rajasthan co-operative dairy federation limited saras...
TRANSCRIPT
Request for Proposal (RFP) Document for
Implementation of
“Enterprise Resource Planning (ERP)” Software System
(SARAS Management System)
At
Ajmer Milk Union, Ajmer (Rajasthan)
Affiliated to Rajasthan Co-operative Dairy Federation Ltd.(RCDF), Jaipur
RCDF/EDP/F.192/2013-14/ Dated 30/8/2013
Mode of Bid Submission Online though eProcurement/ eTendering system at https://eproc.rajasthan.gov.in
Procuring Authority Managing Director, RCDF, „Saras Sankul‟, JLN Marg, Jaipur-302017 (Rajasthan)
Date & Time of Start of Bid 30.08.2013
Date & Time of Pre-bid meeting 10.09.2013 at 11.00 AM
Last Date & Time of Submission of Bid 15.10.2013 up to 4.00 PM
Date & Time of Opening of Technical Bid Will be intimated later to the qualified bidders
Bidding Document Fee: Rs. 5000/- (Rupees Five Thousand only)
Name of the Bidding Company/ Firm:
Contact Person (Authorised Bid Signatory):
Correspondence Address:
Mobile No. Telephone & Fax Nos.:
Website & E-Mail:
Rajasthan Co-operative Dairy Federation Limited Saras Sankul, JLN Marg, Jaipur-302017
Phone: 0141-270250108 Fax: 0141-2702537 Web: http://www.sarasmilkfed.rajasthan.gov.in, Email:
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 2 of 157
Table of Contents
ABBREVIATIONS & DEFINITIONS .............................................................................................................. 5
1. INVITATION FOR BID (IFB) & NOTICE INVITING BID (NIB) ............................................................. 9
2. PROJECT PROFILE & BACKGROUND INFORMATION ................................................................. 12
3. PRE-QUALIFICATION/ ELIGIBILITY CRITERIA .............................................................................. 17
4. SCOPE OF WORK, DELIVERABLES & TIMELINES ....................................................................... 21
5. INSTRUCTION TO BIDDERS (ITB) .................................................................................................. 53
1) SALE OF BIDDING/ TENDER DOCUMENTS 53
2) PRE-BID MEETING/ CLARIFICATIONS 53
3) CHANGES IN THE BIDDING DOCUMENT 53
4) PERIOD OF VALIDITY OF BIDS 54
5) FORMAT AND SIGNING OF BIDS 54
6) COST & LANGUAGE OF BIDDING 56
7) ALTERNATIVE/ MULTIPLE BIDS 56
8) BID SECURITY 56
9) DEADLINE FOR THE SUBMISSION OF BIDS 58
10) WITHDRAWAL, SUBSTITUTION, AND MODIFICATION OF BIDS 58
11) OPENING OF BIDS 58
12) SELECTION METHOD: 59
13) CLARIFICATION OF BIDS 59
14) EVALUATION & TABULATION OF TECHNICAL BIDS 60
15) EVALUATION & TABULATION OF FINANCIAL BIDS 62
16) CORRECTION OF ARITHMETIC ERRORS IN FINANCIAL BIDS 63
17) COMPARISON OF RATES OF FIRMS OUTSIDE AND THOSE IN RAJASTHAN 63
18) PRICE/ PURCHASE PREFERENCE IN EVALUATION 63
19) NEGOTIATIONS 63
20) EXCLUSION OF BIDS/ DISQUALIFICATION 64
21) LACK OF COMPETITION 65
22) ACCEPTANCE OF THE SUCCESSFUL BID AND AWARD OF CONTRACT 65
23) INFORMATION AND PUBLICATION OF AWARD 67
24) PROCURING ENTITY‟S RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS 67
25) RIGHT TO VARY QUANTITY 67
26) PERFORMANCE SECURITY 67
27) EXECUTION OF AGREEMENT 68
28) CONFIDENTIALITY 69
29) CANCELLATION OF PROCUREMENT PROCESS 69
30) CODE OF INTEGRITY FOR BIDDERS 70
31) INTERFERENCE WITH PROCUREMENT PROCESS 71
32) APPEALS 72
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 3 of 157
33) STAY OF PROCUREMENT PROCEEDINGS 73
34) VEXATIOUS APPEALS & COMPLAINTS 73
35) OFFENSES BY FIRMS/ COMPANIES 74
36) DEBARMENT FROM BIDDING 74
37) MONITORING OF CONTRACT 75
6. GENERALTERMS AND CONDITIONS OF TENDER & CONTRACT .............................................. 77
DEFINITIONS 77
1) CONTRACT DOCUMENTS 78
2) INTERPRETATION 78
3) LANGUAGE 79
4) ELIGIBLE GOODS AND RELATED SERVICES 79
5) NOTICES 80
6) GOVERNING LAW 80
7) SCOPE OF SUPPLY 80
8) DELIVERY & INSTALLATION 80
9) SUPPLIER‟S/ SELECTED BIDDER‟S RESPONSIBILITIES 81
10) PURCHASER‟S RESPONSIBILITIES 81
11) CONTRACT PRICE 81
12) RECOVERIES FROM SUPPLIER/ SELECTED BIDDER 81
13) TAXES & DUTIES 82
14) COPYRIGHT 82
15) CONFIDENTIAL INFORMATION 82
16) SUB-CONTRACTING 83
17) SPECIFICATIONS AND STANDARDS 83
18) PACKING AND DOCUMENTS 84
19) INSURANCE 85
20) TRANSPORTATION 85
21) INSPECTION 85
22) SAMPLES 86
23) DRAWL OF SAMPLES 87
24) TESTING CHARGES 87
25) REJECTION 87
26) EXTENSION IN DELIVERY PERIOD AND LIQUIDATED DAMAGES (LD) 87
27) AUTHENTICITY OF EQUIPMENT 89
28) WARRANTY 90
29) PATENT INDEMNITY 90
30) LIMITATION OF LIABILITY 92
31) FORCE MAJEURE 92
32) CHANGE ORDERS AND CONTRACT AMENDMENTS 92
33) TERMINATION 93
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 4 of 157
A) TERMINATION FOR DEFAULT 93
B) TERMINATION FOR INSOLVENCY 94
C) TERMINATION FOR CONVENIENCE 94
34) EXIT MANAGEMENT 94
35) SETTLEMENT OF DISPUTES 98
7. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT .............................................. 100
1) PAYMENT TERMS AND SCHEDULE 100
2) SERVICE LEVEL STANDARDS/ REQUIREMENTS/ AGREEMENT 104
3) CHANGE REQUESTS/ MANAGEMENT 104
ANNEXURE-1: BILL OF MATERIAL (BOM) .............................................................................................. 106
ANNEXURE-2: TECHNICAL SPECIFICATIONS ...................................................................................... 107
ANNEXURE-3: PRE-BID QUERIES FORMAT {TO BE FILLED BY THE BIDDER} ............................................ 120
ANNEXURE-4: BIDDER‟S AUTHORIZATION CERTIFICATE {TO BE FILLED BY THE BIDDER} .................... 121
ANNEXURE-5: SELF-DECLARATION {TO BE FILLED BY THE BIDDER}........................................................ 122
ANNEXURE-6: CERTIFICATE OF CONFORMITY/ NO DEVIATION {TO BE FILLED BY THE BIDDER} ......... 124
ANNEXURE-7: DECLARATION BY BIDDER {TO SIGNED BY SELECTED BIDDER} ........................................ 125
ANNEXURE-8: MANUFACTURER‟S AUTHORIZATION FORM (MAF) {TO BE FILLED BY THE OEMS} ...... 126
ANNEXURE-9: UNDERTAKING ON AUTHENTICITY OF COMPUTER EQUIPMENTS ......................... 127
{TO BE FILLED BY THE BIDDER (ON RS. 100/- NON-JUDICIAL STAMP PAPER)} ................................................... 127
ANNEXURE-10: COMPONENTS OFFERED – BOM {TO BE FILLED BY THE BIDDER} .................................. 128
ANNEXURE-11: FINANCIAL BID COVER LETTER & FORMAT (COVER-3) ............................................... 129
COVER LETTER {TO BE SUBMITTED BY THE BIDDER ON HIS LETTER HEAD} .................................................. 129
ANNEXURE-12: BANK GUARANTEE FORMAT {TO BE SUBMITTED BY THE BIDDER‟S BANK} ......................... 137
ANNEXURE-13: DRAFT AGREEMENT FORMAT {TO BE MUTUALLY SIGNED BY SELECTED BIDDER AND
PROCURING ENTITY} .................................................................................................................................... 142
ANNEXURE-14: FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR TECHNICAL-
QUALIFICATION EXPERIENCE .............................................................................................................. 145
ANNEXURE-15: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012 ..................................... 146
ANNEXURE-16: SERVICE LEVEL AGREEMENT (SLA) .................................................................................. 147
ANNEXURE-17: EVALUATION CRITERIA ..................................................................................................... 151
ANNEXURE-18: STRCUTURE OF TECHNICAL PROPOSAL ................................................................. 153
ANNEXURE –19 LIST OF PROPOSED SITE ................................................................................................... 156
ANNEXURE –20 FUNCTIONAL REQUIREMENT STUDY (FRS) ....................................................................... 157
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 5 of 157
ABBREVIATIONS & DEFINITIONS
Act The Rajasthan Transparency in Public Procurement Act, 2012
Authorised
Signatory
The bidder‟s representative/ officer vested (explicitly, implicitly, or through
conduct) with the powers to commit the authorizing organization to a
binding agreement. Also called signing officer/ authority having the Power
of Attorney (PoA) from the competent authority of the respective Bidding
firm.
BG Bank Guarantee
Bid/ eBid A formal offer made in pursuance of an invitation by a procuring entity
and includes any tender, proposal or quotation in electronic format
Bid Security
A security provided to the procuring entity by a bidder for securing the
fulfilment of any obligation in terms of the provisions of the bidding
documents.
Bidder Any person/ firm/ agency/ company/ contractor/ supplier/ vendor
participating in the procurement/ bidding process with the procurement
entity
Bidding Document
Documents issued by the procuring entity, including any amendments
thereto, that set out the terms and conditions of the given procurement
and includes the invitation to bid
BoM Bill of Material
CMC Contract Monitoring Committee
Competent Authority An authority or officer to whom the relevant administrative or financial
powers have been delegated for taking decision in a matter relating
to procurement. MD, RCDF in this bidding document.
Contract/
Procurement
Contract
A contract entered into between the procuring entity and a successful
bidder concerning the subject matter of procurement
Contract/ Project
Period
The Contract/ Project Period shall commence from the date of issue of
Work order till 3 Years of Operations & Maintenance Services after
commissioning of the project i.e. Go – Live.
COTS Commercial Off The Shelf Software
Day A calendar day as per GoR/ GoI.
DeitY, GoI Department of Electronics and Information Technology, Government of
India
DoIT&C Department of Information Technology and Communications,
Government of Rajasthan.
DMZ Demilitarised Zone
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 6 of 157
eGRAS Online Government Receipts Accounting System (e-GRAS) is an e-
Governance Initiative of Government of Rajasthan under Mission Mode
Project category and is part of Integrated Financial Management System
(IFMS). eGRAS facilitates collection of tax/ non-tax revenue in both the
modes: online as well as manual. All types of government revenue may
be deposited online using this website: https://egras.raj.nic.in/
ETDC Electronic Testing & Development Center
FOR/ FOB Free on Board or Freight on Board
GoI/ GoR Govt. of India/ Govt. of Rajasthan
Goods
All articles, material, commodities, electricity, livestock, furniture, fixtures,
raw material, spares, instruments, software, machinery, equipment,
industrial plant, vehicles, aircraft, ships, railway rolling stock and
any other category of goods, whether in solid, liquid or gaseous form,
purchased or otherwise acquired for the use of a procuring entity as well
as services or works incidental to the supply of the goods if the
value of services or works or both does not exceed that of the goods
themselves
ICT Information and Communication Technology.
IFB
Invitation for Bids (A document published by the procuring entity inviting
Bids relating to the subject matter of procurement and any amendment
thereto and includes notice inviting Bid and request for proposal)
INR Indian Rupee
ISI Indian Standards Institution
ISO International Organisation for Standardisation
IT Information Technology
ITB Instruction to Bidders
LD Liquidated Damages
LoI Letter of Intent
MSDG Mobile Service Delivery Gateway
NCB A bidding process in which qualified bidders only from within India are
allowed to participate
NeGP National e-Governance Plan of Government of India, Department of
Information Technology (DIT), Ministry of Communications and
Information Technology (MCIT), New Delhi.
NIB Notice Inviting Bid
Notification A notification published in the Official Gazette
OEM Original Equipment Manufacturer
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 7 of 157
PAN Permanent Account Number
PBG Performance Bank Guarantee
PC Procurement/ Purchase Committee
PQ Pre-Qualification
Procurement
Process
The process of procurement extending from the issue of invitation to Bid
till the award of the procurement contract or cancellation of the
procurement process, as the case may be
Procurement/ Public
Procurement
The acquisition by purchase, lease, license or otherwise of works, goods
or services, including award of Public Private Partnership projects, by a
procuring entity whether directly or through an agency with which a
contract for procurement services is entered into, but does not include
any acquisition without consideration, and “procure” or “procured” shall
be construed accordingly
Project Site Wherever applicable, means the designated place or places.
PSD/ SD Performance Security Deposit/ Security Deposit
Purchaser/
Tendering Authority/
Procuring Entity
Person or entity that is a recipient of a good or service provided by a
seller (bidder) under a purchase order or contract of sale. Also called
buyer. RCDF in this RFP document.
RajSWAN/ RSWAN Rajasthan State Wide Area Network
RCDF Rajasthan Co-operative Dairy Federation
RISL RajCOMP Info Services Limited
RSDC Rajasthan State Data Centre, New IT Building, Jaipur
RVAT Rajasthan Value Added Tax
Services
Any subject matter of procurement other than goods or works and
includes physical, maintenance, professional, intellectual, consultancy
and advisory services or any service classified or declared as such by a
procuring entity and does not include appointment of any person made by
any procuring entity
SLA
Service Level Agreement is a negotiated agreement between two parties
wherein one is the customer and the other is the service provider. It is a a
service contract where the level of service is formally defined. In practice,
the term SLA is sometimes used to refer to the contracted delivery time
(of the service) or performance.
SoW Scope of Work
SSDG State Services Delivery Gateway
State Government Government of Rajasthan (GoR)
State Public
Procurement Portal http://sppp.raj.nic.in
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 8 of 157
STQC Standardisation Testing and Quality Certification, Govt. of India
Subject Matter of
Procurement Any item of procurement whether in the form of goods, services or works
TIN Tax Identification Number
TPA Third Party Auditors
VAT/ CenVAT Value Added Tax/ Central VAT
WO/ PO Work Order/ Purchase Order
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 9 of 157
1. INVITATION FOR BID (IFB) & NOTICE INVITING BID (NIB)
Name & Address of the
Procuring Entity
Rajasthan Co-operative Dairy Federation Limited,
Saras Sankul, JLN Marg, Jaipur-302017
Name & Address of the
Project Officer In-charge
(POIC)
Atul Mathur, Manager (Systems), RCDF, Jaipur
Subject Matter of
Procurement Implementation of ERP software at Ajmer Milk Union, Ajmer
Bid Procedure Single-stage, Three part open competitive eBid procedure at
https://www.eproc.rajasthan.gov.in
Bid Evaluation Criteria
(Selection Method) Least Cost Base
Websites for
downloading Bidding
Document,
Corrigendum’s,
Addendums etc.
Websites:http://sppp.raj.nic.in,
https://www.eproc.rajasthan.gov.in,
http://www.sarasmilkfed.rajasthan.gov.in
Bidding document fee: Rs. 5000/ (Rupees Five Thousand Only)
in Demand Draft in favour of “Managing Director, RCDF”
payable at “Jaipur”.
RISL Processing Fee: Rs. 1000/- (Rupees One Thousand Only)
in Demand Draft in favour of “Managing Director, RISL” payable
at “Jaipur”.
Estimated Procurement
Cost Rs. 4,68,00,000 (Rupees Four Crore Sixty Eight Lacs Only)
Bid Security and Mode of
Payment
Amount (INR): INR 9.36 (Rupees Nine Lacs Thirty Six Thousand
Only)
Mode of Payment: Banker‟s Cheque or Demand Draft or Bank
Guarantee (in specified format), of a Scheduled Bank in favour of
“Managing Director, RCDF” payable at “Jaipur”
Tender fee & Tender
processing fee To be submitted in the form of banker‟s cheque / Demand draft
Period of Sale of Bidding
Document (Start/ End
Date)
30.08.2013 to 15.10.2013
Date/ Time/ Place of Pre-
bid Meeting
Date/ Time: 10.09.2013 at 11.00 AM
Place: Saras Sankul, JLN Marg, Jaipur-302017
Manner, Start/ End Date
for the submission of
Bids
Manner: Online at eProc website
(https://www.eproc.rajasthan.gov.in)
Start Date: 30.08.2013
End Date: 15.10.2013
Submission of Banker’s Cheque/ Demand Draft for Tender Fee, Bid
From 30.08.2013 to 14.10.2013 up to 5.00 PM
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 10 of 157
Security, and Processing Fee*
Date/ Time/ Place of
Opening of Cover-1 (EC&
PQ)
Date: 16.10.2013 Time: 11 AM
Place: RCDF, Board Room, Saras Sankul, JLN Marg, Jaipur-
302017 (Rajasthan)
Date/ Time/ Place of
Opening of Cover-2
(Technical Bid)
Will be intimated later to the Technically qualified bidders
Date/ Time/ Place of
Cover-3 (Financial Bid)
Opening
Will be intimated later to the Technically qualified bidders
Bid Validity 90 days from the bid submission deadline
Note:
1) Bidder (authorised signatory) shall submit their offer on-line in Electronic formats for Pre-
qualification, technical and financial proposal. However, DD for Tender Fees, RISL Processing
Fees and Bid Security should be submitted physically at the office of Tendering Authority as
prescribed in NIB and scanned copy of same should also be uploaded along with the technical
Bid/ cover.
2) In case, any of the bidders fails to physically submit the Banker‟s Cheque/ Demand Draft for
Tender Fee, Bid Security, and RISL Processing Fee up to 14-10-2013 at 5.00 PM, its Bid shall
not be accepted. The Banker‟s Cheque/ Demand Draft for Bidding document fee, and Bid
Security should be drawn in favour of “Managing Director, RCDF” payable at “Jaipur” from any
Scheduled Commercial Bank. The Banker‟s Cheque/ Demand Draft for RISL Processing Fee
should be drawn in favour of “Managing Director, RajCOMP Info Services Ltd.” payable at
“Jaipur” from any Scheduled Commercial Bank
3) To participate in online bidding process, Bidders must procure a Digital Signature Certificate
(Type III) as per Information Technology Act-2000 using which they can digitally sign their
electronic bids. Bidders can procure the same from any CCA approved certifying agency, i.e.
TCS, Safecrypt, Ncode etc. Bidders who already have a valid Digital Signature Certificate
(DSC) need not procure a new DSC. Also, bidders must register on
https://eproc.rajasthan.gov.in (bidders already registered on https://eproc.rajasthan.gov.in
before 30-09-2011 must register again).
4) RCDF will not be responsible for delay in online submission due to any reason. For this,
bidders are requested to upload the complete bid well advance in time so as to avoid 11th
hour issues like slow speed; choking of web site due to heavy load or any other unforeseen
problems.
5) Bidders are also advised to refer "Bidders Manual Kit" available at e-Procurement website for
further details about the e-Tendering process.
6) Training for the bidders on the usage of e-Tendering System (e-Procurement) is also being
arranged by DoIT&C, GoR on a regular basis. Bidders interested for training may contact e-
Procurement Cell, DoIT&C for booking the training slot.
Contact No: 0141-4022688 (Help desk 10 am to 6 pm on all working days)
e-mail: [email protected]
Address : e-Procurement Cell, RISL, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur
7) The procuring entity reserves the complete right to cancel the bid process and reject any or all
of the Bids.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 11 of 157
8) No contractual obligation whatsoever shall arise from the bidding document/ bidding process
unless and until a formal contract is signed and executed between the procuring entity and the
successful bidder.
9) Procurement entity disclaims any factual/ or other errors in the bidding document (the onus is
purely on the individual bidders to verify such information) and the information provided therein
are intended only to help the bidders to prepare a logical bid-proposal.
10) The provisions of RTPPA Act 2012 and Rules thereto shall be applicable for this
procurement. Furthermore, in case of any inconsistency in any of the provisions of this bidding
document with the RTPP Act 2012 and Rules thereto, the later shall prevail.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 12 of 157
2. PROJECT PROFILE & BACKGROUND INFORMATION
2.1. Introduction – About Rajasthan Co-operative Dairy Federation
Dairy development was initiated by the state government in the early seventies under the
auspices of Rajasthan State Dairy Development Corporation (RSDDC) registered in 1975.
Two years later RCDF assumed responsibility for many of the functions of RSDDC. It became
the nodal agency for implementation of operation flood in the state.
Rajasthan Cooperative Dairy Federation (RCDF) set up in 1977 as the implementing agency
for dairy development programmes in Rajasthan is registered as a society under the Rajasthan
cooperative societies act 1965.
The Federation is a State level apex co-operative organization owned by its member unions
each of which, in turn, is owned the dairy co-operative societies in its area of operation which
are themselves owned by farmer members. The Federation has a board of directors which has
overall responsibility for the planning policies, financial resource mobilisation and
management, member and public relations as well as liaison with agencies of the state and
central government, financing institutions etc. The Federation has a chief executive designated
as Managing Director.
2.2. Three Tier Structure
The dairy co-operative movement operates on three tier system wherein farmer members own
dairy co-operative societies (DCS) which own district milk producer's union. The unions
collectively own the RCDF. It is a vertically integrated structure that establishes a direct linkage
between those who produce the milk and those who consume it.
Federation - Provides service & support to unions. Marketing within & outside state, Liaison
with government and NGO agencies, mobilisation of resources & coordinating & planning
programmes / projects.
Union - Develops village milk cooperative network, procures milk from DCS, processes &
markets. Sale of cattle feed and related inputs, promotion of cross breeding through AI and
NS, promotion of fodder development and general support & supervision to DCS.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 13 of 157
DCS - Provides input services (AH, AI), local sale of milk to its members and procurement of
milk.
2.3. Project Objective
The RCDF desires to replace Ajmer Milk Union‟s current standalone software with an
integrated system that will improve productivity and provide a long-term solution to manage &
control the dairy activities efficiently.
The RCDF desires to replace the current systems with a state-of-the-art solution, embracing
best business practices embedded in the software.
The RCDF seeks a vendor that will continually enhance the proposed solution to support
industry best practices and requirements for Dairy Industry.
The RCDF intends to implement a Commercial-off-the-shelf (COTS) software package to limit
the amount of customizations (i.e., changes to source code) made to the base application.
The RCDF seeks a system that includes easy-to-use reporting tools that will enable end users
to access information stored in a single, integrated relational database for analysis without
requiring programmer support.
The RCDF desires to establish uniform standards for excellence in operations, quality
management, customer service, human resource management, financial management and
performance reporting.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 14 of 157
The RCDF requires a single, integrated solution that offers Material management, production,
Sales and Distribution, Financial Management, payroll and human resource management
functionality, to the degree that this is possible through a single vendor. Vendors may propose
an integrated, single source solution including their own or a third party product in order to
provide the required functionality. The RCDF will consider all solutions fairly on the basis of
overall functionality, value and price as further detailed in the section on evaluation criteria.
2.4. The Background of the Project
1) RCDF believes that e-Governance is an opportunity to transform the corporation‟s
commitment to be consumer centric, provide cost-effective services and enhance
governance through improved access to accurate information and transparent and
responsive institution.
2) The mission of RCDF in investing in the COTS based applications is to:
a. Improve quality of service, improve efficiency and practice better control
b. Establish uniform standards for excellence in operations, quality management,
customer service, human resource management, financial management and
performance reporting
c. Adopt the global best practices in different spheres of Management of Public Sector
operations, procurement, materials management, human resource management,
quality management, customer service, financial management, accounting and
performance management.
3) However over the years with the growth in the business and scale of operations, and with
increasing demands/need for customer service, quick/efficient transactions etc, the current
ICT systems are proving to be inadequate.
4) With recognition, RCDF has embarked on a comprehensive turnaround plan through
effective deployment of ICT tools, to provide fast, efficient, comprehensive best-in-class
service to its customers and to attract more number of members in order promote and
develop dairy development in the state of Rajasthan.
5) The key business objectives of the investments in ICT tools by RCDF are:
a. Business process integration of all the back end operations and customer facing
activities of the milk union.
b. Promote customer centric administration by making all the activities right from booking
till billing, accurate, customer friendly and convenient.
c. Facilitate strict adherence to norms of governance and build processes to ensure the
highest degree of compliance
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 15 of 157
d. Reduce delays and ensure promptness in delivery of services to customers through
integrated processes
e. Improve administrative processes by cutting cost, managing performance, and
creating empowerment internet enabled services.
2.5. Functions of Milk Union
1) Procurement of milk from the Village Dairy Co-operative Societies(DCS) of the District,
2) Arranging transportation of raw milk from the DCS to the Milk Union,
3) Providing input services to the producers like veterinary care, artificial insemination
services, cattle-feed sales, mineral mixture sales, fodder and fodder seed sales,
4) Conducting training on cooperative development, animal husbandry and dairying for milk
producers and conducting skill development and leadership development training for DCS
staff and Management Committee members,
5) Providing management support to the DCS along with supervision of its activities.
6) Establish chilling centres and dairy plants for processing the milk received from the
villages.
7) Selling liquid milk and milk products within the District
8) Process milk into milk products as per the requirement of State Marketing Federation.
9) Decide on the prices of milk to be paid to milk producers as well on the prices of support
services provided to members.
Ajmer Milk Union
Ajmer Milk Union procures milk through its strong network of over 670 Village level Dairy Co-
operative Society (DCS) spread in Ajmer District. Dairy arranges transportation of milk from
DCS to the receiving point at dairy plant. Payments of milk are disbursed to the milk
producers on ten-day basis.
Milk collection, processing and marketing is the core activity for Ajmer Milk Union but it also
provides other services such as cattle feed, Animal Health and Artificial Insemination services
for members.
Ajmer Milk Union sells its milk & milk products through a network of over 1500 retail outlets
spread over Ajmer city and nearby towns. Supply of liquid milk is made twice a day.
Presently Ajmer Milk Union is procuring 180 Thousand KG of milk daily and marketing 160
Thousand Lit of milk.
2.6. Brief Scope of Work implementation of Integrated ERP Software Solution
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 16 of 157
a) The scope involves study, design, development, integration, testing and implementation of
ERP application software for Ajmer Milk Union. The Functional Requirements
Specifications (FRS) included in this document at Annexure-20 to be considered as an
integral part of the scope of work and the bidder should take it into account for effort
estimation and financials.
b) Supply and install required infrastructure at Ajmer Milk Union, Ajmer. (one node at Ajmer
cattle feed plant to be connected with the milk union)
c) The Rajasthan State Data Center (RSDC), Jaipur will be used for installing and
commissioning the ERP application.
d) After successful commissioning of the project (Go Live), providing 4 years of Operations
and Maintenance (O&M) services as per the agreed SLA.
e) The Facility Management Services, O&M support after the end of the contract, can be
extended with mutual understanding between RCDF and the SI.
f) The RCDF expects the successful bidder to provide quality & timely services. All the
activities performed during different phases of the project shall be closely monitored by
RCDF & Ajmer milk union.
g) For detailed SoW, bidders may refer to subsequent chapters/ sections of this tender
document.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 17 of 157
3. PRE-QUALIFICATION/ ELIGIBILITY CRITERIA
3.1. Pre- Qualification/ Eligibility Criteria for the System Integrator (SI)
1) A bidder participating in the procurement process shall possess the following minimum pre-
qualification/ eligibility criteria. The bids will be rejected by RCDF in case of non-
compliance of these below given criteria
S. No.
Basic Requirement
Specific Requirements Documents Required
1 Legal Entity The bidder should be a Proprietorship firm duly
registered either under the Rajasthan Shops &
Commercial Establishments Act, 1958 or any
other Act of State/ Union, as applicable for
dealing in the subject matter of procurement
(Note: A self-certified declaration regarding the
non-applicability of registration to any Act
should be submitted by the bidder)
OR
A company registered under Indian Companies
Act, 1956
OR
A partnership firm registered under Indian
Partnership Act, 1932/ The Limitation Liability
Partnership Act, 2008.
- Copy of valid
Registration
Certificates
- Copy of
Certificates of
incorporation
2 Financial: Turnover from IT/ ITeS
Annual Turnover of the bidder from IT/ ITeS
during each of the last three financial years,
i.e., from 01/04/2010 to 31/03/2013 (as per the
last published audited balance sheets), should
be at least Rs. 50 Crore (Rupees Fifty Crore).
CA Certificate
with CA‟s
Registration
Number/ Seal
3 Financial: Net Worth
The net worth of the bidder, as on 31/03/2013,
should be positive.
CA Certificate
with CA‟s
Registration
Number/ Seal
4 Technical Capability
The bidder must have successfully completed
or under implementation, at least One project
in India, of providing similar services i.e. COTS
Implementation , H/W Procurement and
commissioning for any Dairy industry where the
value of the assignment should be at at-least
Rs. 3.75 Crore (Rupees Three Crore Seventy
Five Lacs only) during the last three financial
years 01/04/2010 to 31/03/2013.
OR
The bidder must have successfully completed
Work Completion
Certificates from
the client; OR
Work Order + Self
Certificate of
Completion
(Certified by the
Statutory Auditor);
OR
Work Order +
Phase Completion
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 18 of 157
S. No.
Basic Requirement
Specific Requirements Documents Required
or under implementation, at least Two projects
in India, of providing similar services i.e. COTS
Implementation , H/W Procurement and
commissioning for any Dairy industry where the
value of the assignment should be at at-least
Rs. 2.35 Crore (Rupees Two Crore Thirty Five
Lacs only) during the last three financial years
01/04/2010 to 31/03/2013.
Certificate from
the client
5 Manpower Strength
The bidder must have a minimum strength of 150 IT / software professionals / domain experts on their permanent rolls who have experience in implementing of proposed COTS solution.
Self Certification by the authorized signatory with clear declaration of staff – year of joining, level/ designation wise.
6 Tax registration and clearance
The bidder should have a registered number of
i. VAT/ CST where his business is located
ii. Service Tax
iii. Income Tax / PAN number.
The bidder should have cleared his VAT/ CST
dues up to 2013 to the Government.
Copies of relevant
certificates of
registration
VAT/ CST
clearance
certificate from
the Commercial
Taxes Officer of
the Circle
concerned
7 Certifications The bidder must possess, at the time of
bidding, a valid ISO 9001:2008 and CMMI Level
3 or above Certification.
Copy of a valid
certificate
8 Mandatory Undertaking
Bidder should: -
a) not be 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 must not be the subject of legal
proceedings for any of the foregoing
reasons;
b) not have, and their 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 procurement contract within a
period of three years preceding the
commencement of the procurement
A Self Certified
letter as per
Annexure-5: Self-
Declaration
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 19 of 157
S. No.
Basic Requirement
Specific Requirements Documents Required
process, or not have been otherwise
disqualified pursuant to debarment
proceedings;
c) not have a conflict of interest in the
procurement in question as specified in the
bidding document.
d) comply with the code of integrity as
specified in the bidding document.
2) In addition to the provisions regarding the qualifications of the bidders as set out in (3.1)
above: -
a. The procuring entity shall disqualify a bidder as per the provisions under “Clause:
Exclusion/ Disqualification of bids in Chapter-5: ITB”; and
b. The procuring entity may require a bidder, who was pre-qualified, to demonstrate its
qualifications again in accordance with the same criteria used to pre-qualify such
bidder. The procuring entity shall disqualify any bidder that fails to demonstrate its
qualifications again, if requested to do so. The procuring entity shall promptly notify
each bidder requested to demonstrate its qualifications again as to whether or not the
bidder has done so to the satisfaction of the procuring entity.
3.2. Pre-Qualification Criteria for the COTS Product OEM
Pre qualification criteria for commercial off the shelf (COTS application & system software tools
like RDBMS, DMS, Workflow, Portal , Business Intelligence (BI) Search Engine product (s):
Pre-Qualification Condition Proof Document Required
1. COTS as well as tools should be an open standard based
solution that is ready-made and available for sale, lease, or
license to the general public. It should have been
implemented or being implemented at least 3 numbers of
State/ Central Govt / PSU / Co-operative clients by 3
different SI‟s in past 5 years
Annexure-14 &
Declaration letter from the
OEM
2. Should have 24X7 comprehensive support infrastructure
(through phone and online help desk) for the proposed
product in India. Product vendor SLA level support for
various product related issues.
Declaration letter from the
OEM
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 20 of 157
3. COTS as well as system software tools like DMS,
Workflow, Portal & Dash board tools, should have support
of all application module through a single sign on (SSO)
facility
Declaration letter from the
OEM and supporting
documents
4. There should be standard training courses & certifications
available for individuals & institutions on the proposed
solution across India with at least 1 Training Centre in India.
Declaration letter from the
OEM
5. Proposed COTS solution should have been implemented in
an at-least one Indian Dairy.
Customer Reference List
along with OEM Self
Certification
6. Proposed integrated application should offer all the
functionalities required as per scope – Financial and
Management Accounting, Procurement, Inventory
Management, Human Resources and Payroll, Plant
Maintenance and Sales & Distribution as a single
application on interoperable open platform and not the
integration of multiple products and overlapping middle
ware. It should provide real time integration and real time
postings into financial accounting.
Self-Certificate from OEM
7. The Proposed Application should support all standard
Operating Systems - Microsoft Windows, UNIX, and Linux
and standard RDBMS.
Self-Certificate from OEM
8. Proposed application should have localization
functionalities like TDS, Service Tax, etc.
Letter of Confirmation from
OEM
9. Proposed application should provide implementation,
administration and operational tool seamlessly integrated
with the product free of cost.
Self-Certificate from OEM
10. All the software license inclusive of COTS, Database,
System software licenses should be unrestricted and full
use licenses (read, write and modify) in name of RCDF.
Self-Certificate from OEM
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 21 of 157
11. Annual Turnover of COTS OEM should be not less than Rs.
500 Cr for FY 2012-13 and present Manpower strength
should not be less than 1000 Employees.
CA Certificate & Self-
Certificate
4. SCOPE OF WORK, DELIVERABLES & TIMELINES
4.1. General Scope of Work
Based on the successful implementation of ERP System, at Bhilwara Milk Union, the
technological trends and understanding of what other leading public sector organizations
and requirements of delivering public services, RCDF has decided to deploy integrated ERP
Solution as the core element of its ICT deployment strategy at Ajmer Milk Union.
4.2. Conceptual Design of the Project
4.2.1. The Web Application
RCDF is conceptualized as a centralized web based application to be accessed by all the
users of Ajmer Milk Union . All modules shall be integrated and accessible by one URL.
Real time information is to be made available to both external (Milk booths, Dairy Co-
operative Societies) and internal stakeholders (Ajmer Milk Union ) through centralized
web portal.
On top of core module and supporting middleware applications there will be user access
security layer supported by single sign-on (All application modules and third party support
applications like DMS, CMS, Workflow, Portal, search engine etc). The proposed
application will use components for security, operational management, and
communication to perform exception management, to authorize users to perform certain
tasks, and to communicate with other services and applications.
The portal should have integration with SMS Gateway , Payment Gateway , UIDAI . The
SMS gateway should have push and pull services for status reporting/tracking and other
queries of the stakeholders. SMS Gateway will be utilized by the system for sending
service delivery related status updates to the citizens & members.
4.2.2. Suggestive Security Architecture
Envisaged security architecture for the Ajmer Milk Union‟s solution is as described below:
I. User Level Security: Restricted areas of the application should only be accessible
through pre-defined user access rights.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 22 of 157
II. Database Level Security: Other than built in database access logic in application, a
separate database security layer shall be required to control direct access to database
server by any unauthorized user.
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. Audit trail
should also be maintained at database level for any changes made in database and
these audit trails and it should be ensured that these audit trails cannot be manipulated
by anyone including super users and DBAs.
RDBMS should provide option for preventive controls on privileged user access to
application data. RDBMS should support the separation of security functionality from
application functionality and database administration functionality. RDBMS should
Provide controls over who, when, where and how applications, data and databases
can be accessed. Audit system should be centralized, secured and should provide
detail insight in audit data (who did what, to what data and when).Audit system should
enforce separation of duties between auditors and administrator.
RDBMS should capture before / after values from transaction logs and raise alert on
critical and suspicious activity. 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. Policy based backup solution should be
implemented and the backup should be encrypted whether stored on disk or tapes.
III. IP Based security: a comprehensive security solution in an IP environment will provide
three critical components: IP Address Management (IPAM); a DNS security solution;
and a security solution that can address the expanding use of DHCP (Dynamic Host
Configuration Protocol). IP based security is recommended for all internal users to
track their location. The SI shall be responsible to design IP policy, in line with
prevailing guidelines.
IV. Infrastructure Level Security: Application infrastructure shall be hosted in a DMZ &
firewall and IPS shall be installed to detect malicious activities.
V. Application Level Security: Application shall have Role based access, encryption of
user credentials and storing of user credentials for external and internal users in
separate repositories. Application level security should be provided through following
security controls:
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 23 of 157
a. Prevent SQL Injection Vulnerabilities for attack on database (Use Parameterized
APIs for Data Access and Avoid Using Command Interpreters
b. Prevent XSS Vulnerabilities to extract user name password (Escape All Untrusted
Data in HTML Contexts and Use Positive Input Validation)
c. Secure Authentication and Session Management control functionality shall be
provided through a Centralize Authentication and Session Management Controls
and Protect Session IDs from XSS
d. Prevent Security Misconfiguration Vulnerabilities (Automated scanners shall be
used for detecting missing patches, misconfigurations, use of default accounts,
unnecessary services, etc. maintain Audits for updates
e. Prevent Insecure Cryptographic Storage Vulnerabilities (by encrypt off-site
backups, ensure proper key storage and management to protect keys and
passwords, using a strong algorithm)
f. Prevent Failure to Restrict URL Access Vulnerabilities (By providing authentication
and authorization for each sensitive page, use role-based authentication and
authorization and make authentication and authorization policies configurable
g. Prevent Insufficient Transport Layer Protection Vulnerabilities (enable SSL for all
sensitive pages , set the secure flag on all sensitive cookies and secure backend
connections
h. Prevent invalidated Redirects and Forwards Vulnerabilities
i. For effective prevention of SQL injection vulnerabilities, application should have
monitoring feature of database activity on the network and should have reporting
and mechanism to restrict or allow the traffic based on defined policies.
VI. Apart from the above:
a. Anti – Virus software will be provided on all the PCs / servers and other host clients.
This software will be configured from the server and will be updated from time to
time.
b. Annual IT audits, security audits, application audit, vulnerability assessment and
penetration testing will be undertaken.
4.2.3. Approach & Methodology to be followed
The bidder is expected to Configure / Customize an existing application that shall be
commercially available Off-the-shelf product (COTS). Proposed COTS solution should
already have been deployed in other dairy plants/ Milk Union and should meet the Pre-
qualification criteria as defined in eligibility criteria.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 24 of 157
4.2.4. User & Transaction
I. Internal User: 50 internal users for the core ERP system at the Milk Union Level.
II. Business Intelligence (BI) Users: 05
III. External User: (Total Number 2300 )There are around 680 DCS & 120 proposed
DCS and 1500 Milk Booth/ Parlors/ Shop / Distributors who will use the system
through web portal whereby they will use services like:
a. Demand Submission
b. Payment to Milk Union through payment gateway
c. Acknowledgement of finished goods received
d. View transactions (detail/ summary)
e. View milk supply & payment records by DCS
IV. Transaction No.: 500 transactions per day scalable up to 2000 transactions per day.
The bidder is expected to carry out an independent study to assess the work load.
4.3. Scope of Work
The broad scope of work of this engagement, not limited to, would include:
Supply, customize and implementation of COTS Application software and Web portal
development.
Supply, Installation and commissioning of Data Centre IT Infrastructure at RSDC &
creation of VPN at Ajmer.
Supply, Installation and commissioning of IT and non-IT hardware, Local Area Network
at Ajmer Milk Union
Data Digitization and Migration
Training and Capacity Building
System Integration and Commissioning (Go-Live)
Handholding support after Go-Live
Operation & Maintenance (O&M)/ Facility Management Services (FMS) 4 years
4.3.1. Supply, customize and implementation of COTS Application software and Web portal
development
4.3.1.1. System Requirement Study
i. Although the indicative FRS has been provided for the applications, the bidder is
responsible to carry out an independent system study at Ajmer Milk Union to
thoroughly understand the function and operational process of board by -
a. Interacting with concerned union officials
b. Reviewing the existing systems, applications, and the RCDF website
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 25 of 157
c. Detailed study of requirements of ERP Software System components and solutions
d. Detailing various use cases scenario
e. Understanding / assessing data migration / digitization requirement and strategy
f. Understanding / assessing data inputs and outputs requirements
g. Assessment of existing applications from prospective of integration with core
application
h. Collecting all input forms, registers and reports formats of union
ii. Bidder should understand the business processes and other related documents and
seek clarifications from Ajmer Milk Union, if any. Bidder should then take a hand over
of these documents from Ajmer Milk Union.
iii. The functional requirement specifications stated in the RFP are the indicative features
that the solution suggested for ERP Software System should have. The bidder shall be
responsible for preparation of Software Requirement Specification (SRS) based on an
independent assessment of the requirements of the ERP Software System for Ajmer
Milk Union and the functional requirements as specified in this RFP document.
iv. If found necessary to modify the designed processes and other documents for
successful implementation, the same should be discussed and the relevant documents
should be modified as and when required during the project implementation
v. The prototype shall have the user access management configured for a „control group‟
of users of Ajmer Milk Union wide during the time of SRS and prototype enhancement.
vi. The Prototype shall also act as tool for preliminary orientation of the end users in
familiarizing with the system that is being implemented.
vii. The System Requirement Specifications (SRS) should be prepared as per the latest
version of the IEEE Standard 830 for drafting the SRS.
viii. The bidder shall obtaining sign-off of SRS from the designated authority appointed by
RCDF/ Ajmer Milk Union.
4.3.1.2. Customization of Application S/W and Development of Web Portal
i. The bidder shall prepare & submit System Design Document (SDD) based on principles
of enterprise, service oriented architecture and enterprise architecture to provide for
secure and scalable application software. The design should be modular. Selected SI
shall submit the SDD including:
a) Solution Architecture
b) Application Architecture
c) Network Architecture
d) Security Architecture
e) Deployment Architecture
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 26 of 157
f) Database Design
ii. Bidder should design the Logical Data Model of the Core Database based on the
understanding of the information needs of Ajmer Milk Union and existing information
items. The Logical Data Model should include the definition of data structure or schema
diagram and data dictionaries and metadata developed explaining specific entities,
relationships and dimensions identified as a part of the Logical Data Model.
iii. An industry standard methodology should be adopted for Software Engineering,
covering the entire SDLC (Software Development Life Cycle).
iv. The bidder shall be responsible for the development of dynamic content and feature rich
Web portal for the department and as per the guidelines issued by the Govt. of India
and Govt. of Rajasthan for the development of the government websites/ portal like
GIGW etc. All the sections of the Web portal should be of dynamic nature and must be
supported with a Content Management module for easy content management and
administration of the same.
v. Both the departmental Web portal and the ERP Software System solution should
support at least Unicode 5.1 and higher standard based Bi-lingual versions for user
interface. It is expected to be in Hindi and English (India) languages. The users should
see the labels and captions on selected language and additionally be able to feed-in
their data in the language of their own choice as per the requirement. Also, the SI must
translate, at its own, the equivalent Hindi Captions for the English version (without
altering the meaning) of the Web Portal and the ERP Software System solution and the
same must be submitted to the Ajmer Milk Union for approval before implementation/
uploading or vice-versa.
vi. To maintain information security during transaction the developed application should
support both HTTP and HTTPS all internal data communication shall be done through
encrypted mode using SSL 3.0 (SSL certificate to be deployed by the bidder on the
Web/ Application Server for the entire project duration). SI shall follow the eSAFE:
eGovernance Security Assurance Framework Guidelines for Implementation of Security
Controls issued by the Department of Electronics and Information Technology (DeitY),
Ministry of Communications & IT (MCIT), Government of India” which can be
downloadable at given below address
http://egovstandards.gov.in/guidelines/guidelines-for-information-security/eSAFE-
GD210.pdf/view
vii. The information and forms collected from various sources and the development of the
web portal and application will have to be converted into appropriate electronic open
standard format(s) as mentioned in “Interoperability Framework for E-Governance in
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 27 of 157
India-Draft v0.6 issued by Department of Information Technology (DIT), Ministry of
Communications & IT (MCIT), Government of India” issued vide Document No IFEG;01
Version 1.0 May 2012. downloadable at given below address
http://egovstandards.gov.in/standardsandFramework/IFEG/view
viii. Audit trail should be maintained, all deleted & edited records should be traceable and
copy of all editions/ deletions should be available with MIS reporting of the same. The
audit trail should be preserve in securely and no user other than authorised should be
allowed to modify audit record.
ix. The successful bidder will develop application with built-in feature or provide software
integration of third party application involving all services and software functionalities as
described below:
o User Access Control
o Workflow Management
o Web Content Management System
o Document Management System
o User Dash Board
o Search engine
a) User Access Control: The Application must have integrated user level application
security/ monitoring features with the following: -
o Definition of Roles and Users
o Define Role-wise add/ edit/ view/ delete rights for each Entry Form/ Report
in all modules
o Digital Time and User Stamping of each transaction
b) The development/customization should be based upon automated work flow
system, open standards and 64-bit architecture. It should also allow designated
user to customize workflow as per the operative policies and business rules of
Ajmer Milk Union.
c) Content Lifecycle Management: The bidder would be required to provide automated
facility/ tool to maintain the complete life cycle of all the contents. The
functionality should provide at least two features for lifecycle automation:
i. The ability to conduct scheduled releases of content and
ii. The ability to set expiration date for a content element. Both automated
processes ensure that content is published and expired on time, without
manual intervention.
x. The successful bidder will develop application with built-in module or provide software
integration of third party applications involving all services and software functionalities as
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 28 of 157
described below:
xi. SI should use any COTS application to develop aforesaid modules. SI should provide
perpetual server edition license and client user licences (with 4 years subscription for
upgrade & OEM support) in the name of purchaser. The software licenses to be
supplied by the bidder should not be restricted based on location and the purchaser
should have the flexibility to use the software licenses for other requirements in any form
or manner for the users of Ajmer Milk Union. The Software Licenses should be Modular
and to be supplied as per the procurement timelines. The proposed ERP Software
System along with COTS should have perpetual license the module wise COTS
applications requirements are as under -
A. The core applications envisaged to be customized /developed and to be rolled out at
Ajmer Milk Union, Ajmer in the State of Rajasthan is as below:
1. Procurement & Processing
a. Procurement
b. Production Planning & Processing of Milk and Milk products
c. Plant Maintenance and Quality
2. Sales and Distribution, Logistics
3. Financial Accounting
a. Budget Planning and Allocation
b. Book keeping & accounting
4. GPS enabled vehicle monitoring system
5. Stores and Purchase Management system
6. Personnel and Payroll system
7. Business Intelligence tools for analytics, dashboard & reporting (MIS reports)
B. Integration of third party applications
o SMS gateway
o Payment gateway
o UIDAI
o Any existing software
The SI has to provide integration with above mentioned applications.
xii. Version Control & Archiving: The SI would be required to provide version control and
archiving facility as strict version control is necessary for legal accountability, backup and
disaster recovery. A simple but powerful interface must be provided for these features viz.
date based snapshots, version comparing etc. Check in and checkout ability is therefore
an essential component of content management. Versioning should also allow
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 29 of 157
contributors to know whether they are working with the latest version, and allow them to
merge changes made in separate versions when needed.
xiii. The Web portal & the Application developed should be compatible with all the common
web browsers i.e. Web portal & the Application so developed should be browser
independent (at least 32bit and 64bit MS-Internet Explorer v8.0, 32bit Google Chrome
v25.0, Mozilla Firefox v20.0 and Safari v5.1.9).
xiv. SI should be responsible to supply required (processor based licences) for configuration
of database for Data Centre at RSDC. SI shall be responsible to maintain the database
security & audit features as per the suggested security architecture (para 4.2.2) of this
RFP.
4.3.1.3. Software Testing of Web Portal & Application S/w (PAT)
i. The costs of testing (other than third party auditing) shall be borne by the bidder
ii. The selected bidder shall be responsible for the following –
Conducting testing of various components/ modules of the software developed, as
per the latest version of the IEEE 730 standards.
Designing the Testing strategy, Test Cases
Obtaining sign-off on testing approach and plan.
iii. The selected bidder will install web portal & application s/w on testing zone of Data Centre
or will host on web server and provide web link & access to Ajmer Milk Union through a
public IP address.
iv. SI may make use any open source tools for test management, performance testing,
security & automation for regression testing; SI shall provide Ajmer Milk Union test script
along with testing tools/environment used for testing.
v. Partial User Acceptance of the web portal & application s/w shall be given by Ajmer Milk
Union/ RCDF after successful testing. This is the responsibility of the bidder to obtain the
PAT approval from the Ajmer Milk Union/ RCDF.
4.3.1.4. Deployment & Configuration of Web Portal & Software Application
i. After PAT sign-off the selected SI shall provide infrastructure at Data Centre to host
application on production server. The required infrastructure will be provided by the SI.
ii. The Bidder shall be responsible to install requisite software/ utilities tools and configure
web/application server, and database server clusters. Database servers should be
configured with native clustering meeting the objectives of scalability, high availability and load
balancing. All the database servers in the cluster should be able to concurrently access the single
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 30 of 157
underlying image of database without repartitioning or changes to the database objects or 3rd
party transaction routing mechanism.
iii. Configuration with Data Centre infrastructure: The selected bidder shall be responsible to
configure the web portal and application at Data Centre like backup server, application
load balancer etc.
iv. The bidder should provide User based Perpetual licenses in the name of RCDF /Ajmer
Milk Union for the Commercial Off The Shelf (COTS) Product used by the bidder to
customize and configure ERP software system.
v. The bidder should provide full use processor based licenses (Perpetual Licence) in the
name of RCDF/ Ajmer Milk Union for database cluster and database tools used by the
bidder. These tools would typically include database schema, database reporting engine,
security tools for database, database audit tools, database connector & tools used for
integration etc if used.
vi. The bidder should provide Perpetual licenses in the name of RCDF /Ajmer Milk Union for
the various system software COTS/ tools and third party components used by the bidder
to run the application. These tools would typically include Application Framework /
Environment for COTS based products, application to manage document repository,
application to design & manage workflow, tools used for portal development, search
engine and tools used for integration etc if used.
vii. SI shall also supply any additional options/utility tools/services/software used by the
bidder to meet SLA requirement related to database availability security & audit, these
tool typically includes database identity & access control, tools to maintain hi-availability
in redundancy, tools for data simulation in cluster, database schema designer, database
audit log, reporting services, integration services, analytical & data mining services etc
viii. All the software license inclusive of COTS, Database, System software like Portal,
middleware application and any other third party tool/software supply by bidder should
have comprehensive OEM support, the support should be available through
online/phone line, along with upgrade option for period of 4 years from date of installation.
4.3.1.5. Deployment & Configuration of database
i. RDBMS should be available on standard operating systems like Windows, Linux and Unix.
ii. 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 platforms as mentioned in point
no.(i)
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 31 of 157
iii. 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. This clustering solution should have previous
successful deployments in at least three departments of States or Central Government of
India
iv. RDBMS licenses should be unrestricted and full use licenses (read, write and modify) in
name of RCDF/Ajmer Milk Union. RDBMS OEM needs to issue certificate for the same.
v. Database should provide Unicode capability with Indian language support.
vi. RDBMS should have a Disaster- Recovery (DR) solution to replicate the changes
happening in the database to the DR site.
vii. All the features and additional options to be integrated with database engine without any
3rd party products or overlay products.
viii. RDBMS should allow storing scanned images, text documents, xml, multi-media inside the
tables. It should be part of the basic database distribution without any additional cost to the
organization.
ix. RDBMS should provide strong encryption capabilities within database for stored
information in the tables as well as the information transmitted over network.
x. 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.
xi. 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. The system should provide built-in and customizable reports for
department compliance and monitoring. It should also provide security facilities for role
segregation within auditing functions in terms of administration, auditors etc.
xii. RDBMS should provide capability to monitor and manage the database using web based
tool with additional functionality for performance management and database management.
xiii. 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.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 32 of 157
xiv. Audit trail should also be maintained at database level for any changes made in database
and these audit trails and it should be ensured that these audit trails cannot be
manipulated by anyone including super users and DBAs.
xv. RDBMS should provide option for preventive controls on privileged user access to
application data.
xvi. RDBMS should support the separation of security functionality from application
functionality and database administration functionality.
xvii. RDBMS should Provide controls over who, when, where and how applications, data and
databases can be accessed.
xviii. Audit system should be centralized, secured and should provide detail insight in audit data
(who did what, to what data and when).
xix. Audit system should enforce separation of duties between auditors and administrator.
xx. RDBMS should capture before / after values from transaction logs and raise alert on critical
and suspicious activity.
xxi. 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.
xxii. Database 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.
xxiii. Database should have built-in DR solution to replicate the changes happening in the
database across multiple DR Sites with an option to run real-time reports from DR Sites
without stopping the recovery mechanism. There should be option of configuring DR
environment in synchronous and asynchronous mode.
xxiv. Database should support option of different partitioning schemes within the database
(Range, List, Hash & combinations) to split large volumes of data into separate pieces or
partitions, which can be managed independently. It should support both physical and
virtual columns. The partitioning should enhance the performance, manage huge volumes
of data and should provide foundation for Information Life Cycle Management (ILM).
xxv. RDBMS should have native spatial capabilities for storing, retrieving the location based
and spatial data. It should also support r-tree indexes for spatial data.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 33 of 157
xxvi. Policy based backup solution should be implemented and the backup should be encrypted
whether stored on disk or tapes.
4.3.1.6. Integration of proposed ERP Software System with other communication
channels
i. Integration with Payment Gateway: The selected bidder would be responsible for
integrating the existing payment gateway(s) with the proposed web portal/ application
software, whenever required by RCDF/ GoR, for making online payments.
ii. Integration with SMS Gateway: The Web portal & Application must facilitate, from the day
one, existing SMS gateway (MSDG) for automatically sending the required details/
information through SMS to the designated officers of the department and other
stakeholders. The selected bidder would be responsible for integrating the existing SMS
Gateway (MSDG), provided by GoI / Others, with the proposed web portal/ application
software. The recurring SMS charges, if any, shall be borne by Ajmer Milk Union.
iii. Integration with email Server: The Web portal & Application must facilitate, from the day
one for automatically sending the required details/ information through email to notify the
designated officers of the department and other stakeholders. The selected bidder would
be responsible for integrating the existing email solution of RCDF with the proposed web
portal/ application software.
4.3.1.7. User Acceptance Testing (UAT)
The selected bidder would be responsible for:
i. Preparation and submission of detailed FAT/ UAT plans/ schedules/ procedures/ formats.
ii. Prepare various use cases and scenarios
iii. Performing Hardware and Software Testing: Conducting testing of various components/
modules of the software developed (web portal and ERP software system), as per the
latest version of the IEEE 730 standards. The bidder shall be required to share the testing
documents and standards with the designated S/w testing team, wherever applicable/
required.
iv. Assist Purchaser in carrying out user acceptance of solution.
v. System Test Cases with Results
vi. UAT Case and Results
vii. Rectifying the Hardware and Software (including the website and ERP software) issues/
bugs reported during the testing upto the satisfaction of RCDF/ Ajmer Milk Union.
viii. Final approval/user acceptance of the software and system shall be given by Ajmer Milk
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 34 of 157
Union/ RCDF after successful implementation and testing. This is the responsibility of the
bidder to obtain the UAT approval from the Ajmer Milk Union/ RCDF
4.3.2. Supply, installation and commissioning of IT and non-IT hardware, Local Area
Network at Ajmer Milk Union,
a) The SI will conduct a site survey at Ajmer Milk Union, and based on the site survey
prepare submit following reports to purchaser
Hardware deployment plan (with Bill of Quantity)
Hardware testing plan & methodology
b) The SI shall be responsible for
I. Any Updates/upgrades/ infrastructure to be accommodated by the bidder,
II. In event of update/upgrade/withdrawal of any shared service, SI shall notify Ajmer
Milk Union in writing.
c) Ajmer Milk Union shall provide the requisite space to the SI for the deployment of the
requisite IT/ Non-IT infrastructure in the existing office premises at all the designated
project locations. The selected bidder shall not be liable for any delay arising out of Ajmer
Milk Union‟s failure to provide the sites within the stipulated period
d) The entire hardware and software supplied under the project should be branded,
interoperable, Unicode 5.1 or higher compliant and IPv6 ready from the day one.
e) The bidder should supply all the media and manuals, OEM support, updates, patches,
and errata.
f) Bidder should ensure that none of the components and sub-components is declared end-
of-sale or end-of-support by the respective OEM at the time of submission of bid. If, the
OEM declares any of the products / solutions end-of-sale subsequently, bidder should
ensure that the same is supported by the respective OEM from its date of installation till
the end of the 4 years.
g) Bidder should ensure that all the software, hardware, peripherals, accessories, sub-
components required for the functionality and completeness of the solution, including but
not limited to devices, equipment, accessories, patch cords (copper / fibre), cables,
software, licenses, development / testing kits, tools, etc. should also be provisioned
according to the requirements of the solution.
h) SI will be responsible for supplying and installing all allied accessories, consumables
(required for commission of hardware) and fitting assembly and complete all related work
for installation and commissioning including but not limited to the following -
i. For installation of LAN, the bidder is expected to also carry out structured cabling.
Any equipment (like Screws, clamps, fasteners, ties, anchors, supports, grounding
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 35 of 157
strips, wires, fibre termination kits etc.) required for completing installation of LAN will
be supplied/provided by the bidder.
ii. For installing and commission UPS at all the required locations, the bidder will also
be required to undertake any work related to electrical wiring.
i) The bidder shall provide OEM documentation with every unit of the equipment supplied.
4.3.3. Data Digitization and Migration
The scope related to data digitization includes
a) Selected SI shall provide manpower for the data digitization & migration, data with
respect to one time employee‟s master and other legacy data. Historical data
digitization will cover digitization of past 5 years records
b) Entry/ migration of transaction data of milk collection, processing and production of
milk products.
c) Entry / migration of sales and distribution data.
d) Scanning of supporting documents attachment of scan documents, indexing of
document and tag document with the relevant file.
e) Quoted man-month rate by SI shall be used for cost estimation, efforts of all technical
resources- data entry operator, data entry supervisor responsible for data validation,
any managerial staff use by SI shall be taken into account for total man-month
estimation to carry out data digitisation. For all technical resources irrespective of
their experience and specialisation, the quoted man-month rate shall be used. Efforts
of support staff shall not be taken into account.
f) The selected SI is expected to carry out an independent exercise for assessment of
data source, data format, and data fields and no. of records before data entry. The
data entry done by the successful bidder will be verified by Ajmer Milk Union
employees for its sanctity.
g) The selected SI will ensure validation of data entered, data scanned and document
indexing. SI will provide metadata based search for scanned documents
h) The space for sitting of data entry operator shall be provided by the Ajmer Milk
Union. The data entry and scanning shall be carried out at Ajmer. The bidder shall be
responsible to arrange for furniture, desktop, scanner and data migration tools to
undertake data digitization work. The bidder is advised to quote accordingly.
Indicative list of master records and transaction record need to be digitized is as under:
S.No. Record Description Approximate Records Available in
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 36 of 157
No of Record Electronics Format
1 Transaction Data of Milk collection/
Processing/ Production of Milk
products (last five years )
20,00,000 15,00,000
2 Employees Profile 200 Nil
3 Payroll related Records 1,20,000 1,20,000
4 Inventory and other Masters /
Transactions
10,000 Nil
(All the figures provided above are approximate / indicative).
4.3.4. Training and Capacity Building
i. The selected bidder shall also ensure a proper hands-on training to the designated end-
users on the application developed. The content of the training and schedule shall be
mutually decided by RCDF/Ajmer Milk Union and the selected bidder later at an
appropriate time period.
ii. Training could have multiple sessions as per the need and requirement of the project/
application. Hence, SI shall conduct Training Needs Analysis of all the concerned staff
and drawing up a systematic training plan. The training duration should be sufficiently
long for effecting meaningful assimilation of training content by an average user. There
should be sufficient number of trainers in every training session for conducting the
training program.
iii. The space for training will be provided by the Ajmer Milk Union. The training shall be
conducted at Ajmer.
iv. The SI shall provide Training of Trainers (TOT ) training to the core group of Ajmer Milk
Union team. They will also involve core group members through process of SRS
preparation, testing phase and implementation phase.
v. The requisite training infrastructure like computers, projector with screen shall be
provided by the Ajmer Milk Union.
vi. Retraining the above staff whenever significant changes are made in the application
and/or personnel.
vii. The bidder shall take training feedback from the trainees in format approve by Ajmer
Milk Union.
viii. In case more than 30% of the respondents suggest that the training provided to them
was unsatisfactory or less than satisfactory then the SI should re-conduct the same
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 37 of 157
training at no extra cost.
ix. The SI shall provide training material (role base); the language of training material shall
be in Hindi and English.
x. The SI shall ensure that all the training documentation in Hardcopy and Softcopy is in
place (user training, operation procedures, visual help-kit etc.).
Training needs identified for AJMER MILK UNION are:
S.No. Description of Training
No of employees to be trained approx (pilot)
Batch Size
No of Batch
No. of Session/Batch
Total No of
Session
1. TOT training to
core group
members of
AJMER MILK
UNION IT team /
HOD
15 15 1 1 1
2. Handholding &
Application
Training
150 25 6 2 12
o Duration of each training session should be of 8 Hours per day,
o Expected number of participants for the training session will be 25 participants.
4.3.5. System Integration and Commissioning (FAT & Go-Live)
a) The bidder shall integrate the hardware including the LAN, system software and
application software and commission the whole project. The purchaser shall conduct
Final Acceptance Testing on receipt of intimation of commission of the whole project
from the bidder. Only after the acceptance of FAT reports by RCDF, the entire
infrastructure (including ERP Software System) would be deemed to have been
commissioned. After the successful commissioning of the project, the system would be
declared as Go-Live and enter into O&M/ FMS phase and the selected bidder would
also be issued a commissioning certificate by RCDF/ Ajmer Milk Union.
b) SI should provide following documents to the purchaser
i. Installation Manuals
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 38 of 157
ii. User manual (Role wise)
iii. Access Control Policy
iv. Incident Management Policy
v. Change management plan development
c) Transferring the ownership of all software developed/ customized/ configured/ procured.
All licenses & support related documents should be in the name of RCDF/Ajmer Milk
Union.
4.3.6. Operation & Maintenance (O&M)/ Facility Management Services (FMS) for 4
years
Bidder would be responsible of operations and maintenance for the entire ERP Software
System solution at Ajmer Milk Union for 4 years after the Go-live (as certified and accepted
by Ajmer Milk Union/ RCDF).
4.3.6.1. Acceptance of Successful Roll Out
a) Post Go- live of project, SI shall be responsible to provide 3 month implementation
support. This period shall not consider as part of O&M phase.
b) During implementation period SI shall be responsible to create a separate register for
all telephone call/online calls received from all project locations regard, SI shall also
keep a tracker of call resolve and pending. SI will provide a monthly compliance report
after resolving of such calls to RCDF/ Ajmer Milk Union. These calls / complaint will be
resolved by SI within define implementation support period only.
c) After successful performance of the web based application software, a separate sign-
off/acceptance shall be issued to the SI by RCDF/ Ajmer Milk Union. The sign off shall
be given only after successful resolution of all the issues/ complaint.
4.3.6.2. Deployment of Manpower for Facility Management Services
Bidder would be responsible of operations and maintenance for the entire ERP
solution at Ajmer Milk Union for 4 years after the Go-live (as certified and accepted by
Ajmer Milk Union/ RCDF)
a) Bidder shall depute the following resources at the below project locations for 4 years,
from starting day of Commissioning / Go Live of system, to trouble shoot, manage,
replace and repair the hardware/ system software onsite (if possible). The below is the
minimum requirement, however if the SI propose to increase then it can be done
without any extra financial burden to purchaser.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 39 of 157
S.
No. Resource
Ajmer Milk Union/ HO NOC For period of Four Years
1. Project Manager 1
2. Senior Software Engineers cum System Engineer
1
3. IT Helpdesk Engineer 2
o The bidder shall deploy one full time dedicated resident Project Manager at Ajmer
Milk Union, Ajmer.
o The bidder shall deploy one full time dedicated resident engineer at Ajmer Milk
Union, Ajmer, for purpose of System Administration and software support and
Database Management
o The bidder shall deploy 2 helpdesk operators at Ajmer Milk Union, Ajmer to log and
resolve complaints of the project locations.
b) Also, it would be the responsibility of the SI to retain the deployed manpower for during
currency of contract, in the event of a resource leaving the employment with SI, the
same shall be immediately replaced with another resource of equivalent capability in
terms of qualifications and experience. All such events should be notified prior to
Ajmer Milk Union.
c) During and after the end of the project period, the SI shall refrain from canvassing
Ajmer Milk Union/ RCDF and any of its associates with any claim for employment of
the bidder‟s personnel deployed under the project.
d) As Hindi is Official Language of the Government of Rajasthan, the SI has to appoint
personnel having proficiency in Hindi language.
e) The staff provided by the SI will perform their duties in accordance with the instructions
given by the designated officers of RCDF/ Ajmer Milk Union from time to time. RCDF/
Ajmer Milk Union will examine the qualification, experience etc. of the personnel
provided before they are put on positions. The SI has to take approval from RCDF/
Ajmer Milk Union for the proposed staff before their deployment. RCDF/ Ajmer Milk
Union has every right to reject the personnel, if the same is not acceptable, before or
after commencement of the awarded work/ project.
f) At no time, the provided manpower should be on leave or absent from the duty without
prior permission from the designated nodal officer of Ajmer Milk Union. In case of long
term absence due to sickness, leave etc, the SI shall ensure replacements and
manning of all manpower posts by without any additional liabilities to RCDF/ Ajmer
Milk Union. Substitute will have to be provided by the SI against the staff proceeding
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 40 of 157
on leave/ or remaining absent and should be of equal or higher qualifications/
experience.
g) The proposed services shall be normally manned from 9:00 AM to 6:00 PM but may
vary as per the requirement throughout the project period or as decided by RCDF/
Ajmer Milk Union.
h) The operational support will have to be provided through a suitable helpdesk system,
to ensure that the solution is functioning as intended and that all problems associated
with operation are resolved satisfactorily.
4.3.6.3. Preventive Maintenance Services
This activity shall be carried out at least once in every quarter in addition to the normal
maintenance required and sub activities are detailed as below:
a) Check for any loose contacts in the cables & connections.
b) Extract the log reports, study, draw logical conclusions, do fixes and then submit the
final report to RCDF / Ajmer Milk Union.
c) Conduct preventive maintenance (including inspection, testing, satisfactory execution
of diagnostics and necessary repairing of the equipment)
d) Cleaning and removal of dust and dirt from the desktop and printers of all supplied
equipment‟s.
4.3.6.4. Corrective Maintenance Services
a) Troubleshooting of hardware problem of all supplied equipment‟s and rectification of
the same.
b) Troubleshooting of OS and databases etc., and provide solutions for the same.
c) Documentation of problems, isolation, cause and rectification procedures for building
knowledge base for the known problems.
4.3.6.5. Asset Management Services
a) The bidder shall be required to create database of all IT assets like hardware,
software, peripherals, etc (supplied by SI for this project)., by recording information like
configuration details, serial numbers, licensing agreements, warranty and AMC details,
etc.
b) Record installation and removal of any equipment from the network and inform Ajmer
Milk Union even if it is temporary.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 41 of 157
c) Create Software inventory with information such as Licenses, Version Numbers and
Registration Details
d) Register all software procured by RCDF / Ajmer Milk Union in this bid document with
respective OEMs.
e) Perform software license management and arrange for licensing contract renewal for
RCDF / Ajmer Milk Union for period of 4 years from the date of installation at no cost.
4.3.6.6. Configuration Management Services
a) The bidder shall maintain a record of hardware as well as software and all other items
supplied in this RFP including the details of policies implemented on the servers,
network, databases, web servers, etc.
b) The bidder shall keep soft copies of the configurations of each of the devices
mentioned above.
c) The bidder shall define change management procedures to ensure that no
unwarranted changes are carried out on the equipment‟s. All the changes carried out
by the bidder must be formally approved by RCDF / Ajmer Milk Union and recorded.
d) The bidder shall do proper version management of these configurations as the
configurations may be changed from time to time. This is required to ascertain changes
made to these configurations at different stages as well as have functional
configurations.
4.3.6.7. Vendor Management Services
a) The bidder shall coordinate with external vendors, network providers and & all the
project locations for upkeep of equipment deployed to meet the SLA and shall liaison
with various vendors/OEMS for related works, equipment & services.
b) The bidder should maintain database of the various vendors and service providers,
including vendors for hardware under warranty, service providers etc. with details like
contact person, telephone numbers, escalation matrix, response time and resolution
time commitments etc.
c) The bidder should, if required escalate and log calls with vendors/ OEM and other
service providers and coordinate with them to get the problems resolved.
4.3.6.8. Network Management Services
The bidder shall be responsible for:
a) Daily monitoring of Network
b) Making sure the high availability & reliability of network for these equipment‟s at all
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 42 of 157
times and performance maintenance.
c) Checking network status and taking remedial action (Logging Calls etc) in case of
problems.
d) Sending alerts to concerned people regarding critical errors.
4.3.6.9. Server Management Services
a) The bidder shall manage the servers on end-to-end basis like server administration,
performance tuning, hardware and software support and upkeep of the server etc.
b) Handling of OS related issues, installation of OS updates and patches, re-installing OS
if required, periodic system performance tuning, monitoring server usage statistics,
network OS support, and start up and shut down of servers. The SI will also have to
resolve all the issues between the servers & software supplied under this project.
c) The bidder shall provide device/peripherals management, user management etc for the
servers.
d) The bidder shall implement operating system security/hardening and application level
security for the servers.
4.3.6.10. Support Services for Web Based Application S/W
a) Overall administration, operations, monitoring, maintenance of the deployed Web
portal, Application software and the Database to ensure the desired uptime.
b) Periodic backup and recovery of Database, application and web content.
c) During O&M period Ajmer Milk Union /RCDF may request SI, to make necessary
changes in the layout, colour schema, MIS reports format, input forms layout. However,
these changes shall be suggested keeping in view that it should not transform in
database schema. The SI shall be responsible to make these changes at no extra cost
to purchaser.
d) Design & Upload content on web portal as per instruction of Purchaser. Content
management services include (content collection, translation, conversion, design of
content upload content using CMS).
e) Web portal and application administration, support & maintenance throughout the
project period. The SI shall provide support on following activities
i. Minor changes in ERP Software System on instruction of Ajmer Milk Union /RCDF
ii. Bugs Fixing reported by Ajmer Milk Union /RCDF
iii. Back office support required to update Web Portal & Applications S/W
f) Maintain version control and archives of source code, and web site content and
database.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 43 of 157
4.3.6.11. MIS Reports
The SI shall have to submit certain key deliverables. However, in addition to the reports/
deliverables, SI shall prepare and submit all other required information in the desirable
format as notified by the purchaser related to project.
The formats for all the reports shall be prepared by the SI and submitted to the purchaser
for approval. The reports submitted by the SI should strictly be in the approved format only
which, if required, may be revised from time to time.
Sl.
No.
Activity Deliverable Frequency Time Frame
1. SLA Manpower Report
Attendance of Manpower deployed
Monthly Within 1 Week of end of each Month
2. SLA FMS Support (User)
Log reports of help desk, call categorizations
Daily Daily
Log Report Software Solution related “Response Time”, means time taken (after the request has been logged at the helpdesk and escalated to SI team)
Quarterly Within 1 Week of end of each Quarter
Log Report Hardware Related “Response Time”, means time taken (after the request has been logged at the helpdesk and escalated to SI team)
Quarterly Within 1 Week of end of each Quarter
3. Backup and recovery services
Log reports of backup server
Quarterly Within 1 Week of end of each Quarter
4. Configuration changes
Report on changes like configuration changes, patch upgrades, database reorganization, storage reorganization, log truncation, volume expansion, user creation, user password reset, etc.
Quarterly Within 1 Week of end of each Quarter
5. Preventive Maintenance
Equipment wise and date wise list of hardware for which
Monthly Within 1 Week of end of each Month
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 44 of 157
Sl.
No.
Activity Deliverable Frequency Time Frame
Reports preventive maintenance was undertaken during monthly
6. Software license management
Details of software licences with renewal due date
Once During Implementation support
7. SLA Compliance Report for IT & Non IT infrastructure at Ajmer Milk Union, Ajmer
Quarterly Compliance Report for hardware complaints registered and resolved at Ajmer Milk Union, Ajmer
Quarterly Within 1 Week of end of each Quarter
8. SLA Application S/w Report
Report on performance Average time taken for opening Internet portal
Quarterly Within 1 Week of end of each Quarter
Report on availability of all application modules at RSDC
Quarterly Within 1 Week of end of each Quarter
9. SLA application S/W Support
Report on content management reported and Time to upload
Quarterly Within 1 Week of end of each Quarter
Report on minor changes reported and time taken to complete
Quarterly Within 1 Week of end of each Quarter
Report on incident reporting of Bugs fixing reported and time taken to resolve
Quarterly Within 1 Week of end of each Quarter
4.3.7. Change Request Management Services
a) Ajmer Milk Union envisaged that ERP Software System should have integration with
existing application (if any). The requirement for integration shall be finalise in
consultation with Ajmer Milk Union as and when these projects will be operational. The
required integration shall be done through change request management system.
Following are envisaged existing application but not limited to these to be considered
for change request.
Integration with UIDAI
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 45 of 157
Any other as per requirement
b) RCDF/Ajmer Milk Union may at any time, by a written order given to the selected
bidder, make changes within the general scope of the Agreement in any one or more of
the following: -
o Designs, specifications, requirements which software or service to be provided
under the Agreement are to be specifically developed and rendered for the Ajmer
Milk Union
o The method of deployment, shipping or packing.
o Schedule for Installation Acceptance.
o The place of delivery and/or the services to be provided by the selected bidder.
c) The steps to be followed in change request/ management procedure has been
described in Chapter for Change Management of this RFP.
4.3.8. Third Party Audit (TPA)
i. A third party audit may be got done by Ajmer Milk Union at its own cost. The TPA
would be selected separately by the Ajmer Milk Union.
ii. The audit may cover one or more of the following aspects of the project: -
Vulnerability Assessment of the critical servers and network devices
Penetration testing of the systems and networks (External and Internal)
Application Security Assessment
System Performance Testing/ Monitoring
Review and Assessment of Security Policies
iii. The audit will study execution of the project by SI and verify the executed work against
entire scope envisaged in the RFP. If TPA report suggests any modification / alteration
to meet RFP requirement / adherence then SI shall be required to do the needful
without any additional financial implication to the purchaser.
iv. The TPA activity will be one time and will be initiated after start of the FMS phase.
v. The bidder shall be required to share the testing documents and standards with the
designated third party wherever applicable/ required.
vi. Based on the audit reports submitted by the TPA, the selected bidder shall make the
required changes to the solution deployed (as per RFP) and incorporate the
suggestions of the auditor at no extra cost. The purchaser may recover costs from the
pending payments or performance security on failure of the bidder to make the required
changes.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 46 of 157
4.4. Project Duration
As per RFP, the ERP Software System at Ajmer Milk Union project will likely to achieve Go
Live status within 41 weeks of award of contract. Handholding this will be followed by 4
years of operations and maintenance phase post successful commissioning of the project
i.e. after Go-Live
4.5. Roles & Responsibilities (Stakeholder-Wise)
A contract monitoring committee will be constituted for overall monitoring of the progress of
ERP Software System at Ajmer Milk Union. The contract monitoring committee will be
appraised on the periodic developments by the bidder. The contract monitoring committee
shall consist of the members of RCDF and Ajmer Milk Union.
a) Responsibilities of Ajmer Milk Union
To formulate a nodal team for the project responsible for end to end coordination and
execution of the ERP Software System for Ajmer Milk Union. To provide necessary
support during requirement gathering, sharing of sample reports and other IT
infrastructure requirements
To identify and appoint nodal officer for facilitating the ERP project execution
Explain the functional requirements in detail to the selected bidder
Provide schedules for Hardware deployment, training, data digitization etc
Ajmer Milk Union will be responsible for providing the 2 Mbps dedicated internet
connectivity at Ajmer Milk Union .
Ajmer Milk Union will be responsible for providing the network at project location to the
SI for running ERP Software solution
To ensure active participation from the Ajmer Milk Union users
To provide information, raw data, documents (for Scanning) required to be digitized
To conduct review meetings at defined regular intervals to monitor the overall progress
of the project.
Provide feedback on changes to be in the solution to improve usability of the
application software.
Prioritize the change requests as per project objectives.
To ensure timely project milestones sign offs
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 47 of 157
to provide readiness report from all project location after commissioning of
infrastructure
To approve and oversee the proposed training plan
To ensure close coordination of all the participants and the external agencies involved
in the project.
To review the installation, commissioning and maintenance of the software
To take steps to mitigate any potential risks that might surface during the course of the
project
Set up and administration of an issue and escalation management process.
To identify the staff at various levels who need to undergo user training
To identify employees who needs to be trained by SI for learning the technical aspects
of the ERP Software System for Ajmer Milk Union.
Ajmer Milk Union will provide dedicated telephone line at Ajmer Milk Union for
managing help desk
Handle change management
To monitor the overall progress of the project
Review of software requirement specifications, system design, hardware
sizing/Scrutiny of deliverables for their compliance with RFP specifications
Review content, methodology and pedagogy for user training
Review data migration plans and their implementation.
Review the documentation provided by the Bidder and verifies that it conforms to the
requirements.
To provide sign-off /acceptance PAT of web based application software
To provide sign-off/acceptance final FAT of web based application software and its
integration with hardware and network components
To provide acceptance of successful performance of web based application software
(post implementation)
Periodic SLA monitoring of the system deployed by the successful bidder
To ensure timely release of the payments as per agreed schedule
The Ajmer Milk Union shall be responsible to provide all the required consumables
required for the Project like printer toner cartridges, and backup media/ tapes etc.
The Ajmer Milk Union must ensure that all type of consumables required for the project,
in sufficient quantities, are readily available at each project location.
b) Rajasthan Cooperative Dairy Federation (RCDF)
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 48 of 157
The role of RCDF for successful implementation of the Application software includes
discharging the following responsibilities:
RCDF will constitute a steering committee to monitor the implementation of project and
also resolving issues encountered during implementation of the project in consultation
with AJMER MILK UNION.
RCDF will prepare approval/escalation level hierarchy for all the deliverables.
RCDF will conduct review meetings at regular intervals to monitor the overall progress
of the project
RCDF will ensure speedy centralized issue resolution
RCDF will ensure timely sign-offs
RCDF will provide necessary infrastructure support and resources to the Bidder during
the development stage.
RCDF will co-ordinate with other Government agencies and defining responsibilities of
the Selected Bidder
RCDF will ensure compliance with the project SLAs.
RCDF will ensure that the selected bidder will make the best effort to ensure the quality
of deliverables meets the expectations of Ajmer Milk Union.
RCDF would review and approve the payment to the bidder as per SLA
c) Responsibilities of DOIT & C, GOR
Rajasthan State Data Centre (RSDC)
The SI will be provided with the required rack space and other shared hardware
infrastructure for installation and configuration of hardware and software as per BoM.
The list of shared infrastructure to be provided by RSDC has been attached as
Annexure - 21 of this RFP.
RSDC will provide infrastructure such as firewall service, directory service,
management and data storage services, which could be a shared infrastructure to all
the applications /departments in the RSDC.
Some of the key functionalities of RSDC are Central Data Repository of the State,
Secure Data Storage, Disaster Recovery, Remote Management and Service
Integration.
RSDC will provide required number of Internal and external IP at data centre for the
ERP Software application.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 49 of 157
RSDC will be responsible to manage all shared infrastructure to be used for
deployment of web based application software.
RSDC will be responsible to manage network connectivity of all server and other
devices to be installed by SI with RSDC.
d) Responsibilities of System Integrator (SI)
The detailed role & responsibilities of SI has already been described in the scope of work
section 4 of this RFP.
4.6. Project Deliverables, Milestones & Time Schedule
In view of the volume and complexity of the ERP Software System for Ajmer Milk Union,
bidder is expected to carry out all ground work for implementation including documentation,
coordination with stakeholders of the project, site survey etc. These reports or deliverables
are to be submitted timely by bidder to the RCDF / Ajmer Milk Union to ensure the timely
and smooth execution of ERP project. Certain key deliverables are identified for each of the
parts/stages, which are mentioned hereunder.
However, bidder has to prepare and submit any required information in form of Reports /
excel sheet / document desired by Ajmer Milk Union related to ERP Software System other
than defined hereunder in the table.
The milestones and deliverables for the implementation of ERP project would be as
follows:-
Milestone Deliverable (Reports/ Documents & Infrastructure)
Phase Wise Time Line
Execution of Agreement & Kik-off
Agreement
Project Plan
T = O + 2 week
O is event marked as date of Issue of work order by RCDF/AJMER MILK UNION
Perform System Study & SRS
Submission of Software Requirement Specifications (SRS)
T1 = T+ 18 week (Includes 2 weeks for SRS approval)
Development of Web Portal & AJMER MILK UNION Application S/w
System Design Document (SDD) T2 = T1+ 2 weeks
T1 is event marked as date of SRS acceptance by RCDF/AJMER MILK UNION)
Deployment of AJMER MILK UNION application software and web portal on staging server
T3=T2 + 8 weeks
PAT Sign off (Partial Acceptance Test of AJMER MILK
Testing Methodology including test cases and test plan
(SI‟s may host application on private
T4= T3 + 1week
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 50 of 157
Milestone Deliverable (Reports/ Documents & Infrastructure)
Phase Wise Time Line
UNION application) server & provide access to RCDF/ Ajmer Milk Union through Public IP over internet) and Test Results
Testing of application T5= T4 + 4 weeks
UAT Sign off of User acceptance of AJMER MILK UNION application
Final Deployment of AJMER MILK UNION application software and web portal on production server and integration with Email solution, SMS gateway and payment gateway
T6= T5 + 2 week
Handing over of Source code and Server and client edition usage user based perpetual licenses in the name of the purchaser for the various third party utility tools/system software used by the bidder to run the application.
T7=T6 + 2 week
Handing over of COTS Server and client edition User based perpetual licenses in the name of the purchaser
(In case of subsequent phases additional user licenses of COTS )
T8=T6 + 2 week
Site Preparation, Procurement, Installation and commissioning of IT & Non IT infrastructure all project locations
Hardware deployment plan, in accordance to Site survey, testing methodology and Bill of quantity agreeable to the AJMER MILK UNION/RCDF
T + 4 weeks
T is event marked as date of agreement by RCDF/ AJMER MILK UNION
Item Delivery, installation and commissioning reports with specification of each item supplied at AJMER MILK UNION HO
T9 + 4 week T9 is the event marked when RCDF/AJMER MILK UNION will provide schedule to deploy IT& Non IT infrastructure at AJMER MILK UNION HO
Data Digitization
Provide manpower to undertake data digitization of master data essential for UAT & Go live
(Successful completion & validation of the overall Master Data Built-up activity and its accessibility through the Website and AJMER MILK UNIONMS Application S/w)
T6 + 4 weeks
T6 is event marked as date of completion of testing of module
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 51 of 157
Provide manpower to undertake data digitization
(Successful completion & validation of the overall Master Data Built-up activity and its accessibility through the Website and AJMER MILK UNION Application S/w)
T10 + 24 weeks
T10 is the event marked when RCDF/AJMER MILK UNION will provide schedule to data digitization related to specific module
Training
Training Completion certificate to all Nominated employees of AJMER MILK UNION as per SoW
Trainees Feedback
T11 + 4 week
T11 is the event marked when RCDF/AJMER MILK UNION will provide schedule to conduct training related to specific module
GO-Live
Installation Manuals T8 + 2 week
User manual (Role wise) with visual help kits
T8 + 2 week
FAT (Final acceptance test of hardware/software and other infrastructure
T12 =T8 + 2 week
Operation & Management (Post Go-Live)
Acceptance of Successfully Roll Out (Successfully rollout of Web portal & AJMER MILK UNION application S/W for period of minimum 2 months at all project locations (Acceptance for successful performance from AJMER MILK UNION/RCDF)
Post–Go live for period of 2 months
Acceptance Certificate from AJMER MILK UNION/RCDF
T13=T12 + 8 weeks
Support for AJMER MILK UNION Application S/W
Successfully Completion activities related to maintenance of
MIS reports related to software application maintenance & support as defined in Sow, Operation and maintenance defined in RFP
T13 + 4 years
4 year from date of go-live
Handing over of Yearly license of COTS solution and database with comprehensive OEM
T13 + 1 week
for subsequent years it should be within one week from start of next
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 52 of 157
web portal & application S/w , defined in SoW section.
support O&M Year
Handing over yearly licence comprehensive OEM support (over phone & online) for all third party tools/system software used by bidder to run application.
T13 + 1 week
for subsequent years it should be within one week from start of next O&M Year
FMS During O&M Successful completion of O&M Activities and submission of associated deliverables every quarter during the O&M Phase of the project (4 Years from Go live)
MIS reports as per SOW, Operation & maintenance in RFP
T13 + 4 years from go live
Helpdesk for the technical & functional scope
As per frequency defined in RFP
Quarterly Compliance Report on hardware complaints registered and solved to the hardware & software at AJMER MILK UNION HQ
MIS reports as per O&M defined in RFP
T18+ 4 years from go live
Infrastructure & Hardware Maintenance at AJMER MILK UNION Project Locations
Successfully Completion activities related to Hardware maintenance supplied at project location defined in SoW section During O&M period of 4 years for maintenance of hardware supplied
After go live + Within 1 Week of end
of each Quarter
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 53 of 157
5. INSTRUCTION TO BIDDERS (ITB)
1) Sale of Bidding/ Tender Documents
a) Mode of bid submission is online through eProcurement/ eTendering portal of Government
of Rajasthan (https://eproc.rajasthan.gov.in) The sale of bidding documents shall be
commenced from the date of publication of Notice Inviting Bids (NIB). The complete
bidding document shall also be placed on the State Public Procurement Portal
(http://sppp.raj.nic.in) and portal of RCDF(http://sarasmilkfed.rajasthan.gov.in) The
prospective bidders shall be permitted to download the bidding document from the
websites and pay its price while submitting the Bid to the procuring entity.
b) Bidding documents purchased by Principal of any concern may be used by its authorised
sole selling agents/ marketing agents/ distributors/ sub-distributors and authorised dealers
or vice versa.
2) Pre-bid Meeting/ Clarifications
a) Any prospective bidder may, in writing, seek clarifications from the procuring entity in
respect of the bidding documents.
b) A pre-bid conference is also scheduled by the procuring entity as per the details mentioned
in the NIB and to clarify doubts of potential bidders in respect of the procurement and the
records of such conference shall be intimated to all bidders and where applicable, shall be
published on the respective websites.
c) The period within which the bidders may seek clarifications under (a) above and the period
within which the procuring entity shall respond to such requests for clarifications shall be as
under: -
a. Last date of submitting clarifications requests by the bidder: as per NIB
b. Response to clarifications by procuring entity: as per NIB
d) The minutes and response, if any, shall be provided promptly to all bidders and shall be
published on the respective websites.
3) Changes in the Bidding Document
a) At any time, prior to the deadline for submission of Bids, the procuring entity may for any
reason, whether on its own initiative or as a result of a request for clarification by a bidder,
modify the bidding documents by issuing an addendum in accordance with the provisions
below.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 54 of 157
b) In case, any modification is made to the bidding document or any clarification is issued
which materially affects the terms contained in the bidding document, the procuring entity
shall publish such modification or clarification in the same manner as the publication of the
initial bidding document.
c) In case, a clarification or modification is issued to the bidding document, the procuring
entity may, prior to the last date for submission of Bids, extend such time limit in order to
allow the bidders sufficient time to take into account the clarification or modification, as the
case may be, while submitting their Bids.
d) Any bidder, who has submitted his Bid in response to the original invitation, shall have the
opportunity to modify or re-submit it, as the case may be, within the period of time originally
allotted or such extended time as may be allowed for submission of Bids, when changes
are made to the bidding document by the procuring entity:
provided that the Bid last submitted or the Bid as modified by the bidder shall be
considered for evaluation.
4) Period of Validity of Bids
a) Bids submitted by the bidders shall remain valid during the period specified in the NIB/
bidding document. A Bid valid for a shorter period shall be rejected by the procuring entity
as non-responsive Bid.
b) Prior to the expiry of the period of validity of Bids, the procuring entity, in exceptional
circumstances, may request the bidders to extend the bid validity period for an
additional specified period of time. A bidder may refuse the request and such refusal shall
be treated as withdrawal of Bid and in such circumstances bid security shall not be
forfeited.
c) Bidders that agree to an extension of the period of validity of their Bids shall extend or get
extended the period of validity of bid securities submitted by them or submit new bid
securities to cover the extended period of validity of their bids. A bidder whose bid security
is not extended, or that has not submitted a new bid security, is considered to have refused
the request to extend the period of validity of its Bid.
5) Format and Signing of Bids
a) Bidders must submit their bids online at e-Procurement portal i.e.
https://eproc.rajasthan.gov.in.
b) All the documents uploaded should be digitally signed with the DSC of authorized
signatory.
c) A Single stage-three part/ cover system shall be followed for the Bid: -
a. Cover 1-Fee details, Eligibility documents, PQ documents
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 55 of 157
b. Cover 2- Technical Bid & technical documents followed by technical presentation
c. Cover 3-Financial Bid
d) Cover 1- Fee details, Eligibility documents, PQ documents
S. No.
Documents Type Document Format
Fee Details
1. Bidding document Fee (Tender Fee) Proof of submission (PDF)
2. RISL Processing Fee (eProc) Instrument/ Proof of submission (PDF)
3. Bid Security Instrument/ Proof of submission (PDF)
Eligibility Documents
4. Bidder‟s Authorisation Certificate As per Annexure-4 (PDF)
5. All the documents mentioned in the “Eligibility Criteria”, in support of the eligibility
As per the format mentioned against the respective eligibility criteria clause (PDF)
6. PQ of OEM product (COTS, Database and system solutions)
Certificates from OEM as per format mentioned as per the PQ criteria
e) Cover 2- The technical bid shall consist of the following documents: -
S. No.
Documents Type Document Format
Technical Documents
1. Certificate of Conformity/ No Deviation As per Annexure-6 (PDF)
2. Declaration by Bidders As per Annexure-7 (PDF)
3. Manufacturer‟s Authorisation Form (MAF)
As per Annexure-8 (Indicative Format) (PDF)
4. Undertaking on Authenticity of Computer Equipments
As per Annexure-9 (PDF)
5. Components Offered + Technical specifications compliance sheet for all items only on OEM Letter Head
As per Annexure-10 (PDF)
6. Project References for Technical Qualification (Minimum 3)
As per Annexure-14 (PDF)
f) Cover 3 – Financial bid shall include the following documents: -
S. No.
Documents Type Document Format
1. Financial Bid – Cover Letter On bidder‟s letter head duly signed by authorized signatory as per Annexure-11 (PDF)
2. Financial Bid – Format As per BoQ (.XLS) format available on e-Procurement portal
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 56 of 157
g) The bidder should ensure that all the required documents, as mentioned in this bidding
document, are submitted along with the Bid and in the prescribed format only. Non-
submission of the required documents or submission of the documents in a different
format/ contents may lead to the rejections of the Bid submitted by the bidder.
6) Cost & Language of Bidding
a) The Bidder shall bear all costs associated with the preparation and submission of its Bid,
and the procuring entity shall not be responsible or liable for those costs, regardless of the
conduct or outcome of the bidding process.
b) The Bid, as well as all correspondence and documents relating to the Bid exchanged by
the Bidder and the procuring entity, 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/ Hindi language, in which case, for purposes of interpretation of the Bid, such
translation shall govern.
7) Alternative/ Multiple Bids
Alternative/ Multiple Bids shall not be considered at all. Also, the bidder shall not quote for
multiple brands/ make/ models but only one in the technical Bid and should also mention the
details of the quoted make/ model in the “Annexure-10: Components Offered”.
8) Bid Security
Every bidder, if not exempted, participating in the procurement process will be required to
furnish the bid security as specified in the NIB.
a) In lieu of bid security, a bid securing declaration shall be taken from Departments of the
State Government, Undertakings, Corporations, Autonomous bodies, Registered Societies
and Cooperative Societies which are owned or controlled or managed by the State
Government and Government Undertakings of the Central Government.
b) Bid security instrument or cash receipt of bid security or a bid securing declaration shall
necessarily accompany the technical bid.
c) Bid security of a bidder lying with the procuring entity in respect of other bids awaiting
decision shall not be adjusted towards bid security for the fresh bids. The bid security
originally deposited may, however, be taken into consideration in case bids are re-invited.
d) The bid security may be given in the form of a banker‟s cheque or demand draft or bank
guarantee, in specified format, of a scheduled bank. The bid security must remain valid
thirty days beyond the original or extended validity period of the bid.
e) The issuer of the bid security and the confirmer, if any, of the bid security, as well as the
form and terms of the bid security, must be acceptable to the procuring entity.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 57 of 157
f) Prior to presenting a submission, a bidder may request the procuring entity to confirm the
acceptability of proposed issuer of a bid security or of a proposed confirmer, if required.
The procuring entity shall respond promptly to such a request.
g) The bank guarantee presented as bid security shall be got confirmed from the concerned
issuing bank. However, the confirmation of the acceptability of a proposed issuer or of any
proposed confirmer does not preclude the procuring entity from rejecting the bid security
on the ground that the issuer or the confirmer, as the case may be, has become insolvent
or has otherwise ceased to be creditworthy.
h) The bid security of unsuccessful bidders shall be refunded soon after final acceptance of
successful bid and signing of Agreement and submitting performance security.
i) The Bid security taken from a bidder shall be forfeited, including the interest, if any, in the
following cases, namely: -
a. when the bidder withdraws or modifies its bid after opening of bids;
b. when the bidder does not execute the agreement, if any, after placement of supply/
work order within the specified period;
c. when the bidder fails to commence the supply of the goods or service or execute work
as per supply/ work order within the time specified;
d. when the bidder does not deposit the performance security within specified period after
the supply/ work order is placed; and
e. if the bidder breaches any provision of code of integrity, prescribed for bidders,
specified in the bidding document.
j) Notice will be given to the bidder with reasonable time before bid security deposited is
forfeited.
k) No interest shall be payable on the bid security.
l) In case of the successful bidder, the amount of bid security may be adjusted in arriving at
the amount of the Performance Security, or refunded if the successful bidder furnishes the
full amount of performance security.
m) The procuring entity shall promptly return the bid security after the earliest of the following
events, namely:-
a. the expiry of validity of bid security;
b. the execution of agreement for procurement and performance security is furnished by
the successful bidder;
c. the cancellation of the procurement process; or
d. the withdrawal of bid prior to the deadline for presenting bids, unless the bidding
documents stipulate that no such withdrawal is permitted.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 58 of 157
9) Deadline for the submission of Bids
a) Bids shall be received online at e-Procurement portal and up to the time and date specified
in the NIB.
b) Normally, the date of submission and opening of Bids would not be extended. In
exceptional circumstances or when the bidding document are required to be substantially
modified as a result of discussions in pre-bid meeting/ conference or otherwise and the
time with the prospective bidders for preparation of Bids appears insufficient, the date may
be extended by the procuring entity. In such case the publicity of extended time and date
shall be given in the manner, as was given at the time of issuing the original NIB and shall
also be placed on the State Public Procurement Portal, if applicable. It would be ensured
that after issue of corrigendum, reasonable time is available to the bidders for preparation
and submission of their Bids. The procuring entity shall also publish such modifications in
the bidding document in the same manner as the publication of initial bidding document. If,
in the office of the Bids receiving and opening authority, the last date of submission or
opening of Bids is a non-working day, the Bids shall be received or opened on the next
working day.
10) Withdrawal, Substitution, and Modification of Bids
a) If permitted on e-Procurement portal, a Bidder may withdraw its Bid or re-submit its Bid
(technical and/ or financial cover) as per the instructions/ procedure mentioned at
e-Procurement website under the section "Bidder's Manual Kit".
b) Bids withdrawn shall not be opened and processed further.
11) Opening of Bids
a) The Bids shall be opened by the bid opening & evaluation committee on the date and time
mentioned in the NIB in the presence of the bidders or their authorized representatives
who choose to be present.
b) The committee may co-opt experienced persons in the committee to conduct the process
of Bid opening.
c) The committee shall prepare a list of the bidders or their representatives attending the
opening of Bids and obtain their signatures on the same. The list shall also contain the
representative‟s name and telephone number and corresponding bidders‟ names and
addresses. The authority letters, if any, brought by the representatives shall be attached to
the list. The list shall be signed by all the members of Bid opening committee with date and
time of opening of the Bids.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 59 of 157
d) All the documents comprising of Cover -1 i.e. Eligibility & PQ shall be opened &
downloaded from the e-Procurement website (only for the bidders who have submitted the
prescribed fee(s) to RCDF)
e) The committee shall conduct a preliminary scrutiny of the opened technical Bids(Cover 1)
to assess the prima-facie responsiveness and ensure that the: -
a. bid is accompanied by bidding document fee, bid security or bid securing declaration,
and processing fee (if applicable);
b. bid is valid for the period, specified in the bidding document;
c. bid is unconditional and the bidder has agreed to give the required performance
security; and
d. PQ criteria mentioned in the RFP for COTS/ other tools
e. other conditions, as specified in the bidding document are fulfilled.
f. any other information which the committee may consider appropriate.
f) No Bid shall be rejected at the time of Bid opening (Cover 1) except the Bids not
accompanied with the proof of payment or instrument of the required price of bidding
document, processing fee and bid security.
g) Cover 2 – Technical bid shall be opened for the successful bidders of compliances
mentioned in the cover-1 documents i.e. EC and PQ. The Bids shall be opened by the bid
opening & evaluation committee on the date and time mentioned in the NIB.
h) The Financial Bid cover (Cover 3) shall be kept unopened and shall be opened later on
the date and time intimated to the bidders who qualify in the evaluation of technical Bids.
12) Selection Method:
a) The selection method is Least Cost Based Selection (LCBS or L1).
13) Clarification of Bids
a) To assist in the examination, evaluation, comparison and qualification of the Bids, the bid
evaluation committee may, at its discretion, ask any bidder for a clarification regarding its
Bid. The committee's request for clarification and the response of the bidder shall be
through the e-Procurement portal.
b) Any clarification submitted by a bidder with regard to its Bid that is not in response to a
request by the committee shall not be considered.
c) 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 committee in the
evaluation of the financial Bids.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 60 of 157
d) No substantive change to qualification information or to a submission, including changes
aimed at making an unqualified bidder, qualified or an unresponsive submission,
responsive shall be sought, offered or permitted.
14) Evaluation & Tabulation of Technical Bids
a) Determination of Responsiveness
a. The bid evaluation committee shall determine the responsiveness of a Bid on the basis
of bidding document and the provisions of pre-qualification/ eligibility criteria of the
bidding document.
b. A responsive Bid is one that meets the requirements of the bidding document without
any material deviation, reservation, or omission where: -
i. “deviation” is a departure from the requirements specified in the bidding document;
ii. “reservation” is the setting of limiting conditions or withholding from complete
acceptance of the requirements specified in the bidding document; and
iii. “Omission” is the failure to submit part or all of the information or documentation
required in the bidding document.
c. A material deviation, reservation, or omission is one that,
i. if accepted, shall:-
1. affect in any substantial way the scope, quality, or performance of the subject
matter of procurement specified in the bidding documents; or
2. limits in any substantial way, inconsistent with the bidding documents, the
procuring entity‟s rights or the bidder‟s obligations under the proposed contract;
or
ii. if rectified, shall unfairly affect the competitive position of other bidders presenting
responsive Bids.
d. The bid evaluation committee shall examine the technical aspects of the Bid in
particular, to confirm that all requirements of bidding document have been met without
any material deviation, reservation or omission.
e. The procuring entity shall regard a Bid as responsive if it conforms to all requirements
set out in the bidding document, or it contains minor deviations that do not materially
alter or depart from the characteristics, terms, conditions and other requirements set
out in the bidding document, or if it contains errors or oversights that can be corrected
without touching on the substance of the Bid.
b) Non-material Non-conformities in Bids
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 61 of 157
a. The bid evaluation committee may waive any non-conformities in the Bid that do not
constitute a material deviation, reservation or omission, the Bid shall be deemed to be
substantially responsive.
b. The bid evaluation committee may request the bidder to submit the necessary
information or document like audited statement of accounts/ CA Certificate,
Registration Certificate, VAT/ CST clearance certificate, ISO/ CMMi Certificates, etc.
within a reasonable period of time. Failure of the bidder to comply with the request
may result in the rejection of its Bid.
c. The bid evaluation committee may rectify non-material non-conformities or omissions
on the basis of the information or documentation received from the bidder under (b)
above.
c) Technical Evaluation Criteria
(i) The evaluation committee will evaluate all bids and shortlist the bidders who have
qualified as per the eligibility criteria as laid down in PQ.
(ii) The technical bid shall be open for those bidders who clear the Pre-qualification
(iii) The technical evaluation shall be completed by the designated Procurement
Committee as early as possible after opening of technical bids.
(iv) The objective of the Technical Bid evaluation is to short list bidders who have the
technical competency/ experience/ skills / financial strength that are essential to roll
out the project.
(v) The Tendering Authority will evaluate the Technical bids of the Bidders as per the
evaluation criteria mentioned in Annexure-17. Also, the Bidder will have to give
detailed description of proposed solution/ implementation methodology followed by a
presentation. The Tendering Authority will examine these solutions and will decide on
the issue of equivalence or superiority as compared to the desirable requirements.
(vi) Bid Presentations: Tendering Authority will invite each qualified bidder to make a
presentation, at a date, time and location decided by the Tendering Authority. The
purpose of such presentations would be to allow the Bidders to present their proposed
solutions to the Tendering Authority and the key points in their Bids as per the criteria
laid down in the Eligibility criteria/ Technical Bid.
(vii) If the bidder score minimum of 70% and the tendering authority decides that the
solution offered is equivalent or superior to desired requirements, then the technical
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 62 of 157
bid shall be treated as qualified. In this matter the decision of the Tendering Authority
will be the final and binding on all the bidders.
(viii) After approval of the technical evaluation by tendering authority, the firms which
qualified in the technical evaluation shall be informed in writing or by uploading the
details on the websites mentioned in the NIT about the date, time and place of opening
of their financial bids.
(ix) The firms who could not qualify in technical evaluation will be informed about this fact
and their EMD will be refunded after completion of the tender process i.e. award of the
contract to the best/ successful bidder.
d) Tabulation of Technical Bids
a. If Technical Bids have been invited, they shall be tabulated by the bid evaluation
committee in the form of a comparative statement to evaluate the qualification of the
bidders against the criteria for qualification set out in the bidding document.
b. The members of bid evaluation committee shall give their recommendations below the
table as to which of the bidders have been found to be qualified in evaluation of
Technical Bids and sign it.
e) The number of firms qualified in technical evaluation, if less than three and it is considered
necessary by the procuring entity to continue with the procurement process, reasons shall
be recorded in writing and included in the record of the procurement proceedings.
f) The bidders who qualified in the technical evaluation shall be informed in writing about the
date, time and place of opening of their financial Bids.
15) Evaluation & Tabulation of Financial Bids
Subject to the provisions of “Acceptance of Successful Bid and Award of Contract” below, the
procuring entity shall take following actions for evaluation of financial Bids:-
a) For three part/ cover Bid system, the financial Bids of the bidders who qualified in technical
evaluation shall be opened online at the notified time, date and place by the bid evaluation
committee in the presence of the bidders or their representatives who choose to be present
b) the process of opening of the financial Bids shall be similar to that of technical Bids.
c) the names of the bidders, the rates given by them and conditions put, if any, shall be read
out and recorded;
d) conditional Bids are liable to be rejected;
e) the evaluation shall include all costs and all taxes and duties applicable to the bidder as
per law of the Central/ State Government/ Local Authorities, and the evaluation criteria
specified in the bidding documents shall only be applied;
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 63 of 157
f) the offers shall be evaluated and marked L1, L2, L3 etc. L1 being the lowest offer and then
others in ascending order;
g) The selection method will be as per Clause (12) of chapter 5;
h) the bid evaluation committee shall prepare a comparative statement in tabular form in
accordance with rules along with its report on evaluation of financial Bids and recommend
most advantageous Bid;
i) The members of bids evaluation committee shall give their recommendations below the
table regarding lowest Bid or most advantageous Bid and sign it.
j) it shall be ensured that the offer recommended for sanction is justifiable looking to the
prevailing market rates of the goods, works or service required to be procured.
16) Correction of Arithmetic Errors in Financial Bids
The bid evaluation committee shall correct arithmetical errors in substantially responsive Bids,
on the following basis, namely: -
a) 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 bid evaluation committee 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;
b) 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
c) if there is a discrepancy between words and figures, the amount in words shall prevail,
unless the amount expressed in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to clause (a) and (b) above.
17) Comparison of rates of firms outside and those in Rajasthan
While tabulating the financial Bids of those firms which are not entitled to price preference, the
element of Rajasthan Value Added Tax (RVAT) shall be excluded from the rates quoted by the
firms of Rajasthan and the element of Central Sales Tax (CST) shall be included in the rates of
firms from outside Rajasthan for financial bid evaluation purpose.
18) Price/ purchase preference in evaluation
Price and/ or purchase preference notified by the State Government (GoR) and as mentioned
in the bidding document shall be considered in the evaluation of Bids and award of contract.
19) Negotiations
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 64 of 157
a) Except in case of procurement by method of single source procurement or procurement by
competitive negotiations, to the extent possible, no negotiations shall be conducted after
the pre-bid stage. All clarifications needed to be sought shall be sought in the pre-bid stage
itself.
b) Negotiations may, however, be undertaken only with the lowest or most advantageous
bidder when the rates are considered to be much higher than the prevailing market rates.
c) The bid evaluation committee shall have full powers to undertake negotiations. Detailed
reasons and results of negotiations shall be recorded in the proceedings.
d) The lowest or most advantageous bidder shall be informed in writing either through
messenger or by registered letter and e-mail (if available). A minimum time of seven days
shall be given for calling negotiations. In case of urgency the bid evaluation committee,
after recording reasons, may reduce the time, provided the lowest or most advantageous
bidder has received the intimation and consented to regarding holding of negotiations.
e) Negotiations shall not make the original offer made by the bidder inoperative. The bid
evaluation committee shall have option to consider the original offer in case the bidder
decides to increase rates originally quoted or imposes any new terms or conditions.
f) In case of non-satisfactory achievement of rates from lowest or most advantageous bidder,
the bid evaluation committee may choose to make a written counter offer to the lowest or
most advantageous bidder and if this is not accepted by him, the committee may decide to
reject and re-invite Bids or to make the same counter-offer first to the second lowest or
most advantageous bidder, then to the third lowest or most advantageous bidder and so on
in the order of their initial standing and work/ supply order be awarded to the bidder who
accepts the counter-offer. This procedure would be used in exceptional cases only.
g) In case the rates even after the negotiations are considered very high, fresh Bids shall be
invited.
20) Exclusion of Bids/ Disqualification
a) A procuring entity shall exclude/ disqualify a Bid, if: -
a. the information submitted, concerning the qualifications of the bidder, was false or
constituted a misrepresentation; or
b. the information submitted, concerning the qualifications of the bidder, was materially
inaccurate or incomplete; and
c. the bidder is not qualified as per pre-qualification/ eligibility criteria mentioned in the
bidding document;
d. the Bid materially departs from the requirements specified in the bidding document or it
contains false information;
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 65 of 157
e. the bidder, submitting the Bid, his agent or any one acting on his behalf, gave or
agreed to give, to any officer or employee of the procuring entity or other governmental
authority a gratification in any form, or any other thing of value, so as to unduly
influence the procurement process;
f. a bidder, in the opinion of the procuring entity, has a conflict of interest materially
affecting fair competition.
b) A Bid shall be excluded/ disqualified as soon as the cause for its exclusion/ disqualification
is discovered.
c) Every decision of a procuring entity to exclude a Bid shall be for reasons to be recorded in
writing and shall be: -
a. communicated to the concerned bidder in writing;
b. published on the State Public Procurement Portal, if applicable.
21) Lack of competition
a) A situation may arise where, if after evaluation of Bids, the bid evaluation committee may
end-up with one responsive Bid only. In such situation, the bid evaluation committee would
check as to whether while floating the NIB all necessary requirements to encourage
competition like standard bid conditions, industry friendly specifications, wide publicity,
sufficient time for formulation of Bids, etc were fulfilled. If not, the NIB would be re-floated
after rectifying deficiencies. The bid process shall be considered valid even if there is one
responsive Bid, provided that: -
a. the Bid is technically qualified;
b. the price quoted by the bidder is assessed to be reasonable;
c. the Bid is unconditional and complete in all respects;
d. there are no obvious indicators of cartelization amongst bidders; and
e. the bidder is qualified as per the provisions of pre-qualification/ eligibility criteria in the
bidding document
b) The bid evaluation committee shall prepare a justification note for approval by the next
higher authority of the procuring entity, with the concurrence of the accounts member.
c) In case of dissent by any member of bid evaluation committee, the next higher authority in
delegation of financial powers shall decide as to whether to sanction the single Bid or re-
invite Bids after recording reasons.
d) If a decision to re-invite the Bids is taken, market assessment shall be carried out for
estimation of market depth, eligibility criteria and cost estimate.
22) Acceptance of the successful Bid and award of contract
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 66 of 157
a) The procuring entity after considering the recommendations of the bid evaluation
committee and the conditions of Bid, if any, financial implications, trials, sample testing and
test reports, etc., shall accept or reject the successful Bid. If any member of the bid
evaluation committee, has disagreed or given its note of dissent, the matter shall be
referred to the next higher authority, as per delegation of financial powers, for decision.
b) Decision on Bids shall be taken within original validity period of Bids and time period
allowed to procuring entity for taking decision. If the decision is not taken within the original
validity period or time limit allowed for taking decision, the matter shall be referred to the
next higher authority in delegation of financial powers for decision.
c) Before award of the contract, the procuring entity shall ensure that the price of successful
Bid is reasonable and consistent with the required quality.
d) A Bid shall be treated as successful only after the competent authority has approved the
procurement in terms of that Bid.
e) The procuring entity shall award the contract to the bidder whose offer has been
determined to be the most advantageous in accordance with the evaluation criteria set out
in the bidding document and if the bidder has been determined to be qualified to perform
the contract satisfactorily on the basis of qualification criteria fixed for the bidders in the
bidding document for the subject matter of procurement.
f) Prior to the expiration of the period of bid validity, the procuring entity shall inform the
successful bidder, in writing, that its Bid has been accepted.
g) As soon as a Bid is accepted by the competent authority, its written intimation shall be sent
to the concerned bidder by registered post or email and asked to execute an agreement in
the format given in the bidding documents on a non-judicial stamp of requisite value and
deposit the amount of performance security or a performance security declaration, if
applicable, within a period specified in the bidding documents or where the period is not
specified in the bidding documents then within fifteen days from the date on which the
letter of acceptance or letter of intent is dispatched to the bidder.
h) If the issuance of formal letter of acceptance is likely to take time, in the meanwhile a Letter
of Intent (LOI) may be sent to the bidder. The acceptance of an offer is complete as soon
as the letter of acceptance or letter of intent is posted and/ or sent by email (if available) to
the address of the bidder given in the bidding document. Until a formal contract is
executed, the letter of acceptance or LOI shall constitute a binding contract.
i) The bid security of the bidders who‟s Bids could not be accepted shall be refunded soon
after the contract with the successful bidder is signed and its performance security is
obtained.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 67 of 157
23) Information and publication of award
Information of award of contract shall be communicated to all participating bidders and
published on the respective website(s) as specified in NIB.
24) Procuring entity’s right to accept or reject any or all Bids
The Procuring entity reserves the right to accept or reject any Bid, and to annul (cancel) the
bidding process and reject all Bids at any time prior to award of contract, without thereby
incurring any liability to the bidders.
25) Right to vary quantity
a) At the time of award of contract, the quantity of goods, works or services originally
specified in the bidding documents may be increased, but such increase shall not exceed
20% of the quantity specified in the bidding documents. It shall be without any change in
the unit prices or other terms and conditions of the Bid and the bidding documents.
b) If the procuring entity does not procure any subject matter of procurement or procures less
than the quantity specified in the bidding documents due to change in circumstances,
the bidder shall not be entitled for any claim or compensation.
c) Repeat orders for extra items or additional quantities may be placed on the rates and
conditions given in the contract (if the original order was given after inviting open
competitive Bids). Delivery or completion period may also be proportionately increased.
The limits of repeat order shall be as under: -
a. 50% of the quantity of the individual items and 20% of the value of original contract in
case of works; and
b. 25% of the value of goods or services of the original contract.
26) Performance Security
a) Prior to execution of agreement, Performance security shall be solicited from all successful
bidders except the departments of the State Government and undertakings, corporations,
autonomous bodies, registered societies, co-operative societies which are owned or
controlled or managed by the State Government and undertakings of the Central
Government. However, a performance security declaration shall be taken from them. The
State Government may relax the provision of performance security in particular
procurement or any class of procurement.
b) The amount of performance security shall be 5%, or as may be specified in the bidding
document, of the amount of supply order in case of procurement of goods and services. In
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 68 of 157
case of Small Scale Industries (SSI) of Rajasthan, it shall be 1% of the amount of quantity
ordered for supply of goods and in case of sick industries, other than SSI, whose cases are
pending before the Board of Industrial and Financial Reconstruction (BIFR), it shall be 2%
of the amount of supply order.
c) Performance security shall be furnished in any one of the following forms: -
a. Bank Draft or Banker's Cheque of a scheduled bank;
b. National Savings Certificates and any other script/ instrument under
National Savings Schemes for promotion of small savings issued by a Post Office
in Rajasthan, if the same can be pledged under the relevant rules. They shall be
accepted at their surrender value at the time of bid and formally transferred in the
name of procuring entity with the approval of Head Post Master;
c. Bank guarantee/s of a scheduled bank. It shall be got verified from the issuing
bank. Other conditions regarding bank guarantee shall be same as mentioned in
the bidding document for bid security;
d. Fixed Deposit Receipt (FDR) of a scheduled bank. It shall be in the name of
procuring entity on account of bidder and discharged by the bidder in advance. The
procuring entity shall ensure before accepting the FDR that the bidder furnishes an
undertaking from the bank to make payment/ premature payment of the FDR on
demand to the procuring entity without requirement of consent of the bidder
concerned. In the event of forfeiture of the performance security, the Fixed Deposit
shall be forfeited along with interest earned on such Fixed Deposit.
d) Performance security furnished in the form specified in clause [b] to [d] of (c) above shall
remain valid for a period of 60 days beyond the date of completion of all contractual
obligations of the bidder, including warranty obligations and maintenance and defect
liability period.
e) Forfeiture of Security Deposit: Security amount in full or part may be forfeited, including
interest, if any, in the following cases:-
a. When any terms and condition of the contract is breached.
b. When the bidder fails to make complete supply satisfactorily.
c. if the bidder breaches any provision of code of integrity, prescribed for bidders,
specified in the bidding document.
f) Notice will be given to the bidder with reasonable time before PSD deposited is forfeited.
g) No interest shall be payable on the PSD.
27) Execution of agreement
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 69 of 157
a) A procurement contract shall come into force from the date on which the letter of
acceptance or letter of intent is dispatched to the bidder.
b) The successful bidder shall sign the procurement contract within 15 days from the date on
which the letter of acceptance or letter of intent is dispatched to the successful bidder.
c) If the bidder, who‟s Bid has been accepted, fails to sign a written procurement contract or
fails to furnish the required performance security within specified period, the procuring
entity shall take action against the successful bidder as per the provisions of the bidding
document and Act. The procuring entity may, in such case, cancel the procurement
process or if it deems fit, offer for acceptance the rates of lowest or most advantageous
bidder to the next lowest or most advantageous bidder, in accordance with the criteria and
procedures set out in the bidding document.
d) The bidder will be required to execute the agreement on a non-judicial stamp of specified
value at its cost and to be purchase from anywhere in Rajasthan only.
28) Confidentiality
a) Notwithstanding anything contained in this bidding document but subject to the provisions
of any other law for the time being in force providing for disclosure of information, a
procuring entity shall not disclose any information if such disclosure, in its opinion, is likely
to: -
a. impede enforcement of any law;
b. affect the security or strategic interests of India;
c. affect the intellectual property rights or legitimate commercial interests of bidders;
d. affect the legitimate commercial interests of the procuring entity in situations that may
include when the procurement relates to a project in which the procuring entity is to
make a competitive bid, or the intellectual property rights of the procuring entity.
b) The procuring entity shall treat all communications with bidders related to the procurement
process in such manner as to avoid their disclosure to competing bidders or to any other
person not authorised to have access to such information.
c) The procuring entity may impose on bidders and sub-contractors, if there are any for
fulfilling the terms of the procurement contract, conditions aimed at protecting information,
the disclosure of which violates (a) above.
d) In addition to the restrictions specified above, the procuring entity, while procuring a
subject matter of such nature which requires the procuring entity to maintain confidentiality,
may impose condition for protecting confidentiality of such information.
29) Cancellation of procurement process
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 70 of 157
a) If any procurement process has been cancelled, it shall not be reopened but it shall not
prevent the procuring entity from initiating a new procurement process for the same subject
matter of procurement, if required.
b) A procuring entity may, for reasons to be recorded in writing, cancel the process of
procurement initiated by it -
a. at any time prior to the acceptance of the successful Bid; or
b. after the successful Bid is accepted in accordance with (d) and (e) below.
c) The procuring entity shall not open any bids or proposals after taking a decision to cancel
the procurement and shall return such unopened bids or proposals.
d) The decision of the procuring entity to cancel the procurement and reasons for such
decision shall be immediately communicated to all bidders that participated in the
procurement process.
e) If the bidder who‟s Bid has been accepted as successful fails to sign any written
procurement contract as required, or fails to provide any required security for the
performance of the contract, the procuring entity may cancel the procurement process.
f) If a bidder is convicted of any offence under the Act, the procuring entity may: -
a. cancel the relevant procurement process if the Bid of the convicted bidder has been
declared as successful but no procurement contract has been entered into;
b. rescind (cancel) the relevant contract or forfeit the payment of all or a part of the
contract value if the procurement contract has been entered into between the procuring
entity and the convicted bidder.
30) Code of Integrity for Bidders
a) No person participating in a procurement process shall act in contravention of the code of
integrity prescribed by the State Government.
b) The code of integrity include provisions for: -
a. Prohibiting
i. any offer, solicitation or acceptance of any bribe, reward or gift or any material
benefit, either directly or indirectly, in exchange for an unfair advantage in the
procurement process or to otherwise influence the procurement process;
ii. any omission, including a misrepresentation that misleads or attempts to mislead
so as to obtain a financial or other benefit or avoid an obligation;
iii. any collusion, bid rigging or anti-competitive behaviour to impair the transparency,
fairness and progress of the procurement process;
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 71 of 157
iv. improper use of information shared between the procuring entity and the bidders
with an intent to gain unfair advantage in the procurement process or for personal
gain;
v. any financial or business transactions between the bidder and any officer or
employee of the procuring entity;
vi. any coercion including impairing or harming or threatening to do the same, directly
or indirectly, to any party or to its property to influence the procurement process;
vii. any obstruction of any investigation or audit of a procurement process;
b. disclosure of conflict of interest;
c. disclosure by the bidder of any previous transgressions with any entity in India or any
other country during the last three years or of any debarment by any other procuring
entity.
c) Without prejudice to the provisions below, in case of any breach of the code of integrity by
a bidder or prospective bidder, as the case may be, the procuring entity may take
appropriate measures including: -
a. exclusion of the bidder from the procurement process;
b. calling-off of pre-contract negotiations and forfeiture or encashment of bid security;
c. forfeiture or encashment of any other security or bond relating to the procurement;
d. recovery of payments made by the procuring entity along with interest thereon at bank
rate;
e. cancellation of the relevant contract and recovery of compensation for loss incurred by
the procuring entity;
f. debarment of the bidder from participation in future procurements of the procuring
entity for a period not exceeding three years.
31) Interference with Procurement Process
A bidder, who: -
a) withdraws from the procurement process after opening of financial bids;
b) withdraws from the procurement process after being declared the successful bidder;
c) fails to enter into procurement contract after being declared the successful bidder;
d) fails to provide performance security or any other document or security required in terms
of the bidding documents after being declared the successful bidder, without valid
grounds,
shall, in addition to the recourse available in the bidding document or the
contract, be punished with fine which may extend to fifty lakh rupees or ten per cent of
the assessed value of procurement, whichever is less.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 72 of 157
32) Appeals
a) Subject to “Appeal not to lie in certain cases” below, if any bidder or prospective bidder is
aggrieved that any decision, action or omission of the procuring entity is in
contravention to the provisions of the Act or the rules or guidelines issued thereunder, he
may file an appeal to such officer of the procuring entity, as may be designated by it for the
purpose, within a period of 10 days from the date of such decision or action, omission, as
the case may be, clearly giving the specific ground or grounds on which he feels
aggrieved:
a. Provided that after the declaration of a bidder as successful in terms of “Award of
Contract”, the appeal may be filed only by a bidder who has participated in
procurement proceedings:
b. Provided further that in case a procuring entity evaluates the technical Bid before the
opening of the financial Bid, an appeal related to the matter of financial Bid may be filed
only by a bidder whose technical Bid is found to be acceptable.
b) The officer to whom an appeal is filed under (a) above shall deal with the appeal as
expeditiously as possible and shall endeavour to dispose it of within 30 days from the date
of filing of the appeal.
c) If the officer designated under (a) above fails to dispose of the appeal filed under that sub-
section within the period specified in (c) above, or if the bidder or prospective bidder or the
procuring entity is aggrieved by the order passed, the bidder or prospective bidder or the
procuring entity, as the case may be, may file a second appeal to an officer or authority
designated by the State Government in this behalf within 15 days from the expiry of the
period specified in (c) above or of the date of receipt of the order passed under (b) above,
as the case may be.
d) The officer or authority to which an appeal is filed under (c) above shall deal with the
appeal as expeditiously as possible and shall endeavour to dispose it of within 30 days
from the date of filing of the appeal:
e) The officer or authority to which an appeal may be filed under (a) or (d) above shall be :
First Appellate Authority: Principal Secretary, Animal Husbandry, GoR
Second Appellate Authority: Principal Secretary, Finance Department, GoR
f) Form of Appeal:
a. Every appeal under (a) and (c) above shall be as per Annexure-15 along with as
many copies as there are respondents in the appeal.
b. Every appeal shall be accompanied by an order appealed against, if any, affidavit
verifying the facts stated in the appeal and proof of payment of fee.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 73 of 157
c. Every appeal may be presented to First Appellate Authority or Second Appellate
Authority, as the case may be, in person or through registered post or authorised
representative.
g) Fee for Appeal: Fee for filing appeal:
a. Fee for first appeal shall be rupees two thousand five hundred and for second
appeal shall be rupees ten thousand, which shall be non-refundable.
b. The fee shall be paid in the form of bank demand draft or banker‟s cheque of a
Scheduled Bank payable in the name of Appellate Authority concerned.
h) Procedure for disposal of appeal:
a. The First Appellate Authority or Second Appellate Authority, as the case may be,
upon filing of appeal, shall issue notice accompanied by copy of appeal, affidavit
and documents, if any, to the respondents and fix date of hearing.
b. On the date fixed for hearing, the First Appellate Authority or Second Appellate
Authority, as the case may be, shall,-
i. hear all the parties to appeal present before him; and
ii. peruse or inspect documents, relevant records or copies thereof relating to
the matter.
c. After hearing the parties, perusal or inspection of documents and relevant records
or copies thereof relating to the matter, the Appellate Authority concerned shall
pass an order in writing and provide the copy of order to the parties to appeal free
of cost.
d. The order passed under (c) shall also be placed on the State Public Procurement
Portal.
i) No information which would impair the protection of essential security interests of India, or
impede the enforcement of law or fair competition, or prejudice the legitimate commercial
interests of the bidder or the procuring entity, shall be disclosed in a proceeding under an
appeal.
33) Stay of procurement proceedings
While hearing of an appeal, the officer or authority hearing the appeal may, on an application
made in this behalf and after affording a reasonable opportunity of hearing to the parties
concerned, stay the procurement proceedings pending disposal of the appeal, if he, or it, is
satisfied that failure to do so is likely to lead to miscarriage of justice.
34) Vexatious Appeals & Complaints
Whoever intentionally files any vexatious, frivolous or malicious appeal or complaint under
the “The Rajasthan Transparency Public Procurement Act 2012”, with the intention of
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 74 of 157
delaying or defeating any procurement or causing loss to any procuring entity or any other
bidder, shall be punished with fine which may extend to twenty lakh rupees or five per cent of
the value of procurement, whichever is less.
35) Offenses by Firms/ Companies
a) Where an offence under “The Rajasthan Transparency Public Procurement Act 2012”
has been committed by a company, every person who at the time the offence was
committed was in charge of and was responsible to the company for the conduct of the
business of the company, as well as the company, shall be deemed to be guilty of having
committed the offence and shall be liable to be proceeded against and punished
accordingly:
Provided that nothing contained in this sub-section shall render any such person liable
for any punishment if he proves that the offence was committed without his knowledge or
that he had exercised all due diligence to prevent the commission of such offence.
b) Notwithstanding anything contained in (a) above, where an offence under this Act has
been committed by a company and it is proved that the offence has been committed with
the consent or connivance of or is attributable to any neglect on the part of any director,
manager, secretary or other officer of the company, such director, manager, secretary or
other officer shall also be deemed to be guilty of having committed such offence and
shall be liable to be proceeded against and punished accordingly.
c) For the purpose of this section-
a. "company" means a body corporate and includes a limited liability partnership,
firm, registered society or co- operative society, trust or other association of
individuals; and
b. "director" in relation to a limited liability partnership or firm, means a partner in the
firm.
d) Abetment of certain offenses: Whoever abets an offence punishable under this Act,
whether or not that offence is committed in consequence of that abetment, shall be
punished with the punishment provided for the offence.
36) Debarment from Bidding
a) A bidder shall be debarred by the State Government if he has been convicted of an
offence
a. under the Prevention of Corruption Act, 1988 (Central Act No. 49 of 1988); or
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 75 of 157
b. under the Indian Penal Code, 1860 (Central Act No. 45 of 1860) or any other law
for the time being in force, for causing any loss of life or property or causing a
threat to public health as part of execution of a public procurement contract.
b) A bidder debarred under (a) above shall not be eligible to participate in a procurement
process of any procuring entity for a period not exceeding three years commencing from
the date on which he was debarred.
c) If a procuring entity finds that a bidder has breached the code of integrity prescribed in
terms of “Code of Integrity for bidders” above, it may debar the bidder for a period not
exceeding three years.
d) Where the entire bid security or the entire performance security or any substitute thereof,
as the case may be, of a bidder has been forfeited by a procuring entity in respect of any
procurement process or procurement contract, the bidder may be debarred from
participating in any procurement process undertaken by the procuring entity for a period
not exceeding three years.
e) The State Government or a procuring entity, as the case may be, shall not debar a bidder
under this section unless such bidder has been given a reasonable opportunity of being
heard.
37) Monitoring of Contract
a) An officer or a committee of officers named Contract Monitoring Committee (CMC) may
be nominated by procuring entity to monitor the progress of the contract during its
delivery period.
b) During the delivery period the CMC shall keep a watch on the progress of the contract
and shall ensure that quantity of goods and service delivery is in proportion to the total
delivery period given, if it is a severable contract, in which the delivery of the goods and
service is to be obtained continuously or is batched. If the entire quantity of goods and
service is to be delivered in the form of completed work or entire contract like fabrication
work, the process of completion of work may be watched and inspections of the selected
bidder‟s premises where the work is being completed may be inspected.
c) If delay in delivery of goods and service is observed a performance notice would be
given to the selected bidder to speed up the delivery.
d) Any change in the constitution of the firm, etc. shall be notified forth with by the
contractor in writing to the procuring entity and such change shall not relieve any former
member of the firm, etc., from any liability under the contract.
e) No new partner/ partners shall be accepted in the firm by the selected bidder in respect
of the contract unless he/ they agree to abide by all its terms, conditions and deposits
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 76 of 157
with the procuring entity through a written agreement to this effect. The bidder‟s receipt
for acknowledgement or that of any partners subsequently accepted as above shall bind
all of them and will be sufficient discharge for any of the purpose of the contract.
f) The selected bidder shall not assign or sub-let his contract or any substantial part thereof
to any other agency without the permission of procuring entity.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 77 of 157
6. GENERALTERMS AND CONDITIONS OF TENDER & CONTRACT
Bidders should read these conditions carefully and comply strictly while sending their bids.
Definitions
For the purpose of clarity, the following words and expressions shall have the meanings hereby
assigned to them: -
a) “Contract” means the Agreement entered into between the Purchaser and the successful/
selected bidder, together with the Contract Documents referred to therein, including all
attachments, appendices, and all documents incorporated by reference therein.
b) “Contract Documents” means the documents listed in the Agreement, including any
amendments thereto.
c) “Contract Price” means the price payable to the successful/ selected bidder as specified in the
Agreement, subject to such additions and adjustments thereto or deductions there from, as
may be made pursuant to the Contract.
d) “Day” means a calendar day.
e) “Delivery” means the transfer of the Goods from the successful/ selected bidder to the
Purchaser in accordance with the terms and conditions set forth in the Contract.
f) “Completion” means the fulfilment of the related services by the successful/ selected bidder in
accordance with the terms and conditions set forth in the Contract.
g) “Goods” means all of the commodities, raw material, machinery and equipment, and/or other
materials that the successful/ selected bidder is required to supply to the Purchaser under the
Contract.
h) “Purchaser” means the entity purchasing the Goods and related services, as specified in the
bidding document.
i) “Related Services” means the services incidental to the supply of the goods, such as
insurance, installation, training and initial maintenance and other similar obligations of the
successful/ selected bidder under the Contract.
j) “Subcontractor” means any natural person, private or government entity, or a combination of
the above, including its legal successors or permitted assigns, to whom any part of the Goods
to be supplied or execution of any part of the related services is subcontracted by the
successful/ selected bidder.
k) “Supplier/ Successful or Selected bidder” means the person, private or government entity, or a
combination of the above, whose Bid to perform the Contract has been accepted by the
Purchaser and is named as such in the Agreement, and includes the legal successors or
permitted assigns of the successful/ selected bidder.
l) “The Site,” where applicable, means the designated project place(s) named in the bidding
document.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 78 of 157
Note: The bidder shall be deemed to have carefully examined the conditions, specifications, size,
make and drawings, etc., of the goods to be supplied and related services to be rendered. If the
bidder has any doubts as to the meaning of any portion of these conditions or of the specification,
drawing, etc., he shall, before submitting the Bid and signing the contract refer the same to the
procuring entity and get clarifications.
1) Contract Documents
Subject to the order of precedence set forth in the Agreement, all documents forming the
Contract (and all parts thereof) are intended to be correlative, complementary, and mutually
explanatory.
2) Interpretation
a) If the context so requires it, singular means plural and vice versa.
b) Entire Agreement: The Contract constitutes the entire agreement between the Purchaser
and the Supplier/ Selected bidder and supersedes all communications, negotiations and
agreements (whether written or oral) of parties with respect thereto made prior to the date
of Contract.
c) Amendment: No amendment or other variation of the Contract shall be valid unless it is in
writing, is dated, expressly refers to the Contract, and is signed by a duly authorized
representative of each party thereto.
d) Non-waiver: Subject to the condition (f) below, no relaxation, forbearance, delay, or
indulgence by either party in enforcing any of the terms and conditions of the Contract or
the granting of time by either party to the other shall prejudice, affect, or restrict the rights
of that party under the Contract, neither shall any waiver by either party of any breach of
Contract operate as waiver of any subsequent or continuing breach of Contract.
e) Any waiver of a party‟s rights, powers, or remedies under the Contract must be in writing,
dated, and signed by an authorized representative of the party granting such waiver, and
must specify the right and the extent to which it is being waived.
f) Severability: If any provision or condition of the Contract is prohibited or rendered invalid or
unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or
enforceability of any other provisions and conditions of the Contract.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 79 of 157
3) Language
a) The Contract as well as all correspondence and documents relating to the Contract
exchanged by the successful/ selected bidder and the Purchaser, shall be written in
English language only. Supporting documents and printed literature that are part of the
Contract may be in another language provided they are accompanied by an accurate
translation of the relevant passages in the language specified in the special conditions of
the contract, in which case, for purposes of interpretation of the Contract, this translation
shall govern.
b) The successful/ selected bidder shall bear all costs of translation to the governing
language and all risks of the accuracy of such translation.
4) Eligible Goods and Related Services
a) For purposes of this Clause, the term “goods” includes commodities, raw material,
machinery, equipment, and industrial plants; and “related services” includes services such
as insurance, transportation, supply, installation, integration, testing, commissioning,
training, and initial maintenance.
b) All articles/ goods being bid, other than those marked in the Bill of Material (BoM) should
be the ones which are produced in volume and are used by a large number of users in
India/ abroad. All products quoted by the successful/ selected bidder must be associated
with specific make and model number, item code and names and with printed literature
describing configuration and functionality. Any deviation from the printed specifications
should be clearly mentioned in the offer document by the bidder/ supplier. Also, the bidder
is to quote/ propose only one make/ model against the respective item.
c) The OEM/ Vendor of the quoted product must have its own registered spares depot in
India having adequate inventory of the equipment being quoted for providing the necessary
spares as per the requirements of the bidding document.
d) The OEM/ Vendor of the quoted product should also have its direct representation in India
in terms of registered office for at least past 3 years. The presence through any
Distribution/ System Integration partner agreement will not be accepted.
e) Bidder must quote products in accordance with above clause “Eligible goods and related
services”.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 80 of 157
5) Notices
a) Any notice given by one party to the other pursuant to the Contract shall be in writing to the
address specified in the contract. The term “in writing” means communicated in written
form with proof of dispatch and receipt.
b) A Notice shall be effective when delivered or on the Notice‟s effective date, whichever is
later.
6) Governing Law
The Contract shall be governed by and interpreted in accordance with the laws of the
Rajasthan State/ the Country (India), unless otherwise specified in the contract.
7) Scope of Supply
a) Subject to the provisions in the bidding document and contract, the goods and related
services to be supplied shall be as specified in the bidding document.
b) Unless otherwise stipulated in the Contract, the scope of supply shall include all such items
not specifically mentioned in the Contract but that can be reasonably inferred from the
Contract as being required for attaining delivery and completion of the goods and related
services as if such items were expressly mentioned in the Contract.
c) The bidder shall not quote and supply and hardware/ software that is likely to be declared
as End of Sale in next 6 months and End of Service/ Support for a period of 3 Years from
the last date of bid submission. OEMs are required to mention this in the MAF for all the
quoted hardware/ software. If any of the hardware/ software is found to be declared as End
of Sale/ Service/ Support, then the bidder shall replace all such hardware/ software with
the latest ones having equivalent or higher specifications without any financial obligation to
the purchaser.
8) Delivery & Installation
a) Subject to the conditions of the contract, the delivery of the goods and completion of the
related services shall be in accordance with the delivery and completion schedule specified
in the bidding document. The details of supply/ shipping and other documents to be
furnished by the successful/ selected bidder are specified in the bidding document and/ or
contract.
b) The contract for the supply can be repudiated at any time by the purchase officer, if the
supplies are not made to his satisfaction after giving an opportunity to the bidder of being
heard and recording the reasons for repudiation.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 81 of 157
c) The Supplier/ Selected Bidder shall arrange to supply, install and commission the ordered
materials/ system as per specifications within the specified delivery/ completion period at
various departments and/ or their offices/ locations mentioned in the PO/ WO.
d) Shifting the place of Installation: The user will be free to shift the place of installation within
the same city /town/ district/ division. The successful/ selected bidder shall provide all
assistance, except transportation, in shifting of the equipment. However, if the city/town is
changed, additional charges of assistance in shifting and providing maintenance services
for remaining period would be decided mutually.
9) Supplier’s/ Selected Bidder’s Responsibilities
The Supplier/ Selected Bidder shall supply all the goods and related services included in the
scope of supply in accordance with the provisions of bidding document and/ or contract.
10) Purchaser’s Responsibilities
a) Whenever the supply of goods and related services requires that the Supplier/ Selected
Bidder obtain permits, approvals, and import and other licenses from local public
authorities, the Purchaser shall, if so required by the Supplier/ Selected Bidder, make its
best effort to assist the Supplier/ Selected Bidder in complying with such requirements in a
timely and expeditious manner.
b) The Purchaser shall pay all costs involved in the performance of its responsibilities, in
accordance with the general and special conditions of the contract.
11) Contract Price
a) The Contract Price shall be paid as specified in the contract subject to any additions and
adjustments thereto, or deductions there from, as may be made pursuant to the Contract.
b) Prices charged by the Supplier/ Selected Bidder for the Goods delivered and the Related
Services performed under the Contract shall not vary from the prices quoted by the
Supplier/ Selected Bidder in its bid, with the exception of any price adjustments authorized
in the special conditions of the contract.
12) Recoveries from Supplier/ Selected Bidder
a) Recovery of liquidated damages, short supply, breakage, rejected articles shall be made
ordinarily from bills.
b) The Purchase Officer shall withhold amount to the extent of short supply, broken/ damaged
or for rejected articles unless these are replaced satisfactorily. In case of failure to withhold
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 82 of 157
the amount, it shall be recovered from his dues and performance security deposit available
with RCDF.
c) The balance, if any, shall be demanded from the Supplier/ Selected Bidder and when
recovery is not possible, the Purchase Officer shall take recourse to law in force.
13) Taxes & Duties
a) The TDS, Raj-VAT, Service Tax etc., if applicable, shall be deducted at source/ paid by
RCDF as per prevailing rates.
b) For goods supplied from outside India, the successful/ selected bidder shall be entirely
responsible for all taxes, stamp duties, license fees, and other such levies imposed outside
the country.
c) For goods supplied from within India, the successful/ selected bidder shall be entirely
responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted
Goods to the Purchaser.
d) If any tax exemptions, reductions, allowances or privileges may be available to the
successful/ selected bidder in India, the Purchaser shall use its best efforts to enable the
successful/ selected bidder to benefit from any such tax savings to the maximum allowable
extent.
14) Copyright
The copyright in all drawings, design documents, source code and other materials containing
data and information furnished to the Purchaser by the Supplier/ Selected Bidder herein shall
remain vested in the Selected Bidder, or, if they are furnished to the Purchaser directly or
through the Supplier/ Selected Bidder by any third party, including suppliers of materials, the
copyright in such materials shall remain vested in such third party.
15) Confidential Information
a) The Purchaser and the Supplier/ Selected Bidder shall keep confidential and shall not,
without the written consent of the other party hereto, divulge to any third party any
drawings, documents, data, or other information furnished directly or indirectly by the other
party hereto in connection with the Contract, whether such information has been furnished
prior to, during or following completion or termination of the Contract.
b) The Supplier/ Selected Bidder may furnish to its Subcontractor, if permitted, such
documents, data, and other information it receives from the Purchaser to the extent
required for the Subcontractor to perform its work under the Contract, in which event the
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 83 of 157
Supplier/ Selected Bidder shall obtain from such Subcontractor an undertaking of
confidentiality similar to that imposed on the Supplier/ Selected Bidder.
c) The Purchaser shall not use such documents, data, and other information received from
the Supplier/ Selected Bidder for any purposes unrelated to the Contract. Similarly, the
Supplier/ Selected Bidder shall not use such documents, data, and other information
received from the Purchaser for any purpose other than the design, procurement, or other
work and services required for the performance of the Contract.
d) The obligation of a party under sub-clauses above, however, shall not apply to information
that: -
i. the Purchaser or Supplier/ Selected Bidder need to share with Ajmer Milk Union or
RCDF or other institutions participating in the Contract;
ii. now or hereafter enters the public domain through no fault of that party;
iii. can be proven to have been possessed by that party at the time of disclosure and
which was not previously obtained, directly or indirectly, from the other party; or
iv. otherwise lawfully becomes available to that party from a third party that has no
obligation of confidentiality.
e) The above provisions shall not in any way modify any undertaking of confidentiality given
by either of the parties hereto prior to the date of the Contract in respect of the supply or
any part thereof.
f) The provisions of this clause shall survive completion or termination, for whatever reason,
of the Contract.
16) Sub-contracting
a) The bidder shall not assign or sub-let his contract or any substantial part thereof to any
other agency without the permission of Purchaser/ Tendering Authority.
b) If permitted, the selected bidder shall notify the Purchaser, in writing, of all subcontracts
awarded under the Contract, if not already specified in the Bid. Subcontracting shall in no
event relieve the Supplier/ Selected Bidder from any of its obligations, duties,
responsibilities, or liability under the Contract.
c) Subcontractors, if permitted, shall comply with the provisions of bidding document and/ or
contract.
17) Specifications and Standards
a) All articles supplied shall strictly conform to the specifications, trademark laid down in the
bidding document and wherever articles have been required according to ISI/ ISO/ other
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 84 of 157
applicable specifications/ certifications/ standards, those articles should conform strictly to
those specifications/ certifications/ standards. The supply shall be of best quality and
description. The decision of the competent authority/ purchase committee whether the
articles supplied conforms to the specifications shall be final and binding on the supplier/
selected bidder.
b) Technical Specifications and Drawings
i. The Supplier/ Selected Bidder shall ensure that the goods and related services comply
with the technical specifications and other provisions of the Contract.
ii. The Supplier/ Selected Bidder shall be entitled to disclaim responsibility for any design,
data, drawing, specification or other document, or any modification thereof provided or
designed by or on behalf of the Purchaser, by giving a notice of such disclaimer to the
Purchaser.
iii. The goods and related services supplied under this Contract shall conform to the
standards mentioned in bidding document and, when no applicable standard is
mentioned, the standard shall be equivalent or superior to the official standards whose
application is appropriate to the country of origin of the Goods.
c) Wherever references are made in the Contract to codes and standards in accordance with
which it shall be executed, the edition or the revised version of such codes and standards
shall be those specified in the bidding document. During Contract execution, any changes
in any such codes and standards shall be applied only after approval by the Purchaser and
shall be treated in accordance with the general conditions of the contract.
d) The supplier/ selected bidder must certify that all the goods are new, unused, and of the
agreed make and models, and that they incorporate all recent improvements in design and
materials, unless provided otherwise in the Contract.
e) The supplier/ selected bidder should further warrant that the Goods shall be free from
defects arising from any act or omission of the supplier/ selected bidder or arising from
design, materials, and workmanship, under normal use in the conditions prevailing in the
place of final destination.
18) Packing and Documents
a) The Supplier/ Selected Bidder shall provide such packing of the Goods as is required to
prevent their damage or deterioration during transit to their final destination, as indicated in
the Contract. During transit, the packing shall be sufficient to withstand, without limitation,
rough handling and exposure to extreme temperatures, salt and precipitation, and open
storage. Packing case size and weights shall take into consideration, where appropriate,
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 85 of 157
the remoteness of the final destination of the Goods and the absence of heavy handling
facilities at all points in transit.
b) The packing, marking, and documentation within and outside the packages shall comply
strictly with such special requirements as shall be expressly provided for in the Contract,
including additional requirements, if any, specified in the contract, and in any other
instructions ordered by the Purchaser.
19) Insurance
a) The Goods supplied under the Contract shall be fully insured against loss by theft,
destruction or damage incidental to manufacture or acquisition, transportation, storage,
fire, flood, under exposure to weather and delivery at the designated project locations, in
accordance with the applicable terms. The insurance charges will be borne by the supplier
and Purchaser will not be required to pay such charges if incurred.
b) The goods will be delivered at the FOR destination in perfect condition.
20) Transportation
a) The supplier/ selected bidder shall be responsible for transport by, rail , road, air or sea
and delivery of the material in the good condition to the consignee at destination. In the
event of any loss, damage, breakage or leakage or any shortage the bidder shall be liable
to make good such loss and shortage found at the checking/ inspection of the material by
the consignee. No extra cost on such account shall be admissible.
b) All goods must be sent freight paid through Railways or goods transport. If goods are sent
freight to pay, the freight together with departmental charge @5% of the freight will be
recovered from the supplier‟s/ selected bidder‟s bill.
21) Inspection
a) The Purchase Officer or his duly authorized representative shall at all reasonable time
have access to the supplier‟s/ selected bidder‟s premises and shall have the power at all
reasonable time to inspect and examine the materials and workmanship of the goods/
equipment/ machineries during manufacturing process or afterwards as may be decided.
b) The supplier/ selected bidder shall furnish complete address of the premises of his factory,
office, go-down and workshop where inspection can be made together with name and
address of the person who is to be contacted for the purpose.
c) After successful inspection, it will be supplier‟s/ selected bidder‟s responsibility to dispatch
and install the equipment at respective locations without any financial liability to the
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 86 of 157
Purchaser. However, supplies when received at respective locations shall be subject to
inspection to ensure whether they conform to the specification.
22) Samples
a) When notified by the Purchaser to the supplier/ bidder/ selected bidder, Bids for articles/
goods marked in the BoM2 shall be accompanied by four sets of samples of the articles
quoted properly packed. Such samples if submitted personally will be received in the office.
A receipt will be given for each sample by the officer receiving the samples. Samples if
sent by train, etc., should be despatched freight paid and the R/R or G.R. should be sent
under a separate registered cover.
b) Each sample shall be marked suitably either by written on the sample or on a slip of
durable paper securely fastened to the sample, the name of the bidder and serial number
of the item, of which it is a sample in the schedule.
c) Approved samples would be retained free of cost upto the period of six months after the
expiry of the contract. RCDF shall not be responsible for any damage, wear and tear or
loss during testing, examination, etc., during the period these samples are retained.
The Samples shall be collected by the supplier/ bidder/ selected bidder on the expiry of
stipulated period. RCDF shall in no way make arrangements to return the samples. The
samples uncollected within 9 months after expiry of contract shall be forfeited by RCDF
and no claim for their cost, etc., shall be entertained.
d) Samples not approved shall be collected by the unsuccessful bidder. RCDF will not be
responsible for any damage, wear and tear, or loss during testing, examination, etc., during
the period these samples are retained. The uncollected samples shall be forfeited and no
claim for their cost, etc., shall be entertained.
e) Supplies when received may be subject to inspection to ensure whether they conform to
the specifications or with the approved samples. Where necessary or prescribed or
practical, tests shall be carried out in Government laboratories, reputed testing house like
STQC (ETDC) and the like and the supplies will be accepted only when the articles
conform to the standard of prescribed specifications as a result of such tests.
f) The supplier/ selected bidder shall at its own expense and at no cost to the Purchaser
carry out all such tests and/ or inspections of the Goods and Related Services as are
specified in the bidding document.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 87 of 157
23) Drawl of Samples
In case of tests, wherever feasible, samples shall be drawn in four sets in the presence of
supplier/ bidder/ selected bidder or his authorised representative and properly sealed in their
presence. Once such set shall be given to them, one or two will be sent to the laboratories
and/ or testing house and the third or fourth will be retained in the office for reference and
record.
24) Testing charges
Testing charges shall be borne by the Government. In case, test results showing that supplies
are not upto the prescribed standards or specifications, the testing charges shall be payable by
the selected bidder.
25) Rejection
a) Articles not approved during inspection or testing shall be rejected and will have to be
replaced by the selected bidder at his own cost within the time fixed by the Purchase
Officer.
b) If, however, due to exigencies of Ajmer Milk Union work, such replacement either in whole
or in part, is not considered feasible, the Purchase Officer after giving an opportunity to the
selected bidder of being heard shall for reasons to be recorded, deduct a suitable amount
from the approved rates. The deduction so made shall be final.
c) The rejected articles shall be removed by the supplier/ bidder/ selected bidder within 15
days of intimation of rejection, after which Purchase Officer shall not be responsible for any
loss, shortage or damage and shall have the right to dispose of such articles as he thinks
fit, at the selected bidder‟s risk and on his account.
26) Extension in Delivery Period and Liquidated Damages (LD)
a) Except as provided under clause “Force Majeure”, if the supplier/ selected bidder fails to
deliver any or all of the Goods or perform the Related Services within the period specified
in the Contract, the Purchaser may without prejudice to all its other remedies under the
Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the
percentage specified in (d) below for each week or part thereof of delay until actual delivery
or performance, up to a maximum deduction of the percentage specified in the bidding
document and/ or contract. Once the maximum is reached, the Purchaser may terminate
the Contract pursuant to clause “Termination”.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 88 of 157
b) The time specified for delivery in the bidding document shall be deemed to be the essence
of the contract and the supplier/ selected bidder shall arrange goods supply and related
services within the specified period.
c) Delivery and installation/ completion period may be extended with or without liquidated
damages, if the delay in the supply of goods or service is on account of hindrances beyond
the control of the supplier/ selected bidder.
i. The supplier/ selected bidder shall request in writing to the Purchaser giving reasons
for extending the delivery period of service, if he finds himself unable to complete the
supply of goods or service within the stipulated delivery period or is unable to maintain
prorate progress in the supply of goods or service delivery. This request shall be
submitted as soon as a hindrance in delivery of goods and service occurs or within 15
days from such occurrence but before expiry of stipulated period of completion of
delivery of goods and service after which such request shall not be entertained.
ii. The Purchaser shall examine the justification of causes of hindrance in the delivery of
goods and service and the period of delay occurred due to that and recommend the
competent authority on the period of extension which should be granted with or without
liquidated damages.
iii. Normally, extension in delivery period of goods and service in following circumstances
may be considered without liquidated damages:
a. When delay has occurred due to delay in supply of drawings, designs, plans etc. if
the Ajmer Milk Union or RCDF was required to supply them to the supplier of goods
or service provider as per terms of the contract.
b. When delay has occurred in supply of materials etc. if these were required to be
supplied to the supplier or service provider by the RCDF as per terms of the
contract.
iv. If the competent authority agrees to extend the delivery period/ schedule, an
amendment to the contract with suitable denial clauses and with or without liquidated
damages, as the case may be, shall be issued. The amendment letter shall mention
that no extra price or additional cost for any reason, what so ever beyond the
contracted cost shall be paid for the delayed supply of goods and service.
v. It shall be at the discretion of the concerned authority to accept or not to accept the
supply of goods and/ or services rendered by the contractor after the expiry of the
stipulated delivery period, if no formal extension in delivery period has been applied
and granted. The competent authority shall have right to cancel the contract with
respect to undelivered goods and/ or service.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 89 of 157
vi. If Ajmer Milk Union or RCDF is in need of the good and/ or service rendered after
expiry of the stipulated delivery period, it may accept the services and issue a letter of
extension in delivery period with usual liquidated damages and denial clauses to
regularize the transaction.
d) In case of extension in the delivery and/ or installation/ completion/ commissioning period
is granted with full liquidated damages, the recovery shall be made on the basis of
following percentages of value of goods and/ or service which the supplier/ selected bidder
has failed to supply/ install/ complete : -
No. Condition LD %*
a. Delay up to one fourth period of the prescribed period of delivery,
successful installation and completion of work 2.5 %
b. Delay exceeding one fourth but not exceeding half of the prescribed
period of delivery, successful installation and completion of work 5.0 %
c. Delay exceeding half but not exceeding three fourth of the prescribed
period of delivery, successful installation and completion of work 7.5 %
d. Delay exceeding three fourth of the prescribed period of delivery,
successful installation and completion of work 10.0 %
i. Fraction of a day in reckoning period of delay in supplies, successful installation and
completion of work shall be eliminated, if it is less than half a day.
ii. The maximum amount of liquidated damages shall be 10% of the contract value.
iii. *The percentage refers to the payment due for the associated works/ goods/ service.
27) Authenticity of Equipment
a) The selected bidder shall certify (as per Annexure-9) that the supplied goods are brand
new, genuine/ authentic, not refurbished, conform to the description and quality as
specified in this bidding document and are free from defects in material, workmanship and
service.
b) If during the contract period, the said goods be discovered counterfeit/ unauthentic or not
to conform to the description and quality aforesaid or have determined (and the decision of
the Purchase Officer in that behalf will be final and conclusive), notwithstanding the fact
that the purchaser may have inspected and/ or approved the said goods, the purchaser will
be entitled to reject the said goods or such portion thereof as may be discovered not to
conform to the said description and quality, on such rejection the goods will be at the
selected bidder‟s risk and all the provisions relating to rejection of goods etc., shall apply.
The selected bidder shall, if so called upon to do, replace the goods etc., or such portion
thereof as is rejected by Purchase Officer, otherwise the selected bidder shall pay such
damage as may arise by the reason of the breach of the condition herein contained.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 90 of 157
Nothing herein contained shall prejudice any other right of the Purchase Officer in that
behalf under this contract or otherwise.
c) Goods accepted by the purchaser in terms of the contract shall in no way dilute
purchaser‟s right to reject the same later, if found deficient in terms of the this clause of the
contract.
28) Warranty
a) The bidder must supply all items with comprehensive on-site OEM warranty valid for 4
years after the goods, or any portion thereof as the case may be, have been delivered to,
installed and accepted at the final destination(s) indicated in the bidding document.
However, if delay of installation is more than a month‟s time due to the reasons ascribed to
the bidder, the warranty shall start from the date of last successful installation of the items
covered under the PO.
b) At the time of goods delivery, the selected bidder shall submit a certificate/ undertaking
from all the respective OEMs mentioning the fact that the goods supplied are covered
under comprehensive warranty & support for the prescribed period.
c) The purchaser shall give a written notice to the selected bidder stating the nature of any
defect together with all available evidence thereof, promptly following the discovery thereof.
The purchaser shall afford all reasonable opportunity for the selected bidder to inspect
such defects. Upon receipt of such notice, the selected bidder shall expeditiously cause to
repair the defective goods or parts thereof or replace the defective goods or parts thereof
with brand new genuine/ authentic ones having similar or higher specifications from the
respective OEM, at no cost to the Purchaser. Any goods repaired or replaced by the
selected bidder shall be delivered at the respective location without any additional costs to
the purchaser.
d) If having been notified, the selected bidder fails to remedy the defect within the period
specified, the purchaser may proceed to take within a reasonable period such remedial
action as may be necessary, in addition to other recourses available in terms and
conditions of the contract and bidding document.
e) During the warranty period, the bidder shall also be responsible to ensure adequate and
timely availability of spare parts needed for repairing the supplied goods.
f) The warranty on supplied software media, if any, should be at least 90 days.
29) Patent Indemnity
a) The supplier/ selected bidder shall, subject to the Purchaser‟s compliance with sub-clause
(b) below, indemnify and hold harmless the Purchaser and its employees and officers from
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 91 of 157
and against any and all suits, actions or administrative proceedings, claims, demands,
losses, damages, costs, and expenses of any nature, including attorney‟s fees and
expenses, which the Purchaser may suffer as a result of any infringement or alleged
infringement of any patent, utility model, registered design, trademark, copyright, or other
intellectual property right registered or otherwise existing at the date of the Contract by
reason of: -
i. the installation of the Goods by the supplier/ selected bidder or the use of the Goods in
the country where the Site is located; and
ii. the sale in any country of the products produced by the Goods.
Such indemnity shall not cover any use of the Goods or any part thereof other than for the
purpose indicated by or to be reasonably inferred from the Contract, neither any
infringement resulting from the use of the Goods or any part thereof, or any products
produced thereby in association or combination with any other equipment, plant, or
materials not supplied by the supplier/ selected bidder, pursuant to the Contract.
b) If any proceedings are brought or any claim is made against the Purchaser arising out of
the matters referred to above, the Purchaser shall promptly give the supplier/ selected
bidder a notice thereof, and the supplier/ selected bidder may at its own expense and in
the Purchaser‟s name conduct such proceedings or claim and any negotiations for the
settlement of any such proceedings or claim.
c) If the supplier/ selected bidder fails to notify the Purchaser within thirty (30) days after
receipt of such notice that it intends to conduct any such proceedings or claim, then the
Purchaser shall be free to conduct the same on its own behalf.
d) The Purchaser shall, at the supplier‟s/ selected bidder‟s request, afford all available
assistance to the supplier/ selected bidder in conducting such proceedings or claim, and
shall be reimbursed by the supplier/ selected bidder for all reasonable expenses incurred in
so doing.
e) The Purchaser shall indemnify and hold harmless the supplier/ selected bidder and its
employees, officers, and Subcontractors (if any) from and against any and all suits, actions
or administrative proceedings, claims, demands, losses, damages, costs, and expenses of
any nature, including attorney‟s fees and expenses, which the supplier/ selected bidder
may suffer as a result of any infringement or alleged infringement of any patent, utility
model, registered design, trademark, copyright, or other intellectual property right
registered or otherwise existing at the date of the Contract arising out of or in connection
with any design, data, drawing, specification, or other documents or materials provided or
designed by or on behalf of the Purchaser.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 92 of 157
30) Limitation of Liability
Except in cases of gross negligence or wilful misconduct: -
a) neither party shall be liable to the other party for any indirect or consequential loss or
damage, loss of use, loss of production, or loss of profits or interest costs, provided that
this exclusion shall not apply to any obligation of the supplier/ selected bidder to pay
liquidated damages to the Purchaser; and
b) the aggregate liability of the supplier/ selected bidder to the Purchaser, whether under the
Contract, in tort, or otherwise, shall not exceed the amount specified in the Contract,
provided that this limitation shall not apply to the cost of repairing or replacing defective
equipment, or to any obligation of the supplier/ selected bidder to indemnify the Purchaser
with respect to patent infringement.
31) Force Majeure
a) The supplier/ selected bidder shall not be liable for forfeiture of its PSD, LD, or termination
for default if and to the extent that it‟s delay in performance or other failure to perform its
obligations under the Contract is the result of an event of Force Majeure.
b) For purposes of this Clause, “Force Majeure” means an event or situation beyond the
control of the supplier/ selected bidder that is not foreseeable, is unavoidable, and its origin
is not due to negligence or lack of care on the part of the supplier/ selected bidder. Such
events may include, but not be limited to, acts of the Purchaser in its sovereign capacity,
wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight
embargoes.
c) If a Force Majeure situation arises, the supplier/ selected bidder shall promptly notify the
RCDF in writing of such conditions and cause thereof within 15 days of occurrence of such
event. Unless otherwise directed by RCDF, the supplier/ selected bidder shall continue to
perform its obligations under the contract as far as reasonably practical.
d) If the performance in whole or part or any obligation under the contract is prevented or
delayed by any reason of Force Majeure for a period exceeding 60 days, either party at its
option may terminate the contract without any financial repercussion on either side.
e) In case a Force Majeure situation occurs with the Ajmer Milk Union or RCDF, the Ajmer
Milk Union or RCDF may take the case with the supplier/ selected bidder on similar lines.
32) Change Orders and Contract Amendments
a) The Purchaser may at any time order the supplier/ selected bidder through Notice in
accordance with clause “Notices” above, to make changes within the general scope of the
Contract in any one or more of the following: -
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 93 of 157
i. drawings, designs, or specifications, where Goods to be furnished under the Contract
are to be specifically manufactured for the Purchaser;
ii. the method of shipment or packing;
iii. the place of delivery; and
iv. the related services to be provided by the supplier/ selected bidder.
b) If any such change causes an increase or decrease in the cost of, or the time required for,
the supplier‟s/ selected bidder‟s performance of any provisions under the Contract, an
equitable adjustment shall be made in the Contract Price or in the Delivery and Completion
Schedule, or both, and the Contract shall accordingly should be amended. Any claims by
the supplier/ selected bidder for adjustment under this clause must be asserted within thirty
(30) days from the date of the supplier‟s/ selected bidder‟s receipt of the Purchaser‟s
change order.
c) Prices to be charged by the supplier/ selected bidder for any related services that might be
needed but which were not included in the Contract shall be agreed upon in advance by
the parties and shall not exceed the prevailing rates charged to other parties by the
supplier/ selected bidder for similar services.
33) Termination
a) Termination for Default
i. The tender sanctioning authority of RCDF may, without prejudice to any other remedy
for breach of contract, by a written notice of default of at least 30 days sent to the
supplier/ selected bidder, terminate the contract in whole or in part: -
a. If the supplier/ selected bidder fails to deliver any or all quantities of the service
within the time period specified in the contract, or any extension thereof granted by
RCDF; or
b. If the supplier/ selected bidder fails to perform any other obligation under the
contract within the specified period of delivery of service or any extension granted
thereof; or
c. If the supplier/ selected bidder, in the judgement of the Purchaser, is found to be
engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or
in executing the contract.
d. If the supplier/ selected bidder commits breach of any condition of the contract.
ii. If RCDF terminates the contract in whole or in part, amount of PSD may be forfeited.
iii. Before cancelling a contract and taking further action, advice of senior most finance
person available in the office and of legal adviser or legal assistant posted in the office,
if there is one, may be obtained.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 94 of 157
b) Termination for Insolvency
RCDF may at any time terminate the Contract by giving a written notice of at least 30 days
to the supplier/ selected bidder, if the supplier/ selected bidder becomes bankrupt or
otherwise insolvent. In such event, termination will be without compensation to the
supplier/ selected bidder, provided that such termination will not prejudice or affect any
right of action or remedy that has accrued or will accrue thereafter to RCDF.
c) Termination for Convenience
i. RCDF, by a written notice of at least 30 days sent to the supplier/ selected bidder, may
terminate the Contract, in whole or in part, at any time for its convenience. The Notice
of termination shall specify that termination is for the Purchaser‟s convenience, the
extent to which performance of the supplier/ selected bidder under the Contract is
terminated, and the date upon which such termination becomes effective.
ii. Depending on merits of the case the supplier/ selected bidder may be appropriately
compensated on mutually agreed terms for the loss incurred by the contract if any due
to such termination.
iii. The Goods that are complete and ready for shipment within twenty-eight (28) days
after the supplier‟s/ selected bidder‟s receipt of the Notice of termination shall be
accepted by the Purchaser at the Contract terms and prices. For the remaining Goods,
the Purchaser may elect:
a. To have any portion completed and delivered at the Contract terms and prices;
and/or
b. To cancel the remainder and pay to the supplier/ selected bidder an agreed amount
for partially completed Goods and Related Services and for materials and parts
previously procured by the supplier/ selected bidder.
34) Exit Management
a) Preamble
i. The word „parties‟ include the procuring entity and the selected bidder.
ii. This Schedule sets out the provisions, which will apply on expiry or termination of the
Project Implementation and Operations and Management of SLA.
iii. In the case of termination of the Project Implementation and/ or Operation and
Management SLA due to illegality, the Parties shall agree at that time whether, and if
so during what period, the provisions of this Schedule shall apply.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 95 of 157
iv. The Parties shall ensure that their respective associated entities carry out their
respective obligations set out in this Exit Management Schedule.
b) Transfer of Assets
i. The selected bidder may continue work on the assets for the duration of the exit
management period which may be a six months period from the date of expiry or
termination of the agreement, if required by RCDF to do so. During this period, the
selected bidder will transfer all the assets in good working condition and as per the
specifications of the bidding document including the ones being upgraded to the
department/ designated agency. The security deposit/ performance security
submitted by selected bidder will only be returned after the successful transfer of the
entire project including its infrastructure.
ii. The selected bidder, if not already done, will transfer all the Software Licenses under
the name of the Ajmer Milk Union, Ajmer as desired by the procuring entity during the
exit management period.
iii. RCDF during the project implementation phase and the operation and management
phase shall be entitled to serve notice in writing to the selected bidder at any time
during the exit management period requiring the selected bidder to provide RCDF/
Ajmer Milk Union or its nominated agencies with a complete and up-to-date list of
the assets within 30 days of such notice.
iv. Upon service of a notice, as mentioned above, the following provisions shall apply: -
a. In the event, if the assets which to be transferred to RCDF mortgaged to any
financial institutions by the selected bidder, the selected bidder shall ensure that
all such liens and liabilities have been cleared beyond any doubt, prior to such
transfer. All documents regarding the discharge of such lien and liabilities shall be
furnished to RCDF or its nominated agencies.
b. All title of the assets to be transferred to RCDF or its nominated agencies
pursuant to clause(s) above shall be transferred on the last day of the exit
management period. All expenses occurred during transfer of assets shall be
borne by the selected bidder.
c. That on the expiry of this clause, the selected bidder and any individual assigned
for the performance of the services under this clause shall handover or cause to
be handed over all confidential information and all other related material in its
possession, including the entire established infrastructure supplied by selected
bidder to RCDF.
d. That the products and technology delivered to RCDF during the contract term or
on expiry of the contract duration should not be sold or re-used or copied or
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 96 of 157
transferred by selected bidder to other locations apart from the locations
mentioned in the this bidding document without prior written notice and approval
of RCDF. Supplied hardware, software & documents etc., used by selected
bidder for RCDF shall be the legal properties of RCDF.
c) Cooperation and Provision of Information during the exit management period
i. The selected bidder will allow RCDF or its nominated agencies access to the
information reasonably required to define the current mode of operation associated
with the provision of the services to enable RCDF or its nominated agencies to
assess the existing services being delivered.
ii. The selected bidder shall provide access to copies of all information held or
controlled by them which they have prepared or maintained in accordance with the
Project Implementation, the Operation and Management SLA and SOWs relating to
any material aspect of the services provided by the selected bidder. RCDF or its
nominated agencies shall be entitled to copy all such information comprising of
details pertaining to the services rendered and other performance data. The selected
bidder shall permit RCDF or its nominated agencies and/ or any replacement
operator to have reasonable access to its employees and facilities as reasonably
required by RCDF or its nominated agencies to understand the methods of delivery
of the services employed by the selected bidder and to assist appropriate knowledge
transfer.
d) Confidential Information, Security and Data
The selected bidder will promptly on the commencement of the exit management period
supply to RCDF or its nominated agencies the following:
i. Documentation relating to Intellectual Property Rights;
ii. Project related data and confidential information;
iii. All current and updated data as is reasonably required for purposes of RCDF or its
nominated agencies transitioning the services to its replacement selected bidder in a
readily available format nominated by RCDF or its nominated agencies; and
iv. All other information (including but not limited to documents, records and
agreements) relating to the services reasonably necessary to enable RCDF or its
nominated agencies, or its replacement operator to carry out due diligence in order to
transition the provision of the services to RCDF or its nominated agencies, or its
replacement operator (as the case may be).
v. Before the expiry of the exit management period, the selected bidder shall deliver to
RCDF or its nominated agencies all new or up-dated materials from the categories
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 97 of 157
set out above and shall not retain any copies thereof, except that the selected bidder
shall be permitted to retain one copy of such materials for archival purposes only.
e) Transfer of certain agreements
i. On request by Procuring entity or its nominated agencies, the selected bidder shall
effect such assignments, transfers, innovations, licenses and sub-licenses as
Procuring entity or its nominated agencies may require in favour of procuring entity or
its nominated agencies, or its replacement operator in relation to any equipment
lease, maintenance or service provision agreement between selected bidder and
third party leasers, operators, or operator, and which are related to the services and
reasonably necessary for carrying out of the replacement services by RCDF or its
nominated agencies, or its replacement operator.
ii. Right of Access to Premises: At any time during the exit management period and for
such period of time following termination or expiry of the SLA, where assets are
located at the selected bidder‟s premises, the selected bidder will be obliged to give
reasonable rights of access to (or, in the case of assets located on a third party's
premises, procure reasonable rights of access to RCDF or its nominated agencies,
and/ or any replacement operator in order to inventory the assets.
f) General Obligations of the selected bidder
i. The selected bidder shall provide all such information as may reasonably be
necessary to effect as seamless during handover as practicable in the circumstances
to RCDF or its nominated agencies or its replacement operator and which the
operator has in its possession or control at any time during the exit management
period.
ii. The selected bidder shall commit adequate resources to comply with its obligations
under this Exit Management Clause.
g) Exit Management Plan
i. The selected bidder shall provide RCDF or its nominated agencies with a
recommended exit management plan ("Exit Management Plan") which shall deal with
at least the following aspects of exit management in relation to the SLA as a whole
and in relation to the Project Implementation, the Operation and Management SLA
and SOWs.
ii. A detailed program of the transfer process that could be used in conjunction with a
replacement operator including details of the means to be used to ensure continuing
provision of the services throughout the transfer process or until the cessation of the
services and of the management structure to be used during the transfer; and
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 98 of 157
iii. Plans for the communication with such of the selected bidder's, staff, suppliers,
customers and any related third party as are necessary to avoid any material
detrimental impact on RCDF operations as a result of undertaking the transfer; and
iv. If applicable, proposed arrangements and Plans for provision of contingent support in
terms of business continuance and hand holding during the transition period, to
RCDF or its nominated agencies, and Replacement Operator for a reasonable
period, so that the services provided continue and do not come to a halt.
v. The Bidder shall re-draft the Exit Management Plan annually after signing of contract
to ensure that it is kept relevant and up to date.
vi. Each Exit Management Plan shall be presented by the selected bidder to and
approved by RCDF or its nominated agencies.
vii. In the event of termination or expiry of SLA, Project Implementation, Operation and
Management SLA or SOWs each party shall comply with the Exit Management Plan.
viii. During the exit management period, the selected bidder shall use its best efforts to
deliver the services.
ix. Payments during the Exit Management period shall be made in accordance with the
Terms of Payment Clause.
x. It would be the responsibility of the selected bidder to support new operator during
the transition period.
35) Settlement of Disputes
a) General: If any dispute arises between the supplier/ selected bidder and RCDF during the
execution of a contract that should be amicably settled by mutual discussions. However, if
the dispute is not settled by mutual discussions, a written representation will be obtained
from the supplier/ selected bidder on the points of dispute. The representation so received
shall be examined by the concerned Procurement Committee which sanctioned the tender.
The Procurement Committee may take legal advice of a counsel and then examine the
representation. The supplier/ selected bidder will also be given an opportunity of being
heard. The Committee will take a decision on the representation and convey it in writing to
the supplier/ selected bidder.
b) Standing Committee for Settlement of Disputes: If a question, difference or objection arises
in connection with or out of the contract/ agreement or the meaning of operation of any
part, thereof or the rights, duties or liabilities of either party have not been settled by mutual
discussions or the decision of tender sanctioning Procurement Committee, it shall be
referred to the empowered standing committee for decision, if the amount of the claim is
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 99 of 157
more than Rs. 50,000/-. The empowered standing committee shall consist of following
members: - (RCDF)
Managing Director, RCDF : Chairman
Secretary, DoIT&C or his nominee : Member
General Manager (Purchase), RCDF : Member
General Manger (Finance), RCDF : Member
Manager (Systems) : Member Secretary
A Legal Expert : Member
c) Procedure for reference to the Standing Committee: The supplier/ selected bidder shall
present his representation to the Managing Director, RCDF along with a fee equal to two
percent of the amount of dispute, not exceeding Rupees One Lakh, within one month from
the date of communication of decision of the tender sanctioning Procurement Committee.
The officer-in-charge of the project who was responsible for taking delivery of the goods
and/ or service from the supplier/ selected bidder shall prepare a reply of representation
and shall represent the RCDF‟s stand before the standing committee. From the side of the
supplier/ selected bidder, the claim case may be presented by himself or through a lawyer.
After hearing both the parties, the standing committee shall announce its decision which
shall be final and binding both on the supplier/ selected bidder and RCDF. The standing
committee, if it so decides, may refer the matter to the Board of Directors of RCDF for
further decision.
d) Legal Jurisdiction: All legal proceedings arising out of any dispute between both the parties
regarding a contract shall be settled by a competent court having jurisdiction over the
place, where agreement has been executed and by no other court, after decision of the
standing committee for settlement of disputes.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 100 of 157
7. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT
1) Payment Terms and Schedule
A. Application Software and Web Portal
Milestone Deliverable (Reports/ Documents & Infrastructure)
Payment Schedule Payment Terms
Perform System Study & SRS
Submission of SRS Software Requirement Specifications (SRS)
15 % of CAPEX for Proposed Software Application (S No 1-6 Table A3 of Fin. Bid)
SRS Acceptance Letter / SRS Sign-off
Development of Web Portal & Proposed ERP Application S/w
System Design Document (SDD)
60% of the COTS and other software CAPEX (Table A1 part –II )
and
55 % of CAPEX for proposed Application S/w (Table A3 of Fin. Bid)
UAT Acceptance Letter/UAT Sign off
Item Delivery, installation and commissioning reports for RSDC as proposed by the bidder in bid.
Deployment of proposed application software and web portal on staging server
Testing Methodology including test cases and test plan and Test Results
PAT Sign off (Partial
Acceptance Test of ERP
application)
Installation of COTS solution RSDC, inclusive of PORTAL, DMS and workflow tools
Final Deployment of ERP application software and web portal on production server and integration with Email solution, SMS gateway and payment gateway
UAT Sign off of web portal and application Software
Handing over of Source code and licenses in the name of the purchaser for the various middleware/ Portal/ and third party tools used by the bidder to run the application.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 101 of 157
B. Infrastructure
Milestone Deliverable (Reports/ Documents & Infra)
Payment Schedule Payment Terms
Site Preparation, Procurement, Installation and commissioning of IT & Non IT infrastructure all project locations as per BoM.
Item Delivery, installation and commissioning reports with specification as per RFP.
65% of the CAPEX (Table A1 Part-I of Fin. Bid) for Ajmer Milk Union Office
Commissioning Certificate for RSDC
Item Delivery, installation and commissioning reports with specification from Ajmer Milk Union
65% of the CAPEX (Table A2 of Fin. Bid) for Ajmer Milk Union
Commissioning Certificate for Ajmer Milk Union
C. Data Digitization
Milestone Deliverable (Reports/ Documents & Infra)
Payment Schedule Payment Terms
Data Digitization
Data Digitization & migration policy
Monthly Payment of the CAPEX on basis of unitary price (Sr. No 1 Table A4 of Fin. Bid) for Data Digitization
Monthly Attendance
Approve by Ajmer
Milk Union/ RCDF Provide manpower to
undertake data digitization of master data essential for UAT & Go live
Successful completion & validation of the overall Master Data Built-up activity and its accessibility through the Website and ERP Application S/w
Provide manpower to undertake data digitization
Successful completion & validation of the overall Master Data Built-up activity and its accessibility through the Website and ERP Application S/w
D. Training
Milestone Deliverable (Reports/ Documents & Infra)
Payment Schedule Payment Terms
Training & Capacity Building
Training Manual
100% payment shall be paid based on no of session successfully completed during a quarter (unitary price S No 2 of table A4 of Fin
Completion Certificate from Ajmer Milk Union
Training Completion certificate to all Nominated employees of Ajmer Milk
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 102 of 157
Union as per SoW
Trainees Feedback
Bid)
E. Go Live & Acceptance
Milestone Deliverable (Reports/ Documents & Infra)
Payment Schedule Payment Terms
GO-Live Installation Manuals 20% of the COTS and other software CAPEX (Table A1 part –II )
20 % of CAPEX for ERP Application S/w (Table A3 of Fin. Bid)
Final Acceptance from Ajmer Milk Union / RCDF
User manual (Role wise) with visual help kits
FAT (Final acceptance test )
Acceptance of Successfully Roll Out (Successfully rollout of Web portal & ERP application S/W for period of minimum 6 months. (Acceptance for successful performance from Ajmer Milk Union/ RCDF)
Monthly compliance report on compliant registers and bugs fixing
Remaining 10% CAPEX for Web portal & ERP Application S/w (table A3 of Fin. Bid) shall be paid after successful go live
20% of the COTS and other software CAPEX (Table A1 part –II )
Acceptance letter for successful Rollout
F. Operations & Maintenance
(i) Web portal and application software
Milestone Deliverable (Reports/ Documents & Infra)
Payment Schedule Payment Terms
FMS During O&M Successful completion of O&M Activities and submission of associated deliverables every quarter during the O&M Phase of the project.
Manpower Supply for period of 4 years at Ajmer Milk Union as per requirement mentioned in SoW (operation & maintenance) to manage services
6.25% of the total OPEX for FMS for 16 quarters i.e. 4 Years (SN 1 Table B1 of Financial Bid)
Approval in line with SLA from Purchaser on Successful completion of O&M Activities and submission of associated deliverables every quarter during the O&M Phase of the project.
Helpdesk for the technical & functional scope
MIS reports as per SOW Operation & maintenance
OEM Support for ERP License
MIS reports
Supply of yearly license
6.25% of the total OPEX for OEM Licences support per quarter for
Supply of yearly license Comprehensive OEM support through (Phone
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 103 of 157
Successfully Completion activities related to OEM Support
Comprehensive OEM support through (Phone & Online) for all third party tools/COTS used by SI to run ERP application software
16 quarters i.e. 4 Years (Table B2 of Financial Bid)
& Online) for all third party tools/COTS used by SI to run ERP application software
Portal and ERP Application S/W Support
Successfully Completion activities related to maintenance of web portal & ERP application S/w , defined in SoW section
MIS reports
Successfully Completion activities related to maintenance of web portal & ERP application S/w , defined in SoW section
6.25% of the total OPEX for Website and Application S/w per quarter for 16 quarters i.e. 4 Years (Table B3 of Financial Bid)
Successfully Completion activities related to maintenance of web portal & application S/w , defined in SoW section
(ii) Infrastructure
Infrastructure & Hardware Maintenance supplied at all project locations
Successfully Completion activities related to Hardware maintenance supplied at project location defined in SoW section
During O&M period of 4 years for maintenance of hardware supplied
Quarterly Compliance Report on hardware complaints registered and solved to the hardware at DC
MIS reports
Remaining 35% CAPEX of (Table A1-Part-I of Fin. Bid) shall be paid in 16 equal quarterly instalments during the O&M phase of the project i.e. 2.1875% per Quarter
Approval in line with SLA from Purchaser on Successfully Completion activities related to Hardware maintenance supplied at RSDC as defined in SoW
Quarterly Compliance Report on hardware complaints registered and solved
MIS reports
Remaining 35% CAPEX of (Table A2 of Fin. Bid) shall be paid in 16 equal quarterly instalments during the O&M phase of the project i.e. 2.1875% per Quarter
Approval in line with SLA from Purchaser on Successfully Completion activities related to Hardware maintenance supplied at Ajmer Milk Union as defined in SoW
a) The supplier‟s/ selected bidder‟s request for payment shall be made to the purchaser in
writing, accompanied by invoices describing, as appropriate, the goods delivered and related
services performed, and by the required documents submitted pursuant to general conditions
of the contract and upon fulfillment of all the obligations stipulated in the Contract.
b) Due payments shall be made promptly by the purchaser, generally within sixty (60) days after
submission of an invoice or request for payment by the supplier/ selected bidder, and the
purchaser has accepted it.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 104 of 157
c) The currency or currencies in which payments shall be made to the supplier/ selected bidder
under this Contract shall be Indian Rupees (INR) only.
d) All remittance charges will be borne by the supplier/ selected bidder.
e) In case of disputed items, the disputed amount shall be withheld and will be paid only after
settlement of the dispute.
f) Payment in case of those goods which need testing shall be made only when such tests have
been carried out, test results received conforming to the prescribed specification.
g) Any penalties/ liquidated damages, as applicable, for delay and non-performance, as
mentioned in this bidding document, will be deducted from the payments for the respective
milestones.
h) Taxes, as applicable, will be deducted/ paid as per the prevalent rules and regulations.
2) Service Level Standards/ Requirements/ Agreement
Service level Agreement - SLA defines the terms of the successful bidder‟s responsibility in
ensuring the performance of the hardware, software & other equipment‟s supplied for Ajmer
Milk Union, Ajmer project based on the agreed performance indicators as detailed in the
agreement. This defines various Service Levels for various components of the project, which
shall be considered in the Service Level Agreement with SI. The service level agreement has
been given at Annexure–16
The proposed SLA is indicative and subjected to be changed after review by the project
steering committee
3) Change Requests/ Management
a) An institutional mechanism will be set up for taking decisions regarding requests for
changes. The Purchase Committee will set up a Change Control Committee with members
from the procurement agency and the selected bidder. If it is unable to reach an
agreement, the decision of the Purchase Committee will be final.
b) RCDF may at any time, by a written order given to the bidder , make changes within the
general scope of the Agreement in any one or more of the following: -
Designs, specifications, requirements which software or service to be provided under
the Agreement are to be specifically developed and rendered for RCDF.
The method of deployment, shipping or packing.
Schedule for Installation Acceptance.
The place of delivery and/or the services to be provided by the bidder.
c) The change request/ management procedure will follow the following steps: -
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 105 of 157
Identification and documentation of the need for the change - The information related to
initiator, initiation date and details of change required and priority of the change will be
documented by RCDF.
Analysis and evaluation of the Change Request - Impact of the change in terms of the
estimated effort, changed schedule, cost and the items impacted will be analysed and
documented by the bidder.
Approval or disapproval of the change request – RCDF will approve or disapprove the
change requested including the additional payments for software development, quoted
man-month rate shall be used for cost estimation, efforts of all technical resources-
project manager, analyst, software developer, testing engineer, database architecture
etc shall be taken into account for total man-month estimation to carry out the s/w
development resulting from the change request. For all technical resources irrespective
of their experience and specialization, the quoted man-month rate shall be used.
Efforts of support staff shall not be taken into consideration for this purpose.
Implementation of the change – The change will be implemented in accordance to the
agreed cost, effort, and schedule by the selected bidder.
Verification of the change - The change will be verified by RCDF on implementation of
the change request.
d) All changes outside the scope of supplies agreed to herein which may have likely financial
implications in terms of the overall cost/ time of the project shall be undertaken by SI only
after securing the express consent of RCDF. In the event that the consent of RCDF is not
received then the change will not be carried out.
e) While approving any change request, if required, RCDF may ask the bidder to deploy the
required resources on-site.
f) If any such change outside the scope of supplies agreed to herein causes an increase or
decrease in cost of, or the time required for, firm‟s performance of any provisions under the
Agreement, equitable adjustments shall be made in the Agreement Price or Delivery
Schedule, or both, and the Agreement shall accordingly be amended. Any claims by firm
for adjustment under this must be asserted within 30 (thirty) days from the date of SI
receiving the RCDF change order which shall not be unreasonably withheld or delayed.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 106 of 157
ANNEXURE-1: BILL OF MATERIAL (BoM)
Rajasthan State Data Centre, Jaipur
S.No. Item No. Item No. and Description Qty
1. Item No.1 Database Blade Server (Inclusive of Operating System) in high availability 2
2. Item No.2 Web Server/ Application Blade Server (Inclusive of Operating System) in high
availability 2
3. Item No.3 Staging Blade Server (Inclusive of Operating System) 1
4. Item No.4 DNS/ Backup Server (Inclusive of Operating System) 1
5. Item No.5 *SAN Storage 5 TB 1
6. Item No.6 Blade Chassis 1
*May be provided by RSDC
Ajmer Milk Union HQ, Ajmer
S.No. Item No. Description Qty
1 Item No.7 Desktop Computer (Incl. OS + AV + MS Office Std. edition) 24
2 Item No.8 Printer Laser Jet (B/W Duplex) 19
3 Item No.9 MFD Printer (B/W) A4 Size 5
4 Item No.10 L 2 Switch - 48 Port 3
5 Item No.11 UPS 1 KVA 27
6 Item No.12 Network
Passive Work (I/O + CAT 6 UTP +Conduit+ Laying Charges) 80 Points
7 Item No.13 Access Point 4
8 Item No.14 12U Rack 3
Ajmer Cattle Feed Plant, Ajmer
S.No. Item No. Description Qty
1 Item No.7 Desktop Computer (Incl. OS + AV + MS Office Std. edition) 1
2 Item No.8 Printer Laser Jet (B/W Duplex) 1
3 Item No.11 UPS 1 KVA 1
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 107 of 157
ANNEXURE-2: TECHNICAL SPECIFICATIONS
Note: All the specifications below are minimum specifications and higher specifications shall be
used wherever necessary/ required. Deviation on higher side shall only be considered and no
extra weightage shall be awarded for such deviations.
Item No.1 Database Blade Servers (2) in High Availability
Sl. No
Features Specifications Required Compliance (Y/N)
1 CPU 2 X Intel Xeon Quad Core E5-2609 CPU @ 2.4 GHz or better
2 Cache L3 10 MB of L3 Cache
3 Chipset Intel Chipset C600
4 Memory 128GB DDR-3 LR DIMMS Memory Upgradeable to 384 GB
5 Memory protection support
ECC, Memory Mirroring, Memory Sparing
6 SCSI Controllers Integrated Hardware Raid Controller to supports Hardware Raid RAID 0, 1,
7 Disk Drives 2 x 600GB 6Gbps10K SAS Hard Disk Drive, Server should support Hardware Raid controller supporting Raid 0 and 1.
8 Graphics Controller
16MB SDRAM
9 Ethernet Adapter Server should be configured with 4 Number of 1G Ethernet ports, also support FCOE and ISCSI functionality on demand.
10 Fiber Channel HBA Connectivity
1x Dual Port 8Gbps Fiber Channel Expansion Adapter. PCIe slot should also support 16Gbps Fiber Channel ports from Day1.
12 I/O Expansions 2 x PCI Express 3.0 interface
16 Warranty 3 Years Onsite Warranty
17 USB USB ports: one external. Two internal for embedded hypervisor
18 Failure Alerting Mechanism
The server should be able to alert impending failures on maximum number of components. The components covered under alerting mechanism should at least include Processor, memory and HDDs
19 Server Management Software
Server should be supplied with OEM Server Management software
20 OS & virtualization Support
Microsoft Windows Server 2008 R2, Red Hat Enterprise Linux 5 and 6, SUSE Linux Enterprise Server 10 and 11, VMware ESX, ORACLE Enterprise Linux Bidder should quote OS and Virtualization Software from same OEM.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 108 of 157
Item No.2 Web/ Application Blade Servers (2) in High Availability
Sl. No
Features Specifications Required Compliance (Y/N)
1 CPU 2 X Intel Xeon Quad Core E5-2609 CPU @ 2.4 GHz or better
2 Cache L3 10 MB of L3 Cache
3 Chipset Intel Chipset C600
4 Memory 128GB DDR-3 LR DIMMS Memory Upgradeable to384 GB .
5 Memory protection support
ECC, Memory Mirroring, Memory Sparing
6 SCSI Controllers Integrated Hardware Raid Controller to supports Hardware Raid RAID 0, 1,
7 Disk Drives 2 x 600GB 6Gbps10K SAS Hard Disk Drive, Server should support Hardware Raid controller supporting Raid 0 and 1.
8 Graphics Controller
16MB SDRAM
9 Ethernet Adapter Server should be configured with 4 Number of 1G Ethernet ports, also support FCOE and ISCSI functionality on demand.
10 Fiber Channel HBA Connectivity
1x Dual Port 8Gbps Fiber Channel Expansion Adapter. PCIe slot should also support 16Gbps Fiber Channel ports from Day1.
12 I/O Expansions 2 x PCI Express 3.0 interface
16 Warranty 3 Years Onsite Warranty
17 USB USB ports: one external. Two internal for embedded hypervisor
18 Failure Alerting Mechanism
The server should be able to alert impending failures on maximum number of components. The components covered under alerting mechanism should at least include Processor, memory and HDDs
19 Server Management Software
Server should be supplied with OEM Server Management software
20 OS & virtualization Support
Microsoft Windows Server 2008 R2, Red Hat Enterprise Linux 5 and 6, SUSE Linux Enterprise Server 10 and 11, VMware ESX, ORACLE Enterprise Linux 6.3 Bidder should quote OS and Virtualization Software from same OEM.
Item No.3 Staging Blade Servers (1)
Sl. No
Features Specifications Required Compliance (Y/N)
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 109 of 157
1 CPU 2 X Intel Xeon Quad Core E5-2609 CPU @ 2.4 GHz or better
2 Cache L3 10 MB of L3 Cache
3 Chipset Intel Chipset C600
4 Memory 64 GB DDR-3 LR DIMMS Memory Upgradeable to 384 GB
5 Memory protection support
ECC, Memory Mirroring, Memory Sparing
6 SCSI Controllers Integrated Hardware Raid Controller to supports Hardware Raid RAID 0, 1,
7 Disk Drives 2 x 600GB 6Gbps10K SAS Hard Disk Drive, Server should support Hardware Raid controller supporting Raid 0 and 1.
8 Graphics Controller
16MB SDRAM
9 Ethernet Adapter Server should be configured with 4 Number of 1G Ethernet ports, also support FCOE and ISCSI functionality on demand.
10 Fiber Channel HBA Connectivity
1x Dual Port 8Gbps Fiber Channel Expansion Adapter. PCIe slot should also support 16Gbps Fiber Channel ports from Day1.
12 I/O Expansions 2 x PCI Express 3.0 interface
16 Warranty 3 Years Onsite Warranty
17 USB USB ports: one external. Two internal for embedded hypervisor
18 Failure Alerting Mechanism
The server should be able to alert impending failures on maximum number of components. The components covered under alerting mechanism should at least include Processor, memory and HDDs
19 Server Management Software
Server should be supplied with OEM Server Management software
20 OS & virtualization Support
Microsoft Windows Server 2008 R2, Red Hat Enterprise Linux 5 and 6, SUSE Linux Enterprise Server 10 and 11, VMware ESX, ORACLE Enterprise Linux 6.3 Bidder should quote OS and Virtualization Software from same OEM.
Item No.4 DNS/ Backup Blade Servers (1)
Sl. No
Features Specifications Required Compliance (Y/N)
1 CPU 2 X Intel Xeon Quad Core E5-2609 CPU @ 2.4 GHz or better
2 Cache L3 10 MB of L3 Cache
3 Chipset Intel Chipset C600
4 Memory 32 GB DDR-3 LR DIMMS Memory Upgradeable to 384 GB
5 Memory protection support
ECC, Memory Mirroring, Memory Sparing
6 SCSI Controllers Integrated Hardware Raid Controller to supports Hardware Raid RAID 0, 1,
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 110 of 157
7 Disk Drives 2 x 600GB 6Gbps10K SAS Hard Disk Drive, Server should support Hardware Raid controller supporting Raid 0 and 1.
8 Graphics Controller
16MB SDRAM
9 Ethernet Adapter Server should be configured with 4 Number of 1G Ethernet ports, also support FCOE and ISCSI functionality on demand.
10 Fiber Channel HBA Connectivity
1x Dual Port 8Gbps Fiber Channel Expansion Adapter. PCIe slot should also support 16Gbps Fiber Channel ports from Day1.
12 I/O Expansions 2 x PCI Express 3.0 interface
16 Warranty 3 Years Onsite Warranty
17 USB USB ports: one external. Two internal for embedded hypervisor
18 Failure Alerting Mechanism
The server should be able to alert impending failures on maximum number of components. The components covered under alerting mechanism should at least include Processor, memory and HDDs
19 Server Management Software
Server should be supplied with OEM Server Management software
20 OS & virtualization Support
Microsoft Windows Server 2008 R2, Red Hat Enterprise Linux 5 and 6, SUSE Linux Enterprise Server 10 and 11, VMware ESX, ORACLE Enterprise Linux 6.3 Bidder should quote OS and Virtualization Software from same OEM.
Item No.5 SAN Storage*
Sl. No
Features Specifications Required Compliance (Y/N)
1 RAID controller Dual Active Controller with no single point of failure in the storage array. RAID Array supporting at least Raid Levels 0, 1, 5, 6 and 10.
2 Cache
1)The SAN Storage system should have at least 16GB Data Cache for SAN Data. 2) The data in cache shall not be lost in the case of power failure.
3 Host Interface 1) Storage system should be configured with 8 x 8Gbps FC and 4 x 1G iSCSI front-end ports and should support 10Gbps front end ports.
4 Support Drives
The storage subsystem shall support 300/600/900 GB SAS disk and 2 /3 TB or higher SATA/Nearline disk drives.
Storage should support SSD drive for data storage purpose .The storage shall also support the functionality to automatically move the data from lower performing disk to SSD, based on the performance requirement. Required licenses for the same, shall be provided.
5 San Supported All Standard SAN Switch needs to be supported.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 111 of 157
6 Disk Scalability
The storage should be configured with usable capacity of 5TB usable in RAID5 & 8TB RAW using 600GB SAS drives. The storage should be scalable to at least 120 drives without changing controller.
7 Availability
1)Should offer dual active-active and failover controllers Should offer redundant power supplies and cooling units Should support hardware based RAID 0, 1, 5 and 10 Should support LUN Masking and software for the same should be configured.
8 Licensing
Licenses for software (Storage Array Management, Volume Copy, multipathing software for host) should be provide as part of the solution
System should be configured with necessary multi pathing components for high availability
Licenses for 64 snapshots.
9 Management
The storage system shall be configured with GUI based management software as below: •Monitor and manage the storage array •Configuring PIT‟s •LUN management. •Storage Component replacement, etc.
10
Operating System Support
The storage system shall support the latest OS releases & Cluster of the following mentioned servers / OS:- CISC/RISC/EPIC-based Servers running Microsoft, HP, IBM, Sun, Linux
Item No. 6 Blade Chassis (1)
Sl. No
Features Specifications Required Compliance (Y/N)
1
Form Factor
Max 10U Rack mounted Chassis to house at least 14 Compute Nodes. Chassis configured should not only support current generation of processors but should support future processor technology to provide an investment protection made today.
2
IO Modules Min Four high-speed switch bays capable of supporting I/O architectures in Ethernet, FiberChannel, FCoE and Infiniband
3
Ethernet IO Module (1GB)
2 x 1GBPS Ethernet switch with L2 and L3 capabilities, VM ready support for 802.1Qbg standards. Switch configured should have following features like Non-blocking architecture with wire-speed forwarding of traffic, Media access control (MAC) address learning: automatic update, support of up to 128000 MAC addresses, VRRP for Layer 3 router redundancy, Layer 2 Trunk Failover to support active/standby configurations of network adapter teaming on compute nodes, 802.1Q VLAN tagging support on all ports, VLAN-based, MAC-based, and IP-based ACLs, Support for IEEE 802.1p, IP ToS/DSCP, and ACL-based (MAC/IP source and destination addresses, VLANs) traffic classification and processing, IPv4 and IPv6 Layer 3 functions, VMready, Simple Network Management Protocol (SNMP V1, V2, and V3).
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 112 of 157
4
Fibre Channel IO Module
2 x 8Gb FC SAN switches required but IO Bays should support for both 8Gb and 16Gb FC SAN Switches. 4 x 8Gb SFP+ shoule be supplied along with each switch.
5
Midplane Chassis should have a highly reliable mid plane for providing connectivity of the shared resources to the compute nodes in a highly reliable manner.
6
Power Modules
Redundant power modules the provide N+N or N+1 redundancy. Power supplies configured should be 80 PLUS Platinum certified and should provide 92% efficiency at 100% load.
7
Chassis Management Module
Integrated two redundant chassis Management Modules providing IP based management of the compute nodes and vital elements like FC and Ethernet Switches. Should also provide for controlling Power, Fan management, Chassis and compute node initialization, Switch management, Resource discovery and inventory management, Resource alerts and monitoring management, Chassis and compute node power management and diagnostics for elements including Chassis, I/O options and compute nodes.
8
Management Appliance
Should provide a management appliance for comprehensive management including virtualization, networking, and storage management.
9
Network Management
Should provide for the following Network Management Capabilities for chassis internal switches: • Management of network switches from a variety of vendors. • Discovery, inventory, and status monitoring of switches. • Graphical network topology views. • Support for KVM, VMware virtual switches, and physical switches. • VLAN configuration of switches. • Integration with server management. • Per-virtual machine network usage and performance statistics provided to VMControl. • Logical views of servers and network devices grouped by subnet and VLAN.
10
Virtualization Management
Should provide following Virtualization Management Capabilities with integration to that Hypervisor manager: • Support for VMware, Hyper-V and KVM. • Creates virtual servers. • Edits virtual servers. • Manages virtual servers. • Relocates virtual servers. • Discovers virtual server, storage, and network resources and visualize the physical-to-virtual relationships.
11
Storage Management
Should provide for the following Storage Management Capabilities for integrated storage: • Discovery of physical and virtual storage devices. • Support for virtual images on local storage across
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 113 of 157
multiple chassis. • Inventory of the physical storage configuration. • Health status and alerts. • Storage pool configuration. • Disk sparing and redundancy management. • Virtual volume management. • Support for virtual volume discovery, inventory, creation, modification, and deletion
12
System Panel LEDs on the front information panel that can be used to obtain the status of the chassis Identify, Check log and the Fault LED
13
Support for Multiple Platform
Should provide support for multiple platforms in x86 and RISC /EPIC servers within the same enclosure.
14
RACK with TFT monitor
42U Floor RACK with Dual redundent Power distibution Units & 17" TFT monitor with key board and mouse
Item No. 7: Desktops Computer
S.
No. Parameter Minimum Specifications Suggested
Compliance Y/N
1. Model Offered To be provided by bidder
2. Make Offered To be provided by bidder
3. Mandatory Certifications
OEM – ISO 9001 Manufacturer, Certified on supplied OS, DMI 2.0 compliance and support, Energy Star 5, UL certification,
4. Processor Intel Core i3-2120, 3.3 GHz, 3 MB Cache and 1066 MHz FSB or higher.
5. Chipset Intel H61 or better on Intel/OEM Motherboard
6. Memory 4 GB 800 MHz DDR3 RAM with 8 GB Expandability
7. HDD 500 GB 7200 Serial ATA HDD or higher
8. Monitor 47 cm (18.5 inch)or larger TFT/LED Digital Color Monitor TCO-05 certified.
9. Bays 3 Nos. or above.
10. Keyboard OEM Mechanical Keyboard with 104 keys
11. Mouse Optical with USB interface.
12. Optical Device DVD RW (Min. 16x) or higher
13. Cabinet Micro ATX
14. Ports 6 USB Ports (with at least 2 in front), 1 Serial audio port for microphone and headphone in front.
15. Network Features 10/100/1000 on board integrated Network Port with remote booting facility remote system
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 114 of 157
S.
No. Parameter Minimum Specifications Suggested
Compliance Y/N
installation, remote wake up. 16. Multimedia Integrated Audio and Graphic Controller
17. Power Management
ACPI (Advanced Configuration and Power Management Interface)
18. Operating System Genuine latest Windows 7 professional SP1 (64 Bits) preloaded with Media and Documentation and Certificate of Authenticity
19. Office Suite Open office / Libre office
20. Antivirus Pre-installed & Norton/McAfee/ Kasper sky/tend micro /quick heal,, Internet security and Antivirus Software latest Version with 3 years subscription
21. Warranty Period Minimum 3 Years (Comprehensive Onsite)
Item No. 8 Laser Printer (B/W Duplex)
Sl.No. Parameter Minimum Specifications Suggested Compliance Y/N
1. Make To be specified by Bidder
2. Model To be specified by Bidder
3. Print Technology
Laser
4. Print speed in black in normal mode
Minimum 24 PPM (A4) or higher
5. Resolution in black
600 x 600 dpi or better
6. Memory Min: 32MB or better
7. Duty cycle. Min: 8,000 pages per month or above
8. Media size A4, Letter, Legal
9. Duplex Yes (Automatic Duplex)
10. Interface
Hi speed USB 2.0 or better, Built in Ethernet 10/100 Mbps Ethernet
11. Energy Star Yes
12. Cables/ Accessories/ Drivers
All the required cabled, accessories and software drivers to be included for the supplied operating system
13. Platform supported
Windows 7(32bit/ 64 bit), Win XP (32Bit/64Bit), Windows 2008 (32 Bit/64 Bit) and Windows 2003.
14. Warranty Period
Minimum 3 Years (Comprehensive Onsite)
Item No. 9 - Multi-Function Device ( A4 Size)
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 115 of 157
S.
No. Parameter Minimum Specifications Suggested
Compliance Y/N
1. Functions Black-and-white printing, black-and-
white copying, color scanning, black-and-white faxing
2. Print speed >= 25 ppm
3. Memory 64 MB
4. Duty cycle (monthly, A4) >= 8000
5. Print quality (black, normal quality)
Up to 600 x 600 dpi
6. Duplex print options Automatic
7. Copy speed (black, draft quality, A4)
>=25 cpm
8. Copy resolution (black graphics)
600 x 600 dpi or better
9. Scan Type Flatbed, ADF
10. Optical scanning resolution Up to 1200 dpi
11. Maximum scanning size 216 x 297 mm through Flatbed/ADF
and 216 x 356 mm through ADF
12. Scan file format PDF, JPEG,TIFF
13. Standard media sizes A4, A5, B5 (JIS), executive (JIS),
16K, envelopes
14. System Interface 1 USB (compatible with USB 2.0
specifications), and 10/100 Ethernet
network port
15. Compatible operating systems
Microsoft Windows 7 (32Bit/64bit), windows 2000, Windows XP(32Bit/64bit), XP Professional (32Bit/64bit), Windows Server 2003, Windows 2008 (32Bit/64bit), Linux
16. Power requirements Input voltage 220 to 240 VAC (+/-
10%), 50/60 Hz (+/-2 Hz)
17. Warranty Period Minimum 3 Years (Comprehensive
Onsite)
Item No. 10 - L2 Switch (48 Port) Manageable
S.
No Parameter Minimum Specifications Suggested
Compliance Y/N
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 116 of 157
S.
No Parameter Minimum Specifications Suggested
Compliance Y/N
1 Interface 10/100/1000 BASE-TX Ports : 48 : Combo 10/100/1000 BASE-T/SFP : Minimum 2 : RS 232 Console Port/RJ45 serial console port : Gigabit &100 BASE-FX Fiber Support on SFP
2 Performance Switch Capacity : 96 Gbps or more with non blocking architecture: 64-Byte Packet Forwarding Rate: 65 Mpps or More
3 Layer-2 Features IGMP Snooping v1,v2 (Upto 256 groups),IGMPV3 IGMP Snooping Fast leave 802.1D Spanning Tree 802.1w Rapid Spanning Tree 802.1s Multiple Spanning Trees 802.3x & Back-Pressure 802.3ad Link Aggregation (8 or More Ports per group/6 or more groups per device)
4 VLAN Port mirroring ( One to One, Many to One ) : Standard : 802.1Q VLAN IDs: 4K Dynamic VLAN groups : 128 or higher GVRP/MVRP/Equivalent
5 Quality of Services 802.1p Priority Queues standard Number of 802.1p priority Queues: 4 Queues Support WRR/Strict mode Packet classification based on : Switch Port VLAN ID TCP/UPD Port number MAC address IPv4 +IPV6 802.1p Priority TOS DSCP User defined Packet Content
6 Access Control List (Max 256 Profiles/Rules)
Multi-Layer ACL based on : Switch Port VLAN ID 802.1p Priority MAC address IPv4 DSCP Protocol type TCP/UPD Port number User defined Packet Content
7 Network Access/Security
RADIUS/TACACS+ Authentication for Management Access RADIUS Accounting for Management Access Port security (max.16MAC entries per port) 802.1X Port-based Access Control 802.1X MAC-based Access Control 802.1X Guest VLAN SSH v1, v2/ SSL v3 Traffic Segmentation Broadcast Storm Control
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 117 of 157
S.
No Parameter Minimum Specifications Suggested
Compliance Y/N
8 Management Single IP Management Web-based GUI CLI ( Command Line Interface ) Telnet client TFTP client SNMP v1,v2c, v3 Support for RMON 1/2 group as and when required BOOTP/DHCP Client SNTP or NTP SYSLOG Dual image or fireware upgrade through TFTP /FTP server Port description Web GUI traffic/CPU Monitoring SNMP trap on MAC notification DHCP Auto Configuration DHCP relay option 82 SMTP client ( e-mail notification )externally/ Internally
9 MIB Support MIBII ( RFC 1213 ) Bridge MIB ( RFC 1493 ) RFC 2011 SNMPv2 MIB for IP,RFC 2013 SNMPv2MIB for UDP RMON MIB ( RFC 1757, 2819 ) 802.1p MIB ( RFC 2674 ) IF MIB ( RFC 2233, 2863 ) RADIUS Authentication client MIB(RFC 2620) RADIUS Accounting client MIB (RFC 2925) Private MIB
10 Physical & Environmental
Internal Power supply
Item No. 11 - 1 KVA UPS
Sl.N
o Features Minimum Specifications Suggested
Compliance Y/N
1. Mandatory Certification - ISO 9001 Series Manufacturer, - Valid Test Certificate from any Govt. Approved Test/ Certifying Agency on Tendered Specs.
2. Capacity 1K VA
3. No. of Sockets Min. 3 sockets for connecting devices.
4. Battery Make Battery should be branded - ISO 9001 and 14001 certified
5. Battery backup 30 minutes on full load with Internal batteries (i.e. housing of the batteries should be within UPS)
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 118 of 157
Sl.N
o Features Minimum Specifications Suggested
Compliance Y/N
6 Cables With necessary cable and plug
Item No. 12 Network Passive Work
S. No. Features Minimum Specifications Suggested Compliance Y/N
1. Common
All specifications for components & cabling to be tested up to 250 MHz , UL *R listed & verified
2. UTP cable
The UTP Cable Shall meet the requirement w.r.t maximum d.c resistance, balance and unbalance, maximum PR to GND Capacitance and attenuation losses as applicable to the category 6,unshielded UTP Cable and corresponding ASTM Standards as mentioned there in. Cable shall have Standard marking and designation as applicable in line with the international standard such as CSA/UL. This item shall be accepted based on OEM certificate.
3. 24 port Patch Panel
110 wiring block at rear end & RJ 45 jack on front panel, 19” rack mountable, should confirm or deviance exceed the EIA/TIA 568 B standards for CAT 6, Metallic /steel high strength & 1U height, confirm EIA/TIA 568 B wiring pattern, should have routing rings & ties and labeling strips for identification, UL *R Listed & verified.
4. Information outlets
Surface mount box with single RJ 45 socket, should confirm or exceed the EIA/TIA 568 B standards for CAT 6, provision for dust cover, labeling icons & strips, anchors for stain relief cable entry, UL *R listed & verified
5. Patch Cord
Should confirm or exceed the EIA/TIA 568 B standards for CAT 6, Factory molded boots on RJ 45 plugs at both ends, UL *R listed & verified, Option for color – Grey, Blue, Red & Green & cross over cable Length - 3 feet Length – 10 feet Length – 7 feet
Note: All the supplied Hardware/ Software should be Interoperable, IPv6 ready and in
compliance with the policies/ guidelines issued by DIT, GoI in this regard. Also, the bidder is to
quote/ propose only one make/ model against the respective item.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 119 of 157
All the equipment to be hosted at RSDC should be rack mountable and the selected bidder shall
have to mount the equipment in Rack(s) with required accessories/ cables/ screws etc. All the
supplied Hardware/ Software should be IPv6 ready.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 120 of 157
ANNEXURE-3: PRE-BID QUERIES FORMAT {to be filled by the bidder}
Name of the Company/Firm:
Bidding Document Fee Receipt No. ___________ Dated___________ for Rs. _____________/-
Name of Person(s) Representing the Company/ Firm:
Name of Person Designation Email-ID(s) Tel. Nos. & Fax Nos.
Company/Firm Contacts:
Contact Person(s) Address for Correspondence
Email-ID(s) Tel. Nos. & Fax Nos.
Query / Clarification Sought:
S.No. RFP Page No.
RFP Rule No.
Rule Details Query/ Suggestion/ Clarification
Note: - Queries must be strictly submitted only in the prescribed format (.XLS/ .XLSX/ .ODF).
Queries not submitted in the prescribed format will not be considered/ responded at all by the
procuring entity. Also, kindly attach the coloured scanned copy of the receipt towards the
submission of the bidding/ tender document fee.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 121 of 157
ANNEXURE-4: BIDDER’S AUTHORIZATION CERTIFICATE {to be filled by the bidder}
To,
______________________________,
______________________________,
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 NIB 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:
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 122 of 157
ANNEXURE-5: SELF-DECLARATION {to be filled by the bidder}
To,
______________________________,
In response to the NIB 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 Procuring Entity;
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 have any debarment by any other procuring entity
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 procurement contract within a
period of three years preceding the commencement of the procurement process, or not
have been otherwise disqualified pursuant to debarment proceedings;
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,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 123 of 157
Date:
Place:
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 124 of 157
ANNEXURE-6: CERTIFICATE OF CONFORMITY/ NO DEVIATION {to be filled by the bidder}
To,
______________________________,
CERTIFICATE
This is to certify that, the specifications of Hardware & Software which I/ We have mentioned in
the Technical bid, and which I/ We shall supply if I/ We am/ are awarded with the work, are in
conformity with the minimum specifications of the bidding document and that there are no
deviations of any kind from the requirement specifications.
Also, I/ we have thoroughly read the bidding document and by signing this certificate, we hereby
submit our token of unconditional acceptance to all the terms & conditions of the bidding
document without any deviations.
I/ We also certify that the price I/ we have quoted is inclusive of all the cost factors involved in the
end-to-end implementation and execution of the project, to meet the desired Standards set out in
the bidding Document.
Thanking you,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 125 of 157
ANNEXURE-7: DECLARATION BY BIDDER {to signed by selected bidder}
I/ We declare that I am/we are Bonafide / Manufacturers/ Whole Sellers/ Sole distributor/
Authorised dealer/ dealers/ sole selling/ Marketing agent in the goods/ stores/ equipment for which
I/ We have quoted.
If this declaration is found to be incorrect then without prejudice to any other action that may be
taken, my/ our security may be forfeited in full and the bid, if any, to the extent accepted may be
cancelled.
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 126 of 157
ANNEXURE-8: MANUFACTURER’S AUTHORIZATION FORM (MAF) {to be filled by the OEMs}
(Indicative Format)
To,
{Procuring Entity},
______________________________,
Subject: Issue of the Manufacturer‟s Authorisation Form (MAF)
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
We {name and address of the OEM} who are established and reputed original equipment
manufacturers (OEMs) having factories at {addresses of manufacturing location} do hereby
authorize {M/s __________________________} who is our {Distributor/ Channel Partner/
Retailer/ Others <please specify>} to bid, negotiate and conclude the contract with you
against the aforementioned reference for the following Hardware/ Software manufactured by
us: -
{OEM will mention the details of all the proposed product(s) with their make/
model.}
We undertake to provide OEM Warranty for the offered Hardware/ Software, as mentioned
above, for One Years.
We hereby confirm that the offered Hardware/ Software is not likely to be declared as End-of-
Sale within next 06 months from the date of bid submission.
We hereby confirm that the offered Hardware/ Software is not likely to be declared as End-of-
Service/ Support within next 03 years from the date of bid submission.
Yours faithfully,
For and on behalf of M/s (Name of the manufacturer)
(Authorized Signatory)
Name, Designation & Contact No.:
Address: ___________________________________
Seal:
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 127 of 157
ANNEXURE-9: UNDERTAKING ON AUTHENTICITY OF COMPUTER EQUIPMENTS
{to be filled by the bidder (On Rs. 100/- Non-judicial stamp paper)}
To,
______________________________,
Reference: NIB No. :___________________________________ Dated:__________
We hereby undertake that all the components/ parts/ assembly/ software used in the equipment
shall be genuine, original and new components /parts/ assembly/ software from respective OEMs
of the products and that no refurbished/ duplicate/ second hand components/ parts/ assembly/
software are being used or shall be used. In respect of licensed operating system, we undertake
that the same shall be supplied along with the authorized license certificate with our name/logo.
Also, that it shall be sourced from the authorized source for use in India.
In case, we are found not complying with above at the time of delivery or during installation, for
the equipment already billed, we agree to take back the equipment already supplied at our cost
and return any amount paid to us by you in this regard and that you will have the right to forfeit
our Bid Security/ SD/ PSD for this bid or debar/ black list us or take suitable action against us.
Authorized Signatory
Name:
Designation:
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 128 of 157
ANNEXURE-10: COMPONENTS OFFERED – BOM {to be filled by the bidder}
Please fill the following BOM for all the offered components.
S.No. Product Details
(Only one make and model)
Detailed
Technical Specification
Reference**
OEM Details
(Name, Address, E-Mail, Mobile Nos.)
1. {Item No. xx}
2. {Item No. xx}
3. {Item No. xx}
** Please attach Technical specifications compliance sheet (on OEM letter head only) and provide
reference number in this column. (Deviations, if any, should be appropriately mentioned &
highlighted in the compliance/ deviation column of the respective table as provided above in the
Annexure-2: Technical Specifications)
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 129 of 157
ANNEXURE-11: FINANCIAL BID COVER LETTER & FORMAT (Cover-3)
COVER LETTER {to be submitted by the bidder on his Letter head}
To,
______________________________,
Reference: NIB No. :___________________________________ Dated:__________
Dear Sir,
We, the undersigned bidder, Having read & examined in detail, the Bidding Document, the receipt
of which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned
in the Scope of the work, Bill of Material, Technical specifications, Service Level Standards & in
conformity with the said bidding document for the same.
I / We undertake that the prices are in conformity with the specifications prescribed. The quote/
price are inclusive of all cost likely to be incurred for executing this work. The prices are inclusive
of all type of govt. taxes/duties as mentioned in the financial bid (BoQ).
I / We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the schedule of Requirements.
I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract
performance guarantee as prescribed in the bidding document.
I / We agree to abide by this bid for a period of _____ days after the last date fixed for bid
submission and it shall remain binding upon us and may be accepted at any time before the
expiry of that period.
Until a formal contract is prepared and executed, this bid, together with your written acceptance
thereof and your notification of award shall constitute a binding Contract between us.
I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the
information contained in the bid is true and correct to the best of our knowledge and belief.
We understand that you are not bound to accept the lowest or any bid you may receive.
We agree to all the terms & conditions as mentioned in the bidding document and submit that we
have not submitted any deviations in this regard.
Date:
Authorized Signatory
Name:
Designation:
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 130 of 157
Financial Bid Format
{to be submitted by the bidder only in BoQ format (.XLS) available at e-Procurement portal}
A) CAPEX
A1) Part-I CAPEX: Rajasthan State Data Centre, Jaipur
S.No. Item No. and Description
Item No. Ref. As per Tech. Specs
Make & Model
Unit
Total Qty
Base Unit Cost in INR (incl. all
incidental charges and all Taxes but
excl. Raj. VAT)
Total Cost in INR
VAT in %
VAT
Amount
Total Cost in INR
A B C=AxB D E F=C+E
1.
Web Server/ Application Server (Inclusive of Operating System)
Nos.
2 The rates shall be filled up separately in given format on
e-procurement portal
with financial bid. 2.
Database Server (Inclusive of Operating System)
Nos.
2
3. Staging Server (Inclusive of Operating System)
1
4.
DNS/ Backup Server (Inclusive of Operating System)
1
5. SAN Storage Nos. 1
6. Blade Chassis No 1
Total A1 Part-I (In Figures) – Rs
Total A1 Part-I (In Words) – Rupees
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 131 of 157
A1) Part-II CAPEX: Rajasthan State Data Centre, Jaipur
S.No. Item No. and Description Item No.
Ref. As
per
Tech.
Specs
Make &
Model
Unit Total Qty Base Unit Cost
in INR (incl. all
incidental
charges and all
Taxes but excl.
Raj. VAT)
Total
Cost in
INR
VAT in
%
VAT
Amount
Total Cost
in INR
A B C=AxB D E F=C+E
1
COTS – modules (user
base licenses as per RFP
)
User
License
No
50 Internal
Users, 5 BI
Users,
2300
External
Users,
150
Employee
Self
Service
The rates shall be filled up separately in given format on
e-procurement portal
with financial bid.
2
System Software tools
/COTS – Portal
Development tool
User
License
No.
3
Document Repository
management tool
User
License
No.
4
Workflow Configuration &
Management tool (if any)
User
License
No.
5
Database Software
Inclusive of database tools
requires for database
security, hi availability
cluster, reporting etc.
based on Proc or user (As
applicable)
User
License
No
As per
Proc
6
Antivirus
HIPS for the proposed
Web Server, Application
Server and Database
Server.
User
License
No.
As per
Stack
6 Any other tools proposed
by bidder
Total A1 Part-II (In Figures) – Rs
Total A1 Part –II (In Words) – Rupees
A2) CAPEX: Hardware Items- Ajmer Milk Union, Ajmer
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 132 of 157
S.No. Item No. and Description
Item No. Ref. As
per Tech. Specs
Make & Model
Unit Total Qty
Base Unit Cost in INR (incl. all
incidental charges and all Taxes but
excl. Raj. VAT)
Total Cost in INR
VAT in %
VAT
Amount
Total Cost in INR
A B C=AxB D E F=C+E
1 Desktop Computer (Incl. OS + AV + MS Office Std. edition)
Item No 1 Nos. 25
The rates shall be filled up separately in given format on
e-procurement portal
with financial bid.
2 Printer Laser Jet (B/W Duplex)
Item No 2 Nos 20
3 MFD Printer (B/W) A4 Size
Item No 3 Nos. 5
4 L 2 Switch - 48 Port Item No 4 Nos. 3
5 UPS 1 KVA Item No 5 Nos. 28
6
Network
Passive Work (I/O + CAT 6 UTP +Conduit+ Laying Charges)
Item No 6
Nos 80 Points
7 Access Point Item No 7 Nos 4
Total A2 (In Figures) – Rs
Total A2 (In Words) – Rupees
A3) CAPEX: Ajmer Milk Union, Ajmer, ERP Software Application Customization, Configuration and Implementation including handholding support of 2 months Cost
S.N Module Name Cost for Module
(Study, Customization, Configuration, integration
and Implementation including handholding support of 2 months )
Service Tax
%
Service Tax
(INR)
Total
Cost
E=C+D
1. Procurement &Processing
Procurement
Production Planning & Processing of Milk and Milk products
Plant Maintenance and Quality
The rates shall be filled up separately in given format on
e-procurement portal with financial bid.
2. Financial Accounting
o Budget Planning and Allocation
o Project Accounting
o Book keeping & accounting
3. Sales and Distribution, Logistics
4. GPS enabled vehicle monitoring system
5. Personnel and Payroll Module
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 133 of 157
S.N Module Name Cost for Module
(Study, Customization, Configuration, integration
and Implementation including handholding support of 2 months )
Service Tax
%
Service Tax
(INR)
Total
Cost
E=C+D
6. Stores and purchase management system
Total A3 (In Figures) – Rs
Total Figure in word
Note:-
1. The cost quoted by the bidder for customisation, configuration, integration with other modules and implementation shall be irrespective
of no of users.
2. The Purchaser may opt for agile methodology for development of core application, wherein a phase wise plan will be provided to the SI
for development and implementation of modules.
3. The bidder shall quote module wise customisation, configuration and integration with other modules, cost inclusive of supply of all third party tools used by bidder to run application.
A4) CAPEX: Miscellaneous One-Time Activities
Phase Item Description MU Unit Total Qty
Base Unit
Cost in INR
Amount for Module
(INR)
Service Tax
%
Service Tax
(INR)
Total Amount
A B C=AXB D E=C+D
1 Man month rate to
undertake work related
to Data Digitization (data
entry, data migration,
scanning and data
indexing)
Man Month No 60
The rates shall be filled up separately in given format on
e-procurement portal
with financial bid. 2 Initial Training to all
Officer s/ Emp. as per
SoW
Training
session
No 13
Total A4 (In Figures) – Rs.
Total A4 (In Words) – Rupees
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 134 of 157
B) OPEX
B1) Manpower deployment for FMS Support for 4 Years
Sl.No. Item Description No. of Offices/
Locations
Per Unit OPEX Cost
in INR
(for project period)
Total Cost
In INR
Service Tax %
Service Tax In INR
Total OPEX Cost in INR
A B C=AXB D E=C+D
1.
NOC at Ajmer Milk Union, Ajmer
(Deployment of Manpower at NOC for
project period i.e Implentation + FMS 4
yrs)
1 The rates shall be filled up separately in given format on
e-procurement portal
with financial bid.
Total B1 (In Figures) – Rs.
Total B1 (In Words) – Rupees
B2) OEM support For period of 4 Years
Sl.No. Item Description Cost of ATS in %
Per year
Per Year OPEX Cost
in INR
Total Cost
In INR
(for 4 Years)
Service Tax %
Service Tax In INR
Total OPEX Cost in INR
1
OEM Support for 4 years for COTS
Solution (Comprehensive Support over
phone & Online)
The rates shall be filled up separately in given format on
e-procurement portal
with financial bid.
2
OEM Support for 4 years for Database
Solution (Comprehensive Support over
phone & Online)
3
OEM Support for 4 years, the bidder
should bundle the cost of all system
software /Third Party tools and Solutions
like Portal, DMS, Workflow and any
other tool being used by bidder to run
the Application (Comprehensive Support
over phone & Online)
4
Antivirus – 4 years subscription for
Server and client edition
Total B2 for 4 Years (In Figures) – Rs.
Total B2 for 4 Years (In Words) – Rupees
Note:-
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 135 of 157
1. The bidder should quote ATS for the number of total users (50 Users), however for payment purpose unitary price shall be applicable
and payment shall be made on the basis of actual number of system user only
2. ** - The percentage cost of ATS after the expiry of support period of 4 years will be taken on the account for L1 evaluation.
B3) Portal & Application Support for period of 4 Years
Sl.No. Item Description Cost Per year Total Cost
of 4 years In INR
Service Tax % Service Tax In INR
Total OPEX Cost in INR
1.
Saras Management System (SMS)
Application S/w Maintenance
The rates shall be filled up separately in given format on e-procurement portal with financial bid.
Total B1 for 4 Years (In Figures) – Rs.
Total B1 for 4 Years (In Words) – Rupees
C) Man-Month Rate for Application Change Requests
Phase Item Description Type of Unit
Unit Total Qty
Base Unit
Cost in INR
Amount for Module
(INR)
Service Tax
%
Service Tax
(INR)
Total Amount
A B C=AXB D E=C+D
1 Man-Month Rate for
undertaking change
request work with an
effort estimate of 30
man-months
Man Month No 30 The rates shall be filled up separately in given format on e-procurement portal
with financial bid.
Total C (In Figures) – Rs.
Total C (In Words) – Rupees
D) COMMERCIAL BID SUMMARY – TOTAL CAPEX and TOTAL OPEX
D1) TOTAL CAPEX
Sl.No. Item No. and Description CAPEX Cost in INR
1. Total Cost of A1 (Part-I & Part-II)
The rates shall be filled up separately in given format on
e-procurement portal
with financial bid.
2. Total Cost of A2
3. Total Cost of A3
4. Total Cost of A4
Total D1 (In Figures) – Rs.
Total D1 (In Words) – Rupees
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 136 of 157
D2) TOTAL OPEX
Sl.No. Item No. and Description Total OPEX Cost in INR
1. Total Cost of B1 The rates shall be filled up separately in given format on
e-procurement portal
with financial bid.
2. Total Cost of B2
3. Total Cost of B3
Total D2 (In Figures) – Rs.
Total D2 (In Words) – Rupees
E) COMMERCIAL BID SUMMARY – TOTAL PROJECT COST
Sl.No. Item No. and Description Total Cost in INR
1. Total CAPEX (D1) The rates shall be filled up
separately in given format on e-procurement portal
with financial bid.
2. Total OPEX (D2)
3. Man-Month Rate for undertaking change request work with an effort
estimate of 30 man-months (C)
Total E (In Figures) – Rs.
Total E (In Words) – Rupees
Date: ________________
Place: ________________
Authorized Signatory: ___________________________
Seal of the Company/Firm: ______________________
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 137 of 157
ANNEXURE-12: BANK GUARANTEE FORMAT {to be submitted by the bidder‟s bank}
BANK GUARANTEE FORMAT – BID SECURITY
(To be stamped in accordance with Stamp Act and to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur and payable at par at Jaipur, Rajasthan)
To,
The Managing Director,
Rajasthan Co-operative Dairy Federation Limited, (RCDF),
Saras Sankul, JLN Marg, Jaipur-302017, Rajasthan
Sir,
1. In accordance with your Notice Inviting Bid for <please specify the project title> vide NIB
reference no. <please specify> M/s. …………………………….. (Name & full address of the
firm) (Hereinafter called the “Bidder”) hereby submits the Bank Guarantee to participate in the
said procurement/ bidding process as mentioned in the bidding document.
It is a condition in the bidding documents that the Bidder has to deposit Bid Security
amounting to <Rs. ______________ (Rupees <in words>)> in respect to the NIB Ref. No.
_______________ dated _________ issued byRajasthan Co-operative Dairy Federation
Limited, (RCDF), Saras Sankul, JLN Marg, Jaipur-302017, Rajasthan (hereinafter referred to
as “RCDF”) by a Bank Guarantee from a Nationalised Bank/ Scheduled Commercial Bank
having its branch at Jaipur irrevocable and operative till the bid validity date (i.e. <please
specify> days from the date of submission of bid). It may be extended if required in
concurrence with the bid validity.
And whereas the Bidder desires to furnish a Bank Guarantee for a sum of <Rs.
______________ (Rupees <in words>)> to the RCDF as earnest money deposit.
2. Now, therefore, we the ……………………………….…… (Bank), a body corporate constituted
under the Banking Companies (Acquisition and Transfer of Undertaking) Act. 1969 (delete, if
not applicable) and branch Office at…………………... (Hereinafter referred to as the
Guarantor) do hereby undertake and agree to pay forthwith on demand in writing by the
RCDF of the said guaranteed amount without any demur, reservation or recourse.
3. We, the aforesaid bank, further agree that the RCDF shall be the sole judge of and as to
whether the Bidder has committed any breach or breaches of any of the terms costs, charges
and expenses caused to or suffered by or that may be caused to or suffered by the RCDF on
account thereof to the extent of the Earnest Money required to be deposited by the Bidder in
respect of the said bidding document and the decision of the RCDF that the Bidder has
committed such breach or breaches and as to the amount or amounts of loss, damage, costs,
charges and expenses caused to or suffered by or that may be caused to or suffered by the
RCDF shall be final and binding on us.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 138 of 157
4. We, the said Bank further agree that the Guarantee herein contained shall remain in full force
and effect until it is released by the RCDF and it is further declared that it shall not be
necessary for the RCDF to proceed against the Bidder before proceeding against the Bank
and the Guarantee herein contained shall be invoked against the Bank, notwithstanding any
security which the RCDF may have obtained or shall be obtained from the Bidder at any time
when proceedings are taken against the Bank for whatever amount that may be outstanding
or unrealized under the Guarantee.
5. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex,
fax, registered post or other electronic media to our address, as aforesaid and if sent by post,
it shall be deemed to have been given to us after the expiry of 48 hours when the same has
been posted.
6. If it is necessary to extend this guarantee on account of any reason whatsoever, we undertake
to extend the period of this guarantee on the request of our constituent under intimation to
you.
7. The right of the RCDF to recover the said amount of <Rs. ______________ (Rupees <in
words>)> from us in manner aforesaid will not be precluded/ affected, even if, disputes have
been raised by the said M/s. ……….………………(Bidder) and/ or dispute or disputes are
pending before any court, authority, officer, tribunal, arbitrator(s) etc..
8. Notwithstanding anything stated above, our liability under this guarantee shall be restricted to
<Rs. ______________ (Rupees <in words>)> and our guarantee shall remain in force till bid
validity period i.e. <please specify> days from the last date of bid submission and unless a
demand or claim under the guarantee is made on us in writing within three months after the
Bid validity date, all your rights under the guarantee shall be forfeited and we shall be relieved
and discharged from all liability thereunder.
9. This guarantee shall be governed by and construed in accordance with the Indian Laws and
we hereby submit to the exclusive jurisdiction of courts of Justice in India for the purpose of
any suit or action or other proceedings arising out of this guarantee or the subject matter
hereof brought by you may not be enforced in or by such count.
10. We hereby confirm that we have the power/s to issue this Guarantee in your favor under the
Memorandum and Articles of Association/ Constitution of our bank and the undersigned is/are
the recipient of authority by express delegation of power/s and has/have full power/s to
execute this guarantee under the Power of Attorney issued by the bank in your favour.
Date ………………… (Signature) ……………………………………….
Place ………………… (Printed Name) ………………………………….
(Designation) ……………………………………
(Bank‟s common seal) ………………………….
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 139 of 157
In presence of:
WTTNESS (with full name, designation, address & official seal, if any)
(1) ………………………………………
………………………………………
(2) ………………………………………
………………………………………
Bank Details
Name & address of Bank:
Name of contact person of Bank:
Contact telephone number:
GUIDELINES FOR SUBMISSION OF BANK GUARANTEE
The Bank Guarantee shall fulfil the following conditions in the absence of which they cannot be
considered valid: -
1. Bank Guarantee shall be executed on non- judicial stamp paper of applicable value
purchased in the name of the bank.
2. Two persons should sign as witnesses mentioning their full name, designation, address and
office seal (if any).
3. The Executor (Bank Authorities) may mention the power of attorney No. and date of execution
in his/ her favour authorizing him/ her to sign the document. The Power of Attorney to be
witnessed by two persons mentioning their full name and address.
4. The Bank Guarantee should be executed by a Nationalised Bank/ Scheduled Commercial
Bank only.
5. Non – Judicial stamp paper shall be used within 6 months from the date of Purchase of the
same. Bank Guarantee executed on the non-judicial stamp paper after 6 (six) months of the
purchase of such stamp paper shall be treated as non-valid.
6. The contents of Bank Guarantee shall be strictly as per format prescribed by RCDF
7. Each page of Bank Guarantee shall bear signature and seal of the Bank and B.G. number.
8. All corrections, deletions etc. in the Bank Guarantee should be authenticated by signature of
Bank Officials signing the Bank Guarantee.
9. Bank should separately send through registered post/courier a certified copy of Bank
Guarantee, mentioning Bid reference, Bid title and bidder name, directly to the Purchaser at
the following address:
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 140 of 157
BANK GUARANTEE FORMAT – PERFORMANCE SECURITY (PBG)
(To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from Rajasthan State only and to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur and payable at par at Jaipur, Rajasthan)
To,
The Managing Director,
Rajasthan Co-operative Dairy Federation Ltd.
Saras Sankul, JLN Marg, Jaipur-302017.
1. In consideration of the Rajasthan Co-operative Dairy Federation Limited (hereinafter called
"RCDF") having agreed to exempt M/s ..........................(hereinafter called "the said
Contractor(s)" from the demand, under the terms and conditions of an Agreement
No..................................dated .....................made between the RCDF through
…………………… and .......................(Contractor) for the work .................(hereinafter called
"the said Agreement") of Security Deposit for the due fulfilment by the said Contractor (s) of
the terms and conditions contained in the said Agreement, on production of a Bank Guarantee
for Rs...................(rupees ........................................only), we ...................(indicate the name of
the Bank), (hereinafter referred to as "the Bank") at the request of ..................Contractor(s) do
hereby undertake to pay to the RCDF an amount not exceeding
Rs...................(Rupees..................................only) on demand.
2. We................. (Indicate the name of Bank), do hereby undertake to pay Rs....................
(Rupees............................only), the amounts due and payable under this guarantee without
any demur or delay, merely on a demand from the RCDF. Any such demand made on the
bank by the RCDF shall be conclusive as regards the amount due and payable by the Bank
under this guarantee. The Bank Guarantee shall be completely at the disposal of the RCDF
and We....................... (Indicate the name of Bank), bound ourselves with all directions given
by RCDF regarding this Bank Guarantee. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs...................... (Rupees....................only).
3. We.......................(indicate the name of Bank), undertake to pay to the RCDF any money so
demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or
proceeding pending before any Court or Tribunal or Arbitrator etc. relating thereto, our liability
under these presents being absolute, unequivocal and unconditional.
4. We.....................(indicate the name of Bank) further agree that the performance guarantee
herein contained shall remain in full force and effective up to <DATE> and that it shall continue
to be enforceable for above specified period till all the dues of RCDF under or by virtue of the
said Agreement have been fully paid and its claims satisfied or discharged or till the RCDF
certifies that the terms and conditions of the said Agreement have been fully and properly
carried out by the said Contractor(s) and accordingly discharges this guarantee.
5. We ...........................(indicate the name of Bank) further agree with the RCDF that the RCDF
shall have the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said Agreement or to
extend time of performance by the said Contractor(s) from time to time or to postpone for any
time or from time to time any of the powers exercisable by the RCDF against the said
Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said
Agreement and we shall not be relieved from our liability by reason of any such variation, or
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 141 of 157
extension being granted to the said Contractor(s) or for any forbearance, act or omission on
the part of the RCDF or any indulgence by the RCDF to the said Contractor(s) or by any such
matter or thing whatsoever which would but for this provision, have effect of so relieving us.
6. The liability of us ............................. (indicate the name of Bank), under this guarantee will not
be discharged due to the change in the constitution of the Bank or the contractor(s).
7. We .............................. (indicate the name of Bank), lastly undertake not to revoke this
guarantee except with the previous consent of the RCDF in writing.
8. This performance Guarantee shall remain valid and in full effect, until it is decided to be
discharged by the RCDF. Notwithstanding anything mentioned above, our liability against this
guarantee is restricted to Rs........................... (Rupees..............................only).
9. It shall not be necessary for the RCDF to proceed against the contractor before proceeding
against the Bank and the guarantee herein contained shall be enforceable against the Bank
notwithstanding any security which the RCDF may have obtained or obtain from the
contractor.
10. We .............................. (indicate the name of Bank) verify that we have a branch at Jaipur. We
undertake that this Bank Guarantee shall be payable at any of its branch at Jaipur. If the last
day of expiry of Bank Guarantee happens to be a holiday of the Bank, the Bank Guarantee
shall expire on the close of the next working day.
11. We hereby confirm that we have the power(s) to issue this guarantee in your favor under the
memorandum and articles of Association/constitution of our bank and the undersigned is/are
the recipient of authority by express delegation of power(s) and has/have full power(s) to
execute this guarantee for the power of attorney issued by the bank.
Dated..........................day of....................For and on behalf of the <Bank> (indicate the Bank)
Signature
(Name & Designation)
Bank's Seal
The above performance Guarantee is accepted by the RCDF
For and on behalf of the RCDF
Signature
(Name & Designation)
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 142 of 157
ANNEXURE-13: DRAFT AGREEMENT FORMAT {to be mutually signed by selected bidder and
procuring entity}
This Contract is made and entered into on this ______day of ________, 2013 by and between
Rajasthan Co-operative Dairy Federation Limited, (RCDF), having its head office at Saras Sankul,
JLN Marg, Jaipur-302017, Rajasthan (herein after referred to as Purchaser/ RCDF) which term or
expression, unless excluded by or repugnant to the subject or context, shall include his
successors in office and assignees on ONE PART
And
M/s__________________, a company registered under the Indian Companies Act, 1956 with its
registered office at _____________________ (herein after referred as the “Successful Bidder/
Supplier”) which term or expression, unless excluded by or repugnant to the subject or context,
shall include his successors in office and assignees on the OTHER PART.
Whereas,
Purchaser is desirous of appointing an agency for <project title> as per the Scope of Work and
Terms and Conditions as set forth in the RFP document dated _________ of <NIB No
_________________>.
And whereas
M/s______________ represents that it has the necessary experience for carrying out the overall
work as referred to herein and has submitted a bid and subsequent clarifications for providing the
required services against said NIB and RFP document issued in this regard, in accordance with
the terms and conditions set forth herein and any other reasonable requirements of the Purchaser
from time to time.
And whereas
Purchaser has accepted the bid of supplier and has placed the Work Order vide Letter No.
__________________ dated _______, on which supplier has given their acceptance vide their
Letter No._____________ dated ____________.
And whereas
The supplier has deposited a sum of Rs. ________________/- (Rupees _________________) in
the form of __________________ ref no. _________________ dated ______________ of
____________ Bank and valid up to _____________ as security deposit for the due performance
of the contract.
Now it is hereby agreed to by and between both the parties as under: -
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 143 of 157
1. The NIB Ref. No. ____________________________ dated ___________ and RFP document
dated _________ issued by RCDF along with its enclosures/ annexure(s), wherever
applicable, are deemed to be taken as part of this contract and are binding on both the parties
executing this contract.
2. In consideration of the payment to be made by RCDF to supplier at the rates set forth in the
work order no. ____________________ dated _________ will duly supply the said articles set
forth in “Annexure-1: Bill of Material” thereof and provide related services in the manner set
forth in the RFP, along with its enclosures/ annexure(s) and Technical Bid along with
subsequent clarifications submitted by supplier.
3. The RCDF do hereby agree that if supplier shall duly supply the said articles and provide
related services in the manner aforesaid observe and keep the said terms and conditions of
the RFP and Contract, the RCDF will pay or cause to be paid to supplier, at the time and the
manner set forth in the said conditions of the RFP, the amount payable for each and every
project milestone & deliverable. The mode of Payment will be as specified in the RFP
document.
4. The timelines for the prescribed Scope of Work, requirement of services and deployment of
technical resources shall be effected from the date of work order i.e. ____________ and
completed by supplier within the period as specified in the RFP document.
5. In case of extension in the delivery and/ or installation period/ completion period with liquidated
damages, the recovery shall be made on the basis of following percentages of value of stores/
works which supplier has failed to supply/ install/ complete: -
a) Delay up to one fourth period of the prescribed delivery period, successful
installation & completion of work 2.5%
b) Delay exceeding one fourth but not exceeding half of the prescribed
delivery period, successful installation & completion of work. 5.0%
c) Delay exceeding half but not exceeding three fourth of the prescribed
delivery period, successful installation & completion of work. 7.5%
d) Delay exceeding three fourth of the prescribed delivery period, successful
installation & completion of work. 10.0%
Note:
i. Fraction of a day in reckoning period of delay in supplies/ maintenance services shall be
eliminated if it is less than half a day.
ii. The maximum amount of agreed liquidated damages shall be 10%.
iii. If supplier requires an extension of time in completion of contractual supply on account of
occurrence of any hindrances, he shall apply in writing to the authority which had placed
the work order, for the same immediately on occurrence of the hindrance but not after the
stipulated date of completion of supply.
iv. Delivery period may be extended with or without liquidated damages if the delay in the
supply of goods in on account of hindrances beyond the control of supplier.
6. All disputes arising out of this agreement and all questions relating to the interpretation of this
agreement shall be decided as per the procedure mentioned in the RFP document.
In witness whereof the parties have caused this contract to be executed by their Authorized
Signatories on this _____day of _______________, 2013.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 144 of 157
Signed By: Signed By:
( )
Designation:,
Company:
(___________________)
Managing Director, RCDF
In the presence of:
In the presence of:
( )
Designation:
Company:
( )
Designation:
RCDF
( )
Designation:
Company:
( )
Designation:
RCDF
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 145 of 157
ANNEXURE-14: FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR Technical-QUALIFICATION EXPERIENCE
Project Name: Value of Contract/Work Order (In INR):
Country:
Location within country:
Project Duration:
Name of Customer: Total No. of staff-months of the assignment:
Contact person with address, phone, fax
and e-mail:
Approx. value of the services provided by your
company under the contract (in INR):
Start date (month/year):
Completion date (month/year):
Name of associated Bidders, if any:
Narrative description of Project:
List of Services provided by your firm/company
Please attach a copy of the work order/ completion certificate/ purchase order/ letter from the customer for
each project reference.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 146 of 157
ANNEXURE-15: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012
Appeal No ………of ……………
Before the ………………………… (First/ Second Appellate Authority)
1. Particulars of appellant:
a. Name of the appellant: <please specify>
b. Official address, if any: <please specify>
c. Residential address: <please specify>
2. Name and address of the respondent(s):
a. <please specify>
b. <please specify>
c. <please specify>
3. Number and date of the order appealed against and name and designation of the officer/
authority who passed the order (enclose copy), or a statement of a decision, action or
omission of the procuring entity in contravention to the provisions of the Act by which the
appellant is aggrieved: <please specify>
4. If the Appellant proposes to be represented by a representative, the name and postal address
of the representative: <please specify>
5. Number of affidavits and documents enclosed with the appeal: <please specify>
6. Grounds of appeal (supported by an affidavit): <please specify>
7. Prayer: <please specify>
Place …………………………………….
Date ……………………………………
Appellant's Signature
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 147 of 157
ANNEXURE-16: Service Level Agreement (SLA)
a) The Service Level Standards would come into effect from the date of Go-Live and upto the
successful completion of the O&M with FMS period for 4 year.
b) The SI shall provide the following service level reports during the FMS period of 4 year:
a. Report on non-availability of SMS S/w application: Examples of non-functional / non-
accessible / non-available / non-responsive application software -
1. Scalability: The quality of being able to handle scalable data (volume of the data),
2. Throughput: Is the correct output getting generated as per the input (correctness of
the data with respect to input),
3. Response time: Time taken by the application to perform the particular task. This
term is referred in the benchmarking of an application e.g. the report should be
generated and displayed within 3 seconds etc.
b. Report related to Bug fixing, database management, minor changes of the application
software and handholding support, as may be approved by the RCDF.
c. Report related to availability of resources deployed onsite during O&M with FMS
Phase, as may be approved by the RCDF.
c) The SI shall be responsible for the following service levels failing which penalties shall be
imposed as mentioned against each service level:
S.
No.
Service
Description
Measurement
Parameter
Service
Level
Penalty Remarks
1 The IT
Infrastructure
shall be kept
up and running
Repair Time for IT
Infrastructure
deployed at Ajmer
Milk Plant
Within next 2
working day
1% of the
equipment cost per
delayed day per
equipment
Penalty shall
not be more
than the total
cost of the
equipment
2 Availability /
Accessibility of
SMS S/w
application
Number of hours the
web portal & SMS
S/w application is
non-functional / non-
0 - 4 hours No penalty Non-functional /
non-accessible /
non-available /
non-responsive for
4 - 8 hours 0.25% on payable
quarterly payment
of the value
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 148 of 157
S.
No.
Service
Description
Measurement
Parameter
Service
Level
Penalty Remarks
accessible / non-
available / non-
responsive in each
case of outage
mentioned in table
B3 of financial bid
beyond 24 hours
for 2 times in a
quarter may be
treated as breach
of SLA, which may
lead to termination
on default.
8 - 12 hours 0.50% of the value
mentioned in table
B3 of financial bid
payable quarterly
with additional
0.50% per
additional hour
12 - 24 hours 5% of the value
mentioned in table
B3 of financial bid
payable quarterly
with additional
0.75% per
additional hour
Beyond 24
hours
If the problem is not
resolved beyond 24
hours a penalty of
7.5% of the value
mentioned in table
B3 of financial bid
payable quarterly
with additional
0.75% per
additional day
3 SI shall be
responsible for
bug fixing,
database
management,
minor changes
of the web
portal and
Delay in resolution
measured in number
of days
Nil Rs. 500/- per day Non-timely
resolution for more
than twice in a
quarter may be
treated as breach
of SLA, which may
lead to termination
on default.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 149 of 157
S.
No.
Service
Description
Measurement
Parameter
Service
Level
Penalty Remarks
application
software.
4 The technical
resource
should be
present on all
working days
of the Ajmer
milk union. He
will be allowed
3 leaves
including
leaves on
medical
ground per
quarter, which
may be
accumulated
on a yearly
basis after
which it shall
lapse if un
availed.
No. of days absent
beyond allowed
leaves, to be
calculated quarterly
Nil Rs. 800/- per day
for technical
resource
d) Dependencies: The dependencies on the performance of services beyond the control of
either party and where default is due to reasons beyond the control of the selected bidder
or due to reasons attributable to RISL or third parties, the selected bidder would not be
penalized. For example, if uptime of a particular equipment / application is desired and this
is due to non-availability of power, bandwidth (which are out of scope of work of the
selected bidder), then the time period during which a service was unavailable due to non-
availability of power, bandwidth would be removed while calculating the uptime.
e) Service Level Change Control: The present service levels and penalties have been worked
out on the basis of current expectation. In view of the experience gained, it is
acknowledged that service levels and penalties may change as the overall system evolves
over the course of the contract period.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 150 of 157
Any changes to the levels of service provided during the contract period will be requested,
documented and negotiated in good faith by both parties. Either party can request a
change.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 151 of 157
ANNEXURE-17: Evaluation Criteria
S.No Technical Evaluation Parameter Max. Marks Percentage of total
1 Relevant Experience (Maximum of 3 WO) 480 60% of Total
Prior experience of Bidder with Dairy plant/union in India. The work order date should be less than 5 years old as per the date of NIT and of the following organizations (Govt, PSU, Co-operative Pvt.Ltd., Ltd.) based on the following factors:
a) Nature of Work (Max 192 Marks)
b) Capacity of Dairy (Max 144 Marks)
c) Users (Max 144 Marks)
Note: The maximum numbers of work orders are 3 which can be listed for the TQ. One work order can be used in other parameters of relevant experience i.e. Nature of work, Locations, Number of users and Number of Dwelling units.
a. Nature of Work per work order 40% of 60%
Milk Procurement & Processing, Production and Distribution 64
Financial and Accounting in Dairy 44.8
Other Modules in Dairy 19.2
No credential 0
b. Capacity of Dairy per work order 30% of 60%
Less than 50000 ltr 14.4
50000-150000 ltr 28.8
150000-500000 38.4
500001 and above 48 30% of 60%
c. Number of Users per work order
1 – 10 0
11 – 50 14.4
51 – 100 24
101 and above 48
2 Compliance to FRS 120 15% of Total
COTS OEM compliance to the Functional Requirement Specifications annexed with the RFP document.
120
Less than 50% Compliance 0
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 152 of 157
50% - 59%Compliance 30
60% - 69% Compliance 50
70% - 84% Compliance 90
85% and above 120
3 Technical Presentation & Demonstration 200 25% of Total
Methodology and Approach towards proposed Technical Solution
20
Clarity/Understanding on FRS cum Scope of Work, specifically on Following Modules a. Milk Procurement, Processing & Production b. Sales & distribution, Logistic Management c. Plant Maintenance , Quality
60
Strategy of Development/Customization and Implementation
30
Strength/Experience of proposed Manpower 15
Quality of Presentation 20
Participation from relevant personnel and senior management in the presentation
15
Demonstration Scenario (The committee can ask questions on the modules under the scope/ implemented solutions)
40
Total Marks 800
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 153 of 157
ANNEXURE-18: STRCUTURE OF TECHNICAL PROPOSAL
The bidder should submit the technical proposal in the following format:
1. Section 1: Pre-qualification response
The bidder should submit the pre-qualification response here as per the format given at
Annexure – 3 including all the supporting documentation requirements as specified therein.
2. Section 2: Executive Summary
This section should be a succinct statement and executive summary by the bidder highlighting the
key aspects of technical proposal.
3. Section 3: Bidder Profile
The bidder should provide a brief profile of the bidder organization covering details of the
operations, business, offices, and workforce. The profile should not be more than 5 pages.
4. Section 4: Organizational capabilities and experience
4.1. Project Experience:
The bidder should provide each project experiences as per the format given at Annexure- 14 with
supporting documentary evidence as specified therein as per the requirements of RFP.
4.2. Financial Turnover:
Please provide a summary as per the following table (The figures indicated here should match
with the documentary evidences submitted in section 1 – prequalification response
2010-11 2011-12 2012-13
Total Turnover (in Crores)
Turnover from IT/Software/ System Integration services
Net Profit (after tax)
4.3. Size of workforce:
Please provide details of numbers of permanent on the rolls employees in IT/System
Integration/Employees. The details should match the documentary evidence submitted in Section
1 – pre-qualification response.
4.4. Quality certifications:
Please provide details related to quality certifications matching the documentary evidences as
given in the pre-qualification response.
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 154 of 157
5. Section 5: Proposed IT solution
This section should present bidders‟ proposed solution meeting technical and functional
requirements outlined in this RFP document. Bidders are required to present sound, complete,
and competent technical and functional architecture solution and are expected to address the
various technical / functional parameters mentioned in this RFP document in their proposed
solution. The section should also include the Bill of Materials (BOM) for all the software and
hardware components, products and tools that are proposed for the application development,
testing, deployment and maintenance. The solution description should minimally include the
following:
a) Bidder‟s understanding of the requirements as stated in the RFP. Compliance to all the
functional requirements as specified in the RFP. Bidder should also indicate as to how the
solution would meet generic requirements of the Ajmer Milk Union, Ajmer.
b) Detailed Solution design: Should be presented in the following format
Solution Architecture
Deployment Architecture
Network Architecture
Security Architecture
Development approach, methodology and plan
Testing approach, methodology and plan
Project Governance and reporting structure
Training and Change management approach, methodology and plan including Training
schedule, content and handouts, trainer‟s profile, batch size and infrastructure plan
Data Digitisation approach, methodology and plan
Backup approach, methodology and plan
Details of Deliverables along with timelines
Sizing assumptions,
Provision for scalability
Data synchronization and integrity
Capability to add future services/departments/agencies.
Details of proposed BoM as per Annexure 1 (please provide information as per the format
provided).
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 155 of 157
Technical specifications of the proposed BOM as per Annexure 2 (Please provide
information in the format provided).
Details of COTS Solution Compliance to FRS : Should be presented in the following format
Module & FRS
No
Description Compliance Status
Available To be
customize
To be Built
Quality and Risk Management Plan
Strategy to adhere to proposed timelines
Post implementation operations and maintenance and FMS approach, methodology and
plan including warranty support, vendor management, facilities management support
Training and handholding approach, methodology and plan
SLA Management and Monitoring approach, methodology and plan
SLA reporting approach, methodology and plan
Exit Management approach, methodology and plan
Project status reporting approach, methodology and plan
Manufacturer‟s Authorization Form as per Annexure 10
Undertaking on Authenticity of Computer Equipments as per Annexure 11
Detailed Work plan and Staffing Plan
a. The Bidder shall provide a detailed project plan with timelines, resource allocation,
milestones etc. in Microsoft Project/Excel format for carrying out the scope of work
activities.
b. The project plan should clearly indicate the deliverables at each milestone in the
project and staffing deployment of all resources.
c. Work plan
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 156 of 157
ANNEXURE –19 List of proposed site
1. Ajmer Zila Dugdha Utpadak Sahakari Sangh (Ajmer Milk Union)
Opposite HMT Tabiji Road Ajmer
2. Ajmer Cattle feed Plant, Tabiji, Ajmer
RCDF: RFP for Implementation of ERP Software System at Ajmer Milk Union, Ajmer
Page 157 of 157
ANNEXURE –20 Functional Requirement Study (FRS)
Available at Part-II of tender document
(FRS is Indicative only. The Bidders are requested to make study their own)