total amount and the sum of the total price per item, the sum of the total price per item shall prevail and the Total Amount will be corrected.

14

16.3 Prior to the detailed evaluation, the Company will determine the substantial responsiveness of each Bid to the Bidding Documents including production capability and acceptable quality of the materials offered. Substantially responsive Bid is one, which conforms to all the terms and conditions of the Bidding Documents without material deviation.

16.4 A Bid determined as not substantially responsive will be rejected by the Company and will not subsequently allowed to be made responsive by the Bidder by correction of the non – conformity.

17.0 Evaluation & Comparison of Bids

17.1 The evaluation of Bids shall be done based on the cost competitiveness.

17.2 The evaluation of the Bids shall be a stage-wise procedure. The following stages are identified for evaluation purposes:

In the first stage, the Bids would be subjected to a responsiveness check as detailed in the Clause 16. The Technical Proposals and the Commercial terms & conditions of the Bidders would be evaluated and discussed as enumerated in this tender document.

Subsequently, the Financial Proposals of Bidders with Techno-commercially Acceptable Bids submitted at the time of bid submission shall be considered.

17.3 The Company evaluation of a Bid will take into account, in addition to the Bid price, the following factors, in the manner and to the extent indicated in this Clause:

a) Implementation schedule. b) Deviations from Bidding Documents as mentioned in Non-Compliance Schedule. c) Past performance and capability to execute the contract.

. Bidders shall base on their Bid price on the terms and conditions specified in the Bidding Documents. The Cost of all quantifiable deviations and omissions from the specification, terms and conditions, specified in Bidding Documents shall be evaluated. The Company will make his own assessment of the cost of any deviation for the purpose of ensuring fair comparison of Bids.

18.0 Award of Contract

If there is more than one lowest evaluated price (L1) bidder, the purchaser has exclusive right to give the bid any one among the L1 bidders.

19.0 Contacting the Company

19.1 From the time between Bid opening to award of contract, if any Bidder wishes to contact the company on any matter related to the Bid, he should do so in writing.

19.2 Any effort by a Bidder to influence the Company and / or in the company decisions in respect of Bid evaluation, Bid comparison or Contract of Award, will result in the rejection of the Bidder’s Bid.

19.3 The Company reserves the right to accept any Bid and to reject any or all Bids or to relax any Terms & Conditions.

15

19.4.The company reserves the right to accept or reject any Bid and to annul the Bidding process and reject all Bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders regarding the grounds for the company’s action.

19.5 In the interest of work, the company reserves the right to relax any terms and conditions without affecting the quality & price of the equipment.

19.6 The company will award the Contract to the successful Bidder whose Bid has been determined to be the lowest- evaluated responsive Bid, provided further that the Bidder has been determined to be qualified to perform the Contract satisfactorily. The company at its option/ discretion may split the total quantity to be supplied between two or more Techno- Commercially responsive Bidders in case of the bid prices are same and early delivery is required by the company.

19.7 The Company reserves the right to vary the Hardware / Software i.e. up-gradation without any change in terms and conditions at the time of placing the orders or during the execution of the Contract.

20.0 Letter of Intent / Notification of Award :

The letter of intent / Notification of Award shall be issued to the successful Bidder(s) whose bid(s) have been considered responsive, techno-commercially acceptable and evaluated to be the Lowest (L1). The successful Bidder shall be required to furnish a letter of acceptance to it within 7 days of issue of the letter of intent / Notification of Award by Purchaser.

21.00 Performance Security

Within 15 days of the receipt of Notification of Award / Letter of Intent from the Purchaser, the successful Bidder shall furnish the Performance Security in the form of Bank Guarantee executed on non-judicial stamp paper worth Rs.100/- (Rupees One hundred only) issued by a scheduled Bank in favor of the Purchaser encashable at Bhubaneswar only for an amount of equivalent to 10% of the total contract value in the Performance Security Form provided in Annexure – IV of Bidding Documents. The Bank Guarantee shall be valid for a period not less than 90 days over and above the guarantee period.

22.00 COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of its Bid and DISCOMs will in no case be responsible or liable for those costs regardless of the conduct or outcome of the bidding process.

23.00 SITE VISIT, PRE-BID MEETING & CLARIFICATION ON BID DOCUMENTS

23.1 The prospective bidders are advised to depute their technical experts with authorization letter to visit, assess and examine the conditions, requirements, nature & quantum of work and locations of installations including assessment of requirement of Hardware, Software, Network equipments and Data Center, collect all information regarding functioning of prevailing working procedures and systems of different departments and inter departments which may be necessary for the purpose of bidding and submit a realistic offer for the successful development & implementation of HRMS software and other ancillary works at their own cost without any liability on DISCOMs. Problems if any, arising out of submission of bid without proper assessment of requirement by the bidder shall no way be considered by DISCOMs.

16

23.2 A pre-bid meeting shall be organized, if required in order to provide first hand information to the bidders and discuss issues with respect to the work. Any modification of the tender documents which may become necessary as a result of the pre-bid meeting shall be made by DISCOMs.

23.3 A prospective bidder requiring any clarification on the bid documents may request/forward their clarifications/queries to the Sr. Vice president (IT), CENTRAL Service Office (NESCO,WESCO and SOUTHCO) N1/22, IRC Village, Nayapalli, Bhubaneswar-15, Odisha. Copies of consolidated queries of bidders and response of DISCOMs will be issued by DISCOMs as addendum in the website, only if the clarifications requested for, are considered appropriate by DISCOMs.

23.4 The Bidders are strongly advised to examine all the instructions, forms, terms and specifications in the Tender documents. Failure to furnish all the information as required or to submit a bid not substantially techno-commercially responsive, in every respect to the bidding document, will be at the Bidder’s risk and shall result in the rejection of its Bid.

24.00 CONFIDENTIALITY

All recipients of the Tender documents for the purpose of submitting a tender shall treat the contents of the document as private and confidential.

25.00 AMENDMENT TO TENDER DOCUMENTS

25.1 At any time prior to the deadline for submission of Bids, Company may, for any reason, whether at its own initiative or in response to a clarification sought by any prospective bidder, reserves the right to modify the tender documents by amendment / addendum.

25.2 The amendment will be notified in writing or by fax to all the prospective bidders who have purchased the bidding documents, besides publication in Company’s web site. Those bidders who down load the Tender Document from the web site shall be solely responsible to check the web site for the amendment issued in shape of Corrigendum and/or Addendum.

25.3 In order to afford prospective bidders, reasonable time to take the amendment into account in preparing their bids, Company may at its discretion, extend the deadline for the submission of bids.

26.00 LANGUAGE OF BID

The Bid prepared by the Bidder and all correspondences and documents relating to the Bid exchanged by the Bidder and Company shall be written in English language.

27.00 BID PRICES

The bid price must be prepared in accordance with the instructions specified below. 27.1 The bidder shall indicate the landed prices at site for all the items (goods and services) of the work described in the Bill of Quantity. The prices must include all the taxes (except Service Tax), duties, fees, all types of CESS etc payable by the contractor under the contract. It must also include insurance, transportation, packing, forwarding and all other incidentals required for successful execution of the contract in all respect.

27.2 Clubbing of items in the BOQ and/or submission of price bid in a different format shall not be accepted.

17

27.3 The total scope of work complete in all respect shall be considered on lump-sum basis as per items indicated in the “BOQ”.

28.00 TAXES AND DUTIES

The prices (including all taxes, duties, etc excluding Service tax) quoted in the bid shall hold good and shall be binding on the bidder, not withstanding any increase in the prices of materials and labour or in the freights or levy of other charges whatsoever and the bidder shall not be entitled to claim any increase over the rates quoted by him during the period of currency of the contract except taxes and duties as introduced / modified by Govt. from time to time if any within the period from last date of bid submission to the original completion date of the Contract. Reimbursement of any new tax or variation of existing tax, introduced during last date of bid submission to the original completion date of the Contract shall be paid in actual on submission of documentary evidence. The extended period of Contract for the purpose shall only be considered on merit.

29.00 BID VALIDITY

The bids shall be valid for a period of 180 days from the last date of submission of bids. .

30.00 Supply, Installation, Integration & Acceptance of HRMS Software Solution System including warranty obligation

Company shall retain 10% of onetime cost (excluding the recurring cost and HRMS operational assistance cost from the contract price) towards performance security deposit which shall be retained by Company till 60 days after successful completion of the warranty period of 1 (one) year. The Performance Security Deposit may be released after successful execution and acceptance of the System.

31.00 Profile of Proposed Project Team

Bidder has to deploy a specialized and trained team for the successful and timely completion of the Project at sites. It is therefore mandatory that the key personnel in the team have the following minimum qualification and work experience.

a) One Project Manager

b) At least two Functional Consultants for each module

All the manpower proposed for the project team must be a B.E./ B. Tech / MBA / CA / CMA or Equivalent.

18

32.00 All correspondence with regards to the above shall be made to the following:

Contact : Sr. VP - IT Address : CENTRAL SERVICES OFFICE

(NESCO, WESCO & SOUTHCO) Plot No- N1/22, IRC Village, Nayapalli Bhubaneswar-751 015

FAX : 0674 - 255 8343

19

SECTION – III

SCOPE OF THE WORK

20

SECTION – III

1. SCOPE OF THE WORK:

The “Scope of Work” shall be on the basis of Bidder’s responsibility, completely covering the obligations, responsibility and workmanship, provided in this Bid Enquiry whether implicit or explicit.

Company’s intent is to deliver a working Human Resources Management Software Application package, and for the scope of work is delineated as under:

The Software Application Vendors who want to participate in this Bid are required to attend a bid discussion session at NESCO as per a date finalized by the NESCO authorities after notification of tender in web and media. During the bid discussion session, the perspective bidders shall be able to understand the work content and clarify their doubts, so that they can furnish the techno- commercial bid covering the accomplishment of all the following activities:

The software application vendor is required to prepare the Business

Requirement Specifications based on a Physical Systems Study at NESCO.

Module-wise effort estimation; the effort required for integration and resources required for implementation for 2 months in the live environment. The bidders will now convert the required efforts to rupees and place their quote (module-wise + Integration work + implementation for 2 months in the live environment). However the bidder has to submit offer for all the modules as described at point C- 1 (4) of this tender document.

Changes if any suggested by NESCO within the software application development period will have additional impact and the amount in rupees plus the additional required time lines for this impact needs to be communicated by the Software Application Vendor, for due approval by NESCO. Once the approval for the impacted sum in rupees along with the time line are approved, the Software Application Vendor has the responsibility to deliver as per the time- lines approved by NESCO to claim the impacted amount in rupees for payment.

On successful completion of the project after due implementation of

2 months in the live environment, the Software Application Vendor is required to hand over the source code along with the detailed required document plus the user manual.

The software application vendor is required to impart operational training to 5 to 10 users of NESCO not exceeding 3 days free of charges. In order to conduct the training, the software application vendor is required to furnish a training plan duly approved by Nesco.

On completion of the project as per the activities stated above, the Software Application Vendor shall submit the Bill to NESCO for payment.

21

The scope of work as envisaged above is only inclusive and not exhaustive. Additional financial / work requirements incidental and / or essential to the above referred scope shall be added / intimated in writing during implementation stage, without any additional financial implication.

2. Clarifications of bid document:

The prospective bidder requiring any clarification on the this document shall notify the company in writing or by fax at the Company mailing address indicated in this document, latest by the date mentioned in Notice details. Response, if any, on such clarifications will be displayed on Discoms website latest by the date mentioned in Notice details and further, to clarify the queries already received & replied.

Any clarifications issued by the Company, in response to such query raised by prospective bidders, shall form an integral part of this documents and shall amount to an amendment of relevant clauses of this document.

3. Proposal Form:

3.1. The Firm shall comply with all the provisions mentioned in this documents & sign each page under stamp of firm as a mark of acceptance of all conditions contained herein.

3.2. All pages of the Proposal shall be serially numbered, indicated in an index.

3.3. Additional / ambiguous conditions are not permissible and will render the proposal liable for rejection.

4. Successful Bidder will work out detailed setup of software implementation as per the

requirement with components and specs already finalized by the Company. 5. Successful bidder may include additional component if any required in its technical and

financial bids otherwise any components required for completion of project shall be treated as included in the solution and will have to be provided by the Successful Bidder without any additional cost.

.

6. The successful bidder will provide all necessary support for the smooth transfer of the application after the expiry of the contract before the expiry of the PBG or as mutually agreed upon.

7. The successful bidder will be responsible for smooth operations and maintenance of the

application throughout the service of the contract and thereafter. 8. Any new infrastructure or software which is required to be installed to meet out the requirement

of the project will be the responsibility of the bidder to install and commission the same.

22

SECTION – IV

GENERAL TERMS AND CONDITIONS OF CONTRACT (GTCC)

23

SECTION – IV

General Terms and Conditions of Contract (GTCC)

1.0 General Instructions

1.1 All the Bids shall be prepared and submitted in accordance with these instructions. 1.2 Bidder shall bear all costs associated with the preparation and delivery of its Bid, and the Company in no case shall be responsible or liable for these costs.

1.3 The Bid should be submitted by the Bidder in whose name the bid document has been issued and under no circumstances it shall be transferred / sold to the other party.

1.4 The Company reserves the right to request for any additional information and also reserves the right to reject the proposal of any Bidder, if in the opinion of the Company, the data in support of Tender requirement is incomplete.

1.5 The Bidder is expected to examine all instructions, forms, terms & conditions and specifications in the Bid Documents. Failure to furnish all information required in the Bid Documents or Submission of a Bid not substantially responsive to the Bid Documents in every respect may result in rejection of the Bid. However, the Company’s decision in this regard to the responsiveness and rejection of bids shall be final and binding without any obligation, financial or otherwise, on the Company.

2.0 Definition of Terms:

2.1 NESCO shall mean the “Company” on whose behalf this bid enquiry is issued by its authorized representative/officers.

2.2 “Bidder” shall mean the firm who quotes against this bid document issued by the Company. “Contractor / Seller” shall mean the successful Bidder(s) whose bid has been accepted by the Company and shall include his heirs, legal representatives, successors and permitted assigns.

2.3 “Site” shall mean the Electricity Distribution Area of the Company.

2.4 “Letter of Intent” shall mean the official notice issued by the Company notifying the Contractor that his proposal has been accepted and it shall include amendments thereto, if any, issued by the Company. The “Letter of Intent” issued by the Company shall be binding on the “Contractor”. The date of detailed Company Order shall be taken as the effective date of the commencement of contract.

2.5 “Month” shall mean the calendar month and “Day” shall mean the calendar day.

2.6 “Codes and Standards” shall mean all the applicable codes and standards as indicated in the

Technical Specification is mentioned above.

2.7 “Offer Sheet” shall mean Bidder’s firm offer submitted to Company in accordance with the specification.

2.8 “Contract” shall mean the “Detailed Company Order” issued by the Company.

24

2.9 “Contract Price” shall mean the Price referred to in the “Detailed Company Order”. 2.10 “Contract Period” shall mean the period during which the “Contract” shall be executed as agreed between the Contractor and the Company in the Contract inclusive of extended contract period for reasons beyond the control of the Contractor and / or Company due to force majeure.

2.11. “Project” shall mean supply as per enclosed technical specification.

3.0 Contract Documents & Priority

3.1 Contract Documents: The Specification, terms and conditions of the contract shall consist solely of these Tender conditions and offer sheet.

3.2 Priority: Should there be any discrepancy between any terms hereto and any term of the offer sheet, the terms of this tender document shall prevail.

3.3 Training Facilities: The bidder shall provide all possible facilities for training of the Company’s earmarked technical personnel for obtaining first-hand knowledge of the software and its proper operation & maintenance in service at free of cost.

4.0 Force Majeure:

4.1. If, at any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract is prevented or delayed by reasons of any war or hostility, acts of the public enemy, civil commotion, sabotage , fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to as events) provided notice of happenings of any such eventuality is given by either party to the other within 2 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor shall either party have any claim for damages against other in respect of such non-performance or delay in performance, and deliveries under the contract shall be resumed as soon as practicable after such an event come to an end or cease to exist, and the decision of the Purchaser as to whether the deliveries have been so resumed or not shall be final and conclusive. Further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reasons of any such event for a period exceeding 10 days, either party may, at its option, terminate the contract.

4.2. Maintenance:

a) Scheduled Maintenance: The Bidder shall specify the basis for scheduled maintenance causing / or not causing disruption of Service. Maintenance shall be performed during off-peak hours and the bidder shall always provide advanced notice of scheduled maintenance to DISCOM. b) Emergency Maintenance: The Bidder shall specify the major reasons for performing emergency maintenance (Example: security related issues). Bidder shall immediately notify DISCOMs regarding the emergency maintenance. Un-notified service unavailability due to emergency maintenance will be included in the service downtime calculations.

5.0 Indemnify:

The Vendor, its successor and assignee shall indemnify the Company , its successor and assignee from all current & future liabilities that may arise out of purchase contract(s) entered into between the vendor & the Company under this Tender Notice. The Purchaser in term shall indemnify the DISCOM.

25

6.0 Contact Information

All communication as regards to this Tender Notice/Technical Specifications shall be made (i) in English, (ii) in writing and (iii) sent by mail / facsimile to:

Contact : Sr. VP - IT Address : CENTRAL SERVICES OFFICE

(NESCO, WESCO & SOUTHCO) Plot No- N1/22, IRC Village, Nayapalli Bhubaneswar-751 015

FAX : 0674 - 255 8343

7.0 Deviation from Specification

It is in the interest of the Bidders to study the Specification, drawing etc. specified in the tender document thoroughly before tendering so that, if any deviations are made by the Bidders, the same are prominently brought out on a separate sheet in the Technical & Commercial Deviation. Deviation mentioned in any other format or any other part of the offer document shall not be considered as a deviation & in such case it will be presumed that the bidder has accepted all the conditions, stipulated in the tender specification, notwithstanding any exemptions mentioned therein.

8.0 Price Basis

The breakup of prices shall indicate all types of Taxes, Duties and other Levies of whatsoever nature indicated separately and clearly.

The bidder shall provide CST / VAT clearance certificate, Copy of PAN card etc.

9.0 Terms of Payment

9.1 The Contractor’s request for payment shall be made to the Purchaser in writing, accompanied by an invoice describing, as appropriate, the milestone completed. The Contract Price shall be paid in Indian Rupees in accordance with the Payment Schedule

9.2 No payment made by the Purchaser herein shall be deemed to constitute Go-Live Acceptance by the Purchaser of the system. Payments shall be made promptly by the Purchaser, but in no case later than thirty (30) days after submission of an invoice along with the stipulated acceptance/delivery certificate signed by competent authority / Project Coordinator / Authorized representative.

10.0 Price validity:

All bids submitted shall remain valid, firm and subject to unconditional acceptance by company for 180 days post bid date. For award of Contract, the prices shall remain valid and firm till contract completion.

26

11.0. Guarantee:

The hardware if supplied by the bidders shall be guaranteed for trouble free service for the entire period of contract from the date of receipt of the material at desired destination. Any defect if noticed during the guarantee period should be rectified / replaced by you free of cost, provided such defects are traced due to faulty design, bad workmanship or bad material used.

12.0. Liquidated Damage:

Failure to establish the HRMS software in the stipulated period of 1 week, from the date of handing over of site will result in imposition of penalty of Rs. 2,000 per day of delay for a period of one week and thereafter, Rs 5,000 per week of further delay for another two weeks. Delay beyond 2 weeks may attract forfeiture of the SD/ PBG and cancellation of contract, at the discretion of the company.

13.0. Termination for Default:

The company may, without prejudice to any other remedy for breach of contract, by written notice of default, sent to the contractor, terminate this contract in whole. a) If the contractor fails to deliver any or all of the goods and perform services within the time period(s) specified in the contract, or any extension thereof granted by the company.

b) if the contractor fails to perform any obligation(s) under the contract .

c) if the contractor, in either of the above circumstances, does not remedy his failure within a period of 15 days (or such longer period as the purchaser may authorize in writing) after receipt of the default notice from the company.

d) Termination of contracts when Assets are in working conditions.

If the contracts are terminated on the above three grounds, DISCOMs shall have right to take over the assets without giving any option to the vendor by paying balance installment towards monthly H/W & S/W cost at discounted value at the prevailing bank rate.

e) Termination of contracts when Assets are not working conditions.

If the contracts are terminated on the above three grounds, DISCOMs shall have right to take over the assets without paying any balance installments towards monthly H/W & S/W cost.

14.0. Court Jurisdiction:- Any dispute arising out of the tender/bid document/ evaluation of bids/issue of APO shall be subject to the jurisdiction of the competent court at the place from where the NIT/tender has been issued Where a Bidder has not agreed to arbitration, the dispute/claims arising out of the Contract/PO entered with him shall be subject to the jurisdiction of the competent Court at the place from where Contract/PO has been issued. Accordingly, a stipulation shall be made in the contract as under.

“This Contract/PO is subject to jurisdiction of Court at Bhubaneswar only”.

27

SECTION – V

TECHNICAL SPECIFICATION

28

Minimum requirement of Technical Specification:

The HRMS Application should be web based and should be able to run quite satisfactorily in the following environment:

1. Hardware: Intel Based Servers

2. Systems Software: Windows 2007

3. Application Software: ASP .Net

4. Database: SQL Server 2005 and above

5. Application Server: IIS

6. Language: C#

29

SECTION – VI

LIST OF ANNEXURE

30

SECTION VI

Annexure - I

Sl No. Particulars Information (GI)

1.1

HQ Location

1.2

Affiliation / Parent

1.3

Type of Business

1.4

Estimated Size

1.5

Estimated Total Work Force

1.6

Presence in India

1.6.1 Manage Service Center

1.6.2 Marketing Office

31

Details about the Firm Annexure – II

Sl No. Details Required Response from the bidder

1

Full Name of the firm ( in capital letter)

2

Address of the firm

3

Phone Number

4 Type of firm ( Proprietary / Partnership / Ltd./Pvt. Ltd)

5

Details of the authorized signatory

Name:

Designation:

Phone:

Mobile:

e - mail:

Address:

6

Brief description of work carried out by firm in last three years

7 Has the firm black listed by any organization, if so attached the details of the same.

8

Is the firm registered with any Government / Semi Government undertaking? If so furnish details of the registration.

9

Income Tax account No. /PAN number (latest income tax clearance Certification to be attached with proposal)

10

Service Tax registration No.

11

Registration Certificate of Firm or MoA

32

Annexure – III

DECLARATION FORM

To, Vice President (IT), Registered Office, NESCO, WESCO & SOUTHCO N 1/22, IRC Village, Nayapalli, Bhubaneswar - 15

Sir,

Having examined the above specifications together with the Tender terms and conditions referred to therein.

1. I/we the undersigned do hereby offer to develop, implement and integrate the HRMS software covered thereon in complete shape in all respects as per the rules entered in the attached contract schedule of prices in the tender.

2. I/we do hereby undertake to have implementation / delivered within the time specified in the tender.

3. I/we do hereby guarantee the technical particulars given in the tender supported with necessary reports from concerned authorities.

4. I/we do hereby certify to have furnished a copy of the tender specifications by remitting Cash/

Demand draft & this has been duly acknowledged by you in your letter No…………….. Date ……………….

5. I / we do hereby agree to furnish the composite Bank Guarantee in the manner specified / acceptable by the<contractor>& for the sum as applicable to me / us as per section-v of penalty clause within fifteen days of issue of the Letter in favor of the contractor to decided, failing which I / we clearly understand that the said shall be liable to be withdrawn by the contractor

Signed this…………….Day of……………………20…. Yours faithfully,

(Signature of Tenderer with Seal)

33

Annexure- IV

PROFORMA FOR COMPOSITE BANK GUARANTEE FOR SECURITY DEPOSIT, PAYMENT AND PERFORMANCE

This Guarantee Bond is executed this _day of by us the Bank at P.O. indicate designation of Purchaser )

P.S. Dist State (

Whereas North Eastern Electricity Company of Orissa Ltd. (NESCO) Regd. Office: N 1/22, IRC Village, Nayapalli, Bhubaneswar – 751015 registered under the Company Act 1956 (hereinafter called “The Purchaser”) has placed Work Order No. Dt.

(hereinafter called “the Agreement”) with

M/s. (hereinafter called “the

Contractor”) for development, implementation & integration of HRMS Software and whereas NESCO has agreed for development, implementation & integration of HRMS Software as per the said agreement on furnishing by the Contractor to the NESCO a security in form of performance Bank Guarantee of the amount equivalent to 10% of the contract price of the said Agreement.

1. Now, therefore, in consideration of Whereas North Eastern Electricity Supply Company of Orissa Ltd. having agreed in terms of the said Agreement as aforesaid, we the

Bank, Address (code No. ) (hereinafter referred to as “the Bank”) do hereby undertake to pay to the NESCO an amount not exceeding Rs. (Rupees ) only against any loss or damage caused to or suffered by “The Purchaser”, by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.

2. We, the Bank do hereby undertake to pay the amounts due and payable under the guarantee without any demur, merely on a demand whereas North Eastern Electricity Supply Company of Orissa Ltd, stating that the amount claimed is due by way of loss or damage caused to or suffered by NESCO by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement or by the reason of any breach by the said Contractors failure to perform the said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs (Rupees _) only.

3. We, the _Bank also undertake to pay to “The Purchaser”, any money so demanded not withstanding any dispute or dispute raised by the Contractor(s) in any suit or proceeding instituted/ pending before any court or Tribunal relating thereto our liability under this Agreement being absolute and irrevocable.

The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the Contractor(s) shall have no claim against us for making such payment.

4. We, the Bank further agree that the guarantee

herein contain shall remain in full force and affect during the period that would be taken for the performance of the said Agreement and it shall continue to remain in force endorsable till all the dues of “The Purchaser” under by virtue of the said Agreement have been fully paid and its claim satisfied or discharged or till NESCO certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharge this guarantee and will not be revoked by us during the validity of the guarantee period.

34

Unless a demand or claim under this guarantee is made on us or with (Local Bank Name, address and code No.), Bhubaneswar in writing on or before (date) we shall be discharged from all liability under this guarantee thereafter.

5. We, the Bank further agree that “The Purchaser” shall have

the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor(s) or for any forbearance act or omission on part of NESCO or any indulgence by Whereas North Eastern Electricity Company of Orissa Ltd, to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would but for this provisions have effect of so relieving us.

6. The Guarantee will not be discharged due to change in the name, style and constitution of the Bank and or Contractor(s).

7. We, the _Bank lastly undertake not to revoke this

Guarantee during its currency except with the previous consent of “The Purchaser”, in writing .Dated the_ day of Two thousand

Notwithstanding anything contained herein above. Our liability under this Bank Guarantee shall not exceed Rs.

(Rupees _) only. The Bank Guarantee shall be valid up to only. We or our local Bank at Bhubaneswar (Name & Address of the Local Bank) are liable to pay the guaranteed amount depending on the filing of claim and any part thereof under this Bank Guarantee only and only if you serve upon us or our local Bank at Bhubaneswar a written claim or demand and received by us or by Local Branch at Bhubaneswar on or before Dt. otherwise bank shall be discharged of all liabilities under this guarantee thereafter.

N.B.:

(1) Name of the Contractor: (2) No. & date of the Purchase order / agreement: (3) Amount of P.O.: (4) Name of Materials: (5) Name of the Bank: (6) Amount of the Bank Guarantee:

(7) Name, Address and Code No. of the Local Branch:

For (Indicate the name of the Bank)

(8) Validity period or date up to which the agreement is valid: (9) Signature of the Constituent Authority of the Bank with seal: (10) Name & addresses of the Witnesses with signature: (11) The Bank Guarantee shall be accepted only after getting confirmation from the respective Banks.

35

Annexure -V

PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

(ON NON-JUDICIAL STAMP PAPER OF Rs.100/-)

Ref Date Bank Guarantee No:

In accordance with invitation to Tender Notice No.--------- Dated ------------- of North Eastern Electricity Supply Company of Orissa Ltd. [herein after referred to as the NESCO] for development, implementation & integration of HRMS Software.

M/s. address

wish/wished to participate in the said tender and as the Bank Guarantee for the sum of Rs. [Rupees Valid for a period of ………… days (in words) is required to be submitted by the Bidder.

1.We the [Indicate the Name of the Bank]

[Hereinafter referred to as „the Bank‟ ] at the request of M/S.

[Herein after referred to as supplier (s)] do hereby unequivocally and unconditionally guarantee and undertake to pay during the above said period, on written request by NESCO an amount not

exceeding Rs. to the NESCO, without any reservation. The

guarantee would remain valid up to 4.00 PM of [date] and if any further extension to this is required, the same will be extended on receiving instructions from M/s on whose behalf this guarantee has been issued.

2. We the [Indicate the name of the bank] do hereby further undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the NESCO stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the NESCO by reason of any breach by the said supplier [s] of any of the terms or conditions or failure to perform the said Bid. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.

wards). (in

3. We, the Bank undertake to pay the NESCO any

money so demanded not withstanding any dispute or disputes so raised by the supplier [s] in any suit or proceeding instituted/pending before any Court or Tribunal relating thereto, our liability under this agreement 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 supplier(s) shall have no claim against us for making such payment.

4. We, the Bank [Indicate the name of the bank] or our local branch at Bhubaneswar

further agree that the guarantee herein contain shall remain in full force and effect during the aforesaid period of -------------- days and it shall continue to be so enforceable till all the dues of the NESCO under by virtue of the said Bid have been fully paid and its claims satisfied or discharged or till NESCO certifies that the terms and conditions of the said Bid have been fully and properly carried out by the said Supplier [s] and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the

36

(date) we shall be discharged from all liability under this guarantee thereafter.

5. We, the Bank [Indicate the name of the bank] or our local branch at Bhubaneswar further agree that the NESCO shall have the fullest liberty without our consent and without affecting in any manner our obligations here under to vary any of the terms and conditions of the said Bid or to extend time of performance by the said Supplier [s] from time to time or to postpone for any time or from time to time any of the powers exercisable by the NESCO against the said supplier [s] and to forbear or enforce any of the terms and conditions relating to the said bid and we shall not be relieved from our liability by reason of any such variation, postponement or extension being granted to the said Supplier [s] or for any forbearance act or omission on the part of the NESCO or any indulgence by the NESCO to the said Supplier[s] or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the name, style and constitution of

the Bank or the supplier [s]. 7. We, the Bank or our local branch at Bhubaneswar lastly undertake not

revoke this Guarantee during its currency except with the previous consent of the NESCO in writing.

8. We, the Bank further agree that this guarantee shall also be

encashable at our place of business at Bhubaneswar (Indicate detail address of local branch with code no.) in the State of Orissa.

Dated Day of 2013.

Witness ((Signature, names & address) For

Bank] [Indicate the name of

1. Power of Attorney No. 2. Date:

SEAL OF BANK

Note: The non-judicial stamp paper of worth Rs.100/- shall be purchased in the name of the bank, which has issued the bank guarantee.

37

Annexure: VI

Price Schedule for HRMS software as per Tender Notice No.: CSO/IT/2013/HRMS/1

Name of Bidder………………………………………………………………………………………….

Sl. No.

HRMS Software (Description of Requirement)

Qty

Rate

Value

TOTAL

1

Customization and implementation of HRMS Software

2 Hand holding charges (per month), if any

3

Charges for modification/accounting policies as may be revised from time to time (per month) after handing over of

the software

TOTAL

Signature of Bidder along with seal & date. Note: 1) Any column left blank shall be treated as Nil / Inclusive off.

1) In case of discrepancy between unit rate and total value, unit rate shall prevail over the

total value.

The above is to be duly filled up, signed in all pages and submitted in sealed condition in a separate envelop superscribed as” part – II Bid – Price Bid”