From Customer TCMPF: 1. Mr. S. Ilango General Manager (AAVIN) 2. Mr. S. Padmanabhan AAVIN 3. Mr. R. Arun Kumar AAVIN. From Prospective Bidders:

Size: px
Start display at page:

Download "From Customer TCMPF: 1. Mr. S. Ilango General Manager (AAVIN) 2. Mr. S. Padmanabhan AAVIN 3. Mr. R. Arun Kumar AAVIN. From Prospective Bidders:"

Transcription

1 1 Corrigendum No.6 / Minutes Pre-bid conference held on: and subsequent site visits by bidders followed up with mail queries. Description Work: Request for Proposal for Selection Consulting Agency cum PMU to implement Integrated Dairy Management System (IDMS Project) in M/s. Aavin. Tender/Package No. : ELCOT / Network / TN AAVIN IDMS Project RFP / / From Purchaser ELCOT: 1. Mr. R. Ilango General Manager (Networks ELCOT) 2. Mr. R. Madhavan Deputy Manager (Networks ELCOT) Representative from TNeGA - State e-governance Mission Team (SeMT) Tamil Nadu 1. Mr. Ifthikar Ahamed Senior Consultant (Programme Management - TNeGA) 2. Mrs. Lathaa S Kumar Consultant (Financial Management TNeGA) From Customer TCMPF: 1. Mr. S. Ilango General Manager (AAVIN) 2. Mr. S. Padmanabhan AAVIN 3. Mr. R. Arun Kumar AAVIN From Prospective Bidders: 1. Mr. S. Ramesh, Earnest & Young Pvt. Ltd., Chennai 2. Mr. Mohsin Khan, Chain-Sys India Pvt. Ltd., Chennai 3. Mr. Mohamed Abdullah, PWC, Chennai 4. Mr. R. Sreeram, Accenture, Chennai 5. Mr. M.Hariharasuthan, Affordable Business Solution Pvt. Ltd., Chennai 6. Mr. Jothimani, HCL, Chennai 7. Other participants representing various firms / companies.

2 2 8. Queries received from Accenture, Wipro, E&Y, Grant Thronton and other prospective bidders through mail The General Manager (Networks), Electronics Corporation Tamil Nadu Limited, Chennai, Tamil Nadu had conducted the Pre-Bid meeting. At the outset the General Manager (Networks) welcomed everybody attending the Pre-Bid meeting for thetender: ELCOT / Network / TN AAVIN IDMS Project RFP / / for Procurement Turnkey Solution from Single Point Service provider for ICT Infrastructure such as Desktop Computer, Dot Matrix Printer, UPS and LAN. A brief status about the project was presented before the audience. The members representing the bidders were asked to furnish their queries in written format so that the replies to the same can be provided by the Purchaser. The members representing the bidders submitted their queries in written format. The request bidders for site visits for better understanding was accepted and asked them to send a request to M/s.Aavin and then send queries quickly. The meeting ended with a vote thanks to the chair. Replies to the queries are presented in Table 1 and to the bid document in Table 2 and they become part the tender document. Managing Director Electronics Corporation Tamil Nadu Limited

3 3 e: (1) Queries from various bidders have been combined for providing clarifications, amendments addendum. (2) No separate clarifications will be issued for each and every bidder other than the combined one. (3) Other than clarifications, the amendments / addendum are given for the clauses. Table 1- Replies to Queries Raised during the pre-bid meeting and through mails after site visits by prospective bidders. Existing Clause Gist the Query Response Reference to page No.21 The lowest cost quoted by the bidder will be selected and declared as the L1 Bidder and is eligible for award contract. This tender involves high level design Supply Chain, financial modeling & fool-pro technical architecting; this mandates a high technical expertise to propose the envisaged IDMS solution; Secondly the RFP mandates the bidder to deploy optimised resource, the current selection (L1 ) process may lead to compromise in the adequate resource It is an approved procedure as per TN Tender Transparency Act. Hence no change can be entertained.

4 Page No.19 & 20 Existing Clause Gist the Query Response Reference to Technical Evaluation Criteria: Experience providing consulting services for large engagements (Manufacturing Industry Sector) involving process re-engineering / improvement, architecture design, Infrastructure assessment, handholding the clients in vendor selection, deployment & successful commissioning, project monitoring, training the local team and handover - Government clients in India during planning. Therefore it is recommended to have a technical weightage in the final selection i.e. QCBS approach which would value & differentiate the better technical value proposition This criterion calls for both manufacturing experience in Government experience which makes it very niche& ambiguous. In relevance to RFP mandate the experience in rendering Consultancy service for any Dairy Management project in India makes it more appropriate. Please refer Corrigendum No.5. No other change in the clause can be entertained.

5 5 Existing Clause Gist the Query Response Reference to the last 5 years as on Minimum value individual project should be INR 2 Cr 3 projects: 15 marks 2 projects: 10 marks 1 project: 5 marks Secondly most the time the value project that is to be implemented doesn t get articulated in Consultant s LOA/ agreement etc. therefore the determination project value becomes difficult to establish & determine during bid evaluation, Therefore we request to kindly amend the criteria as follows, Experience providing consulting services for large Dairy Management which involving process reengineering /improvement, architecture design, Infrastructure

6 6 Existing Clause Gist the Query Response Reference to Page No.13 State Federation (1 HQ), Metro Dairies (4 dairies) and Marketing fices at Chennai and Feeder Balancing Dairies at Madurai, Salem, Krishnagiri and Erode (4 FBD) and JMD fices marketing and Admin (2) Societies 2800 and any other locations as indicated by M/s.Aavin during the contract period. assessment - in India during the last 5 years as on , 2 projects or more : 15 marks 1 project: 10 marks a) does the Implementation location cover the following as well 17 district cooperative milk producer unions 15 Dairies under control the unions 36 chilling centres under the control unions b) Whether the 2800 societies have exclusive fice, which is also to be covered for implementation? c) Any other location seems to be open ended The pilot phase the project cover the places mentioned as in the scope document only. Number societies will not exceed 2800 on a whole. Most the societies have small fice building either owned or taken on rent. The list can be obtained from federation.

7 7 Existing Clause Gist the Query Response Reference to page No.23 The successful bidder / contractor should set up a PMU (Project Management Unit) in Customer location involving the Domain experts, Project consultants & Supporting resources (from the successful bidder), DMS Application Developer and the Infrastructure Service Providers as per the guidance the Customer Authority. This PMU will handle the implementation the project right from the beginning. The Head the PMU will be from the customer and knowledge share should happen during all appraisal meetings and decisions taken for implementation. A clear documentation should be made and hence request to specify the envisaged list location for better visibility Request if the role DMS application developer & infrastructure service provider are highlighted? As mentioned in the scope in the bid document. Further, this will be based on the AS IS and TO BE report submitted by the Consultant and discussions and directions the customer later.

8 8 Existing Clause Gist the Query Response Reference to available to all stake holders and the customer authorities, which will serve as Knowledge Bank to track the developments and guide in Page No.23 Liquidated Damages (LD) will be levied at the rate 0.25% per week on the total contract value or part there, if the work has not been completed within the stipulated delivery period subject to Force Majeure conditions. Besides, such performance may entail black listing the Successful Bidder. Request for addenda: Any delay due to the other stakeholders including the client will not be treated as delay due to the consultant. The cap for the LD is 5% the contract value. LD are levied incase gross negligence & penalty incurred by LD itself bears a high impact hence request if any additional clauses such as Besides, such performance may entail black listing the Successful Bidder. may be deleted. No change in the clause can be entertained.

9 , Page No , Page No.32 Existing Clause Gist the Query Response Reference to The Successful Bidder agrees that in the event non-fulfillment or non-observance any the conditions stipulated in the Agreement, conditions engagement and work order, the successful tenderer shall pay as penalty an amount subject to a maximum 10 (Ten) percent total value contract. In addition, an amount equal to the actual loss incurred by Government will also be recovered from the defaulting contractor. LD will be levied at the rate 0.25% per week on the total contract value or part there and penalty as per SLA subject to a maximum 10%, if the work has not been completed in full within the stipulated delivery period subject to Force Majeure conditions. Besides, such Whether this contract clause refers the LD as per clause No.5.14 and penalty as per clause No. 5.15? If so, what are the SLA terms for the penalty? The total penalty cap (LD & SLA) for the entire contract should be made as 10% on the contract value. LD, SLA and Penalty clauses are as separately. Generally LD is for delay in supplies / deliverables and as at the rate mentioned in bid documents. SLA - as per clause 5.14 and other clauses bid documents. Penalty: The other nonadherence terms and conditions, breach contract terms etc and is restricted to 10%.

10 10 Existing Clause Gist the Query Response Reference to performance may entail termination contract and proceed with penal action including black listing the CONSULTANT Page No.28 The Successful Bidder should be in a position to work in the customer location generally in Aavin headquarters at Madhavaram, Chennai for all practical purposes during the period the contract and other locations in TamilNadu the customer is demanding for successful implementation the project. The details/scope/timeline for the work for deployment in other location (f site) to be specified clearly. Details and scope successful bidder for the rest places have been provided in the RFP / scope document. Timeline is to be drawn by the bidder well within the overall period allocated for project completion Page No.28 Application development Installation infrastructure, User Acceptance Test, Conducting trail run in selected load, Capacity building & training and successful completion Trial Run and customer sign f Request to change the timeline and payment term as follows Phase-I - As-Is & Tobe 120 Woking days & payment 15% Phase-II Trail run Please refer Corrigendum No.5 and No other change in the clause can be entertained

11 11 Existing Clause Gist the Query Response Reference to The timeline 2.a, 2.b, 2.c to be combined. (120 Woking days & payment 15%) No. services & location for trail run to be clearly spelt out (120 Working days & payment 15%) Time line for application development to be revised. Phase-III The payment term linked with number location implemented on quarterly basis ( 260 working days & payment 50%) Handover the local teams

12 12 Existing Clause Gist the Query Response Reference to (30 working days & payment 5%) Phase-IV Remote log-in support to be removed, since it may not be the scope consultant. Scope & time line for the Per call basis service to be defined clearly. 9 9, Point No.1, Page No.30. This Contract shall remain in force during the Contract period 24 months from the date signing this contract for implementation the Integrated Dairy Management Solution. The MANAGING DIRECTOR may terminate this contract where CONSULTANT is in material breach the terms and conditions this contract and the CONSULTANT fails to remedy that breach within 7 days written To be modified as : This Contract shall remain in force during the Contract period 24 months from the date signing this contract for implementation the Integrated Dairy Management Solution. Either party may terminate this contract No change in the clause can be entertained

13 , Page No.24 9, Point No.14, Page No.34 Existing Clause Gist the Query Response Reference to notice. Termination this contract by the MANAGING DIRECTOR will not relieve any party its liability as mutually agreed. In case any dispute, the matter will be referred to an Arbitrator under "Arbitration and Conciliation Act 1996". The arbitration shall be held in Chennai only and the Courts at Chennai only shall have jurisdiction in relation thereto. The sole Arbitrator will be appointed by where the other party is in material breach the terms and conditions this contract and the party in breach fails to remedy that breach on 14 days written notice. Termination this contract by either party will not relieve either party its liability as mutually agreed to be modified as: In case any dispute, the matter will be referred to an Arbitrator under "Arbitration and Conciliation Act 1996". The arbitration shall be held in Chennai only Please refer Corrigendum No.5 and No other change in the clause can be entertained.

14 14 Existing Clause Gist the Query Response Reference to ELCOT and any expenses for the proceedings should be shared by both parties equally. and the Courts at Chennai only shall have jurisdiction in relation thereto. The sole Arbitrator will be appointed mutually by the parties in accordance with the "Arbitration and Conciliation Act 1996" and any expenses for the proceedings should be shared by both parties equally. If any dispute and/or difference shall at any time arise between the parties to this agreement or any clause or their respective rights, claims or liabilities hereunder or otherwise, however, in relation to or arising out or concerning this agreement, such dispute and/or differences shall be referred to The clauses (5.17 and 9 point no. 14 in the sample contract) are different in nature and hence confirm which clause will be? The clause 5.17 will be

15 15 Existing Clause Gist the Query Response Reference to arbitration by two arbitrators, one to be appointed by each party and in the event arbitrators differing, to an umpire to be appointed by the said two arbitrators before entering upon the reference. The Arbitration and Conciliation Act, 1996 as amended from time to time shall apply. 11 P1, Page No.41 Post implementation responsibility: 2. Provide f-site support for 12 months through telephonic, and remote log-in etc 3. Provide on-site review and onsite support whenever necessary on Per Call basis within 8 working hours from the time request. Please quote for 12 Calls one call per month. (This will be availed only as and when needed). 12 P2, Page No.43 The resource specified as data entry operator in Sl.No. 6. To be modified as : Post implementation hand holding support: Providing the hand holding support for six months ( six Man month cost to be quoted This will be availed only on need basis ) What are the scope, nature work and No change in the clause can be entertained. Nature the Work: data entry includes the

16 16 Existing Clause Gist the Query Response Reference to 13 T-8, page No.31 The nature resource to be filled up against Sl.Nos 1 to , 2a Page no.19 Experience in consulting for designing and implementing Enterprise Resource Planning location the work site for the data entry operator? Whether nature resources are as specified in P-2 in page number 43. Request you to consider experience in consulting for designing and related jobs like data management, document management jobs, data processing, data validation, data conversion and document imaging and data digitalization. The basic task includes to set up and prepare reports, letters, mailing labels, and other text material. Data entry operators are expected to carry out the jobs assigned by the customer / PMU during the contract period. Yes. The IT / ITES experience has been already given weightage in earlier clause

17 17 Existing Clause Gist the Query Response Reference to Systems for Government / PSU clients in India during the last 5 years as on Minimum value consulting project should be INR 40 Lakhs , 2c, Page 20 Experience successful implementation or consultancy in any Govt. Tamil Nadu on e- Governance projects involving procurement IT solutions or implementation on turnkey basis during the last 10 years as on , 1a, Page No.19 Annual average Turnover in IT / ITES business during the last five years: implementing IT for Government/ PSU clients in India during the last 5 years as on Minimum value consulting project should be INR 40 lakhs Request you to consider experience implementation or providing consultancy in any State Government on e-governance projects involving procurement IT solutions or implementation turnkey basis during the last 10 years as on Request you to relax this criteria: the annual average and hence No change is entertained.. Please refer Corrigendum No.5 and no other change is entertained. No change.

18 , Page No.17 EMD refund and payment Security Deposit. Existing Clause Gist the Query Response Reference to INR 25 to 50 Crores: 5 Marks and More than 50 Crores: 10 Marks Earnest Money Deposit the Successful Bidder will be adjusted towards Security Deposit against the contract and will be returned only after the successful completion the contract after adjusting LD / penalty if any 18 T3, Page No.37 Audited Financial Statements to be submitted or Auditors certificate to be enclosed. turnover in IT/ITES business during the last five years: INR 15 to 25 crores: 5 Marks and More than 25 crores: 10 Marks EMD to be returned to the successful bidder against the payment Security deposit instead adjustment. The heading the table does not include the Auditors Certificate. Agreed for return EMD amount to the successful bidder only against the submission Security Deposit as per bid conditions, instead adjustment. Clarified that Either Audited Financial Statements to be submitted or Auditors Certificate can be submitted.