draft specification - rajasthan · superintending engineer (it), jodhpur vidyut vitran nigam ltd,...

150
DRAFT SPECIFICATION Implementation of ERP (Enterprises Resource Planning) system on Commercially Off the Shelf (COTS) software in Jodhpur Discom Purchaser: Jodhpur Vidyut Vitran Nigam Limited Jodhpur Office of the Superintending Engineer (IT) Jodhpur Discom Jodhpur

Upload: others

Post on 07-Aug-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

1

DRAFT SPECIFICATION

Implementation of ERP (Enterprises

Resource Planning) system on

Commercially Off the Shelf (COTS) software

in Jodhpur Discom

Purchaser:

Jodhpur Vidyut Vitran Nigam Limited

Jodhpur

Office of the Superintending Engineer (IT)

Jodhpur Discom Jodhpur

Page 2: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

2

NOTICE INVITING TENDER

Notice Inviting Tender

Reference No: TN-10

Jodhpur Vidyut Vitran Nigam Ltd. [“JDVVNL”/ “Jodhpur Discom”] invites bids from

competent Agency for work of “Implementation of ERP (Enterprise Resource

Planning) System on Commercially Off the Shelf (COTS) software in Jodhpur

Discom”.

The system shall be built as per the specifications and to be made operational in a

defined time frame. Consequent upon built of the system, the vendor has to run the

system for 5 years. The contract period may further be extended upto 2 years as per

mutual agreement.

Mode of Bid Submission Online through e-Procurement/e-Tendering system at

http://eproc.rajasthan.gov.in

Tendering Authority

Superintending Engineer (IT)

Jodhpur Vidyut Vitran Nigam Ltd.

New power house,JODHPUR-302006.

Estimated cost of Project

(Approx.)

Rs. 42 Crs ( for 5 years)

Contact Persons

1) Umesh MathurSE (IT) -9413359049

2) N.K. Joshi (XEN IT) -9413359854

Submission of Banker‟s

Cheque/ Demand Draft for

Tender Document Fee

(including GST @ 18%),

in favour of AO(CPC),

JDVVNL, Jodhpur (non-

refundable), payable at

Jodhpur,

Rajasthan

Rs: 5750/-. before 10.5.2018 upto 2 PM

Submission Demand Draft

for eTender Processing

Fee (including GST @

18%), in favour of M.D,

RISL payable at

Jaipur (non-refundable) )

in office of SE(IT), JDVVNL

Rs: 1180/- before 10.05.2018 upto 2 PM

Submission of Earnest

Money Deposit (EMD) in

office of SE(IT), JDVVNL,

Jodhpur in the form of

Rs. 80 lakhs before 10.05.2018 upto 2 PM

Page 3: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

3

Bank Guarantee (B.G.)

Publishing Date/Time 05.04.2018 at 5.00 pm

Last date of receipt of

clarification/queries

**

Within 20 days from date of uploading of tender document

Submission Date for

Banker‟s Cheque/

Demand Draft / BG for

Tender Fee, EMD, and

Processing Fee.

The deadline for submission of these instruments is Bid

Submission Deadline. The Bidder can submit these

instruments before the deadline. The Bidder has to

submit the same in hard copy and attach the scan of

receipts with online bids.

Bid submission Last Date/

Time

10.05.2018 upto 2 PM

Date & Time of Opening of

Technical

Bids

10.05.2018 upto 3 PM

Date & Time of Opening of

Financial

Bids

To be intimated later

Websites for downloading

Tender Document,

Corrigendum‟s,

Addendums etc.

http://eproc.rajasthan.gov.in.http://www.Jodhpurdiscom.

com

Bid Validity& EMD Validity

Bid Validity:90 Days from the date of Financial Bid

Opening

EMD Validity: 180 days from date of Technical Bid

opening. If required, the same shall be requested to be

extended.

The prospective bidder should have the necessary competence, adequate financial

standing, sufficient experience, expertise as per Qualification Requirement detailed in

this document.

Page 4: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

4

BROAD SCOPE OF WORK:

To rollout an array of Capex and OPEX this shall comprise mainly the following:

a) Implementation of ERP Solution on Commercially Off the Shelf ( COTS) Software

with following modules:

(i) Finance and Accounts

(ii) Human Resource Management including Self Service for executive

category of officials and payroll for all JDVVNL‟s Employees

(iii) Materials (Purchase and Stores)

(iv) Project Management

b) Be based on a Cloud platform with business applications in the cloud. The

services offered under this bid shall be on fixed monthly charges basis. There

shall be proven enterprise cloud security, built in the system. The cloud

computing shall be elasticity, affordability, availability and simplicity.

c) Use only standard COTS ERP Software as per the requirements given in this

document.

d) Have Capability to Integrate with any existing and future systems on Industry

Standard data exchange mechanism.

e) Have security mechanisms inbuilt as per industry and standards and protocols.

f) Be supported by Manpower as listed in this RFP for Project implementation,

Maintenance and Support during tenure of Contract.

g) Detailed scope of work as per this document.

NOTE:

1. The bid shall only be submitted through online tendering system of

www.eproc.rajasthan.gov.in.

2. Bidders who wish to participate in this tender will have to register on

https://www.eproc.rajasthan.gov.in To participate in online tenders, Bidders will

have to procure Digital Signature Certificate (Type – II or Type – III) as per

Information Technology Act-2000 using which they can sign their electronic bids.

Bidders can procure the same from any CCA approved certifying agency i.e TCS,

Safecrypt, Ncode etc. or they may contact e-Procurement Cell, Department of IT

& C, Government of Rajasthan for future assistance. Bidders who already have a

valid Digital Certificate need not to procure a new Digital Certificate.

Contact No. 0141 – 4022688 (Help desk of RISL - 10.00 AM to 6.00 PM on all

working days)

E-mail: [email protected]

Address: e-Procurement Cell, RISL, Yojana Bhawan, Tilak Marg, C-Scheme,

Jaipur.

Page 5: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

5

3. Bidders should go through the website https://www.eproc.rajasthan.gov.inshould

refer to the website and go through the link “Help For Contractors”, “Information

About DSC”, “FAQ” and “Bidders Manual Kit” and Section-I to know the process

for submitting the electronic bids at the website.

4. The „Instructions to bidders‟ and other terms and conditions of this tender

pertaining to the bidding process generally follow the guidelines of e-tendering

system of the government of Rajasthan, available at URL

https://www.eproc.rajasthan.gov.in. However, wherever there is any anomaly

between the conditions referred to in this tender document and the GoR e-

tendering system, the latter shall be final.

5. The complete tender document has been published on the websites,

www.Jodhpurdiscom.comand https://www.eproc.rajasthan.gov.in for the purpose

of downloading.

6. The downloaded tender document shall be considered valid for participation in the

bid process subject to submission of required Tender fees, e-Tender Processing

Fee& EMD as mentioned in the NIT Section table. A copy of receipt of the tender

fees, e-Tender Processing Fees & EMD must be enclosed along with the Technical

bid/ proposal failing which the bid will be summarily rejected. The last date of

submission of these Original instruments is mentioned in the NIT Table. The

Bidder must take due care in submitting the instruments and collecting receipts

from Jodhpur Discom so that the Originals are submitted in hard copy and receipt

scans are uploaded with the Technical Bid, before the Bid Submission Deadline.

7. All the communication/ correspondence including the bid document (Technical

and Financial Bid) should be signed digitally by the Bidder. The Technical and

Financial Bid which is uploaded on e proc portal must be signed and stamped on

each relevant page by the designated Authorized Representative of the bidder.

The name, designation and authority of the designated Authorized Representative

of the Bidder shall be stated in the Bid.

8. No contractual obligation whatsoever shall arise from the tender

document/bidding process unless and until a formal contract is signed and

executed between the purchaser and the successful bidder(s).

9. JDVVNL disclaims any factual/ or any other errors in this tender document (the

onus is purely on the individual bidders to verify such information) and the

information provided herein are intended only to help the bidders to prepare a

logical bids.

10. Bids will be considered only in the prescribed manner. Bids not submitted in the

prescribed format will be summarily rejected without further evaluation.

11. Copies of various documents to be enclosed along with the bids must be legible

and be self-attested by the authorized signatory with official seal. Claims made by

bidder related to the project experience and other requirements shall be

considered only when appropriate supporting documents are provided.

12. All the communication/correspondence including the Bid (Technical and Financial

Bid) must be signed and stamped on each page by the designated Authorized

Representative of the bidder failing which the bid will be summarily rejected.

13. The Bids can be submitted up to date and time given as specified in the NIT

Table.

Page 6: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

6

14. The complete bidding process is defined in the tender document.

15. In case, a bidder imposes conditions which are in addition or at variance or in

conflict with the terms and conditions as specified in this tender document, all

such bids will be summarily rejected.

16. Tendering Authority reserves the complete right to accept or reject in part or full

any or all the bids without assigning any reasons whatsoever. No further

discussion/ interaction will be held with the bidders whose bids have been

disqualified/ rejected by the tendering authority.

17. In case, a dispute arises with regard to interpretation/ omission/ error in this

tender document, bid submitted, other documents; the decision of SE (IT),

JDVVNL, JODHPUR will be final and binding upon the bidders.

18. Interested bidders may obtain further information from the office of The

Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New

power house , Jodhpur on any working day 10.04.2018 to 10.05.2018

between 10:00 AM to 5:00 PM.

Superintending Engineer (IT)

Jodhpur Vidyut Vitran Nigam Ltd. New

power house,JODHPUR-302006.

Page 7: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

7

TABLE OF CONTENTS

NOTICE INVITING TENDER ............................................................................................................................................. 2

TABLE OF CONTENTS ..................................................................................................................................................... 7

SECTION – I INTRODUCTION & OBJECTIVE .................................................................................................................... 9

SECTION-II QUALIFICATION REQUIREMENTS (QR) ...................................................................................................... 10

SECTION –III INSTRUCTION TO BIDDER ...................................................................................................................... 14

SECTION-IV TERMS & CONDITIONS ............................................................................................................................. 27

SECTION – V DETAILED SCOPE OF WORK .................................................................................................................... 44

SECTION VI FUNCTIONAL REQUIREMENT.................................................................................................................. 103

SECTION VII TECHNICAL COMPLIANCE ...................................................................................................................... 105

SECTION VI ANNEXURES COVERING FORMATS OF SUBMISSION OFBIDS ................................................................. 124

ANNEXURE 1 FORMAT FOR COVERING LETTER OF BID ............................................................................................. 124

ANNEXURE – 2: GENERAL PROFILE OF THE BIDDER .................................................................................................. 127

ANNEXURE – 3: FINANCIAL CAPABILITIES.................................................................................................................. 129

ANNEXURE–4 DETAILS & DESIGN OF THE PROPOSED ERP SYSTEM ....................................................................... 130

ANNEXURE – 5: PROPOSED HARDWARE AND OTHER INFRA (BILLOF MATERIAL) .................................................... 131

ANNEXURE – 6: SCHEDULE OF DEVIATIONS .............................................................................................................. 132

ANNEXURE – 7:CONFIRMATION OF “NO DEVIATION” INTECHNICAL / COMMERCIAL TERMS AND

CONDITIONS OF THISTENDER ................................................................................................................................... 133

ANNEXURE – 8: PROJECT IMPLEMENTATION PLAN .................................................................................................. 134

ANNEXURE-9 : SYSTEM COMPLIANCE SHEET ............................................................................................................ 135

ANNEXURE-10: UNDERTKAING FOR VARIOUS INFORMATIONFURNISHED ............................................................... 136

ANNEXURE-11: BIDDERS‟S AUTHORIZATION CERTIFICATE ....................................................................................... 136

ANNEXURE 12: POWER OF ATTORNEY IN FAVOUR OF AUTHORIZEDSIGNATORY OF THE BIDDERError! Bookmark not defined.

ANNEXURE 13: FORMAT OF BANK GUARANTEE FOR EMD ....................................................................................... 138

ANNEXURE 14: FORMAT OF BANK GUARANTEE FOR PERFORMANCESECURITY ...................................................... 142

ANNEXURE-15: SELF DECLARATION-NO BLACKLISTING ............................................................................................ 143

Page 8: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

8

ANNEXURE-16: QUALIFICATION REQUIREMENT ....................................................................................................... 145

ANNEXURE-17: FORMAT FOR FINANCIAL BID SUBMISSION .......................................................... 0

Page 9: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

9

SECTION – I INTRODUCTION & OBJECTIVE

JODHPUR VIDYUT VITRAN NIGAM LIMITED (Jodhpur Discom) is an undertaking of

Government of Rajasthan engaged in distribution and supply of electricity in the

jurisdiction of Jodhpur Discom which comprises of 12 Circles as under.

S.No. Name

of

Discom

Zonal Offices O&M Circles Approximate Number of offices

1. Jodhpur

Discom

3 Nos. :

Jodhpur,

Barmer &

Bikaner

12 Circles: Jodhpur City,

Jodhpur District, Barmer,

Jalore, Pali, Sirohi,

Jaiselmer, Hanumangarh,

Sri Ganganagar, Churu,

Bikaner (CC), Bikaner (DC)

160

The invitation to Bid is for “Implementation of ERP (Enterprise Resource Planning)

System on Commercially Off the Shelf (COTS) software in Jodhpur Discom” that

are being procured through this RFP, initially in Jodhpur Discom.

The post implementation support for implemented ERP System shall be for 5 years

period.

The Bidders are advised to study the tender document carefully. Submission of Bids shall

be deemed to have been done after careful study and examination of the tender

document with full understanding of its implications.

General Information of Bid:

i. The Bidder, while submission of the Bids, has to ensure that, all the pages of the

Bids are signed by the competent authority and also all the pages are numbered

and properly indexed. Jodhpur Discom clarified that-the Bid of those bidders,

who do not fulfil the requirements, shall be considered as disqualified.

ii. If any bidder fails to fulfil the Qualification Requirement (QR), his bid will be

treated as non-responsive and no further correspondence/clarification will be

taken into consideration for the same.

iii. Merely meeting the qualification requirements does not indicate that the Bidders

shall be short listed for opening of financial bid. The technical solution proposed

by the Bidder must commensurate with the requirements laid down in the Tender

document.

iv. The short listing shall be made considering all the technical parameters furnished

by the bidder along with the technical offer.

Page 10: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

10

v. Qualification will be assessed upon meeting all the qualification criteria regarding

the applicant’s general and particular experience, personnel capabilities,

infrastructure availability, financial position, system proposed, methodology and

plans to be adopted as detailed in the Bidder’s Technical Bid.

SECTION-II QUALIFICATION REQUIREMENTS (QR)

The Bidder must possess following credentials prescribed as Pre-Qualification Criteria. If

any bidder fails to fulfil the Qualification Requirement (QR), his bid will be treated as

non-responsive and no further correspondence/clarification will be taken into

consideration for the same.

The bid shall be submitted by a individual bidder or by a consortium of maximum 2

members.

The Bidder (referred as SI-Lead) and the 2nd consortium member (in case of a

consortium; referred as SI-2nd) should meet the QR as mentioned below:

No Qualification Details Documents

1. Average Annual Turnover

fromlast three years should

not be less than Rs.

150 Crores.

In case of a consortium,

the consortium as a whole

(SI-Lead and SI-2nd

combined) should meet

this requirement of

turnover, with SI-Lead

meeting minimum 90%

out of this.

CA Certificate and

the certified

balance sheets.

2. Net Worth for the each of

the last three Financial

Years should be positive. In

case of a consortium, both

the SI-Lead and SI-2nd

should have positive net

worth in last three audited

financial years.

“Net-worth‟ shall be as per

RBI Guidelines.

CA Certificate

3. The SI should have at least

CMM/CMMI level 3 or above

certification.

In case of a consortium,

this requirement needs to

be met by the SI-Lead.

Certificate issued

by SEI/CMMI

institute.

4. The bidder must have a

minimum of 500 full time

resources. Additionally,

bidder must have at least 5

OEM certified resources of

each proposed module of

the ERP product.

In case of a consortium,

the requirement may be

met jointly by SI-Lead and

the SI-2nd.

Self-Declaration

Page 11: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

11

5. The Bidder should have

been in the IT / Software

services for the last 3

years. Further, the bidder

should have at least 3

ERP/e-Governance Projects

of the globally out of which

at least 2 project should be

for any government

organisation in India that is

operational on the date of

submission of bid.

The Bidder must have

implemented / under

implementation at least

one ERP project costing

not less than the amount

equal10 Crore to 80% of

the estimated cost or two

ERP projects each costing

not less than 5 Crore.

Further, bidder must have

one ERP order includes following-

must have been implemented in PSU or Govt.

Organization in India.

• At least one number of

the offered ERP

product shall have

more than 100 users

base

• At least 4 modules out

of following functions /

modules of the

ERP Product must

have been

implemented (in single

project or jointly in

above two referred

projects) -

a) FICO or equivalent

b) MM or equivalent

c) HR or equivalent

d) Payroll

e) Project Management

or equivalent

In case of a consortium,

the requirement may be

met jointly by SI-Lead and

the SI-2nd .

Work Award &

Performance

certificates.

Page 12: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

12

6. Bidder should be authorized

system integrator /

implementation partner of

the offered ERP product for

sale, support and services

of the offered ERP Product.

In case of Consortium, the

requirement may be met

by any one SI

Letter from OEM of

ERP product

Qualifying Requirements for SI-2nd

No. Description Documents to be

submitted

1. The bidder shall be a registered company in India

under the Indian Companies Act.

Certificate of Incorporation

along with MOA & AOA

2. The SI-2nd should have implemented System

Integration two projects at DISCOMS in India

involving deployment of Software, Training,

Support, Hardware Deployment, On Site support

manpower, Deployment of application on

cloud/data centers in the last 3 years out of

which at least one project should be live as on

the date of tender.

Work Orders and

Performance Certificates

3. The SI-2nd shall be ISO 9001:2008 certified, ISO

27001:2013 for Information Security

Management & ISO 2000-1:2013 for IT Service

Delivery.

Certificates

4. The Minimum Average Annual Turnover (MAAT)

for best three years out of last five financial years

of the bidder should not be less than Rs. 30

Crores.

CA certificate along with the

balance sheets

5. The net worth of the bidder shall be positive

during the last 3 financial years

CA certificate along with the

balance sheets

6. The bidder must have a minimum of 50 full time

resources involved in Project Management,

Delivery, Support etc.

Self-declaration along with

the PF/ESI details.

NOTE: - In case of non-furnishing of requisite document along with the bid, the bid will be

considered as non-responsive and bid may be summarily rejected.

Page 13: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

13

Qualifying Requirements for OEM product

S

.

N

o

Particulars Eligibility Criteria Proof /

Documents

Required

1 Company

profile of

ERP Product

OEM

The OEM - company must

have a global presence and

turnover of more than of Rs.

1,000 crores per year

worldwide in last the last three

years and profit making

business in last three years.

Financial

Statements

for last three

Financial

Years /OEM

Self –

Certificate

from

authorized

signatory /

Published

Document

Stating

Turnover

2 Presence in

India

The OEM should be a

registered company in India.

Published

Document

with

Supporting

Document/

Certificate of

Incorporation

from ROC

3 Presence in

PSU/Govern

ment

Departments

(State or

Central) /

Indian

Industries.

The OEM should have at least

3 references in PSU/

Government (State or Central)

Departments in India, , each

having more than 100 users

using this application.

Customer

Reference

List along

with OEM

Self

Certification

/

PubicCitation

s

4 Implementat

ion by

Partners in

Govt./PSU

OEM should have at least five

implementations through

partners in Govt. / PSU.

Completion

Certificates /

OEM Self-

Certification

5 R&D,

Training

&Support

facilities in

India

The OEM should have a

At least 5,000 (five thousand)

manpower in India

24x7 support,

Development and Support Centre

in India

OEM Self-

Certificate

with details /

Published

Document

Page 14: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

14

S

.

N

o

Particulars Eligibility Criteria Proof /

Documents

Required

Training facilities In India.

.

for support

center,

Training

Facility and

R&D facility

in India. OEM

certificate for

number of

manpower

employed in

India.

7 Implementat

ion Partners

OEM should have at least 10

partners in India.

OEM Self-

Certification

SECTION –III INSTRUCTION TO BIDDER

1. GENERAL INSTRUCTIONS

1.1. Tendering authority will receive bids in respect of services as set forth in

the accompanying Tender document.

1.2. All bids shall be prepared and submitted in accordance with terms and

conditions of this Tender Document.

1.3. The Bidder, in his own interest is requested to read very carefully these

instructions and the terms and conditions as incorporated in General

Conditions of Contract and Technical specification before filling and

submitting the Bids.

1.4. If the bidder has any doubt as to the meaning of any provisions or any

portion thereof, he shall before submitting the Bid, may refer the same to

the Tendering Authority in writing, well in time before the specified date of

opening of Bids so that such doubts may be clarified.

1.5. Submission of the Bid shall be deemed to be the conclusive proof of the

fact that the Bidder has acquainted himself and is in agreement with all

the instructions, terms and conditions governing this Tender document

unless otherwise specifically indicated/ commented by him in his Bid.

1.6. Bids submitted after the time and date fixed for receipt of bids as set out

in the invitation to Bid shall be rejected and returned to the bidders.

1.7. The works referred herein shall cover the entire scope of the proposal

which include commissioning and erection of equipment including the

Page 15: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

15

successful completion of performance and guarantee tests which the

Discom desires to get executed.

2. FIELD CONDITIONS

2.1. The geographical conditions of the Jodhpur Discom are not same and have

different terrain. The details of the area covered are mentioned in the

table at the Introduction Section.

2.2. The bidder may in its own interest, before submitting the bid, inspect and

examine the area involved and satisfy it regarding the existing system.

2.3. For ascertaining the existing system, condition‟s etc., the agency may

contact the Tendering Authority.

2.4. No claim from Bidder or Agency for change in the bid or terms & conditions

of the contract shall be entertained on the ground that the conditions are

different than what were contemplated by them at the time of submitting

the bids.

3. SUCCESSFUL IMPLEMENTATION AND GOOD PERFORMANCE

Any work if specifically not mentioned but reasonably implied for the successful

implementation and good performance of the proposed work is deemed to be

included and has to be executed within the ordered price.

4. PREPARATION OF BIDDING DOCUMENT

4.1. EARNEST MONEY DEPOSIT (EMD):

a. The Bidder shall furnish EMD as per the provisions mentioned in the table

of NIT section. Bank Guarantee shall be payable as per prescribed format

.The EMD is for entire Bid.

b. The Bidder shall deposit the EMD in above said format to the Office of

SE(IT), JDVVNL, Jodhpur within the stipulated date & time, and obtain a

receipt.

c. Any Bid not accompanied by a copy of the receipt for depositing EMD shall

be rejected and the Bid will not be opened.

d. In case of unsuccessful Bidders, the EMD will be refunded on production of

the original receipt within 15 working days after signing of Contract by

each Discom.

e. Adjustments/proposals for acceptance of EMD, if any, already lying with

the Discom in connection with some other bids/orders shall not be

entertained. Also, the Discom will not adjust the EMD under this tender

with the previous dues of bidder if any.

f. No interest shall be payable on EMD.

g. Jodhpur Discom reserves the right to forfeit EMD or a part thereof in

circumstance, if the bidder is not earnest in accepting/executing any order

placed under this Tender document.

Page 16: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

16

4.2.TENDER DOCUMENT FEE & TENDER PROCESSING FEE

The bidders are permitted to download the bid document from websites

https://www.eproc.rajasthan.gov.in,www.Jodhpurdiscom.combut must pay

the cost of Tender document fee and e-Tender processing fee as

mentioned in NIT table within the stipulated date & time and obtain

acknowledgement thereof. Such tender processing fee shall be sent to

RISL by office of SE(IT), Jodhpur

5. CLARIFICATIONS AND AMENDMENTS & DEVIATION FROM TENDER

DOCUMENT

5.1. CLARIFICATIONS TO THE TENDER DOCUMENT

5.1.1 If the prospective bidder has any doubts as to the meaning of any

portion of the draft Tender document, he can raise the same to the

tendering authority i.e. SE(IT) JDVVNL, Jodhpur on any working

dayupto 25.04.18 between 10.00 AM to 6 PM.

5.1.2 Verbal clarifications and information given by the Discom or his

employee(s) or his representative(s) shall not in any way be binding

on the JDVVNL.

5.1.3 The bidder is required to carefully examine the Terms &

Conditionsincluding specifications of this Tender document and fully

informhimself as to all the terms and conditions which may in any

wayaffect the Work or the cost involved thereof.

5.2. CLARIFICATIONS TO THE BID

5.2.1 To assist in the examination, evaluation, comparison and post

qualification of the bids, the Tendering Authority may, at its

discretion, ask any bidder for a clarification of his bid. The Tendering

Authority’s request for clarification and the response shall be in

writing or e-mail of the Authorized Signatory of the Bidder.

5.2.2 Any clarification submitted by a bidder with regard to his bid that

isnot in response to a request by the Tendering Authority shall not

be considered.

5.2.3 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 tendering authority in the evaluation of the

Bids

5.3. AMENDMENT OF TENDER DOCUMENT

5.4.1At any time prior to the deadline for submission of the Bids, if the

Tendering Authority deemed it necessary to amend the Tender

document, it shall do so by issuing appropriate

Corrigendum/Addendum.

5.4.2Any Corrigendum/Addendum issued shall be a part of the Tender

document and shall be published on the website of Jodhpur Discom

& e-proc portal.

Page 17: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

17

5.4.3To give prospective Bidders reasonable time to take a

Corrigendum/Addendum into account in preparing their Bids, the

tendering authority may, at its discretion, extend the deadline for

the submission of the Bids.

5.4.4Any change in date of submission and opening of bids would be

published through News Papers, Jodhpur Discom‟s website and e-

proc portal.

5.4. DEVIATION FROM BID DOCUMENTS

5.4.1The bidder should comply all requirements set out in the bidding

document and NO TECHNICAL and COMMERCIAL Deviation shall be

entertained.

5.4.2The Bids with Deviation from the requirement laid down in this

document shall be considered as NON Responsive.

The offer must have “No Deviation‟ certificate as per bid document.

6 SUBMISSION AND OPENING OF BIDS

6.1 COST OF BIDDING

The Bidder shall bear all the risks and costs associated with the preparation

and submission of its Bid, and the Tendering Authority shall not be

responsible or liable for those risks and costs, regardless of the conduct or

outcome of the bidding process.

6.2 LANGUAGE OF BIDS

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

exchanged by the Bidder and the Tendering Authority, shall be written only

in English Language. 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.

6.3 BIDS ARE TO BE SUBMITTED IN TWO PARTS

6.3.1The Bid shall be submitted within the specified time on

https://www.eproc.rajasthan.gov.inin electronic format in the

following manner:

6.3.2Part- A (Technical Bid): will contain

a) Cover 1: Fees (to be uploaded in pdf format)

(i) Copy of receipt of submission of Tender document fees

(ii) Copy of receipt of submission of Tender processing fee

(iii) Copy of receipt of submission of EMD (DD & BG)

b) Cover 2: Techno-Commercial Bid (to be uploaded in pdf

format):

(i) Complete Technical Bid comprising information in specified

formats and schedules (Except the price schedule) including

details & design of the proposed system(s) to meet out the

work requirement together with its capabilities.

Page 18: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

18

(ii) Supporting documents to ascertain the eligibility /

qualification as per the QR requirements of this tender The

Tendering Authority may require any bidder to furnish the

documents in original or copy duly attested by Notary as the

case may be for verification, in physical form on short notice

of three working days.

6.3.3Part- B (Financial Bid): will contain the Financial Bid for carrying out

the scope of work defined for this project. The Financial Bid is

submitted in excel file of BOQ. The Financial Bid will be opened only

for the Bidders shortlisted on the basis of Technical Bid. The date of

opening of such Financial Bids will be intimated on the eproc website

6.4SUBMISSION OF PROPOSALS

6.4.1Bidder shall submit their bid in electronic format, which shall be

digitally signed and further signed &stamped on each page by the

designated authorized representative of the Bidder. Bidder shall

procure Digital Signature Certificate (DSC) as per the provisions

mentioned in Note 2 of the NIT table.

6.4.2Physical submission of bids is not allowed. If asked by Tendering

Authority he bidder is required to submit original technical bid in

hardcopy which shall be the exact replica of online bid submitted. In

case of any discrepancy between online and hardcopy Bid, the Bid

submitted online shall prevail.

6.5FILLING OF BIDS

6.5.1Bids shall be submitted on e-portal with the formats and schedules given in

the Tender document duly filled in. The completed formats and schedules

shall be considered as part of the contract documents in case the same

Bidder becomes Successful Bidder. The Bids which are not in conformity to

the schedules and formats of the Tender document, may not be

considered.

6.5.2No alteration should be made to the format and schedules of the tender

document. The Bidder must comply entirely with the Tender document.

6.5.3Tender should be filled in only with ink or typed and must be submitted

online after signing digitally.

6.5.4All additions, alterations and over-writing in the bid must be clearly signed

by the authorized representative of the bidder otherwise bid shall be

summarily rejected.

6.5.5The bidder must quote the prices strictly in the manner as indicated herein,

failing which bid is liable for rejection. The rate/prices shall be entered in

words as well as in figures. These must not contain any additions,

alterations, over-writing, cuttings or corrections and any other marking

which leave any doubt and further may result in rejection of such Bid.

6.5.6The Tendering Authority will not be responsible to accept any cost involved

in the preparation or submission of bids.

Page 19: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

19

6.5.7All bids and accompanying documents shall be addressed to Jodhpur

Discom.

6.6ALTERNATIVE BIDS

Alternative bids shall not be considered at all.

6.7 BID PRICES

6.7.1 All the prices should be quoted only in Indian Rupees (INR) Currency.

6.7.2 The prices quoted in BOQ.xls should be exclusive of service tax / GST

and other government levies as applicable The present rates of

applicable taxes shall be indicated by the bidder in its Bid, which is

subject to statuary variation and shall be borne by Discom..

6.7.3 The bidder will furnish the break-up of the quoted price in Financial Bid

according to the Annexure 17, indicating rate and type of each tax

clearly, as per the rates prevailing within 7 days before the bid date.

Any statuary variation and imposing of new tax by government

subsequent to bid submission/currency of Contract shall be on Discom

account.

6.7.4 The quantity of total no. of consumers mentioned in respective circle is

on average basis and may increase or decrease. However the payment

shall be made as per the actual no of consumers in the database at the

end of the month for which system generated report shall be

submitted.

7 PERIOD OF VALIDITY OF BIDS

7.1 The bid validity period is provided in the table mentioned in the NIT section.

Bids mentioning a shorter validity period than specified are likely to be

summarily rejected.

7.2 Tendering Authority may ask for extension in validity period. The Bidder will be

at liberty to accept it or not. In case Bidder agrees to extend the validity period

without changing his original offer, he will be required to extend validity period

of the Bank Guarantee submitted against the EMD suitably.

8 SIGNATURE OF BIDDER

8.1 The bid must contain the name, address and place of business of the Bidder

and must be signed and sealed by the designated Authorized Representative of

the Bidder. The name of such person should also be typed or printed below the

signature.

8.2 Bid by a partnership firm must be furnished with full names of all partners.

8.3 Bids by corporation/ company must be signed by the Authorized representative

of the Bidder with the legal name of the corporation/ company.

8.4 Satisfactory evidence of authority (Power of Attorney) of the person signing on

behalf of the Bidder shall be furnished with the bid.

8.5 The Bidder's name stated on the proposal shall be exact legal name of the

firm.

8.6 Bids not conforming to the above requirements of signing shall be disqualified.

Page 20: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

20

9 DELAY IN BID SUBMISSION

The tendering authority shall not consider any bid that arrives after the

deadline for submission of bids as indicated in the NIT. Any bid received by the

tendering authority after the deadline for submission of bids shall not be

accepted.

10 RECEIPT OF BIDS

Bids shall only be received throughhttps://www.eproc.rajasthan.gov.inwebsite.

11 WITHDRAWAL, SUBSTITUTION AND MODIFICATION OF BIDS

A Bidder may substitute or modify its bid after it has been submitted before

the deadline prescribed for submission of bids as per the e-tendering process

but bidder cannot withdraw his bid after submitting it once.

12 BID OPENING

(i) Jodhpur Discom shall perform the Bid opening at the specified place, date and

time in the presence of bidders or their authorized representatives who may

choose to be present.

(ii) Only the bids of those bidders who qualifies post the Technical Bid evaluation

shall be eligible for Financial Bid opening. The date and time of Financial Bid

opening to the technically qualified Bidders would be intimated later. The

bidder who has quoted lowest shall be termed as the successful bidder.

13 EVALUATION AND COMPARISON OF BIDS

13.1 Process of Evaluation of Bids

The Jodhpur Discom shall start the evaluation of Technical Bids as opened. The

authorized persons of the Purchaser shall evaluate the technical bid in terms of its

responsiveness to the terms and conditions of this Tender Document and Bidder‟s

capability to meet the Qualification Requirements. The Technical Bids which are

responsive and meet the qualification requirements of this Tender Document shall

be declared as Technically Qualified Bidders and shall be intimated accordingly

about the Financial Bid Opening. Only those Bidders which are technically

qualified shall be eligible for opening of Financial Bids

13.1.1 The evaluation of bids will be made in the following three stages:

1st stage: Qualification Requirement (part ”A‟)

All the received bids will be evaluated first on the basis of minimum qualification

requirement prescribed “Qualification Requirement” of this specification and on

the basis of adherence to conditions given in this document.

The bidders who meet all Qualification requirements laid in this section and

having NO Deviation in the Bid shall be evaluated further. The Bidders who are

found Non Responsive shall be intimated as per RTPP act.

The Bids of Bidders who qualifies 1st Stage shall be evaluated in 2nd Stage.

2nd stage: Technical Evaluation

Page 21: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

21

Technical details submitted by the bidders would be evaluated with respect to the

relevant documents substantiating the details provided in the schedules and

annexure.

Following points will be considered for technical evaluation.

1. The approach & methodology

2. Experience of the key professionals

3. Details of hardware, software functionalities of Solution Offered.

4. Integration methodology as per Industry Standards

5. The objective of evaluation of techno-commercial proposals is to ensure

that the bidder has the necessary competence to execute the project

successfully and timely.

6. Broad technical evaluation criteria are defined below.

7. Interoperability of System Chosen.

3rd Stage Financial Bid Evaluation (part “B‟)

The Financial Bids of the technically qualified Bidders shall be opened by

Tendering Authority on scheduled date, time & place to be notified on portal. The

Financial Bids which are opened shall be evaluated by the authorized persons of

the Purchaser for the responsiveness as per the terms & conditions of this tender

document and to ascertain minimum quoted prices.

13.1.4 The Purchaser will correct arithmetical errors during evaluation of Financial Bids

on the following basis:

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;

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

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 (1) and

(2) above.

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 (1) and (2)

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

Except as provided in sub-clauses (1) to (3) herein above, Tendering Authority

shall reject the Price Proposal if the same contains any other computational or

arithmetic discrepancy or error.

Page 22: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

22

If the Bidder does not accept the correction of errors, its Bid shall be disqualified

and its EMD shall be forfeited

13.1.5 The bids will be evaluated and awarded as per the evaluation criteria that “The

Bidders having lowest financial quote in the respective packages during Financial

Bid Evaluation shall be considered as the L1 Bidders”.

13.1.6 The EMD of the other technically qualified Bidders shall be returned within 15

working days from the date of signing of Contract by the Discom with the

successful Bidder.

13.2 CONFIDENTIALITY

13.2.1Information relating to the examination, evaluation, comparison, and post

qualification of Bids, and recommendation of contract award, shall not be

disclosed to Bidders or any other persons not officially concerned with such

process until publication of the Contract award.

13.2.2Any attempt by a bidder to influence the tendering authority or other officials

of Discom in the examination, evaluation, comparison, and post

qualification of the Bids or Contract award decisions shall result in the

rejection of his bid.

13.2.3From the time of Bid opening to the time of Contract award, if any Bidder

wishes to contact the Tendering Authority on any matter related to the

Bidding process, he is allowed to do so in writing.

13.3 DETERMINATION OF RESPONSIVENESS

13.3.1The determination of the responsiveness of a bid would be based on the

contents of the information furnished by the Bidders in the Bid.

13.3.2 A responsive bid would be the one that meets the requirements of the

Tender document without deviation, reservation, or omission : -

13.4 NON-MATERIAL NON-CONFORMITIES

13.4.1Provided that a bid is substantially responsive, the Tendering Authority may

waive any nonconformity in the bid that does not constitute a material

deviation, reservation or omission.

13.4.2Provided that a bid is substantially responsive, the Tendering Authority 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 bid related to documentation

requirements. Requesting information or documentation on such

nonconformities shall not be related to any aspect of the Financial Bid.

Failure of the bidder to comply with the request may result in the rejection

of its Bid.

13.5 DISQUALIFICATION

13.5.1Tendering authority may at its sole discretion and at any time during the

processing of bid, disqualify any bidder/ bid from the bid process on

following grounds

i. Any action on the part of the bidder to revise the rates/prices and

modification in technical or commercial substance of Bid, at their own.

Page 23: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

23

ii. Submission of any supplementary information unless & otherwise

asked for at his own instance after the opening of the Bid may result in

rejection of the Bid and also debar him from submission of Bid to the

Discom at least for one year.

iii. In case of bidder not furnishing the desired information.

iv. In case of bidder not adhering to the format of financial offer given

with this document the bid / offer may be rejected / non-responsive.

v. In case of any foot note or explanatory statement in the financial offer

the bid/offer may be rejected/non-responsive.

vi. In case of any cover letter with financial offer comprising any

supplementary statement or discount or any condition the bid / offer

may be rejected / non-responsive.

vii. In case of any mis-apprehension at bidder level which may lead to

wrong price bidding, Discom reserve the right to reject the bid or take

necessary loading / unloading to arrive the correct price as per

aspersion of Discom / tender specification. Accordingly the bidders are

advised to ask to clarify about any mis-apprehension before bidding.

No excuse shall be considered in this regard.

viii. Does not meet the Qualification Requirement (QR) as mentioned in the

bidding document.

ix. During validity of the bid or its extended period, if any, increases his

quoted prices.

x. Has imposed conditions in his bid.

xi. Has made misleading or false representations in the forms, statements

and attachments submitted in proof of the eligibility requirements.

xii. Has been black listed, by any utilities of India during Last 5 years.

xiii. Has submitted bid which is not accompanied by required

documentation and EMD/Tender document fees/Processing fees

xiv. The Bidder should not have been blacklisted by any other Discom

throughout India

Note: Bidders may specifically note that while processing the bid documents,

ifit is found, expressly or implied, that some bidders may have

compounded inany manner whatsoever or otherwise joined to form a

cartel resulting in delay/holding up the processing of bids then the

bidders so involved are liable to be disqualified for the contract as well

as for a further period of two years from participation in any of the

bids floated by any department, Govt. of Rajasthan.

14 AWARD OF CONTRACT

14.1 ACCEPTANCE OF THE TENDER/BID AND NOTIFICATION OF AWARD

14.1.1After the selection of the Successful Bidder by the Tendering

Authority within the validity period of Bid, the Tendering Authority

shall inform such Bidder in writing by issuing Letter of Intent (LOI).

14.1.2The Successful Bidder shall send an acknowledgement the LOI to the

Discom, post which Discom shall prepare and send a detailed work

Page 24: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

24

order to the Successful Bidder. In case, the Successful Bidder refuses

at the issue of LOI, the intent to perform the scope of work, it shall be

rejected with forfeiture of its EMD and offer may be extended to the L2

Bidder and so on.

14.1.3Discom shall issue Work Order to the Successful Bidder requiring him

to do the following things within specified timeline. If the Bidder fails

to do the following things within specified timeline, EMD of such Bidder

shall be forfeited and Tendering Authority of Discom may consider the

next ranked bidder.

a) Written Letter of Acceptance of Work Order along with duly signed and

sealed copy of such Work Order as token of such acknowledgement

within 7 working days.

b) Submission of Performance Guarantee as required to be submitted

under the Contract within 15 working days.

c) Signing of the Contract (based on the terms & conditions of this

Tender Document) with the Discom within 15 working days after issue

of Contract format by Discom to the Successful Bidder. In case any of

the party (Discom and the Successful Bidder) is unable to sign the

Contract within 15 working days, it shall inform the other party in

advance regarding the same along with the reason and suitable time

for signing of the Contract.

14.1.4Decision on bids shall be taken within original validity period of offers

which shall be kept up to 90 days from the date of opening of financial

bids. If the decision on acceptance or rejection of a bid cannot be

taken within the original bid validity period due to unavoidable

circumstances, all the bidders shall be requested to extend validity

period of their bids up to a specified date.

14.1.5The EMD of the other bidders shall be refunded after the execution of

the contract by the Discom with the successful bidder and his Contract

Performance Security is received by the Discom.

14.1.6Until a formal Contract is prepared and signed, the Work Order/ LOI

shall constitute a binding Contract.

15 SIGNING OF CONTRACT

15.1The successful bidder will, on receipt of Work Order from the Discom enter

into a contract with the DISCOM by jointly signing the Contract.

15.1.1 The draft of the Contract based on the terms & conditions,

detailed in Section-II and Section-III will be forwarded to the

successful bidder for execution by the Discom.

15.1.2 The Contract will be signed within fifteen days thereafter. The

person to sign the Contract must be duly authorized by the

Bidding entities.

15.2 RESERVATION OF RIGHTS

15.2.1 To take care of unexpected circumstances, Tendering Authority shall

reserve the rights for the following:

Page 25: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

25

i. Extend the last date & time for submission of the bids.

ii. Amend the Tender Document at any time prior to the last date & time

of submission of Bids.

iii. To reject any bid without assigning any reasons.

iv. Terminate or abandon the bidding procedure or the entire project

whether before or after the receipt of bids.

v. Seek the advice of external consultants to assist Jodhpur Discom in

the evaluation or review of bids.

vi. Make enquiries of any person, company or organization to ascertain

information regarding the bidder and its bids.

vii. Reproduce for the purposes of the procedure the whole or any portion

of the bids despite any copyright or other intellectual property right

that may subsist in the bids.

viii. Note: Direct or indirect canvassing on the part of the Bidder or his

representative would be a ground for disqualification of such Bidder

from this process.

15.3 LACK OF COMPETITION

A situation may arise where, after evaluation of Bids, the Tendering

Authority may end-up with one responsive bid only. In such a situation the

Tendering authority act as per RTPP Rule 2013 CLAUSE 68 “Lack of

Competition”

15.4General

15.4.1 Discom does not bind itself to accept the lowest or any bid or

any part of the bid and shall not assign any reason(s) for the

rejection of any bid or a part thereof.

15.4.2 The fact of submission of bid to the Jodhpur Discom shall be

deemed to constitute an agreement between the Bidder and the

Discom whereby such bid shall remain open for acceptance by

the Discom and Bidder shall not have option to withdraw his

offer, impair or derogate the same. If the Bidder is notified

during the period of validity of bid that his bid is accepted by

the Discom, he shall be bound by the terms of agreement

constituted by his bid and such acceptance thereof by the

Discom, until formal contract of the same bid has been signed

between him and Discom in replacement of such agreement.

15.4.3 The successful bidder will have to sign the contract agreement

for the proper fulfilment of the contract. In case of ambiguous

or contradictory terms and conditions mentioned in the Tender

Document/ Bid, interpretations as may be advantageous to

Discom may be taken, if satisfactory clarification is not

furnished within the prescribed period.

Page 26: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

26

15.4.4 Discom will not be responsible for any cost or expenses incurred

by the bidder in connection with preparation or submission of

bids.

15.4.5 Jodhpur Discom reserves the right to:

a. Reject or accept any bid.

b. Cancel the bid process and reject all applications.

c. Jodhpur Discom shall neither be liable for any action nor

be under any obligation to inform the bidders of the

grounds for any of the above actions.

16 SPECIAL CONDITIONS of TENDER

1. The system (comprising hardware and software) shall be based on integrated /

engineered systems architecture with provision of Availability / Scalability / high

performance as defined in the specification.

2. The Agency has to size the requirement of the cloud platform and

infrastructure, to deliver the full functionality with reasonable response times.

3. The system to be deployed under this contract shall be SOA (Service Oriented

Architect) based and shall have capability to be integrated with existing and

upcoming system, if such integration is required Discom shall arrange

necessary Pre-Requisites having provision for continuous integration with 3rd

party software provided that such software shall also been built on Industry

standard integration methodology.

4. All the middleware in the form of Hardware, software & firmware required for

such integration is part of scope of Work and included in the cost offered.

5. The ERP system shall be implemented as per the specifications and to be made

operational in a defined time frame. Consequent upon implement of the ERP

system, the vendor has to run the system for 5 years. The contract period may

further be extended upto 2 years as per mutual agreement

6. If the services of the vendor are not as per the awarded work for three

consecutive months after commencement of work then Discom will have liberty

to terminate the contract. The Service provider shall maintain the confidentiality

of data base. A separate NDA (Non-Disclosure agreement) shall be signed by

the service provider.

7. All the required updates, upgrades & patches / Subscription Renewal / Licenses

renewal / AMC of Licenses, Hardware updates, software updates, Change

request updating is the responsibility of vendor within the quoted price till

currency of contract.

8. The system should ensure active-active load balancing for all layers of

application (web-tier, App-Tier and Database Tier)

9. The system should ensure data at rest and data in motion encryption of key

columns

10. The system should ensure prevent privileged IT users such as DBAs and

administrators from accessing and modifying the data.

Page 27: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

27

SECTION-IV TERMS & CONDITIONS

The Terms and Conditions of the contract shall prevail and shall be binding on the

Agency and any change or variation expressed or impressed howsoever made shall be in

operative unless expressly sanction by the Jodhpur Discom. The Bidder shall be deemed

to have fully informed himself and to have specific knowledge of the provisions under

terms and Conditions of this Tender Document mentioned hereunder:

1. DEFINITION OF TERMS:

1.1 In constructing these general conditions and the annexed specification, the

following words shall have the meaning here in assigned to them unless

there is anything in the subject of context in consistent with such

construction. “Jodhpur Discom” shall mean the Jodhpur Vidyut Vitran

Nigam Limited or JDVVNL, represented by Chairman/Managing Director

and shall include their legal personal representative, successors and

assignees.

1.2 The ““Bidder” shall mean and include one or more persons or any firm or

any company or body in corporate who has submitted the tender in

response to “Invitation of Tender”.

1.3 The “Agency” shall mean the Bidder whose Bid has been accepted by

Discom and shall include its heirs, legal representative, successors and

assignees approved by the Discom.

1.4 The “Chairman/Managing Director” shall mean the Chairman/Managing

Director, Discom.

1.5 The “Engineer” shall mean the Chief Engineer, Dy. Chief Engineer,

Superintending Engineer, Executive Engineer, Assistant Engineer, Discom

or other Engineer or Officer for the time being or from time to time duly

authorized and appointed in writing by the customer to act as engineer or

Inspector for the purpose of the contract. In case where no such engineer

has been so appointed, the word “Engineer” shall mean the Discom or his

duly authorized representative.

1.6 “Works” mean and include the work or works to be done by the Agency

under the contract.

1.7 The “Contract” shall mean and include the following:

i. Notice Inviting Tender

ii. Complete Tender document including its amendments if any. iii.

Bid submitted by bidder.

iv. EMD.

v. Letter of Intent and its acknowledgement. vi. Security

Deposit/ Performance Guarantees. vii. Detailed Work order.

viii. Addenda that may hereafter be issued by the Discom to the Agency in

the form of letter and covering letters and schedule of prices as agreed

between the Agency and the Discom.

ix. The agreements to be entered as per Tender Document.

x. Requisite Power of Attorney in favor of the authorized signatory of the

Bidder.

Page 28: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

28

1.8 The “Specification” shall mean the specification; specific conditions

annexed to the General Conditions, the contract schedule, and the

annexure thereto, if any.

1.9 The Month shall mean, English calendar month i.e. period of 30 days and

week shall mean a period of 7 days.

1.10 The “Site” shall mean the place or places named in the contract and

include, where applicable, the lands and buildings upon or in which the

works are to be executed.

1.11 “Acknowledgement of Letter of Intent” shall mean the Bidder’s letter

conveying his acceptance of it being successful bidder and its intent to

perform the contract.

1.12 “Acknowledgement of Work Order” shall mean the Bidder’s letter

conveying his acceptance of the tender as per the terms and conditions as

been stated therein.

1.13 The “Contract Price shall mean the sum named in or calculated in

accordance with the provisions of the contract purchase or any

amendments thereto.

1.14 “Letter of Intent” Letter issued by Discom to the successful bidder

informing him that the bidder is successful bidder.

1.15 “Work Order” shall mean the Discom‟ letter which may be issued in the

way of letter containing detailed terms and conditions of the work and

such other particulars which the Discom may like to convey to the Agency

pending signing of a formal written Contract.

1.16 “Writing” shall include any manuscript type written or printed statement

under or over signature or seal as the case may be.

1.17 The Work “Codes” shall mean the Indian Electricity Act/Electricity Supply

act and Indian Electricity Rules and the rules made there under applicable

in the State of Rajasthan on the date of Letter of Intent with such special

modification thereof as may be specially stipulated by competent State

Authorities i.e. Chief Electrical Inspector of Rajasthan.

1.18 Works importing “PERSON” shall include firms, Companies, Corporations

and other bodies whether incorporated or not.

1.19 Words importing the singular only shall also include the plural and vice

version where the context requires.

1.20 Terms and expressions not herein defined shall have the same meaning as

one assigned to them in the Indian Contract Act (Act IX of 1872) and

falling that in the General Clause Act, 1897).

2. CONTRACT: After the selection of successful bidder Discom will issue Letter of

Intent and subsequently a detailed Work Order to such bidder. A contract shall be

entered into between Discom and the successful bidder.

3. CONTRACT VALUE: Contract Value shall be termed as total order value as

quoted / accepted by the Successful Bidder in the Financial Bid.

Page 29: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

29

4. CONTRACT PERIOD: The contract period shall be from the date of award of the

work order and shall end after 5 years from the date of the operationalization of

the system (Implementation period). The contract period may further be

extended upto 2 years as per mutual agreement.

5. IMPLEMENTATION PERIOD: The implementation period of project for shall as

defined in this document where in all the hardware, software, resources etc.

should be installed/deployed.

6. TERMINATION OF CONTRACT: If the services of the vendor are not as per the

awarded work for three consecutive months after commencement of work then

Discom will have liberty to terminate the contract.

7. FALL BACK ARRANGEMENT: In the event of failure of the Agency to fulfil its

obligations, duties and responsibilities as per the terms & conditions of the

Contract, Discom shall interalia have the right, at any time to resort to fall back

arrangement. Under such arrangement, Discom shall take charge of all facilities

and systems whether in operation or under execution after giving suitable notice

as provided in the Contract and can recover from the BGs & other holding of

agency with Discom, the losses suffered due to such failure. If the BGs & other

holding of agency is insufficient, the Agency shall pay the difference to Discom

failing which Discom shall have right to recover the sum through legal or other

means.

The Discom shall have the right in such circumstances to manage the system

itself after taking charge of the facilities as above or through any other agency as

it may deem fit and no claim of Agency for compensation in this respect shall be

entered.

The Discom shall have the right in such circumstances to blacklist/bar/disqualify

the Agency from submission of Bid to the any Discom(s) at least for one year.

8. HANDING OVER ON TERMINATION/ PROJECT COMPLETION: The Contract

shall require the Agency to cooperate in handing back the facilities, records, data

backup and documents, latest software with documentations, manuals, etc. in

good working order to Discom after termination of Contract.

Upon termination of the Contract, the Agency’s authority to act in the area shall

immediately cease. In order to smoothen the handing over process and not

hampering the work, Discom shall arrange to award the Contract to other firm or

may execute the work departmentally at-least 6 months before expiry of this

Contract, the Agency/Discom staff may require to work along with the new

agency for remaining period of Contract to enable the new agency to understand

the process.

Upon Termination of the Contract, following equipment / items shall be handed

over on the as is condition as on last day of contract:

(i) All licenses duly updated upto 3 months prior to the end of contract.

9. PERFORMANCE BANK GUARANTEE:

9.1 A Performance Bank Guarantee equivalent to 7% (Seven percent) of

Annual Contract value shall be provided by the Successful Bidder within 15

days of receipt of Work Order from Discom, in cash or by crossed Bank

Page 30: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

30

Draft or by way of Bank Guarantee. The Performance Bank Guarantee

shall be valid for three months in addition to the entire contract period. In

case if the successful bidder provides a Performance Bank Guarantee for

shorter duration (not less than 12 months) then it would be the sole

responsibility of the Successful Bidder to get the Performance Bank

Guarantee extended well in advance to maintain the validity time. Discom

may invoke the Performance Bank Guarantee without giving any

information if validity of such Performance Security expires.

9.2 The Bank guarantee in the prescribed format must be from the branch of

any Nationalized/Scheduled Bank located in Rajasthan. The Agency may

furnish Bank Guarantee on stamp paper of Rajasthan state and shall

furnish a certificate of Banker that the stamp duty has been paid as per

prevailing rules of that Rajasthan State.

10. AGENCY TO INFORM HIMSELF FULLY

The Contract shall be considered to have come into force from the date of its

signing. The contractor shall be deemed to have carefully examined the Tender

document including General Conditions, specifications and schedules. Also it shall

deemed to have satisfied himself with the nature and character of the work to be

executed and where necessary, of the site conditions and other relevant matters

and details. Any information thus had or otherwise obtained from the Discom or

the Engineer shall not in any way relieve the contractor from his responsibility for

the supplying of the hardware, software and other equipment and executing the

work in terms of the contract including all details and incidental works and supply

all accessories or apparatus which may not have been specifically mentioned in

the contract but necessary for ensuring complete erection and safe and efficient

working of the equipment.

11. CONTRACT DOCUMENTS

The order placed under this Tender document shall be governed by the terms and

conditions as incorporated in this Tender document and as given in the detailed

work order. The terms and conditions as specified in this Tender document if

differ from the terms indicated in the detailed work order the later shall prevail.

The contract shall for all purposes be construed according to the Laws of India

and subject to jurisdiction of Rajasthan Courts only. For the due fulfilment of the

contract, the Agency shall execute the Contract in the prescribed form, in

prescribed number of copies on Rajasthan State Non-judicial stamp paper bearing

stamp duty as applicable. The expenses of completing and stamping the Contract

shall be borne by the Contractor. Such Contract shall be executed and signed by

the authorized signatory of the Agency on each page thereof.

Such complete agreement form along with the contract documents together with

a “Power of Attorney” in favour of the Executants shall be required to be returned

to the Discom within a period of 15 days from the receipt of order duly signed on

each page. One copy of the executed agreement duly signed by the Discom shall

be sent to the supplier for his reference.

The contract documents shall mean and include the following: -

(I) Contract agreement along with Letter of Intent.

(II) Work order & its annexures.

Page 31: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

31

(III) Terms and conditions of the specification.

(IV) General Conditions of Contract of the specification and Instructions to

Bidders.

(V) Any subsequent modification / amendment / clarification

(vi) Bid Proposal Form and Its schedules along with price schedule and completion

schedule

(vii) Power of Attorney in favor of signatory

12. CHANGE OF QUANTITY

Discom may require modification in quantity like number of licensees, work force

consisting of technical, functional and helpdesk employees. Such changes can be done on

mutually agreed terms, but per unit rate should not inflated due to any such

requirements. Per unit rate will be mentioned in BOQ before that cannot be increased

further.

13. GIFTS AND COMMISSIONS ETC.

Any gift, commission, or advantage given, promised or offered by or on behalf of

the contractor or his partner, agent, officers, director, employee or servant or any

one on his or their behalf in relation to the obtaining or to the execution of this or

any other contract with the Discom, shall be, in addition to any criminal liability

which it may incur, subject of any loss or damage to the Discom resulting from

any cancellation. The Discom shall then be entitled to deduct the amount so

payable from any moneys otherwise due to the Agency under the contract.

14. COMPLIANCE OF LABOUR LEGISLATION:

The Agency shall discharge its liability of employer in respect of personnel to be

engaged for delivering service under this Contract, as said out in EPF and MP Act,

1952 ESI Act, 1948 (in ESI implemented area), workmen’s compensation act,

1923 (in non ESI implemented area) contract labour (R&A) Act, 1970, Payment of

Wages Act, 1936, Minimum Wags Act, 1948 or any other Act, Rules, Regulations

as may be applicable. The Agency is required to get separate code under the

provision of EPF and ESI Acts, if not already taken and deposit the employer’s

contribution along with employee subscription, as per rule and submit copy of

challans at the time of claiming payment, as per Tender document, failing

which an amount equivalent to employer’s contribution and employees

subscription shall be deducted from his each bill and deposited with the

concerned authorities. The Agency shall be solely responsible for any

consequences arising out of breach of any applicable legislation.

The Agency shall deploy Skilled / Highly Skilled manpower with necessary

qualifications and experience as mentioned in the Tender Document. Agency shall

pay salaries / wages to the manpower deployed through cheque/online transfer

and submit Circle wise, Division wise Sub Division wise and Employee wise salary

statement with all details such as Basic, DA, Conveyance, Bonus, EPF, ESI, PT,

TDS, Net Salary etc. to Discom. Payment of wages / salaries paid in cash is

strictly not allowed.

Accounts Officer of respective circle shall ensure compliance by the Agency with

respect to labour law, minimum wages, Accidental Insurance, Workman

compensation, EPF and ESI etc. Accounts Officer shall verify and certify the

Page 32: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

32

monthly Circle wise, Division wise Sub Division wise and Employee wise salary

statement for release of payments to Contractor

15. SAFETY OF SYSTEM: The Agency shall be fully responsible for upkeep, operation,

maintenance, security and safety of hardware, software, documents, data and other

documents and records transferred to it and developed later. These documents and

records shall be maintained in updated condition and handed over back to Discom in

good working order on completion of the contract or time to

time basis as per scope of works as and when required by the Discom. Agency

shall compensate to Discom any loss suffered by Discom due to default of the

agency in this respect.

16. INSURANCE: The agency at his own cost shall arrange, secure and maintain all

insurance (Equipment & manpower) as pertinent to the works and obligatory in terms

of law to protect its interest and interest of Discom against all perils. The validity of

insurance shall be valid till expiry of contract

17. REMEDY ON AGENCY‟S FAILURE TO INSURANCE: If the Agency fails to effect

and keep in force insurance referred to in clause 16 hereof or any other insurance

which he may be required to effect under the terms of contract then the Jodhpur

Discom may effect and keep in force any such insurance and pay such premium(s) as

may be necessary for that purpose and from time to time deduct the amount so paid

by the Discom as aforesaid from any money due or which may become due to the

Agency or recover the same as debt from the Agency.

18. LIABILITY FOR ACCIDENTS AND DAMAGES:

18.1. The Agency shall be liable for and shall indemnify the Discom in respect of

all injury to person or damage to property resulting from the negligence of

the Agency or his workman or from defective work but not from any other

cause.

18.2. Provided that the Agency shall not be liable for any loss or profit or loss of

Contract or any other claim made against the Discom not already provided

for in the contract, not for any injury or damage caused by or arising from

the acts of the DISCOM or of any other person or due to circumstances over

which the agency has no control, not shall his total liability for loss, damage

or injury under this clause exceed the total value of the Contract.

18.3. The Agency will indemnify and save harmless the Discom against all

actions, suits, claims, demands, costs, or expenses arising in connection

with injuries (other than such as may be attributable to the Discom or his

employees) suffered prior to the date when the work shall have been taken

over hereof by persons employed by the agency on the work, whether at

common law or under the workman's compensation Act-1923 or any other

statute in force at the date of contract relating to the question of the liability

of employees for injuries suffered by employees and will if called upon to do

so take out the necessary policy or policies of insurances to over such

indemnity.

18.4. The Agency shall insure against such liabilities with an insurer approved by

the Discom and shall continue such insurance, during the whole of the time

that any person(s) are employed by him on the works and shall when

Page 33: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

33

required produce to the Discom, such policy of insurance and the receipt for

payment of the current premium.

19. MAINTENANCE OF FACILITIES AND PERSONNEL: The Agency shall maintain all

requisite facilities at its own as required to carry out the work as per the Tender

document.

19.1. The Agency shall provide and maintain a controlling office with requisite

infrastructure at Discom’s office with proper staff & facilities like telephone

with fax, mobile phone, Internet etc. at its own cost and shall remain open

at all reasonable hours to receive communications.

19.2. Space, Electricity, Water and other facilities at Sub-Division, Division, Circle,

ERP Control office shall be provided by Jodhpur Discom without any cost

chargeable to Agency.

19.3. PERSONNEL: The Agency shall maintain supervisory and other personnel for

efficient management of the work under contract. However this contract is

on service model, Agency shall be responsible for smooth & timely

execution of work by appointing sufficient number of manpower.

19.3.1. Manager or an alternate shall be available for communication during 9

am to 7 pm.

19.3.2. Agency shall not change the Manager/nodal officer, provide that he

has not left the service.

19.3.3. Agency shall immediately inform the Discom about any change of

personnel/contact numbers through Email and post.

19.3.4. Agency shall issue identification cards (ID card) to all its personnel

engaged in the work under the contract. The identification card duly

signed by authorized signatory of managerial position of the agency.

The format of such ID card shall be approved by concerned Discom

Officer shall be consisting of key details of Resume and photograph of

the concerned personnel along logo of the Agency. The Concerned

Discom officer after countersigning these IDs, will return the same to

the Agency for distribution to the concerned personnel. The IDs shall

be handed over to the concerned Discom officerafter the completion of

work under the contract.

19.4. NODAL OFFICER FOR EXECUTION OF PROJECT: After award of

contract, to interact between the field offices and Agency, Discom shall

appoint a Nodal Officer if required. Similarly, the Agency shall communicate

the name of the authorized person(s) that would act as a Nodal Officer(s)

from his side.

20. AGENCY‟S RIGHTS: The Agency will be given rights to operate in the area during

the Contract period for carrying out the work, which shall cease to exist on

completion of the said period or on termination of the Contract.

The Agency‟s rights in the area will be working as an agent of Discom to

implement the ERP system.

21. CONTRACT AGREEMENT:

Page 34: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

34

21.1. The Contract shall set out specific events of default by one party that will

entitle the other party to terminate the Contract. The party committing an

event of default, which is capable of being remedied, will be given a

reasonable opportunity to remedy the default.

21.2. The Contract can however be otherwise terminated by either party by giving

six-month notice and on terms to be mutually agreed which may include

payment of suitable compensation for losses suffered by the other party due

to such termination.

21.3. Agency shall indemnify Discom against any claims, demands, costs and

expenses whatsoever which may be made against it, because of failure of

the Agency or its representatives in the performance of their duties and

negligence, any accident or injury to any person.

22. PAYMENT TERMS & PENALTIES

22.1. Invoicing

The agency shall submit sub division wise monthly invoice in triplicate to the

SE (IT), Jodhpur Discom, as per the rates indicated in the Contract. The

payment will be made on monthly basis.

22.2. Payment Schedule

S

No

Payment Milestones % Payment of Sub-total for Services

Provided

Software License

1

Software License

100% at the time of delivery of

licenses in advance, but against

Bill of material

ERP Implementation and stabilisation

2

Post Project Initiation (when cloud

system will be ready and key

professional to work on this project

would be aligned to project)

15% of the value of

Implementation

3 Post Initiation and Development system

readiness 15% of the value of

Implementation

4

Post Implementation & Go-Live of

production environment 40% of the value of

Implementation

5 After successful Post Stabilization 30% of the value of Implementation

MS Phase

6 Completion of Month

Monthly Payment against the Bill of

material

Page 35: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

35

Software License Renewal

7

Yearly advance payment on receipt of

Invoice

100% Yearly advance against Bill of

material

Cloud subscription

8 Monthly/quarterly Rental

Monthly/Quarterly payment as against

the Bill of material

23. Penalties

23.1. Penalties for ERP Implementation and Post Implementation

The following penalties shall be applicable

i. Delay in supply, installation and Training: 0.5% of item (unit) cost per month

and part thereof. Total penalty will not exceed 10% of the unit item cost. The

date of scheduled commencement specified in the work order shall be reckoned

for the purpose of cancellation of penalty.

ii. During the post installation support period, if the delivery/outcome is not as per

the requirements as mentioned in detailed scope of work, then Rs 30,000/-per

day will be levied. In case of fault not being rectified for 72 hours then the

vendor shall arrange to supply an alternate system at the site. The vendor will

do necessary software installations (that have been installed on the machine)

and data transfer so that the work is not affected due to the failure of machine

iii. Data Digitization: If the accuracy of data digitization is less than 99% even after

the 2nd corrections made by the vendor, then 10% penalty will be imposed on

the cost of Data digitization only.

23.2. Cloud and Data Back-up Centre Uptime after Go Live

SLA Cloud

S.No Uptime Penalty (of Monthly

cloud charge)

1 ABOVE 99 0

2 90-99 10%

3 BELOW 90 20%

4

repetition of below 90% SLA for repetitive

2 months Warning letter

5 repetition of Below 90 % for 3 months

Change of Cloud subscription can be considered by Discom

23.3. Penalty against SLA

Page 36: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

36

a. Duration of SLA

This Service level agreement would be valid for entire period of contract. This SLA

may be reviewed and revised according to the procedures detailed in Section of

SLA (SLA Change Control).

b. Service Level Agreements and Targets

This section is agreed to by Purchaser and Supplier as the key supplier

performance indicator for this engagement. The following section reflects the

measurements to be used to track and report systems performance on a regular

basis. The targets shown in the following tables are for the period of contact or its

revision whichever is later.

Table 1: Service Level Chart

Support

Category

Criteria Resolution Maximum

Response Time

Critical The system is unable to be used for

normal business activities. There is

certainty of financial loss to

PURCHASER.

90 Minutes 15 Minutes

Urgent There is a problem with part of the

system, which impacts on Purchaser’s

decision making. No viable

workaround is available. There is a

likelihood of financial loss.

4 Hours 1 Hour

High The efficiency of users is being

impacted, but has a viable

workaround.

6 Hours

2 Hours

Medium

A low impact problem that affects the

efficiency of users but has a simple

workaround.

12 Hours

8 Hours

Low

A fault, which has no particular

impact on processing of normal

business activities.

One Week

8 Hours

Severity of ticket will be decided post award and during development/Testing system

implementation

Page 37: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

37

23.4. Breach of SLA

SLA Managed Services

S.No Ticket resolution on Time Penalty (of MS Monthly

charge)

1 ABOVE 99 0

2 95-99 5%

3 90-Below 95 10%

4 Below 90 15%

4 reparation of below 90 for

repetitive 2 months Warning letter

5 Reparation of Below 90

for 3 months

Detailed audit will be done and Discom may invoke provision to terminate the project

SLA - During implementation Phase

s.no Delay in Delivery Penalty

1 Per week from the schedule 2 % of respective item line cost that would be submiited prior to LOA

23.5. 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).

23.6. Monitoring and Auditing

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

Page 38: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

38

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.

23.7. 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.

23.8. Issue Management Procedures

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.

23.9. 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.

23.10. SLA Change Control

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.

Page 39: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

39

Either party can request a change. Changes will be documented as an addendum

to this document and consequently the contract.

23.11. 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.

23.12. 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.

23.13. Management Escalation Procedure

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.

24. IMPLEMENTATION AND ROLLOUT SCHEDULE

24.1. The Agency has to submit the plan for customization and rollout of the

scope of the work as per the terms and conditions of the award.

24.2. Penalty will be levied for delay in execution and rollout as per the Penalties

given in this Tender document.

24.3. Time is the essence of the contract and hence the scope of work has to be

completed as under.

The implementation and roll out schedule shall be as under:

Page 40: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

40

Key Dates Description Timelines

KD1

Finalization of design of proposed project plan for COTS ERP system implementation Within 4 months of LOA

Finalization of FRS from different department responsible for ERP process Within 4 months of LOA

Cloud readiness Within 2 Months from LOA

KD2 Implementation of ERP KD1 + 14 Months

KD3 Stabilization phase KD3+6 months

KD4 AMC for Software and Cloud KD4+36 Months

KD5 Completion of project 36 Months from KD4

25. INSPECTIONS AND TESTING:

The following clauses shall be applicable as per the requirement of this Tender

Document

25.1. Before commencement of operation, Discom, shall verify the infrastructure

and equipment’s as per the contract terms and specification subsequent to

intimation by the Bidder.

25.2. The Bidder shall arrange proof of concept before final roll-out.

25.3. The Bidder has to arrange demonstration / Testing of system ascertaining

compliances of various features of system or the entire solutions provided

by it before deployment and incorporate requirements of Discom

pertaining to work

25.4. 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 Scope of Work, to the satisfaction of the

Purchaser.

25.5. 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, 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 inspectors at no charge to the Purchaser.

25.6. The Purchaser or its designated representative shall be entitled to attend

the tests and/or inspections referred, provided that the Purchaser bear all

of its own costs and expenses incurred in connection with such attendance

including, but not limited to, all travelling and board and lodging expenses.

25.7. 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.

Page 41: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

41

25.8. 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.

25.9. The Supplier shall provide the Purchaser with a report of the results of any

such test and/or inspection.

25.10. 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.

25.11. 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 shall

release the Supplier from any warranties or other obligations under the

Contract.

26. GOVERNING LAWS AND JURISDICTION: the Indian Law shall govern the

agreement. Only appropriate courts in Jodhpur shall have exclusive Court

Jurisdiction to deal with any matter arising out of or relating to the agreement or

otherwise.

27. JURISDICTION FOR LEGAL PROCEEDINGS: The contract shall be governed

by the laws of India for the time being in force and be subject to the court of

competent jurisdiction at Discom HQ. All disputes, differences questions

whatsoever arising between the Discom and the agency upon or in relation to or

in connection with the Contracts shall be deemed to have arisen at Discom Head

Quarter only and no court other than court at Jodhpur, Rajasthan shall have

jurisdiction to entertain or try the same.

28. SETTLEMENT OF DISPUTES: In any time any question, dispute or difference

what so ever which may arise between Discom and the Agency, the same shall be

decided by CMD/MD of Discom or by the settlement committee constituted by him

and shall be final and binding on both the parties.

The Discom has constituted settlement committee to settle the disputed cases.

For the disputed amount up to Rs. 3.00 Lac the case may be referred to the CE

level settlement committee and if the disputed amount is more than Rs. 3.00 Lac

the case shall be referred to the corporate level settlement committee. The non-

refundable fees for referring the case to the settlement committee are as given

below or prescribed time to time:

28.1. Reference fee for CE level settlement committee - Rs. 500/-

28.2.Reference fee for corporate level settlement committee-Rs. 3000/-

28.3.Fee for review of cases by corporate level settlement committee- Rs.

5000/-

Page 42: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

42

28.4.The settlement committee fees as shown above or prevailing at that time

shall be deposited in cash with the concerned AO.

29. CONDUCT OF AGENCY‟S STAFF: If any of the Agency’s employees shall, in the

opinion of Discom, is guilty of any misconduct or incompetence or negligence,

then if so directed by Discom, the Agency shall at once remove such employee

and replace him by an equally qualified and competent substitute.

It is clarified that all the field persons/collection agent deployed by

Agency shall be in uniform (to be prescribed by Agency) with badge &

shall have identity card to be approved by Discom on Agency‟s

recommendation.

30. LIEN: In case of any lien or claim pertaining to the work and responsibility of the

Agency for which Discom might become liable, it shall have right to recover such

claim amount from the Agency.

31. FORCE MAJEURE CONDITIONS: If at any time during the currency of the

Contract the performance in whole or in part be prevented or delayed by reason

of any war hostility acts of public enemy, civil commotion, sabotage, fire floods,

explosion, epidemics, quarantine restrictions, strikes, lockouts or acts of god

(hereinafter referred to as Events) then provided Notice and adequate proof of

the production/dispatch having suffered on account of these events is given

within 21 days from the date of occurrence thereof the provision of penalty

Clause of this specification shall not be invoked by Jodhpur Discom provided

further that the deliveries under the contract shall be resumed, as soon as

practicable after such event (s) has ceased to exist and the decision of the

Jodhpur Discom as to whether the deliveries have been so resumed or not shall

be final and conclusive provided further that in case the strike/lockout prolongs

beyond a period of seven days, the supplier shall immediately inform about the

same to the Discom in which case the Discom reserves the right to procure the

material equipment on order or part thereof from any other source at the risk and

cost of the supplier.

32. COMPLETENESS OF CONTRACT: The contract shall be considered completed on

termination of the contract period after full handing over of all licenses, data,

documents or material and clearing all dues towards the agency.

33. SERVICE TAX /GST: The Bidder shall furnish details of applicable Service Tax/

GST as on date of Bidding.

34. SUSPENSIONS OF WORKS: The Discom shall not be liable to pay the Agency

any compensation whatsoever arising from suspension of specified work or for

idle labour.

35. DEATH BANKRUPTCY ETC.:

35.1. If the Agency shall die or dissolve or commit any act or bankruptcy or

being a corporation commence to be wound up except for reconstruction

purpose or carry on hits, business under a receiver, the executors

successors, or other representatives in law of the state of the Agency or

any such receiver, Liquidator, or any persons to whom to the contract may

become vested shall forth-with given notice thereof in writing to the

Discom and shall for one (1) month during which he shall take all

reasonable steps to prevent stoppage of the work have the option of

Page 43: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

43

carrying out the Discom subject to his or their providing such guarantee as

may be required by the Discom but not exceeding the value of the work

for the time being remaining relieve unexecuted provided however that

nothing above said shall be deemed to relieve the Agency or his

successors of his or other their obligations under the contract under any

circumstances. In the event of stoppage of the work the period of the

option under this clause shall be seven (7) days only. Provided that,

should the above option be not exercised, the contract may by terminated

by the Discom by notice in writing to the Agency and the same power and

provisions reserved to the Discom as mentioned in the Tender in the event

of taking the work out of the Agency’shand’s shall immediately become

operative.

35.2. Change of name of the Agency at any stage after Bidding Process, the

Discom shall deal the same as per prevailing rules of the Discom.

36. GUARANTEE:

During the entire period of contract the Agency shall be responsible for

satisfactory performance of the system and required maintenance / up-gradation

/ replacement / services shall be done by the Agency.

In the alternative, the defective or damaged materials shall be replaced free of

cost within 72 hours from the date of receipt of the intimation from the Discom of

such defects or damages.

When the whole or part of the materials are found to be defective/damaged or

are not in conformity with the specification or sample, such defects or damages in

the materials supplied shall be rectified within 72 hours from the time of

intimation of defect/damage either at the point of destination or at the Agency’s

works, at the cost of Agency, against proper security and acknowledgement.

ii. RULES& REGULATIONS: The job shall be carried out as per the rules,

regulations and other details for Revenue Management, Bill generation, report

generation, data collection and revenue collection as prevailing in Discom, which

shall be made available to the Agency. These rules and regulations may be

modified by Discom from time to time and would be intimated to the Agency for

incorporating the same into the Billing System during the currency of Contract.

The Agency will also follow the labour regulations and the directions of

Government and other authorities enforcing the regulations and comply with any

other relevant legislation in force from time to time.

iii. FAILURE TO EXECUTE THE CONTRACT: Agency failing to execute the order

placed on them to the satisfaction of Discom under terms and conditions set forth

therein, will be liable to make good the loss sustained by the Discom, consequent

to the placing of fresh orders elsewhere at higher rate, i.e. the difference

between

the price accepted in the contract already entered into and the price at which

fresh orders have been placed. This is without prejudice to the imposition of Penalty/

Liquidated Damages and forfeiture of Performance Security.

iv.NON-ASSIGNMENT: - The Agency shall not assign or transfer the contract or

any part thereof to any other agency/ personnel during the contract period.

Page 44: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

44

v. EFFECTING RECOVERIES: Any loss, arising due to non-fulfilment of this

contract or any other contract, will be recovered from the Performance Security

held and or any other amount due to the Agency from the Discom from this

Contract as well as from other contracts.

vi. CLIMATIC CONDITIONS: The system are for use in various geographical area

of Discom and should be satisfactory for operation under tropical conditions of

Rajasthan and shall be able to maintain the desired output and withstand a wide

range of temperature & climatic experience in the area under scope.

The climatic conditions are prone to wide variation in ambient condition and

equipment’s offered under this specification shall be suitable for installation at

any of the location in the area of Discom.

vii. CLOSURE PROCEDURES: After completion of Contract, in order to close the

Contract the following procedure shall be adopted: “Deleted”

SECTION – V DETAILED SCOPE OF WORK

Background

The Ministry of Power, Govt. of India has launched the Integrated Power Development

Scheme (IPDS) in December 2014 to extend financial assistance against capital

expenditure and to supplement the resources of DISCOMs.

The following ERP modules are proposed to be implemented, as per the IPDS guidelines:

Finance and Accounts

Human Resource Management including Self Service for executive category of officials and

payroll for all JDVVNL‟s Employees

Materials (Purchase and Stores)

Project Management

As an overarching functional requirement, reporting and analytical tools and capabilities

in the above modules and a Document Management System (DMS) will also be needed.

Objective

The purpose of this document is to invite Bidders for the implementation of cloud based

Commercially available Off the Shelf ERP system which will include Supply of Software

License, software customization & implementation, data migration, and cloud

Page 45: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

45

management for ERP users, continuous training/workshops during initial months, central

help desk for support and reconciliation/report. The following table presents the number

of executive employees based on the different department/functions.

Employee-function Matrix for JDVVNL

The final license requirement for different department/functions will be finalized during

the ERP implementation.

The solution so offered shall have licenses without restriction of specific

number of user licenses and it shall be enterprise / server based

Geographical Scope

The proposed ERP application is envisaged to be implemented centrally from the Jodhpur

Discom HQ. Bidder would be required to travel at all locations below during different

implementation phases such as requirement gathering, user training, hand hold users as

well as during support phase or as desired by JDVVNL.

Geographical Locations for JDVVNL and their respective O&M is as under:

S.No. Name

of

Discom

Zonal Offices O&M Circles Approximate

Number of offices

1. Jodhpur

Discom

3 Nos. :

Jodhpur,

Barmer &

Bikaner

12 Circles: Jodhpur City, Jodhpur

District, Barmer, Jalore, Pali, Sirohi,

Jaiselmer, Hanumangarh, Sri

Ganganagar, Churu, Bikaner (CC),

Bikaner (DC)

160

Brief Description of Work:

Module Number of

users

Human Resources & Payroll for all

15000 employees

220

Projects Management 100

Material (Purchase & Store) 500

Finance & Accounting 400

Employee Self Service 1500

Page 46: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

46

To rollout an array of Capex and OPEX which shall comprise mainly the following:

a. Implementation of ERP Solution on Commercially Off the Shelf ( COTS) Software with

following modules:

(i) Finance and Accounts

(ii) Human Resource Management including Self Service for executive

category of officials and payroll for all JDVVNL‟s Employees

(iii) Materials (Purchase and Stores)

(iv) Project Management

b. Be based on a Cloud platform with business applications in the cloud. The services

offered under this bid shall be on fixed monthly charges basis. There shall be proven

enterprise cloud security, built in the system. The cloud computing shall be elasticity,

affordability, availability and simplicity.

c. Use only standard COTS ERP Software as per the requirements given in this

document.

d. Have Capability to Integrate with any existing and future systems on Industry

Standard data exchange mechanism.

e. The amount for Licensee and its renewal will be paid in advance annually

f. Have security mechanisms inbuilt as per industry and standards and protocols.

g. Be supported by Manpower as listed in this RFP for Project implementation,

Maintenance and Support during tenure of Contract.

h. No CR cost would be entertained during or before MS phase, provided scope of work

and time required is in scope of manpower hired for MS phase, or else a separate CR

request form and PO should be obtained by vendor

i. The monthly charges shall include the remuneration of the following.

(i) Cloud Subscription & Services cost

(ii) Managed Services.

Broad Scope of Work

The scope of services of the (Bidder) is to implement, operate Commercially Available off

the Shelf ERP Product. To implement the ERP modules, service provider will conduct

detail study of the JDVVNL‟s process and customize it accordingly. It will be the

responsibility of the bidder to implement the cloud based ERP system along with Data

Back-up centre at Jodhpur of ERP system at Jodhpur. Bidder will implement and operate

the ERP system for all specified four modules across the different offices and

departments of JDVVNL.

The implementer will implement the system within 18 months (as per the

implementation schedule provided in this document) and post implementation operates

the complete ERP system for the duration of 3.5 years years in JDVVNL, total project

period 5 years. This specification intends to cover the following activities, services and

works in respect of:

Implementer will perform the AS-Is Analysis and certify the standard functional

requirement for each specified module of COTS w.r.t. the processes of JDVVNL,

and will clearly bring out the requirements for each module which are add-on

w.r.t. standard functional requirement of offered ERP system. Implementer will

provide add-on requirement in standard modules in order to satisfy the JDVVNL‟s

objective of ERP implementation

Page 47: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

47

Implementer will conduct detailed requirement gathering for each department

individually

Conduct a standard gap analysis for requirements and mapping it to features of

proposed ERP solution to arrive at enterprise level gap analysis report for

Customization/ Workarounds/Configuration requirements

Implementer will perform the detailed TO-BE study, gap analysis for all the above

functional areas and processes to implement the specified modules

Development of detailed Business Blue Print (BBP) document and customization

of ERP product accordingly

Finalization of the license requirements

Procurement and maintenance of the licenses on behalf of JDVVNL

Arranging and managing the cloud solution for the successful operation of ERP

system

Supply, installation, testing, commissioning and managing of all necessary

hardware and software back-up system in Jodhpur for all ERP data

Implementer will be responsible for the data reconciliation and migration from

legacy systems and paper documents to ERP system according to the finalize

cutover plan

ERP implementer will be responsible for the all the integration of the ERP system

with existing legacy system and any upcoming software/application/system in

JDVVNL. However, integration of the Financial Accounting and Controlling module

of the offered ERP solution with existing Metering, Billing and Cash Collection

system developed under R-APDRP, is mandatory

ERP implementer will manage all the change request during the tenure of contract

without any extra charge

ERP implementer will manage all the activities related to the operation of the ERP

system, which includes annual technical services from OEM, technical upgrading

of implemented ERP system, annual operation of cloud and maintenance of

hardware system installed for ERP data back-up at Jodhpur

Integration of proposed ERP system with any other upcoming software /

application in JDVVNL

Note:

• OEM audit will be conducted at the end of the each implementation phase. OEM

will verify the activities conducted by the implementer at the end of each

implementation phase, including hardware arrangement by the implementer. The

cost of OEM audit will be included in the Bid price. It will be the responsibility of

the implementer to comply with the comments/observation in each phase of

implementation, before moving to next phase of implementation

• ERP implementation will be limited for the required modules to the JDVVNL only

(as al COTS products have other modules which can be adopted in future

mentioning at this point may not be advantageous to JDVVNL)

• As estimation of license requirement is difficult at the RFP stage, hence bidder will

provide the per-user price

• Cloud based ERP will be implemented on the basis of the SaaS model, in order to

ensure the scalability, flexibility and elasticity etc.

Page 48: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

48

• Bidder will ensure the deployment of the domain experts for the ERP

implementation

• As business process re-engineering is one of the vital component, a central team

consisting of the functional and domain experts need to be deployed at DISCOM

level

• During rollout and initial period of implementation constant support and hand

holding including required correction is envisaged for a successful ERP

implementation.

• Bidder will provide circle level support by deploying sufficient team to train and

hand hold at circle level (for fixed period 12 months)

• The propose central help desk or support team shall in addition have a group of

personnel who can train the ERP user. If this team is available centrally then

DISCOM can depute them or invite officer for training and workshops to

disseminate information and communicating changes etc.

• Offered ERP solution will have standard integration functionalities/features. Also

whenever new version of COT product is released same shall come with all the

latest data exchange technologies.

Technological Requirement:

• Bidders may offer on premise / or any location decided by client/ OEM’s Public

Cloud / OEM’s Cloud Solution at JDVVNL. Bidder should quote commercial

software to ensure OEM’s support for better implementation and better quality of

services.

• RDBMS vendor should be leader in RDBMS and it should be leader in iPaaS 2017

Gartner magic quadrant.

• RDBMS should provide active-active high availability and it should secure,

manageable, robust and have option to shift and lift database among on-premise,

public cloud, cloud at customer and hybrid model seamlessly without any change

in application.

• Proposed ERP solution should be leader in SAAS 2017 Gartner quadrant

• All software licenses should be unrestricted, FULL USE and all software licenses /

subscription should be in name of JdVVNL.

• ERP licenses the no of modules required for each module would be specified by

us.

• Proposed ERP must be based on open-standards approach, similar to Service

Oriented Architecture (SOA) so that it improves IT productivity and business

value at the same time. At the heart of approach to SOA should be the concept of

highly integrated Web services, combined with business logic and harmonized

semantics that can be accessed and used repeatedly to enable end-to-end

business processes.

• Integration between all modules of ERP and integration / interface with any

customized utility application which demands any slightest need of any uni/

bidirectional entry in/ to ERP application

• The ERP shall provide an application architecture which can be integrated with

third party/ legacy applications using the built-in integration tools/ technology

• The ERP should include tools/mechanism for System, Database and performance

measurement activities

Page 49: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

49

• Ability to maintain the log of transactions

• The ERP shall be able to import data from various formats (Text, Excel, CSV, XML

etc.) OR The ERP shall be able to import data from various RDBMS like ORACLE ,

MS SQL, Sybase.

• Ability to generate report output directly in Excel, PDF, text, XML, HTML or such

other file types

• Ability to allow users to select column, apply filters and sort orders, apply

aggregate functions, drill down/ drill up for creating their own views or reports

and charts with ease

• Ability of the ERP Solution to work concurrently with any other software for

functioning e.g. Anti-Virus, Firewall, MS Office etc.

• Ability to support remote operation of System administration

• The proposed ERP solution will be able to do Real time transaction processing

• ERP system should be capable to do real time master data update

• Ability to provide MIS dashboards for senior management; Create ad-hoc reports;

Schedule reports to run at periodic intervals; Send reports electronically to other

users

• Ability to archive reports and use in Document management

• Ability to attach soft and scanned copies of documents to master and transaction

records

• Ability to support role based access and control

• Ability to provide database & application programs migration tool for migrating

from one server to another

• Ability to support multi-dimensional analysis of historical data collected for

various workflow processes to identify bottlenecks and improve the business

process

• Ability to create custom objects/ formulas for repeated use in reporting tool

• Process integration can be suggested as a part of technology architecture to

enable connectivity and integration between legacy applications, any customized

applications and business partner solutions.

• Solution must be backed by adequate security mechanisms, such as firewall and

proxy servers, that need to be in place to protect the network from external

threats.

• The proposed hardware infrastructure & software solution components offered should

available through on premise private cloud environment deployed in the Data centre

(MEITy empanelled or State Data Centre, GoR) behind firewall and solution should be

able to seamlessly migrated to public cloud as well.

• The setup must provide cloud environment with capabilities of Virtualization,

Orchestration, resource management, unified console, metering, etc,

• All system software licenses must be FULL USE and should be name of JdVVNL.

• All cloud subscription should be for minimum 4 years and should be in name of

JdVVNL.

• The setting up Infrastructure and software platform should be monitored by OEM to

get the right configuration / set up suited to requirement.

• The solution should provide >99.90 % uptime

• Agility - Solution should be developed and supported using agile methodology and

flexible enough to iterate the process as per requirement

• Integration - Solution components must be tightly integrated with each other for ease

of accessibility and data flow between them avoiding redundancy

Page 50: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

50

• Proactive Monitoring - Capability of Proactive system monitoring should ensure uptime

and deliver increased service levels via proactive notification of potential issues.

• Future Expansion - For future enhancements and module additions, the proposed

cloud platform must provide capabilities to some of significant services like IoT (for

communication with devices), SOA (for integration), IaaS (Infrastructure as a Service for

additional compute), etc. should provide on subscription and on premise cloud service

based model to be integrated with the solution

• Bidder shall mandatorily offer Commercial Off-The-Shelf (COTS) product of

international repute that should have been implemented with at least three

national/international utilities.

• RDBMS should have received the security certification of EAL4+ from the

International Common Criteria.

• RDBMS should have native clustering with objectives of scalability, high availability

and load balancing. The solution should provide single image database concurrently

accessed by multiple database servers, without repartitioning or changes to the database

objects or 3rd party transaction routing mechanism. RDBMS should be providing active –

active clustering with flexibility to add additional nodes without downtime. It should have

option to shift and lift database among on-premise, public cloud, cloud at customer and

hybrid model seamlessly without any change in application. Underlying software licenses /

subscription has to be full use in name of JdVVNL for contract period.

• For better integration, major platform component i.e. Engineered System, RDBMS,

Web Server Software, Application Server Software, Portal, SOA, Identity & Access

management and Mobile Platform should be from same OEM and full use licenses /

subscription in name of JdVVNL.

• The database has not only to manage and analyze large volume of data, but shall

have a large stream of incoming data constantly. Solution must provide very high

performance and faster results on highly available environment, hence bidder has togo

for purpose build database engineered and integrated machines as these machine will

provide redundant components with active-active configurations.

• Database Engineered Systems should provide Database as a service and should able

to offload the database sql processing to the storage tier, should provide at least 16 TB

flash memory capable to keep database in-memory and provides at least 40Gb/ps high

interconnect between database storage and servers, should able to provide hybrid

columnar compression, In-memory processing with both row and column data formats,

database encryption and access security and storage tier indexes.

• Database platform need to store and process large information and streams of data,

bidder need to provide appropriate cloud based data storage i.e. like block, Object, etc. A

robust, scalable, highly available, manageable, secured and high performance database

platform is required with ease of manageability, provisioning and processing capabilities

• Database as a Service Solution should have capability to integrate with centralized

access management available through Cloud Service •

Requirement from Cloud Service Provider

The hardware requirements towards ERP functioning will be computed by the successful

bidder and the same will be validate by the OEM, in order to ensure satisfactory working

of implemented ERP system. Successful bidder will arrange the same hardware by cloud

service providers. If data to be hosted on the public cloud than, all the JDVVNL data will

be hosted on cloud provided by the empaneled cloud service providers by Ministry of

Electronics and Information Technology (MEITy) , Government of India. The JDVVNL‟s

data will be hosted with highest security feature on government private cloud

environment.

Page 51: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

51

It must be noted by the bidder that, JDVVNL‟s data will be hosted only on the cloud of

empanelled cloud service providers MEITy. If during the contract period, the cloud

service provider does not get the continuation of empanelment from MEITy than, it will

be the responsibility of the bidder to transfer the JDVVNL‟s data on other MEITy’s

empaneled cloud service provider well in advance, on government private cloud

environment, with extra cost.

Business Volumes and Performance Requirements

Bidder should consider following response while suggesting solution hardware & software

as a holistic solution.

Process operations response times (end to end) are required of no less than:

• 90% of online update transactions of 2 seconds to commit transactions with sub

second screen response times.

• 90% of online simple query of 3 seconds.

• 90% of online complex query 4 to 8 seconds.

• Batch operation such as salary generation, accounts compilation, budget, etc.

should not be more than 5 minutes for one sub division (approx. 50- 60

employees in one subdivision) with peak load.

• Response time for processing operations defined as the time it takes for the

process to complete from the time it has been requested to run. Peak load

currently is between 10am to 12pm and 1pm to 3pm, mostly with online

transactions and around 50 (to be modified as per requirement) concurrent users

across the entire organization.

Project Management Methodology & Tools

• Bidder must carry out the implementation based on proven methodology as

suggested by respective OEM (bidder must submit the implementation manual by

the OEM to the JDVVNL for their reference) or any suggest and improvisations

needed to address the requirements stated in this Bid document or any tools

proposed by the Bidder.

• OEM audit will be conducted at the end of the each implementation phase. OEM

will verify the activities conducted by the implementer at the end of each

implementation phase, including hardware sizing. The cost of OEM audit will be

included in the Bid price. It will be the responsibility of the implementer to comply

with the comments/observation in each phase of implementation, before moving

to next phase of implementation.

• JDVVNL may get the solution audited through a Third Party before Go-Live in

order to ensure the success of the project. Such third-party agency for carrying

out the acceptance testing and certification of the entire solution will be

nominated by the JDVVNL.

• Bidder should enlist various tools which they are going to use during

implementation period and cost of using of the any tools shall be borne by the

Bidder.

Training Strategy

• Develop a Training Strategy and a detail approach for providing training to the

various categories of users.

• Implementer will develop training videos for each modules to elaborate the

functioning of OEM for different activities in Hindi for JDVVNL, these submit each

Page 52: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

52

videos and presentation (in ppt format) in hard-disk/pen-drive along with list of

index (in order to make search easy).

oIf JDVVNL consider it is necessary to upload these videos on internet to run

online channel, then implementer will provide necessary support

Solution Design Strategy

The Solution Design Strategy developed by Bidder should be based on the following:

• Analyse the current processes and documentation available processes and the

FRS.

• Conduct a standard gap analysis for requirements and map them to features of

the ERP to arrive at enterprise level gap analysis report for Customization/

Workarounds /Configuration requirements.

• Identify process/policy/MIS changes required to be undertaken for implementing

the solution and the business case for such changes.

Interface Strategy

Develop an Interface Strategy describing interface points between the ERP SOLUTION

and the legacy/ new applications. Develop a Data Conversion Strategy describing the

data elements that would need to be converted and the process that needs to be

followed for the same.

Risk Management

Risk Management Strategy to identify and categorise the project risks along with the risk

management process with approach and mitigation plan

Deliverables and Reporting

1. Manage the delivery of all deliverables and the activities that go in making of the

deliverables.

2. At a minimum, the Bidder will submit a written progress report every week to the

JDVVNL.

3. Continuously report the exceptions and critical issues that need immediate attention

and also detail the proposed time & mechanism to resolve the different category of

issues.

4. Update the Project Management & Steering Committee members in the respective

meetings to be held every month. The venue, date and time of the meeting shall be

decided mutually.

5. Interact with the other entities such as the ERP product vendor. For all practical

purposes, JDVVNL may treat the successful Bidder as an agent of all other entities

involved. On an aggregate basis, the Bidder will be responsible for successful

completion of the ERP SOLUTION Project.

Broad Level Responsibility Matrix :

Page 53: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

53

Sr

No

Phase Description

Primary

Responsibility

Secondary

Responsibility

1. Study all the business processes and

arrive at a list of processes, which would

be covered by the ERP Solution

implementation.

Formulation of AS- IS Document

Bidder Discom

2. Solution Architecture , Process re

orientation & To – Be process document

Bidder Bidder

3

Configuration / Customisation /

Integration with Legacy systems along

technical as well functional document

Bidder Bidder

4. User Acceptance Testing / UAT scripts Bidder JDVVNL

5. Integration testing / Regression Testing JDVVNL Bidder

6. Core User Training Bidder Bidder

7. End User Training Bidder Bidder

9. Cut Over Strategy Bidder Bidder

10. Data formulation for conversion JDVVNL Bidder

11. Data Conversion for JDVVNL Bidder JDVVNL

12. Support after Go Live Bidder Bidder

Project Deliverables:

Bidder shall be required to adhere to below acceptance of Work Product and deliverables

based on responsibility. Please note that, the following list of deliverable is indicative

only, if JDVVNL consider any other deliverable to be provided by the successful bidder

then, same will be provided by the successful bidder to DISCOM, without any extra cost.

1.0 Project Management

PHASE : PROJECT PREPARATION PHASE

Page 54: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

54

Deliverables Weekly Status reports in Agreed Format

Acceptance Criteria Project Schedule Sign Off by JDVVNL.

Dependencies

Primary Responsibility

Secondary Responsibility

Time for Acceptance

2.0 Project Award

Deliverables Minutes of Kick off Meeting

Acceptance Criteria Concurrence with Minutes.

Dependencies Availability of Top Management

Primary Responsibility Bidder

Secondary Responsibility Discom

Time for Acceptance Sign Off Of Meetings within 7 days of submission.

3.0 Developing Project Plan & Establishing Project Infrastructure

Deliverables Minutes of Kick off Meeting

Acceptance Criteria Concurrence with Minutes.

Dependencies Availability of Top Management

Primary Responsibility Bidder

Secondary Responsibility Discom

Time for Acceptance Sign Off Of Meetings within 7 working days of submission.

4.0 AS-IS & TO- BE Study / Process flow charts for JDVVNL

Deliverables Documentation of AS-IS Process and validation of the

same by the Business Process owners and business

function heads, defining Key Process Indicators for

successful project and achievement plan for the same.

Page 55: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

55

Acceptance Criteria Sign-Off from Business function heads

Dependencies Active Participation of all Discom’s Core teams

Primary Responsibility Bidder

Secondary Responsibility Discom

Time for Acceptance To be submitted by Bidder within the time frame set

mutually

5.0 Overall Product Presentation for

Deliverables Documentation of AS-IS Process and validation of the

same by the Business Process owners and business

function heads, defining Key Process Indicators for

successful project and achievement plan for the same.

Acceptance Criteria Sign-Off from Business function heads

Dependencies Active Participation of all Discom‟s Core teams

Primary Responsibility Bidder

Secondary Responsibility Discom

Time for Acceptance To be submitted by Bidder within the time frame set

mutually

1.0 Training. – Net 30 Days/ Module ( in 4 cluster)

Deliverables Presentation on L2 Training , Training Material , exercises

, daily module specific tests , trainer evaluation.

Acceptance Criteria Presence of all Core team member, Champion users and

completion of training as per desired quality (which

will depend on rating of the trainer by the core team

) and

Dependencies Active Participation of all Discom’s Core teams

Primary Responsibility Bidder

PHASE : BUSINESS BLUEPRINTING PHASE – BBP

Page 56: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

56

Secondary Responsibility Discom

Time for Acceptance Sign- Off on attendance sheet within 7 days of training

2.0 Workshop on ERP Organisation structure to give an idea about the ERP

Organisation elements

Deliverables Presentation by Bidder on ERP Org. Structure to Business

function heads , business process owners and Core team

member.

Acceptance Criteria Presence of all Business functions heads , business

process owners and core team members.

Dependencies Active Participation of all Discom‟s Core teams

Primary Responsibility Bidder

Secondary Responsibility Discom

Time for Acceptance None

3.0 ERP Organisation structure Finalisation

Deliverables ERP Organisation Structure

Acceptance Criteria ERP Organisation structure frozen must fulfil the current

ERP organization process / reporting / consolidation

requirements as well must be scalable w.r.t. Future needs

Dependencies Active Participation of all Discom’s Core teams

Primary Responsibility Bidder

Secondary Responsibility Discom

Time for Acceptance Sign off by the business function heads and business

process owners as well core team members within 15

days of submission of ERP organization structure

document.

4.0 To- BE Process (Process Workshop) , Business Blueprinting for all Modules

Deliverables Business Blueprint Document, swim lanes / Process flow

charts, Gap Management, Reporting requirement

document.

Page 57: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

57

Acceptance Criteria Business blueprint document should fulfil stated current

as well as future business need , must incorporate ERP

best practices ,must clearly indicate the gap management

and approach to handle the RICEF (development )

requirements of the organization

Dependencies Active Participation of all Discom‟s Core teams and

business process owners as well as function heads.

Primary Responsibility Bidder

Secondary Responsibility Discom

Time for Acceptance Sign off by the business function heads and business

process owners as well core team members within 21

days of submission of ERP organization structure

document.

5.0 Top Management Training / Senior Management Workshop

Deliverables Top Management workshop for To – be process Mapped ,

gaps and resolution of gaps

Acceptance Criteria Attendance and sign off by Top Management

Dependencies Pre requisite for BBP signoff

Primary Responsibility Bidder

Secondary Responsibility Discom

Time for Acceptance Within 7 Days from the date of the meeting.

6.0 Master and Cut Over data collection templates, defining of the data requirements ,

writing data extraction

Deliverables Data collection templates, data coding structure

document and approach. Development of data extraction

programmes. Data Migration strategy

Acceptance Criteria Must be able to fulfil capturing of all required

master/reporting related data and configurationally data

for various business processes.

Dependencies During To- Be mapping and discussion workshops.

Primary Responsibility Bidder

Secondary Responsibility Discom

Page 58: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

58

Time for Acceptance Conditional acceptance can be given during BBP and

System Build phase. However Final acceptance shall be

only given after successful completion of the integration

testing.

6.0 Master and Cut Over data collection templates, defining of the data requirements ,

writing data extraction

Deliverables Data collection templates, data coding structure

document and approach. Development of data extraction

programmes using suitable tools. Technical refining of

master data. Data Migration strategy

Acceptance Criteria Must be able to fulfil capturing of all required

master/reporting related data and configurationally data

for various business processes.

Dependencies During To- Be mapping and discussion workshops.

Primary Responsibility Bidder

Secondary Responsibility Discom

Time for Acceptance Conditional acceptance can be given during BBP and

System Build phase. However Final acceptance shall be

only given after successful completion of the integration

testing.

7.0 Activities on Change Management

Deliverables Workshop on change management at various sites based

on frequency and intervals decided between the 2 project

managers, conduct a survey for Discom‟s various circles,

divisions , sub divisions and its offices. Submit a report to

Highlight likely change management issues and ways of

resolving them for Discom‟s change management.

Newsletters

Change Management Games and Quizzes.

Change Management Approach Document.

Acceptance Criteria Agreement on JDVVNL specific issues , plan , approach to

manage the change in the organization to accept new

technology and benefit from it.

Page 59: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

59

Dependencies Discom and Bidder change manager in place as well as

support from project steering committee to drive and

support the changes. Presence of Discom‟s functions

heads , Business process owners and core team during

the workshops surveys

Primary Responsibility Bidder

Secondary Responsibility Discom

Time for Acceptance

8.0 Establishing Various Test Environments during BBP and realization phase with

backup and disaster recovery management of key servers including production

servers.

Deliverables Installation and testing of all related servers as a part of

standard ERP implementation methodology whether

based on ASAP or AIMS client creation (test client to

enable testing of configuration).

Setting for Disaster recovery site, conduction of disaster

recovery tests, documentation of disaster recovery

scripts, formation of disaster recovery teams, preparation

of back up and restoration strategy and ensuring the

same successfully.

Getting Products Certifications from Product Vendors.

Acceptance Criteria Configuration completion of respective server at each

stage and completion of testing by consultant team

before releasing the server for core team testing.

Dependencies Relevant IT infrastructure and ERP Installation complete

in relevant environment in functional condition.

Primary Responsibility Bidder

Secondary Responsibility Discom

Time for Acceptance

9.0 BBP Audit by Experts (Internal Team)

Deliverables BBP Audit report with findings, recommendations and

best practices.

Acceptance Criteria Agreement between the Sr. Consultant / Auditors of

Bidder team, discom’s business function heads, business

process owners and core team.

Page 60: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

60

Dependencies BBP draft document must be floated well in advance to

the Sr. consultants before BBP finalisation workshops.

Primary Responsibility Bidder

Secondary Responsibility Discom

Time for Acceptance Within 12 working days of submission of the documents

to the auditors.

1.0 Baseline Configuration and identification of interfaces to ERP

Deliverables First cut configuration of proposed ERP.

Acceptance Criteria Configuration to have top level reflection of desired

functionality as per fit / gap analysis document.

Dependencies Acceptance if ERP fit/gap analysis document

Primary Responsibility Bidder

Secondary Responsibility Discom

Time for Acceptance Testing & Inspection on configured system and sign off on

completion report within 7 days of testing and inspection.

2.0 Final Configuration

Deliverables 95% Completion of Configuration / Customization of all

required Modules in all respects as identified during BBP

Phase. 95% Completion of all development (WRICEF) as

identified during BBP Phase.

Submission of all document such as configuration

Document, technical document, Functional Specification

and Technical Specification.

Acceptance Criteria Desired functionality as per fit/ gap analysis document is

reflected in each module. This will be accepted after final

Configuration Audit prior to the start of Integration

testing.

Dependencies Acceptance of prototype configuration document.

Primary Responsibility Bidder

Secondary Responsibility Discom

PHASE : REALIZATION PHASE

Page 61: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

61

Time for Acceptance Inspection and sign off on completion report as well as

acceptance report of the configuration document within 7

days of submission.

3.0 Development of Programs , Utilities & Enhancement for Data Migration

Deliverables Development of Programs & Utilities such as (BDC ,

LSMW , BAPIs) , conversion programmes and utilities as

per functional scope.

Test result completion document.

Acceptance Criteria Successful Upload testing results during verified by Core

Team during UAT.

UAT Sign off document for Upload Programs.

Dependencies Signed functional specifications by the functional and core

team members.

Primary Responsibility Bidder

Secondary Responsibility Discom

Time for Acceptance Inspection and sign off on completion report as well as

acceptance report of the configuration document within 7

days of submission.

4.0 Training on Upload Programs / Utilities

Deliverables Formal Hands on training to all Core users along with end

user upload documents and videos.

Acceptance Criteria Ability to Upload records independently by core team

members / data conversion team.

Dependencies Presence of Core Team members and required data

conversion from each module.

Primary Responsibility Bidder

Secondary Responsibility

Time for Acceptance Sign off after completion of Hand on session by core

team.

5.0 Unit Testing , Integration Testing , Regression Testing and User Acceptance Test

Deliverables Unit testing, integration testing & regression testing for

processes of all modules based to mutually agreed test

plans/ scenarios which includes negative test plans for

developments as well. Recording of all test results as per

agreed test scripts / scenarios.

Page 62: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

62

Acceptance Criteria Successful completion of Unit testing, Integration testing

as well as regression testing based on agreed test

scenarios for each processes / Module independently.

Dependencies Availability of Core team along with Process owners

during testing and acceptance of results.

Primary Responsibility Bidder

Secondary Responsibility Discom to formulate required test scenarios for the

modules based on functional requirements.

Time for Acceptance Sign off of Test scripts by core team and process owners

within 10 days successful completion of testing.

6.0 System Related Testing

Deliverables Stress Test , Performance test , Failure and Disaster

Recovery test , Back up & Restoration of Data.

Test Scripts based on various scenarios , Acceptance

Criteria & Back up Strategy document. Recording of

results for all tests,

Acceptance Criteria Successful completion of all tests by System Maintenance

team of Discom or by team identified by JDVVNL.

Dependencies Availability of Core team along with Process owners

during testing and acceptance of results.

Primary Responsibility Bidder

Secondary Responsibility Discom to formulate required test scenarios for the

modules based on functional requirements.

Time for Acceptance Sign off of Test scripts by core team and process owners

within 10 days successful completion of testing.

1.0 Establish Production Environment / Pre Production Environment

Deliverables Readiness ERP system Production System and Pre

production environment (Optional) with all Configuration

and customization / Development as Processes

Completion Report on Production Server Readiness.

PHASE : FINAL PREPARATION PHASE

Page 63: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

63

Acceptance Criteria Running Complete Pre Production and Production Server.

Dependencies User Acceptance of Integration test result document &

training & Handholding of System Administrator from

Discom.

Primary Responsibility Bidder

Secondary Responsibility Discom to provide system management operations and

authorization concepts.

Time for Acceptance Sign off of within 10 days of submission of completion

report and inspection by system administrator of JDVVNL.

2.0 Data Migration to Pre Production Client

Deliverables Migration Master and Cut over data by extracting

uploaded data reports from ERP tables and Standard

Reports.

Data of last 5 years must be migrated and validated for

HR and HR Payroll.

Completion report for Pre Production as well as

Production Environment against all acceptance criteria.

Acceptance Criteria Matching of below Values in Pre Production Client

before data migration to production environment : Trial

Balances , Balance Sheet , Vendor Balances ,

Customer balances , Vendor advances , Customer

advances , Asset Master and All data related to

employees and as per any other requirement by JDVVNL.

Dependencies JDVVNL to provide accurate and validated data as per

Bidder‟s format.

Primary Responsibility Bidder

Secondary Responsibility Discom to provide system management operations and

authorization concepts.

Time for Acceptance Sign off of within 10 days of submission of completion

report and inspection by system administrator of JDVVNL.

3.0 End User Training

Deliverables End User Training Plan & Conduction training for all users.

Training module for end user (1 Hard copy for each user.)

Training Videos for end users.

Acceptance Criteria Conclusion of training , end user documentation to reflect

navigation paths.

Page 64: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

64

Dependencies Final configuration acceptance.

Primary Responsibility Bidder

Secondary Responsibility Discom to Assist in preparation of End user document and

hands on training of JDVVNL trainers.

Time for Acceptance Sign off on end user documentation within 7 Days.

4.0 Cut Over Strategy Workshop

Deliverables End User Training Plan & Conduction training for all users.

Training module for end user (1 Hard copy for each user.)

Training Videos for end users.

Acceptance Criteria Conclusion of training , end user documentation to reflect

navigation paths.

Dependencies Final configuration acceptance.

Primary Responsibility Bidder

Secondary Responsibility Discom to Assist in preparation of End user document and

hands on training of JDVVNL trainers.

Time for Acceptance Sign off on end user documentation within 7 Days.

1.0 Introduction System Readiness for Go Live

Deliverables Check List for Go-Live and a production ERP system ready

for use from both technical as well functional stand Point.

Acceptance Report

Acceptance Criteria Availability of Production System.

Dependencies Acceptance of production system.

Primary Responsibility Bidder

Secondary Responsibility

Time for Acceptance Sign off check list and acceptance report within 5 Days.

1.0 Data Validation and Go Ahead for Go-Live

PHASE : GO LIVE SUPPORT

Page 65: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

65

Deliverables • Master and Cut Over Data Validation sign off document

by the business functions heads.

• Validation of ERP Trial balances , Balance Sheet ,

Vendor Balances , Customer balances , Vendor

advances , Customer advances , Asset Master and All

data related to employees and as per any other

requirement by JDVVNL and sign off on the Date of Go

Live.

Acceptance Criteria • Verification on the No of records in the system and

qualitative sampling of the record uploaded.

• Tallying of ERP Trial balances, Balance Sheet , Vendor

Balances , Customer balances , Vendor advances ,

Customer advances , Asset Master and All data related

to employees and as per any other requirement by

JDVVNL against legacy system.

Dependencies Upload of Cutover data must be complete.

Primary Responsibility Bidder for Upload &JDVVNL for Cohesiveness of data.

Secondary Responsibility

Time for Acceptance On Go-Live Date

2.0 Post Go-Live Handholding for 5 Years and Post commissioning

Deliverables • Registering Process Queries.

• Marking the issues as High, Medium and Low.

• Issue resolution as per SLAs.

• Changes in any reporting requirement logic.

• Development of New reporting and form requirements.

• Application of any new patches & service packages.

• Mapping of new business process requirements till. Its

data migration and cut over.

• Development of any interfaces/Integration with existing

legacy applications.

• Conducting orientation training as and when required.

• Conduction of ERP audits at various locations.

Acceptance Criteria Availability of Production System.

Dependencies Acceptance of production system.

Primary Responsibility Bidder

Secondary Responsibility

Page 66: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

66

Time for Acceptance Sign off check list and acceptance report within 5 Days.

4.0 Project Progress Meetings, Project Risk and Issue Management, Project Change

Control & Steering committee Reviews.

Deliverables • Conduction review meetings and publishing MOM‟s ,

action plans and monitoring the same.

• Updating project risks on going basis and mitigation

action for the same.

• Conducting steering committee and highlighting project

progress, issues and seeking resolution.

• Presenting the agreed changes, its impact in terms of

project heath and commercials and presenting it to

Senior Management.

Acceptance Criteria Mutual Acceptance of Project progress meeting points ,

steering committee presentations and change control

docs.

Dependencies As and when need arises and as per project schedule.

Primary Responsibility Bidder

Secondary Responsibility JDVVNL

Time for Acceptance NA

5.0 Post Go-Live Handholding for 5 Years and Post commissioning

Deliverables • Establishing Support process and help lines.

• Registering Process Queries.

• Marking the issues as High, Medium and Low.

• Issue resolution as per SLAs.

• Changes in any reporting requirement logic.

• Development of New reporting and form requirements.

• Application of any new patches & service packages.

• Mapping of new business process requirements till. Its

data migration and cut over.

• Development of any interfaces/Integration with existing

legacy applications.

• Conducting orientation training as and when required.

• Conduction of ERP audits at various locations.

Acceptance Criteria As satisfactory completion sign off by Discom‟s Project

Manager and functional heads.

Dependencies Acceptance of production system.

Primary Responsibility Bidder

Page 67: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

67

Secondary Responsibility JDVVNL

Time for Acceptance Sign off check list and acceptance report within 5 Days.

6.0 Post Go-Live Handholding for 5 Years and Post commissioning

Deliverables • Establishing Support process and helplines.

• Registering Process Queries.

• Marking the issues as High, Medium and Low.

• Issue resolution as per SLAs.

• Changes in any reporting requirement logic.

• Development of New reporting and form requirements.

• Application of any new patches & service packages.

• Mapping of new business process requirements till. Its

data migration and cut over.

• Development of any interfaces/Integration with existing

legacy applications.

• Conducting orientation training as and when required.

• Conduction of ERP audits at various locations.

Acceptance Criteria As satisfactory completion sign off by Discom’s Project

Manager and functional heads.

Dependencies Acceptance of production system.

Primary Responsibility Bidder

Secondary Responsibility JDVVNL

Time for Acceptance Sign off check list and acceptance report within 5 Days.

Infrastructure Requirements:

1. All software components must be available and deployable on all OS platforms (if not

should to mentioned in Bid available deployments to account for both planned and

unplanned downtime. Planned downtime could be due to hardware upgrade/refresh,

software patching/upgrades or application version or database schema changes.

Unplanned downtime could be due to memory corruption, disk failures, hardware

failures, server failures or site failures documents)

2. All software components and products should provide out-of-the-box functionality

with minimum customization or implementation requirements, to fulfil the required

functionalities for the proposed solution as well as supporting software components.

3. All software components and products should possess a clear upgrade path for

followon releases with backward compatibility.

4. All software applications should be web-based and multi-tier applications supporting

clustering, load balancing, redundancy, high-availability, scalability, and fail safe

operation.

Page 68: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

68

5. All software applications should provide native support of web services and provide

appropriate APIs for the purposes of integration as well as functionality extension or

enhancements as may be required to fulfil special functionalities.

6. The architecture should be designed for extensibility and scalability.

7. The infrastructure (database, application servers and web servers) must support

highly scalable. Allow server capacity to be scaled near linearly without making any

changes to the data and applications.

8. The successful bidder shall ensure deployment and commissioning of necessary

hardware items at the Data centre and Disaster recovery Centre for ERP with all

necessary and latest security standards.

9. The deployment of ERP application shall follow and comply with contemporary

principles of Information Security Management System (ISMS) i.e. ISO 27001. The

implementer shall ensure the deployment of management and monitoring tools like

Project Management, Application Performance Monitoring, version control (software as

well as document), bugs tracking tools etc.

PROFILES OF TEAMS TO BE DEPLOYED

The selected Bidder has to deploy a specialized and trained team for the successful and

timely completion of the Project. It is therefore desirable that the key personnel in the

team have the following Roles and the minimum qualification and work experience are

detailed below (Discom reserve the right to revise criteria of project team for the best

interest of the project):

a) Program manager

b) Technical Architect

c) Project Manager

d) Project coordinator

e) Change Management Track Lead

f) Functional Track Leads

g) Technical Track Leads

h) Consultants

i) Database Administrator

Role Profile

Page 69: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

69

Program Manager 1. Should have program managed at least 10 ERP projects

2. Experience in Public Sector Industry ERP implementation is

preferred.

3. Should have good program management skills, relationship

management skills and strong leadership qualities.

4. PMP or equivalent certification is preferred

Project Manager 1. Should have project management experience in

implementation/under implementation of the ERP product

2. Should have good project management skills, customer

management skills and strong leadership qualities.

3. Experience of 6 years in IT industry is must.

4. Should have exposure over analytics

Project

coordinator

1. Should have experience in implementation/under implementation

of the ERP product in Power Distribution

2. Should have the relevant academic qualifications (e.g.

B.E/MCA/MBA)

3. Certification like PMP, Prince or MBA full time degree is must

Technical Architect 4. Should have experience in designing and implementing “n‟ tier

architecture and integrating with the proposed ERP product

5. Should have experience in implementation/under implementation

of the ERP product in Power Distribution

6. Should have the relevant academic qualifications (e.g.

B.E/MCA/MBA)

7. Should have certification from OEM for ERP implementation

Change Management

Track Leads

1. Minimum 3 projects as Change Management lead in a large

organization (over 2000 employees). Minimum 1 project as Change

Management lead in an ERP implementation

2. Should have good analytical skill and experience in managing

change emerging from implementing standard ERP product.

Page 70: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

70

Functional Track

Leaders

1. Experience in implementation/under implementation of the

offered

ERP in Power Distribution company is preferred

2. Experience in India localization.

3. The Finance track Leader should have the relevant academic

qualifications (e.g.CA/MBA-Finance/ICWA)

4. Certification by the ERP Product Vendor preferred.

Technical Track Leads 1. Should have led technology and infrastructure track in the offered

ERP implementation project.

2. Should have the relevant academic qualifications (e.g.

B.E/MCA/MBA)

3. Certification by the ERP Product Vendor preferred.

Consultants

(Functional /

Technical

1. Should have ERP implementation (full cycle) experience on the

respective module of the offered product suite.

2. It is preferred that the consultant is certified by the ERP product

vendor on the respective module.

The bidder shall submit the details of experience with proof as per the format. JDVVNL

reserves the right to interview the successful bidder‟s team members selected by the

bidder as part of the ERP implementation team. On interviewing, if the team member is

found unsuitable, then JDVVNL would request bidder to replace with another team

member with the same profile. The above listed qualifications are minimum required

qualifications of team members. After the Go-Live of each phase of “ERP SOLUTION”,

retain the same implementation team at-least till six months, to resolve any issue in

timely manner.

Hyper care Support

• Post declaration of Go Live for all modules of ERP solution, Hyper Support shall be

provided till all annual report required by the different departments generated

and satisfied by the JDVVNL officials

• Bidder shall setup and manage the helpdesk and all provisions during Post GoLive

support

Providing Post GO-LIVE support

• The support will cover all user level queries, fixing bugs in application, changes to

configuration of application if required, patch updates and providing latest version

(upgrades) of application, data base and OS software’s and retraining as defined

above.

• Bidder shall setup and manage the helpdesk during the entire post go-live support.

For Setting up support HELPDESK (for all components of the proposed ERP

Solution) all necessary infrastructure for Helpdesk in terms of Computers, software,

Page 71: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

71

Printers and Scanners would be arranged by Bidder. Telephone lines and internet

facility for the helpdesk would be provided by Purchaser.

• Bidder is expected to provide Discom with the guidelines in setting up and

managing such helpdesk including the processes to be followed in logging request

for assistance, assigning requests to specific helpdesk individual, recording

resolution and tracking the overall time frame from logging a call to its resolution.

• Bidder will also provide a description of their teams that would be set up for this

purpose along with their roles, job descriptions and profiles of key individuals.

• Bidder will ensure that minimum three personnel are available at any given point in

time on 24X5 basis for helpdesk support, and minimum 6 functional consultants on

24X5 basis for the on-field support at each of the JDVVNL offices as required, to

handle day to day issues.

• The Post GO Live support period for implementation services is for a period of 5

years post implementation. It may be noted to the bidder that, JDVVNL will give

stabilization acceptance only after successful reconciliation of the financial and

accounting statement and any other document (like store audit, salary/leave

reconciliation of staff etc.) after the end of the financial year. If any discrepancy

found than, bidder will provide hyper support for each module on Critical or Urgent

basis, without any extra cost. Any delay in resolving the issue beyond the specified

or mutually agreed time, will attract penalty.

• The 5 year of support shall be on-site as well as off-site support model. During this

support period, if required, Bidder will be responsible for developing ad-hoc

reports.

• Following is minimum required list of team would be provided for Post

implementation support by the bidder,

Role

Year 1 Year 2 Year 3 and

further

Onsite Offsite Onsite Offsite Onsite Offsite

Project Manager 1

1 1

Finance Module

Consultant 4

3

3

Material

Management

Module

Consultant

3

2

2

HR Module

Consultant 4

3

3

Page 72: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

72

Projects

coordinator 1

1

1

Technical

consultant for

custom modules

etc(integration of

existing

applications, and

up)

4

3

3

Database

Administrator

1

1

1

The above requirement is indicative, for the proper functioning of ERP system, if more

man-power is required then it will be provided by the successful bidder, without any

extra cost.

It is binding on the part of successful bidder that post go live support and maintenance

has to be carried out by the only successful bidder. Sub-contracting in any form is not

allowed for the post implementation support. However, the consortium partner may play

an active role during support period. The above listed requirement of team members are

indicative, depending upon the field situation and level of complaint JDVVNL reserve the

right to increase the competent support staff to be provided by the successful bidder.

Successful bidder will provide additional support staff without any extra cost.

SCALABILITY

(i) While designing the system, Cloud, hardware and software, the following

scalability factors should be taken into consideration so that system should

complied all the SLAs envisages in this document.

(ii) The Employee base may increase at the rate of 5.0 % per annum on the

base data

(iii) The Bidder will have to size the system keeping in mind the contingencies

such as change in business process and business logic from the date of

commencement of work up to the end of 5 years from date of “Go-Live”.

DATA MIGRATION SCOPE

The following is the indicated list of the type of data to be migrated from the legacy/

manual system.

(i) All Master Data – Must be migrated

(ii) All Open Transactions – Must be migrated

(iii) All transactions in the current financial year – Must be migrated

(iv) Historical Transactions – No of years shall be decided by utility however at

least 3 years historical data to be migrated. Bidder must propose a plan

for the same. As JDVVNL‟s data is critical for its operation hence, Bidder

will ensure error free data migration in timely manner.

Page 73: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

73

DOCUMENTATION SCOPE

The following documents (one set each) which are required for smooth functioning of the

system shall be provided by the successful Bidder with respect to the ERP product,

overall ERP system and its major sub-components for reference and for facilitating self

education by Utility personnel.

User manuals;

System administrator manuals;

Technical manuals;

Installation guides;

Business process guides;

Program flow descriptions;

Data model descriptions;

Sample reports;

Screen formats;

Toolkit guides;

Troubleshooting guides;

Frequently asked question (FAQ) guides.

The clarity, comprehensiveness and accuracy of the documentation shall be

acceptable to the Purchaser (an example document should be made available

to the Purchaser).

The media upon which documentation is made to be made available in two hard-copy

and two soft copy (CD / DVD / Flash Drive). The frequency of documentation updates

and distribution mechanism of the updates shall be intimated by successful Bidder in the

technical proposal. The manual should include information on the application concepts in

addition to transaction and field level documentation. Successful Bidder will be expected

to assist in developing operational procedure manuals. If the user manuals are provided

in Word format, the JDVVNL should have the ability to customize their own manual to

include specific business processes or operational procedures. You can also be required

to provide context sensitive on-line help, which includes all materials provided in the

hard copy manuals. Where possible, users should be able to add their own on-line help

documentation

OTHER SERVICES AND ITEMS

The scope also includes, but not limited to the following services/items described herein

and elsewhere in specification:

(i) Project management and site supervision

(ii) Interface coordination

(iii) Scope change management

Page 74: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

74

ARRANGEMENT BY THE CONTRACTOR

The Bidder shall make his own necessary arrangements for the following and for those

not listed anywhere else:

(i) Office and store at or near JdVVNL headquarter.

(ii) Transportation.

(iii) Boarding & lodging arrangement for their personnel

The vendor shall also provide all the construction equipment, tools, tackles and testing

kits/equipment required for pre-assembly, erection/installation, testing and

commissioning of the equipment and system covered under the Contract. He shall

submit a list of all such materials to the Engineer before the commencement of work at

Site. These tools and tackles shall not be removed from the Site without the written

permission of the Engineer-in-charge.

QUALITY ASSURANCE PLAN

The vendor shall furnish a comprehensive quality assurance program at all stages of

manufacture/development/implementation for ensuring products giving reliable, trouble

free performance. You shall furnish the details of their quality assurance plan and test

set up along with the bid. A detailed quality assurance program shall be finalized with

the successful Bidder during the award stage. However, the Quality Assurance Plan shall

conform to the following standards –

IS/ISO/IEC 27001 – ISMS IT Security, IT services (10 Standards) - All harmonized with

ISO/IEC LITD 16 – Standards on Computer Hardware IS 13252:2003/IEC 60950.

11.1HELP DESK

Help Desk shall act as a single-point-of-contact for all service problems pertaining

to hardware, software under current contract. The successful Bidder shall create

and maintain a dedicated centralized online Help Desk with a telephone number,

E-mail and call tracking mechanism that will resolve problems and answer

questions that arise from the use of the offered solution as it is implemented at

utility. Users can log the queries / complaints, which should be resolved as per

the Service Level requirements. The helpdesk queries / complaints can be related

to connectivity, messaging, security, Hardware, Software, configuration and any

other issues.

Help Desk software shall take care of classification, automatic escalation,

management, and status tracking and reporting of incidents as expected by the

service level requirements. Status tracking should be available to users through

telephone number as well as online through software.

i. The Help Desk will respond to and resolve the problems as per the SLA

ii. Problems shall be classified into various levels of priority mentioned in

2 the SLA. The assigned priority for each problem shall depend upon:

iii. The extent of the problem’s impact on the usability of the system

Page 75: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

75

iv. The percentage of users affected by the problem.

v. The initial assignment of priorities is the responsibility of the Help Desk’s

Problem Manager on basis of SLA. However, utility can change the priority

assigned to a particular problem and the procedures that exist for

escalating a problem to progressively higher management levels, until

agreement is secured.

vi. The precise definition of problem priorities should be documented in the

Successful Bidder’s SLA.

vii. Helpdesk shall troubleshoot on systems (hardware), applications

(software), mail related issues, network related issues, multimedia related

issues, server administration, security related policies, 3 party

coordination.

viii. After problem resolution, the logged problem in help desk will be closed

and notification will be sent to user for confirmation and rate the customer

service on defined parameter in helpdesk.

ix. Help Desk shall be responsible for change management like schedule up

gradation of hardware and software components etc. Help Desk will

coordinate and take approval from utility for the same and will inform all

users for such event in advance.

x. Help Desk shall also be responsible for managing problems/incidents

related to LAN at each node. Help Desk shall ensure timely response and

assigning the problem/incident on priority basis.

Help Desk shall be ITIL compliant & shall implement ITIL compliant help desk

processes like Change Control Procedure, Call Flow Process, Incident & Problem

management approach etc. Bidder shall utilize help desk tools, which are ITIL

complaint and are open for integration with other enterprise management tools

like EMS/NMS system & messaging system.

Responsibilities of Bidder towards FMS:

a. Providing Help desk solutions application

The Service desk / help desk module shall include the Solutions application. A solution

record is a predefined response to a problem or commonly asked question. A solution

record consists of a symptom, a cause and a resolution. Solutions can be associated with

incident and problem records. Solutions application is used to create, approve, and

manage solution records. A separate application, Search Solutions, can be used to

search for and view solution records.

The Solutions application includes the following features:

1. Ability to specify which solution records should be available to self-service

users in the Search Solutions application.

Page 76: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

76

2. Ability to specify a Classification for the solution.

3. Ability to indicate a Status for a solution. A solution record can have one of

the Following statuses: DRAFT, ACTIVE, or INACTIVE.

4. Ability to attach documents or Web sites to a solution record.

5. Ability to use the Solutions application to change the status of a solution

record.

6. Ability to create, update and delete a solution in Solutions Application.

Bidder shall integrate the help desk system with messaging system & EMS/NMS

system of utility.

b.Hardware and Software Services

1. Provide Level One Support for hardware and software, including incident

logging, assigning incident numbers and dispatching the appropriate support

personnel or AMC vendor to remedy a problem;

2. Prioritize problem resolution in accordance with the severity codes and Service

Levels specified;

3. Provide system status messages, as requested;

4. Maintain the defined help desk operational procedures;

5. Notify designated personnel of systems or equipment failures, or of an

emergency;

6. Initiate a problem management record (“PMR”) to document a service outage

to include (for example) date and time opened, description of symptoms, and

problem assignment (Level Two/Level Three), and track and report on

problem status, as required;

7. Monitor problem status to facilitate problem closure within defined Service

Level criteria or escalate, as appropriate;

8. Monitor PMR closure, including documented problem resolution;

9. Provide Utility with complete and timely problem status through the problem

tracking system, as requested;

10. Maintain an updated help desk personnel contact listing.

c. Install/MAC Services (Install Move Add Change)

1. Act as the point-of-contact for install and MAC requests and status; and

2. Act as the interface for coordinating and scheduling all installations and MACs.

d. User oriented Services

1. Provide an interface for user requests, such as new user IDs, address

changes, routing requests, and password changes.

2. Advise the End User to take reasonable steps to backup information, if

possible, prior to attempting to effect a resolution either by phone or handson

during Desk Side

Page 77: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

77

3. Support Service; and

4. Assist End Users with Office automation and E-mail “how to” and usage

questions.

11.2 Install, Moves, Adds, Changes (IMAC) Services

This Service provides for the scheduling and performance of install, move, adds,

and change activities for Hardware and Software. Definitions of these components

are as follows:

Install: Installation of desktop machines, servers, peripheral equipment, and

network- attached peripheral equipment, which form part of the existing baseline

(new equipment needs to be procured by with installation services at the time of

procurement).

Move: Movement of desktop machines, servers, peripheral equipment, and

network-attached peripheral equipment.

Add: Installation of additional hardware or software on desktop machines and

servers after initial delivery (e.g. Additional RAM, CD ROM drive, sound card etc).

Change: Upgrade to or modification of existing hardware or software on desktop

machines and servers (e.g. Upgrade of hard disk drive to higher capacity).

Requests for IMAC shall be prepared by Bidder depending on customer/ system

requirements & shall be approved by utility. Utility shall formulate guidelines for

IMAC &communicate it to Bidder. All procurements shall be done by utility.

11.3Cloud and Data Back-up Centre Operations for ERP:

Bidder shall:

1. Regularly monitor and log the state of environmental conditions and power

conditions of the cloud and data back-up centre.

2. Coordinate with Utility and its vendors to resolve any problems and issues

related to the cloud services related to environment conditions, change in any

operating condition, data security etc.

3. Co-ordinate with the JDVVNL for implementing any changes that may be

required towards the placement and layout of infrastructure within the data

back-up centre

4. Vendor shall monitor, log & report entire equipment & module operation on 24

x 7 x 365 basis

5. Shall perform periodic health checkups& troubleshooting of all systems &

modules installed by consortium members & implement proactive rectification

measures. It is clarified that the data centre operations for the part of ERP

portion shall be the responsibility of the vendor of this bid.

11.4 Bidder’s Responsibilities

1. Setting up and configuring servers under current contract.

2. Installation of the server operating system and operating system utilities

3. Reinstallation on event of system crash/failures

Page 78: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

78

4. OS Administration for IT system

5. Manage Operating system, file system and configuration

6. Ensure proper configuration of server parameters, operating systems

administration and tuning

7. Regularly monitor and maintain a log of the performance monitoring of

servers including but not limited to monitoring CPU, disk space, memory

utilization, I/O utilization, etc.

8. Regular analysis of events and logs

9. Apply OS Patches and updates

10. Monitor & verify logs files and periodically clean up log files

11. Ensure proper running of all critical services on the servers. Schedule and

optimize these services

12. Maintain lists of all system files, root directories and volumes

13. Resolving all server related problems

14. Escalating unresolved problems to ensure resolution as per the agreed SLAs

15. Responsible for periodic health check of the systems, troubleshooting

problems, analysing and implementing rectification measures

16. Logical access control of user and groups on system

17. Responsible for managing uptime of servers as per SLAs

11.5 Database Administration Services

Bidder shall:

1. Undertake end-to-end management of database on cloud on ongoing basis to

ensure smooth functioning of the same.

2. Undertake tasks including managing changes to database schemes, disk

space, storage, and user roles.

3. Setting and tuning system parameters

4. Building appropriate indexes, specifying large enough buffers and caches,

aligning the database implementation on cloud and data back-up IT

infrastructure, monitoring databases and applications, reorganizing databases,

etc.

5. Manage database upgrade or patch upgrade as and when required with

minimal downtime

11.6 Backup/Restore management

Bidder will perform backup and restore management in accordance with mutually

agreed to backup and restore policies and procedures, including performance of

daily, weekly, monthly quarterly and annual backup functions (full volume and

incremental) for data and software maintained on Servers and storage systems

Page 79: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

79

including interfacing with utility’s specified backup media storage facilities;

Bidder shall ensure:

1. Backup and restore of data in accordance to defined process / procedure.

2. 24 x 7 support for file & volume restoration requests

3. Maintenance and Upgrade of infrastructure and/or software as and when

needed.

4. Performance analysis of infrastructure and rework of backup schedule for

optimum utilization.

5. Generation and publishing of backup reports periodically.

6. Maintaining inventory of onsite tapes / other backup media.

7. Forecasting tape / other backup media requirements for backup.

8. Ensuring failed backups are restarted and completed successfully within the

backup cycle.

9. Monitor and enhance the performance of scheduled backups

10. Real-time monitoring, log maintenance and reporting of backup status on a

regular basis.

11. Management of storage environment to maintain performance at optimum

levels.

12. Periodic Restoration Testing of the Backup

13. Periodic Browsing of the Backup Media

14. Management of the storage solution including, but not limited to,

management of space, volume, RAID configuration, configuration and

management of disk array, SAN fabric / switches, tape library etc.,

15. Interacting with Process Owners in developing / maintaining Backup &

Restoration

16. Policies / Procedures

17. To provide MIS reports as per agreement

11.7 Performance Monitoring & Reporting

Regularly monitor and maintain a log of the performance monitoring of

servers including but not limited to monitoring CPU, disk space, memory

utilization, I/O utilization, Central Storage etc.

Regular analysis of events and logs generated in all the sub systems including

but not limited to servers, operating systems, databases, applications etc. The

system administrators shall also ensure that the logs are backed up and

truncated at regular intervals.

The administrators shall undertake actions in accordance with the results of

the log analysis to ensure that the bottlenecks in the infrastructure are

identified and fine-tuning is done for optimal performance

Page 80: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

80

Reporting to utility for all system performance monitoring

11.8 Service Management Control

The Bidder must adhere to well-defined processes and procedures to deliver

consistent quality services throughout its contractual period. Any

hardware/software to meet the requirements under this section must be provided

by the Bidder. The Bidder is expected to have the following system management

controls in place:

11.9 Incident Management

The Bidder must have:

i. Ability to create an incident record to document a deviation from an

expected standard of operation.

ii. Ability to create other ticket from the incident, if resolving the incident

involves creating a service request, problem or work order.

iii. Incident could be created automatically from sources such as email,

system-monitoring tools.

iv. Ability to have ticket template containing data that agent can automatically

insert in common, high-volume records. Instead of manually entering

standard information each time, vendor can apply a template that contains

information such as owner, service group, service, classification, internal

priority, activities, labour requirements, and activity owners.

v. The template can add the following information, but can be modified to

include: Priority, Owner or Owner Group, Service Group or Service,

Classification; for Activities: Activity, Sequence, Job Plan, Site,

Organization, Description, Owner or Owner Group, Priority, Vendor, and

Classification.

vi. Ability to assign ownership of an incident either to a person or a person

group who is responsible for managing the work associated with that

record.

vii. Ability to assign ownership via workflow or an escalation process

viii. Ability to associate an asset for an Incident record, if the issue you are

reporting or working on involves an asset.

ix. Ability to select related asset by hierarchical view

x. Ability to pick the related tickets from the similar ticket search result so

that the selected records are copied onto the Related Records list with the

relationship RELATED.

Page 81: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

81

xi. Ability to view a list of related records and view the work and

communication logs for all related records on one screen, on the global

record.

xii. Ability to create a service request from an incident with a relationship

between the two records.

xiii. Ability to create a Problem from Incident application to record an unknown,

underlying cause of one or more issues. The created Problem will be

related to the originating Service Request as type RELATED.

xiv. Ability to create a release in the Incident application when resolving the

Incident involves releasing a set of bundled changes to your users. The

created Release will be related to the originating Incident as type

FOLLOWUP and has the status of waiting-on-approval.

xv. Ability to relationships between Incidents.

xvi. Ability to identify a global incident, which is the root cause of many other

issues or that is something affecting many users.

xvii. Ability to automatically assign one or more SLAs via Workflow or Escalation

process based on SLA‟s criteria

xviii. Ability to apply an incident template which contains activities that can be

viewed and edited

xix. Ability to find and attach Solution record containing information on

resolving to an Incident record.

xx. Ability to record Solution containing information on the symptom, cause,

and resolution.

xxi. Ability to create and submit a draft solution from the Incident application

screen which an agent can approve the solution for general use later.

xxii. The communication log stores inbound and outbound messages and

attachments sent between users and agents.

xxiii. Ability to view communication entries associated with a record.

xxiv. Ability to use a communication template to fill in default data, such as the

identifier, subject from the originating record when create a

communication.

11.10 Ticketing Management

i. Ability to specify an Owner or Owner Group and Service Group or Service

for the ticket.

ii. Ability to specify a classification for the ticket.

iii. Ability to specify both a Reported Priority and an Internal Priority for the

ticket.

iv. Ability to list related assets on a ticket.

v. Ability to track time spent on a ticket via the Timer button or alike.

Page 82: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

82

vi. Ability to apply one or more service level agreements (SLAs) to a ticket.

vii. Provide Self-Service Service Requests module to allow users to submit and

view service requests.

viii. Ability to create other ticket from the service request, if resolving the

service request involves creating an incident, problem, or work order.

ix.Ability to relate existing tickets to the service request.

x. Service requests could be created automatically from sources such as

email, system monitoring tools. xi. Ability to add a classification to enable

workflow processes, escalations, and service level agreements

xi. Ability to have ticket template containing data that agent can automatically

insert in common, high-volume records. Instead of manually entering

standard information each time, agent can apply a template that contains

information such as owner, service group and service, classification, and

internal priority. The template can add the following information, but you

can modify it; Priority, Owner or Owner Group, Service Group or Service,

Classification, Vendor, and Organization.

xii. Ability to assign ownership via workflow or an escalation process

xiii. Ability to select related asset by hierarchical view xv. Ability to filter the

related asset list by value list: All, Public, or User/Custodian. The default

User/Custodian is the affected person specified on the record.

xiv. Ability to show similar tickets to search for and relate other tickets to the

current record. The purpose is for information only.

xv. Ability to automatically assign one or more SLAs via Workflow or Escalation

process based on SLA‟s criteria.

11.11 PROBLEM MANAGEMENT

The Vendor must develop an effective problem management system to reduce

the impact of problem that occur and minimize its reoccurrence. It should help in

identifying the root cause of the problem and proper recording and tracking of the

problem till its resolution. In order to systematically capture, record, track and

resolve the calls, robust application tools with following functionalities / features

should be provided. The tools shall have following features:

i. Ability to apply a template to a Problem. The template contains common

data such Priority, Owner or Owner Group, Service Group or Service,

Classification, Vendor, and Organization.

ii. The Problem template also can contain activities, labor requirements,

and activity owners

iii. The Problem template also can contain Problem activity common data

such as, Sequence number, Job Plan, Site, Organization, Description,

Owner or Owner Group, Priority, Vendor, and Classification. iv. The

status is automatically change to be QUEUED when ownership of an

incident is assigned except the status is RESOLVED

Page 83: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

83

iv. Ability to associate an asset for an Problem record, if the issue you are

reporting or working on involves an asset.

v. Ability to select related asset by hierarchical view

vi. Ability to relate other tickets and work orders to a Problem with a

relationship type of RELATED

vii. Ability to show similar tickets to search for and relate other tickets to

the current record.

viii. Ability to show similar tickets, Problems to search for and relate other

tickets, Problems to the current record.

ix. The similar ticket search results only list service requests, incidents, and

problems having the same Classification. Records are not included in

the results if they either are global records or history records.

x. Ability to identify a Problem as global record. A global record captures

information about an issue affecting many people. The record might be

a created for a shared asset i.e. the root cause of many other issues,

such as a failed network server.

xi. Ability to relate a Problem to a Global record.

xii. Ability to create a service request from a problem, creating a

relationship between the two records.

xiii. Ability to create a Release in the Problem application when resolving the

Problem involves releasing a set of bundled changes to your users. The

created Release will be related to the originating Problem as type

FOLLOW-UP and has the status of waiting-on-approval.

xiv. The relationship between Problem and other Problem/Ticket can be

deleted.

xv. Ability to identify a global Problem, which is the root cause of many

other issues or that is something affecting many users. A global record

might have many other records related to it. xvi.Ability to automatically

assign one or more SLAs via Workflow or

Escalation process based on SLA‟s criteria

xvii. When you apply an SLA that includes a response commitment to a

Problem, value in the Target Start date field is set based on that SLA.

xviii. When you apply an SLA that includes a resolution commitment to a

Problem, value in the Target Finish date field is set based on that SLA.

xix. Ability to relate existing service requests, incidents and problems to a

global record and manage them via the global record with the

relationship RELATED TO GLOBAL type.

xx. Ability to manage the tickets via the global ticket, when linked with

global relationships, so the statuses of related tickets can be changed

by changing only the status of the global record.

Page 84: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

84

xxi. Ability to change status of each activity individually

xxii. Ability to apply a template, which contains activities that can be viewed

and edited.

xxiii. Ability to select labour for activities on a Problem.

xxiv. Ability to report labour time either for a Problem as a whole, for

activities on the Problem, or for both types of labor time.

xxv. Ability to enter start and stop times.

xxvi. xxvii. Ability to select an owner for each Activity individually.

xxvii. Ability to find and attach Solution record containing information on

resolving to a Problem record.

xxviii. Ability to record Solution containing information on the symptom,

cause, and resolution.

xxix. Ability to create and submit a draft solution from the Incident

application screen which an agent can approve the solution for general

use later.

xxx. Ability to use the Work Log in the Problem application to document work

that needs to be done or that was done to resolve the issue.

xxxi. Ability to modify or delete Work Log with authorization protected.

xxxii. Ability to create Communication action in Problem application to send

communications about a record to a requestor or other user.

xxxiii. Ability to use a communication template to fill in default data, such as

the identifier, subject from the originating record when create a

communication

.

11.12 CHANGE MANAGEMENT

i. Work plan for Change Order describes the labor, materials, tools,

services, and tasks you need to complete a Change.

ii. Ability to enter, modify, or view the work plan.

iii. Ability to select a job plan (predefined Work Plan), and modify it as

needed.

iv. When associate a job plan with a Change order, it copies the labor,

materials, services, and tools to the Change order‟s plan.

v. Ability to limit the list of job plans displayed for selection to only job

plans associated with the asset or location that appear on the Change

order.

Page 85: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

85

vi. When work with planned materials or items for a Change, it shall

display item number, description, location, category and unit cost.

vii. Ability to create a ticket or work order from within an existing ticket or

work order (A change order).

viii. When create a work order or ticket, the newly created record has a

status of FOLLOW UP, and the original record is its ORIGINATOR.

ix.Ability to create follow-up work orders. It will copy the asset,

location, and GL account from the originating work order to the follow-

up work order. A follow-up work order is for when you complete a job

but notice that additional work is needed on the same asset or location.

x. Ability to link work orders and tickets to a Change with a relationship

type of RELATED

xi. Ability to create a change from a change. It is needed when, for

example, a technician completing a change discovers that additional

work not specified on the change, such as a software upgrade, is

required to solve a problem.

xii. Ability to create an Incident, problem, release & work order from a

change. xiii. Once a change is approved, it cannot be deleted.

xiii. When change status of a Change it will change the status of to the child

work orders, if the change is indicated to do so.

xiv. Ability to change the status of the Changes to complete (COMP), which

indicates all the physical work is finished.

xv. Ability to execute the move or modification of assets when the status is

changed as planned.

xvi. Ability to change the status of child Change order in the screen of

parent Change order.

xvii. Ability to view information about previous status changes. xix. Ability to

change the status of the Change order’s task.

xviii. Ability to automatically assign one or more SLAs via Workflow or

Escalation process based on SLA‟s criteria

xix. Ability to duplicate a change with or without its tasks or with its

hierarchy.

xx. Ability to drilldown view the complete hierarchy of locations and assets.

11.13 RELEASE MANAGEMENT

i. Ability to link work orders and tickets to a Release.

ii. Ability to create follow-up work orders. It will copy the asset, location,

and GL account from the originating work order to the follow-up work

order. A follow-up work order is for when you complete a job but notice

that additional work is needed on the same asset or location.

Page 86: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

86

iii. Ability to create a change from a release. It is needed when, for

example, a technician completing a change discovers that additional

work not specified on the release, such as a software upgrade, is

required to solve a problem.

iv. Ability to create an Incident, problem, service request, work order &

release from a Release.

v. Ability to change the status of one or more work orders (Release

orders) to Approved (APPR).

vi. Once a Release is approved, it cannot be deleted

vii. When change status of a Release, the tasks on the Release are also

changed accordingly.

viii. When change status of a Release it will change the status of to the child

work orders, if the change is indicated to do so. ix.Ability to change the

status of the Releases to complete (COMP), which indicates all the

physical work is finished.

x. Ability to execute the move or modification of assets when the status is

changed as planned.

xi. Ability to change the status of one or more work orders to Closed

(CLOSE). The Closed status finalizes a Release.

xii. Ability to change the status of child Change order in the screen of

parent Release order.

xiii. Ability to view information about previous status changes. xiv. Ability

to change the status of the Release order’s task.

xv. Ability to automatically assign one or more SLAs via Workflow or

Escalation process based on SLA‟s criteria.

11.14 E-mail LISTENER

The help desk application shall have features to interface with messaging system

(E-mail listener) to extract service request from messages.

The E-mail Listener Configuration application includes the following features:

1. E-mail Listener shall support post office protocol 3 (POP3) and Internet

message access protocol (IMAP) e-mail protocols.

2. E-Mail Listener must have the:

Ability to create multiple listeners, to monitor multiple e-mail accounts.

Ability to support multiple attachments per message. E-Mail Listener

converts any attachments into attached document records. When a

ticket record is created from the e-mail, the attachments are

associated with the ticket record.

Ability to specify a status for the listener Active/Non-Active.

Page 87: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

87

Ability to differentiate between new service requests and updates to

service requests via the subject line of a message.

Ability to customize e-mail handling via a Workflow process.

A different Workflow process can be associated with each listener.

Workflow processes can be configured to convert e-mail messages into

service requests and communications log entries.

11.15 AVAILABILITY MANAGEMENT

i. The Bidder must define the processes/procedures which ensure the service

delivery as per the required SLAs or exceed it. It should cover various

equipment such as all the servers, networks, switches, SAN, Modems, data

converter units, call centre equipment, other site specific services, and the

critical services and their supporting hardware, micro-code, firmware, and

software components, as defined in scope of work. Industry standard SLA

management tools should be deployed and shall have following essential

features:

ii. Ability to define the following types of SLAs:

a Customer SLA

b Internal OLA

c Vendor(underpinning Contract)

iii. Ability to define SLAs at the System, Organization, or Site level.

iv. Ability to specify a ranking to be used for the SLA, when multiple SLAs

exist for the same object.

v. There is a setting to specify whether only one or multiple SLAs should be

applied.

vi. Ability to relate an SLA to another SLAs, for example if an SLA has

supporting SLAs. vii. Ability to link an SLA to a key performance indicator

(KPI) to monitor performance. viii. Ability to create an escalation for an

SLA.

vii. Ability to use the Service Level Agreements application to modify service

level agreements (SLAs). When an SLA is in DRAFT or INACTIVE status,

user can edit or add information on the Service Level Agreement, Assets

and Locations, and Escalation.

viii. Ability to associate relationship between service level agreements (SLAs).

When display an SLA record, user can build a list of the SLAs that the

current SLA record supports (also known as parent SLAs), or a list of SLAs

that support this one (also known as child SLAs).

ix. Ability to associate specific assets, asset types, and locations to a service

level agreement (SLA). Once an SLA and its associated escalation are

activated, it shall apply the SLA to any listed assets, asset types, and

locations.

Page 88: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

88

x. When an SLA is set to ACTIVE status, it shall automatically changes the

status of the escalation to ACTIVE as well.

xi. Ability to workflow the SLAs. xiv. Provide predefined action types, such as

Set Owner, Status Change, or Create Ticket. xv. Ability to create new

action types, if needed.

xii. Ability to define sets of actions that are grouped together in a specific

sequence.

xiii. Ability to associate an escalation point with one or more actions through

the action group.

11.16 RESOURCES FOR PROJECT & SERVICE MANAGEMENT

The Bidder shall deploy adequate number of personnel for providing Facility Management

services in each shift of the day. Further there shall be one team leader available during

day shift, which would also be expected to be available on call in case of emergent

requirement. The Bidder shall be required to depute on-site personals to meet the

Services requirement as described above.

i. ONSITE SERVICE ENGINEERS – Shall be required to undertake the

responsibilities of System Administrator and troubleshooting of hardware for data

back-up. OEM certified engineer shall be required for System administration, repair

& maintenance, with knowledge and expertise on the various Operating Systems of

the ERP Production Environment. Microsoft certified Professional shall be required for

Intel Servers.

ii. OPERATIONS MANAGEMENT RESOURCES – The Bidder shall be required to

deploy adequate number of engineers responsible for day-to-day operations

(including back up etc.) and monitoring in each shift on all days of the week on 12x7

days.

iii. GENERAL QUALIFICATION & EXPERIENCE OF RESOURCE PERSONS – The

engineers deployed for the job must have suitable qualification, experience and

certification for the assigned job. If the service of particular personnel is not

satisfactory, owner shall ask for the suitable replacement and the Bidder shall be

required to provide the replacement on the next working day.

Cloud Administration 24X7 Critical

Database Administration Services 24x7 Urgent

Backup Management As per schedule High

Bidder has to sign SLA prior to start of FMS contract. During initial four weeks of

“Go-Live” Bidder shall provide minimum agreeable services. Formal SLA shall be

enforced only after initial transition period.

Page 89: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

89

11.17 CHANGE OF SERVICE LEVELS

1. The client may inform the service provider at least one month prior to making

a change in the Service Levels.

2. The client reserves the right to change the criticality, service availability

duration, service levels and service level measurements with prior

information.

3. The client may introduce a new Service Level that needs to monitored – but

will include the basic aspects like Expected Service Levels, Minimum Service

Levels etc.

4. Bidder to mention percentage change in quoted value for first quarter in case

of change in service levels.

13. TESTING AND ACCEPTANCE PROCEDURES

Testing and quality assurance in software development is more rigorous since each

component has to be more reliable, if it is to be reused. A system is tested at

various stages of development and deployment. For example, each component is

tested as a unit for checking the correctness of its own code. Further, the

component is tested with its dependent components. After final release of the entire

set of components, system is tested for the correctness of system functionality.

Finally the components are further tested in simulated production load for

performance and load analysis.

The Lead Partner along with consortium partners shall be responsible for the testing

processes such as planning (includes preparing test plans and defining roles and

their responsibilities), preparation (consists of preparing test specification, test

environment and test data) and execution (includes testing at various levels like

unit level, integration level, system level and production).

Test Plan

Test plans are prepared for each phase of testing. The initial test plan is created

during the Project Planning phase. The initial test plan describes who performs

which type of testing and when. Ideally master test plan covers all types of test i.e.

from unit testing to production testing. The Lead Partner along with consortium

partners is expected to submit the test plans to Utility for approval. Any changes

made to the test plan during the project life cycle should be communicated to

UTILITY for approval.

Test plans contains following items:

a. Roles and responsibilities of test team

Approach to testing

Function testing

Security testing

User Interface and reports testing

Concurrency testing

Performance and Load testing

Page 90: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

90

b. Test Scenarios along with entry and exit criteria

c. Test specifications

d. Suspension and resumption criteria

Test scenarios

The Lead Partner along with consortium partners should prepare test scenario for

each business scenario. A test scenario when executed should fulfill a business

requirement as per the scope of business functionality. Test scenarios include

following:

1. Test Specification - During the test specification phase, the test cases are

specified. It consists of description of the input, process to be executed and a

prediction of output results.

2. Test Environment - Component developer does unit testing and integration

testing. Integration testing can be delegated to a specialized testing group.

Each of the members in the testing group is provided with testing

environment according to his/her role and responsibilities.

Following is sample testing environment for testing:

A workstation

A set of tools and applications required on workstation like access to user

interface, browser etc.

Access to centralized document database (where all the project related

documents are maintained)

Access to testing tools and defect logging tools

Access to the central database or repository for development and unit

testing (this database contains sample test data)

Access to deployed components

3. Test Data - Test data is prepared for testing at each stage. The test data

should be prepared in such a way that it covers basic path and every alternate

path of the code. The basic path and alternate paths are prioritized to capture

relevant data. Tools can also be used to generate test data.

Test Execution

The following testing steps are usually employed in the project lifecycle. The Lead

Partner along with consortium partners expected to follow these steps.

Unit Testing - In unit testing, each piece of code has to be rigorously

tested. At this stage testing is done according to the priority of path of

code. All the test results are logged in the defect logging tools. After every

the completion of testing, code is corrected for defect logs. This process is

iterative till criteria for successful testing is reached.

Integration Testing - Upon completion of unit testing, integration testing

begins. The purpose is to ensure distinct components of the application

still work in accordance to customer requirements. Test sets will be

developed with the express purpose of exercising the interfaces between

Page 91: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

91

the components. This activity is to be carried out by the Test Team.

Integration test will be termed complete when actual results and expected

results are either in line or differences are explainable/acceptable based on

client input.

Incremental Integration Testing - Continuous testing of an application as

new functionality is added.

System Testing - System testing is performed when all the components

are delivered to central repository prior to the release of the software. The

testing is done on priority basis of business processes. All the defects are

logged and assigned to respective component owners. The component and

unit testing is performed after the correction of code. However, it may

depend on size and type of individual test specifications. Impact analysis is

useful to narrow done testing efforts by identifying critical test cases

affected due to code change.

Pre-Production Testing – Pre-Production testing is done simulating the

production load. Test data is either prepared or generated from the tools.

This testing is used to evaluate performance, load capacity and

concurrency. Load testing tools can also be used for this purpose.

Following special type of testing are done during Pre-production Testing

Phase:

o Regression Testing - The objective of regression testing is to ensure

software remains intact. A baseline set of data and scripts will be

maintained and executed to verify changes introduced during the

release have not “undone” any previous code. Expected results

from the baseline are compared to results of the software being

regression tested. All discrepancies will be highlighted and

accounted for, before testing proceeds to the next level.

o Performance Testing - Although performance testing is described as

a part of system testing, it can be regarded as a distinct level of

testing. Performance testing will verify the load, volume, and

response times as defined by requirements.

o Load Testing - Testing an application under heavy loads, such as

the testing of a web site under a range of loads to determine at

what point the systems response time degrades or fails.

o Installation Testing - Testing full, partial, or upgrade

install/uninstall processes. The installation test for a release will be

conducted with the objective of demonstrating production

readiness. This test is conducted after the application has been

migrated to the client‟s site. It will encompass the inventory of

configuration items (performed by the application‟s System

Administration) and evaluation of data readiness, as well as

dynamic tests focused on basic system functionality. When

necessary, a sanity test will be performed following the installation

testing.

o Security/Penetration Testing - Testing how well the system protects

against unauthorized internal or external access, willful damage,

Page 92: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

92

etc. This type of testing may require sophisticated testing

techniques.

o Recovery/Error Testing - Testing how well a system recovers from

crashes, hardware failures, or other catastrophic problems.

Acceptance Testing – During the test scenarios definition, for each of the

business scenario, an acceptance criterion is defined. Acceptance criteria

include expected behaviour of the s/w component and the expected results

(data). Expected results form a part of the Exit Criteria. In addition to

expected result and behaviours, some conditions are also specified in the

exit criteria. They can be:

o Number of bugs to be discovered for a functional module. This

depends on size of the functionality and is an indicator of amount of

testing done.

o If any medium or low-priority errors are outstanding - the

implementation risk must be signed off as acceptable by UTILITY

and Lead Partner along with consortium partners oAll High Priority

errors from System Test must be fixed and tested

Lead Partner along with consortium partners needs to get the acceptance criteria

approved from UTILITY for all the functional components of the system. The

Acceptance Criteria for each release into production environment will be agreed

upon by Lead

Partner along with consortium partners in consultation with UTILITY prior to

release from Testing to production environment. After installation, if any bug is

reported or there is non-compliance to requirements then a proper procedure

should be followed. End-user should report (“Change Request”) to his/her

supervisor about the bug that will in turn get forwarded to Project Manager (PM).

PM will forward the List of change request to Lead Partner along with consortium

partners. After the bug is fixed, it should be reflected in the production copy after

testing it.

Performance Testing

The Bidder has to test and demonstrate the operational performance requirement

as defined in the clause 9 of the specification after completion of entire scope.

This will be part of acceptance testing. The system will be taken over by owner

only after successful operational performance testing. The Bidder has to arrange

necessary hardware / software to demonstrate the performance testing.

Bidder should note that UTILITY can appoint a third party Bidder for conducting

any part of above testing procedures (in addition to the testing carried out by the

Bidder).

The details of testing are mentioned here:

14. SOFTWARE SYSTEM ACCEPTANCE TEST

The selected vendor has to submit the customized software to the client project

team. The vendor has to provide the test cases along with the software. The team

Page 93: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

93

shall conduct the acceptance tests and upon complying the requirements the

team shall issue Test certificate. In case of any functionality not meeting the

requirement then the vendor has to customize the software and represent it for

Test.

To have a reliable system Bidder shall submit system test plan along with the test

data for various level of testing. The Bidder will adhere to the standard practice of

system testing and carry out following tests.

(i) System Testing: A system test teams of Discom’s for the entire system will

carry out system testing. It will verify that the complete system and its interfaces

work together and the system is functionally and technically correct. It will ensure

that the system fulfils all requirements as per specifications. The functional

requirements test shall completely verify all features of software and hardware as

a minimum following items shall be included:

Demonstration of all features of the application as per requirement

specifications

Reports generation and all other software maintenance features

Testing of the proper functioning of all the software including test cases of

customer interaction, users inputs & system response

Verification of software documentation via random check.

Verification of Web interface

FAT: Final Acceptance Testing will carried out by the Purchaser for verification of

the system functions, reports, overall software and sign-off.

15. Workflow

The workflow platform should provide the following additional characteristics

• The workflow platform should comply with industry standards like BPEL

(Business Process Execution Language).

• The workflow platform should provide management and monitoring of all

the business processes that are running live at any point of time for

instant visibility and escalation.

• The workflow platform should provide support for full transactional

integrity including support for long running transactions.

• The workflow platform should provide support for out-of-the-box audit

trails and reporting.

• The workflow platform should abide by SOA approach and leverage

business services exposed by the SOA layer.

16. SYSTEM DESIGN AND ENGINEERING

The Vendor shall be responsible for detailed design and engineering of overall

system, subsystems, elements, system facilities, equipment, services, including

Page 94: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

94

systems application software etc. It shall include proper definition and execution

of all interfaces with systems, equipment, material and services of Owner for

proper and correct design, performance and operation of the project.

Vendor shall provide complete engineering data, drawings, reports, manuals and

services offered etc. at the time of SRS for Owner‟s review, approval and records.

17. TRAINING

Scope of Training for Core Team, Functional team:

Certified Functional, Technical, System administration and Database

management training for core team of Rajasthan Discoms, should be

arranged by implementation partner directly from OEM.

The training has to be conducted using official OEM course curriculum

mapped with the Software Products to be implemented in the Rajasthan

Discoms.

The training has to be conducted at the training facilities of Rajasthan

Discoms or at training facility of OEM as per the Software product‟s

proposed in the solution by System Integrator.

The System Integrator in consultation and convenience of the Rajasthan

Discoms shall workout the training program and all the other modalities of

the training, which should be delivered by OEM certified consultants and

Bidder.

The training has to be conducted by Instructors of Bidder and OEM.

The participants of Rajasthan Discoms will be issued a certificate from

OEM and Bidder for attending these courses.

Following stages are to be considered while training to be planned for the

participants from JDVVNL, training to be delivered by OEM for all these stages.

Sr.

No

Training Team Modules Stage

Page 95: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

95

1. Functional

Training

Core Functional

Team Members

(Functional

Implementers)

As per the solution

proposed by System

Integrator, the

training for products

from OEM

Before Implementation

Continuous training

(Fortnightly) during

implementation

Handholding during post

“Go Live” stage

(every month)

2. System

Administration

Core Team

Members (ERP

Application

Administrators)

As per the solution

proposed by System

Integrator, the

training for products

from OEM

Before Implementation

Continuous training

(Fortnightly) during

implementation

Handholding during post

“Go Live” stage

(every month)

3. Database

Administration

Database

Administrators

(IT

System Group)

As per the solution

proposed by System

Integrator, the

training for products

from OEM

Before Implementation

Continuous training

(Fortnightly) during

implementation

Handholding during post

“Go Live” stage

every month) (

Page 96: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

96

Scope of Training for Application End Users:

The Implementation Partner along with OEM should propose

comprehensive change management and End User training plan for

adoption of the applications developed/proposed to Rajasthan Discoms.

The plan should incorporate a consistent, enterprise-wide user adoption

strategy focusing on the following five key areas:

oBusiness Alignment

oCommunication

oUser Training

oPerformance 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 behavioural and technical competencies.

Training Needs Analysis

Conduct a Training Needs Analysis to determine the training and development

needs for all the job roles that will be affected by the Rajasthan Discoms

technology initiative. OEM and Bidder consultants will collect the appropriate

data on user groups, functional and process requirements per user group,

required skills and knowledge, existing training culture and training resources

through workshops and interviews with Rajasthan Discoms business owners

and key business users. This will result in a Training and Development Plan

including:

The training requirements per user group.

Recommendations on the most appropriate training delivery methods and

channels.

Identification of the criteria for training success along with any challenges and

risks.

Plan and responsibilities for the development of the training materials, such as

instructor guides, participant guides, media-based training and quickreference

guides.

Knowledge sharing strategy to enable to perform future customisations

internally.

Content Development

Development of customized, modular training materials based upon user roles

and business process, and customized application. OEM consultants along with

System Integrator will work together with Rajasthan Discoms‟ resources to

enable transfer of knowledge. The following materials will be developed

Page 97: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

97

Paper-based classroom participant guides for each identified user group.

These guides include hands-on exercises and are based upon”Day in the Life‟

scenarios.

Paper-based classroom instructor guides including instructor notes with

additional background information and points to be highlight during the

training.

Media-based training simulations for pre-class preparation, in-class practicing

and knowledge and skills validation.

Train-the-Trainer Program

Development and delivery of a Train-the-Trainer program to prepare Organization

for the delivery of the training program. This program will include:

Training the JDVVNL instructors on the customised version of the application’s

as it would be trained to an end-user, allowing the training team to model our

approach.

Opportunity for knowledge sharing in the areas of leading practice, concepts,

new business processes and knowledge to the JDVVNL instructors.

Sharing of leading practices on creating an effective classroom and an

appropriate learning environment.

Sharing of leading practices on classroom communication to enable the

JDVVNL instructors to encourage student involvement and student interaction.

The program includes instruction on non-verbal behaviour, listening skills,

questioning techniques, how to manage difficult behaviours, interpreting body

language, and general presentation tips.

Project Deliverables and Responsibilities to include the following:

End-User Training

End-User Training Needs Analysis

Task Deliverables

Role Analysis Training needs analysis matrix, identifying and defining the end

users affected by the implementation of new technology and

associated processes.

Curriculum Design Finalized-course designs, including:

• List of business processes and system tasks.

• Outline of role-based training courses.

• Plan for incorporating business process and policy

information.

Page 98: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

98

Education Project

Plan

A project plan detailing:

• Timeline for entire project.

• Ownership and responsibilities for training material

development and delivery.

• Work efforts and resource requirements from the

Rajasthan Discoms.

Onsite Training and Support

Task Deliverables

Content

Development Tool

training

Hands-on training to enable participants to create course outlines,

record topics, edit topics, and publish & deploy content.

Prototype

development

Develop standards, design and develop prototype content

deliverables utilizing the customers Application environment.

Practice the review and revision lifecycle.

End-User Content Development

Task Deliverables

Content

Development for

the topics identified

End User training content in the form of simulations and Paper

Based content

Developing test material for topics identified

Train-the-Trainer Program

Task Deliverables

Content Publishing

Role-based training media courseware

Role-based instructor and participant guides

Page 99: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

99

Train-the-trainer

workshop

• Training the Rajasthan Discoms instructors on the customized

version of the Application‟s as it would be trained to an enduser,

allowing the training team to model our approach.

• Opportunity for knowledge sharing in the areas of leading

practice, concepts, new business processes and knowledge to

the Rajasthan Discoms instructors.

• The Workshop will be held at district headquarter at System

integrators own cost. All cost related to training will be borne by

the System Integrator.

• Each work shop will have at least 20 people. The workshop will

be conducted in batches. The SI will ensure to conduct training

in at least 2 batches. The SI will obtain certificate of completion

from the after completion of each training workshop.

All the training material in soft and hard format will be handed

over to the utility and will be treated as utility property.

18. OTHER SERVICES AND ITEMS

The scope also includes, but not limited to the following services/items described

herein and elsewhere in specification:

1) Project management and site supervision

2) Interface coordination

3) Scope change management

1. Project Management and Site Supervision

The Bidder shall be responsible for the overall management and supervision of

works. He shall provide experienced, skilled, knowledgeable and competent

personnel for all phases of the project, so as to provide the Owner with a high

quality system. Bidder should provide details of the proposed project structure

identifying key individuals, e.g., Project Managers and their roles, including

the number and location of proposed analysis/development personnel. Due to

the expected impact on the business processes, it is extremely important that

Owner should obtain a thorough understanding of the organizations and

individuals proposed for the project and the roles Owner’s staff would be

expected to play. Bidder should also provide details of sub-Bidders likely to be

involved. Indicate the number of full time equivalent staff that will be required

from owner‟s side. Resumes or a personal profile should be provided for key

personnel of his organization for the project.

It is desired to provide estimates of the required number of Owner’s staff and

identify the skills required. Provide details for the following:

a. Number of Full Time Equivalent (separate IT and Business) required

throughout the duration of the project

b. Key roles to be included from the business

c. Key roles to be included from IT

Page 100: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

100

Bidder should provide details of governance roles including:

a. Steering Committee

b. Number and frequency

Risk Management:

The vendor will also be expected to work with UTILITY project manager to

regularly review and amend the list of risks and their mitigation strategies.

Risk could be, but are not limited to, the following:

Availability of Vendors,

Availability of internal and external resources.

Inadequate participation by UTILITY staff.

Information required for the project cannot be provided in the planned

timeframes.

Not meeting Utility’s expectations in terms of scope, timing and

quality.

Project scope creep.

Lack of project ownership.

Inadequate internal project commitment.

Timeliness of decisions on project issues.

Not signing off project deliverables and providing project acceptance in

a timely fashion.

Project facilities are in place for the start and through to the

completion of the project.

The project workings and deliverables are lost due to system failure or

human error.

Logistic Delays

Change Management:

Vendors will be detail their change management methodology and activities

for the total solution implementation. Vendors will be evaluated on their

dedication to methodology and ability to stay focused on the business process

change and expected outcomes / benefits.

2. Interface Coordination

The Bidder shall identify all interface issues with Owner and other agencies if

any, and shall be responsible for such interfacing, coordination and exchange

of all necessary information. The Bidder shall submit to the Owner all system

layout & logic for review. The Bidder shall list the detailed requirements of

interface between Bidder’s work and the material and services to be supplied

by Owner.

Page 101: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

101

3. SCOPE CHANGE MANAGEMENT:

Utility to finalize the scope change management procedure during

development / Implementation stage. The followings are the suggestive

procedure.

Change Request and Control Procedures

Qualification Scenario for initiating change control

Utility defines additional requirement or changes for a feature

Vendor’s Project Manager, during the project, realizes that additional

features are required to be incorporated into the system and implementing

the same will amount to an effort more than one person-week.

Bugs, lacunae, non-compliance to specifications, discovered during the

testing process cannot be treated as change request

Impact on Price

Vendor can quote person-day rate for such changes as part of price bid submitted.

Change request approval process

1. Change request complying with above qualification criteria is initiated

2. A change request form is filled up. (A format will be supplied to vendor as

part of the tender document)

3. Initiator (Utility or Vendor’s Project Manager) fills up items number 3, 4, 5

in the form.

4. The vendor’s project manager fills up items numbers 1, 2, 6, 7 and 8.

5. Project coordinator from Utility fills up 9, 10, and 11

6. On approval by Utility, the project manager of vendor B1 proceeds with

implementation.

7. In all respect, the decision of Utility’s project owner is final and no appeals

are permitted against it.

Page 102: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

102

Change Request Form Format

<Name of Utility>

1. Project Name: Sub System Name: Module Name

2. Request Number & Date of Request

3.Requester

Requester Email Id/ Contact Phone Number

Requester Project Role: End User / Project Coordinator/Vendor PM etc.

Name, Designation and Signature of the Requester:

4.Subject/Reference

<Deviation reference to the scope viz. Name of Requirements Document, clause

number, para etc.>

5. Description of Change

Problem definition

6. Proposed Changes

High level explanation of solution

7.Impact Analysis

Resources, Schedules and modifications as a result of the Change – locations where

software needs to be updated – changes in database to be taken care of - impact on

on-going training and handholding etc.

8.Effort Estimation

Number of person-days

9.Evaluation for Acceptance of Change Request Evaluation Comments

Name, Designation and Signature of Evaluator

Date of Evaluation

10.Priority: High / Medium / Low

11.Approved: Yes / No

Name, Designation and Signature of Approver

Date of Approval

Expected Date of Start of Work Expected Date of Completion Work

Page 103: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

103

SECTION VI FUNCTIONAL REQUIREMENT

Detailed functional requirements for the following modules along with other related

reporting and Department linked functionalities have been provided in Appendix 1.

a. Finance and Accounts

b. Human Resource Management including Self Service for executive category of

officials and payroll for all JDVVNL‟s Employees

c. Materials (Purchase and Stores)

d. Project Management

As an overarching functional requirement, analytical tools and capabilities in above

modules and Document Management System (DMS) will also have to be provided. Every

process should show a link namely view/download facility of that particular

policy/circular/order, to facilitate employee for view/print purpose.

The functional requirements are defined with a criticality level. The criticality levels are

defined as below:

Vital

Vital criticality is the one that is extremely important for the department

and all such functionalities must be integral part of the proposed system.

These features (functionalities) need to be available in the proposed

solution.

Essential

Essential criticality is the one that is important for the department and

all such functionalities must be part of the proposed system. These

features (functionalities) need to be available in the proposed software.

Desirable

Desirable criticality is the one that is good to have for the department

and all such functionalities must be provided during the time of

implementation. These features (functionalities) may not be existing in

the proposed software but should be made available at the time of

implementation.

The Bidders are require to provide their reply on the response column of each row in

Annexure 01 using the appropriate response codes defined below:

Response

Code Response Description

CA Core Application Functionality available in the core application

CZ Customization Functionality available through customization / coding

within the application

TH Third Party Functionality available through addition of third party

applications

NS Not Support Functionality not supported

Page 104: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

104

The Bidder may please note that the functional requirements mentioned here are for the

purpose of having basis business requirements of proposed ERP modules and not to

construe that this is exhaustive requirements of the ERP modules. It is clarified that, idea

behind giving the functional requirements in the RFP was to facilitate the prospective

Bidders with the As-Is functions of the DISCOMs. However, the given functional

requirements are just indicative. The selected Bidder as part of the scope of work will

have to conduct the “As-Is” study for catering the actual functional requirements. On the

basis of such requirement gathering, the final system will be designed.

Page 105: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

105

SECTION VII TECHNICAL COMPLIANCE

Bidder needs to submit technical compliance on their letter head. Bidder needs to propose

services / products strictly as per following requirement. Deviation may lead to rejection of bid.

Private Cloud Database Platform Specifications

S.

No.

Specification Complianc

e (Yes/No)

1

The solution should be based on

engineered system purpose built

to provide the highest level of

database performance.

2

The solution should provide

Integrated compute , storage,

interconnect and Operating

System and should be certified to

run database

3

The solution should be able to

handle both OLTP and Data

warehouse / In-Memory Analytics

transactions.

4

The solution should be able to

provide high capacity (>16TB)

flash disk at the storage tier to

provide high IOPs

5

The solution should provide an in-

house / on premise cloud

capabilities for easy provisioning,

cloning, patching, monitoring and

management of databases.

6

The solution should be able to

provide highest availability

architecture, the database should

be working in active-active

configuration

7

The solution must be architected

for high availability, components

must be redundant and available

in case of failure.

8

The solution should ensure fault

monitoring of the converged

system, additionally the patching

and maintenance should be done

by the OEM

Page 106: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

106

9

The nodes should connect over

10G IP connectivity. Minimum

2x10G Ethernet port per node and

2 x 40Gbps infiniband ports must

be proposed. There should be no

dependency on any proprietary or

specialized interconnects

10 Appliance must have Redundant

Hot Plug High Efficiency Power

Supply.

11 Redundant Hot Plug High Speed

Cooling Fans

12

The solution shall provide scale-

out (by adding nodes) architecture

with no disruption to the

workloads already running on the

platform

13 The solution should deliver zero

data loss in case of disk, host or

network failure

14 The solution should be supplied

with atleast two no. of PDUs per

rack.

15

Remote management features,

Appliance management software

capable of providing role-based

security, alerts of critical

component failure along with

power monitoring. Should also

provide for controlling Power, Fan

management, Compute node

initialization, Resource discovery

and inventory management,

Resource alerts and monitoring

management, Compute node

power management and

diagnostics for elements including

I/O options and compute nodes.

16

SLA:- Service level agreement a.

OEM must ensure 99.5% uptime of

the complete system on a

24x7x365 basis excluding planned

and scheduled maintenance time

with proper approval

17 Self Service portal: access for self-

service portal with following

Page 107: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

107

option: a. Database provisioning b.

On-demand and on the fly

upgrade/downgrade capacity

(CPU, RAM, Disk) c. Start/Stop

database d. Auto scaling (trigger

based/ scheduled based) e. Online

real time performance utilization

report f. patch management

18

Should provide a single pane of

glass view for monitoring of the

entire software and hardware

components, DBA should be able

to drill down the database

monitoring screens to find out the

database bottlenecks

RDBMS Specification

S.

No.

Specification Compliance

(Yes/No)

1 General

1.1

RDBMS should be available on

standard operating systems like

Windows, Linux and Unix.

1.2

The proposed RDBMS should

conform to latest major version

6.0 or higher of Unicode with

Indian Language support.

1.3

Database should work

seamlessly with ODBC, JDBC,

Java, .NET, PHP.

1.4

All the features of database

required as per RFP should be

integrated with database engine

without any 3rd party products

or overlay products.

1.5

RDBMS should have capability

of storing scanned images, text

documents, xml, and multi-

media inside the tables. It

should be part of the basic

database distribution without

Page 108: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

108

any additional cost to the

organization.

1.6

RDBMS should provide

capability to monitor and

manage the database using

web based tool with additional

functionality for performance

management and database

management.

1.7

Database should provide

capability to monitor and

administer the database,

database clusters, Monitor

performance, Maintain

database, Backup and recovery,

Disaster recovery management

using web based tool with

options to do diagnosis,

performance tuning, finding the

events, advisory based tuning

mechanisms with the history.

1.8

RDBMS should have an ability

to monitor and self-tune its

memory parameters

dynamically when the executing

workload changes

1.9

RDBMS should allow the DBA

to control size of memory

allocations for buffer pool and

should also recommend the

optimal size of the buffer pool

for the workload.

1.10

The proposed RDBMS should

support all industry standard

hardware platforms (CISC/

RISC/ EPIC) and operating

systems.

1.11

RDBMS should support of

seamless data transformation

from on premise to public cloud

and from public cloud to on

Page 109: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

109

premise.

2 Scalability

2.1

Database should provide

horizontal scalability in such a

manner that a new database

node can be added (or

removed) dynamically, as and

when required in future, without

disturbing the normal

functioning of production system

such as without shutdown. This

should be supported by native

database clustering

components.

3 Availability

3.1

RDBMS should provide

continuous availability features

to address hardware failures,

instance failures, human errors

like accidental deletion of data,

tables, able to repair at block

level. These features should be

available on all the supported

platforms. It should provide

commands to

a. Retrieve historical data of a

table for a specific time interval

to view all the rows of a table

that ever existed during a given

time interval.

b. Retrieve historical data for a

given transaction, or for all

transactions within a given time

interval.

3.2

RDBMS should have native

clustering with objectives of

scalability, high availability and

load balancing. The solution

should provide single image

Page 110: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

110

database concurrently accessed

by multiple database servers,

without repartitioning or

changes to the database objects

or 3rd party transaction routing

mechanism. RDBMS should be

provide active – active

clustering with flexibility to add

additional nodes without

downtime.

3.3

RDBMS should have a Disaster-

Recovery (DR) solution to

replicate the changes

happening in the database to

the DR site both in synchronous

and asynchronous mode and

should have provision to

configure setup for zero data

loss

3.4

RDBMS should have built-in DR

solution to replicate the changes

happening in the database

across multiple DR Sites, with a

provision to configure the setup

for zero data loss.

3.5

RDBMS should provide

continuous availability features

to address hardware failures,

instance failures, human errors

like accidental deletion of data,

tables, able to repair at block

level.

3.6

RDBMS should have support to

automatically extend storage as

needed to a defined limit (or

physical limit) thereby reducing

unplanned outage at the

database and table space levels

3.7

RDBMS should provide the

features whereby database

objects (eg tables, indexes etc )

can be redefined while the

Page 111: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

111

production application is in use,

thereby minimizing or

eliminating down time.

4 Performance

4.1

The proposed database should

have published TPC-C and

TPC-H benchmarks.

4.2

The TPC-C benchmark of the

database in the proposed

solution should be at-least

placed in first five.

4.3

RDBMS should be able to

provide database level storage

management mechanism, which

should enable the availability by

means of creating redundancy,

automatically balance the data

files across the available disks,

i/o balancing across the

available disks for the database

for performance, availability and

management.

4.4

RDBMS should support option

of different partitioning schemes

within the database (Range,

List, Hash & combinations etc.)

to split large volumes of data

into separate pieces or

partitions, which can be

managed independently.

Partitioning based on physical

and virtual table columns should

be supported.

4.5

RDBMS should have capability

to suggest which columns

should be candidate for

partitioning.

4.6

RDBMS should provide

continuous availability features

to address hardware failures,

instance failures, human errors

Page 112: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

112

like accidental deletion of data,

tables, able to repair at block

level. These features should be

available on all the supported

platforms.

4.7

RDBMS should offer parallel

query and indexing for

performance of queries of very

large vector datasets.

4.8

RDBMS should support spatial

data types that provide spatial

object type storage and it should

support r-tree indexes for spatial

objects.

4.9

RDBMS should provide

functionality of materialized

views which are the database

objects that contains the result

of query that may be subset of

the rows and/or columns of a

table or join result. This is to

provide efficient access to data.

The functionality should be

provided without using the use

of database triggers as that

adversely effects the database

performance.

5 Security

5.1

The database should provide

controls over who, when, where

and how applications, data and

databases can be accessed.

5.2

RDBMS should support the

separation of security

functionality from application

functionality and database

administration functionality.

5.3

RDBMS should be possible to

prevent privileged IT users such

as DBAs and administrators

from accessing and modifying

Page 113: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

113

the data.

5.4

The database should provide

multi-factor authentication

based controls and policies

taking account of IP addresses ,

application context etc.

5.5

RDBMS should provide

functionality to restrict the

access to database tables

through the application only. It

should restrict users or DBA or

any privileged user accessing

the operational information

through SQL Language / Tools

like Toad etc., using direct

connection.

5.6

A comprehensive security at

RDBMS level should be in place

to prevent application bypass

and also prevent access of

department‘s data privileged IT

users.

5.7

Audit trail should also be

maintained at database level for

any changes made in database

and it should be ensured that

these audit trails cannot be

manipulated by anyone

including super users and

DBAs.

5.8

Solution should have a centrally

managed secure audit storage

system which is able to capture

before and after values from

transaction logs, privileged user

audits, raise alters on

suspicious activity. It should

also provide security facilities for

role segregation within auditing

functions in terms of

administration, auditors etc.

Page 114: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

114

5.9

Audit system should enforce

separation of duties between

auditors and administrator.

5.1

RDBMS should capture before /

after values from transaction

logs and raise alert on critical

and suspicious activity.

5.11

The RDBMS solution should

audit stored procedure calls and

also recursive Sql which runs

within the database. It should

provide user role audit ( change

in users role, privileges)

5.12

Along with storing audit logs, it

should be possible to generate

and send alters if some

authorized access or update

happens on critical data. The

solution should provide built-in

and customizable reports for

department compliance and

monitoring.

5.13

Network-based access control

or monitoring solution should be

provided which can be used to

stop SQL injection/insertion

attacks on database.

5.14

Database should support native

optional database level

encryption on the table columns,

table spaces or backups. It

should support for enhanced

authentication by integrating

tokens and biometric

technologies.

5.15

It should support Table level

encryption so that entire

application tables can be

transparently encrypted. Data

blocks should be transparently

decrypted as they are accessed

Page 115: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

115

by the database.

5.16

RDBMS should provide strong

encryption capabilities within

database for stored information

in the tables as well as the

information transmitted over

network.

5.17

RDBMS should have capability

to integrate with HSM and store

the encryption keys in HSM.

5.18

The encryption process should

be able to utilize CPU-based

hardware acceleration of

industry processors like Intel®

AES-NI

5.19

RDBMS should provide on-the-

fly redaction of sensitive data in

database query results prior to

display by applications so that

unauthorized users cannot view

the sensitive data. The

command level API and GUI

should be made available to

define the redaction policies and

rules.

5.2

Policy based backup solution

should be implemented and

the backup should be

encrypted whether stored on

disk or tapes.

5.21

The proposed database in the

solution should have received

the security certification of level

2 (EAL4) or above from the

International Common Criteria.

Portal Specification

S

.

Specification Com

plian

Page 116: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

116

N

o

.

ce

(Yes/

No)

1. The proposed solution should have separate

infrastructure to enable ENTERPRISE-wide Portal

2. The proposed portal product should be from the

Leader‘s quadrant/ wave of latest Gartner/

Forrester for Horizontal Portals

3.

Proposed portal will be the Portal for the

ENTERPRISE in-terms of single integrated user

interface for all internal stakeholders. All backend

COTS/ bespoke/New applications will be exposed

through Portal console using single-sign-on

4.

ENTERPRISE-wide Portal should enable

personalization and configuration at user level as

well as department level. It should also enable role

base access

5.

Portal should provide collaboration capabilities for

ENTERPRISE staff/external using various out of

the box services like wiki‘s, blogs, discussion

forums, etc to enable social connect with various

stakeholders.

6.

ENTERPRISE-wide Portal should enable content

publishing within portal framework

7. Portal should provide Template driven portal

development to simplify portal creation process

8. Should support JSR 168, JSR 170

9. Mobile access

10. The portal should provide search engine with

advanced full-text search capabilities

11. The search engine should be able to search for

requests within the portal various type of content

like Discussions, Forums, Documents, Content

etc.

12. Out of box Integration with ERP solution means

proven integration

Page 117: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

117

13. Clear lifetime support for the proposed solution /

products for next 5 years should be documented

by the OEM.

14. Should support JSR 168, JSR 170

15. Should support Windows, Linux, UNIX

16. Full use license of Enterprise Portal should be

propose with no restrictions

Mobility Specification

S

.

N

o

Feature Functionality Co

mpl

ian

ce

(Ye

s/N

o)

1 Modular

Design

Applications, Platforms and

infrastructure are to be

characterized as service-

oriented, component-based

& reusable. The Platform will

be modular in design,

operations and

implementation.

2 Platfor

m

Architec

ture

The Mobile Application

Architecture should be well

defined. It should facilitate

Rapid Application, build once

deploy on multiple platforms

strategy by maintaining

single source code for

multiple platforms. The

platform should have

capability to create, publish

and catalog REST APIs from

various departmental

Applications and should also

allow services

orchestrations. The platform

should also allow

online/offline capability for

Page 118: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

118

Mobile Applications as well

as analytics for various

devices, demography and

APIs.

3 Applicat

ion

Architec

ture

Application architectures

must be highly granular and

loosely coupled. This is

focused on loosely coupling

Platforms compliant to

Service Oriented

Architecture to facilitate

application recovery. This is

to ensure that the failure of

one component does not

cascade to others. A tier can

also be scaled to run

separate applications to

optimize performance.

4 Web

Based

design

Desktop interface designed

for this purpose shall be web

based and the Purchaser at

workstation shall be able to

access through the latest

available version of the web

browser such as Internet

Explorer, Fire Fox etc.

5 Mobile

Apps

Mobile based interface shall

be available on Android and

iOS via native / hybrid app.

Mobile Apps should be

integrated with Server on

standard technologies using

SOA.

6 Busines

s

Process

Require

ment

Application requirements will

be based on department’s

business processes and the

functional requirements that

derive from them. The

application Platform should

empower the Business Users

in defining the business

processes without any

Page 119: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

119

requirement of software

development or software

coding.

7 .Data

Access

The applications will access

data through business rules

i.e. the applications must not

access data directly without

going through APIs managed

by business rules/

validation/workflow. Data

should be collected once and

used many times.

8 Central

data

storage

Data shall be stored at

central data center or Cloud.

9 Applicat

ion

Scalabil

ity

The application portfolio and

the IT infrastructure are to be

vertically and horizontally

scalable in size, on demand

and functionality to meet

changing business and

technical requirements.

1

0

Data

Owners

hip

Irrespective of the Operation/

Outsourcing option adopted

for operation of the Platform,

the ownership and physical

possession of the data will

always remain with the

Hartron.

1

1

Interfac

e with

other

Platfor

m

As per the requirement,

Platform will exist in

conjunction with several

other Platforms. It would

therefore be required to

interface with other Platforms

for seamless flow of

business information with

tools like Web Services

Interface.

1

2

Report

Generat

The Platform will provide a

report generating tool, which

Page 120: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

120

ion can be used to generate

customized reports at any

level.

1

3

MIS

Reports

The Platform should allow for

a graphical interface to view

the summary data in MIS

reports. This would include

trend graphs, graphs

indicating how much of the

target has been met etc.

1

4

Change

Manage

ment

Platform shall provide option

to administrator to change

workflow and user interfaces

by configuring the changes in

the application without doing

any specific software

development or software

coding.

Access and Identity Management

S

.

N

o

.

Specification Co

mpl

ian

ce

(Ye

s/N

o)

1 Option to Create different Roles

2

Option to assign different types to rights to a

particular role ( View, Write, modify etc)

3

Option to specify the rights for each and every

section/form/workflow of the application for a

particular role

4

Option to track complete usage history for a

particular user ID

5

Option to create users for the Roles and align

them with organization hierarchy

Page 121: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

121

6

The Platform shall provide a mechanism to

authorize users to access the Platform, revoke

users from accessing the Platform, and modify the

security information associated with users. The

Platform shall also be able to automatically

suspend account that violates policy.

7

The Platform shall provide a mechanism to allow

or deny specified user IDs to access the Platform

based on means of access or port of entry.

8

The Platform shall have ability to generate report

on roles, rights associated with roles and users

associated with roles.

9

A mechanism must exist to allow a range of User

Ids to be built with a standard user profiles of

multiple categories, e.g. Data entry user, by

uploading the list in predefined excel, text format.

1

0

Admin shall have feature to configure police that if

a user Id remains unused for a pre-specified

number of consecutive days, it shall be disabled. If

no authorized request for reinstatement is

received within a further predefined time period,

the user Id shall be deleted. The user would be

informed before this happens.

1

1

User Ids shall not consist of less than a predefined

number of characters. The number of characters

would be different for normal users and privileged

users.

1

2

The Platform shall provide a mechanism to

administratively disable user IDs and a

mechanism for re-enabling or deleting a disabled

user ID after a specified period of time. The use of

this mechanism shall be privileged.

1

3

The Platform shall provide a mechanism to obtain

the status of any user ID.

1

4

The Platform shall internally maintain the identity

of all active users.

Application / Web Server Specification

Page 122: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

122

Sr. NO.

Minimum Requirement Description

Compliance (Yes / No)

1

Application and Web Server software licenses should be unrestricted & full use licenses and independent of operating system and hardware platform and Application Server should be fully standards compliant with providing support for latest versions of Web Services, SOAP, WSDL, UDDI, LDAP, SSL, Java and XML standards

2

Application Server must support latest REST based Web Services, and standards such as JAX-RS 2.0,for Servlet 3.0, JAX-RS 1.1, Java Server Faces 2.1, EJB 3.1 Java API for JSON, Web Socket etc which enable and support development of mobile applications or applications running in HTML5 browsers

3

The standards based J2EE application server should have published benchmark on SpecJAppServer and provide support for cluster with wide deployment of Container Resources like JMS and Data Sources. Should have a Centralized Admin console with facilities for Roll Back of Admin changes and have Integrated Support Workbench within the Enterprise Manager.

4

All components of the application server should be based on standards and selected such as to provide ease of management and to avoid compatibility issues.

5

All application server components must be maintainable with an ease such that corrective and preventive maintenance can be performed on the system without affecting the entire working of system.

6

Management software should support detection of bottlenecks, provide diagnostics on them and assist in pinpointing the root cause at Application Server.

7

Functionality for Rolling Upgrade which allows application of Patch without shutting down the entire cluster redeployment and. Application layer should also provide data caching for faster query and transaction term around.

8 Management software should provide metrics on

Page 123: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

123

Java Virtual Machine (JVM) such as garbage collection, heap and thread status. Support for side-by-side/production and Can newer versions of application be deployed side-by-side with older version in same JVM

9

Application Server should provide functionality for Automatic creation of batch scripts based on Admin Console activity and Application layer should be able to manage fault tolerance and load balancing at the database layer automatically

10

The proposed Application server software in the solution should have received the security certification of EAL from the International Common Criteria and proposed Database and Application server software should complement each other functions hence should be from same OEM for better integration and performance.

11

All the features of application server software required as per RFP should be integrated with proposed application server without any 3rd party products or overlay products

Page 124: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

124

SECTION VI ANNEXURES COVERING FORMATS OF SUBMISSION OFBIDS

ANNEXURE 1 FORMAT FOR COVERING LETTER OF BID

Cover Letter

(To be furnished by the bidder on the letter head. It has to be submitted complete with

all enclosures).

The Superintending Engineer (IT) Jodhpur Vidyut Vitran Nigam Limited, New

power house Premises, Jodhpur-302 006

SUB: Submission of Bid for “Implementation of ERP (Enterprise Resource

Planning) System on Commercially Off the Shelf (COTS) software in Jodhpur

Discom” against TN-10___.

Dear Sir,

We hereby submit our bid for “Implementation of ERP (Enterprise Resource

Planning) System on Commercially Off the Shelf (COTS) software in Jodhpur

Discom.” against TN-10____.

We, the undersigned, declare that:

1) We have examined and have no reservations to the Bidding Document, including

Addenda No. (if Any):

2) We offer to supply in conformity with the Bidding Document and in accordance

with the delivery schedule, and the specifications mentioned in the bid document.

3) We are submitting our bids for with complete set of enclosures.

4) We are submitting our Bid as Single Bidding company.

5) We agree for execution of tendered work as per the terms & conditions as

specified in this Tender Document.

6) We hereby confirm that the bid comply all requirements set out in the bidding

document and NO TECHNICAL and COMMERCIAL Deviation are contained in the

Bid.

7) We understand that the Bids with Deviation from the requirement laid down in

this document shall be considered as NON Responsive 8)The prices are as

mentioned in BOQ.

9) The prices quoted are valid for a period of 90 days from the date of opening of

“Financial- bids”

10) The quoted / agreed prices are exclusive of the following applicable Taxes ( As

per prevailing rates):

Enclose details of taxes included in the prices

S. No. Name of Tax/Charges Rate of Tax/Charges

Page 125: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

125

11) We also understand that the quantities mentioned in the price schedule shall be

meant for bid evaluation; however payment shall be made us on the basis of

actual quantity.

12) We have noted the standard terms of payment and undertake to abide by the

same.

13) The execution of work shall strictly be in accordance with work completion

schedule as given in the Tender Document. In case we fail to execute the work as

indicated therein as per the tender specifications , te penalty provisions shall be

applicable as per provisions of the Contract.

14) The material supplied by us shall conform your specification

15) We confirm that we agree to adhere to all the commercial terms and conditions

as well as the technical stipulation of your specification and there is no deviation.

Such acceptance has also been confirmed in prescribed schedules.

16) We confirm that we are qualified for bidding in terms of Qualification

Requirements specified in the bidding documents and have submitted the

requisite qualification Certificate & data / documents with the bid.

17) Until a formal contract is prepared and executed, this together with your written

acceptance thereof in your notification of award shall constitute a binding contract

between us.

18) We understand that the quantity mentioned in the financial schedule is just for

evaluation purpose all charges shall be paid on actual work basis.

19) We understand that Jodhpur Discom/Discom reserves the right to invite detailed

proposals from any private entrepreneur-company; irrespective of the fact

whether the company or entrepreneur has been pre-qualified.

20) We also understand that the Jodhpur Discom reserves the right to reject any or

all of the bids without assigning any reason thereof.

21) We undertake that we shall use the core billing module for Commercially Off The

Shelf (COTS), either SAP or ORACLE , which may be readily fine-tuned to the

requirements of Discom. We undertake to carry out all necessary System

Integration work to ensure that the COTS software offered meets all the

requirements specified and needed for Jodhpur Discom.

22) We understand that the prices quoted in the BOQ are as defined in the

RFP & the financial evaluation of the L-1 bidder shall be per Clause 13.1.5

of Bid Document.

We agree to abide by all the conditions governing the proposals and decisions of the

Jodhpur Discom.

Enclosed: (Annexures)

Thanking you,

Yours faithfully,

_____________________________

Designation____________________

Page 126: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

126

Date:

(Signature of the Authorized Signatory)

Page 127: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

127

ANNEXURE – 2: GENERAL PROFILE OF THE BIDDER

(To be furnished on Bidder‟s Letterhead. In case of consortium, must be on each members

letter head)

Kindly attach a copy of latest RoC to substantiate the information furnished against

general profile of the bidder

Details Responses

Bidding Entity Nature System Integrator

Full legal name of the firm

Year of establishment

Registered Office Address

Address for Correspondence

Authorized person(s) to be contacted

Telephone number(s)

Email id

Fax number

Names, Addresses, Contact Emails and Mobile

Nos. of the Key Management Personnel of Firm

such as MD/Directors/CEO, etc.

Type of the firm Private limited/Public

limited/Government sector /other

Whether registered under companies act,

Partnership Act, or any other act applicable for

registration of Firms in India

Registration Number & Date

Page 128: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

128

Field organization and resources to be deployed

for the proposed job

No. of Projects executed in Utilities in past

5years.

(Please enclose the ownership structure of the company, Incorporation Certificate, MOA,

AOA duly attested by Company Secretary/ Director of the Company).

Page 129: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

129

ANNEXURE – 3: FINANCIAL CAPABILITIES

(To be furnished on Bidder‟s Letterhead. In case of consortium, must be on each

members letter head)

CERTIFICATE OF FINANCIAL QUALIFICATION

S.

No

Financial

Year

Turn Over

(In INR)

Whether

Worth Positive or

NOT

(Select

applicable)

Net

as

Whether Net Profit

earned or not?

(Select

applicable)

as

1 FY 2014-

2015

YES/NO YES/NO

2 FY 2015-

2016

YES/NO YES/NO

3 FY 2016-

2017

YES/NO YES/NO

(Turnover / Net Worth/ Net Profit shall be as per the currently applicable accounting

standards prescribed by Institute of Chartered Accountants of India)

We hereby certify that the above information is correct.

(Signature of the Statutory Auditor of the Bidder)

(Note: Enclose audited Financial Statements/ Annual Report of the aforementioned FYs

duly signed by the Chartered Accountant. If audited balance sheets for the FY 2016-17

are not readily available then the provisional balance sheets signed and certified by the

company Charted Accountant shall be submitted.).

## Note: In case of Consortium separate sheet of financial capability of each member shall befurnished.

Page 130: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

130

ANNEXURE–4 DETAILS & DESIGN OF THE PROPOSED ERP SYSTEM

i. Details & design of the proposed system(s) to meet out the work requirement,

together with its capabilities along with commercial terms and conditions.

ii. A compliance statement indicating the compliance to all the functionalities listed

in the Scope of Work Clause by Clause indicating the ready availability of the

feature, if not readily available then indication for providing the same with due

customization before rollout.

iii. The COTS Software‟s Proposed along with the detailed write up of the same

shall be provided.

iv. Controlling offices that would be established to undertake the proposed work

v. Project organization structure

vi. Names of the key resources that would be deployed along with their proposed

position

vii. CVs of the key proposed resources

viii. Copies of work order and performance report for the projects undertaken/ in

hand (as shown in table below)

ix. Details of the system proposed; a write up on the system that would be installed

/ developed to meet the requirements as specified in scope of work

x. Details of equipment, data sheets/ compliances sheets/ and hardware that

would be deployed along with bill of material indicating the number and make

and technical specifications

Particulars Experience

(Write name of the clients here)

Give detailed write-up on experience / order

executed billing and Customer Information

System

Give detailed write-up on experience / order

executed billing services and Customer

Information System

Enclose copies of order so executed/orders in

hand.

.

Page 131: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 10

131

ANNEXURE – 5: PROPOSED HARDWARE AND OTHER INFRA (BILLOF

MATERIAL)

S.

NO

PARTICULARS BRAND NAME /

PRODUCT

NAME

PRODUCT

NUMBER /

SPECIFICATION

NUMBER

QUANTITY

• Provide details of complete system to be implemented along with all components

• Details of connectivity with bandwidth requirements to be arranged by Discom

• Provide network schematic diagram showing all locations and components

• Provide name and details of COTS software suite to be used along with details

about location and infrastructure details of the cloud services

Note: Undertaking about the Annual Technical Support from OEM of Hardware

and Data from the Manufacturer till the currency of Contract.

Page 132: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

132

ANNEXURE – 6: SCHEDULE OF DEVIATIONS

Technical Deviations

S. No JDVVNL‟S specification

clause

Deviation sought by the bidder

1

2

3

4

5

Commercial Deviations

S. No JDVVNL‟S specification

clause

Deviation sought by the bidder

1

2

3

4

5

6

7

Page 133: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

133

ANNEXURE – 6 : CONFIRMATION OF “NO DEVIATION”

INTECHNICAL / COMMERCIAL TERMS AND CONDITIONS OF

THISTENDER

(To be furnished on Bidder‟s Letterhead.)

Bidder's Name & Address:

To

The Superintending Engineer (IT)

Jodhpur Vidyut Vitran Nigam Limited

New power house Premises

,

Jodhpur-302 006

Dear Sirs,

Sub: Confirmation for “No Deviation” in Technical / Commercial terms & conditions of TN-

65____

We hereby confirm that there is no deviation in technical / commercial terms & conditions

stipulated in the bidding documents and we agree to adhere the same strictly.

(Signature)……...........................

Date :

Place :

(Name)...........................

(Designation)..............................

(Common Seal).......................

Page 134: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

134

ANNEXURE – 8: PROJECT IMPLEMENTATION PLAN

The implementation schedule for Implementation of ERP (Enterprise Resource

Planning) System on Commercially Off the Shelf (COTS) software in Jodhpur

Discom against TN-10_____shall be as under:

Key Dates Description Timelines

KD1

Finalisation of design of proposed COTS ERP system implementation Within 2 months of LOA

Finalisation of FRS from different department responsible for ERP process Within 2 months of LOA

Cloud readiness Within 2 months of LOA

KD2 Implementation of ERP KD1 + 8 Months

KD3 Stabilisation phase KD2+8 months

KD4 Managed services for all software and services in Tender KD3+42 Months

KD5 Completion of project 42 Months from KD3

Page 135: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

135

ANNEXURE-9 : SYSTEM COMPLIANCE SHEET

(To be furnished on appropriate non-judicial Stamp Paper of Rs. 100/-,

dulynotarized)

Affirmation of availability or non-availability of all the features

andfunctionalities provided at Section III part in tabular formant has to

beprovided.

No Functional Requirements Criticality Bidder

Response Remarks

The code to be used for providing Supplier rating responses in the column "Bidder

Response" for the functional requirements is provided below:

A - Functionality not available;

B - Available with modification/workaround

C - Functionality available

Please note that the rating as per the above scale is to be entered in the "Bidder

Response" column, and column titled “Remarks” is to be used for commenting on

aspects related to the functional specification. Bidders have to fill on two columns

("Bidder Response" & “Remarks”).

Please also note that the serial no. and format of response should be exactly similar to

that given in this document under Functional requirement section.

Page 136: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

136

ANNEXURE-10: UNDERTKAING FOR VARIOUS INFORMATION

FURNISHED

(To be furnished on appropriate non-judicial Stamp Paper of Rs. 100/-,

dulynotarized)

Bidder's Name & Address:

To

The Superintending Engineer (IT)

Jodhpur Vidyut Vitran Nigam Limited

New power house Premises

,

Jodhpur-302 006

Dear Sir,

Sub: Undertaking for various information against TN-65___

We hereby confirm that that all the information against all the schedules, Annexure ( 1-8)

and all other Certificates etc. furnished are correct and if in future Discom discover that

any information furnished is not true, same may lead to the rejection of bid or

termination of contract.

(Signature)……...........................

Date :

Place :

(Name)...........................

(Designation)..............................

(Common Seal).......................

ANNEXURE-11: BIDDERS‟S AUTHORIZATION CERTIFICATE

(To be furnished on Bidder‟s Letterhead.)

Page 137: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

137

To,

The Superintending Engineer (IT)

Jodhpur Vidyut Vitran Nigam Limited

New power house Premises

,

Jodhpur-302 006

[Reference No. ]

I/ We <Name/ Designation> hereby declare/ certify that <Name/ Designation> is

hereby authorized to sign relevant documents on behalf of the company/ firm in dealing

with Tender/ NIT reference No. ______________________ dated _________. He/ She

is also authorized to attend meetings & submit technical & commercial information/

clarifications as may be required by you in the course of processing the Bid. For the

purpose of validation, his/ her verified signatures are as under.

Thanking you,

Name of the Bidder: - Verified

Signature:

Authorised Signatory: -

Seal of the Organization: -

Date: Place:

Please attach the board resolution / valid power of attorney in favour of person

signing this authorizing letter.

Page 138: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

138

ANNEXURE 12 : FORMAT OF BANK GUARANTEE FOR EMD

(To be stamped in accordance with Stamp Act, the Non-Judicial Stamp Paper should be in

the name of the issuing Bank)

Bank Guarantee No.: ........................… Date: ...................……... To: (insert Name and

Address of Employer)

WHEREAS M/s. …. (insert name of Bidder)…… having its Registered/Head Office at …..

(insert address of the Bidder) ……….. (hereinafter called "the Bidder") has submitted its

Bid for the performance of the Contract for………….(insert name of the

Package)……………under………….(insert Specification No)…………… (hereinafter called "the

Bid")

KNOW ALL PERSONS by these present that WE …….. (insert name & address of the

issuing bank) ……… having its Registered/Head Office at …..…….(insert address of

registered office of the bank)…….. (hereinafter called "the Bank"), are bound unto

Jodhpur

Vidyut Vitaran Nigam Limited (hereinafter called "the Employer") in the sum of

....................(insert amount of Bid Security in figures & words)..........................

............................……………. for which payment well and truly to be made to the said

Employer, the Bank binds itself, its successors and assigns by these presents.

Sealed with the Seal of the said Bank this ............... day of ............... 20....

THE CONDITIONS of this obligation are:

(1) If the Bidder withdraws its bid during the period of bid validity specified by the Bidder

in the Bid Form; or

(2) If the Bidder does not accept the corrections to arithmetical errors identified during

preliminary evaluation of his bid pursuant to Tender document; or

(3) If, as per the requirement of Qualification Requirements the Bidder is required to

submit any Undertaking/Agreement and he fails to submit the same, duly attested by

Notary Public of the place(s) of the respective executant(s) along with the Bid within

ten days from the date of intimation of post – bid discussion; or

(4) in the case of a successful Bidder, if the Bidder fails within the specified time limit

(i) to sign the Contract Agreement, in accordance with Tender document, or

(ii) to furnish the required performance security, in accordance with the Tender

document. or

Page 139: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

139

(5) In any other case specifically provided for in the Tender document.

We undertake to pay to the Employer up to the above amount upon receipt of its first

written demand, without the Employer having to substantiate its demand, provided that

in its demand the Employer will note that the amount claimed by it is due to it, owing to

the occurrence of any of the above-named CONDITIONS or their combination, and

specifying the occurred condition or conditions.

This guarantee will remain in full force up to and including ……….. (insert date, which

shall be the date 180 days from the date of Technical Bid Opening)…….., and any

demand in respect thereof must reach the Bank not later than the above date.

For and on behalf of the Bank

[Signature of the authorised signatory(ies)]

Signature_______________________

Name_______________________

Designation_______________________

POA Number_______________________

Contact Number(s): Tel.______________Mobile______________

Fax Number_______________________

email ____________________________

Seal of the Bank______________________

Witness:

Page 140: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

140

Signature_______________________

Page 141: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

141

Name_______________________

Address______________________________

Contact Number(s): Tel.______________Mobile______________

email ____________________________

Note:

1. The Bank Guarantee should be in accordance with the proforma as provided.

However, in case the issuing bank insists for additional paragraph for limitation of

liability, the following may be added at the end of the proforma of the Bank

Guarantee [i.e., end paragraph of the Bank Guarantee preceding the signature(s)

of the issuing authority(ies) of the Bank Guarantee]:

Quote

“Notwithstanding anything contained herein:

1. Our liability under this Bank Guarantee shall not exceed _________ (value in

figures)____________ [_____________________ (value in

words)____________].

2. This Bank Guarantee shall be valid upto ________(validity date)__________.

3. We are liable to pay the guaranteed amount or any part thereof under this Bank

Guarantee only & only if we receive a written claim or demand on or before

________ (validity date) __________.”

Unquote

Page 142: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

142

ANNEXURE 14: FORMAT OF BANK GUARANTEE FOR

PERFORMANCESECURITY

Will be provided to the Successful Bidder

Page 143: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

143

ANNEXURE-15: SELF DECLARATION-NO BLACKLISTING

(To be furnished on appropriate non-judicial Stamp Paper of Rs. 100/-,

dulynotarized)

To,

The Superintending Engineer (IT)

Jodhpur Vidyut Vitran Nigam Limited

New power house Premises

,

Jodhpur-302 006

In response to the NIT Ref. No. _____________________________ dated

___________ for {Project Title}, as an Owner/ Partner/ Director/ Auth. Sign. Of

____________________________________, I/ We hereby declare that presently our

Company/ firm _________________, at the time of bidding: -

a. possess the necessary professional, technical, financial and managerial resources and

competence required by the Bidding Document issued by the Discom;

b. have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the

State Government or any local authority as specified in the Bidding Document;

c. is having unblemished record and is not declared ineligible for corrupt & fraudulent

practices either indefinitely or for a particular period of time by any State/ Central

government/ PSU/ UT.

d. does not have any previous transgressions with any entity in India or any other

country during the last three years

e. does not blacklisted by any of the Central/State power utilities in India for fraudulent

and corrupt practices

f. is not insolvent in receivership, bankrupt or being wound up, not have its affairs

administered by a court or a judicial officer, not have its business activities suspended

and is not the subject of legal proceedings for any of the foregoing reasons;

g. does not have, and our directors and officers not have been convicted of any criminal

offence related to their professional conduct or the making of false statements or

misrepresentations as to their qualifications to enter into a contract within a period of

three years preceding the commencement of the contract, or not have been otherwise

disqualified pursuant to debarment proceedings;

Page 144: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

144

h. does not have a conflict of interest as mentioned in the bidding document which

materially affects the fair competition.

i. will comply with the code of integrity as specified in the bidding document.

If this declaration is found to be incorrect then without prejudice to any other action that

may be taken as per the provisions of the applicable Act and Rules thereto prescribed by

GoR, my/ our security may be forfeited in full and our bid, to the extent accepted, may

be cancelled

Thanking you,

Signature…………………

In the capacity of………………………

Duly authorised to sign Proposal for And on behalf of………………………..

Seal of the Organization: -

Date………………….. Place………………….

Page 145: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

145

ANNEXURE-16: QUALIFICATION REQUIREMENT

The Bidder must possess following credentials prescribed as Pre-Qualification Criteria . If

any bidder fails to fulfil the Qualification Requirement (QR), his bid will be treated as

non-responsive and no further correspondence/clarification will be taken into

consideration for the same.

The bid shall be submitted by an individual bidder or by a consortium of maximum 2

members.

The Bidder (referred as SI-Lead) and the 2nd consortium member (in case of a

consortium; referred as SI-2nd) should meet the QR as mentioned below:

No Qualification Details Documents Submitted

by the

Bidder

(Yes/No)

1. Minimum Average

Annual Turnover

(MAAT) for best three

years out of last five

financial years of the

bidder should not be

less than Rs. 40 Crores

i.e. 30% of the

estimated cost of the

project.

In case of a consortium,

the consortium as a

whole (SI-Lead and

SI2nd combined)

should meet this

requirement of

turnover, with SILead

meeting minimum 90%

out of this.

CA Certificate

and the certified

balance sheets.

2. Net Worth for the each

of the last three

Financial Years should

be positive. 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.

„Net-worth‟ will consist

of „paid up equity

capital, free reserves,

balance in share

premium account and

capital reserves

representing surplus

arising out of sale

proceeds of assets but

not reserves created by

revaluation of assets‟

adjusted for

„accumulated loss

balance, book value of

intangible assets and

Deferred Revenue

Expenditure, if any‟.

CA Certificate

3. The SI should have at

least CMM/CMMI level 3

or above

certification.

In case of a consortium,

this requirement needs

to be met by the

SILead.

Certificate

issued by

SEI/CMMI

institute.

Page 146: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

146

4. The bidder must have

a minimum of 100 full

time resources.

Additionally, bidder

must have at least five

OEM certified

In case of a consortium,

the requirement may

be met jointly by

SILead and the SI-2nd.

Self Declaration

resources of each

proposed module of

the proposed ERP

product.

Page 147: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

147

5. The Bidder should

have been in the IT /

Software services for

the last 3 years.

Further, the bidder

should have

successfully

implemented at least

two ERP Projects of

the offered ERP

product in India in

last

5 years, which is

operational on the

date of submission of

bid.

The Bidder must have

implemented and

completed at least one ERP

project costing not less

than the amount equal to

80% of the estimated cost

or two ERP projects

each costing not

less than the amount equal

to 50% of the estimated

cost.

Further, out of above two

projects-

• At least one

number of the

offered ERP

product must have

been implemented

in PSU or Govt.

Organization in

India.

• At least one

number of the

offered ERP

product shall

have more than

100 users base

• At least 4 modules

out of following

functions / modules

of the offered ERP

Product must have

been implemented

(in single project or

jointly in above two

referred

projects) -

a) Finance

b) Accounting &

Controlling

c) Purchasing/Contract

and

d) Inventory

Management

e) Payroll &

f) Human

Resource

Management

g) Business

Intelligence

Work Award &

Performance

certificates.

Page 148: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

148

Reporting.

In case of a consortium,

the requirement may be

met jointly by SILead and

the SI-2nd.

6. Bidder should be

authorized system

integrator /

implementation

partner of the offered

ERP product for sale,

support and services

of the offered ERP

Product.

In case of Consortium, the

requirement may be met

by any one SI

Letter from OEM

of ERP product

Qualifying Requirements for SI-2nd

No. Description Documents to be

submitted

Submitted by

the Bidder

(Yes/No)

2. The bidder shall be a registered

company in India under the Indian

Companies Act.

Certificate of

Incorporation along

with MOA & AOA

2. The SI-2nd should have implemented

System Integration two projects at

DISCOMS in India involving

deployment of Software, Training,

Support, Hardware Deployment, On

Site support manpower, Deployment

of application on cloud/data centers

in the last 3 years out of which at

least one project should be live as on

the date of tender.

Work Orders and

Performance

Certificates

3. The SI-2nd shall be ISO 9001:2008

certified, ISO 27001:2013 for

Information Security Management &

ISO 2000-1:2013 for IT Service

Delivery.

Certificates

4. The Minimum Average Annual

Turnover (MAAT) for best three

years out of last five financial years

of the bidder should not be less than

Rs. 30 Crores.

CA certificate along

with the balance

sheets

5. The net worth of the bidder shall be

positive during the last 3 financial

years

CA certificate along

with the balance

sheets

6. The bidder must have a minimum of

50 full time resources involved in

Project Management, Delivery,

Support etc.

Self-declaration along

with the PF/ESI

details.

Page 149: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

TN - 65

149

NOTE: - In case of non-furnishing of requisite document along with the bid, the bid will

be considered as non-responsive and bid may be summarily rejected.

Page 150: DRAFT SPECIFICATION - Rajasthan · Superintending Engineer (IT), Jodhpur Vidyut Vitran Nigam Ltd, New power house , Jodhpur on any working day 10.04.2018 to 10.05.2018 between 10:00

ANNEXURE-17: FORMAT FOR FINANCIAL BID SUBMISSION

(Financial offer has to be furnished in BOQ excel file).

To, The Superintending Engineer [IT] Jodhpur Vidyut Vitran Nigam Ltd., New power house Premises

, JODHPUR-302 006.

SUB: “Implementation of ERP (Enterprise Resource Planning ) System on Commercially Off the Shelf (COTS) software in

Jodhpur Discom against TN-10_____

Dear Sir,

We have procured the bid documents for engagement of Agency for “Implementation of ERP (Enterprise Resource Planning )

System on Commercially Off the Shelf (COTS) software in Jodhpur Discom against TN-65_____”. We are submitting our

financial proposal as hereunder:

Figures in Rs.

Shall be incorporated in the Final Tender Document

The prices quoted in the BOQ are as defined in the RFP & the financial evaluation of the L-1 bidder shall be as per Clause

13.1.2 of Bid Document.

Name:

_____________________________[Authorized

Signatory]