block no.8, 3rd floor, udhyogbhawan, sector 11, · pdf file2.1. t oass ethe im pac tf gst...

40
Block No.8, 3 rd Floor, Udhyogbhawan, Sector 11, Gandhinagar 1 of 40 TENDER NO. BECL/IT/2017/04 TENDER NAME Appointment Of Consultant for Implementation of GST in SAP ECC 6.0 TENDER TYPE Open Tender TENDER UPLOAD DATE 07/07/2017 at 11:00 Hrs DUE DATE & TIME 15/07/2017, 17:00 Hrs Date of opening tender document 17/07/2017 at 16:00 Hrs TENDER FEE Rs. 1,000/- EMD Rs. 10,000/- INDEX PAGE PART A - TECHNICAL BID SECTION – I GENERAL INFORMATION 2-4 SECTION – II SCOPE OF WORK 5-9 SECTION – III TERMS AND CONDITIONS 10-21 SECTION – IV FORM OF PARTICULARS 22 SECTION – V INTEGRITY PACT 23-28 ANNEXURE 1 IT SET UP IN BECL 29 ANNEXURE 2 DETAILS OF PRE QUALIFICATION 30-32 ANNEXURE 3 AGREEMENT TO TERMS & CONDITIONS 33 ANNEXURE 4 BANK GUARANTEE FORMAT (EMD AND PERFORMANCE GUARANTEE) 34-35 ANNEXURE 5 ACCEPTANCE FOR SINGLE POINT RESPONSIBILITY 36 ANNEXURE 6 LETTER OF ACCEPTANCE 37 ANNEXURE 7 UNDERTAKING 38 ANNEXURE 8 LIST OF DOCUMENTS TO BE ATTACHED 39 PART B – PRICE BID 40

Upload: trinhtram

Post on 20-Mar-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

1 of 40

TENDER NO. BECL/IT/2017/04

TENDER NAME Appointment Of Consultant for Implementation of GST in SAP ECC 6.0 TENDER TYPE Open Tender

TENDER UPLOAD DATE

07/07/2017 at 11:00 Hrs

DUE DATE & TIME 15/07/2017, 17:00 Hrs

Date of opening tender document 17/07/2017 at 16:00 Hrs

TENDER FEE Rs. 1,000/-

EMD Rs. 10,000/-

INDEX PAGE

PART A - TECHNICAL BID

SECTION – I GENERAL INFORMATION 2-4

SECTION – II SCOPE OF WORK 5-9

SECTION – III TERMS AND CONDITIONS 10-21

SECTION – IV FORM OF PARTICULARS 22

SECTION – V INTEGRITY PACT 23-28

ANNEXURE 1 IT SET UP IN BECL 29

ANNEXURE 2 DETAILS OF PRE QUALIFICATION 30-32 ANNEXURE 3 AGREEMENT TO TERMS & CONDITIONS 33

ANNEXURE 4 BANK GUARANTEE FORMAT (EMD AND

PERFORMANCE GUARANTEE) 34-35

ANNEXURE 5 ACCEPTANCE FOR SINGLE POINT

RESPONSIBILITY 36

ANNEXURE 6 LETTER OF ACCEPTANCE 37

ANNEXURE 7 UNDERTAKING 38

ANNEXURE 8 LIST OF DOCUMENTS TO BE ATTACHED 39

PART B – PRICE BID 40

Page 2: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

2 of 40

SECTION– I

GENERAL INFORMATION

1. The Bhavnagar Energy Company Limited, (hereinafter referred to as “the Company” or “BECL”) invites sealed offers through open tender for Appointment of Consultant for Implementation of GST in SAP ECC 6.0.

2. Brief information about the Company

Bhavnagar Energy Company Limited (BECL), a Government of Gujarat’s Public Sector Undertaking (PSU) was incorporated on 26th July, 2007 under Companies Act, 1956. BECL has been promoted to exploit the lignite resources available in the Bhavnagar district in the Saurashtra region for Power generation purpose. Hence, it was proposed to install 2 X 250 MW lignite based Thermal power Station at village Padva, taluka Ghogha of Bhavnagar district in Gujarat. The complete history/profile of the Company is available on the website www.becl.in BECL has gone live with a small scale integrated SAP ERP implementation project. Details of modules/functionalities and the processes implemented through SAP project are enclosed as Annexure- 1. The Company pays service tax under reverse charge mechanism under following 10 Categories:

a. Insurance Auxiliary Services b. Business Auxiliary Service c. Legal Consultancy Service d. Banking or Financial Service e. Maintenance or Repair Service f. Goods Transport Agency g. Rent a Cab Service h. Works Contract Service i. Supply of Manpower Service j. Supply of Tangible Goods Service k. Any other service as required

3. Tender Fees

Sealed tender documents, duly completed, must be accompanied by the tender fees (non- refundable) in the form of a crossed “account payee” Demand Draft for Rs. 1,000/- (Rupees One Thousands only) drawn in favour of “Bhavnagar Energy Company Limited”, payable at Gandhinagar. The Demand Draft for Tender Fee must be submitted in a sealed envelope. Tender submitted without the Tender fee is likely to be rejected

4. Offer Documents

4.1. The offer documents are available on and can be downloaded from Company’s website at http://www.becl.in

Page 3: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

3 of 40

5. Two Bid Format

5.1. The Proposal Document is in Two Bid format viz. Technical Bid (Part A) and Price Bid (Part B). Please refer ‘Index on page 1’. The offer shall be submitted by the tenderer in the manner explained below: 5.1.1 Part A (Technical Offer) All pages (including all supporting documents /

attachments) should be serially numbered, duly signed by authorized signatory with company seal and total number of pages should be written on first page

5.1.2 Part B (Price Bid) – i.e Price Bid for submission of quotation

5.2. The Tenderer is required to submit the Tender in accordance with the instructions given below:

5.2.1 First sealed cover marked “TENDER FEE AND EMD - TENDER FOR APPOINTMENT OF CONSULTANT FOR IMPLEMENTATION OF GST IN SAP ECC 6.0” and Name of the Tenderer. This cover should contain Tender Fee and EMD as mentioned in Section III “Terms and Conditions”

5.2.2 Second sealed cover marked Name of the Tenderer and “Part-A TENDER FOR APPOINTMENT OF CONSULTANT FOR IMPLEMENTATION OF GST IN SAP ECC 6.0 – Technical Bid ( All technical forms other than Tender Fee, EMD and Price Bid)

5.2.3 Third sealed cover marked Name of the Tenderer and “PART B – TENDER FOR APPOINTMENT OF CONSULTANT FOR IMPLEMENTATION OF GST IN SAP ECC 6.0 – PRICE BID” should contain only Price Bid as per Part B

5.2.4 Fourth sealed cover containing all the above three sealed covers mentioned above addressed to the AGM HR & Admin according to instructions as mentioned above. This envelope to be sealed and superscripted “TENDER FOR APPOINTMENT OF CONSULTANT FOR IMPLEMENTATION OF GST IN SAP ECC 6.0” , Name of the tenderer, e-mail address, contact number of the representative of the tenderer and name of the contact person of the Tenderer

5.3. Tender documents, downloaded from the BECL website, shall be downloaded in no

change, whatsoever shall be made. If any alteration is made in the tender document submitted by the Tenderer and if found (be it at any stage of the tender processing and even after award of the contract), it will be viewed seriously by the Company and the tender would be rejected. The Tenderer will be debarred from participating in future tenders of the Company.

5.4. The above mentioned envelope should be sent by registered post/courier

service/hand delivery, in a sealed cover addressed to:

Shri Rajiv Parekh, AGM HR & Admin

Phone no. :(79)2324 1391 (Ext.212) E-mail : [email protected] Bhavnagar Energy Company Limited, 3rd Floor, 8th Block, Udhyog bhavan, Gandhinagar 382010

Page 4: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

4 of 40

5.5. Tenderer should submit the tender complete in all respects on or before 17:00 hours on

15.07.2017 at the above address. The Tenderer must deposit the aforesaid sealed tender in the TENDER BOX placed in the office of Shri Rajiv Parekh, AGM HR & Admin on 3rd Floor before due date and time. However, if it is not convenient for the Tenderer to visit Company’s office in Gandhinagar, then the Tenderer may send the tender by post / courier service at the above mentioned address so as to reach on or before the due date and time

5.6. Tenders received after the due date and time will not be accepted and the decision of

the Company in this regard shall be final and binding

5.7. Sealed tenders will be accepted in person/ by Post/ by Courier. However same will not be accepted by e-mail/ fax

Page 5: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

5 of 40

SECTION II

SCOPE OF WORK

1. Phase I : As-is Analysis

1.1. To study the current business practices/ processes on “as-is” basis.

1.2. This will include study of existing applicable taxes/ laws to BECL.

1.3. Study of existing Business processes / types of transactions implemented through integrated IT systems in BECL and preparing compendium of the same.

1.4. As-Is report should be submitted to BECL.

1.5. Presentation on existing business processes and transactions to the steering committee / management.

2. Phase II: Impact Assessment

2.1. To assess the impact of GST on BECL’s business processes including transactions with Joint Ventures and to submit separate reports on Business Impact assessment and IT System Impact Assessment.

2.2. Business Impact assessment report should include the following:-

2.2.1. Comparison of “as-is” scenario with “to-be” scenario for each transaction type.

2.2.2. Review of all existing contracts/ agreements for procurement and

services (expense and revenue) and tax implications thereon and reviewing / recommending changes for enabling the same to be tax efficient.

2.2.3. Proposing / recommending tax clauses for future contracts/ agreements.

2.2.4. Recommendation on the pricing policy and business model to be adopted under the GST laws.

2.2.5. Recommendation on format/template for invoices to customers / vendors’ invoices in compliance with GST laws.

2.2.6. Analysis of each income GL, expense GL and significant transactions /

agreements to suggest the best tax efficient treatment.

2.2.7. Impact on cash flow and working capital requirements based on proposed GST implementation.

Page 6: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

6 of 40

2.2.8. Summary of specific GST provisions that impact BECL business processes and

the required treatment / changes in the accounting system to effectively and smoothly implement the GST transition.

2.2.9. Recommendation on transition from existing taxes to GST including

educating users regarding accounting of pre GST customer invoices, credit notes and vendor invoices.

2.2.10. Advise on treatment of available credit balance.

2.2.11. Recommend the change in roles and business practices for Project Plant of BECL and its relationship with HO with reference to GST.

2.2.12. Recommendation on the best practices to be followed by BECL for both business segments / processes and business practices for most tax efficient business under the GST laws.

2.2.13. Guide / assist in making representations to Government of India/ Government of Gujarat/ Ministry where Power Utility is adversely impacted.

2.2.14. Recommend the desired registrations under GST laws

2.3. IT System Impact Assessment on GST implementation should include the following :

2.3.1. A Business blue print having all changes recommended for each business

module / processes detailing the changes required to be carried out in the respective systems.

2.3.2. Recommendations on application of patches, SAP notes, function modules,

BAPI details, configuration changes etc. on all the SAP systems based on SAP best practices and a document detailing the same should be submitted.

2.3.3. Recommendations on changes to be carried out on Non SAP systems such as

Material Management & Finance Controlling module etc. and a document detailing the same should be submitted.

2.3.4. Recommendations on changes to interfaces between SAP and Non SAP systems

and program level changes based on GST impact should be submitted. A functional specification document for those changes should be submitted and the same will be used by BECL technical teams for development.

2.3.5. Recommendations on changes to be carried out on the Master Data or

transactional data or its format and templates in the IT landscape to be

Page 7: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

7 of 40

included.

2.3.6. Recommendations on Data Migration strategy along with required templates due to GST impact.

2.3.7. Recommendations on new programs / Reports to be developed in any system for statutory requirements or for any other purposes and document on the same should be included.

2.3.8. Recommendations on the End-to-End testing strategy and a testing strategy document having details on the test methodology for Unit Testing, System Integration Testing, User acceptance testing and performance testing etc.

2.3.9. Recommendations on developing interfaces with GST network and the same should be included in the business blue print document and functional specification document.

2.3.10. Implementation road map should be submitted based on the proposed

changes in the system due to GST implementation.

2.4. Presentation on both the reports – Business Impact Assessment and IT Systems Impact Assessment as well as on implementation roadmap

3. Phase III: Implementation

3.1. Assist BECL in obtaining all required IGST, CGST and SGST registrations within

statutory time limit.

3.2. Advise the method to be followed for availing maximum Input credit of IGST, CGST and SGST and applicability of Input Service Distributor.

3.3. Advise on uploading and utilization of carry forward CENVAT credit balance.

3.4. Advise and assist in maintenance of documents necessary for availing Input Credit of IGST, CGST and SGST.

3.5. Ensure smooth transition from existing taxes to GST

3.6. Assist the IT support teams for the changes recommended on the Functional

specifications for all IT systems throughout the implementation phase.

3.7. Test Script with various scenarios based on the changes proposed to be provided.

3.8. Supervise all the changes to be carried out in the master data in the IT systems.

Page 8: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

8 of 40

3.9. Consultant should actively participate in all levels of testing such as Integration

testing, User acceptance testing and performance testing.

3.10. Provide status report on various activities being carried out during the implementation phase.

3.11. Certifying the correctness of all kinds of outputs generated from all the systems based on GST changes.

3.12. Testing and ensuring correct data upload on the GST network.

3.13. GST implementation training workshops / training sessions including presentations shall be required to be held to sensitize and educate the officers of BECL / vendors / agent vendors, for understanding the impact of GST on all BECL activities / transactions and proper accounting of all applicable taxes covered under GST.

3.14. Ensure smooth transition from existing taxes to GST and sign off from BECL.

3.15. Assist BECL in developing interface to GST network.

3.16. Preparation of Standard Operating Procedure (SOP) document on the changes

made due to GST (including IT system changes).

3.17. The above are indicative and not exhaustive of the requirement that the consultant has to prepare the employees & the Company to be GST ready.

4. Phase IV: Post Implementation

4.1. Ensure smooth compliances of GST laws applicable to BECL and suggest changes / remedial action/ system changes where necessary for period of 9 months after implementation of GST which will include following:-

4.1.1. Calculation of monthly IGST, CGST and SGST liability including liability under

reverse charge mechanism.

4.1.2. Successfully filing and uploading data and returns on GST network / website as required by the law during the period of contract.

4.1.3. Assist BECL in applying for refund claims, if any. 4.1.4. To update BECL about various amendments taking place in GST laws/rules,

regulations, circulars, directions, etc. from time to time (compliance management), for enabling BECL employees to be GST compliant.

Page 9: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

9 of 40

4.1.5. Providing opinion on applicability of GST on BECL transactions as referred by operating divisions.

4.1.6. Preparing replies to queries raised by G S T a u t h o r i t i e s , s t a t u t o r y

a u d i t o r s , government auditors and internal auditors.

4.1.7. Vetting sample invoices (for each type of activity) raised for income and expenses booked.

4.1.8. Refresher workshop in each division to solve problems being faced by them w.r.t.

GST implementation.

4.1.9. Assist in Audits, if any, under GST Act in resolving any objections / queries raised by any statutory authorities on the practices adopted by BECL based on the advice of consultant without any additional cost.

4.1.10. Consultant should assist BECL IT during post implementation phase to fix any issues arising out of changes proposed in the systems during GST implementation.

4.1.11. Consultant should provide all assistance and follow processes during post implementation phase for making any new changes in the IT systems for changes coming on GST laws.

The approach to GST implementation should be interactive and should be based on skills transfer from the outset so that as the ongoing project progresses, BECL’s reliability on consultant’s expertise is minimized and in house expertise is developed. The consultant should ensure that the core team of officers is provided adequate hand holding during GST implementation and post GST implementation to enable them to do activities for subsequent years. The assignment would be complete when entire knowledge transfer has taken place & the system is running smoothly without any hiccups with respect to GST roll out

Page 10: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

10 of 40

SECTION – III

TERMS AND CONDITIONS

1. SEALED TENDER SUBMISSION The tender should be submitted in a sealed cover addressed to as under, so as to reach the Company on or before 17:00 hours, 15/07/2017.

Shri Rajiv Parekh, AGM HR & Admin

Phone no. :(79)2324 1391 (Ext.212) E-mail : [email protected] Bhavnagar Energy Company Limited,

3rd Floor, 8th Block, Udhyogbhawan, Gandhinagar 382010 The Tenderer must deposit the aforesaid sealed tender in the TENDER BOX placed in the cabin of AGM HR & Admin before due date and time. However, if it is not convenient for the Tenderer to visit Company’s office in Gandhinagar, then the Tenderer may send the tender by post/ courier service at the above mentioned address so as to reach on or before the due date and time. Tenders received after the due date and time will not be accepted. Tenders received by e-mail/ fax will also not be accepted.

2. Assessment of Tender

2.1. Assessment of tender shall take into account the unconditional acceptance of Terms & Conditions of this tender, Banning guidelines and Integrity Pact by the tenderer.

2.2. Any tender who is conditional shall be liable to be rejected. 2.3. The offers will be assessed first on the basis of the information furnished in Part A –

Technical Bid of the offer document. Once the tenderers are assessed on the completeness of documents provided as per Part A only then the Part B - Price Bid of those parties who qualify as per Part A will be opened. Those tenderers who do not qualify as per Part-A will not be eligible for opening of Part –B

2.4. The selection is based on the basis of L1 (lowest) bid given by the tenderer in Price Bid. However, the Company reserves its right to reject any offer whether lowest or not and allot the contract to another party as deemed fit at its sole discretion and in the interest of the Company. The decision of the Company in this regard shall be final and binding to all the vendor/tenderer.

2.5. Part A and Part B of the offer document will be opened in presence of the representative of Tenderer. Those parties, who desire to remain present at the time of opening, may do so. The date and time will be informed separately

2.6. The Tenderers are requested to quote their best and final offer. No revised offer shall be entertained

3. The tenderer is required to provide an undertaking that they accept to adhere by the Terms & Conditions of the Tender (Annexure 3–“Agreement to Terms & Conditions”). The tenderer is expected to examine all instructions, annexure, forms, specifications, terms & conditions in the bidding documents. Failure to furnish all information required by the tender or submission of a bid not substantially responsive to the tender in any aspect will be at the tenderer’s risk & may result in the rejection of its bid

Page 11: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

11 of 40

4. PRICE BID

4.1. The rates quoted by the Tenderer shall remain firm during tenure of the contract including extended period of contract and NO ESCALATIONS whatsoever shall either be claimed or considered. The rates should be quoted for entire contract period

4.2. The Rates quoted shall be “ALL INCLUSIVE (excluding GST/ Service Tax)” and would mean and shall include the following:

4.2.1. Salaries including all fringe benefits and statutory payments payable to all the resources required for GST implementation.

4.2.2. The rates shall be inclusive of all out of pocket expenses the tenderer may incur for carrying out the job and NO EXTRA charges, whatsoever, shall be payable for the same & for any other reason whatsoever

4.3. The entire project will be done centrally at Corporate Office, Gandhinagar hence rate should be inclusive of Accommodation, Travel Ticket, Airfares, Train fares, Halting expenses, Transport, Lodging, Boarding etc.

4.4. All costs and expenses incurred by tenderer in any way associated with the development, preparation, and submission of responses, including but not limited to attendance at meetings, discussions, presentations, etc. and providing any additional information required by BECL, will be borne entirely and exclusively by the tenderer. The tenderer should bear all the costs associated with the preparation and submission of their bid and BECL will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

4.5. The Price Bid should be submitted strictly as per format given in PART B and should not contradict the Technical Bid in any manner.

4.6. The Tenderers are requested to quote their best and final offer in the Price Bid in Part B of the tender document. No revised offer shall be entertained. No conditional quotations will be accepted

4.7. Price must be quoted in Indian Rupees Only 4.8. The price bid should be towards the services required to meet the terms &

conditions of the tender. 4.9. The successful tenderer should intimate BECL of any changes in rates of taxes/

duties/ levies within 90 days from the receipt of such notification, failing which the rates of taxes/ duties/ levies will be reimbursed from the date of receipt of such notification from the successful tenderer. Any benefit due to reduction in the taxes will be passed on to BECL.

5. EARNEST MONEY DEPOSIT The offer should be accompanied with an EMD of an amount of Rs. 10,000 by way of crossed Demand Draft / Bank guarantee (format as per Annexure 4 attached) in favour of Bhavnagar Energy Company Limited, payable at Gandhinagar from nationalized / scheduled bank. The EMD is refundable, except on withdrawal of the offer before decision or if the tenderer fails to accept the contract, if awarded. The bank guarantee should be valid for 6 months from the due date of tender. The Demand Draft/Bank guarantee for Earnest Money Deposit must be enclosed in the envelope consisting of Part A which is labeled as “TENDER FEE AND EMD - TENDER FOR APPOINTMENT OF CONSULTANT FOR IMPLEMENTATION OF GST IN SAP ECC 6.0”

Page 12: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

12 of 40

6. VALIDITY

The rates given in Tender should be valid for acceptance by the Company up to SIX MONTHS from the due date. In case processing/ acceptance of the Tender takes more than six months, the Tenderer who wishes to withdraw his Price Offer, shall have to write to the Company within a week before expiry of SIX MONTHS withdrawing his Price Bid, else the rate will hold valid till the contract finalization.

7. CLARIFICATION OF RFP

BECL may in its absolute discretion seek, but under no obligation to seek, additional information or material from any Tenderer after the Tender closes and all such information and material provided must be taken to form part of that Tenderer’s response. BECL shall communicate responses to queries raised to all the tenderers, through website and emailing to tenderer.

8. AMENDMENT TO BIDDING DOCUMENT / SUBMISSION OF MULTIPLE BID

At any time prior to the last date for receipt of the bid, The Company, may, for any reason, whether at its own initiative or in response to a clarification requested by any of the prospective tenderer, modify the tender document by an amendment. The amendment will be notified by posting the same on our official website.

9. PERIOD OF CONTRACT

9.1. The successful tenderer shall commence the work immediately on award of the contract.

9.2. The period of contract will commence from the date contract is awarded and will continue up to 12 months from the date of GST roll out.

Page 13: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

13 of 40

10. MILESTONES, DELIVERABLE & BILLING

Milestone Deliverable Time Line to start immediately from the date of awarding the contract

AS-IS Analysis AS – IS Report 4 weeks Presentation on existing business processes and transactions to the Steering Committee / Management

IMPACT ASSESSMENT

Business Impact Assessment Report

IT System Impact Assessment Report having detailed Business Blue print, Configuration change document, Functional specification document, Interface changes, details of templates, Testing strategy document etc as defined in the SOW. Implementation road map Should be submitted based on the proposed changes in the system. Presentation on both impact Assessment reports and implementation road map to Steering Committee/ Management.

IMPLEMENTATION Test Scripts for carrying out the testing as defined in the testing strategy submitted Weekly status report on the progress of implementation. Certifying Report giving validation on output obtained

14 weeks

Page 14: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

14 of 40

From SAP system in compliance with GST laws and rules with sign off by BECL.

Standard Operating Procedure document on the changes made due to GST for all end users to be handed over to BECL. Training workshop in each operating division to educate users regarding applicability of GST on the transactions handled by them.

POST IMPLEMENTATION

Successfully upload data and returns on GST network / website as required by the law during the period of contract

9 months

Assistance in Audits or queries raised by the department or any auditor during the period of contract Refresher workshop in each division to solve problems being faced by them w.r.t. GST implementation Circulars providing update on amendments introduced in GST law during the period of contract Post implementation IT related Change control for the GST Project as defined in the scope of work

10.1. The tenderer shall note that any dispute regarding payment must be raised within

60 days from the date of settlement of relevant bills failing which the same will not be entertained.

11. Evaluation/Pre-qualification Criteria

A) The Consultants desirous of bidding for the project and having an In-house SAP team shall meet the following pre-qualification criteria. 11.1 The Consultant/ Tenderer/Bidder should have a minimum five (5) years of existence in the field of SAP Implementation and Maintenance specially in SAP FICO, MM, PS Modules either individually or together with networked firms/or affiliates. 11.2 The Consultant/ Tenderer/Bidder individually or together with networked firms and /or affiliates should have handled SAP Implementation and Maintenance or Advisory Services for SAP FICO, MM, PS Modules for at least five (5) manufacturing companies/Government of Gujarat’s Companies/ PSUs/ any other MNCs in the previous three (3) years i.e., from FY 2013-14 onwards with a turnover of atleast Rs.10 crores having multi state presence in India.

Page 15: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

15 of 40

11.3 Minimum Two members, to be assigned for implementation of GST in BECL, of the Consultancy team of the firm should possess more than 5 years of experience in the areas indirect taxes covering Central Excise, Customs, service tax, applicable statutory levies, and State VAT/CST primarily of listed companies in India. These members should have expertise skills relating to Model GST law. 11.4 The Consultant/ Tenderer/Bidder individually or together with networked firms and/or affiliated should have experience in implementing SAP in the previous five (5) years i.e., from FY 2011-12 onwards primarily covering SAP FICO, MM and PS Module. 11.5 Minimum Three (3) members, to be assigned for implementation of GST in BECL, of the IT advisory team of the firm should possess more than 7 years of experience in the areas of SAP consultancy and should possess comprehensive understanding of processes involved in SAP financials, SAP costing including material ledger actual costing, Materials Module, Sales and Distribution, SAP financials, SAP costing including material ledger actual costing, Materials Module, Sales and Distribution, Indirect Tax related configuration under Country India Version (CIN) and SAP cross module integration and Business Intelligence. 11.5.1 Out of three above (6.5) One Member of the IT advisory team referred above should be professionally qualified specifically in the field of Finance/Accounting and should have domain experience. 11.5.2 Further at least One Member should have handled at least two (2) integration assignments between SAP FICO and SAP Materials Module, or SAP FICO and SAP Sales and Distribution Module or SAP Materials Module and SAP Sales and Distribution Module. 11.6 A Self-certification of the above referred information confirming the above should be submitted to BECL on its letter head duly signed by its Competent Authority not below the level of Partner/Senior Director/or equivalent as per Format enclosed in Annexure –II. B) The Consultants desirous of bidding for the project and not having an in-house SAP team can tie-up with SAP consultancy firms subject to meeting the following pre- qualification criteria. 11.7 The Consultants should meet criteria mentioned in clause 6.1 to 6.3 and the SAP consultancy Firm should meet the following criteria. 11.7.1 The Firm should have minimum of 5 years in SAP Implementation. 11.7.2 The firm should have handled at least 5 projects of SAP end to end implementation in manufacturing companies/Government of Gujarat’s Companies/ PSUs/ any other MNCs with SAP CIN Implementation 11.7.3 The Firm/Implementation partner should have at least 25 persons having experience of about 5-10 years in SAP implementation/Support.

Page 16: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

16 of 40

11.7.4 SAP Consultancy firm individually should have experience in implementing SAP primarily covering Materials, Sales and Distribution, Finance and Costing, Project Systems Modules. 11.7.5 Minimum Three (3) members, to be assigned for implementation of GST in BECL, of the SAP consultants firm should possess more than 7 years of experience in the areas of SAP consultancy and should possess comprehensive understanding of processes involved in SAP financials, SAP costing including material ledger actual costing, Materials Module, Sales and Distribution, SAP financials, SAP costing including material ledger actual costing, Materials Module, Sales and Distribution, Indirect Tax related configuration under Country India Version (CIN) and SAP cross module integration and Business Intelligence. 11.7.5.1 Out of three above (6.7.6) One Member of the IT advisory team referred above should be professionally qualified specifically in the field of Finance/Accounting and should have domain experience. 11.7.5.2 Further at least One Member should have handled at least two (2) integration assignments between SAP FICO and SAP Materials Module, or SAP FICO and SAP Sales and Distribution Module or SAP Materials Module and SAP Sales and Distribution Module. 11.8 A Self-certification of the above referred information confirming the above should be submitted to BECL on its letter head duly signed by its Competent Authority not below the level of Partner/Senior Director/or equivalent as per Format enclosed in Annexure –II. Important Note:

i. All correspondence should be with contact person in writing only. ii. Persons once assigned (as per clauses above) for this project/work should not be

withdrawn from the project without consent of the Company. If tie-up breaks/withdrawn during at any phase of contract for any reasons BECL has full right to block list/put both the consultancy firm under holiday for period decided by BECL solely.

iii. Subcontract of project/work is strictly not allowed.

Page 17: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

17 of 40

12. DISQUALIFICATION: The tenderer is liable to be disqualified if:-

12.1. Tender document is not submitted in accordance with terms and conditions of the Tender Form.

12.2. The proposal is not accompanied by Tender Fee and Earnest Money Deposit 12.3. During validity of the quotation period or its extended period, if any, the

Tenderer increase his quoted prices. 12.4. The Tenderer qualifies the Tender with his own conditions. 12.5. Received in incomplete form including price bid. 12.6. Received after due date and time. 12.7. Information submitted in Technical Bid is found to be incorrect or false at any time

either during the processing of the tender (no matter at what stage) or during the tenure of the contract including the extension period if any.

12.8. While processing the tender documents, if it comes to the knowledge of Company that some of the Tenderers have formed a cartel resulting in delay/holding up the processing of tender. All such Tenderers involved in cartel are liable to be disqualified for this contract as well as for a further period of two years.

12.9. If any alteration is found in the tender document downloaded from BECL Website, the submitted tender is liable to be rejected

13. The tenderer can sub-contract any part of the work after contract is awarded.

14. The tenderer will be single point responsible for entire work under tender, including IT

scope of work so as to avoid any problems at the time of changes in IT implementation and to match with GST network. The tenderer must sign the acceptance form for the same as per Annexure - 5

15. The submission of a tender by a Tenderer implies that he has read these instructions and

has made himself aware of the scope of work and the conditions of contract and the Company will not therefore, pay any extra charges on any account in case the Tenderer finds later on to have misjudged the conditions.

16. CHANGE IN OWNERSHIP

If any change takes place in the ownership or partnership of tenderer’s firm/ company, BECL should be intimated immediately of such changes, failing which, all payments will be withheld and BECL may terminate the contract as may be deemed necessary in view of changed/altered scenario.

17. NATIONAL SECURITY

While evaluating proposals, regard would be paid to national defense and security considerations. The Company shall not be responsible for breach of law, if any, by the Tenderer.

Page 18: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

18 of 40

18. EMPLOYMENT OF PROFESSIONALS The tenderer to deploy separate teams for Tax and IT related work. Teams should include adequate number of professionals with experience in Power Utility industry so as to complete the project within stipulated time.

19. LETTER OF ACCEPTANCE

The Purchase order shall be issued to the successful tenderer and he shall be required to acknowledge the same amounting to acceptance of the tender. The successful tenderer shall be required to submit duly signed Letter of Acceptance (Annexure - 6) on issuance of Purchase order. The signing of Letter of Acceptance shall construe as acceptance of all the Terms and Conditions and all clauses laid down in the tender including Price Bid and Purchase Order. The successful tenderer shall commence working on the assignment immediately.

20. CONCILIATION

If any dispute , difference, question or disagreement arises between the parties hereto or their respective representatives or assignees, in connection with construction, meaning, operation, effect, interpretation of the contract or breach thereof which parties are unable to settle mutually, the same may first be referred to conciliation through Outside Expert Committee (“OEC”) to be constituted by MD.

21. INTEGRITY PACT All tenderers shall have to sign an ‘Integrity Pact’ with the Company for handling and ensuring the transactions in a fair and transparent manner. The Integrity Pact document is attached with the tender (Section V). The tenderer shall submit the tender along with the “Integrity Pact”, duly signed on all pages and details filled in properly. All pages of the Integrity Pact shall be signed by the same signatory who signs the tender document and has the authority on behalf of the Firm / LLP he represents. The acceptance of Integrity Pact shall be unconditional and the tenderer must not change any contents of the Integrity Pact. The signed Integrity Pact should be enclosed with the technical bid of the tender only. Tenders received without the signed Integrity Pact and/or without details filled in, shall be rejected.

22. TERMINATION CLAUSE BECL reserves its right to terminate the contract for any reason at its absolute discretion including but not limited to the following: 22.1. If the tenderer is adjudicated insolvent by a Competent Court or files for insolvency or

the successful tenderer is ordered to be wound up by a Competent Court. 22.2. If the tenderer commits any material breach of the terms of this contract or any other

contract with BECL. 22.3. In case of breach of any terms and conditions of the Tender / contract, BECL reserves

its right to terminate the contract and the Performance Bank Guarantee would

Page 19: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

19 of 40

stand forfeited. 22.4. If any charge sheet is filed by a competent authority of the Government against the

tenderer. 22.5. It is to be clearly understood by the successful tenderer that if a charge-sheet is filed

by any competent authority of the Government against the successful tenderer, the successful tenderer is obliged to notify BECL within 7 (seven) days of filing of the charge sheet. Failure to do so shall result in forfeiture of all payments due to the successful tenderer for services rendered after the date of filing of the charge-sheet.

22.6. Exit Clause – BECL, at its sole discretion can terminate the contract without assigning any reasons whatsoever by giving FIFTEEN (15) days’ notice to the Tenderer.

The decision of BECL in terminating the contract will be final and binding on the successful tenderer

23. SECURITY DEPOSIT / PERFORMANCE BANK GUARANTEE

23.1. The successful Tenderer will have to submit a Security Deposit / Performance Bank Guarantee which will be equivalent to 5% of the value of the contract in the form of Bank Guarantee.

23.2. The Security Deposit / Performance Bank Guarantee (format as per Annexure 4 attached) should be irrevocable and drawn on any Nationalized / Scheduled Bank in favour of Bhavnagar Energy Company Limited, payable at Gandhinagar which should be valid for period of two years, extendable if required, towards satisfactory performance of the contract.

23.3. In case of termination of the contract for any reason, except for the reason stated in clause 22.6 above, the performance bank guarantee shall stand forfeited, either wholly or partly and the Tenderer shall have no claim whatsoever against the Company in consequence of such termination of the contract.

23.4. In the event the Tenderer gives up the work before expiry of the contract including extension periods, if opted by the Company, or is unable to service the contract for whatever reason, the performance bank guarantee shall stand forfeited.

23.5. The BECL shall also be entitled to make recoveries from the Tenderer’s bills, Security Deposit/Performance Guarantee or from any other amount due to him, against any over payment made not due to tenderer due to inadvertence, error, collusion, misconstruction or misstatement.

23.6. The Security Deposit paid by the Tenderer towards satisfactory performance of the contract shall, subject to deductions, if any, be returned to him after three months on expiry of the contract.

24. CONFIDENTIALITY

24.1. The information/documents made available to the Consultant during the period of this assignment shall be treated in strict confidentiality and shall not be made available outside the firm/co. without specific consent of BECL

24.2. The reports, if any, submitted by the consultant shall be the exclusive property of BECL. The BECL can, at its own discretion and rights, furnish the copies of reports to any connected person, firm, Company or Authority, etc

Page 20: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

20 of 40

25. LIMITATION OF LIABILITIES

The Company reserves the right to claim for the consequential losses suffered by the Company for non-compliance of the contract on the part of the successful tenderer. The tenderer’s liability for such damages under the contract shall not exceed the total contract value of the contract. However the limitation of liability is not applicable for the cases where it is found and proved that the liability is arising out of an action performed with mollified intention / fraud.

26. EMPLOYMENT

It has to be clearly understood by the successful tenderer that the award of contract, if any, against this Tender shall be for a limited period as specified in the Tender. The professionals/ workers employed by the successful tenderer to perform the contract if awarded shall be the employees of the successful tenderer and the successful tenderer alone shall be liable to pay the salaries, fees and all other payments as may be due to the professionals and BECL shall in no way be liable for the same. The successful tenderer shall also comply with all the provisions under the laws of the land pertaining to his/their professionals and their employment for the purpose of performing the contract, if awarded against this RFP, and the successful tenderer shall also indemnify BECL for any claims whatsoever made by such professionals against BECL in that behalf.

27. FORCE MAJEURE

Neither party shall be liable for any failure or delay in the performance of its obligations under this Tender and subsequent contract to the extent such failure or delay or both is caused, directly or indirectly, without fault of such party, for any reason beyond its reasonable control, including but not limited to, by fire, flood, earthquake, elements of nature or acts of God, acts of the state, strikes, acts of war, terrorism, riots, civil disorders, rebellions or revolutions, quarantines, embargoes and other similar governmental action (each a force majeure event). Any Party so delayed in its performance shall immediately notify the other by telephone or by the most timely means otherwise available (to be confirmed in writing within two (2) business days of the inception of such delay) and describe in reasonable detail the circumstances causing such delay with relevant documentary support. However the party claiming such event shall take all necessary steps to mitigate the delay so caused in spite of such event. If under this clause either party is excused performance of any obligation for a continuous period of 90 days, then the other party may at any time hereafter while such performance continues to be excused, terminate the proposal or contract without any liability by notice in writing to the other.

28. JURISDICTION

This agreement including all matters connected with this Tender/ contract shall be governed by the Indian Law both substantive and procedural, for the time being in force and shall be subject to the exclusive jurisdictions of Indian Courts at Gandhinagar.

29. ARBITRATION

Any dispute or difference whatsoever arising between the Tenderers out of or in relation

Page 21: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

21 of 40

to the construction, interpretation, application, meaning, scope, operation, performance or effect of this tender/ contract or the validity or breach thereof, there shall first be an attempt to mutually settle the same amicably. If however, the said settlement is not possible within a period of 30 days from the date of notice then such dispute shall thereafter be referred to a Sole Arbitrator, to be appointed/ nominated by the Company. The venue of the said Arbitration shall be at Gandhinagar. And the provision of the Arbitration and Conciliation Act, 1996 shall apply to the said proceedings. The Award of the Arbitrator shall be final and binding upon both the parties

30. DEFINITIONS 30.1. The terms “COMPANY” or “BECL” wherever used shall mean “Bhavnagar

Energy Company Limited” 30.2. The term “TENDERER” shall mean and include the person, firm or a body corporate

which is submitting its tender 30.3. The term “TENDERER” and/or “CONSULTANT” shall mean and include the

person, firm or a body corporate with whom the Contract has been placed including their heirs, executors, administrators, successors and their permitted assigns, as the case may be

31. PRE BID MEETING:

Pre-bid meeting will be held at 15.00 hours on 17.07.2017 in the Board Room of the company. All queries with reference to the tender may be submitted to email address [email protected] with subject line as “Tender for GST Implementation”. BECL discourages any further queries post pre bid meeting.

---------------------------------------------------------------------------------------------- WE AGREE TO ABIDE BY THE ABOVE TERMS AND CONDITIONS.

(Signature of the authorized signatory of the firm with Rubber Stamp of the Firm)

Place:

Date: N.B. - Please return this form and the Form of Particulars duly signed and stamped on each page.

Page 22: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

22 of 40

FORM OF PARTICULARS SECTION – IV

NO. PARTICULARS DETAILS

1) Name of the Consultant Firm / LLP/Co. 2) Registered Address of the Consultant & its

Principal place of business.

3) Telephone(s)

Mobile Number(s)

Email Address(es)

4) Permanent Account Number (PAN)[Attach Copy]

5) Service tax Registration Number [Attach Copy]

6) Name and mobile of Contact person 7) Banker Name, Address and Bank Account

Details

8) Tender Fee Details: DD No: Amount: Rs. 1000/- Date of Issue: Drawn on:

9) Earnest Money Deposit (EMD) Details: DD No: Amount: Rs. 10,000/- Date of Issue: Drawn on: Bank Guarantee Details

Note: Particulars requested above may be furnished on separate sheets, if necessary. I certify that the information provided above is to the best of my knowledge true and correct.

Date: (Signature of Tenderer) Place: Full Name: Rubber Stamp Designation:

Page 23: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

23 of 40

(INTEGRITY PACT DOCUMENT) SECTION V

(TO BE EXECUTED IN PLAIN PAPER AND APPLICABLE FOR ALL TENDERS VALUING ABOVE RUPEES ONE CRORE)

INTEGRITY PACT

Between Bhavnagar Energy Company Limited Limited (BECL) hereinafter referred to as “The

Principal”, and

Hereinafter referred to as “The Tenderer/Contractor”.

Preamble

The Principal intends to award, under laid down organizational procedures, contract/s for . The Principal values full compliance with all relevant laws and regulations, and the principles of economical use of resources, and of fairness and transparency in its relations with its Tenderer(s) and Contractor(s).

In order to achieve these goals, the Principal cooperates with renowned international Non- Governmental Organization “Transparency International” (TI). Following TI’s national and international experience, the Principal will appoint an External Independent Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Principal

(1). The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:

1. No employee of the Principal, personally or through family members, will in

connection with the tender for, or the execution of a contract, demand, take a promise for or accept, for him/herself or third person, any material or immaterial benefit which he/she is not legally entitled to.

2. The Principal will, during the tender process treat all Tenderers with equity and reason.

The Principal will in particular, before and during the tender process, provide to all Tenderers the same information and will not provide to any Tenderer confidential/additional information through which the Tenderer could obtain an advantage in relation to the tender process or the contract execution.

Page 24: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

24 of 40

3. The Principal will exclude from the process all known prejudiced persons.

(2). If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions.

Section 2 – Commitments of the Tenderer/Contractor

(1). The Tenderer / Contractor commit itself to take all measures necessary to prevent

corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

1. The Tenderer / Contractor will not, directly or through any other person or firm, offer,

promise or give to any of the Principal’s employees involved in the tender process or the execution of the contract or to any third person any material or immaterial benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage during the tender process or during the execution of the contract.

2. The Tenderer / Contractor will not enter with other Tenderers into any undisclosed

agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non- submission of bids or any other actions to restrict competitiveness or to introduce cartelization in the bidding process.

3. The Tenderer / Contractor will not commit any offence under the relevant Anti-

corruption Laws of India; further the Tenderer / Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

4. The Tenderer / Contractor will, when presenting his bid, disclose any and all payments

he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

(2). The Tenderer / Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences.

Section 3 – Disqualification from tender process and exclusion from future contracts

If the Tenderer, before contract award has committed a serious transgression through a

violation of Section 2 or in any other form such as to put his reliability or credibility as Tenderer into question, the Principal is entitled to disqualify the Tenderer from the tender process or to

Page 25: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

25 of 40

terminate the contract, if already signed, for such reason.

1. If the Tenderer / Contractor have committed a transgression through a violation of Section- 2 such as to put his reliability or credibility into question, the Principal is entitled also to exclude the Tenderer / Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgression, the position of the transgressors within the company hierarchy of the Tenderer and the amount of damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years.

2. The Tenderer accepts and undertakes to respect and uphold the Principal’s absolute right to

resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice.

3. If the Tenderer / Contractor can prove that he has restored/recouped the damage caused by

him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion prematurely.

4. A transgression is considered to have occurred if in light of available evidence no

reasonable doubt is possible. Section 4 – Compensation for Damages

1. If the Principal has disqualified the Tenderer from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover from the Tenderer liquidated damages equivalent to 3% of the value of the offer or the amount equivalent to Earnest Money Deposit / Bid Security, whichever is higher.

2. If the Principal has terminated the contract according to Section 3, or if the Principal is

entitled to terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor liquidated damages equivalent to 5% of the contract value or the amount equivalent to Security Deposit / Performance Bank Guarantee, whichever is higher.

3. The Tenderer agrees and undertakes to pay the said amounts without protest or demur

subject only to condition that if the Tenderer / Contractor can prove and establish that the exclusion of the Tenderer from the tender process or the termination of the contract after the contract award has caused no damage or less damage that the amount of liquidated damages, the Tenderer / Contractor shall compensate the Principal only to the extent of the damage in the amount proved.

Page 26: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

26 of 40

Section 5 – Previous Transgression

1. The Tenderers declares that no previous transgressions occurred in the last three years with any other Company in any country conforming to the TI approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

2. If the Tenderer makes incorrect statement on this subject, he can be disqualified from the

tender process or the contract, if already awarded, can be terminated for such reason. Section 6 – Equal treatment of all Tenderers / Contractors

1. The Tenderer / Contractor undertake to demand from all subcontractors a commitment in conformity with this Integrity Pact, and to submit it to the Principal before contract signing.

2. The Principal will enter into agreements with identical conditions as this one with all

Tenderers, Contractors and Subcontractors.

3. The Principal will disqualify from the tender process all Tenderers who do not sign this Pact or violate its provisions.

Section 7 – Criminal charges against violating Tenderers / Contractors

If the Principal obtains knowledge of conduct of a Tenderer, Contractor or of an employee or a representative or an associate of a Tenderer, Contractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the Vigilance Office.

Section 8 – External Independent Monitor/ Monitors (three in number depending on the size of the contract)

(To be decided by the Chairman of the Principal)

1. The Principal appoints competent and credible External Independent Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

2. The Monitor is not subject to instructions by the representatives of the parties and performs

his functions neutrally and independently. He reports to the Chairman of the Board of the Principal.

3. The Contractor accepts that the Monitor has the right to access without restriction to all

Project documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is

Page 27: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

27 of 40

applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Tenderer / Contractor with confidentiality.

4. The Principal will provide to the Monitor sufficient information about all meetings among

the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

5. As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or heal the violation, or to take other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.

6. The Monitor will submit a written report to the Chairman of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the “Principal” and, should the occasion arise, submit proposals for correcting problematic situations.

7. Monitor shall be entitled to compensation on the same terms as being extended to / provided to Outside Expert Committee members / Chairman as prevailing with Principal.

8. If the Monitor has reported to the Chairman of the Board a substantiated suspicion of an offence under relevant Anti-Corruption Laws of India, and the Chairman has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India.

9. The word “Monitor” would include both singular and plural. Section 9 – Pact Duration

This pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last payment under the respective contract, and for all other Tenderers 6 months after the contract has been awarded.

If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged / determined by Chairman of the Principal.

Section 10 – Other provisions

1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the registered office of the Principal, i.e. Gandhinagar.

2. Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made.

3. If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or consortium members.

Page 28: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

28 of 40

4. Should one or several provisions of this agreement turn out to be invalid, the remainder of

this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

……………………… ........................................... For the Principal For the Tenderer / Contractor

(Official Seal) (Official Seal)

Place: ............................. Witness: 1…………...............……. Date: .............................. 2. …………………………

Page 29: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

29 of 40

ANNEXURE -1

IT SET UP IN BECL

1. SAP Modules implemented in BECL

SR NO. FUNCTIONALITY SAP Module

1 Finance and Control SAP FICO

2 Material Management SAP MM

3 Project System SAP PS

2. Sub Modules of SAP implemented in BECL

A. Financial Accounting (FI) & Controlling (CO)

1. General Ledger

2. Cash & Bank

3. Asset

4. Accounts Payable

5. Accounts Receivable

6. Controlling

7. Funds Management

B. Materials Management (MM)

1. Contracts

2. Service Agreements 3. Procurement Process for Materials and Services (RFQ, PR, PO, GR, GI, Service Entry, LIV)

Page 30: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

30 of 40

ANNEXURE –2

Details for Pre-qualification- to be Self-Certified

Sr. No.

Clause No.

Clause Documents to be submitted

1 11.1 Minimum five (5) years of existence in the field of Consultancy Firm / Individual Consultancy

Minimum 5 Less than 5

Years Years

Please tick appropriate Box

2 11.2 Consultancy services for at least five (5) GoG Companies/GoI Companies/ PSUs or manufacturing companies in the previous 3 years i.e., from FY 2013-14 onwards with a turnover of more than Rs.10 Crores with multistate presence in India.

Minimum 5 Less than 5 Companies Companies

Please tick appropriate Box

3 11.3 Minimum Two members, to be assigned for implementation of GST in BECL, of the Consultancy team of the firm should possess more than eight (8) years of experience in SAP

a. Total No. of Team members

proposed:-

b. Give details as under only relating to persons having more than 8 years’ experience:

Page 31: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

31 of 40

Name of the Company

Nature of assignments

4 11.4/11.7.5

The Consultancy firm individually or together with networked firms and/or affiliated should have experience in implementing SAP in the previous five (5) years i.e., from FY 2011-12 onwards primarily covering FICO, MM, PS

Yes/No

5 11.5 Minimum Three members, to be assigned to for i mplementation of GST in BECL, of the IT advisory/SAP team should possess more than 7 years of experience in the areas of SAP consultancy

a. Total No. of Team members proposed:-

b. Give details as under only relating to persons having more than 8 years’ experience in SAP

Name of

the person

Total Years

of SAP Experience

(more than 8)

Org. represente

d

Key Clients

6 11.5.1

Out o f t h r e e a b o v e 6 . 6 O n e Member of the IT advisory team referred above should be professionally qualified specifically in the field of Finance/accounting and should have domain experience(FICO Module)

Name of

the person

Qualification in Finance

Domain experienc

e No. of

Y

Organization worked

with

7 11.5.2

Further at least One Member should have handled at least two (2) integration assignments SAP FICO and SAP Materials Module, or SAP FICO and SAP Sales and Distribution Module or SAP Materials Module and SAP Sales and Distribution Module.

Name of

the person

(1)

Whether handled

SAP integration assignment

(2)

Experience No. of

Years

Name of Clients Where

integration

assignment handled

Page 32: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

32 of 40

Note: The information should be self-certified and submitted on its letter head duly signed by its Competent Authority not below the level of a Partner/Senior Director/or equivalent.

The following Criteria will not be applicable to firm who have in-house SAP team. The Firm tying up SAP Consultancy should in addition to above submit the

Following information

8 11.7.1 Firm should have minimum of 5 years of SAP Implementation Practice.

Minimum 5 Less than 5

Years Years

9 11.7.2 At least 4 project of SAP end to end implementation in Manufacturing Companies having turnover of more than 1000 Cr with PAN India operation with SAP CIN Implementation

Name of the

Company

Turnover Year Nature of Assignments

10 11.7.4 The Firm/Company should have at least 25 SAP persons having SAP (implementation/Support) experience of about 2-3 years on their roll

Name of

Person

Experience in SAP Implementation/Sup port

Assignments handled

Page 33: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

33 of 40

ANNEXURE -3

AGREEMENT TO TERMS AND CONDITIONS

Our firm/LLP/Company is agreeable to provide the services as per the Tender .We agree to all the terms and conditions of the Tender BECL/IT/2017/04

Date: Authorized Representative Signature:

Place: Name:

Designation:

Firm/LLP/Company Name: Seal of Firm/LLP/Company

Page 34: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

34 of 40

ANNEXURE -4

FORMAT OF BANK GUARANTEE Bank Guarantee in lieu of Earnest Money Deposit and Security Deposit/Performance Bank

Guarantee Ref No. BECL/IT/2017/04 Date

To, Bhavnagar Energy Company Limited, 3rd Floor, 8th Block, Udhyog bhawan, Gandhinagar 382010

Sir, WHEREAS, a company within the meaning of the Companies Act, 1956/ a Partnership/Proprietor firm having its registered office/principal place of business/ place of business at (hereinafter called “the Tenderer”) have been called upon to furnish Bank Guarantee.

AND WHEREAS, We Bank have, at the request of the Tenderer, agreed to give you this guarantee as herein contained;

NOW THEREFORE in consideration of the premises, We, the undersigned, hereby covenant that the aforesaid tender of the Tenderer shall remain open for acceptance by you during the period of validity as mentioned in the tender i.e. six months from the date of submission of tender along with this guarantee or any extension thereof and if the Tenderer shall for any reason back out, whether expressly or impliedly, from his said tender during the period of its validity or any extension thereof, We hereby unconditionally and irrevocably guarantee to you the payment of the sum of Rs. on demand, without demur notwithstanding the existence of any dispute between you or your authorized representative and the tenderer in this regard AND WE hereby further agree as follows: (a) That you may without affecting this guarantee grant time or other indulgence to or negotiate further with Tenderer in regard to the conditions contained in the said tender and thereby modify these conditions or add thereto any further conditions as may be mutually agreed upon between you and the Tenderer. (b) That the guarantee hereinabove contained shall not be affected by any change in the constitution of our Bank or in the constitution of the Tenderer. (c) That this guarantee commences from the date hereof and shall remain in force till the Tenderer, if his tender is accepted by you, furnishes the security as required under the said specifications and executes a formal agreement as therein provided or till four months after the period of validity, as the case may be, of the tender, whichever of these is earlier. (d) That the expressions “the Tenderer” and “the Bank” herein used shall, unless such an interpretation is repugnant to the subject or context, include their respective successors and assigns.

Page 35: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

35 of 40

(e) Capitalized terms used herein and not defined shall carry the meaning ascribed to these in the Tender.

Yours faithfully,

Page 36: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

36 of 40

ANNEXURE -5

ACCEPTANCE OF SINGLE POINT RESPONSIBILITY

Our Firm/LLP/Company accepts that we shall be solely responsible for performance of services as required by the scope of work mentioned in this tender within the stipulated time.

Date: Authorized Representative Signature:

Place: Name:

Designation:

Firm/LLP/Company Name: Seal of Firm/LLP/Company

Page 37: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

37 of 40

LETTER OF ACCEPTANCE ANNEXURE -6

Date:

To, Rajiv Parekh (AGM & HR), Bhavnagar Energy Company Limited, 3rd Floor, 8th Block, Udhyogbhawan, Gandhinagar 382010

RFP Ref. No.:- BECL/IT/2017/04

Sub: Letter of Acceptance for the services to be rendered under Tender for Implementation of GST

Dear Sir,

M/s………. (Name of the Successful Tenderer), a company, (give details if not a Company under Company Act, 2013) having its registered and corporate office at (Address of the Successful Tenderer), (hereinafter referred to as “our constituent” which expression, unless excluded or repugnant to the context or meaning thereof, includes its successors and assigns) hereby accepts the contract awarded to us by Bhavnagar Energy Company Limited vide their Purchase Order No…………. dated………… for providing services as detailed in the RFP.

The following documents shall be deemed to form and be read and construed as part of this Agreement, viz. : (a) All the clauses of the Tender No. BECL/IT/2017/04 dated …………….. and all its addendums/modifications (b) The Bid form submitted by the tenderer and subsequent amendments, as a result of negotiation with the successful tenderer, made into it, as accepted by the BECL. (c) Purchase Order no. ….. dated ……

The Tender including Commercial Bid submitted by M/s………….. (Name of the Successful Tenderer ), together with the written acceptance above and Purchase Order issued shall constitute a binding Contract between M/s………….. (Name of the Successful Tenderer) and Bhavnagar Energy Company Limited.

Yours faithfully,

For and on behalf of the M/s………. (Name & Address of the Successful Tenderer), (Signature) Designation

Page 38: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

38 of 40

ANNEXURE-7

UNDERTAKING

(To be given by Consultancy/tax advisory firm on their letter head having tie-up with SAP consultancy firm)

We, M/s__________ (Consultancy/tax advisory firm), enter into contract/tie-up with M/s_________(SAP Consultancy firm), for the purpose of Tender no. BECL/IT/2017/04 dated 05. 07.2017, hereby agree and undertake to Bhavnagar Energy Company Limited (BECL) that we shall be shouldering the single point responsibility for entire completion of Project/Work within the time limit as per agreed tender terms. Further, we hereby confirm that we shall be solely responsible for payment to SAP Consultant firm and shall defend indemnify and hold harmless Bhavnagar Energy Company Limited (BECL) from any claims brought against BECL by such SAP consultant We hereby agree and confirm you that if tie-up breaks/withdrawn during at any phase of contract for any reasons whatsoever, BECL has full right to black list/put both of us under holiday for period decided by BECL solely.

(Signature & Seal of the Partner/Director)

Page 39: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

39 of 40

ANNEXUIRE - 8

LIST OF DOCUMENTS TO BE ATTACHED

1) FORM OF PARTICULARS YES NO

2) BANNING GUIDELINES DULY SIGNED YES NO

3) INTEGRITY PACT DULY SIGNED YES NO

4) COPY OF PAN CARD YES NO

5) COPY OF SERVICE TAX REGISTRATION

CERTIFICATE YES NO

6) TENDER FEE YES NO

7) EARNEST MONEY DEPOSIT YES NO

8) AGREEMENT TO TERMS AND CONDITIONS YES NO

9) PERFORMANCE BANK GUARANTEE YES NO

10) ACCEPTANCE FOR SINGLE POINT

RESPONSIBILITY YES NO

Page 40: Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, · PDF file2.1. T oass ethe im pac tf GST nBECL’ sbusin rce cluding ti ns with Joint Ventures and to submit separate reports on Business

Block No.8, 3rd Floor, Udhyogbhawan, Sector 11, Gandhinagar

40 of 40

PART B – PRICE BID

BHAVNAGAR ENERGY COMPANY LIMITED 3rd Floor, 8th Block, Udhyogbhawan,

Gandhinagar 382010

---------------------

Appointment of Consultant for implementation of GST in BECL.

– PRICE BID –

--------------------------------------------------------------------------- Name of the Firm / Company

Address of the Firm / Co. in Gandhinagar

Contract for implementation of GST (3 Month of Implementation + 9 Month of Post Implementation Support)

(A) Amount (in Rs) including all taxes

excluding Service Tax Rs……………………………….

(B) Service Tax as per the current rate

applicable Rs………………………………. Total (A+B) Rs………………………….

Date:

––––––––––––––––––––––––––––––––– Signature & Name of Partner / Authorized

Person with seal of the Firm / Company