Document

advertisement
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
Annexure-I
Technical Scope, Techno-Commercial Terms and Conditions for
engaging SAP Technical Consultant for Implementation of SAP Services
to PE&SD Division of BHEL in existing SAP client of BHEL Hyderabad
Terms Used:
Bidder/Implementer/Vendor – Bidder participating in the tender as per the qualification criteria
RFP - Request for Proposal.
Bidder’s
Compliance
Yes / No
A. SCOPE
1.
1. Scope : To provide SAP Consulting Services for creation of new
company code for BHEL, PE&SD, Hyderabad within the existing
instance / client in SAP ECC 6.0.
The scope of this project covers

Building a new company code in a functioning SAP client, by copying
the settings of existing company code and modifying it to suit the
slightly different functional requirements of new company code.

Unit, Integration, Regression & Stress Testing.

Data Migration from existing company code to new company code.

Technical Upgrade of existing SAP client from ECC6.0 to the latest
SAP Enhancement Package.

Go-live of new company code.

Post Go-live support & Training for all modules for at least one month.
2. ERP Modules: The following ERP modules will be covered as part of
this project.

Finance & Controlling

Project Systems

Material Management

Sales & Distribution

Production Planning

Quality Management

Statutory Requirements (Excise, Sale Tax, Customs Duties, etc)

ABAP/BI
Name:
Signature: with Date:
Company Seal
1
Bidder’s
Remarks
.
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
3. Details of Scope:
Functional Scope: The details of SAP ECC6.0 functional modules to be
implemented at BHEL PE&SD are as given below. Exact details for the
following will be finalized later during blueprint stage.
SAP FI &CO Module :












General Ledger : G/L Accounts, Documents, Periodic
Processing, Reporting
Accounts Payable: Indigenous / Foreign Vendors,
Subcontractors and other Payments
Accounts Receivable: Indigenous / Foreign Customers,
Subcontractors and other Receivables
Cash / Funds Management: Banks and Cash Management,
Credit Management
Asset Management: Asset Procurement, Payment,
Depreciation
Tax and Incentive Management: Taxes relating to Excise Duty,
Service tax, Sales tax, VAT/CenVAT, Income Tax, Tax
Deduction at Source, All Incentives like Export Contracts /
Deemed Exports, Imports, etc
Project Costing: Cost Monitoring and Result Analysis (AS7
Turnover recognition).
Periodical process for : Closing of Accounts / Periods Monthly / Quarterly / Half Yearly / Yearly
Cost Element Accounting:
Cost Centre Accounting:
Product Cost Controlling: Updation of rates , Periodical
Process etc
BI Reports for Debtors reports, Cost reports etc.
SAP PS Module :

Make to order

Project Estimation ( pre-order)

Applicable Product Group Main Assembly (PGMA) list, work plan.

Project Planning

Project Scheduling

Project Monitoring

Project Accounting, result analysis
Name:
Signature: with Date:
Company Seal
2
.
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
SAP MM Module :

Material and Vendor Master

Purchase Requisitions

Purchase Orders

Goods Receipts

Invoice Verification

Accounts Payable

Inventory Management

Vendor Evaluation and rating

Sub Contract management

Statutory Requirements (Excise, Sale Tax, Customs Duties, etc)
SAP SD Module :

Customer Master, Transporter master

Inquiry Processing

Quotation Processing

Contract / Sales Order Processing

Scheduling Agreement, Rebates, Returns, Deals, Promotions
Processing.

Billing Schedule

Linking of BOM to major billable items and assigning billing values.

Dispatch Clearance and Billing clearance

Delivery and Shipment

Management of Road Permits

Excise Billing

Customer Billing (commercial Invoices, PVC, ERV, ED & ST, short
Billing, Credit notes, Advances )

Applicability of statutory regulations like Customs / Excise, Sales
tax etc and Generation of documents / reports for the same.

Credit Management

Statutory Requirements (Excise, Sale Tax, Customs Duties, etc)
SAP PP Module :

Bill of Materials (MBOM , WBOM)
Name:
Signature: with Date:
Company Seal
3
.
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11

Material Master Creation.

Project Piping Management System (PPMS)

Routing.

Work Centers.

Forecasting.

Sales & Order Planning.

Material Requirement Planning (MRP).

BOM STATUS (Material Addition to project structure).

Contract Engineering Co-ordination.

Document Management System (DMS).

Product Specification and Drawing Management with version
control .

Integration with EDAS ( Engineering Digital Archival System ).

Completion Schedules from BOM.

Customer Documentation .

Project Documentation.

Design interface Documentation.

Change Management.

Drawing number/Product specification number generation.
SAP QM Module :

Quality Planning

Inspection

Quality Control

Certificates & Notifications
ABAP/BI Developments : ABAP/BI Reports and Developments that are
identified for addressing the user requirements are In Scope.
Data Migration : Legacy data conversion management for all relevant
transaction and master data involved.
DMS :Migration of existing DMS (Document Management System)
Name:
Signature: with Date:
Company Seal
4
.
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
Exclusions from Scope:

Integration with CAD / CAM, Engineering drawings and other
specialized products

Implementation
or
Integration
of
PDM
(Product
Data
Management)

Implementation of my SAP components like CRM, APO.

Local Area Network : The rollout of the LAN is out of Scope

Wide Area Network : The rollout of the WAN is out of Scope

Licenses / Hardware : It is intended to use existing licenses
and hardware. Therefore, new licenses and hardware
procurement is out of scope for this project.
2.
Note:
1. The project language is English and all project documentation will be in
English.
2. The Bidders are expected to study the existing SAP client configuration
before bidding.
3. The project Implementation methodology will be based on SOLMAN
supplemented by tools, accelerators, and learning’s from previous
implementations, projects of similar nature.
4. The project implementation schedule is 3 months from the date of
Letter of Intent to vendor.
5. The signed off Business Blue print will form the basis for the SAP
solution. The parties authorized to sign off the business blue print
would include but not limited to the BHEL Business Process Owner &
Solution Architect; who would form the over-arching change board.
Sign Off parties would be determined during the Project Preparation
phase.
6. BHEL would provide detailed organizational structure during the
project preparation phase.
7. Network
connectivity: It is intended to use existing network
connectivity.
8. ABAP/BI Developments : The vendor will have to identify and modify
the existing/New ABAP/BI developments to suit the new design / user
requirements.
Name:
Signature: with Date:
Company Seal
5
.
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
9. BHEL functional / domain experts will extend necessary support.
3.
Implementation Strategy:
The total project implementation shall be completed in all respects as per
scope in a time period of Three months from LOI.
Program Phases:
The major milestones and timelines of the Project are:

Project preparation

Business blueprint

Realization

Final preparation

Documentation

Go live

Post Go-Live Support & Training
B. Bidder / Implementer Qualification Criteria:
(Provide documentary evidence wherever required in support of Bidder's response)
4.
Bidder’s
Compliance
Yes / No
The Bidder should be an Organization registered under the
Companies Act 1956 and should have registered office in
India.
(Registration certificate to be enclosed)
5.
The Bidder should be an organization of repute in operation
for the last 5 years as on 31-03-2011 in India with its core
operation being IT consulting services. (Registration certificate
to be enclosed)
6.
The bidder must have a minimum turnover of Rs.500 crores
for all the last 3 financial years put together from IT consulting
services as revealed by audited annual account. (Annual
Audited reports for 3 years 2008-09, 2009-2010, 2010-2011 to
be attached)
7.
The bidder should have a well established presence in India
with an installed base to implement and support the SAP
Name:
Signature: with Date:
Company Seal
6
Bidder’s
Remarks
.
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
through-out the life time, including the ability to provide timely
response and service to BHEL. (Declaration letter from the
company signed by authorized signatory is to be attached)
8.
The bidder should be SAP Global Services partner with
experience of having executed at least three SAP
assignments with customers of this nature. (SAP Global
Services Partnership Certificate, Copies of Project Completion
certificate from the customers are to be attached)
9.
The bidder must have at least 500 SAP consultants on its rolls
as on 31st March 2011 in India. (Declaration letter from the
company signed by authorized signatory is to be attached)
10.
The bidder should be CMMi level 5 and ISO 9001:2008
certified organization. The certificate should be valid on the
date of submission. (Copy of CMMi level 5 certificate to be
attached.)
C. General Criteria
11.
Bidder’s
Compliance
Yes / No
The vendor’s proposal is central to the evaluation and
selection process. Therefore, it is important that the vendor
carefully prepares the proposal and responds. The quality of
the response will be viewed as an indicator of vendor’s
business capability.
12.
A single prime vendor must respond to the RFP and take
responsibility for the entire project. No subcontracting is
allowed.
13.
A duly authorized corporate official legally capable of binding
the vendor must sign the proposal. (Power of attorney/board
resolution to the signatory should be attached.)
14.
False and Misleading statements: If any information provided
by the respondent is found to be inaccurate at any stage of the
selection process, BHEL may, at its discretion, reject the offer
Name:
Signature: with Date:
Company Seal
7
Bidder’s
Remarks
.
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
of the respondent and no correspondence will be entertained
in this regard. Submission of wrong and/or false information
may also disqualify the POTENTIAL IMPLEMENTER from any
future work from BHEL.
15.
Clarifications on this RFP: BHEL reserves the right to obtain
clarification on any point in an implementer’s response to this
RFP or to obtain additional information necessary to properly
evaluate. Failure of an implementer to respond to such a
request for additional information or clarification within the time
specified may result in rejection of implementer’s proposal.
16.
Minimum Level of resources:
Implementer is expected to deploy senior resources who meet
the minimum level as indicated below.
Resource
Project Manager
Solution Architect - SAP
Integration
Data Migration &
Cutover Manager
Functional Consultants
(Min. one per module)
ABAP/BI Developer
Basis
17.
Total Exp
Level
(Years)
SAP
Experience
(Years)
Min.
No. of
resource
Domain
Experience
(Years)
15
8
7
12
8
7
12
6
6
8
8
8
6
6
6
4
3
4
1
1
1
6
2
1
Implementer has to enter into a non-disclosure agreement with
the Company and also a contract for implementing the
application.
18.
The implementer should also indicate the size of the proposed
implementation team for BHEL and also a brief resume of the
consultants that they plan to depute for this assignment. This
should be submitted along with the proposal.
19.
Expenses for responses: Potential Implementer is solely
responsible for their expenses, if any, in preparing a response
to this Request for Proposal. This would include any costs
Name:
Signature: with Date:
Company Seal
8
.
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
incurred during initial presentation or subsequent negotiations.
D. Techno-Commercial Terms and Conditions
Bidder’s
Compliance
Yes / No
Bidder’s
Remarks
Bidder’s
Compliance
Yes / No
Bidder’s
Remarks
20. The offer should be valid for 180 days from date of opening of Price bid.
21. Implementation shall be completed in 3 Months from date of LOI (Letter Of
Intent). Penalty will be levied in case of delays @ ½ % per week of delay or
part there of, of total contract value, subject to a maximum of 10%.
In case of non acceptance of the above, offer will be loaded proportionately,
only for the purpose of evaluation.
22. Bidder has to give acceptance to finalization of tender through Reverse
Auction, other wise offer will not be considered. (Enclose Acceptance letter)
23. The Bidder shall submit the proposed plan of execution and the methodology
to execute the plan at the time of bid submission. (Document to be
submitted.)
E. Termination of Order and Consequences
24. BHEL reserves the right to terminate the order/contract, upon situations
arising due to non-compliance of contract Terms & Conditions by the bidder,
at the risk and cost of the Bidder.
25. In case of the contract termination, Bidder shall remove the resource from
BHEL premises at his own risk and cost after due permission from BHEL
within a month of serving notice in this respect.
26. ACCEPTANCE OF ORDER
Bidder shall submit Letter of acceptance for the LOI within two days and a
detailed contract will be signed subsequently.
27. PATENTS & TRADEMARKS
Bidder shall at all times indemnify BHEL against all claims which may be
made in respect of the Systems/goods/Software supplied, for infringement of
any right protected by patent, registration of designs or trademarks and
legality of usage of Software. In the event of any such claims being made
against BHEL, BHEL will inform the Bidder who shall at his own cost either
settle any such dispute or conduct any litigation that may arise there from.
28. Risk Purchase :
BHEL reserves the right to exercise ‘Risk Purchase’ option for
Implementation of the project, from any other source at the cost of the Bidder
in case there is delay of more than 3 months from the date of LOI.
29. Indemnity :
Bidder shall fully indemnify and keep indemnified BHEL against all claims
Name:
Signature: with Date:
Company Seal
9
.
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
which may be made in respect of the use of System/Software/Item(s)/services
supplied/rendered by the Bidder, for infringement of any rights protected by
patent, registration of designs or trademarks and legality of the Software.
All such claims in this regard will be settled as per Indian Laws.
In the event of any such claims being made against the BHEL, BHEL will
inform in writing to the Bidder who shall at his own risk and cost either settle
any such dispute or conduct any litigation that may arise there from.
30. Insurance:
Comprehensive insurance cover for all consultants deployed during the
currency of the contract, including any extended periods for implementation
as well as post go-live support that is mutually agreed in writing, shall be
taken by the Bidder at his own cost.
31. Confidentiality:
Bidder shall, at all times, undertake to maintain complete confidentiality of
all data, information, software, drawings & documents, etc. belonging to the
BHEL and also of the Systems, procedures, reports, input documents,
manuals, results and any other company documents discussed and/or
finalized during the course of execution of the order/contract
32. Arbitration :
In all cases of disputes emanating from and in references to this agreement
the matter shall be referred to the arbitration of the sole arbitration of the
Executive Director/ GM of BHEL, Hyderabad or any other person (including
an employee of BHEL, even though he had to deal with the matter relating to
this agreement in any manner) nominated by the said Executive Director
/GM to act as sole arbitrator. The arbitration shall be under ‘THE
ARBITRATION AND CONCILIATION ACT OF 1996’ and the rules there
under. The arbitrator may from time to times with the consent of the parties
enlarge the time for making and publishing the award
33. Withdrawal from the Contract :
In case the Bidder withdraws the offer submitted by him/her after it is
accepted by BHEL and fails to supply the goods/Services as per the terms
and conditions of the contract, or at any time repudiated the contract wholly
or in part, BHEL shall be at liberty to cancel the contract and to recover from
the bidder the extra cost and the other losses incidental to the breach of
contract by the bidder in addition to losing EMD and Security Deposit
already received by BHEL
34. In addition to the terms and Conditions mentioned in this document, General
Terms and Conditions in Annexure-II are to be accepted.
35. BHEL reserves the right to finalize the tender through Reverse Auction, as
per the Terms and Conditions of reverse auction is given in Annexure-IV.
Name:
Signature: with Date:
Company Seal
10
.
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
.
Annexure-II
General Terms and Conditions
1.
BIDDER TO INFORM HIMSELF FULLY:
1.1. The bidder shall closely peruse all the clauses, specifications and requirements and drawings etc.,
specified in the tender documents, and the offer made should be in accordance with these documents.
If bidder requires any clarification and additional information on any of the tender
documents/conditions, the bidder shall contact the BHEL Official inviting bids at the earliest.
1.2. Bidders are advised to study all the tender documents carefully and submit their offer and the Bidder
is obliged to honor the offer without any modifications. Any offer not meeting the
scope/specifications, terms, conditions, and any other clause specified in the tender documents shall
be liable to be rejected.
1.3. Vendor is required to submit an amount of Rs.1.5 Lakhs towards Earnest Money Deposit (EMD)
which shall be converted into Security Deposit in case the Vendor is awarded the contract. In case of
unsuccessful Vendors, EMD shall be refunded as per company policy. (Extracts enclosed)
2.
PROCEDURE FOR SUBMISSION OF BIDS
2.1 Tender documents may be obtained from Sr.DGM Purchase (CMM), Admin Building, 4th Floor,
BHEL, Ramachandrapuram, Hyderabad on payment of non-refundable document fee of Rs 5000/.
2.2
Tender documents can also be downloaded from www.bhel.com. Non-refundable document fee of
Rs.5000/- shall be paid along with the offer.
2.3
Mode of payment for Document fee and EMD: Cash deposit may be made at cash office, BHEL,
Ramachandrapuram, Hyderabad or as Demand Draft from any nationalized bank / scheduled bank,
drawn in favour of M/s Bharat Heavy Electricals Limited, Ramachandrapuram, Payable at
Hyderabad. Mode of Payment for EMD and Security Deposit : As per Guidelines enclosed
2.4 The Techno-Commercial bid and Price Bid shall be submitted through Hard copies or through Email
on or before 11:00 Hrs of the due date indicated in the tender notice. . In case , offer is submitted
through e-Mail, it is suggested that the bidder also submits Hard copies of the offer subsequently.
2.5 Offer shall be made in three parts in separate envelopes, as specified below.
Part-I: Documentation Fee and EMD
This part to verify the receipt of Documentation fee and EMD. The following document shall
be submitted in a separate envelope:
1. Demand Draft or cash receipt / copy of cash receipt for Rs 5,000/ towards Document fee
and Earnest Money Deposit (EMD) specified..
Please Note: Part-II of bid will be opened, only if the Part-I is satisfactory.
Name:
Signature: with Date:
Company Seal
11
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
.
Part-II: Techno-Commercial Bid
This part shall consist of the following documents in a separate envelope:
a. Technical offer by the bidder including literature/leaflets. The Scope, TechnoCommercial Terms and Conditions as per the format given in Annexure-I, duly signed by
Authorised signatory.
b. The General Terms and Conditions as given in Annexure-II, duly signed by Authorised
signatory.
c. Price Bid without price/values as per Annexure-III duly signed by Authorised signatory.
d. Proof / record of Bidder’s experience and qualifications criteria duly signed by the
Authorized signatory.
Part-III: Price Bid
This part shall consist of the following documents in a separate envelope:
a. Price Bid as per the format defined in Annexure-III. The prices shall be quoted in Indian
Rupees only.
b. Price Bid shall not contain any technical details and / or Techno-Commercial terms and
conditions.
c. BHEL reserves the right to finalize the Price Bids based on Reverse Auction procedure
for the Technically qualified Bidders. If BHEL decides not to go for Reverse Auction, the
original Price Bids will be opened for tender evaluation in respect of Technically
qualified Bidders only.
3.
MARKINGS ON THE ENVELOPE
3.1 The three part of the offer – Part-I, Part-II and Part-III – shall be submitted in separate envelopes
with bidder’s distinctive SEAL and super-scribed with the details given below:
PART-I:
1. Enquiry Number and Item Description for the Tender
2. Due Date for Opening of the Tender
3. “PART-I: DOCUMENTATION FEE and EMD”
PART-II:
1. Enquiry Number and Item Description for the Tender
2. Due Date for Opening of the Tender
3. “PART-II: TECHNO-COMMERCIAL BID”
PART-III:
1. Enquiry Number and Item Description for the Tender
2. Due Date for Opening of the Tender
3. “PART-III: PRICE BID”
Note: Un-sealed envelopes and envelopes not super-scribed as above will be liable to be
rejected.
Name:
Signature: with Date:
Company Seal
12
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
4.
.
BID SUBMISSION
4.1 Bids shall be addressed to the BHEL official as under, by designation and sent to the following
address on or before the tender due date:
Sr. Dy. General Manager, Purchase (CMM),
Admin Building, 4th Floor,
BHEL, RAMACHANDRAPURAM,
HYDERABAD – 502032.
Bids can also be dropped in tender box provided in Vendor Coordination (CMM purchase
department) on or before the tender due date. Bids can be submitted by post with due allowance for
postal delay. It is the sole responsibility of the vendor to deposit or arrange to deposit the Bids as
specified above and on or before the specified time and date It is to be noted that Bids received after
the specified time and date will not be considered and shall be summarily rejected.
4.2 Whosoever vendor desirous to send the offers (complete in all respects) on their risk through E-mail,
have to send the offers to the common email address: tenderbox@bhelhyd.co.in . The received email
offers will be printed by purchase coordination and put them in sealed covers under the signature of
the concerned official, as per conventional method for tender opening i.e. Techno-commercial Bids
and Price Bids shall be put into two separate covers. Superscribing enquiry no. and due date. Offers
sent to any other Email ID and incomplete offers shall not be considered for evaluation purpose.
5.
BID OPENING
5.1 PART-II (Techno-commercial bid) shall be opened on the due date and time as specified in
the Enquiry, satisfying the criteria in Part-I, in the presence of bidders/their authorized
representatives who may like to attend. Subsequently Part-III (Price Bid) shall be opened
only for such offers, which have qualified for PART-II.
5.2 In case of Price Bid opening, date and time of Price Bid (Part-III) opening shall be intimated to the
technically and commercially qualified bidders only.
5.3 Not more than two representatives will be permitted to be present for the tender opening.
5.4 No correspondence shall be entertained from the bidders after the opening of Price Bid(s).
5.5 Standard pre-printed conditions of the bidders attached to the offer will not be considered and only
those mentioned in the body of the offer will be considered.
5.6 Unsolicited bids shall not be entertained. Unsolicited revised Price Bids also, shall not be entertained
at any stage of the tendering process.
5.7 No Literature, Pamphlets other than what is relevant for the offer shall be enclosed. All such
enclosures shall be considered as unread and also will not be considered as part of the quotation.
5.8 Manufacturer's name, trade Mark or Patent No., if any, should be specified.
Name:
Signature: with Date:
Company Seal
13
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
6.
.
VALIDITY OF OFFER
6.1 The offer should be valid for 180 days from date of opening Price bid.
7.
LANGUAGE AND CORRECTIONS
7.1 The offer shall be in English only international numerals shall be used.
8.
ALTERATIONS, REJECTION OF BID AND OTHER CONDITIONS
8.1 BHEL reserves the right to reject the offer at any stage of the tender processing in the interest of the
BHEL.
8.2 Any format not properly filled, partially filled or not filled will make the bid liable for rejection.
Bidders are requested to note that all columns, rows and spaces provided to fill up the data must be
filled with relevant data without fail. In case any bidder fails to do so or fills up irrelevant data, BHEL
is not bound to seek clarifications on such items and will be free to reject the tender summarily.
8.3 No request for change in specifications, clauses of contract, Terms and Conditions etc shall be
entertained by BHEL under any circumstances.
8.4 Any clarification pertaining to this tender can be obtained from Sr. Dy. General Manager,
Purchase(CMM), BHEL, R.C.Puram, Hyderabad on all working days of BHEL between 14:00 Hrs
to 16:00 Hrs. Bidders are requested to seek appointment on telephone no. 040-23185127, prior to
visiting BHEL for seeking such clarifications.
8.5 The offer is liable to be rejected, if it is found that the Price Bid submitted is not in the format
prescribed.
8.6 If the bidder deliberately gives wrong information in his bid, BHEL reserves the right to reject such a
bid at any stage or to cancel the Order/Contract.
8.7 The vendor is required to quote for all the items specified in the Price Bid Format.( if any item is not
quoted, the vendor to write specifically not quoted.) If the Prices/Rates of one or more of the
enquired Items have not been quoted, the offer is liable to be rejected.
8.8 Non-compliance with any of the requirements and instructions of the Tender Enquiry may result in the
rejection of the bid.
9.
TENDER EVALUATION
9.1 The offers will be evaluated based on the Total delivered cost to BHEL for the entire scope of the
tender.
9.2
Prices should be indicated both in words as well as in figures. If there is a difference between price
quoted in words and figures or if there is any other price discrepancy, higher value(s) will be
considered for evaluation and lower values will be considered for ordering.
9.3
Offer with higher Experience/Credentials than what is required as per tender specifications, may be
accepted at no extra weightage or preference.
9.4
Contract or any part thereof shall not be sub-contracted, assigned or otherwise transferred without
prior written consent of BHEL.
9.5
Price of Optional items if any shall not be considered for Price comparison and evaluation, however
if BHEL decides to order for Optional items, it will be binding on the bidder.
Name:
Signature: with Date:
Company Seal
14
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
.
10. CHECKLIST OF FORMATS
(TO BE ATTACHED WITH TECHNO-COMMERCIAL BID (PART II) DULY FILLED BY THE BIDDER)
S No.
Annexure to be attached
Format
Whether
attached as per Attached
FORM
(Yes / No)
/Annexure
1
Scope, Terms & Conditions
Annexure-I
Yes/No
2
General Terms and Conditions
Annexure II
Yes/No
3
Price Bid format
Annexure III
Yes / No
4
Authorized SAP Implementation partner
certificate
5
No Deviation Certificate
FORM-A
Yes / No
6
Annual Financial Statement of Bidder
FORM-B
Yes / No
7
Details of major Executed projects with Order
copies.
FORM-E
Yes / No
8
Plan & methodology of project execution and Acceptance Test Plan
Yes / No
9
Acceptance for Reverse Auction Terms and
conditions
Yes / No
Name:
Signature: with Date:
Yes / No
Annexure-IV
Company Seal
15
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
FORM-A
NO DEVIATION CERTIFICATE
This is to certify that our offer is exactly in line with your tender enquiry no.___________
_________________________________________________ dated ____________. This is to
expressly certify that our offer contains no deviation either Technical or Commercial in either direct
or indirect form.
Signed By Authorized Signatory:
Name: ______________________________________________
Designation: _________________________________________
Organization: _________________________________________
Date & Place: _________________________________________
Phone/Fax/Mobile/Email: ________________________________
Stamp & Seal: _________________________________________
Place:
Date:
Name:
Signature: with Date:
Company Seal
16
.
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
.
FORM-B
FINACIAL STATEMENT OF BIDDER
Rs. In Lakhs
S.No.
Financial Year
1
2008-2009
2
2009-2010
3
2010-2011
Turnover
Net Profit
Total
Note: Audited reports to be submitted in support of above. For the year 2010-2011, if the audit
is not complete, financial statements signed by head of Finance and CEO should be submitted.
Place:
Signature with seal
Date:
Name:
Signature: with Date:
Company Seal
17
Tender Reference No: HY/PUR/CMM/SAP SERVICE/KP/11
.
FORM- C
DETAILS OF ORDERS EXECUTED
(As per Qualification Criteria)
S.No.
Organisation
Name &
Contact Person
details
Type of
Consultancy
Services
Provided
Turnover of
the
Organisation
in Rs. Lakhs
Start and End
Dates of
Project
Brief Details of
Project
Implemented with
documentary proof.
1
2
3
4
5
Place:
Signature with seal
Date:
Name:
Signature: with Date:
Company Seal
18
Download