Request for Proposal - Excise & Prohibition...

87
RFP - Integrated Excise Management System Department of Excise and Prohibition, Govt. of Bihar 1 | Page Request for Proposal for Appointment of an Agency for Design, Supply, Installation, Commissioning, Operations and Maintenance of Integrated Excise Management System, Government of Bihar Tender No: BSBCL (IEMS) 2015/01 Dated: 22 Dec 2015 Bihar State Beverages Corporation Limited Government of Bihar

Transcript of Request for Proposal - Excise & Prohibition...

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 1 | P a g e

Request for Proposal

for

Appointment of an Agency for Design, Supply, Installation,

Commissioning, Operations and Maintenance

of

Integrated Excise Management System,

Government of Bihar

Tender No: BSBCL (IEMS) 2015/01

Dated: 22 Dec 2015

Bihar State Beverages Corporation Limited

Government of Bihar

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 2 | P a g e

Table of Contents

1 Introduction .............................................................................................................................4

2 Schedule of Bid Process .......................................................................................................4

3 Structure of the RFP ...............................................................................................................5

4 Background Information ........................................................................................................5

5 Instructions to the Bidders.................................................................................................. 13

6 Criteria for Evaluation .......................................................................................................... 17

7 Annexure ............................................................................................................................... 34

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 3 | P a g e

List of Abbreviation

Abbreviation Elaboration

TSSP Total Solution and Service Provider

Means the party with whom Department shall enter into Service Level Agreement

(SLA) including its successors & permitted assigns

VMU Vehicle Mounted Unit

VLTS Vehicle Lock & Tracking System

VMS Vehicle Management System

GoB Government of Bihar

IEMS Integrated Excise Management System

BSBCL Bihar State Beverage Corporation Limited

CL Country Liquor

Plain spirit which has been, made in India from materials recognized in Bihar as

bases for country spirit, namely mahua, rice, gur or molasses,

IMFL Indian Made Foreign Liquor

SCL Spice Country Liquor

Spiced country spirit which has been made in India from silent spirit conforming

to ISI specification no. I.S. 6613: 1971 for neutral spirit for alcoholic drinks as

revised from time to time, and to which approved flavouring and colouring agents

are added at any stage of its manufacture,

DEP Digitised Excise Process

SCM Supply Chain Management

CEM Core Excise Module

The Core Excise Module for Department of Excise and Prohibition, Government

of Bihar which consists of Automation of the entire Business Processes herein

specified in the required standards and to the complete satisfaction of the

Department

Financial Bid “Financial Bid”

Means the total cost involved in developing, implementing and operating

customized IT solution with skilled manpower and method of charging the cost to

Excise Department of Excise and Prohibition, Government of Bihar for a period

of 4 years.

BSEDC Bihar State Electronic Development Corporation

SNA BSBCL

In this BSBCL is referred as the BSBCL

SLA Service Level Agreement

SLR Service Level Requirement

DS Digital Signature

FAT Final Acceptance Test

HQ Head Quarter

SDC State Data Centre, (Located at Beltron Bhawan, Bihar)

SRS Software Requirement Specification

LoI Letter of Intent

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 4 | P a g e

1 Introduction

I. Under IEMS, System Integrators will be responsible for providing a comprehensive solution

towards Supply, Installation, Development, Integration, Commissioning, Management &

Maintenance of Application and Computing Infrastructure pertaining to IEMS in various

districts across the State of Bihar.

II. BSBCL,<State Name> invites the eligible parties (hereafter referred as “Bidder”) for

appointment as System Integrator for the <State Name>and provide the comprehensive

solution as specified in the Scope of Work Section (Refer Section <>in Volume 2) of this

RFP.

III. Bidders are advised to study this RFP document carefully before submitting their proposals

in response to this Notice. Submission of a proposal in response to this notice shall be

deemed to have been done after careful study and examination of this document with full

understanding of its terms, conditions and implications. Failure to furnish all information

required as mentioned in the RFP documents or submission of a proposal not substantially

responsive to the RFP documents in every respect will be at the Bidder's risk and may result

in rejection of the proposal.

IV. All proposals submitted in response to the RFP document must be accompanied by an EMD

of Rs. <specify the amount in figures> (Rupees <Amount in words> Only) in the form of a

bank guarantee as per the format prescribed in this RFP document (Refer XXX). Bids

submitted without adequate EMD will be liable for rejection.

2 Schedule of Bid Process

S. No Information Details

1. RFP No. and Date BSBCL(IEMS)-2015/01,

Dated: 22 Dec 2015

2. Last date for submission of written queries for

clarifications

04 January 2016, 5:00 pm

Email: [email protected]

3. Date of pre-bid conference 6 January 2016, 3:00 pm at

Conference Room,

Department of Registration, Excise and

prohibition

Vikash Bhawan, New Secretariat

Patna – 800 015

4. Release of response to clarifications To be intimated

5. Bid validity period 180 days from the last date (deadline) for

submission of proposals.

6. Last date (deadline) for submission of bids 01 February 2016, 3:00 pm

7. Opening of Technical Bids 01 February 2016, 3:30 pm

8. Technical Presentation by the Bidders To be Intimated

9. Place, Time and Date of opening of Financial

proposals received in response to the RFP

notice

To be intimated

10. Contact person for queries Sh. Om Prakash Mandal

Assistant Commissioner of Excise

email: [email protected]

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 5 | P a g e

11. Addressee and address at which proposal in

response to RFP notice is to be submitted:

Managing Director

Bihar State Beverages Corporation

Limited,

Vidyut Bhawan, Patna

3 Structure of the RFP

I. This Request for Proposal (RFP) document for Appointment of the System Integrator for IEMS

for BSBCL comprise of the following.

II. BSBCL invites bids from eligible parties (hereafter referred as “Bidder”) for appointment as

Total Solution and Service Provider (TSSP) for the Department of Registration, Excise and

Prohibition to provide a comprehensive solution as specified in the Scope of Work Section in

Volume II of this RFP.

A. Volume I: Instructions on the Bid process for the purpose of responding to this RFP.

This broadly covers:

1. General instructions for bidding process

2. Bid evaluation process including the parameters for Technical evaluation

and commercial evaluation to facilitate BSBCL in determining bidder’s

suitability as the TSSP

3. Commercial bid and other formats

B. Volume II: Functional and Technical Requirements of the project. The contents of the

document broadly cover the following areas:

1. About the project and its objectives

2. Scope of work for the TSSP

3. Functional and Technical requirements

4. Project and Payment Schedule

5. Service levels for the TSSP

The bidder is expected to respond to the requirements as completely and in as much

relevant detail as possible, and focus on demonstrating bidder’s suitability to become

the TSSP of BSBCL.

C. Volume III : Master Service Agreement (MSA), Service Level Agreement (SLA) and

Non-Disclosure Agreement (NDA).(provided separately in Annexure I)

The bidders are expected to examine all instructions, forms, terms, Project requirements and other

information in the RFP documents. Failure to furnish all information required as mentioned in the RFP

documents or submission of a proposal not substantially responsive to the RFP documents in every

respect will be at the Bidder's risk and may result in rejection of the proposal.

4 Background Information

4.1 Basic Information

Any contract that may result from this Government procurement competition will be issued for a term

of six years (“the Term”).

Department of registration, Excise and Prohibition, Government of Bihar reserves the right to extend

the Term for a period or periods of up to six months with a maximum of one year such extension or

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 6 | P a g e

extensions on the same terms and conditions, subject to the Department of Excise and Prohibition,

Government of Bihar obligations at law.

Proposals must be received not later than time, date and venue mentioned in the Fact Sheet. Proposals

that are received late WILL NOT be considered in this procurement process.

4.2 Project Background

The Bihar State Prohibition and Excise Department has been created for administration and enforcement

of all matters relating to Excise and Narcotic laws and to collect revenue there from. The Department is

headed by the Secretary to the Department, assisted by the Commissioner of Excise.

Department of Excise and Prohibition, Government of Bihar is keen on expanding the scope and role of e-

Governance in the State. Department of Excise and Prohibition, Government of Bihar recognizes the need

of the citizens to access anytime anywhere services in an efficient, reliable and transparent manner while

at the same time wishes to significantly improve the service delivery capability of the Government.

Department of Excise and Prohibition, Government of Bihar is looking for an integrated framework, which

will cover all the activities involved in sourcing of materials, Liquor Manufacture and Distribution in Bihar so

as to make the functioning of the Department more transparent and efficient.

Government of Bihar vide its notification no. IX-9-04/2015 – 3823 has notified an action plan for Integrated

Excise Management System (IEMS). A Project Action Group (PAG) shall be constituted under the

chairmanship of the Principal Secretary, Excise for monitoring the progress of the project. The project

budget has been estimated to be approximately Rs. Thirty Five Crores.

Detailed scope of work is provided in volume II.

Present Status of Excise Department

I. The main activity at District Excise offices is to generate Manual Licenses and Permits for various

excisable goods and to collect revenue against this. All these activities are Manual and data is

captured in manual register on daily basis.

II. Presently no software has been deployed by Excise department for these activities.

III. All the District Excise Offices are generating various kinds of Manual permits [liquor (IMFL and

Foreign Liquor)/ Beer / Bhang/ LPH, Molasses / Spirit]. No Computerized work is done in this

case.

IV. All reports are generated daily through Manual form to excel Spreadsheet software which is being

maintained at local offices if possible.

V. All manufacturing units (Distilleries / Breweries / Bonded Warehouse) situated in Bihar generating

Transport permits manually and lined with HQ and Zonal Offices.

VI. All the zonal/district offices are using departmental postal service for information transfer.

VII. Excise Department is one of the few departments which is no computerized work done and 20%

of work is done through computers. No Central or distributed mode available.

VIII. 20% of our manpower including officials has been given training. Our target is to outsource

manpower services for fully computerization till more than 80% of our staff Computer Literate.

4.3 Department Information

List of horizontal offices which are to be covered under IEMS is provided as Annexure V

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 7 | P a g e

4.3.1 Project Vision

A significant shift in the way information is collected, communicated and used across the Department of

Excise and Prohibition is required. To move away from a reliance on tools such as pen, paper and

human memory to an environment where reliability and securely access and share across different

sections within the Department in real time across geographic boundaries. The only way this can be

achieved is through the implementation of world class Integrated Excise Management System capability.

The success of any project greatly depends on the Vision Statement of the project. The project vision of

Integrated Excise Management System is given as below:-

The vision statement emphasizes on certain key aspects, which are explained below in order to have

better clarity on the vision statement:

Effective Surveillance System: The term explains the government intention to provide quality

surveillance system in an effective way with the available resources. Aims to improve the

administration of Human, Financial and Other Resources directly or indirectly, involved in the

functioning of the Department of Excise and Prohibition.

Integrated Excise Management System: This term explains the usage of Information and

Communication Technology in meeting the various Department’s work.

Decision Support System: This focuses on building business intelligence into the system with the

help of real time and accurate information and make available to all key decision makers to take

efficient and constructive decisions.

4.3.2 Primary Objectives of the project

The Prime objective of the Integrated Excise Management System is to enhance the services in various

spheres and is summarized as below:-

1. Design, Development, Supply, Installation, Implementation, Support & Maintenance of Integrated

IT Solution including Installation, Commissioning, Training, Data Entry, Manpower support and

other IT services.

2. TSSP as end to end service provider will be responsible for handling Maintenance, Management

and Administration of solution provided to Department of Excise and Prohibition, Government of

Bihar.

3. Department of Excise and Prohibition, Government of Bihar wants to monitor movement of liquor

across the state covering the total lifecycle (Raw Materials, Distillery, bottling plant, Check-posts or

at Suppliers& Retailers.

4. In the Endeavour to increase revenue, the solution needs to monitor movement of raw products

namely Molasses, spirit and other which are essential in manufacturing liquor has been increased.

Manufacturers have to maintain records for purchase of raw material, quantity of liquor

manufactured and stock in the go downs and quantity sold. All these facets needs to be captured

by the TSSP in IEMS.

5. TSSP also needs to create a Unified solution called Integrated Excise Management System

consisting primarily of:

i. Supply Chain Management System integrated with for monitoring good and services In

order to have real time watch from raw product till finished product for end sale point.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 8 | P a g e

ii. Vehicle Management System consisting Centralized Surveillance Systems, Monitoring

real-time Transport of Spirit and Liquor within the State, integrated with Vehicle mounted

Lock and track system

iii. Check post surveillance & Scanning system

iv. Digitised Excise Process need to IT enable all existing process of Excise Department and

also integrate with above two components.

6. Department of Excise and Prohibition, Government of Bihar/Nodal Agency reserves rights to make

necessary changes in terms of Project and scope of work.

4.4 About the Department

The main functions of the department involve:

1. Intoxicating liquors and narcotic drugs, that is to say production, manufacture, possession,

transport, purchase and sale of intoxicating liquors, opium and other narcotic drugs.

2. Duties of excise on the following goods manufactured or produced in the State and

countervailing duties at the same or lower rates on similar goods manufactured or produced

elsewhere in India-

a. Alcoholic liquors for human consumption.

b. Opium, Indian hemp and other narcotic drugs and non-narcotic drugs.

c. Medical and toilet preparations containing alcohol or any substance included in sub-

paragraph (b) of this entry.

3. Molasses Control.

4. Power Alcohol/Ethanol.

5. Prohibition.

6. Administration of the Poison Act, 1919.

The assessment, levy and collection of excise revenue in the State is governed by the provisions of

Bihar Excise (BE) Act, 1915 and Bihar Excise (Settlement of licenses for retail sale of Country/Spiced

country liquor, Indian Made Foreign liquor, Beer and Composite liquor shop) Rules, 2007. It is

administered by the Secretary, Department of Registration, Excise and Prohibition (Excise) at the

Government level and by the Commissioner of Excise (CE) at the apex level of the Department of Excise

and Prohibition. The CE is also the ex-officio Controller of Molasses for the administration and execution

of the Bihar Molasses Control Act and Rules. The CE is assisted by one Joint Commissioner of Excise

(JCE), one Deputy Commissioner of Excise (DCE) and one Assistant Commissioner of Excise (ACE) at

the headquarters level. Further, there is one DCE at each of the four divisional headquarters. At the

district level, the Collector of the district is in-charge of the excise administration, assisted by an ACE or

by a Superintendent of Excise (SE). For supply of all types of liquor to retailers of excise shops in the

State, the Bihar State Beverage Corporation Limited (BSBCL) headed by a Managing Director was

formed in October 2006, to function as the exclusive wholesale entity in liquor trade.

4.4.1 Growth pattern of Liquor in the State:

Year IMFL in Lakh LPL Beer in Lakh BL

2010 – 11 333.704 584.73

2011 – 12 422.016 406.82

2012 – 13 435.394 576.73

2013 – 14 422.332 512.73

2014 – 15 407.941 670.642

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 9 | P a g e

4.4.2 Organization Chart Department of Excise and Prohibition, Government of Bihar

4.4.3 Organization Chart BSBCL

4.5 Roles and Responsibilities in Excise Department

Roles and responsibilities of the department have been provided in Annexure IV

4.6 Project Roles & Responsibilities

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 10 | P a g e

4.6.1 BSBCL

Bihar State Beverages Corporation Limited is the Nodal Agency for the IEMS Project. BSBCL Limited

has the overall responsibility for the smooth implementation of the whole project.

4.6.2 STQC \ GOVT EMPANELLED AGENCY

The STQC \ GOV EMPANELLED AGENCY is the agency designated for obtaining and maintaining the

Quality Certification of various components of the project. The certification will be as per the guidelines

issued by DIT.

4.6.3 Project Consultant:

Department of Excise and Prohibition, Government of Bihar shall appoint an external agency as the

Project Consultant or may nominate other Government or Government affiliated or any other

external/internal organization as the project consultant. The main goal of the project Consultant shall be:

1. Adherence to Project Scope

2. Adherence of TSSP approach as per Scope of Project

3. Helping and coordinating TSSP in Review / Revision of Business Processes.

4. Ensuring Project Schedule & deliverables compliance

5. Ensuring SLA Compliance

6. Should own the Project Implementation Strategy and constantly help Department, Nodal Agency

& TSSP in Project implementation

7. Validation of Deliverables

8. Managing Change Request and any form of Transitions.

Details of Consultant responsibilities are further covered in different section in this document.

4.6.4 Project Monitoring Unit

In addition to the Project Consultant, the TSSP has to set up a Project Monitoring Unit (PMU) consisting

of at least 4 retired Excise Superintendent Rank Officers to oversee the complete project life cycle. The

cost of the PMU team will be borne by TSSP.

4.6.5 Nodal Officer

Nodal Officer shall be a Gazetted officer Nominated by Department of Excise and Prohibition,

Government of Bihar who shall oversee the project.

4.7 Project Responsibility Matrix

Sl. N

o

Activity

Responsibility for

implementing the task

Reviewer Approving

Authority

No

dal A

gen

cy

No

dal O

ffic

er

TS

SP

Co

nsu

ltan

t

ST

QC

\

GO

V

EM

PA

NE

LL

ED

AG

EN

CY

1 Contract signing between SNA & TSSP Y Y Y

2 Unit Testing of IEMS Y Consultant

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 11 | P a g e

Sl. N

o

Activity

Responsibility for

implementing the task

Reviewer Approving

Authority

No

dal A

gen

cy

No

dal O

ffic

er

TS

SP

Co

nsu

ltan

t

ST

QC

\

GO

V

EM

PA

NE

LL

ED

AG

EN

CY

3 Integration Testing of IEMS Y Y Consultant Nodal Agency

4 Creation of Test Cases of FAT readiness Y

Nodal

Officer,

Consultant

Nodal Agency

5 Staging Environment Testing of IEMS for

FAT readiness Y

Nodal

Officer,

Consultant

Nodal Agency

6

Installing & Commissioning of production

environment ( Hardware & Software)at DC

for FAT

Y Y

Nodal

Officer,

Consultant

Nodal Agency

7 Training pre FAT Y Y Y

Nodal

Officer,

Consultant

Nodal Agency

8 STQC \ GOV EMPANELLED AGENCY

Quality & Security Certification Y Y

Nodal

Officer,

Consultant

Nodal Agency

9 FAT Testing Y Y Y

Nodal

Officer,

Consultant

Department of

Excise and

Prohibition,

Government

of Bihar

10 Go Live Y

Nodal

Officer,

Consultant

Excise

Commissioner

11 Operation Training and Workshop post Go

Live Y Y

Nodal

Officer,

Consultant

Excise

Commissioner

12 Post Go Live workshop for users every

quarter (minimum one) Y

Nodal

Officer,

Consultant

Excise

Commissioner

13 Change Request ( CR) Y

Module

Lead,

Consultant

Nodal Agency

14 CR Testing in Staging Y

Module

Lead,

Consultant

Nodal Agency

15 CR Testing on Production Environment Y Y

Module

Lead,

Consultant

Nodal Agency

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 12 | P a g e

Sl. N

o

Activity

Responsibility for

implementing the task

Reviewer Approving

Authority

No

dal A

gen

cy

No

dal O

ffic

er

TS

SP

Co

nsu

ltan

t

ST

QC

\

GO

V

EM

PA

NE

LL

ED

AG

EN

CY

16 Yearly Quality Audit by STQC \ GOV

EMPANELLED AGENCY Y Y Nodal Agency

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 13 | P a g e

5 Instructions to the Bidders

5.1 General

I. While every effort has been made to provide comprehensive and accurate background information

and requirements and specifications, Bidders must form their own conclusions about the solution

needed to meet the requirements. Bidders and recipients of this RFP may wish to consult their own

legal advisers in relation to this RFP.

All information supplied by Bidders may be treated as contractually binding on the Bidders, on

successful award of the assignment by BSBCL on the basis of this RFP.

II. No commitment of any kind, contractual or otherwise shall exist unless and until a formal written

contract has been executed by or on behalf of BSBCL. Any notification of preferred bidder status

by BSBCL shall not give rise to any enforceable rights by the Bidder. BSBCL may cancel this public

procurement at any time prior to a formal written contract being executed by or on behalf of BSBCL.

III. This RFP supersedes and replaces any previous public documentation & communications, and

Bidders should place no reliance on such communications.

5.2 Compliant Proposals / Completeness of Response

I. Bidders are advised to study all instructions, forms, terms, requirements and other information in

the RFP documents carefully. Submission of the bid shall be deemed to have been done after

careful study and examination of the RFP document with full understanding of its implications.

II. Failure to comply with the requirements of this paragraph may render the Proposal non-compliant

and the Proposal may be rejected. Bidders must:

A. Include all documentation specified in this RFP;

B. Follow the format of this RFP and respond to each element in the order as set out in this

RFP

C. Comply with all requirements as set out within this RFP.

5.3 Pre-Bid Meeting & Clarifications

5.3.1 Pre-bid Conference

I. BSBCL has already held two industry interactions and two pre-bid meetings with the prospective

bidders. Responses to Pre-Bid Queries is already available on the website and the RFP has been

suitably updated.

I. The Nodal Officer notified by BSBCL will endeavour to provide timely response to all queries.

However, BSBCL makes no representation or warranty as to the completeness or accuracy of any

response; neither response nor does BSBCL undertake to answer all the queries that have been

posed by the bidders. The responses to the queries from all bidders will be distributed to all.

II. At any time prior to the last date for receipt of bids, BSBCL may, for any reason, whether at its own

initiative or in response to a clarification requested by a prospective Bidder, modify the RFP

Document by a corrigendum.

III. The Corrigendum (if any) & clarifications to the queries from all bidders will be posted on the

http://excise.bih.nic.in and http://bsbcl.in and emailed to all participants of the pre-bid conference.

IV. Any such corrigendum shall be deemed to be incorporated into this RFP.

V. In order to provide prospective Bidders reasonable time for taking the corrigendum into account,

BSBCL may, at its discretion, extend the last date for the receipt of Proposals.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 14 | P a g e

5.4 Key Requirements of the Bid

5.4.1 Right to Terminate the Process

I. BSBCL may terminate the RFP process at any time and without assigning any reason. BSBCL

makes no commitments, express or implied, that this process will result in a business transaction

with anyone.

II. This RFP does not constitute an offer by BSBCL. The bidder's participation in this process may

result BSBCL selecting the bidder to engage towards execution of the contract.

5.4.2 RFP Document Fees

a) RFP document can be purchased at the address & dates provided in the Section 1.1 by submitting

a non-refundable bank demand draft of Rs. 10,000/-, drawn in favour of Bihar State Beverages

Corporation Limited, payable at Patna from any scheduled commercial banks.

b) The bidder may also download the RFP documents from the website http://bsbcl.in. In such case,

the demand draft of RFP document fees should be submitted along with Proposal. Proposals

received without or with inadequate RFP Document fees shall be rejected.

5.4.3 Earnest Money Deposit (EMD)

a) Bidders shall submit, along with their Bids, EMD of INR 50 Lakhs only in the form of a Demand

Draft OR Bank Guarantee (in the format specified in Annexure I: Form 3) issued by any Scheduled

bank in favour of Bihar State Beverages Corporation Limited, payable at Patna, and should be valid

for 180 days from the due date of the tender / RFP.

b) EMD of all unsuccessful bidders would be refunded by BSBCL within 30 days of the bidder being

notified as being unsuccessful. The EMD, for the amount mentioned above, of successful bidder

would be returned upon submission of Performance Bank Guarantee as per the format provided in

Annexure III: Form 1.

c) The EMD amount is interest free and will be refundable to the unsuccessful bidders without any

accrued interest on it.

d) The bid / proposal submitted without EMD, mentioned above, will be summarily rejected.

e) The EMD may be forfeited:

A. If a bidder withdraws its bid during the period of bid validity.

B. In case of a successful bidder, if the bidder fails to sign the contract in accordance with this

RFP.

5.4.4 Submission of Proposals

a) The bidders should submit their responses as per the format given in this RFP in the following

manner

A. Pre-Qualification Proposal - (1 Original + <1> Copies + <1> CD) in first envelope

B. Technical Proposal - (1 Original + <1> Copies + <1> CD) in second envelope

C. Commercial Proposal - (1 Original) in third envelope

b) The response to Pre-Qualification Proposal, Technical Proposal and Commercial Proposal (as

mentioned above) should be covered in separate sealed envelopes super-scribing, ”Pre-

Qualification Proposal”, “Technical Proposal” and “Commercial Proposal” respectively. Each copy

of each bid should also be marked as "Original" OR "Copy" as the case may be.

c) Please Note that prices should not be indicated in the Technical Proposal but should only be

indicated in the Commercial Proposal.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 15 | P a g e

d) The three envelopes containing copies of Pre-Qualification Proposal, Technical Proposal and

Commercial Proposal should be put in another single larger sealed envelope clearly marked

“Response to RFP for selection of TSSP for Integrated Excise Management System” and the

wordings “DO NOT OPEN BEFORE 01 February 2016, 3.30 pm”.

e) The outer envelope thus prepared should also indicate clearly the name, address, telephone

number, E-mail ID and fax number of the bidder to enable the Bid to be returned unopened in case

it is declared "Late".

f) All the pages of the proposal must be sequentially numbered and must contain the list of contents

with page numbers. Any deficiency in the documentation may result in the rejection of the Bid.

g) The original proposal/bid shall be prepared in indelible ink. It shall contain no interlineations or

overwriting, except as necessary to correct errors made by the bidder itself. Any such corrections

must be initialled by the person (or persons) who sign(s) the proposals.

h) All pages of the bid including the duplicate copies, shall be initialled and stamped by the person or

persons who is authorised to sign the bid.

i) In case of any discrepancy observed by BSBCL in the contents of the submitted original paper bid

documents with respective copies, the information furnished on original paper bid document will

prevail over others.

j) Bidder must ensure that the information furnished by bidders in respective CDs is identical to that

submitted in the original paper bid document. In case of any discrepancy observed by BSBCL in

the contents of the CDs and original paper bid documents, the information furnished on original

paper bid document will prevail over the soft copy.

5.4.5 Authentication of Bids

The Proposal should be accompanied by a power-of-attorney in the name of the signatory of the Proposal.

5.5 Preparation and Submission of Proposal

5.5.1 Proposal Preparation Costs

a) The bidder shall be responsible for all costs incurred in connection with participation in the RFP

process, including, but not limited to, costs incurred in conduct of informative and other diligence

activities, participation in meetings/discussions/presentations, preparation of proposal, in providing

any additional information required by BSBCL to facilitate the evaluation process, and in negotiating

a definitive contract or all such activities related to the bid process.

b) BSBCL will in no case be responsible or liable for those costs, regardless of the conduct or outcome

of the bidding process.

5.5.2 Language

a) The Proposal should be filled by the Bidder in English language only. If any supporting documents

submitted are in any language other than English, translation of the same in English language is to

be duly attested by the Bidders. For purposes of interpretation of the Proposal, the English

translation shall govern.

5.5.3 Venue & Deadline for Submission of Proposals

Proposals, in its complete form in all respects as specified in the RFP, must be submitted to BSBCL

at the address specified below:

Addressed To Managing Director

Name BSBCL, Government of Bihar

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 16 | P a g e

Address Vidyut Bhavan, Patna

Last Date &Time of

Submission

< Date> before < Time >

Late Bids

a) Bids received after the due date and the specified time (including the extended period if any) for

any reason whatsoever, shall not be entertained.

b) The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No correspondence

will be entertained on this matter.

c) BSBCL shall not be responsible for any postal delay or non-receipt/ non-delivery of the documents.

No further correspondence on the subject will be entertained.

d) BSBCL reserves the right to modify and amend any of the above-stipulated condition/criterion

depending upon project priorities vis-à-vis urgent commitments.

5.6 Deviations

The bidder may provide deviation to the contents of the RFP document. It may be noted that once

the deviation are provided, the bidder would not be allowed that to withdraw the deviation

submitted.

The Proposal evaluation committee would evaluate and classify them as “material deviation” or

“non-material deviation“. In case of material deviation, the committee may decide to “monetize”

the value of the deviations, which will be added to the price bid submitted by the bidder OR declare

the bid as non-responsive.

The bidders would be informed in writing on the committee’s decision on the deviation,

prior to the announcement of technical scores. The bidders would not be allowed to withdraw the

deviations at this stage. No correspondence in this matter will be entertained.

In case of non-material deviations, the deviations would form a part of the proposal & contract.

No. Deviation Material Non-

Material

Impacted

Deliverable(s)

Impacted

Timeline(s)

Financial

Impact

.

1< Deviation

description >

< Yes /

No >

< Yes /

No >

< Name(s) of

Deliverables to get

affected by the

Deviation>

< Effect on

Timelines

due to the

Deviation>

< Value >

5.7 Evaluation Process

a) BSBCL will constitute a Proposal Evaluation Committee to evaluate the responses of the bidders

b) The Proposal Evaluation Committee constituted by BSBCL shall evaluate the responses to the

RFP and all supporting documents / documentary evidence. Inability to submit requisite supporting

documents / documentary evidence, may lead to rejection.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 17 | P a g e

c) The decision of the Proposal Evaluation Committee in the evaluation of responses to the RFP shall

be final. No correspondence will be entertained outside the process of negotiation/ discussion with

the Committee.

d) The Proposal Evaluation Committee may ask for meetings with the Bidders to seek clarifications

on their proposals

e) The Proposal Evaluation Committee reserves the right to reject any or all proposals on the basis of

any deviations.

f) Each of the responses shall be evaluated as per the criterions and requirements specified in this

RFP.

5.7.1 Tender Opening

I. The Proposals submitted up to due date and time will be opened at a date to be notified by a

committee authorized by BSBCL, in the presence of such of those Bidders or their representatives

who may be present at the time of opening.

II. The representatives of the bidders should be advised to carry the identity card or a letter of authority

from the tendering firms to identify their bonafides for attending the opening of the proposal.

5.7.2 Tender Validity

The offer submitted by the Bidders should be valid for minimum period of 180 days from the date of

submission of Tender.

5.7.3 Tender Evaluation for responsiveness

I. Initial Bid scrutiny will be held and incomplete details as given below will be treated as non-

responsive, if Proposals :

A. Are not submitted in as specified in the RFP document

B. Received without the Letter of Authorization (Power of Attorney)

C. Are found with suppression of details

D. With incomplete information, subjective, conditional offers and partial offers submitted

E. Submitted without the documents requested in the checklist

F. Have non-compliance of any of the clauses stipulated in the RFP

G. With lesser validity period

II. All responsive Bids will be considered for further processing. BSBCL will prepare a list of responsive

bidders, who comply with all the Terms and Conditions of the Tender. All eligible bids will be

considered for further evaluation by a Committee according to the Evaluation process define in this

RFP document. The decision of the Committee will be final in this regard.

6 Criteria for Evaluation

Pre‐Qualification evaluation: The Bidder shall be examined prima facie to

substantiate the compliance with the Bidder’s eligibility criteria as set out for this project in

terms of organizational, financial and technical experience etc. The bid will be rejected,

in case it does not meet the Pre‐qualification criteria. The next stage of the evaluation will be

an assessment of the technical bid.

Technical evaluation: Based on the short‐listing of the pre‐qualified Bidders, the

Committee will proceed to a detailed evaluation of the Technical Bids of such pre‐

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 18 | P a g e

qualified Bidders in order to determine whether they are substantially responsive to the

requirements set forth in the Request for Proposal. In order to reach such a determination,

Department of Excise and Prohibition will examine the information supplied by the Bidders,

and shall evaluate the same as per the evaluation criteria specified in this RFP.

Department of Excise and Prohibition shall review the submitted proposal and a Proposal shall be

rejected at this stage if it does not respond to important aspects of the RFP or if it fails to comply

with the technical requirements;

Proposal may be rejected at any stage of the evaluation if it is found that the company has

provided misleading information or has been black listed by a central or any state government

or has indulged in any malpractice/ unethical practice and has not honoured contractual obligation

elsewhere;

The Bidders may be asked to make presentation on technical and operational aspect of the

bid, based on the discretion of the Technical Committee;

After the technical evaluation is completed and approved, Department of Excise and Prohibition

shall inform the Bidders who have submitted proposals, the detailed compliance of their Technical

Proposals, and shall notify those Bidders whose Proposals did not meet the minimum technical

criterion or were considered non‐responsive to the RFP and Scope of Services, that their Financial

Proposals will be returned unopened after completing the evaluation process. Department of Excise

and Prohibition shall simultaneously notify in writing to the Bidders that have complied with the

Technical Criterion specified in the RFP the date, time and location for opening the Financial

Proposals;

Evaluators of Technical Proposals shall have no access to the Financial Proposals until the

technical evaluation is concluded and the same is approved by the appropriate Committee;

Please note that no conditional bid will be entertained;

During the evaluation process, Department of Excise and Prohibition /

Evaluation Committee may raise clarifications from the Bidder/s. The Bidder/s

would need to respond within the timelines, formats and conditions specified in

such clarification requests;

Substantially Responsive Bid: A substantially responsive bid is one, which

conforms to the requirements, terms, conditions and specifications of the RFP

document without material deviation. A material deviation is one which affects in

any substantial way the functionality, scope, quality, or performance of the

deliverables, or which limits in any substantial way, inconsistent with the

RFP document, Department of Excise and Prohibition’s rights or the Bidder's

obligations for, performance of the Project and the rectification of which

deviation would affect unfairly the competitive position of other Bidders presenting

substantially responsive proposals; and

Technical evaluation committee may recommend waiver of any

minor informality or non‐conformity or irregularity in a proposal, which does not

constitute a material deviation, provided such a waiver does not prejudice or affect

the relative ranking of any Bidder.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 19 | P a g e

6.1 Pre-Qualification Criteria*

S

No

Requirement Criteria Documents Required

1 Legal Entity The Bidder should be a company

registered under Indian Companies

Act 1956 or under The Limited

Liability Partnership Act 2008. The

company should be operational in

India for at least the last five financial

years for the year ending 31st March

2015 as evidenced by the Certificate

of Incorporation issued by the

Registrar of Companies, India.

Certificate of Incorporation.

2 Consortiums/Sub-

Contract

Consortiums are not allowed to bid.

However, sub-contracting of work

w.r.t. supply of IT equipment,

services, and manpower at check-

posts would be allowed.

Declaration from the OEM

3 Turnover The bidder in its name must have

achieved a minimum average annual

financial overall turnover of INR 200

crores per year

Certificate from Statutory

Auditor confirming the same

4 Net worth The bidder should have positive net

worth in the last 3 (three) financial

years.

Self-Declaration to be

enclosed.

5 CMMi Level

The bidder must have been

assessed and certified for CMMi

Level 3

The certificate should be

valid for at least a period of

one year from the date of

submission of the bid.

6 Technical Capability

The bidder must have executed

At least one software development

project having portal, electronic form

and workflow fora web based

system of value more than 15 crores

in the last five financial years for

Central / State Govt./ or Central/

State PSU or autonomous body

Work order/ completion

certificate/ self-certification

clearly indicating the scope

of work

*PSU companies willing to bid for the project are exempt from the pre-qualification criteria od CMMi level 3

and turnover of Rs. 200 crore on an average.

6.2 Technical Evaluation Criteria

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 20 | P a g e

Technical proposals shall be evaluated for only those Bidders who met the pre‐ qualification criterion. The

evaluation committee will evaluate the Technical Proposals on the basis of the technical evaluation criterion

as provided below:

The solution offered should meet all the technical and functional specifications. Non‐ compliance to any of

the technical and functional specification will attract rejection of the proposal.

At the option of Department of Excise and Prohibition, the bidders qualifying the technical evaluation may

be invited to make presentation on technical and operations aspect of the scope of work. Subsequently,

in case of any change in scope of work etc., the Bidders qualifying the technical evaluation may be

allowed to submit their revised Financial Bids as per the conditions specified by Department of Excise and

Prohibition .

During the technical evaluation the responses provided in technical proposal will be evaluated out of 100

marks. The Bidder will have to score at least 70% marks to be declared as technically qualified. Any

proposal achieving a Technical Score less than 70% will be treated as “Not Technically Qualifying the

Requirements” and will not be considered for further evaluation of the financial proposals. Only the

technically qualified Bidders will be informed for opening of the financial bid.

The Bidder attaining zero in any of the Technical Criteria may lead to disqualification of the Bidder. In this

regard, Department of Excise and Prohibition’s decision would be final and binding upon all the Bidders.

A detailed evaluation of the bids shall be carried out in order to determine whether the Bidders are

competent enough and whether the Bidder’s Proposal technically qualifies to the requirements set forth in

the RFP. Bids received would be assigned scores based on the parameters defined in the table below:

6.2.1 General Evaluation Elaboration

An evaluation committee so constituted by Managing Director, BSBCL Ltd. will evaluate the bids as per the

following pattern:

i. Conditional bids shall be summarily rejected.

ii. Evaluation committee will examine the bids to determine whether they are complete, whether

any computational errors have been made, and whether the bids are generally in order.

iii. 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 the Bidder does not accept the

correction of the errors, his bid will be rejected. If there is a discrepancy between words and

figures, the amount in words will prevail.

iv. The Tenderer is expected to submit all documents along with General Bid for General

Evaluation, in case document is not provided or provided but not a valid document, then the

same parameter shall not be considered for marking for the specific Bidder. It is the Bidder’s

responsibility that all documents pertaining to every parameter of “General Evaluation

Elaboration” needs to be submitted and tagged/referenced to the evaluation parameter.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 21 | P a g e

v. The Tenderer may conduct clarification meetings with each or any bidder to discuss any matters,

technical or otherwise.

vi. Further, the scope of the evaluation committee also covers taking of any decision with regard to

the RFP, execution/ implementation of the project including management period.

Following Items will be considered for evaluation of General cum Technical Bid:

1. Proposed Organisation capability

2. Project Experience Tools

3. Technical Solution Proposed

6.2.2 Detailed Technical Evaluation Methodology

6.2.2.1 Technical Evaluation Elaboration

The Technical Evaluation shall include Field Demonstration, Presentation & support document by bidder

which shall cover aspects such as

i. Ruggedness of Solution

ii. Ease of installation & Uninstallation

iii. Operability easiness

iv. Software standards proposed & measurement matrix

v. Operation and controls proposed as part of solution

vi. Flexibility of MIS customization

vii. Quality Certifications

viii. Bidder shall be responsible for all the arrangements for Technical Evaluation by

Committee.

ix. Bidder shall do all installation, uninstallation and do regular maintenance activities

in presence of Committee & as directed by Committee on at least 2 tankers.

6.2.3 Manpower Deployment

For effective implementation of the project the TSSP shall have to provide Manpower at field level &

at HQ level of different skill sets.

All deployed manpower shall be the TSSP payroll and also adhere to Insurance, EPF and other

labour laws of the state. The team deployed shall not change for a minimum period of 6 months

unless agreed in writing by BSBCL. Suitable penalty terms have been prescribed in Volume II of this

RFP in case of unauthorised resource replacement.

Core Team Resources

Sr. No. Position Minimum

Quantity Qualification

1. Project Manager 1 B.E/B-Tech/MCA with at least 12 years of work experience

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 22 | P a g e

Should have experience of handling projects for IT or process

reforms in Excise/ Commercial Tax/ VAT/GST in India.

Project Management experience in systems Integration and IT

solutions implementation for at least 3 projects of value more than

INR 10 crores.

Knowledge of Network Operations Center, Security and

Compliance and related requirements

Should be on rolls for at least 1year

2. Solution Architect 1 Engineer with minimum 10 years of relevant work experience

Solution Design experience in systems Integration and IT solutions

implementation for at least 3 projects of value more than INR 40

crores

Should be on rolls for at 6 months

Should be TOGAF certified

3. Network Administrator 1 Engineer with 10 years of work experience

Minimum of 3 years of consultancy experience on IT

transformation

Should be on rolls of the bidder for at least 3 months

4. System Administrator/

Data Centre Expert

1 MBA/ MCA/ M-Tech with 7 years of relevant work experience

Minimum 3 years of experience working with large IT projects with

State Governments/ Central Ministries

Should be on rolls for at least 3 months

Below is the approximate enumeration of different manpower deployments required of TSSP:

Sl. No Type Description Skill Units Total No. of

Manpower

Qualifications

1. Field District Excise office IT Manager 38 38 B.E/B-Tech/MCA with 5+ years

of relevant experience*.

Excellent fluency in Hindi &

English language.

2. Field Sugar Factory IT Assistant 12 12 B.E/B-Tech/MCA with 2+ years

of relevant experience*.

Excellent fluency in Hindi &

English language

3. Field Distillery IT Assistant 7 7 B.E/B-Tech/MCA with 2+ years

of relevant experience*.

Excellent fluency in Hindi &

English language

4. Field IMFL Blending and

Bottling Units

IT Assistant 12 12 B.E/B-Tech/MCA with 2+ years

of relevant experience*.

Excellent fluency in Hindi &

English language

5. Field Beer Brewage IT Assistant 2 2 B.E/B-Tech/MCA with 2+ years

of relevant experience*.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 23 | P a g e

Excellent fluency in Hindi &

English language

6. Field Check Post IT Assistant 5 15 B.E/B-Tech/MCA with 2+ years

of relevant experience*.

Excellent fluency in Hindi &

English language

7. HQ IT Manager Operation 1 1 B.E/B-Tech/MCA with 5+ years

of relevant experience*

Excellent fluency in Hindi &

English language

8. HQ IT Assistant Manager Operation 1 1 B.E/B-Tech/MCA with 3+ years

of relevant experience*.

Excellent fluency in Hindi &

English language

9. HQ IT Manager System 1 1 B.E/B-Tech/MCA with 5+ years

of relevant experience*

Excellent fluency in Hindi &

English language

10. HQ IT Assistant Manager System 1 1 B.E/B-Tech/MCA with 3+ years

of relevant experience*.

Excellent fluency in Hindi &

English language

11. HQ IT Manager Sales &

Analytics

1 1 MBA with 5+ years of

experience in Sales and

Marketing.

Expertise in market analysis

tools.

Excellent fluency in Hindi &

English language

12. HQ IT Assistant Manager Sales 1 1 MBA with 3+ years of

experience in Sales and

Marketing preferable in Bihar

and Jharkhand.

Excellent fluency in Hindi &

English language

13. HQ IT Assistant Manager Analytics 1 1 B.E/B-Tech/MCA with 2+ years

of experience in Data Analysis

Excellent fluency in Hindi &

English language

14. HQ Call Centre Manager Manager 1 1 MBA with 5+ years of

experience in Call centre

Handling

Excellent fluency in Hindi &

English language

15. HQ Call Centre Call

Executives

10 10 Any Graduate with 1+ year of

experience in Call

Centre/Public Relation

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 24 | P a g e

Excellent fluency in Hindi &

English language

16. HQ Production

Application Support

Group

Application

Developers

2 2 B-Tech/B.E (Computers, IT or

E&C)/MCA with minimum 10+

years of experience.

Experience of solution

architecting for alteast 2 large

IT turnkey projects involving

delivery of citizen services from

multiple locations (successfully

deployed)

Hands on experience in Open

Standard Platforms and

Technologies Strong Database

skills including Oracle, SQL

Server etc.

Conversant with the latest

technological developments

including SOA and Agile

Methodologies Conversant

with platforms, tools and

frameworks used in

application development

Experience on the use of

software development best

practices, tools and

technologies.

Experience in Conducting

Architectural & Design

Reviews

Experience to Identify

performance, reliability,

security & integration bottle

necks and suggest

recommendations.

Ability to do Code and

Documentation Review

Excellent fluency in Hindi &

English language

17. HQ Database

Engineer

2 2 B.E/B. Tech (Computers, IT or

E&C) /MCA with 3+ years of

experience in Database

Administration with any state

level Government/ Corporate

projects.

Must be SQL Server

2005/08/MySQL/equivalent

certified.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 25 | P a g e

Good understanding of Project

Life Cycle & Management

Excellent fluency in Hindi &

English language

18. HQ Software

Tester

1 1 B.E/B. Tech (Computers, IT or

E&C) /MCA with 3+ years of

experience in Software testing

Good understanding of Project

Life Cycle & Management

Excellent fluency in Hindi &

English language

Total Manpower Count 109

* Relevant Experience means, experience in Excise/Govt. Department/e-Governance.

6.2.4 Initial Composition; Full Time Obligation; Continuity of Personnel

TSSP (TSSP) shall ensure that each member of the Key Personnel devotes substantial

working time to perform the services to which that person has been assigned as per the

proposal.

TSSP (TSSP) shall use commercially reasonable efforts to ensure it retains the services of

its Key Personnel, including provisioning of competitive compensation, benefits and other

conditions to its Key Personnel so as to incentivize them to remain in TSSP (TSSP)’s

employment.

TSSP (TSSP) shall not make any changes to the composition of the Key Personnel and not

require or request any member of the Key Personnel to cease or reduce his or her involvement

in the provision of the Services during the Term (or agree to any request other than from

Department of Excise and Prohibition, Bihar that would have the same effect):

1. Unless that person resigns, is terminated for cause, dies, is long-term disabled, is on

permitted mandatory leave under Applicable Law or retires; or

2. Without Department of Excise and Prohibition, Bihar’s prior written consent

Implementation Agency (TSSP) shall promptly notify Department of Excise and Prohibition,

Bihar of its intention to re-hire any member of the Key Personnel who had resigned from

Implementation Agency (TSSP) in the previous 12-month period. Department of Excise and

Prohibition, Bihar shall have the right to request that any member of the Key Personnel who resigns

and is re-hired by TSSP (TSSP) within 12 months of the resignation date be re-assigned to the

provision of the Services.

Ensure that effective Remote management features exist in the designed solution.

6.2.5 Evaluations

i. TSSP (TSSP) shall carry out an evaluation of the performance of each member of the

Key Personnel in connection with the Services at least once in each Contract Year. TSSP

(TSSP) shall provide reasonable written notice to Department of Excise and Prohibition,

Bihar of the date of each evaluation of each member of the Key Personnel and Department

of Excise and Prohibition, Bihar shall be entitled to provide TSSP (TSSP) with input for each

such evaluation.

ii. TSSP (TSSP) shall promptly provide the results of each evaluation to

Department of Excise and Prohibition, Bihar, subject to Applicable Law

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 26 | P a g e

6.2.6 Replacement

i. In case the resource has resigned then the bidder has to inform within one week of such

resignation.

ii. In case BSBCL does not authorise replacement of a resource, suitable penalty shall be

levied against each replacement case by case basis on a rate mutually agreed at the time

of contract signing.

iii. TSSP (TSSP) shall promptly initiate a search for a replacement and use commercially

reasonable efforts (including the expenditure of reasonable sums, such as to engage the

services of a recruiting firm) to ensure that the role of any member of the Key Personnel is

not vacant for any longer than 30 days, subject to reasonable extensions requested by

TSSP (TSSP) of Department of Excise and Prohibition, Bihar.

iv. Before assigning any replacement member of the Key Personnel to the provision of the

Services, TSSP (TSSP) shall provide Department of Excise and Prohibition, Bihar with:

A resume, curriculum vitae and any other information about the candidate that is

reasonably requested by Department of Excise and Prohibition, Bihar; and

An opportunity to interview the candidate.

v. The bidder has to provide replacement resource who score at least the same marks as the

resource proposed originally on the same evaluation parameters defined in this RFP

document. Once this is confirmation, the Department of Excise and Prohibition,

Government of Bihar shall conduct an interview of the candidate and notify TSSP (TSSP)

within ten days after its interview (or if Department of Excise and Prohibition,

Government of Bihar does not request an interview within ten working days after TSSP

(TSSP) has provided the information, then it would be deemed as accepted).

vi. If Department of Excise and Prohibition, Government of Bihar does object to the

appointment, Implementation Agency (TSSP) shall not assign the individual to that

position and shall seek an alternative candidate in accordance with this Section.

vii. The bidder has to ensure at least 4 weeks of overlap period in such replacements

6.3 Selection Process

a) All proposals with technical score (St) of 70 or more shall be included in the selection process and

their financial bids will be opened.

b) The proposal with the lowest fee (Fm) shall be awarded a financial score of 100 points. The financial

scores (Sf) of other technically qualified bidders shall be computed as follows:

Sf = 100 x Fm/F (rounded off to 2 decimal places)

where F= amount of financial bid

c) The Final Composite Score (S) shall be computed for each firm by assigning 70% weightage to the

Technical Score (St) and 30% weightage to Financial Score (Sf) using the formula given below:

S = St x 0.7 + Sf x 0.3 (rounded off to 2 decimal places)

Bidder with the highest final composite score will be called for negotiating the contract. In case of a tie in

the final composite score, the bidder with the higher Technical Score will be invited for negotiations and

selection first.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 27 | P a g e

6.4 Technical scoring criteria

Criteria Marks Max Marks

i. Resources

1. Project Manager

Relevant Experience

No. of projects done as Project Manager

ii. Experience of working with state/ central excise department, if yes =

2 marks else 0

iii. Project involving implementation of IT project of value more than 40

crores

a. More than 5 relevant projects = 15 marks

b. 4 projects = 12 marks

c. 3 projects = 9 marks; else 0

Marks will be awarded as per relevance of the project. For example

if an IT project was done for excise/ taxation/VAT etc. it shall be

considered 100% relevant.

Working with the firm

iv. More than 1 year = 3 marks

v. 6 to 12 months = 1 mark; else 0

2. Solution Architect

Relevant Experience

i. Experience of working with state/ central excise department, if yes =

1 marks else 0

ii. Project involving implementation of IT project of value more than 40

crores

a. More than 3 relevant projects = 6 marks

b. 2 projects = 4 marks

c. 1 projects = 2 marks; else 0

Marks will be awarded as per relevance of the project. For example

if an IT project was done for excise/ taxation/VAT etc. it shall be

considered 100% relevant.

Working with the firm

iii. More than 1 year = 1 marks

iv. 6 to 12 months = .5 marks; else 0

Certifications

v. TOGAF certified, if yes = 2 marks, else = 0

3. Network Administrator

Relevant Experience

i. 3 or more projects involving network architecture and network

administration in Govt department = 6 marks

ii. 2 projects involving network architecture and network administration

in Govt department = 4 marks

iii. 1 project involving network architecture and network administration

in Govt. department = 2 marks

Working with the firm

50

20

10

10

100

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 28 | P a g e

Criteria Marks Max Marks

iv. More than 1year = 2 marks

v. 6 to 12 months = 1 mark; else 0

Certifications

CCNA/ CCNP certified, if yes = 2 marks, else = 0

4. System Administrator/ Data Centre Expert

Relevant Experience

i. 3 or more projects involving network and data centre in Govt.

department = 8 marks

ii. 2 projects involving network and data centre in Govt. department =

6 marks

iii. 1 project of state commercial tax/ excise department = 4 marks

Working with the firm

iv. More than 1year = 2 marks

v. 6 to 12 months = 1 mark; else 0

B. Project Experience

i. Software development project having portal, electronic form and workflow

fora web based system of value more than 10 crores in the last five financial

years for Central / State Govt./ or Central/ State PSU or autonomous body

a. More than 5 projects = 20 marks

b. 4 Projects = 16 marks

c. 3 Projects = 12 Marks

d. 2 Projects = 8; else 0

Marks will be awarded as per relevance of the project. For example if an IT

project was done for excise/ taxation/VAT etc. it shall be considered 100%

relevant.

ii. Networking project involving at least 50 locations/ offices

a. More than 5 projects = 10 marks

b. 4 Projects = 8 marks

c. 3 Projects = 6 Marks

d. 2 Projects = 4; else 0

Marks will be awarded as per relevance of the project. For example if an IT

project was done for excise/ taxation/VAT etc. it shall be considered 100%

relevant.

iii. Capability of the OEM for the digital lock and vehicle tracking system. Must

have executed a project

a. More than 5 projects = 5 marks

b. 4 Projects = 4 marks

c. 3 Projects = 3 Marks

d. 2 Projects = 2; else 0

C. Approach and methodology

10

40

20

10

5

15

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 29 | P a g e

Bidders, whose bids are responsive, based on minimum qualification criteria / documents as in Pre-

Qualification Criteria and score at least < The minimum marks to obtain for qualifying > in the (given) defined

scoring mechanism would be considered technically qualified. Price Bids of such technically qualified

bidders alone shall further be opened.

6.5 Commercial Bid Evaluation

The Bidder should quote the price based on the requirements mentioned by the Department of

Excise and Prohibition . The price would be exclusive of all taxes, duties, charges and levies etc. (Taxes

would be as applicable)

The Bidder should furnish detailed break up of costs justifying the quoted rate. The prices, once

offered, must remain firm and must not be subject to escalation for any reason whatsoever within the

period of validity of the bid and subsequent contract, if any.

a. TheFinancialBidsoftechnicallyqualifiedbidderswillbeopenedontheprescribed date in the presence

of bidder representatives.

b. Financial Bids that are less than 30% of the average bid price will be disqualified (the average bid

price is computed by adding all Financial Bid values of ALL the qualified bidders and dividing the

same by the number of bidders)

c. The TSSP Bidder, who has submitted the lowest Commercial bid, shall be selected as the L1 and

shall be called for further process leading to the award of the assignment.

d. Only fixed price financial bids indicating total price for all the deliverables and services specified

in this bid document will be considered.

e. Any conditional bid would be rejected.

6.5.1 Corrections of Errors

Bidders are advised to exercise greatest care in entering the pricing figures. No requests regarding

correction of mistakes in the financial bids will be entertained after the quotations are opened. All

corrections like cutting or overwriting etc., if any, should be initiated by the person signing the tender

form before submission, failing which the figures for such items may not be considered.

Arithmetic errors in bids will be corrected as follows:

Where there is a discrepancy between the amounts in figures and in words, the amount in

words shall govern;

Where there is a discrepancy between the unit rate and the line item total resulting from

multiplying the unit rate by the quantity, the unit rate will govern unless, in the opinion

committee, there is obviously a gross error such as a misplacement of a decimal point, in

which case the line item total will govern;

Where there is a discrepancy between the amount mentioned in the bid and the line item total

present in the Schedule of Prices, the amount obtained on totalling the line items in the Bill of

Materials will govern; and The amount stated in the proposal, adjusted in accordance with the

above procedure, shall be considered as binding, unless it causes the over all tender price to

rise, in which case the bid price shall govern.

6.6 Right to Accept Any Proposal and To Reject Any or All Proposal(s)

BSBCL reserves the right to accept or reject any proposal, and to annul the tendering process / Public

procurement process and reject all proposals at any time prior to award of contract, without thereby

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 30 | P a g e

incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or

bidders of the grounds for BSBCL action.

6.7 Notification of Award

I. Prior to the expiration of the validity period, BSBCL will notify the successful bidder in writing or by

fax or email, that its proposal has been accepted. In case the tendering process / public

procurement process has not been completed within the stipulated period, BSBCL, may like to

request the bidders to extend the validity period of the bid.

II. The notification of award will constitute the formation of the contract. Upon the successful bidder's

furnishing of Performance Bank Guarantee, BSBCL will notify each unsuccessful bidder and return

their EMD.

6.8 Contract Finalization and Award

I. BSBCL shall reserve the right to negotiate with the bidder(s) whose proposal has been most

responsive. On this basis the draft contract agreement would be finalized for award & signing.

II. BSBCL may also like to reduce or increase the quantity of any item in the Scope of Work defined

in the RFP. Accordingly total contract value may change on the basis of the rates defined in the

financial proposal.

6.9 Performance Guarantee

I. BSBCL will require the selected bidder to provide a Performance Bank Guarantee, within 15 days

from the Notification of award, for a value equivalent to 10% of the total cost of ownership. The

Performance Guarantee should be valid for a period of the contract plus 12 months.<months>..

The selected bidder shall be responsible for extending the validity date and claim period of the

Performance Guarantee as and when it is due on account of non-completion of the project and

Warranty period. In case the selected bidder fails to submit performance guarantee within the time

stipulated, BSBCL at its discretion may cancel the order placed on the selected bidder without

giving any notice and forfeit the EMD. BSBCL shall be at the liberty to invoke the performance

guarantee in part or in whole in case the selected Vendor fails to discharge their contractual

obligations during the period or BSBCL incurs any loss due to Vendor’s negligence in carrying out

the project implementation as per the agreed terms & conditions.

6.10 Signing of Contract

I. After BSBCL notifies the successful bidder that its proposal has been accepted, BSBCL shall enter

into a contract, incorporating all clauses, pre-bid clarifications and the proposal of the bidder

between BSBCL and the successful bidder. The Draft Legal Agreement is provided as a separate

document as a template.

6.11 Failure to Agree with the Terms and Conditions of the RFP

I. Failure of the successful bidder to agree with the Draft Legal Agreement and Terms & Conditions

of the RFP shall constitute sufficient grounds for the annulment of the award, in which event BSBCL

may award the contract to the next best value bidder or call for new proposals from the interested

bidders.

II. In such a case, BSBCL shall invoke the PBG of the most responsive bidder.

6.12 Fraud and Corrupt practices

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 31 | P a g e

a. The Bidders/Bidders and their respective officers, employees, agents and advisers shall observe the

highest standard of ethics during the Selection Process. Not with standing anything to the contrary

contained in this RFP, the Department of Excise and Prohibition, Government of Bihar shall reject a

Proposal without being liable in any manner what so ever to the Bidder, if it determines that the

Bidder has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice,

coercive practice, undesirable practice or restrictive practice (collectively the “Prohibited Practices”)

in the Selection Process. In such an event, the Department of Excise and Prohibition, Government

of Bihar shall, without prejudice to its any other rights or remedies, forfeit and appropriate the Bid

Security or Performance Security, as the case may be, as mutually agreed genuine pre- estimated

compensation and damages payable to the Authority for, inter alia, time, cost and effort of the

Authority, in regard to the RFP, including consideration and evaluation of such Bidders Proposal.

b. Without prejudice to the rights of the Department of Excise and Prohibition, Government of Bihar

under Clause above and the rights and remedies which the Department of Excise and Prohibition,

Government of Bihar may have under the LOI or the Agreement, if an Bidder or Systems TSSP, as

the case maybe, is found by the Authority to have directly or indirectly or through an agent, engaged

or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or

restrictive practice during the Selection Process, or after the issue of the LOI or the execution of the

Agreement, such Bidder or Systems TSSP shall not be eligible to participate in any tender or RFP

issued by the Department of Excise and Prohibition, Government of Bihar during a period of

<2(two)years> from the date such Bidder or Systems TSSP, as the case maybe, is found by the

Department of Excise and Prohibition, Government of Bihar to have directly or through an agent,

engaged or indulgedinanycorruptpractice,fraudulentpractice,coercivepractice,undesirable practice

or restrictive practice, as the case may be. For the purposes of this Section, the following terms shall

have the meaning here in after respectively assigned to them:

i. “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or in directly, of

anything of value to influence the action of any person connected with the Selection Process

(for avoidance of doubt, offering of employment to or employing or engaging in any manner what

so ever, directly or indirectly, any official of the Department of Excise and Prohibition,

Government of Bihar who is or has been associated in any manner, directly or indirectly with the

Selection Process or the LOI or has dealt with matters concerning the Agreement or arising there

from, before or after the execution there of, at any time prior to the expiry of one year from the

date such official resigns or retires from or otherwise ceases to be in the service of the

Department of Excise and Prohibition, Government of Bihar, shall be deemed to constitute

influencing the actions of a person connected with the Selection Process); or (ii) save as

provided herein, engaging in any manner what so ever, whether during the Selection Process

or after the issue of the LOA or after the execution of the Agreement, as the case may be, any

person in respect of any matter relating to the Project or the LOA or the Agreement, who at any

time has been or is a legal, financial or technical consultant/ adviser of the Department of Excise

and Prohibition, Government of Bihar in relation to any matter concerning the Project;

ii. “fraudulent practice” means aim is representation or omission of facts or disclosure of incomplete

facts, in order to influence the Selection Process;

iii. “coercive practice” means impairing or harming or threatening to impairer harm, directly or

indirectly, any persons or property to influence any person participation or action in the Selection

Process;

iv. “undesirable practice” means (i) establishing contact with any person connected with or

employed or engaged by Department of Excise and Prohibition, Government of Bihar with the

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 32 | P a g e

objective of canvassing, lobbying or in any manner influencing or attempting to influence the

Selection Process; or (ii) having a Conflict of Interest; and

v. “restrictive practice” means forming a cartel or arriving at any understanding or arrangement

among Bidders with the objective of restricting or manipulating a full and fair competition in the

Selection Process.

6.13 Conflict of Interest

1. A bidder shall not have a conflict of interest that may affect the Selection Process or the Solution

delivery (the “Conflict of Interest”). Any Bidder found to have a Conflict of Interest shall be

disqualified. In the event of disqualification, the Department of Excise and Prohibition,

Government of Bihar shall forfeit and appropriate the EMD, if available, as mutually agreed

genuine pre-estimated compensation and damages payable to the Department of Excise and

Prohibition, Government of Bihar for, inter alia, the time, cost and effort of the Department of

Excise and Prohibition, Government of Bihar including consideration of such Bidders Proposal,

without prejudice to any other right or remedy that may be available to the Department of Excise

and Prohibition, Government of Bihar here under or otherwise.

2. The Department of Excise and Prohibition, Government of Bihar requires that the TSSP provides

solutions which at all times hold the Department of Excise and Prohibition, Government of

Bihar’s interests paramount, avoid conflicts with other assignments or its own interests, and act

without any consideration for future work. The Systems TSSP shall not accept or engage in any

assignment that would be in conflict with its prior or current obligations to other clients, or that

may place it in a position of not being able to carry out the assignment in the best interests of

the Department of Excise and Prohibition, Government of Bihar.

3. Without limiting the generality of the above, a Bidder shall be deemed to have a Conflict of

Interest affecting the Selection Process, if the Bidder or Associates (or any constituent thereof)

and any other Bidder or Associate (or any constituent thereof) have common controlling

shareholders or other ownership interest; provided that this disqualification shall not apply in

cases where the director indirect shareholding or ownership interest of an Bidder, its Member or

Associate (or any shareholder there of having a shareholding of more than 5 percent of the paid

up and subscribed share capital of such Bidder, Member or Associate, as the case may be) in

the other Bidder, or Associate is less than 5% (five percent) of the subscribed and paid up equity

share capital thereof. For the purposes of this Clause, indirect shareholding held through one or

more intermediate persons shall be computed as follows:

i. Where any intermediary controlled by a person through management control or otherwise,

the entire shareholding held by such controlled intermediary in any other person (the

“Subject Person”) shall be taken into account for computing the shareholding of such

controlling person in the Subject Person; where a person does not exercise control over an

intermediary, which has shareholding in the Subject Person, the computation of indirect

shareholding of such person in the Subject Person shall be undertaken on a proportionate

basis; provided, however, that no such shareholding shall be reckoned under this Sub-

clause if the shareholding of such person in the intermediary is less than 26% (twenty six

percent) of the subscribed and paid up equity shareholding of such intermediary; or

ii. A constituent of such Bidder is also a constituent of another Bidder; or

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 33 | P a g e

iii. Such Bidder or its Associate receives or has received any direct or indirect subsidy or grant

from any other Bidder or its Associate; or

iv. such Bidder has the same legal representative for purposes of this Application as any other

Bidder; or

v. such Bidder has a relationship with another Bidder, directly or through common third parties,

that puts them in a position to have access to each other’s information about, or to influence

the Application of either or each of the other Bidder; or

vi. there is a conflict among this and other Systems Implementation/Turnkey solution

assignments of the Bidder (including its personnel and other members, if any) and any

subsidiaries or entities controlled by such Bidder or having common controlling

shareholders. The duties of the Systems TSSP will depend on the circumstances of each

case. While providing software implementation and related solutions to the Department of

Excise and Prohibition, Government of Bihar for this particular assignment, the Systems

TSSP shall not take up any assignment that by its nature will result in conflict with the

present assignment; or

vii. A firm hired to provide System Integration/Turnkey solutions for the implementation of a

project, and its Members or Associates, will be disqualified from subsequently providing

goods or works or services related to the same project;

A Bidder eventually appointed to implement software solutions for this Project, its Associates, affiliates

and the Financial Expert, shall be disqualified from subsequently providing goods or works or services

related to the construction and operation of the same Project and any breach of this obligation shall be

construed as Conflict of Interest; provided that the restriction here in shall not apply after a period of 12

months from the completion of this assignment; provided further that this restriction shall not apply to

software solutions delivered to the Department of Excise and Prohibition, Government of Bihar in

continuation of this systems implementation or to any subsequent systems implementation executed

for the Department of Excise and Prohibition, Government of Bihar in accordance with the rules of the

Department of Excise and Prohibition, Government of Bihar.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 34 | P a g e

7 Annexure

Annexure I: TECHNICAL BID TEMPLATES

The bidders are expected to respond to the RFP using the forms given in this section and all documents

supporting Technical Evaluation Criteria.

Technical Proposal shall comprise of following forms:

Forms to be used in Technical Proposal

Form 1: Undertaking on Total Responsibility

Form 2: Particulars of the Bidder

Form 3: Bank Guarantee for Earnest Money Deposit

Form 4A: Compliance Sheet for Pre-Qualification Proposal

Form 4B: Compliance Sheet for Technical Proposal

Form 5: Letter of Proposal

Form 6: Project Citation Format

Form 7: Proposed Solution

Form 8: Proposed Work Plan

Form 9: Team Composition

Form 10: Curriculum Vitae (CV) of Key Personnel

Form 11: Deployment of Personnel

Form 12: Deviations

Form 13: Manufacturers Authorisation Form

Form 14: Declaration on Source Code and Intellectual Property Rights

Form 15: Undertaking on Patent Rights

Form 16: Undertaking on Compliance and Sizing of Infrastructure

Form 17: Undertaking on Service Level Compliance

Form 18: Undertaking on Deliverables

Form 19: Undertaking on Support to Third Party Solution acceptance and certification

Form 20: Declaration of Activities sub-contracted

Form 21: Undertaking on Exit Management and Transition

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 35 | P a g e

Form 1: Undertaking on Total Responsibility

No. Date:

To:

Dear Sir,

Sub: Self certificate regarding Total Responsibility

This is to certify that we undertake total responsibility for the successful and defect free operation of the

proposed Project solution, as per the requirements of the RFP for IEMS Project.

Thanking you,

Yours faithfully

(Signature of the Authorized signatory of the Bidding Organisation)

Name :

Designation :

Date :

Time :

Seal :

Business Address:

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 36 | P a g e

Form 2: Particulars of the Bidder

Details of the Bidder (Company)

1. Name of the Bidder

2. Address of the Bidder

3. Status of the Company (Public Ltd/Pvt. Ltd)

4. Details of Incorporation of the Company Date:

Ref. #

5. Details of Commencement of Business Date:

Ref. #

6. Valid Sales tax registration no.

7. Valid Service tax registration no.

8. Permanent Account Number(PAN)

9. Name & Designation of the contact person to whom all

references shall be made regarding this tender

10. Telephone No. (with STD Code)

11. E-Mail of the contact person:

12. Fax No. (with STD Code)

13. Website

14. Financial Details (as per audited Balance Sheets) (in Cr)

15. Year 2012-2013 2013-2014 2014-2015

16. Net Worth

17. Turn Over

18. PAT

19. Name of the Bidder

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 37 | P a g e

Form 3: Bank Guarantee for Earnest Money Deposit

To,

<Name>

<Designation>

<Address>

<Phone Nos.>

<Fax Nos.>

<email id>

Whereas <Name of the bidder> (hereinafter called 'the Bidder') has submitted the bid for Submission of

RFP #<RFP Number> dated<Date> for <Name of the assignment> (hereinafter called "the Bid") to BSBCL

Know all Men by these presents that we <> having our office at <Address> (hereinafter called "the Bank")

are bound unto BSBCL (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 <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 Bid

Form; or

2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of

validity of bid

(a) Withdraws his participation from the bid during the period of validity of bid document; or

(b) Fails or refuses to participate 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 <insert date> and including <extra time over and above mandated

in the RFP> fromthe last date of submission and any demand in respect thereof should reach the Bank not

later than the above date.

NOTHWITHSTANDING ANYTHING CONTAINED HEREIN:

I. Our liability under this Bank Guarantee shall not exceed Rs. <Amount in figures> (Rupees <Amount

in words> only)

II. This Bank Guarantee shall be valid upto <insert date>)

III. It is condition of our liability for payment of the guaranteed amount or any part thereof arising under

this Bank Guarantee that we receive a valid written claim or demand for payment under this Bank

Guarantee on or before <insert date>) failing which our liability under the guarantee will automatically

cease.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 38 | P a g e

(Authorized Signatory of the Bank)

Seal:

Date:

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 39 | P a g e

Form 4A: Compliance Sheet for Pre-Qualification Proposal*

Sr.

No

Qualification Criteria Documents/Information

to be provided in the

submitted proposal

Compliance Reference & Page

Number

1. The responding firm /

agency

(a) Should have made a

payment of Rs. 10000

(Rs. Ten Thousand

Only) for the RFP

document

(b) Should have

submitted a Rs. 50

Lakhs (Rupees Fifty

Lakhs only)

(a) DD for Rs. 10000 (Rs

Ten Thousand), in

Favour of BSBCL,

Payable at Patna

(b) The original bank

guarantee must be

furnished in the format

prescribed in Annexure 7:

Form 3

Yes/No

2. Legal Entity

Company

should be

registered

under

Companies

Act, 1956 or

under the

Limited

Liabilities

Partnership Act

2008

Registered with

the Service Tax

Authorities

Should have

been operating

for the last five

years (FY 14-

15, FY 13-14,

FY 12-13, FY

11-12 and FY

10-11)

Certificate of

Incorporation

Registration Certificate

Yes/No

3. The Firm / Company

should be in business

for at least 5 years as of

31st March 2015

Annexure 7: Form 2

Details of Responding

Firm &

Memorandum & Articles

of Association should be

attached, and Work

orders confirming year

and Area of activity

Yes/No

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 40 | P a g e

Sr.

No

Qualification Criteria Documents/Information

to be provided in the

submitted proposal

Compliance Reference & Page

Number

4. The responding firm

shall not be under a

declaration of

ineligibility for corrupt or

fraudulent practices.

A self-certified letter by

the designated official of

the responding firm or

Annexure 7 Form 1:

Notice of Intent to Submit

Proposal in Response to

RFP Notice

Yes/No

5. The Net Worth of the

responding firm must

be positive as per the

last audited Balance

Sheet.

Chartered Accountant

Certificate for Net worth

Yes/No

6. The responding firm

should be ISO

9000:2008 certified.

Copy of certification

which is valid on date of

submission.

Yes/No

7. The responding firm

should be minimum

CMMi Level 3.

Relevant certificate

needs to be attached

which is valid on date of

submission.

Yes/No

8. Average Annual Sales

Turnover generated

from services related to

System Integration (SI)

during the last three (3)

financial years (FY 14-

15, FY 13-14 and FY

12-13) as per the last

published balance

sheets

Certificate from the

statutory auditor.

Yes/No

9. Company experience in

implementation of

integrated turnkey

projects around

application

development as a

System Integrator in

India.

(Specifically each

project should have

components of

Hardware, Networking,

Helpdesk and

Application related

training necessarily for

Completed Annexure 7:

Form 6: Details of

Experience of responding

firm/ Project Citation for 3

projects supported with

Work order and Proof of

Go-live/ Project

completion certificates

from client

Yes/No

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 41 | P a g e

Sr.

No

Qualification Criteria Documents/Information

to be provided in the

submitted proposal

Compliance Reference & Page

Number

this project). Refer to

the Important Note

below for more details.

Number of such

Assignments of value

(as specified for tiers)

which have gone live in

the past 5 years (FY 14-

15, FY 13-14, FY 12-

13, FY 11-12 and FY

10-11)

10. The responding firm

must have a minimum

number of IT Staff of

technically qualified

personnel in the

domain of systems

integration, as on 31st

July, 2015 on its roll.

Certificate from HR

Department for number

of technically qualified

professionals employed

by the company

Yes/No

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 42 | P a g e

Form 4B: Compliance Sheet for Technical Proposal

(The Technical proposal should comprise of the following basic requirements. The documents mentioned

in this compliance sheet along with this form, needs to be a part of the Technical proposal)

For Technical Evaluation

S.

No.

Specific Requirements Documents Required Compliance Reference &

Page Number

1 Covering Letter for Technical

Proposal

As per Form 5 Yes / No

2 System Functionality:

Meeting the requirements of

<department> in terms of how

close the proposal is to the

functional requirements for the

solution as have been proposed

for <department> (In case it is

COTS, it should be measured by

degree of customization required)

A note containing the

Mapping as per

information provided

Yes / No

3 Technology:

Demonstrated robustness of the

technology deployed across other

installations around the world,

including

– Scalability

– Security

– Ease of implementation

A note containing details

on

a) Solution architecture

b) Security

c) System Performance

d) Supported Platform

Operating System

e) Client Hardware

Operating System

f) Database

g) System Management

h) Web Server Support

i) Application Server

Support

j) Single Sign-on

k) Presentation

l) Session Management

m) Integration capabilities

n) Auditing / Reporting

features

o) Disaster recovery &

back-up

And Form 7

Yes / No

4 India Specific Capabilities:

Number of Projects of similar

nature in India and size of those

projects in the past 5 years

Completion Certificates

from the client; OR

Yes / No

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 43 | P a g e

S.

No.

Specific Requirements Documents Required Compliance Reference &

Page Number

Work Order + Self

Certificate of Completion

(Certified by the Statutory

Auditor); OR

Work Order + Phase

Completion Certificate (for

ongoing projects) from the

client or self-certification

with work order

Project citation (Form 6)

5 Industry Specific Capabilities:

Past experience of the bidder in

executing similar assignments,

size of those assignments in the

past five years.

[The definition of “similar” should

be such that it focuses on the

areas which are “innovative” or

where the technical feasibility is a

challenge in the context of the

project]

Completion Certificates

from the client; OR

Work Order + Self

Certificate of Completion

(Certified by the Statutory

Auditor); OR

Work Order + Phase

Completion Certificate (for

ongoing projects) from the

client

Yes / No

6 Training:

Trainings proposed by the vendor

and the amount of emphasis laid

on Training the employees

schedule details, locations,

sessions and their description

A note on training

containing

a) Training model

b) Approach

c) Deliverables

Yes / No

7 Certifications and Credentials:

CMMi

A copy of certificate Yes / No

8 Profile of proposed team

members:

Relevant assignment experience /

Years of experience /

Number of Certifications in

Technology specific to Solution

proposed

Form 9,10 and 11 Yes / No

9 Project Methodology, Support

and Documentation

Form 8 & additional

notes/document for

support & documentation

Yes / No

10 Inclusion of MSMEs in Project

Delivery

Letter of evidence and

commitment that MSME

will be contracted the

required value of work

Yes / No

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 44 | P a g e

S.

No.

Specific Requirements Documents Required Compliance Reference &

Page Number

11 Tools and Assets As per

requirement specified in

Technical evaluation)

Tools and Assets which

could be leveraged for the

assignment [for e.g. Test

Case Builders, Effort

Estimators, PMU Tool,

Load testing etc.,

depending on the

relevance to the Scope of

work]

A note and demonstration

of the Tool/Assets

Yes / No

12 Deviations (if any) Form 12 Yes / No

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 45 | P a g e

Form 5: Letter of Proposal

To:

<Location, Date>

<Name>

<Designation>

<Address>

<Phone Nos.>

<Fax Nos.>

<email id>

Subject: Submission of the Technical bid for <Name of the Systems Implementation assignment>

Dear Sir/Madam,

We, the undersigned, offer to provide Systems Implementation solutions to BSBCL on <Name of the

Systems Implementation engagement> with your Request for Proposal dated <insert date> and our

Proposal. We are hereby submitting our Proposal, which includes this Technical bid and the Financial Bid

sealed in a separate envelope.

We hereby declare that all the information and statements made in this Technical bid are true and accept

that any misinterpretation contained in it may lead to our disqualification.

We undertake, if our Proposal is accepted, to initiate the Implementation services related to the assignment

not later than the date indicated in Fact Sheet.

We agree to abide by all the terms and conditions of the RFP document. We would hold the terms of our

bid valid for <90> days as stipulated in the RFP document.

We hereby declare that we are not insolvent, in receivership, bankrupt or being wound up, our affairs are

not being administered by a court or a judicial officer, our business activities have not been suspended and

we are not the subject of legal proceedings for any of the foregoing.

We understand you are not bound to accept any Proposal you receive.

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Address:

Location: _____________________________________Date: ___________________________

_____________________________________________________________________________

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 46 | P a g e

Form 6: Project Citation Format

Relevant IT project experience (provide no more than 5 projects in the last 5 years)

General Information

Name of the project

Client for which the project was executed

Name and contact details of the client

Project Details

Description of the project

Scope of services

Service levels being offered/ Quality of service

(QOS)

Technologies used

Outcomes of the project

Other Details

Total cost of the project

Total cost of the services provided by the

respondent

Duration of the project (no. of months, start date,

completion date, current status)

Other Relevant Information

Letter from the client to indicate the successful

completion of the projects

Copy of Work Order

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 47 | P a g e

Form 7: Proposed Solution

Technical approach, methodology and work plan are key components of the Technical Proposal. You are

suggested to present Approach and Methodology divided into the following sections:

a) Solution Proposed

b) Understanding of the project (how the solution proposed is relevant to the understanding)

c) Technical Approach and Methodology

S.

N

o

Proposed Solution

(Provide the Product

Name or fill Custom

Built, in case of a new

development)

Version &

Year of

Release

OEM Feature

s &

Function

alities

O&M Support

(Warranty/ATS

/: as required

as per RFP)

Reference in the

Submitted

Proposal (Please

provide page

number/section

number/ volume)

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 48 | P a g e

Form 8: Proposed Work Plan

No Activity1 Calendar Months

1 2 3 4 5 6 7 8 9 10 11 12 n

1

2

3

4

5

N

1 Indicate all main activities of the assignment, including delivery of reports (e.g.: inception, interim, and

final reports), and other benchmarks such as Purchaser approvals. For phased assignments indicate

activities, delivery of reports, and benchmarks separately for each phase.

2 Duration of activities shall be indicated in the form of a bar chart.

3 All activities should meet the 8/80 criteria i.e should at least take 8 hours and a maximum of 80 hours.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 49 | P a g e

Form 9: Team Composition

Name of Staff with

qualification and

experience

Area of

Expertise

Position

Assigned

Task

Assigned

Time

committed

for the

engagement

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 50 | P a g e

Form 10: Curriculum Vitae (CV) of Key Personnel

General Information

Name of the person

Current Designation / Job Title

Current job responsibilities

Proposed Role in the Project

Proposed Responsibilities in the Project

Academic Qualifications:

Degree

Academic institution graduated from

Year of graduation

Specialization (if any)

Key achievements and other relevant

information (if any)

Professional Certifications (if any)

Total number of years of experience

Number of years with the current company

Summary of the Professional / Domain Experience

Number of complete life cycle implementations

carried out

The names of customers (Please provide the

relevant names)

Past assignment details (For each assignment

provide details regarding name of organizations

worked for, designation, responsibilities, tenure)

Prior Professional Experience covering:

Organizations worked for in the past

o Organization name

o Duration and dates of entry and exit

o Designation Location(s)

o Key responsibilities

Prior project experience

o Project name

o Client

o Key project features in brief

o Location of the project

o Designation

o Role

o Responsibilities and activities

o Duration of the project

Please provide only relevant projects.

Proficient in languages (Against each language

listed indicate if speak/read/write)

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 51 | P a g e

Form 11: Deployment of Personnel

No Name of Staff Staff input in Months (in the form of a bar chart)2

Total staff

man-

months

proposed

1 2 3 4 5 6 7 8 9 10 11 12 n Total

1

2

3

N

Total

1. Professional Staff the input should be indicated individually; for Support Staff it should be indicated

by category

2 Months are counted from the start of the assignment.

Full time input Part time input

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 52 | P a g e

Form 12: Deviations

[This section should contain any assumption on areas which have not been provided in the RFP

OR any changes to the existing provisions of the RFP]

A - On the Terms of Reference

[Suggest and justify here any modifications or improvement to the Scope of Work you are proposing to

improve performance in carrying out the assignment (such as deleting some activity you consider

unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions

should be concise and to the point, and incorporated in your Proposal.]

B – Any other areas

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 53 | P a g e

Form 13: Manufacturers'/Producers’ Authorization Form

(This form has to be provided by the OEMs of the products proposed)

No. Date:

To:

OEM Authorization Letter

Dear Sir:

Ref: Your RFP Ref: [*] dated [*]

We who are established and reputable manufacturers / producers of ________________________ having

factories / development facilities at (address of factory / facility) do hereby authorize M/s

___________________ (Name and address of Agent) to submit a Bid, and sign the contract with you

against the above Bid Invitation.

We hereby extend our full guarantee and warranty for the Solution, Products and services offered by the

above firm against this Bid Invitation.

We hereby declare that we are not insolvent, in receivership, bankrupt or being wound up, our affairs are

not being administered by a court or a judicial officer, our business activities have not been suspended and

we are not the subject of legal proceedings for any of the foregoing.

We also undertake to provide any or all of the following materials, notifications, and information pertaining

to the Products manufactured or distributed by the Supplier:

a. Such Products as the Bank may opt to purchase from the Supplier, provided, that this option shall

not relieve the Supplier of any warranty obligations under the Contract; and

b. in the event of termination of production of such Products:

i. advance notification to the Bank of the pending termination, in sufficient time to permit the

Bank to procure needed requirements; and

ii. Following such termination, furnishing at no cost to the Bank, the blueprints, design

documents, operations manuals, standards, source codes and specifications of the

Products, if requested.

We duly authorize the said firm to act on our behalf in fulfilling all installations, Technical support and

maintenance obligations required by the contract.

Yours faithfully,

(Name)

(Name of Producers)

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a

person competent and having the power of attorney to bind the manufacturer. The Bidder in its Bid should

include it.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 54 | P a g e

Form 14: Declaration on Source Code and Intellectual Property Rights

No. Date:

To:

Dear Sir,

Sub: Self-certificate regarding the source code and Intellectual property rights under this Project

I, authorized representative of _________________________, hereby solemnly affirm to the IPR and

Source Code rights as defined in Clause __ of Part III of this RFP document.

In the event of any deviation from the factual information/ declaration, BSBCL reserves the right to terminate

the Contract without any compensation to the System Integrator.

Thanking you,

Yours faithfully

(Signature of the Authorized signatory of the Bidding Organisation)

Name :

Designation :

Date :

Time :

Seal :

Business Address:

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 55 | P a g e

Form 15: Undertaking on Patent Rights

No. Date:

To:

Dear Sir,

Sub: Undertaking on Patent Rights

1. I/We as System Integrator (SI) do hereby undertake that none of the deliverables being provided

by us is in fringing on any patent or intellectual and industrial property rights as per the applicable laws

of relevant jurisdictions having requisite competence.

2. I/We also confirm that there shall be no infringement of any patent or intellectual and industrial

property rights as per the applicable laws of relevant jurisdictions having requisite competence, in

respect of the equipment, systems or any part thereof to be supplied by us. We shall indemnify BSBCL

against all cost/claims/legal claims/liabilities arising from third party claim in this regard at any time on

account of the infringement or unauthorized use of patent or intellectual and industrial property rights of

any such parties, whether such claims arise in respect of manufacture or use. Without prejudice to the

afore said indemnity, the SI shall be

responsibleforthecompletionofthesuppliesincludingsparesanduninterrupteduseoftheequipmentand/orsy

stemoranypartthereof to BSBCL and persons authorized by BSBCL, irrespective of the fact of claims of

infringement of any or all the rights mentioned above.

3. If it is found that it does infringe on patent rights, I/We absolve BSBCL of any legal action.

Yours faithfully,

(Signature of the Authorized signatory of the Bidding Organisation)

Name :

Designation :

Date :

Time :

Seal :

Business Address:

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 56 | P a g e

Form 16: Undertaking on Compliance and Sizing of Infrastructure

No. Date:

To:

Dear Sir,

Sub: Under taking on Compliance and Sizing of Infrastructure

1. I/We as Total Solution and Service Provider (TSSP) do hereby undertake that we have

proposed and sized the hardware and all software (including perennial and enterprise wide

licenses, unless stated otherwise) based on information provided by BSBCL in its RFP

document and in accordance with the service level requirements and minimum

specifications provided and assure BSBCL that the sizing is for all the functionality envisaged

in the RFP document.

2. Any augmentation of the proposed solution or sizing of any of the proposed solutions

(including software and hardware) in order to meet the minimum RFP requirements

and/or the requisite service level requirements given by BSBCL will be carried out at no

additional cost to BSBCL during the entire period of Contract.

Yours faithfully,

(Signature of the Authorized signatory of the Bidding Organisation)

Name :

Designation :

Date :

Time :

Seal :

Business Address:

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 57 | P a g e

Form 17: Undertaking on Service Level Compliance

No. Date:

To:

Dear Sir,

Sub: Under taking on Service Level Compliance

1. I/We as Total Solution and Service Provider (TSSP) or do here by undertake that we shall

monitor, maintain, and comply with the service levels stated in the RFP to provide quality

service to BSBCL.

2. However, if the proposed resources and infrastructure are found to be insufficient in meeting

the RFP and/or the service level requirements given by BSBCL, then we will augment the

same without any additional cost to BSBCL.

Yours faithfully,

(Signature of the Authorized signatory of the Bidding Organisation)

Name :

Designation :

Date :

Time :

Seal :

Business Address:

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 58 | P a g e

Form 18: Undertaking on Deliverables

No. Date:

To:

Dear Sir,

Sub: Under taking on Deliverables

1. I/We as Total Solution and Service Provider (TSSP) do hereby undertake that processes,

deliverables/artifacts submitted to BSBCL will adhere to the quality and standards specified in this RFP.

2. We also recognize and undertake that the deliverables/artifacts shall be presented and explained

to BSBCL and other key stakeholders (identified by BSBCL), and also take the responsibility to provide

clarifications as requested by BSBCL.

3. We agree to abide by the procedures laid down for acceptance and review of deliverables /

artifacts by the Department as stated in this RFP or as communicated to us from time-to-time.

4. We also understand that the acceptance, approval and sign-off of the deliverables by BSBCL

will be done on the advice of Department and any other agency appointed by the Department for the

same. We understand that while all efforts shall be made to accept and convey the acceptance of each

deliverable in accordance with the Project schedule, no deliverable will be considered accepted until a

specific written communication to that effect is made by BSBCL.

Yours faithfully,

(Signature of the Authorized signatory of the Bidding Organisation)

Name :

Designation :

Date :

Time :

Seal :

Business Address:

Form 19: Undertaking on Support to Third Party Solution acceptance and certification

No. Date:

To:

Dear Sir,

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 59 | P a g e

Sub: Under taking on Support to Third Party Solution Acceptance and Certification

1. I/We understand that the System (including the application and the associated IT

systems) may be assessed and certified by a 3rd party agency (to be identified by BSBCL) before

the system is commissioned.

2. I/We understand that while the certification expenses will be borne by BSBCL, the

responsibility to ensure successful acceptance and certification lies with the Total Solution and

Service Provider (TSSP).

3. I/We here by undertake that we shall do all that is required of the System Integrator to

ensure that system will meet all the conditions required for successful acceptance and certification.

Yours faithfully,

(Signature of the Authorized signatory of the Bidding Organisation)

Name :

Designation :

Date :

Time :

Seal :

Business Address:

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 60 | P a g e

Form 20: Declaration of activities sub-contracted

No. Date:

To:

Dear Sir,

Sub: Declaration on Sub-contracting

I/ We hereby declare the following list of activities which we would be sub-contracted.

S. No. Activity

1

2

3

4

I/ We would be responsible for ensuring that the sub-contracted work meets the requirements of the

Department.

Thanking you,

Yours faithfully

(Signature of the Authorized signatory of the Bidding Organisation)

Name :

Designation :

Date :

Time :

Seal :

Business Address:

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 61 | P a g e

Form 21: Undertaking on Exit Management and Transition

No. Date:

To:

Dear Sir,

Sub: Undertaking on Exit Management and Transition

1. I/We here by undertake that at the time of completion of our engagement with the Department,

either at the End of Contract or termination of Contract before planned Contract Period for any

reason, we shall successfully carry out the exit management and transition of this Project to

BSBCL or to an agency identified by BSBCL to the satisfaction of the Department. I/We further

undertake to complete the following as part of the Exit management and transition:

a. We undertake to complete the updation of all Project documents and other

artefacts and handover the same to BSBCL before transition.

b. We undertake to design standard operating procedures to manage system

(including application and IT systems), document the same and train BSBCL

personnel on the same.

c. If Department decides to take over the operations and maintenance of the Project

on its own or identifies or selects any other agency for providing operations &

maintenance services on this Project, then we shall provide necessary

handholding and transition support, which shall include but not be limited to,

conducting detailed walkthrough and demonstrations for the IT Infrastructure,

handing over all relevant documentation, addressing the queries/clarifications of

the new agency with respect to the working / performance levels of the

infrastructure, conducting Training sessions etc.

3. I/We also understand that the Exit management and transition will be considered complete on

the basis of approval from BSBCL.

Yours faithfully,

(Signature of the Authorized signatory of the Bidding Organisation)

Name :

Designation :

Date :

Time :

Seal :

Business Address:

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 62 | P a g e

Form 22: Declaration that the bidder has not been blacklisted

(To be submitted on the Letterhead of the responding agency)

{Place}

{Date}

To,

Ref: RFP Notification no <xxxx> dated <dd/mm/yy>

Subject: Self Declaration of not been blacklisted in response to the RFP for Selection of Total Solution

and Service Provider (TSSP) for IEMS.

Dear Sir,

We confirm that our company, ____________, is not blacklisted in any manner whatsoever by any of the

State/UT and/or central government in India on any ground including but not limited to indulgence in corrupt

practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice.

Place:

Date:

Bidder’s Company Seal:

Authorized Signatory’s Signature:

Authorized Signatory’s Name and Designation:

Note: The Bidder shall necessarily provide a copy of ‘Power of Attorney’ authorizing the signatory for signing

the Bid on behalf of the Bidder in its Pre-Qualification Bid.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 63 | P a g e

ANNEXURE II: FINANCIAL PROPOSAL TEMPLATE

Form 1: Covering Letter

To:

<Location, Date>

<Name>

<Designation>

<Address>

<Phone Nos.>

<Fax Nos.>

<email id>

Subject: Submission of the Financial bid for <Provide Name of the Implementation Assignment>

Dear Sir/Madam,

We, the undersigned, offer to provide the Implementation services for <Title of Implementation

Services> in accordance with your Request for Proposal dated <Date> and our Proposal (Technical and

Financial Proposals). Our attached Financial Proposal is for the sum of <Amount in words and figures>.

This amount is inclusive of the local taxes.

1. PRICE AND VALIDITY

All the prices mentioned in our Tender are in accordance with the terms as specified in the RFP

documents. All the prices and other terms and conditions of this Bid are valid for a period of <days>

calendar days from the date of opening of the Bid.

We hereby confirm that our prices include all taxes. However, all the taxes are quoted separately

under relevant sections.

We understand that the actual payment would be made as per the existing indirect tax rates during

the time of payment.

2. UNIT RATES

We have indicated in the relevant forms enclosed, the unit rates for the purpose of on account of payment

as well as for price adjustment in case of any increase to / decrease from the scope of work under the

contract.

3. DEVIATIONS

We declare that all the services shall be performed strictly in accordance with the Tender documents

except for the variations and deviations, all of which have been detailed out exhaustively in the following

statement, irrespective of whatever has been stated to the contrary anywhere else in our bid.

Further we agree that additional conditions, if any, found in the Tender documents, other than those

stated in deviation schedule, shall not be given effect to.

4. TENDER PRICING

We further confirm that the prices stated in our bid are in accordance with your Instruction to Bidders

included in Tender documents.

5. QUALIFYING DATA

We confirm having submitted the information as required by you in your Instruction to Bidders. In case

you require any other further information/documentary proof in this regard before evaluation of our

Tender, we agree to furnish the same in time to your satisfaction.

6. BID PRICE

We declare that our Bid Price is for the entire scope of the work as specified in the <Refer Section No.>.

These prices are indicated Commercial Bid attached with our Tender as part of the Tender.

7. PERFORMANCE BANK GUARANTEE

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 64 | P a g e

We hereby declare that in case the contract is awarded .to us, we shall submit the Performance Bank

Guarantee as specified in the <Annexure III> of this RFP document.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract

negotiations, up to expiration of the validity period of the Proposal, i.e., [Date].

We understand you are not bound to accept any Proposal you receive.

We hereby declare that our Tender is made in good faith, without collusion or fraud and the information

contained in the Tender is true and correct to the best of our knowledge and belief.

We understand that our Tender is binding on us and that you are not bound to accept a Tender you

receive.

Thanking you,

We remain,

Yours sincerely,

Authorized Signature:

Name and Title of Signatory:

Name of Firm:

Address:

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 65 | P a g e

Form 2: Financial Proposal

S. No. Item Total Price Taxes (wherever

applicable)

Total cost (total

price + taxes)

a)

Hardware related costs with the AMC for

the period of 5 years from the Go-Live of

the project (A)

b) Networking related costs, if any (B)

c) Application Customization / Development

and database creation cost (C)

d)

Operations and Maintenance Costs

(Quarterly Expenses for 5 years of contract

after ‘”Go-Live”) (D)

e) Manpower (E)

f) Training cost (G)

g) Deployment of requisite infrastructure for

Data centre (H)

h) O&M cost for Data centre services (I)

i) Others (please provide details) (J)

Total Cost

Total cost in figures:

Form 2A: Details of Financial Bid

S.

No. Category Component

No of Components /

Units of Service (X) Rate (per unit) (Y)

Total

Cost ( =

X*Y)

A. Hardware Related Costs with the AMC for the period of 5 years from the Go-Live of the project

1.

Infrastructure / Hardware

(This has to be of the same

rates as per OEM)

2.

Infrastructure Installation and

Testing / Miscellaneous

Charges

Others

Total A:

B. Application Development & Database Creation

1. IEMS Application and Portal

Development

b Development of generic

workflow engine

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 66 | P a g e

S.

No. Category Component

No of Components /

Units of Service (X) Rate (per unit) (Y)

Total

Cost ( =

X*Y)

c Asset Management Module

f Integration with MSDG

2. Integration with Payment

Gateway

3. Localisation of IEMS

Application

4. <Add more as relevant>

5. <Add more as relevant>

6. <Add more as relevant>

Total B:

C : Operations and Maintenance Costs (Quarterly Expenses for <3> years of contract after ‘”Go-Live”) (D)

1.

Connectivity Charges

(internet connectivity provided

etc.)[if required; also the rates

should be taken for each

location]

2.

Application Maintenance &

Operational Expense

including up-gradation,

deployment of patches, fixes

etc.

3.

Infrastructure Maintenance

Expense (Helpdesk, deployed

hardware & network

infrastructure etc.)

4.

5.

Total C:

D: Manpower (Modify suitably)

Nos. Rate/Month Total

1. IEMS Technical Manager @ 1 per district <no. of districts>

2. Programmer

3. District Technical Managers

4. System Analyst

5. Database Administrator

6. Project Manager

….

Total D:

E. Training

Training Cost Per Person for

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 67 | P a g e

S.

No. Category Component

No of Components /

Units of Service (X) Rate (per unit) (Y)

Total

Cost ( =

X*Y)

1 Basic IEMS modules <Nos. resources to

be trained> K

2 Advanced training on the Application modules <Nos. resources to

be trained> L 100*L

Total E:

F. Deployment of requisite infrastructure for Data centre

1. Deployment of requisite infrastructure for Data

centre

<Servers1>

2. <Networking

equipment>

3. <Storage equipment

(SAN etc.)>

4. <Back up

equipment>

5. <Server OS license>

6. <Database license>

7. <Anti-virus>

8. <….>

9. <Installation & testing

charges>

10. <Others>

11. Networking equipment for connectivity to Head

office

<Router>

12. <Switch>

13. <….>

14. <Others>

Total F:

G: O&M cost for Data centre services

1. All the O&M cost for managing the data centre

services

2. <Manpower>

3. <Electricity charges>

4.

<Maintenance of the

H/w & system

software>

5. <Maintenance & up-

dation of Anti-virus>

6. <Physical Security>

7. <…..>

8. <Others>

Total G :

1Any hardware proposed should include the AMC for a period of 3 years from the Successful Go-Live.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 68 | P a g e

ANNEXURE III: TEMPLATE FOR PBG & CCN

Form 1: Performance Bank Guarantee

PERFORMANCE SECURITY:

<Name>

<Designation>

<Address>

<Phone Nos.>

<Fax Nos.>

<email id>

Whereas, <name of the supplier and address>(hereinafter called “the bidder”) has undertaken, in

pursuance of contract no. <Insert Contract No.> dated. <Date> to provide Implementation services for

<name of the assignment> to BSBCL (hereinafter called “the beneficiary”)

And whereas it has been stipulated by in the said contract that the bidder shall furnish you with a bank

guarantee by a recognized bank for the sum specified therein as security for compliance with its obligations

in accordance with the contract;

And whereas we, <Name of Bank> a banking company incorporated and having its head /registered office

at <Address of Registered Office> and having one of its office at <Address of Local Office>have agreed to

give the supplier such a bank guarantee.

Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier,

up to a total of Rs.<Insert Value>(Rupees <Insert Value in Words> only) and we undertake to pay you,

upon your first written demand declaring the supplier to be in default under the contract and without cavil

or argument, any sum or sums within the limits of Rs.<Insert Value>(Rupees<Insert Value in Words>

only) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the

sum specified therein.

We hereby waive the necessity of your demanding the said debt from the bidder before presenting us with

the demand.

We further agree that no change or addition to or other modification of the terms of the contract to be

performed there under or of any of the contract documents which may be made between you and the Bidder

shall in any way release us from any liability under this guarantee and we hereby waive notice of any such

change, addition or modification.

This Guarantee shall be valid until <Insert Date>)

Notwithstanding anything contained herein:

I. Our liability under this bank guarantee shall not exceed Rs.<Insert Value>(Rupees <Insert Value

in Words> only).

II. This bank guarantee shall be valid up to <Insert Expiry Date>)

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 69 | P a g e

III. It is condition of our liability for payment of the guaranteed amount or any part thereof arising under

this bank guarantee that we receive a valid written claim or demand for payment under this bank

guarantee on or before <Insert Expiry Date>) failing which our liability under the guarantee will

automatically cease.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 70 | P a g e

Form 2: Change Control Notice (CCN) Format

Change Control Note CCN Number:

Part A: Initiation

Title:

Originator:

Sponsor:

Date of Initiation:

Details of Proposed Change

(To include reason for change and appropriate details/specifications. Identify any attachments as A1,

A2, and A3 etc.)

Authorized by : Date:

Name:

Signature:

Received by the IP

Date:

Name:

Signature:

Change Control Note

CCN Number:

Part B : Evaluation

(Identify any attachments as B1, B2, and B3 etc.)

Changes to Services, charging structure, payment profile, documentation, training, service levels and

component working arrangements and any other contractual issue.

Brief Description of Solution:

Impact:

Deliverables:

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 71 | P a g e

Timetable:

Charges for Implementation:

(including a schedule of payments)

Other Relevant Information:

(including value-added and acceptance criteria)

Authorized by the TSSP Date:

Name:

Signature:

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 72 | P a g e

ANNEXURE IV: Department Structure

7.1.1 Board of Revenue

The Board of Revenue is controlling authority of the Excise Commissioner under the Act. Order passed

under the Act or under any rule made hereunder shall be appealable before the Member Board of

Revenue. The Board has the power to revise any order passed by the collector. Excise Commissioner

under the provision of Act the Board has power under section 22 to grant Exclusive privilege for

manufacturing and sale of country liquor or intoxicant or denatured spirits or any other intoxicants. Board

may reduce any license fee granted under this Act under section 39. The rule making power is vested

under section 90 of the Act.

7.1.2 Commissioner of Excise

He occupies the position of Adviser to the State Government in all matters relating to Excise policy and

the department. He is the head of Excise department and responsible for every branch of the Excise

administration and exercises general control over the department. He is the appointing and disciplinary

authority for all non-gazette officers and other ranks in the department.

Function and duties:

7.1.2.1 The Commissioner shall inspect all Excise establishments once in every alternate year to give

him clear first-hand knowledge of such establishment to enable him to give advice, instruction

and remedies on all matter of administration. He should ensure uniformity of procedure, practice,

efficiency and discipline in all Excise establishments.

7.1.2.2 The Commissioner shall control, instruct and advise Assistant Commissioner of Excise &

Superintendents of Excise in the districts while being careful not to supersede and overbear in

their proper functions or relations with their subordinates.

7.1.2.3 The Commissioner shall be the reporting officer for all Deputy Commissioner, reviewing officer

for Superintendent of Excise and accepting officer for subordinate officers of the department in

their Annual Confidential Reports subject to the orders of the Government from time to time.

7.1.2.4 The Commissioner is the Budget Controlling Officer for the Excise department. He exercises

such financial power as delegated to him by the Government in accordance with the Delegation

of Financial Powers Rules, 1978 as amended from time to time.

7.1.2.5 He is the granting authority on rewards permissible under Excise and Drug Laws and rules and

to those who render exceptional good service to the state under Excise Department by standing

orders.

7.1.2.6 He shall delegate his administrative powers whenever necessary for the smooth administration

of the department.

7.1.2.7 The Commissioner is responsible for the procurement of all uniform items. He shall ensure that

only good quality items are supplied to the department.

7.1.2.8 The Commissioner shall have free access to information from other departments and agencies.

7.1.2.9 The Commissioner may transfer any subordinate officer or other ranks in the interest of public

service and make proposal to Government for transfer of Gazetted officers.

7.1.3 Joint Commissioner of Excise:

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 73 | P a g e

7.1.3.1 He shall assist the Commissioner and exercises powers and functions as delegated by the

Commissioner from time to time. He shall take charge of the Commissioner when Commissioner

is on leave or out of station unless otherwise decided by the Government.

7.1.3.2 The Joint Commissioner shall inspect District and other establishment sever alternate year and

submit his report thereof to the Commissioner. There port should be all encompassing and true

assessment of such establishment, which is essential for future administration and guidance.

7.1.4 Collectors and their officers:

The Collector of each district is primarily responsible for the Excise administration of his district. The

Superintendent of Excise or such other officer as may be appointed by the Local Government will be the

Chief Executive officer subject to the immediate control of the Collector in all matters relating to Excise

administration. The other subordinate officers of the department will work under the direct concern and

supervision of the Superintendent of Excise, Subject to such orders as may be issued from time to time

by the Commissioner of Excise or the Board.

7.1.5 Deputy Commissioner of Excise:

The following are the duties of Deputy Commissioner of Excise and Salt:-

7.1.5.1 The principal duty of the Deputy Commissioners of Excise will be to assist the District

Officers as inspecting and advising officer within their respective ranges. They will also

inspect-

I. All the Sadar Excise offices once a year;

II. All the distilleries once a year;

III. All the country spirit warehouse, at district headquarters at least once a year and the

remaining country spirit warehouse, once in two years;

IV. All the India-made foreign liquor warehouses and bonded laboratories once a year;

V. All the offices of the Inspectors and Sub-Inspectors at Sadar headquarters at least once a

year and the rest once in two years;

VI. At least 50 percent of the shops (country spirit, out still, ganja, opium and bhang) at district

and sub-divisional headquarters and at least 10 percent of the remaining shops once a year;

VII.

a. The Deputy Commissioner of Excise should make at least one surprise inspection of all

the Special Centres in their respective ranges once a year. If this not be possible in any

year due to some unavoidable reasons then at least 75 percent of the centres should be

inspected during the year and the remaining centres left uninspected should be inspected

in the first quarter of the following year before the inspection of any centre already

inspected in the previous year is taken up;

b. They will also supervise the despatch of molasses from the sugar factories to the

distilleries in their respective ranges.

VIII. The Deputy Commissioner in charge Northern Range will supervise the despatch of

molasses from the sugar factories to the distilleries both in North and South Bihar as ordered

by the Excise Commissioner early in December last.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 74 | P a g e

7.1.5.2 Other Duties

I. In relation to the district staff, the Deputy Commissioner will bring to the notice of the Collector

any observation or criticism that he desires to make. In order that the Deputy Commissioner

may be kept informed of the Excise work of the Province, the Collector will send to him copies

of such reports and will give him such further information as he may require in connection

with the Excise staff. In particular the tour diary of the Form No. 119, should be prepared in

duplicate and one copy be sent to the Deputy Commissioner with the Collector's remarks.

II. The following instructions will be observed by the Deputy Commissioner of Excise and Salt,

when making regular inspections of the work of the preventive staff (as distinct from visit for

special or local enquiries):-

a. The Deputy Commissioner will give previous notice of his visit. He will, when he first arrives

at the headquarter station of a district, call upon the Collector if in the station and discuss

excise matters with him with special reference to preventive work and will enquire if there

are any points to which the Collector wishes that he should specially devote his attention.

If the Collector is absent, he will take the earliest opportunity of calling upon him on his

return.

b. The Deputy Commissioner will record his remarks in an inspection note. This note should

contain no adverse criticism of the Superintendent or any Inspector. Should it be necessary

to criticism the work of such officers adversely, the criticism should be embodied in a

separate confidential note to the Collector.

c. When the Deputy Commissioner has completed his notes, he will transmit them to the

Collector and, after the latter officer has read them and made any enquiries he may

consider necessary, he will again call upon the Collector at a time fixed by the latter and

discuss any points arising out of the notes or any other point which the Collector may desire

to discuss. The Collector will forward the Deputy Commissioner's notes to the Excise

Commissioner with his own observations on the points raised thereon.

d. Adverse criticism with which the Collector agrees concerning a Superintendent or Inspector

should be communicated to the officers concerned.

III. When the Deputy Commissioner of Excise and Salt pays a surprise visit to any Excise shop

or a warehouse he will send a copy of his note of inspection to the Collector of the District.

IV. The Deputy Commissioner shall spend a minimum of 200 days during the year on tour. His

tour programme should be so arranged with the approval of the Excise Commissioner that it

may be possible for him and the Excise Commissioner to be together at headquarters at

frequent intervals for consultation.

V. The Deputy Commissioner will under the control of the Excise Commissioner, exercise direct

supervision over the Excise Intelligence Bureau and the staff on special duty for the

prevention of cocaine and opium smuggling but all proposals for the appointment, transfer

and punishment of the members of the special staff should be reported to the Excise

Commissioner for orders.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 75 | P a g e

7.1.5.3 As for the Annual Confidential Report the Deputy Commissioner is the reporting officer for

Superintendent of Excise, reviewing officer for subordinate officers and accepting authority for

other ranks subject to the orders of Government.

7.1.6 Assistant Commissioner Excise & Superintendent of Excise:

There shall be in every district an Assistant Commissioner of Excise or Superintendent of Excise

or both who shall, in subordination to the Collector, and subject to the general control of the Excise

Commissioner, Excise in the said district all the powers and perform all the duties conferred and

imposed on the Collector by the provisions of the Act specified below:-

a. Section 12, sub-section, (2)- (grant of passes),

b. Section 18, sub-section (2), clause (c)- (grant of authority to possess 2[intoxicants] not

obtained from a licensed vendor),

c. Section 18, sub-section (2) clause (g) and section 20, clause (e) to proviso (4)- (grant of

permits to use tari for the manufacture of bread),

d. Section 19, sub-section (1)- (grant of permits for possession of 2[intoxicants),

e. Section 20-(grant of licenses for sale of 2[intoxicant),

f. Section 24, clause (b)- (power to empower Excise Officers to require licensees to measure,

weigh, or test intoxicants),

g. Section 31, sub-section (1) - (publication of list.]2

h. Section 67, sub-section (2) - (confiscation),

i. Section 68 - (composition of offences and release of property liable to confiscation).

j. Section 71 - (issue of warrant of arrest),

k. Section 72 - (issue of search-warrant).

l. Section 73 - (to arrest or search in person or to direct arrest or search in his presence),

m. Section 77, sub-section (1) - (investigation of offences),

n. Section 79 - (security and bail),

o. Section 85, sub-section (2) - (arrest, etc.)

p. Section 87, clause (b) - (complaints or reports to Magistrate),

q. Section 93, sub-section (1) - (issue of distress warrants),

1. Assistant Commissioner Excise & Superintendents of Excise are expected to acquire a

thorough knowledge of all matters connected directly or indirectly with the Excise

administration of their district and to embody such information in a confidential note book

which should be passed on to their successors. They should not be placed in charge of

other departments by the Collector except with the special permission of the

Commissioner of Excise.

2. While at headquarters, Assistant Commissioner Excise & Superintendent of Excise are

expected to attend office during regular hours and dispose of the official business there.

3. Assistant Commissioner Excise & Superintendents of Excise should submit their tour

diaries to the Deputy Commissioner of Excise through the Collector to their respective

districts by the 10th of each month following the month to which they relate. A statement

in Form no. 120A, showing details of important distillation and smuggling case detected

in their respective districts during the month under report should always be appended to

their tour diaries.

I. Inspector of Excise:

1. The power and duties of Inspector of Excise as empowered by the Government in respect

of Excise and Narcotic laws are defined in relevant chapter of such laws. An officer should

have thorough knowledge of his powers and duties and abide by them.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 76 | P a g e

2. Duties and functions of an Inspecting officer may vary depending on place of posting and

tasks entrusted to them. He is directly responsible to his Controlling Officer. In general,

apart from detection, investigation and prosecution of Excise and Narcotic offences, the

officer is responsible for maintaining discipline and for the proper performance of duties

by his subordinates.

3. He will not ordinary conduct investigations, but generally will supervise investigations of

his subordinates, taking up cases only for very special reasons, such as mismanagement

by investigating officer or the unusual importance or intricacy of the case. He will see that

each case is fully and properly investigated and all possible steps are taken for maximum

detection.

4. As an Inspector is directly responsible to his Controlling Officer/Superintendent, he must

share information on all matters connected with the working of the department without

reserve to him. He must maintain a clean image and gain respect and confidence of his

subordinates. He must encourage his subordinates and guide them, especially junior and

inexperienced officers. He should correct petty misconducts of his subordinates without

bringing them to the notice of his superiors.

II. Sub-Inspector of Excise:

The general duty of Sub-Inspector of Excise/Asst. Sub-Inspector of Excise is detection and

investigation of Excise and Narcotic offences. His function is of field work. While leading men

on raid or on tour he must maintain strict discipline among them. As a leader of such party he

is responsible for any misconduct and breach of rule by his men. He must strictly follow correct

procedures and practice while performing duties. He must give full report on his detection,

investigation and performance of duties to Officer-in-charge. He has to obey instruction from

his superior and give feedback on action so taken.

III. Asst. Sub-Inspector of Excise:

Asst. Sub-Inspector of Excise are under the general control of Superintendent of Excise and

under the direct control of Officer-in-charge of an Excise Station or out-post. Asst. Sub-

Inspector of Excise are responsible for every official works of Constables of Excise station.

Conducting roll call parade, making derailment of duty and maintaining ins-and-outs register

of Constables are some of the responsibilities of Asst. Sub-Inspector of Excise. Maintenance

of cleanliness of Excise station and its surroundings is one of their responsibilities. The main

duty of Asst. Sub-Inspector of Excise is to maintain/keeping high graded integrity and

discipline among their subordinates. Any irregularities noticed by them should be intimated to

Officer-in-charge immediately.

IV. Constables:

They are generally employed for patrolling and raid for prevention and detection of Excise and

Narcotic Crimes and in other official duties assigned to them by their superiors. They normally

shall act on the order of their superiors. They may be deputed to collect discreet information

regarding illegal trafficking of drugs and liquor and illegal breweries etc. Again, constables are

employed in the execution of warrants, as runner, for escort and guard of prisoners. Even if

especially not deputed it is the duty of every Constable to report information connected with

Excise works.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 77 | P a g e

V. Distillery Officers:

Officer placed in-charge of a distillery or warehouse are to keep such account as may be prescribed

by the Board of Revenue regarding removal without except under proper pass.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 78 | P a g e

7.2 Annexure V: Functioning/Processes of Excise Department Bihar

The prime job of Excise Department is to regulate import and supply of liquor, intoxicants and narcotics

(for medicinal purposes), the statutory powers for which are discharged under the Bihar Excise Act,

1915, Bihar Prohibition Act 1938.

I. The Department grants licenses to Distilleries for supply of various grades of Rectified Spirit or

ENA.

II. These Manufacturers/ Bottlers and Blenders supply their finished product to the sole designated

Wholesaler, viz. the Bihar State Beverages Corporation Limited, which, too, is a PSU solely

owned by the Government of Bihar and is a licensee, too.

III. Further, retail liquor vends are in private hands, which, too, are granted licenses for their trade.

IV. Licenses for the consumption of liquor 'on-site' premises like bars, hotels, restaurants and clubs

are also granted by this Department.

V. Licenses are also given for holding/hosting private parties as well as for storage for personal

consumption beyond the permissible limits.

7.2.1 IMFL Licenses of Liquor

The Excise Department Bihar issues licenses to Bottlers and Blenders for supply of IMFL to

BSBCL, and Military Canteen Etc. After the receipt of the applications, these are scrutinized. The

applications which are complete in all respects and fulfil all the requirements are taken into

consideration for the grant of license by the Competent Authority. Cases are processed according

to the Terms and Conditions for the grant of licenses. Once the license is granted, license fee is to

be deposited. The license is further processed for the approval of the brands as well as the price.

Fixation of price is done by Excise Commissioner. Price structures are issued after the payment of

brand fee and brand registration fee. Payment of brand fee is on pro-rata basis. All the licensees

are required to maintain Bonded Warehouses which are supervised by the Excise Inspectors.

7.2.2 Import Permits:

Apart from Bottling activities within the State, bottlers from outside the State are also allowed to

supply IMFL to BSBCL. In this case, they are required to get the labels registered and to obtain

licenses for bonded warehouses.

The Import Permits are issued to the licensees after payment of import fee. The concerned Excise

authority of the state where the Bottler is located issues export permits on the basis of the Import

Permits to take the liquor out of the state without payment of Excise duty. The Excise Inspector

posted at the Bonded Warehouse after scrutinizing all the documents allows the stock for in

bonding.

7.2.3 Transport Permits:

Transport permit is a document which authorizes licensees for taking out the specific quantity of

liquor mentioned in Transport Permit for supply to a specified destination. Transport Permits are

issued only after the deposition of requisite Excise Duty/Revenue by the Licensee. On receipt of

the Transport Permits, the Bonded warehouse Excise Inspector allows the stock for transporting it

to the Wholesale Depot.

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 79 | P a g e

7.2.4 Country and Spice Liquor

Country and spice liquor licenses are no longer being issued by the department

7.2.5 Import/Transport Permits

Permit Branch issues Import permits for import of liquor into Bihar and Transport Permits for

transportation of liquor from Bonded Warehouse to BSBCL premises. On an average approximately

80 Import permits and 1800 transport permits are being issued daily. Transport Permits are

prepared as per the order placed by the retailers to licensees. Such orders are received from the

concerned retailers in the forenoon while the Transport Permits are issued by the evening of the

same day. Before issuing these permits, it is ensured that Excise revenue in form of special duty,

assessment fee and vend fee as applicable in respect of individual brands has been released as

per the quantity of IMFL proposed to be released There are 60 licensees for the year who are

authorized to supply liquor/beer to retailers. Separate transport permits are prepared for each

retailer vends wise and licensee wise.

7.2.6 Excise License Issued by Department of Excise and Prohibition, Government

of Bihar

The Excise Department issues various types of licenses for manufacturing, sale of Liquor, Spirit

and Molasses etc. The licence is an authorization to a person, firm, association of persons,

company to engage in production / trade of that particular excisable goods in the State of Bihar.

The various licenses issued by Excise department for following category are broadly described

below, however the final list needs to be prepared by TSSP in consultation of Department of Excise

and Prohibition, Government of Bihar for SRS:-

Category Licenses

Brewery Brewery license

Beer storage license for breweries

Bonded warehouse license for beer not for sale in Bihar

CFS Bottling Plant Coloured and Flavoured Spirit Storage License

CFS bottling license

Wholesale license for CFS

Distillery Molasses

License to manufacture plain spirit in a distillery

License for sale of spirit

Spirit Storage License

IMFL Bonded Warehouse-cum-

Trade

IMFL Wholesale Private Warehouse license

IMFL Trade license

Bonded Warehouse license for Beer meant for export

IMFL Manufactory IMFL manufacturing license

Bond License for Foreign Liquor & Rectified Spirit

IMFL compounding & blending license

IMFL bottling license

IMFL essence license

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 80 | P a g e

IMFL trade license

IMFL Trade IMFL Trade License

50 deg UP Foreign Liquor Shop 50 deg UP IMFL ON and/or OFF License

Beer, Wine & LAB Shop Beer, Wine & LAB Shop

Supplementary 50°UP IMFL at Beer, Wine & LAB Shop

Retail - Club, resort etc IMFL ON License for club, theatre, public resort etc

Additional Bar License

Retail - Foreign Liquor Off Shop IMFL Off Shop at erstwhile opium/ganja depot

Supplementary CS Off License

Retail - Foreign Liquor Off Shop IMFL Off Shop

Supplementary CS Off License

Retail - Foreign Liquor On Shop IMFL On Shop (without Hotel or Restaurant)

IMFL Off Permission for IMFL On Shop

Supplementary CS Off License

Hotel graded 3-star or 4-

star+BAR

IMFL ON License for hotel or restaurant & attached bar

Additional Bar License

IMFL OFF Permission for any hotel cum restaurant &

attached bar

Hotel graded 5-star or above IMFL ON License for hotel or restaurant & attached bar

Additional Bar License

IMFL OFF Permission for any hotel cum restaurant &

attached bar

Hotel-cum-bar IMFL ON License for hotel-cum-bar

Additional Bar License

IMFL OFF Permission for any hotel cum restaurant &

attached bar

Hotel-cum-restaurant-cum-bar

below 3-star

IMFL ON License for hotel or restaurant & attached bar

Additional Bar License

IMFL OFF Permission for any hotel cum restaurant &

attached bar

Restaurant-cum-Bar Restaurant-cum-Bar

Additional Bar License

IMFL Off Permission for Restaurant-cum-Bar

Supplementary CS Off License

Temporary Foreign Liquor On

License

Temporary IMFL ON Shop (without Hotel or Restaurant)

Temporary Restaurant-cum-Bar

Additional Bar License for a Temporary Restaurant-cum-

Bar

Temporary IMFL ON license for hotels graded 5-star &

above

Additional Bar License for hotels graded 5-star or above

Temporary IMFL ON license for hotels graded 3-star or

4-star

Additional Bar License for hotels graded 3-star or 4-star

Temporary IMFL ON license for hotels with restaurants,

below 3-star

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 81 | P a g e

Additional bar for a temporary hotel with restaurant below

3-star

Additional bar for a temporary hotel with restaurant below

3-star

Temporary IMFL ON license for Hotel-cum-Bar

Unlicensed premises

M & T.P. Act L-1 (allopathic)

L1 (Homoeopathic)

L-1(ayurvedic)

L-2 (allopathic)

L-2 (homoeopathic)

L-2 (ayurvedic)

L-3

L-4 (warehouse)

L-2 Perfumery

Govt Hospitals for procuring M.Drugs through

authorization Under rule-26

Poppy Straw License

Medicinal Bhang License

Special Section - Distillery

Licence

28AA

28E

22

SDS Storage

Methanol Storage

7.3 Process contributing to Supply Chain of Excise Department

7.3.1 Functional Flow of Molasses Based Alcohol:

Sugar Factory

• Molasses

Distillery

• Spirit

Blending & Bottling

• Liquor Bottle

BSBCL Depot Retail Shop

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 82 | P a g e

7.3.2 Functional Flow Grain Based Alcohol:

7.3.3 Functional Flow of Molasses Production

Grain Receiving ( Malted Grain)

Grain Handling Grain Cleaning Milling

Grain Mashing ( Coversion of

Startches to Sugar)

Fermentation ( Conversion of

Sugar to Alcohol)Distillation

Intermediate Storage

WarehousingIntermediate

StorageBlending & Bottling BSBCL Depot

Retail Shop

Sugar Cane ( Weighed &

Prepared)

Cane Milling and Crushing

•Bagasse

Juice Defecation & Clarification

•Press Mud

Juice Sulphitation

Syrup Boiling

Centrifuging

•Molasses

•Sugar Crystals

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 83 | P a g e

7.3.4 Functional Flow of Ethanol Production

Ethanol is used both as a petrochemical, through hydration of ethylene and biologically fermenting

Sugars with yeast.

7.3.5 Functional Flow of Rectified Spirit Production

Molasses Dilution ( Molasses +

Water)Fermenter Separator Analyzer Column

Rectifier Column Polishing ColumnMolecular Sieve

BedsFuel Ethenol

Diluter (Molasses +

Water)

Further Dilution & Yeast

PropagationFermenter Analyser

Condenser Rectifier Condenser Rectified Spirit

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 84 | P a g e

7.4 Infrastructure contributing to Supply Chain of Excise Department

7.4.1 Details of Sugar Mills in Bihar

Sr. No. Name Capacity ( TCD)*

1 Harinagar, WC 10000

2 Narkatiaganj,WC 7500

3 Riga, Sitamarhi 5000

4 Majhaulia, E C 5000

5 Bagaha, WC 5000

6 Sidhwalia, Gopal ganj 5000

7 Gopalganj 5000

8 Hasanpur, Samastipur 5000

9 Sasamusa, Gopal ganj 2500

10 Lauriya, WC 3500

11 Sugauli,EC 3500

Total 57000

* Tones Crushing per Day

7.4.2 Details of Distillers in Bihar

Sr. No Distillery Raw material

used

Annual

Distillation

Capacity

(In Cr BL)

Annual ENA

Making

capacity

(In Cr BL)

Annual Ethanol

Making

capacity

(In Cr BL)

1 Hari nagar (Betia) Molasses 1.82 1.30 2.30

2 Narkatiaganj(Betia) Molasses 2.19 1.33 1.35

3 Riga ( Sitamarhi) Molasses 1.82 1.34 1.21

4

United Spirits, (Hathidah)- Closed , only

bottling Molasses 0 0.00 0.00

5 Sonasati ( Gopalganj) Molasses 2.19 1.80 1.80

6 HPCL , Sugauli( WC) Molasses 2.19 0.00 0.45

7 HPCL. Lauria( WC) Molasses 2.19 0.00 0.45

8 MJ and Sons, Banka Grain 1.65 1.65 0.00

9 Bihar Distillers (Bhojpur) - Under Contt*** Molasses & Grain 24.09 6.00 6.00

10 SCI India ,( Banka) Grain 1.09 1.08 1.00

11 Globus Spirits, (Vaishali) - Under Constt Grain 4.38 3.50 1.00

12 Jain Agro, (Gopalganj) Grain 0.83 0.60 0.70

TOTAL 44.44 18.60 16.26

*** They will reach full capacity in 1 more year.

NB - Total Requirement of Ethanol is 6.1 Cr BL as per EOI 1000239399 DT 27.8.2015

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 85 | P a g e

7.4.3 Details of Breweries

Sr. No. Breweries Case per month

1 Molson Cobra, Patna 500000

2 Carlsberg , Patna 500000

3 United Breweries, Patna 500000

Total 1500000

7.4.4 Details of IMFL Bottlers and Brands

Sr. No. Bottlers Brands

1 United Spirits, Hathidah Mcdowell ( United Spirits)

2 Chitwan Blender, Danapur officers Choice, Mcdowell

3 Solson Liquors, Danapur United Spirits

4 Goodhost Liquors, Patna city 8PM

5 Calona Blenders, Patna City Officers Choice,

6 Blooms Liquors, Vaishali Aristocrat

7 Shaivya Liquors, Sitamarhi Officers Choice,

8 Bihar Bottlers, Siwan Blenders Pride, Moahn Meakins, khoday, Seagram

9 Anusuya Blenders, Didarganj Officers Choice,

10 Millennium Liquors, Aurangabad Aristocrat

11 Bihar Distillers, Bhojpur United Spirits

7.4.5 Details of IMFL Depots across Bihar

Sl No. DEO Area No. of IMFL Depot

1 Araria 1

2 Aurangabad 1

3 Begusarai 1

4 Bhagalpur 1

5 Banka

6 Bhojpur 1

7 Buxar 1

8 Darbhanga 1

9 East Champaran 1

10 Gaya 1

11 Jehanabad

12 Arwal

13 Gopalganj 1

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 86 | P a g e

14 Siwan

15 Kaimur (Bhabua) 1

16 Katihar 1

17 Khagaria 1

18 Kishanganj 1

19 Madhepura 1

20 Madhubani 1

21 Munger 1

22 Jamui

23 Muzaffarpur 1

24 Nalanda 1

25 Nawada

26 Patna 2

27 Purnia 1

28 Rohtas 1

29 Saharsa 1

30 Samastipur 1

31 Saran 1

32 Sheikhpura 1

33 Lakhisarai

34 Sheohar 1

35 Sitamarhi

36 Supaul 1

37 Vaishali 1

38 West Champaran 1

Total 31

7.4.6 List of IMFL & Beer Retailer Shop in Bihar

BSBCL shall be opening around 700 shops across the state of Bihar

7.4.7 Details of check posts in Bihar:

Sr. No. Name Location

1 Amba Check Post Aurangabad

2 Barahat Check Post Bhagalpur

3 Bhadaur Check Post Bhabua

4 Birpur Check Post Forbishganj

5 Chakai Check Post Jamui

6 Integrated Check Post Karmnasha Bhabhua

7 Integrated Check Post Dalkola Purnia

8 Integrated Check Post Dobhi Gaya

RFP - Integrated Excise Management System

Department of Excise and Prohibition, Govt. of Bihar 87 | P a g e

9 Integrated Check Post Jalalpur Gopalganj

10 Integrated Check Post Rajuali Nawada

11 Integrated Check Post Sohnipati Buxar

12 Jainagar Check Post Madhubani

13 Jogbani Check Post Forbishganj

14 Madhuban Check Post Bettiah

15 Mairwan Check Post Siwan