central electronics limited (a public sector enterprise) tender (1).pdf · central electronics...
TRANSCRIPT
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
CENTRAL ELECTRONICS LIMITED
(A Public Sector Enterprise)
TENDER DOCUMENT
For the work
“Upgradation of ERP Microsoft Navision 2009 to 2018 or latest version
&
Annual Maintenance Support for 3 years”
Tender notice no. C-2(b)/WC/902/214A/2017 Date: - 16-12-2017 Assistant General Manager (Materials) Materials Management Division Central Electronics Limited, 4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148 Email: [email protected] Website: www.celindia.co.in
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
CENTRAL ELECTRONICS LIMITED (A Public Sector Enterprise)
4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIA Tel. No. 0091-120-2895145 Fax No. 0091-120-2895148
Email: [email protected] Website: www.celindia.co.in
Annexure – 1
TENDER NOTICE
Tender Notice no. C-2(b)/WC/902/214A/2017 Date:-16-12-2017
Central Electronics Limited invites sealed bids (Technical & Financial) for “Upgradation of ERP Microsoft Navision 2009
to 2018 or latest version &Annual Maintenance Support for 3 years” which will be valid for a minimum period of 90
days from the date of opening. Date:-05-01-2018
Scope of Work Upgradation of ERP Microsoft Navision 2009 to 2018 or latest version &
Annual Maintenance Support for 3 years
Earnest Money Deposit by bidders Rs. 2,00,000/- (Rupees Two Lakhs only)
Interested parties may view and download the tender document containing the detailed terms & conditions,
free of cost from the website http://www.celindia.co.in/ or www.eprocure.gov.in
Note: - Please see document control Sheet at Annexure -2.
For CENTRAL ELECTRONICS LIMITED Sd-
Assistant General Manager (Materials) Materials Management Division
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
Annexure – 2
Document Control Sheet
Tender Reference No. C-2(b)/WC/902/214A/2017
Name of Organization Central Electronics Limited
Tender
Type(Open/Limited/EOI/Auction/Single)
OPEN
Type/Form of Contract (Work/Supply/
Auction/Service/Buy/Empanelment/Sell)
Services
Payment Mode (Online/Offline) Offline
Date of Issue/Publishing 16.12.2017 (15:00 Hours)
Document Download/Sale Start Date 16.12.2017 (15:00 Hours)
Document Download/Sale End Date 05.01.2018 (15:00 Hours)
Bid submission Start Date 16.12.2017 (15:00 Hours)
Last Date and Time for Submission of Bids 05.01.2018 (15:00 Hours)
Date and Time of Opening of Bids 05.01.2018 (15:30 Hours)
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
Important Instructions
Annexure – 3
1. The following documents/ Annexure are part of tender document:
1 Tender Notice Annexure ‘1’
2 Document Control Sheet Annexure ‘2’
3 Important Instructions: - Annexure ‘3’
4 General Scope of Work Annexure ‘4’
5 Functional Requirements Annexure ‘5’
6 GeneralTerms & Conditions Annexure ‘6’
7 CommercialTerms & Conditions Annexure ‘7’
8 Technical Bid format Annexure ‘A’
9 Price Bid format Annexure ‘B’
10 Mandatory Information Document Annexure ‘C’
11 Details of Work Experience Certificate Annexure ‘D’
12 Performance Bank Guarantee Annexure ‘E’
13 Vendor data form Annexure ‘F’
14 Tender Acceptance Letter Annexure ‘G’
2. Quotation should be submitted in Two bid system.
3. Quotation should be submitted in sealed envelope. There will be 2 sealed covers/envelops in the quotation and
following are to be submitted in your quotation:
a) Cover – 1:
i. Performa for submission by tendered, Technical Bid as per Annexure ‘A’.
ii. Earnest Money Deposit demand draft for submission of EMD.
iii. Documents mentioned in eligibility criteria
iv. Tender acceptance letter as per Annexure ‘G’
v. Client list along with copy of letter of appointment as per Annexure ‘C’ & ‘D’
b) Cover – 2: This must contain only the Price Bid on Company’s letter head as per Price Bid format as
per Annexure ‘B’.
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
“Up gradation of ERP Microsoft Navision 2009 to 2018 or latest version & Annual
Maintenance Support for 3 years”
INTRODUCTION
Background
Central Electronics Ltd (CEL) a Public Sector Company under the administrative control of Department of
Scientific & Industrial Research was incorporated in 1974. It holds a unique role among the family of public sector
enterprises in electronics industry with emphasis to develop core competence in the areas of renewable energy
systems and high technology electronics equipments. Today CEL is pioneer and a leading manufacturer in the
country for Solar Photovoltaic, Railway signaling & safety Equipments and Strategic Electronics Components.
During the Financial Year 2016-17 company achieved turnover of Rs 292.00 crores and PBT of Rs. 21.00
crores.
Objective
The objective of this tender is to invite Sealed Bid for up gradation of ERP Microsoft Navision 2009 to 2018 or latest
version & Annual Maintenance Support with migration of Data from Microsoft Navision 2009 for our office in Sahibabad
and branches all over India. At present CEL is registered in GST in more than 20 states. All the transactions relating to
GST like purchase/sales etc will be managed by the system. System will also be able to adopt the International Financial
Reporting Standards IFRS in future (as and when required).
Eligibility criteria
The interested bidders should meet the following minimum qualifying criteria:
A. Work Experience:
Experience of having successfully completed three similar works costs notless than Rs.25 Lakhs in any of the last (03
years) ending previous day of lastdate of submission of tenders.
1. Additional Qualifying Criteria : Bidder should have completed the following in last 03 years
ending last day of the month previous to the one in which tenders are invited:
i. Minimum one (01) successful ERP Microsoft Navision 2016 implementation in CPSE
/Government Department/Company for minimum 50 users.
ii. Minimum 03 years of post-implementation experience of NAV ERP in CPSE/ Government
Department/Company for minimum 50 users. (Copy of Letter of Awards/ PO to be attached
along with certificate of successful completion.)
iii. The bidder should be a direct System Integrator/ Implementation Partner of Microsoft. The
bidder should submit an authorization letter from Microsoft to bid in this tender and to the
effect that Microsoft shall support the System Integrator/ Implementation Partner.
iv. The bidder should be a registered organization under the Company’s Act 1956/2013 with
minimum existing period of 03 years. – Attach Copy of Company registration certificate under
Company’s Act – 1956/2013.
v. An affidavit to the effect that the bidder has not been black listed by any Central Government
/ State Government / PSU / Any other Government Department/Company.
vi. The bidder should have their office in Delhi / NCR region. - Attach copy of certificate and
office address.
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
vii. Joint-venture / consortia of firms / companies shall not be allowed and the bidders should
meet the above criteria themselves.
B. Financial Strength
1. The Average annual financial turnover for last 03 years in software services shall be 10 crores. The
requisite Turn Over shall be duly certified by a Chartered Accountant with his Seal/ signatures and
registration number.
2. Net Worth of the company /firm as on 31st March of previous Financial Year, should be positive. The
bidders are required to submit page of summarised Balance Sheet (Audited) and also page of
summarised Profit & Loss Account (Audited) for last three years.
C. Technical Evaluation Criteria
Sl. Norms Basis of Marks Maximum
Marks
1. Company having experience of implementation of ERP Navision 2016 or higher version in PSU/Government Department/Company
For each PSU/Govt maximum marks is 4
each
For others 2 marks each
10
2. Bidder Should have an office in Delhi NCR. 05
3. Must be direct Microsoft Authorised Partner for MS Dynamics Navision. Vendor should have the capability & expertise to migrate & customize following Microsoft Dynamics product Payroll, EXIM(Export/Import), HRMS(Human Resource Management)
10
4. Experience of having successfully executed MS Navision for product bidded during last 3 years ending on 31.03.2017.
For each project maximum marks is 5
15
5. Turnover in last three years in Software Services
should be Rs. 10 crores or above. For first Rs.10 crores maximum marks is 5
and additional 1 mark for each additional Rs.2
crores turnover.
10
6. Demo of the software (date will be notified later)
NAV 2016 Demo (15 minutes)
Power BI (Business Intelligence) (15 minutes)
Payroll (15 minutes)
EXIM (15 minutes)
HRMS (15 minutes)
Partner Solution approach/ Road Map/ Business
Process Re-engineering (15 minutes)
Presentation and resolution of general
queries
10
10
10
5
5
10
Total 100
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
D. Tie of Marks
In case of tie, the following sequence shall be adopted for selection :
1. The company having more number of implementation of Microsoft Navision 2017 in Government/PSUs
2. The company having longer experience will be given preference based on the year of establishment.
E. Weightage
Vendor securing less than 60 marks in aggregate as per the above criteria will not be considered. Financial Bid
will be evaluated only for those vendors who are qualified as per eligibility criteria.
70% weightage would be given to the technical bid and 30% weightage would be given to the financial bid.
Technical score will be given as per the total marks obtained based on technical evaluation criteria. Proposal with
lowest cost will be given a financial score of 100 and other proposal will be given financial score which is inversely
proportional to their prices quoted.
For e.g. only two bids L1 & L2 are received.
L1’s Financial bid = Rs.30,000.00 and L2’s Financial bid = Rs. 3,50,00.00
Then, L1s Financial score is 100 and
L2s Financial score would be 100/35000*30000 = 85.71
The bidder securing the highest aggregate score after applying the respective weightage for technical and
financial parameters would be selected.
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
Annexure ‘4’
GENERAL SCOPE OF WORK
ERP packages cover all types of ERP packages / tools/ repository & code or any other types of required
licenses / database / engines / Payroll / EXIM etc. required during implementation up to the completion of
project shall be under the Scope of Work against this tender. The same will be the property of CEL after
successful handover.
The bidder’s scope of the work shall include but not limited to supply, installation, implementation including
customization and maintenance of ERP Microsoft Navision system at CEL. It will also include stabilization
period(Defect Liability Period) of 03 Months.
The bidder has to ensure the successful implementation of the MS Navision ERP System and the same shall be their sole responsibility. Any functionality not expressly stated in this tender but required to meet the requirement of the organization shallessentially be under the scope of the bidder and for that no extra amount shall be admissible
The bidder should clearly note that some functionalities may not come as an out of box solution from ERP
Navision system and the same may be required to be customized as per needs of the organization and the
same shall be provided by the Bidder at no extra cost to CEL. Accordingly, the bidders are advised in their
own interest to fully acquaint themselves and understand the requirements and expectations of CEL, whether
or not clearly expressed in this tender before submitting their tender.
The brief and indicative functional requirements and other functions at a broader level have been mentioned
in the tender. However, the successful bidder has to cover all the processes of CEL and its present and future
subsidiaries and Joint Ventures under the Scope of Work against this tender.
Installation Documents with each and every screenshots of installation process, Configuration and
Customization Documents, Training Materials, Technical Documentation and User Manuals, Operator‘s
Design Documents etc for all the applications delivered shall be made available in both soft and hard copy
and provision should also be made for an on line context sensitive help menu. The Configuration for each
module to be delivered along with user manuals.
The bidder shall provide all the implementation and maintenance services required for successful
implementation and uninterrupted operation of ERP Microsoft Navision System at CEL in conformity with this
tender and Applicable Laws, including but not limited to:
a. supply, install, implement, configure, test and commission Microsoft Navision Software on Servers,
identify, review, discuss with CEL and finalize business processes to be included in ERP Navision
System, design, develop, implement, test, trial run, commission, migrate data from legacy system, Go-
Live, Rollout, Stabilize, perform trial operation, commission, put the complete ERP Navision System
into successful operation and handover ERP Navision System to the CEL (“Implementation Services”);
b. preparing, discussing and finalizing various documents including Administration Manual, User
Manuals, Operation and Maintenance Manual, Standard Operation Procedure, Standard Maintenance
Procedure, etc for ERP Navision System and Database;
c. providing required reports documenting the operation and maintenance of the System, including but
not limited to the Daily Reports, Monthly Reports and Annual Report;
The only exclusion from the scope of work is supply of Hardware. Except for specified exclusion in this
Clause, all other services required to implement, administer, maintain & upgrade the ERP Navision
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
2017system as per standard of performance described are included in the scope of Services of bidder.
However further changes in hardware/requirement may be suggested by the bidder.
The bidder will implement and maintain the ERP Navision 2017 system in such a manner so as to minimize
operating cost and maximize the system availability.
The bidder’s scope of Services also includes all temporary work, ancillary work, enabling work etc including provision of tools & software required for performing Services
The bidder’s scope of Services shall also include all such services which may not have been specifically mentioned in this Contract or the Technical Specifications but whichmay be necessary for the successful fulfillment of Contractor's obligation under this Contract as per Good Software Design and Engineering Practices and such services shall be performed by the Contractor without any additional cost to the CEL.
The bidder shall ensure the Application Software is bug free and for this purpose, shall provide the support &
services: a) The vendor shall correct any faults and failures in the software and shall correct the software
immediately. b) The bidder shall ensure that faults and failures intimated by CEL as above are diagnosed and
repaired on priorities. c) All changes/modification generally adopted hereafter by the bidder for application
software system similar to that supplied as per the roadmap shall be made to the system at no cost to CEL.
The bidder must submit department/division wise all activities/processes of each and every functional
requirement as also mentioned in the tender clearly mentioning which activity will be covered under which
module.
If the bidder chooses to audit the existing ERP system of CEL then the cost of auditing should be mentioned
separately in the price bid.
OEM Support Commitment: OEM support commitment is required for entire contract period and extended
contract period (if any) without any extra cost to CEL. Bidder will submit the undertaking in the technical bid in
this regard.
The bidder shall ensure to depute experienced Consultants for ERP Navision each during Roadmap,
Realization, Final Preparation & Post Go Live phase on mutually agreed dates at CEL site for ensuring
smooth & proper implementation of the ERP system at CEL.
Training: Vendor will provide operational training of the software to concerned staff. An extensive functional
training of operations, administration etc.will be given to officials of IT Department of CEL.
ERP CUSTOMIZATION AND CONFIGURATION
CEL understands the need for adopting the process re-engineering and best practices as built into Microsoft Navision ERP system with as far as possible minimal custom developments. Hence CEL requests for provision of minimal custom developments as necessitated by statutory and / or industry specific business critical requirements as and where not supported by Navision ERP standard software. Such developments would, however, be in accordance to the allowed provisions in the software.
As far as possible, all the requirements mentioned in this document should be met by the core applications comprising the latest versions of the Navision ERP system, including functionalities such as business intelligence. However, customized solutions may be employed to support the desired functionalities- only after an explicit permission from CEL.
The development objects are as per Scope of Work - FRICE (Forms, Reports, Interfaces, Customization objects, Enhancement Workflows) required to address various requirements specified by the scope of this tender. However, it is recommended that the bidder has to work out the appropriate number of total ‘Development objects’ based on the business requirements. No extra charge will be entertained on this account.
The customization scope that is covered as part of the overall scope of work defined as follows:
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
a. Internal and Statutory Reports: Estimated customized reports for internal and statutory requirements
shall be carried out as part of the defined scope of work. However, Bidderto arrive at appropriate number of reports required to address various requirements specified by the scope of this tender.
b. Enhancement Development Scope: Critical / statutory business requirements, not supported by ERP
standard System, may require to be developed using programming language of Navision ERP
software. Enhancements, if any, may be carried out by using ERP recommended methods like User /
Field Exits. Precise nature of these requirements will need to be ascertained during the
implementation in the Blueprint stage.
c. Reports and Forms Development Scope: CEL will strive to adopt, as much as possible, from the
standard reports provided by ERP. Emphasis will also be made to adopt the standard reports as
provided from Business Information Warehouse. However, the use of custom developed reports
would ideally be limited to only the critical/statutory reporting requirements that are not well
addressed in the standard ERP System set.
d. Reports from Business Information Warehouse: CEL would like to utilise as much of the standard
reports possible to minimize the development effort. Keeping this in view, Bidder will be required to
activate all the standard provided models against the main functions under implementation.
Development of Custom Info cubes and reports from the BI apart from the standard content provided
by ERP.
e. Data Conversion and Data Extraction Scope: Data conversion is always a critical aspect of ERP
implementations in organizations operating legacy packages across functions and locations. The data
of the past years would have to be migrated to the ERP system including all open transactions and
key data sets deemed essential for a successful Go-live.Successful bidder is responsible for data
extraction. The cost of which is deemed to be included in the quoted cost.
f. Data Migration: The Bidder shall ensure that data migration is complete in all respects and the
activities are completed in time so that all the requirements of implementation are fulfilled.
Data migration including entry and validation of legacy data, and porting will be the responsibility of the
Bidder. The bidder needs to migrate complete legacy records available in electronic format. Data shall be
migrated from the current application and media to the new application prior to the ‘go-live’ of the respective
location.
The bidder needs to do the following on data migration from the existing legacy systems and/or data stored
otherwise but not limited to:
Design the data migration & acceptance methodology and plan
Risk Identification and Mitigation Plan for Data Migration
Mapping of the data
Identifying the data gaps
Perform data cleansing for incorrect/ incomplete data
Providing templates for data collection
Extraction and Loading of the data
Listing of errors during data migration
Corrections of the migrated data during Data Quality Assessment and Review
Final porting of the data into the ERP system
Testing and obtain sign off on migrated data
Training and facilitating CEL team
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
The tool / utility for performing data migration must be designed by the bidder after adequate study of the data to be migrated.
g. Data Assessment: The study of the source/legacy systems must provide comprehensive insights into the content, structure, quality and integrity of the source/legacy systems.
h. Risk Identification and Mitigation Plan for Data Migration: The bidder shall identify all risks associated
with the data migration and enumerate mitigation measures and prepare a Risk Identification and
Mitigation plan for Data Migration. The plan must address the contingency measures to be adopted
during the event of a data migration failure. It must also clearly specify measures to be taken to
prevent data loss. It may be preferable to consider migration of data to a backup system at the same
time as the new system to address data loss due to system failures.
i. While carrying the upgradation process bidder has to fully comply with applicable laws, including
without limitation, regulations on data protection, protection of consumer and user rights, honour and
privacy. For all purposes bidder shall be solely responsible for the migrated material contents,
regardless of their format. The bidder shall compensate CEL in case of any loss caused to it during
the data migration. The bidder shall also indemnify, defend and hold harmless CEL from any claims
whatsoever, related to the upgradation process of ERP Microsoft Navision.
j. Data Mapping: Since there would be significant difference between existing database table structures
and database table structures of new application, there must be mapping done between existing
tables and proposed tables and data be made compatible for migration into new tables. A
comprehensive data mapping exercise must be undertaken by the bidder before embarking on data
migration. A good data map will detail an in-depth cross referencing of all mutual fields across the
source system and the target system.
k. The bidder shall be responsible for migration of operational data as required, including financial
transaction data such as ongoing contracts, employee transaction data etc.
l. In the event of any gaps in data migration, the bidder shall discuss with CEL, document the findings
and get it signed-off from CEL.
m. Bidder shall run mock data migration tests to validate the conversion programs that have been
written.
n. Bidder shall validate the data before uploading the same to the production environment.
o. Bidder shall support in conducting the acceptance testing and verifying the completeness and
accuracy of the data migrated from the legacy systems to the proposed solution.
p. Bidder would develop all the requisite data conversion programs for migrating to ERP system. CEL
core team will provide the data but the data transfer in the required format including conversion and
uploading into New ERP system will be the responsibility of the bidder.
q. The scope of customization would also include, but not be limited to, the following
Customize as additions / extensions, modifications or workarounds
Provide Enhancements or add-ons as required to mitigate functionality gaps
Customize templates as appropriate
Design & preparation of test script, test data, trial run and arranging acceptance testing of all
modules.
The bidder must ensure that the all components adhere to flexibility, interoperability, usability, availability, manageability, security and integration standards
r. The software package will need to meet the entire business process requirements of CEL as per scope of this tender document.
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
s. The bidder has to ensure the successful implementation of the ERP and the same shall be their sole
responsibility. To the extent they do not meet the business processes, the software will need to be
appropriately configured, customized or extended to incorporate functionalities, features and
processes to the satisfaction of CEL team formed specifically for this purpose.
t. The Bidder will need to carry out, among others, the following activities:
It would be the responsibility of the bidder to prepare the Business process study (“As Is”) and
recommend the best practices (“To Be”) so as to identify the amendments to be made in the ERP
System.
Explain best practices available in ERP System and how these best practices going to affect the existing
business processes.
Identify areas of differences between the best practices and the current business processes of CEL
including redundancies & duplications, inconsistency in its current business process.
Prepare a project-plan with detailed activity schedules and a time-bound action plan for the Customization
and Configuration of ERP system.
Assist to design all desired access security as per the standards and requirement of CEL and data
validation controls.
Document the configuration done and prepare user manuals for maintenance of the configuration / customization and training documentation. In addition, the Bidder should ensure complete documentation of all configuration settings, other activities, Interfaces and their steps / stages involved in the implementation with the support of the project team. Bidder shall prepare the business process documents, end-user manuals and training documents and other needful documents.
u. The bidder should note that irrespective of what has been mentioned by the bidder in its bid or elsewhere,
CEL will accept only qualified and experienced personnel and the bidder has to submit the C.V of all
personnel planned to be deployed for this project. No person could be deployed for this project without
specific approval of CEL. CEL may even take personal interview of the candidates before deployment.
The same condition will apply in case of replacement also. Similarly, if the performance of the deployed
personnel is not found satisfactory, CEL at its own discretion may ask the Bidder for replacement. The
minimum qualification/experience of all consultants should be
Sl Minimum Qualification and Experience
1 Minimum Qualification and Experience BE / B.TECH / MBA / MCA/ CA/ ICWA degree with ERP
NAV Certification and minimum 7-8 years of total relevant experience of ERP NAV
Implementation. He should have successfully completed at least three-four (3-4) ERP NAV
implementations. He should have knowledge of cross-functional processes.
v. Bidder shall deploy sufficient additional manpower, at no additional cost to CEL, following the CV approval process as provided in Contract, if required to complete the Services within time for completion of Services specified in the Contract.
w. Deputation of sufficient manpower at CEL premises to resolve day-to-day problem with due back up
support from the bidder’s office to be supported electronically/ telephonically or otherwise. This will
include all support services including getting ERP updates, notes and patches for all ERP licenses,
and bug fixes, issue resolution in respect of the implemented System (including customized solution,
add-on solution, reports, interfaces, etc.). Bidder has to depute sufficient manpower at CEL premises
to meet the SLA till stabilization period of 3 months after Go-Live.
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
x. The personnel(s) provided by the bidder under this contract will not be the employee(s) of the CEL and
there will be no employer-employee relationship between the CEL and the personnel so engaged by the
bidder. The bidder shall be solely liable for paying monthly wages/salaries and other admissible
allowances to the personnel and CEL shall in no way be responsible for meeting any kind of expenditure
on salaries etc. to these personnel(s). The bidder shall be solely liable for compliance of all statutory
labour laws/regulations in force and any contravention of the same or any dispute arising there from shall
be the responsibility of the bidder and CEL shall in no way be responsible for meeting any obligation and
liabilities from financial/legal implications of the bidder or any other liability arising there from.
y. Subcontracting :Bidder shall not subcontract any portion of the Contract. However, ERP Software
License shall be procured and supplied by bidder from Microsoft.
z. Confidential Information: The bidder shall keep all the information (including documents, data,
technical information or other information provided directly or indirectly) in connection with this
Contract confidential and shall not disclose to anyone without the written permission of CEL.
INTEGRATION
A list of current IT environment is shown below. Bidder to specify any modification/replacement needed in any case.
CEL Technical Set up
The CEL infrastructure at in-house sever room consists of:
a) Hardware and Communication Architecture
Hardware : ERP Navision 2009 is currently running on IBM server X3650-M3 and X3400 for testing any
new developments. The Server OS in present live system will not be less than Win 2008 R2 Server, and
48 GB RAM. The company's client architecture runs on different version of windows like Windows-
XP/Windows 7 professional and windows 10 Professional 32/64 Bit .
Communications Network:CEL has an established network at production unit at Sahibabad, Ghaziabad,
UP which connects all resources. All CEL production divisions have LAN and are connected to Sever via
local intra-net
Database: CEL is currently using SQL 2008 R2 (Microsoft SQL Server Management Studio (100 50 1600 1
) as a backend for the NAV 2009 ERP.
Office Automation: Standard software for office use is Microsoft Office.
Mailing System: The Company is using G-Suits emailing service for its mailingservices.
Biometry Machines for attendance of Employee
b. Software : The bidder should inspect the all existing infrastructure including data centre, network connectivity, security, firewall, workstations etc. and suggestappropriate solution including additional requirement (if any) for smooth running of the Navision ERP system (complete tender for required infrastructure to be submitted in the technical bid). The system should be designed to remove all single points of failure. The system should provide the ability to recover from failures and should also provide clustering features, thus protecting against many multiple component failures.
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
c. Procurement, installation and commissioning of hardware will be done by CEL based on the recommendation
by the bidder. Configuration of the hardware for Microsoft Navision ERP system will be the responsibility of the bidder.
d. CEL is currently using various applications and intends to continue them. Hence, the bidder shall develop interface with the existing application along with data. However, bidder to furnish in technical bid details of applications that will be replaced by ERP and those applications for which interface with the ERP system would be provided.
e. The Bidder shall assess and evaluate the total requirement and any item which is not indicated in this document but required for implementation shall be under scope of Bidder at no extra cost to CEL.
f. The bidder shall accept and sign all the tender documents by their authorized signatories.
Annexure ‘5’
FUNCTIONAL REQUIREMENTS (BRIEF AND INDICATIVE ONLY)
The following functional requirements are in brief and indicative only and the successful bidder has to cover all the
processes of Central Electronics Limited and its present and future branch offices all over India :
A. Finance Module along with Record to Report
Functional Scenarios Process Group
Financial Accounts Complete Financial accounting of business/all type of Purchase, Sale, Stock
Transfers among H.O., Branches with all taxes
Accounts Payable Bill-wise Payment/Partial bill wise payment
Ageing of the Bill which is to be paid daily
Expenses booking
Foreign Currency Invoices
Bank Reconciliation
Booking of Bank Charges
Cash Management Services
Advance Payments & Adjustments
Ageing Report (overall)/Group-wise
e-Payment integration
Accounts Receivable Forex Gain/Loss
Foreign currency collections
Sales & Collection from one time customers
Sale & Collection from Scrap
Ageing Report
Bill-wise receivables/adjustment of advance receivables
General Accounting Inter-group reconciliation
Provision entries for bad & doubtful debts
Journal entreis
Workflow for Journal Voucher posting
Special Approval process
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
RTGS/Cheque Printing through system
Booking of bank charges
Cash Management Services
Workflow for Master Data Introduction
Multiple Dimensional Trial Balance – Customer, Vendor, Employee, Service
Vendor, Asset, SD/EMD vendor
Segment Reporting
Group Reporting
Financial Statements - Schedule VI reports, Balance sheet, Profit/Loss, Notes to
Accounts, Cash Flow Statement, CIF, COGS reports for auditing
Ledgers & Sub-Ledgers, Write-offs
GST Compliant
Costing & Valuation Project Costing Module, Rejection Module & sub contract module
Generation of cost sheet : product-wise/division-wise basis
Reconciled reports of Consumption of material, consumable stores, spares & tools :
product wise/item-wise for any period
Costing of material consumed at site
Product-wise primay& secondary packing cost of material to be incorporated in
BOM
Variance Analysis Report
Cost Center Accounting – Allocation of Overhead and Indirect Expenses
Profit Center Accounting
Profitability Analysis
Project wise analysis
Budgeting Annual Business Plan
Monthly forecast
Expense budgeting
Budget Vs. Actual Analysis
Treasury & Risk
Management Module
Cash Flow Analysis
Cash Flow Forecast
Fixed deposits with banks
Bank Guarantee/Letter of Credit
Investment Activities
Interface with bank for payment activities
Taxation Goods & Service Tax (GST) for Domestic and Import Inbound Transactions
Goods & Service Tax (GST) for Domestic and Export Outbound Transactions
Excise & VAT
TCS
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
TDS (including filing of returns)
Custom Duty in Indian Currency (Rs.)
Asset Accounting Asset Capitalization
SLM Depreciation
Retirement/Scrapping of Asset
Physical Verification after adjustment in inventory
Tagging of Assets
Assets Under Construction/Capital work-in-progess
Fixed Assets Register
Maintenance of Fixed Assets
Insurance of Fixed Assets
Vendor Management Vendor Management Functionalities with capability of sending notification to
vendors through e-mail/SMS
Voucher entry Approval process for vouchers (Single/Multi line), Purchase Invoices, Indents etc
MIS Reports Generation of Real time Dynamic MIS Dashboards for CMD and all divisional
heads
Generation of MIS reports pertaining to Stock Position of
Products/Process/Service/Cost under all combinations and Stock in Hand for
financial purposes, Target / Flash Reports etc. and status of pending Purchases
Invoices
Generation of MIS reports pertaining to Sales, Commission on sales from Head
Office, Sales Tax, Hot Selling Products, etc.
Generation of MIS reports on Sundry Debtors – age wise.
B. Sale & Marketing, Purchase and Warehouse
Software to cater to end to end solution of sales management processes from selection of vendors, placement
of orders, delivery, stores, handling, distribution, retail/whole sale/export sales, cash/credit card/cheque/DD
collection, dispatch, packing and shipping, generation of reports for MIS, finance etc.
Purchase Item/Category/Department/State wise Vendor Management
(Supplier Master capturing all Supplier related information like Supplier
Name, Address, Contact detail, Women Entrepreneur, Photo of Supplier,
National / State Awarded, PAN, TIN, CST, WCST, MSME, SSI, Bank
Account Details for Online Payment with State from where the supplier / Type
of Merchandise belongs to; this state may be different from operating address
etc.)
Purchase Authorization of Purchase Order payments on the System based on delegation
of Financial Powers.
Quarterly Supplier Wise/Item Wise/ Buyer Wise report of Sale, Stock and
Slow Moving Items.
Purchase Requisition and Approval Mechanism
RFQ and Quote from multiple supplier
Comparison of Quotation with landed cost
Complete Indent Tracking till material receipt
Service Purchase Order Management
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
Import Purchase as per GST compliance
Purchase Inventory Level maintenance through reorder / maximum / minimum level
Purchase & Ware house Tracking System of purchase orders like Quantity, Validity period, date of
delivery schedule to be displayed in annexure to PO etc.
Ware House Tracking of finished items (Purchase order wise) right from the ware house
gate, Quality check, rejection, account of rejection & return expenses, invoice
generation, Pass for payment, transfer to Point of Sale, Sale, Sales Return,
Return to supplier, accounting for return to supplier expenses.
In all Modules Supplier wise List of Purchase Order (Quantity, Value)
Supplier Wise, Purchase Order Wise Rejection
Supplier Wise Product Wise Stock showing quantity and value
Supplier wise product database & ranking system.
Supplier wise Procurement Frequency
Supplier Wise/ Buyer Wise Age Wise Stock Reports
Ware House
Supplier Performance Evaluation System Based on the Time delay in delivery
of Finished Goods, Quality of Finished Goods, time period for Sale of the
goods
Monthly, ‘Item Wise Balance Stock’ with code nos. & quantity left in stores to
keep track of the further purchases of slow moving items.
Gate Inbound and Outbound gate entry process
Ware House Management of goods received on Consignment Basis, its sale, sales statement
to suppliers through email/hard copy and payment to suppliers on sale of their
goods.
Linkages of procurement, sale & stock modules with finance module for
maintenance of books, generation of product/ department/ profit center wise
profitability & expenses for identifying loss making products/unit. Stock
taking at franchise location.
Raw material issue / receipt / returns / rejections and consumption and
generation of cost of production.
Ware House & Sales Inventory level updation through online transfers from stores & vice versa
Sales Cash Sales / Discounted Sale/ Credit Sales through ISD/ Export (Packing &
Shipping Sale / Exhibition Sale should be segregated. Accounts of Sundry
Debtors should be maintained.
Sales Complete Stock accounting for merchandise issued through challan / Approval
Memo/Own Consumption
Sales Complete Financial / Stock adjustment in case of sales return with Reason/
feedback from the customer for various reports for quality check dept.
Sales Capture and analysis of Customer data at the time of sales for sales planning &
forecast, customer loyalty, footfall & minute by minute sales pattern.
Sales In case of Export Sale (Packing & Shipping) we should be able to get Shipping
order wise/ Country wise Sales Data
In All Modules In Supplier Master there should be provision for flag on/off at 7-8 user level.
The purpose of the above flags is : if any of the users have any pending matter
with a supplier, then no further transaction such as generation of purchase
order, release of payment should be allowed without an action requiring to
clear the flag(s)
Purchase Department wise / Value per item Wise, Restriction on Generation of Purchase
Order (Own Purchase)
In All Modules History of visits of a supplier may be recorded.
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
A terminal at the entrance of buying/stores/Finance/Showroom to register the
visits of suppliers / generation of gate pass
Manufacturing BOM, Production Planning, Production Orders, Capacity Planning,
Consumption & Output Control, Routing
Job Work Sub contracting, Job work, Bills to be formatted in ERP as per standard /
customized formats.
Quality Quality Inspection tracking, Quality related reports
Business Intelligence Business Analysis
Revenue Analysis
Account Receivable
Account Payable
Inventory Analysis
Sales order Analysis
Sales Dashboard
Revenue Target Vs. Actual
Revenue Growth YoY
AR DSO (Day Sales Outstanding)
Overdue Open Order %
Gross Margin Trend
Finance Dashboard
Revenue Vs. Margin
Direct and Indirect Expenses Vs. Budget
Profit & Loss Statement
Balance Sheet
Liquidity Ratio
Cash Flow
C. HRMS Module
Employee Master Data
Payroll Management
Time Management (Time office)
Leave Management system
Establishment section
d. Integration with third party applications including Government e-services, e-challan preparation, various
regular return filing on Government portal like Income Tax, TDS, GST, PF, ESI, Sales Tax and Excise under
relevant module in the required formats in compliance with above portals.
e. Additional Navision Reporting – 40 documents or reports to be considered apart from the standard reports
available in Microsoft Dynamics NAV 2016
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
f. Operational Support – 3 months post live support for stabilization will be included in tender cost and AMC will
start after 3 months of post live stabilization
g. Any change in tax laws & Accounting standards should be incorporated in ERP in compliance with IFRS/INDAS
All above features are compulsory features and any proposal which does not comply with the same is liable to be
rejected.
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
ANNEXURE -6
TENDER DOCUMENT FOR UPGRADATION OF ERP MICROSOFT NAVISION 2009 to 2018 OR LATEST VERSION & ANNUAL
MAINTENANCE SUPPORT
GENERAL TERMS & CONDITIONS OF THE TENDER
1. The response to the present tender will be submitted by way of two stage bidding process. The technical details with
the relevant information/documents/acceptance of all terms and conditions strictly as described in this tender
document should be submitted. If short listed, the Financial Bid of the vendor will be opened.
2. Bids should strictly conform to the specifications. Bids not conforming to the specifications will be rejected summarily.
Any incomplete or ambiguous terms/conditions/quotes will disqualify the bid. Application and documents duly sealed
and signed are to be submitted as a token of acceptance of all terms and conditions. All envelopes must be sealed
and super scribed with the Tender No. & date mentioning “Supply, Installation, and Implementation & Maintenance of
ERP Microsoft Navision 2017 /latest version”. The name and address of the bidder must be indicated on the
envelope. Technical Bid & Financial Bid should be enclosed / submitted in separate envelope & both the envelopes
should be enclosed in a bigger envelope.
3. CEL reserves the right to accept/reject any or all Bids without assigning any reasons there for. Any additional set of
terms and conditions from the bidders are not acceptable to CEL.
4. The bidder(s) who do not qualify in the technical bid will not be considered for financial bidding. Bids must remain
valid and open for evaluation according to their terms for a period of at least 03 months from the date/time of
submission of Bids. Bids valid for less than 03 month are liable to be rejected.
5. While carrying the up gradation process bidder has to fully comply with applicable laws, including without limitation,
regulations on data protection, protection of consumer and user rights, honour and privacy. For all purposes bidder
shall be solely responsible for the migrated material contents, regardless of their format. The bidder shall compensate
CEL in case of any loss caused to it during the data migration. The bidder shall also indemnify, defend, and hold
harmless CEL from any claims whatsoever, related to the up gradation process of ERP Microsoft Navision.
6. The personnel(s) provided by the bidder under this contract will not be the employee(s) of the CEL and there will be no employer-employee relationship between the CEL and the personnel so engaged by the bidder. The bidder shall be solely liable for paying monthly wages/salaries and other admissible allowances to the personnel and CEL shall in no way be responsible for meeting any kind of expenditure on salaries etc. to these personnel(s).The bidder shall be solely liable for compliance of all statutory labor laws/regulations in force and any contravention of the same or any dispute arising there from shall be the responsibility of the bidder and CEL shall in no way be responsible for meeting any obligation and liabilities from financial/legal implications of the bidder or any other liability arising there from
7. The bidder or any personnel deployed by the bidder shall not use CEL’s premises, properties, fixtures, fittings, etc. for
any purpose other than those expressly provided in the contract. The bidder shall indemnify CEL against any loss to
its property/ employee due to any act or omission on part of the bidder or any personnel deployed by the bidder.
8. In case of theft of any material takes place at CEL on account of the negligence on the part of the personnel
employed by the bidder, it would be liable for such lapse and the amount, if any, would be recovered by CEL from the
bidder while settling the bill. The bid document (including Annexure) must be signed by the Authorised Signatory (ies)
with Seal and the complete set to be put in a separate sealed cover as mentioned above.
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
9. No consideration will be given to bids received after the time stipulated above and no extension of time will be
permitted for submission of quotation.
10. Tender Document can also be downloaded from CEL website www.celindia.co.in. All tenders must be accompanied
by the earnest money(EMD) in the shape of DD for Rs.2,00,000/- at the rates and in the form prescribed in the tender
document
11. EMD shall not be accepted by cheque/cash. It should be in the form of Demand Draft payable in favour of Central Electronics Ltd, Sahibabad, payable at Sahibabad.
12. Demo of Software: Bidder has to arrange a demo of the software at site after qualifying in the Technical Bid. Date will
be intimated to the qualified bidders later on.
13. In case date of opening the tender happens to be holiday, the tenders will be received and opened on the next
working day at same time.
14. All terms and conditions shall apply as specified in the tender. Any form of canvassing/lobbying/influence/query
regarding short listing, status, etc will be a disqualification.
15. If any further clarification is required , please get in touch with AGM(MMD) within ten days of tender notification date,
after which no such communication will be entertained:
16. The bidder shall bear all costs associated with the preparation and submission of the bid, attending bid meetings and
visiting sites, if required and or any other locations in connection with bidding and CEL will in no case be responsible
or liable for these costs regardless of the conduct or outcome of the bidding process.
17. Bids submitted by bidders shall remain valid for the acceptance of CEL for a period of 90 days from the date of
opening of the techno-commercial bids.
18. Tender may be submitted on or before date.05-01-2018.by 1500 hrs. (IST) at the office of the Asstt. General Manager (MMD), Central Electronics Limited, Site-IV, Industrial Area, Sahibabad – 201 010, Distt. Ghaziabad (UP). Phone : 0120 – 2895144/45. The tender may also be sent by post to the above address so as to reach the above address by 05-01-2018 by 15:00 hrs(IST), however, CEL does not take any responsibility for loss of application in transit in such case. Tender sent through Telegram, Telex, Fax or E-Mail will not be considered. Technical Bids will be opened in the presence of the bidders or their authorized representative at 1530 hrs (IST) on 05-01-2018.
19. All disputes and differences of any kind whatsoever arising out of or in connection with this purchase order shall be referred to arbitration. Sole arbitrator shall be nominated by the CMD, CEL. The Indian Arbitration and Conciliation Act, 1996 and any statutory amendments or re-enactment thereof, rules made there under and for the time in force shall be applicable to the Arbitration. The venue of such arbitration shall be at Delhi.
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
ANNEXURE -7
COMMERCIAL TERMS & CONDITIONS OF THE TENDER
1. Must qualify as per eligibility criteria. No deviation from specification/scope of work, Term & Condition of
Tender allowed. Quotations having deviation are liable to be rejected.
2. Terms of Price : The offer should clearly indicate the price and taxes separately. No TA/DA expenses and
out of pocket expenses will be reimbursed by CEL.
3. Taxes and Duties : The taxes and duties are to be clearly mentioned, if any.
4. Payment terms : No Advance Payment will be released along with the purchase order.
The payment will be made as mentioned below. The bidder should submit the bills to the AGM (Finance/MMD) office
that have issued the relative Purchase Order. The bill will be processed and Payment will be made through NEFT
transfer. Account details for payment through RTGS/NEFT, Name of Bank, Name of Branch, IFSC Code, Account
No. etc to be submitted by the bidder along with technical bid (Form for the same is already enclosed and part of
Technical Bid) .
The payment to the selected bidder for the performance of the works under the Contract will be made by CEL as per
the guidelines and conditions specified herein. The payment will be made on completion of all works and on fulfilment
by the selected bidder of all his liabilities, subject to acceptance by CEL, under the Contract.
Sl. Description of various stages of task Stage-wise Payment
a) After release of work order to the successful bidder against submission of BG of the price bid amount valid for the entire project period including one year of warranty period
15% of value of total Work order amount
b) Supply and installation of ERP software, submission of “Business Blueprint document” and “GAP Analysis Report”
15% of value of total Work order amount
c) Go-live for all modules, Training for the Admin – system level, Top Management and end users, User Acceptance Testing and Report
20% of value of total Work order amount
d) On successful completion of STABILIZATION PERIOD of
60 days which will start from the date of successful go-live
of complete system after CEL submits satisfactory report of
go-live at all location of CEL as per tender.
20% of value of total Work order amount
e) After 30 days of completion of stabilization period as in
sl.no. (d) above
20% of value of total Work order amount
f) After 1 year from the date of finalisation of Balance Sheet
from ERP Navision by CEL against Performance Bank
Guarantee of equal amount i.e. 10% of value of Work order
10% of value of total Work order amount
5. BREP will be decided after the PO is allocated to successful bidder and payment will be given after submission of
Delivery Chillan and Invoice copy
6. In case of failure to attend job/deputation of consultant resulting in delay in stages as per order will invite penalty of
1% of contract value per week which will extend to not exceeding to 10% of P.O. value in a year.
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
7. One techno functional consultant for AMC to be appointed on regular basis for at least 12 man days in a month on on-
site attendance basis for the entire period of AMC and payment will be released on monthly basis..
8. Earnest Money amount of Rs. 2,00,000/- in the form of demand draft/FDR favouring Central Electronics Limited and
payable at Sahibabad and valid for 3 month to be submitted along with tender documents. No interest shall be
payable on the earnest money deposited by bidder/tenderer. The earnest money may be deposited through
TT/SWIFT into CEL’s account with SyndicateBank. The details of account are as below :
Beneficiary Name: Central Electronics Limited
Beneficiary Account Number/IBAN: 87761250000014
Beneficiary Bank RTGS/NEFT Code: SYNB0008776
Beneficiary Bank Name: Syndicate Bank
Beneficiary Bank Address: Sahibabad Branch, CEL Complex, Site IV,
Sahibabad 201 010 (UP) INDIA
The earnest money (after deduction of bank charges, if any) of unsuccessful bidder/tendered will be refunded within
one month of finalization of tender. The earnest money of successful bidder would be converted into security
deposit and would be returned (after deduction of bank charges, if any) to the bidder after 2 months of successful
completion of work at stage (d)
9. CEL reserves the right to reject any or all tenders/quotations/bids received or accept any or all tenders/quotation/bids
wholly or in part or to modify the order without liability for any compensation and or claim of any description.
10. Exit clause –If CEL wants to withdraw the tender at any stage, the bidder who will be awarded with the contract will be
compensated up to a maximum of 5% of the contract value as decided by the CEL management.
11. Opening of Tender: Technical Bids will be opened on 05-01-2018 at 1530 hrs (IST. The date of
opening of price bids would be fixed after evaluation of the technical bids. Price bid of only those
bidders would be opened who qualify the technical bid. The date of price bid opening would be
intimated to the eligible bidders (qualified in the technical evaluation) in advance.
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
Annexure ‘A’
TECHNICAL BID FORMAT
PROFORMA FOR SUBMISSION BY TENDERER
Tender no.:-C-2(b)/WC/902/214A/2017
Declaration: I/We hereby certify that:
1. All information and attachments submitted in this application are correct and true to the best of my/our
knowledge.
2. I/We are aware that any false information provided herein will result in rejection of the application and suspension
of registration.
3. I/We hereby accept all terms & conditions of the Tender document
Signature of Bidder with Seal
1. Name of the Bidder (Company Name)
2. Address of Corporate Office
3. Address of Dealing Branch Office
4. Telephone No.
5. Email
6. Contact Person for the Project with Mobile No. and Email
7. Type of Business
8. Any other name(s) Proponent is, or has been doing business under
9. Year of incorporation
10. Closest field offices to CEL, Sahibabad
11. Name of important clients/firms using the software Attach list
12. Bidder must be Microsoft Authorised Partner for MS Dynamics
Navision 2009 R2 and MS Dynamics Navision 2017. Vendor should
have a valid developer license for above software on its name along
with Payroll and EXIM
Bidder should conform with supporting
documents
13. No. of support consultants/Engineers in Delhi NCR
14. Call closure time (Response time)
15. Qualification & Experience of key person(s), who will supervise the
implementation.
Please attach the Resume of key personnel
16. Pan of the bidder
17. GSTIN No.
18. Bank Account No. with details of the Name of the bank, Branch
Address, Bank Code, IFSC Code etc.
19. Details of cost of tender document & EMD
DD should be submitted in favour of “Central Electronics Limited”
payable at Sahibabad
EMD (INR Rs.2,00,000/-)
Amount DD No. &
Date
Name of issuing bank
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
Annexure ‘B’
PRICE BID FORMAT
PROFORMA FOR SUBMISSION BY TENDERER
Tender No.C-2(b)/WC/902/214A/2017
S.No. Description Price inclusive of GST
1. License cost for on premise BI (5
named user)
1 Total cost of the project of up
gradation of ERP Microsoft Navision
2009 to 2018 or latest version
2. Total cost of AMC for at least 12
mandays in a month of a techno
functional consultant on onsite
attendance basis. Rate should be
mentioned in terms of per man day for
3 days.
3. Audit of existing ERP system of CEL
Signature of Bidder with Seal
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
Annexure ‘C’
MANDATORY INFORMATION DOCUMENTS:
DETAILS OF SIMILAR WORKS
Sr.
No.
Name of Work for
which Experience
Certificate has been
submitted
Name of Client Date and No.
of Completion
Certificate
Type of Work i.e.
Implementation of
ERP NAV 2017
System
Running live
since date
1
2
3
If any detail is not mentioned in the Work Completion Certificate, documentary proof of detail is to be submitted and
uploaded on Tender Website along with the Completion Certificate.
Signature of Bidder with Seal
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
Tender No.:-C-2(b)/WC/902/214A/2017
FINANCIAL DETAILS
MANDATORY INFORMATION DOCUMENTS:
1st FY
Rs. In Lakhs
2nd FY
Rs. In Lakhs
3rd FY
Rs. In Lakhs
2016-17 2015-16 2014-15
i) Profit/Loss
ii) Gross Annual Turnover of previous 3 financial years ending as on 31st
March of the last FY
iii) Average Annual Turnover for previous 3 financial years (Rs. In
Lakhs)= (a+b+c)/3
iv) Net worth (paid up Capital+Reserves) as on 31st March of last FY
Summarized Page of Audited Profit & Loss Account of previous five Financial Years duly certified by a Chartered
Accountants in practice, is to be submitted
Summarized Page of Audited Balance Sheet Figures for FY (ending 31st March of preceding FY), duly certified by
Chartered Accountants in practice, is to be submitted.
Signature of Chartered Accountant
with Seal and Membership No.
Seal and Signature of bidder
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
Annexure ‘D’
Dispatch No.................. Date: .....................
WORK EXPERIENCE CERTIFICATE FROM ...........................(CLIENTS NAME)
Name of Contractor____________________
1 Name of work / project & Location
2 Name and Address of the Clients
3 Agreement Amount
4 Cost of work on completion
5 Date of start
6 Stipulated date of completion
7 Actual date of completion
8
Amount of compensation levied for
delayed completion, if any
9
Type of Work: - “Implementation of
ERP Navision 2017 System”
10 Performance report Outstanding Very Good Good Poor
(a) Quality of work
(b) Resourcefulness
(c) Financial soundness
(d) Technical proficiency
(e) General behaviour
The Experience Certificate is to be submitted separately for each work duly signed by an officer not below the rank of Execut ive
Engineer / Project manager or equivalent for Govt. Work.
Date Name & Designation
Signature with Seal of issuing Authority
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
Annexure ‘E’
PERFORMANCE BANK GUARANTEE (Specimen only)
To,
This deed of guarantee made on this ….. Day……….. 2017 by............. Bank, having its registered/Head office at........ And
amongst all places a branch at.................... And wherever the context so requires includes its successors and assigns
(hereinafter called the SURETY) for the favors of and wherever the context so requires include it successors and assigns.
CELis placing the order for purchase is hereby called as "purchaser".
The Purchaser has placed an order no. ........... Dated the........... (Hereinafter called the 'Said Order') for supply &
implementation Retail Software Solution at the CEL offices in Delhi /NCR........... For the total value of Rs........ with M/s
_____________ ., a having its registered office at ............. and wherever the context so requires includes its successors
and assigns (hereinafter called to or referred to as 'The Supplier').
In terms of the order, the supplier is required to furnish the purchaser at his own cost a Performance Bank Guarantee
for an amount of Rs. ________ (equal to the 10% of the above total value) for fulfilling the conditions of technical
delivery in the purchase order towards guarantee against all defects for a period up to ________ (06 months from the
date of installation and acceptance thereof).
The surety at the request of the supplier agreed to issue a Performance Bank Guarantee in terms of the order. Further
the supplier and the purchaser have agreed that the supplier shall provide support free of cost as mentioned in the
warranty and guarantee clause.
We .............. (Indicate the name of the Bank giving the guarantee) do hereby undertake to pay the amounts due and
payable under this guarantee, without any demur merely on a demand from the purchaser stating that the amount
claimed is due by way of loss or damage caused to or would be caused to or suffered by the purchaser by reason of
breach by the supplier in any of the terms or conditions contained in the said order or by reason of the supplier's failure
to perform the order. (ANY SUCH DEMAND MADE BY THE PURCHASER SHALL BE CONCLUSIVE AS REGARDS THE
AMOUNT DUE AND PAYABLE TO THE PURCHASER UNDER THIS GUARANTEE).
We undertake to pay to the purchaser any money so demanded notwithstanding any dispute or disputes raised by the
supplier in any suit or proceeding pending before any Court or Tribunal or Arbitration relating thereto, our liability under
this present being absolute and unequivocal. The payment so made by us under this Guarantee shall be a valid discharge
of our liability for payment there under and the supplier shall have no claim against us for making such payment.
We .............. (Indicate the name of the Bank giving the guarantee) further agree with the purchaser that the purchaser
shall have the fullest liberty without our consent and without affecting in any manner our obligations there under to
vary any of the terms and conditions of the said order or to extend time of performance by the said supplier from time
to time or to postpone for any time or from time to time any of the powers exercisable by the purchaser against the said
supplier and to forbear or enforce any of the terms and conditions relating to the said order and we shall not be relieved
from our liability by reason of any such variation, or extension being granted to the said supplier or for any forbearance,
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
act or omission on the part of the purchaser or any indulgence by the purchaserto the said supplier or by any such
matter or thing whatsoever which under the law relating to sureties, but for this provision, have effect of so relieving us.
We shall not be discharged or released from the guarantee by any arrangement between the purchaser and the supplier
with or without consent of the surety or by any alteration in the obligations of the parties or by any indulgence,
forbearance whether as to payment time, performance or otherwise.
This guarantee shall not be affected by any change in the constitution of M/s ---------------- i.e. supplier by absorption
with any other body or corporation or other and this guarantee will be available to or enforceable by such body or
corporation also.
Unless a claim under this guarantee is made by the purchaser against us on or before (date of expiry of guarantee), all
the rights of the purchaser under this guarantee shall be forfeited and the bank shall be relieved and discharged from all
liability under this guarantee.
Notwithstanding anything contained herein:
a. Our liability under this Bank Guarantee shall not exceed Rs. ----------- (Rupees .................).
b. This Bank Guarantee shall be valid up to--------- and
c. We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if you
serve upon us a written claim or demand on or before--------------
DATED AT _________ (PLACE) THIS ________ DAY OF--------.
FULL SIGNATURE WITH SEAL OF THE BANK (SURETY)
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
Annexure-F
Format of Vendor’s data
1. Name of vendor
2. Registered Address
Postal Code Company’s Year of Establishment
Company’s nature of business
Company’s Legal Status
Registration No. Phone:
Fax No. Website:
Name of Proprietor/ CEO/Chairman
Phone/Mobile No.
Email id
3. Factory Address
Phone No.
Fax No.
Email id
4. Delhi/NCR Address (if any)
Phone No.
Fax No.
Email id
5. Correspondence Address
6.
Name of Contact Person for this tender
Designation
Date of Birth
Phone/Mobile no.
Fax No.
Email id
7.0 Sales Tax related information
7.1 TIN No.
7.2 L.S.T. No.
7.3 C.S.T. No.
7.4 Sales Tax Exemption No. (if any)
7.5 GST Number
8.0 Income Tax related information
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
I certify that the information given herein is correct to the best of my knowledge and belief. Signature of Proprietor/CEO/Chairman Seal of the company/concern
8.1 PAN No.
8.2 PAN reference no. (in case PAN applied for)
8.3 PAN Status (in case PAN applied for)
9.0 Excise duty related information
9.1 ECC No.
9.2 Range
9.3 Collectorate
10. Registration No. with Directorate of Industries
11. SSI/MSE Reg. No. (if Small Scale Industrial Unit)
(Please enclose certificate from DIC/NSIC along with Certificate from registered CA with value of plant and machinery)
12. Is MSE/SSI is ST/SC? Yes / No ( If Yes please enclose relevant certificate as proof)
13.0 Bank related information
13.1 Bank name
13.2 Branch name
13.3 Bank address
13.4 Bank phone no.
13.5 Bank fax no.
13.6 Bank MICR Code (9 digit)
13.7 RTGS-IFC Code
13.8 Account type
13.9 Account no.
13.10 Swift Code
Tender Document C-2(b)/WC/902/214A/2017 Format no. : CEL/FR/MMD/03(01)
Annexure – G
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)
Date:
To,
………………………………………………
……………………………………………..
……………………………………………..
Sub: Acceptance of Terms & Conditions of Tender.
Tender Reference No: ……………………………………..
Name of Tender / Work: -
……………………………………………………………………………………………………….
……………………………………………………………………………………………………….
……………………………………………………………………………………………………….
Dear Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web
site(s) namely:
………………………………………………………………………………………………………
………………………………………………………………………………………………………
as per your advertisement, given in the above mentioned website(s).
2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from Page
No.1 to 21 (including all documents like annexure(s)), which form part of the contract agreement and I / we shall
abide hereby by the terms / conditions / clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/ organizations too have also been taken into
consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s)
/corrigendum(s) in its totality / entirety.
5. In case any provisions of this tender are found violated , then your department/ organization shall without
prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said
earnest money deposit absolutely.
Yours Faithfully,
(Signature of the Bidder, with Seal)