TRIPURA STATE ELECTRICITY CORPORATION LIMITED · Metering, Billing, Collection, Disconnection &...

46
TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A Govt. of Tripura enterprise) ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 1 | Page NOTICE INVITING e-TENDER (Domestic Competitive Bidding) (Single Stage Two Envelop Bidding) Date of Issuance of DNIT: 21.05.2018 Funding: IPDS, Ministry of Power, Government of India Addl. General Manager, DP &C, TSECL, Agartala invites the tender on behalf of TSECL from the resourceful experienced ERP Consultant for engagement of ERP Consultant/Project Management Agency (PMA) for analysis of requirement, preparation of DPR, Bid Process Management including preparation of RFP and Project Management in respect of implementation of an integrated Enterprise Resource Planning solution and integration with the existing systems for the Tripura State Electricity Corporation Limited (TSECL) through electronic tendering (e-tendering). 1. Tender No. & Date AGM (DP&C)/IPDS/ ERP(C)/01 dated 21.05.2018 2. Tender Value Rs.73,01,250.00 including GST 3. Cost of Bid Document Rs.10,000.00 4. EMD Rs.1,46,025.00 5. Completion Period 33 Months (as per IPDS PMA Guidelines), from the date of issuance of Letter of Award 6. Date of Publication of NIT 23.05.2018 7. Brief description of Work Engagement of ERP Consultant/Project Management Agency (PMA) for analysis of requirement, preparation of DPR, Bid Process Management including RFP and Project Management in respect of implementation of an integrated Enterprise Resource Planning solution and integration with the existing systems for the Tripura State Electricity Corporation Ltd. 8. Period for Downloading of Bidding Documents @ http://www.tripuratenders.gov.in From:- 23.05.2018 to 15.06.2018 9. Seek Clarification Start Date 23.05.2018 from 17:00 hrs. (Through MS Excel file via email) 10. Seek Clarification End Date 28.05.2018 up to 17:00 hrs. (Through MS Excel file via email)

Transcript of TRIPURA STATE ELECTRICITY CORPORATION LIMITED · Metering, Billing, Collection, Disconnection &...

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 1 | P a g e

NOTICE INVITING e-TENDER(Domestic Competitive Bidding)

(Single Stage Two Envelop Bidding)

Date of Issuance of DNIT: 21.05.2018Funding: IPDS, Ministry of Power, Government of India

Addl. General Manager, DP &C, TSECL, Agartala invites the tender on behalf of TSECL from the resourceful experienced ERP Consultant for engagement of ERP Consultant/Project Management Agency (PMA) for analysis of requirement, preparation of DPR, Bid Process Management including preparation of RFP and Project Management in respect of implementation of an integrated Enterprise Resource Planning solution and integration with the existing systems for the Tripura State Electricity Corporation Limited (TSECL) through electronic tendering (e-tendering).

1. Tender No. & Date AGM (DP&C)/IPDS/ ERP(C)/01 dated 21.05.2018

2. Tender Value Rs.73,01,250.00 including GST

3. Cost of Bid Document Rs.10,000.00

4. EMD Rs.1,46,025.00

5. Completion Period33 Months (as per IPDS PMA Guidelines), from the date of issuance of Letter of Award

6. Date of Publication of NIT 23.05.2018

7. Brief description of Work

Engagement of ERP Consultant/Project Management Agency (PMA) for analysis of requirement, preparation of DPR, Bid Process Management including RFP and Project Management in respect of implementation of an integrated Enterprise Resource Planning solution and integration with the existing systems for the Tripura State Electricity Corporation Ltd.

8.Period for Downloading of Bidding Documents @ http://www.tripuratenders.gov.in

From:- 23.05.2018 to 15.06.2018

9. Seek Clarification Start Date 23.05.2018 from 17:00 hrs. (Through MS Excel file via email)

10. Seek Clarification End Date 28.05.2018 up to 17:00 hrs. (Through MS Excel file via email)

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 2 | P a g e

11.Pre-Bid Meeting Date, Time & Venue

30.05.2018 at 15:30 hrs. (O/o the Addl. GM (DP&C), TSECL, Bidyut Bhavan, Banamalipur, Agartala)

12.Query Response/Corrigendum Date 02.06.2018

13. Bid Submission Start Date & Time 02.06.2018 up to 17:00 hrs. (Online through Tripura E Procurement Portal)

14. Bid Submission End Date & Time

15.06.2018 up to 16:30 hrs. (Online through Tripura E Procurement Portal and hard copy of PQ & Technical bid along with Original Tender Fees & EMD)

15.Technical Bid Opening Date & Time 18.06.2018 15:30 hrs.

16.Financial Bid Opening Date & Time To be notified after Technical Bid Evaluation

17. Place of Opening Bids O/o the Addl. GM (DP&C), TSECL, Bidyut Bhavan, Banamalipur, Agartala

18. Tender Fees

A demand draft amounting to INR 10,000/- (Rupees Ten Thousand) only in favor of “Tripura State Electricity Corporation Limited” payable at Agartala in the form of Demand Draft on any scheduled bank guaranteed by Reserve Bank of India, as cost of RFP document shall be furnished at the time of purchase of document or at the time of submission of RFP document if downloaded from website.

19.Bid Security / Ernest MoneyDeposit (EMD)

Earnest Money Deposit amounting to 2% (Two Percent) of the estimated cost put to tender. The Earnest Money Deposit shall besubmitted by Demand Draft (DD) / Banker’s Cheque (BC) on any Scheduled Bank guaranteed by Reserve Bank of India favouring TRIPURA STATE ELECTRICITY CORPORATION LIMITED payable at Agartala initially valid for 3 (three) months with claim period of another 3 (three) months, subject to further extension if required. Earnest Money Deposit in any other form or amount will not be accepted.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 3 | P a g e

20. Selection Process

The method of selection is QCBS (Quality Cum Cost based selection). The weightage given to the technical and financial score will be 70% and 30% respectively. The contract will be awarded to the bidder scoring maximum marks after technical and financial valuations as per qualifying criteria.

21.Venue of Pre-bid meeting and Submission of Tender document

Addl. GM (DP&C), Bidyut Bhavan, 2nd FloorBanamalipur Agartala-01

22. Officer Inviting Bids Addl. GM (DP&C), Fax: 0381-2307433; 2325345; e-Mail: [email protected]

23.0.

Bid Validity Period 180 days from the date of opening of proposal

24. Mode of Tender SubmissionOnline (through e-procurement portal) [Hard Copy PQ & Technical Proposal and Original Tender Fees & EMD)

25.E-tendering

The bid document shall be available in the prescribed form through e-procurement application https://tripuratenders.gov.in.

Bidders willing to take part in the process of e-tendering are required to obtain a valid Class 2/Class 3 Digital Signature Certificate (DSC), from any of the certifying authorities, enlisted by Controller of Certifying Authorities (CCA) at http://cca.gov.in. After obtaining the Class 2/3 Digital Signature Certificate (DSC) from the approved CA, Bidders shall enroll themselves in the Tripura Government e-procurement web site at http://www.tripuratenders.gov.inand obtain User ID and Password for the purpose of bidding.

The NIT for the above work all appear in National and Local Newspapers. This shall also be available on Tripura State Electricity Corporation Limited’s website http://www.tsecl.in from 23.05.2018. The complete Bidding Documents shall be available at Government e-procurement portal https://tripuratenders.gov.in from 23.05.2018. Interested bidders can download the bidding documents and commence preparation of bids to gain time.

To participate in bid, the bidder shall have a valid Class 2 / Class 3 Digital Signature Certificate (DSC), obtained from the certifying authorities enlisted by Controller of Certifying Authorities (CCA) at http://cca.gov.in

Bids will be opened online through website https://tripuratenders.gov.in.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 4 | P a g e

Eligible bidders shall participate in tender online through the government e-procurement portal at http://www.tripuratenders.gov.in. However Bidder will also have to submit hardcopy of Prequalification & Technical Proposal along with Original Tender Fees & EMD within the due date.

Tenders shall be uploaded/submitted in a two-bid system: -a) Bid Envelop-I (Technical bid)b) Bid Envelop-II (Financial bid)

The acceptance of Price bid / financial bid shall be subjected to acceptance of Tender fee.

The Bidding Documents are meant for the exclusive purpose of bidding against this specification and shall not be transferred to any other party or reproduced or used otherwise for any purpose other than for which they are specifically issued.

Downloaded NIT, Bid Document are to be uploaded back and digitally signed as a part of technical bid, and as a proof of acceptance of all terms and conditions in NIT and Bid Document.

Other details can be seen in the bid/DNIT document.

Additional General Manager (DP&C)Bidyut Bhavan, Corporate OfficeTSECL, Agartala. West Tripura.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 5 | P a g e

CONTENTS OF THE TENDER DOCUMENT

The Tender document comprises of the following:

SECTION – A: INTRODUCTION

SECTION – B: SCOPE OF WORK & RESPONSIBILITY

SECTION – C: INSTRUCTION TO BIDDER

SECTION – D: TECHNO COMMERCIAL EVALUATION & AWARDING OF CONTRACT

SECTION – E: EVALUATION DETAILS

SECTION – F: BID FORM

SECTION – G: PERFORMANCE BANK GUARANTEE

SECTION – H: PRICE BID

SECTION – I: MINIMUM RESOURCE REQUIREMENTS

SECTION – J: BID FORMS

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 6 | P a g e

SECTION – A

Introduction

Introduction

Tripura State Electricity Corporation Limited (TSECL) will engage ERP Consultant/Project Management Agency (PMA) for analysis of requirement, preparation of DPR, Bid Process Management including RFP and Project Management in respect of implementation of an integrated Enterprise Resource Planning solution and integration with the existing systemsfor TSECL

About Tripura State Electricity Corporation Limited (TSECL)

The Power Supply industry in Tripura was under the control of the Department of Power,Government of Tripura till 31st December 2004. The Department of Power, Government ofTripura, was entrusted with Generation, Transmission, and Distribution including Rural Electrification since inception. The Department of Power had remained a beneficiaryconstituent of North Eastern Regional Electricity Board. Tripura State Electricity Corporation Limited had started functioning w.e.f. 1st January 2005. Subsequently TSECL has taken over the entire existing network along with asset of erstwhile Department of Power for operating and maintaining the power supply industry in the State of Tripura. The main functions of TSECL are generation, transmission and distribution so as to ensure quality power supply to its consumers at affordable rates for the entire state of Tripura. TSECL has taken initiative for electrification of all villages and towns in the state and is also progressing towards electrification of all households. The area of operation under TSECL includes all the districts in Tripura. The total area covered is around 10491.69 square kilometers and the population of area covered by TSECL is 36.71 Lakhs approx. TSECL caters to a total of more than 7.82Lakhs (approx.) consumers.

Organization structure(Indicative):-

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 7 | P a g e

Existing IT setup in TSECL:

TSECL is a citizen centric organization and its core objective is to provide quality service to the citizens of Tripura. To reduce the manual workload of the administrative units of TSECL and to ensure accuracy & speed in the overall process, TSECL has already implemented few IT applications.The existing IT setup of TSECL is comprises of the following modules:

1. IT Implementation through R-APDRP Part-A:

As per the Ministry of Power, Government of India’s sanctioned DPR 16 ProjectArea/24 Sub-Division Office

Pratapgarh, Ranirbazar, Badharghat, Sonamura, Teliamura, Kumarghat, Gandhigram, Khowai, Dharmanagar, Amarpur, Jogendranagar, Kailashahar, Belonia, Udaipur & Agartala) are covering under Part-A of R-APDRP.

Following applications have been implemented in the 16 project area within Tripura under R-APDRP Part-A with a centralized architecture through a Common Data Centre at Guwahati & Common Disaster Recovery Centre at Agartala for all North Eastern States by a commonIT Implementation Agency:

1. Metering, Billing, Collection, Disconnection & Dismantling etc. (SAP ISU, SAP CRM) by replacing Legacy EBS application at 16 Project Area offices.

2. Centralized Customer Care Centre (AVAYA Unified Contact Centre, SAP CRM)3. Energy Audit & Accounting (SAP ISU EDM)4. Identity & Access Management (CA Identity Manager, SiteMinder, Enterprise SSO)5. Web Self Service/ Portal (SAP Netweaver)6. Meter Data Acquisition System (Movicon)7. Management Information System (SAP ISU BI)8. GIS based Consumer & Network Analysis (ESRI ArcGIS)9. GIS based integrated Network Analysis (ESRI ArcFM, MiPower).10. Mail Messaging Solution (MS Exchange)11. Document Management System (SAP DMS)

Above applications are hosted in the common Data Centre at Guwahati and can be accessed from remote offices of Tripura through MPLS-VPN

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 8 | P a g e

SECTION – BSCOPE OF WORK & RESPONSIBILITY

Tripura State Electricity Corporation Limited (TSECL) under Integrated Power Development Scheme (IPDS) scheme requires common roadmap for ERP rollout and common platform having information for core activities as mentioned below:

1. Material Management (Purchase & Store)

2. Finance & Accounts

3. Human Resource Management including Employee Self Service

Briefly, the consultant shall:

Define the scope of work for ERP rollout requirement for the corporation and IT integration issues.

Define roadmap for ERP implementation for TSECL

Define pre-qualification requirement for ERP System Integrator (SI) for TSECL

Preparation of DPR, FRS/SRS, RFP, evaluation of bids, Managing changes and Supervision of ERP Implementation and post implementation support.

Also selected bidder shall be responsible for the following activities

i. Project Planning and Implementation (Mandatory): a) Assisting TSECL in preparation of detailed work implementation schedule in

association with turnkey contractor/System Integrator. b) Coordination & monitoring of project implementation activities. c) To monitor DPR wise monthly physical & financial progress of the scheme, prepare a

consolidated report & submit to utility for onward submission to nodal agency. d) Identification of anticipated bottlenecks in project implementation & preparation of

remedial action plan in consultation with utilities & Contractor. e) To assist utility to verify creation of assets from asset register of the utility f) Recommend the claim of utility for fund release from Nodal Agency. The

recommendation is to be supported by a report on expenditure, progress and constraints if any for timely completion of project.

g) Submit a report to Nodal Agency, regarding Project Completion and expenditure incurred along with recommendation in accordance with the guidelines.

h) To assist utility in supervision of flow of funds in dedicated bank account of projects

ii. Quality Monitoring (Mandatory): a) To prepare a Quality Assurance (QA) Plan with the approval of the utility b) Quality inspection of ongoing/ completed works

iii. MIS & Web Portal up-dation (Mandatory): a) Assisting utilities in timely updation of information on utility / Nodal agency Web

portal. b) Periodic reporting to the Project Management Cell of TSECL.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 9 | P a g e

The Scope of Work of ERP Consultant includes but not limited to the following which are divided into different stages as below:

Stage Scope of Work DeliverablesTime line

1 (Phase Zero) Understand the role objectives

and functions as envisaged for the corporation.

Understand the organization structure and responsibilities as envisaged for the corporation

Study the existing functions & IT systems and processes of TSECL and understand the linkages and bearings on the processes to handle by the corporation.

Discussing with the functional heads/teams and determining the functionalities required from the solution in order to achieve the objectives.

ERP Consultant will discuss with the TSECL & existing IT Vendors of TSECL to design and finalize the likely ERP modules to be adopted ERP /

ERP shall suggest suitable MIS formats in the ERP structure to ensure that both BI and ERP can be integrated for decision making.

ERP Consultant will discuss with the TSECL on the other critical requirements of the ERP solution (eg. Training, Change Management), and formulate a strategy for addressing these requirements.

Assess & Design Data Centre/Remote OfficeHardware & Networking requirement

Preparation of the Detailed Project Report (DPR) including Project implementation plan

Inception ReportFRS documents including detailed report requirements Detailed architecture documentDPR

3 months

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 10 | P a g e

and approach

2 (Bid Process Management)

Preparation of RFP/NIT Assisting TSECL in evaluating

proposals and selecting System Integrator /vendors

Assisting TSECL in finalizing the agreement between the TSECL and the System Integrator/Vendors/Implementing Agency

RFP/NITEvaluation Report of proposals submitted by System Integrator /vendors

3 months

(2+1 month buffer)

3 (Project Management)

Manage and monitor all the implementation stages & activities and ensure successful implementation of the Project.

Review and finalization of System Requirements Specifications (SRS) developed by the System Integrator.

Reviewing the solution design proposed

Defining UAT plan and methodology for UAT. Reviewing the UAT Results and suggest corrective measures. Assist TSECL in the User Acceptance Sign off.

To develop a comprehensive training & capacity building strategy & plan

To assist the System Integrator in developing a comprehensive go-live strategy

To assist the System Integrator in developing post implementation support strategy & plan

Project status reports at periodic intervals Review reports UAT strategy & plan

Go-live Plan

6 months

4 (Implementation

Manage and monitor all the implementation stages &

Project status reports at periodic intervals

18 months

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 11 | P a g e

Monitoring, Auditing and Change Management & Post Implementation Support)

activities and ensure successful implementation of the Project.

Assist TSECL in the User Acceptance Sign off.

Auditing of all processes at periodic intervals, as decided by TSECL

Change Management

Review reports

Quarterly Audit Reports

5

(Project Closure)

Project sign off Project closure report along with suggested improvement plan

3 months

Duration of the Project: 33 months (Project duration may be reduced to 27 months, however man-month requirement will be same. In such case the same will be finalized during PMA Agreement stage)

The term of appointment of the ERP Consultant/PMA shall be for (6+24+3=33) months i.e., 6 months for project formulation and award, 24 months for completion of works under the scheme plus 3 months for associated activities after completion of works. In case of need of extension of the services of the PMA beyond 33 months, the same shall suitably be extended as per mutually agreed terms & conditions.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 12 | P a g e

SECTION – C

INSTRUCTION TO BIDDER

1. DEFINITIONS

In this document, the following terms shall have following respective meanings:

“Acceptance Test Document” means a document, which defines procedures for testing the functioning of installed system. The document will be finalized with the contractor within 7 days of issuance of the Letter of Award.

“Agreement" means the Agreement to be signed between the successful bidder and TSECL including all attachments, appendices, all documents incorporated by reference thereto together with any subsequent modifications, the RFP, the bid offer, the acceptance and all related correspondences, clarifications, presentations.

“Bidder” means any firm offering the solution(s), service(s) and /or materials required in the RFP. The word Bidder when used in the pre award period shall be synonymous with Bidder, and when used after award of the Contract shall mean the successful Bidder with whom TSECL signs the agreement for ERP Advisor and render services for the systems.

“Contract” is used synonymously with Agreement.

“Contract Price” means the price to be paid to the Contractor for providing the Solution, in accordance with the payment terms.

“Contractor” means the Bidder whose bid to perform the Contract has been accepted by Tender Committee and is named as such in the Letter of Award.

“Default Notice” shall mean the written notice of Default of the Agreement issued by one Party to the other.

“Fraudulent Practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish Bid prices at artificial noncompetitive levels and to deprive the TSECL of the benefits of free and open competition.

“Good Industry Practice” shall mean the exercise of that degree of skill, diligence and prudence which would reasonably and ordinarily be expected from a reasonably skilled and experienced Operator engaged in the same type of undertaking under the same or similar circumstances.

“Government” / “Govt. of Tripura” means the Government of Tripura

“GoT” means Government of Tripura

“Personnel” means persons hired by the Bidder as employees and assigned to the performance of the Infrastructure Solution or any part thereof.“Project” means engagement of ERP Consultant for analysis of requirement, preparation of DPR, Bid Process Management including preparation of RFP and Project Management in respect of implementation of an integrated Enterprise Resource Planning solution and integration with the existing systems for the Tripura State Electricity Corporation Limited (TSECL).

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 13 | P a g e

“Implementation Period” shall mean the period from the date of signing of the Agreement and up to the issuance of Final Acceptance Certificate for the project.

“PMA” means Project Management Agency or ERP Consultant.

“Services” means the work to be performed by the Bidder pursuant to this Contract, as described in the detailed Scope of Work.

“Similar Nature” includes (a) Analysis of Requirement, and (b) Preparation of DPR/RFP for ERP, and (c) Bid processing, and (d) Project Management

"Law" shall mean any Act, notification, bye law, rules and regulations, directive, ordinance, order or instruction having the force of law enacted or issued by the Central Government and/or the Government of Tripura or any other Government or regulatory authority or political subdivision of government agency.

“LOI” means issuing of Letter of Intent shall constitute the intention of the TSECL to place the Purchase Order with the successful bidder.

"Operator" means the company providing the services under Agreement.

“Requirements” shall mean and include schedules, details, description, statement of technical data, performance characteristics, standards (Indian as well as International) as applicable and specified in the Contract.

“Service" means provision of Contracted service viz., operation, maintenance and associated services for DEPLOYED SYSTEMS as per Section titled “Scope of Work”

“Termination Notice” means the written notice of termination of the Agreement issued by TSECL

“TSECL” means Tripura State Electricity Corporation Limited

2. BID DOCUMENTBidder is expected to examine all instructions, forms, terms and requirement in the bid document. The invitation to bid together with all its attachment thereto shall be considered to be read, understood and accepted by the bidder unless deviations are specifically stated in the seriatim by the bidder. Failure to furnish all information required by the bid document or a bid not substantially responsive to the bid document in every respect may result of the bid.

3. AMENDMENT OF BID DOCUMENTAt any time prior to the deadline for submission of proposals, TSECL reserves the right to add/modify/delete any portion of this document by issuance of an Corrigendum, which would be published on the website and will also be made available to the all the Bidder who have been issued the tender document. The Corrigendum shall be binding on all bidders and will form part of the bid documents.

4. LANGUAGE OF BID The proposal will be prepared by the Bidder in English language only. All the documents relating to the proposal (including brochures) supplied by the firm should also be in English, and the correspondence between the Bidder & TSECL will be in English language only.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 14 | P a g e

5. BIDDER’S SOLUTIONThe bidders are requested to study the Scope of Work with this document carefully. While working out the solution the bidder has to work with the Scope of Work provided in the tender documents. While submitting the bid the bidder has to detail out all components needed to complete the system. The bidder is required quote for each item retaining all major components/sub system detailed and specified.

6. FORMS AND FORMATSThe various inputs for the Techno Commercial as Financial Bids are to be submitted in the format specified. The bidder shall use the form, wherever specified, to provide relevant information. If form does not provide space for any required information, space at the end of the form or additional sheets shall be used to convey the said information. For all other cases, the bidder shall design a form to hold the required information.

7. LACK OF INFORMATION TO BIDDERThe bidder shall be deemed to have carefully examined the Bid document to his entire satisfaction. Any lack of information shall not relieve the bidder of his responsibility to fulfill his obligation under the bid. If bidder has any queries relating to the bid document then he can send the queries before the Pre Bid Meeting.

8. CONTRACT EXECUTIONOn receipt of the Letter of Award/Order the contractor should submit a Performance Bank Guarantee (PBG) equivalent to 10% of the total contract value within three weeks from the date of receipt of Letter of Award/Order. The PBG should be valid for three months more than the service period. All delivery will have to be completed as per the time schedule from the date of acceptance of contract and the contractor has to ensure all activities leading to the work of the contract to be completed as stipulated from the date of award. Subsequent to the award of contract, the contractor will have to arrange for the requisite work as per scope.

9. TIME SCHEDULE FOR SCOPE OF WORK & RESPONSIBILITY Scope of Work defined inSection - B

10. SUSPENSION OF WORKTSECL shall have the power at any time and from time to time by notice to the Contractor to delay or suspend the progress of the work or any part of the work due to any other adequate reasons and on receipt of such notice the contractor shall forthwith suspend further progress of the work until further notice from TSECL. The Contractor shall recommence work immediately after receiving a notice to do so from TSECK. The whole or any part of the time lost for such delay or suspension shall, if TSECL in its absolute discretion thinks fit, but not otherwise, be added to the time allowed for completion.

11. TERMS OF PAYMENT

Payment schedule is depicted below:

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 15 | P a g e

StageNo. Payment Stage

% of contract amount (i.e.,

Consultancy Fees)

1

Mobilization Advance after kick-off meeting (On submission of Advance Bank Guarantee of the amount equal to 110% of the Advance sought by the consultant)

10%

2On acceptance of Stage - 1 of ERP Advisor/Consultancy Work as mentioned in Section – B (Scope of Work & Responsibility)

20%

3On acceptance of Stage - 2 of ERP Advisor/Consultancy Work as mentioned in Section – B (Scope of Work & Responsibility)

20%

4On acceptance of Stage - 3 of ERP Advisor/Consultancy Work as mentioned in Section – B (Scope of Work & Responsibility)

10%

5 Stage – 4 of ERP Advisor/Consultancy Work as mentioned in Section – B (Scope of Work & Responsibility)

5% after each Quarter

6On acceptance of Stage - 5 of ERP Advisor/Consultancy Work as mentioned in Section – B (Scope of Work & Responsibility)

10%

12. LIABILITYIn case of a default on bidder’s part or other liability, TSECL shall be entitled to recover damages from the Contractor. In each such instance, regardless of the basis onwhich TSECL is entitled to claim damages from the Contractor (including fundamental breach, negligence, misrepresentation, or other contract or tort claim), Contractor shall be liable for no more than:

Payment referred to in the Patents and Copyrights clause. Liability for bodily injury (including death) or damage to real property and

tangible personal property limited to that cause by the Contractor’s negligence. As to any other actual damage arising in any situation involving nonperformance

by Contractor pursuant to or in any way related to the subject of this Agreement, the charge paid by TSECL for the individual product or Service that is the subject of the Claim. However, the contractor shall not be liable for

For any indirect, consequential loss or damage, lost profits, third party loss or damage to property or loss of or damage to data.

For any direct loss or damage that exceeds the total payment for Contract Price made or expected to be made to the Contractor hereunder.

13. PATENTS & COPYRIGHTIf a third party claims that a product delivered by the Contractor to TSECL infringes that party’s patent or copyright, the Contractor shall defend TSECL against that claim at

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 16 | P a g e

Contractor’s expense and pay all costs, damages, and attorney’s fees that a court finally awards or that are included in a settlement approved by the Contractor.

Remedies: If such a claim is made or appears likely to be made, TSECL would permit Contractor to enable TSECL to continue to use the product, or to modify it, or replace it with one that is at least functionally equivalent. If Contractor determines that none of these alternatives is reasonably available, TSECL agrees to return the product to Contractor on Contractor’s written request. Contractor will then give TSECL a credit equal to for the product. TSECL’s net book value (provided TSECL has followed generally accepted accounting principles for a generally available software product produced by Contractor (Program) the amount paid by TSECL or 12 months’ charges (whichever is lesser) and for materials/services the amount paid by TSECL for the materials/services. These will be Contractor’s entire obligation regarding any claim of infringement.

15. GOVERNING LAWSThis contract shall be governed by and interpreted in accordance with Laws in force in India. The courts at Agartala shall have exclusive jurisdiction in all matters arising under the contract. The Contractor shall keep himself fully informed of all current national, state and municipal law and ordinances. The Contractor shall at theirown expense, obtain all necessary permits and licensed and pay all fees and taxes required by law. These will be contractor’s entire obligation regarding any claim of infringement.

16. CORRUPT OR FRAUDULENT PRACTICESThe Tender Inviting Authority requires that the bidders under this Tender observe the highest standards of ethics during the procurement and execution of such contracts. For this purpose the definition of corrupt and fraudulent practices will follow the provisions of the relevant laws in force. The Tender Committee will reject a proposal for award if it detects that the bidder has engaged in corrupt or fraudulent practices in competing for the contract in question. The Tender Committee will declare a firm ineligible, either indefinitely or for a stated period of time, if it at any time determines that the firm has engaged in corrupt and fraudulent practices in competing for, or in executing, a contract.

17. BINDING CLAUSEAll decisions taken by the Tender Inviting Authority regarding the processing of this tender and award of contract shall be final and binding on all parties concerned. The Tender Inviting Authority reserves the right: To vary, modify, revise, amend or change any of the terms and conditions

mentioned above and, To reject any or all the Tender/s without assigning any reason whatsoever

thereof or to annul the bidding process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of the grounds for such decision.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 17 | P a g e

18. WORKMEN’S COMPENSATIONIn every case in which by virtue of the provision of the workmen’s compensation Act 1923 or any other relevant acts and rules, compensation to a workmen employed by the contractor, is payable, then this should be done by the Contractor. If TSECL is obliged to make any compensation under the said rules and acts, then the amount shall be recovered without prejudice, from the bills and due of the Contractor. TSECL shall not be bound to contest any claim made against the Contractor in respect of workmen’s compensation.

19. CONTRACTOR’S EMPLOYEESThe Contractor shall comply with the provision of all labour legislation including the requirement of the payment of Wage Act 1936 and the rules framed there under and modifications thereof in respect of men employed by him in carrying out the contract. The Contractor must ensure that he complies with PF, ESI regulation for all his deployed employees. The Contractor shall see that all authorized Sub Contractors under him similarly complied with the above requirement.

20. SAFETY MEASURESThe Contractor shall in the course of execution of the work take all necessary precaution for the protection of all persons and property. The Contractor shall take adequate measures to protect the work and present accident during the work. In the event of any accident to any person or persons or damage or injury of any description to any person or property due to failure on the part of the contractor in taking proper precautionary measures the contractor shall be responsible for and must make good the loss the damage at his own cost to the satisfaction of the department and employees of the department shall be indemnified from all claims or liabilities arising there from or any expenses incurred on account thereof.

21. EQUIPMENTAll tools & tackles necessary for the work shall have to be procured by the contractor unless otherwise specified elsewhere in these tender documents. The equipment used by the contractor for a particular work must be appropriate for the type of work. The contractor shall maintain the equipment used on the work properly so that they are in good working condition. In no case shall the contractor use defective or imperfect equipment in the work. The contractor shall arrange to replace or repair all defective equipment so that the progress of the work is not hampered. No defective equipment should be left at the site of work and the department shall not be responsible for any loss or damage to any of these equipment during the course of the execution of the work.

22. SUB-CONTRACTTSECL does not recognize the existence of Sub-Contractors. The Contractor’sresponsibility is not transferable.

23. TERMINATION FOR DEFAULTTSECL may without prejudice to any other remedy or right of claim for breach of contract by giving not less than 30 days’ written notice of default sent to the contractor, terminate the order in whole or in part. If the contractor materially fails to render any or all the services within the time period specified in the contract or

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 18 | P a g e

any extension thereof granted by TSECL in writing and fails to remedy its failure within a period of thirty days after receipt of default notice from TSECL. If the project (delivery, commissioning as well as warranty maintenance support is not carried out according to specification due to deficiency in service as per terms of the contract. In such case TSECL will invoke the amount held back from the contractor as PBG.

24. BANKRUPTCYIf the contractor becomes bankrupt or have a receiving order made against him or compound with his creditors or being a corporation commence to be wound up, not being a voluntary winding up for the purpose only or amalgamation or reconstruction, or carry on their business under a receiver for the benefit of their creditors or any of them, TSECL shall be at liberty to terminate the engagement forthwith without any notice in writing to the contractor or to the liquidator or receiver or to any person in whom the contractor may become vested and without any compensation to give such liquidator or receiver or other person the option of carrying out the engagement subject to their providing a guarantee for the due and faithful performance of the engagement up to an amount to be determined by TSECL.

25. FORCE MAJEUREIt is hereby defined as any cause, which is beyond the control of the Contractor or TSECL as the case may be, which such party could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affect the performance of the contract, such as

War, Hostilities or warlike operations (whether a state of war be declared or not), invasion, act of foreign enemy and civil war.

Rebellion, revolution, insurrection, mutiny, usurpation of civil or military, government, conspiracy, riot, civil commotion and terrorist area.

Confiscation, nationalization, mobilization, commandeering or requisition by or under the order of any government or de facto authority or ruler, or any other act or failure to act of any local state or national government authority.

Strike, sabotage, lockout, embargo, import restriction, port congestion, lack of usual means of public transportation and communication, industrial dispute, shipwreck, shortage of power supply epidemics, quarantine and plague.

Earthquake, landslide, volcanic activity, fire flood or inundation, tidal wave, typhoon or cyclone, hurricane, nuclear and pressure waves or other natural or physical disaster.If either party is prevented, hindered or delayed from or in performing any of its obligations under the Contract by an event of Force Majeure, then it shall notify the other in writing of the occurrence of such event and the circumstances of the event of Force Majeure within fourteen days after the occurrence of such event. The party who has given such notice shall be excused from the performance or punctual performance of its obligations under the Contract for so long as the relevant event of Force Majeure continues and to the extent that such party’s performance is prevented, hindered or delayed.

The party or parties affected by the event of Force Majeure shall use reasonable efforts to mitigate the effect of the event of Force Majeure up to its or their

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 19 | P a g e

performance of the Contract and to fulfill its or their obligation under the Contract but without prejudice to either party’s right to terminate the Contract.No delay or nonperformance by either party to this Contract caused by the occurrence of any event of Force Majeure shall.

Constitute a default or breach of the contract. Give rise to any claim from damages or additional cost or expense occurred by the

delay or nonperformance. If, and to the extent, that such delay or nonperformance is caused by the occurrence of an event of Force Majeure.

26. INSURANCE COVERAGEAppropriate insurance to cover all solution components for the transit period and until the time of its acceptance at the respective site is to be taken by the contractor. As the contractor will carry the risk for the material in his books during transit, the contractor should arrange insurance for the total system as period from the dispatch till Acceptance Test is successfully achieved. Further the contractor is to take all required insurance coverage in respect of all its personnel who shall be working on this engagement.

27. PERFORMANCE BANK GUARANTEE (PBG)As a guarantee for timely completion of job as per the scope as well as performance of service provided, as mentioned in Scope of Work, from the date of final acceptance of systems, the bidder will have to submit 10% of the contract value as security in the form of Performance Bank Guarantee from any scheduled bank as per format enclosed (Section – G).

28. NO WAIVER OF RIGHTSNeither the inspection by TSECL or any of their agents nor any order by TSECL for payment of money or any payment for or acceptance of the whole or any part of the works by TSECL, nor any extension of time, nor any possession taken by TSECL shall operate as a waiver of any provision of the contract or of any power reserved to TSECL, or any right to damages here in provided, nor shall any waiver of any breach in the contract be held to be a waiver of any other subsequent breach.

29. GRAFTS, COMMISSIONS, GIFTS, ETC.It is the Purchaser’s policy to require that bidders, suppliers, contractors and consultants under contracts, observe the highest standard of ethics during the procurement and execution of such contracts. Any graft, commission, gift or advantage given, promised or offered by or on behalf of the contractor or his partner, agent, officers, director, employee or servant or any one on his or their behalf in relation to the obtaining or to the execution of this or any other contract with TSECL shall in addition to any criminal liability which it may incur, subject the contractor to the cancellation of this and all other contracts and also to payment of any loss or damage to TSECL resulting from any cancellation. TSECL shall then be entitled to deduct the amount so payable from any monies otherwise due to the contractor under contract.

30. ENFORCEMENT OF TERMSThe failure of either party to enforce at any time any of the provision of this contract or any rights in respect thereto or to exercise any option here in provided

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 20 | P a g e

shall in no way be construed to be a waiver to such provisions, rights or options or in any way to affect the validity of the contract. The exercise by either party of any of its rights herein shall not preclude or prejudice either party from exercising the same or any other right it may have hereunder.

31. PERIOD OF VALIDITY OF OFFERFor the purpose of placing the order, the proposals shall remain valid till 180 days. During the period ofvalidity of proposals, the rates quoted shall not change. In exceptional circumstances, TSECL may ask for extension of the period of validity and such a request shall be binding on Bidders. TSECL’s request and the response to such a request by various Bidders shall be in writing. A Bidder agreeing to such an extension will not be permitted to increase its rates.

32. TAXES & DUTIES The prices shall be inclusive of GST. However the rate of GST should be indicated

separately in the Price Bid. For the purpose of the Contract, it is agreed that Contract Price specified in Price

Bid, is based on the taxes & duties and charges prevailing at the date one day prior to the last date of Bid submission date.

Deduction of all statutory and necessary Tax from each bill will be made as per Government Order prevailing at the time of payment. Necessary tax deduction certificate will be issued on demand by the Company.

33. DISCREPANCIES IN BID Discrepancy between description in words and figures, the rate which

corresponds to the words quoted by the bidder shall be taken as correct. Discrepancy in the amount quoted by the bidder due to calculation mistake of

the unit rate then the unit rate shall be regarded as firm. Discrepancy in totaling or carry forward in the amount quoted by the bidder shall

be corrected.

34. BID DUE DATEThe tender shall be submitted not later than the due date and time specified in the Important Dates Sheet. TSECL may as its discretion on giving reasonable notice by fax, or any other written communication to all prospective bidders who have been issued the bid documents, extend the bid due date, in which case all rights and obligations of the TSECL and the bidders, previously subject to the bid due date, shall thereafter be subject to the new bid due date as extended.

35. LATE BID Any proposal received after the deadline for submission of proposals shall not be accepted.

36. OPENING OF BID BY TSECLBids shall be opened and downloaded in the presence of Tender Committee and Bidder’s representative. The bidder’s representatives who are present shall sign a register evidencing their attendance and produce necessary authorization. The bidder’s name, Bid modifications or withdrawals, discounts and the presence or absence of relevant Bid Security and such other details as TSECL office at his/her

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 21 | P a g e

discretion, may consider appropriate, shall be announced at the opening. TSECL shall open the bid security at mentioned time.

37. CONTACTING TSECLBidder shall not approach TSECL officers beyond office hours and/or outside TSECL office premises from the time of the Bid opening to the time of finalization of successful bidder. Any effort by bidder to influence TSECL office in the decision on Bid evaluation, Bid comparison or finalization may result in rejection of the Bidder’s offer. If the bidder wishes to bring additional information to the notice of TSECL, it should be in writing.

38. TSECL’s RIGHT TO REJECT ANY OR ALL BIDSTSECL reserves the right to reject any bid and to annul the bidding process and reject all bids at any time prior to award of Contract, without thereby incurring any liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of the grounds for such decision.

39. BID CURRENCIES Prices shall be quoted in Indian Rupees, inclusive of all prevailing GST.

40. PRICE

Price should be quoted in the BOQ format only. No deviation is acceptable. Price quoted should be firm. Percentage/specified amount of GST should be clearly mentioned otherwise TSECL

reserves the right to reject such vague offer. Price to be quoted inclusive of all charges (Boarding, Lodging, Travelling etc.).

41. CANVASSINGCanvassing or support in any form for the acceptance of any tender is strictly prohibited. Any bidder doing so will render him liable to penalties, which may include removal of this name from the register of approved Contractors.

42. NON-TRANSFERABILITY OF TENDERThis tender document is not transferable. Only the bidder, who has purchased this tender form, is entitled to quote.

43. FORMATS AND SIGNING OF BIDThe original and all copies of the proposals shall be neatly typed and shall be signed by an authorized signatory (ies) on behalf of the Bidder. The authorization shall be provided by written Power of Attorney accompanying the proposal. All pages of the proposal, except for un-amended printed literature, shall be initialed by the person or persons signing the proposal. The proposal shall contain no interlineations, erase or overwriting. In order to correct errors made by the Bidder, all corrections shall be done & initialed with date by the authorized signatory after striking out the original words/figures completely.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 22 | P a g e

44. WITHDRAWAL OF BIDBid cannot be withdrawn during the interval between their submission and expiry of Bid’s validity period. Fresh Bid may be called from eligible bidders for any additional item(s) of work not mentioned herein, if so required.

45. INTERPRETATION OF DOCUMENTSIf any bidder should find discrepancies or omission in the specifications or other tender documents, or if he should be in doubt as to the true meaning of any part thereof, he shall make a written request to the tender inviting authority for correction/clarification or interpretation or can put in a separate sheet along with his technical bid document.

46. SPLITTING OF THE CONTRACT AND CURTAILMENT OF WORKTSECL reserve the right to split up and distribute the work among the successful bidders and to curtail any item of work in the schedule partly or fully.

47. PREPARATION OF TENDERTender shall be submitted in accordance with the following instructions:

a. Tenders shall be submitted in the prescribed forms. Digital signatures shall be used. Where there is conflict between the words and the figures, the words shall govern.

b. All notations must be in ink or type written. No erasing or overwriting will be permitted. Mistakes may be crossed out and corrections typed or written with ink adjacent thereto and must be initialed in ink by the person or persons signing the tender.

c. Tenders shall not contain any recapitulation of the work to be done. Alternative proposals will not be considered unless called for. No written, oral, telegraphic or telephonic proposals for modifications will be acceptable.

d. Tenders shall be uploaded as notified on or before the date and time set for the opening of tenders in the Notice Inviting Tenders.

e. Tenders subject to any conditions or stipulations imposed by the bidder are liable to be rejected.

f. Any bidder may withdraw his tender by written request at any time prior to the scheduled closing time for receipt of tenders and not thereafter.

48. CLARIFICATION OF BIDSDuring evaluation of the bids, the Customer/Tender Committee, at its discretion may ask the bidder for clarification of its bid. The request for the clarification and the response shall be in writing (fax/email) and no change in the substance of the bid shall seek offered or permitted.

49. COMPLIANCE WITH LAWThe contractor hereto agrees that it shall comply with all applicable union, state and local laws, ordinances, regulations and codes in performing its obligations hereunder, including the procurement of licenses, permits certificates and payment of taxes where required.The contractor shall establish and maintain all proper records (particularly, but without limitation, accounting records) required by any law, code/practice of

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 23 | P a g e

corporate policy applicable to it from time to time including records and returns as applicable under labor legislation.

50. ERASURES OR ALTERNATIONSThe offers with overwriting and erasures may make the tender liable for rejection if each of such overwriting/erasures/manuscript ions is not only signed by the authorized signatory of the bidder. There should be no hand-written material, corrections or alterations in the offer. Technical details must be completely filled up. Correct technical information of the product being offered must be filled in. Filling up of the information using terms such as “OK”, “accepted”, “noted”, “as given in brochure/manual” is not acceptable. The Customer may treat offers not adhering to these guidelines as unacceptable. The Customer may, at its discretion, waive any minor non-conformity or any minor irregularity in the offer. This shall be binding on all bidders and the Tender Inviting Authority reserves the right for such waivers.

51. QUALITY CONTROL The contractor is obliged to work closely with TSECL, act within its authority and

abide by directive issued by them on implementation activities. The contractor will abide by the safety measures and free TSECL from all

demands or responsibilities arising from accident/loss of life, the cause of which is due to their negligence. The bidder will pay all indemnities arising from such incidents and will not hold TSECL and department responsible.

The contractor will treat as confidential all data and information about the system, obtained in the execution of its responsibilities in strict confidence and will not reveal such information to any party without the prior written approval of TSECL.

TSECL reserves the right to inspect all phases of contractor’s operation to ensure conformity to the specifications. TSECL shall have engineers, inspectors or other duly authorized representatives made known to the contractor, present during the progress of the work and such representatives shall have free access to the work at all times. The presence or absence of representatives of TSECL does not relieve the contractor of the responsibility for quality control in all phases.

The Court of Agartala only will have the jurisdiction to deal with and decide any legal matters or dispute whatsoever arising out of the contract.

52. GENERAL TERMSa) All the pages of the bid document including documents submitted therein

must be duly signed and stamped failing which the offer shall be liable to be rejected.

b) All the documents to be submitted by the bidder along with their offer should be duly authenticated by the person signing the offer and if at any point of time during procurement processor subsequently it is detected that documents submitted are forged / tampered/manipulated in any way, the total responsibility lies with the bidder andTSECL reserves the full right to take action as may be deemed fit including rejection of the offer and such case is to be kept recorded for any future dealing with them.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 24 | P a g e

c) No Technical/Commercial clarification will be entertained after opening of the tender.

d) TSECL reserve the right to reject or accept or withdraw the tender in full or part as the case may be without assigning the reasons thereof. No dispute of any kind can be raised the right of buyer in any court of law or elsewhere.

e) TSECL reserve the right to ask for clarification in the bid documents submitted by the bidder. Documents may be taken if decided by the Tender Inviting Authority.

f) The customer at its discretion may extend the deadline for the submission of Bids.

g) No dispute by the bidders in regard to Technical/Commercial points will be entertained by TSECL and decision taken by the Tender Inviting Authority will be final.

h) Discrepancy in the amount quoted by the bidder due to calculation mistake, the unit rate shall be regarded as firm and the totaling or carry in the amount quoted by the bidder shall be corrected accordingly.

i) The price offers shall remain firm within the currency of contract and no escalation of price will be allowed.

j) The acceptance of the tender will rest with the accepting authority who is not bound to accept the lowest or any tender and reserves the right to reject in part or in full any or all tender(s) received and to split up the work among participants without assigning any reason thereof.

k) No variation in or modification of the terms of the Agreement shall be made except by written amendment signed by the parties.

l) Tender documents are not transferable. Bidders must buy the tender documents in their own name.

m) The Court of Agartala only will have the jurisdiction to deal with and decide any legal matters or dispute whatsoever arising out of the contract.

n) Agreement will be made with the contractor after placement of order.

53. Replacement of ResourceIf, for any reason beyond the control of the selected bidder, such as retirement, death, medical incapacity etc., and it becomes necessary to replace the deployed/proposed personnel, then the selected bidder will have to inform TSECL in writing before 15 days of such replacement and submit two replacement CVs of similar experience and qualification as per the proposed resource’s qualification & experience. TSECL will have all the rights to accept (select any one) or reject the proposed replacement resource.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 25 | P a g e

SECTION – D

TECHNO COMMERCIAL EVALUATION & AWARDING OF CONTRACT

ERP Consultants/PMA are required to submit their bids strictly in online mode.

Consultants shall submit their bids in two parts through e-procurement site within the due date & time.

Part – I: Pre-qualification & Technical Bid with detailed supporting document as per Section - D & Section - J along with copy of Tender Fees and EMD

Part – II: Price Bid as per Section - H

Also bidders need to submit one sealed envelope (Hard Copy) within the due date & time super-scribed with RFP document number, due date, Project name (Engagement of ERP Consultant/PMA for analysis of requirement, preparation of DPR, Bid Process Management including RFP and Project Management in respect of implementation of an integrated Enterprise Resource Planning solution and integration with the existing systemsfor the Tripura State Electricity Corporation Ltd.) along with Bidder’s name with contact details. The envelop should contain only the following:

Part – I: Pre-qualification & Technical Bid with detailed supporting document as per Section - D & Section - J along with original Tender Fees and EMD

Note:

a. Part – II: Price Bid should be submitted strictly through Online Mode only. There is no provision to drop price bid physically (Hard copy)

b. Bidders need to submit both the versions (Online submission as well as hard[Only Technical Bid] copy) within the due date & time. Failure of submission of any one of the above (online as well as hard copy of PQ & Technical along with original Tender fees & EMD) shall render the tender to summarily rejection.

Every envelope and forwarding letter of various parts of the proposal shall be addressed as follows:Addl. General Manager (DP & C)Tripura State Electricity Corporation LimitedBidyut Bhavan, Banamalipur, Agartala, Tripura

The envelope shall be sealed by signing across all joints & pasting good quality transparent adhesive tape on top of such joints & signatures with company seal. Proposals sent through telex/telegrams/fax/e-mail shall not be accepted. TSECL shall not be responsible for delay on account of delivery by the postal authorities as well as courier companies. Such delivery shall be at the risk and cost of the bidder.

If the envelopes are not sealed and marked as required above, TSECL shall assume no responsibility for the proposal’s misplacement or premature opening.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 26 | P a g e

The sealed envelope containing Part – I must be delivered to the Addl. General Manager (DP & C), Tripura State Electricity Corporation Limited, Bidyut Bhavan, Banamalipur, Agartala, Tripura, through post/speed post/Courier or dropped personally in the Tender Box kept at TSECL on or before 16.30 hrs., 15.06.2018. No other mode of delivery shall be accepted. TSECL will not be responsible for any postal delay.

Evaluation Procedure The Evaluation Committee would evaluate the Techno Commercial Evaluation. In

order to facilitate the evaluation. Initially Eligibility Criteria of all the bidders will be evaluated. The proposals of the

prospective bidders who qualify the above mentioned pre-qualifying criteria shall be taken up for further technical evaluation as set forth below. Proposals of unsuccessful bidders, including unopened price bid, shall be returned after selection of successful bidder.

TSECL shall evaluate further the Technical Proposals of those prospective bidders who are found to satisfy the pre-qualification requirements as set forth in Para-A above. TSECL shall allot a Technical Score (St) to each pre-qualified proposal on the basis of proposal's responsiveness to the Terms of Reference using the evaluation criteria and points system as mentioned in Section-E

After qualifying in Technical Evaluation, qualified bidders will only be considered for financial bid evaluation. Minimum qualifying mark in Technical Evaluation is 70 per cent as detailed in Section E.

After evaluation of the technical proposals, the price proposal will be opened for the qualified /eligible bidders. Thereafter, TSECL will examine the Price Bids to determine whether they are complete and properly signed, whether the Price Schedules have been filled up as per the formats provided in the Bid Documents and whether the Price Bids are generally in order.The Price Bids shall be evaluated considering the following factors: –o Total Quoted Price for the entire scope as per Price Schedule.o The Quoted Prices and Rates shall be examined arithmetically. Arithmetical

errors in Price Bids shall be rectified in the manner indicated below so as to arrive at a corrected total quoted price.

o If, on checking, differences are found in the rates given by the Bidder, between words and figures or in amounts worked out by him, the following procedure shall be followed:

o Where there is difference in the rates between figures and in words, the rates which correspond to the amounts worked out by the Bidder, shall be taken as correct.

o Where the amount of an item is not worked out by the Bidder or does not correspond with the rate written either in figures or in words, then the rates quoted by the Bidder in words, shall be taken as correct.

o Where the rates quoted by the Bidder in figures and in words tally, but the amount is not worked out correctly, the rates quoted by the Bidder shall be taken as correct and not the amount.

For comparison of the combined technical and price score of all firms following formula will be used: Total score = (Technical score x 0 .7) + (LP/FP x 100 x 0.3).

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 27 | P a g e

Where LP is the lowest price offer and FP is the price offer of the firm being evaluated. If there is more than one identical bid which emerges as the best bid, a gradation list based on the higher technical score shall be the basis of allotment.

Based on 70-30 QCBS evaluation, the highest scorer would be awarded the contract

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 28 | P a g e

1. ELIGIBILITY CRITERIA

Pre-qualification Eligibility Criteria

Sl. No.

Requirement

A i. The Bidder should be a Public Limited/Private Limited/LLP company/firm. ii. Bidder should have GST registration

B Should have a turnover of at least INR 100 crore in each of the last three audited financial years (Consortium Partnership or JV is not allowed) <FY 16-17, 15-16, 14-15>

C ERP EXPERIENCE:Should have at least two ERP consultancies experience with any of State/Central Government Department/PSU/Undertaking (Completed or ongoing), having project value not less than INR 50 Lakhs each during last 5 years. [as on 31st March 2018]Note:i. Scope of work should comprises of at least any 2 modules from the below

mentioned 3 modules:a. Human Resource, b. Material Management c. Finance

ii. Scope of Work should comprises of –RFP preparation & Implementation Supervision.

D1 EXPERIENCE IN ELECTRICITY DISTRIBUTION DOMAIN:Should have at least one ERP Consultancy project (Completed or ongoing), having project value not less than INR 50 Lakhs with any of Indian State Govt. Electricity distribution utility during last 5 years. [as on 31st March 2018]

E EXPERIENCE IN NORTH EAST REGION:Should have at least two IT project experience (Either IT Audit/IT Consultancy Services/ERP Consultancy Services) of working in NE Region with any of State/Central Government Department/PSU/Undertaking (Completed or ongoing), having project value not less than INR 50 Lakhs each during last 5 years. [as on 31st

March 2018]F Should have at least 250 Graduate resources (Manpower) on roll as on 31.03.2018. G Should have valid ISO 9001 Certification as on the last date of bid submission.

Note:

Proof of Experience (For Point C, D & F): Experience certificates and/or Acceptance reports and Work Order and/or LoA from

the owners/client for completion of work done, in support of the qualifying requirements, clearly establishing – the start and end date of the project, scope of work and worth of project, on client letterhead.

The supporting proof document must be labelled as original/true copy/translation, as the case may be, and the same shall necessarily be signed and authenticated by

1 Citations of C & D should be mutually exclusive.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 29 | P a g e

the Authorized Signatory of bidder. The owner/client contact details shall be provided against each project experience proof being submitted.

In case of ongoing project bidders need to submit copy of Work Order and/or LoA along with copy of Client Certificate/Milestone approval letter/Payment Release Letter from Client and/or an undertaking signed by the Authorized Signatory of bidder stating - the start and end date of the project, current status of the project, scope of work and worth of project, on client letterhead.

In case Start date of a Project is falling beyond the 5 years’ time frame as on 31.03.18, but majority (>=70%)of the work has been carried out during last 5 years; then, the same can also be submitted.

Bidder can use same citation for Pre-qualification & Technical Evaluation.

2. AWARDING OF CONTRACT

An affirmative Post Qualification determination will be prerequisite for award of the contract to the most overall responsive bidder. A negative determination will result in rejection of bidder’s bid, in which event the TSECL will proceed to the next lowest evaluated bidder to make a similar determination of that bidder’s capability to perform satisfactorily. TSECL will award the contract to the successful bidder whose bid has been determined to be substantially responsive after final techno-commercial discussion may held with the most responsive bidder, if required. The successful bidder (s) will have to give security deposit in the form of Performance Bank Guarantee.

3. POST QUALIFICATION

The determination will evaluate the Bidder’s financial, technical, design, integration, customization, production, management and support capabilities and will be based on an examination of the documentary evidence of the Bidder’s qualification, as well as other information TSECL deems necessary and appropriate. This determination may include visits or interviews with the Bidder’s client’s reference in its bid, site inspection, and any other measures. At the time of post-qualification, TSECL may also carry out tests to determine that the performance or functionality of the Information System offered meets those stated in the detailed Technical Specification.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 30 | P a g e

SECTION - E

The evaluation methodology would take into consideration both the Techno Commercial responsiveness as well as the financial response.

Techno Evaluation Matrix is defined in the table below:

Sl.No. Heads

TotalMark

s

Details

1. Financial Strength

10a. Average Turnover (From Consultancy Business) of the

Consultancy Firm during last 3 FY (14-15, 15-16, 16-17) b. INR 100-200 Cr: 3 Markc. INR 201-400 Cr: 5 Marksd. INR 401-600 Cr: 7 Markse. d. INR 601 Cr and above: 10 Marks

2.Project

ExecutionCapability

25

a. ERP consultancies experience with any of State/Central Government Department/PSU/Undertaking (Completed or ongoing), having project value not less than INR 50 Lakhs each during last 5 years. [as on 31st

March 2018]2:- 3 Marks3 to 4:- 6 Marks5 and above:- 10 Marks

b. IT project experience (Either IT Audit/ IT Consultancy Services/ERP Consultancy) of working in North East region of India with any of State/Central Government Department/PSU/Undertaking (Completed or ongoing), having project value not less than INR 50 Lakhs during last 5 years. [as on 31st March 2018]2 to 3:-3 Marks4 to 5:- 7 Marks6 to 7: 10 Marks8 and above: 15 Marks

3.

Approach, Methodology

, Project Management

25Overall Approach, Methodology & Project Management proposed by the consultant – 15BreakupA. Understanding Of The Utility And Its Requirements (2

Marks)B. Details Of Methodology (3 Marks)C. Work Plan (3 Marks)D. Proposed Resource Matrix (3 Marks)E. Project Management Office Structure (2 Marks)F. Best Practices Followed By You While Executing Similar

Assignment (1 Mark)G. Risk Management (1 Mark)

Technical Presentation by Proposed Project Manager- 10

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 31 | P a g e

4. ProjectManager

10

Qualification:B.Tech/B.E & MBA/ M.Tech:- 4 Marks B.Tech/B.E:-2 MarkExperience :i. 10 years and above in Project Management – 4 Marks ii. 8-9 Years in Project Management – 2 Marksiii. Less than 8 Years- 0 MarkKnowledge of Bengali Language apart from English: : 2 Marks

5.

DomainExpert inElectricity

Distribution

10

Qualification:i) B.Tech/B.E in Electrical & MBA/M. Tech/PG Diploma – 3

Marksii) B.Tech/B.E in Electrical – 1 Mark

Experience:i. >7 years in Domain Expert in Electricity Distribution –

3 Marks ii. 5-7 Years in Domain Expert in Electricity Distribution – 1

MarkDomain experience in Electricity Distribution i)>= 3 projects – 2 Marksii) = 2 projects – 1 MarkKnowledge of Bengali Language apart from English: : 2 Marks

6.TechnicalExpert in

ERP

10

Qualificationi. B.Tech/B.E & MBA/ M.Tech/PG Diploma – 3 Marksii. B.Tech/B.E – 1 MarkExperience :i. 10 years in ERP Solution – 3 Marksii. 7-8 Years in ERP Solution – 2 Marks

Domain experience in ERP SolutionI. >= 3 projects – 2 Marks

II. = 2 projects – 1 Mark

Knowledge of Bengali Language apart from English: : 2 Marks

7 Onsite Consultant

10

QualificationBE/ B Tech in Computer Sc. & Engg. or IT/MCA – 3 MarksBE/ B Tech in Other Stream - 1 MarkExperience :i. >7 Years in IT Consultancy – 3 Marksii. 5-7 Years in IT Consultancy – 1 MarkKnowledge of Bengali apart from English- 4 Marks

TOTAL 100

Qualifying Marks: 70

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 32 | P a g e

SECTION – F

BID FORM

(Bidders are requested to furnish the Bid Form in the Format given in this section, filling the entire Blank and to be submitted on Letter Head in original)

ToAddl General Manager (DP & C)Tripura State Electricity Corporation LimitedBidyut Bhavan, Banamalipur, Agartala, Tripura

Sub: Engagement of ERP Consultant/Project Management Agency (PMA) for analysis of requirement, preparation of DPR, Bid Process Management including RFP and Project Management in respect of implementation of an integrated Enterprise Resource Planning solution and integration with the existing systems for the Tripura State Electricity Corporation Ltd.

Dear Sir,

1. We the undersigned bidder/(s), having read and examined in details the specifications and other documents of the subject tender no. XXXX date XX.XX.201X, do hereby propose to execute the job as per specification as set forth in your Bid documents.

2. The prices of all items stated in the bid are firm during the entire period of job and not subject to any price adjusted as per in line with the bidding documents. All prices and other terms & conditions of this proposal are valid for a period of 180 (one hundred eighty) days from the date of opening of bid. We further declare that prices stated in our proposal are in accordance with the RFP.

3. We confirm that our bid prices include applicable GST.

4. We declare that items shall be executed strictly in accordance with the specifications and documents irrespective of whatever has been stated to the contrary anywhere else in our proposal. Further, we agree that additional conditions, deviations, if any, found in the proposal documents other than those stated in our deviation schedule, save that pertaining to any rebates offered shall not be given effect to.

5. If this proposal is accepted by you, we agree to provide services and complete the entire work, in accordance with schedule indicated in the proposal. We fully understand that the work completion schedule stipulated in the proposal is the essence of the job, if awarded.

6. We further agree that if our proposal is accepted, we shall provide a Performance Bank Guarantee of the value equivalent to ten percent (10%) of the Order value asstipulated in Price Bid.

7. We agree that TSECL reserves the right to accept in full/part or reject any or all the bids

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 33 | P a g e

received or split order within successful bidders without any explanation to bidders and his decision on the subject will be final and binding on Bidder.

Dated, this .day of 2018

Thanking you, we remain,

Yours faithfully

Signature________________________________

Name in __________________________________ full

Designation_______________________________

Signature & Authorized Verified by

Name & Designation

Full Signature & Stamp

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 34 | P a g e

SECTION – G

PROFORMA FOR PERFORMANCE BANK GUARANTEE

(On non-judicial stamp paper of appropriate value to be purchased in the name of executing Bank)

PROFORMA OF BANK GUARANTEE FOR SECURITY DEPOSIT –CUM-PRFORMANCEGUARANTEE

Ref ............................... Bank Guarantee no...............

Date........................ .PROFORMA OF BG FOR SECURITY DEPOSIT

KNOW ALL MEN BY THESE PRESENTS that in consideration of TRIPURA STATE ELECTRICITY CORPORATION LIMITED, TRIPURA, (hereinafter called “The Purchaser”) having agreed to accept from ______________________(hereinafter called “The Contractor”) Having its Head Office at ______________________, a Bank guarantee for Rs. _____________ in lieu of Cash Security Deposit for the due fulfillment by the Contractor of the terms & conditions of the Work Order No. ___________________dated____________ issued by the Purchaser for ________________________________(hereinafter called “the said work order ________________ _______dated____________)”. We ________________ (Name & detailed address of the branch) (hereinafter called “the Guarantor”) do hereby undertake to indemnify and keep indemnified the Purchaser to the extent of Rs.__________ (Rupees ____________ _____________) only against any loss or damage caused to or suffered by the Purchaser by reason of any breach by the Contractor of any of the terms and conditions contained in the said Work Order No. ____________________ dated__________________ of which breach the opinion of the Purchaser shall be final and conclusive. (2) AND WE, ____________________DO HEREBY Guarantee and undertake to pay forthwith on demand to the Purchaser such sum not exceeding the said sum of ________Rupees_______________) only as may be specified in such demand, in the event of the Contractor failing or neglecting to execute fully efficiently and satisfactorily the order for __________________________ _______________ Work Order no. , _______________dated _________ (3) WE __________________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said order as laid down in the said Work Order No. ________________ dated _______________ including the warranty obligations and that it shall continue to be enforceable till all the dues of the Purchaser under or by virtue of the said Work Order No. _________________ dated _____________ have been fully paid and its claims satisfied or is charged or till the Purchaser or its authorized representative certified that the terms and conditions of the said Work Order No. ______________________ dated _________________ have been fully and properly carried out by the said contractor and accordingly discharged the guarantee. (4) We _____________________________ the Guarantor undertake to extend the validity of Bank Guarantee at the request of the contractor for further period of periods from time to time beyond its present validity period failing which we shall pay the Purchaser the amount of Guarantee.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 35 | P a g e

(5) The liability under the Guarantee is restricted to Rs. _________ (Rupees ______________ ___________________) only and will expire on ______________ and unless a claim in writing is presented to us or an action or suit to enforce the claim is filled against us within 3 months from _______________ all your rights will be forfeited and we shall be relieved of and discharged from all our liabilities (thereinafter) (6) The Guarantee herein contained shall not be determined or affected by liquidation or winding up or insolvency or closer of the Contractor.

(7) The executants has the power to issue this guarantee on behalf of Guarantor and holds full and valid power of Attorney granted in his favour by the Guarantor authorizing him to execute the Guarantee.

(8) Notwithstanding anything contained herein above, our liability under this guarantee is restricted to Rs. __________ (Rupees _________________________) only and our guarantee shall remain in force up to _______________ and unless a demand or claim under the guarantee is made on us in writing on or before _______________ all your rights under the guarantee shall be forfeited and we shall be relieved and discharged from all liabilities there under.

WE, __________________________ lastly undertake not to revoke this guarantee during the currency except with the previous consent of the Purchaser in writing. In witness whereof we ___________________________have set and subscribed our hand on this ________________________ day of _____________________.

SIGNED, SEALED AND DELIVERED

______________________ (Stamp of the executants)

WITNESS 1) ______________________

2) ______________________

(Name & address in full with Rubber Stamp)

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 36 | P a g e

INSTRUCTIONS FOR FURNISHING BANK GUARANTEE

1. Bank Guarantee (B.G.) for Advance payment, Mobilization Advance, B.G. for security Deposit cum-Performance Guarantee should be executed on the Non- Judicial Stamp paper of the applicable value and to be purchased in the name of the Bank.

2. The Executor (Bank authorities) may mention the Power of Attorney No. and date of execution in his/her favour with authorization to sign the documents. The Power of Attorney is to be witnessed by two persons mentioning their full name and address.

3. The B.G. should be executed by a Scheduled Commercial Bank.4. A Confirmation Letter of the concerned Bank must be furnished as a proof of

genuineness of the Guarantee issued by them.5. Each page of the B.G. must bear signature and seal of the Bank and B.G. Number.6. The content of the B.G. shall be strictly as Proforma prescribed by TSECL in line with

Purchase Order /LOI/ Work Order etc. and must contain all factual details.7. Any correction, deletion etc. in the B.G. should be authenticated by the Bank Officials

signing the B.G.8. In case of extension of a Contract the validity of the B.G. must be extended

accordingly.9. B.G. must be furnished within the stipulated period as mentioned in Purchase Order /

LOI / Work Order etc.10. Issuing Bank / The Bidder are requested to mention the Purchase Order / Contract /

Work Order reference along with the B.G. No. For making any future queries to TSECL.11. Extension of bank guarantee for performance of the contract shall be extended as &

when asked by the Engineer in charge to keep the currency of the contract alive. In the event of failure on the part of agency to extend the bank guarantee before expiry of the bank guarantee submitted, the same shall be encash without showing the reason thereof.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 37 | P a g e

SECTION - H

PRICE BID

Sl.No.

Resource RequiredNo. of

Manpower(Qty.)

Man Month

ratewithout

GST)

Man MonthRequirement

TotalAmount(Qty xRate)

(Rs. Without GST)

GST @ __Total Amount

includingGST

Onsite1 Project Manager

2 Domain Expert

3 Technical Expert in ERP

4 Finance & Accounts Expert

5 HR Management Expert

6 Onsite Consultant

7<<Bidder may add additional row>>

Offsite1 Project Manager2 Domain Expert

3 Technical Expert in ERP

4 Finance & Accounts Expert

5 HR Management Expert

6 Onsite Consultant

7<<Bidder may add additional row>>

Total <<In Words>>

Note:

a. Rates are inclusive of all expenses.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 38 | P a g e

SECTION – I

MINIMUM RESOURCE REQUIREMENT

Bidders are free to propose any number of resource and their onsite-offsite duration for executing this project. However minimum requirement of resources are as follow:-

Role Onsite Man-Month Offsite Man-Month

Project Manager 1 month (spread across 33 months)

1.5 month (spread across 33 months)

Domain Expert 1 month 1 month (spread across 33 months)

Technical Expert in ERP 0.5 month 2 month (spread across 33 months)

Finance & Accounts Expert

0.5 month 1.5 month (spread across 33 months)

HR Management Expert 0.5 month 1.5 month (spread across 33 months)

Onsite Consultant 16 months 0

Number of proposed resource & their onsite-offsite duration should be mentioned in the Technical Proposal and should be mapped with proposed Work-Plan with proper justification.

a. For technical evaluation CVs of only below mentioned 4 roles will be considered. However bidders need to attach CVs for all the roles.i. Project Manager

ii. Domain Expertiii. Technical Expert in ERPiv. Onsite Consultant

b. Minimum qualification & Experience for Finance & Accounts Expert & HR Management Expert:

Finance & Accounts Expert Mandatoryi. Qualification:BE/B. Tech & MBA/PGDBM/CA/Equivalentii. Experience :>= 7 Years in ERP Solution iii. Domain experience in ERP Solution of Finance & Accounts Module:>= 3 projects

DesirableKnowledge of Bengali Language apart from English

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 39 | P a g e

HR Management Expert Mandatoryi. Qualification:BE/B. Tech & MBA/PGDBM/ Equivalentii. Experience :>= 7 Years in ERP Solution iii. Domain experience in ERP Solution of HR Module:>= 3 projects

DesirableKnowledge of Bengali Language apart from English

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 40 | P a g e

SECTION – JBID FORMATS

a. Pre-Qualification Check List

Sl. No. Requirement Supporting Details

Compliance (Yes/No) and Reference Page No of the

Proposal

A

The Bidder should be a Public Limited/Private Limited/LLP company/firm. Bidder should have GST registration

B

Should have a turnover of at least INR 100 crore in each of the last three audited financial years (Consortium Partnership or JV is not allowed) <FY 16-17, 15-16, 14-15>

C

ERP EXPERIENCE:Should have at least two ERP consultancies experience with any of State/Central Government Department/PSU/Undertaking (Completed or ongoing), having project value not less than INR 50 Lakhs each during last 5 years. [as on 31st March 2018]Note:I. Scope of work should comprises of at

least any 2 modules from the below mentioned 3 modules:

a. Human Resource, b. Material Management c. Finance

II. Scope of Work should comprises of –RFP preparation & Implementation Supervision

D2

EXPERIENCE IN ELECTRICITY DISTRIBUTION DOMAIN:Should have at least one ERP Consultancy project (Completed or ongoing), having project value not less than INR 50 Lakhs with any of Indian State Govt. Electricity distribution utility during last 5 years. [as on 31st March 2018]

2 Citations of C & D should be mutually exclusive.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 41 | P a g e

E

EXPERIENCE IN NORTH EAST REGION:Should have at least two IT project experience (Either IT Audit/IT Consultancy Services/ERP Consultancy Services) of working in NE Region with any of State/Central Government Department/PSU/Undertaking (Completed or ongoing), having project value not less than INR 50 Lakhs during last 5 years. [as on 31.03.2018]

FShould have at least 250 Graduate resources (Manpower) on roll as on 31.03.2018.

GShould have valid ISO 9001 Certification as on the last date of bid submission.

H Power of Attorney

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 42 | P a g e

b. Project Experience

Sr.No

Name of theAssignment

Name andAddress of the

Client & Location

Dateof

Award

Date ofCompletion

ContactValue(in INR Lakhs)

Brief Descriptionof Scope

# please add supporting documents (i.e. LoA, Completion certificate, Performance certificate etc.) against each of the assignment.

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 43 | P a g e

c. Format of CV

1. Name of Company:

2. Name of Staff:

3. Contact Details:

4. Designation:

5. Areas of Expertise:

6. Date of Birth:

7. Years with the Firm:

8. Total Years of Experience:

9. Nationality:

10. Education:

S.No.

Degree Obtained Institution Dates

1.

2.

11. Key Qualifications:

12. Membership of Professional Associations:

13. Professional Certifications:

14. Other Training:

15. Countries of Work Experience:

16. Languages:

[For each language indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.]

S. No. Languages Speak Read Write

1.

2.

17. Employment Record:

From/To

Employer

Position held

Key Duties Assigned:

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 44 | P a g e

From/To

Employer

Position held

Key Duties Assigned:

From/To

Employer

Position held

Key Duties Assigned:

18. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned

Name of assignment or project:

Year:

Location:

Client:

Main projectfeatures:

Positions held:

Activities performed:

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 45 | P a g e

d. Approach & Methodology <<Maximum Page count should be 20>>

Please provide details of methodology to be followed for successful implementation of the project. Please provide the details of the following:

a. UNDERSTANDING OF THE UTILITY AND ITS REQUIREMENTSb. DETAILS OF METHODOLOGYc. WORK PLANd. PROPOSED RESOURCE MATRIXe. PROJECT MANAGEMENT OFFICE STRUCTUREf. BEST PRACTICES FOLLOWED BY YOU WHILE EXECUTING SIMILAR ASSIGNMENTg. RESOURCE PLANNING AND ESTIMATIONh. RISK MANAGEMENT*

*Kindly provide a detailed list of all risks envisaged during the execution of the assignment and specify how the firm/consortium plans to mitigate each of them.

Signature:SealFull Name:Address:

TRIPURA STATE ELECTRICITY CORPORATION LIMITED(A Govt. of Tripura enterprise)

ADDITIONAL GENERAL MANAGER (DP&C) & NODAL OFFICER (IPDS), BIDYUT BHAWAN, BANAMALIPUR, TRIPURA (W)::::Tel/ Fax No:-2207433/2325345 46 | P a g e

e. Financial Details

Turnover in the last three audited financial years (in INR):

FY (14-15) FY (15-16) FY (16-17) Average

(Please provide Published Annual Account for Balance Sheet and Profit and Loss statements as Proof)

Signature:SealFull Name:Address:

Signature of CA with Registration No