RFP Bescom Erp Final
RFP Bescom Erp Final
2018
MARCH 1, 2018
Bangalore Electricity Supply Company Limited (BESCOM), Office of GM (ICT &MIS),4th Floor, Maharishi
Supply, Installation, Commissioning, Implementation and Support for ERP Solution at BESCOM under IP
Disclaimer
This Request for Proposal (RFP) for Selection of Implementation Agency is issued by
Bangalore Electricity Supply Company Ltd. (BESCOM). Whilst the information in this
RFP has been prepared in good faith, it is not and does not purport to be
comprehensive or to have been independently verified. Neither BESCOM, nor any of its
officers or employees, nor any of their advisers nor consultants accept any liability or
responsibility for the accuracy, reasonableness or completeness of the information
contained in the RFP, or for any errors, omissions or misstatements, negligent or
otherwise, relating to the proposed project, or makes any representation or warranty,
express or implied, with respect to the information contained in this RFP or on which
this RFP is based or with respect to any written or oral information made or to
be made available to any of the recipients or their professional advisers and, so far as
permitted by law and except in the case of fraudulent misrepresentation by the party
concerned, and liability therefore is hereby expressly disclaimed.
This RFP includes certain statements, projections, targets and forecasts with respect to
the Project. Such statements, projections, targets and forecasts reflect various
assumptions made by the management, officers, employees, consultants, and experts
of BESCOM, which (the assumptions and the base information on which they are made)
may or may not prove to be correct. No representation or warranty is given as to the
reasonableness of forecasts or the assumptions on which they may be based and
nothing in this RFP is, or should be relied on as, a promise, representation or warranty.
BESCOM shall be the sole and final authority with respect to qualifying a bidder
through this RFP. The decision of BESCOM in selecting the Implementation Agency
who qualifies through this RFP shall be final and BESCOM reserves the right to reject
any or all the bids without assigning any reason thereof. BESCOM may terminate the
RFP process at any time without assigning any reason and upon such termination
BESCOM shall not be responsible for any direct or indirect loss or damage arising out
of such a termination.
The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its Proposal including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which may
be required by the BESCOM or any other costs incurred in connection with or relating to
its Proposal (Bid). All such costs and expenses will remain with the Bidder and the
BESCOM shall not be liable in any manner whatsoever for the same or for any other
costs or other expenses incurred by an Bidder in preparation or submission of the
Proposal (Bid) regardless of the conduct or outcome of the selection process.
Abbreviations
Acronym Definition
ABT Availability Based Tariff
ACR Annual Confidential Report
ADB Asian Development Bank
AMC Annual Maintenance Contract
ARR Annual Revenue Requirement
ATS Annual Technical Support
ABT Availability Based Tariff
ACR Annual Confidential Report
B. Tech./ B.E. Bachelor of Technology / Bachelor of Engineering
BBP Business Blueprint
BC Banker‘s Cheque
BCP Business Continuity Plan
BDS Bid Data Sheet
BOM Bill of Materials (includes Bill of Quantities)
BSDD Business Solution Design Document
BSDS Business Solution Design Simulation
CA Chartered Accountant
CERT-In Indian Computer Emergency Response Team (Government
of India)
CIF Carriage, Insurance & Freight
CIP Carriage, Insurance Paid to
CMMi Capability Maturity Model Integration
CPWD Central Public Works Department
CPG Contract Performance Guarantee
CRA Commercial and Regulatory Affairs
CST Central Sales Tax
CV Curriculum Vitae
CWIP Capital Work in Progress
CIP Carriage, Insurance Paid to
DD Demand Draft
Deptt. Department
DGS&D Directorate General of Supplies & Disposals
DMS Document Management System
DNS Domain Name Service
DD Demand Draft
DRR Daily Receipt Register
ECC Excise Control Code
ERP Enterprise Resource Planning
Table of Contents
1. Section I: Introduction .......................................................................................................... 13
1.1 About BESCOM ........................................................................................................................ 13
1.2 Objective of the RFP ............................................................................................................. 15
1.3 Existing Applications ............................................................................................................ 16
2. Section II: Definitions and Interpretations ................................................................... 20
2.1 Definitions ................................................................................................................................. 20
2.2 Interpretations ........................................................................................................................ 23
3. Section III: Instructions to Bidders .................................................................................... 26
3.1 Cost of Bidding ........................................................................................................................ 26
3.2 Language of Bid ....................................................................................................................... 26
3.3 Currencies of Bid .................................................................................................................... 26
3.4 Bid Prices ................................................................................................................................... 26
3.5 Performance Bank Guarantee ........................................................................................... 27
3.6 Bid Validity................................................................................................................................ 27
3.7 Eligible Bidder .......................................................................................................................... 28
3.8 Alternative Bids....................................................................................................................... 28
3.9 Involvement of Sub-Contractor (s) .................................................................................. 28
3.10 Bid Prices and Discount....................................................................................................... 28
3.11 Contents of Tender Document ........................................................................................ 29
3.13 Clarification on Tender Document ................................................................................ 30
3.14 Amendment of Bidding Document ................................................................................ 31
3.15 General Instruction for Bid Preparation ........................................................................ 31
3.16 Preparation of Bid/Proposal ............................................................................................. 32
3.17 Procedure for submission of Bid ..................................................................................... 33
3.18 Corrupt Practice.................................................................................................................. 35
3.19 Conflict of Interest ............................................................................................................... 36
3.20 Unfair Advantage ................................................................................................................... 37
3.21 Right of Purchaser to Accept or Reject Bids ............................................................. 37
3.22 Bid Opening ............................................................................................................................. 39
3.23 Bid Evaluation ........................................................................................................................ 39
3.24 Negotiations............................................................................................................................. 42
3.25 Award of Contract ................................................................................................................. 42
4. Section IV: General Conditions of Contracts ................................................................. 44
4.1 Definitions and Interpretations ....................................................................................... 44
4.2 Contract Performance Guarantee .................................................................................... 44
4.3 Assigning work to Sub-contractor(s) .............................................................................. 45
4.4 Purchaser’s Responsibilities .............................................................................................. 47
4.5 Project Inception and Time for Completion ............................................................... 47
4.6 Extension of Time for Completion of Contract ......................................................... 48
4.7 Alterations/Variations in the Contract ........................................................................ 49
4.8 Notice and Correspondences ............................................................................................. 50
4.9 Designated Officer of the Purchaser .............................................................................. 51
4.10 Designated Officer of the Contractor......................................................................... 51
4.11 Inspection .............................................................................................................................. 52
4.12 Billing ...................................................................................................................................... 52
4.13 Payment.................................................................................................................................. 53
4.14 Taxes, Duties & Levies ........................................................................................................ 54
4.15 Liquidated Damages (LD) ................................................................................................... 54
4.16 Termination of Contract ................................................................................................. 54
4.17 Patent Rights & Royalties............................................................................................... 57
4.18 Intellectual Property Rights .......................................................................................... 58
4.19 Confidential Information ................................................................................................ 59
4.20 Merger, acquisition or divestitures of the Contractor ....................................... 60
4.21 Contractor’s staff and their conduct ......................................................................... 60
4.22 Non-solicitation of staff ................................................................................................... 61
4.23 Contract’s Responsibility with other Agencies ........................................................ 61
4.24 Insurance .................................................................................................................................. 62
4.25 Damage to Property or to any Person or any Third Party ................................... 62
4.26 Safety & Security Code .................................................................................................... 63
4.27 Force Majeure ......................................................................................................................... 65
4.28 Limitation of Liability ..................................................................................................... 66
4.29 Settlement of Disputes .................................................................................................... 67
4.30 Compliance with Laws and Regulations ................................................................... 67
9.6 SLA during FMS/AMC and for DR Cloud hositn- Availability Management 254
9.7 ERP Performance Management ...................................................................................... 255
9.8 Issue Severity Level & Resolution Time ..................................................................... 256
10. Section X: Minimum Technical Specifications............................................................ 262
10.1 Local Area Network .......................................................................................................... 262
10.2 Software Specification ......................................................................................................... 262
10.3 Users ............................................................................................................................................ 283
11. SECTION XI: Pre-Qualification Requirement and Technical Evaluation.......... 284
11.1 Pre-Qualification Criteria .............................................................................................. 284
11.2 Technical Qualification Criteria for Bidders......................................................... 289
12. Section XII: Forms ............................................................................................................... 292
Form: 1 Letter of Application ..................................................................................................... 292
Form: 2 Particulars of ERP Product Vendor ...................................................................... 294
Form: 3 Particular of Implementation Partner ................................................................... 296
Form: 6 Proforma for Bid Security /EMD........................................................................ 299
Form: 7 Proforma for Power of Attorney ......................................................................... 301
Form: 8 Proforma for Declaration....................................................................................... 303
Form: 9 Key Resources Proposed ...................................................................................... 304
Form: 10 Schedule of Payments ................................................................................................ 307
Form: 11 Proforma for Contract Performance Guarantee .......................................... 310
Form: 12 Proforma for Contract Agreement ................................................................. 314
Form: 13 Compliance with the Scope of Work ............................................................ 316
Form: 14 Declaration on not being blacklisted .............................................................. 330
Form: 15 Implementation Experience ................................................................................ 331
Form: 16 OEM Authorization to Bid .................................................................................... 332
Form: 17 Quality Assessment Details (CMMi Level) ...................................................... 333
Form: 18 Hardware Bill of Materials .................................................................................... 334
Form: 19 The Legal entity of OEM .................................................................................... 335
Form: 20 Technical Specification Confirmation............................................................. 337
Form: 21 Patent Rights/copyrights confirmation ..................................................... 373
Form: 22 Support Commitment from ERP OEM ............................................................. 375
Form: 23 Solution commitment from ERP OEM ............................................................ 376
Form: 24 Undertaking on Personnel ................................................................................ 377
BESCOM/GM(ICT&MIS)/BC-48/2017-18/55
Tender no.
Dear Sir/Madam,
Section I Introduction
Section II Definitions and Interpretations
Section III Instructions to Bidders
Section IV General Conditions of Contracts
Section V Special Conditions of Contracts
Section VI Scope of Work
Section VII Technical Specification Requirements (TSR)
Section VIII Functional Specification Requirements (F -
Section IX Service Level Agreements (SLAs)
Section X Minimum Technical Specifications
Section XI Pre-Qualification Requirement and Technical Evaluation
Section XII - Forms
Section XIII - Annexures
4. You are invited to submit your proposal as per the attached RFP document.
Yours sincerely,
sd/-
General Manager (ICT&
MIS) BESCOM
12 Date till which the bid 180 days from the last date of submission of
submitted in response to RFP bids.
is valid
1. Section I: Introduction
1.1 About BESCOM
BESCOM is procuring energy from different source i.e., Hydel, thermal, and
Non-conventional sources through Long term Power purchase agreement, short
term power purchase agreement and bidding process. Purchased energy is being
transmitted through transmission lines of State/Central transmission units.
During transmission, some energy is lost (about 3.80%) as transmission loss.
Transmission Company is incurring cost for maintenance of the existing network
and to build additional network.
BESCOM‘s network is being used to distribute energy to its consumer under high
tension. During high tension distribution, some energy will be lost (about 4.35%)
as high tension distribution loss. Maintenance of high tension net-work and
capacity additions will increase the cost. Major retail distribution and retail
business is in low tension. Here BESCOM caters to bulk business and individual
retail consumers. For low tension consumers, BESCOM has to build network to
step down the voltage through transformers, distribution lines and cables etc.
While distributing energy to bulk consumers at low tension, network cost as well
as operating cost is lower than the retail consumers. Low tension distribution loss
in kind is about 9.05%.
Key highlights
1.2.3 Detailed Scope of work has been specified in Sections VI (Scope of Work) of this
tender document. BESCOM desires to implement the ERP Solution in such a
manner that it can provide 24×7 online access of ERP with centralized data base
to all authorized users for executing identified functional processes.
8 Funds Requisition,
Bank Requisition
Financial Cash
Bills,
Management Management
Inter Bank Transfer,
Section in
Payment,
Finance
JV,
Department
Bank transaction
9 Dashboard and Reporting of
Financial &
Profit & Loss
Accounting
Balance Sheet Accounts & RT
Management
Trial Balance Section
Dashboards
Store Inventory
(Nanobi)
etc.