234
GUVNL:IPDS Page : 1 Tender No.UGVCL/IT/IPDS/ ITIA/226 Uttar Gujarat Vij Company Limited (UGVCL) (An ISO 9001:2000 Company) **** Request for Proposal For Selection of System Integrator Partner for new implement of ERP solution or re-vamping of existing ERP for GUVNL and its subsidiaries, AMC for three years & Implement of BI,DW & DR under IPDS Scheme of Govt. of India Single-Stage: Two-Envelope Bidding Procedure Registered Office: UGVCL Regd. and Corporate Office Visnagar Road Mehsana, Gujarat 384001 INDIA

Tender No. Uttar Gujarat Vij Company Limited (UGVCL) - ER… · GUVNL:IPDS Page : 1 Tender No.UGVCL/IT/IPDS/ ITIA/226 Uttar Gujarat Vij Company Limited (UGVCL) (An ISO 9001:2000 Company)

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

GUVNL:IPDS

Page : 1

Tender No.UGVCL/IT/IPDS/ ITIA/226

Uttar Gujarat Vij Company Limited (UGVCL)

(An ISO 9001:2000 Company)

****

Request for Proposal

For

Selection of System Integrator Partner for new

implement of ERP solution or re-vamping of existing

ERP for GUVNL and its subsidiaries, AMC for three

years & Implement of BI,DW & DR under IPDS

Scheme of Govt. of India

Single-Stage: Two-Envelope Bidding Procedure

Registered Office:

UGVCL Regd. and Corporate Office

Visnagar Road

Mehsana, Gujarat 384001

INDIA

GUVNL:IPDS

Page : 2

Notification Inviting Tender

UGVCL Regd. and Corporate Office Visnagar Road Mehsana, Gujarat 384001 INDIA

02 July 2019

To Whomsoever It May Concern

Sealed tenders are invited for Request for Proposal for Selection of System Integrator Partner for new

implement of ERP solution or re-vamping of existing ERP for GUVNL and its subsidiaries, AMC for three years &

Implement of BI, DW & DR under IPDS Scheme of Govt. of India. Interested bidders are requested to download

tender documents from UGVCL Website (www.ugvcl.com). TENDER DOCUMENTS WILL NOT BE ISSUED IN

PHYSICAL FORM FROM THIS OFFICE. After downloading the tender documents from the website and after filling

required details, same should be submitted by Registered A.D. or by Speed Post ONLY superscripting Tender

cover by “Tender No. “UGVCL/IT/IPDS/ ITIA/226”, & addressed to Chief Engineer(P&P), UGVCL,Regd. &

Corporate Office, Visnagar Road, Mehsana -384001. (No Courier Service will be allowed). Hand Delivery NOT

allowed. The physical tender documents should reach this office as per the dates mentioned in Important Dates

and Amounts section.

No tender shall be accepted /opened in any case after due date and time of receipt of tender irrespective of delay

due to postal services or any other reasons and that the UGVCL shall not assume any responsibility for late receipt

of the tender. The brief details regarding tender are as under:

Uttar Gujarat Vij Company Limited (UGVCL) invites interested Companies to purchase this Request for Proposal

(this “RFP”) to participate in the bidding and Request for Proposal for Selection of System Integrator Partner for

new implement of ERP solution or re-vamping of existing ERP for GUVNL and its subsidiaries, AMC for three

years & Implement of BI, DW & DR under IPDS Scheme of Govt. of India

A. This RFP can be downloaded from http://www.ugvcl.com and online bidding at https://nprocure.com on or

as per the dates mentioned in Important Dates and Amounts section by meeting the requisite criteria and

following the procedure indicated therein.

B. All interested parties are requested to understand this RFP in detail in order to comply with UGVCL’s

requirements including but not limited to the fees and deadlines, selection criteria, selection methodology,

scope of work, and minimum technical standards.

C. All interested parties requested to strictly abide by ALL terms prescribed in this RFP and provide accurate

information to the best of their knowledge without misleading UGVCL to be considered for participation this

Project.

D. The schedule of this RFP is as per Important and Dates and Amounts section followed hereby:

GUVNL:IPDS

Page : 3

E. The nodal person for all inquiries, correspondence and clarifications with respect to this RFP and submission of

the Bid shall be:

Name : Mr. Sourav Guha Thakurta

Designation : General Manager (IT), GUVNL

Address : Gujarat Urja Vikas Nigam Limited

Race Course

Vadodara - 390007

Mobile : (+91) 7069242200

Email : [email protected]

F. Managing Director, UGVCL reserves the right to reject any or all offers without assigning any reasons thereof.

Sincerely yours,

I/C Chief Engineer (OP)

UGVCL

--- End of Section ---

GUVNL:IPDS

Page : 4

Important Dates and Amounts

Dates (Indian Standard Time (IST))

A. Commencement of downloading of this RFP

and online bidding

: 02 July, 2019 5:00 pm

B. Pre-bid meeting : 15 Jul,2019 11:00 am

C. Last date for online bidding : 02 Aug, 2019 6:00 pm

D. Last date for receipt of bid in Physical Copy at

Mehsana

: 13 Aug, 2019 3:00 pm

E. Technical Bid Opening (if possible) : 13 Aug, 2019 4:00 pm

F. Evaluation of Technical bid and Opening of

Financial Bid (Tentative)

: 27 Aug, 2019 3:00 pm

Amounts for Bidding

A. Tender Fee to be submitted with the

RFP as Demand Draft(Non-

Refundable)

: Rs. 10,000/- + Rs.

1800/- (18% GST)=

11800 Rs.

Rupees Eleven Thousand

Eight hundred Only

B. Estimated Cost of RFP : Rs 236.00 Crore/- Rupees Two Hundred Thirty

Six Crore only

C. Bid Security as Demand Draft or Bank

Guarantee, valid for a period of up to

31/10/2019(Refundable) Appendix-5.

: Rs. 15,00,000/- Rupees Fifteen lacs only

D. Other Payments or Bank Guarantees for the Project Implementing Consortium shall be as per

the terms and conditions defined in this RFP.

Note: All cash payments shall be made in the form of Demand Draft in favour of “Uttar Gujarat Vij Company

Limited” payable at Mehsana, Gujarat drawn on:

1. All Nationalized Banks including Public Sector Banks IDBI Bank Ltd.; or

GUVNL:IPDS

Page : 5

2. Private Sector Banks authorized by RBI to undertake the state Government business, which are (I) Axis Bank

(ii) ICICI Bank (iii) HDFC Bank.

a) The Technical and Price bid with EMD should reach to the office of the Chief Engineer (P&P), UGVCL Regd. & Corporate Office, Visnagar Road, Mehsana -384001, not later than the last date and time for receipt of bid in Physical copy and same should be submitted by Registered A.D. or by Speed Post ONLY superscripting Tender cover by “Tender No. “UGVCL/IT/IPDS/ ITIA/226”, & addressed to Chief Engineer(P&P), UGVCL, Regd. & Corporate Office, Visnagar Road, Mehsana -384001. (No Courier Service will be allowed). Hand

Delivery NOT allowed. b) Document s towards payment of TENDER FEE AND EARNEST MONEY DEPOSIT (EMD) should be

kept in the EMD cover only. c) First the EMD cover will be opened in the presence of the authorized representative of Bidders and if

the document s towards payment Tender fee and of EMD are found in order then only Cover Containing Technical Bid will be opened first. Al l those who are found technically competent to carry out the job will be considered as qualified bidders and only their financial bid will be opened.

d) The sealed envelopes containing the price bid will be opened in the presence of their presentative of the qualified bidders, and the sealed envelopes of financial bid of the non-qualified bidders will not be returned.

e) Before submission date of tender, the UGVCL may, if necessary, reply to your written request for Clarifications concerning the proposed services. However any delay caused by seeking such clarifications will not be considered a reason for extending the submission date of your proposal.

f) It should be clearly understood that the UGVCL will not reimburse any cost incurred by you for the Preparation of offer, site visit, collection of information, or, if you are selected, for contract or negotiations.

g) Bidder s should observe a high standard of ethics during the select ion process and in the execution of this contract.

h) Any bid i .e. Technical, PRICE or EMD Cover received after the due date and time will not be accepted and the offer will be categorically ignored without any communication.

i) Bidder s have to mention their offer as per the tender document.

CHIEF ENGINEER (OP)

UGVCL, Regd. & Corporate Office

Visnagar Road, Mehsana -384001

GUVNL:IPDS

Page : 6

TABLE OF CONTENTS

IMPORTANT DATES AND AMOUNTS ....................................................................................................................................... 4

DATES (INDIAN STANDARD TIME (IST)) ........................................................................................................................................ 4 AMOUNTS FOR BIDDING ........................................................................................................................................................... 4

SECTION 1 - OVERVIEW .......................................................................................................................................................... 8

SECTION 2: INSTRUCTION TO BIDDERS (ITB) ................................................................................................................ 11

SECTION 3 - BID DATA SHEET ............................................................................................................................................. 37

SECTION 4 - CURRENT ENVIRONMENT ........................................................................................................................... 42

SECTION 5 – EVALUATION AND QUALIFICATION CRITERIA ................................................................................... 46

SECTION 6 – SCOPE OF WORK ............................................................................................................................................ 52

6.1 BUSINESS REQUIREMENTS FOR NEW ERP .............................................................................................................................. 52 6.2 TECHNICAL REQUIREMENTS FOR NEW ERP ........................................................................................................................... 57 6.3 BUSINESS REQUIREMENTS FOR DATA WAREHOUSE AND BUSINESS INTELLIGENCE ............................................................... 68 6.4 TECHNICAL REQUIREMENTS FOR DATA WAREHOUSE AND BUSINESS INTELLIGENCE ............................................................ 70 6.5 BUSINESS REQUIREMENTS - AMC FOR NEW ERP INCLUDING BI-DW, DR SITE .................................................................. 74 6.6 TECHNICAL REQUIREMENTS – AMC FOR NEW ERP INCLUDING BI-DW, DR SITE .............................................................. 79 6.7 QUALITY REVIEW AND AUDIT BY THE ERP PRODUCT VENDOR ................................................................................................ 84 6.8 INFRASTRUCTURE SCOPE .................................................................................................................................................. 85 6.9 DISASTER RECOVERY (DR) SITE ........................................................................................................................................ 86

SECTION 7: BLANK ................................................................................................................................................................. 88

SECTION 8: BUSINESS PROCESS DOCUMENT FOR NEW ERP .................................................................................... 89

SECTION 9: EXPECTED PROJECT MAN-POWER REQUIREMENT CHARTER ....................................................... 90

SECTION-10: SERVICE LEVEL AGREEMENT .................................................................................................................. 97

SECTION-11: PAYMENT SCHEDULE ................................................................................................................................ 108

SECTION-12: DELIVERY SCHEDULE & LICENSE DELIVERY SCHEDULE ............................................................ 110

SECTION-13: ABBREVIATIONS .......................................................................................................................................... 113

SECTION-14: GENERAL CONDITIONS OF CONTRACT ............................................................................................... 120

SECTION-15: SPECIAL CONDITIONS OF CONTRACT ................................................................................................. 154

SCHEDULE – B PRICE BREAK UP FOR MAIN COMPONENTS ................................................................................... 160

ANNEXURE-A: CONTRACT FORM .................................................................................................................................... 164

APPENDIX-A1: AGREEMENT ........................................................................................................................................... 164 APPENDIX-A2: PERFORMANCE SECURITY BANK GURANTEE ............................................................................... 166 APPENDIX-A3: ADVANCE BANK GURANTEE ............................................................................................................... 169

ANNEXURE B – MANDATORY TECHNICAL SPECIFICATIONS ................................................................................ 171

TABLE 1: MANDATORY TECHNICAL SPECIFICATIONS ............................................................................................................ 171

ANNEXURE C - SUPPLIER RESPONSE FORMAT ........................................................................................................... 174

ANNEXURE D - LIST OF GOODS AND RELATED SERVICES...................................................................................... 201

ANNEXURE E - EXPECTED IMPLEMENTATION SCHEDULE .................................................................................... 203

ANNEXURE F – BIDDING FORMS ...................................................................................................................................... 206

APPENDIX-F1: TECHNICAL PROPOSAL SUBMISSION SHEET ................................................................................ 206 APPENDIX-F2:PRICE PROPOSAL SUBMISSION SHEET ............................................................................................ 208

GUVNL:IPDS

Page : 7

APPENDIX-F3:BID SECURITY ......................................................................................................................................... 210 APPENDIX-F4:MANUFACTURER’S AUTHORISATION............................................................................................... 212 APPENDIX-F5:CERTIFICATE AS TO CORPORATE PRINCIPAL ................................................................................ 214

ANNEXURE G- EXISTING ORACLE E-BUSINESS SUITE AND OTHER THIRD PARTY PRODUCT MODULES

ENVIRONMENT OF E-URJA PROJECT ............................................................................................................................ 215

ANNEXURE H - EXISTING APPLICATIONS AND INTEGRATION MATRIX OF R-APDRP PROJECT ............... 218

ANNEXURE I – EXISTING H/W DETAILS OF E-URJA &R-APDRP ............................................................................. 220

ANNEXURE J – EXISTING E-URJA AND R-APDRP DATABASE GROWTH .............................................................. 228

ANNEXURE K – EXISTING E-URJA ORACLE LICENSE DETAILS ............................................................................ 229

ANNEXURE L – EXISTING DATA BACKUP POLICY ..................................................................................................... 230

GUVNL:IPDS

Page : 8

Section 1 - Overview

1.1. Disclaimer

All information contained in this RFP provided / clarified are in good interest and faith. This is not an

agreement and is not an offer or invitation to enter into an agreement of any kind with any party.

Though adequate care has been taken in the preparation of this RFP document, the interested firm shall

satisfy itself that the document is complete in all respects. The information is not intended to be

exhaustive. Interested Bidders are required to make their own enquiries and assumptions wherever

required. Intimation of discrepancy, if any, should be given to the specified office addressing GM (IT)

immediately. If no intimation is received by this office by the date mentioned in the document, it shall be

deemed that the RFP document is complete in all respects and firms submitting their bids are satisfied that

the RFP document is complete in all respects.

Gujarat Urja Vikas Nigam Limited (GUVNL) reserves the right to reject any or all of the applications

submitted in response to this RFP document at any stage without assigning any reasons whatsoever.

GUVNL also reserves the right to withhold or withdraw the process at any stage with intimation to all

who submitted the RFP Application. GUVNL reserves the right to change/ modify / amend any or all of

the provisions of this RFP document. Such changes would be communicated to the bidders.

Information provided in this document or imparted to any respondent as part of the RFP process is

confidential to GUVNL, and shall not be used by the respondent for any other purpose, distributed to, or

shared with any other person or organization.

1.2. Purpose of RFP

Gujarat Urja Vikas Nigam Ltd. (GUVNL) intends to new implement its current running end to end IT

Solution called “e-Urja” comprises of Oracle E-Business Suite (11.5.10) modules which includes third

party modules AND some modules covered under R-APDRP project described in this RFP as Annexure –

G& H to standard ERP package who meet the all business requirement of GUVNL and its subsidiaries.

GUVNL is seeking comprehensive proposals from vendors believed to have the capability and capacity to

satisfy GUVNL’s complex requirements and having serious interest in providing successful services. The

successful vendor shall work as GUVNL’s Implementer & Systems’ Integrator for meaningful and

actionable implement to the above solution with almost nil or bare minimum customization. In addition to

the specific requirements for the solution described in this RFP, GUVNL would like prospective bidders

to consider the following:

Implement existing e-Urja and R-APDRP modules on new ERP as per Business Process Document

(BPD) mentioned at Section – 8 prepared by functional champions of GUVNL & its subsidiaries.

With due diligence, to cover existing e-Urja and R-APDRP implemented modules plus uncovered

business areas of GUVNL and its subsidiaries.

With due diligence, bidder may have to implement and comprehensively maintain and support

(AMC) for new ERP applications for a period of three years after successfully implementation.

Successful bidder shall have to build the capacity of the organizational manpower to the handle

the above project independently.

GUVNL:IPDS

Page : 9

Implementation of BI/DW tools & DR for GUVNL & it’s subsidiaries

This RFP provides information on the current environment, detail scope of work, proposal contents and

general terms and conditions for bidder submitting a proposal for new ERP. (The “Proposal”).

1.3. Background on GUVNL and all its subsidiaries (Overview):

Gujarat is the first State in the power sector of the country to have implemented the end-to-end Enterprise

wide Resource Planning (ERP) for its core activities to meet changing business imperatives, to make the

new entities more responsive, pro-active and to bring operational excellence to the working which

emerged out after unbundling of erstwhile Gujarat Electricity Board (‘GEB’). With this objective, Gujarat

UrjaVikas Nigam Limited (GUVNL) and all its subsidiaries went for IT enablement in the year 2006 in

the generation of power,& transmission and its distribution spanning from customer relationship

management to satisfy the needs of its more than 16 million consumers to complex module of power

purchase, load management, finance, consumer billing and HR for 54,000 employees. It covers more than

1500 widely dispersed offices networked with numerous heterogeneous communication links from

western border of India (Rann of Kutch) to southern part of Gujarat. Similarly R-APDRP project was

implemented in Aug-2010 with modules of R-APDRP which covers 84 towns of Gujarat.

The structure of unbundled GEB is as follows.

Gujarat State Electricity company Limited (GSECL) H.Q. at Vadodara. (Generation)

Gujarat Energy Transmission Company Limited (GETCO) H.Q. at Vadodara. (Transmission)

Dakshin Gujarat Vij Company Limited (DGVCL) H.Q. at Surat. (Distribution)

Madhya Gujarat Vij Company Limited (MGVCL) H.Q. at Vadodara (Distribution)

Paschim Gujarat Vij Company Limited (PGVCL) H.Q. at Rajkot. (Distribution)

Uttar Gujarat Vij Company Limited (UGVCL) H.Q. at Mehsana. (Distribution).

GUVNL:IPDS

Page : 10

The company structure with their respective number of office locations are described in the chart below.

Oracle’s Enterprise wide Business Suite 11i (11.5.10.2) has been implemented on IBM p8-Series

servers on proprietary AIX 6.2/7.1 OS platform and X86 servers on RHEL 4.0 along with its

allied products as an end-to-end integrated ERP (e-Urja) for Gujarat Urja Vikas Nigam Limited

(GUVNL) and its six subsidiaries (GSECL, GETCO, DGVCL, MGVCL, PGVCL and UGVCL).

Similarly R-APDRP project is implemented on X-Series servers. Modules implemented under e-

Urja and R-APDRP project is mentioned at Annexure – G& Hand Details of H/w under these

project is mentioned at Annexure I – Existing H/W Details of E-Urja &R-APDRP

The overall coverage of e-Urja is across organizational entities of each of above mentioned

companies and their business functions while R-APDRP is covered under DISCOM for 84 towns

only.

GUVNL, a holding company and three subsidiary companies’ corporate offices, i.e. GSECL,

GETCO and MGVCL are presently located near by the Data Center building. These offices are

connected through GUVNL LAN with Data Center. However their downstream locations are

connected to DC thru respective hierarchical locations.

GSECL GETCO DGVCL MGVCL UGVCL PGVCL

Power Stations

- 8

Zonal/ Circles-

3/16

Divisions 63

Sub/Stns 63

Circles- 4

Divisions 19

Sub/Sdns 108

Circles- 5

Divisions 18

Sub/Sdns 105

Circles- 4

Divisions 21

Sub/Sdns 126

Zonal/ Circles-

1/12

Divisions 44

Sub/Sdns 224

GUVNL

GUVNL:IPDS

Page : 11

Section 2: Instruction to Bidders (ITB)

A. A. General

1. Scope of Bid 1.1 In support of the Invitation for Bids indicated in the Bid Data Sheet

(BDS), the Purchaser, as indicated in the BDS, issues this Bidding

Document for the supply of Goods and Related Services incidental

thereto as specified in the Scope of Work at Section 6 – Scope of

Work. The name and identification number of the International

competitive Bidding (ICB) are provided in the BDS.

2. Source of

Funds

2.1 The Purchaser has received sanction from Nodal Agency (Power

Finance Corporation Limited (PFC) under the aegis of Ministry of

Power (MoP), Government of India (GoI)) under IPDS towards the

implementation cost of the project named in the BDS (hereinafter

called “funds”). The GoI has agreed to convert the sanctioned loan

into grant after successful completion of project and meeting the

guidelines of IPDS. The Purchaser intends to apply a portion of

funds to eligible payments under the contract for which this bidding

document is issued.

2.2 Payments made under the Contract shall be in accordance with the

terms and conditions of the financing agreement between the

Purchaser and the Nodal Agency (hereinafter called the Loan

Agreement), and will be subject in all respects to the terms and

conditions of that Agreement. No party other than the Purchaser

shall derive any rights from the Loan Agreement or have any claim

to the funds.

3. Corrupt

Practices

3.1 Purchaser requires bidders to observe the highest standard of ethics

during the procurement and execution of such contracts.

(a) The following definitions apply:

“Corrupt practice” means the offering, giving receiving, or

soliciting, directly or indirectly, of anything of value to

influence the action of any party in the procurement

GUVNL:IPDS

Page : 12

process or the execution of a contract;

“Fraudulent practice” means a misrepresentation or

omission of facts in order to influence a procurement

process or the execution of a contract;

“Collusive practices” means a scheme or arrangement

between two or more bidders, with or without the

knowledge of the Purchaser, designed to influence the

action of any party in a procurement process or the

execution of a contract;

“Coercive practices” means harming or threatening to

harm, directly or indirectly, persons, or their property to

influence their participation in a procurement process, or

affect the execution of a contract;

(b) Purchaser will reject a proposal for the award of Contract if it

determines that the bidder recommended for award has, directly

or through an agent, engaged in corrupt, fraudulent, collusive,

or coercive practices in competing for the Contract

(c) the Nodal Agency will declare a firm ineligible, either

indefinitely or for a stated period of time, for awarding anIPDS

funded contract if it at any time determines that the firm has

engaged in corrupt of fraudulent practices in competing for, or

in executing, an IPDS funded contract.

3.2 In continuance of ITB clause 3.1 above, the Nodal Agency will

cancel the portion of the fund allocated to a contract for goods,

works or services if it at any time determines that corrupt or

fraudulent practices were engaged in by representatives of the

purchaser or a beneficiary of the fund, during the procurement or the

execution of that contract, without the Purchaser having taken timely

and appropriate remedial action satisfactory to the Nodal Agency.

3.3 Any communication between the bidder and the purchaser related to

matters of alleged fraud or corruption must be made in writing.

GUVNL:IPDS

Page : 13

By signing the contract, the bidder shall represent that it is either the

owner of the Intellectual Property Rights (IPR) in the hardware,

software or materials offered, or that it has proper authorization

and/or license to offer them from the owner of such rights. For the

purpose of this clause, IPR shall be defined in the GCC Clause 17.

Willful misrepresentation of these facts shall be considered a

fraudulent practice subject to the provisions of Clauses 3.1 to 3.3

above, without prejudice to other remedies that the Purchaser may

take.

Furthermore, Bidders shall also note the provision stated in Sub-Clause 2

and Sub-Clause 33.1.1 (ii) of the General Conditions of Contract.

4. Eligible

Bidders

4.1 The prospective bidder needs to satisfy himself with respect to the

laid down qualifying requirements and bid thereafter.

4.2 Bidder or the Lead Member in case of a Consortium shall not have a

conflict of interest with one or more parties in this bidding process.

Participation by Bidder(s) with a conflict of interest situation will

result in the disqualification of all Bids in which it is involved.

Purchaser considers a conflict of interest to be a situation in which a

party has interests that could improperly influence that party’s

performance of official duties or responsibilities, contractual

obligations, or compliance with applicable laws and regulations, and

that such conflict of interest may contribute to or constitute a

prohibited corrupt practice. A Bidder may be considered to be in a

conflict of interest with one or more parties in this bidding process

if, including but not limited to:

4.2.1 receive or have received any direct or indirect subsidy from

any of them; or

4.2.2 have the same legal representative for purposes of this Bid; or

4.2.3 have a relationship with each other, directly or through

common third parties, that puts them in a position to have

access to information about or influence on the Bid of another

Bidder, or influence the decisions of the Purchaser regarding

GUVNL:IPDS

Page : 14

this bidding process; or

4.2.4 A Bidder (the SI/Lead member in case of a consortium for SI

Role) participates in more than one bid in this bidding process.

Participation by a Bidder or Lead Member in more than one

Bid will result in the disqualification of all Bids in which it is

involved. However, this does not limit the inclusion of the

same product (commercially available hardware, software or

network product manufactured or produced by the firm), as

well as purely incidental services such as installation,

configuration, routine training and ongoing

maintenance/support, in more than one bid; or

4.2.5 A Bidder or any of its sub-contractors or consortium

member(s) participated as a consultant in the preparation of the

design or technical specifications of the goods and services that

are the subject of the bid.

4.2.6 If the SI (single bidder or consortium) or any of its sub-

contractors is/are part of IT Consultant appointed by that utility

4.2.7 If the SI or any of its sub-contractors get associated as

Consultant / Advisor / Third party independent evaluating

agency with any of the agencies taking part in the bid process

of the concerned utility under IPDS

4.2.8 For any given project area, the IT consultant and the IT

implementation agency cannot be the same. An IT Consultant

and IT implementation agency (SI and/or its subcontractors if

any) agency may be considered to be in a conflict of interest

with one or more parties in this process if they have controlling

shareholders in common;

4.3 Bidders shall provide such evidence of their continued eligibility

satisfactory to the Purchaser, as the Purchaser shall reasonably request.

5 Eligible Goods

and Related

Services

5.1 For the purpose of this Clause, the term “Goods” includes hardware,

software, networking equipment and cables; and “Related services”

includes services such as insurance, transportation, associated

GUVNL:IPDS

Page : 15

documentation, installation, customization, integration, field survey,

testing and commissioning, training, technical support, maintenance,

repair and other necessary services to be provided by the selected

bidder and necessary for successful implementation of the project as

specified in the contract.

5.2 In case Bidder that does not manufacture or produce the Goods it

offers to supply shall submit the Manufacturer’s Authorization using

the form included in Annexure F – Bidding Forms to demonstrate that

it has been duly authorized by the manufacturer or producer of the

Goods to supply these Goods.

B. B. Contents of Bidding Document

6 Sections of the

Bidding

Document

6.1 The Bidding Document consists of the sections as indicated below

and should be read in conjunction with any Addenda issued in

accordance with ITB Clause 8.

Section 1 - Overview

Section 2: Instruction to Bidders

Section 3 - Bid Data Sheet

Section 4 - Current Environment

Section 5 – Evaluation and Qualification Criteria

Section 6 – Scope of Work

Section 7: Blank

Section 8: Business Process Document for New ERP

Section 9: Expected Project Man-Power Requirement Charter

Section-10: Service Level Agreement

Section-11: Payment Schedule

Section-12: Delivery Schedule & License Delivery Schedule

Section-13: Abbreviations

Section-14: General Conditions of Contract

GUVNL:IPDS

Page : 16

Section-15: Special Conditions of Contract

Schedule – B Price Break Up For Main Components

Annexure A to L

6.2 The Invitation for Bids issued by the Purchaser is a part of the Bidding

Document.

6.3 The Purchaser is not responsible for the completeness of the Bidding

Document and its addenda, if they were not obtained directly from the

Purchaser.

6.4 The Bidder is expected to examine all instructions, forms, terms, and

specifications in the Bidding Document. Failure to furnish all

information or documentation required by the Bidding Document may

result in the rejection of the Bid.

7 Clarification of

Bidding

Document

7.1 A prospective Bidder requiring any clarification of the Bidding

Document shall contact the Purchaser in writing at the Purchaser’s

address indicated in the BDS. The Purchaser shall forward copies of

its response to all Bidders who have acquired the Bidding Document

directly from it, including a description of the inquiry but without

identifying its source. Should the Purchaser deem it necessary to

amend the Bidding Document as a result of a clarification, it shall do

so following the procedure under ITB Clause 8 and Sub-Clause 23.2.

7.2 The Purchaser will organize a pre-bid conference at the time and place

indicated in BDS. The purpose of the conference will be to clarify

issues and answer queries that the bidders might have. Bidders are

requested to submit the queries in writing to reach the purchaser not

later than 3 days before the conference. Queries and responses shall be

communicated in accordance with ITB Clause 7.1. Any modifications

to the Bidding document listed in ITB Clause 6.1 which may become

necessary as a result of pre-bid conference shall be made by the

Purchaser exclusively by issuing Addendum and not through the

clarifications of the pre-bid conference.

8 Amendment of 8.1 At any time prior to the deadline for submission of the Bids or the

GUVNL:IPDS

Page : 17

Bidding

Document

award of the contract, the Purchaser may amend the Bidding

Document by issuing addenda.

8.2 The Purchaser, at its discretion for any reason whether at its own

initiative or in response to a clarification requested by a bidder may

add, modify or remove any element of the Goods (including hardware,

software, networking, etc.) or any component of Related Service

entirely or any part thereof from the bid document till the time of

award of contract. All bidders will be notified of any such change.

8.3 In order to provide prospective Bidders reasonable time in which to

take the amendment into account in preparing their bids, the Purchaser

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

8.4 Any addendum issued shall be part of the Bidding Document and shall

be communicated in writing to all who have obtained the Bidding

Document directly from the Purchaser.

8.5 To give prospective Bidders reasonable time in which to take an

addendum into account in preparing their Bids, the Purchaser may, at

its discretion, extend the deadline for the submission of the Bids,

pursuant to ITB Sub-Clause 23.2.

C. C. Preparation of Bids

9 Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and

submission of its Bid, and the Purchaser shall not be responsible or

liable for those costs, regardless of the conduct or outcome of the

bidding process.

10 Language of

Bid

10.1 The Bid, as well as all correspondence and documents relating to the

Bid exchanged by the Bidder and the Purchaser, shall be written in the

English. Supporting documents and printed literature that are part of

the Bid may be in another language provided they are accompanied by

an accurate translation of the relevant passages in English, in which

case, for purposes of interpretation of the Bid, such translation shall

govern.

11 Documents 11.1 The Bid shall comprise two envelopes submitted simultaneously, one

GUVNL:IPDS

Page : 18

Comprising the

Bid

containing the Technical Proposal and the other the Price Proposal,

enclosed together in an outer single envelope.

11.2 Initially, only the Technical Proposals opened at the address, date and

time specified in ITB Sub-Clause 26.1. The Price Proposals remain

sealed and held in custody by the Purchaser. The Technical Proposals

shall be evaluated by the Purchaser as per Evaluation Methodology

mentioned in Section 5 – Evaluation and Qualification Criteria. No

amendments or changes to the Technical Proposals are permitted. Bids

with Technical Proposals which do not conform to the mandatory

requirements (as specified inSection 5 – Evaluation and Qualification

Criteria) will be termed as non-responsive and will not be evaluated

further.

11.3 Price Proposals of technically responsive Bids shall be opened in

public at the date and time to be advised by the Purchaser. The Price

Proposals shall be evaluated as per Evaluation Methodology

mentioned in Section 5 – Evaluation and Qualification Criteria.

11.4 The Technical Proposal shall contain the following:

11.4.1 Technical Proposal Submission Sheet;

11.4.2 Bid Security, in accordance with ITB Clause 20;

11.4.3 Written confirmation authorizing the signatory of the Bid to

commit the Bidder, in accordance with ITB Clause 21;

11.4.4 documentary evidence in accordance with ITB Clause 16

establishing the Bidder’s eligibility to bid;

11.4.5 documentary evidence in accordance with ITB Clauses 17

and 29, that the Goods and Related Services conform to the

Bidding Document;

11.4.6 documentary evidence in accordance with ITB Clause 18

establishing the Bidder’s qualifications to perform the contract

if its Bid is accepted; and

11.4.7 any other document required in the BDS.

GUVNL:IPDS

Page : 19

11.5 The Price Proposal shall contain the following:

11.5.1 Price Proposal Submission Sheet and the applicable Price

Schedules, in accordance with ITB Clauses 12, 14, and 15;

11.5.2 Any other document required in the BDS.

12 Bid Submission

Sheets and

Price Schedules

12.1 The Bidder shall submit the Technical Proposal and the Price Proposal

using the appropriate Submission Sheets provided in Schedule – B

Price Break Up For Main Components, Bidding Forms and Supplier

response format, Annexure A to F. These forms must be completed

without any alterations to their format, and no substitutes shall be

accepted. All blank spaces shall be filled in with the information

requested.

12.2 The Bidder shall submit, as part of the Price Proposal, the Price

Schedules for Goods and Related Services, using the forms furnished

in Schedule – B Price Break Up For Main Components, Bidding

Forms and Supplier response format, Annexure A to F.

12.3 The Bidders should take note of following points while submitting the

Price Proposal:-

12.3.1 Price Proposal should clearly indicate the price to be charged

without any qualifications whatsoever and should include all taxes

(GST, sales, service, etc.), duties (excise & customs, etc), octroi,

fees, levies, works contract tax, Entry tax and other charges as may

be applicable, to be paid pre- or post-delivery or to be deducted by

the purchaser at source, in relation to the Goods and Related

Services. Such taxes, duties, cess, charges etc, if not explicitly

mentioned in the Price bid tables in Schedule – B Price Break Up

For Main Components, but applicable under law, should be included

in the Quote under “Any other levies” column.

12.3.2 The Purchaser will provide GST evidence, whenever applicable.

12.3.3 The Bidder will provide Tax rates assumed for the calculation at the

time of proposal for each item in notes to respective table in

Schedule – B Price Break Up For Main Components and Annexure

GUVNL:IPDS

Page : 20

A to F.

12.3.4 Please refer to GCC Clause [13.2] and the SCC for Price

adjustments due to change in Tax rates (including local taxes),

duties, levies, cess, charges etc.

13 Alternative

Bids

Alternative (alternate technology/architecture/design/functionality or

proposals with multiple options) bids shall be rejected.

14 Bid Prices and

Discounts

14.1 The prices quoted by the Bidder in the Price Proposal Submission

Sheet and in the Price Proposal shall conform to the requirements

specified below.

14.2 All items in the Annexure D - List of Goods and Related Services

must be listed and priced separately in the Price Schedules. If an item

listed in Price Schedule is not priced, their prices shall be assumed to

be included by the bidder in the prices of other items.

14.3 If an item is not listed in the Price Schedule, it shall be assumed not to

be included in the Bid. In such event, if the bid is otherwise

substantially responsive, Bid Price shall be adjusted during evaluation

of Price Proposals, for comparison purposes only, to reflect the price

of the missing or non-conforming item or component. The price of the

missing or non-conforming item or component for this purpose shall

be the highest of the prices quoted by the other bidders for such

missing item or component.

14.4 The terms EXW, CIF, CIP, and other similar terms shall be governed

by the rules prescribed in the current edition of Incoterms, published

by The International Chamber of Commerce, at the date of the

Invitation for Bids or as specified in the BDS.

14.5 Prices quoted by the Bidder must be firm and final and shall remain

constant throughout the period of the contract and shall not be subject

to any upward modifications, except as specified in the GCC Clause

13.2

14.6 The bidders are advised not to indicate any separate discount.

Discount, if any, should be merged with the quoted prices. Discount of

any type, indicated separately, will not be taken into account for

GUVNL:IPDS

Page : 21

evaluation purpose. However, in the event of such an offer, without

considering the separate discount, is found to be the lowest, the

Purchaser shall avail such discount at the time of award of contract.

15 Currencies of

Bid

15.1 Bidders may express their bid price in Indian Rupees only.

16 Documents

Establishing the

Eligibility of the

Bidder

16.1 To establish their eligibility in accordance with ITB Clause 4,

Bidders shall:

(a) complete the eligibility declarations in the Bid Submission Sheet,

included in Annexure F – Bidding Forms

17 Documents

Establishing the

Conformity of

the Goods and

Related

Services to the

Bidding

Document

17.1 To establish the conformity of the Goods and Related Services to the

Bidding Document, the Bidder shall furnish as part of its Technical

Proposal the documentary evidence against Goods and related

Services provided in Annexure D - List of Goods and Related

Services.

17.2 The documentary evidence may be in the form of literature, drawings

or data, and shall consist of a detailed description of the essential

technical and performance characteristics of the Goods and Related

Services, demonstrating substantial responsiveness of the Goods and

Related Services to those requirements, and if applicable, a statement

of deviations and exceptions to the provisions of Annexure C -

Supplier Response Format;

17.3 Standards for workmanship, process, material, and equipment, as well

as references to brand names or catalogue numbers specified by the

Purchaser in the Scope of Work, are intended to be descriptive only

and not restrictive. The Bidder may offer other standards of quality,

brand names, and/or catalogue numbers, provided that it demonstrates,

to the Purchaser’s satisfaction, that the substitutions ensure substantial

equivalence or are superior to those specified in the Scope of Work

18 Documents

Establishing the

Qualifications

of the Bidder

18.1 To establish its qualifications to perform the Contract, the Bidder shall

submit as part of its Technical Proposal the evidence indicated for

each qualification criteria specified in Section 5 – Evaluation and

Qualification Criteria.

GUVNL:IPDS

Page : 22

19 Period of

Validity of Bids

19.1 Bids shall remain valid for the period of 90 days after the bid

submission deadline date prescribed by the Purchaser. A Bid valid for

a shorter period shall be rejected by the Purchaser as non-responsive.

19.2 In exceptional circumstances, prior to the expiration of the bid validity

period, the Purchaser may request Bidders to extend the period of

validity of their Bids. The request and the responses shall be made in

writing. The Bid Security furnished in accordance with ITB Clause 20,

it shall also be extended for a corresponding period. A Bidder may

refuse the request without forfeiting its Bid Security. A Bidder

granting the request shall not be required or permitted to modify its

Bid.

20 Bid Security 20.1 The Bidder shall furnish as part of its Technical Proposal, a Bid

Security in original form and in the amount and currency specified in

the BDS

20.2 The Bid Security shall be in the form of a bank guarantee from a

Scheduled Bank as notified by Reserve Bank of India. In case of a

bank guarantee, the Bid Security shall be submitted using the Bid

Security Form included in the Bidding Forms at Annexure F – Bidding

Forms. The form must include the complete name of the Bidder. The

Bid Security shall be valid for sixty (60) days beyond the end of the

validity period of the bid. This shall also apply if the period for bid

validity is extended

20.3 Any Bid not accompanied by a substantially responsive Bid Security

in accordance with ITB Sub-Clause 20.2, shall be rejected by the

Purchaser as non-responsive.

20.4 The Bid Security of unsuccessful Bidders shall be returned as

promptly as possible upon the signing of the Contract with the

successful Bidder pursuant to ITB Clause 41 and 42

20.5 The Bid Security of the successful Bidder shall be returned as

promptly as possible once the successful Bidder has furnished the

required Performance Security and signed the Contract.

GUVNL:IPDS

Page : 23

20.6 The Bid Security may be forfeited:

20.6.1 if a Bidder withdraws its Bid during the period of bid

validity as specified in ITB Clause 19.1, except as provided in

ITB Sub-Clause 19.2 or 25 ; or

20.6.2 if the successful Bidder fails to :

Sign the Contract in accordance with ITB Clause 41;

or

Furnish a Performance Security in accordance with

ITB Clause 42; or

Accept the correction of its Bid Price pursuant to ITB

Sub-Clause 30.5

If the bidder is found to have submitted false

particulars / fake documents; or

If the IT Implementation Agency (SI and its

consortium) refuses to execute the job at his agreed

scope/quoted rates, after the utilities issue the letter of

intent (LoI)

incidents of manipulation of rates by cartelization

20.7 The Bid Security must

be in the name of the system integrator (Lead Member in case of

consortium for system integrator role)

21 Format and

Signing of Bid

21.1 The Bidder shall prepare one original of the Technical Proposal and

one original of the Price Proposal as described in ITB Clause 11 and

clearly mark each “ORIGINAL - TECHNICAL PROPOSAL” and

“ORIGINAL - PRICE PROPOSAL”. In addition, the Bidder shall

submit 4 (Four) copies of the Technical Proposal and the Price

Proposal, and clearly mark them “COPY NO… - TECHNICAL

PROPOSAL” and “COPY NO…. - PRICE PROPOSAL”. In the

event of any discrepancy between the original and the copies, the

original shall prevail.

GUVNL:IPDS

Page : 24

21.2 The original and all copies of the Bid shall be typed or written in

indelible ink and shall be signed by a person duly authorized to sign

on behalf of the Bidder. This authorization shall consist of a written

confirmation as specified in the BDS and shall be attached to the Bid.

The name and position held by each person signing the authorization

must be typed or printed below the signature. All pages of the Bid,

except for un-amended printed literature, shall be signed or initialled

by the person signing the Bid. Response Formats duly filled along

with supporting documents shall be page numbered and stitched, book

bound as one volume. Each page of the bid (along with the supporting

documents including CVs) should be signed by the authorised

signatory. Spiral/Spico bound documents with end sealed may also be

accepted. The documents submitted in any other way is liable to be

rejected.

21.3 Any interlineations, erasures, or overwriting shall be valid only if they

are signed or initialled by the person signing the Bid.

D. D. Submission and Opening of Bids

22 Sealing and

Marking of

Bids

22.1 The Bidder shall enclose the original of the Technical Proposal, the

original of the Price Proposal, and each copy of the Technical

Proposal and each copy of the Price Proposal, , in separate sealed

envelopes, duly marking the envelopes as “ORIGINAL -

TECHNICAL PROPOSAL”, “ORIGINAL - PRICE PROPOSAL” and

“COPY NO… - TECHNICAL PROPOSAL” and “COPY NO…. -

PRICE PROPOSAL”, as appropriate. These envelopes containing the

original and the copies shall then be enclosed in one single envelope.

22.2 The inner and outer envelopes shall:

22.2.1 bear the name and address of the Bidder;

22.2.2 be addressed to the Purchaser in accordance with ITB Sub-

Clause 23.1; and

22.2.3 bear the specific identification of this bidding process

GUVNL:IPDS

Page : 25

indicated in the BDS.

22.3 The outer envelopes and the inner envelopes containing the Technical

Proposals shall bear a warning not to open before the time and date for

the opening of Technical Proposals, in accordance with ITB Sub-

Clause 26.1.

22.4 The inner envelopes containing the Price Proposals shall bear a

warning not to open until advised by the Purchaser in accordance with

ITB Sub-Clause 26.2.

22.5 If all envelopes are not sealed and marked as required, the Purchaser

will assume no responsibility for the misplacement or premature

opening and resultant disqualification of the bid.

23 Deadline for

Submission of

Bids

23.1 Bids must be received by the Purchaser no later than the date and time,

and at the address indicated in the BDS.

23.2 The Purchaser may, at its discretion, extend the deadline for the

submission of Bids by amending the Bidding Document in accordance

with ITB Clause 8, in which case all rights and obligations of the

Purchaser and Bidders previously subject to the deadline shall

thereafter be subject to the deadline as extended.

24 Late Bids 24.1 The Purchaser shall not consider any Bid that arrives after the deadline

for submission of Bids, in accordance with ITB Clause 23. Any Bid

received by the Purchaser after the deadline for submission of Bids

shall be declared late, rejected, and returned unopened to the Bidder.

25 Withdrawal,

Substitution,

and

Modification of

Bids

25.1 A Bidder may withdraw, substitute, or modify its Bid after it has been

submitted by sending a written Notice, duly signed by an authorized

representative, and shall include a copy of the authorization in

accordance with ITB Sub-Clause 21.2. The corresponding substitution

or modification of the bid must accompany the respective written

notice. All Notices must be:

25.1.1 submitted in accordance with ITB Clauses 21 and 22 (except

that Withdrawal Notices do not require copies), and in

GUVNL:IPDS

Page : 26

addition, the respective inner and outer envelopes shall be

clearly marked “Withdrawal,” “Substitution,” “Modification”;

and5

25.1.2 Received by the Purchaser prior to the deadline prescribed

for submission of bids, in accordance with ITB Clause 23.

25.2 Bids requested to be withdrawn in accordance with ITB Sub-Clause

25.1 shall be returned unopened to the Bidders.

25.3 No Bid shall be withdrawn, substituted, or modified in the interval

between the deadline for submission of bids and the expiration of the

period of bid validity specified in ITB Clause 19.1 or any extension

thereof.

26 Bid Opening 26.1 The Purchaser shall conduct the opening of Technical Proposals in the

presence of Bidders’ representatives who choose to attend, at the

address, date and time specified in the BDS.

26.2 The Price Proposals will remain unopened and will be held in custody

of the Purchaser until the time of opening of the Price Proposals. The

Purchaser shall advise the responsive bidders in writing about the date,

time, and location of the opening of Price Proposals.

26.3 First, envelopes marked “WITHDRAWAL” shall be opened, read out,

and recorded, and the envelope containing the corresponding Bid shall

not be opened, but returned to the Bidder. No Bid shall be withdrawn

unless the corresponding Withdrawal Notice contains a valid

authorization to request the withdrawal and is read out and recorded at

bid opening.

26.4 Next, outer envelopes marked “SUBSTITUTION” shall be opened.

The inner envelopes containing the Substitution Technical Proposal

and/or Substitution Price Proposal shall be exchanged for the

corresponding envelopes being substituted, which are to be returned to

the Bidder unopened. Only the Substitution Technical Proposal, if any,

shall be opened, read out, and recorded. Substitution Price Proposals

will remain unopened in accordance with ITB Sub-Clause 26.2. No

envelope shall be substituted unless the corresponding Substitution

GUVNL:IPDS

Page : 27

Notice contains a valid authorization to request the substitution and is

read out and recorded at bid opening.

26.5 Next, outer envelopes marked “MODIFICATION” shall be opened.

No Technical Proposal and/or Price Proposal shall be modified unless

the corresponding Modification Notice contains a valid authorization

to request the modification and is read out and recorded at the opening

of Technical Proposals. Only the Technical Proposals, both Original as

well as Modification, are to be opened, read out, and recorded at the

opening. Price Proposals, both Original as well as Modification, will

remain unopened in accordance with ITB Sub-Clause 26.2.

26.6 All other envelopes holding the Technical Proposals shall be opened

one at a time, and the following read out and recorded :

26.6.1 the name of the Bidder;

26.6.2 whether there is a modification or substitution;

26.6.3 the presence of a Bid Security, if required; and

26.6.4 any other details as the Purchaser may consider appropriate.

Only Technical Proposals read out and recorded at bid opening shall

be considered for evaluation. No Bid shall be rejected at the opening

of Technical Proposals except for late bids in accordance with ITB

Sub-Clause 24.1.

26.7 The Purchaser shall prepare a record of the opening of Technical

Proposals that shall include, as a minimum: the name of the Bidder

and whether there is a withdrawal, substitution, modification; and the

presence or absence of a Bid Security. The Bidders’ representatives

who are present shall be requested to sign the record. The omission of

a Bidder’s signature on the record shall not invalidate the contents and

effect of the record. A copy of the record shall be distributed to all

Bidders.

26.8 On the basis of the evaluation of the Technical Proposals, the

Purchaser will invite bidders who have submitted responsive

Technical Proposals to attend the opening of the Price Proposals. The

GUVNL:IPDS

Page : 28

date, time, and location of the opening of Price Proposals will be

advised in writing by the Purchaser. Bidders shall be given reasonable

notice of the opening of Price Proposals.

26.9 The Purchaser will notify Bidders in writing who have been rejected

on the grounds of being non-responsive to the requirements of the

Bidding Document and return their Price Proposals unopened, before

the opening of the price proposal.

26.10 The Purchaser shall conduct the opening of Price Proposals of all

Bidders who submitted responsive Technical Proposals, in the

presence of Bidders` representatives who choose to attend at the

address, date and time specified by the Purchaser. The Bidder’s

representatives who are present shall be requested to sign a register

evidencing their attendance.

26.11 All envelopes containing Price Proposals shall be opened one at a

time and the following read out and recorded:

26.11.1 the name of the Bidder

26.11.2 whether there is a modification or substitution;

26.11.3 the Bid Prices,; and

26.11.4 Any other details as the Purchaser may consider

appropriate.

Only Price Proposals, read out and recorded during the opening of

Price Proposals shall be considered for evaluation. No Bid shall be

rejected at the opening of Price Proposals.

26.12 The Purchaser shall prepare a record of the opening of Price

Proposals that shall include, as a minimum: the name of the Bidder,

the Bid Price. The Bidders’ representatives who are present shall be

requested to sign the record. The omission of a Bidder’s signature on

the record shall not invalidate the contents and effect of the record. A

copy of the record shall be distributed to all Bidders.

GUVNL:IPDS

Page : 29

E. E. Evaluation and Comparison of Bids

27 Confidentiality 27.1 Information relating to the examination, evaluation, comparison and

recommendation of contract award, shall not be disclosed to Bidders

or any other persons not officially concerned with such process.

27.2 Any attempt by a Bidder to influence the Purchaser in the

examination, evaluation, comparison, and post qualification of the

Bids or Contract award decisions may result in the rejection of its Bid.

27.3 Notwithstanding ITB Sub-Clause 27.2, from the time of opening the

Technical Proposals to the time of Contract award, if any Bidder

wishes to contact the Purchaser on any matter related to the bidding

process, it should do so in writing. If the bidder or any of his

subcontractors/consortium members meet the Purchaser’s personnel, it

will be considered as “coercive practices”, and may result in rejection

of the bid.

28 Clarification of

Bids

28.1 To assist in the examination, evaluation, comparison and post-

qualification of the Bids, the Purchaser may, at its discretion, ask any

Bidder for a clarification of its Bid. Any clarification submitted by a

Bidder that is not in response to a request by the Purchaser shall not be

considered. The Purchaser’s request for clarification and the response

shall be in writing. No change in the prices or substance of the Bid

shall be sought, offered, or permitted, except to confirm the correction

of arithmetic errors discovered by the Purchaser in the evaluation of

the Price Proposals, in accordance with ITB Clause 30.

29 Responsiveness

of Technical

Proposal

29.1 The Purchaser’s determination of the responsiveness of a Technical

Proposal is to be based on the contents of the Technical Proposal

itself.

29.2 A responsive Technical Proposal is one that conforms to all the

mandatory requirements, terms, conditions, and specifications of the

Bidding Document without material deviation, reservation, or

omission. A material deviation, reservation, or omission is one that:

29.2.1 does not meet all the mandatory requirements (as specified in

Section 5 – Evaluation and Qualification Criteria)

GUVNL:IPDS

Page : 30

29.2.2 affects the scope, quality, or performance of the Goods and

Related Services specified in the Contract; or

29.2.3 limits or is inconsistent with the Bidding Document, the

Purchaser’s rights or the Bidder’s obligations under the

Contract; or

29.2.4 If rectified would unfairly affect the competitive position of

other Bidders presenting responsive Technical Proposals.

29.3 If a Technical Proposal is not responsive to the Bidding Document, it

shall be rejected by the Purchaser and shall not subsequently be made

responsive by the Bidder by correction of the material deviation,

reservation, or omission.

30 Non

conformities,

Errors, and

Omissions

30.1 Provided that a Technical Proposal is responsive, the Purchaser may

waive any non-conformity or omission in the Bid that does not

constitute a material deviation.

30.2 Provided that a Technical Proposal is responsive, the Purchaser may

request that the Bidder submit the necessary information or

documentation, within a reasonable period of time, to rectify

nonmaterial, nonconformities or omissions in the Technical Proposal

related to documentation requirements. Such omission shall not be

related to any aspect of the Price Proposal of the Bid. Failure of the

Bidder to comply with the request may result in the rejection of its

Bid.

30.3 Provided that a Technical Proposal is responsive, the Purchaser will

rectify nonmaterial nonconformities or omissions. To this effect, the

Bid Price shall be adjusted during evaluation of Price Proposals, for

comparison purposes only, to reflect the price of the missing or non-

conforming item or component. The adjustment shall be made using

the method indicated in Section 13.2 of Section-14: General

Conditions of Contract.

30.4 Provided that the Technical Proposal is responsive, the Purchaser will

correct arithmetical errors during evaluation of Price Proposals on the

GUVNL:IPDS

Page : 31

following basis:

30.4.1 if there is a discrepancy between the unit price and the total

price that is obtained by multiplying the unit price and

quantity, the unit price shall prevail and the total price shall be

corrected, unless in the opinion of the Purchaser there is an

obvious misplacement of the decimal point in the unit price, in

which case the total price as quoted shall govern and the unit

price shall be corrected;

30.4.2 If there is an error in a total corresponding to the addition or

subtraction of subtotals, the subtotals shall prevail and the total

shall be corrected; and

30.4.3 If there is a discrepancy between words and figures, the

amount in words shall prevail. However, where the amount

expressed in words is related to an arithmetic error, the amount

in figures shall prevail subject to (a) and (b) above.

30.4.4 If there is a discrepancy between percentage and figures

related to various taxes or levies, the percentage shall prevail

over figure mentioned. However, where the amount expressed

in percentage is related to an arithmetic error, the amount in

figures shall prevail subject to (a) and (b) above. It should also

be noted that at time of payment against, the prevailing

tax/levy rates will be used as on the date of approval of

payment.

30.4.5 Except as provided in sub-clauses (a) to (c) herein above, the

Purchaser shall reject the Price Proposal if the same contains

any other computational or arithmetic discrepancy or error.

30.5 If the Bidder that submitted the lowest evaluated Bid does not accept

the correction of errors, its Bid shall be disqualified and its Bid

Security shall be forfeited.

31 Preliminary

Examination

of Bids

31.1 The Purchaser shall examine the Technical Proposal to confirm that all

documents and technical documentation requested in ITB Sub-Clause

11.5 have been provided, and to determine the completeness of each

GUVNL:IPDS

Page : 32

document submitted.

31.2 The Purchaser shall confirm that the following documents and

information have been provided in the Technical Proposal. If any of

these documents or information is missing, the offer shall be

rejected.

31.2.1 Technical Proposal Submission Sheet in accordance with

ITB Sub-Clause 12.1;

31.2.2 written confirmation of authorization to commit the Bidder;

31.2.3 Bid Security; and

31.2.4 Manufacturer’s Authorization, where applicable.

31.3 Likewise, following the opening of Price Proposals, the Purchaser

shall examine the Price Proposals to confirm that all documents and

financial documentation requested in ITB Sub-Clause 11.6 have been

provided, and to determine the completeness of each document

submitted.

31.4 The Purchaser shall confirm that the following documents and

information have been provided in the Price Proposal. If any of these

documents or information is missing, the offer shall be rejected.

31.4.1 Price Proposal Submission Sheet in accordance with ITB

Sub-Clause 12.1; and

31.4.2 Price Schedules, in accordance with ITB Clauses 12, 14, and

15.

32 Examination of

Terms and

Conditions;

Technical

Evaluation

32.1 The Purchaser shall examine the Bids to confirm that all terms and

conditions specified in the GCC and the SCC have been accepted by

the Bidder without any material deviation or reservation.

32.2 The Purchaser shall evaluate the technical aspects of the Bid submitted

in accordance with ITB Clause 18, to confirm that all requirements

specified in the Scope of Work at Section 6 – Scope of Work, of the

GUVNL:IPDS

Page : 33

Bidding Document have been met without any material deviation or

reservation.

32.3 If, after the examination of the terms and conditions and the technical

evaluation, the Purchaser determines that the Technical Proposal is not

responsive in accordance with ITB Clause 29, it shall reject the Bid.

33 Margin of

Preference

33.1 No margin of preference shall apply.

34 Evaluation of

Bids

34.1 The Purchaser shall evaluate Price Proposals of each Bid for which the

Technical Proposal has been determined to be responsive.

34.2 To evaluate a Price Proposal, the Purchaser shall only use all the

criteria and methodologies defined in this Clause and in Section 5 –

Evaluation and Qualification Criteria No other criteria or methodology

shall be permitted.

34.3 To evaluate a Price Proposal, the Purchaser shall consider the

following:

34.3.1 The Bid Price quoted in Price Proposal Submission Sheet i.e.

inclusive of all duties, levies and taxes.

34.3.2 Price adjustment in accordance with Clause 14.3 of ITB for

missing or non-conforming item(s) or component(s).

34.3.3 price adjustment for correction of arithmetic errors in

accordance with ITB Sub-Clause 30.4;

34.4 For comparison of the combined Technical and Price Score of all

responsive bidders, Contracts shall be awarded only to the the

bidder(s) whose bid has secured the lowest (L-1) “TCO” as per

Schedule – B Price Break Up For Main Components will be

considered as successful bidder(s).

35 Comparison of

Bids

35.1 The Purchaser shall compare all responsive bids to determine the bid

with the lowest (L-1) “TCO”, in accordance with ITB Clause 34.

36 Post-

qualification of

36.1 The Purchaser shall determine to its satisfaction during the evaluation

of Technical Proposals whether Bidders are qualified to perform the

GUVNL:IPDS

Page : 34

the Bidder Contract satisfactorily.

36.2 The determination shall be based upon an examination of the

documentary evidence of the Bidder’s qualifications submitted by the

Bidder, pursuant to ITB Clause 18 and to clarifications in accordance

with ITB Clause 28. The eligible bidders shall only be meeting

qualifying requirements as mentioned inSection 5 – Evaluation and

Qualification Criteria.

36.3 An affirmative determination in accordance with this clause shall be a

prerequisite for the opening and evaluation of a Bidder’s Price

Proposal. A negative determination shall result into the

disqualification of the Bid, in which event the Purchaser shall return

the unopened Price Proposal to the Bidder.

37 Purchaser’s

Right to Accept

Any Bid, and to

Reject Any or

All Bids

37.1 The Purchaser reserves the right to accept or reject any Bid, and to

annul the bidding process and reject all Bids at any time prior to

Contract award, without thereby incurring any liability to the Bidders.

F. F. Award of Contract

38 Award Criteria 38.1 The Purchaser shall award the Contract to the Bidder whose offer has

been awarded the lowest (L-1) “TCO” and is responsive to the

Bidding Document.

39 Purchaser’s

Right to Vary

Quantities at

Time of Award

39.1 At the time the Contract is awarded, the quantity of Goods, Licenses

and Related Services for an offered ERP product shall not be

modified. However Purchaser reserves the right to increase or

decrease the quantity of Goods, Licenses and Related Services for an

offered ERP product under the contract subject to the limit of 30% of

the existing number of quantity of Goods, Licenses and Related

Services covered under the contract, without any change in the unit

prices or other terms and conditions of the Bid and the Bidding

Document.

40 Notification of 40.1 Prior to the expiration of the period of bid validity, the Purchaser shall

GUVNL:IPDS

Page : 35

Award notify the successful Bidder, in writing, that its Bid has been accepted.

40.2 Until a formal Contract is prepared and executed, the notification of

award shall constitute a binding Contract.

41 Signing of

Contract

41.1 Promptly after notification, the Purchaser shall send to the successful

Bidder the Agreement, a copy of SLA and the General and Special

Conditions of Contract.

41.2 Within fourteen (14) days of receipt of the Agreement, the successful

Bidder shall sign, date, and return it to the Purchaser.

41.3 The successful Bidder shall provide an undertaking that the key staff

identified for the project (as submitted in its bid proposal) shall be

available for the respective proposed work requirement, anytime

during the duration of the project, till its successful completion.

42 Performance

Security

42.1 Within fourteen (14) days of the receipt of notification of award from

the Purchaser, the successful Bidder shall furnish the Performance

Security in accordance with the GCC, using for that purpose the

Performance Security Form included in Annexure-A: Contract Form.

42.2 Failure of the successful Bidder to submit the above-mentioned

Performance Security or sign the Contract shall constitute sufficient

grounds for the annulment of the award and forfeiture of the Bid

Security. In that event the Purchaser may award the Contract to the

next successful Bidder whose offer is responsive and is determined by

the Purchaser to be qualified to perform the Contract satisfactorily.

43 Local

Conditions

It will be imperative on each bidder to fully inform himself of all local

conditions and factors which may have any effect on the execution of

the works covered under these documents and specifications. The

purchaser shall not entertain any request for clarifications from the

bidders, regarding such local conditions. It must be understood and

agreed that such factors have properly been investigated and

considered while submitting the proposals. No claim for financial

adjustment to the contract awarded under these specifications and

documents will be entertained by the purchaser. Neither any change in

the time schedule of the contract nor any financial adjustments arising

GUVNL:IPDS

Page : 36

thereof shall be permitted by the purchaser, which are based on the

lack of such clear information or its effect on cost of the works to the

bidder.

G. G. Interpretation

44 Interpretation

of the SRS and

the RFP

document

44.1 This Bid Document, inclusive of the SRS document, Schedules,

annexure(s), the statements, exhibits and sections, if any, comprises

the whole and complete Document

44.2 This RFP document should be read in consonance with the BPD

document. In the RFP document references to the BPD have been

provided. In case there is no reference relating to a particular clause(s)

of the BPD, it should be deemed as the said reference has been

provided. The bidder is required to read both the documents and

would be deemed to be in knowledge of the provisions of both the

BPD and the RFP document. No claim of any nature whatsoever shall

be entertained in this regard.

44.3 In case of any conflict with any provision relating to the BPD

document and the RFP document, the provisions of the RFP document

shall prevail for all intents and purposes

GUVNL:IPDS

Page : 37

Section 3 - Bid Data Sheet

A. Introduction

ITB 1.1 The number of the Invitation for Bids is : UGVCL/IT/IPDS/ ITIA/226

ITB 1.1 The Purchaser is:

Office of Chief Engineer (OP)

UGVCL Regd. & Corporate Office, Visnagar Road,

Mehsana -384001,

Gujarat.

ITB 1.1 The name of the ICB is: Selection of System Integrator Partner for new implement of

ERP solution or re-vamping of existing ERP for GUVNL and its subsidiaries, AMC for

three years & Implement of BI,DW & DR under IPDS Scheme of Govt. of India

The identification number of the ICB is: UGVCL/IT/IPDS/ ITIA/226

ITB 4.1 Category of SI:

B. Bidding Document

ITB 7.1 For clarification purposes only, the Purchaser’s address is:

Name : Mr. Sourav Guha Thakurta

Designation : General Manager (IT), GUVNL

Address : Gujarat Urja Vikas Nigam Limited

Race Course

Vadodara - 390007

Mobile : (+91) 7069242200

Email : [email protected]

ITB 7.2 Details of Pre-Bid conference:

Venue : GETRI, Beside 132 KV Gotri S/S, Gotri Road, Vadodara -390021

Date &Time: Mentioned in Important Dates and Amounts section

C. Preparation of Bids

ITB 10.1 The language of the Bid is: English

GUVNL:IPDS

Page : 38

ITB 11.5 (g) The Bidder shall submit with its Technical Proposal the following additional

documents:

Refer to AnnexureC.2

ITB 11.6 (b) The Bidder shall submit with its Price Proposal the following additional

documents:

Refer to AnnexureC.3

ITB 13.1 Alternative Bids shall not be permitted.

ITB 14.4 The Incoterms edition is: Year 2000

ITB 14.5 The prices quoted by the Bidder shall be: Firm (subject to Section-14: General

Conditions of Contract 13.2)

ITB 15.1 Bidders may express their bid price in INR. Wherever reference to “Rupees” or

“Rs” as currency has been made, the same should be taken as “Indian Rupees”.

ITB 19.1 The bid validity period shall be 90 days after the bid submission deadline date

prescribed by the Purchaser.

ITB 20.1 The Bid Security shall be required and the amount required to be furnished in

Indian Rupee is indicated hereunder

Bid Identification No: UGVCL/IT/IPDS/ ITIA/226

Particular:

Bid Security (INR): Rs. 15 lacs only (Rs. Fifteen lacs only)

D. Submission and Opening of Bids

ITB 21.1 In addition to the original of the Bid, the number of copies is: FOUR

ITB 21.2 The written confirmation of Authorization to sign on behalf of the Bidder shall

consist of:

Notarized Power of Attorney: - If the bidder is from a country where this

practice is not used then a similar legal instrument of authorization as

applicable under the home country laws of bidder must be provided.

GUVNL:IPDS

Page : 39

ITB 22.2 (c) The identification of this bidding process is: Selection of System Integrator

Partner for new implement of ERP solution or re-vamping of existing ERP for GUVNL

and its subsidiaries, AMC for three years & Implement of BI,DW & DR under IPDS

Scheme of Govt. of India

The identification of this bidding process is: Single stage Two envelope

The name of ICB:

Bid Identification

No Particulars

UGVCL/IT/IPDS/

ITIA/226

The bid identification No. shall be mentioned by the Bidder prominently on the

top of envelope for the lots in the following manner :

(a) Bidding process for the bid is : “Single stage Two envelope”

(b) Bid identification No. “UGVCL/IT/IPDS/ ITIA/226”

ITB 23.1 For bid submission purposes only, the Purchaser’s address is :

Office of Chief Engineer (OP)

UGVCL Regd. & Corporate Office,

GUVNL:IPDS

Page : 40

Visnagar Road,

Mehsana -384001,

Gujarat.

ITB 23.1 The deadline for bid submission is:

Date: Mentioned in Important Dates and Amount section of this RFP

Time: Mentioned in Important Dates and Amount section of this RFP

Wherever reference to “Time” has been made, the same shall be taken as Indian

Standard Time. If time is mentioned in “P.M”, the same shall be converted into

Hours by adding 12 Hours e.g. 2 P.M equal to 2 + 12 i.e. “14.00 Hours IST”

ITB 26.1 The bid opening shall take place at:

Office of Chief Engineer (OP)

UGVCL Regd. & Corporate Office,

Visnagar Road,

Mehsana -384001,

Gujarat.

Date: Mentioned in Important Dates and Amount section of this RFP

Time: Mentioned in Important Dates and Amount section of this RFP

E. Evaluation, and Comparison of Bids

ITB 33.1 A margin of preference shall not apply.

ITB 34 The currency that shall be used for bid evaluation and comparison purposes to

convert all bid prices expressed in various currencies into a single currency is:

Indian Rupees.

F. Award of Contract

ITB 39.1 The percentage by which number of quantity of Goods, Licenses and Related

Servicesmay be increased is: 30 percent of the total number of quantity of

Goods, Licenses and Related Services

GUVNL:IPDS

Page : 41

The percentage by which number of quantity of Goods, Licenses and Related

Services may be decreased is: 30 percent of the total number of quantity of

Goods, Licenses and Related Services

ITB 42.1 If the successful bidder fails to furnish the required Performance Security

within 14 days of the receipt of notification of award, the Purchaser reserves the

right to terminate the award by forfeiting Bid Security without any notice.

ITB 42.2 If the successful bidder fails to sign the Contract Agreement within 14 days

from the date the successful bidder’s receipt of the Contract Agreement, the

Purchaser reserves the right to terminate the award by forfeiting Bid Security

without any notice.

GUVNL:IPDS

Page : 42

Section 4 - Current Environment

4.1 Existing GUVNL Network Layout

Point to Point Connectivity Details

A. Data Centre to Corporate Offices- 12Mbps (DGVCL), 16 Mbps (UGVCL), 34Mbps (PGVCL)

B. Corporate Office to Circle office - 4 Mbps

C. Circle office - Division office – 2 Mbps

D. Division office – Subdivision Office /Substation 2Mbps

4.2 MPLS - Proposed WAN diagram

GUVNL:IPDS

Page : 43

4.3 DC diagram

4.4 Current e-Urja Implementation & Help Desk operations:

From the implementation point of view, GUVNL and all its six subsidiary companies (GSECL,

GETCO, PGVCL, DGVCL, MGVCL and UGVCL) has Chief Nodal Officer (CNO) at the

company head quarter level to co-ordinate with GUVNL and Systems Integrator. Each company

again have module wise one or more L1 process champions at corporate office level. Also, each

company has module wise one or more L0 process champions at each circle office locations

under the corporate office control.

The L0 and L1 champions of modules guide module users in the offices under their control and

resolve Help-Desk tickets in the hierarchical manner.

In addition to the above, there exists a group called Change Management Group (CMG) for each

implemented module headed by Change Management Group (CMG) convener. This CMG is

common and responsible for the module functionality of all companies. The module CMG

members comprise of module experts from various companies. Any change in the business

process or existing functionality change is referred by this group. A unanimously approved

change Request with full documentation is then forwarded to GUVNL and Systems Integrator.

Thorough testing of completed change Request of a module is carried out by module CMG group

before deployment in to production environment.

4.5 e-Urja Project

4.5.1 Current running Oracle E-Business Suite and other Third party product modules Environment,

please Refer Annexure G- Existing Oracle E-Business Suite and Other Third Party Product Modules

GUVNL:IPDS

Page : 44

Environment of E-Urja Project Annexure G- Existing Oracle E-Business Suite and Other Third Party Product

Modules Environment of E-Urja Project.

4.5.2 Oracle Version11.5.10.2

4.5.3 Database Version : (1) 11g Enterprise Edition Release 11.2.0.2 (for Utility Billing LT &

HT) (2) 11g Enterprise Edition Release 11.2.0.2 (for EBS 11i)

4.5.4 Operating Systems

IBM AIX 7.1 (For EBS 11i Database environment)

IBM AIX 6.2 (For EBS 11i Application environment)

Red Hat Enterprise Linux AS release 4 on x86 servers.(For other dependent services)

4.6 About implemented e-Urja (EBS 11i and many third party customized products)& R-

APDRP :

(b) GUVNL has two state of art Data Centers in its own premises at GUVNL Head Quarter:

Vadodara, Gujarat for e-Urja and R-APDRP projects respectively. Business continuity plan for

R-APDRP has been setup at Ahmedabad in a private Datacenter on an OPEX model basis.

However, for e-Urja, there is very limited business continuity plan. e-Urja Datacenter has one

Network Operation Center (NOC) where Wide Area Network (WAN) comprising various

network equipments and BSNL’s point to point connected leased circuit lines are terminated. e-

Urja (end-to-end) IT solution is being used in an intranet only by all seven companies.

R-APDRP is a project for all four Distribution companies (A separate project) viz. DGVCL,

MGVCL, UGVCL & PGVCL. The objective of this project is to bring IT enablement to

various services in power distribution focusing on consumer benefits and to reduce overall

T&D as well as AT&C losses. Some of the modules of e-Urja share data with R-APDRP

modules with updates taking place vice-versa. Physical connectivity exists between these two

Data Centers through their respective core switches. R-APDRP follows MPLS network

connectivity to all Distribution company field offices. Five (05) modules of R-APDRP are

tightly integrated with e-Urja project.

(c) All company e-Urja (Application, Database Tiers) instances are hosted on HA Virtualized

redundant IBM p8-series proprietary systems. Entire production hardware was procured in 2017

and migrate all e-Urja application and database from power 5 series to power 8 series machine

with upgradation of Database from 10g to 11g. e-Urja applications are highly available and

database are on SAN storage with Oracle’s Real Application Cluster (RAC 10g) (two node

cluster) and follows Oracle’s Automatic Storage Management (ASM). As the instances are

dedicated, no company instance talks to any other company instance.

(d) EBS 11i Production Databases are live since 2006. Billing instances of all Distribution

companies are also live from 2007 onwards. There is no implementation of any Data life cycle

management plus Business Intelligence with data warehousing along with analytical tools or any

GUVNL:IPDS

Page : 45

other Business intelligence tools. There is no existence of any purging policy at present on the

production OLTP Database instances. Also, there is no implementation of SSO (Single Sign On).

(e) Production environment backups of e-Urja AP & DB tiers are being taken as per backup policy

of the organization using Oracle’s RMAN tool. Backup pieces are taken on to media cartridges

using IBM’s SPECTRUM software from Tape libraries. The Database sizes of the organizations

mentioned herein are the actual sizes at the time of preparation of this RFP. However, as the

databases are in use, actual sizes of the Databases at the time of upgrades might be more than the

sizes specified herein.

(f) Organization has in all 12000 Oracle’s universal full use and 38000 employees self service

license and Annual Technical Support (ATS) from OEM M/s. Oracle under e-Urja project.

(Being renewed every year directly).

(g) Each companies have developed in house system as per their business need

(h) GUVNL has production and Development environments only and there is no test / Quality

environment. Development environment is being used for cloning the production level instances.

GUVNL:IPDS

Page : 46

Section 5 – Evaluation and Qualification Criteria

Table of Criteria

A. Evaluation Criteria

1. Scope

2. Technical Criteria

3. Economic Criteria

4. Margin of preference

B. Qualification Criteria

1. Qualification Criteria for the ERP Product Vendor

2. Qualification Criteria for the Implementation Partner (IP)

A. Evaluation Criteria

1. Scope 1.1 Scope of work is as provided in Scope of Work section in this

bidding document.

2. Technical

Criteria

2.1 GUVNL/UGVCL will evaluate and compare the bids that have

been determined to be substantially responsive, pursuant to

Clause no-29 of ITB. The bidding evaluation is based on Cost

criteria.

The evaluation of responsive bids shall be based on,

STAGE -I: RESPONSE TO QUALIFICATION CRITERIA

These are qualification criteria’s to be met by the ERP product

vendor and the Implementation Partner. Only those bidders who

meet all the qualification criteria’s as provided below in this

section of the bidding document shall be considered for stage II

evaluation.

3. Economic /

Financial Criteria

3.1 STAGE -II: EVALUATION OF THE PRICE/ FINANCIAL

BID

(i) Bidders clearing the Stage I of evaluation will have their

Price Bids opened.

(ii) Total cost of ownership (TCO) will be calculated by adding

Total Bid Price including taxes and duties as per

Schedule B (Total Base Price of Sr.No. 1 to 5 as in

Price Schedule )

The bidder(s) whose bid has secured the lowest (L-1) “TCO” as

per (ii) above will be considered as successful bidder(s).

4. Margin of

preference

No margin of preference is allowed in this bidding process.

GUVNL:IPDS

Page : 47

B. Qualification Criteria

1. Qualification

Criteria for the ERP

product vendor

1.1 These are qualification criteria’s to be met by the ERP product

vendor as given in Section 5.1

2. Qualification

Criteria for the

Implementation

Partner

2.1 These are qualification criteria’s to be met by the Implementation

Partner as given in Section 5.2

5.1 Qualification Criteria for the ERP Product

Qualification Criteria for the ERP OEM

S.No Performance

Variable

Minimum Qualifying Requirements Documents to be provided by

the vendor

1 Company profile The company should have a global

average turnover of ERP OEM of

more than Rs. 670 Crores in the last

three financial years

Last three year audited financial

statements along with CA

certificate

2 Operating system Offered ERP must be certified on any

of the compatible operating systems

which supports our existing hardware

(Annexure I – Existing H/W Details of E-

Urja &R-APDRP “E-Urja – Primary

Site”) and that of future hardware.

Self-certificate from OEM with

authorized signatory

3 Package Web

Enabled

Offered ERP Package should be web

enabled and also mobile enabled. It

should work on Android & iOS

platforms available on mobile.

Self-certificate from OEM with

authorized signatory and

Product Catalogue

4 India specific

features

(localization)

Offered ERP product should have

specific version to support India

specific legal requirements on TDS,

GST & other direct and indirect

taxation. Accounting as per IndAS,

Payroll, CPF/GPF, Salary TDS

(Form 16 & 24) certificates etc.

Legal & Regulatory/ Accounting

standard.

Self-certificate by OEM with

authorized signatory &

Document containing details of

India specific features

5 Installation in

Utility in India

The offered ERP product Should

have been successfully

implemented in minimum five(5)

projects with at least one in

Public Sector Generation or

Transmission or Distribution

company in India in last 10 years

Customer certificate issued in

the name of OEM including

modules and nos. of

users/Purchase

Order/LOI/Contract/Completion

Certificate/Certification for

project being operational as on

GUVNL:IPDS

Page : 48

and should be also operational on

the date of submission of bid,

with at least 1000 named ERP

users in each project where

atleast 4 out of following 7

functional areas are

implemented-

• Finance, Accounting & Controlling – including generation of financial statements • Project Management • Inventory Management • Procurement Management • Asset and Maintenance Management • CRM and Utility Billing • HR and Payroll ( The Above modules may be covered under more than one project)

date of bid as proof of service

provided/ Self certification from

OEM with authorized signatory

6 SLA based

Support

OEM should have SLA based

support for various product related

issues with first level support point in

India. The support should be 24x7.

Details of Support Services with

address of support center in

India along with Self

Certification.

7 Partner’s of the

ERP OEM

The OEM of the offered ERP product

should have at least three (3)

Implementation Partner’s/ System

Integrators who had done

implementation in Govt. / Public

Sector in India.

Self-certificate by the OEM

with authorized signatory along

with the list of Three

Implementation Partner’s/

System Integrators

8 Training Support OEM Should have its training

facilities in India.

Details of Training setup with

reference of Trainings

conducted for offered ERP in

last one year.

9 Data Handling

Capacity of

Product

Offered Product must have OLTP

(on line transaction processing at

functional level) greater than

50000 in a day at least in 1

company

Offered Product must be capable

to handle at least 150GB data

growth annually at least in 1

company.

Self-certificate from OEM with

authorized signatory &

Documentary proof

10 OEM Product Offered ERP product along with

CRM and Utility Billing must be

part of single OEM and

Commercial Off-The-Shelf .

Self-certificate from OEM with

authorized signatory&

Documentary proof

GUVNL:IPDS

Page : 49

11 Stop deal/Blacklist

Clause

The ERP OEM should not have been

Stop deal/blacklisted by any

institution of Central/State

Government

Self-certification from OEM

with authorized signatory

5.2 Qualification Criteria for the Implementation Partner (IP)

S.No Performance

Variable

Minimum Qualifying Requirements Documents to be provided by

IP

1 Company

Profile

The IP should have a global average

turnover of software business of more than

Rs. 670 Crores in the last three financial

years.

In case of a consortium, the consortium as

a whole (SI-Lead and consortium

combined) should meet this requirement

of turnover, with SI-Lead meeting

minimum 90% out of this.

Last three year audited financial

statements along with CA

certificate

2 Company

Networth

IP must have positive Net worth for the

each of the last three financial years.

In case of a consortium, both the SI-Lead

and SI-2nd should have positive net worth

in each of the last three audited financial

years.

Annual Audited Financial

Statements

3 Experience of

Implementation

for offered

ERP product in

India/Global.

IP should have successfully implemented offered ERP projects in India or Global as

per below criteria in last 10 years, which

should be operational on the date of submission of the bid.(In case of consortium, this requirement needs to be met by the SI Lead.) The IP must have implemented and completed at least Two ERP project in India/Global (One must in India) costing not less than the total amount equal to

50% of the estimated cost of this bid and

shall have more than 400 named ERP users base. OR The IP must have implemented and completed at least Three ERP projects (Two must be in India) total costing not

1. Customer certificate issued

on the name of Bidder/OEM

including modules and nos. of

users/Purchase

Order/LOI/Contract/Completion

Certificate/Certification for

project being operational as on

date of bid as proof of service

provided.

2.For Global project, the bidder

should submit purchase

order/work order/ Contract

Copy and completion certificate

from client ( on Client Letter

Head), if the PO/WO/Contract

Copy and completion certificate

is in any language other than

English, the bidder should

upload the translated copy of

the same with client attestation.

3.If the currency of the

PO/WO/Contract is other than

INR, the value will be

GUVNL:IPDS

Page : 50

less than the amount equal to 30% of the

estimated cost of this bid and shall have more than 150 named ERP users base in

each project. (One of the project in

last 7 years.)

OR The IP must have implemented and completed at least Four ERP projects (Three must be in India) total costing not

less than the amount equal to 20% of the

estimated cost of this bid and shall have more than 150 named ERP users base in

each project. (One of the project in

last 5 years.)

Further, above testimonial should comprise of : –

Atleast one number of the offered

ERP product must have been implemented in PSU or Govt. Organization in India.

Atleast one number of the offered

ERP product must have been implemented in Utility sector (Power/Gas/Water/Telecom sectors) in India with total consumer base covered by such utility should not be less than 50,000. (This requirement full fill by SI-Lead or Consortium partner)

Atleast 4 out of below 7

functions/modules of the offered ERP product must have been successfully implemented(in single project or jointly in above two referred projects by SI-Lead): - o Finance, Accounting & Controlling – including generation of financial statements o Purchase/Contract o Inventory Management oHuman Resource Management/

calculated in INR at exchange

rate prevailing as on date of

issue PO/WO/Contract.

4.For Global project, wherever

it is difficult to reveal name or

cost of project due to Non-

disclosure agreement with the

clients, the bidder can provide a

certificate from the Company

Secretary or equivalent

authority.

GUVNL:IPDS

Page : 51

Employee Self Service o Asset/ Maintenance Management o CRM o Fuel Management

4 Quality

Certification

The IP should be ISO 9001:2008/later or

Should have been SEI CMM/CMMi Level

4 or its higher version certification. In case

the certificate for SEI CMM/CMMi Level

4 or it’s higher version expired, then the

assessment certificate for further

regularization or up gradation of SEI

CMM/CMMi Level 4 or it’s higher

version from Auditing Agency need to be

submitted.

In case of a consortium, this requirement

needs to be met by the SI-Lead.

Copy of certificate of

Assessment Certificate from

Auditing Agency

5 Man Power

Certification

The IP must have a minimum of 100 full

time resources in India. Additionally, IP

must have at least five OEM certified

resources of each proposed module of the

proposed ERP product.

In case of a consortium, the requirement

may be jointly by SI-Lead and the SI-2nd

Copy of self-certificate

6 Authorization IP should be authorized system

integrator/implementation partner of the

offered ERP product from OEM letterhead

for sale, support and services of the

offered ERP product. In case of a

consortium, this requirement needs to be

met by the SI-Lead.

Letter from OEM of ERP

product

7 Experience in

Service

The IP should have been in the IT /

Software implementation services for the

last 3 years. In case of a consortium, this

requirement needs to be met by the SI-

Lead.

Certification of incorporation

GUVNL:IPDS

Page : 52

Section 6 – Scope of Work

GUVNL’s New ERP RFP requirements and scope.

The information in this section is intended to aid bidder in understanding the requirements, and preparing proposal in response to this RFP. (Please refer 1.2) Broad Scope of Work Design the architecture for new implementation of existing ERP named “e-Urja” and “R-APDRP” to be

implement plus additional business requirement of GUVNL and its subsidiaries plus BI and DW and DR

site to the new ERP solution that can accommodate existing needs and provide scalability. The new ERP

will be a single unified business information system for GUVNL & its subsidiaries’ Resource

Management and the solution should be a completely integrated available of-the-shelf ERP product. The

System should have the required depth, breadth and flexibility to provide on-line information access to all

the designated users who will operate the respective business processes. The main system and database

will be residing in the Data center in the Head office, Vadodara.

Vendor’s Proposal shall comprise of two phases as mentioned in this section later. Vendor shall explain

their design, approach and the most appropriate viable solution for GUVNL and all its six subsidiaries

companies who are currently running end to end IT solution named “e-Urja” and “RAPDRP” (listed in

this RFP: Annexure G & H) to new ERP covering the followings.

Business requirements and

Technical requirements.

Please note that

In this RFP, GUVNL requires that bidder should provide plan to setup a Business Intelligence (BI)

and Data Warehouse (DW) with required tools. GUVNL intends to implement and setup BI DW

once the successful new ERP is over.

6.1 Business Requirements for New ERP

6.1 Business Requirements for New ERP

1 For all business requirements of GUVNL and all its subsidiaries company, Bidder shall

I. Study Business Processes Document i.e. reference documents & its abstract prepared

by functional team of GUVNL and its subsidiaries. However, final business blueprint

will be decided mutually agreed upon by successful bidder and GUVNL & its

subsidiaries based on detail study of AS-IS, TO-BE and GAP Analysis.

II. Conduct complete study of business functions / Process flows and uncovered

Business requirements for which legacy systems are being continued including

statutory and regulatory reporting requirements if any.

III. Bidder shall have to cater to any requirement which may arise during implementation

phase for achieving the desired result without any financial implications.

GUVNL:IPDS

Page : 53

6.1 Business Requirements for New ERP

IV. Compile and validate AS-IS, TO-BE and UAT. Submit & get approval of these

documents Module wise.

2 Bidders shall collect the soft copy of the Business process documents before pre-bid meeting or

earlier. However Bidder shall have to cater to any requirement which may arise during

implementation phase for achieving the desired result without any financial implications.

3 Study the existing implemented environment narrated in Annexure I – Existing H/W Details of E-Urja

&R-APDRP.

4 Conduct a full-fledged assessment of the existing applications including a thorough technical and

functional review of all current applications outlining

The successful bidder shall submit validated “AS-IS” processes and “TO-BE” processes

documents along with the other necessary documents specified in deliverables Phase of this

RFP as per the standard ERP format & practice.

Bidder preferably may follow Agile Methodology for requirement study for Business

requirement of GUVNL and its subsidiaries and other envisage work in this RFP in an

interface with all company module owners and revise requirements at each sprint if all

requirements cannot be identified by bidder at the outset. For this purpose, bidder shall have

to put right team with the right skills sets.

The successful bidder shall ensure current financial year‘s open transactions and all live data

(as per cutoff year specified) as well as masters and important documents related to and

needed from EBS 11i (e-Urja) and R-APDRP to migrate to the new ERP systems before Go-

Live.

The successful bidder shall be responsible for setting up the Testing environment, creating /

loading the necessary test data, recording the test cases, and maintaining a defect register for

each module, integration and performance testing for all the modules to be implemented by

him.

5 As per the Best Practices, suggest Business process re-engineering (BPR) if required any from above

assessment for any company. New ERP need to be appropriately configured considering business

and technical requirements, it will need to be appropriately configured to the satisfaction of GUVNL

and all its subsidiaries. In this regard, System Integrator along with OEM shall need to carry out the

following activities:

Understand current business processes and reporting / MIS / Dashboard requirements of

GUVNL and all its subsidiaries. BPD are mentioned at Section 8: Business Process Document for

New ERP

Explain best practices available in the successful OEM Product and how these best practices

GUVNL:IPDS

Page : 54

6.1 Business Requirements for New ERP

affect the existing business processes.

Identify areas of differences between the best practices and the current business processes of

GUVNL and all its subsidiaries.

Identify areas where successful OEM Product does not meet requirements and draw up plan

in terms of a workaround or customization.

Map all MIS / Reporting requirements and statutory reporting requirements of GUVNL and

all its subsidiaries and identify new reports that need to be customized / freshly developed in

standard format (e.g. .xlsx, .pdf , .xml and many such popular formats) defined by users.

Design all desired access security and data validation controls.

Document the configuration done and prepare user manuals for maintenance of the

configuration / customization

6 Also, suggest industry standard best practices for backing up (archiving), purging and restoring

current ERP data / future new ERP and implement upon discretion of management plus custom

integrated module database. Suggestions shall also include components / tools for managing the

above including AP and DB tiers. Restoration may be need / module based.

7 Latest version of Offered ERP available while placing the order has to be implemented.

8 Coordinating GUVNL’s Hosting Systems Integrator / maintenance service provider while

Implementing New ERP.

9 During the course of this new ERP implementation or in warranty period or AMC period, if, merger

/ demerger of GUVNL or its subsidiary Companies or any structural changes may occur, in such

case, the successful bidder shall design the architecture in a such a way that in case of any of the

above event, the system can take care of requirement without any enhancement and affecting

operational workflow. The system related work till its final successful acceptance shall be within the

scope of this RFP.

10 As on today, due to current company wise dedicated instance architectural setups, intercompany

transactions plus consolidation are not possible. However, with New ERP and in its instance

architecture design, intercompany business transactions are desired by the business. Also, there is a

requirement of consolidated Trial Balance at GUVNL Level.

GUVNL desires that the four power distribution subsidiary companies should ideally share a single

instance and a database as their nature of business is same. Apart from four power distribution

companies, there exist a power generation (GSECL), power transmission company (GETCO) and

with a holding company named “GUVNL”, a power trading company. These companies may have

independent instance architecture. However, bidders may suggest their clear opinion for the same in

their project charters. Based on opinions of bidders in the project charters as well as GUVNL’s

requirements, GUVNL would decide either to have single instance architecture for all seven

subsidiaries or business wise multiple instances as envisaged above, while awarding a final contract

to the successful bidder.

GUVNL:IPDS

Page : 55

6.1 Business Requirements for New ERP

Successful bidder shall be responsible for merging or de-merging of the same without any

commercial implications and without impacting any past transactions.

11 Earlier R-APDRP project has been implemented in 2010 for four power distribution companies (DISCOMS) of GUVNL and is live for 84 towns. This R-APDRP project has been tightly integrated with functional areas like Customer Relationship management (CRM), Utility Billing, Enterprise Asset Management (EAM) and Projects. In new proposed system, Some of the R-APDRP modules will merge in to new ERP and for rest of retain modules data transfer to & fro from such modules of R-APDRP need to flow seamlessly during and after New ERP. The successful bidder also need to retain and maintain any other data, interfaces and other third party application which are useful to business in the New ERP. The archived logs of all New ERP DB instances have to be propagated to Disaster Recovery (DR)

site and shall have to keep monitoring the same and data need to flow seamlessly. Application and

Database binaries also update at DR site whenever changes at PR site.

Successful bidder for New ERP / AMC shall be entirely responsible for the data emerging from New

ERP and flowing to DR site and vice – versa and shall be fully responsible for any bug fixing in its

code or scheduled jobs. Mock drill for new ERP will schedule mutually agree with GUVNL and its

subsidiaries.

12 Special Note for R-APDRP:

Following modules of existing R-APDRP application and database will keep as it is and move to

new hardware, proposed by Bidder.

1. GIS

2. Network Analysis

3. MDAS

4. MDM

Tobe precise the bidder need to successfully seamless integrate above modules with new ERP

along with moving modules from existing hardware to new expansion capacity provided by

GUVNL in the existing IBM E880/P8hardware as describe in hardware specification Annexure I –

Existing H/W Details of E-Urja &R-APDRP.

Bidder need to successfully demonstrate full flagged functionality of migrated module functionality

in new Hardware along with UAT and Rollout.

13 User Acceptance Testing (UAT):

UAT for modules as well as integration shall have to be done end-to-end for one pilot

location in each company.

The UAT shall be carried out in the Testing environment for GUVNL and all its subsidiaries

separately. The successful bidder shall be responsible for setting up the Testing environment

GUVNL:IPDS

Page : 56

6.1 Business Requirements for New ERP

for new ERP by him and also for creating / populating the necessary configuration data as

well as master data as would be required by the end users for the sake of UAT.

The UAT test cases and test scenarios preparation will be joint responsibility of successful

bidder, GUVNL and all its subsidiaries i.e. Functional, Technical expert from bidder and

Module process owners/CMG conveners.

UAT shall also be applicable related to integration i.e. end to end process testing of all

modules up to correct financial processes.

Successful bidder shall be responsible for maintaining documentation related to all the

defects (defect description, solution, and test results).

System integrator will use standard tools for the implementation supplied by OEM.

14 Successful bidder shall keep company wise each & every record, logs of the proceedings of the each

phases of the project in writing to avoid any debatable issues of delaying the project on accounts of

reasons attributable to both the sides i.e. SI as well as clients.

Successful bidder shall seek OEM’s advice in using high-availability and other database features

like partitioning, performance tuning etc.

16 Successful Bidder shall develop purging policy in coordination with GUVNL & its subsidiaries to

get optimum performance of the new ERP. While purging the old workflow Notification from

production environment, same should be accessed in alternate way describing total flow of data

element right from creation, control, executed along with history.

17 During study/Implementation/Integration phase, bidder may need to deploy staff at corporate office

of various companies/power stations for some time, at successful bidder’s cost.

18 Implementation Warranty / AMC:

The successful bidder shall provide a comprehensive onsite implementation warranty for all

the modules implemented by him for duration of 36 months after the “Go-Live” date.

Minimum indicative scope of work as mentioned in BPD.

In the context of New ERP implemented at GUVNL and all its subsidiaries, the successful

bidder shall obtain product software upgrades, maintenance releases and necessary patches

and bug fixes released related to bugs/ issues detected in the product from Product Support as

when provided by OEM. This shall be applied within 15 days of their availability in

consultation with GUVNL. Product updates activity shall include application and Database

versions under this AMC without any commercials. (All Rollup, ATG, CPU, Patches etc.).

GUVNL shall promptly notify the successful bidder in writing of any claims arising under

this warranty. Upon receipt of such notice, the successful bidder shall, within the warranty

period and with all reasonable speed, resolve the defects in any modules, without costs to

GUVNL and any its subsidiaries within time specified and acceptable to GUVNL.

GUVNL:IPDS

Page : 57

6.1 Business Requirements for New ERP

The successful bidder shall accept new Change Requests for enhancing the functionality of the product as per the end users requirements. All such requests would be handled by a Change Management process without any commercial impact to GUVNL during transition and go live, stabilization acceptance and project closure.

For change requests in core functionality (except reports & forms) during AMC period involving efforts of more than three days, it would be reviewed on case to case basis and after review and acceptance by GUVNL, they may be considered for payment at the sole discretion of GUVNL.

The patches should be tested by the Level 2/3 support team of successful bidder in

Development environment and subsequently UAT will be done by the end users in the

Testing environment before they are implemented in production.

Any Level of fixes will be tested by the Level 2/3 support team of successful bidder in

Development environment and subsequently UAT will be done by the end users in the Test

environment before they are implemented in production.

19 Implementation Warranty, SLA and AMC:

[For only during implementation warranty] The successful bidder shall provide a

comprehensive onsite implementation warranty for a duration of 6 months after the “Go-

Live” date. (During warranty period whole team should be available on site).

Successful bidder must maintain service level agreement and deliverables as mentioned

in the Section-10: Service Level Agreement and mention in the Section 6 – Scope of Work

20 In the current scenario, our end users create many and large scanned documents in Business. For the

New ERP, as per industry standard practice, such scanned documents, images should be stored

outside the ERP database in a different file server as a part of document management system and

only link should exist in ERP pointing to these documents.

6.2 Technical Requirements for New ERP

6.2 Technical Requirements for New ERP

1 Successful Bidder shall have core knowledge of all Offered ERP Product module

components (potentials to explore out of the box offered functionality), its installations,

upgrades, Setups, performance tuning, system sizing, database administration, archiving and

purging production database at regular intervals, implementation, functions, features, forms

and reports including Pages, Managing jobs, setting up Data warehousing, framing Data

Marts, mapping business requirements & Analytical tools etc. 2 Successful bidder shall use best practices for Information Lifecycle Management (ILM) for

data storage and provide solution for Purging for New ERP during re-implementation and

GUVNL:IPDS

Page : 58

6.2 Technical Requirements for New ERP

must show additional performance out of database.

Suggest industry standard best practices for archiving, purging and restoring data plus

custom integrated module database which are exponentially growing and causing

performance issues

3 For customizations which is not included as part of seeded functionality of the offered

product, bidder must keep level of customization as bare minimum depending upon offered

functionalities and suggest best practices.

Database best practices like indexes, custom Partitioning (using relative merits of range, list,

hash, composite partitioning etc.) should be utilized to get addition performance.

The successful bidder shall keep all SQL queries with the minimum CPU, IO cost for all

modules.

4 New ERP Plan:

Phase I –Assessment Phase.

AS-IS(with approvals),

TO-BE(with approvals),

Mappings documents(with approvals),

GAP Analysis(with approvals)

Stage wise approach for New ERP as per Deliverables, System Development Life Cycle

(SDLC) for GUVNL’s ERP project, scope of work of this RFP, suggesting Business

Process re-engineering required, if any.

Overall Design of the projects after assessment phase I considering

a) A thorough analysis of the current technical and functional environment.

b) Identification of changes REQUIRED in support of New ERP.

c) Technical environment changes.

d) Functional changes covering all requirements of this RFP.

Industry standard Data purging policy in an ERP environment must be narrated

along with required mechanism in the assessment phase. Bidder should suggest a

component either from OEM and workout a custom solution to ensure that ERP

environment including custom application data is purged and or archived.

Project charter shall include required time frame for development of New ERP

Implementation activity as well as for production environment.

Documents submissions with specific products / modules, processes, services and

customizations (as per types of Documents in OEM Offered Product practices), Overall

GUVNL:IPDS

Page : 59

6.2 Technical Requirements for New ERP

Design, configuration docs, customized objects carry forwarded etc. Modifications to

these documents may have to be made to the satisfaction of GUVNL and all its

subsidiaries.

Defining strategy for data migration from existing ”e-Urja” and “R-APDRP” database

to latest New ERP database by providing appropriate and necessary filters on the

existing data by interactions with GUVNL and all its subsidiary companies.

Submit architectural design as part of deliverables. This shall be reviewed by OEM.

Successful vendor shall incorporate suggestions from OEM, if any, and upon approval

from GUVNL, proceed for Phase II.

Bidder shall have to clearly define timeline breakup for each of the activities of Phase I

& II of New ERP implementation (considering 24 months total timeline).

Phase II - New ERP Implementation Phase.

Stage wise implementation of assessment Phase I as per approved design and

submitted documents.

Carrying out data migration from existing ”e-Urja” and “R-APDRP” database to latest

New ERP database by providing appropriate and necessary filters on the existing data

by interactions with GUVNL and all its subsidiary companies.

Arranging Test Management Plan (Unit, System and UAT) for GUVNL and all its

subsidiaries.

All company Conference Room Pilot (CRP) including reports to all company.

Conducting Final User Acceptance Test (UAT) and submission of final documents

inclusive of Integration Testing results.

Handholding, imparting trainings& capacity building to administrators, technical,

functional and techno-functional organizational members including all features of

New ERP.

GUVNL proposes to plan end-user training in all modules of New ERP in 4 different

phases namely during implementation, UAT, Rollout & Stabilization and post GO-

Live. All logistic arrangement like office lunch, IT infrastructure, location etc. will be

provided by GUVNL except faculty. In short, about 3000 man days training for

minimum 20 important modules is to be estimated by the bidder for costing. Apart

from these GUVNL also plan for training to module champions and in-house IT staff

which is mentioned below in deliverables.

5 Deliverables for New ERP including BI-DW and DR Site :

GUVNL:IPDS

Page : 60

6.2 Technical Requirements for New ERP

The bidder shall have to comply with the list of deliverables mentioned below. All the

deliverables but not limited to are mentioned below, after successful completion have to be

submitted to GUVNL Project manager in one hard Copy & One Soft Copy (in a CD).

GUVNL may add or remove at the later stage of the project, which shall be binding to the

successful bidder.

Project Initiation:

Project Initiation

Report and

Presentation

The IP shall submit a project initiation report and presentation that

includes details such as phase wise activities involved in the

implementation, responsibility matrix etc.

Project Plan IP shall prepare the Project Plan that should include detail plan for

each activity. It should also contain progress reporting, exceptions and

issues requiring immediate action.

Customization

Strategy Report

The IP shall prepare a ‘Customization Strategy Report’ which includes

the strategy for identified custom developments/enhancements

Interface Strategy

Document

The interfaces to be developed between the ERP System and the

legacy systems, other legacy applications or bolt-on applications based

on the To-Be Process document shall be prepared by the IP in form of

“Interface Strategy Document”.

Software Supply:

Software Supply

and Specification

Supply of ERP Software (CD’s containing the named ERP user

license, ESS licenses, database user license, operating manual,

technical documents etc.) for ERP & ESS user licenses (as per

license schedule at Section-12: Delivery Schedule & License Delivery

Schedule).

Resource Deployment Plan:

Resource

Scheduling

The IP shall submit a deployment plan with allocation schedules

of resources identified for different functional modules in scope

during the course of implementation. (as per expected man-power

charter at Section 9: Expected Project Man-Power Requirement

Charter)

Solution Design

Business Process The IP shall leverage the use of Industry based Best Practices

along with Power Utility Sector experts to analyze the existing

GUVNL:IPDS

Page : 61

6.2 Technical Requirements for New ERP

Reengineering processes in GUVNL and its subsidiaries and propose a roadmap

involving the radical redesign of core business processes to

achieve dramatic improvements in productivity, cycle times and

quality.

Business Blueprint

Document

Conduct an AS-IS Business process & Information Requirement

study.

Prepare a TO-BE Business Process document along with Gap

Analysis describing how existing processes will be executed post

going live with the ERP SOLUTION and highlight the changes in

the TO-BE processes from the AS-IS process.

Propose solutions workarounds, custom development, interface

with legacy systems, etc. in terms of process changes. This

document must allow easy reference to the AS-IS Process

document.

Solution Development

Solution

Prototype/Conferen

ce Room Pilot

Based on the approved Blueprint, the SI shall prepare a prototype

of the solution and demonstrate the same to GUVNL

Solution Prototype

validation /test

scripts/ CRP

sessions and

validation by

GUVNL nominated

users

The solution prototype should be made available with proper

scripts for validation by GUVNL nominated users. The prototype

validation may go through multiple iterations (often referred to as

Conference Room Pilot session) based on validation feedback.

Solution Prototype

validation / CRP

feedback

Document the feedback received after every round of validation/

CRP and get it signed off by GUVNL nominated users.

Solution Testing

UT, SIT and UAT

Plans

Plan for Unit Testing, System Integration testing and User

Acceptance Testing

Test Scripts for UT,

SIT and UAT

Prepare the SIT, UAT and other test scripts and get them validated

by GUVNL & its subsidiaries. Document the feedback from the

tests. Assist GUVNL & its subsidiaries nominated user to conduct

the tests. Assist GUVNL & its subsidiaries Business Team to

conduct the data conversion test and check for completeness and

GUVNL:IPDS

Page : 62

6.2 Technical Requirements for New ERP

correctness. Present the feedback of the SIT, UAT and other tests

to GUVNL & its subsidiaries in a report and presentation to enable

GUVNL & its subsidiaries to decide on the readiness of going live

with the solution.

Additional tests

conducted in

specific areas and

test results

documented

Conduct additional tests and document the results if any changes

are recommended by GUVNL & its subsidiaries after viewing the

results of the tests.

Stabilization

Acceptance Results.

Post Go-Live Test

results.

Conduct a mock-run with production data.

Observe the performance during stabilization period post Go-Live

on a continual basis. Monitor the performance during the PG

period on a continuous basis.

Data Conversion

Data Conversion

Strategy

The IP shall develop the data conversion strategy considering the

Go-Live Plan, data archival and retrieval policy etc

Template for data to

be converted

The IP shall design the data conversion template for data

collection, cleansing and mapping along with conversions scripts

Data conversion

scripts & necessary

documentation

The IP shall prepare the necessary data conversion scripts and

document the same. IP shall identify/provide necessary reports to

facilitate verification of data converted

Data conversion test

plans and test

results

The IP shall execute complete/sample data conversion during the

testing stages and obtain sign off from users in terms of adequacy

and correctness

Data conversion

executed on

Production

The IP will execute data conversion on production instance and

obtain signoff

Training

Training

Requirement Report

Identify training requirements for functional and technical Core

team members and end-users.

Training Plan for

Users

A detailed Training Plan giving details of content, duration and

training material to be provided to different categories of

participants

Training for Hands-on training to core team members on ERP SOLUTION

GUVNL:IPDS

Page : 63

6.2 Technical Requirements for New ERP

GUVNL Core

Team Members

configurations, the processes and other applications including

disaster recovery

Certified Functional, Technical, System administration and

Database management training for core team of GUVNL & its

subsidiaries, should be arranged by system integrator before

implementation directly from OEM.

The training has to be conducted at the training facilities decided

by GUVNL & its subsidiaries or at training facility of Utilities as

per the Software product’s proposed in the solution by System

Integrator. The participants of GUVNL & its subsidiaries will be

issued a Certificate from OEM and SI for attending these courses.

Training for

Technical Team

Members

Hands-on training to Technical Team members on ERP

Application, modules including training on system configuration/

database administration, backup & restoration, report development

and maintenance of ERP and other applications.

Continuous Training(fortnightly) during Implementation,

Handholding during “post Go-Live “ Stage, every month

Configured training

environment

A fully configured solution prototype for training end-users.

ERP PRODUCT

Training for end-

users.

Hands-on training to Key Users/Trainers on the configured

solution

The System Integrator along with OEM should propose

comprehensive change management and End User training plan

for adoption of the applications developed/proposed to GUVNL &

its subsidiaries.

The plan should incorporate a consistent, enterprise-wide user

adoption strategy focusing on the following five key areas:

- Business Alignment

- Communication

- User Training

- Performance and Management

- Reinforcement

As content may vary across key business units, the degree to

which the actual process, tools, and rollout strategy are consistent

will provide added economies of scale, as well as levels of skill

standardization. In summary, the end goal is striving to achieve

100% user adoption of the OEM application through behavioral

and technical competencies

ERP PRODUCT

Training, self-

learning videos and

end user Manuals,

Preparation of ERP Training Manual and end user manuals

keeping in mind the specific requirements of processes and users

at GUVNL. The bidder shall provide CBT (Computer Based

GUVNL:IPDS

Page : 64

6.2 Technical Requirements for New ERP

Online help and a

Solution Tutorial

Training) software.

ERP PRODUCT

Systems

Management

Manual

Preparation of ERP Systems Management Manual keeping in

mind the specific configuration of solution implemented

Integration

Integration

Document

Integrate ERP with the standalone applications that will be

developed by GUVNL.

Executing Cut Over

Cut-Over strategy Submit and present the cut-over strategy to GUVNL for their

validation and approval

Strategy for prior

period data build-

up.

Provide the required strategy for building data for the prior period

in case the cut over does not synchronize with the accounting

period (such as beginning of the financial year etc.)

Go-Live Readiness

Result

The IP shall conduct a Go-Live readiness check across multiple

dimensions : People, Process, Location, Data, Technology etc.

Executing cut-over Executing the cutover from the legacy applications to ERP in

accordance with the approved cutover strategy

Transition and Go-live Plan:

System transition

plan

The IP shall provide detailed plan for new system transition viz.

pre-requisites for go-live readiness including:

Black out period

Data/ transaction handling strategy during black out period

Rationalization plan for accounting of transactions posted during such period

Legacy data handling post go-live:

Reporting strategy

for legacy data

GUVNL intends to store legacy historical data (not part of

cutover) in the form of standalone electronic media for future

references.

GUVNL:IPDS

Page : 65

6.2 Technical Requirements for New ERP

The IP shall provide a data migration strategy to retain legacy

historical data that can be referred for regulatory requirements and

management reporting in parallel to the ERP solution.

Post Implementation Support

Support for three

years post final

Stabilization

Acceptance

Provide post implementation support for Three years after final

Stabilization Acceptance.

Helpdesk

Management

guidelines

Transfer knowledge and use an ERP Helpdesk, including the

processes to be followed in logging request for assistance,

assigning requests to specific helpdesk individual, recording

resolution and tracking the overall resolution and response time.

Facilitate bug fixing within the time frame and SLA provided by

GUVNL.

Configuration

Document

Configuration document completed in all respects giving details of

configuration for all functionalities with screen shots where

necessary for better understanding

Upgrade and Patch Application

Application

Upgrade Policy.

Provide a detailed upgrade policy for the upgrade (minor as well

as major) of applications being implemented as a part of this ERP

implementation.

Patch Application

Guidelines

Provide a patch application guideline based on the standard

practice and methodology

Tools and knowledgebase

Applications and

tools developed by

IP

Provide list of applications, knowledgebase and tools developed

and successfully implemented by IP for Power Utility industry in

last 5 years

It should be noted that all the submitted deliverables require sign-off by GUVNL before the

IP proceeds further to the next logical step. OEM shall be conducting an audit of the

configured system at different milestones.

6 Communication Plan:

GUVNL:IPDS

Page : 66

6.2 Technical Requirements for New ERP

Regarding deployment of dedicated experienced project manager plus functional

staffing and effective communication plan mentioning responsibility of each

individuals participating in the project, the motive and the reason for communication

plan, location where the receiver could find information, the duration and the

frequency of the communication plan, the mechanism which is used to facilitate the

communication, The receivers of the communication. This will specify how project

manager will communicate with project owners, participants and stakeholders

throughout the project.

7 Others:

Barriers and the risks involved with the project.

In-scope and out-of-scope items.

Quality Management Plan.

Availability of resources.

Constraints under which the team will work.

8 Time lines.

Phase I and Phase II of projects must be completed and delivered within the

framework mentioned in “ Section-12: Delivery Schedule & License Delivery Schedule

”from the start date of the projects.

9 Documentation approach and its format to include functional changes as described in above:

Deliverables for New ERP including BI-DW and DR Site.

10 Successful bidder shall have to clearly mention in the project charter regarding the

organizational manpower to be trained in different streams to achieve competency level for

knowledge transfer and handling New ERP independently.

Impart training and define handholding strategy for administrators, technical, functional and

techno-functional organizational. 11 Build capacity of the core team comprising of module wise functional and technical

employees from GUVNL & subsidiaries to reduce the dependability of vendor from

maintenance point of view as well as train them to handle independently future issues if any.

12 GUVNL shall decide about New ERP cutoff Date criteria based on performance and

acceptance of the system and same shall be binding to the successful bidder.

13 Successful bidder shall get their Assessment & review of the implementation design done

from offered OEM product. Successful bidder shall arrange for such audit from OEM. Bidder

shall have to agree to such audit and show readiness to incorporate suggested changes by

OEM if any, emerging out of this review before entering in to Phase II i.e. New ERP

implementation Phase and implement during this project of New ERP.

14 Go-Live

The successful bidder would be responsible for the setting up the production environment

GUVNL:IPDS

Page : 67

6.2 Technical Requirements for New ERP

with New ERP to be implemented by him and related interfaces along with data migration

from the existing system.

15 The functionality requirements for each of the modules are given at BPD of this RFP, which

are indicative. However, vendor should include the detailed requirements for each of the

module during business process mapping at the time of implementation.

In order to support the prime functions and other functions, the ERP shall also cover the

following modules either built in the Core module /add on modules.

1. Dashboard for Senior Managers with Business Intelligence, ARR (Annual

Revenue Report)

2. Workflow Management

3. Enterprise Portal

16 Number of Users:

Estimated number of users of the system at GUVNL& its subsidiaries’ s Head Office, Labs,

Stores, Hi-Tech Labs, Sub-Stations, Power Plants, Circle Office, Division & Sub-division,

Sub-Station offices has been assessed at 14000 named ERP user licenses as per Section-12:

Delivery Schedule & License Delivery Schedule to begin with and may go more. The vendor is

requested to quote as per mentioned in Schedule – B Price Break Up For Main Components. It shall

be the decision of GUVNL& its subsidiaries to distribute the user licenses within the

organization covering. There should not be any restriction in use of functions/modules in

each named user license. For Billing and CRM, approximate numbers of consumer in all four

DISCOM is 1.60 Crore and Payroll prepared for all employees of GUVNL and it’s

subsidiaries is more than 52000 employees.

The Supplier shall provide details of number of named user ERP licenses, latest RDBMS,

Cluster, Partition, Development, Testing and other third party, if any, License based on

requirement mentioned in this RFP.

GUVNL:IPDS

Page : 68

Assessment and setting up of BI and DW

GUVNL and all its subsidiaries are transacting in e-Urja since last seven years and have tera bytes of data

and there is no analytics is in place for decision making. Historical information is not stored in DW & lies

in OLTP DB. Also, there is a requirement of Dash Boards for the management which is partly being

fulfilled with an adhoc requirement of reporting directly from ERP OLTP database. This is cumbersome

and takes considerable time to process.

Please note that,

In this RFP, GUVNL requires that bidder should provide plan to setup a Business Intelligence and Data

Warehouse with required tools. GUVNL intends to implement and setup BI DW once the successful new

ERP is implement.

The Business and Technical requirements are mentioned below.

Business Requirements and

Technical Requirements.

6.3 Business Requirements for Data Warehouse and Business Intelligence

6.3 Business Requirements for Assessment and setting up Data Warehouse and Business

Intelligence

1 With the successful implement of new ERP at GUVNL and all its subsidiaries, setup a

consistent foundational Enterprise Data Warehouse (EDW) for GUVNL and all its subsidiaries

that would optimize for management reporting, analysis and generate Business Intelligence

environment. Implement the same for Decision Support System (DSS), reporting / analysis /

comparison needs of GUVNL and all its subsidiaries.

2 To deploy a dedicated competent team with good potential and having large sized work

experience for setting up data warehouse and implement BI and analytical tools.

3 Data extracted from existing e-Urja (ERP), R-APDRP and New ERP as well as custom

application database must be cleansed and transformed to Data Warehouse by using

appropriate standard ETL process / customized ETL process. For cleansing the Master and

Transactional data from ERP + custom modules, respective subsidiary of GUVNL would

extend help in this regard. Successful Bidder should consider existing data as one of the source

to the Data Warehouse data.

4 Change Data capture integration / management has to be defined as the total process of finding

records that have changed in a transaction system, and applying those changes to a data

warehouse, such that these changes might be tracked in a reporting system. This must be

scheduled daily in batch process by mutual discussions. Better approach rather than this may

be indicated by bidder. In no case, inconsistent data would be allowed by GUVNL. Change

data capture should capture data for three different events New data, Change data, Deleted

data. 5 Systems security of EDW must be narrated by Bidder during its assessment phase.

6 Industry standard purging policy in an ERP environment plus BI DW must be narrated with

mechanisms in the assessment phase. Bidder should ensure that ERP environment data is

GUVNL:IPDS

Page : 69

6.3 Business Requirements for Assessment and setting up Data Warehouse and Business

Intelligence

usually purged, or is archived as per the company policy.

7 Successful bidder should ensure testing the data warehouse in batches that are in-line with the

batches of data loading. Also, reconciliation of data should be ensured for its correctness and

consistency in a data warehouse. 8 Bidder should also ensure that newly built data warehouse is acceptable to the users. Audit logs

that include may be Time/date stamp, Length of time in record, who accessed, and for how

long, Monthly/weekly/daily Transaction Volume etc. 9 Support robust knowledge transfer processes for all aspects of the DW/BI solution to staff of

GUVNL and its subsidiaries (the organizational team) so as to independently handle

administrative, technical and operational work (users).

10 Successful bidder shall to keep each & every record, logs of the proceedings of the each phases

of the project in writing company wise to avoid any debatable issues of delaying the project on

accounts of reasons attributable to both the sides i.e. SI as well as clients.

11 Implementation Warranty and AMC:

[For only during implementation warranty] The successful bidder shall provide a

comprehensive onsite implementation warranty for a duration of 6months after the

“Go-Live” date. (During warranty period whole team should be available on site).

In the context of BI-DW version implemented at GUVNL and all its subsidiaries, the

successful bidder shall obtain product software upgrades, maintenance releases and

necessary patches and bug fixes released related to bugs/ issues detected in the product

from Support provided by OEM including database. This shall be applied within 15

days of their availability in consultation with GUVNL. Product updates activity shall be

under this AMC without any commercials. (All Rollup, CPU, Patches.)

The patches shall be tested by the Level 2/3 support team in Development environment

first and subsequently UAT will be done by the end users in the Testing environment

before they are implemented in production.

GUVNL shall promptly notify the successful bidder in writing of any claims arising

under this warranty. Upon receipt of such notice, the successful bidder shall, within the

warranty period and with all reasonable speed, resolve the defects from any upgraded

modules, without costs to GUVNL and any its subsidiaries within time specified and

acceptable to GUVNL.

The successful bidder should provide the relevant documentation defined as

deliverables as a part of project charter in this RFP.

The successful bidder shall accept new Change Requests for enhancing the

functionality of the BI-DW as per the end users requirements. All such requests would

be handled by a Change Management process without any commercial impact to

GUVNL under warranty and AMC period as well.

The patches should be tested by the Level 2/3 support team of SI in Development

environment and subsequently UAT will be done by the end users in the Testing

GUVNL:IPDS

Page : 70

6.3 Business Requirements for Assessment and setting up Data Warehouse and Business

Intelligence

environment before they are implemented in production.

Level 2/3 fixes will be tested by the Level 2/3 support team of SI in Development

environment and subsequently UAT will be done by the end users in the Test

environment before they are implemented in production.

This warranty phase would be considered completed only when all issues reported to

the Level 1 and Level 2/3 support teams of SI respectively during the duration of the

warranty, have been resolved and implemented in production. Failing to which,

warranty period would be extended to the same extent. After completion of warranty

period, AMC will commence.

6.4 Technical Requirements for Data Warehouse and Business Intelligence

6.4 Technical Requirements for Assessment and setting up Data Warehouse and Business

Intelligence

1 Successful bidder shall recommend the relevant products, standard ETL processes and suggest

custom ETL process, if any required and OLAP tools with license requirements for setting up

the requirement of Data warehouse and related Business Intelligence for performing queries,

analysis, reporting along with centrally monitoring applications and RDBMS. Also, provide

terminology services to standardize data by mapping to existing standards before it is fed into

the DW.

2 Successful bidder shall indicate industry standard BI-DW tools suitable for offered ERP plus

custom modules, if any, and its licensing requirements in the project charter. It shall be part of

this RFP. Commercial for the same shall be bundled in Price schedule B.

2 As there are voluminous transactions in applications like Utility Billing (LT, HT) involving

billing , revenue collection and its accounting , ERP applications as well as third party

applications, successful bidder must suggest and implement best DW and BI design with

relevant tools including database. 3 Data Warehouse (DW) design shall be as per industry standard, flexible, scalable from the

beginning to support expansions / upgrade and must be approved by GUVNL in – principal,

before beginning of actual physical works.

4 Develop data marts based on surveying specific needs of GUVNL and all its subsidiaries. DW

ideally should also have provision for managing historical data and its design should include

business data models, star schemas, Data mappings from source systems etc.

5 Describe in detail, Data Mart development methodology, overall system functionality and

flexibility, including ease of use and support for loading multiple Data Marts. Include the

process and frequency of the data refresh. 6 Custom Partitioning used must enhance the data management environment for BI DW by

adding significant manageability, availability, and performance capabilities to large underlying

database tables and indexes used by OEM in its product (using relative merits of range, list,

hash, composite partitioning etc.) and provide additional performance out of existing database

solution.

GUVNL:IPDS

Page : 71

6.4 Technical Requirements for Assessment and setting up Data Warehouse and Business

Intelligence

This also should add significant manageability, availability, and performance capabilities to

large underlying database tables and indexes used, retaining a single application-level view of

the data.

7 Successful bidder shall use best practices for Information Lifecycle Management (ILM) for

data storage (DW) and provide solution for Purging and must show additional performance out

of existing database.

8 Describe approach to error reporting and resolution, particularly where errors are resolved at

different levels like Standard data consistency checks, Standard data format checks , Process

for error resolution , Internal data compatibility checks etc.

9 Successful bidder shall ensure that Data warehouse and Business Intelligence is designed and

built for performance objective.

10 DW should allow cross-functional area analysis and comparisons for better decision-making.

Input provision in DW also should be kept for comparison.

11 Successful bidder should ensure testing the data warehouse in batches that are in-line with the

batches of data loading. Also, reconciliation of data should be ensured for its correctness and

consistency in a data warehouse.

12 Bidder should also ensure that newly built data warehouse is acceptable to the users. Audit logs

that include may be Time/date stamp, Length of time in record, who accessed, and for how

long, Monthly/weekly/daily Transaction Volume etc.

13 Successful bidder shall have to clearly mention in the project charter regarding the

organizational manpower to be trained in different categories along with pre-requisite

qualifications, competency level for knowledge transfer and handling BI DW independently.

14 Support robust knowledge transfer processes for all aspects of the DW/BI solution.

15 Conduct Product Architecture training from experts in BI DW in the areas of implemented

architectures, BI Categories - Reporting to Analytics, OLAP Architectures, Data modeling

concepts, Data Integration Framework (DIF), History of Accessing, Reporting And Analyzing

Data, Processes: Transforming data to information, Process management, Data Warehouse,

Data Marts, Operational Data Stores, Cubes, Deployment & Operational Tools.

Provide e-Learning content for BI DW for conducting one to one or one to many faculties less

class room training sessions for end users.

16 Testing data warehouse in batches for data loading, reconciliation of data loaded in a data

warehouse for its correctness and consistency, newly built data warehouse acceptance from

GUVNL:IPDS

Page : 72

6.4 Technical Requirements for Assessment and setting up Data Warehouse and Business

Intelligence

users of all subsidiaries.

Go-live for all above.

17 BI DW Plan:

Phase I: Assessment Phase.

Project charter shall include

BI DW tools, licensing requirements along with required time frame for

development of the same for implementing BI DW.

Implementing and setting up stage wise BI DW considering existing systems of

GUVNL, scope of work of this RFP.

a) AS-IS (with approvals),

b) TO-BE (with approvals),

c) Mappings documents (with approvals),

A thorough analysis of the reporting needs of all subsidiaries of GUVNL including

overall consolidated requirements of management dashboards and each module wise

requirements of dash Boards depicting critical MIS information.

Study, assessment of Business requirement in all subsidiaries with a submission of

design of DW & implementation plan for BI.

Other areas bidder deems relevant.

Phase II: Setup & Implement BI, DW

1. Carrying out setups of DW, all ETL processes, integration with ERP, Utility Billing

and all third party applications including legacies if any.

2. Building up Data warehouse and implement Business intelligence for entire end to

end IT solution of GUVNL & all its subsidiaries and integrating with New ERP for

GUVNL:IPDS

Page : 73

6.4 Technical Requirements for Assessment and setting up Data Warehouse and Business

Intelligence

incremental archival as well as formation of purging policies in consultation with

GUVNL management after successful implement and acceptance of new ERP from

GUVNL.

3. All company Test Management Plan (Unit, System and UAT). After acceptance of

successful testing.

4. Prima facie Documents submission with specific products / Data marts, processes,

services and customizations, the project will provide (Overall Design, configuration

docs, customized objects etc.).

5. All company Conference Room Pilot (CRP) reports, all company UAT Report with

submission of final documents.

6. All company integration UAT Report with submission of final documents along

with module wise e-Learning content preferably in local language on external

media.

7. Go-live.

System would be put into use with a declared Go-Live Date. After acceptance of

one month all statutory reports, acceptance of dashboards obtained from the system

in a post Go-Live scenario and with the satisfactory performance level of the

system, project would head towards end.

8. Conducting successful training in all areas as per project charter. Successful

completion of Knowledge Transfer (KT with shadow, non-shadow period as per

project charter) to the GUVNL and subsidiaries team, maintenance support systems

integrator if any. Handing over all software on physical media with inventory to

GUVNL provided by GUVNL at the start of the project.

9. Handing of all IPR (Intellectual property Rights) including all custom code with

Database objects depicting entity relationship diagrams (well documented and

printed on A4 size pages plus on media which can be edited).

GUVNL:IPDS

Page : 74

Annual Maintenance Support to New ERP Including BI-DW, DR Site

GUVNL intends to have a project charter from the bidders for comprehensive support and maintenance options for entire implementation of New ERP along with the maintenance support charges combined for a period of three years in the schedule – B (Price Bid Part -B)of this RFP and may be applicable after completion of stabilization period of warranty. The Business and Technical requirements for comprehensive support and maintenance for New ERP are mentioned below.

Business Requirements and

Technical Requirements.

6.5 Business Requirements - AMC for New ERP Including BI-DW, DR Site

6.5 Business Requirements for Annual Maintenance Support (AMC)

1 The implementation of comprehensive maintenance support shall commence after the successful completion of the warranty and stabilization phase and would continue for a period of 3 years thereafter for entire implementation of New ERP by IP for GUVNL and all its subsidiaries.

2 Successful bidder shall deploy manpower (as per expected man-power requirement charter in Section 9: Expected Project Man-Power Requirement Charter) in numbers comprising of technical, functional and various administrator qualified and experienced as per proposal content in Section 9: Expected Project Man-Power Requirement Charter. Client shall have authority to check the competency level of staff provided by the bidder and have rights to accept / reject the candidate. This shall also remain applicable for subsequent deployment of maintenance support staff. Successful bidder shall indicate above while providing their project charter for comprehensive maintenance support task of New ERP including BI-DW, DR Site for end to end IT solution catered to GUVNL and all its subsidiaries

3 The successful bidder shall support New ERP including BI-DW, DR Site / all 3rd party custom solutions plus Database implemented at GUVNL for GUVNL and all its subsidiaries. GUVNL may or may not choose to upgrade the version of the product depending on the additional functionality & features offered while obtaining product software upgrades, maintenance releases and necessary patches from OMS time to time (All Rollup, ATG, CPU, Patches). Successful bidder shall support deployed or upgraded version during the span of their product maintenance support period.

4 The successful bidder shall be responsible for dedicated Level 1 (Helpdesk), Level 2 (Configuration) support and Level 3 (Code Change) support for resolving issues at project location during the comprehensive AMC period for entire New ERP Including BI-DW, DR Site.

5 The Level 2/3 support for New ERP Including BI-DW, DR Site products / 3rd party custom

solutions would be 8 x 6 support (including holidays) from 10:00 AM through 6:30 PM IST.

However, GUVNL has rights to change the timing as per business timing change in future, the

successful bidder shall be bind to future change in timing.

GUVNL:IPDS

Page : 75

6.5 Business Requirements for Annual Maintenance Support (AMC)

6 The successful bidder shall provide contact numbers, email addresses, escalation matrix of a

dedicated support team. GUVNL shall be kept informed well in advance in case any changes are being made in the support contact.

7 Deliverables as a part of Annual Maintenance Support to New ERP:

The successful bidder shall update & provide the relevant documentation as a part of deliverables as defined in Technical requirements of New ERP mentioned in Scope of work of this RFP even under Implementation Warranty & AMC Support: Deliverables by Maintenance Support vendor on month basis

IP shall submit certificate from all company CNOs, Monthly list of problems reports (Issue Tracker), the Helpdesk ticket analysis with all status, Change Request status and status of all service requests logged with Offered OEM Product for every month with a presentation and any other issues if IP wants to address in a bimonthly meeting with all CNOs. Additionally, IP may share their comments on quality of tickets, any major issues encountered & resolved, operational difficulties and adoption of best practices to help in reducing the tickets volume further.

Successful bidder shall obtain compliance to SLA regarding applications and Database certified from GUVNL, IT.

A bimonthly meeting of all CNOs, Module owners would be held at GUVNL on a regular basis. Minutes of meeting (MoM) shall be drawn and it would serve the basis for releasing maintenance support charges for the months involved to the successful bidder.

All changes, customization, setup configuration done by IP should be properly documented and its detail along with source code be provided to client every month. User manual for each module should be updated every month for any changes that is being done during the month and revised user manual, standard operating procedures’ patches are provided to GUVNL and all its subsidiaries for all such changes every month.

Terminalmonth’spaymentatthetimeofexpiryofcontractshallbemadeonlyuponthe resolutionofallpendingissuesandonhandoverofthesourcecode,custom-code,database structures with entity relationship under Intellectual Property Rights (IPR) acquired during the contract etc.as per standard industry practice.

Deliverables for quarter-end month Payments “The Help Desk Tickets, SLA Compliance Reports & Change Request Reports of all the three months of respective quarter will be discussed at the Quarterly meeting of CNO/CMG conveners, & MOM may be drawn. The certificate from all CNOs for satisfactory resolution of the issues shall be obtained for payment of the concluding month of the relevant quarter. Any Open Issues, either with reference to the issue tracker or Change request, shall be rolled over to the next quarter and to be resolved by Quarterly Review committee, subject to the issues referred to Quarterly Review committee meetings (CQRM).

GUVNL:IPDS

Page : 76

6.5 Business Requirements for Annual Maintenance Support (AMC)

However if rolled over issues also include the open issues older than one quarter, no further payment shall be made until they are resolved. IP shall submit the invoices for the quarter-end month along with above deliverables, with CNO’s certificate. This shall be the procedure for release of quarter-end month payments. IP shall submit invoice along with details of the Helpdesk Issue reports in the form of Softcopy (C.D. Media) and Hardcopy of summary of Helpdesk and SLA reports.”

Maintenance of Technical Documents IP shall maintain and share sops of each module and also maintain and share the technical repository of the entire change management procedure which they may undergo. In case of non-existence of any relevant document of any module, IP should prepare the same and update on monthly basis.

8 GUVNL and any of its subsidiaries shall promptly notify the successful bidder in writing of any claims arising under software product maintenance support. Upon receipt of such notice, the successful bidder shall, within the product maintenance support period and with all reasonable speed, resolve the issue without costs to GUVNL and within time specified in the contract and acceptable to GUVNL.

9 If the successful bidder, having been notified, fails to remedy the defect(s) within the period

specified in the notice / contract, penalties if any for Monthly Maintenance Support charges

shall attract as per SLA mentioned in Section-10: Service Level Agreement .

Additionally, GUVNL at its own discretion, may proceed to take reasonable remedial actions as may be necessary, at the successful bidder‘s risk and expense and without prejudice to any other rights, which GUVNL may have against the bidder under the contract.

10 The successful bidder, during this phase of AMC, should accept new Change Requests for enhancing the functionality of the product as per the end users requirements fulfilling change management as mentioned in Technical requirements of AMC without any commercial implications.

11 This AMC phase shall be considered completed only when all issues reported to the Level 1 and Level 2/3 support teams respectively during the maintenance support period, have been resolved and implemented in production even though the period of support has expired.

12 Training: The successful bidder shall be responsible for module wise training and evaluating:

End Users of GUVNL and all its subsidiaries. Administrators and Super Users of GUVNL and all its subsidiaries.

The successful bidder shall hold class room training of modules once in quarter. Infrastructure would be arranged by GUVNL. Above training shall be carried out using Testing environment. The successful bidder shall be responsible for setting up the Testing environment with the relevant test data for all modules maintained by him.

GUVNL:IPDS

Page : 77

6.5 Business Requirements for Annual Maintenance Support (AMC)

The successful bidder shall update e-Learning soft content for each module which is envisaged to prepare in the New Proposed ERP.

All administrator and super user training shall be carried out in the Development environment. The successful bidder shall be responsible for setting up the Development environment with the relevant test data. Successful bidder shall facilitate the framing up of a course by providing the necessary course materials (presentations, courseware, evaluation procedure etc.) for products maintained by him. Training and evaluation material has to be specific to the implementation and should cover the customizations carried out to the product from time to time. Integration of the project: For seamless integration with retained R-APDRP modules and other applications, please refer to no. 6.1 sr. no. 11 of business requirements for New ERP.

13 Successful bidder shall keep company wise each & every record, logs of the proceedings of the each phases of the project in writing to avoid any debatable issues of delaying the project on accounts of reasons attributable to both the sides i.e. SI as well as clients.

14 Successful bidder shall get the system audit done from OEM on its own once in a year in respect of Applications (Design aspects, customizations etc.) plus Database audit for performance and shall submit report to GUVNL.

15 Successful bidder shall incorporate all the audit suggestions made by OEM in the system without any financial implication to GUVNL.

16 Maintenance Support to New Proposed ERP& maintaining SLAs for Help Desk Tickets, Applications & Database: The requirements mentioned at Section-10: Service Level Agreement and Section 6 – Scope of Work of business requirements of this RFP will be under the scope of AMC.

17 All change inquiries and requests should be reported to GUVNL management on a regular

basis. The successful bidder should ensure that timely reports should reach to GUVNL

management. In case of any delay to meet with required SLAs attributable, considering all

assumptions and dependencies and subject to approval of bimonthly reviews by CNOs, module

owners, successful bidder should ascertain that open changes are managed and closed out

promptly without any cost.

18 GUVNL Responsibilities 18.1 Functional Overview: - To provide a business process details in each area of business and resolution of help desk

GUVNL:IPDS

Page : 78

6.5 Business Requirements for Annual Maintenance Support (AMC)

tickets and queries by L0 and L1 process champions encountered by end users throughout

GUVNL and all its subsidiaries. This includes the following specific responsibilities:

a) Provision of a Help-Desk or similar facility

b) CMGConveners/Supervisorsareownersoftheirrespectivemodulesandshall

provide prioritization of tasks to successful bidder. Successful bidder shall allocate

and distribute the work across their team.

c) Extracting information from end users as per successful bidder specified list of

questions if any.

d) Timely referral of faults to successful bidder as per HelpDesk method.

e) Fault resolution monitoring, and production and distribution of Service Level

Monitoring reports as and when required.

f) Successful bidder shall deploy adequate man-power as per Section 9: Expected Project

Man-Power Requirement Charter

18.2 Hours of Operation: -

GUVNL Help / Support Service will operate on normal working hours, however, in case of

exigencies, these normal working hours shall not be observed and such support needs to be

provided as and when required. 19 Successful Bidder Responsibilities: -

Successful Bidder shall provide the services as per the scope mentioned in the work order

entrusted, Section-10: Service Level Agreementand Section 6 – Scope of Work of business requirements of this RFP. Successful Bidder shall also extend support to the Disaster Recovery

site and keep all Applications and Database in synchronization with primary site whenever and

wherever GUVNL setups its Disaster Recovery site.

In the event of any personnel of the maintenance support team being required to travel to

locations other than Vadodara, the travel, lodging and boarding arrangements will be made by

GUVNL as per the company’s rules and regulations. In case if such arrangement is not made,

Successful Bidder shall arrange the same on their own as per GUVNL standards and GUVNL

shall reimburse the cost to Successful Bidder against submission of documentary evidence

including the regret letter from the subsidiary company expressing its inability to make the

required arrangement.

Maintenance Support team from Successful Bidder shall form a core team of functional and

technical consultants plus DBAs to interact with the core functional team from GUVNL and its

subsidiaries. For any issue resolutions, a forum of interaction shall have to be made between the

two respective teams (Successful Bidder & GUVNL super-users / process champions) related to

the specific areas.

Over and above functional overview mentioned herein above, Successful Bidder shall also be

responsible for the followings:

a) Fixingofbugs/problemsreportedincustomcomponentsdevelopedormaintained by

Successful Bidder shall be limited to associate change of code (if any).

b) For problems related to Offered OEM ERP Applications, GUVNL team will

GUVNL:IPDS

Page : 79

6.5 Business Requirements for Annual Maintenance Support (AMC)

approach Successful Bidder team, who in turn will communicate with OEM on

problem resolution. Maintenance Support partner shall do needful follow up

with OEM / other related service provider

c) Successful Bidder team shall perform the necessary changes in development

environment, carry out testing in the Test environment and deploy the same in

Production instance once GUVNL approves the changes. GUVNL will provide

necessary server access with OEM ERP Applications on development, Test and

Production environments.

6.6 Technical Requirements – AMC for New ERP Including BI-DW, DR Site

6.6 Technical Requirements for Annual Maintenance Support (AMC)

1 The requirements mentioned at no 6.2 serial numbers 1 to 3 of technical requirements of RFP shall be under the scope of AMC.

2 Successful bidder shall perform all technical activities to keep OEM product keep running with satisfactory performance.

3 OVERALL OEM PRODUCT APPLICATIONS AND DATABASE MAINTENANCE AND BACKUP

Successful bidder shall design the backup strategy in consent with GUVNL to maintain

and restore application and Database tier of the system. However current backup

strategy narrated at Annexure L – Existing Data Backup Policy

Should a failure occur requiring a rebuild of the server, the overall activity shall include

comprehensive maintenance support of backup management software including

underlying OS on which the same is hosted.

Currently IBM Tivoli is used for backup of e-Urja data. Bidder should clearly spell out

if any third party or native software licenses require for offered OEM product.

4 Organizational Maintenance Team

Organization has a small team of IT persons from subsidiaries whose capacities have

been built to some extent. Successful Bidder shall have to evaluate them and further

train, build, handhold the in-house teams and groom to utilize their capacity on the job,

right from the day one of the maintenance support so that some part of maintenance

support can handled by them for which necessary access in the system shall to be given

to them. However, successful bidder shall carry overall responsibility.

Bidder shall also train client team on development of reports, configuration of setups

and other skill set as directed by client for reduction in maintenance support

GUVNL:IPDS

Page : 80

6.6 Technical Requirements for Annual Maintenance Support (AMC)

requirement.

6 Deliverables by Maintenance Support vendor on month basis

Successful bidder shall submit certificate from all company CNOs, the Helpdesk ticket

analysis with all status, Change Request status and status of all service requests logged

with OEM Oracle for every month with a presentation and any other issues if bidder

wants to address in a bimonthly meeting with all CNOs. Additionally, successful

bidder may share their comments on quality of tickets, any major issues encountered &

resolved, operational difficulties and adoption of best practices to help in reducing the

tickets volume further.

Successful bidder shall obtain compliance to SLA regarding applications and Database

certified from GUVNL, IT.

A bimonthly meeting of all CNOs, Module owners would be held at GUVNL,

Vadodara on a regular basis. Minutes of meeting (MoM) shall be drawn and it would

serve the basis for releasing maintenance support charges for the months involved to the

successful bidder.

7 Penalties if any for Monthly Maintenance Support charges shall be as per SLA

mentioned in Section-10: Service Level Agreement.

8 Change Management: 1) Since the Utility Billing is dynamic in nature for the Distribution companies, the tariff

revisions as and when directed by Gujarat Electricity Regulatory Commission (GERC) and any subsequent modifications under tariff revisions, shall immediately be taken up for incorporation in the system by the successful bidder as a part of their comprehensive maintenance support without any commercials.

2) Any employee pay revisions or ad-hoc payments as and when declared globally for all

companies shall also be taken shall immediately be taken up for incorporation in the system by the successful bidder as a part of their comprehensive maintenance support without any commercials.

3) Any reporting requirement, for which data exist in any form in any schema of the

Database, shall be fulfilled by the successful bidder as a part of providing comprehensive maintenance support without any commercials.

4) Any inevitable changes to the existing functionality involving less than or equal to five man days efforts shall have to be done by successful bidder as a part of providing comprehensive maintenance support without any commercials.

GUVNL:IPDS

Page : 81

6.6 Technical Requirements for Annual Maintenance Support (AMC)

5) A change required into the system due to the change in the business process within the organization, successful bidder shall have to explore the required change in the functionality with respect to the built in functionality of the core product.If the requirement cannot be mapped directly or indirectly on the functionality of the product and customization is involved then successful bidder shall suggest adopting industry standard best practice with pros and cons to avoid a change in the system otherwise, it may be considered as Change Request and shall follow change management procedure.

6) During AMC period, No payment towards the change request shall be made being part

of Comprehensive AMC. However GUVNL will endeavor to minimize such change request to the extent of inevitability.

9 Change Management Procedure:

1) For Change requests, Module owner team in consultation with Change

Management Convener (CMG) shall prepare and submit a final business process change document by describing clear logical flow indicating all business policies after following several internal discussions with the related officials of all the subsidiaries regarding the functionality which they would like to bring it into the system & freeze the requirement after consulting all the subsidiaries.

2) Successful bidder for Maintenance support shall study the business process change

document, analyze the subject, suggest best practices with pros, cones & submit actual effort estimate in man days after consulting their center of excellence. Bidder may enclose additional documents. This shall be vetted by either GUVNL’s project consultant or any other governing body decided / nominated by GUVNL.

3) Administrative approval shall be sought from steering Committee (Governance

Body) for the change requested.

4) Allocation of change Request to successful bidder. 5) For any customization as a part of change request, successful Bidder shall prepare

and subsequently update documents i.e. Overall Module Design extensions, Technical Document design extensions, Testing Document Design, Migration/User Training Document, Conversion of Functional and Document etc.

Successful Bidder shall also update appropriate documents like Business Process

Architecture (BP), Business Requirements Mapping, Application and Technical

Architecture (TA), Module Design and Build (MD), Documentation (DO), Business

System Testing (TE), Programming Coding change shall have to be submitted to

GUVNL:IPDS

Page : 82

6.6 Technical Requirements for Annual Maintenance Support (AMC)

GUVNL in monthly reports along with its soft copy.

6) Successful bidder shall get the same tested in development environment and UAT done from module owners in testing environment and deploy the successful change in production environment within man days specified in Change Request (CR).

Penalties if any for Change Request (CR):

Penalty shall be applied @ Rs.5000/- per day if CR is deployed in production

environment beyond 30 days over committed effort estimated days.

10 Service Level Targets

TASK-1: OVERALL OFFERED OEM PRODUCT APPLICATIONS AND DATABASE MAINTENANCE

AND BACKUP

Successful Bidder shall maintain backup strategy with zero percentage data loss. In case

of application and Database failure, it requires rebuilding of the system. This would

include critical updates and patches required to optimize the performance of the system.

TASK 2 –OFFERED OEM PRODUCT DATABASE MAINTENANCE AND BACKUP

Successful Bidder shall continue the existing backup strategy as narrated in Annexure L –

Existing Data Backup Policy or improve it with consent to GUVNL to maintain and restore

the Offered OEM Product Database. In case of Database failure, it requires rebuilding

of the system. Maintenance of the Offered OEM Product database would also include

all the work of databases required for optimizing the performance of the system.

TASK 3 - OFFERED OEM APPLICATION MAINTENANCE, BACKUP AND SUPPORT

Successful Bidder shall continue the existing backup strategy as narrated in Annexure L –

Existing Data Backup Policy or improve it with consent to GUVNL to maintain and restore

the Offered OEM Applications. In case of Database failure, it requires rebuilding of the

system. Maintenance of the Offered OEM Applications would include patching of any

application module required to optimize functionality required by GUVNL and all its

subsidiary companies.

GUVNL:IPDS

Page : 83

6.6 Technical Requirements for Annual Maintenance Support (AMC)

TASK 4 - ORACLE INSTANCE MAINTENANCE

Successful Bidder shall use an OEM Product supported strategy to clone the production

instance to the development instance on at least fortnight basis.

GUVNL:IPDS

Page : 84

6.7 Quality Review and Audit by the ERP product vendor

The ERP implementation at GUVNL &its subsidiaries is to be audited / reviewed on continuous basis by

the ERP Product vendor for ensuring proper, smooth and timely implementation as per the requirement of

GUVNL & its subsidiaries. The IP shall provide details of the Quality Assurance Plan envisaged for the

implementation of ERP system in the project plan. The cost involved in the above is to be borne by the IP.

The ERP Product vendor will depute one Senior Manager on at least 5 days each month basis on mutually

agreed days at GUVNL & its subsidiaries site during the entire period of ERP implementation (starting

from project definition stage till Go-Live acceptance stage) for ensuring smooth, proper and timely

implementation of ERP system at GUVNL & its subsidiaries. The Manager deputed for this purpose

should possess at least 2 end-to-end ERP implementation cycle experience as project manager in a power

utilities industry. Also representatives from ERP Product vendor will be members of the Steering

Committee to be formed at GUVNL & its subsidiaries for the constant review and monitoring of the ERP

implementation at GUVNL &its subsidiaries. The Quality Review Group proposed to be formed at

GUVNL &its subsidiaries shall comprise representatives of GUVNL & its subsidiaries, ERP Product

vendor, Implementation Partner and the Consultant.

The envisaged responsibilities of ERP Product vendor for the ERP implementation project at GUVNL &

its subsidiaries are as follows:

4.7.1 Project review and monitoring

a) Communicating the project status & risk to top management

b) Establish Project Standards, Methodologies & Tools

c) Participate in Steering Committee meetings

d) Drive Quality Review process

4.7.2 Monitor Quality of Project’s Progress

a) Review Business Blueprinting prepared by IP

b) Prepare Quality Review Strategy & Plan

c) Suggest Review recommendations and update Steering Committee

d) Periodic review of Project status, Plans and Progress

e) Participate in select project meetings

4.7.3 Monitor Quality of Go Live and Stabilization

a) Review ERP system Go live readiness

b) Review to ensure smooth handover

c) Review system maintenance procedure

d) Study Post Go-Live status and submit report to GUVNL & it’s subsidiaries

Apart ERP Product vendor shall perform Audit service as per the scope of work specified in the tender

document and submit Audit report/Audit observations on ERP implementation to the steering committee

from time to time including audit report/observations to be submitted, one after the Business Blue print

and the other after the Go-Live of the ERP system. The man-days for these Audits together should be 30

man-days. (The bidders will have to submit a confirmation with regard to above, from ERP Product

vendor on their Letter head signed by their authorized signatory and enclosed with technical bid).

GUVNL:IPDS

Page : 85

6.8 Infrastructure Scope

Existing ERP running on H/w setup is mentioned at Annexure L with its installed capacity. For

Development, GUVNL will procure additional hardware-licenses as per maximum capacity mentioned in

Annexure I – Existing H/W Details of E-Urja &R-APDRP “1. E-Urja – Primary Site” for development.

GUVNL shall provide p8 servers h/w facility for the development for which the bidder need to pre-

intimate at least 60 days in advance, so GUVNL will procure h/w license for installed additional core in P8

servers. Apart from development servers, no other development environment like desktop, office

infrastructure, printer etc. will provide by GUVNL. Bidder have to make own arrangement which include

seating & IT infrastructure arrangement for their developers and other staff office within range of

Vadodara Municipal Corporatation Limit. GUVNL will provide lease line between GUVNL – Corporate and

Successful bidder office in Vadodara.

Further, GUVNL has total expansion capability of 192 nos. of core in the existing IBM Power 8 setup.

There for bidder is requested to consider part of the expansion capacity for development and balance for

the production environment.

Bidder need to clearly spell out any further h/w requirement for full fledge production roll-out for nos. of

instance, application size, ERP modules, database, GUVNL & its subsidiaries user and load growth, high

availability requirement, disaster recovery requirement and maintaining performance parameter till

three years of AMC period.

Bidders need to consider vertical and horizontal scalability as the suggested infrastructure needs to scale

based on user or business volumes, on the same infrastructure with additional components such as

processors, memory etc.

Bidder will provide detailed infrastructure sizing calculations to meet GUVNL & its subsidiaries

requirements.

Bidder needs to ensure that the detailed infrastructure sizing is appropriate for GUVNL & its subsidiaries

(without under or over sizing) and approved by the ERP OEM.

For sizing purposes, empirical third party reports / evidence would be required in the form of

benchmarks on that class of infrastructure with the suggested processors / components for the proposed

ERP solution to accept the hardware sizing calculations.

Post Hardware Sizing and specification preparation the bidder should also help in a RFP to enable

GUVNL & its subsidiaries to procure all the required goods and services for hardware infrastructure.

Bidder will help GUVNL & its subsidiaries in checking the goods during delivery of the same. It should be

noted that the Hardware Sizing and specification should be prepared in such a way that atleast three

OEM’s equipment meet the technical requirements.

GUVNL:IPDS

Page : 86

6.9 Disaster Recovery (DR) Site

Prima facie GUVNL & its subsidiaries like to setup DR for Business Intelligence, Data Warehouse

and Reporting purpose along with the offered OEM product DR, then also GUVNL & its

subsidiaries is open for any optimum solution/architecture depends on offered product solution

as part of optimum utilize DR Infrastructure.

For that GUVNL & its subsidiaries wants Primary Site and Disaster Recovery Site in Active-Passive

state

The Successful bidder need to submit Technical Approach and Methodology and get it approved

from GUVNL as part of Technical Proposal which mention architecture and design of the DR site,

mock drill schedule and disaster recovery plan prior to implement DR Site. All the manuals shall

be in English and the documentations should be clearly indicative of the overall solution with

architecture diagram.

Successful bidder have to supply, install, configure and implement disaster recovery site(DR Site)

which cater replica of all o/s, Applications & Database of primary site with Active-Passive state of

Primary Site and Disaster Recovery Site i.e. new ERP with RPO(Recovery Point Objective) and

RTO(Recovery Time Objective) of real-time, in case some modules need to maintain Active-

Passive mode RPO(Recovery Point Objective) is 15 minutes and RTO(Recovery Time Objective) is

4 Hrs.

Database should support native automated disaster recovery capability with seamless switch

over and switch back between primary and disaster recovery sites. Also it should maintain

transaction consistency.

Current location of DR site is Ahmedabad however it may change or we may go for cloud in future. Further, all technical activities such as installation, configuration and migration related to Data Centre and Disaster Recovery at locations determined by GUVNL covered under the scope.

The Successful Bidder Shall also give a detailed report regarding the Network Bandwidth required

at data centre and Disaster recovery centre.

Successful Implementation Partner need to suggest suitable hardware and its sizing require to

cater 100% primary (data centre) site load in case of failure of primary site on the disaster

recovery centre to GUVNL. Even during normal business time GUVNL & its subsidiaries like to

actively utilized DR Site for business purpose.

DC-DR CENTER (DRC) FAILOVER DRILL FOR ERP APPLICATIONS

The IP should conduct the DC-DR drill twice in a year for the entire project period in consultation

with GUVNL & its subsidiaries authority. IP should provide notice to the GUVNL & its subsidiaries

authority in one-month advance to finalize the date & time. During failover test, the entire

GUVNL:IPDS

Page : 87

system should run from DRC for at least one business day without any such system failure. The

next business day, failback process shall be performed. During the drill SI should ensure that, no

such data loss, application failure/ system failure.

GUVNL:IPDS

Page : 88

Section 7: Blank

Intentionally kept blank

GUVNL:IPDS

Page : 89

Section 8: Business Process Document for New ERP

Following is the list of the Business Process Document (BPD) prepared by GUVNL and its subsidiaries

functional champions. Bidder has to develop new ERP as per BPD mentioned below with Section 6 –

Scope of Work mentioned elsewhere in this document RFP.

Process Name File Name Size (KB)

Ash Process IPDS_FINAL_GSECL_ASH.pdf 192

Coal Process IPDS_FINAL_GSECL_COAL.pdf 235

CRM Process Discom IPDS_FINAL_DISCOM_CRM.pdf 581

Billing Process Discom IPDS_FINAL_DISCOM_BILLING.pdf 349

EAM Flowchart IPDS_FINAL_EAM_FLOWCHART.pdf 244

EAM GETCO Process IPDS_FINAL_EAM_GETCO.pdf 528

EAM GSECL FRS IPDS_FINAL_GSECL_EAM_FRS.pdf 7848

EAM GSECL Process IPDS_FINAL_GSECL_EAM_BPD.pdf 62

EAM Process IPDS_FINAL_EAM_BPD.pdf 269

Engineering GETCO IPDS_FINAL_ENG_GETCO.pdf 352

Finance Process IPDS_FINAL_ALL_FINANCE_FRS.pdf 201

Fuel Process IPDS_FINAL_GSECL_FUEL.pdf 264

HRMS, Payroll, CPF, Pension Process IPDS_FINAL_ALL_HRMS.pdf 1338

Inventory Process IPDS_FINAL_INVENTORY.pdf 187

OPM Process IPDS_FINAL_GSEC_OPM.pdf 837

OPM FRS IPDS_FINAL_GSEC_FRS (OPM).pdf 3379

Procure2Pay Procure to Pay Cycle Process-01-12-13.pdf 249

Procure2Pay IPDS_FINAL_PURCHASE_P2P.pdf 267

Procurement Getco IPDS_FINAL_GETCO_PURCHASE.xlsx 28

Project FRS IPDS_FINAL_PROJECT_FRS.pdf 357

Project Process IPDS_FINAL_PROJECT_BPD.pdf 579

Project GSECL IPDS_FINAL_GSECL_PROJECT.pdf 2093

Project GETCO IPDS_FINAL_PROJECT_GETCO.pdf 89

Purchase GSECL IPDS_FINAL_GSECL_PURCHASE.pdf 3788

RAPDRP Module IPDS_FINAL_RAPDRP_BPD.pdf 667

Safety Process IPDS_FINAL_Safety_BPD.pdf 6990

Procurement Gsecl IPDS_FINAL_GSECL_PURCHASE.pdf 3788

Purchase Process Purchase Folder (10 items) 4.25 MB

(*Attach as a separate folder)

GUVNL:IPDS

Page : 90

Section 9: Expected Project Man-Power Requirement Charter

Bidder shall define individual roles and responsibilities and the level of involvement of a particular role in

the project and its schedule / frequency. Bidder would submit man power deployment plan and would

ensure deployment of sufficient specialized and experienced man power throughout the project to

complete the implementation, stabilization of the IT system in time successfully. GUVNL shall make

available its implementation team which shall work in association with the above team for assisting and to

ensure proper skill transfer and project execution.

The manpower deployment shall ensure that implementation of all the module shall happen in parallel.

The Bidder shall deploy adequate number of resources so as to meet the project requirements including

SLAs. The schedule of the deployed personnel needs to be provided in C.2.3.3 and C.2.3.4 of Annexure C -

Supplier Response Format. However, GUVNL& its subsidiaries expect following least minimum resources

shall be deploy onsite at various stages of project with below major roles and responsibility and special

qualification over and above their engineering and post-graduation.

GUVNL& its subsidiaries expect least minimum resources mentioned under Section 9 shall be deploy

onsite or offsite at various stages of project with roles and responsibility and special qualification over and

above their qualification of engineering and post-graduation. Onsite manpower deploy by bidder should

not be less than 70 % of minimum manpower asked in the RFP. Each resources have to maintain day to

day work diary/time sheet, such diary will be verified & audit by GUVNL authority. GUVNL officer in

charge for the project reserved right to call upon offsite manpower also at Vadodara or any GUVNL & it’s

subsidiaries project site with a prior notice of two or more days without any extra cost. Bidder will not

provide proxy there off.

Phases of Project,

Development Stage

o It is development stage from project initiation to rollout stage where actual implementation

and customization happens.

Rollout and Stabilization Stage (From Final Go Live-6 months)

o It is expected that support staff shall be made available for the period of 6 months from the

date of Go-Live. The primary responsibility of the handholding support will be to help

users do the routine transactions.

o A central helpdesk shall be set up with a phone support to log the issues. The helpdesk

should support ticket logging from e-mails, phones and the tool itself.

During AMC Stage

o A central helpdesk shall be set up with a phone and web support to log the issues. GUVNL

& its subsidiaries will nominate L1 process championship module wise/functional area

wise and company wise after implement to solve the ticket. If ticket is not solved by them

then bidder shall solve the tickets at L2 and L3 level with universal and best practise

solutions in SLA.

Above stage-wise least minimum manpower requirement onsite/offsite,

GUVNL:IPDS

Page : 91

Proposed Minimum Staff expected for New ERP Implementation, Stabilization and AMC

No Role Name Develop-

ment

Stage

Rollout

and Stabi-

lization

Stage

AMC

Stage

Special

Qualification

and experience

Major Responsibilities

in Brief

1 Project Manager 1 1 1 Experience to

handle similar

type of project

with minimum 5

years of

experience as

project manager

Overall Manager

Single Point of

Contact for whole

project

Project Timeline

maintenance and

Communication

2 Delivery

Manager

3 3 - minimum 3 years

of experience as

Delivery

Manager with

good

communication

skill

Will co-ordinate

separate vertical

Generation,

Transmission and

Distribution

Single Point of

Contact for

company

Handle and solve

problems during

development and

rollout stage

3 System

Architect

1 - - Minimum 10

years of

experience with

at least 2 similar

type of project

implementation

experience

Overall System

Design and

Architecture

module

integration

best utilization of

DR site

4 Techno-Functional Consultant

4.1 Trial Balance,

Ledgers,

Budget, Fixed

Assets and

Account-ing

6 6 2 Must have

minimum 3

years of

experience as

Techno-

Functional

Consultant in

Offered OEM

Product

Must be

certified in

the respective

Study business

processes and

gaps

Implement in best

possible way

offered OEM

product functions

with lease

customization

Follows best

practices and

4.2 Payables, Recei-

vables,

Treasury, Cash

Management

6 6 2

4.3 Supply Chain 6 6 2

GUVNL:IPDS

Page : 92

Proposed Minimum Staff expected for New ERP Implementation, Stabilization and AMC

No Role Name Develop-

ment

Stage

Rollout

and Stabi-

lization

Stage

AMC

Stage

Special

Qualification

and experience

Major Responsibilities

in Brief

Management functional

area in the

offered OEM

product

Implementati

on experience

of the offered

OEM product

is preferred

standards of

particular

functional area of

offered OEM

product

Problem

Resolution and

Bug Solving

Stabilization

Support

Helpdesk Tickets

Data migration

4.4 CRM (LT &

HT)

4 4 2

4.5 Utility Metering,

Collection and

Billing

4 4 2

4.6 Projects 6 6 2

4.7 Enterprise Asset

Management

6 6 2

4.8 Portal, Customer

Care, Document

Management

and Other

R-APDRP

interfaces

4 4 2

4.9 Gene-ration

Specific

Modules (OPM,

ASH, COAL,

Fuel etc.)

6 6 2

4.1

0

Payroll, CPF

and Pension

4 4 2

4.1

1

HRMS 4 4 2

4.1

2

Trading/SLDC 1 1 1

5 Administrator

5.1 Database

Administrator/

DR Database

Adminstrator

6 6 6 Minimum 5

years of

experience as

Database

Administrator

with one

resource

having 10+

years of

experience

One should act as

Lead DBA (who

is having 10+

years of

experience)

Performance

Tuning

Patches/Updates

Bug Solving

GUVNL:IPDS

Page : 93

Proposed Minimum Staff expected for New ERP Implementation, Stabilization and AMC

No Role Name Develop-

ment

Stage

Rollout

and Stabi-

lization

Stage

AMC

Stage

Special

Qualification

and experience

Major Responsibilities

in Brief

Must be

Professionally

Certified in

Offered OEM

database

Daily

Housekeeping

New

Implementation

deployment

5.2 Apps Database

Administrator/

Application

Admin

3 3 2 Minimum 3

years of

experience as

Apps

Database

Administrator

/ Application

Admin with

one resource

having 5+

years of

experience

Must be

Professionally

Certified in

Offered OEM

product

application

side

One should act as

Lead Apps DBA

(who is having 5+

years of

experience)

Performance

Tuning

Patches/Updates

Bug Solving

Daily

Housekeeping

New

Implementation

deployment

5.3 Backup Admin 1 1 2 Minimum 3

years of

experience as

backup admin

Relevant

Certification

related to job

preferred

Design and

Maintain Backup

Policy with

GUVNL

Take Data

Backup as per

Schedule Policy

Inform regarding

Irregularity if any

in backup

5.4 Product

Administration

1 1 1 Minimum 3 years

of experience as

Product

Administration or

similar job

Maintain

application

product and its

server (if any) in

the Offered OEM

Product

Maintain Version

and Patch level

GUVNL:IPDS

Page : 94

Proposed Minimum Staff expected for New ERP Implementation, Stabilization and AMC

No Role Name Develop-

ment

Stage

Rollout

and Stabi-

lization

Stage

AMC

Stage

Special

Qualification

and experience

Major Responsibilities

in Brief

Supports Rollout

and migration in

server

6 Developer 30 20 15 Must have

minimum 3

years of

experience as

a developer

Must be

certified in

the respective

development

language/tool

s used in the

offered OEM

product

Implementati

on experience

of the offered

OEM product

is preferred

Bespoke

development

Legacy

integration

Forms and

Reports

development

Problem Solving

Helpdesk

Ticketing with

Techno-

Functional

Consultant

Stabilization

Support

Use best practices

and standard for

development of

offered OEM

product

Data migration

7 Domain Expert 3 - - Must have 15+

years of enrich

experience in

power sector

with

knowledge of

offered OEM

product

Three of them

have

experience in

different

vertical of the

power i.e. one

in power

generation, one

in power

Suggest best

industry practices

Find out GAPs in

business process

Help in improve

business blueprint

to make business

more competitive

and efficient

GUVNL:IPDS

Page : 95

Proposed Minimum Staff expected for New ERP Implementation, Stabilization and AMC

No Role Name Develop-

ment

Stage

Rollout

and Stabi-

lization

Stage

AMC

Stage

Special

Qualification

and experience

Major Responsibilities

in Brief

transmission,

one in power

distribution

8 Business Intelligence (BI) and Data warehouse (DW)

8.1 Business Intelli-

gence (BI) and

Data Ware-

house (DW)

Architect

/Analyst

3 2 - Minimum 3

years of

experience as

Business

Intelligence

(BI) and Data

Warehouse

(DW)

Architect/Ana

lyst

Certification

in the offered

BI and DW

product is

preferred

analysing and

design BI-DWtool

correct functioning

for the central data

warehouse

manage database and

patches of BI-DW

design architecture of

BI-DW

8.2 BI and DW

Engineer

3 2 2 Minimum 3

years of

experience as

BI Engineer

Certification

in the offered

BI and DW

product is

preferred

analysing and

implement BI-

DWtool

correct configure the

central data

warehouse

manage database and

patches of BI-DW

Develop reports,

forms etc.

Total 112 96 52

GUVNL:IPDS

Page : 96

The roles and responsibilities defined above are indicative and not limited to these only. Bidder may

deploy more resources to achieve stringent timeline of the project. Resources with other project roles

such as project director, change management leads, process improvement, training etc. shall be included

in the team, time to time as per need of the projects.

Other Terms and Condition of Man-Power

o Bidder may take certain resource onsite or offsite during development stage, out of minimum resource

requirement specified above depend on project delivery schedule and need of time with prior consent

and approval of authorized person from GUVNL.

o Staff Deployment

GUVNL must be involved in the selection, at the time of initiation of the project and later on if

there is any change in deployment of staff by the successful bidder.

For the replacement of any position, the successful bidder should notify GUVNL in writing fifteen

(15) days prior to any planned replacement or turnover of staff.

For any unplanned replacement such as death or medical incapacity the successful bidder should

notify GUVNL in writing within twenty four hours of receipt of notification. In such cases,

successful bidder in compliance with the providing assurance of replacement with similar capacity

in 15 days with alternate temporary man-power provision onsite or offsite within 2 days of event.

The expectations for service levels will be at the same level or higher for this replacement.

o Substitution to staff deployed

The successful bidder shall not substitute any key personnel without the prior approval of

GUVNL. For replacing any key personnel, successful bidder shall first submit resume of the

proposed personnel specifying all qualifications, credentials and work experience. All proposed

substitute personnel shall have qualifications and work experiences either equal or better than those

of the replaced personnel and must be approved by the GUVNL in writing.

GUVNL shall have the option to interview the proposed substitute personnel. GUVNL shall notify

the successful bidder about acceptance or denial of the requested substitution after the interview.

During the change of personnel, there will be adequate overlap of transition period in knowledge

transfer to the satisfaction of GUVNL, which shall not be less than 7 working days.

In case of absence of the team member due to unavoidable circumstances like casual leaves or

illness for more than two days, equivalent and capable replacement shall be provided by the

successful bidder. In case of emergency issues outside the working hours, team member shall be

made available by the successful bidder.

GUVNL:IPDS

Page : 97

Section-10: Service Level Agreement

The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the

levels of service to be provided by the Successful Bidder or Implementation Partner (hereinafter

referred to as IP) to GUVNL & its subsidiaries (hereinafter referred to as client) situated at different

places across Gujarat for the duration of this contract, thereby ensuring a timely and efficient support

service to all its end users. The objectives of this agreement are detailed in S.1.

This agreement is dependent upon each party knowing and fulfilling their responsibilities and

generating an environment conducive to the achievement and maintenance of targeted service levels.

S.1 Objectives of Service Level Agreements

To create an environment which is conducive to a co-operative relationship between Client and

IP to ensure the effective implementation and supports to end users.

To document the responsibilities of all parties taking part in the Agreement

To ensure that GUVNL and all it’s subsidiary company achieves the provision of a high quality

of service for end users with the full support of IP.

To define in detail the service to be delivered by IP and the level of service which can be

expected by GUVNL, thereby reducing the risk of misunderstandings.

To institute a formal system of objective service level monitoring ensuring that reviews of the

agreement are based on factual data

To provide a common understanding of service requirements/capabilities and of the principals

involved in the measurement of service levels.

To provide for all parties to the Service Level Agreement a single, easily referenced document

which caters for all objectives as listed above.

S.2 Duration of SLA

This SLA shall be valid for the entire duration of the contract and any future amendments there of. This

SLA may be reviewed and revised according to the procedures detailed in Section S.13 of SLA (SLA

Change Control).GUVNL reserves the right to extend the same exclusively at the discretion of GUVNL

depending on requirement at the price quoted in schedule-B.

S.3 Monitoring of SLA

The IP will be responsible for providing accurate and complete information to the client for

measurement of SLA. All tools required to digitally the monitor the service levels and to calculate the

penalties shall have to be brought by IP except Help Desk Maintenance Support & its Tool.

The cost of procuring, installing, configuring and managing the tools (including the licenses and

infrastructure) other than Help Desk Maintenance Support & its Tool should be included in the

commercial bid by the bidders.

S.4 Help Desk Maintenance Support & its Tool

In house developed existing Helpdesk software tool shall be used to log helpdesk support requests & its

monitoring. It has a provision for identifying the violation of SLA metric.

GUVNL:IPDS

Page : 98

Level 0 and Level 1: This level of help desk support shall be provided by process champions of client

who register the calls / incidents using the Helpdesk/ Issue tracker tool. The issues unresolved by L0 &

L1 champions shall be passed to IP who will provide Level 2 and Level 3 support.

S.5 Description of Services Provided

IP shall be governed by the metrics or executed Service Level Agreement with client that will be used to

measure the performance of project. The following clauses shall be included in SLA for the service-

delivery monitoring and evaluation mechanism.

Service Level Agreement would also include General terms and conditions mentioned in this RFP.

Integrity and confidentiality shall be maintained by the IP for working with client.

The IP shall have to execute a SLA with client to carry out successfully all project services mentioned

in the ‘Section 6 – Scope of Work’ in this RFP within the timeline committed and accepted by client in the

respective phases of the proposal.

S.6 Categories of SLA and targets

This SLA document provides for minimum level of services required as per contractual obligations

based on performance indicators and measurements thereof. The IP shall ensure provisioning of all

required services while monitoring the performance of the same to effectively comply with the

performance levels. All the Services Levels and penalties thereof are exclusive to each other. The

services provided by the IP shall be reviewed by client which will be:

Regularly check performance of the solution and services against this SLA

Discuss escalated problems, new issues and matters still outstanding for resolution

Review statistics related to rectification of outstanding faults and agreed changes

Provide suggestions for changes to improve the service levels

Please note that the IP should provide comprehensive end-to-end services to maintain the solution

including replacement of the infrastructure, supplied by it, in case of physical damage. No reason shall

been entertained(unless those mentioned in Force Majeure)for unavailability of any service, given in the

scope of work in this RFP, and the appropriate penalty shall be levied.

The SLA has been logically segregated in the following categories: 1. Penalty for delay in Project Implementation 2. Availability and Performance of Solution 3. Penalty for Man Power 4. Penalty for Helpdesk Support, Issue Response and Resolution

5. Penalty for Change Request (CR) S.6.1 Penalty for delay in Project Implementation

If successful bidder fails in providing e-Urja upgrade in any of its phases within the timelines as

accepted by GUVNL in the respective phases and mentioned in its work order respectively and thereby

violates the executed SLA, it would attract penalty charges as per clause S.7 Delay in the vendor’s

GUVNL:IPDS

Page : 99

performance

S.6.2 Availability and Performance of Solution

The IP shall have to adhere to the following Service Level. The IP shall prioritize the production

application & Database instance issues and requests based on the following parameters:

Severity

Levels

Severity

Type

Description Resolution

Duration

1 – Business

Standstill

(Emergency –

Production

Down)

Critical

Response by phone or E-Mail within 60 minutes on

a 24x7 basis. If remote support does not result in

the resolution of the problem, a 2 hour on-site

response is required.

An application is unavailable and blocks the

execution of the primary business process.

A workaround is not possible.

A business-critical part of an application is

not available. A workaround is not possible.

Business-critical functions cannot be

executed. A workaround is not possible.

0-6 Hours

2 -

Performance

Degradation /

Partial Impact

(Compromise

d services)

High

Response by phone or E-Mail within 60 minutes. If

remote support does not result in resolution of the

problem, a 06-hour on-site response is required.

Important functions perform with response

time that deviates significantly from the

normal time.

The user is able to work but is unable to

achieve a normal productivity level due to

the problem.

Partial unavailability of system or

components.

0-18 Hours

3 - Regular,

Default

Category

Medium

Response by phone or E-Mail within 60 minutes.

A non-business critical part of an application is

unavailable. A workaround is not possible but

the user is able to achieve a normal

productivity level.

The problem has few consequences for the

user and workaround is possible.

0-48 Hours

GUVNL:IPDS

Page : 100

The majority of the functions operate

normally.

4 - No

Immediate

Impact to

Business

Low

Response by phone or E-Mail within 60 minutes.

The problem has few consequences for the

user and there is a workaround.

The application or its parts are used by a

very few users & the unavailability will not

affect business.

0-96 Hours

GUVNL will define the severity of the issue.

The “resolution duration” refers to the total number of clock hours within which the fault that has

been registered / reported to the support contact person of IP, the same shall be resolved, starting

from the time of registering / reporting.

IP support covers support for customizations done during implementation as well.

During this warranty and AMC phase, the successful bidder (IP) should transfer knowledge to

GUVNL and its subsidiaries IT team in shadow and non-shadow mode for carrying out support for

the offered OEM products.

If the successful bidder, having been notified, fails to remedy the defect(s) within the period

specified in the SLA / Contract, client may proceed to take such reasonable remedial action as may

be necessary, at the successful bidder‘s risk and expense and without prejudice to any other rights,

which client may have against the bidder under the contract.

Penalties not meeting above SLA

Rs.1,00,000/-, 50,000/- , 25,000/- and 10,000/- for Critical, High, Medium and Low Respectively

for delay mentioned in above table. Rs. 5000/- / hour will be panellized for further delayed

resolution time. This penalty will be in addition to penalty described in clause S.7.

S.6.3 Penalty for Man Power

If IP fails in deploying the manpower of the committed calibers in quality and in committed numbers

mentioned in the under clause at Section 9: Expected Project Man-Power Requirement Charter in any of the

phases of the project and as accepted by client, penalty charges per day per person shall be levied as

mentioned in below table of Penalty charges for Manpower Absentee/deficit in addition of the clause

S.7 Delay in the vendor’s performance. Non-payment of penalty amount may result in to encashment of

Bank Guarantee.

The replacement of the resources shall be permitted to the IP in compliance with the terms and

conditions mentioned in‘Section 9: Expected Project Man-Power Requirement Charter’.

Table of Penalty charges for Manpower Absentee/deficit

Major Role defined as per Phases Penalty Per Day (in Rs.)/ Person

Project Manager/Project Co-Ordinator/ Domain 5000/-

GUVNL:IPDS

Page : 101

Expert/ System Architect

Techno-Functional Consultant/ Administrator/

Business Intelligence (BI) and Data Warehouse

(DW) Architect/Analyst

3000/-

Developer/ BI and DW Engineer 2500/-

Other Manpower Absentee / deficit 2000/-

(The day is reckoned as calendar day not on the basis of 24 hours. Depending upon the requirements,

Client may change the operational hour’s timings from time to time. This penalty will be in addition to

penalty described in clause S.7)

S.6.4 Penalty for Helpdesk Support, Issue Response and Resolution

Level 1 supports (IP) would be helpdesk personnel support required at the project location.

Level 2 supports (IP) would be setup and configuration support for Offered OEM Product and other

completely custom modules.

Level 3 support (IP) would be Code Changes for resolving problems and issues either in custom areas

or taking up with OEM for the seeded functionality.

The IP shall have to adhere to the following Service Level.

Help Desk resolution Metric:

IP shall prioritize the Help Desk tickets of user problems and requests based on the following

parameters:

Sr.

No.

Severity Level Severity Level Definition

1 Severity -1-High A critical service is seriously impacted by a

problem:

There is no realistic workaround available and

financial, customer-related or safety related impacts

could occur.

2 Severity-2- Medium A non-critical service is unavailable or impaired by

a problem: There is no direct immediate impact on

business. Work can continue with minor disruptions

or loss of efficiency. Alternative ways of performing

normal work are available.

3 Severity -3 - Low A minor problem or requests for enhancement or

change to the system: A permanent workaround is in

place but could result in loss of productivity to the

user.

This is a non-critical requirement or a cosmetic

change, which disrupts neither the functional nor

operational flow.

GUVNL:IPDS

Page : 102

Sr.

No.

Time to/Severity

levels (since call

registration)

Severity -1 Severity -2 Severity -3

1 Acknowledge 60 minutes 60 minutes 60 minutes

2 Resolution/Work

around

14-business hours 3 business days 6 business days

3 Permanent Fix 4 business days 6 business days 15 business

days

Helpdesk tickets:Tickets violating resolution Metric, Rs. 2500/- per week or part thereof per ticket of

Monthly maintenance support charges.

AMC SLA Violation:Rs. 5000/- per week plus part thereof till the work is successfully completed from the

monthly maintenance support charges for failing to complete the work successfully within the period

specified in the notice / contract given by client to IP.

S.6.5 Penalty for Change Request (CR) If any Change Request (CR) is issued as part of Change Management Procedure during AMC as mentioned in

theSection 6 – Scope of Work. ‘Technical Requirements – AMC for New ERP Including BI-DW, DR Site’. The penalty

applicable for late deployment is as below,

Penalty shall be applied @ Rs.5000/- per day if CR is deployed in production environment beyond 30

days over committed effort estimated days.

S.6.6: Overall penalty shall be restricted at 10% of Total Order Value, however under such situation GUVNL reserve the right to invoke the termination of the contract. S.7Delay in the vendor’s performance The IP must strictly adhere to the terms and conditions as specified in the agreement / contract in the

performance of the obligations of the project/bid and any delay in this regard shall entitle GUVNL to

resort to any or both of the following:

Claiming Liquidated Damages

Termination of the agreement/contract

Time is the essence of the Agreement/contract. The IP shall adhere to the project completion phase wise

time lines and in case of delay at each phase, bidder shall be liable to pay client liquidated damages (LD)

at half percent (0.5%) per week or part thereof of the total order cost subject to maximum 10% of order

value including all taxes, duties, levies etc. due to any delay in performance or non-performance in the

respective phase of any or all the obligations under the agreement / contract for the reasons attributable on

the part of the bidder.

GUVNL:IPDS

Page : 103

This condition will not be applicable for reasons attributable to client as well as Force Majeure, though the

onus of proving the same lies with the Vendor.

Client will have the right to recover the liquidated damages, if any, from any amount payable to the IP

under any other contracts awarded by GUVNL or its subsidiary companies. Also, if the specifications of

the RFP are not met by the IP during various tests, the IP shall rectify or replace the same to

comply with the specifications immediately, failing which client has the sole right either to reject or to

accept it finally by recovering a suitable amount as deemed reasonable by client. Decision of client in this

regard shall be final and binding.

Further, “client reserves the right to terminate the Contract (i.e. Works order) at any time, without

assigning any reasons, whatsoever, by giving a notice period of TWO months from the date of

Notice of termination of the Contract. Bidders will not be entitled for any compensations/damages/losses,

whatsoever, on account of such termination of the Contract.”

Non-payment of penalty amount may result in to encashment of bank guarantee, during the Warranty

period.

S.8 Breach of SLA In case the Supplier does not meet the service levels mentioned in Section S.5 of this Section & Section 6

– Scope of Work, for three (3) continuous time-periods as specified in the relevant clause, the Purchaser

will treat it as a case of breach of Service Level Agreement. The following steps will be taken in such a

case:-

Purchaser issues a show cause notice to the Supplier.

Supplier should reply to the notice within three working days.

If the Purchaser authorities are not satisfied with the reply, the Purchaser will initiate termination

process as described in clause 33 of Section-14: General Conditions of Contract.

S.9 Exclusions The Supplier will be exempted from any delays or slippages on SLA parameters arising out of following

reasons:-

1. Delay in execution due to delay (in approval, review etc.) from Purchaser’s side. Any such delays

will be notified in written to the IT Team.

2. The network links will be provided by a third party and the Supplier will monitor and report any

problems on behalf of third party. If Supplier notifies and Purchaser approves that the delay or

fault was due to the third party link services then such loss will not be considered for tracking

Supplier’s SLA parameters (Also reduced from total service time).

S.10 Monitoring and Auditing

GUVNL:IPDS

Page : 104

IT Team of Purchaser will review the performance of Supplier against the SLA parameters each month, or

at any periodicity defined in the contract document. The review / audit report will form basis of any action

relating to imposing penalty or breach of contract. Any such review / audit can be scheduled or

unscheduled. The results will be shared with the Supplier as soon as possible. Purchaser reserves the right

to appoint a third-party auditor to validate the SLA.

S.11 Reporting Procedures The Supplier’s representative will prepare and distribute SLA performance reports in an agreed upon

format by the 10th working day of subsequent month of the reporting period. The reports will include

“actual versus target” SLA performance, a variance analysis and discussion of appropriate issues or

significant events. Performance reports will be distributed to the Purchaser’s IT Team.

S.12 Issue Management Procedures S.12.1 General This process provides an appropriate management structure for the orderly consideration and resolution of

business and operational issues in the event that quick consensus is not reached between Purchaser and

Supplier. It is expected that this pre-defined process will only be used on an exception basis if issues are

not resolved at lower management levels.

S.12.2 Issue Management Process

Either Purchaser or Supplier may raise an issue by documenting the business or technical problem,

which presents a reasonably objective summary of both points of view and identifies specific

points of disagreement with possible solutions.

Purchaser and the Supplier’s representative will determine which committee or executive level

should logically be involved in resolution.

A meeting or conference call will be conducted to resolve the issue in a timely manner. The

documented issues will be distributed to the participants at least 24 hours prior to the discussion if

the issue is not an emergency requiring immediate attention.

Management of Purchaser and Supplier will develop a temporary, if needed, and the permanent

solution for the problem at hand. The Supplier will then communicate the resolution to all

interested parties.

In the event a significant business issue is still unresolved, the arbitration procedures described in

the Contract will be used.

S.13 SLA Change Control

GUVNL:IPDS

Page : 105

S.13.1 General It is acknowledged that this SLA may change as Purchaser’s business needs evolve over the course of the

contract period. As such, this document also defines the following management procedures:

1. A process for negotiating changes to the SLA.

2. An issue management process for documenting and resolving particularly difficult issues.

3. Purchaser and Supplier management escalation process to be used in the event that an issue is not

being resolved in a timely manner.

Any changes to the levels of service provided during the term of this agreement will be requested,

documented and negotiated in good faith by both parties. Either party can request a change. Changes will

be documented as an addendum to this document and consequently the contract.

S.13.2 SLA Change Process Both the parties may amend this SLA by mutual agreement in accordance. Changes can be proposed by

either party. Normally the forum for negotiating SLA changes will be Purchaser’s monthly review

meetings.

S.13.3 Version Control All negotiated SLA changes will require changing the version control number. As appropriate, minor

changes may be accumulated for periodic release (e.g. every quarter) or for release when a critical

threshold of change has occurred.

S.14 Management Escalation Procedures The purpose of this escalation process is to provide a quick and orderly method of notifying both parties

that an issue is not being successfully resolved at the lowest possible management level. Implementing

this procedure ensures that purchaser and Supplier management are communicating at the appropriate

levels. Escalation should take place on an exception basis and only if successful issue resolution cannot be

achieved in a reasonable time frame.

1. All issues would be raised to the project management team, which is completely responsible for

the day to day aspects of the implementation. The project management team shall classify the

issues based on their severity level and resolve them within appropriate timelines.

2. If project management team is unable to resolve an issue, the issue would be escalated to the top

management with options/ risks detailed for decision. Top management will make decisions based

on the options/ risks presented by the IT team.

GUVNL:IPDS

Page : 106

3. In case one or both the parties are unsatisfied with the decision of the top management of the

Purchaser, the dispute will be resolved as specified in clause 8 of Section-14: General Conditions of

Contract.

S.15Termination of Contract

In case, the successful bidder fails to deliver the services thereof within contractual period and if it is

found that the progress of execution of the contract is not up to the mark, despite repeated notices to the

Bidder, GUVNL shall exercise its following discretionary power: To recover, from the successful bidder

as agreed, by way of penalty as per clause no. S.6 to S.7 above and if penalty exceeds the maximum

ceiling of 10% of the order value then:To cancel the contract and/or to get the desired services of the work

order from elsewhere after giving due notice to the successful bidder on account and at the risk and cost of

the successful bidder. In the event of termination, the opinion of client shall be final. In the event of action

taken under clause above, the successful bidder shall be liable to pay for any loss which client may sustain

on that account but the IP shall not be entitled to any saving on such purchases made against default. The

decision of client shall be final as regards the acceptability of services provided by the IP and client shall

not be required to give any reason in writing or otherwise at any time for rejection of the services.

S.16 User Support Window

The user support window coverage would be available in official timing of all working days of client

organization. In case of any future change on client timings, IP shall be flexible to change the User

Support Window timing accordingly. Calls for Emergency/High Important Service Requests with severity

one shall be supported on 24x7 basis.

S.17 Signature Page IN WITNESS WHEREOF, the parties hereto have caused this Service Level Agreement to be executed by

their respective authorized representatives as of the date first written above.

Supplier Purchaser

(On Behalf of all consortium members also)

Signature ------------------------ Signature ------------------

Name ------------------------ Name ----------------------

Address ------------------------ Designation ---------

GUVNL:IPDS

Page : 107

Company ------------------------

Date ------------------------ Date -----------------------

GUVNL:IPDS

Page : 108

Section-11: Payment Schedule

Annexure-D: Payment Schedule Phase Activity Payment Schedule Milestones

ERP application licenses Cost (Schedule B – (1a or 1b)

Supply of ERP Product licenses and other Software/OS etc. at site as per proposed Bill of Quantity

70%of cost quoted for ERP application licenses and other Software/OS etc.

As per license delivery schedule and On management confirmation that material (required No. of ERP licenses and Software/OS etc.) is received at Site as per the Work order.

Successful installation of the licenses delivered as per proposed Bill of Quantity

25% of cost quoted for ERP application licenses and other Software/OS etc.

On management confirmation that material (required No. Of ERP Product licenses and other Software/OS etc.) has been successfully installed at site and supplied software is along with DR license as per the Work order.

Stabilization Acceptance

5% of cost quoted for ERP Product licenses and other Software/OS etc.

On successful completion of 6 months of Stabilization Support (starting from Go-Live).

ERP Implementation, Configuration and Integration Service Costs (Schedule B – (3 & 4))

Finalization of AS-IS Study and TO-BE process mapping along with Gap Analysis. Finalization of AS-IS

& TO-BE for BI & DW

20% of cost quoted for ERP Application Implementation Cost & BI-DW-DR Cost.

On management confirmation that all the deliverables up to and including Gap Analysis Report is completed and acceptance as per the Work order and agreed & finalized Project Plan. Identify and Explain areas of differences between the best practices and the current business processes of GUVNL and all its subsidiaries and suggest Business Process Reengineering approach involving the radical redesign of core business processes and minimize customizations

Configuration and Testing of the ERP software along with data migration. Designing, Study and Mapping of BI,DW and DR Site. BI-DW & DR Phase I: Assessment

20% of cost quoted for ERP Application Implementation Cost & BI-DW-DR Cost.

On management confirmation that all the deliverables up to and including Successful Completion of all Testing of ERP S/w has been completed and accepted by Utility.

GUVNL:IPDS

Page : 109

Completion.

Integration with other legacy system /DC/DR and RAPDRP Applications.

20% of cost quoted for ERP Application Implementation Cost & BI-DW-DR Cost.

On management confirmation that all the deliverables up to and including Integration Development with other legacy system/RAPDRP Applications and Disaster Recovery Site as required has been completed for Utility.

User Training 10% of cost quoted for ERP Application Implementation Cost & BI-DW-DR Cost.

Upon Completion of all End User & Technical trainings and on supply of manuals

Roll out of ERP (Schedule B – 3 & 4)

Roll out of ERP system at all the locations/unit of GUVNL and its subsidiaries. Setup & Implement BI, DW & DR

15 % of ERP Application Implementation Cost & BI-DW-DR Cost.

Certificate of CNOs / Functional Head/ Department Head of GUVNL and its subsidiary company certifying successful Roll out of ERP system at all the locations of their respective company.

After Completion (Schedule B – 3 & 4)

15 % of Project Cost ERP Application Implementation Cost & BI-DW-DR Cost.

On successful completion of 6 months of Stabilization Support after Go-Live and Issue of Acceptance certificate from Utility.

ERP AMC Charges (Schedule B (5))

Support for ERP Implementation services for a period of three years from “Project Closer” date.

Monthly Billing at the end of each month.

Payment of Bills for AMC: Payment for AMC shall be released in equal monthly instalments on monthly basis after completion of the month within 30 days from the date of submission of invoice to General Manager - IT along with required documents / deliverables / certificate of satisfactory completion of work, as defined in SLA/WORK ORDER.

GUVNL:IPDS

Page : 110

Section-12: Delivery Schedule & License Delivery Schedule

Table 12.1: Delivery Schedule

Sl.

No

Deliverable/ Milestone

Completion Schedule in

weeks

(D = Date of award of

contract)

1 Project Initiation Report and Presentation D+ 1 (One weeks)

2 Resource Scheduling and Mobilization of team by IP D+ 2 (Two weeks)

3 Detail Project Plan D+ 3 (Three weeks)

4 Finalized Project Plan D+ 4 (Four weeks)

5 “AS IS” process study and Business Process Re-Engineering D+10 (Ten weeks)

6 Training Curriculum (for Training for ERP Core Team

Members)

D+11 (Eleven weeks)

7 Completion of ERP product training for core team of

selected Functional and IT Systems personnel

D+13 (Thirteen weeks)

8 Software Supply and Specification D+14 (Fourteen weeks)

9 Hardware Capacity Study Report for Primary and Disaster

Recovery Site

D+15 (Fifteen weeks)

10 Installation of ERP Software (Readable Media containing

the named ERP user license, ESS licenses, database user

license, operating manual, technical documents etc.) as per

Schedule B and License Delivery Schedule.

D+ 16 (Sixteen weeks)

11 Training Requirement Report and Schedule (for Training of

Technical Team Members )

D+ 18 (Eighteen weeks)

12 Training (for Training for Technical Team Members ) D+20 (Twenty weeks)

and then ongoing

13 Business Blueprint Document including TO BE,

Customization Strategy Report, Interface Strategy Report

and GAP Analysis

D+27 (Twenty seven

weeks)

14 Finalization of Business Blueprint Document By GUVNL D+29 (Twenty nine

weeks)

15 Change Management Requirement Report D+31 (Thirty one

weeks)

16 Authorization Security and Access Control Specification

&Finalization

D+33 (Thirty three

weeks)

GUVNL:IPDS

Page : 111

17 Back Up Strategy, Disaster Recovery Plan, Business

Intelligence and Data Warehouse detail study and report.

D+35 (Thirty five

weeks)

18 Product Configuration, Customization and Custom

Development (Solution Development)

D+49 (Forty nine weeks)

19 Data Conversion, Data Migration, Configuration and data

migration in BI-DW

D+60 (Sixty weeks)gt

20 Integration with other legacy system/DC/DR and RAPDRP

Application– Entire Scope

D+66 ( Sixty six weeks)

21 Solution Testing of System D+72 ( Seventy two

weeks)

22 Finalization of UAT and Pilot sites identified by GUVNL D+76 (Seventy six

weeks)

23 Training Plan & Curriculum (for end-user) D+78 (Seventy eight

weeks)

24 Training of all types of end users for ERP solution Ongoing

25 Finalization of testing and Go-Live at Pilot sites identified

by GUVNL

D+80 (Eighty weeks )

26 Supply of ERP Software (Media containing the named ERP

user license, ESS licenses, database user license, operating

manual, technical documents etc.) as per Schedule B and

Delivery Schedule.

D+81 (Eighty One weeks)

27 “Roll out” of the ERP system at all the locations/ units of

GUVNL and its subsidiaries.

D+86 (Eighty Six weeks)

28 Executive Cut-Over, DR, BI-DW Go-Live D+96 (Ninety Six weeks)

29 Transition and Go-live, Stabilization Acceptance and

Project Closure

D+120 (One hundred

twenty weeks)

30 Commencement of AMC D+121 (One hundred

twenty one weeks)

GUVNL:IPDS

Page : 112

Table 12.2: New ERP Product License Delivery Schedule

The successful bidder shall provide offered OEM product license as per below delivery schedule,

Sl.

No

Deliverable/ Milestone

Stage

No of Licenses When to deliver license

Named

Full Use

ESS

/Limited

Use 1 At Development 1000 0 On Delivery Schedule Sl. No. 8

2 At GO-LIVE 13000 38000 On Delivery Schedule Sl. No. 25

Total 14000 38000

All licenses must co-terminate on commencement of Annual Maintenance Support (AMC)

Above number of licenses and delivery schedule is tentative, GUVNL will give advance intimation before one month

of actual delivery of license.

Please note that, Competent Authority of GUVNL at its sole discretion has right to modified number of licenses and

delivery schedule.

Licenses other than specified at Table 12.2 will be procure as project progress as mutually agreed upon GUVNL and

implementation partner.

GUVNL:IPDS

Page : 113

Section-13: Abbreviations

This entire document is prepared in view of bidder to self-understand the entire scope of bid, it is itself

complete and self-explainer still whenever we used certain word or term. Please find its definition as

below,

Abbreviation Meaning

A/c Account

ADB Asian Development Bank

AMC Annual Maintenance Contract

AMR Automated Meter Reading

AP Account Payable

AR Account Receivable

ASM Automatic Storage Management

AT Acceptance of Tender

ATS Annual Technical Support

B/W Black & White

BBP Business Blueprint

BDS Bid Data Sheet

BG Bank Guarantee

BI/DW Business Intelligence/Data Warehouse

BoM Bill of Material

BPD Business Process Document

CD Compact Disc

CEO Chief Executive Officer

CERT-In Indian Computer Emergency Response Team

CIO Chief Information Officer

CIP Construction In Progress

CM Cash Management

CMG Change Management Group. It is module based group to look after change

request and process.

CMG Convener Leader of the Change Management Group.

GUVNL:IPDS

Page : 114

CMM/CMMi Capability Maturity Model / Capability Maturity Model Integration

CO Circle Office

CoA Chart of Accounts

COA Controller of Accounts

COTS Product Commercial Off The Self Product

CPF Company Provident Fund

CPU Central Power utilities

Cr. Credit

CST Central Sales Tax

CTI Computer Telephony Integration

CV Curriculum Vitae

DC Data Center

DCS Distribution Control System

DD Demand Draft

DGVCL Dakshin Gujarat Vij Company Limited H.Q. at Surat (Distribution Company)

DIF Data Integration Framework

DMS Document Management System

DNS Domain Name Server

DO Division Office

DR Site Disaster Recovery Site/Center

Dr. Debit

DRC Disaster Recovery Center

DTPS Dhuvaran Thermal Power Station

EAM Enterprise Asset Management

EDW Enterprise Data Warehouse

EMD Earnest Money Deposit

EMS Enterprise Management System

ERP Enterprise Resource Planning

GUVNL:IPDS

Page : 115

ESS Employee Self Service

e-Urja Oracle Apps 11i Business Suite ERP

ExW Ex-Works

FA Fixed Assets

FI Financial Institution

FIFO First In, First Out

FMS Facility Management Services

FoB Freight on Board

FRICE-W Forms, Reports, Interface, Conversions and Enhancements and Workflows

FRS Functional Requirement Specifications

FSA Fuel Supply Agreements

GCC General Conditions of Contract

GEB Gujarat Electricity Board

GERC Gujarat Electricity Regulatory Commission

GETCO Gujarat Energy Transmission Corporation H.Q. at Vadodara (Transmission

Company)

GIS Geo Information System

GoI Government of India

GPS Geographic Positioning System

GSECL Gujarat State Electricity Corporation Limited H.Q. at Vadodara (Generation

Company)

GSP GIS Solution Provider

GST Goods and Services Tax

GTPS Gandhinagar Thermal Power Station

GUVNL Gujarat Urja Vikas Nigam Ltd

Helpdesk Webbased Platform to raise and solve ticket

HO Head Office

HQ Head Quarter

HR Human Resources

HRMS Human Resources Management System

GUVNL:IPDS

Page : 116

HT High Tension

ICB International Competitive Bidding

IFRS International Financial Reporting Standards

ILM Information Lifecycle Management

INR Indian Rupee

IP Implementation Partner

IPDS Integrated Power Development Scheme

IPR Intellectual Property Rights

ISO International Organization for Standardization

IST Indian Standard Time

IT Information Technology

ITB Instructions to Bidders

ITC IT Consultant

ITIA IT Implementation Agency

JV Joint Venture

KHEP Kadana Hydro Power Station

KLTPS Kutch Lignite Thermal Power Station

KPI Key Performance Indicator

L0 Champion Module Champion at Circle/Division/Sub-Station/Power-Station

L1 Champion Module Champion at Corporate Offices

LAN Local Area Network

LC Letter of Credit

LDAP Lightweight Directory Access Protocol

LIC Life Insurance Corporation

LIFO Last In, First Out

LoI Letter of Intend

LP Lowest Prize

LT Low Tension

LTC Leave Travel Concession

MBC Metering Billing Collection

MD Managing Director

MDAS Meter Data Acquisition System

MDASP Meter Data Acquisition Solution Provider

GUVNL:IPDS

Page : 117

MDM Meter Data Management

MGVCL Madhya Gujarat Vij Company Limited H.Q. at Vadodara (Distribution

Company)

MIS Management Information Systems

MoP Ministry of Power

MoU Memorandum of Understanding

MPLS Network Multiprotocol Label Switching Network

MSS Manager Self Service

MTR Motor Transport Receipt

NCB National Competitive Bidding

New ERP COTS based offered/proposed ERP

NIT Notice Inviting Tender

NoC No Objection Certificate

NSP Network Solution Provider

O&M Operations & Maintenance

OEM Original Equipment Manufacturer

OHSAS Occupational Health & Safety Advisory Services

OLTP Online Transaction Processing

OS Operating System

P&P Projects & Planning

PC Personal Computer

PERT Program Evaluation and Review Technique

PF Provident Fund

PFC Power Finance Corporation

PGVCL Paschim Gujarat Vij Company Limited H.Q. at Rajkot (Distribution Company)

PMP Project Management Professional

PO Purchase Orders

PR Site Primary Site

PSU Public Sector Undertaking

GUVNL:IPDS

Page : 118

PTW Permit To Work

R-

APDRP/RAPDRP

Restructured Accelerated Power Development and Reforms Program

RDBMS Relational Database Management System

REC Rural Electrification Corporation

RFP Request for Proposal

RFQ Request for Qualification

RPO Recovery Point of Objective

RSO Regional Stores Office

RTO Recovery Time of Objective

RTI Right to Information

SAN Storage Area Network

SCC Special Conditions of Contract

SD Security Deposit

SDO Sub Division office

SECL South Eastern Coal Fields Limited

SI System Integrator

SLA Service Level Agreement

SLDC State Load Dispatch Centre

SOP Standard Operation Procedure

SRS System Requirement Specifications

SSHEP Sardar Sarovar Hydro Electric Power

STPS Sikka Thermal Power Station

T/O Turnover

TCO Total Cost of Ownership

TCS TATA Consultancy Services Ltd.

TDS Tax Deducted at Source

TIN Taxpayer Identification Number

TPS Thermal Power Station

GUVNL:IPDS

Page : 119

TRS Technical Requirement Specifications

TS Technical Section

UAT User Acceptance Test

UGBPS Utran Gas Based Power Station

UGVCL Uttar Gujarat Vij Company Limited H.Q. at Mehsana (Distribution Company)

UPS Uninterruptible Power Supply

UTPS Ukai Thermal Power Station

VAT Value Added Tax

VPN Virtual Private Network

WAN Wide Area Network

WTPS Wanakbori Thermal Power Station

GUVNL:IPDS

Page : 120

Section-14: General Conditions of Contract

General Conditions of Supply

Definitions The following words and expressions shall have the meanings

hereby assigned to them: a) “Contract” means the Agreement entered into between the

Purchaser and the Supplier, together with the Contract Documents

referred to therein, including all attachments, appendices, and all

documents incorporated by reference therein. b) “Contract Documents” shall mean the following documents listed,

including any amendments thereto be read and construed as part of

this Agreement, viz.:

the Detailed award of contract;

the Service level agreement;

the Special Conditions of Contract;

the General Conditions of Contract;

the Scope of Work;

the Business Process Document (BPD)

the Instructions to bidders;

the Bid Data Sheet;

the Purchaser’s Notification to the Supplier for Award of

Contract;

Supplier’s response (proposal) to the RFP, including the Bid

Submission Sheet and the Price Proposal submitted by the

Supplier;

Appendix A to L;

Acceptance of purchaser’s notification

RFQ document (Identification No:

UGVCL/IT/IPDS/ ITIA/226) along with all corrigendum,

clarifications and related documents issued by the GUVNL

& its subsidiaries.

Contract Form (Annexure-A: Contract Form)

the Schedule of Supply (Section-12: Delivery Schedule & License

Delivery Schedule);

c) “Contract Price” means the price payable to the Supplier as

specified in the Agreement, subject to such additions and

adjustments there to or deductions there from, as may be made

pursuant to the Contract.

d) "Applicable Law" means the laws and any other instruments

having the force of law in the Government's country, as they may be

issued and in force from time to time; e) “Day” means calendar day.

f) “Delivery” means the transfer of the Goods and services from

the Supplier to the Purchaser in accordance with the terms and

GUVNL:IPDS

Page : 121

conditions set forth in the Contract.

g) “Completion” shall mean the completion of the

Related Services by the Supplier in accordance with the terms and

conditions set forth in the Contract.

h) “GCC” means the General Conditions of Contract.

i) “Goods” means all hardware, software, networking equipment

and/or other equipment accessories and materials that the Supplier is

required to supply to the Purchaser under the Contract.

j) “Intellectual Property Rights” means any patent, copyright,

trademark, trade name, service marks, brands, propriety information,

whether arising before or after the execution of this Contract and the

right to ownership and registration of these rights.

k) “Purchaser’s Country” shall mean India.

l) “Purchaser” means the entities purchasing the Goods and Related

Services.

m) “Related Services” means the services to be provided as per the

requirements / conditions specified in the Contract. In addition to

this, the definition would also include other related/ancillary services

that may be required to execute this Contract.

n) “SCC” means the Special Conditions of Contract.

o) “Service Level Agreement” (SLA) shall mean the Service Level

Agreement entered into between the Purchaser and the Supplier.

p) “Subcontractor” means any natural person, private or government

entity, or a combination of the above, including its legal successors

or permitted assigns, to whom any part of the Goods to be supplied

or execution of any part of the Related Services is subcontracted by

the Supplier, as per the provisions of Clauses xxx of the GCC.

q) “Supplier” means the System Integrator (SI)/Implementation

Partner (IP) whose bid to perform the Contract has been accepted by

the Purchaser and is named as such in the Agreement, and

includes the legal successors or permitted assigns of the

Supplier.

r) “The MoP” is the Ministry of Power, Government of India

s) “The Site,” shall mean all identified locations within the State of

Gujarat, where the Supplier carries out any installation of Goods or

is required to provide any Related Services.

s.1) Primary Site: e-Urja Data Centre, Gujarat UrjaVikas Nigam

Limited, Sardar Patel VidyutBhavan, Race Course, Vadodara -

GUVNL:IPDS

Page : 122

390007, Dist. : Vadodara will be referred as DC in this document.

s.2) The DR site is located at following address:1st Floor,

Red Carpet Mall, Oppposite of Gujarat High Court, S. G.

Highway, Ahmedabad.

t) “OEM” means the Original Equipment Manufacturer of any

equipment / system / software / product that are providing such

goods to the Purchaser under the scope of this Tender / Contract.

u) “Kick Off Meeting” means a meeting convened by the Purchaser

to discuss and finalize the work execution plan and procedures with

the Supplier.

v) The term “in writing” means communicated in written form with

proof of receipt

w) “GUVNL” means Guvnl & its subsidiaries i.e. all 7 companies

(Guvnl, Gsecl, Getco, Mgvcl, Dgvcl, Ugvcl, Pgvcl) which situated

under geography of Gujarat state

x) “BPD” means Business Process Document which are compiled

Process Documents likely to be covered under offered ERP system.

It should be used as reference document because it list minimum

scope of module but not limited to it finalization of scope based on

business blue print document prepared by supplier.

y) “Bank” or “Banks”, refers to all scheduled Indian Banks as per

the RBI current list (Schedule-xxx)

z) "Effective Date" means the date on which this Contract comes

into force and effect pursuant to Clause xxx of GCC;

aa) “Government” means the Government of India unless the context

implies the Government of the State of the Utility

bb) "Party" means the Utility or the IT System Integrator

(SI)/Implementation Partner (IP), as the case may be;

cc) “Personnel" means persons hired by the IT Consultant as

employees and assigned to the performance of the Services or any

part thereof; "Foreign Personnel" means such persons who at the

time of being so hired had their domicile outside the Government's

country; and "Local Personnel" means such persons who at the time

of being so hired had their domicile inside the Government's

country;

dd) "Project" means all Activities covered under present contract

ee) "Services" means the work to be performed by the IT Consultant

pursuant to this Contract for the purposes of the Project, as described

in the Scope of Work hereto;

GUVNL:IPDS

Page : 123

ff) "Third Party" means any person or entity other than the

Government, the Utility, the IT Consultants, System Integrator(SI),

Implementation Partner(IP) or any other party as implied by the

usage and context

gg) “Utility” means the Utility calling for RFP or, in case of multiple

utilities, the lead utility / consortium of utilities calling for RFP as

per the usage

hh) “Owner” means the Utility calling for RFP

ii) “IT Consultant” means the agency appointed to perform services

for the Utility under this contract.

jj) “PMA” means the Project Management Agency

kk) “SI” means System Integrator or Project Implementer

ll) “e-Urja” means oracle apps 11i e-business suite and it’s module

implemented thereof as per annexure-xxx

mm) “RAPDRP” means Restructured Accelerated Power

Development and Reforms Programme (R-APDRP) and it’s module

implemented thereof as per annexure-xxx

nn) “ITIA” means IT implementation agency or Implementation

partner (IP) or System Implementers (SI)

oo) “Net Worth”

means Net worth would comprise of Paid-up capital plus Free

Reserves including Share Premium but excluding Revaluation

Reserves, plus Investment Fluctuation Reserve and credit balance in

Profit & Loss account, less debit balance in Profit and Loss account,

Accumulated Losses and Intangible Assets. No general or specific

provisions should be included in computation of net worth. Infusion

of capital through equity shares, either through domestic issues or

overseas floats after the published balance sheet date, may also be

taken into account for determining the ceiling on exposure to capital

market. Banks should obtain an external auditor’s certificate on

completion of the augmentation of capital and submit the same to the

Reserve Bank of India (Department of Banking Supervision) before

reckoning the additions, as stated above.

pp)Installation of Licenses: a. Prerequisite of Installation of ERP Licenses: Before installation of ERP licenses need to perform pre-installation steps like Hardware and Software configuration than can be used to install ERP system. It is to be ensured that minimum hardware capacity needed to install the system is available. Other factors such as disk capacity, number of concurrent users, number of companies and

GUVNL:IPDS

Page : 124

expected disk space usage are important consideration for performance. It is also to be ensured that required RDBMS, O/s appropriate and connectivity for the chosen system is available for installation. b. Defination of Installation of ERP Licenses: After installation of ERP system under development environment, bidder have to create user Id for access of the system.

1. Contract

Documents

Subject to the order of precedence set forth in the Agreement, all

documents forming the Contract (and all parts thereof) are intended to

be correlative, complementary, and mutually explanatory.

1. Corrupt

Practices

The Purchaser requires bidders, suppliers, and contractors to observe

the highest standard of ethics during the execution of such contracts.

(a) The following definitions apply:

“corrupt practice” means the offering, giving receiving, or soliciting,

directly or indirectly, of anything of value to influence the action of

any party in the procurement process or the execution of a contract;

“fraudulent practice” means a misrepresentation or omission of facts

in order to influence a procurement process or the execution of a

contract;

“collusive practices” means a scheme or arrangement between two or

more bidders, with or without the knowledge of the UGVCL,

designed to influence the action of any party in a procurement

process or the execution of a contract;

“coercive practices” means harming or threatening to harm, directly

or indirectly, persons, or their property to influence their participation

in a procurement process, or affect the execution of a contract;

The Purchaser will reject a proposal for award if it determines that the

bidder recommended for award has, directly or through an agent,

GUVNL:IPDS

Page : 125

engaged in corrupt, fraudulent, collusive, or coercive practices in

competing for the Contract.

After the award of the contract if it is comes to the knowledge of the

UGVCL that the Supplier has engaged in corrupt, fraudulent,

collusive, or coercive practices at any stage, the Purchaser shall

forthwith terminate the contract as per the provisions of GCC Clause

33.

2. Interpretati

on

In this Contract unless a contrary intention is evident:

A. In case of any conflict with any provision relating to the SRS

document and the RFP document, the provisions of the RFP

document shall prevail for all intents and purposes

B. the clause headings are for convenient reference only and do

not form part of this Contract;

C. unless otherwise specified a reference to a clause number is a

reference to all of its sub-clauses;

D. unless otherwise specified a reference to a clause, sub-clause

or section is a reference to a clause, sub-clause or section of

this Contract including any amendments or modifications to

the same from time to time;

E. a word in the singular includes the plural and a word in the

plural includes the singular;

F. a word importing a gender includes any other gender;

G. a reference to a person includes a partnership and a body

corporate;

H. a reference to legislation includes legislation repealing,

replacing or amending that legislation;

I. where a word or phrase is given a particular meaning it

includes the appropriate grammatical forms of that word or

phrase which have corresponding meanings

J. In the event of an inconsistency between the terms of this

Contract and the Bid document and the proposal, the terms of

GUVNL:IPDS

Page : 126

this contract hereof shall prevail.

K. Whenever a material or article is specified or described by the

name of a particular brand, manufacturer or trade mark, the

specific item shall be understood as establishing type,

function and quality desired. Products of other manufacturers

may also be considered, provided sufficient information is

furnished so as to enable the Purchaser to determine that the

products are equivalent to those named

3.2 Incoterms

The meaning of any trade term and the rights and obligations of

parties thereunder shall be as prescribed by Incoterms.

EXW, CIF, CIP, and other similar terms, shall be governed by the

rules prescribed in the current edition of Incoterms, published by the

International Chamber of Commerce at the date of the Invitation for

Bids or as specified in the SCC.

3.3 Entire Agreement

The Contract constitutes the entire agreement between the Purchaser

and the Supplier and supersedes all communications, negotiations and

agreements (whether written or oral) of parties with respect thereto

made prior to the date of Contract.

3.4 Amendment

No amendment or other variation of the Contract shall be valid unless

it is in writing, is dated, expressly refers to the Contract, and is signed

by a duly authorized representative of each party thereto.

3.5 Waiver

a. Subject to GCC Sub-Clause 3.5.2 below, no relaxation,

forbearance, delay, or indulgence by either party in enforcing any

GUVNL:IPDS

Page : 127

of the terms and conditions of the Contract or the granting of time

by either party to the other shall prejudice, affect, or restrict the

rights of that party under the Contract. Neither shall any waiver by

either party of any breach of Contract operate as waiver of any

subsequent or continuing breach of Contract.

b. The waiver by either party of a breach or default of any of the

provisions of this contract by the other party shall not be

interpreted as :

A. A waiver of any succeeding breach of the same or other

provision, nor shall any delay or omission on the part of the

other party to exercise; or

B. A way to avail itself of any right, power, or privilege that

it has or may have under this contract to operate as waiver of

any breach or default by the other party.

C. Any waiver of a party’s rights, powers, or remedies under

the Contract must be in writing, dated, and signed by an

authorized representative of the party granting such waiver,

and must specify the right and the extent to which it is being

waived.

3.6 Severability

If any provision or condition of the Contract is prohibited or rendered

invalid or unenforceable, such prohibition, invalidity or

unenforceability shall not affect the validity or enforceability of any

other provisions and conditions of the Contract or the contract as a

whole and the remaining provisions of the contract shall remain in

full force and effect.

3. Language 4.1 The official language of the Contract is English. Contract as well

as all correspondence and documents relating to the Contract

exchanged by the Supplier and the Purchaser, shall be written in

English. Supporting documents and printed literature that are part

GUVNL:IPDS

Page : 128

of the Contract may be in another language provided they are

accompanied by an accurate translation of the relevant passages in

English, in which case, for purposes of interpretation of the Contract,

the English translation shall govern.

4.2 The Supplier shall bear all costs of translation to English and all

risks of the accuracy of such translation. The Supplier shall be bound

to the English translation and what has been stated therein.

4. Consortium 5.1 If the Supplier is a consortium, the member of such consortium

shall be jointly and severally liable to the Purchaser for the fulfilment

of the provisions of the Contract. Only the Lead Member (as

mentioned at the Qualifying Requirement of Implementation Partner

and below Clause 5.2 and 5.3.) shall have the authority to conduct all

businesses for and on behalf of the Consortium during the bidding

process and, in the event the Consortium is awarded the Contract,

during contract execution The composition of the consortium cannot

be altered.

(a) Without prejudice to Clause 5.1 of this GCC, for the

purposes of fulfilment of its obligations as laid down

under the Contract where the Purchaser deems fit and

unless the context requires otherwise, Supplier shall refer

to the Lead Member who shall be the sole point of

interface between the Purchaser and the Consortium and

would be absolutely accountable for the performance of

its own, the other member of Consortium and/or its

Team’s functions as also the subcontractors.

(b) All payments shall be made by the Purchaser in favour of

the Lead Member.

5.2 Consortium is allowed as part of SI-Lead and SI-2nd subject to

Qualifying Requirement (QR) fulfilment but sub-contracting is

strictly not allowed.

GUVNL:IPDS

Page : 129

5.3 For the following modules, if the bundle solution in the offered

ERP are not available. The bidder may sign consortium

agreement with the OEM of the following product,

o Utility Billing

o Payroll

o Fuel Management

o Project Management

All other modules/functionality proposed in the bid document to be

meet in the offered ERP as a bundle solution.

6 Notices 6.1 All notices and other communications under this contract must be

in writing, and must either be mailed by registered mail with

acknowledgement Due. Or hand delivered with proof of it having

been received.

6.2 If mailed, all notices will be considered as delivered after 5 days,

of the notice having been mailed. If hand delivered, all notices will be

considered, when received by the party to whom the notice is meant

and sent for.

6.3 All notices under this contract shall be sent to or delivered at the

address as specified by the parties in the SCC.

6.4 A Notice shall be effective when delivered or on the Notice’s

effective date, whichever is later.

7 Governing

Law

7.1 The Contract shall be governed by and interpreted in accordance

with the laws of the India. The High Court of Judicature at Gujrat and

Courts subordinate to such High Courts shall have exclusive

jurisdiction in respect of any disputes relating to the tendering

process, award of Contract and execution of the Contract.

7.2 In all cases, this contract shall be governed by and interpreted in

accordance with the Law of the Union Of India. In this context, the

GUVNL:IPDS

Page : 130

expression ‘Law’ takes within its fold Statutory law, Judicial

Decisional Law and Delegated Legislation as well

8 Settlement of

Disputes

8.1 The Purchaser and the Supplier shall make every effort to resolve

amicably by direct informal negotiation any disagreement or dispute

arising between them under or in connection with the Contract.

8.2 If the parties fail to resolve such a dispute (The date of

commencement of the dispute shall be taken from the date when this

clause reference is quoted by either party in a formal communication

clearly mentioning existence of dispute or as mutually agreed) or

difference by mutual consultation within twenty-eight (28) days from

the commencement of such consultation, either party may require that

the dispute be referred for resolution to the formal mechanisms

specified in the SCC.

9 Scope of Work 9.1 The Goods and Related Services to be supplied are specified

inSection 6 – Scope of Work. At the time of awarding the contract,

the Purchaser shall specify any change in the Scope of Work. Such

changes may be due for instance, if the quantities of goods and

related services are increased or decreased at the time of award.

9.2 Unless otherwise stipulated in the Contract, the Scope of Work

shall include all such items not specifically mentioned in the Contract

but that can be reasonably inferred from the Contract as being

required for attaining Delivery and Completion of the Goods and

Related Services as if such items were expressly mentioned in the

Contract.

10 Delivery 10.1 Subject to GCC Sub-Clause 32.1, the Delivery of the Goods and

Completion of the Related Services shall be in accordance with the

Implementation Schedule specified in the Section-12: Delivery

Schedule & License Delivery Schedule. The details of shipping and other

documents to be furnished by the Supplier are specified in the SCC.

GUVNL:IPDS

Page : 131

11 Supplier’s

Responsibilities

11.1 The Supplier shall supply all the Goods and Related Services

included in the Section 6 – Scope of Workin accordance with GCC

Clause 9, and the Implementation Schedule, as per GCC Clause 10.

11.2 The Supplier are restricted to offer a single eligible product for

the enhance requirements to operationalize and meet performance

criteria.

12 Purchaser’s

Responsibilities

12.1 Whenever the supply of Goods and Related Services requires

that the Supplier obtain permits, approvals, and import and other

licenses from local public authorities, the Purchaser shall, if so

required by the Supplier, make its best effort to assist the Supplier in

complying with such requirements in a timely and expeditious

manner.

12.2 The Purchaser shall bear all costs involved in the performance

of its responsibilities, in accordance with GCC Sub-Clause 13.1.

12.3 Competent Authority of GUVNL & ITS SUBSIDIARIES or any

other person designated by the UGVCL shall act as the nodal point

for implementation of the contract and for issuing necessary

instructions, approvals, commissioning, acceptance certificates,

payments etc. to the Supplier.

12.4 The COMPETENT AUTHORITY of GUVNL & ITS

SUBSIDIARIES or any other person designated by the utility shall

approve all such documents within 15 working days.

12.5 Purchaser may provide on Supplier’s request, particulars/

information / or documentation that may be required by the Supplier

for proper planning and execution of Scope of Work under this

contract.

12.6 Apart from development servers, no other development

environment like desktop, office infrastructure, printer etc. will

GUVNL:IPDS

Page : 132

provide by UGVCL. Bidder have to make own arrangement which

include seating arrangement for their developers and other staff office

near to GUVNL – Vadodara corporate within 5 K.M. range at his

own cost. GUVNL will provide lease line between GUVNL –

Corporate and Successful bidder office in Vadodara.

13 Contract Price 13.1 The Contract Price shall be as specified in the Agreement

subject to any additions and adjustments thereto, or deductions there

from, as may be made pursuant to the Contract as also subject to

provisions of Clause 13.2.

13.2 Prices charged by the Supplier for the Goods delivered and the

Related Services performed under the Contract shall not vary from

the prices quoted by the Supplier in its bid, with the exception of any

price adjustments authorized in the SCC.

14 Terms of

Payment

14.1 The Contract Price shall be paid in the manner specified in the

SCC. No invoice for extra work/change order on account of change

order will be submitted by the Supplier unless the said extra work

/change order has been authorized/approved by the Purchaser in

writing.

14.2 The Supplier’s request for payment shall be made to the

Purchaser in writing, accompanied by invoices describing, as

appropriate, the Goods delivered and Related Services performed,

accompanied by the documents submitted pursuant to GCC Clause

10.

14.3 Payments shall be made promptly by the Purchaser, no later than

forty five (45) days after submission of an invoice or request for

payment by the Supplier, and the Purchaser has accepted it.

14.4 If any excess payment has been made by the Purchaser due to

difference in quoted price in proposal and Supplier’s invoice, the

purchaser may without prejudice to its rights recover such amounts

GUVNL:IPDS

Page : 133

by other means after notifying the Supplier or deduct such excess

payment from any payment subsequently falling due to the Supplier.

14.5 The currency in which payment shall be made to the supplier

under this contract is Indian Rupees (INR).

15 Taxes and

Duties

15.1 The prices quoted by the supplier shall be inclusive of all

duties/taxes/levies. Responsibility for including all applicable

taxes/duties/levies in the proposal lie with the bidder and the

GUVNL & its subsidiaries shall not be responsible for any

error/omission on the part of the bidder. Payment of

taxes/duties/levies shall not be made separately.

15.2 For goods supplied from outside the Purchaser’s country, the

Supplier shall be entirely responsible for all taxes, duties, stamp

duties, license fees, and other such levies imposed outside the

Purchaser’s country.

15.3 For goods supplied from within the Purchaser’s country, the

Supplier shall be entirely responsible for all taxes, duties, entry tax,

license fees, others levies etc., incurred until delivery of the Goods

and Related service to the Purchaser. The Purchaser will provide

Central sales tax Form C, whenever applicable.

15.4 The cost of Entry Tax as applicable will be the liability of the

Supplier i.e. the price quoted will be inclusive of Entry Tax. The

amount of Entry Tax will be deducted from the Supplier’s invoice

and remittance to tax dept. will be made by the Purchaser under the

TIN number of Purchaser. If any liability is raised by the commercial

tax department, Govt. of Gujrat on account of Entry Tax at a later

date, the same shall be to the Supplier's account and accordingly

recovery shall be made from the supplier's pending bills/security

deposit as available with the Purchaser.

GUVNL:IPDS

Page : 134

16 Performance

Security

16.1 The Supplier shall, within fourteen (14) days of the notification

of Contract award, provide a Performance Security for the due

performance of the Contract in the amounts and currencies specified

in the SCC.

16.2 The Purchaser shall at its sole discretion invoke the Performance

Security and appropriate the amount secured thereunder, in the event

that the Supplier commits any delay or default in Delivery of the

Goods or Related Services or commits any other breach of the terms

and conditions of the Contract.

16.3 The Performance Security shall be denominated in the

currencies of the Contract, and shall be in one of the forms stipulated

by the Purchaser in the SCC.

16.4 The Performance Security shall be discharged by the Purchaser

and returned to the Supplier not later than fourteen (14) days

following the date of completion of the Supplier’s performance

obligations under the Contract, including any warranty obligations,

unless specified otherwise in the SCC.

17 Intellectual

Property

17.1 Purchaser shall own and have a right in perpetuity to use all

newly created Intellectual Property Rights which have been

developed solely during execution of this Contract, including but not

limited to all Source code, Object code, records, reports, designs,

application configurations, data and written material, products,

specifications, reports, drawings and other documents which have

been newly created and developed by the Supplier solely during the

performance of Related Services and for the purposes of inter-alia

use or sub-license of such Services under this Contract. The Supplier

undertakes to disclose all such Intellectual Property Rights arising in

performance of the Related Services to the Purchaser and execute all

such agreements/documents and file all relevant applications, effect

transfers and obtain all permits and approvals that may be necessary

in this regard to effectively transfer and conserve the Intellectual

GUVNL:IPDS

Page : 135

Property Rights of the Purchaser. To the extent that Intellectual

Property Rights are unable by law to so vest, the Supplier assigns

those Intellectual Property Rights to Purchaser on creation.

17.2 The Supplier shall be obliged to ensure that all approvals,

registrations, licenses, permits and rights etc. which are inter-alia

necessary for use of the goods supplied / installed by the Supplier, the

same shall be acquired in the name of the Purchaser, and the same

may be assigned by the Purchaser to the Supplier solely for the

purpose of execution of any of its obligations under the terms of this

Contract. However, subsequent to the term of this Contract, such

approvals, registrations, licenses, permits and rights etc. shall endure

to the exclusive benefit of the Purchaser.

17.3 The Supplier shall ensure that while it uses any software,

hardware, processes, document or material in the course of

performing the Services, it does not infringe the Intellectual Property

Rights of any person and the Supplier shall keep the Purchaser

indemnified against all costs, expenses and liabilities howsoever,

arising out any illegal or unauthorized use (piracy) or in connection

with any claim or proceedings relating to any breach or violation of

any permission/license terms or infringement of any Intellectual

Property Rights by the Supplier or its personnel during the course of

performance of the Related Services. In case of any infringement by

the Supplier, the Supplier shall have sole control of the defence and

all related settlement negotiations

17.4 Subject to sub-clauses 17.1 to 17.3, the Supplier shall retain

exclusive ownership of all methods, concepts, algorithms, trade

secrets, software documentation, other intellectual property or other

information belonging to the Supplier that existed before the effective

date of the contract.

18 Confidential 18.1 Both parties undertake to each other to keep confidential all

GUVNL:IPDS

Page : 136

Information information (written as well as oral) concerning the business and

affairs of the other, which has been obtained or received as a result of

the discussions leading upto or the entering of the contract

18.2 After the entering of the contract the Purchaser and the Supplier

shall keep confidential and shall not, without the written consent of

the other party hereto, divulge to any third party any documents, data,

or other information furnished directly or indirectly by the other party

hereto in connection with the Contract, whether such information has

been furnished prior to, during or following completion or

termination of the Contract. Notwithstanding the above, the Supplier

may furnish to its Subcontractor such documents, data, and other

information it receives from the Purchaser to the extent required for

the Subcontractor to perform its work under the Contract, in which

event the Supplier shall obtain from such Subcontractor an

undertaking of confidentiality similar to that imposed on the Supplier

under this Clause.

18.3 The Purchaser shall not use such documents, data, and other

information received from the Supplier for any purposes unrelated to

the Contract. Similarly, the Supplier shall not use such documents,

data, and other information received from the Purchaser for any

purpose other than the design, procurement, or other work and

services required for the performance of the Contract.

18.4 The obligation of a party under GCC Sub-Clauses 18.1 and 18.2

above, however, shall not apply to information that:

a. the Purchaser or Supplier need to share with the

institutions participating in the financing of the

Contract;

b. now or hereafter enters the public domain through no

fault of that party;

c. can be proven to have been possessed by that party at

GUVNL:IPDS

Page : 137

the time of disclosure and which was not previously

obtained, directly or indirectly, from the other party;

d. Otherwise lawfully becomes available to that party

from a third party that has no obligation of

confidentiality.

18.5 The above provisions of GCC Clause 18 shall not in any way

modify any undertaking of confidentiality given by either of the

parties hereto prior to the date of the Contract in respect of the

Supply or any part thereof.

18.6 Each of the parties to this contract, undertakes to the other to

take all such steps as shall from time to time be necessary to ensure

compliance with the provisions of the above clauses by its

employees, agents and sub-contractors.

18.7 The provisions of GCC Clause 18 shall survive completion or

termination, for whatever reason, of the Contract.

19 Subcontracting 19.1 The Supplier shall not be permitted to sub-contract any part of

its obligations under the Contract.

20 Specifications

and Standards

20.1 Technical Specifications and Drawings

(a) The Supplier shall ensure that the Goods and Related

Services comply with the technical specifications and other

provisions of the Contract.

(b) The Supplier shall be entitled to disclaim responsibility for

any design, data, drawing, specification or other document, or

any modification thereof provided or designed by or on behalf

of the Purchaser, by giving a notice of such disclaimer to the

Purchaser.

(c) The Goods and Related Services supplied under this

Contract shall conform to the standards mentioned in Section 6

GUVNL:IPDS

Page : 138

– Scope of Workand, when no applicable standard is

mentioned, the standard shall be equivalent or superior to the

official standards whose application is appropriate to the

country of origin of the Goods.

20.2 Wherever references are made in the Contract to codes and

standards in accordance with which it shall be executed, the edition

or the revised version of such codes and standards shall be those

specified in the Section 6 – Scope of Work. During Contract

execution, any changes in any such codes and standards shall be

applied only after approval by the Purchaser and shall be treated in

accordance with GCC Clause 31.

21 Packing and

Documents

21.1 The Supplier shall provide such packing of the Goods as is

required to prevent their damage or deterioration during transit to

their final destination, as indicated in the Contract. During transit,

the packing shall be sufficient to withstand, without limitation, rough

handling and exposure to extreme temperatures, salt and

precipitation, and open storage. Packing case size and weights shall

take into consideration, where appropriate, the remoteness of the final

destination of the Goods and the absence of heavy handling facilities

at all points in transit. The Purchaser shall not be responsible in any

manner for any loss or damage caused to the Goods during Transit.

21.2 The packing, marking, and documentation within and outside

the packages shall comply strictly with such special requirements as

shall be expressly provided for in the Contract and in any other

instructions ordered by the Purchaser.

22 Insurance 22.1 The Goods supplied under the Contract shall be fully insured by

the Supplier, in INR, against loss or damage incidental to

manufacture or acquisition, transportation, storage, and delivery, in

accordance with the applicable Incoterms or in the manner specified

in the SCC.

22.2 Workmen’s Compensation and Employer’s Liability Insurance:

GUVNL:IPDS

Page : 139

Insurance shall be affected for all the Bidder’s employees engaged in

the performance of this contract. If any of work is sublet, the Bidder

shall require the sub-Bidder to provide workmen’s compensation and

employer’s liability insurance for the latter’s employees if such

employees are not covered under the Bidder’s insurance. The

successful bidder shall have to submit a copy of the insurance policy

for all the staff members to be deployed at our worksite.

22.3 Any other insurance:

The Bidder shall also carry any and all other insurance, which he may

be required under any Indian law or regulation from time to time

without any extra cost to GUVNL.

22.4 Accident or injury to workmen:

GUVNL shall not be liable for or in respect of any damages or

compensation payable at law in respect or in consequences of any

accident or injury to any workmen or other person in the employment

of the Bidder or any sub-Bidder.

23 Transportation 23.1Obligations for transportation of the Goods shall be borne by the

Supplier and shall be in accordance with the Incoterms specified in

Section-12: Delivery Schedule & License Delivery Schedule.

24 Inspections

and Tests

24.1 The Supplier shall at its own expense and at no cost to the

Purchaser carry out all such tests and/or inspections of to ensure that

the Goods and Related Services are complying with the functional

parameters, codes and standards specified in the Section 6 – Scope of

Work, to the satisfaction of the Purchaser.

24.2 The inspections and tests may be conducted on the premises of

the Supplier, at point of delivery, and/or at the final destination of the

Goods, or in another place in the Purchaser’s country as per the

requirement of Section 6 – Scope of Work. Subject to GCC Sub-

Clause 24.3, if conducted on the premises of the Supplier or its

Subcontractor, all reasonable facilities and assistance, including

access to drawings and production data, shall be furnished to the

GUVNL:IPDS

Page : 140

inspectors at no charge to the Purchaser.

24.3 The Purchaser or its designated representative shall be entitled

to attend the tests and/or inspections referred to in GCC Sub-Clause

24.2, provided that the Purchaser bear all of its own costs and

expenses incurred in connection with such attendance including, but

not limited to, all traveling and board and lodging expenses.

24. 4 Whenever the Supplier is ready to carry out any such test and

inspection, it shall give a reasonable advance notice, including the

place and time, to the Purchaser.

24.5 The Purchaser may require the Supplier to carry out any test

and/or inspection to verify that the characteristics and performance of

the Goods or Related Services comply with the technical

specifications, codes and standards under the Contract.

24.6 The Supplier shall provide the Purchaser with a report of the

results of any such test and/or inspection.

24.7 The Purchaser may reject any Goods / Related Services or any

part thereof that fail to pass any test and/or inspection or do not

conform to the specifications. The Supplier shall either rectify or

replace such rejected Goods/ Related Services or parts thereof or

make alterations necessary to meet the specifications at no cost to the

Purchaser, and shall repeat the test and/or inspection, at no cost to the

Purchaser, upon giving a notice pursuant to GCC Sub-Clause 24.4.

24.8 The Supplier agrees that neither the execution of a test and/or

inspection of the Goods / Related Services or any part thereof, nor the

attendance by the Purchaser or its representative, nor the issue of any

report pursuant to GCC Sub-Clause 24.6, shall release the Supplier

from any warranties or other obligations under the Contract.

25 Liquidated

Damages and

25.1 Except as provided under GCC Clause 30, if the Supplier fails to

GUVNL:IPDS

Page : 141

Penalty deliver any or all of the Goods or perform the Related Services

within the period specified in the Contract, the Purchaser may

without prejudice to all its other remedies under the Contract, deduct

from the Contract Price, as liquidated damages, a sum equivalent to

0.5% of the value of the Goods or Related Services, supplied beyond

stipulated delivery schedule for each week or part thereof of delay

until actual delivery or performance, subject to a maximum of 10%

of value of such goods and services.

25.2 In addition, the Supplier is liable to the Purchaser for payment

penalty as specified in the SLA.

If the Goods and Related Services supplied do not meet the minimum

specifications as per the Contract, and the same is not

replaced/modified by the Supplier to meet the requirements within 14

days of being informed by the UGVCL, the UGVCL shall be free to

impose any penalty as deemed fit. In addition, the UGVCL shall

reserve the right to terminate the contract and recover liquidated

damages by forfeiting the performance guarantee submitted by the

Purchaser.

26 Warranty 26.1 The Supplier warrants that all the Goods are new, unused, and of

the most recent or current models, and that they incorporate all recent

improvements in design and materials, unless provided otherwise in

the Contract.

26.2 Subject to GCC Sub-Clause 20.1, the Supplier further warrants

that the Goods shall be free from defects arising from any act or

omission of the Supplier or arising from design, materials, and

workmanship, under normal use in the conditions prevailing in the

country of final destination.

26.3 The warranty shall remain valid for the period Specified in the

SCC.

26.4 The Purchaser shall give Notice to the Supplier stating the

GUVNL:IPDS

Page : 142

nature of any such defects together with all available evidence

thereof, promptly following the discovery thereof. The Purchaser

shall afford all reasonable opportunity for the Supplier to inspect

such defects.

26.5 Upon receipt of such Notice, the Supplier shall, within the

period specified in the SCC, expeditiously repair or replace the

defective Goods or parts thereof, at no cost to the Purchaser.

26.6 If having been notified, the Supplier fails to remedy the defect

within the period of warranty specified in the SCC; the Purchaser

may proceed to take within a reasonable period such remedial action

as may be necessary, at the Supplier’s risk and expense and without

prejudice to any other rights which the Purchaser may have against

the Supplier under the Contract.

27 Liability/

Indemnity

27.1 The Supplier hereby agrees to indemnify the Purchaser, for all

conditions and situations mentioned in this clause, in a form and

manner acceptable to the Purchaser. The supplier agrees to indemnify

the Purchaser and its officers, servants, agents (“Purchaser

Indemnified Persons”) from and against any costs, loss, damages,

expense, claims including those from third parties or liabilities of any

kind howsoever suffered, arising or incurred inter alia during and

after the Contract period out of:

(a) any negligence or wrongful act or omission by the Supplier

or its agents or employees or any third party associated with

Supplier in connection with or incidental to this Contract; or

(b) any infringement of patent, trademark/copyright or industrial

design rights arising from the use of the supplied Goods and

Related Services or any part thereof.

GUVNL:IPDS

Page : 143

27.2 The Supplier shall also indemnify the Purchaser against any

privilege, claim or assertion made by third party with respect to right

or interest in, ownership, mortgage or disposal of any asset, property,

movable or immovable as mentioned in any Intellectual Property

Rights, licenses and permits

27.3 Without limiting the generality of the provisions of this clause

27.1 and 27.2, the Supplier shall fully indemnify, hold harmless and

defend the Purchaser Indemnified Persons from and against any and

all suits, proceedings, actions, claims, demands, liabilities and

damages which the Purchaser Indemnified Persons may hereafter

suffer, or pay by reason of any demands, claims, suits or proceedings

arising out of claims of infringement of any domestic or foreign

patent rights, copyrights or other intellectual property, proprietary or

confidentiality rights with respect to any Goods, Related Services,

information, design or process supplied or used by the Supplier in

performing the Supplier’s obligations or in any way incorporated in

or related to the Project. If in any such suit, action, claim or

proceedings, a temporary restraint order or preliminary injunction is

granted, the Supplier shall make every reasonable effort, by giving a

satisfactory bond or otherwise, to secure the suspension of the

injunction or restraint order. If, in any such suit, action, claim or

proceedings, the Goods or Related Services, or any part thereof or

comprised therein, is held to constitute an infringement and its use is

permanently enjoined, the Supplier shall promptly make every

reasonable effort to secure for the Purchaser a license, at no cost to

the Purchaser, authorizing continued use of the infringing work. If

the Supplier is unable to secure such license within a reasonable time,

the Supplier shall, at its own expense, and without impairing the

specifications and standards, either replace the affected work, or part,

or process thereof with non-infringing work or part or process, or

modify the same so that it becomes non-infringing.

Survival on Termination

GUVNL:IPDS

Page : 144

The provisions of this Clause 27 shall survive Termination.

27.4 Defence of Claims:

(a) If any proceedings are brought or any claim is made

against the Purchaser arising out of the matters referred

to in GCC Sub-Clause 27.1, 27.2, or 27.3 the Purchaser

shall promptly give the Supplier a notice thereof, and the

Supplier may at its own expense and in the Purchaser’s

name conduct such proceedings or claim and any

negotiations for the settlement of any such proceedings or

claim.

(b) If the Supplier fails to notify the Purchaser within

twenty-eight (28) days after receipt of such notice that it

intends to conduct any such proceedings or claim, then

the Purchaser shall be free to conduct the same on its

own behalf

(c) The Purchaser shall, at the Supplier’s request, afford all

available assistance to the Supplier in conducting such

proceedings or claim, and shall be reimbursed by the

Supplier for all reasonable expenses incurred in so doing

28 Limitation of

Liability

Except in cases of gross negligence or wilful misconduct :

(a) neither party shall be liable to the other party for any

indirect or consequential loss or damage, loss of use, loss

of production, or loss of profits or interest costs; and

(b) The aggregate liability of the Supplier to the Purchaser,

for all claims

whether under the Contract, in tort, or otherwise, shall

GUVNL:IPDS

Page : 145

not exceed the amount specified in the Contract Price.

Provided that this limitation shall not apply to the cost of

repairing or replacing defective equipment, or to any

obligation of the Supplier to indemnify the Purchaser

with respect to patent infringement.

29 Change in

Laws and

Regulations

29.1 Unless otherwise specified in the Contract, if after the date of

the Invitation for Bids, any law, regulation, ordinance, order or bylaw

having the force of law is enacted, promulgated, abrogated, or

changed in the place of the Purchaser’s country where the Site is

located (which shall be deemed to include any change in

interpretation or application by the competent authorities) that

subsequently affects the Delivery Date, then such Delivery Date shall

be correspondingly increased or decreased, to the extent that the

Supplier has thereby been affected in the performance of any of its

obligations under the Contract.

30 Force Majeure 30.1 The Supplier shall not be liable for forfeiture of its Performance

Security, liquidated damages, or termination for default if and to the

extent that it’s delay in performance or other failure to perform its

obligations under the Contract is the result of an event of Force

Majeure.

30.2 For purposes of this Clause, “Force Majeure” means an event or

situation beyond the control of the Supplier that is not foreseeable, is

unavoidable, and its origin is not due to negligence or lack of care on

the part of the Supplier. Such events may include, but not be limited

to wars or revolutions, earthquake, fires, floods, epidemics,

quarantine restrictions, and freight embargoes.

30.3 If a Force Majeure situation arises, the Supplier shall promptly

and no later than seven days from the first occurrence thereof, notify

the Purchaser in writing of such condition and the cause thereof.

Unless otherwise directed by the Purchaser in writing, the Supplier

GUVNL:IPDS

Page : 146

shall continue to perform its obligations under the Contract as far as

is reasonably practical, and shall seek all reasonable alternative

means for performance not prevented by the Force Majeure event

30.4 The decision of the Purchaser with regard to the occurrence,

continuation, , period or extent of Force Majeure shall be agreed mutually

by both parties..

31 Change Orders

and Contract

Amendments

31.1 The Purchaser may at any time order the Supplier through

Notice in accordance GCC Clause 6, (“Change Order”) to make

changes within the general scope of the Contract in any one or more

of the following:

(a) drawings, designs, or specifications, where Goods to be

furnished under the Contract are to be specifically

manufactured for the Purchaser;

(b) Specifications for hardware, software and Related

Services

(c) the method of shipment or packing;

(d) the place of delivery; and

(e) The Related Services to be provided by the Supplier.

31.2 If any such Change Order causes an increase or decrease in the

cost of, or the time required for, the Supplier’s performance of any

provisions under the Contract, an equitable adjustment shall be made

in the Contract Price or in the Delivery and Completion Schedule, or

both, and the Contract shall accordingly be amended. Any claims by

the Supplier for adjustment under this Clause must be asserted within

twenty-eight (28) days from the date of the Supplier’s receipt of the

Purchaser’s Change Order.

GUVNL:IPDS

Page : 147

31.3 No variation or modification of the terms of the contract shall be

made except by written amendment signed by the parties.

32 Extensions of

Time

32.1 If at any time during performance of the Contract, the Supplier

or its Subcontractors should encounter conditions impeding timely

delivery of the Goods or completion of Related Services pursuant to

GCC Clause 10, the Supplier shall promptly notify the Purchaser in

writing of the delay, its likely duration, and its cause. As soon as

practicable after receipt of the Supplier’s notice, the Purchaser shall

evaluate the situation and may at its discretion extend the Supplier’s

time for performance, in which case the extension shall be ratified by

the parties by amendment of the Contract.

32.2 Except in case of Force Majeure, as provided under GCC Clause

30 or where the delay in delivery of the Goods or completion of

Related Services is caused due to any delay or default of the

Purchaser, any extension granted under clause 32.1 shall not absolve

the Supplier from its liability to the pay of liquidated damages

pursuant to GCC Clause 25.

33 Termination 33.1 Termination for Default

(a) The Purchaser may, without prejudice to any other remedy for

breach of Contract, by Notice of default sent to the Supplier,

terminate the Contract in whole or in part:

i. if the Supplier fails to deliver any or all of the

Goods or Related Services within the period

specified in the Contract, or within any extension

thereof granted by the Purchaser pursuant to GCC

Clause 32; or

ii. if the Supplier, in the judgment of the Purchaser

has engaged in corrupt, fraudulent, collusive, or

coercive practices, as defined in GCC Clause 2, in

competing for or in executing the Contract; or

GUVNL:IPDS

Page : 148

iii. Any representation made by the bidder in the

proposal is found to be false or misleading

iv. If the Supplier commits any breach of the

Contract and fails to remedy or rectify the same

within the period of two weeks (or such longer

period as the Purchaser in its absolute discretion

decide) provided in a notice in this behalf from

the Purchaser.

v. as specified in the SLA

(b) In the event the Purchaser terminates the Contract in whole or in

part, pursuant to GCC Clause 33.1.1, the Purchaser may procure,

upon such terms and in such manner as it deems appropriate, Goods

or Related Services similar to those undelivered or not performed,

and the Supplier shall be liable to the Purchaser for any additional

costs for such similar Goods or Related Services. However, the

Supplier shall continue performance of the Contract to the extent not

terminated.

33.2 Termination for Insolvency

The Purchaser may at any time terminate the Contract by giving

Notice to the Supplier if the Supplier becomes bankrupt or otherwise

insolvent. In such event, termination will be without compensation

to the Supplier, provided that such termination will not prejudice or

affect any right of action or remedy that has accrued or will accrue

thereafter to the Purchaser.

33.3 Termination for Convenience

(a) The Purchaser, by Notice sent to the Supplier, may terminate the

GUVNL:IPDS

Page : 149

Contract by assigning reasons, in whole or in part, at any time for its

convenience. The Notice of termination shall specify that

termination is for the Purchaser’s convenience, the extent to which

performance of the Supplier under the Contract is terminated, and the

date upon which such termination becomes effective.

(b) The Goods that are complete and ready for shipment within

twenty-eight (28) days after the Supplier’s receipt of the Notice of

termination shall be accepted by the Purchaser at the Contract terms

and prices. For the remaining Goods, the Purchaser may elect:

i. To have any portion completed and delivered at

the Contract terms and prices; and/or

ii. To cancel the remainder and pay to the Supplier

an agreed amount for partially completed Goods

and Related Services and for materials and parts

previously procured by the Supplier.

33.4 Consequences of Termination

Upon Termination of the Contract, the Supplier shall:

i. Prepare and present a detailed exit plan within five

calendar days of termination notice receipt to the

COMPETENT AUTHORITY of UGVCL (“Exit Plan”).

ii. The COMPETENT AUTHORITY and along with

designated team will review the Exit plan. If approved,

Supplier shall start working on the same immediately. If

the plan is rejected, Supplier shall prepare alternate plan

within two calendar days. If the second plan is also

rejected, COMPETENT AUTHORITY or the authorised

person will provide a plan for Supplier and it should be

adhered by in totality.

iii. The Exit Plan should cover at least the following :

a. Execute all documents that may be necessary to

GUVNL:IPDS

Page : 150

effectively transfer the ownership and title, including

OEM warranties in respect of all equipment;

b. Handover all developed codes, related

documentation and other Configurable Items, if any

in his possession;

c. Handover the list of all IT Assets, passwords at all

locations to the Purchaser.

iv. The supplier and COMPETENT AUTHORITY (or the

authorised person) will sign a completion certificate at

the end of successful completion (all points tracked to

closure) of the Exit Plan.

34 Assignment 34.1 The Supplier shall not assign, in whole or in part, their

obligations under this Contract.

35 Disclaimer 35.1 Purchaser reserves the right to share, with any consultant of its

choosing, any resultant Proposals in order to secure expert opinion.

35.2 Purchaser reserves the right to accept any proposal deemed to be

in the best interest of the GUVNL & its subsidiaries.

36 Public

Disclosure

36.1 All materials provided to the Purchaser by bidder are subject to

Country and Gujrat public disclosure laws such as RTI etc.

36.2 The Supplier’s Team shall not make or permit to be made a

public announcement or media release about any aspect of this

Contract unless the Purchaser first gives the Supplier its written

consent.

37 SLA Audit 37.1 A designated team / person from GUVNL & its subsidiaries

will review the performance of Supplier against the SLA each month.

The review / audit report will form basis of any action relating to

imposing penalty on or breach of contract of the Supplier.

GUVNL:IPDS

Page : 151

38 Adherence to

safety

procedures,

rules

regulations

and restriction

38.1 Supplier shall comply with the provision of all laws including

labour laws, rules, regulations and notifications issued there under

from time to time. All safety and labour laws enforced by statutory

agencies and by Purchaser shall be applicable in the performance of

this Contract and Supplier’s Team shall abide by these laws.

38.2 Access to the Data center Sites, Disaster Recovery Sites and

Purchaser’s locations shall be strictly restricted. No access to any

person except the essential personnel belonging to the Supplier who

are genuinely required for execution of work or for carrying out

management/maintenance who have been explicitly authorised by the

Purchaser shall be allowed entry to the Datacenter Sites, Disaster

Recovery Sites and some Purchaser’s locations. Even if allowed,

access shall be restricted to the pertaining equipment of the Purchaser

only. The Supplier shall maintain a log of all activities carried out by

each of its personnel.

38.3 The Supplier shall take all measures necessary or proper to

protect the personnel, work and facilities and shall observe all

reasonable safety rules and instructions. Supplier’s Team shall adhere

to all security requirement/regulations of the Purchaser during the

execution of the work. Purchaser’s employee also shall comply with

safety procedures/policy.

38.4 The Supplier shall report as soon as possible any evidence,

which may indicate or is likely to lead to an abnormal or dangerous

situation and shall take all necessary emergency control steps to

avoid such abnormal situations.

38.5 The Purchaser will be indemnified for all the situations

mentioned in this clause in the similar way as defined in GCC clause

28.

39 Non-

Solicitation of

39.1 For the purpose of this contract, both parties to this contract

GUVNL:IPDS

Page : 152

Staff agree, not to solicit either directly or indirectly with a view to provide

or offer employment to, offer to contract with or entice a staff

member of the other party to leave without the consent of the other

during the term of this agreement and for an additional period of 180

days after termination

40 Survival 40.1 The clauses of this contract, which by nature are intended to

survive termination of this contract, shall remain in effect after such

termination

41 Pre-bid 41.1 The bidders are advised to study all business and technical

aspects, instructions, annexure, schedules, terms & conditions and

specifications in the proposal carefully. Failure to furnish all

information required in the RFP or submission of a bid not

substantially responsive to the RFP in every respect will be at the

bidder’s risk and may result in the rejection of the bid.

41.2 Regarding the site visit, bidder may wish to visit and examine

the site (s) of the project for their assessment and obtain themselves,

at its own responsibility and risk, all information that may be

necessary for preparing the bid and entering into the contract. The

cost of visiting the site (s) shall be borne by the bidder. Bidder has to

request for site visit to GUVNL on mail ids

[email protected];[email protected], shall finalize the

site visit schedule. No site visit(s) shall be scheduled after the

prescribed date for submission of the bids.

41.3 Regarding queries in respect of only technical matters, bidders

may send the same to mail id

[email protected];[email protected]

41.4 Pre-Bid Norms,

An advance written intimation for participation of pre-bid

with not more than 2 (two) members of each company shall

be made and these 2 (two) representative may attend the pre-

bid meeting with authorization letter from G.M. and above,

company ID proof and Government ID proof.

Before participation bidder should ensure they are meeting

GUVNL:IPDS

Page : 153

qualifying requirement in broad sense.

No cross question would be allowed about laid down

credential/condition. However questions about detail

clarification of scope of work, roles and responsibility will be

allowed.

Bidders may indicate any genuine missing points for the

fulfilment of integrated project implementation.

Bidders are requested to send their queries with regard to RFP

through mail 3 days prior to the pre-bid conference.

([email protected],[email protected])

GUVNL at its sole discretion reserves the right to accept/not

to accept the suggestion of the bidder in the said pre-bid

conference.

41.5 Bidders are specifically directed NOT to contact any other

person apart from the one mentioned above in this RFP for meetings,

conferences or technical discussions that are related to this RFP.

Unauthorized contact will be cause for immediate rejection of the

bidder‘s RFP Response. Substantive questions will be dealt with in

writing.

42 Eligibility for

opening of bid

42.1 The firm whose supply/services against the previous order(s)

from GUVNL and/or it’s subsidiaries are pending after due date,

on the date of submission of the bid or even after completion of

their contractual delivery period, such firm will not be eligible for

opening of their bid.

43 Risk and Title Transfer

If Implementation Partner show wish they can transfer title to GUVNL without any financial liabilities including no liability towards ATS before the schedule date.

GUVNL:IPDS

Page : 154

Section-15: Special Conditions of Contract

THE FOLLOWING SPECIAL CONDITIONS OF CONTRACT (SCC) SHALL SUPPLEMENT THE GENERAL

CONDITIONS OF CONTRACT (GCC). WHENEVER THERE IS A CONFLICT, THE PROVISIONS HEREIN SHALL

PREVAIL OVER THOSE IN THE GCC.

GCC 1.1(J) THE PURCHASER’S COUNTRY IS: THE UNION OF INDIA

GCC 1.1(K) THE PURCHASER IS:

Office of Chief Engineer [(P&P)]

Regd. & Corporate Office,

Visnagar Road,

Mehsana -384001,

Gujarat.

GCC 1.1

(Q)

THE WEB-SITE IS: WWW.UGVCL.COM

THE DETAILS REGARDING THE RFP PROCESS SHALL BE AVAILABLE ON THE SAME. THE

ELIGIBLE BIDDERS SHOULD VISIT THE WEBSITE FROM TIME TO TIME AND GET THE STATUS

UPDATES. ALL DETAILS UPLOADED ON THE WEBSITE FROM TIME TO TIME SHALL BE

DEEMED TO HAVE BEEN PROVIDED TO ALL THE BIDDERS.

GCC 3.2 THE VERSION OF INCOTERMS SHALL BE: INCOTERMS 2000

GCC 4.1 THE LANGUAGE SHALL BE: ENGLISH

GCC 6.1 FOR NOTICES, THE PURCHASER’S CONTACT DETAILS SHALL BE:

Office of Chief Engineer [(P&P)]

Regd. & Corporate Office,

Visnagar Road,

Mehsana -384001,

Gujarat.

Phone : (02762) 22080-81

Fax : (02762) 223574

Email : [email protected]

GCC 7.1 THE GOVERNING LAW SHALL BE: LAWS APPLICABLE IN EXCLUSIVE JURISDICTION OF THE

HIGH COURT OF JUDICATURE IN THE STATE OFGUJARAT, INDIA AND ALL COURTS

SUBORDINATE TO IT’S EXCLUSIVE JURISDICTION.

GUVNL:IPDS

Page : 155

GCC 8.2 THE FORMAL MECHANISM FOR THE RESOLUTION OF DISPUTES SHALL BE:

IF THE PARTIES FAIL TO RESOLVE SUCH A DISPUTE OR DIFFERENCE BY MUTUAL

CONSULTATION WITHIN TWENTY-EIGHT (28) DAYS FROM THE COMMENCEMENT OF SUCH

DISPUTE AND DIFFERENCE, EITHER PARTY MAY REQUIRE THAT THE DISPUTE BE REFERRED

FOR RESOLUTION TO THE FORMAL MECHANISMS, DESCRIBED BELOW (THE DATE OF

COMMENCEMENT OF THE DISPUTE SHALL BE TAKEN FROM THE DATE WHEN THIS CLAUSE

REFERENCE IS QUOTED BY EITHER PARTY IN A FORMAL COMMUNICATION CLEARLY

MENTIONING EXISTENCE OF DISPUTE OR AS MUTUALLY AGREED) :

a. THE MECHANISM FOR RESOLUTION OF DISPUTES FOR BIDDERS SHALL BE IN

ACCORDANCE WITH THE INDIAN ARBITRATION AND CONCILIATION ACT OF 1996.

THE ARBITRAL TRIBUNAL SHALL CONSIST OF 3 (THREE) ARBITRATORS. EACH

PARTY SHALL NOMINATE AN ARBITRATOR AND THE TWO NOMINATED

ARBITRATORS SHALL MUTUALLY AGREE AND NOMINATE A THIRD PRESIDING

ARBITRATOR.

b. THE ARBITRATORS SHALL NECESSARILY BE RETIRED HIGH COURT JUDGES AND

THE UMPIRE SHALL BE A RETIRED CHIEF JUSTICE.

c. THE PLACE FOR ARBITRATION SHALL BE THE STATE OF GUJARAT

GCC 10.1

DETAILS OF SHIPPING AND DOCUMENTS TO BE FURNISHED BY THE SUPPLIER SHALL BE:

FOR GOODS SUPPLIED FROM ABROAD AS PER INCOTERMS CIF :

UPON SHIPMENT, THE SUPPLIER SHALL NOTIFY THE PURCHASER AND THE

INSURANCE COMPANY BY TELEX OR FAX THE FULL DETAILS OF THE SHIPMENT

(CONSIGNMENT THROUGH AIR IS ALSO POSSIBLE), INCLUDING CONTRACT

NUMBER, DESCRIPTION OF GOODS, QUANTITY, THE VESSEL, THE BILL OF LADING

NUMBER AND DATE, PORT OF LOADING, DATE OF SHIPMENT, PORT OF

DISCHARGE, ETC. THE SUPPLIER SHALL SEND THE FOLLOWING DOCUMENTS TO

THE PURCHASER, WITH A COPY TO THE INSURANCE COMPANY.

(a) COPY OF THE SUPPLIER’S INVOICE SHOWING THE DESCRIPTION OF THE GOODS,

QUANTITY, UNIT CIF PRICE AND TOTAL AMOUNT;

(b) COPY OF ON-BOARD BILL OF LADING MARKED “FREIGHT PREPAID”.

(c) COPY OF THE PACKING LIST IDENTIFYING CONTENTS OF EACH LOT.

(d) INSURANCE CERTIFICATE;

(e) COPY OF TEST CERTIFICATE APPROVAL AND DISPATCH INSTRUCTIONS ISSUED BY THE

GUVNL:IPDS

Page : 156

PURCHASER (COMBINED OR SEPARATELY).

(f) CERTIFICATE OF ORIGIN.

(g) MANUFACTURER’S OR SUPPLIER’S WARRANTY CERTIFICATE

THE PURCHASER SHALL RECEIVE THE ABOVE DOCUMENTS AT LEAST TWO WEEKS BEFORE

ARRIVAL OF THE GOODS AT THE PORT OR PLACE OF ARRIVAL AND, IF NOT RECEIVED, THE

SUPPLIER WILL BE RESPONSIBLE FOR ANY CONSEQUENT EXPENSES.

FOR GOODS FROM WITHIN THE PURCHASER’S COUNTRYAS PER INCOTERMS

EXW BASIS INCLUDING FREIGHT AND INSURANCE CHARGES:

UPON DELIVERY OF THE GOODS TO THE TRANSPORTER, THE SUPPLIER SHALL NOTIFY THE

PURCHASER AND SEND THE FOLLOWING DOCUMENTS TO THE PURCHASER;

a) COPY OF THE SUPPLIER’S INVOICE SHOWING THE DESCRIPTION OF THE GOODS,

QUANTITY, UNIT EX-WORKS PRICE AND TOTAL AMOUNT;

b) COPY OF MOTOR TRANSPORT RECEIPT (MTR) OF A TRANSPORT CONTRACTOR

APPROVED BY INDIAN BANKERS ASSOCIATION OR MATERIAL RECEIPT CERTIFICATE

FROM CONSIGNEE.

c) COPY OF TEST CERTIFICATE APPROVAL AND DISPATCH INSTRUCTIONS ISSUED BY THE

PURCHASER COMBINED OR SEPARATELY.

d) COPY OF PACKING LIST IDENTIFYING CONTENTS OF EACH LOT.

e) INSURANCE CERTIFICATE;

f) CERTIFICATE OF ORIGIN.

g) MANUFACTURER’S OR SUPPLIER’S WARRANTY CERTIFICATE

THE PURCHASER SHALL RECEIVE THE ABOVE DOCUMENTS BEFORE THE ARRIVAL OF THE

GOODS AND, IF NOT RECEIVED, THE SUPPLIER WILL BE RESPONSIBLE FOR ANY

CONSEQUENT EXPENSES.

GCC 13.2 THE PRICE ADJUSTMENT SHALL BE:

THE BIDDERS MAY PLEASE NOTE THAT THE PRICES ARE UPWARD/DOWNWARD

ADJUSTABLE. PURCHASER RESERVES THE RIGHT TO REVIEW AND NEGOTIATE THE

CHARGES PAYABLE AT ANY TIME TO INCORPORATE DOWNWARD REVISIONS AS APPLICABLE

AND NECESSARY, INCLUDING DUE TO LOWERING OF ANY APPLICABLE TAXES, DUTIES AND

ANY OTHER STATUTORY LEVIES.

GUVNL:IPDS

Page : 157

PRICES SHALL NOT BE SUBJECT TO ANY UPWARD/DOWNWARD REVISION ON ANY

ACCOUNT WHATSOEVER THROUGHOUT THE PERIOD OF CONTRACT. PROVIDED THAT

ANY REVISION IN TAXES, STATUTORY LEVIES, DUTIES WHICH IS NOT OCCASIONED DUE

TO ANY CHANGE IN PLACE, METHOD AND TIME OF SUPPLY OR NON-PERFORMANCE / NON-

FULFILLMENT OF ANY CONDITION OF ANY EXEMPTION CONSIDERED BY THE VENDOR AT

THE TIME OF PROPOSAL, SHALL BE CONSIDERED FOR PRICE ADJUSTMENTS.

GCC 14.1 GENERAL TERMS AND CONDITIONS OF PAYMENT SCHEDULE

1) ALL PAYMENTS SHALL BE MADE BY THE PURCHASER IN FAVOUR OF THE SUPPLIER

(IMPLEMENTATION PARTNER/SYSTEM INTEGRATOR)

2) THE RELEASE OF PAYMENTS WILL BE PERFORMANCE (OUTPUT) BASED, WHERE

THE PAYMENTS ARE MADE FOR MEASURED DELIVERABLES AND OUTPUTS. THE

SLAS WILL GOVERN THE PENALTY AND REDUCTIONS FROM PAYMENTS FOR

INFERIOR DELIVERABLES.

3) Payments made under the Contract shall be intimated to MoP / PFC-

Nodal Agency in accordance with the terms and conditions of the

financing agreement between the Purchaser and the MoP / PFC -

Nodal Agency, and will be subject in all respects to the terms and

conditions of that financing/Loan Agreement.

4) SYSTEM INTEGRATOR SHOULD OBTAIN COMPLETION CERTIFICATE FOR EACH

MILESTONES FROM THE RESPECTIVE GUVNL & SUBSIDIARIES AND RAISE AN

INVOICE AGAINST THE SAME.

5) PAYMENTS AGAINST INVOICE SUBMITTED (ACCOMPANIED WITH ALL REQUISITE

DOCUMENTS) SHALL BE RELEASED WITHIN 60 DAYS OF SUBMISSION OF INVOICE.

6) SYSTEM INTEGRATOR NEEDS TO ENSURE COMPLETION OF ALL WORKS FOR A

PROJECT STAGE BEFORE SUBMITTING THE INVOICE. THIS INCLUDES SUPPLY OF

REQUIRED HARDWARE (IF ANY), SOFTWARE, CUSTOMIZATION, INSTALLATION

AND COMMISSIONING. IN ADDITION OTHERS ACTIVITIES LIKE AS-IS, TO-BE, GAP

ANALYSIS, INTEGRATION OF IDENTIFIED LEGACY SYSTEMS ETC. SHALL ALSO BE

COMPLETED. PAYMENTS SHALL BE MADE AS PER PAYMENT SCHEDULE PHASE AND

ACTIVITY AFTER ACHIEVING MILESTONE FOR THE SAME ACTIVITY. IN CASE EVEN

PART OF THE WORK IS PENDING PAYMENT FOR THAT ACTIVITY SHALL NOT BE

MADE.

GUVNL:IPDS

Page : 158

7) COST OF SETTING UP NEW ERP INCLUDING BUSINESS INTELLIGENCE, DATA

WAREHOUSE, DISASTER RECOVERY SITE AND CUT-OFF DATA MIGRATION SHOULD

BE MENTION AS PER PRICE BREAK-UP (SCHEDULE-B).

8) IN CASE GO-LIVE OF PROJECT IS DELAYED, THE ENTIRE COST AND/OR TIME OVER-

RUN SHALL BE THE RESPONSIBILITY OF THE SUPPLIER AND SHALL BE BORNE BY

HIM ONLY.

9) POWER TO WITHHOLD: NOTWITHSTANDING ANYTHING CONTAINED IN THE

PAYMENT SCHEDULE MENTIONED BELOW, IF IN THE OPINION OF THE PURCHASER,

ANY WORK DONE OR SUPPLY MADE OR SERVICE RENDERED BY SUPPLIER IS

DEFICIENT IN ANY MANNER IN COMPARISON TO THE PRESCRIBED STANDARDS,

PURCHASER SHALL BE AT LIBERTY TO WITHHOLD A REASONABLE PORTION OF THE

PAYMENTS DUE TO THE SUPPLIER, TILL SUCH WORK/ SUPPLY/ SERVICE IS MADE

CONFIRMING TO THE PRESCRIBED STANDARDS. THESE POWERS TO WITHHOLD

PAYMENTS SHALL BE WITHOUT PREJUDICE TO ANY OTHER POWER/ RIGHT OF THE

PURCHASER UNDER THIS CONTRACT.

10) ALL PAYMENTS FOR ANNUAL MAINTENANCE SUPPORT (AMC) SHALL ONLY

BE MADE AFTER STABILIZATION ACCEPTANCEAND PROJECT CLOSER WHICH SHALL

BE SUBMITTED BY THE SUPPLIER ALONG WITH THE INVOICES AND ACCEPTANCE OF

THE SAME BY THE PURCHASER.

11) IF ADDITIONAL WORK IS REQUIRED BEYOND THE SCOPE OF THE SERVICES

SPECIFIED THE ESTIMATED PERIODS OF ENGAGEMENT OF PERSONNEL SET FORTH

IN THE APPROPRIATE BID RESPONSE FORMAT MAY BE INCREASED BY AGREEMENT

IN WRITING BETWEEN THE PURCHASER AND THE IT CONSULTANTS. ANY SUCH

CHANGE SHALL BE DONE AS PER CLAUSE 29 OF GCC AND GCC 13.2 OF SCC.

12) ALL PAYMENTS UNDER THIS CONTRACT SHALL BE MADE TO THE ACCOUNT

OF THE IT CONSULTANT WITH (BANK & A/C NO.):

____________________________

_____________________________

ADD PAYMENT SCHEDULE HERE.

GCC 14.5 THE CURRENCIES FOR PAYMENTS SHALL BE IN INDIAN RUPEES (INR).

GUVNL:IPDS

Page : 159

GCC 16.1 THE SUPPLIER SHALL PROVIDE PERFORMANCE SECURITY OF FIFTEEN (15) PERCENT OF

THE TOTAL CONTRACT PRICE. THE CURRENCY AND AMOUNT OF PERFORMANCE SECURITY

SHALL BE SPECIFIED AT THE TIME OF AWARDING THE CONTRACT TO SUCCESSFUL BIDDER,

OUT OF WHICH 5% SHALL BE RETURN BACK AT THE TIME OF ROLL OUT OF THE PROJECT

AND BALANCE WILL BE 10% OF THE CONTRACT PRICE.

GCC 16.3 THE PERFORMANCE SECURITY SHALL BE IN THE FORM OF BANK GUARANTEE ISSUED BY A

SCHEDULED INDIAN BANK AS NOTIFIED BY RESERVE BANK OF INDIA.

GCC 21.2 THE PACKING, MARKING AND DOCUMENTATION WITHIN AND OUTSIDE THE PACKAGES IF

APPLICABLE SHALL BE: AS SPECIFIED (IF ANY) IN TECHNICAL SPECIFICATION

GCC 22.1 THE INSURANCE COVERAGE: GOODS SUPPLIED UNDER THE CONTRACT SHALL BE ALSO

FULLY INSURED ON ALL RISK BASIS DURING INLAND TRANSIT UP TO DESTINATION STORE

IN THE PURCHASER’S COUNTRY. THE SUPPLIER MUST INSURE THE GOODS IN AN AMOUNT

EQUAL TO 110% OF CIF/EXW PRICE OF GOODS.

GCC 26.3 THE PERIOD OF VALIDITY OF THE WARRANTY SHALL BE 36 (THIRTY SIX) MONTHS FROM

THE DATE OF COMMISSIONING OR 42 (FORTY TWO) MONTHS FROM DATE OF DELIVERY AT

PURCHASER’S STORES WHICHEVER IS EARLIER.

The bidders may please note that the prices are Firm. All statutory taxes, levies, duties, etc. shall be paid

on actual.

GCC 26.5 IN CASE ANY DAMAGE OR DEFECT IS FOUND DURING VERIFICATION AFTER RECEIPT OF

MATERIAL AT PURCHASER’S STORES OR MATERIAL DEVELOPS DEFECTS WITHIN WARRANTY

PERIOD, THE SUPPLIER SHALL ATTEND/REPLACE SUCH DEFECTS FREE OF ALL CHARGES

WITHIN 30 DAYS OF BEING NOTIFIED BY THE PURCHASER, OF THE OCCURRENCE OF SUCH

DEFECTS. IN CASE THE DEFECT IS NOT ATTENDED OR REPLACEMENT OF MATERIAL IS NOT

RECEIVED WITHIN SPECIFIED PERIOD, THEN APART FROM ENCASHING THE PERFORMANCE

SECURITY DEPOSIT, THE PURCHASER MAY ALSO TAKE SUITABLE PENAL ACTION

INCLUDING DEBARRING FROM ALL FUTURE BUSINESS.

GUVNL:IPDS

Page : 160

Schedule – B Price Break Up For Main Components

Schedule :B Price Break Up for Main Components for New Implement/ Re-vamping *****

Sl.

No.

Item Description Qty. Unit Basic unit rate

(INR)

GST

Unit rate

(INR)

Total Amt. WO

tax

Total

Amt.

with tax

1a ERP application licenses new implement

1.1 ERP application full use named license

for all modules for Business requirement

mentioned in scope of work & in BPD. (This price shall include price of ERP

software, ESS, Payroll Uses, Billing

Consumers, BI,DW, All required

Development Platform, Engines, Tools,

Database, Partition, Clustering, DR site

licenses, Third Party software, if any,

operating system if required and

development & Testing environment for

proposed ERP.)

(Total amount should not be more 30% of

1.1+1.2+1.3 of 1a Section of Schedule B)

1000 No.

1.1.1 Above license amount (1a.1.1) of ATS shall be paid

to OEM by SI upto Roll-out, any extension due to

what so ever reason and impact of ATS there of

shall be whole responsibility of SI and no extra

payment shall be admissible for that.

(1a.1.1.1 Price will not consider in TCO1)

1000 No.

1.2 Employee self-service (including

manager self-service) users excluding

at sr. no. 1.1

38000 No.

1.3 Remaining ERP application full use

named license for all modules for

Business requirement mentioned in

scope of work & in BPD. (This price shall include price of ERP

software, ESS, Payroll Uses, Billing

Consumers, BI,DW, All required

Development Platform, Engines, Tools,

Database, Partition, Clustering, DR site

licenses, Third Party software, if any,

operating system if required and development

& Testing environment for proposed ERP.)

13000 No.

OR

1b ERP application licenses re-vamping

1.1 Oracle ERP application full use named

license for re-vamping of existing ERP

application (i.e.e-Urja & R-APDRP) and

for additional modules ** as per

requirement mentioned in Scope of

Work and BPD. List of existing Oracle CSI

nos. of e-Urja & R-APDRP are mentioned

in this RFP at Schedule K. (This price shall include price of ERP

1000 No.

GUVNL:IPDS

Page : 161

software, ESS, Payroll Uses, Billing

Consumers, BI,DW, All required

Development Platform, Engines, Tools,

Database, Partition, Clustering, DR site

licenses, Third Party software, if any,

operating system if required and development

& Testing environment for proposed ERP.)

(Total amount should not be more 30% of

1.1 + 1.2 + 1.3 of 1b Section of Schedule B)

1.1.1 Above license amount (1b.1.1) of ATS shall be paid

to OEM by SI upto Roll-out, any extension due to

what so ever reason and impact of ATS there of

shall be whole responsibility of SI and no extra

payment shall be admissible for that.

(1b.1.1.1 Price will not consider in TCO2)

1000 Nos.

1.2 Oracle ERP application full use named

licenses for re-vamping of existing ERP

application (i.e.e-Urja & R-APDRP) for

additional modules ** as requirement

mentioned in Scope of Work and BPD.

List of existing Oracle CSI nos. of e-Urja

& R-APDRP are mentioned in this RFP at

Schedule K. (This price shall include price of ERP

software, ESS, Payroll Uses, Billing

Consumers, BI,DW, All required

Development Platform, Engines, Tools,

Database, Partition, Clustering, DR site

licenses, Third Party software, if any,

operating system if required and development

& Testing environment for proposed ERP.)

13000 No.

1.3 Oracle ERP application full named

license for re-vamping of existing ERP

application (i.e.e-Urja* R-APDRP ) for

Existing modules. List of existing Oracle

CSI nos. of e-Urja & R-APDRP are

mentioned in this RFP at Schedule K.

2000 No.

2 ERP Application Annual Technical

Support (ATS) Cost (Applicable for above 1a or

1b)

2.1 1st Year ATS charges for above licenses with

Commencement of Roll-out

1 LS

2.2 2ndYear ATS charges for above licenses after

1st Year of Roll-out

1 LS

2.3 3rdYear ATS charges for above licenses after

2nd Year of Roll-out 1 LS

3 ERP Application Implementation Cost

3.1 ERP Implementation including

configuration, Bespoke development,

Legacy Integration & Stabilization Support

(Implement as per BPD & Scope of work)

1 LS

4 BI- DW and DR Implementation

4.1 Designing, Study and setting up Business

GUVNL:IPDS

Page : 162

Intelligence, Data Ware House and

Disaster Recovery Site for GUVNL and all

its subsidiaries.

Business Intelligence

Data Ware House

Disaster Recovery

1

1

1

LS

LS

LS

5 Operations & Maintenance Cost (AMC)

5.1 AMC (including ERP, BI-DW and DR Site)

charges for 3 years after “Project

Closer”.(yearly price band is minimum

8% to maximum 12% of Sr No. 3 & 4 of

Schedule-B)

1st Year

2nd Year

3rd Year

(The 1st year AMC charges should not

be less than 2nd year AMC charges and

2nd year AMC charges should not be

less than 3rd year charges)

1

1

1

LS

LS

LS

5.2 During AMC period of three year,

Additional single man-day rate for ERP

implementation/ bespoke development

due to any major process change after

implementation. For about 200 man-

days per year

(payment shall be made on actual man-

days)

600 Man

days

Total Project Cost in figures

Total Project Cost in words

** Oracle Module licenses which are not covered under upgradation but required to meet function requirement

as per BPD.

Therefore, (TCO1) = 1a+ 2 + 3 + 4 + 5 =

(TCO2) = 1b + 2 + 3 + 4 + 5 =

Note: 1) Quoting rates for all above sr. nos. mandatory except bidder have to quote for Sr 1a or Sr no. 1b. GUVNL

reserve the right to consider either of the option TCO1 or TCO2 of Schedule B to derive final TCO.

Quoting price above maximum price band, whenever if any price band specified, shall be liable to reject.

2) I / We agree to supply the articles noted above at the rates herein tendered by me / us subject to the

condition of tender and supply at the Tender Inquiry which I / We have carefully read and which I / We

have thoroughly understood and to which I / We agree.

3) I / we hereby agree to keep this offer open for 120 days after returnable date of the tenders and shall be

bound by communication of acceptance dispatched within the prescribed time.

4) No Part Quantity can be quoted.

GUVNL:IPDS

Page : 163

Signature

Authorize Signatory from Bidder

Tax deduction at Source - Wherever the laws and regulations require deduction of such taxes at the source of payment, the

GUVNL/UGVCL shall effect such deductions from the payment due to the Vendor. The remittance of amounts so deducted

and issuance of certificate for such deductions shall be made by the GUVNL/UGVCL as per the laws and regulations in force.

Directions for filling up the Price schedule:

Please indicate the price both in figures as well as in words.

GUVNL:IPDS

Page : 164

Annexure-A: Contract Form

APPENDIX-A1: AGREEMENT

THIS AGREEMENT made on this …………. day of ……………… Two thousand ……………………….

BETWEEN

……………..……………………………… (Name of the Company), having Registered Office at ……………………………………………. and represented by ……………………………………………………. (Name and designation of the Authorized Officer (herein after called “The Supplier”, which expression where the context so requires or admits shall include his legal heir, administrators, executors, assignees and legal representatives) of the ONE PART.

AND

……………..……………………………… (Name of the Company), having Registered Office at ……………………………………………. and represented by ……………………………………………………. (Name and designation of the Authorized Officer (here in after called “The Purchaser / purchaser Company”, which expression where the context so requires or admits shall include his administrators, executors, authorized person, assignees and legal representatives) of the OTHER PART. WHEREAS the Purchaser had invited bids for certain Goods and Related Services, viz.,

____________________________________________________________________ (eg. Name of bid) vide their

bid document number __________________________________________, dated _______________

AND WHEREAS various applications were received pursuant to the said bid

AND WHEREAS the Purchaser has accepted a Bid by the Supplier for the supply of those Goods and Related

Services in the sum of ________________________________________________________ (hereinafter “the

Contract Price”).

And in pursuance of having accepted the said bid the parties have agreed to enter into this agreement.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively

assigned to them in the Contract referred to.

2. The following documents (collectively referred to as “Contract Documents”) shall be deemed to

form and be read and construed as part of this Agreement, viz.:

a. the Detailed award of contract;

b. the Service level agreement;

c. Instructions to Bidders

d. the Special Conditions of Contract;

GUVNL:IPDS

Page : 165

e. the General Conditions of Contract;

f. the Business Process Documents

g. the Scope of Work;

h. the Technical Specifications

i. the Purchaser’s Notification to the Supplier for Award of Contract;

j. Vendor’s response (proposal) to the RFP, including the Bid Submission Sheet and the Price

Schedules submitted by the Supplier;

k. Annexure A to L;

l. Acceptance of purchaser’s notification

In the event of any discrepancy or inconsistency within the Contract documents, then the documents shall prevail

in the order listed above.

3. In consideration of the payments to be made by the Purchaser to the Supplier as indicated in this

Agreement, the Supplier hereby covenants with the Purchaser to provide the Goods and Related Services

and to remedy the defects therein and bring them in conformity in all respects with the provisions of the

Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods

and Related Services and the remedying of defects therein, the Contract Price or such other sum as may

become payable under the provisions of the Contract at the times and in the manner prescribed by the

Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of

________________________ on the day, month and year indicated above.

Signed by __________________________________________ (Authorised Utility official)

Signed by __________________________________________________ (for the Supplier)

GUVNL:IPDS

Page : 166

APPENDIX-A2: PERFORMANCE SECURITY BANK GURANTEE

[To be on non-judicial stamp paper of Rupees One Hundred Only (INR 100/-) or appropriate value as per Stamp Act relevant to place of execution, duly signed on each page. Foreign entities submitting Bid are required to follow the applicable law in their country] Reference No. ……………. Bank Guarantee No. ……………. Dated: ……………. To: The Chief Engineer (PP) Uttar Gujarat Vij Company Limited UGVCL Regd. and Corporate Office Visnagar Road Mehsana, Gujarat 384001 INDIA Dear Sir, WHEREAS……………. [Insert name of the Bidder] with address ……………. [Insert address of the Bidder] having its

registered office at ……………. [Insert address of the Bidder] (hereinafter, the “Contractor”), subsequent to

participation in Tender No. <<Tender No>> dated <<Date of bid>> (the “RFP”) issued by Uttar Gujarat Vij

Company Limited (“UGVCL”) (hereinafter, the “Beneficiary”) for Implementation of IT Phase II and ERP

Implementation under IPDS Scheme of Govt. of India, have been issued the Letter of Award as the

Selected Bidder. And WHEREAS a Bank Guarantee for Rupees ……………. [Insert amount in words] (…………….) [Insert amountin figures] valid till……………. [Insert date two years from the date of issue of this Performance Guarantee] isrequired to be submitted by the Contractor as per the terms and conditions of the RFP. We, …………….[Insert name of the Bank and address of the Branch giving the Bank Guarantee] having our registered office at …………….[Insert address of the registered office of the Bank] hereby give this Bank Guarantee No. …………….[Insert Bank Guarantee number] dated …………….[Insert the date of the BankGuarantee], and hereby agree unequivocally and unconditionally to pay immediately on demand in writingfrom the Beneficiary any officer authorized by it in this behalf any amount not exceedingRupees ……………. [Insert amount in words] (…………….) [Insert amount in figures]to the said Beneficiary on behalf of theContractor. We ……………. [Insert name of the Bank] also agree that withdrawal of the Bid or part thereof by the Bidder within its validity or non-submission of Performance Security by the Bidder within the stipulated time of the Letter of Award to the Bidder or any violation to the relevant terms stipulated in the RFP would constitute a default on the part of the Bidder and that this Bank Guarantee is liable to be invoked and encashed within its validity by the Beneficiary in case of any occurrence of a default on the part of the Bidder and that the encashed amount is liable to be forfeited by the Beneficiary. This agreement shall be valid and binding on this Bank upto and inclusive of ……………. [Insert the date ofvalidity of the Bank]and shall not be terminable by notice or by Guarantor change in the constitution of theBank or the firm of the Bidder Or by any reason whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alternations made, given, conceded with or without our knowledge or consent by or between the Bidder and the Beneficiary.

GUVNL:IPDS

Page : 167

NOTWITHSTANDING anything contained hereinbefore, our liability under this guarantee is restricted to Rupees __________ (10% of the order value). Our Guarantee shall remain in force till ……………. [Insert datetwo years from the date of issue of this Performance Guarantee]. Unless demands or claims under this Bank

GUVNL:IPDS

Page : 168

Guarantee are made to us in writing on or before……………. [Insert date two years and one month from thedate of issue of this Performance Guarantee], all rights of the Beneficiary under this Bank Guarantee shallbe forfeited and we shall be released and discharged from all liabilities there under.

[Insert the address of the Bank with complete [Insert signature of the Bank’s postal branch code, telephone and fax Authorized Signatory] numbers, and official round seal of the Bank]

Attested: ……………………………. [Signature] (Notary Public) Place: …………………………. Date: ……………………………. INSTRUCTIONS FOR SUBMITTING BANK GUARANTEE

1. Bank Guarantee to be executed on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution. Foreign entities submitting Bids are required to follow the applicable law in their country.

2. The Bank Guarantee by Bidder shall be given from Nationalized Banks including Public Sector Banks and IDBI Bank Ltd.

3. Private Sector Banks authorized by RBI to undertake the state Government business are (i) Axis Bank (ii) ICICI Bank (iii) HDFC Bank.

4. The Banks shall be the recognized or notified by the Finance Department, Government of Gujarat from time to time.

5. The full address along with the Telex/Fax No. and e-mail address of the issuing bank to be mentioned.

GUVNL:IPDS

Page : 169

APPENDIX-A3: ADVANCE BANK GURANTEE [To be on non-judicial stamp paper of Rupees One Hundred Only (INR 100/-) or appropriate value as per Stamp Act relevant to place of execution, duly signed on each page. Foreign entities submitting Bid are required to follow the applicable law in their country] Reference No. ……………. Bank Guarantee No. ……………. Dated: ……………. To: The Chief Engineer (PP) Uttar Gujarat Vij Company Limited UGVCL Regd. and Corporate Office Visnagar Road Mehsana, Gujarat 384001 INDIA Dear Sir,

WHEREAS……………. [Insert name of the bidder] with address ……………. [Insert address of the bidder] having its registered office at ……………. [Insert address of the Lead Consortium Member] (hereinafter, the “Bidder”) wishes to participate in Tender No. <<tender no>> dated <<date>> (the “RFP”) issued by Uttar Gujarat Vij Company Limited (“UGVCL”)(hereinafter, the “Beneficiary”) for Implementation of IT PhaseII and ERP Implementation under IPDS Scheme of Govt. of India.

And WHEREAS a Bank Guarantee for Rupees _________ valid till _________ is required to be submitted by the Bidder while receiving advance payment. We, …………….[Insert name of the Bank and address of the Branch giving the Bank Guarantee] having our registered office at …………….[Insert address of the registered office of the Bank] hereby give this Bank Guarantee No. …………….[Insert Bank Guarantee number] dated …………….[Insert the date of theBank Guarantee], and hereby agree unequivocally and unconditionally to pay immediately on demandin writing from the Beneficiary any officer authorized by it in this behalf any amount not exceedingRupees ____________________to the said Beneficiary on behalf of the Bidder.

We ……………. [Insert name of the Bank] also agree that withdrawal of the Bid or part thereof by the Bidder

within its validity or non-submission of Performance Security by the Bidder within the stipulated time of

the Letter of Award to the Bidder or any violation to the relevant terms stipulated in the RFP would

constitute a default on the part of the Bidder and that this Bank Guarantee is liable to be invoked and

encashed within its validity by the Beneficiary in case of any occurrence of a default on the part of the

Bidder and that the encashed amount is liable to be forfeited by the Beneficiary.

This agreement shall be valid and binding on this Bank upto and inclusive of ……………. [Insert the dateof

validity of the Bank]and shall not be terminable by notice or by Guarantor change in the constitutionof the

Bank or the firm of the Bidder Or by any reason whatsoever and our liability hereunder shall not be

impaired or discharged by any extension of time or variations or alternations made, given, conceded with

or without our knowledge or consent by or between the Bidder and the Beneficiary.

GUVNL:IPDS

Page : 170

NOTWITHSTANDING anything contained hereinbefore, our liability under this guarantee is restricted to Rupees ___________. Our Guarantee shall remain in force till ______________. Unless demands or claims under this Bank Guarantee are made to us in writing on or before_________, all rights of the Beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities there under.

[Insert the address of the Bank with [Insert signature of the

Bank’s complete postal branch code, telephone and Authorized Signatory] fax numbers, and official round seal of the Bank]

Attested: ……………………………. [Signature] (Notary Public) Place: …………………………. Date: ……………………………. INSTRUCTIONS FOR SUBMITTING BANK GUARANTEE

1. Bank Guarantee to be executed on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution. Foreign entities submitting Bids are required to follow the applicable law in their country.

2. The Bank Guarantee by Bidder shall be given from Nationalized Banks including Public Sector Banks and IDBI Bank Ltd.

3. Private Sector Banks authorized by RBI to undertake the state Government business are (i) Axis Bank (ii) ICICI Bank (iii) HDFC Bank.

4. The Banks shall be the recognized or notified by the Finance Department, Government of Gujarat from time to time.

5. The full address along with the Telex/Fax No. and e-mail address of the issuing bank to be mentioned.

GUVNL:IPDS

Page : 171

Annexure B – Mandatory Technical Specifications

ITIA should provide documentary proof of compliance of following specification. Where it

is not possible to submit any certified proof for the same, ITIA shall self-certify that it

would comply with the specification during implementation.

Table 1: Mandatory Technical Specifications

A Solution Specifications Validation

Through

(Certificate/

Document/

Self Certify)

Available/

Not

available

A.1 The solution shall be designed with Service Oriented

Architecture.

The solution shall be designed based on Component-

based approach. It shall be highly granular and loosely

coupled to ensure that the failure of one component does

not cascade to others.

Document

A.2 The solution shall be designed on web based

architecture.

Document

A.3 The solution shall be horizontally and vertically scalable

and also have virtualization capability.

Document&

Self Certify

A.4 The application shall provide the functionality to

configure the parameters to define the business rules

with the application. These parameters shall not be hard-

coded in the application.

Self-Certify

A.5 The solution shall provide the functionality to configure

the roles & responsibilities and grant role based access

to the users. Also, the system shall have the capability to

integrate with various standard SSO (Single Sign-On) or

IDM (Identity Management) applications.

Document&

Self Certify

GUVNL:IPDS

Page : 172

A.6 The solution shall use an integration middleware layer so

that all required external systems shall be integrated on a

continuous basis.

Document&

Self Certify

A.7 The solution shall provide the functionality to encrypt

the data stored or transmitted data to external world if

any.

Self-Certify

A.8 The solution shall provide the functionality to maintain

the audit trail of all critical transactions.

Document&

Self Certify

A.9 The solution shall be able to interoperate with:

standard RDBMS platforms like Oracle, MS SQL,

MY SQL, DB2, Informix, Sybase or any other

RDBMS confirming to ANSI/ISO SQL-200n

standards

web browsers like Internet explorer, Mozilla Firefox,

Opera etc.

Self-Certify

A.10 The solution shall be installed with the latest security

updates provided by software Supplier.

Self-Certify

A.11 The software version shall be supported by the software

vendor for a minimum period of next five years.

Document

A1 Module: Management information Systems

A1.1 The MIS solution shall provide Business Intelligence

Tools for data mining, analysis, trending, simulation etc.

Document&

Self Certify

A2 Billing

A2.1 The solution shall have a ready provision / facility so

that it can be easily integrated with:

Automatic online Meter Reading devices and

handheld computers/CMRI used for spot metering &

billing

Document&

Self Certify

A3 Asset Management , Maintenance

A3.1 The solution shall have a ready provision / facility so Document&

GUVNL:IPDS

Page : 173

that it can be easily integrated with

GIS System

Customer Care System

SCADA

Self Certify

GUVNL:IPDS

Page : 174

Annexure C - Supplier Response Format

C.1 General Guidelines to the bidders

The Purchaser will select a Supplier (also referred as the ‘bidder’) in accordance with the

eligibility criteria indicated inSection 5 – Evaluation and Qualification Criteria.

The bidders are invited to submit a Technical Proposal and a Price Proposal for goods and

related services required for the project as defined in Section 6 – Scope of Workand Annexure D

- List of Goods and Related Services. This proposal will be the basis for contract negotiations

and finalization of the contract with the successful bidder.

The bidders must familiarize themselves with local conditions and take these into account

while preparing their proposals. To facilitate the bidders in making the Proposal, the

Purchaser shall have a ‘Pre-Bid conference’ at the address and date as given in ITB, Section

II.

Please note that:

Costs involved in preparation of the proposal and of negotiating the contract, including a

visit to the Purchaser, are not reimbursable.

The final evaluation will be based on the evaluation methodology mentioned in theSection

5 – Evaluation and Qualification Criteria.

Please check all attachments with the checklist provided at the end, prior to submission of

bid.

C.1.1 Guidelines for Technical proposal

In preparing the Technical Proposal, bidders are expected to examine this Bid document in

detail. The proposal should cover all the aspects of this bid document. Any bid not found

responsive to this bid document shall be rejected. Material deficiencies in providing the

information requested may also result in rejection of the proposal.

While preparing the technical proposal, bidders must give particular attention that the

technical proposal does not include any financial information.

GUVNL:IPDS

Page : 175

C.1.2 Guidelines for Price proposal

In preparing the price proposal, bidders are expected to take into account the requirements

and conditions of the bid document. The price proposal should follow standard

formats/forms as given in C.3 and Schedule – B Price Break Up For Main Components.

Price Proposal should clearly indicate the price to be charged without any qualifications

whatsoever and should include all taxes (sales, service, etc.), duties (excise & customs, etc),

octroi, fees, levies, works contract tax, Entry tax and other charges as may be applicable, to

be paid pre- or post-delivery or to be deducted by the purchaser at source, in relation to the

Goods and Related Services. Such taxes, duties, cess, charges etc, if not explicitly mentioned

in the Price bid tables in Schedule – B Price Break Up For Main Components, but applicable

under law, should be included in the Quote under “Any other levies” column. The price

proposal should be conformance to clause 12.3 of ITB, Section II.

C.1.3 Submission of proposal

The original technical proposal and price proposal shall be prepared in indelible ink. It

shall contain no inter-lineation or overwriting, except as necessary to correct errors made

by the bidder itself. The authorised representative must initial any such corrections as

mentioned in clause 21.2 ITB, Section II.

An authorised representative of the bidder should initial all pages of the proposal.

The bidders should submit five hard copies and five soft copies in separate compact discs

as per clause 21.1 ITB, Section II. The soft copies should be necessarily in MS Word /

MS Excel format (editable) besides other format(s).

Bidders are requested to submit a proposal written in the English language. Bidders

would need to submit both the technical and the price proposals.

The proposal should be typed in “Times New Roman” font, size 11 with single line

spacing.

The document should be precise to requirements and concise in nature.

GUVNL:IPDS

Page : 176

Each technical proposal and price proposal should be marked "Original" or "Copy" as per

clause 21.1 ITB. Section II. If there are any discrepancies between the original and the

copies of the Proposal, the original governs. Proposals containing erasures or alterations

are liable to be excluded from the evaluation process.

The original and all copies (also softcopies) of the technical proposal shall be placed in a

sealed envelope clearly marked "Technical Proposal". The original and all copies (also

softcopies) of the price proposal should also be placed in a sealed envelope clearly

marked "Price proposal" along with a warning: "Do not open with the Technical

Proposal." Both envelopes shall be placed into an outer envelope and sealed. This outer

envelope shall be super scribed with the following information:

1. Name of the bidder

2. Due date and time of submission

3. Submission address and contact detail

A clear marking stating: "DO NOT OPEN, EXCEPT IN PRESENCE OF THE

EVALUATION COMMITTEE."

Any omissions / deviations on the above, will cause rejection of the bid

The completed technical and price proposal must be delivered at the submission address on

or before the time and date stated in the Bid Data Sheet, Section III. The Purchaser will not

be responsible for any postal or transit delays. Any proposal received after the closing time

for submission of proposals shall be returned unopened.

C.2 Technical Proposal

C.2.1 General Requirements

C.2.1.1 Bid structure

GUVNL:IPDS

Page : 177

The response should include detailed structure of the bid specifying the names of bidder,

consortium member (if any), stating their respective responsibilities. Use following format:-

GUVNL:IPDS

Page : 178

Table 1: Bid Structure

Role Name of Company & Address

Bidder (SI/ Lead member in case of

consortium for SI role)

Consortium member (Second member in case

of consortium for SI Role)

C.2.1.2 Company Statistics

C.2.1.2.1 Bidder -Company Statistics

Please provide the general and financial details of each of the entities (bidder, consortium

Member (if any)) in the following formats:

Table 2.1: Bidder – Company Statistics

GUVNL:IPDS

Page : 179

Details Supplier Response

Bidder’s Name

Address

Contact (s), Title (s), Telephone (s), E-mail id

(s)

Name of the Chairman/ MD/ CEO/ Partners

Nature of Ownership

Date of Incorporation of Company/Entity

Net worth in each of the last three audited

financial years ending in March 2018 (please

attach Last three year audited financial

statements along with CA certificate)

Annual revenue in each of the last three

audited financial years ending in March 2018

from software business (please attach Annual

Audited Financial Statements along with CA

certificate)

Headquarter Location

GUVNL:IPDS

Page : 180

(Note: where information cannot be provided in the above format, please furnish the

information on a separate sheet. Please ensure proper reference between the row number (in

above format) and the additional sheet used.)

C.2.1.2.2ERP OEM-Company Statistics

Please provide the general and financial details of offered OEM product vendor in the

following formats:

Other Office Locations, Functions and

Personnel Strength

Number of Employees by Function

Proposed ERP Product Module Certified

Sales

Support

Quality Assurance

Administrative

Management

Size of Team for the Proposed Solution

Location of Support Centers for Proposed

Solution

Other Businesses

Provide details of partnership with the ERP

product vendor

Location:

Date:

Signature of Authorized Signatory:

Name of Authorized Signatory:

Designation of the Authorized Signatory:

Official Seal of the Company:

GUVNL:IPDS

Page : 181

Table 2.2: ERP OEMProduct Vendor– Company Statistics

Details Supplier Response

Offered ERP OEM’s Name

Address

Contact (s), Title (s), Telephone (s), E-mail id

(s)

Name of the Chairman/ MD/ CEO/ Partners

Nature of Ownership

Date of Incorporation of Company/Entity

A global average turnover of ERP OEM in

each of the last three audited financial years

ending in March 2018 from software business

(please attachAnnual Audited Financial

Statements along with CA certificate)

Headquarter Location

Other Office Locations, Functions and

Personnel Strength

Proposed ERP Product Name

Proposed ERP Product Version, if any

Proposed ERP Product Release, if any

Proposed ERP Database

Proposed ERP Front-end

Proposed ERP Dependencies on operating

system

Proposed ERP Dependencies on hardware

Proposed ERP Dependencies on other

software

Proposed ERP Dependencies on other tool

GUVNL:IPDS

Page : 182

(Note: where information cannot be provided in the above format, please furnish the

information on a separate sheet. Please ensure proper reference between the row number (in

above format) and the additional sheet used.)

C.2.2 Business Process DocumentRequirement of Application packages

Refer to Business Process Document Requirement Specifications, Section 7: for details.

Please respond to each specification in following format. Copy functional area from the

Section 7: .

Proposed ERP Product Package web/mobile

enabled

1) Is package web enable? (Y/N)

2) Mobile support? (Android/iOS/Both)

Is Proposed ERP Product Commercial Off-

The-Shelf available? (Y/N)

Location of Support Centers for Proposed

Solution

Number of staff available for proposed ERP

support in India

Describe support offered with respect to

upgrades, bug fixes, changes in statues,

functional assistance etc.

Location:

Date:

Signature of Authorized Signatory:

Name of Authorized Signatory:

Designation of the Authorized Signatory:

Official Seal of the Company:

GUVNL:IPDS

Page : 183

GUVNL:IPDS

Page : 184

Table 3: Technical Specification for Application Packages

No Functional Area

Sub-Functional Area

based on supplier

understanding

Supplier

Response Remarks

The code to be used for providing Supplier rating responses in the column "Supplier

Response" for the functional requirements is provided below:

“A” Available in Core product

“D” Provided through 3rd Party tool

“B” Provided through Bespoke Development

“N” Not provided in solution

Please note that the rating as per the above scale is to be entered in the "Supplier Response"

column, and column titled “Remarks” is to be used for commenting on aspects related to the

functional specification. Bidders have to fill on three columns (“Sub-Functional Area based

on supplier understanding”, "Supplier Response" & “Remarks”).

Please provide a summary of versions of various modules, if the proposed solution is a

product. Use following format:-

Table 4: Details of Product Offered

Name of product Module details Version and year of release

India

Specific

Features

GUVNL:IPDS

Page : 185

GUVNL:IPDS

Page : 186

C.2.3 Approach and Methodology

THE FOLLOWING TABLE ELABORATES VARIOUS REQUIREMENTS WITHIN

A&M:

I. Understanding of Purchaser and its requirement with clear mention of the

deliverables

II. Details of proposed methodology

III. Project Team Structure

IV. Resource planning and estimation

V. Risk planning

VI. Detailed work plan with timelines

C.2.3.1 Understanding of Utility and its requirement

Bidder should depict complete understanding of the as-is system of the Utility based on the

information provided in the Bid Document. It should also require to list down all the

deliverables that has been planned as a part of the overall project with timelines. Also

provide details of prior interaction with Utility, if any.

C.2.3.2 Details of proposed methodology

Please provide details of methodology followed by your organization in successfully

implementing similar projects. Also highlight the special steps that your organization/

consortium intends to take in order to ensure that the change from current system to proposed

one will be smooth and effective.

C.2.3.3 Project Team Structure

GUVNL:IPDS

Page : 187

In this section please provide detail of the team that would be deployed by your organization

to execute the project. Project team structure must meet minimum staffing requirement of

Section 9: Expected Project Man-Power Requirement Charter. Please provide details of the team

structure in the following format:

GUVNL:IPDS

Page : 188

Table 5: Proposed Project Team Structure

Name of

Staff

Name of

Role in

Project

Position

Assigned

Interna

tional

or

Domes

tic

Firm Employment status

with the firm (Full

time/ Associate)

Education

(Degree, Year,

Institution)

Area of Expertise and

number of years of relevant

experience

Task

Assigned

A.

Professional

Staff

B. Support

Staff

GUVNL:IPDS

Page : 189

C.2.3.4 Resource planning and estimation

Bidder shall provide detailed staffing schedule of the professional and support staff in the

following format:

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

should be indicated by category (e.g.: IT administrator, field survey staff etc.).

Months are counted from the start of the assignment. For each staff indicate separately

staff input for off-site and on-site work.

Table 6: Proposed Resource Planning and Estimation

No. Name of Staff Position Staff Input

In Weeks W1 W2 W3 W4 W5 … Total

A. Professional Staff

B. Support Staff

C.2.3.5 Risk planning

Bidder shall assess underlying risks in implementation of the Project and detail out the

methodology to mitigate them. It may include development of a risk assessment matrix

indicating severity of the risk, chance of its occurrence and its mitigation approach.

C.2.3.6 Detailed work plan with timelines

Please refer Annexure E - Expected Implementation Schedule for the format.

GUVNL:IPDS

Page : 190

C.2.4 Project Experience of Bidder and Offered OEM ERP Vendor

Bidder shall provide details of projects with application modules and other requirements (as

mentioned inSection 5 – Evaluation and Qualification Criteria) which have been successfully

completed during the last 5 financial years.

Please do not supply the names of clients who are no longer using your product/system.

Bidders need to submit the details as per the format in the table provided.

Table: The details of the same should be included in the following format and necessary

supporting documents should be attached with RFP:

Table 7.1: Details of Project Experience of Implementation Partner

SI. No Name of

project

Brief Scope

necessarily

including role

played by

Bidder, modules

implemented,

sector

classification, no

of named ERP

users

Owner of

Project

assignme

nt (Client

name)

Cost of

assignme

nt (INR)

Date of

Awarded

commence

ment

Date of

completion

Was

assignment

satisfactorily

completed

and

operational

as on bid

submission

date

Was it a

Utility

Sector

Project?

(Y/N)

Provide

Detail

Was it in

India or

Outside

India?

GUVNL:IPDS

Page : 191

Please provide separate client details for bidder & each consortium member (Implementation

partner, product Supplier, WAN/bandwidth/Internet service provider etc.)

Table 7.2: Details of Project Experience of Offered OEM ERP Vendor

SI. No Name of

project

modules

implemented,

sector

classification, no

of named ERP

users

Owner of

Project

assignme

nt (Client

name)

Cost of

assignme

nt (INR)

Date of

Awarded

commence

ment

Date of

completion

Was

assignment

satisfactorily

completed

and

operational

as on bid

submission

date

Was it a

Power

Sector

Project?

(Y/N)

Provide

Detail

Was it in

India or

Outside

India?

C.2.5 Team details (CVs) of Bidder

Use the following format for key personnel who would be involved in the project. Please

include details of team members proposed to implement the project, modules, Roles etc.,

please ensure that the CV has a maximum length of 3 pages.

In case of replacement of Supplier personal from the project team, Supplier is required to

submit to the nominated Utility personal the CV of the new person with equivalent or better

education qualification and relevant professional experience who will be joining the team and

GUVNL:IPDS

Page : 192

get in duly approved. The new person can start working in the project only after his/her CV

has been approved by the Utility.

GUVNL:IPDS

Page : 193

Table 8: Format of Curriculum Vitae

1. Proposed Position:

2.

Name of Firm and ITIA

Role

(SI/NSP/GSP/MDASP)

3. Name of Staff:

4. Date of Birth: Nationality:

5. Education:

Year Degree/Examination Institute/Board

6.

Membership of

Professional

Associations:

7. Other Training:

8. Countries of Work

Experience:

9. Languages:

Language Speaking Reading Writing

10. Employment Record:

From To Employer Positions Held

11. Detailed Tasks

Assigned:

12. Work Undertaken that best illustrates capability to

handle the tasks assigned:

13. Certification (specific to

Offered OEM Product

Modules):

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly

describes myself, my qualifications, and my experience. I understand that any wilful

misstatement described herein may lead to my disqualification or dismissal, if engaged.

GUVNL:IPDS

Page : 194

Signature of authorised representative

of the staff Date:

Full name of authorised representative:

C.2.6 Firm Detail of Bidder and Offered OEM ERP Vendor

Bidder shall provide details of CMM/CMMI and ISO certification along with the details of

net-worth and turnover for the past three audited financial years in the following format:

Table 9.1: Firm Detail of Bidder

Details FY15-16 FY16-17 FY17-18

Net-worth

Turn-Over

Level of CMM/CMMI

Certification (Yes/No)

ISO Certification (Yes/No)

Establishment Date and Place

Table 9.2: Firm Detail of Offered OEM ERP Vendor

Details FY15-16 FY16-17 FY17-18

Turn-Over

Partner’s of the ERP

OEM

(Actual

Count)

Training Support in India (Yes/No)

SLA based Support in India (Yes/No)

Audited financial reports and copy of the certificates supporting the above need to be

submitted as proof.

GUVNL:IPDS

Page : 195

C.2.8 Project Management Practices

Please provide high-level details of the project management practices that will be followed to

manage the project. The project management practices would include (but not be limited to)

details of:-

Bidder must provide details of how they envisage the contract being managed including

principles such as (but not limited to) joint planning and control mechanisms; regular and

active review meetings; Project management of individual work streams and overall

program management of the entire service; Performance reporting

Bidder should outline their proposed governance structure and designate a Service

Manager to co-ordinate their activities and provide a focal point of contact to whom

Utility can refer on any matter concerning the service.

Reporting lines and decision-making powers within the bidder’s organization must be

explained

Reporting formats and templates that would be followed by the bidders

Outline the proposed escalation procedures in the event that issues arise.

C.2.9 Quality Assurance

QUALITY OF SERVICE - SUPPLIERS MUST PROVIDE DETAILS OF THEIR

PROPOSED APPROACH TO QUALITY ASSURANCE TO ENSURE THE QUALITY

OF SERVICES IN ACCORDANCE WITH6.7 Quality Review and Audit by the ERP

product vendor of Section 6 – Scope of Work. THIS SHOULD INCLUDE:

RESPONSIBILITY OF QUALITY OF SERVICE;

HOW THE SUPPLIER WILL ENSURE QUALITY SERVICE IS PROVIDED;

HOW QUALITY WILL BE MEASURED

Does your company (and consortium partner) have any quality certification /

Assessment? If so, please provide your responses for the following:

GUVNL:IPDS

Page : 196

Table 10: Details of Certification

Description Bidder’s

Response

Certification / Assessment Name

Who issued the certification/assessment?

When was the certification/assessment obtained?

Does this certification/assessment process involve periodic

reviews and observations/ remarks after such review? If so,

please provide details and specify when your company is due

for its next quality review?

Please specify your company’s process for product development and enhancements

C.2.10 Documentation

Please provide a list of all user documents that will be provided along with the software

package. This must include the following minimum documents:

System and administration manuals

Technical support handbook

User Manuals;

Error Messages and their Meanings;

Training Manuals;

Analysis & Design Manuals with the relevant data flow diagrams, entity relationship

diagrams, schemas etc.;

Additions/ changes to the documents after upgrades; and

Operations Manuals.

GUVNL:IPDS

Page : 197

C.2.11 Deviations Sheet

Only “non-material deviations” (which means only those deviations that do not qualify as

material deviations as defined in ITB clause 29.2 of bid document) will be considered by the

purchaser. Please describe all the non-material deviations w.r.t Terms and conditions

described in the Section-14: General Conditions of ContractandSection-15: Special Conditions of

Contract.

If bidder desires to take any non-material deviation from the terms & conditions of the

tender, it should be mentioned specifically in this deviation sheet. Unless such deviations are

mentioned in this deviation sheet, the same will not be taken into consideration.

Table 11: Format for Deviations

Tender Clarifications – Terms and Conditions

Sl. No. Tender Reference (Section

/ Clause number )

Details of Clauses /

Section needing

deviation

Deviation proposed

GUVNL:IPDS

Page : 198

Except aforesaid deviations, the entire order, if placed, shall be executed in accordance with

specifications and any other conditions, variations/deviations etc. if found, elsewhere in this

proposal should not be given any consideration while finalizing the tender.

It is not mandatory to consider and accept the deviation mentioned on deviation sheet

proposed by the bidder.

Note: - Continuation sheet of like size & format may be used as per bidder’s requirement

wherever necessary.

C.3 Price proposal

Bidders are requested to provide cost in the subsequent formats. The Bidders should take a

note of following points while filling the Price proposal.

1 Bidder will be responsible for payment of Taxes (including local entry taxes), duties,

cess, charges etc, including taxes, duties, cess, charges etc, to be paid by the Supplier pre-

or post-delivery. Such taxes, duties, cess, charges etc, if not explicitly mentioned in the

following tables, but applicable under law, should be included in the Quote under “Total

Amount” column.

2 The Bidder will provide Tax rates assumed for the calculation at the time of proposal for

each item in notes to respective table.

3 Please refer to GCC Clause 13.2 and the SCC for Price adjustments due to change in Tax

rates (including local entry taxes), duties, cess, charges etc.

4 Purchaser reserves the right to deduct and pay to the government authorities the taxes at

applicable rates from the price payable to the supplier.

C.3.1 Price Forms

Bidder must submit price against all line items as per Performa of Schedule – B Price Break Up

For Main Components.

GUVNL:IPDS

Page : 199

C.4 Checklists

Please submit a copy of this section with cover letter while submitting the proposal.

C.4.1Check List for Mandatory Forms

Table 12: Check List for Mandatory Forms

S.No. Item Furnished

1 Documents against eligibility criteria Yes/ No

2 Bid Security Yes/ No

3 One original copy duly signed- Technical Proposal Yes/ No

4 Four copies of Technical Proposal - Hard copies Yes/ No

5 Five copies of Technical Proposal - Soft copies Yes/ No

6 One original copy duly signed- Price proposal Yes/ No

7 Four copies of Financial Proposal - Hard copies Yes/ No

8 Five copies of Financial Proposal - Soft copies Yes/ No

9 Proof of turnover and networth for the last three audited financial

years of Bidder, consortium member (if any)

Yes/ No

10 CV of key personnel in suggested format Yes/ No

11 Proposed SLA template Yes/ No

12 Filled-in copy of Bidding forms (Annexure F – Bidding Forms) Yes/ No

13 Receipt of purchase of tender Yes/ No

D.4.2 Compliance checklist

Table 13: Check List for proper Documentation & Compliance

S.No. Item Furnished

1 Please confirm you agree to all clauses specified in the Section II,

ITB

Yes/ No

2 Please confirm you have submitted all the mandatory forms specified Yes/ No

GUVNL:IPDS

Page : 200

in Annexure C - Supplier Response Format .

3 Please confirm you have noted the bid submission deadline specified

in Section III, BDS (ITB 23.1)

Yes/ No

4 Please confirm you have noted that the performance security will be

furnished within time period as specified in Section II, ITB clause

42.1

Yes/ No

5 Please confirm you have provided all document proof to substantiate

you qualifying the eligibility criteria as mentioned in Section 5 –

Evaluation and Qualification Criteria

Yes/ No

6 Please confirm you have complied with the proposed requirement

specified in BPD

Yes/ No

7 Please confirm that you comply with all clauses specified in the

General Conditions of Contract specified in Section-14: General

Conditions of Contract

Yes/ No

8 Please confirm that you comply with all clauses specified in the

Special Conditions of Contract specified in Section-15: Special

Conditions of Contract

Yes/ No

9 Please confirm that all goods (software and hardware) and services

have been included in the price proposal and is complete in all

respects without any deviation/ missing items

Yes/ No

10 Please confirm that you have not submitted any alternate proposal Yes/ No

11 Please confirm that you have noted the SLA guidelines and penalty

clauses applicable as specified inSection-10: Service Level Agreement.

Yes/ No

12 Please confirm you have provided sufficient Bid security in proper

form as specified in clause 20, Section II ITB

Yes/ No

13 Please confirm you have responded to all mandatory technical

specification given in Annexure B – Mandatory Technical Specifications

Yes/ No

14 Please confirm that you have checked the final quote provided in

Schedule – B Price Break Up For Main Components

Yes/ No

GUVNL:IPDS

Page : 201

Annexure D - List of Goods and Related Services

Following is the indicative list of goods and related services to be delivered under this contract.

The delivered system should comply with the Section-12: Delivery Schedule & License Delivery

Schedule, Schedule – B Price Break Up For Main Components and Section-10: Service Level Agreement

Table: List of Goods and Related Services

S. No. Name of Goods or Related Services Description Quantity

1 ERP software Software As per Schedule – B Price

Break Up For Main

Components

2 ERP base product for named full use ERP

user licenses.

Licenses As per Schedule – B Price

Break Up For Main

Components 3 ESS licenses Licenses

4 Database, Partition, and Clustering, DR site,

Third Party softwareif any, operating

system if required and development &

Testing environment for proposed ERP.

Software/Licen

ses

5 System Software (OS, RDBMS etc.) Software As required

6 ERP Implementation including

configuration, Bespoke development,

Legacy Integration

Services As required

7 Data-migration, Integration Services All identifies systems

8 Designing, study and setting up

Business Intelligence, Data Ware House

and Disaster Recovery Site for GUVNL

and all its subsidiaries.

Business Intelligence

Data Ware House

Disaster Recovery Site

Software/

Services

All end users

GUVNL:IPDS

Page : 202

9 AMC (including ERP, BI-DW and DR

Site) charges for 3 years after “Project

Closer”

Services All end users

10 Stabilization support Services All end users

GUVNL:IPDS

Page : 203

Annexure E - Expected Implementation Schedule

The bidder is expected to complete the enterprise-wide implementation for all the identified

project areas with-in 24 (Twenty Four) calendar months, from the date of award of contract by

the UGVCL.

Stabilization Acceptance Services post successful completion of acceptance tests shall be

provided for a period of six months from the date of completion of GO-Live.

After completion of successful stabilization acceptance, AMC for 3 years will be commenced.

Bidder shall submit a detail Gantt chart as per along with the following implementation

schedule. Bidders shall drill down these activities into sub/sub-sub activity in the chart. The

chart shall also detail out time and resource effort required to execute each activity. The

detailed bar charts for all the work activity shall however, be discussed and agreed to by the

successful Bidder with the owner before start of the execution of work.

Table: Expected Implementation Schedule

Activity/ Sub Activity Start

Date Weekly Plan

End

Date

W1 W2 W3 W4 W5 …

1 Project Initiation Report and Presentation

2 Resource Scheduling and Mobilization of

team by IP

3 Detail Project Plan

4 Finalized Project Plan

5 “AS IS”process study and Business

Process Re-Engineering

6 Training Curriculum (for Training for

GUVNL:IPDS

Page : 204

ERP Core Team Members)

7

Completion of ERP product training for

core team of selected Functional and IT

Systems personnel

8 Software Supply and Specification

9 Hardware Capacity Study Report for

Primary and Disaster Recovery Site

10

Installation of ERP Software (Readable

Media containing the named ERP user

license, ESS licenses, database user

license, operating manual, technical

documents etc.) as per Schedule B and

License Delivery Schedule.

11

Training Requirement Report and

Schedule (for Training of Technical Team

Members )

12 Training (for Training for Technical Team

Members )

13 Business Blueprint Document including

TO BE, Customization Strategy Report,

Interface Strategy Report and GAP

Analysis

14 Finalization of Business Blueprint

Document By GUVNL

15 Change Management Requirement Report

16 Authorization Security and Access Control

Specification &Finalization

17

Back Up Strategy, Disaster Recovery Plan,

Business Intelligence and Data Warehouse

detail study and report.

18

Product Configuration, Customization and

Custom Development (Solution

Development)

19 Data Conversion, Data Migration,

Configuration and data migration in BI-

GUVNL:IPDS

Page : 205

DW

20 Integration with other legacy

system/DC/DR and RAPDRP

Application– Entire Scope

21

Supply of ERP Software (Media

containing the named ERP user license,

ESS licenses, database user license,

operating manual, technical documents

etc.) as per Schedule B and Delivery

Schedule.

22 Solution Testing of System

23 Go-Live at Pilot sites identified by

GUVNL

24 Training Plan & Curriculum (for end-user)

25 Training of all types of end users for ERP

solution

26 Finalization of testing and Go-Live at Pilot

sites identified by GUVNL

27

Supply of ERP Software (Media

containing the named ERP user license,

ESS licenses, database user license,

operating manual, technical documents

etc.) as per Schedule B and Delivery

Schedule.

28

Roll outof the ERP system at all the

locations/ units of GUVNL and its

subsidiaries.

29 Executive Cut-Over, DR, BI-DW Go-Live

30 Transition and Go-live, Stabilization

Acceptance and Project Closure

31 Commencement of AMC

GUVNL:IPDS

Page : 206

Annexure F – Bidding Forms

APPENDIX-F1: TECHNICAL PROPOSAL SUBMISSION SHEET

Date:

ICB No.:

Invitation for Bid No.:

Alternative No.:

To:

_________________________________________________________________

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Document,

including Addenda No. (if Any):

(b) We offer to supply in conformity with the Bidding Document and in accordance

with the delivery schedule, the following Goods and Related Services:

(c) Our Bid shall be valid for a minimum period of 90 days from the date fixed for

the bid submission deadline in accordance with the Bidding Document, and it

shall remain binding upon us and may be accepted at any time before the

expiration of that period;

(d) If our Bid is accepted, we commit to obtain a Performance Security in the

amount of 10 percent of the Contract Price for the due performance of the

Contract;

GUVNL:IPDS

Page : 207

(e) We are not participating, as Bidders, in more than one Bid in this bidding

process in accordance with the Bidding Document;

(f) Our firm, its affiliates or subsidiaries, including any consortium, subcontractors

or suppliers for any part of the Contract, has not been declared ineligible by

the GUVNL & its subsidiaries.

(g) We understand that this Bid, together with your written acceptance thereof

included in your notification of award, shall constitute a binding contract

between us, until a formal Contract is prepared and executed.

(h) We understand that you are not bound to accept the best evaluated bid or any

other bid that you may receive.

(i) We undertake to open office in Vadodara after award of contract.

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

GUVNL:IPDS

Page : 208

APPENDIX-F2: PRICE PROPOSAL SUBMISSION SHEET

Date:

ICB No.:

Invitation for Bid No.:

Alternative No.:

To:

_________________________________________________________________

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Document,

including Addenda No. (if any):

(b) We offer to supply in conformity with the Bidding Document and in accordance

with the delivery schedule, the following Goods and Related Services:

(c) The total price of our Bid is:

GUVNL:IPDS

Page : 209

(d) The following commissions, gratuities, or fees have been paid or are to be paid

with respect to the bidding process or execution of the Contract:

Name of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate “none.”)

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

GUVNL:IPDS

Page : 210

APPENDIX-F3: BID SECURITY

(To be accompanied with the bank Guarantee)

Date: ________________________

ICB No.: _____________________

Invitation for Bid No.: __________

To:

________________________________________________________________

Whereas

_____________________________________________________________

________________________________________________________________

(hereinafter called “the Bidder”) has submitted its Bid dated

____________________________ for ICB No. ___________ for the supply of

__________________________________________________________________

__________________hereinafter called “the Bid.”

KNOW ALL PEOPLE by these presents that WE

_______________________________________________________________ of

_______________________________________________________ having our

registered office at _________________________________________________

(hereinafter called “the Guarantor”), are bound unto

______________________________________________________________

_______________________________________________________(hereinafter

called “the Purchaser”) in the sum of ____________________________ for which

payment well and truly to be made to the aforementioned Purchaser, the Guarantor

GUVNL:IPDS

Page : 211

binds itself, its successors, or assignees by these presents. Sealed with the

Common Seal of this Guarantor this ____________________day of

_________________________, _____.

THE CONDITIONS of this obligation are the following:

1. If the Bidder withdraws its Bid during the period of bid validity specified by

the Bidder in the Bid Submission Sheet, except as provided in ITB Sub-

Clause 19.2; or

2. If the Bidder, having been notified of the acceptance of its Bid by the

Purchaser, during the period of bid validity, fails or refuses to:

(a) Execute the Contract; or

(b) Furnish the Performance Security, in accordance with the ITB Clause

42; or

(c) Accept the correction of its Bid by the Purchaser, pursuant to ITB Clause

30.

We undertake to pay the Purchaser without protest or demur up to the above

amount upon receipt of its first written demand, without the Purchaser having to

substantiate its demand, provided that in its demand the Purchaser states that the

amount claimed by it is due to it, owing to the occurrence of one or more of the

above conditions, specifying the occurred conditions.

This security shall remain in force up to and including sixty (60) days after the

period of bid validity, and any demand in respect thereof should be received by the

Guarantor no later than the above date.

Name

In the capacity of

GUVNL:IPDS

Page : 212

Signed

Duly authorized to sign the Bid Security for and on behalf of

Date____________________________________________________________

APPENDIX-F4: MANUFACTURER’S AUTHORISATION

(To be obtained from all OEMs)*

Date:

ICB No.:

Invitation for Bid No.:

Alternative No.:

To:

WHEREAS___________________________________________________ who are

official manufacturers of

____________________________________________________ having factories

at _______________________________________________________________

do hereby authorize

____________________________________________________ to submit a Bid in

relation to the Invitation for Bids indicated above, the purpose of which is to

provide the following Goods, manufactured by us

______________________________and to subsequently negotiate and sign the

Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 26 of

the General Conditions of Contract, with respect to the Goods offered by the above

firm in reply to this Invitation for Bids.

GUVNL:IPDS

Page : 213

Name

In the capacity of:

Signed

Duly authorized to sign the Authorization for and on behalf of

Date

*It is clarified that manufacturing authorization form is to be obtained from all OEMs except OEMs of LAN cable,

OF cable, Racks, Table and Chair and other consumables. It is clarified that if OEM is origin other than India the

certificate may be issued by the India Office

GUVNL:IPDS

Page : 214

APPENDIX-F5: CERTIFICATE AS TO CORPORATE PRINCIPAL

CERTIFICATE AS TO CORPORATE PRINCIPAL

(To be signed by any of Board Directors or Co.Secry)

(To be accompanied along with requisite copy of the board resolution)

I _______________________ certify that I am

_________________ of the Company under the laws of

_____________________ and that __________________ who signed the

above tender is authorized to bind the Company / Firm by authority of its

governing body.

Signature: _________________

Full Name: _________________

Address: _________________

GUVNL:IPDS

Page : 215

Annexure G- Existing Oracle E-Business Suite and Other Third Party Product Modules

Environment of E-Urja Project

Sr.

No. EBS 11i Modules Version

Company

name Remarks

1 FINANCE AP 11.5.10.2 ALL

2 AR 11.5.10.2 ALL

3 CM 11.5.10.2 ALL

4 FA 11.5.10.2 ALL

5 TREASURY 11.5.10.2 ALL

6 GL 11.5.10.2 ALL

7 SCM PO 11.5.10.2 ALL

8 OM 11.5.10.2 ALL

9 PROJECT 11.5.10.2 ALL

10 INVENTORY 11.5.10.2 ALL

11 FABRICATION 11.5.10.2 ALL Manufacturing

12 EAM EAM 11.5.10.2 ALL

13 Mail

Messaging Oracle Beehive 11.5.10.2 ALL

14 HRMS HR 11.5.10.2 ALL

15 PAYROLL ALL

Completely customized on VB &

Oracle platform schema with EBS

11i & is two tier application

16 LEGAL 11.5.10.2 ALL Customized

17 CRM CRM DISCOM Largely customized for power

utility sector

18 LAB 11.5.10.2 DISCOM

19 Utility Billing - DISCOM Completely customized Linux +

GUVNL:IPDS

Page : 216

Sr.

No. EBS 11i Modules Version

Company

name Remarks

LT (Low

Tension)

PHP + Oracle DB

20

Utility Billing -

HT (High

Tension)

DISCOM Completely customized Linux +

PHP + Oracle DB

21 ETAP DISCOM Third Party Software; Not in use

22 Energy

Accounting DISCOM

Completely customized for power

utility sector; not in use

23 Process

Manufacturing OPM 11.5.10.2

GSECL/

GETCO

24 FUEL

FUEL

ACCOUNTING

(For coal based

Thermal PS)

GSECL Completely customized for Power

utility sector

25

FUEL

ACCOUNTING

(For gas based

PS)

GSECL Completely customized for Power

utility sector

26 QA 11.5.10.2 GSECL

27 Safety

(Customized) 11.5.10.2 GSECL Customized

28 Others Power Trading 11.5.10.2 GUVNL/ Customized for Power utility

sector

29 Demand

Planning 11.5.10.2

GETCO/

DISCOM Not in use

30 ETAP DISCOM Third party software – Not in use

31 Load Dispatch

Management -

SLDC

11.5.10.2 GETCO Customized

GUVNL:IPDS

Page : 217

Sr.

No. EBS 11i Modules Version

Company

name Remarks

(Customized)

GUVNL:IPDS

Page : 218

Annexure H - Existing Applications and Integration Matrix of R-APDRP Project

The applications integrated with each other is given in the table below:

Sr.

No. Applications

Integrated With

Modules Integrated With

Module 1: Meter Data

Acquisition Energy Audit, GIS Metering, Billing, GIS, DAS

Module 2: Energy

Audit

Data Acquisition,

GIS

Billing, Collection (including

Kiosks and ATPs etc)

Module 5 : GIS based

Consumer Indexing &

Asset Mapping

Customer Care

Centre, MDM

Asset Management,

Maintenance Management,

Billing, collections, Metering

New Connections (CRM),

Disconnection &

Dismantling (CRM),

Commercial Database

(CRM)

Module 6: GIS based

Integrated Network

Analysis Module

MDM, Energy

Audit Customer

Care Centre

Maintenance Management,

Asset Management, New

Connections (CRM),

Disconnection &

Dismantling (CRM), Billing.

Commercial Database

(CRM)

Module 7: Centralized

Customer Care

Services

GIS

Billing, Collections,

Maintenance Management,

New Connections,

Disconnections, Metering

(CRM), Commercial

Database (CRM)

Module 8 :

Management

Information System

All new

Applications in a

frame work of

data ware house

using ETL and BI

Tools.

All existing Applications in a

frame work of data ware

house using ETL and BI

Tools.

Module 9: Web Self Data Warehouse, CRM, Metering, Billing,

GUVNL:IPDS

Page : 219

Services Portals, Customer

Care Centre

Collections (including

Kiosks and ATPs etc), Multi

channel services, third party

collection agencies,

Module 10: Identify

& Access

Management System

Portal, Data

Center Security,

LDAP, DRC, Mail

server

ERP

Module 11: System

Security Requirement

Data Center and

DRC, Portal,

Internet

ERP

GUVNL:IPDS

Page : 220

Annexure I – Existing H/W Details of E-Urja &R-APDRP

1. E-Urja – Primary Site

E8801_9119-MHE-SN78E5A17

Installed Licensed Maximum

Processor 192 96 192

Memory 3.5 TB 2 TB

16 Slot Free each

System Node (16*4

=64 slot) = 16TB

I/O 34 44 Slots (10 empty)

E8802_9119-MHE-SN68E5A27

Installed Licensed Maximum

Processor 192 96 192

Memory 3.5 TB 2 TB

16 Slot Free each

System Node (16*4

=64 slot) = 16TB

I/O 34 44 Slots (10 empty)

FS900 Storage

Existing Maximum

No of Slot 12 12

Flash Modue Size 5.7TB 5.7TB

toatal Storage

capacity 57TB 57TB

V7000 Storage

Existing Maximum Remarks

HDD 96

(24*4) 504

Total Storage 104TB 5.7PT Raw capacity

Enclosure 3 nos 20 Nos

Total Licesenced Empty Slot

SANSW1 96 72 24

SANSW2 96 72 24

2. e-Urja :DR Site H/w

1. Two No of IBM Server 1:8231 Model E2D model with each server having: 2 x 6

Core p7 4.2 Ghz processor, 2 x 32 GB DDR3 RAM, 2 x 2 Port 8 Gb Fiber

Channel Adapter, 4 Port 1GbE Adapter, 2x 300GB SAD Disk Drive

2. IBM Storage V7000 Model 524 12 TB Capacity

GUVNL:IPDS

Page : 221

3. R-APDRP : DC & DR Hardware Details

Data Center

Sr.No Description Model Make Part no Remarks

1 Server X3850 M2 IBM 99B1966 NA

2 Server X3850 M2 IBM 99B1965 NA

3 Server X3850 M2 IBM 99B5844 NA

4 Server X3850 M2 IBM 99C9812 NA

5 Server X3850 M2 IBM 99D0010 NA

6 Server X3850 M2 IBM 99D0009 NA

7 Server X3850 M2 IBM 99C9813 NA

8 Server X3850 M2 IBM 99C9214 NA

9 Server X3850 M2 IBM 99C1243 NA

10 Server X3850 M2 IBM 99E4158 NA

11 Server X3850 M2 IBM 99D9416 NA

12 Server X3850 M2 IBM 99E4249 NA

13 Server X3850 M2 IBM 99E4308 NA

14 Server X3850 M2 IBM 99E4240 NA

15 Server X3850 M2 IBM 99E1973 NA

16 Server X3850 M2 IBM 99E4309 NA

17 Server X3850 M2 IBM 99E1795 NA

18 Server X3850 M2 IBM 99E4241 NA

19 Server X3850 M2 IBM 99E3068 NA

20 Server X3850 M2 IBM 99E1790 NA

21 Server X3850 M2 IBM 99E4251 NA

22 Server X3850 M2 IBM 99E4162 NA

23 Server X3850 M2 IBM 99E4247 NA

24 Server X3850 M2 IBM 99D9420 NA

25 Server X3650 M2 IBM 99T0025 NA

26 Server X3650 M2 IBM 99K0690 NA

27 Server X3650 M2 IBM 99H6085 NA

28 Server X3650 M2 IBM 99K0706 NA

GUVNL:IPDS

Page : 222

29 Server X3650 M2 IBM 99K0703 NA

30 Server X3650 M2 IBM 99H6082 NA

31 Server X3650 M2 IBM 99K0704 NA

32 Server X3650 M2 IBM 99K0705 NA

33 Server X3650 M2 IBM 99H6100 NA

34 Server X3650 M2 IBM 99H6097 NA

35 Server X3650 M2 IBM 99K0700 NA

36 Server X3650 M2 IBM 99H6094 NA

37 Server X3650 M2 IBM 99H5499 NA

38 Server X3650 M2 IBM 99K0697 NA

39 Server X3650 M2 IBM 99V3167 NA

40 Server X3650 M2 IBM 99T0041 NA

41 Server X3650 M2 IBM 99T0038 NA

42 Server X3650 M2 IBM 99R7230 NA

43 Server X3650 M2 IBM 99T0017 NA

44 Server X3650 M2 IBM 99T0008 NA

45 Server X3650 M2 IBM 99V3159 NA

46 Server X3650 M2 IBM 99T0373 NA

47 Server X3650 M2 IBM 99T0022 NA

48 Server X3650 M2 IBM 99T0012 NA

49 Server X3650 M2 IBM 99T0076 NA

50 Server X3650 M2 IBM 99T0053 NA

51 Server X3650 M2 IBM 99T0051 NA

52 Server X3650 M2 IBM 99V3146 NA

53 Server X3650 M2 IBM 99T0071 NA

54 Server X3650 M2 IBM 99T0007 NA

55 Server X3650 M2 IBM 99T1095 NA

56 Server X3650 M2 IBM 99T0059 NA

57 Server X3650 M2 IBM 99T0035 NA

58 Server X3650 M2 IBM 99T0372 NA

59 Server X3650 M2 IBM 99T0011 NA

GUVNL:IPDS

Page : 223

60 Server X3650 M2 IBM 99T0014 NA

61 Server X3650 M2 IBM 99R7231 NA

62 Server X3650 M2 IBM 99T0003 NA

63 Server X3650 M2 IBM 99V3157 NA

64 Server X3650 M2 IBM 99V3155 NA

65 Server X3650 M2 IBM 99T0006 NA

66 Server X3650 M2 IBM 99T0069 NA

67 Server X3650 M2 IBM 99T0010 NA

68 Server X3750 M2 IBM 06CZ144 NA

69 Server X3850 M2 IBM 99E3689 NA

70 Server X3650 M2 IBM 99V3139 NA

71 Server X3650 M2 IBM 99R7232 NA

72 Server X3650 M2 IBM 99V3147 NA

73 Server X3650 M2 IBM 99T0054 NA

74 Server X3650 M2 IBM 99T0064 NA

75 Server X3650 M2 IBM 99T0066 NA

76 Server X3650 M2 IBM 99T0056 NA

77 Server X3650 M2 IBM 99T0027 NA

78 Server X3650 M2 IBM 99T0068 NA

79 Server X3650 M2 IBM 99T0042 NA

80 Server X3650 M2 IBM 99T0024 NA

81 Server X3850 M2 IBM 99E4246 NA

82 Server X3850 M2 IBM 99E1974 NA

83 Server X3650 M2 IBM 99T0037 NA

84 Server X3850 M2 IBM 99E4248 NA

85 Server X3850 M2 IBM 99D9042 NA

86 Server X3850 M2 IBM 99E0313 NA

87 Server X3850 M2 IBM 99E4244 NA

88 Server X3850 M2 IBM 99E4243 NA

89 Server X3850 M2 IBM 99E4239 NA

90 Server X3850 M2 IBM 99E4109 NA

GUVNL:IPDS

Page : 224

91 Server X3850 M2 IBM 99E4242 NA

92 Server X3650 M2 IBM 99T0078 NA

93 Server X3650 M2 IBM 99T0052 NA

STORAGE & Backup

INVENTORY

1 System Storage - Base

frame DS8300 IBM 75PP270 NA

2 System Storage -

Expansion Frame DS8300 IBM 75P4890 NA

3 Tape Library TS3500 IBM 7824164 NA

4 SAN Director - 1 MDS9509 CISCO DCH134200JN NA

5 SAN Director - 2 MDS9509 CISCO DCH134200JH NA

NETWORK

INVENTORY

1 Core Router Primary 7609-S CISCO FOX1353G3DJ NA

2 Core Router Redundant 7609-S CISCO FOX1353G3GZ NA

3 Internet Router 7609-S CISCO FOX1402G9UX NA

4 Core Switch Primary WS-C6513 CISCO SAL1405A9EM NA

5 Core Switch Redundant WS-C6513 CISCO SAL1407B4XB NA

6 Distribution Switch

Primary WS-C6509-E CISCO SMC1352001E NA

7 Distribution Switch

Redundant WS-C6509-E CISCO SMC13520007 NA

8 Access Switch Primary WS-C6509-E CISCO SMC1350005E NA

9 Access Switch

Redundant WS-C6509-E CISCO SMC13520002 NA

10 Layer II Switch WS-C2960-24TC-L CISCO FOC1405Y266 NA

11 Layer II Switch WS-C2960-24TC-L CISCO FOC1405Y3ED NA

12 Intrusion Prevention

System

IPS-4260-4GE-BP-

K9 CISCO FTX1724M03X NA

13 Intrusion Prevention

System

IPS-4260-4GE-BP-

K9 CISCO FTX14075019 NA

14 Intrusion Prevention

System

IPS-4260-4GE-BP-

K9 CISCO FTX1432502M NA

15 Monitoring, Analysis

and Response System CS-MARS-25R-K9 CISCO FTX14065036 NA

GUVNL:IPDS

Page : 225

16 Global Site Selector GSS-4492R-K9 CISCO QCF1409010R NA

17 Global Site Selector GSS-4492R-K9 CISCO QCF1409010Q NA

18 RAS Router 3845-HSEC/K9 CISCO FHK1406F0YP NA

UPS INVENTORY

1 UPS 200 KVA Hi

Pulse 200 KVA Hi Pulse EMERSON 2001006H14217 NA

2 UPS 200 KVA Hi

Pulse 200 KVA Hi Pulse EMERSON 2001006H14218 NA

E-MAIL AND WEB

SECURITY

INVENTORY

1 E-mail and Web

Security EWS-3300-00A McAfee 4KY5VK1 NA

2 E-mail and Web

Security EWS-3300-00A McAfee 57446L1 NA

RACK INVEMTORY

1 IBM S2 42U Standard

Rack Cabinet 23DY122 IBM 9307RC4 NA

2 IBM S2 42U Standard

Rack Cabinet 23DX932 IBM 9307RC4 NA

3 IBM S2 42U Standard

Rack Cabinet 23DT122 IBM 9307RC4 NA

4 IBM S2 42U Standard

Rack Cabinet 23DX332 IBM 9307RC4 NA

5 IBM S2 42U Standard

Rack Cabinet 23DX322 IBM 9307RC4 NA

6 IBM S2 42U Standard

Rack Cabinet 23DY214 IBM 9307RC4 NA

7 IBM S2 42U Standard

Rack Cabinet 23DT353 IBM 9307RC4 NA

8 IBM S2 42U Standard

Rack Cabinet 9307RC4 IBM 23DT106 NA

9 IBM S2 42U Standard

Rack Cabinet 9307RC4 IBM 23DT091 NA

10 IBM S2 42U Standard

Rack Cabinet 9307RC4 IBM 23DT115 NA

11 Network Rack 42U

Rack Cabinet WQ India

12 Network Rack 42U

WQ India

GUVNL:IPDS

Page : 226

Rack Cabinet

13 Network Rack 42U

Rack Cabinet WQ India

14 Network Rack 42U

Rack Cabinet WQ India

15 Network Rack 42U

Rack Cabinet WQ India

16 Network Rack 42U

Rack Cabinet WQ India

17 Network Rack 42U

Open Rack WQ India

18 Network Rack 42U

Open Rack WQ India

19 Network Rack 42U

Open Rack WQ India

HCL

1 Highend Workstation AG1V0316 HCL 4103AG396001 NA

2 Highend Workstation AG1V0316 HCL 4103AG396008 NA

3 Highend Workstation AG1V0316 HCL 4103AG396009 NA

4 Highend Workstation AG1V0316 HCL 4103AG396010 NA

5 Workstation HCL Infinity PRO

BL1300 HCL 4103AA393025 NA

6 Workstation HCL Infinity PRO

BL1300 HCL 4103AA393037 NA

7 Workstation HCL Infinity PRO

BL1300 HCL 4103AA393062 NA

8 Workstation HCL Infinity PRO

BL1300 HCL 4103AA393030 NA

9 Workstation HCL Infinity PRO

BL1300 HCL 4103AA393045 NA

10 Workstation HCL Infinity PRO

BL1300 HCL 4103AA393026 NA

11 Workstation HCL Infinity PRO

BL1300 HCL 4103AA393042 NA

12 Workstation HCL Infinity PRO

BL1300 HCL 4103AA393035 NA

13 Workstation HCL Infinity PRO

BL1300 HCL 4103AA393038 NA

GUVNL:IPDS

Page : 227

14 Workstation HCL Infinity PRO

BL1300 HCL 4103AA393032 NA

15 Printer HP LJ P3015dn HP VNVJB46092 NA

CABLING

1 Data Centre Cabling NA MOLEX NA NA

GUVNL:IPDS

Page : 228

Annexure J – Existing E-Urja and R-APDRP Database Growth

Database

DB Size (GB) as on 30-Nov-16

DB Size (GB) as on

17-Apr-17 DB Size (GB) as on 17-Mar-18

DB Size (GB) as on 02-Jul-18

DB Growth (GB)

(02Jul18 - 17Mar18)

Per Month GROWTH

(GB)

GSECL 3186 3415 3884 4161 277 92

GETCO 545 545 544 589 45 15

GUVNL 135 135 146 146 0 0

DGVCL 3404 3937 4034 4071 37 12

MGVCL 1976 2043 2167 2254 87 29

PGVCL 4990 5256 5920 6233 313 104

UGVCL 2587 2651 3546 3641 95 32

DBILL 1086 1161 1196 1269 73 24

MBIL 1075 1159 1317 1385 68 23

PBIL 1667 1800 2107 2226 119 40

UBIL 1213 1297 1458 1553 95 32

Beehive 1276 1315 1403 1422 19 6

e-Urja Database Growth

GUVNL:IPDS

Page : 229

Annexure K – Existing E-Urja Oracle License Details

Existing Oracle License Details under e-Urja

CSI Number (e-Urja) Nos. of Licenses

15594408 1500

15309580 4500

14759625 4500

14373700 1500

15704911 38000

CSI Number (R-APDRP) Nos. of Licenses

4108962 Processor Based

4111152 Processor Based

4495351 Processor Based

GUVNL:IPDS

Page : 230

Annexure L – Existing Data Backup Policy

1.0 Background of the Solution

This chapter documents the old backup environment from which GUVNL migrated there backup infrastructure from a distributed environment to a consolidated backup environment.

In the new implemented backup solution, The backup LPAR is hosted on E880-01 with a shared storage from SVC and a TS4500 Tape Library with a LTO7 x 12 tape drives.

GUVNL:IPDS

Page : 231

Page 232 of 234

IBM Lab Services <GUVNL>

2.0 Spectrum Protect Server Configuration This chapter documents the Spectrum Protect Hardware and Software Configuration.

Spectrum Protect Hardware Configuration

Considering Spectrum Protect backup application performs multiple tasks parallel, the server is configured with 2 p8 64bit processors with 32 GB of RAM. The server is allocated storage from SVC (SAS Drives) and has a TS4500 Tape Library attached with LTO7 x 12 Tape Drives. The server is installed AIX v7100-04-04-1717 and Spectrum Protect Server v7.1.7.0 as per the initial proposal.

Spectrum Protect Backup Policies Sr.NO Type Policy

1 File System (Important Mount Points)

1. For Daily file level Incremental

backup with 95 days retention Staged

on DiskPool.

2. For Monthly file level Archive with

125 days(4Mo) retention written to

TapePool.

3. For Yearly file level Archive with

1830 days(5Yr) retention written to

TapePool.

2 Database Backup 1. 'For Daily Oracle TDP Full Backup

with 35 days retention written to Tape

Pool.

2. For Monthly Oracle TDP Full

Backup with 365 Days (1Yr)

retention written to Tape Pool

3. For Yearly Oracle TDP Full Backup

Page 233 of 234

with 1830 days (5Yr) retention

written to Tape Pool.

4. Database archive is backed up at

14:00 hrs and 18:00 hrs.

For Database backup lan free backup is used and for File system backup is taken on lan.

Host wise Details:-

Hostname Environment Platform details

(OS version) TSM Client

Ver TSM for SAN Ver

TDP for Ora Ver

tsmserver TSM Backup

Server AIX 7.1

v7.1.7 / v7.1.6 - -

dgvclap1 EBS Appln AIX 6.1 v7.1.6 - -

dgvclap2 EBS Appln AIX 6.1 v7.1.6 - -

dgvcldb1 DB / ASM AIX 7.1 v7.1.6 v7.1.7 v7.1.3

dgvcldb2 DB / ASM (RAC) AIX 7.1 v7.1.6 v7.1.7 v7.1.3

dbillap1 DBILL Appln AIX 6.1 v7.1.6 - -

dbillap2 DBILL Appln AIX 6.1 v7.1.6 - -

dbilldb1 DB / ASM AIX 7.1 v7.1.6 v7.1.7 v7.1.3

dbilldb2 DB / ASM (RAC) AIX 7.1 v7.1.6 v7.1.7 v7.1.3

pgvclap1 EBS Appln AIX 6.1 v7.1.6 - -

pgvclap2 EBS Appln AIX 6.1 v7.1.6 - -

pgvcldb1 DB / ASM AIX 7.1 v7.1.6 v7.1.7 v7.1.3

pgvcldb2 DB / ASM (RAC) AIX 7.1 v7.1.6 v7.1.7 v7.1.3

pbillap1 PBILL Appln AIX 6.1 v7.1.6 - -

pbillap2 PBILL Appln AIX 6.1 v7.1.6 - -

pbilldb1 DB / ASM AIX 7.1 v7.1.6 v7.1.7 v7.1.3

pbilldb2 DB / ASM (RAC) AIX 7.1 v7.1.6 v7.1.7 v7.1.3

mgvclap1 EBS Appln AIX 6.1 v7.1.6 - -

mgvclap2 EBS Appln AIX 6.1 v7.1.6 - -

mgvcldb1 DB / ASM AIX 7.1 v7.1.6 v7.1.7 v7.1.3

mgvcldb2 DB / ASM (RAC) AIX 7.1 v7.1.6 v7.1.7 v7.1.3

mbillap1 MBILL Appln AIX 6.1 v7.1.6 - -

mbillap2 MBILL Appln AIX 6.1 v7.1.6 - -

mbilldb1 DB / ASM AIX 7.1 v7.1.6 v7.1.7 v7.1.3

mbilldb2 DB / ASM (RAC) AIX 7.1 v7.1.6 v7.1.7 v7.1.3

ugvclap1 EBS Appln AIX 6.1 v7.1.6 - -

ugvclap2 EBS Appln AIX 6.1 v7.1.6 - -

ugvcldb1 DB / ASM AIX 7.1 v7.1.6 v7.1.7 v7.1.3

Page 234 of 234

ugvcldb2 DB / ASM (RAC) AIX 7.1 v7.1.6 v7.1.7 v7.1.3

ubillap1 UBILL Appln AIX 6.1 v7.1.6 - -

ubillap2 UBILL Appln AIX 6.1 v7.1.6 - -

ubilldb1 DB / ASM AIX 7.1 v7.1.6 v7.1.7 v7.1.3

ubilldb2 DB / ASM (RAC) AIX 7.1 v7.1.6 v7.1.7 v7.1.3

guvnlap1 EBS Appln AIX 6.1 v7.1.6 - -

guvnlap2 EBS Appln AIX 6.1 v7.1.6 - -

guvnldb1 DB / ASM AIX 7.1 v7.1.6 v7.1.7 v7.1.3

guvnldb2 DB / ASM (RAC) AIX 7.1 v7.1.6 v7.1.7 v7.1.3

getcoap1 EBS Appln AIX 6.1 v7.1.6 - -

getcoap2 EBS Appln AIX 6.1 v7.1.6 - -

getcodb1 DB / ASM AIX 7.1 v7.1.6 v7.1.7 v7.1.3

getcodb2 DB / ASM (RAC) AIX 7.1 v7.1.6 v7.1.7 v7.1.3

gseclap1 EBS Appln AIX 6.1 v7.1.6 - -

gseclap2 EBS Appln AIX 6.1 v7.1.6 - -

gsecldb1 DB / ASM AIX 7.1 v7.1.6 v7.1.7 v7.1.3

gsecldb2 DB / ASM (RAC) AIX 7.1 v7.1.6 v7.1.7 v7.1.3