tamil nadu infrastructure fund management corporation ...tamil nadu infrastructure fund management...
TRANSCRIPT
Tamil Nadu Infrastructure Fund Management Corporation
Limited (TNIFMC)
Request for Proposal (RFP)
for
Design, Development and Implementation of Information Management and
Monitoring System for TNIFMC
RFP Ref No: TNIFMC/IT/2020-2021/02
Tamil Nadu Infrastructure Fund Management Corporation Limited
No.19, First Floor, TP Scheme Road, Raja Annamalai Puram, Chennai, Tamil Nadu 600028.
Tel No: +91-44-24648400
Website: www.tnifmc.com
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 2
DISCLAIMER
The information contained in this Request for Proposal (RFP) or subsequently provided to Information
Technology (IT) Consulting firms, whether verbally or documentary form by or on behalf of the Tamil
Nadu Infrastructure Fund Management Corporation Limited (TNIFMC) or any of their representatives,
employees or Advisors (collectively referred to as “TNIFMC Representatives”) is provided to the
Bidder(s) on the terms and conditions set out in this RFP Document and any other terms and
conditions subject to which such information is provided.
This RFP document is not an agreement and is not an offer or invitation by the TNIFMC
Representatives to any party other than the entities who are qualified to submit their Proposal/ Bid
(Bidder/s). The purpose of this RFP document is to provide the Consulting firms with information to
assist the preparation of their Proposal/ Bid. This RFP document does not purport to contain all the
information each firm may require. This RFP document may not be appropriate for all persons and it
is not possible for TNIFMC Representatives, their employees or advisors to consider the investment
objectives, financial situation and particular needs of each party who reads or uses this RFP document.
Each firm should conduct its own investigations and analysis and should check the accuracy, reliability
and completeness of the information in the RFP document and where necessary obtain independent
advice from appropriate sources. TNIFMC Representatives, their employees and advisors make no
representation or warranty and shall incur no liability under any law, statute, rules or regulations as
to the accuracy, reliability or completeness of the RFP document.
TNIFMC Representatives may in their absolute discretion, but without being under any obligation to
do so, update, amend or supplement the information in this RFP document.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 3
Letter of Invitation/ Request for Proposal
Dear Sir/ Madam,
Sub: Design Development and Implementation of Information Management and
Monitoring System for TNIFMC
Tamil Nadu Infrastructure Fund Management Corporation Limited (TNIFMC) is a Government of Tamil
Nadu promoted company, with Tamil Nadu Infrastructure Development Board (TNIDB) as the main
shareholder. It combines private sector rigor with deep domain skills of the Government in
conceptualising and delivering infrastructure projects on a large scale. Our other shareholders are
National Housing Bank, Indian Bank, Karur Vysya Bank, United India Insurance, City Union Bank and
Canara Bank.
TNIFMC harnesses the transformational power of private capital for public good through SEBI
regulated investment vehicles and aims to provide an attractive risk-adjusted return to investors. It
achieves this by combining government experience with fund management expertise, applied to
project appraisal, investment and monitoring to generate superior returns at exit.
TNIFMC is entering a phase of accelerated growth and wishes to digitize their processes to support
their business. As part of the digitization journey, TNIFMC is looking for Software Solution Providers
who will provide Cloud based systems that support all key business processes including (but not
limited to) Deal Tracking and Management (CRM), Project Management, Workflow automation and
Document Management in addition to ERP modules such as procurement and HR.
In this context, Proposals/ Bids are hereby invited from eligible Software Solution Providers for Design,
Development and Implementation of Information Management and Monitoring System for TNIFMC.
The Bidder is required to be proficient in the Construction and Operations & Maintenance (O&M)
domain/ vertical with number of marquee clients in this space. The Bidder should be able to own and
deliver a set of systems on a single Cloud platform with the ability to support TNIFMC and the SPVs
which will be launched soon. The Bidder should also have the ability to configure and customize any
product/ module to meet TNIFMC's specific requirements. The Bidder will be responsible for the Cloud
hosting and subsequent maintenance of the systems. In Summary, TNIFMC is looking forward to a
solution based on Software as a Service (SaaS) model for its digitization journey.
The Proposals/ Bids in hard copy form shall be sent to the office of TNIFMC either by post or by courier
or delivered by hand, so as to reach TNIFMC before the due date and time specified in the Schedule
of RFP process.
Yours faithfully,
Sd/-
Krishnamurthy Vijayan,
Chief Executive Officer
TNIFMC
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 4
Table of Contents
1 Introduction .................................................................................................................................... 5
2 Salient Features and Schedule of RFP ............................................................................................. 7
3 Instructions to Bidders .................................................................................................................. 10
4 Preparation and Submission of Proposal/ Bid .............................................................................. 14
5 Eligibility Criteria for Submission of Proposal/ Bid ....................................................................... 18
6 Technical Qualification Criteria ..................................................................................................... 23
7 Tender Opening and Evaluation ................................................................................................... 27
8 Selection and Award of Contract .................................................................................................. 31
9 Scope of Services........................................................................................................................... 34
Formats for Submission of Technical Proposals/ Bids .......................................................................... 59
Form-1: Covering Letter for Submission of Proposal/ Bid .................................................................... 60
Form-2: Particulars of the Bidder ......................................................................................................... 62
Form-3: Technical Experience of the Bidder ......................................................................................... 63
Form-4: Project Data Sheets ................................................................................................................. 64
Form-5: Suggested Format for Curriculum Vitae .................................................................................. 65
Form-6: Financial Information of the Bidder ........................................................................................ 66
Form-7: Declaration for Appropriate Use of the RFP Document .......................................................... 67
Form-8: Comments and Suggestions on the Scope of Services ............................................................ 68
Form-9: Statement of Undertaking for Non-Debarment/ Non-Blacklisting ......................................... 69
Formats for Submission of Financial Proposals/ Bids ........................................................................... 70
Form-10: Financial Proposal Submission Form ..................................................................................... 71
Form-11: Financial Proposal: Unit Price for Additional Users .............................................................. 73
Form-12: Financial Proposal: Average Manpower Cost for Change Request ....................................... 75
Appendix-1: Template for Preparation of Technical Proposal/ Bid ...................................................... 76
Appendix-2: Technical Capabilities Statement ..................................................................................... 77
Appendix-3: Demo Scenarios ................................................................................................................ 91
Appendix-4: Model Form of Contract ................................................................................................... 93
Appendix-5: Format for Bank Guarantee towards Performance Security .......................................... 105
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 5
1 Introduction
Tamil Nadu Infrastructure Fund Management Corporation Ltd. (TNIFMC) is a professionally managed
investment company promoted by the Government of Tamil Nadu (GoTN). TNIFMC is an Asset
Management Company specializing in hands-on development of state-centric infrastructure projects,
to deliver superior risk adjusted returns in the infrastructure sector.
Tamil Nadu Infrastructure Fund Management Corporation Ltd. (TNIFMC) currently manages two
Alternative Investment Funds (AIF):
o Tamil Nadu Infrastructure Fund (TNIF), with a target corpus of Rs. 6000 crores (AUM ~USD175
million) – Category-I SEBI Regulated AIF;
o Tamil Nadu Shelter Fund (TNSF), with a target of Rs. 3000 crores (AUM ~USD57 million) –
Category-I SEBI Regulated AIF.
TNIFMC has a well-defined strategy to originate, invest, actively manage and exit its investments with
risk-mitigators specific to projects. TNIFMC develops and invests in projects promoted by GoTN and
its parastatals, ring-fenced in SPVs/ Platform Companies that are actively managed by it.
The primary focus of TNIF is in:
1. Green Energy – Hydro, Wind and Solar;
2. Water Supply – TTUF/TTRO plants, desalination plants;
3. Tourism – holistic tourism and related infrastructure development;
4. Roads, Logistics & Transportation Infrastructure; and
5. Urban Infrastructure – office space, parking and road sector.
The Primary focus of TNSF is in:
1. Sustainable and affordable housing;
2. Ownership homes for those who do not have them – focused at Economically Weaker Sections
(EWS) and Lower Income Groups (LIG);
3. Rental Housing for Working Women – Safe, affordable, hygienic and quality accommodation;
4. Rental Housing – For industrial workers: “Rent to Corporate” model to de-risk collection;
5. Senior & Assisted Living;
6. Rental Housing for Construction and Informal sector labors – Post CoViD initiative;
7. Green buildings – All projects must be IFC-EDGE or GRIHA certified and contribute to
environmental sustainability; and
8. Scientific measurement and monitoring of ESG – Projects risks evaluated and mitigated, using
a proprietary ESG Management System (ESGMS) according to International Standards and
Best Practices. Focused on “triple-bottom-line”, the team measures & reports Environment-
Social-Governance (ESG) Impact.
TNIFMC is entering a phase of accelerated growth and wishes to digitize its processes to support the
business in an efficient manner. TNIFMC being the AMC will be having multiple Funds (AIFs), each with
a specific purpose/ objective. These funds would be investing into multiple projects in Government,
PPP as well as Private sector. Projects would be executed and operated through Special Purpose
Vehicles (SPV). Projects would pertain to different infrastructure sub sectors like Urban Infrastructure,
Roads, Water, Tourism, Renewable Energy, Food Parks, Affordable Housing etc. For efficient and
effective management of its (AMC, Funds and SPVs) processes, information flow, documents
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 6
management, project monitoring, risk management, financial management, HR, ESG Management
System and Governance, TNIFMC is looking for development of a suitable IT system.
As part of the digitization journey, TNIFMC is looking for a firm involved in the business of Software
Development, Customization & Implementation of Software(s) (the “Software Solution Provider”)
who will provide a solution based on Software as a Service (SaaS) model, which will be a Cloud based
system that supports all key business processes including (but not limited to) Deal Tracking and
Management (CRM), Project Management, Workflow Automation and Document Management in
addition to ERP modules such as procurement and HR.
This Request for Proposal is being invited from eligible Software Solution Providers for Design,
Development and Implementation of Information Management and Monitoring System for TNIFMC.
The Bidder, on its selection and appointment, is intended to deliver the entire Scope of Services in 72
months, including implementation/ achieving Project Go-Live in about 6 months from the date of
award, provide Warranty Support for 6 months after Project Go-Live and then provide Operations &
Maintenance (O&M) including change request to the system for 60 months after Warranty Support.
Please refer Section-9 of this RFP document for detail Scope of Services.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 7
2 Salient Features and Schedule of RFP
S. No.
Bid Parameters Particulars
1. Name of the Inviting Authority/ Client
Chief Executive Officer,
Tamil Nadu Infrastructure Fund Management Corporation Limited (TNIFMC)
2. Name of the Assignment
Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
3. RFP Reference No. TNIFMC/IT/2020-2021/02
4. Contract Period 72 Months [6 Months for Development & Deployment upto achieving Project Go-Live (hereinafter referred to as the “Development Period” + Warranty Support for 6 Months after Go-live (hereinafter referred to as the “Warranty Support Period) + 60 Months of Operations & Maintenance after Warranty Support (hereinafter referred to as “O&M Period”)]
5. Eligibility Criteria for submission of Proposal/ Bid in response to this RFP
As detailed in Section 5 of RFP
6. Technical Qualification Criteria for opening of Financial Proposals/ Bids
As detailed in Section 6 of RFP
7. RFP Document Can be downloaded from TNIFMC’s website free of cost:
http://www.tnifmc.com/procurement.html
till 15:00 hours on 27.02.2021
8. Client Contact Details Chief Executive Officer,
Tamil Nadu Infrastructure Fund Management Corporation Ltd.,
No.19, TP Scheme Road,
Raja Annamalai Puram,
Chennai – 600028 Tamil Nadu.
Tel No: +91-44-24648400
9. Last date for receipt of queries regarding this RFP
Pre-Proposal/ Pre-Bid Queries can be sent by email till 15:00 hours on 10.02.2021 to the following email ID:
Pre-Proposal/ Pre-Bid Queries sent by email should be clearly marked in the subject line as “Pre-Proposal/ Pre-Bid Queries – RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC”
10. Date, Time and Place of Pre-Proposal
15:00 hours on 11.02.2021 over Video Conferencing (VC) facility.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 8
S. No.
Bid Parameters Particulars
Conference/ Pre-Bid Meeting
11. Due Date and Time for submission of Proposal/ Bid
15:00 hours on 01.03.2021
12. Address and Mode of Submission
A hardcopy of the Bid shall be submitted to the Client in the following address within the scheduled date and time specified above:
The Chief Executive Officer,
Tamil Nadu Infrastructure Fund Management Corporation Ltd. (TNIFMC),
No.19, TP Scheme Road,
Raja Annamalai Puram,
Chennai – 600028 Tamil Nadu.
Bids submitted beyond the due date and time shall not be accepted by the Client and shall be summarily rejected.
13. Soft Copy Submission Bidders shall submit a soft copy of the Technical Proposal(s) in the form of a CD or a Flash Drive along with the Hard Copy submission specified above.
In case of discrepancy, the Hard Copy submission will be taken as final and at any point in time shall supersede the Soft Copy submissions.
Soft copy of the Financial Proposal(s) in the form of a scanned copy or any other form should not be submitted. Proposal(s)/ Bid(s) received with information relating to the Financial Proposal(s) in the Envelope-A containing the Technical Proposal(s) or the Outer envelope will summarily be rejected.
14. Opening of Technical Proposals/ Bids
15:30 hours on 01.03.2021 in the office of:
Tamil Nadu Infrastructure Fund Management Corporation Ltd. (TNIFMC),
No.19, TP Scheme Road,
Raja Annamalai Puram,
Chennai – 600028 Tamil Nadu.
15. Date, Time and Place for Technical Presentation/ Demonstration
To be decided and intimated only to the Eligible Bidders.
In the office of:
Tamil Nadu Infrastructure Fund Management Corporation Ltd. (TNIFMC),
No.19, TP Scheme Road,
Raja Annamalai Puram,
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 9
S. No.
Bid Parameters Particulars
Chennai – 600028 Tamil Nadu.
16. Date, Time and Place for Opening of Financial Proposals/ Bids
To be decided and intimated only to the Technically Qualified Bidders.
In the office of:
Tamil Nadu Infrastructure Fund Management Corporation Ltd. (TNIFMC),
No.19, TP Scheme Road,
Raja Annamalai Puram,
Chennai – 600028 Tamil Nadu.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 10
3 Instructions to Bidders
Software Solution Providers possessing the requisite experience and capabilities required for
undertaking the entire Scope of Services specified under Section-9 of this RFP document, may
participate in the Selection Process individually (the “Sole Bidder”) or associate with other firms in the
business, as a means to meet out the Eligibility Criteria and subsequently the Qualification Criteria
collectively, to form a Consortium (the “Consortium”) and submit its Proposal/ Bid in response to this
RFP. The term Bidder (the “Bidder”) shall mean the Sole Bidder or the Consortium, as the case may
be. The firms in a Consortium, shall be individually referred to as the Member Firm (the “Member
Firm”) and collectively referred as the Member Firms (the “Member Firms”).
3.1. General Instructions
3.1.1. The Bidders are requested to examine the instructions and Scope of Services including the
technical specifications given in the Request for Proposal (RFP) in detail while preparing its
Proposal/ Bid prior to submission of its Proposal/ Bid in response to this RFP.
3.1.2. It will be the responsibility of the Bidder that all factors have been investigated and considered
while submitting the Bids and no claim whatsoever including those of financial adjustments to
the Contract awarded under this tender will be entertained by TNIFMC. Neither any change in
the Project Timeline nor financial adjustments arising thereof shall be permitted on account of
failure by the Bidder to appraise themselves.
3.1.3. The Bidder shall be deemed to have satisfied itself fully before Bidding as to the correctness and
sufficiency of its Proposal/ Bid for the Contract and price quoted in the Bid to cover all
obligations under this RFP.
3.1.4. No escalation of cost in the Tender by the Bidder will be permitted throughout the period of
Contract on account of any reasons whatsoever.
3.1.5. The Bidder shall submit a copy of the RFP document and corrigenda/ addenda (if any) duly
signed by the Authorised Signatory of the Bid, as an acceptance of the RFP document.
3.1.6. Failure to furnish all required information in every respect will be at the Bidder's risk and may
result in the rejection of its bid.
3.2. Clarifications to the RFP Document and Pre-Proposal Conference/ Pre-Bid Meeting
3.2.1. A prospective Bidder requiring any clarification pertaining to the RFP document may request
the same in the form of Pre-Proposal/ Pre-Bid Queries sent by e-mail till 15:00 hours on
10.02.2021 to the following email ID: [email protected]
3.2.2. Pre-Proposal/ Pre-Bid Queries sent by e-mail should be clearly marked in the subject line as
“Pre-Proposal/ Pre-Bid Queries – RFP for Design, Development and Implementation of
Information Management and Monitoring System for TNIFMC”.
3.2.3. A Pre-Proposal Conference/ Pre-Bid Meeting will be held online through video conference (VC)
facility for addressing the Pre-Proposal/ Pre-Bid queries on 11.02.2021 at 15:00 hours.
3.2.4. Prospective/ Potential Bidders are advised to participate in the Pre-Proposal Conference/
Pre-Bid Meeting and get clarifications regarding the RFP document.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 11
3.2.5. The link for the VC will be sent to the e-mail IDs from which the Pre-Proposal/ Pre-Bid Queries
are sent to us.
In case of interested Bidders with no queries related to the RFP Document, who would like to
participate in the Pre-Proposal Conference/ Pre-Bid Meeting, an e-mail with a request to share
the link for joining the meeting online through VC facility shall be sent to the following email ID:
3.2.6. Clarifications to the queries (if any) raised by the Bidders will be published only in TNIFMC
website: www.tnifmc.com.
3.3. Amendment to the Request for Proposal (RFP) Document
3.3.1. At any time prior to the Due Date for submission of Bid, TNIFMC, for any reason, whether on its
own initiative or in response to clarification requested by prospective Bidders, may modify,
change, incorporate or delete certain conditions in the RFP by amendment published/ uploaded
in TNIFMC’s website only.
3.3.2. Such amendment shall be binding on any firm which may desire to submit a Proposal/ Bid in
response to this RFP.
3.3.3. TNIFMC, at its discretion, may postpone the Due Date for submission of Bid subsequent to the
issue of Amendment and/ or any such supplemental Information. Client’s Response to
Pre-Proposal/ Pre-Bid Queries, Addenda or corrigenda if any shall be uploaded in TNIFMC
website only.
3.3.4. Interested Bidders shall periodically check for the amendments (if any) published vide addenda
or corrigenda or any other information related to the Bidding process in TNIFMC website till the
Due Date for submission of Proposal/ Bid. TNIFMC will not make any individual communication
and will in no way be responsible for any information missed out by the Bidders.
3.3.5. TNIFMC will not be responsible for any misinterpretation of the provisions of this RFP document
on account of the Bidder’s failure to update the RFP document with the amendments published
through TNIFMC website.
3.4. Language of the Proposal/ Bid
3.4.1. The language of the Proposal/ Bid shall be English.
3.4.2. The supporting documents and printed literature furnished by the Bidder in any other language
other than Tamil and English shall be considered for evaluation, provided they are accompanied
by an accurate translation in English duly notarized, in which case, for all purposes of the
Proposal/ Bid, the translation in English shall govern. Supporting documents and printed
literature, which are not translated into English, will not be considered for evaluation.
3.4.3. All correspondences by the Bidder relating to this bidding process shall preferably be in English
or Tamil language only.
3.5. Currency of the Proposal/ Bid
Price should be quoted in Indian Rupees (INR) only and all payments made by TNIFMC will be in Indian
Rupees only.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 12
3.6. Participation by Consortium
3.6.1. Software Solution Providers are allowed to form a Consortium with other firms for participating
in this RFP/ Bid process. The Consortium made shall be subject to a maximum of 3 (three)
Member Firms.
3.6.2. The Bidder must submit along with the Proposal/ Bid a Memorandum of Understanding (MoU)
executed between the Member Firms/ Letter of Intent capturing the joint and several liability
of the firms in the Consortium.
3.6.3. One of the member firm in the Consortium shall be designated as the Lead Member (the “Lead
Member”) to do all such acts, deeds and things necessary in connection with or incidental to
the Proposal/ Bid and representing the Consortium in all matters and generally dealing with all
matters in connection with the Proposal/ Bid, by the MoU executed between the Member
Firms/ Letter of Intent.
3.6.4. Other Member Firms in the Consortium shall be designated as:
i. Other Member (the “Other Member”) in the case of a Consortium with 2 (two) Member
Firms;
ii. Other Member 1 (the “Other Member-1”) and Other Member 2 (the “Other Member-2”)
respectively, in the case of a Consortium with 3 (three) Member Firms.
3.6.5. The Consortium and its constituent Member Firms shall submit only one Proposal/ Bid. A firm
applying individually shall not be entitled to submit another Proposal/ Bid either individually or
as a member of any Consortium, as the case may be. If a firm submits more than one Proposal/
Bid, all such Proposal/ Bids shall be disqualified and summarily rejected.
3.7. Indicative Timeline for the Bidding Process and Assignment/ Project Roll-out:
The following are the indicative timelines for completion of the Bidding Process by the Client and
subsequently the Assignment/ Project Roll-out:
Activities/ Particulars Timeline (Indicative as of now)
Issue of RFP 4th Week of January 2021
Submission/ Receipt of Proposals/ Bids 1st Week of March 2021
Opening of Financial Proposals of Technically Qualified Bidders 3rd Week of March 2021
Assignment/ Project Roll-out/ Issue of LoA 4th Week of March 2021
Project Go-Live 4th Week of September 2021
3.8. Contacting Tender Inviting Authority
3.8.1. Bidders shall not make attempts to establish unsolicited and unauthorized contact with the
Tender Inviting Authority after the opening of the Proposals/ Bids and prior to the
notification of the Award and any attempt by any Bidder to bring to bear extraneous
pressures on the Tender Inviting Authority shall be sufficient reason for disqualification of
the Bidder.
3.8.2. Notwithstanding anything mentioned above, the Tender Inviting Authority may seek
bonafide clarifications from the Bidders in writing relating to the Proposals/ Bids submitted
by them during the evaluation of Proposals/ Bids.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 13
3.9. Arbitration
In case of any dispute, the matter will be referred to a sole Arbitrator to be appointed by the CEO,
Tamil Nadu Infrastructure Fund Management Corporation Ltd. (TNIFMC) under the “Arbitration and
Conciliation Act 1996”. The arbitration shall be held in Chennai, Tamil Nadu, India and the language of
arbitration shall be English. The Courts in Chennai alone shall have jurisdiction in the matter.
3.10. Jurisdiction
This RFP is being issued in accordance with the laws of India and courts in Chennai shall have exclusive
jurisdiction to adjudicate disputes arising from the terms herein.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 14
4 Preparation and Submission of Proposal/ Bid
4.1. Two-cover System for Submission of Proposal/ Bid
4.1.1. The proposals addressed to the Chief Executive Officer, Tamil Nadu Infrastructure Fund
Management Corporation shall be submitted in two parts, viz., Technical and Financial and
should be as per the forms specified in the RFP. The proposal shall be submitted to:
The Chief Executive Officer,
Tamil Nadu Infrastructure Fund Management Corporation Ltd. (TNIFMC),
No.19, TP Scheme Road,
Raja Annamalai Puram,
Chennai – 600028 Tamil Nadu.
4.1.2. The “Technical" and "Financial" Proposals must be submitted in two separate sealed envelopes
(with respective marking in bold letters) viz. Envelope-A: Technical Proposal and Envelope-B:
Financial Proposal as per the formats specified in the RFP.
4.1.3. The Bidder should bear all costs associated with the preparation and submission of Bids
including Technical Presentation/ Demonstration to the Authority. TNIFMC will in no way be
responsible or liable for these charges/ costs incurred regardless of the conduct or outcome of
the bidding process.
4.1.4. Failure to furnish information required as part of the Proposal/ Bid or submission of a
Proposal/ Bid not substantially responsive in every respect will be at the Bidder’s risk and may
result in rejection of its Bid. Bidders should strictly submit the Proposal/ Bid as specified in the
RFP Document, failing which the bids will be non-responsive and will be rejected.
4.1.5. Bidders are solely responsible for timely submission of their Proposal/ Bid in the formats
specified in this RFP document, as per the schedule and time specified under Section-2 of this
RFP. The Client may extend the deadline for submission of Proposal/ Bid by issuing an
amendment, in which case all rights and obligations of the Client and the Bidder previously
subject to the original deadline will then be subject to the new deadline.
4.1.6. The name and address of the Bidder, submitting the Proposal/ Bid shall be mentioned on top of
the Outer envelope and both the inner envelopes viz. Envelope-A and Envelope-B containing
the Technical and Financial Proposals/ Bids respectively.
4.1.7. All the documents sought under this RFP shall be typed or written in indelible ink and duly
signed by the Authorised Signatory of the Bidder who shall also initial each page. In case of
printed and published documents, only the cover shall be initialed. All the alterations,
omissions, additions or any other amendments made to the Bid Proposal/ Bid shall be initialed
by the Authorised Signatory.
4.1.8. The Authorized Signatory of the Bidder shall initial all pages of the original Technical and
Financial Proposals.
4.1.9. The Proposal/ Bid shall contain no interlineations, erasures, overwriting except as necessary to
correct errors made by the Bidder, in which case, such corrections shall be attested with full
signature of the Authorized Signatory of the Bidder.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 15
4.2. Envelope-A: Technical Proposal/ Bid
4.2.1. The first envelope viz. Envelope-A relates to Technical Proposal/ Bid furnishing all the required
details and documents for complying with the Eligibility Criteria and subsequently the Tender
Qualification Criteria and all the other conditions/ instructions specified in the RFP.
4.2.2. The Technical Proposals in hard copy shall be either hard bound or spiral bound by the Bidders
and in no case be submitted in the form of loose papers. The Bidder submitting its Technical
Proposal in any other form will be liable to be disqualified and its Proposal/ Bid declared
Non-responsive/ Not Eligible.
4.2.3. Two hard copies of the Technical Proposals clearly marked as “Original” and “Copy” respectively
shall be placed in Envelope-A and submitted by the Bidder. In case of discrepancy between the
two hard copies, the one marked as Original will be taken as final and at any point in time shall
supersede the other one marked as Copy.
4.2.4. The “Technical Proposals” placed in one separate envelope, viz., Envelope-A must be sealed and
initialled twice across the seal.
4.2.5. Envelope-A should not contain any cost information whatsoever.
4.2.6. The Technical Proposals/ Bids shall be prepared and submitted by the Bidders in the fashion
and form specified as Template for Preparation of Technical Proposal/ Bid under Appendix-1 of
the RFP.
4.2.7. The Technical Proposals/ Bids should contain all the requisite details furnished in the format
given in Forms F-1 through F-9.
4.2.8. The supporting documents and other relevant documents required to substantiate the Bidder’s
claim for satisfying/ fulfilling the Eligibility Criteria and subsequently the Technical Qualification
Criteria specified under this RFP shall be duly furnished by the Bidder in the Technical Proposal/
Bid.
4.2.9. Power of Attorney
A person holding the authorization to act on behalf of the Bidder shall be designated as the authorised
signatory of the Proposal/ Bid (the “Authorised Signatory”). The authorization to sign on behalf of the
Bidder shall be:
• indicated by a written Power of Attorney (PoA), with adequate validity period accompanying
the Proposal/ Bid duly notarized by a Notary Public;
• in the form of a Board Resolution, in case one of the Directors holding the power to do all such
acts, deeds and things on behalf of the company delegated by the Board of Directors is the
Authorised Signatory of the Proposal/ Bid, extracts of which shall be submitted as part of the
Technical Proposal/ Bid;
• in the form of a Resolution by the Executive Board/ by the partners, in case one of the Partners
holding the power to do all such acts, deeds and things on behalf of the LLP/ Partnership Firm
delegated by the other Partners is the Authorised Signatory of the Proposal/ Bid, extracts of
which shall be submitted as part of the Technical Proposal/ Bid.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 16
4.3. Envelope-B: Financial Proposal/ Bid
4.3.1. The second envelope viz. Envelope-B relates to Financial Proposal/ Bid which should contain the
detailed price offer for providing the Consultancy Services in the format given in Forms F-10
through F-12.
4.3.2. Only one Financial Proposal/ Bid in original in the form of hard copy placed in Envelope-B shall
be submitted by the Bidder.
4.3.3. The “Financial Proposal” placed in one separate envelope, viz., Envelope-B must be sealed and
initialled twice across the seal.
4.4. Outer Envelope
4.4.1. The sealed envelopes Envelope-A and Envelope-B should again be placed in a separate outer
envelope viz. the Outer Envelope, which shall be clearly marked with the name of the
assignment, sealed and submitted in the office of TNIFMC within the Due Date and time
specified under Schedule-2 of this RFP for submission of Proposals/ Bids.
4.4.2. If the Outer Envelope of a Proposal/ Bid is not marked with the name of the assignment and the
person whom it is addressed to, the cover will not be opened and returned to the Consultant
unopened treating the Proposal/ Bid as “Non-responsive”.
4.5. Validity of Proposals/ Bids
The Proposals/ Bids including the price offer submitted by the Bidders should be valid for a minimum
of 90 days from the date of submission of the Proposals/ Bids.
4.6. Checklist for Submission of Bid
The Proposal/ Bid should include following documentation as per the formats specified in this RFP
document:
S. No. Proposal/ Bid Check
Envelope-A: Technical Proposal/ Bid
1. RFP Document countersigned/ acknowledged by the
Bidder
Submitted/ Not
Submitted
2. Earnest Money Deposit/ Bid Security Submitted/ Not
Submitted
3. Technical Proposal drafted in the fashion and form
specified as Template for Preparation of Technical
Proposal/ Bid
(as per Appendix-1)
Submitted/ Not
Submitted
4. Covering Letter for Submission of Bid
(as per Form-1)
Submitted/ Not
Submitted
5. Particulars of the Bidder
(as per Form-2)
Submitted/ Not
Submitted
6. Technical Experience of the Bidder
(as per Form-3)
Submitted/ Not
Submitted
7. Project Data Sheets
(as per Form-4)
Submitted/ Not
Submitted
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 17
S. No. Proposal/ Bid Check
8. Curriculum Vitae of Project Team (Key Personnel)
(as per Form-5)
Submitted/ Not
Submitted
9. Financial Information of the Bidder
(as per Form-6)1
Submitted/ Not
Submitted
10. Declaration for Appropriate Use of the RFP Document
(as per Form-7)
Submitted/ Not
Submitted
11. Comments and Suggestions (if any) on the Scope of
Services
(as per Form-8)
Submitted/ Not
Submitted
12. Statement of Undertaking for Non-Debarment/
Non-Blacklisting (as per Form-9)
Submitted/ Not
Submitted
13. Written Power of Attorney (PoA) for Authorized
Signatory
Submitted/ Not
Submitted
14. Memorandum of Understanding (MoU)/ Letter of Intent
capturing the joint and several liability of the firms.
(only in the case of Consortium)
Submitted/ Not
Submitted
Envelope-B: Financial Proposal/ Bid
15. Financial Proposal Submission Form
(as per Form-10)
Submitted/ Not
Submitted
16. Financial Proposal: Unit Price for Additional Users
(as per Form-11)
Submitted/ Not
Submitted
17. Financial Proposal: Average Manpower Cost for Change
Request
(as per Form-12)
Submitted/ Not
Submitted
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 18
5 Eligibility Criteria for Submission of Proposal/ Bid
The Authority stipulates the criteria listed in the following section as Eligibility Criteria for a Bidder to
be eligible to submit its bid in response to this RFP.
By submitting a Proposal/ Bid in response to this RFP, the Bidder agrees to commit the following
personnel (hereinafter referred to as the “Key Personnel”) to be deployed for the assignment unless
otherwise there is an exigency for deployment on its part, which shall be duly communicated in writing
to the Authority within 7 days of its occurrence:
S. No. Proposed Position Minimum Experience/ Qualifications required
1. Project Manager ▪ Should have MCA or B.Tech./ B.E. degree in Computer Science/ Information Technology
▪ Overall Experience of atleast 8 years in software design, development, testing and implementation
▪ Atleast 3 years of experience as a Project Manager in managing software applications
▪ PMP / Prince 2 / Six sigma / ITIL certified
2. Technical Lead ▪ Should have MCA or B.Tech./ B.E. degree in Computer Science/ Information Technology/ Electrical / Electronics Engineering
▪ Overall Experience of atleast 6 years in IT ▪ At least 3 years of experience in IT Software design,
development, testing and implementation
3. Quality Engineer ▪ Should have MCA or B.Tech./ B.E. degree in Computer Science/ Information Technology/ Electrical/ Electronics Engineering
▪ Overall Experience of atleast 4 years in IT ▪ At least 3 years of experience in IT Software Testing
4. Software Developer/ Functional Consultant – 3 personnel
▪ Should have MCA or B.Tech./ B.E. degree in Computer Science/ Information Technology/ Electrical/ Electronics Engineering
Note:
1. In case of an exigency for deployment of Key Personnel, the Service Provider shall propose
personnel possessing equal or better qualifications and experience within 14 days of its
occurrence, by submitting his/ her Curriculum Vitae (CV) for approval of the Authority.
2. Replacement of Key Personnel proposed by the Bidder in its Technical Proposal/ Bid will not be
allowed till the time of execution of the Contract, except for exigencies that are unavoidable for
which the Authority holds the complete liberty of allowing/ disallowing based on the
circumstances presented by the Bidder to TNIFMC.
3. Key Personnel proposed for the position of Project Manager and Technical Lead can be replaced
with personnel possessing equal or better qualifications and experience, only once during the
Go-Live and Warranty Support Period post signing of the Contract with the Selected Bidder. Any
replacement proposed by the Service Provider for the 2nd instance or more during the period shall
attract a penalty of 10% of the Cost (agreed upon) for the first year of the Contract Period (C1).
4. Replacement of Personnel proposed by the Service Provider for the position of Project Manager
and Technical Lead would be allowed only once in a year during the O&M Period. Any replacement
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 19
proposed by the Service Provider for the 2nd instance or more in a year during the O&M Period
shall attract a penalty of 10% of the Cost (agreed upon) for the corresponding year of the Contract
Period (Cn).
5. Key Personnel proposed for the position of Quality Engineer and Software Developer can be
replaced with personnel possessing equal or better qualifications and experience, only twice
during the Go-Live and Warranty Support Period. Any replacement proposed by the Service
Provider for the 3rd instance or more during the period shall attract a penalty of 3% of the Cost
(agreed upon) for the first year of the Contract Period (C1).
6. Replacement of Personnel proposed by the Service Provider for the position of Quality Engineer
and Software Developer would be allowed only twice in a year during the O&M Period. Any
replacement proposed by the Service Provider for the 3rd instance or more in a year during the
O&M Period shall attract a penalty of 3% of the Cost (agreed upon) for the corresponding year of
the Contract Period (Cn).
By not furnishing CVs of personnel possessing adequate qualifications and experience in its Technical
Proposal/ Bid, a Bidder is liable to be rejected by the Authority. Technical Proposals of such Bidder(s)
will not be taken-up/ considered for further evaluation by the Authority neither any of their claims in
this regard will be addressed to.
5.1. Eligibility Criteria
The Bidder should submit its Proposal/ Bid as per the formats specified and the Proposals/ Bids shall
be checked for its eligibility against the Eligibility Criteria specified below. All the Bidders, for the
purpose of submitting a Proposal/ Bid shall treat the content of this RFP document as private and
confidential. The Bidder should assess their qualification against the Eligibility Criteria before
submitting their Proposals/ Bids in response to this RFP.
Sl. No. Eligibility Criteria Proof of Eligibility/ Supporting
Document(s)
5.1.1. The Sole Bidder or each Member Firm in a
Consortium should be either:
i. a company registered/ incorporated under
the Indian Companies Act, 1956 and/ or
2013;
ii. a Limited Liability Partnership (LLP)
registered/ incorporated under the Indian
Partnership Act, 1932 and/ or the Limited
Liability Partnership Act, 2008;
iii. a partnership firm registered/ incorporated
under the Indian Partnership Act, 1932;
iv. a company/ Limited Liability
Partnership (LLP)/ partnership firm
registered/ incorporated under the
respective laws prevailing in the country of
its operation.
Copy of valid Certificate of
Incorporation along with copies of
Memorandum of Association (MoA)
and Articles of Association (AoA) in
case Bidder is a company.
Copy of the registered Partnership
Deed in case Bidder is a Partnership
Firm/ LLP.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 20
5.1.2. The Sole Bidder or the Lead Member of the
Consortium, should be a firm involved in the
business of Software Development,
Customization, Implementation and/ or Hosting
of Software(s) during the last 5 (five)
completed financial years prior to the Due Date
for submission of Bid and continue to be
operational in India or the country of its
operation as on the Due Date for Submission of
Bid.
Other Member Firms in a Consortium should be
a firm involved in the business of Software
Development, Customization, Implementation
and/ or Hosting of Software(s) during the last 3
(three) completed financial years prior to the
Due Date for submission of Bid and continue to
be operational in India or the country of its
operation as on the Due Date for Submission of
Bid.
Self-declaration to be furnished as
part of the Covering Letter for
Submission of Proposal/ Bid.
5.1.3. The Sole Bidder or the Lead Member of the
Consortium, as the case may be, should have an
average annual turnover of at least Rs. 2 Crores
(Rupees Two Crores only) during the last three
completed financial years (FY 2017-18,
FY 2018-19 and FY 2019-20).
Audited Annual Financial Statements
including Balance Sheets and Profit &
Loss Accounts of the last 3 completed
financial years (FY 2017-18,
FY 2018-19 and FY 2019-20).
In case the annual financial
statements for FY 2019-20 have not
been audited till the Due Date for
submission of Bid, unaudited/
provisional statements for the period
shall be accepted.
5.1.4. The Sole Bidder or each Member Firm of the
Consortium, as the case may be, should possess
a positive Net Worth as on 31st March, 2020.
Audited Annual Financial Statements
including Balance Sheets and Profit &
Loss Accounts of the last 3 completed
financial years (FY 2017-18, FY 2018-
19 and FY 2019-20).
In case the annual financial
statements for FY 2019-20 have not
been audited till the Due Date for
submission of Bid, unaudited/
provisional statements for the period
shall be accepted.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 21
5.1.5. The Sole Bidder or the Consortium, as the case
may be, should have successfully implemented
projects related to Web-based Software
Proposal/ Bids (including design, development
and implementation till achieving Go-Live) in the
following areas:
(a) Construction Project Management;
(b) Document Management;
(c) ERP modules similar to the
requirements specified in Appedix-1,
including Procurement and Deal
Management Solutions; and
(d) Cloud Hosting.
executed for Government/ PSU/ Private
Agencies in India during the last 5 (five)
completed financial years prior to the Due Date
for submission of Bid and the project should be
live as on date.
In the case of a Sole Bidder, only experience in
projects with a project cost/ value of at least
Rs. 40 lakhs (Rupees Forty Lakhs only) will be
considered as Eligible Projects.
In the case of Bidder being a Consortium:
✓ The Lead Member should have experience
in at least 2 projects combining the areas
mentioned under (a) above and any one of
the areas mentioned under (b) and (c)
above, with each project of a minimum
project cost/ value of Rs. 20 lakhs (Rupees
Twenty Lakhs only);
✓ Other Member Firms of the Consortium
shall have experience in at least 2 projects
in any of the areas mentioned under (b), (c)
and (d) above, with each project of a
minimum project cost/ value of Rs. 10
lakhs (Rupees Ten Lakhs only);
so as to collectively satisfy the Eligibility
Criteria.
Copy of Completion Certificate/
Performance Certificate issued by the
Client with details of project value
and broad scope of the assignment.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 22
5.1.6. The Sole Bidder or the Consortium, as the case
may be, shall propose a Commercial of the Shelf
(COTS) Product or Framework based solution
only, for meeting the requirements of TNIFMC/
Scope of Services.
Information sought by the Authority
under Appendix-1 of the RFP.
5.1.7. The Sole Bidder or each Member Firm of the
Consortium, as the case may be, should not be
blacklisted or de-barred by the Government of
India/ Government of Tamil Nadu/ any other
State Government in India/ any Public Sector
Undertaking (PSU) of the Central/ State
Governments/ any of its parastatals during the
last 5 (five) completed financial years and
continue to remain so till the date of submission
of Proposal/ Bid.
Statement of Undertaking for
Non-Debarment/ Non-Blacklisting.
5.1.8. The Sole Bidder or any one Member Firm of the
Consortium, as the case may be, should have a
working office in India which is operational
during the last 5 (five) completed financial years
prior to the Due Date for submission of Bid and
continue to be operational in India as on the Due
Date for Submission of Bid.
Copy of payment of Property tax/
Electricity Bill/ Telephone Bill/ GST
Registration Certificate.
Copy of Registration Details/ Lease
Agreement to be submitted as proof.
The Bidders meeting/ satisfying all the Eligibility Criteria mentioned above, as determined by the
Technical Evaluation Committee, shall be termed as “Eligible Bidders”. The Technical Proposals/ Bids
of only Eligible Bidders will be taken up for further/ detail evaluation against the Technical
Qualification Criteria specified under Section-6 below.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 23
6 Technical Qualification Criteria
The Technical Evaluation Committee will evaluate the Technical Proposals of the Eligible Bidders
against the Technical Qualification Criteria stipulated under this section and score them with respect
to the scoring methodology mentioned to assess the Technical Qualification of the Eligible Bidders to
undertake the assignment. A summary of the scoring methodology is provided below:
Scoring Methodology against Technical Qualification Criteria - Summary
Sl. No. Criteria Maximum Marks
Minimum Qualifying
Marks
1 Project Experience 20 14
2 Project Team (Key Personnel) 50 35
3 Technical Capabilities Statement 120 84
Sub-Total (Score for Project Experience, Project Team &
Technical Capabilities Statement)
190 133
4 Technical Presentation/ Demonstration 60 42
Total 250 175
The Authority would like to ensure that most of its requirements are already available features of the
Bidder’s product/ framework, which can be configured to its needs. TNIFMC would want Bidder to
ensure minimal custom development. Custom Development should preferably be limited to modules
like ESGMS, Board and IC Meetings and few components of Risk Management as they may be more
specific to TNIFMC’s business and strategy. Appendix-2 provides the format for Technical Capabilities
Statement. Bidders are required to mark/ state their technical capabilities in the form of Technical
Capabilities Statement and furnish the same as part of the Technical Proposal which will be evaluated
and scores will be assigned as per the methodology for scoring mentioned under Clause 6.3 below.
The Technical Evaluation Committee will evaluate the Technical Proposals/ Bids submitted by the
Eligible Bidders, initially against the Technical Qualification Criteria and the scoring methodology
specified under Clauses 6.1, 6.2 and 6.3 only and will assign scores/ marks as indicated below:
Scoring Methodology against Technical Qualification Criteria
Sl. No. Criteria Marks Maximum Marks
6.1. Project Experience
Bidder Should have successfully implemented, web-based software application (design, development, implementation and O&M) with value at least Rs. 40 lakhs for Government/ PSU/ Private Agencies in India during the last 5 years and project should be live as on date. Work Order/ Project Contract Document/ Agreement along with Satisfactory Completion/ Performance Certificate by the client with details of project value with clear scope of project.
20
2 Projects/ Eligible Assignments 10
3 Projects/ Eligible Assignments 15
4 or more Projects/ Eligible Assignments 20
6.2. Project Team (Key Personnel)
6.2.1. Project Manager
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 24
Scoring Methodology against Technical Qualification Criteria
Sl. No. Criteria Marks Maximum Marks
Overall Experience more than 8 years in software design, development, testing and implementation: For each additional year of experience – 1 mark capped at 5 marks
05
More than 3 years of experience as a Project Manager in managing software applications: For every additional year of experience – 1 mark capped at 5 marks
05
6.2.2. Technical Lead
Overall Experience more than 6 years in IT: For every additional year of experience – 1 mark capped at 4 marks
04
More than 3 years of experience in IT Software design, development, testing and implementation: For every additional year of experience – 1 mark capped at 4 marks
04
6.2.3. Quality Engineer
Overall Experience more than 4 years in IT For every additional year of experience – 1 mark capped at 4 marks
04
More than 3 years of experience in IT Software Testing: For every additional year of experience – 1 mark capped at 4 marks
04
6.2.4. Software Developer/ Functional Consultant (3 Personnel)
Overall Experience more than 3 years in IT: For every additional year of experience – 1 mark capped at 4 marks
04
More than 1 year of experience in IT Software Testing: For every additional year of experience – 1 mark capped at 4 marks
04
6.3. Technical Capabilities Statement
Scoring against each line item of requirement listed in the Technical Capabilities Statement shall be done as follows:
S. No.
Marked as Y N
A. Available in Product 0.5 marks 0 marks
B. If Available Configurable 0.5 marks 0 marks
C. Will Develop 0 marks 0 marks
120
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 25
Scoring Methodology against Technical Qualification Criteria
Sl. No. Criteria Marks Maximum Marks
In an ideal situation, the following scenarios are only possible: i. Response to A & B marked as “Y” and C marked as “N” ii. Response to A & C marked as “Y” and B marked as “N” iii. Response to C alone marked as “Y” and A & B marked
as “N” Scoring against the Bidder’s Technical Capabilities Statement will be done on a pro-rata basis as explained below: With respect to a system, the total score obtained by the Bidder against its Technical Capabilities is “X” as per the scoring methodology mentioned above, the number of line items being evaluated for the system is Z and the marks for the system is “M” then the final marks awarded for the system will be (X/Z)*M.
System 1: Deal Tracking and Monitoring System 11
System 2: Construction Project Management System 20
System 3: Operational, Health and Safety 07
System 4: ESGMS 07
System 5: Finance and Accounting 17
System 6: HR 07
System 7: Procurement 10
System 8: Document Management System 10
System 9: MIS 07
System 10: Issue Management 04
System 11: Meeting Management 04
System 12: Risk Management 05
System 13: Compliance 11
Sub-Total (Project Experience, Project Team & Technical Capabilities Statement)
190
Subsequently, those Eligible Bidders who score atleast 133 out of 200 will only be invited in person or
through Video Conference (VC) facility to present their capabilities for undertaking the assignment in
light of their project experiences in the past and also make a demonstration to the Technical
Evaluation Committee (the “Technical Presentation”/ “Demonstration” with respect to the Demo
Scenarios (3 scenarios) specified in Appendix-3 to this RFP Document.
The Technical Presentations/ Demonstrations made by the Eligible Bidders will be evaluated by the
Committee for 150 marks which will be subsequently converted into a pro-rata score out of 60 marks,
as indicated below:
Scoring Methodology against Technical Qualification Criteria
Sl. No.
Criteria Marks Maximum Marks
Proportionate Maximum Marks
6.4. Technical Presentation & Demonstration
6.4.1. Technical Presentation
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 26
Scoring Methodology against Technical Qualification Criteria
Sl. No.
Criteria Marks Maximum Marks
Proportionate Maximum Marks
Understanding of Project requirement & work plan
10
60
60
Identified Project Risk & Mitigation 05
Proposed solution and architecture 10
Cloud Hosting and Configuration 10
Data Back-up, BCP and Disaster Recovery 10
Integration Points – Export/ Import Data Points 05
O&M Methodology 10
6.4.2. Demonstration
Scenario Demonstration: Deal Flow Management 30
90 Scenario Demonstration: Finance and Accounting 30
Scenario Demonstration: Project Management 30
Sub-Total (Technical Presentation & Demonstration)
150 60
The score obtained by the Eligible Bidders for Technical Presentation/ Demonstration will then be
added to the score secured by them in the initial evaluation carried out as per Clauses 6.1, 6.2 and 6.3
above, to arrive at the overall Technical Score (St) of an Eligible Bidder out of a total Technical Score
of 250.
Curriculum Vitae (CV) of Project Manager and other Key Personnel of the Project Team, for assessing
the qualifications and experience, proposed to be deployed for the assignment should be included in
the Technical proposal (in the format of sample curriculum vitae). The personnel will be rated in
accordance with:
a) Educational qualifications - 20% weightage
b) Adequacy for undertaking the Assignment/ Project (suitability to perform the duties for the
assignment including education and training, length of experience in fields like those
specified under the Scope of Services, positions held, time spent with the firm etc.) - 80%
weightage
The Curriculum Vitae of the proposed personnel will be considered and evaluated against the
Technical Qualification Criteria, if the prescribed minimum qualification is not fulfilled, then the
Curriculum Vitae of the proposed personnel will be marked as Zero. Necessary Proof of educational
qualifications shall be attested and enclosed with the Technical Proposals. All the CVs furnished as
part of the Technical Proposal shall be countersigned by the Authorised Signatory.
Bidders scoring a minimum of175 marks against the Technical Qualification Criteria, as evaluated by
the Technical Evaluation Committee, shall be declared as “Technically Qualified Bidders” and shall be
eligible for opening of their Financial Proposals/ Bids.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 27
7 Tender Opening and Evaluation
7.1. Opening of Proposals/ Bids
The Proposals/ Bids received by the Due Date and time for submission will be opened on the date and
time specified in the Schedule-2 of RFP.
The following committees may be constituted by TNIFMC as appropriate from time to time to evaluate
the Proposals/ Bids received and determine the Successful Bidder and appoint the Selected Bidder for
undertaking the assignment:
i. Tender Opening Committee
ii. Technical Evaluation Committee
iii. Financial Evaluation Committee
Proposals/ Bids shall be opened by the Tender Opening Committee in the presence of Bidders’
representatives who choose to attend. The Bidder’s representative willing to attend the opening of
the Proposals/ Bids shall bring an authorization letter with him/ her. The Bidder’s representative shall
sign an attendance register. Attending the opening session by the Bidders/ its representatives is
optional.
Further, the Technical Proposals/ Bids submitted by the Bidders in Envelope-A shall be opened and
taken for evaluation by the Technical Evaluation Committee constituted by TNIFMC.
The Financial Proposals of all the Bidders shall be kept unopened until evaluation of the Technical
Proposals/ Bids is completed by the Technical Evaluation Committee. The Financial Proposals of all the
Bidders shall be placed in one single envelope by the Tender Opening Committee, sealed in the
presence of the Bidders and/ or its representatives who choose to attend the opening of Proposals/
Bids and signed by them.
Note: If the date fixed for opening of the Proposals/ Bids happens to be a Government holiday, the
Proposals/ Bids will be opened on the next working day at the same time specified in the Schedule of
RFP.
7.2. Test of Responsiveness of the Proposals/ Bids
The Proposals/ Bids shall be verified for its responsiveness by the Technical Evaluation Committee
against the following parameters:
S. No. Parameters for Test of Responsiveness Responsive/
Non-responsive
1. Whether the EMD/ Bid Security of the requisite value in the form and manner specified in the RFP has been furnished by the Bidder?
Yes / No
2. Whether the Outer Envelope has been properly sealed and superscribed with the assignment name and the person to whom it is addressed to, by the Bidder as specified in the RFP?
Yes / No
3. Whether the Technical and Financial Proposals have been placed in separate envelopes viz. Envelope-A and Envelope-B and placed in the Outer Envelope?
Yes / No
4. Whether Envelope-A and Envelope-B have been properly sealed and signed as specified in the RFP?
Yes / No
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 28
5. Whether the Technical Proposal submitted by the Bidder is hard bound or spiral bound?
Yes/ No
6. Whether the Memorandum of Understanding (MoU) executed between the Member Firms/ Letter of Intent has been duly furnished by the Bidder? (applicable only if the Bidder is a Consortium)
Yes / No
7. Whether Power of Attorney (PoA) for the Authorised Signatory of the Proposal/ Bid duly furnished by the Bidder in the format specified in the RFP?
Yes / No
8. Whether all the information sought under Appendix-1 have been furnished by the Bidder in its Technical Proposal?
Yes / No
In case the answer to any of the above questions is No, such Proposal/ Bid shall be liable to be rejected
as Non-responsive by the Authority. The Authority may seek additional information or historical
documents for verification to facilitate decision making. In case the Bidder failed to comply with the
requirements of TNIFMC as stated above, such Proposals/ Bids may at the discretion of TNIFMC, be
rejected as Non-responsive.
Only Responsive Proposals/ Bids will be checked for their eligibility against the Eligibility Criteria
stipulated under Section-5 of this RFP.
7.3. Eligibility Check
The Technical Evaluation Committee will examine the Technical Proposals/ Bids against the Eligibility
Criteria specified under Section-5 of the RFP document. The Technical Evaluation Committee will
scrutinize the Technical Proposals/ Bids based on the supporting documents furnished by the Bidders.
The Bidders meeting/ satisfying all the Eligibility Criteria, as determined by the Technical Evaluation
Committee, shall be termed as “Eligible Bidders”.
Only Proposals/ Bids submitted by the Eligible Bidders will be considered for further/ detail evaluation
and scoring against the Technical Qualification Criteria. The decision of TNIFMC will be final in this
regard.
7.4. Evaluation and Scoring against the Technical Qualification Criteria
The Technical Evaluation Committee will examine the Bidder’s project experiences against the
Technical Qualification Criteria specified under Section-6 of the RFP, from the documentary evidences
enclosed by an Eligible Bidder in its Technical Bid. Based on initial evaluation of the Technical
Proposals/ Bids against the Technical Qualification Criteria and the scoring methodology specified
under Clauses 6.1, 6.2 and 6.3 of the RFP, the Technical Evaluation Committee will be assigning scores/
marks to the corresponding Technical Proposal/ Bid.
Subsequently, those Eligible Bidders who score atleast 133 out of 200 will only be invited in person or
through Video Conference (VC) facility to present their capabilities for undertaking the assignment in
light of their project experiences in the past and also make a demonstration to the Technical
Evaluation Committee (the “Technical Presentation”/ “Demonstration” with respect to the Demo
Scenarios (3 scenarios) specified in Appendix-3 to this RFP Document.
Eligible Bidders will be provided with a checklist of the key elements to be presented. The Key
Personnel proposed for the Project Manager position shall lead the Technical Presentation/
Demonstration. Eligible Bidders will have to configure the system/ framework with appropriate test
data and documents for each of the three (3) Demo Scenarios specified in Appendix-3 of this RFP
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 29
document. The purpose of the Technical Presentation/ Demonstration is to ensure that the proposed
COTS/ framework solution will meet the key business requirements of TNIFMC functionally. It should
also be able to demonstrate the configurability of the proposed COTS/ Framework solution to meet
the Authority’s requirements.
In case an Eligible Bidder fails to respond to the invitation for Technical Presentation/ Demonstration,
its Proposal/ Bid will be liable for rejection by the Authority. The Technical Evaluation Committee will
be assessing the Technical Presentations/ Demonstrations made by the Eligible Bidders and assign
scores as per Clause 6.4 of the RFP. The Technical Presentations/ Demonstrations made by the Eligible
Bidders will be evaluated by the Committee for 150 marks which will be subsequently converted into
a pro-rata score out of 60 marks. Further, this score will be added to the score secured by the Eligible
Bidders in the initial evaluation carried out as per Clauses 6.1, 6.2 and 6.3 of the RFP, to arrive at the
overall Technical Score (St) of an Eligible Bidder out of a total Technical Score of 250.
Quality and competence of the Bidders shall be considered as the paramount requirement. Bidders
scoring a minimum Technical Score of 175 out of 250 will be declared as Technically Qualified Bidders
and the Technically Qualified Bidders will only be eligible for opening of their Financial Proposals/ Bids.
The Financial Proposal of others will not be considered for further evaluation and returned unopened
after completing the selection process.
7.5. Opening and Evaluation of Financial Proposals/ Bids
The Authority shall notify the Consultants, results of the technical evaluation and invite only the
Technically Qualified Bidders for opening of their Financial Proposals/ Bids indicating the date, time
and venue for such opening. The Authority may choose to open the Financial Proposals/ Bids of the
Technically Qualified Bidders in its office with the Technically Qualified Bidders and their
representatives witnessing the event over Video Conferencing (VC) facility. Financial Opening held in
person or through Video Conferencing (VC) facility will be duly intimated to the Technically Qualified
Bidders prior to such opening by the Authority.
The names of the Technically Qualified Bidders, their respective technical scores and the
corresponding Price Bid/ Price Offer shall be read out and recorded. TNIFMC shall prepare minutes/
proceedings of the Financial Proposal opening.
The Financial Evaluation Committee will correct any computational errors in the Financial Proposals.
When correcting computational errors, in case of discrepancy between a partial amount and the total
amount the latter would prevail and in case of discrepancy between the word and figures, the lower
of the two shall be considered. In addition to the above corrections, activities and items described in
the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities
or items. The decision of TNIFMC will be final in this regard.
For the purpose of evaluating the Financial Proposals/ Bids submitted by the Bidders in Form-10,
Form-11 & Form-12, the value of the Financial Proposal/ Bid submitted by each Bidder (F) shall be
computed as follows:
F = {(C1 + A1) + [(NPV of C2) + (NPV of A2)] + [(NPV of C3) + (NPV of A3)] + [(NPV of C4) +
(NPV of A4)] + [(NPV of C5) + (NPV of A5)] + [(NPV of C6) + (NPV of A6)]}1
1 Please read with the Payment Terms specified under Clause 10 of the Model Form of Contract and Clause 9.8 of the Scope of Services
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 30
Net Present Value (NPV) shall be calculated by assuming a Discount rate of 5% for each year.
Subsequently, the lowest evaluated Financial Proposal (Fm) will be given the maximum financial score
(Sf) of 100 marks. The financial scores (Sf) of the other Financial Proposals in each package will be
computed as per the formula given below.
Sf = 100 x Fm / F
in which Sf is the financial score, Fm is the lowest price quoted amongst the Technically Qualified
Bidders and F the price of the Proposal under consideration.
7.6. Quality and Cost Based Evaluation
A combined evaluation utilising the overall technical scores and respective financial scores of the
Technically Qualified Bidders, applying the weightages shall be carried out by the Technical Evaluation
Committee.
The Technical Evaluation Committee will apply the weightages to the Technical and Financial Proposal
as below to arrive at the final Combined Score (S) for the Technically Qualified Bidders. The weightages
given to the Technical and Financial Proposals are:
T = 0.75 (75%) and
P = 0.25 (25%)
S = ( St x T ) + ( Sf x P ) = ( St x 0.75 ) + ( Sf x 0.25 )
The Bidder scoring the highest Combined Score (S) among the Technically Qualified Bidders will be
ranked R1 and the remaining Bidders shall be ranked R2, R3 and so forth based on their combined
scores in a descending order of the scores.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 31
8 Selection and Award of Contract
8.1. Selection and Declaration of Successful Bidder
The highest ranked Bidder (R1) shall be declared as the Successful Bidder (the “Successful Bidder”) by
the Authority and shall be invited for Contract Negotiations. Contract Negotiations may either be held
in person with the Successful Bidder on the date, time and venue to be confirmed by the Authority or
may be held over Video Conferencing (VC) facility, as the case may be.
8.2. Contract Negotiations
The aim of Contract Negotiations is to reach agreement on all points and initial a draft Contract by the
conclusion of negotiations.
Negotiations with Successful Bidder will commence with a discussion on its Technical Proposal, the
methodology proposed (work plan), costing, staffing and any suggestions made by the Bidder to
improve the Scope of Services. Agreement must then be reached on the final Scope of Services, the
staffing and staff months, logistics and reporting.
Changes agreed upon will then be reflected in the draft Contract, using proposed unit rates (after
negotiation of the unit rates, including the man-month rates, all tax liabilities and all costs, etc.).
If negotiations fail, the Authority will invite the Bidder whose ranking is next higher to R1 and ranked
as R2 for negotiations. If negotiation with R2 fails the above process will continue with R3, R4 and so
on till all the Technically Qualified Bidders are covered. Upon successful completion, the Client will
promptly inform the other Bidders that their proposals have not been selected.
On successful completion of the Contract Negotiations with the Successful Bidder, the Contract will
be awarded to the Successful Bidder who shall be declared as the Selected Bidder (the “Selected
Bidder”) for the assignment/ Project.
TNIFMC reserves the right to:
a. Negotiate with the Successful Bidder for further reduction of prices; and
b. Modify, reduce or increase the quantity requirements to an extent of tendered quantity.
8.3. Acceptance/ Rejection of the Tender
The final acceptance of the tender is entirely vested with TNIFMC, who reserves the right to accept or
reject any or all of the Proposal/ Bin full or in parts without assigning any reason whatsoever. The
Tender Authority may also reject all the tenders for reasons such as change in Scope, Specification,
lack of anticipated financial resources, court orders, calamities or any other unforeseen
circumstances. After acceptance of the Tender by TNIFMC, the Successful Bidder shall have no right
to withdraw their tender or claim higher price.
8.4. Issuing of Letter of Acceptance (LoA)
On successful completion of the Contract Negotiations, a Letter of Acceptance (LoA) shall be issued in
duplicate by the Authority to the Selected Bidder as a confirmation of accepting the Proposal
submitted by the Bidder.
The Successful Bidder on receipt of the LoA, shall convey its acceptance for undertaking the
assignment by counter signing one copy of the LoA and sending it back to the Authority, so that it
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 32
reaches the Authority within 7 days from the date of issue of LoA. The other copy of the LoA may be
retained by the Selected Bidder.
8.5. Performance Security/ Security Deposit
a. The Selected Bidder will be required to remit a Security Deposit (SD) of 10% of Contract Price
by way of Demand Draft or Banker’s Cheque payable at Chennai or in the form of an
unconditional and irrevocable Bank Guarantee (BG) valid for a period of 24 months from the
date of signing of Contract as Performance Security. The Performance Security shall be
furnished by the Selected Bidder within 10 days from the date of issue of Letter of Acceptance
(LoA) by TNIFMC.
b. The Performance Security furnished in the form of a BG shall be kept valid till the end of the
Contract Period or successful rendering/ completion of the Scope of Services to the
satisfaction of TNIFMC whichever is later, by promptly furnishing a fresh BG for a period of 24
months or the balance term in the Contract Period whichever is lesser, atleast 15 days prior
to the expiry of the BG submitted to the Authority.
c. The Performance Security furnished by the Selected Bidder in respect of the assignment/
Project will be returned to them after successful rendering/ completion of the Scope of
Services to the satisfaction of TNIFMC or after expiry of Contract Period whichever is later.
The Performance Security held by TNIFMC in the form of Security Deposit or any other form,
till it is returned to the Selected Bidder will not earn any interest thereof.
d. The Performance Security will be forfeited if the Selected Bidder withdraws the Proposal/ Bid
during the period of validity of the Proposal/ Bid specified in the RFP or if the Bidder fails to
execute the Contract.
e. Successful rendering/ completion would be arrived at when the entire Scope of Services is
delivered by the Bidder as per the Contract and as per Order(s) issued by TNIFMC from time
to time.
f. If the Selected Bidder fails to act up on to the RFP conditions or backs out from the Contract,
the Performance Security mentioned above will be forfeited by TNIFMC.
8.6. Execution of Contract
a. The Selected Bidder should execute the Contract in duplicate in a non-judicial Stamp Paper of
value not less than Rs. 100/- bought in Tamil Nadu in the name of TNIFMC within 21 days from
the date of issue of Letter of Acceptance (LoA) by TNIFMC.
b. The Selected Bidder shall not assign or make over the Contract, the benefit or burden thereof
to any other person or persons or body corporate for the execution of the Contract or any
part thereof without the prior written consent of TNIFMC. TNIFMC reserves its right to cancel
the purchase order either in part or full, if this condition is violated. If the Selected Bidder
either fails to execute the Contract within the stipulated period of 21 days or fails to furnish
the Performance Security/ Security Deposit, the EMD/ Bid Security of the Selected Bidder will
be forfeited.
c. The incidental expenses towards the execution of Contract shall be borne by the Selected
Bidder.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 33
d. The conditions stipulated in the Contract should be strictly adhered to and violation of any of
the conditions will entail termination of the Contract without prejudice to the rights of
TNIFMC and also TNIFMC have the right to recover any consequential losses from the Selected
Bidder.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 34
9 Scope of Services
As mentioned in the previous sections of this RFP document, TNIFMC is looking for a firm involved in
the business of Software Development, Customization & Implementation of Software(s) (the
“Software Solution Provider”) who will provide Cloud based systems that support all key business
processes including (but not limited to) Deal Tracking and Management (CRM), Project Management,
Workflow automation, and Document Management in addition to ERP modules such as procurement
and HR. The Bidder, on its selection and appointment, is intended to deliver the entire Scope of
Services specified under this section in 72 months, including implementation/ achieving Project
Go-Live in about 6 months from the date of award, provide Warranty Support for 6 months after
Project Go-Live and then provide Operations & Maintenance (O&M) including change request to the
system for 60 months after Warranty Support.
The organization structure of TNIFMC is depicted in the organogram below. Each SPV forms an
independent unit which manages its own projects while TNIFMC governs the investment pipeline and
standardizes operations across SPVs in addition to providing shared services.
The purpose of this exercise is to deploy a set of IT Systems that support the key business processes
of TNIFMC. These systems should meet the architectural guidelines laid out for the organization.
The key business processes of TNIFMC are:
• Deal Flow and Approval Management (CRM)
• Civil Project Management System
• Risk Management Framework
• Environmental, Social, Governance Management Systems (ESGMS)
• Compliance, Board Meetings, Investment Committee Meetings
• Support processes such as HR, Finance & Accounting, Procurement
The consolidated list of systems required to support TNIFMC’s key processes given in the table below:
Common or Shared Systems TNIFMC Level Systems SPV Level Systems
ESGMS Deal Flow and Approval
System (CRM)
Civil Project Management
System
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 35
Finance and Accounting
OHS
HR & Employee Self Service
Procurement and Vendor
Management
Document Management System
Dashboards & Reports (MIS)
Issue Management and Alerts
Meeting Management (Board, IC)
Risk Management Framework
The requirements for the above systems are provided in detail in the subsequent portions of this
section. These systems will need to be interoperable among themselves as per the architecture
depicted below:
The systems will also be required to support role-based access for stakeholders. Sample hierarchies
are illustrated below:
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 36
The Service Provider shall be responsible for successful completion/ execution of the activities as
specified in this section. The subsequent sections illustrate the following aspects of the Integrated
Information Management and Monitoring System:
i. Key Application and Design Principles
ii. Solution Development
iii. Functional Requirements
iv. Non-Functional Requirements
v. Project Timeline
vi. Deliverables and Timelines
vii. SLA Monitoring and Warranty
viii. Payment Terms
9.1. Key Application and Design Principles
This section contains the description of the key design principles which are expected to provide
indicative measures to define the functional requirements for the Services. The following architecture
principles have been considered while designing the proposed solution:
Application Design
Principles
Detail
Multi-Tenancy The proposed solution should work for individual SPV’s/projects without
requiring any change in the software. The Data access for these systems are
governed by the access rules.
Interoperability a) Software solutions and hardware infrastructure should conform to the defined industry standards that promote interoperability of data, applications and technology.
b) The solution should be built on Open Standards. This includes supporting API’s for data access, ability to support integration into other products
Flexibility,
Extensibility &
Scalability
a) The system shall be extensible and scalable to allow additional capacity/ bandwidth/ volume of users in future. It should also support changes in configuration of existing modules without loss of data.
b) The infrastructure elements such as the cloud hosting environment, Disaster Recovery infrastructure and network infrastructure must be designed keeping this principle in mind.
Design for
performance and
Reliability
Measurement
a) The proposed architecture should Auto-scale the cloud workload to meet high / unpredictable demands. In this context, provisioning of Load Balancing, amongst others must be an integral part of the proposed architecture / solution to meet the clearly defined SLAs for performance committed for the anticipated user load on the system.
b) Errors should be clearly communicated to the end user and support should be provided for critical errors that might be encountered
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 37
Security a) a) All data should be secured in transit and at rest. The all server requests must be secured irrespective of the use case.
b) The security services used to protect the Solution shall include: Identification, Authentication, Authorization, Role- based Access Control, Administration and Audit with support for industry standard protocols.
c) TNIFMC administrator should also be given a console to manage user credentials and permissions.
d) The solution shall support advanced user authentication mechanisms including Digital Certificates/e-Sign.
e) Security design should provide for a well-designed identity management system, security of physical and digital assets, data and network security, backup and recovery and disaster recovery system.
f) User ID /Password have to be encrypted g) Regular security measures should be carried out. Examples include, but
are not limited to, configuration and patch management, vulnerability scanning.
Ease of Use System should adhere to the best practices for UI/UX design and have readily
accessible help text for users to navigate the system.
9.1.1. Proposed Systems
The proposed solution would be a set of cloud-based applications supported by a single cloud
provider. Different applications should be able to share data between themselves either via shared
database or APIs.
9.1.2. Application Components
a. The solution must be cloud based and support devices such as Desktop Computers, Laptop
Computers, Tablets and Smart Phones for Data Entry, Download / Upload, Viewing and other
applicable forms of access.
b. The Application must interface with the external applications and systems as follows:
i. Other Applications/portal/APIs
ii. Mail Server (for sending reminders and mailers from the Application),
iii. Exporting Options (in PDF and Excel formats)
iv. SMS Gateway (for sending reminders and alerts from the Application)
v. Data Warehousing Servers and Business Intelligence / Reporting Servers
vi. Payment gateway for payment of invoices as applicable
9.1.3. Data Principles
The data strategy needs to be founded on clear, agreed-upon principles, such as Availability,
Sharability, Quality, Integrity, Security and Portability.
The software must provide APIs or other methods of data extraction for access to all the data
generated by usage of the system to TNIFMC. The solution shall also provide integration with
TNIFMC’s self-managed Data Lake to export all data periodically as agreed during system deployment.
This periodicity should be configurable should the needs of TNIFMC change over the course of use.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 38
9.1.4. Adherence to Standards
a. The proposed solution should be designed based on open source and open standards, to the
extent feasible and in line with overall system requirements, in order to provide
interoperability with multiple platforms and avoid any technology or technology provider
lock-in.
b. The list of standards is indicated for reference but may not to be treated as exhaustive:
i. OWASP standards for web security
ii. RSA standards for Digital Signature
iii. PKCS specifications for encryption
iv. SSL protocols for secure communication
c. The application must support standard browsers like, Chrome, Edge, and also compatible
with prevalent mobile browsers.
d. The solution must support complete scaling and growth without performance deterioration.
e. The response time to open / load a page should not exceed 3 seconds.
f. The time taken to complete a database transaction should not exceed 5 seconds. Generation
of MIS reports shall not take more than 5-15 seconds in web view.
g. In addition to above, the proposed architecture must provide appropriate APIs for
integration with other systems.
9.1.5. Compliance with Open Standards
The proposed solution shall be compliant with industry standards, wherever applicable. This will apply
to all the aspects of solution including but not limited to design, development, security, installation
and testing.
9.1.6. Software Licenses
The Service Provider as indicated in Clause 9.1.4 above, shall design the proposed solution on open
source and open standards to the extent feasible and procure software licenses if any in its name if
such procurement becomes inevitable for development of the proposed solution and/ or continued
operations of the proposed solution, in which case the Service Provider shall obtain prior approval of
the Authority for procurement of the licenses.
The Service Provider shall indicate the procurement plan well in advance to the Authority, atleast 14
days prior to the date by which the license(s) is required. The Authority would process the request on
priority and provide clearance within 14 days from the date of receipt of request, on expiry of which
the Service Provider may consider the request as deemed approved by the Authority.
The Authority may consider procurement of software licenses strictly when it is inevitable and there
are no other means by which the requirement could be met-out by the Service Provider based on
open source and open standards.
9.1.7. Source Code & System Design Document
The Service Provider is bound to share the Source Code along with the System Design Document
prepared/ developed for the systems developed under this Contract (for which IPR is owned by
TNIFMC) and modified/ changed as per the Change Request(s) approved by the Authority from time
to time, on completion of every 6 months from the date of signing of the Contract till the expiry of
Contract by efflux of time or termination of Contract whichever is earlier.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 39
9.1.8. Regulatory Change/ Change in Laws of the Land
At any point in time during the Contract Period, in case of change(s) in the regulatory compliances due
to an inherent change in the Laws of the Land prevalent in India and/ or the State of Tamil Nadu which
is mandatorily applicable across the firms operating in the Client’s industry, it is the obligation of
Service Provider to update the proposed/ provided solution and upgrade the Services to TNIFMC
within the Contract Price.
9.2. Solution Development
9.2.1. Application Study and Analysis of Requirements
a. The Service Provider would be required to study the Requirements Document provided in
Appendix I and have a detailed discussion with TNIFMC in a manner that will enable the
Service Provider to meet all the requirements of this RFP.
b. The Service Provider shall analyze these requirements to ensure the requirements are
complete, accurate, consistent and unambiguous.
c. The Service Provider will create a gap analysis document between the proposed product and
the requirements. This has to be signed off by TNIFMC.
9.2.2. Solution Design
a. Based on the requirements/gap analysis study completed, the design of the Solution would
be done by the Service Provider. An indicative list of documentation to be prepared as part of
this phase:
i. Detailed Design document detailing the components to be incorporated in the
solution as well as the degree of configuration to be performed for each functionality
noted. If any custom code is to be built, the document should note the same.
ii. The Service Provider is required to keep all such documentation up to date to reflect
the latest enhancements/modifications made to the configuration or custom
modules.
9.2.3. Application Configuration/ Development
a. The Service Provider would be responsible for configuring, customizing and testing and
implementing the end to end system. In case, the functionality does not exist , Vendor will be
developing, testing and implementing application and integrating with the other applications.
The application developed would be evaluated against the SRS as approved by TNIFMC.
b. The web application should be mobile friendly with facilities to upload documents from
mobile devices.
c. The site will be best viewed with standard web browsers such as Edge, Chrome, etc.
d. All interface/pages performing similar functionality will have consistent look and feel. UI
design should be in line with industry best practices
e. Access to the functionality of the application will be controlled based on the user type.
f. User management function shall provide the functionality to define, add, modify and logical
delete user/permissions to the systems. Also, the system administrator shall monitor the
activities of each user.
i. The system must allow to create / update / soft-delete user and user profile.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 40
ii. The system must allow the user to limit access to cases to specified users or user
groups.
iii. The system should provide for role-based control for the functionality within the
system.
iv. The system must allow only admin-users to set up user profiles and allocate users to
groups.
v. The system must allow changes to security attributes for groups or users (such as
access rights, security level, privileges, password allocation and management) to be
made only by super-admin.
vi. System should allow the user to access only those functionalities that he/she is
authorized to access.
vii. System should allow the user to regenerate a lost password/reset password with set
of hint questions.
9.2.4. User Acceptance Testing (UAT)
a. Once the application development and System Configuration has been completed by the
Service Provider, the Service Provider will thoroughly test the application at his end. Selected
Service Provider should carryout Unit Testing, Integration Testing, System Testing and
Performance / Load testing for custom modules if any. The inputs for this activity will be the
design documents approved by TNIFMC.
b. The Process of User Acceptance Testing is outlined below:
i. The Service Provider will design detailed procedures for User Acceptance and also
develop the UAT plan.
ii. UAT shall be done at TNIFMC. Module wise bugs report shall be submitted to the
TNIFMC. The issues shall be resolved and retested by Service Provider. The test cases
for UAT will be given by the Service Provider and validated by TNIFMC and approved
by TNIFMC. TNIFMC would inform the defects identified in each round of UAT to the
Service Provider. The Service Provider will be required to troubleshoot or resolve the
defects and resubmit the application to TNIFMC. This process of UAT will continue in
an iterative manner to the satisfaction of the Client.
iii. The Service Provider also needs to ensure that errors/ defects detected in previous
round of tests do not get repeated in successive tests.
iv. The changes if any at this stage shall be made in the software without any additional
cost and it shall be updated in SRS and Gap Analysis Document. The UAT shall be
completed and signoff shall be obtained from TNIFMC.
9.2.5. Release Management
a. Application updates should happen as per a pre-published release plan with appropriate
measures taken to safeguard data. Maintenance windows should be designated
appropriately.
9.2.6. Capacity Building and Training
a. Training plan for TNIFMC has to be prepared based on the training needs and objectives. The
major components of capacity building and training programs are:
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 41
i. Identification of training objectives for each year during the Contract Period;
ii. Planning and Scheduling;
iii. Preparation of training materials, help files and etc.;
iv. Provide the required training materials, manuals, help files in both soft and hard
copies during the training session for all trainees;
v. Conduct the training program on a yearly basis;
vi. Address the user issues and resolve if required;
vii. Get feedback and close the feedback loop.
b. The venue, refreshments and other facilities will be provided by TNIFMC. The Service Provider
should work out a training and capacity building plan with proper schedule and submitted as
part of the overall plan for the project.
9.2.7. Software Freezing
After UAT, the software shall be finalized for all the standardized parameters. The System shall be
ready for Go Live.
9.2.8. Go-Live and Hand Holding
The Service Provider shall size the hardware and software requirements for hosting & deployment and
the final instances shall be made available to TNIFMC. Appropriate documentation in terms of
configuration items, user manuals, etc. shall also be made available at this time
9.2.9. IT Infrastructure
a. The Service Provider shall be responsible for hosting the system (responsive) for TNIFMC in a
pre-agreed Cloud environment.
b. Hosting must be done in India and with a DR Site in the country.
c. The proposed solution should provide followings without compromising in the quality &
performance of the services:
i. High Reliability
ii. High Availability (24*7*365) i.e. >99% Server Uptime
iii. High Scalability (minimum 40 and a peak of 100 concurrent users who might be
located at different locations) with Load Balancing & Clustering as per the need.
d. The Service Provider is responsible for deploying, commissioning and configuring the software
on their proposed cloud configuration.
9.2.10. Implementation and Support
The Service Provider’s responsibilities during this phase would include:
i. Implementation, commissioning and Hosting of the applications on the cloud configuration.
ii. Provide technical support to resolve any issues logged by internal and external stakeholders
through the internet / Helpdesk.
iii. Engage in installation of software as per the pre-agreed maintenance timeframes.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 42
9.2.11. Software Change management
a. Making enhancements / modifications to the application arising from changes in legislation or
regulations or change in user requirements or any other factors.
b. Any change to the application from the System Requirements Specification (SRS) document
and GAP analysis document agreed and signed-off by TNIFMC. The Service Provider is
expected to adopt the relevant procedures, protocols and standards of a mature Software
Development Life Cycle (SDLC) including (but not limited to) the following for any
enhancement / amendment done to the application during the course of the Project.
i. Feasibility study / Proposal for change
ii. Requirement study
iii. Design
iv. Development
v. Unit and Integration testing
vi. User acceptance testing
vii. Rollout
c. Before proceeding to the next phase, the Service Provider shall ensure that formal approval
of the TNIFMC for deliverables (including documentation) is obtained.
d. Even for enhancements/amendments to the application, the Service Provider will be required
to prepare all documentation applicable as otherwise done for the Application as per industry
standards. This includes but not limited to:
i. Change request logs
ii. Design documents
iii. Test documents
e. All change requests that may be required for any reason by TNIFMC shall be made in
accordance with the procedures to be established by TNIFMC in this regard. The Bidder shall
ensure nil downtime of software, prompt execution of customization and enhancement
requirements, version control mechanism and also to develop smooth upgrades and version
changes, ongoing training and feedback mechanism. Change requests shall be considered only
up to 25% of the value of Contract (Contract Price) for any increase in scope of work. For
finalizing the cost implications of the change requests, rates specified under Form-12 of the
Financial Proposal/ Bid will be considered.
f. Preparing at-least the following documentation as per industry standards at the
implementations stage:
i. Application release documents
ii. User manuals &Training manuals
iii. Detailed documentation of any changes to the application including proposed
changes, impact to the system in terms of functional outcomes/additional features
added to the system etc.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 43
9.2.12. Software Documentation
An indicative list of documents to be developed and maintained by the Service Provider is mentioned
with various activities above. All documentation should be prepared as per latest Industry standards
and should incorporate necessary version control mechanism.
9.3. Functional Requirements of the Integrated Information Management and Monitoring System
9.3.1. System-1: Deal Tracking and Monitoring System (CRM)
9.3.1.1. Desired System Capabilities
The purpose of the Deal Management System is to manage the sales (deal) pipeline from Origination
to the end state of approved/dropped. The Deal Movement stages are: Level 0, Level 1, Level 2,
Approved, Warm or Dropped. The system should allow users to add and edit deals as well as upload
supporting documentation. Approval workflows should also be built in to help with reviewing due
diligence as well as noting Investment Committee decisions. The system must integrate with the
Document Management System. It should also be capable of tracking action items.
9.3.1.2. Lead Creation, Ownership and Lifecycle
• Add multiple attributes for a given deal such as the name, vertical, description, stakeholders
who are involved, size of deal. There will be a mix of attributes including blocks of text.
• Assign tags and other attributes to make it easier to filter and search such as criticality,
origination, cluster, closure date.
• Configurable deal approval workflows with different stakeholders’ approval.
9.3.1.3. Due Diligence
• Stage specific capture of documents, checklists, Notes and Approval
• Link to Document Management System to manage material supporting the due diligence
process. Documents may be of type legal, financial, ESGMS, reports and have different file types
such as MS Excel, MS Word, PDF, images.
• Link to Issue Management System for tracking issues and action items from reviews and
Investment Committee Meetings
• Support the ESGMS clearances during the process of project approval (see ESGMS section for
more information) through integration with ESGMS system or creation of ESGMS requirement
checklists
• Record the entire history of the deal from first logging to approval or rejection
9.3.1.4. Dashboards
• Provide standard reports on the pipeline such as number of deals per quarter/year, open deals,
open by cluster/SPV and other customizable views.
• Allow user to view financial summaries of estimated portfolio size, average investment size and
other customizable views.
9.3.1.5. Other Technical Requirements
• Ability to search and filter deals by multiple fields
• Role based access to add, edit, view, approve, etc.
• Capture action items through the workflow, enable alerts on open action items and email
reminders with escalation mechanism or integration with Issue Management System
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 44
• The System should provide API’s or other means to extract the data for integration into a
centralized TNIFMC Data Lake
PROJECT IMPLEMENTATION, EXECUTION, MAINTENANCE
9.3.2. System-2: Construction Project Management System
TNIFMC anticipates managing several investments and therefore construction projects in parallel. The
main challenge is in collecting data from various developers and PMCs who may have their own
systems.
The proposed system should serve as the system of record for all projects. The end goal for collecting
the data is to manage the time, cost, quality, EHS and regulatory compliance elements to ensure that
the project is executed smoothly. This system or set of systems should integrate with Document
Management, Issue Management, Risk Management and the Finance Module of ERP. Reporting and
predictive modeling to anticipate risks would be good value adds in this context.
The proposed system should meet the minimum requirements as outlined below.
9.3.2.1. Integrated Schedule and Quantity Tracking (BOQ)
• Should be able to accept a project plan in standard project management software (such as
Microsoft Project or Oracle Primavera) format.
• Should also be able to accept the bill of quantities (BOQ) either manually or via spreadsheet
(Microsoft Excel etc.) upload.
• Should be possible to break down the quantities from the BOQ at the schedule activity level so
as to enable detailed and accurate progress tracking in terms of time and cost.
• Should be able to forecast delays in various milestones based on the project plan, quantities
and current progress.
• Should be able to capture data around and forecast delays due to project coordination issues,
receiving documents.
• Should be able to forecast material requirements and labour requirements in real time based
on schedule changes.
• Should generate alerts and notifications based on rules.
• Should allow for changes to the schedule based on progress (or lack of it) and changes to the
BOQ as project scope changes during the course of the project.
• Should be able to project and predict the future end date of the project based on progress (or
lack of it) and the associated inter-linked issues and documents.
9.3.2.2. Project Finance Management System
• PMC should be able to upload and create invoices based on Milestones or BoQ.
• SPV identified stakeholders should be able to approve the invoices as appropriate. Role based
access should be given to stakeholders for entering, viewing, reviewing data.
• Should integrate with F&A module of the SPV.
Note: It is quite possible that TNIFMC might use the Project Finance and Cash Management System
from their Partner Banks. In the eventuality of this, the Service Provider should integrate their module
(both pull and push of the appropriate data) with the Bankers Project Finance and Cash Module (this
will be the Master system for this functionality). The approach to be chosen will be finalized during
the requirements finalization/Gap Analysis phase of the assignment.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 45
9.3.2.3. Controlled Updates from Site and Approvals
• Should allow for progress update on the activities including any quantity progress if applicable.
The update should be possible from a web portal or a mobile Proposal/ Bid, with support for
offline update with subsequent “synchronization” from mobile in case of remote locations. It is
expected that the update will be done by contractor’s engineers at the site.
• Allow for the site personnel to create issues linked to tasks that hinder (or enable) progress and
allow for that issue to be tracked to closure
• Allow the administrator to modify, approve or reject updates from the site and support a
workflow for raising questions/issues and closing them when such approvals are done.
• System should capture long text-based (unstructured) updates and attachments from the PMC
or Spot Team nominated by Head of Projects note their observations or report on the
progress/status of the project.
9.3.2.4. Quality Inspections
• Should allow for all the quality inspection checklists to be automatically loaded onto the system
using an Excel or equivalent data source.
• Should allow for quality inspection checklists to be attached to schedule line items so that good
quality control measures are established on an ongoing basis during project execution.
• Should allow for Contractors/PMC to submit quality inspection requests electronically,
preferably from a mobile interface, from the site to the quality team.
• Should allow for the quality inspection team to fill out the inspections electronically, from a
mobile interface, and either approve them or reject them for rework.
• Should store approved checklists as an electronic document that is retrievable on demand
during the project execution.
• Quality inspection status should be viewable by all including the quality team as a set of
dashboards and reports.
• System should allow Quality team to raise NCs and Observations, identify root cause and
resolutions and have the history of individual NCs be tracked and traced between execution
team and quality team.
9.3.2.5. Compliance Artifacts (Please see ESGMS for detailed requirements)
System should allow the set-up of custom forms/checklists and have a provision for the PMC or Spot
Team to upload documents against specific compliance requirements. These documents may include:
• Compliance with labour laws – facilities provided to workers such as sanitation, adequate
shelter, safety equipment, creche at site
• Insurance details to be captured for policies
• Site-level ESI, PF, labour licenses
9.3.2.6. Standardized Templates
• Standard Templates should be provided for different projects based on their type and the level
of controls desired.
• Role based access should be given to users to set up projects using pre-defined templates.
9.3.2.7. Data Access
• The System should provide API’s or other means to extract the data for integration into a
centralized TNIFMC Data Lake
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 46
9.3.3. System-3: Occupational Health and Safety (OHS)
The OHS System or module should meet the minimum requirements outlined below:
• Track the number of incidents on the site with appropriate details such as date and time,
severity, root cause, any photographs
• Support audit checklists, capture information and observations
• Monitor key environmental metrics pertaining to a project such as air quality, waste, spills,
emissions, etc.
• Capture training dates, attendees, topics, and other training details
• Should provide for audits and reporting
• Role based access to input data and approve workflows
• Ability for external systems to access data via API’s or other means.
9.3.4. System-4: Environmental, Social & Governance Management System (ESGMS)
9.3.4.1. Desired System Capabilities
The templates for each stage of the ESG review process are similar. The system will need have 10
forms and 4-5 sub-forms with the following features. Each form supports ESGMS requirements at one
stage of the project lifecycle and the project should meet a set of criteria defined for that phase.
The requirements for the ESGMS assessment forms are given below:
• The form should display the list of criteria for evaluation. Against each criterion, there should
be a set of fields for user input:
o Qualitative description of the degree of compliance with the identified criteria
o A categorical evaluation of the compliance (yes, no, needs investigation, not applicable,
etc.)
o Supporting documentation based on which the evaluation has been completed linked to
the Document Management System
o Link to sub-sheets if any (sub-forms are structured the same way as the main form)
o Other fields may be required in a web-based system which are not currently captured
such as the name of the reviewer, time stamps and so on.
• Once the user inputs the categorical evaluation for each line item, the system should calculate
the overall compliance status for the given ESG criteria.
• The score for individual steps should also roll up into a project-level score.
The system that is deployed should be sufficiently customizable to support ESG evaluation as the
criteria and process evolve over time. Additional system capabilities needed are:
• System should contain the inputs as well as outputs for each step of the ESG review process. It
should also allow record management for all the supporting documents (hard copy, soft copy)
created.
• Dashboard which captures the current state for all projects as well as leads. This dashboard
should show the status of a given project across dimensions with details available on drill-down.
• Workflow management system to manage the flow of information, approvals, track change in
status of the action items, etc.
• Automated process to generate larger documents from key inputs provided to the system. The
larger documents would be based on standard templates. This requirement is optional at the
start.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 47
9.3.4.2. Enterprise-wide Systems
These systems will be required to manage data at TNIFMC level as well as at individual SPV/BU levels.
A single employee in the SPV Operations team might be a part of several projects and their time may
be shared across multiple SPV’s. The systems should be able to manage the allocation, costing and
other implications of this organization structure. The solution will be required to support each entity
individually as well as allow information to be consolidated across SPVs.
Multi-level approval workflows should be role based for all functions. The minimum requirements for
the systems are outlined below.
9.3.4.3. ESGMS and Compliance Requirements
ESGMS requirements are embedded into all of the other processes. This is a consolidated picture of
all the ESGMS requirements across different stages of the Project Lifecycle.
TNIFMC has a comprehensive ESG Management System (ESGMS) which complies with Indian
regulatory frameworks (environmental, social, governance) as well as those specific to the state of
Tamil Nadu. Additional requirements are also incorporated to comply with certain International
Standards including the requirement of major investors such as the World Bank and Asian
Development Bank.
In addition to describing and setting the ESG policy, the ESG team ensures compliance at every stage
during the project lifecycle from the investment appraisal phase when proposed projects can be
vetoed to the point of exit where conditions and better practices can be recommended for the new
management.
9.3.5. System-5: Finance & Accounting
The system will be required to support all standard finance processes and generate the reports
required for compliance and governance.
9.3.5.1. Minimum requirements
• Accounts receivable, Accounts Payable
• Ledger Management
• Management of cost centres
• Financial flows – releasing funds to ventures
• Managing cash flows, finances of the venture
• Tax compliance including – Service tax, TDS, GST, etc.
• Project wise, company-wise and BU wise P&L statements
• Financial reporting per compliance requirements
• Risk Management
• Controls
• Invoices, Approvals, Payments at a project level
• Expense reports – managing expenses, reimbursements, accounting to the appropriate
SPV/Fund, etc.
• Managing insurance policies and triggers to renew policies when close to expiry
• Budget vs Actuals to be captured and monitored at SPV and TNIFMC level
• Provision for reports and basic analytics
• Multi-level approval workflows should be role based
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 48
9.3.6. System-6: HR and Employee Self Service
As a growing organization, TNIFMC will require automation of the HR function. Some processes, such
as Payroll, which are currently outsourced might be later brought in-house and the system should be
capable of supporting them as well.
9.3.6.1. High Level Requirements
• Employee records and database with all demographic information, employment details and
other custom information
• Support for interviews and onboarding
• Compensation planning and supporting records
• Payroll processing
• Labour laws and compliance reports
• Policy documentation
• Grievance redressal system to collect feedback
• Appraisal Management and Performance Evaluation
• Employee self-service such as leave management, reimbursements.
9.3.7. System-7: Procurement and Vendor Management
Procurement needs fall into three types. Works procurement, goods procurement, service.
Procurement needs should be managed at TNIFMC level as well as SPV level.
9.3.7.1. High Level Requirements
• RFP Management System
• Technical Evaluation System
• Purchase Orders management
• Contract Management including:
o Alerts for contract renewal when validity is ending
o Claims settlement and capturing documentation/correspondence
o Managing Bank guarantees and flagging any expiry
• Supplier database and supplier relationship management
• Reporting on the various expenses
9.3.8. System-8: Document Management System
The Document Management System is one of the key components of the TNIFMC IT Architecture and
it should support integration with a number of other systems including Deal Management, Project
Management. The system will serve as a central repository for all documentation around a particular
project throughout its lifecycle.
The Document Management System will hold several types of documents including (but not limited
to) Legal, Financial, Due Diligence, Project Reports, Board Notes, etc.
9.3.8.1. Minimum Requirements
• Cloud storage, ability to access documents from any device
• Access control and fine-grained permissions
• Locking documents, check-in, check-out, version control
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 49
• Intelligent search across documents – beyond simple text matches
• Collaboration and version control to freely share versions across for review
• Ability to tag documents and retrieve by tag – project, process, stakeholder, etc.
• Back-up and availability
• Ability to hyperlink sections or references in other documents, entities. For example, DFR/DPR
would be referenced in multiple other documents
• It should support review and annotation of documents
• Digital signatures for applicable documents
• Standardized templates for various processes
• Support multiple file types such as MS Office documents, photos, videos, HTML, text, links.
9.3.9. System-9: Dashboards and Reports (MIS)
9.3.9.1. Desired System Capabilities
• Several data sources will feed into the reports. The system should be capable of supporting
these sources via connectors or live feeds. Ability to generate real time reports and dashboards
• Ability to display quantitative and qualitative information – much of the compliance information
might be text as opposed to numbers
• Ability to link reports, drill down, aggregate, etc.
• Ability provide lookahead information
• Reports and dashboards should be configurable such that each user gets to see their own
dashboard per their role in the project organization.
• Ability for automated reports to be sent as and when needed to various stakeholders without
needing manual intervention.
9.3.9.2. Indicative List of Reports
i. Construction Project Monitoring
• Construction timelines, budgets, overruns, dependencies, risks, etc.
• Progress by different heads: civil, plumbing, electrical, etc.
• Progress by various sub-contractors
• ESG monitoring as per compliance requirements
• OSHA, EHS reports
• Insurance Reporting – asset value, coverage per requirements, etc.
• The system should contain standard reports and dashboards such as daily progress
report, weekly progress report, daily labor report, monthly progress report, S curves,
pendency reports, quality inspection status, quality NC and Observations status, and
other such reports, charts and tables.
ii. Treasury/CFO Dashboard
The financial reporting will need to be at SPV level with provision to aggregate to TNIFMC
level. The categories of reports needed are given below:
• Standard accounting reports
o Trial Balance
o P&L
o Cash flow statements
• Financial performance assessment reports
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 50
• Fund utilization report including key ratios
• Variance reports
• Ageing reports for accounts payable, receivable
iii. Procurement
• RFPs: number at project level and SPV level by value, status
• Contract validity, bank guarantee validity
• Monitoring creditors, suppliers etc.
9.3.10. System-10: Issue Management and Alerts
The Issue Management System is required to integrate with several other systems and support some
key business processes including Deal Management, Investment committee meetings, Construction
Project Construction Management, Board Meeting, Audits.
9.3.10.1. Minimum Requirements are outlined below:
• Creation of issues with parameters like criticality, closure dates, assigned to, organization
• Ability to track action items logged after review meetings
• Create dependencies on individuals and assign action items
• Ability to close and reopen issues
• Link to Directory of people/email ids
• Reports based on: open, closed, reopen stages, criticality, dates, assignees, owner, organization
• Generation of Alerts
• Integration with Mail and Document management system
9.3.11. System-11: Meeting Management (IC, Board)
The Meetings Management System is required to integrate with several like Document management
system, Deal management system, issue management system and collaborations systems like email
and calendar. This system will be used to manage and maintain records of committees such as
Investment Committee and Board Meetings.
Minimum requirements are outlined below:
• Digitize all IC and Board Meetings.
• Able to collate issues and documents from the various stakeholders into a comprehensive
agenda that can be automatically distributed to all stakeholders before the meeting
• Concerned Deal Owner / Company Secretary coordinators to automatically distribute meeting
minutes along with all supporting documents once the minutes are captured in the system
• Integrate with the issue Management system and have the ability to automate follow up on
the open agenda items and help drive it to closure
• All supporting documents for meetings to be distributed along with the meeting minutes.
9.3.12. System-12: Risk Management and Alerts
Capture Risks at proposal, project, SPV or enterprise level with owner, complexity of Risk, type of Risk
and a Risk Mitigation Plan
• Ability to Monitor risks by Owner/Project/Complexity/Type/Date
• Ability to Update the status of the Risk as time progresses
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 51
• Optional: Proven Algorithmic approach to evaluate risks on multiple parameters and provide
alerts based on threshold values
9.3.13. System-13: Compliance Reports
9.3.13.1. Minimum requirements
• Cash flows and other regulatory compliances for financial accounting
• Key Process Indicators for board meetings
• Compliance reports for board meetings – project governance, project risk, due diligence
checklists for projects close to approval
• Compliance Reports to be submitted to various government departments/agencies/statutory
bodies.
• Minimum requirement:
o GST - Statement relating to Supply of services
o GST Return
o TDS Payment
o TDS Return
o Company Tax
o Professional Tax
o Meeting of Internal Complaints Committee - under Sexual Harassment Act
o For each fund: SBI CAP trust deed Quarterly Return submission - Statement of Bank
account opened in connection with fund / or this agreement
• Recording compliance status for various laws including supporting documentation as
applicable. Minimum requirement:
o Labour Laws
o The Companies Act, 2013
o The TN Shop and Establishment Act
o The Sexual Harassment Act
o Company Tax
o Professional Tax
o Income Tax Act
o GST Compliances
o TDS Remittance
o Companies Act, 2013
o Securities and Exchange Board of India Act
o Securities and Exchange Board of India Act
o The Prevention of Money Laundering Act, 2002
o The Prevention of Money Laundering Act, 2002
o Income Tax Act
9.3.14. Infrastructure Needs
9.3.14.1. IT Security
• Systems should implement a Single Sign on and preferably integrate with Microsoft accounts
being used for email
• All systems are required to have Role Based Access.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 52
• The same user can have different levels of access across documents and approval steps in
workflows. These should be achievable with a single set of credentials
9.3.14.2. Business Continuity Planning
• A comprehensive Backup (Full system and Incremental) and Restore system with automate
scheduling for backup and restore
• A Mirrored alternate system hosted at a secondary site which is situated at a different seismic
zone from the primary site, which is separated by a minimum distance of 500 kms as per Best
Industry Practices followed globally.
• In addition, Data backup at TNIFMC’s premises or designated systems shall be done on a daily
basis.
9.3.14.3. Additional Data Requirements
The software must provide APIs or other methods of data extraction for access to all the generated
data by usage of the system to TNIFMC. The solution shall also provide integration with TNIFMC’s self-
managed Data Lake to export all data periodically as agreed during system deployment. This
periodicity should be configurable should the needs of TNIFMC change over the course of use.
9.4. Non-Functional Requirements
The following are the non-functional requirements:
a. Bug fixes and updates to the asset or the underlying software stack as part of scheduled
maintenance roll-out windows.
b. Bidder is required to provide scheduled operations 24 hours a day, 7 days a week, for all
systems.
c. The bidder is required to provide 99% system availability uptime measured over a calendar
month based on Service Hours of 24/7/365 for the core modules.
d. The bidder shall provide SLA metrics for database backup, recovery and maintenance.
e. The bidder shall support resolution times for reported incidents as follows:
i. Level 1 Severity - 4 hours
ii. Level 2 Severity - 8 hours
iii. Level 3 Severity - 16 hours
iv. Level 4 Severity - Next release
9.4.1. Warranty and Operation & Maintenance
a. The Service Provider should maintain the system for a period of 60 months after the warranty
period of 8 months after Go-Live. The scope of work for warranty and Operation &
Maintenance consists of the comprehensive regular timely operations, maintenance, CR
implementation, upgrade of H/W and S/W components to meet the organization growth and
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 53
usage of systems to meet the performance and BCP requirements, managing the system alerts
& events, SSL implementation and maintenance,
b. Apart from the above the following detailed activities should be performed one or more times
based on the requirement:
i. Bug fixes and updates to the asset or the underlying software stack.
ii. Server-side activities required for proper functioning, but not limited to:
configuration, fine-tuning, optimization, scripting, and addition/soft deletion/
updation of features for the applicable web server(s), application server(s), database
server(s) etc.
iii. Feedback-based continuous improvement.
iv. Identification of Preventive and corrective measures with the respect to the changes
occurring.
v. Maintain a log for the operations being done which can be used for further action.
vi. BCP management
9.5. Project Timeline
The following table provides the project timeline (the “Project Timeline”) which need to be adhered
to in all possibilities by the Service Provider:
Milestones Timelines (in month)
Issue of Letter of Acceptance (LoA) T0
Submission of Performance Bank Guarantee T1 = T0 + 10 days
Signing of Contract T2 = T0 + 21 days
SRS and / or Gap Analysis Document Sign off T3 = T2 + 2 months
Development& Integration Testing T4 = T2 + 5 Months
UAT Sign-off, Training, Go Live T5 = T2 + 6 Months
Warranty T6 = T2 + 12 Months
Operations and Maintenance T7 = T2 + 72 Months
Note: Penalty will be levied for any delay as per Clause. 7.11 of the Model Form of Contract.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 54
9.6. Deliverables and Timelines
The Service Provider shall deliver the following:
a. Project Plan and Schedule along with Project Implementation Timeline
b. Design Documents
c. Solution Method and Approach
d. Software Requirement Specifications (SRS) and/or GAP Analysis document
e. Work Breakdown Structure
f. Test reports for UAT
g. Release Management Plan
h. User Manuals, Help files, training materials and Trainings
i. Backup, restore procedure
j. SOP (Standard Operating Procedures) for O&M
k. Source code of application systems developed as part of the Project
l. Status Reports as per agreed frequency
m. Minutes of Meetings
9.6.1. Milestone Deliverable Matrix
Sl.
No.
Milestone Deliverable(s) Approval/ Sign-off
Authority
1 SRS/GAP Analysis SRS document, Use Cases, Test Cases
& CRs
TNIFMC
2 Design Design Documents, Updated Plans,
updated SRS & CRs
TNIFMC
3 Development CRs & latest Source code version TNIFMC
4 System Testing
(including
Integration)
Test report, Action taken Report on
Issues & CRs
TNIFMC
5 UAT sign off UAT report, Action Taken Report on
Issues & CRs
TNIFMC
6 Training Training materials, Participation list &
Feedback form
TNIFMC
7 Implementation Server Logs for successful deployment
and configuration, Screen shots of the
Application, reports from the Live
system and Source code of entire
system (latest version deployed in the
Go-Live system)
TNIFMC
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 55
Sl.
No.
Milestone Deliverable(s) Approval/ Sign-off
Authority
8 Release Notes Information on Build versions along with
its relevant source code files and its
related versions
TNIFMC
9 Warranty Support Bug fixing report, system Tuning report
& Patch update. Incident and resolution
report, Support personnel attendance if
required (in case of T&M payments),SLA
compliance report, CRs, production
support details report, Monthly task
completion
report.
TNIFMC
9.7. SLA Monitoring and Warranty
9.7.1. Service Level Agreement
a. The System should be developed, deployed and hosted at the central server. Necessary
application level support should be mainly at the server side. However, client level support
shall be required when the issues are reported by TNIFMC.
b. The Service Provider shall ensure system uptime more than 99%. The uptime will be
monitored on a quarterly basis.
c. The Contract is for a period of 72 months (6 months for Development and Deployment,
6 months for Warranty Support and 60 months for Operations & Maintenance). The SLA will
be closely monitored during this period.
d. The on-call / on-site support persons shall handle the service calls and comply with the SLA.
Any bugs or errors beyond the level of on-call / on-site support, the service shall be escalated
to the back-office team for rectification.
e. The Service Provider will maintain logs for the entire Contract Period.
Sl.
No.
Service Expected
service Level
target
Penalty
1 System
Support -
System
Availability
99% uptime a) 95% to 98.99%: 1% of milestone payment amount for every week from the date of SL slippage with a cap of 10% of milestone amount.
b) Less than 95%: 2% of milestone payment amount for every week from the date of SL slippage with a cap of 10% of milestone amount.
c) Beyond 10% penalty for the milestone, TNIFMC may take a decision as per the exit clause.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 56
2 Response
Time for the
Forms in
Application
1 second a) For < 2.00 second: No penalty b) For > 2.00 sec and < 3.00 seconds: 1% of milestone
payment amount for every week from the data of SL slippage with a cap of 5% of milestone amount
c) For >3.00 seconds: 2% of milestone payment amount for every week from the data of SL slippage with a cap of 10% of milestone amount
9.7.2. Warranty Period
Warranty should be covered for the duration of 6 (six) months from date of successful Roll-out of the
Project/ achieving Project Go-Live.
9.8. Payment Terms
13.8.1. No advance payment will be paid.
13.8.2. Payment for Base of 40 Users
The Contract Price to be paid to the Service Provider shall be calculated as follows:
Item No.
Item Description Terminology Value
1. Total Cost for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 1st year of Contract Period including GST
C1 C1
2. Total Cost for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 2nd Year of Contract Period including GST
C2 C1 x (1+X2/100)
3. Total Cost for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 3rd Year of Contract Period including GST
C3 C1 x (1+X3/100)
4. Total Cost for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 4th Year of Contract Period including GST
C4 C1 x (1+X4/100)
5. Total Cost for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 5th Year of Contract Period including GST
C5 C1 x (1+X5/100)
6. Total Cost for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 6th year of Contract Period including GST
C6 C1 x (1+X6/100)
Contract Price C C1 + C2 + C3 + C4 + C5 + C6
13.8.3. Payment for Additional Users
Payment towards providing the Services for additional (Segments of) users during the Contract
Period will be computed based on the rates calculated below for each year:
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 57
Item No.
Item Description Terminology Value
1. Cost for providing the Services for 1 Segment of additional users during the 1st Year of Contract Period
A1 A1
2. Cost for providing the Services for 1 Segment of additional users during the 2nd Year of Contract Period
A2 A1 x (1 + Y2/100)
3. Cost for providing the Services for 1 Segment of additional users during the 3rd Year of Contract Period
A3 A1 x (1 + Y3/100)
4. Cost for providing the Services for 1 Segment of additional users during the 4th Year of Contract Period
A4 A1 x (1 + Y4/100)
5. Cost for providing the Services for 1 Segment of additional users during the 5th Year of Contract Period
A5 A1 x (1 + Y5/100)
6. Cost for providing the Services for 1 Segment of additional users during the 6th year of Contract Period
A6 A1 x (1 + Y6/100)
13.8.4. Stage-wise payment will be released based on the Payment Milestones fixed and listed against
the Deliverables/ Events in the table below:
S. No. Deliverables/ Events Fee Payment
Milestone
1. Design Document Sign-off and GAP
Document Sign-off
15% of C1 On approval/
sign-off by
TNIFMC
2. UAT Sign off 20% of C1 On approval/
sign-off by
TNIFMC
3. Training & Go Live 15% of C1 On approval by
TNIFMC
4. On completion of 3 months of
Warranty Support Period from the
date of achieving Project Go-Live
25% of C1 + (A1 x N2 x P3) On approval by
TNIFMC
5. On completion of 6 months of
Warranty Support Period from the
date of achieving Project Go-Live
25% of C1 + (A1 x N x P) On approval by
TNIFMC
6. Quarterly Payment during O&M Period
of 60 months
25% of Cn + (An x N x P)4 On approval by
TNIFMC
2 “N” shall be the number of Segment(s) of additional Users to whom the Services have been rendered by the Service Provider, during the corresponding Payment Milestone period. 3 “P” shall be the pro-rata ratio of the number of days for which the Services have been rendered to additional Users by the Service Provider against the total number of days in the current Payment Milestone period. 4 “n” denotes the current year during the Operations & Maintenance (O&M) Period of the Contract and shall be a whole number from 2 to 6.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 58
13.8.5. Payment for Change Request(s)
All Change Request(s) implemented by the Service Provider shall be paid as per the calculations
shown below, on approval by TNIFMC:
Payment for Change Request(s) = Mn x Ri5
Payment for Change Request(s) shall be made in addition to the payments specified in the table
above for each Payment Milestone, against the corresponding Deliverables/ Events.
Change requests shall be considered only up to 25% of the value of Contract (Contract Price)
for any increase/ decrease in scope of work.
13.8.6. Any payment due to the Service Provider will be released within 30 days from the date of
receipt of bills, provided the corresponding Deliverable submitted by the Service Provider has
been approved by the Authority or the occurrence of the corresponding Event has been
acknowledged by the Authority.
13.8.7. The TDS amount, Penalty if any, will be deducted from the payment due to the Service
Provider.
13.8.8. Payment will be processed only after receipt of the Invoices for the respective Payment
Milestone in original from the Bidder.
13.8.9. All Payments shall be made in Indian Rupees only.
5 “Ri” shall be the number/ quantum of man-month effort spent by the Service Provider out of the total number/ quantum of man-months approved for implementing a specific Change Request, during the corresponding quarter for which payment is made. “i" corresponds to the order of Change Request(s) that are under implementation at any point of time during the corresponding payment milestone, starting from 1 i.e. when i takes the value of 1, the calculations correspond to Change Request No. 1, when i takes the value of 2, the calculations correspond to Change Request No. 2 and so on. All Change Request(s) shall be sequentially numbered during the Contract Period.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 59
Formats for Submission of Technical
Proposals/ Bids
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 60
Form-1: Covering Letter for Submission of Proposal/ Bid {To be issued on the letterhead of the Sole Bidder/ Lead Member of the Consortium}
Date: __________
To
The Chief Executive Officer,
TNIFMC Ltd.,
No.19, TP Scheme Road,
RA Puram, Chennai - 600 028.
Sub: Proposal for Design, Development and Implementation of Information Management and
Monitoring System for TNIFMC
With reference to the RFP published with Ref No: TNIFMC/IT/2020-2021/_________, I/We,
having examined all relevant documents and understood their contents, hereby submit our Proposal/
Bid for Design, Development and Implementation of Information Management and Monitoring
System for TNIFMC.
I/ We acknowledge that the Authority will be relying on the information provided in the
Proposal/ Bid and the documents accompanying the Proposal/ Bid for assessing our eligibility for
submitting this Proposal/ Bid, and we certify that all information provided in the Proposal/ Bid are
true and correct, nothing has been omitted which renders such information misleading; and all
documents accompanying such Proposal/ Bid are true copies of their respective originals.
I/ We shall make available to the Authority any additional information it may deem necessary
or require for supplementing or authenticating the Proposal/ Bid.
I/ We acknowledge the right of the Authority to reject our Proposal/ Bid without assigning any
reason or otherwise and hereby waive our right to challenge the same on any account whatsoever.
I/ We, {as a Sole Bidder or the Lead Member of the Consortium} undertake that:
i. we have been in the business of Software Development, Customization,
Implementation and/ or Hosting of Software(s) in {India/ in _______________
(mention the respective county of operation)}6 during the last 5 (five) completed
financial years prior to the Due Date for submission of Proposal/ Bid and continue to
be operational as on the date of submission of this Proposal/ Bid.
ii. {the Other Member Firms in the Consortium have been in the business of Software
Development, Customization, Implementation and/ or Hosting of Software(s) in India
{/ in _______________ (mention the respective county of operation)} during the last
3 (three) completed financial years prior to the Due Date for submission of Proposal/
Bid and continue to be operational as on the date of submission of this Proposal/ Bid.}
I/ We, {as a Sole Bidder or a Consortium} have a working office in India which has been
operational during the last 5 (five) completed financial years prior to the Due Date for submission of
6 Text within “{ }” shall be customised as applicable to the Sole Bidder or the Lead Member/ Other Members in a Consortium.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 61
our Proposal/ Bid and that the office continues to be operational in India as on the date of submission
of this Proposal/ Bid.
I/ We certify that in the last five years, we have neither failed to perform on any contract, as
evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement
or arbitration award against the Bidder, nor been expelled from any project or contract by any
authority nor have had any contract terminated by any authority for breach on our part.
I/We declare that:
(a) I/ We have examined and have no reservations to the RFP Document;
(b) I/ We do not have any conflict of interest as in submission of the Proposal/ Bid;
(c) I/ We have not directly or indirectly or through an agent engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice; and
(d) I/ We hereby certify that we have taken steps to ensure that in conformity with the
provisions of this RFP, no person acting for us or on our behalf will engage in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice.
I/ We agree and understand that the Proposal/ Bid is subject to the provisions of the RFP
document. In no case, shall I/ we have any claim or right of whatsoever nature if the project is not
awarded to me/us subsequently or our Proposal/ Bid is not opened or rejected.
I/ We have studied the RFP and all other documents carefully. We understand that we shall
have no claim, right or title arising out of any documents or information provided to us by the
Authority or in respect of any matter arising out of or concerning or relating to the RFP Process.
I/ We agree and undertake to abide by all the terms and conditions of the RFP Document. In
witness thereof, I/ We submit this Proposal/ Bid under and in accordance with the terms of the RFP
Document.
Yours faithfully,
(Signature of the Authorised Signatory)
Name:
Designation:
Seal of the Bidder
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 62
Form-2: Particulars of the Bidder
1. Name of the Firm
2. Whether applying as Sole Bidder or Consortium7
3. If applying as Consortium, the role of Firm Lead Member / Other Member
4.
Legal Status of the Firm: (Public Limited/ Private Limited/
Limited Liability Partnership/
Partnership)
(List of Documentary Proofs
furnished)
5. Country of Incorporation:
6.
Registered Office Address:
Telephone Number:
E-mail Id:
7. Year of Incorporation
8. Year of Commencement of Business
9. Principal Place of Business
10.
Brief description of the Bidder including details of
its main lines of business, current activities,
background of promoters and management
structure etc.
(List of Documentary Proofs
furnished)
11. Name, qualification and experience of the firm’s
Director(s) / Promoter(s)
12. Organizational structure of the firm
13.
Authorized Signatory/ Contact Personnel:
Name:
Designation:
Address:
Telephone & Mobile Numbers:
E-mail Id:
7 In case of a Consortium, kindly provide the relevant details separately for each member firm
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 63
Form-3: Technical Experience of the Bidder
Sl.
No.
Name of the
Project/
Assignment
Details of services
provided under the
Project/ Assignment
Name and Address
of the Client/
Authority
Project/
Assignment Cost
(in INR)
Year of
Commencement
Month &
Year of
achieving
Project
Go-Live
Year of
Completion
(incl. O&M)
Document
Enclosed as Proof
of Experience
Note: In the case of Consortium, relevant details in the above tabular format shall be furnished for all the Member Firms separately
(Signature of the Authorised Signatory)
Name:
Designation:
Date:
Seal of the Bidder
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 64
Form-4: Project Data Sheets
(To be furnished for each project/ assignment mentioned in Form-3)
Name of the Assignment: Approx. value of the contract (in US$ or INR):
Country: Duration of Assignment (in months):
Name of the Client/ Authority:
Total No. of staff-months of the Assignment:
Address of the Client/ Authority: No. of staff-months provided by your firm:
Start date (month/year):
Completion date (month/year):
No. of staff-months provided by Partner firms if any:
Name of Partner firms, if any:
Narrative description of Project:
Description of actual services provided by your staff within the assignment:
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 65
Form-5: Suggested Format for Curriculum Vitae
1. Name:
2. Profession/
Present Designation:
3. Years with Firm/Organization: Nationality:
4. Area of Specialization:
5. Proposed Position on Team:
6. Key Qualifications:
Under this heading, give outline of staff member's experience and training most pertinent to
assigned work on proposed team. Describe degree of responsibility held by staff member on
relevant previous assignments and give dates and locations. Use up to half-a-page.
7. Education:
Under this heading, summarize college/university and other specialized education of staff
member, giving names of schools/colleges, etc., dates attended, and degrees obtained. Use
up to a quarter page.
8. Experience:
Under this heading, list all positions held by staff member since graduation, giving dates,
names of employing organization, title of positions held and location of assignments. For
experience in last fifteen years, also give types of activities performed and client references,
where appropriate. Use up to three quarters of a page.
9. Languages:
Indicate proficiency in speaking, reading and writing of each language by 'excellent', 'good'
or 'poor'.
Signature of Staff Member Date:
Signature of Authorised Signatory of the Proposal/ Bid
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 66
Form-6: Financial Information of the Bidder {To be issued on the letterhead of a Chartered Accountant}
I/ we hereby certify that the Annual Turnover of the Sole Firm/ Lead Member of the Consortium8 as
per the audited/ provisional annual financial statements are as mentioned below:
Name of the Firm:
Financial Year Turnover of the Firm
(Amount in INR Lakhs)
Net worth of the Firm
as on 31st March of the
corresponding Financial Year
(Amount in INR Lakhs)
2017-18
2018-19
2019-20
[Please specify if audited/
provisional]
(Signature of the Chartered Accountant with his/ her membership number)
Name:
Designation:
Date:
Note:
i. As a proof for Eligibility Check, the Bidder shall submit the ‘Annual Audited Financial
Statements’ for the last three financial years viz. FY 2017-18, FY 2018-19 and FY 2019-20.
ii. In case the annual financial statements for FY 2019-20 have not been audited till the Due Date
for submission of Bid, unaudited/ provisional statements for the period shall be accepted.
8 In case of a Consortium, kindly provide the relevant details separately for each Member Firm
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 67
Form-7: Declaration for Appropriate Use of the RFP Document
I/We have downloaded the RFP document from the website http://tnifmc.com and I/ we have not
tampered/ modified the RFP documents in any manner. In case, if the same is found to be
tampered/ modified, I/ we understand that my/ our Proposal/ Bid will be summarily rejected and I
am/ we are liable to be banned from doing business with the Tamil Nadu Infrastructure Fund
Management Corporation Limited and/ or prosecuted.
(Signature of the Authorised Signatory)
Name:
Designation:
Date:
Seal of the Bidder
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 68
Form-8: Comments and Suggestions on the Scope of Services
Kindly furnish your comments and suggestions, if any for improving the Scope of Services and timely
completion/ delivery of the Services in this form.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 69
Form-9: Statement of Undertaking for Non-Debarment/
Non-Blacklisting {To be issued on the letterhead of the Sole Bidder/ each Member Firm of the Consortium}
We, _______________________________________________, having our registered office at
___________________________________________________ do hereby undertake and confirm that
we or any of our Promoter(s) / Directors(s) and Consortium member(s) and its Promoter(s) /
Directors(s) has not been de-barred / blacklisted by the Government of India/ Government of Tamil
Nadu/ any other State Government in India/ any Public Sector Undertaking (PSU) of the Central/ State
Governments/ any of its parastatals during the last 5 (five) completed financial years and continue to
remain so till date, which shall prevent us from participating in this RFP process.
It is understood that if this Statement of Undertaking is found to be false in any particular, the
Client shall have the right to reject our Proposal/ Bid and if the Proposal/ Bid has resulted in a Contract,
the Contract is liable to be terminated.
Dated this _____ day of _______, 2020.
(Signature of the Authorised Signatory)
Name:
Designation:
Date:
Seal of the Bidder
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 70
Formats for Submission of Financial
Proposals/ Bids
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 71
Form-10: Financial Proposal Submission Form {To be issued on the letterhead of the Sole Bidder/ Lead Member of the Consortium}
[Location]
[Date]
To
Chief Executive Officer
Tamil Nadu Infrastructure Fund Management Corporation Ltd.,
No.19, TP Scheme Road,
Raja Annamalai Puram,
Chennai – 600028 Tamil Nadu.
Dear Sir,
We, the undersigned, offer to provide the consulting services for Design, Development and
Implementation of Information Management and Monitoring System for TNIFMC in accordance with
your Request for Proposal No. TNIFMC/IT/2020-2021/02 dated [Insert Date] and our Technical
Proposal.
Our attached Financial Proposal is for the amount of INR ________ {Insert amount(s) in words
and figures}, inclusive of all taxes and duties as applicable, towards Total Cost for providing Services
to a base of 40 users across TNIFMC, SPVs and Projects during the 1st year of Contract Period.
Item No.
Item Description Amount (in INR)
1. Cost for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 1st year of Contract Period
Goods and Services Tax @ 18%
Cost for providing the Services to a base of 40 users across TNIFMC, SPVs and Projects during the 1st year of Contract Period including
GST
Discount (Z)
Total Cost for providing the Services to a base of 40 users across TNIFMC, SPVs and Projects during the 1st year of Contract Period
(C1)
Item No.
Item Description Percentage (%)
1. Increase or decrease (X2 %) in cost over C1 for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 2nd year of Contract Period
2. Increase or decrease (X3 %) in cost over C1 for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 3rd year of Contract Period
3. Increase or decrease (X4 %) in cost over C1 for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 4th year of Contract Period
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 72
Item No.
Item Description Percentage (%)
4. Increase or decrease (X5 %) in cost over C1 for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 5th year of Contract Period
5. Increase or decrease (X6 %) in cost over C1 for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 6th year of Contract Period
Note: Please mention percentage values rounded off to two decimal places only. Any numerical value
mentioned beyond two decimal places will be ignored and the value till two decimal places will only be
considered for all calculations.
Our Financial Proposal shall be valid and remain binding upon us, subject to the modifications
resulting from Contract Negotiations, for the period of time specified under Clause 4.5 of the RFP.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
_________________________________________________________________
Signature (of Bidder’s Authorized Signatory) {In full and initials}:
Full name: {insert full name of Authorized Signatory}
Title: {insert title/position of Authorized Signatory}
Name of the Firm: {insert name of the firm in which the personnel is employed}
Capacity: {insert the personnel’s capacity to sign for the Bidder}
Address: {insert the Authorized Signatory’s address}
{In the case of Bidder being a Consortium, the Authorized Signatory of the Lead Member shall sign, in
which case the power of attorney to sign on behalf of the Consortium/ all Member Firms shall be
furnished.}
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 73
Form-11: Financial Proposal: Unit Price for Additional Users {To be issued on the letterhead of the Sole Bidder/ Lead Member Firm of the Consortium}
The Bidder shall quote the Price for providing the Services for additional users during the Contract
Period in the format specified below:
Item No.
Item Description Amount (in INR)
1. Cost for providing the Services for 1 Segment of additional Users during the 1st Year of Contract Period
Goods and Services Tax @ 18%
Total Cost for providing the Services for 1 Segment of additional Users during the 1st year of Contract Period (A1)
Item No.
Item Description Percentage (%)
1. Increase or decrease (Y2 %) in cost over A1 for providing Services to 1 Segment of Additional Users across TNIFMC, SPVs and Projects during the 2nd year of Contract Period
2. Increase or decrease (Y3 %) in cost over A1 for providing Services to 1 Segment of Additional Users across TNIFMC, SPVs and Projects during the 3rd year of Contract Period
3. Increase or decrease (Y4 %) in cost over A1 for providing Services to 1 Segment of Additional Users across TNIFMC, SPVs and Projects during the 4th year of Contract Period
4. Increase or decrease (Y5 %) in cost over A1 for providing Services to 1 Segment of Additional Users across TNIFMC, SPVs and Projects during the 5th year of Contract Period
5. Increase or decrease (Y6 %) in cost over A1 for providing Services to 1 Segment of Additional Users across TNIFMC, SPVs and Projects during the 6th year of Contract Period
Note: Please mention percentage values rounded off to two decimal places only. Any numerical value
mentioned beyond two decimal places will be ignored and the value till two decimal places will only be
considered for all calculations.
_________________________________________________________________
Signature (of Bidder’s Authorized Signatory) {In full and initials}:
Full name: {insert full name of Authorized Signatory}
Title: {insert title/position of Authorized Signatory}
Name of the Firm: {insert name of the firm in which the personnel is employed}
Note:
1. 1 Segment denotes 5 additional users irrespective of the number of active users.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 74
2. Based on the evolving nature of its business, TNIFMC reserves the right to decide and
communicate in writing the number of Segment(s) of additional Users to whom the Services
should be provided by the Service Provider, anytime during the Contract Period.
3. The Service Provider shall make necessary arrangements within 14 days from the date of issue
of such written communication by TNIFMC to provide the Services to such number of
Segment(s) of additional Users.
4. Payment as specified under Clause 10: Payment Terms of the Model Form of Contract shall be
made by TNIFMC on a pro-rata basis, by calculating of the number of days the Services have
been provided for the additional Users till the last day of the current Payment Milestone Period
against the total number of days in the corresponding Payment Milestone.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 75
Form-12: Financial Proposal: Average Manpower Cost for Change
Request {To be issued on the letterhead of the Sole Bidder/ Lead Member Firm of the Consortium}
The Service Provider shall provide the average manpower cost (across Project Team/ Key Personnel
deployed for the assignment) per man-month effort which may be applied for change request(s) and
custom development post achieving Project Go-Live i.e. during the Warry Support Period and
Operations & Maintenance (O&M) Period of the Contract, in the format specified below:
Year of Contract Period Average Cost per
Man-month Effort (Amount in INR)
GST @ 18% (Amount in INR)
Average Price per Man-month Effort (Amount in INR)
1st Year of Contract Period (post achieving Project Go-Live/
during Warranty Support)
M1
2nd Year of Contract Period M2
3rd Year of Contract Period M3
4th Year of Contract Period M4
5th Year of Contract Period M5
6th Year of Contract Period M6
(Signature of the Authorised Signatory)
Name:
Designation:
Date:
Seal of the Bidder
Note:
1. The Authority shall communicate the Change Request(s) in writing anytime during the Contract
Period.
2. The Service Provider shall make necessary arrangements within 14 days from the date of issue
of such written communication by TNIFMC to implement the Change Request(s).
3. Any Change Request communicated by TNIFMC and implemented by the Service Provider in a
quarter shall be paid for the entire quarter (3 months) by TNIFMC.
4. TNIFMC shall endeavour to communicate the Change requests closer to the beginning or end of
a quarter anytime during the Contract Period.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 76
Appendix-1: Template for Preparation of Technical Proposal/ Bid
The Technical Proposals/ Bids shall be prepared/ compiled in the following fashion by the Bidders:
1. Executive summary
Overview of the company covering the systems, architecture and any other key points which
distinguish the Bidder from competition.
2. Scope of Work
a. Scope of work as understood by the bidder
b. Assumptions and exclusions as applicable
3. Technical Solution
a. Technical Architecture - Data Architecture APIs and Integration. How will the Bidder comply
with the architecture proposed in Section 8.3 as well as meet the design requirements
outlined in Section-9 of this document?
b. Solution Components - List of proposed systems & their key features to meet the
requirements laid out in Section-9.
c. Technical Capabilities Statement as given in Appendix-2.
d. Infrastructure and Hosting system configuration details for scalability and meeting
performance requirements.
e. BCP and DRP for the solution
4. System Development Process
a. Project Plan
b. Risk Mitigation plan for key risks identified
c. Quality Process UAT
d. Governance
5. System Maintenance and Support
a. Change Management
b. O&M Philosophy
c. Configuration Management
6. Project Team – Team Composition (Names and CVs of Project Lead, Technical Lead and key team
members)
The above information shall be followed by the information/ details sought in the Technical Proposal
Submission Formats viz. Form-1 through Form-9 along with the supporting documents/ documentary
evidences/ proofs relevant to these Forms.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 77
Appendix-2: Technical Capabilities Statement
1. System 1: Deal Tracking and Monitoring System
Requirement Available
in Product
(Y/N)
If Available
Configurable or
Use it As-Is to
meet TNIFMC
requirements
(Y/N)
Will
Develop
(Y/N)
Capture all incoming leads and assign multiple tags
such as criticality, origination, cluster, closure date.
Filter and view deals by selected dimension such as
criticality, origination, cluster
Configurable deal approval workflows with different
stakeholders’ approval
Stage specific capture of documents, checklists,
Notes and Approval
Link to DMS and Store Legal, Financial, ESGMS
documentation at each stage of approval and allow
stakeholders to collaborate
Support for all attachment types including MS Word
and Excel, PDF, images
Integration or creation of ESGMS requirement
checklists as configured for each stage of workflow
Ability to capture action items for deals during the
workflow or integration with issue management
system. Alerts on open action items.
Dashboards with standard views of pipeline,
investment portfolio and ability to build custom
views
Role based access for adding, editing, viewing,
approving individual steps of workflow
API's or other mechanisms for data extraction to
feed external data lake
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 78
2. System 2: Construction Project Management System
Requirement Available in Product
(Y/N)
If Available Configurable or Use it As-Is to meet TNIFMC requirements
(Y/N)
Will Develop
(Y/N)
Support for work breakdown structure and cost breakdown structure. Integration with standard Project Management Software such as MS Project or Primavera
Mange Bill of Quantities either manually or via spreadsheet
Upload and create milestones, work breakdown structure
Map BoQ with schedule level activities to track progress
Allow schedule changes and capture factors that impact schedule. Forecast delays based on project plan and milestones
Should be able to capture data around and forecast delays due to project coordination issues, receiving documents.
Should be able to forecast material requirements and labor requirements in real time based on schedule changes.
Should have a rule based alert system
Should allow for changes to the schedule based on progress (or lack of it) and changes to the BOQ as project scope changes during the course of the project.
Should be able to project and predict the future end date of the project based on progress (or lack of it) and the associated inter-linked issues and documents
Support creation and upload of invoices based on BoQ
Customizable Workflow for approval of invoices
Integration with F&A module of the organization
Allow progress reports to be recorded from site visits by various stakeholders with support for a mobile app to upload reports and photos
Creation and tracking of issues
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 79
Allow workflows to accept, reject or modify updates from the site
System should capture long text based reports from the site as well as accompanying images or other attachments
Support for Quality checklists to be uploaded in Excel or other forms
Allow quality checklists to be attached to schedule line items
Should allow for Contractors/PMC to submit quality inspection requests electronically, preferably from a mobile interface, from the site to the quality team.
Should store approved checklists as an electronic document that is retrievable on demand during the project execution.
Quality inspection status should be viewable by all including the quality team as a set of dashboards and reports
System should allow Quality team to raise NCs and Observations, identify root cause and resolutions and have the history of individual NCs be tracked and traced between execution team and quality team.
Checklists or other provisions to track compliance requirements such as labour laws, insurance details, labour licenses, ESI, PF, etc
Standardized templates pre-defined for different project types including level of controls to be placed
Role based access to users for viewing data, approval workflows
The System should provide API’s or other means to extract the data for integration into a centralized TNIFMC Data Lake
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 80
3. System 3: OHS
Requirement Available
in Product
(Y/N)
If Available
Configurable or
Use it As-Is to
meet TNIFMC
requirements
(Y/N)
Will
Develop
(Y/N)
Audit checklists with fields to capture information
against pre-defined criteria
Incident tracking - date, type, images, etc.
Environmental metrics monitoring: emissions,
waste, spills, air quality, etc.
Training sessions - date, attendees, content
Reporting module for KPIs and customized
reports
Role based access for approval workflows, issue
tracking, reading and viewing data
API's or other mechanisms for data extraction to
feed external data lake
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 81
4. System 4: ESGMS
Requirement Available
in Product
(Y/N)
If Available
Configurable or
Use it As-Is to
meet TNIFMC
requirements
(Y/N)
Will
Develop
(Y/N)
Ability to have customizable forms and multi-step
workflows where ESGMS criteria can be
configured
Ability to process multi-step workflows by
evaluating various criteria and having different
values of compliance status against each line item
Link to supporting documentation in the DMS
Audit trail on key fields for last modified time,
name of person modifying
Ability to generate aggregate score based on the
evaluation score of individual criteria
Dashboard showing the status of every project
with provision to roll up or roll down to criteria
level
Role based workflow approval and provision to
create, read, delete, edit
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 82
5. System 5: Finance and Accounting
Requirement Available
in Product
(Y/N)
If Available
Configurable or
Use it As-Is to
meet TNIFMC
requirements
(Y/N)
Will
Develop
(Y/N)
Accounts receivable, Accounts Payable
Ledger Management
Management of cost centres
Financial flows – releasing funds to ventures
Managing cash flows, finances of the venture
Tax compliance including – TDS, GST, etc.
Project wise, company-wise and BU wise P&L
statements
Financial reporting per compliance requirements
Risk Management
Controls
Invoices, Approvals, Payments at a project level
Expense reports – managing expenses,
reimbursements, accounting to the appropriate
SPV/Fund, etc.
Managing insurance policies and triggers to renew
policies when close to expiry
Budget vs Actuals to be captured and monitored at
SPV and TNIFMC level
Provision for reports and basic analytics
Aggregation of data and reports at SPV and
TNIFMC levels
API's or other mechanisms for data extraction to
feed external data lake
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 83
6. System 6: HR & Employee Self Service
Requirement Available
in Product
(Y/N)
If Available
Configurable or
Use it As-Is to
meet TNIFMC
requirements
(Y/N)
Will
Develop
(Y/N)
Employee records and database with all
demographic information, employment details
and other custom information
Support for interviews and onboarding
Compensation planning and supporting records
Payroll processing
Labour laws and compliance reports
Policy documentation
Grievance redressal system to collect feedback
Appraisal Management and Performance
Evaluation
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 84
7. System 7: Procurement and Vendor Management
Requirement Available
in Product
(Y/N)
If Available
Configurable or
Use it As-Is to
meet TNIFMC
requirements
(Y/N)
Will
Develop
(Y/N)
RFP Management System
Technical Evaluation System
Purchase Orders management
Alerts for contract renewal when validity is ending
Claims settlement and capturing
documentation/correspondence
Managing Bank guarantees and flagging any expiry
Supplier database and supplier relationship
management
Reporting on the various expenses
Aggregation of data and reports at SPV and
TNIFMC levels
API's or other mechanisms for data extraction to
feed external data lake
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 85
8. System 8: Document Management System
Requirement Available
in Product
(Y/N)
If Available
Configurable or
Use it As-Is to
meet TNIFMC
requirements
(Y/N)
Will
Develop
(Y/N)
Cloud storage, ability to access documents from
any device
Access control and fine-grained permissions
Locking documents, check-in, check-out, version
control
Intelligent search across documents – beyond
simple text matches
Collaboration and version control to freely share
versions across for review
Ability to tag documents and retrieve by tag –
project, process, stakeholder, etc.
Back-up and availability
Ability to hyperlink sections or references in other
documents, entities. For example, DFR/DPR would
be referenced in multiple other documents
It should support review and annotation of
documents
Digital signatures for applicable documents
Standardized templates for various processes
Support multiple file types such as MS Office
documents, photos, videos, HTML, text, links.
API's or other mechanisms for data extraction to
feed external data lake
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 86
9. System 9: Dashboards and Reports (MIS)
Requirement Available
in Product
(Y/N)
If Available
Configurable or
Use it As-Is to
meet TNIFMC
requirements
(Y/N)
Will
Develop
(Y/N)
The system should be able to connect to different
data sources and pull data for reports
It should have the ability to display large blocks of
text legibly and with usability in addition to
quantitative data
The system should support aggregation, drill
down, filtering, ability to build custom reports,
linking of reports, building dashboards with
multiple reports
It should allow lookahead information
The reports should be role based with filters
applicable to the user's role
There should be a provision to automate report
generation
The system should be capable of supporting all the
indicative reports listed in the requirements
specification
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 87
10. System 10: Issue Management and Alerts
Requirement Available
in Product
(Y/N)
If Available
Configurable or
Use it As-Is to
meet TNIFMC
requirements
(Y/N)
Will
Develop
(Y/N)
Creation of issues with parameters like criticality,
closure dates, assigned to, organization
Ability to track action items logged after review
meetings
Create dependencies on individuals and assign
action items
Ability to close and reopen issues
Link to Directory of people/email ids
Reports based on: open, closed, reopen stages,
criticality, dates, assignees, owner, organization
Email alerts based on actions or due date and
ability to configure triggers
Integration with Mail and Document
management system
API's or other mechanisms for data extraction to
feed external data lake
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 88
11. System 11: Meeting Management (IC and Board)
Requirement Available
in Product
(Y/N)
If Available
Configurable or
Use it As-Is to
meet TNIFMC
requirements
(Y/N)
Will
Develop
(Y/N)
Ability to schedule meetings, manage
stakeholders, send invites, share agenda
Distribute meeting minutes to attendees and
other stakeholders via system alerts or auto-
generated emails
Integrate with Issue Management System to
capture various open action items and track
progress of action items
Integrate with Document Management System to
manage the supporting documentation for
meetings
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 89
12. System 12: Risk Management and Alerts
Requirement Available
in Product
(Y/N)
If Available
Configurable or
Use it As-Is to
meet TNIFMC
requirements
(Y/N)
Will
Develop
(Y/N)
Create and flag risk by category, project, SPV, etc.
Monitor the state of the Risk items via owner,
entity, project, complexity, etc.
Ability to update the risk status
Optional: Algorithmic KPI monitoring and alerts
Ability to interface with data from multiple
systems and read/write data to data lake via APIs
or other mechanisms
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 90
13. System 13: Compliance Reports
Requirement Available
in Product
(Y/N)
If Available
Configurable or
Use it As-Is to
meet TNIFMC
requirements
(Y/N)
Will
Develop
(Y/N)
Financial Compliance reports: Cashflow
GST – relating to supply of services
GST – Return
TDS – Payment
TDS – Return
Company Tax
Professional Tax
Labour laws compliance
Companies Act compliance
TN Shop and Establishment act compliance
Securities and Exchange Board of India Act
Income Tax Act
OSHA, EHS reports
Insurance Reporting – asset value, coverage per
requirements, etc.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 91
Appendix-3: Demo Scenarios
Every Bidder has to demonstrate their solution for the following systems with appropriate scenarios
to TNIFMC.
1. Demo 1: Deal Management System
An Integrated Deal Management System (CRM) with Document Management and Workflow. Access
has to be role based. Search on deals by status, stage and criticality are to be demonstrated.
1.1. Deal Flow Business Process
The following chart provides the deal flow with Approvals and the various documents needed:
Figure 1: Deal Flow Process
1.2. Documents to be captured and actions to be supported at each stage are outlined below:
a. Project proposal note, initial due diligence notes
b. Meeting notes, action items if project is approved for next level. If not approved, closure
note
c. No documents – access permissions to repositories and workflows determined at this level
d. Further supporting documentation or images to be captured to project repository. Meeting
notes, action items to be entered with
e. Meeting notes and action items to be captured
f. Level 0 memorandum to be prepared
g. Meeting notes, action items to be captured
h. Internal due diligence artifacts to be captured such as: compliance documents, risk factors
(environment, social factors beyond compliance and statutory requirements)
i. Level 1 note, DFR, DPR to be created
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 92
j. Draft Term Sheet
k. IC meeting notes, action items, capture notes for further actions.
2. Demo 2: Construction Project management System Integrated with Document
Management and Workflow
2.1. Demo Requirements
The minimum requirements to be demonstrated are:
a. Ability to integrate with popular scheduling systems like MSP or Primavera
b. Ability to integrate with the accounting / finance modules of an ERP system
c. Show that budgets and tasks can be linked and earned value metrics can be shown in near
real time
d. Progress update from the mobile
e. Visual progress of the project based on site progress
f. Ability to auto-generate MIS reports and dashboards (DPR, WPR, etc.)
g. Ability to link decisions to progress and show clashes
h. Ability to link site inspection to activities and digitize the quality process
3. Demo 3: Finance and Accounting Integrated with Workflow
3.1. Demo Requirements
The minimum requirements to be demonstrated are:
a. Demonstrate Trial Balance, Ledger, P&L, Balance Sheet, Cash Flow Statement at a project
and SPV Level. One can take two SPVs and 5 projects. SPV1 has two projects and SPV2 has 3
projects.
b. Demonstrate the following 3 compliance Reports
i. TDS - Payment/Return
ii. GST – Return
iii. Professional Tax
c. Demonstrate of POs with appropriate workflow (Minimum 10 POs created)
d. Demonstrate Payment Processing for invoices related to POs created above (Minimum 3
invoices including a rejection and reapproval after correction scenario)
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 93
Appendix-4: Model Form of Contract
(To be executed on a Non-Judicial Stamp Paper of value Rs. 100/- bought in Tamil Nadu by the
Selected Bidder)
(NO FIGURES IN NUMERALS OR WORDS SHALL BE FILLED UP IN THIS MODEL FORM OF CONTRACT
AT THE TIME OF SUBMISSION OF PROPOSAL/ BID)
This CONTRACT is made at Chennai on the .......... day of 2020 by and between Tamil Nadu
Infrastructure Fund Management Corporation Ltd., having its registered office at No.19, TP Scheme
Road, Raja Annamalai Puram, Chennai, Tamil Nadu - 600028, being the Service recipient (hereinafter
referred to as the “Authority” or “TNIFMC”) which expression unless repugnant to the context or
meaning thereof shall include its successors, affiliates and assigns of the FIRST PART;
AND
{M/s. ……………………………………………………………………………………………………………, a firm represented
herein by Mr./ Ms. …………………………………………., aged about …… years and having its Registered office
at ………………………………………………………………………………………………………………………………… (hereinafter
referred to as the “Selected Bidder” or “Service Provider”) which expression unless repugnant to the
context or meaning thereof shall include its successors, affiliates and assigns of the SECOND PART;}9
{……………………………………………………………………………………………………………., a Consortium represented by
the firm, M/s. ………………………………………………………………………………………………………………, acting as its
Lead Member, represented herein by Mr./ Ms. ………………………………………………., aged about ……. years
and having its Registered office at ………………………………………………………………………………………...
(hereinafter referred to as the “Selected Bidder” or “Service Provider”) which expression unless
repugnant to the context or meaning thereof shall include its successors, affiliates and assigns of the
SECOND PART;}10
The parties of the First Part and the Second Part are also hereinafter individually referred to as “Party”
and collectively as “Parties”.
WHEREAS, TNIFMC invited a tender vide Tender Ref: TNIFMC/IT/2020-21/02 for Selection of a
qualified Software Solution Provider for Design, Development and Implementation of Information
Management and Monitoring System, based on Software as a Service (SaaS) model, as per the Scope
of Services prescribed under Section-9 of the RFP document.
WHEREAS, TNIFMC and the Selected Bidder in pursuance thereof have arrived at the following terms
and conditions.
NOW THEREFORE, in consideration of the mutual protection of information herein by the Parties
hereto and such additional promises and understandings as are hereinafter set forth, the parties agree
as follows:
1. The Service Provider agrees to deliver the Services as per the Scope specified under Section-9 of
this RFP within the Project Timeline at the Contract Price agreed upon by the Parties.
9 To be retained in the case of Selected Bidder being a Sole Bidder 10 To be retained in the case of Selected Bidder being a Consortium
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 94
2. The Service Provider agrees that the Contract Price, Unit Price for rendering the Services to a
Segment of Additional Users and the Average Manpower Cost for implementing the Change
Request are all firm and not subject to enhancement, except for the change in the quantum of
availing such Services by the Authority.
3. The Contract or any part share of interest in it shall not be transferred or assigned by the Service
Provider directly or indirectly to any person or persons whomsoever without the prior written
consent of TNIFMC.
4. Neither TNIFMC nor the Service Provider shall be liable to the other for any delay or failure in the
performance of their respective obligations due to causes, contingencies beyond their reasonable
control such as:
i. Natural phenomena including but not limited to earthquakes, floods and epidemics.
ii. Acts of any Government authority domestic or foreign including but not limited to war
declared or undeclared.
iii. Accidents or disruptions including, but not limited to fire and explosions.
5. The RFP Document in relation with this tender shall be deemed to form and be read and construed
as part of this Contract. The enclosures to the RFP Document, the Proposal/ Bid submitted by the
Service Provider, the finalized Terms and Conditions and the LoA respectively will form part of this
Contract. Wherever the offer conditions furnished by the Service Provider are at variance with
conditions of this Contract or conditions stipulated in the RFP document, the final negotiated offer
conditions shall prevail over the tender conditions furnished by the Service Provider.
6. Project Timeline
The following table provides the project timeline (the “Project Timeline”) which need to be adhered
to in all possibilities by the Service Provider:
Milestones Timelines (in month)
Issue of Letter of Acceptance (LoA) T0
Submission of Performance Bank Guarantee T1 = T0+10 days
Signing of Contract T2 = T0 + 21 days
SRS and / or Gap Analysis Document Sign off T3 = T2 + 2 months
Development& Integration Testing T4 = T2 + 5 Months
UAT Sign-off, Training, Go Live T5 = T2 + 6 Months
Warranty T6 = T2 + 12 Months
Operations and Maintenance T7 = T2 + 72 Months
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 95
7. Deliverables and Timelines
The Selected Bidder shall deliver the following:
a. Project Plan and Schedule along with Project implementation timeline
b. Design Documents
c. Solution method and approach
d. Software Requirement Specifications (SRS) and/or GAP Analysis document
e. Work Breakdown Structure
f. Test reports for UAT
g. Release Management Plan
h. User Manuals, Help files, training materials and Trainings
i. Backup, restore procedure
j. SOP (Standard Operating Procedures) for O&M
k. Source code of application systems developed as part of the project
l. Status Reports as per agreed frequency
m. Minutes of Meetings
7.1.1. Milestone Deliverable Matrix
Sl.
No.
Milestone Deliverable(s) Approval/ Sign-off
authority
1 SRS/GAP Analysis SRS document, Use Cases, Test Cases
& CRs
TNIFMC
2 Design Design Documents, Updated Plans,
updated SRS & CRs
TNIFMC
3 Development CRs & latest Source code version TNIFMC
4 System Testing
(including
Integration)
Test report, Action taken Report on
Issues & CRs
TNIFMC
5 UAT sign off UAT report, Action Taken Report on
Issues & CRs
TNIFMC
6 Training Training materials, Participation list &
Feedback form
TNIFMC
7 Implementation Server Logs for successful deployment
and configuration, Screen shots of the
Application, reports from the Live
system and Source code of entire
system (latest version deployed
in the Go-Live system)
TNIFMC
8 Release Notes Information on Build versions along
with its relevant source code files and its
related versions
TNIFMC
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 96
Sl.
No.
Milestone Deliverable(s) Approval/ Sign-off
authority
9 Warranty Support Bug fixing report, system Tuning report
& Patch update. Incident and resolution
report, Support personnel attendance if
required (in case of T&M payments),SLA
compliance report, CRs, production
support details report, Monthly task
completion
report.
TNIFMC
8. SLA Monitoring and Warranty
8.1.1. Service Level Agreement (SLA)
8.1.1.1. The System should be developed, deployed and hosted at the central server. Necessary
application level support should be mainly at the server side. However, client level support
shall be required when the issues are reported by TNIFMC.
8.1.1.2. The Selected Bidder shall ensure system uptime more than 99%. The uptime will be
monitored on a quarterly basis.
8.1.1.3. The initial contract is for a period of 72 months (6 months for development& deployment,
6 months as warranty and 60 months for O&M support). The SLA will be monitored during
this period.
8.1.1.4. The on call / onsite support persons shall handle the service calls and comply with the SLA.
Any bugs or errors beyond the level of on call / onsite support, the service shall be
escalated to the back-office team for rectification.
8.1.1.5. The Selected Bidder will maintain logs for the entire Contract Period.
Sl.
No.
Service Expected
service Level
target
Penalty
1 System
Support -
System
Availability
99% uptime d) 95% to 98.99%: 1% of milestone payment amount for every week from the date of SL slippage with a cap of 10% of milestone amount.
e) Less than 95%: 2% of milestone payment amount for every week from the date of SL slippage with a cap of 10% of milestone amount.
f) Beyond 10% penalty for the milestone, TNIFMC may take a decision as per the exit clause.
2 Response
Time for the
Forms in
Application
1 second d) For < 2.00 second: No penalty e) For > 2.00 sec and < 3.00 seconds: 1% of milestone
payment amount for every week from the data of SL slippage with a cap of 5% of milestone amount
f) For >3.00 seconds: 2% of milestone payment amount for every week from the data of SL slippage with a cap of 10% of milestone amount
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 97
8.1.2. Warranty should be covered for the duration of 6 (six) months from date of Successful Roll out
of the Project/ Project Go-live
9. Review and Monitoring
9.1.1. The Selected Bidder should be accountable to TNIFMC for successful implementation of the
Integrated System. TNIFMC will hold scheduled review meeting and the Selected Bidder
should report the progress to TNIFMC on a fortnightly basis and adhere to the decisions made
during the review meeting.
10. Payment Terms
10.1.1. No advance payment will be paid.
10.1.2. Payment for Base of 40 Users
The Contract Price to be paid to the Service Provider shall be calculated as follows:
Item No.
Item Description Terminology Value
1. Total Cost for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 1st year of Contract Period including GST
C1 C1
2. Total Cost for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 2nd Year of Contract Period including GST
C2 C1 x (1+X2/100)
3. Total Cost for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 3rd Year of Contract Period including GST
C3 C1 x (1+X3/100)
4. Total Cost for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 4th Year of Contract Period including GST
C4 C1 x (1+X4/100)
5. Total Cost for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 5th Year of Contract Period including GST
C5 C1 x (1+X5/100)
6. Total Cost for providing Services to a base of 40 users across TNIFMC, SPVs and Projects during the 6th year of Contract Period including GST
C6 C1 x (1+X6/100)
Contract Price C C1 + C2 + C3 + C4 + C5 + C6
10.1.3. Payment for Additional Users
Payment towards providing the Services for additional (Segments of) users during the Contract
Period will be computed based on the rates calculated below for each year:
Item No.
Item Description Terminology Value
1. Cost for providing the Services for 1 Segment of additional users during the 1st Year of Contract Period
A1 A1
2. Cost for providing the Services for 1 Segment of additional users during the 2nd Year of Contract Period
A2 A1 x (1 + Y2/100)
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 98
3. Cost for providing the Services for 1 Segment of additional users during the 3rd Year of Contract Period
A3 A1 x (1 + Y3/100)
4. Cost for providing the Services for 1 Segment of additional users during the 4th Year of Contract Period
A4 A1 x (1 + Y4/100)
5. Cost for providing the Services for 1 Segment of additional users during the 5th Year of Contract Period
A5 A1 x (1 + Y5/100)
6. Cost for providing the Services for 1 Segment of additional users during the 6th year of Contract Period
A6 A1 x (1 + Y6/100)
10.1.4. Stage-wise payment will be released based on the Payment Milestones fixed and listed
against the Deliverables/ Events in the table below:
S. No. Deliverables/ Events Fee Payment
Milestone
1. Design Document Sign-off and GAP
Document Sign-off
15% of C1 On approval/
sign-off by
TNIFMC
2. UAT Sign off 20% of C1 On approval/
sign-off by
TNIFMC
3. Training & Go Live 15% of C1 On approval by
TNIFMC
4. On completion of 3 months of
Warranty Support Period from the
date of achieving Project Go-Live
25% of C1 + (A1 x N11 x P12) On approval by
TNIFMC
5. On completion of 6 months of
Warranty Support Period from the
date of achieving Project Go-Live
25% of C1 + (A1 x N x P) On approval by
TNIFMC
6. Quarterly Payment during O&M Period
of 60 months
25% of Cn + (An x N x P)13 On approval by
TNIFMC
10.1.5. Payment for Change Request(s)
All Change Request(s) implemented by the Service Provider shall be paid as per the calculations
shown below, on approval by TNIFMC:
Payment for Change Request(s) = Mn x Ri14
11 “N” shall be the number of Segment(s) of additional Users to whom the Services have been rendered by the Service Provider, during the corresponding Payment Milestone period. 12 “P” shall be the pro-rata ratio of the number of days for which the Services have been rendered to additional Users by the Service Provider against the total number of days in the current Payment Milestone period. 13 “n” denotes the current year during the Operations & Maintenance (O&M) Period of the Contract and shall be a whole number from 2 to 6. 14 “Ri” shall be the number/ quantum of man-month effort spent by the Service Provider out of the total number/ quantum of man-months approved for implementing a specific Change Request, during the corresponding quarter for which payment is made. “i" corresponds to the order of Change Request(s) that are under implementation at any point of time during the corresponding payment milestone, starting from 1 i.e. when i takes the value of 1, the calculations
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 99
Payment for Change Request(s) shall be made in addition to the payments specified in the table
above for each Payment Milestone, against the corresponding Deliverables/ Events.
Change requests shall be considered only up to 25% of the value of Contract (Contract Price)
for any increase/ decrease in scope of work.
10.1.6. Any payment due to the Service Provider will be released within 30 days from the date of
receipt of bills, provided the corresponding Deliverable submitted by the Service Provider has
been approved by the Authority or the occurrence of the corresponding Event has been
acknowledged by the Authority.
10.1.7. The TDS amount, Penalty if any, will be deducted from the payment due to the Service
Provider.
10.1.8. Payment will be processed only after receipt of the Invoices for the respective Payment
Milestone in original from the Bidder.
10.1.9. All Payments shall be made in Indian Rupees only.
11. Penalty for Delay
11.1.1. The Bidder must strictly adhere to the Project Timeline, specified under the Scope of Services
for performance of the obligations arising out of the LoA and subsequently this Contract and
any delay will enable TNIFMC to resort to any or both of the following:
a. Claim Penalty for delayed performance, at 0.5% of the Contract Price per week of delay
and the maximum Penalty limited to 10% of the Contract Price, beyond which
appropriate clauses for Termination of the Contract shall be enforced by the Authority.
However, Penalty clause will not be applicable if the delay is not due to the Service
Provider.
b. Terminate the Contract, as per the provisions in the Contract for termination due to
non-performance of obligations arising out of this Contract by the Service Provider.
In case of termination of the Contract by TNIFMC due to non-performance of the
obligations by the Service Provider, the Performance Security will be encashed and/ or
the Security Deposit will be forfeited, as the case may be.
11.1.2. In addition, TNIFMC reserves the right to award the assignment/ balance portion of the Scope
of Services to any other party / parties and the loss/ expenses incurred thereafter will be
recovered from the Service Provider.
11.1.3. Penalty will be levied if the Services have not been delivered in full within the Project Timeline
subject to Force Majeure conditions.
11.1.4. Notwithstanding anything contained in the Penalty clause, TNIFMC reserves the right to
blacklist the Service Provider from taking part in any of the procurement processes of TNIFMC
correspond to Change Request No. 1, when i takes the value of 2, the calculations correspond to Change Request No. 2 and so on. All Change Request(s) shall be sequentially numbered during the Contract Period.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 100
for a minimum period of three (3) years from the date of blacklisting for failure to carry out the
Services in time or according to the quality and quantity prescribed or any such similar reasons.
This Penalty shall be over and above all other penalties. Such Bidders would be automatically
banned for 3 years from taking part in TNIFMC's Tenders.
12. Termination of Contract
12.1. Termination for Default
12.1.1. TNIFMC may without prejudice to any other remedy for breach of Contract, by written notice
of default with a notice period of 30 (thirty) days, sent to the Selected Bidder, terminate the
Contract in whole or in part:
i. If the Service Provider fails to deliver any or all of the service within the time period(s)
specified in the Contract, or fails to supply the items as per the Delivery Schedule or
within any extension thereof granted by TNIFMC; OR
ii. If the Service Provider fails to perform any of the obligation(s) under the contract; OR
iii. If the Service Provider in the judgment of TNIFMC, has engaged in fraudulent and
corrupt practices in competing for or in executing the Contract.
12.1.2. In the event TNIFMC terminates the Contract in whole or in part, TNIFMC may procure, upon
terms and in such manner as it deems appropriate, the goods and services similar to those and
delivered and the Service Provider shall be liable to TNIFMC for any additional costs for such
similar goods and service. However, the Service Provider shall continue the performance of the
Contract to the extent not terminated.
12.2. Termination for Insolvency
12.2.1. TNIFMC may at any time terminate the Contract by giving written notice with a notice period
of 7 (seven) days to the Service Provider, if the Service Provider becomes bankrupt or otherwise
insolvent. In this event, termination will be without compensation to the Service Provider,
provided that such termination will not prejudice or affect any right of action or remedy that
has accrued or will accrue thereafter to TNIFMC.
12.3. Termination for Convenience
12.3.1. TNIFMC may by written notice, with a notice period of 30 (thirty) days sent to the Service
Provider, terminate the Contract, in whole or in part, at any time for its convenience. The notice
of termination shall specify that termination is for TNIFMC’s convenience, the extent to which
performance of work under the Contract is terminated, and the date upon which such
termination becomes effective.
12.3.2. On termination during the Development Period and Warranty Support Period, the Service
Provider will be paid for the remuneration fixed for the corresponding period in full viz.
Development Period or Warranty Support Period as the case may be.
12.3.3. On termination during the O&M Period, the Service Provider will be paid for the Quarter in
which the notice of termination is sent and one subsequent Quarter as compensation by
TNIFMC and the Service Provider is not entitled to any other compensation whatsoever.
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 101
12.3.4. Any notice to the Service Provider shall be deemed to be sufficiently served, if given or left in
writing at their usual or last known place of abode or business.
13. Exit Clause
13.1. At the time of expiry of Contract due to efflux in time, as per the contract between the Parties,
the Service Provider should ensure a complete knowledge transfer to the newly appointed
Software Solution Provider by TNIFMC or an incoming team of professionals, to be decided and
indicated to the Service Provider as the case may be by TNIFMC, within a period of 4 weeks prior
to the expiry of Contract.
TNIFMC shall endeavor to complete the procurement process for selecting and appointing a
Software Solution Provider, if it decides to do so, 1 month/ 30 days prior to the expiry of Contract
as a means to facilitate the Knowledge Transfer process.
The Service Provider at the time of exit process undertakes to supply the following:
i. All information relating to the work rendered;
ii. Project data and Confidential Information;
iii. All other information including but not limited to documents, records and agreements
relating to the Services reasonably necessary to TNIFMC or any other agency identified
to carryout due diligence in order to transition the provision of services to TNIFMC or any
other agency identified;
iv. All properties provided by TNIFMC shall be returned;
v. Before the date of exit, the Service Provider shall deliver to TNIFMC all new and updated
deliverables and shall not retain any copy thereof.
vi. Hand-over the source code along with System Design Document prepared/ developed for
the systems developed under this Contract (for which IPR is owned by TNIFMC) and
modified/ changed as per the Change Request(s) approved by the Authority from time to
time.
14. Intellectual Property Rights (IPR)
14.1. The ownership and IPR of the systems developed under this Contract would always rest with
TNIFMC. The ownership and IPR of the Proprietary tools, ERP, Products/ Frameworks and/or
other tools used by the Selected Bidder or third party or parties for the purpose of making the
deliverables would always rest with the respective parties. The Selected Bidder would disclose
such tools, ERP, Products, Frameworks to be used under this Contract to TNIFMC.
15. Source Code & System Design Document
The Service Provider is bound to share the Source Code along with the System Design Document
prepared/ developed for the systems developed under this Contract (for which IPR is owned by
TNIFMC) and modified/ changed as per the Change Request(s) approved by the Authority from
time to time, on completion of every 6 months from the date of signing of the Contract till the
expiry of Contract by efflux of time or termination of Contract whichever is earlier.
16. Confidentiality
16.1. The purpose of this Contract is to maintain confidentiality pertaining to various Confidential
Information, which is exchanged between TNIFMC and the Service Provider to render the Scope
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 102
of Services (hereinafter called “Purpose”).
16.2. For purposes of this Contract, "Confidential Information" means the terms and conditions,
and with respect to either party, any and all information in written, representational, electronic,
verbal or other form relating directly or indirectly to the Purpose (including, but not limited to,
information identified as being proprietary and/or confidential or pertaining to, pricing,
marketing plans or strategy, volumes, services rendered, customers and suppliers lists, financial
or technical or service matters or data, employee/ agent/ consultant/ officer/ director related
personal or sensitive data and any information which might reasonably be presumed to be
proprietary or confidential in nature) excluding any such information which:
(i) is known to the public (through no act or omission of the Service Provider in violation of
this Contract);
(ii) is lawfully acquired by the Service Provider from an independent source having no
obligation to maintain the confidentiality of such information;
(iii) was known to the Service Provider prior to its disclosure under this Contract;
(iv) was or is independently developed by the Service Provider without breach of this
Contract;
(v) is required to be disclosed by governmental or judicial order, in which case Service
Provider shall give TNIFMC prompt written notice, where possible, and use reasonable
efforts to ensure that such disclosure is accorded confidential treatment and also to
enable TNIFMC to seek a protective order or other appropriate remedy at TNIFMC’s sole
costs.
16.3. Confidential Information disclosed orally shall only be considered Confidential Information if:
(i) identified as confidential, proprietary or the like at the time of disclosure; and
(ii) confirmed in writing within Seven (7) days of disclosure.
16.4. This Contract does not obligate either party to disclose any particular proprietary information;
to purchase, sell, license, transfer, or otherwise dispose of any technology, services, or products;
or to enter into any other form of business, contract or arrangement. Furthermore, nothing
contained hereunder shall be construed as creating, conveying, transferring, granting or
conferring by one party on the other party any rights, license or authority in or to the Confidential
Information disclosed under this Contract.
16.5. Disclosure
a. Service Provider agrees and undertakes that it shall not, without first obtaining the written
consent of the TNIFMC, disclose or make available to any person, reproduce or transmit in
any manner, or use (directly or indirectly) for its own benefit or the benefit of others, any
Confidential Information save and except both parties may disclose any Confidential
Information to their Affiliates, directors, officers, employees or advisors of their own or of
Affiliates on a "need to know" basis to enable them to evaluate such Confidential
Information in connection with the negotiation of the possible business relationship;
provided that such persons have been informed of, and agree to be bound by obligations
which are at least as strict as the recipient’s obligations hereunder. For the purpose of this
Contract, Affiliates shall mean, with respect to any party, any other person directly or
indirectly Controlling, Controlled by, or under direct or indirect common Control with, such
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 103
party. "Control", "Controlled" or "Controlling" shall mean, with respect to any person, any
circumstance in which such person is controlled by another person by virtue of the latter
person controlling the composition of the Board of Directors or owning the largest or
controlling percentage of the voting securities of such person or by way of contractual
relationship or otherwise.
b. The Service Provider shall use the same degree of care and protection to protect the
Confidential Information received by it from TNIFMC as it uses to protect its own
Confidential Information of a like nature, and in no event such degree of care and
protection shall be of less than a reasonable degree of care.
c. TNIFMC shall not be in any way responsible for any decisions or commitments made by
Service Provider in relying on the TNIFMC's Confidential Information.
16.6. Return or Destruction of Confidential Information
The parties agree that upon termination/expiry of this Contract or at any time during its
currency, at the request of the TNIFMC, the Service Provider shall promptly deliver to TNIFMC
the Confidential Information and copies thereof in its possession or under its direct or indirect
control, and shall destroy all memoranda, notes and other writings prepared by the Service
Provider or its Affiliates or Directors, officers, employees or advisors based on the Confidential
Information and promptly certify such destruction.
16.7. Independent Development and Residuals
Both parties acknowledge that the Confidential Information coming to the knowledge of the
other may relate to and/or have implications regarding the future strategies, plans, business
activities, methods, processes and or information of the parties, which afford them certain
competitive and strategic advantage. Accordingly, nothing in this Contract will prohibit the
Service Provider from developing or having developed for it products, concepts, systems or
techniques that are similar to or compete with the products, concepts, systems or techniques
contemplated by or embodied in the Confidential Information provided that the Service
Provider does not violate any of its obligations under this Contract in connection with such
development.
16.8. Injunctive Relief
The parties hereto acknowledge and agree that in the event of a breach or threatened breach
by the other of the provisions of this Contract, the party not in breach will have no adequate
remedy in money or damages and accordingly the party not in breach shall be entitled to
injunctive relief against such breach or threatened breach by the party in breach.
16.9. Non-Waiver
a. No failure or delay by either party in exercising or enforcing any right, remedy or power
hereunder shall operate as a waiver thereof, nor shall any single or partial exercise or
enforcement of any right, remedy or power preclude any further exercise or enforcement
thereof or the exercise of enforcement of any other right, remedy or power.
b. This Contract shall remain in force during the Contract Period of 72 months as per the
Deliverables and Scope of work from the date of signing of this contract. TNIFMC may
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 104
renew/extend the contract for a further period as may be agreed between the parties.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their respective
names as of the day and year first above written.
For and on behalf of [Name of the Authority]
[Authorized Representative of TNIFMC – name, title and signature]
For and on behalf of [Name of Service Provider]
[Authorized Representative of the Service Provider – name, title and signature]
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 105
Appendix-5: Format for Bank Guarantee towards Performance
Security
To,
The Chief Executive Officer, Tamil Nadu Infrastructure Fund Management Corporation,
No:19, First Floor, TP Scheme Rd,
Raja Annamalai Puram, Chennai, Tamil Nadu 600028
Bank Guarantee No:
Amount of Guarantee:
Guarantee covers from:
Last date for lodgment of claim:
This Deed of Guarantee executed by (Bankers Name &
Address) having our Head Office at (address)
(hereinafter referred to as “the Bank”) in favor of the Chief Executive Officer, TNIFMC having its
Registered office at No:19, 1st Floor, TP Scheme Rd, Raja Annamalai Puram, Chennai,
Tamil Nadu - 600028 (hereinafter referred to as the “Beneficiary”) for an amount not exceeding
Rs. ______/- (Rupees only) as per the request of
M/s. having its office address at (hereinafter referred to
as “Selected Bidder” or “Service Provider”) against Letter of Acceptance (LoA) reference
no. _________________ dated _____ issued by M/s. Tamil Nadu Infrastructure Fund Management
Corporation Limited. This guarantee is issued subject to the condition that the liability of the Bank
under this guarantee is limited to a maximum Rs. _________/- (Rupees
only) and the guarantee shall remain in full force upto ________ months from the
date of Bank Guarantee and cannot be invoked otherwise by a written demand or claim by the
Beneficiary under the Guarantee served on the Bank before ________ months from the date of Bank
Guarantee.
AND WHEREAS it has been stipulated by you in the said LoA that the Selected Bidder shall furnish you
with a Bank Guarantee issued by a Scheduled Commercial Bank operating in India for the sum specified
therein as security for compliance with the performance obligations of the Service Provider for a
period in accordance with the Contract.
AND WHEREAS we have agreed to give the Selected Bidder a Guarantee.
THEREFORE, we (Banker’s address) , hereby affirm that
we are Guarantors and responsible to you on behalf of the Selected Bidder up to a total of
Rs. _______/- (Rupees only) and we undertake to pay you,
upon your first written demand declaring the Service Provider to be in default under the Contract and
RFP for Design, Development and Implementation of Information Management and Monitoring System for TNIFMC
Page | 106
without any demur, cavil or argument, any sum or sums within the limit of Rs. _____/- (Rupees
only) as aforesaid, without your needing to prove or show
grounds or reasons for your demand or the sum specified therein. We will pay the guaranteed amount
notwithstanding any objection or dispute whatsoever raised by the Service Provider.
This Guarantee is valid until _________ months from the date of Bank Guarantee. Notwithstanding,
anything contained herein, our liability under this guarantee shall not exceed Rs.______/- (Rupees
Only). This Bank Guarantee shall be valid up to ___
months from the date of Bank guarantee and 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 .
In witness whereof the Bank, through its Officer, duly authorized by us to do this act, has set his, hand
and stamp on this ……………………………….. at ……………………………….
Witness:
(Signature)
(Name in Block Letters)