food corporation of india 16-20, barakhamba lane, rfp final for... · tender publishing date and...

56
FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, NEW DELHI – 110001 E-TENDERING FOR CONSULTANCY SERVICES FOR IMPLEMENTATION OF HUMAN RESOURCE MANAGEMENT SYSTEM (Visit us at website https://eprocure.gov.in/eprocure/app &www.fciweb.nic.in)

Upload: others

Post on 10-Aug-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

FOOD CORPORATION OF INDIA

16-20, BARAKHAMBA LANE,

NEW DELHI – 110001

E-TENDERING FOR CONSULTANCY SERVICES FOR IMPLEMENTATION OF

HUMAN RESOURCE MANAGEMENT SYSTEM

(Visit us at website https://eprocure.gov.in/eprocure/app

&www.fciweb.nic.in)

Page 2: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 2 of 56

NOTICE INVITING TENDER

NOTICE INVITING BIDS FOR APPOINTMENT OF CONSULTANT FOR IMPLEMENTATION

OF HUMAN RESOURCE MANAGEMENT SYSTEM ATFOOD CORPORATION OF INDIA

For and on behalf of the Food Corporation of India, online bids in the prescribed Bid Document under

two bid system, are invited at CPP Portal (https://eprocure.gov.in/eprocure/app) from interested and

eligible bidders for providing consultancy services to FCI for implementation of Human Resource

Management System. The Bid document and other detailed terms & conditions are available in the CPP

Portaland also in the Food Corporation of India website www.fciweb.nic.in.

Food Corporation of India reserves the right to cancel the Bid enquiry at any stage without assigning any

reason.

Critical Dates & Time:

Tender publishing date and time 07.05.2015 11:00 AM

Tender Document Download Start Date/time 07.05.2015 11:00 AM

Tender Document Download End Date/time 28.05.2015 03:00 PM

Last Date and time for submission of online bid 28.05.2015 03:00 PM

Date and Time of opening of online Technical Bid 28.05.2015 03:30 PM

IMPORTANT NOTE:

1. Tender documents may be downloaded from Central Public Procurement Portal

https://eprocure.gov.in/eprocure/app. Aspiring Bidders who have not enrolled/registered in e-

procurement should enroll/register before participating through the website

https://eprocure.gov.in/eprocure/app. The portal enrollment is free of cost. Bidders are advised to go

through instructions provided atAnnexure 3 regarding ‘Instructions for online Bid Submission’.

2. FCI is using services of Central Public Procurement Portal for e-procurement at

https://eprocure.gov.in/eprocure/app.

3. Tenderers can access Tender documents on the website, fill them with all relevant information and submit

the completed Tender document into electronic Tender on the website CPP Portal

4. Tenders and supporting documents shall be uploaded through e-procurement portal. Hard copy of the

Tender documents will not be accepted.

5. The TECHNICAL BIDS will be opened online at prescribed time and date as mentioned in the critical

Date Sheet.

6. Other details can be seen in the Tender Documents.

7. Each Tender must be accompanied with Earnest Money as prescribed in the Tender Document.

8. The offers submitted would be governed by the terms and conditions laid down and indicated in the

Tender Form.

9. Neither FCI nor NIC shall be responsible for non-accessibility of e-Procurement portal due to technical

glitches or internet connectivity issues at Tenderers end.

10. In case of any clear indication of cartelization or express or implied anti-competitive agreements between

the Tenderers at the time of finalization of Tender or thereafter, which at any time i.e. before or after

Page 3: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 3 of 56

award of the Contract comes to the notice of the FCI, the Tendering Authority may reject the relevant

Tenders, forfeit their EMD/Performance Guarantee, recover the losses as assessed by the Authority

arising out of such anti-competitive practices of the Tenderer(s) and also recommend the case to the

Ministry of Finance/Registrar of Companies/NSIC/Competition Commission of India or any other

Department having appropriate jurisdiction or Authority, for initiating necessary action including, but non

restricted to, cancellation of license.

11. FCI at its sole discretion may require any Bidders to rectify any discrepancies noticed in the Technical Bids

submitted by them such as missing signature on the page, serial numbers, missing seal, attestation etc,. It is

further clarified that no new Document shall be accepted.

12. Note: If the date fixed for opening of Tenders is subsequently declared a holiday, the Tenders will be

opened on the next working day following the holiday but there will be no change in the time for opening

as indicated above

13. The Food Corporation of India may, at his discretion, extend this date and such extension shall be binding

on the Tenderers.

14. If the date up to which the Tender is open for acceptance is subsequently declared to be holiday, the

Tender shall be deemed to remain open for acceptance till the next working day.

15. Price Bids of only technically qualified Tenderers shall be opened on a date to be intimated later on.

16. Tender Form can also be downloaded from http://eprocure.gov.in/eprocure/app and also from FCI

website www.fciweb.nic.in. The tenderer shall deposit Rs.5000/- towards sale of Tender Form in the name

of FOOD CORPORATION OF INDIA through RTGS/NEFT.

17. The General Manager (IT), FCI for and on behalf of Food Corporation of India reserves the right to reject

any or all Tenders without assigning any reason.

18. FCI will not enter into negotiation with any Tenderer including the Lowest Tenderer.

General Manager (IT)

Page 4: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 4 of 56

PART – A

TECHNICAL BID

Page 5: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 5 of 56

1. Introduction 6

2. Introduction: Human Resource Management System (HRMS) 8

3. Scope of Work 9

4. Eligibility criteria 10

5. Disqualification Conditions (Following will be disqualified) 10

6. Resource requirements 10

7. Payment terms and Conditions 13

8. Instructions to Bidders 14

9. Performance Guarantee 20

10. Confidentiality 20

11. Termination Of Contract: 21

12. Contract Governing Laws & Dispute Resolution: 21

13. Force Majeure: 22

14. Progress Report: 23

15. Corrupt Practices. 23

16. Recovery of Sum due/losses suffered by FCI: 24

17. Liability of the Consultant for losses suffered by FCI: 24

18. Indemnity: 25

19. Supporting Docuemnts 25

20. Modification And Withdrawl Of Tender 25

21. Opening Of Tenders 25

22. Submission Of Hard Copy Of Tender Document 25

23. Disclaimer 26

24. Annexure-1 27

25. Annexure-2 29

26. Annexure-3 31

27. Annexure-4 34

28. Annexure-5 39

29. Annexure-6 40

30. Annexure-7 41

31. Annexure-8 42

32. Annexure-9 43

33. Annexure 10 50

34. Annexure-11 54

35. Annexure-12 55

Page 6: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 6 of 56

1. Introduction

1.1. Introduction of Issuer:

Food Corporation of India (FCI) is one of the premier organizations of the Government of India set-up

under the Food Corporations Act, 1964 in order to fulfill the following objectives of the Food Policy:

Effective price support operations to safeguard the interests of the farmers,

Storage, Preservation and Supply of food grains throughout the country for public distribution

system and other Government of India schemes; and

Maintaining a satisfactory level of operational and buffer stocks of food grains to ensure

National Food Security.

FCI has been entrusted with the responsibility of execution of the Food Policies of the Government of

India in the areas of procurement, storage, movement and distribution of food grains.

Food Corporation of India (FCI) has decided to install an Employee Portal for approximately 22500

employees at 200 offices in first phase and approximately 51250 labours working in depots / godowns

across India in second phase to address all the aspects of Human Resource Management. As part

of this endeavour, FCI has decided to engage a Consultant, through an open competitive bidding

and invites bids from reputed Consultants having their establishment in India for rendering

Consultancy Services to FCI.

1.2. Critical Information

This document provides information to enable the bidders to understand the broad requirements to

submit their "Bids". The detailed ‘scope of work’ is provided in Clause 3 of this RFP document.

Bidders are advised to study this RFP document carefully before submitting their proposals in

response to the RFP Notice. Submission of a proposal in response to this notice shall be deemed to

have been done after careful study and examination of this document with full understanding of its

terms, conditions and implications.

Bidders have to ensure that they meet all the qualifying criteria as per Clause4 & 8.6 of the Bid

Document. Bidders who fail to meet these criteria and/or to submit requisite supporting

documents/documentary evidence as indicated in the Bid Document shall be liable to be rejected.

Bidder agencies are requested to attend a pre-proposal conference on (DATE & TIME) as per details

provided below:

Page 7: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 7 of 56

S. No Information Details

1. RFP No. and Date K-11/ HRMS / 2015 ; 07.05.2015

2. Last date for submission of written queries for

clarifications

14.05.2015 till 11:00 AM

Email: [email protected]

3. Date of pre-proposal conference 12.05.2015 ; 11:00 AM

4. Release of response / clarifications 18.05.2015; 11:00 AM (Tentative)

5. Bid Validity Period 120 days from the last date (deadline) for

submission of proposals

6 Tender publishing date and time 07.05.2015; 11:00 AM

7 Tender Document Download Start Date/time 07.05.2015 ;11:00 AM

8 Tender Document Download End Date/time 28.05.2015; 03:00 PM

9 Last Date and time for submission of online bid 28.05.2015; 03:00 PM

10. Opening of Technical Bids 28.05.2015; 03:30 PM

11 Technical presentation by bidders

Technical presentation will begin on 04.06.2015

11:00 AM in alphabetical order of bidder’s name.

Each bidder will be given ½ hour slot to present.

12 Place, Time and Date of opening of Financial

proposals received in response to the RFP notice

08.06.2015 at 03:30 PM (Tentative)

Place; FCI HQ

13 Earnest Money Deposit (EMD)by RTGS/NEFT Rs 2 Lakhs

14 Contact Person for queries

The General Manager (IT)

Food Corporation of India

16-20, Barakhamba Lane,

New Delhi – 110001

Tel. No. 011-43527643

E-mail: [email protected]

15

Addressee and Address at which queries in response

to RFP notice are to be submitted:

The General Manager (IT)

Food Corporation of India

16-20, Barakhamba Lane,

New Delhi – 110001

Tel. No. 011-43527643

E-mail: [email protected]

Page 8: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 8 of 56

2. Introduction: Human Resource Management System (HRMS)

FCI has around 200 administrative offices comprising of one Headquarter, 5 Zonal Offices, 25

Regional Offices, 167 District Offices across India, 1 Port Office, 1 Special Regional Office and 1

Institute of Food Security (Details available in Annexure-4). FCI has a total manpower of 22480 as on

31/03/2014 (against a sanctioned strength of 36515) in its different offices across India. Details are as

below:

Office Cat I Cat II Cat III Cat IV Total

HQ 136 283 285 61 765

NORTH ZONE 233 1990 5062 1391 8676

SOUTH ZONE 132 664 2264 923 3983

EAST ZONE 119 586 2060 1183 3948

NE ZONE 81 160 926 705 1924

WEST ZONE 100 588 1925 571 3184

Total 801 4323 12522 4834 22480

For better management of its human resources functions, FCI intends to implement ERP

based Human Resource Management System to facilitate and effectively manage its HR processes.

A Human Resource Management System (HRMS) refers to the systems and processes at the

intersection between human resource management (HRM) and information technology. Effective and

well-organized management of “human capital” progresses into an efficient proficient Organization.

HRMS generally encompasses of:

a. Manpower Planning & recruitment

b. Employee roaster Management

c. Personnel Information System

d. Salary Administration System

e. Leave & Attendance System

f. Employee Transfer Tracking System

g. Performance Management System

h. Training Administration

i. Promotion/Career & Succession Planning System

j. Industrial Relation System

k. Terminal Benefit Management System

l. Employee Self Service System

m. Retired Employee Administration

n. Vigilance Administration

o. Sports and Cultural Administration

p. General Administration

Page 9: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 9 of 56

3. Scope of Work

3.1. The prime objective for the consulting agency will be to help FCI in preparing the ‘Scope

Document’ for selection of an implementation partner for implementing a HRMS solution for the

organization. This would inter alia include the following:

(a) Design and Develop a Human Resource Management System to facilitate effective management

of all employees of FCI and its field Institutions.

(b) Cater uniformly, end-to-end all services and processes involved in human resource management

and development.

(c) The HRMS system should maintain a centralized database and provide real time access to all

employee related information needed for monitoring and management decision making.

(d) Streamline and enhance the efficiency and effectiveness of HR administrative functions

(e) Facilitate business process re-engineering and automation of various HR processes to reduce

administrative burden and faster processing

(f) Shifting the focus of HR from the processing of transactions to strategic human resource

management.

(g) Provide a ‘Self Service’ web-enabled feature for all the employees to initiate required Processes

and track their status.

(h) Improve employee satisfaction.

3.2. Detail project report inclusive of preparation of Implementation plan, Documentation Plan,

Training plan, Acceptance Test plan, Go-Live plan, Rollout plan, Support and Maintenance plan,

Costing, Project Governance etc.

3.3. Studying the existing HR functions of FCI and preparing the AS IS and TO BE process

documents and incorporating Business Process Re-Engineering for various HR processes by

undertaking stakeholder consultation, which will be implemented by the implementation partner.

3.4. Preparation of Scope of Work for the Implementation Partner to capture all Business/Functional

requirements including the Roll Out approach.

3.5. Preparation of Bid documents, Drafting and assisting in finalizing the NIT/Bid document, including

appropriate legal and operational covenants which incorporate both domestic and international

best practices and conforming to requirements of Central Vigilance Commission (CVC) and other

applicable guidelines.

3.6. Assist with the Bid process management, a Request for Proposal (RFP) launch, pre- Bid

Meetings, formulation of responses to bidder queries, bid evaluation and recommendations per

criteria in the RFP document, contract negotiations and bid closure which are required to be

undertaken, for bringing the Project to a Technical Close.

3.7. Study information security/ confidentiality requirement & prepare a plan as per information

security policy of FCI.

3.8. Deployment of a PMU for the duration of implementation of the HRMS solution by the selected

Implementation Partner.

3.9. Recommend cost effective HRMS solution that integrates well with the existing FCI applications.

Page 10: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 10 of 56

3.10. If any additional effort is essentially required for satisfactory completion of project and is not

mentioned above, the same is to be completed by the consultant without any extra cost.

4. Eligibility criteria

4.1. The bidder shall be a Company registered under the Companies Act, 1956 (as amended from

time to time) for over five years. Limited Liability Partnership (LLP) firm will also be considered.

4.2. The bidder shall have in its name Service Tax Registration number in India.

4.3. The bidder shall have in its name PAN (Permanent Account Number) with Income Tax authority

in India.

4.4. The bidder shall be a Consultant(s) from India having a Registered Establishment in India.

4.5. The bidder should have minimum turnover of Rs. 25 (Rupees twenty-five) Crores from consulting

operations (which shall include program/project management) in each of the financial years

namely 2010-11, 2011-12 and 2012-13.

4.6. The bidder must have successfully completed at least three consultancies preferable of similar

nature with minimum consultancy costs each of Rs. 60 lakhs in the last 5 financial years namely

2009-10, 2010-11, 2011-12, 2012-13 and 2013-14.

4.7. The bidder shall also have on its roll at least 500 qualified personnel who are deployed or

available for deployment in the area of consulting services for IT related projects including

Program/ Project Management and IT infrastructure.

4.8. The bidder must be a single entity. Consortium or any kind of association of firms will not be

allowed to participate in the tender process.

5. Disqualification Conditions (Following will be disqualified)

5.1. Any Bidder whose contract with Food Corporation of India, has been terminated before the expiry

of the contract period for breach of any terms and conditions at any point of time during the last

five years, will be ineligible.

5.2. Bidder whose Performance Guarantee and/or Earnest Money Deposit and/or Security Deposit

have been forfeited by the Food Corporation of India, during the last five years, for breach of any

terms and conditions, will be ineligible.

5.3. While considering ineligibility arising out of any of the above clauses, incurring of any such

disqualification in any capacity whatsoever (even as a, Member in another firm, or as a director

of a company etc.) will render the Bid disqualified.

5.4. The bidder shall not be blacklisted by any Central / State Government (Central/ State Public

Sector Undertakings) or under a declaration of ineligibility for corrupt or fraudulent practices as on

date of issue of notice inviting RFP.

6. Resource requirements

6.1. The selected Agency (hereinafter referred to as the ‘Agency’) would be required to deploy an

appropriate team consisting of members / Consultants as specified in Table 1 below. The

expectations on the resources that would be proposed for the project are as follows:

Page 11: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 11 of 56

a. The team should consist of resources with prior experience in project management.

b. Each member of the team must be a full time employee of the bidder and at least 50% of the

team should have been working with the Agency for a period of at least One Year.

c. The bidders will undertake not to sub-contract any part of this work to third parties.

d. The team shall be deployed on an exclusive basis and no resource deployed under this

Project will work on any other engagement.

e. In case of replacement of resource(s), besides being liable to the penalties specified, the

Agency will make the replacement with a resource of equivalent or higher qualifications and

experience. To facilitate knowledge transfer, the consultancy organization will ensure that there is at

least a 14 day overlap between the existing resource and the replacement resource. The decision of

FCI shall be final and binding in the matter of replacement of resources or placement of additional

resources, irrespective of the fact that a resource may be replaced by a person with higher

qualifications and / or experience.

f. The minimum qualification, experience and the indicative number of resources at each level,

for the first part of the assignment which pertains to selection of the implementation partner are given

in Table-1 below:

Table-1

S. N

o. Role

No. of resources

Location Qualification Minimum total work experience (in years)

Minimum IT Project Management experience (in years)

1 Team Leader 1 New Delhi

B.Tech/B.E/MCA+ MBA

10 7

2

Members (Total)

5

A. Management Consultant

3 New Delhi MBA 5 3

B. Technical Consultant

2 New Delhi B.Tech/B.E/MCA 7 5

6.2. It is clarified that at any given point of time, not less than 6 resources shall be deployed for

the project – the teams for selection of implementation partner and for the PMU phase can

be the same subject to the condition that the agency deploys at least three resources who

are proficient and experienced in the technology that is selected for HRMS implementation.

6.3. It is clarified that this is a deliverable-based contract & payments are linked to deliverables.

6.4. At the technical evaluation stage, weightage will be given to higher qualifications, educational

background from reputed institutions like IITs/IIMs / other premier institutions and range of

relevant assignments handled. Weightage in technical evaluation will also be given to prior

experience in working in the State(s) and knowledge of local language.

Page 12: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 12 of 56

6.5. The resource requirement indicated above is only indicative and shall be used only for the

purpose of evaluation of the bids. It is clarified that the actual resource requirement may

vary, in both numbers and distribution, and no liability whatsoever shall attach to the FCI on

account of such variation.

6.6. The resources shall also be liable for redeployment across States or Zones depending on

work requirements and no additional sum shall be payable on account of such redeployment.

6.7. In case FCI requires deployment of resources beyond the anticipated project period, the

bidder should provide a man month rate for consultants with experiences as mentioned in

Table-1 above. It will be up to FCI to deploy such resources for such period at it may

consider necessary. This monthly rate should not exceed the rate arrived on pro-rata basis of

the total project cost for 6 resources for 6 months and will not be part of the criteria for

evaluation of the bids.

6.8. Location and working hours:

(a) The Consultant will keep to the normal working hours of FCI. They may also be required to work

beyond normal working hours and on Holidays / Sundays depending on exigencies of work.

(b) The Consultant will also follow the Holiday Schedule of FCI.

(c) It would be necessary for the Agency to provide for a mechanism of internal communication (say

internet based messenger) to its resources for better coordination.

Page 13: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 13 of 56

7. Payment Terms and Conditions

7.1. Deliverable linked payments

No. Project Milestone Payment* Schedule

P1 Deployment of Team 5% of contract value Within 10 days of issue of LOA

P2 Study of existing procedures and preparation of AS IS, TO BE, DPR & BPR Reports

5% of contract value Within 30 days of issue of LOA

P3 Preparation of RFP Document and its acceptance by FCI.

10 % of contract value Within 45 days of issue of LOA

P4 Evaluation of Bids 10% of contract value Within 75 days of issue of LOA

P5 Issue of LOA to System Implementer 10% of contract value Within 90 days of issue of LOA

P6 Successful implementation of HRMS at HQ, and all Zonal and Regional Offices.

25% of contract value Within 145 days of issue of LOA

P7 Successful implementation of HRMS & complete switchover at all other locations / administrative offices.

35% of contract value Within 180 days of issue of LOA

*Note:

1. The payments will be linked to deliverables and invoices should be raised within 15 days of

acceptance by FCI of the deliverable.

2. Deliverables will be certified by the Project Headand shall be subject to acceptance by

Competent Authority of FCI.

3. It is estimated that all the Project Deliverables would be completed within 6 months from

award of the work.

7.2. Timelines for Delivery& Penalties thereof

a. Penalty In Case Of Non-Achievement Of Milestone Table-3

No. Project Milestone Schedule Amount of Penalty in case of non- achievement of milestone

P1 Deployment of Team Within 10 days of issue of LOA

½ % of contract value per week of delay

P2 Study of existing procedures and preparation of AS IS, TO BE, DPR & BPR Reports

Within 30 days of issue of LOA

1 % of contract value per week of delay

P3 Preparation of RFP Document and its acceptance by FCI.

Within 45 days of issue of LOA

1 % of contract value per week of delay

P4 Evaluation of Bids Within 75 days of issue of LOA

1 % of contract value per week of delay

P5 Issue of LOA to System Implementer Within 90 days of issue of LOA

-

P6 Successful implementation of HRMS at HQ, and all Zonal and Regional Offices.

Within 145 days of issue of LOA

2% of contract value per week of delay

P7 Successful implementation of HRMS & complete switchover at all other locations /administrative offices.

Within 180 days of issue of LOA

2% of contract value per week of delay

Page 14: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 14 of 56

b. The penalties decided by FCI subject to maximum of 10% of the contract value will be final

and binding on the bidder. In case it exceeds that, provisions with regard to contract

termination can be invoked.

c. Non Adherence Of Contractual Obligations Table-4

Sr. No.

Activity Timeline Responsibility Penalty for delay

1 Issue of Work Order to the Consulting Agency

T0 FCI n/a

2 Submission of Performance Guarantee by

the Consulting Agency and completion of contract signing formalities

T0 + 10 days

Agency Rs. 20,000 per day

3 Placement of all members T0 + 15 days

Agency ½ % of contract value per week of delay

d. Other Penalties Table-5

Sr. No. Parameter Description Penalty

1 Shortfall of Attendance of resources

If a resource is absent for

5consecutive working days

without any reasonable cause,

then the resource will have to

be replaced if required

Rs. 3, 00,000 replacement penalty for

each absentee related replacement

during the term of the project in addition

to penalties for replacement of resources

as applicable under S Nos. 2 or 3.

2

Substitution of resources whose CVs were provided with the technical bid

No substitution of those resources will be allowed whose CVs have been provided along with the technical bid.

Penalty of Rs. 3,00,000 per substitution of Resources of those whose CVs have been provided along with the technical bid

3 Any further replacement of Resources

Resources initially deployed are not to be replaced during the tenure of the Project. In case resources are replaced, penalties will apply.

Up to 0-2 resources – Rs. 50,000 per resource per replacement >2 resources - Rs. 70,000 per resource per replacement

8. Instructions to Bidders

8.1 Completeness of Response

a. Bidders are advised to study all instructions, forms, terms, requirements and other information in

the RFP documents carefully. Submission of bid will be deemed to have been done after careful

study and examination of the RFP document with full understanding of its implications.

b. The response to this RFP shall be full and complete in all respects. Failure to furnish all

information required by the RFP documents or submission of a proposal not substantially

responsive to the RFP documents in every respect will be at the Bidder's risk and may result in

rejection of its Proposal.

c. The Bidders shall be responsible for the costs associated with the preparation of their bids and

their participation in the bidding process. FCI will not be responsible or in any way liable for such

Page 15: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 15 of 56

costs, regardless of the conduct or outcome of the bidding process.

d. All communications to FCI including this RFP and the bid documents will be signed on each page

by the Bidder or authorized representative of the bidderalong with authority letter attached with

the bid as the case may be.

e. Subletting: The Agency shall not sublet, transfer, or assign the Contract, or any part thereof. In

case of subletting, the tender shall be summarily rejected and EMD/Performance Guarantee shall

be forfeited without prejudice to any other rights or remedies the Corporation may have under the

Contract and Law.

8.2 Pre-Bid Meeting

FCI shall hold pre-bid meeting with the prospective bidders on < 20.01.2015 ; at 03:00 pm > at Food

Corporation of India, 16-20 Barakhmba Lane, New Delhi – 110001.The Bidders will have to send their

queries for Pre-Bid meeting prior to 19.01.2015; till 02:00 pm , to FCI through email to [email protected].

8.3 Amendment of RFP Document

At any time, prior to the last date for receipt of bids, FCI reserves the right to modify the RFP

Document by an amendment and to extend the deadline for submission of proposals by issuing a

corrigendum, which shall be binding on the Bidders.

8.4 Earnest Money Deposit (EMD)and Bid Processing Fee

a. Bidders shall submit, EMD of Rs. 2.00 Lakhs (Rupees Two Lakhs Only) via RTGS/NEFT to

SBI Account no- 10220632672, Branch- Kasturba Gandhi Marg, New Delhi-110001, Branch Code-

05943 with IFSC Code No. - SBIN0005943. EMD in any other form shall not be entertained. The EMD

shall be denominated in Indian Rupees only. No interest will be payable to the Bidder on the amount

of the EMD. Bids submitted without the EMD shall be summarily rejected.

b. Unsuccessful Bidder’s EMD will be discharged/ returned as promptly as possible subject to

administrative approval.

c. The EMD shall be forfeited if :

(i) A Bidder withdraws his bid or changes his quoted prices during the period of bid validity or its

extended period, if any, or includes any condition in the Bid, without prejudice to any other

rights or remedies the Corporation may have under the Contract and Law.

(ii) In the case of a successful bidder, the Bidder fails to sign the Contract or to furnish

Performance Guaranteewithin specified time in accordance with the format given in the

RFPwithout prejudice to any other rights or remedies the Corporation may have under the

Contract and Law.

d. Bidders shall submit, non-refundable Bid Processing Fee of Rs. 5000 (Rupees Five Thousand

Only) via RTGS/NEFT to SBI Account no - 10220632672, Branch- Kasturba Gandhi Marg, New Delhi-

110001, Branch Code- 05943 with IFSC Code No. - SBIN0005943. Bid Processing Fee in any other

Page 16: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 16 of 56

form shall not be entertained. The Bid Processing Fee shall be denominated in Indian Rupees only.

8.5 Submission of Bids The bidders shallsubmit their offers in twoparts namely, “Technical bid” and “Price bid”. The online

packet shall include the following:

a. Scanned copy of all relevant documents as mentioned in below, serially numbered, and duly

signed, on each page by the bidderor the Authorised Representative of the Bidder as the case

may be.

b. Scanned copy of Acknowledgement receipt with UTR number of NEFT/RTGS towards Earnest

Money Deposit.

c. Scanned copy of Acknowledgement receipt with UTR number of NEFT/RTGS towards non-

refundable Bid Processing Fee of Rs. 5000/-.

d. Any proposal received by FCI after the specified date & time shall be rejected.

e. The bids submitted by telex/telegram/ fax/e-mail or through any other mode etc. shall not be

considered. No correspondence will be entertained on this matter.

f. Any default by the bidder in respect of tender terms & conditions may render the bid liable for

rejection.

g. FCI reserves the right to reject any or all proposals / Bids without assigning any reasons thereof.

8.6 Documents Comprising the Bid

All documents, as required to be submitted, need to be digitally signed/ self-attested by the Bidder or

Authorised Signatoryof the Bidder, as the case may be.

a. Documents required to be submitted with Technical Bid:

(i) Copy of Certificate of incorporation of the Company/ Limited Liability Partnership (LLP) under

the Companies Act.

(ii) Copy of Service Tax Registration Certificate

(iii) Copy of PAN Card

(iv) A self-certified letter by the authorized signatory of the bidder as per Annexure 6regarding

non blacklisting / non disqualification.

(v) Certificate from Head (HR) or Company Secretary for number of qualified professionals

employed by the company as per Clause 4.7

(vi) Copy of the audited profit and loss account of the three financial years.

(vii) Copy of the audited Balance Sheet of the three financial years.

(viii) Copy of the Annual Report of the last three financial years.

(ix) Scanned copy of Acknowledgement receipt with UTR number of RTGS/NEFT/Electronic

mode towards Earnest Money Deposit.

(x) Scanned copy of Acknowledgement receipt with UTR number of RTGS/NEFT/Electronic

mode towards non-refundable Bid Processing Fee of Rs. 5000/-.

(xi) Notice of Intent to submit proposal in response to RFP notice(as per Annexure 1)

Page 17: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 17 of 56

(xii) Copy of Authorisation letter as required.

(xiii) Power of Attorney / Authorization letter by the Managing Director or Company Secretary

authorizing the representative to sign/ execute the proposal as a binding document and also

execute all relevant agreements forming part of RFP.

(xiv) Relevant Experience certificate of the bidder as required.

(xv) Curriculum Vitae (CV’s) of Proposed Staff (as per Annexure 2).

b. Documents required to be submitted with the Financial Bid

(i) Scanned copy of the Undertaking to be signed and uploaded (as per Annexure 11).

(ii) Financial proposal (as per Annexure 12).

8.7 Evaluation Process

a. Technical Qualification FCI will shortlist consultancy organizations that meet the qualification criteria mentioned in the

table below and each of the responses shall be evaluated to validate compliance of the bidders

according to the following criteria as per format and supporting documents mentioned against each

clause;

S. No.

Criterion Supporting Documents to be submitted

Complied Yes/No

Refere-nce Pg. No.

1 Notice of intent to submit proposal in response to RFP notice

Annexure 1

2

The bidder shall be a Company registered under the Companies Act, 1956 (as amended from time to time) for over five years. Limited Liability Partnership (LLP) firm would also be considered.

Copy of Certificate of incorporation

3 The bidder shall have in its name Service Tax Registration number in India.

Copy of Service Tax Registration Certificate

4 The bidder shall have in its name PAN (Permanent Account Number) with Income Tax authority in India.

Copy of Pan Card

5 The bidder shall be a Consultant(s) from India having a Registered Establishment in India.

Copy of MOA(Memorandum of Association)

6

The bidder should have minimum turnover of Rs. 25 (twenty five) crore from consulting operations (which shall include program/project management) in each of the financial years namely 2010-11, 2011-12 and 2012-13

Copy of the audited profit and loss account/ balance sheet of the three financial years.

7

The bidder shall also have on its roll at least 500 qualified personnel who are deployed or available for deployment in the area of consulting services for IT related projects including Program/ Project Management and IT infrastructure.

Certificate from Head (HR) or company secretary for number of technically qualified professionals employed by the company as per clause 4.7.

Page 18: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 18 of 56

b. Technical Evaluation

(i) The Technical Bids shall be evaluated and given marks as per the criteria below:

S. No.

Parameter Maximum marks

Criteria/Parameters for Technical Evaluation

1 Relevant previous experience of the bidder

25

1. Number of Projects in which the bidder has handled bid

process management or program/project management;

2. Number of HRMS projects executed.

2 Approach and Methodology

20 Understanding the scope, approach and methodology, work plan and staffing schedule. Evaluation will be based on quality of submissions and the presentation, if any, made to FCI.

3 Quality and competence of Key Personnel

55

Qualification, work experience, experiences with IT projects and other parameters specified in clause 6.

Team Leader (1*20=20)

Team Members (5*7=35), comprising of following:

Management Consultant (3)

Technical Consultants (2)

Total 100

(ii) Evaluation Criteria of Technical Bid is elaborated in Annexure-9.

(iii) To qualify the Technical Bid Evaluation the bidder must conform to all the requirements stated

in the RFP document.FCImay also take a presentation, as it may deem necessary, from each

or any of the bidders before finalizing the Technical Score.

8

The bidder must have successfully completed at least three consultancies preferable of similar nature with minimum consultancy costs each of Rs. 60 lakhs in the last 5 financial years namely 2009-10,2010-11, 2011-12,2012-13 and 2013-14.

A certificate to this effect from Company Secretary or Auditor

9 The Bidder should have made a payment of Rs. 2.00 Lakhs (Rupees Two Lakhs Only) towards EMD via RTGS/ NEFT/ Electronic mode.

Proof of payment of Rs. 2 Lakh towards EMD

10

The responding Company / agency should have made a payment of Rs. 5,000 (Rupees Five thousand only) towards Bid Processing Fee via RTGS/NEFT/Electronic mode.

Proof of payment of Rs. 5,000 towards Bid Processing Fee

11

The Bidder shall not be blacklisted by any Central / State Government (Central/ State Government and Public Sector)) or under a declaration of ineligibility for corrupt or fraudulent practices as on the date of issue of notice inviting RFP.

A self-certified letter by the Bidder or theAuthorized Signatory of the Bidder regarding non blacklisting / non disqualification.

12 Bidder shall submit the Authorization Letter Authorization Letter on official letterhead of the Company/Agency

13 Detailed Approach and Methodology To be submitted during presentation

14 Curriculum Vitae (CV’s) of Proposed Staff

As per Annexure 2.

Page 19: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 19 of 56

(iv) A Technical Score of seventy (70) per cent or above will be declared as technically qualified

bid. The Financial Bids of only those bidders who have obtained a Technical Score of 70

percent or more shall be opened.

(v) Any conditionality included in the Technical bid shall lead to disqualification of the bidder.

c. Financial evaluation

(i) The financial evaluation of the proposal will be carried out after determining whether the

Financial Proposals are complete and unconditional.

(ii) Price Bid shall be submitted online separately (BoQ) quoting the rates in the format at

Annexure 12 for Price Bid.

(iii) No Negotiations will be conducted.

(iv) The rate quoted shall include all estimated travel and other out of pocket expenses.

(v) The rate quoted shall be all inclusive and will include incidentals like stationery, telephone

expenses, Infrastructure requirements such as Laptops, data cards etc.

(vi) All taxes should also be included in financial bid except Service Tax.

(vii) The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total

cost of services. Omissions, if any, in costing of any item shall not entitle the agency to be

compensated and the liability to fulfil its obligations as per the Scope of Work within the total quoted

price shall be that of the bidder.

(viii) Any conditionality included in the financial bid shall lead to summary disqualification of his

entire bid and forfeiture of his EMD.

d. Quality- cum- Cost Based Selection (QCBS)

50 % weightage for Technical Score & 50 % weightage for Price Quoted, method to select the

Consulting Agency will be used.

(i) A Technical Score of seventy (70) per cent or above will be declared as technically qualified.

The technically qualified bidders shall be ranked as per score achieved by them, from the highest to

the lowest Technical Score (ST).

(ii) Each Financial Proposal will be assigned a financial score (SF). The lowest financial proposal

(FM) will be given a financial score (SF) of 100 points. The financial scores of other proposals will be

computed as follows:

SF = 100 x FM/F where F = amount of Financial Proposal

(iii) Thereafter, Combined and Final evaluation will be done on the following basis:

Proposals will finally be ranked according to their combined score (S) based on their technical (ST)

and financial (SF) scores as follows:

S = ST x 0.5 + SF x 0.5

(iv) The Selected bidder shall be the first ranked bidder (having the highest combined score).

Page 20: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 20 of 56

9. Performance Guarantee

9.1 The selected agency has to submit Performance Guarantee within 10 working days

[extendable for another 7 working days on bidder’s request in writing subject to penalty @ Rs. 20,000

(Rupees twenty thousand onlyper day)],from the date of award failing which his EMD will be forfeited,

without prejudice to any other rights or remedies the Corporation may have under the Contract and

Law.

9.2 The selected Agency shall submit a Performance Guarantee in the format as at Annexure 5 in

the form of a Bank Guarantee from a Nationalised Bank for 10% of the Contract Price. The Bank

Guarantee shall be valid for a period up to six months beyond the project period. FCI can make a

claim on performance guarantee for amounts to which FCI is entitled under the contract in the event

of:

a. Failure by the Agency to extend the validity of the performance guarantee as described

hereinabove, in which event the FCI may claim the full amount of the Performance Guarantee.

b. Failure by the Agency to pay FCI any amount due, either as agreed by the agency or

determined under any of the clauses/conditions of the agreement, within 30 days of the service

of notice to this effect by FCI.

c. In the event of the contract being determined or rescinded under provision of any of the

clause/condition of the agreement, the performance guarantee shall stand forfeited in full &

shall be absolutely at the disposal of FCI.

9.3 The EMD of the selected Agency shall be refunded after submission of Performance

Guarantee and subject to entering into a contract with FCI.

10. Confidentiality

Information relating to the examination, clarification, comparison and evaluation of the

proposals submitted shall not be disclosed to any of the responding agencies or their representatives

or to any other persons not officially concerned with such process until the selection process is over.

The undue use by any responding agency of confidential information related to the process may result

in rejection of its proposal. Also, bidder should undertake to return all the infrastructure items if any,

storage media etc., or any other device/ data / material etc. received during the process of execution

of this contract to FCI. Maintaining the confidentiality of data related to HRMS project is prime

responsibility of selected consulting agency.

Page 21: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 21 of 56

11. Termination Of Contract:

11.1 By Corporation:

a. In the event of the Consultant having been adjudged as insolvent or going into liquidation or

winding up their business or making arrangement with their creditors, the FCI shall be at liberty to

terminate the contract forthwith and to realize from the Consultant all resultant losses, damages, costs

incurred without prejudice to any other rights or remedies under the contract and law and to get the

work done for the unexpired period of the contract at the risk and cost of the Consultant.

b. The FCI shall also have, without prejudice to other rights and remedies, the right in the event

of breach by the Bidder of any of the terms and conditions of the contract, or failing to observe any of

the provisions, obligations governing the contract, to terminate the contract forthwith and to get the

work done for the unexpired period of the contract at the risk and cost of the Consultant and to forfeit

the Performance Guarantee or any part thereof for recovery of all losses, damages, costs and

expenses which may be incurred by FCI consequent to such termination and / or in completing the

assignment. FCI may also effect recovery from any other sums then due to the Consultant or which

at any time thereafter may become due under this or any other contract with FCI. In case the sum is

not sufficient to cover the full amounts recoverable, the Consultant shall pay FCI on demand the

entire remaining balance due.

c. FCI may at any time without assigning any reason terminate the contract without any liability

by giving 60 days’ notice to the bidder.

11.2 By Consultant:

The consultant may terminate this Contract, by not less than sixty (60) days’ written notice to the

Corporation if the Corporation fails to pay any undisputed amount due to the Bidder under the

Contract provided that if the corporation pays such amount within the notice period such termination

notice shall become infructuous.

11.3 Payment upon Termination:

The Corporation shall pay remuneration for Services satisfactorily performed prior to the effective date

of termination provided such termination is not on account of any breach of contract by the bidder.

12. Contract Governing Laws & Dispute Resolution:

12.1 The Contract will be governed by the Laws of India for the time being in force. Any dispute

arising out of this Contract will be settled in the Court of law of competent jurisdiction. The Courts in

Delhi shall have exclusive jurisdiction to adjudicate the disputes arising under the Contract.

12.2 In the event of any dispute or difference relating to the interpretation and application of the

provisions of the contract, such dispute or difference shall be settled amicably after mutual

Page 22: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 22 of 56

consultations. In the event of non-settlement of the dispute, the settlement of the dispute with Govt.

Agencies shall be dealt with in accordance with the instructions of the Govt. of India on the Settlement

of Commercial Disputes between Public Sector Enterprises inter se and Public Sector Enterprise (s)

and Government Department (s) through Permanent Machinery of Arbitrator (PMA). In case of parties

other than the Govt. Agencies, the redressal of the disputes shall be sought through Court of Law

only.

13. Force Majeure:

A Force Majeure means –any event or circumstance or a combination of events which are beyond

the reasonable control of the affected Party, which such Party could not have prevented or reasonably

overcome with the exercise of reasonable skill and care in relation to the implementation of this

Agreement, which do not result from the negligence of such Party or the failure of such Party to

perform its obligations hereunder which are of an incapacitating nature and of a severe magnitude

and have a Material Adverse Effect on the affected Party’s obligations under this Agreement. A Party

shall be entitled to suspend or excuse performance of its respective obligations under this Agreement

to the extent such performance is impeded by a Force Majeure event.

13.1 Procedure for Force Majeure:

If a Consultant claims relief on account of a Force Majeure, then the Consultant claiming to be

affected by the such event shall, as soon as reasonably practicable and in any event within seven

days of becoming aware of the Force Majeure, give notice of and describe in reasonable detail the

effect of such Force Majeure to the FCI in writing, including the dates of commencement and

estimated cessation of such Force Majeure and its effects on the Consultant’s obligations under this

Agreement. Upon cessation of the situation which led to a Consultant claiming Force Majeure under

this section the Consultant shall within seven days thereof notify the Corporation in writing of the

cessation and the Consultant shall as soon a practicable thereafter continue performance of all

obligations under this Agreement but without prejudice to the excuse of performance of all obligations

during the continuance of the Force Majeure.

13.2 Prolonged Force Majeure:

a. In the event Force Majeure continuously impedes or prevents a Consultant’s performance for

longer than 60 consecutive days from the date of commencement of such Force Majeure,

notwithstanding the suspension of the obligations of the Consultant, they shall decide by mutual

consent through consultation either the terms upon which to continue the performance of this

Agreement or to terminate this Agreement.

b. Any period within which a Party shall, pursuant to this Contract, complete any action or task,

shall be extended for a period equal to the time during which such Party was unable to perform such

action as a result of Force Majeure.

Page 23: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 23 of 56

c. The Consultant is entitled to the payments for the portion of the work already completed

before the happening of any event constituting force Majeure culminating in termination of contract.

Decision of the FCI in this regard will be final.

d. Following conditions shall not be treated as Force Majeure:

(i) Exchange Risk Variations

(ii) Resignation/Termination/Death of any employee including Key Personnel.

(iii) Any change in statutory requirements.

14. Progress Report:

14.1 The Consultant will work closely with the FCI. A designated officer of the FCI will be

responsible for the overall coordination. He will play a coordinating role in dissemination of the

Consultant’s outputs, facilitating discussions, and ensuring required reactions and responses to the

Consultant.

14.2 The Consultant will make a periodic presentation on the inception / progress report for

discussion at regular meetings. The Consultant is required to prepare and submit a fortnightly report

that includes and describes, inter alia, general progress to date; data and reports obtained and

reviewed, conclusions to date, if any; concerns about availability of, or access to, data, analyses,

reports; any other matters regarding work scope and related issues; and so on.

14.3 The Deliverables should be submitted as per schedule provided in the Bid document.

15. Corrupt Practices.

15.1 An Act of bribe, gift or advantage, given, promised or offered, by or on behalf of the Vendor /

Consulting Agency, or any one of their Partners/Directors/Agents or Officials, or any person on his or

her behalf to any Officer, Officials, Representative or Agent of the Corporation, or any person on his

or their behalf, for showing any favour or forbearing to show any disfavour to any person in relation to

the Contract, shall make the Consulting Agency liable for termination of this Contract or any other

Contract with the Corporation and the Consulting Agency shall be liable to reimburse the Corporation

of any loss or damage resulting from such cancellation.

15.2 Tenderers shall not indulge in any anti-competitive practice/agreements implied or expressed

while participating in the Tender.

15.3 In case of any clear indication of cartelization or express or implied anti-competitive

agreements between the Tenderers at the time of finalization of Tender or thereafter, which at any

time i.e. before or after award of the Contract comes to the notice of the FCI, the Tendering Authority

may reject the relevant Tenders, forfeit their EMD/Security Deposit, recover the losses as assessed

by the Authority arising out of such anti-competitive practices of the Tenderer(s) and also recommend

the case to the Ministry of Finance/Registrar of Companies/NSIC/Competition Commission of India or

any other Department having appropriate jurisdiction or authority, for initiating necessary action

Page 24: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 24 of 56

including, but non restricted to, cancellation of license.

15.4 If the information given by the Tenderer in the Tender Document is found to be false/ incorrect

at any stage, Food Corporation of India shall have the right to disqualify/summarily terminate the

Contract without prejudice to any other rights or remedies that the Corporation may have under the

Contract and Law.

16. Recovery of Sum due/losses suffered by FCI:

16.1 The Corporation shall be at liberty to reimburse themselves for any damages losses, charges,

costs or expenses suffered or incurred by him due to Consulting Agency’s negligence and un-

workmanlike performance of service under the Contract or breach of any terms thereof. The total

sum claimed shall be deducted from any sum then due or which at any time thereafter may become

due, to the Consulting Agency under this or any other Contract with the Corporation. In the event of

the sum which may be due from the Consulting Agency as aforesaid being insufficient, the balance of

the total sum claimed and recoverable from the Consulting Agency as aforesaid shall be deducted

from the Performance Guarantee, furnished by the Consulting Agency. Should this sum also be not

sufficient to cover the full amount claimed by the Corporation, the Consulting Agency shall pay to the

Corporation on demand the remaining balance of the aforesaid sum claimed.

16.2 In the event of termination of this Contract, or in the event of any breach of any of the terms

and conditions of this Contract by the Consulting Agency, FCI shall have the rights to forfeit the entire

or part of the amount of Performance Guarantee of the Consulting Agency or to appropriate the

Performance Guarantee or any part thereof in or towards the satisfaction of any sum due to be

claimed for and damages, losses, charges, expenses or cost that may be suffered or incurred by the

Corporation. The decision of the FCI in respect of such damages, losses, charges, expenses or cost

shall be final and binding on the Consultant(s).

17. Liability of the Consultant for losses suffered by FCI:

The Consulting Agency shall be liable for all costs, damages, registration fees, charges and expenses

suffered or incurred by the Corporation due to the Consulting Agency’s negligence and un- workman

like performance of any services under this Contract, or breach of any terms of the Contract, or failure

to carry out the work under the Contract, and for all damages or losses occasioned to the

Corporation, or in particular to any property belonging to the Corporation, due to any act, whether

negligent or otherwise, of the Consulting Agency or his employees. The decision of FCI regarding

such failure of the Consulting Agency and their liability for the losses, etc. suffered by the Corporation,

and the quantification of such losses, shall be final and binding on the Consulting Agency.

Page 25: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 25 of 56

18. Indemnity

The Consultant shall indemnify, defend and hold harmless the FCI during and after the term of this

contract from and against all liabilities, damages, loses, expenses, demands, actions, proceedings,

costs and claims of any nature whatsoever arising out of the acts, omissions, negligence and breach

of this contract.

19. Supporting Documents

The eligible tenderers may be required to show the supporting documents in original or self-attested

by Tenderer or Authorized Signatory, as the case may be, on the date to be notified to enable the

Corporation to physically verify the authenticity of the documents scanned and uploaded in the e-

procurement portal which is pre-qualification for technical evaluation. A list of Tenderers who qualify

the Technical Bid will be available to qualified Tenderers in the e-procurement portal.

20. Modification and Withdrawal of Tender

(a)Tenderer may all the time can modify and correct or upload any relevant document in the portal

before the last date and time of Tender submission, as published in the e-procurement portal.

(b) Once Bids are submitted, withdrawal of Bids is not allowed. In case of withdrawal, EMD shall be

forfeited.

21. Opening of Tenders

The Technical Bid will be opened online in the Office of the General Manager(IT.), Food Corporation

of India, 16-20, Barakhamba Lane, New Delhi-110 001 at the fixed time and the date indicated in the

NIT. The Tenderer will be at liberty to be present either in person or through an Authorized

Representative at the time of opening of the Technical Bid. Price Bids of only those Tenderers shall

be opened whose Technical Bids qualify, at a time and place for which notice will be given. The

Tenderer technically qualified will be at liberty to be present either in person or through an Authorized

Representative at the time of opening of the Price Bids. Tenderer can also check the Bid opening

status online at their END.

22. Submission of Hard Copy of Tender Document

As a condition precedent for issuing the Acceptance Letter, successful Tenderer shall submit the hard

copy of MTF duly signed by the Tenderer or Authorized Signatory, as the case may be, within seven

days from the date of communication of FCI advising the Tenderer to furnish the same failing which

EMD of the Tenderer shall be forfeited without prejudice to any rights or remedy available to the

Corporation under the Contract and Law.

In case of breach or violation of any terms and conditions of the Tender Document including

Annexures, Appendics etc. by the Contractor/Tenderer, the Corporation reserves the right to

summarily reject the Contract/Tender including forfeiture of EMD/Performance Guarantee, without

prejudice to any other right or remedies available to the Corporation under the Contract and Law.

No escalation in rates will be allowed during the contractual period.

Page 26: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 26 of 56

23. Disclaimer

This Request for Proposal (RFP) is not an offer by the Corporation, but an invitation to receive

response from eligible interested bidders for end-to-end consultancy for the Human Resource

Management System (HRMS) project in the Corporation. No contractual obligation whatsoever shall

arise from the RFP process unless and until a formal contract is signed and executed by the

Corporation with the bidders. This document should be read in its entirety.

Page 27: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 27 of 56

24. Annexure-1

Bid Submission

Notice of Intent to submit proposal in response to RFP Notice

(To be submitted on the Letterhead of the responding agency)

Place:

Date:

To

The General Manager (IT)

Food Corporation of India

16-20 Barakhamba Lane

New Delhi -110001

Ref: RFP Notification no …………………….

Subject: Submission of proposal in response to the RFP for Selection of Consultant for Implementation of Human Resource Management System

Dear Sir,

1. Having examined the RFP document, we, the undersigned, herewith submit our proposal in response to your RFP Notification no ……………………………………………….forSelection of Consultant For Implementation of Human Resource Management System in Food Corporation of India, in full conformity with the said RFP document.

2. We have read the provisions of the RFP document and confirm that these are acceptable to us. We further declare that additional conditions, variations, deviations, if any, found in our proposal shall not be given effect to.

3. We agree to abide by this proposal, consisting of this letter, the detailed response to the RFP and all attachment and keep an offer open, for a period of 120 days from the closing date fixed for submission of proposals as stipulated in the RFP document.

4. The EMD of Rs. 2 lakhssubmitted by us in the form of RTGS/NEFT may be encashed if we do not submit the requisite Performance Guarantee from a scheduled bankas per the Contract amounting to 10% of the Contract Price.In the event of my Tender being accepted, I agree to furnish Security Deposit / Performance Guarantee, as stipulated in the Tender.

5. I /We declare that we are not involved in any litigation that may have an impact of affecting or compromising the delivery of services as required under this assignment and we are not under a declaration of ineligibility for corrupt or fraudulent practices.

6. I /We do hereby declare that the entries made in the Tender and Appendices/Annexures attached

therein are true and also that I shall be bound by the act of my duly Constituted Attorney.

7.I/we hereby declare that no Contract entered into by my Firm/Company with the Food Corporation

of India, or any other Public Sector Undertaking or any Government, has been terminated before the

expiry of the Contract period at any point of time during the last Five years.

8. I/we hereby declare that the Earnest Money Deposit and/or Security Deposit has not been forfeited

or adjusted against any compensation payable, in the case of any Contract entered into by me with

the Food Corporation of India, or any other Public Sector Undertaking, or any Government during the

last Five years.

Page 28: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 28 of 56

9. I/we hereby declare that I have not been convicted at any time by a Court of Law of an offence and

sentenced to imprisonment for a period of Three years or more.

10. I/we certify that all information furnished by me is correct and true and in the event that the

information is found to be incorrect/untrue, the Food Corporation of India shall have the right to

disqualify me without giving any notice or reason therefore or summarily terminate the Contract,

without prejudice to any other rights that the Corporation may have under the Contract and Law.

(Name)

(Signature)

Duly authorized to sign the Bid Response for and on behalf of:

(Name and Address of Company) Seal/Stamp

Page 29: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 29 of 56

25. Annexure-2

Format – CV of proposed team

1. Curriculum Vitae (CV) for Proposed Professional Staff – Template

1.1 Proposed Position

1.2 Name of the Consulting Agency

1.3 Name of the staff

1.4 Date of Birth

1.5 PAN No.

1.6 Knowledge of Languages

S No. Spoken Y / N Reading Y / N Writing Y / N

2. Educational Qualifications (From Last to First, Please include only Graduate / Post Graduate&Above Level

Courses only)

S No.

Level Graduation / Post Graduation

Name of the Education Course

University/ Location

Full time / Part time

Date From ( Month / Year)

Date To ( Month / Year)

Duration in Years ( Months)

Subjects Studied

Marks Scored / GPA

3. Work Experience (Please state in serial order of recent experience first)

S No.

Employer Responsibility

Date From (Month / Year)

Date To (Month / Year

Duration in Years ( Months)

Experience in Years / Months

Brief Description of responsibilities in 50 words

Any Special Achievements in maximum 50 words

4. Project Management Experience

S No.

Employer Responsibility Date From (Month / Year)

Date To (Month / Year

Duration in Years (Months)

Name of the Customer

Name of the Project

Brief Description of responsibilities in 50 words

Page 30: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 30 of 56

5. Experience of working in various States of India

S No.

Employer Responsibility Date From (Month / Year)

Date To(Month / Year

Duration in Years /Months

Name of the State

Brief Details of Experience in 50 Words

6. Details of Specific Achievements like certification, thought leadership publication record, training

S No.

Type of Achievement

Date Details of Achievement Remarks if Any

7. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes me, my qualifications, and my experience. I understand that any wilful misstatement described herein may lead to my disqualification or dismissal, if engaged.

Date:

[Signature of staff member or authorized representative of the staff] Day/Month/Year

Full name& signature of authorized representative:

Page 31: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 31 of 56

26. Annexure-3

INSTRUCTIONS FOR ONLINE BID SUBMISSION

This tender document has been published on the Central Public Procurement Portal (URL:

http://eprocure.gov.in). The bidders are required to submit soft copies of their Bids electronically on

the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to

assist the Bidders in registering on the CPP Portal, prepare their Bids in accordance with the

requirements and submitting their Bids online on the CPP Portal.

More information useful for submitting online Bids on the CPP Portal may be obtained at:

https://eprocure.gov.in/eprocure/app.

A. REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement

Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Click here to Enroll”

on the CPP Portal which is free of charge.

2) As part of the enrolment process, the Bidders will be required to choose a unique username and

assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers as part of the

registration process. These would be used for any communication from the CPP Portal.

4) Upon enrolment, the Bidders will be required to register their valid Digital Signature Certificate

(Class II or Class III Certificates with signing key usage) issued by any Certifying Authority

recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.

5) Only one valid DSC should be registered by a Bidder. Please note that the Bidders are

responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.

6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and

the password of the DSC / e-Token.

B. SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate bidders to search active

Tenders by several parameters. These parameters could include Tender ID, Organization name,

location, date, value etc. There is also an option of advanced search for Tenders, wherein the

Bidders may combine a number of search parameters such as Organization name, form of

contract, location, date, other keywords etc. to search for a Tender published on the CPP Portal.

2) Once the Bidders have selected the tenders they are interested in, they may download the

required documents / tender schedules. These tenders can be moved to the respective ‘My

Tenders’ folder. This would enable the CPP Portal to intimate the Bidders through SMS / e-mail in

case there is any corrigendum issued to the Tender Document.

3) The Bidder should make a note of the unique Tender ID assigned to each Tender, in case they

want to obtain any clarification / help from the Helpdesk.

C. PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before

submitting their Bids.

Page 32: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 32 of 56

2) Please go through the Tender Advertisement and the Tender Document carefully to understand

the documents required to be submitted as part of the Bid. Please note the number of covers in

which the Bid Documents have to be submitted, the number of documents - including the names

and content of each of the document that need to be submitted. Any deviations from these may

lead to rejection of the Bid.

3) Bidder, in advance, should get ready the Bid Documents to be submitted as indicated in the

Tender Document / schedule and generally, they can be in PDF / XLS / RAR / DWF formats. Bid

documents may be scanned with 100 dpi with black and white option.

4) To avoid the time and effort required in uploading the same set of standard documents which are

required to be submitted as a part of every Bid, a provision of uploading such standard

documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the

Bidders. Bidders can use “My Space” area available to them to upload such documents. These

documents may be directly submitted from the “My Space” area while submitting a bid, and need

not be uploaded again and again. This will lead to a reduction in the time required for Bid

submission process.

D. SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for Bid submission so that he/she upload the Bid in

time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other

issues.

2) The Bidder has to digitally sign and upload the required Bid Documents one by one as indicated in

the Tender Document.

3) Bidder has to select the payment option as RTGS/NEFT/Electronic mode to pay the tender fee /

EMD as applicable and enter details of the instrument.

4) Bidder should pay the EMD as per the instructions specified in the tender document. Tenders

without EMD will be summarily rejected.

Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the prices bid have been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the white coloured (unprotected) Cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the Bidder should save it and submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected.

5) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard

time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc.

The bidders should follow this time during bid submission.

6) All the documents being submitted by the bidders would be encrypted using PKI encryption

techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized

persons until the time of bid opening. The confidentiality of the bids is maintained using the

secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is

done.

7) The uploaded tender documents become readable only after the tender opening by the authorized

bid openers.

Page 33: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 33 of 56

8) Upon the successful and timely submission of bids, the portal will give a successful bid submission

message & a bid summary will be displayed with the bid no. and the date & time of submission of

the bid with all other relevant details.

9) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid.

This acknowledgement may be used as an entry pass for any bid opening meetings.

E. ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document and the terms and conditions contained therein

should be addressed to the Tender Inviting Authority for a tender or the relevant contact person

indicated in the tender.

2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in

general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk

is 1800 233 7315.

Page 34: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 34 of 56

27. Annexure-4

List of FCI Offices

S. No. Type of Office State City

1 Head Quarters Delhi New Delhi

2 Zonal Office West Bengal Kolkata

3 Regional Office Bihar Patna

4 District Office Bihar Bhagalpur

5 District Office Bihar Chapra

6 District Office Bihar Darbhanga

7 District Office Bihar Gaya

8 District Office Bihar Muzaffarpur

9 District Office Bihar Patna

10 District Office Bihar Purnea

11 District Office Bihar Saharsa

12 District Office Bihar Motihari

13 District Office Bihar Samastipur

14 Regional Office Jharkhand RO- Ranchi

15 District Office Jharkhand Ranchi

16 District Office Jharkhand Hazaribagh/Dhanbad

17 District Office Jharkhand Daltonganj

18 District Office Jharkhand Deoghar

19 Regional Office Orissa Bhuvneshwar

20 District Office Orissa Balasore

21 District Office Orissa Behrampur

22 District Office Orissa Bhuvneshwar

23 District Office Orissa Cuttak

24 District Office Orissa Jeypore

25 District Office Orissa Sambalpur

26 District Office Orissa Titlagargh

27 Regional Office West Bengal Kolkata

28 District Office West Bengal Kolkata (Non Port Depot)

29 District Office West Bengal Kolkata (Port Depot)

30 District Office West Bengal Kolkata (North)

31 District Office West Bengal Howrah

32 District Office West Bengal 24 pargana

33 District Office West Bengal Bankura

34 District Office West Bengal Birbhum

35 District Office West Bengal Burdwan

36 District Office West Bengal Cooch Bihar

37 District Office West Bengal Durgapur

38 District Office West Bengal Gangtok

39 District Office West Bengal Hoogly

40 District Office West Bengal Jalpaiguri

41 District Office West Bengal Malda

42 District Office West Bengal Midnapur

Page 35: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 35 of 56

43 District Office West Bengal Murshidabad

44 District Office West Bengal Nadia

45 District Office West Bengal Purulia

46 District Office West Bengal Siliguri

47 District Office West Bengal West Dinajpur

48 Zonal Office Assam Guwahati

49 Regional Office Arunachal Pradesh Itanagar

50 District Office Arunachal Pradesh Distt. Papumpare, Banderdewa

51 Regional Office Assam Guwahati

52 District Office Assam Bongaigaon

53 District Office Assam Dibrugarh

54 District Office Assam Guwahati

55 District Office Assam Jorhat

56 District Office Assam Kokrajhar

57 District Office Assam Nowgaon

58 District Office Assam North Lakhimpur

59 District Office Assam Silchar

60 District Office Assam Tezpur

61 Regional Office Nagaland Dimapur

62 District Office Nagaland Dimapur

63 Regional Office Manipur Imphal

64 District Office Manipur Imphal

65 Regional Office Meghalaya Shillong

66 District Office Meghalaya Agartala

67 District Office Meghalaya Aizwal

68 District Office Meghalaya Shillong

69 Zonal Office UP Noida

70 Regional Office Delhi New Delhi

71 District Office Delhi New Delhi

72 District Office Delhi New Delhi

73 Regional Office Haryana Panchkula

74 District Office Haryana Faridabad

75 District Office Haryana Hisar

76 District Office Haryana Karnal

77 District Office Haryana Kurukshetra

78 District Office Haryana Rohtak

79 Regional Office HP Shimla

80 District Office HP Dharamshala

81 District Office HP Mandi

82 Regional Office Jammu Jammu

83 District Office Jammu Jammu

84 District Office Jammu Srinagar

85 Regional Office Punjab Chandigarh

86 District Office Punjab Amritsar

Page 36: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 36 of 56

87 District Office Punjab Bhatinda

88 District Office Punjab Chandigarh

89 District Office Punjab Faridkot

90 District Office Punjab Ferozpur

91 District Office Punjab Gurdaspur

92 District Office Punjab Hoshiarpur

93 District Office Punjab Jalandhar

94 District Office Punjab Kapurthala

95 District Office Punjab Ludhiana

96 District Office Punjab Patiala

97 District Office Punjab Moga

98 District Office Punjab Sangrur

99 Regional Office Rajasthan Jaipur

100 District Office Rajasthan Ajmer

101 District Office Rajasthan Alwar

102 District Office Rajasthan Bikaner

103 District Office Rajasthan Jaipur

104 District Office Rajasthan Jodhpur

105 District Office Rajasthan Kota

106 District Office Rajasthan Sri Ganganagar

107 District Office Rajasthan Udaipur

108 Regional Office UP Lucknow

109 District Office UP Allahabad

110 District Office UP Azamgarh

111 District Office UP Banda

112 District Office UP Faizabad

113 District Office UP Gonda

114 District Office UP Gorakhpur

115 District Office UP Jhansi

116 District Office UP Kanpur

117 District Office UP Lucknow

118 District Office UP Shahjahanpur

119 District Office UP Sitapur

120 District Office UP Varanasi

121 District Office UP Agra

122 District Office UP Aligarh

123 District Office UP Bareily

124 District Office UP Bulandshahr

125 District Office UP Hapur

126 District Office UP Moradabad

127 District Office UP Saharanpur

128 Regional Office Uttarakhand Dehradun

129 District Office Uttarakhand Dehradun

130 District Office Uttarakhand Haldwani

Page 37: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 37 of 56

131 District Office Uttarakhand Srinagar (P.Garhwal)

132 Zonal Office Tamil Nadu Chennai

133 Regional Office Andhra Pardesh Hyderabad

134 District Office Andhra Pardesh Port Blair(A&N)

135 District Office Andhra Pardesh Guntur

136 District Office Andhra Pardesh Kakinada

137 District Office Andhra Pardesh Karimnagar

138 District Office Andhra Pardesh Khammam

139 District Office Andhra Pardesh Kurnool

140 District Office Andhra Pardesh Mehboobnagar

141 District Office Andhra Pardesh Nalgonda

142 District Office Andhra Pardesh Nellore

143 District Office Andhra Pardesh Nizamabad

144 District Office Andhra Pardesh Sanathnagar

145 District Office Andhra Pardesh Srikakulam

146 District Office Andhra Pardesh Tadepalligudam

147 District Office Andhra Pardesh Vijaywada

148 District Office Andhra Pardesh Vishakhapatnam

149 District Office Andhra Pardesh Warangal

150 Regional Office Karnataka Bangalore

151 District Office Karnataka Bangalore

152 District Office Karnataka Hubli

153 District Office Karnataka Mysore

154 District Office Karnataka Raichur

155 District Office Karnataka Shimoga

156 Regional Office Kerala Trivandrum

157 District Office Kerala Cochin/ Kochi

158 District Office Kerala Alleppy/ Alappuzha

159 District Office Kerala Calicut

160 District Office Kerala Kottayam

161 District Office Kerala Kannur / Mazahappoalangad

162 District Office Kerala Palghat/ Palakkad

163 District Office Kerala Quilon/ Kollam

164 District Office Kerala Trichur/ Thrissur

165 District Office Kerala Trivendrum

166 Regional Office Tamil Nadu Chennai

167 District Office Tamil Nadu Coimbtore

168 District Office Tamil Nadu Cuddalore

169 District Office Tamil Nadu Thanjavur

170 District Office Tamil Nadu Tuticorin

171 District Office Tamil Nadu Vellore

172 District Office Tamil Nadu Chennai

173 Zonal Office Maharashtra Mumbai

174 Regional Office Chhattisgarh Raipur

Page 38: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 38 of 56

175 District Office Chattisgarh Raipur

176 District Office Chattisgarh Bilaspur

177 District Office Chattisgarh Durg

178 Regional Office Gujarat Ahemdabad

179 District Office Gujarat Baroda

180 District Office Gujarat JM(PO), Adipur/Kandla PO

181 District Office Gujarat Rajkot

182 District Office Gujarat Ahmedabad/ Sabarmati

183 Regional Office Maharashtra Mumbai

184 District Office Maharashtra Goa

185 District Office Maharashtra Manmad

186 District Office Maharashtra Nagpur

187 District Office Maharashtra Panvel

188 District Office Maharashtra Pune

189 District Office Maharashtra Borivili

190 Regional Office MP Bhopal

191 District Office MP Bhopal

192 District Office MP Gwalior

193 District Office MP Indore

194 District Office MP Jabalpur

195 District Office MP Sagar

196 District Office MP Satna

197 District Office MP Ujjain

198 IFS Haryana Gurgaon

199

Regional Office Manipur Manipur

200 District Office Bomdilla Bomdilla

201 District Office Passighat Passighat

202 District Office Teju Teju

Page 39: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 39 of 56

28. Annexure-5

Performance Guarantee

Performa of Bank Guarantee to be furnished in lieu of Security Deposit as Performance Guarantee (To be submitted on non-judicial stamp paper of appropriate value purchased in the name of the issuing Bank)

This Deed of Guarantee made this _____day of ____between ____ (Name of Bank) having its registered office at _______(place) and one of its local offices at _____(hereinafter referred to as the Surety), in favour of Food Corporation Of India, a Corporation established under the Food Corporation Act,1964,having its Head Office at 16-20,Barakhamba Lane,NewDelhi-110001(hereinafter referred to as FCI).

WHEREAS M/s _________(hereinafter referred to as “Bidder”) having its registered office at ________is bound to furnish Performance Guarantee in the form of Bank Guarantee with FCI in connection with the award of a Bid for consultancy services for implementation of HRMS. WHEREAS the bidder as per clause no. 9 of terms and conditions of the bid No. _____dated____has agreed to furnish Performance Guarantee by way of Bank Guarantee for Rs. ____ (Rupees ______)for due performance of all obligations under the contract within ten working days from the date of acceptance of bid.

NOW THIS WITNESSETH: 1. That the Surety in consideration of the above Bid made by the Bidder to FCI hereby undertakes to pay on demand by the FCI and without demur, and without notice to the Bidder, the said amount of Rs. ____(Rupees________________). 2. This Guarantee shall not be affected /discharged by any infirmity or irregularity on the part of the Bidder and by dissolution or any change in the constitution of FCI, Bidder or the Surety. 3. The Surety shall not and cannot revoke this Guarantee during its currency except with previous consent of FCI in writing. 4. Notwithstanding anything contained in the foregoing, the Surety’s liability under the Guarantee is restricted to Rs. _____(Rupees __________). 5. This Guarantee shall remain in force and effective upto ____ and shall expire and become ineffective only on written intimation given to the Surety by FCI for this purpose and in that case this Guarantee shall stand discharged. 6. The Surety will make the payment pursuant to the Demand issued by FCI notwithstanding any dispute or disputes raised by the Bidder against FCI, Bank or any other person(s) in any suit or proceeding pending before any Court or Tribunal as the surety’s liability under this Guarantee is absolute and unequivocal. 7. Any forbearance, act or omission on the part of FCI in enforcing any of the conditions of the said Bid or showing any indulgence by FCI to the Bidder shall not discharge the Surety in any way and the obligations of the Surety under this Guarantee shall be discharged only on the written intimation thereof being given to the Surety by FCI. 8. Notwithstanding anything contained hereinabove, unless a demand or claim under this Guarantee is made on the Surety in writing on or before ______ the Surety shall be discharged from all liabilities under Guarantee thereafter. 9. The Surety has the power to issue this Guarantee under its Memorandum and Articles of Association and the person who is hereby executing this deed has the necessary powers to do so under the authority conferred on him by the bank. SIGNED AND DELIVERED For and on behalf of For and on behalf of above named Bank (Banker’s Name and Seal)

Page 40: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 40 of 56

29. Annexure-6

Certificate Regarding Non Blacklisting / Non Disqualification

I hereby declare that my Firm/Company has not been blacklisted or otherwise debarred during the

last five years (from date of issue of notice inviting this RFP) by the Food Corporation of India, or any

department of Central or State Government or any other Public Sector Undertaking, for any failure to

comply with the terms and conditions of any contract, or for violation of any Statute, Rule, or

Administrative Instructions.(*)

OR

I hereby declare that I, my Firm/Company was blacklisted/ debarred by ___________ (here give the

name of the client) for a period of _________, which period has expired on _________. (Full details of

the reasons for blacklisting/debarring, and the communication in this regard, should be given)(*)

(*) (Strike out whatever is not applicable)

Other Non-Disqualification

1.1. Any Bidder whose contract with Food Corporation of India, has been terminated before the expiry of

the contract period for breach of any terms and conditions at any point of time during the last five

years, will be ineligible.

1.2. Bidder whose Performance Guarantee and/or Earnest Money Deposit and/or Security Deposit has

been forfeited by the Food Corporation of India, during the last five years, for breach of any terms and

conditions, will be ineligible.

1.3. A Hindu Undivided Family shall not be entitled to apply for Bid in the capacity of HUF. Any bids

submitted in the capacity of Hindu Undivided Family (either as a proprietor or partner of a firm) shall

be summarily rejected.

1.4. If the proprietor/any of the partners of the Bidder firm/any of the Directors of the Bidder company/any

of the Directors or Members of the governing body of the Society have been at any time, convicted by

a Court for an offence involving moral turpitude, such Bidder will be ineligible.

1.5. While considering ineligibility arising out of any of the above clauses, incurring of any such

disqualification in any capacity whatsoever (even as a proprietor, partner, Member in another firm, or

as a director of a company etc.) will render the Bid disqualified.

1.6. An unregistered partnership firm or society shall not be entitled to apply for the bids.

I hereby declare that my Firm/Company do not fall under any of the above disqualification conditions.

Signature of Bidder

Date:

Place:

Page 41: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 41 of 56

30. Annexure-7

Abbreviations

Abbreviation Full Form

FCI Food Corporation of India

RFP Request for Proposal

HRMS Human Resource Management System

CPP Portal Central Public Procurement Portal

EMD Earnest Money Deposit

PG Performance Guarantee

PMU Project Monitoring Unit

LOA Letter of Award

DPR Detail Project Report

BPR Business Process Re-engineering

SLA Service Level Agreement

QCBS Quality- cum- Cost Based Selection

Agency Bidder to whom consultancy is awarded

Page 42: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 42 of 56

31. Annexure-8

Definitions

(i) The term ‘Contract’ shall mean and include the Invitation to Tender incorporating also the

instructions to Tenderer, the Tender, its Annexures, Appendices, Acceptance of tender and such

general and special conditions as may be added to it.

(ii) The term ‘Agency/ Consulting Agency/Consultant’ shall mean and include the person(s), Firm

or Company with whom the contract has been placed including their heirs, executors, administrators

and successors and the permitted assignees as the case may be.

(iii) The term ‘Corporation’ wherever they occur shall mean the Food Corporation of India

established under the Food Corporations Act, 1964 and will include its Managing Director/Secretary,

and its successor(s).

(iv) The term ‘General Manager (IT)’ shall mean General Manager of Food Corporation of India

under whose administrative jurisdiction; the HRMS project is being developed and implemented. The

term ‘General Manager (IT)’ shall also include the DGM (IT) and every other officer authorized for the

time being to execute contracts on behalf of the Food Corporation of India.

(i) The term ‘Services’ shall imply performance of any of the items of work enumerated in

schedule of services as elaborated in Scope of Work herein including such auxiliary, additional and

incidental duties, services and operations or as may be indicated by the General Manager or an

officer acting on his behalf.

(ii) The term ‘Business Process Re-engineering (BPR)’ shall imply study of existing procedures/

practices in respect of operations/ record maintenance/ decision making (and related procedures /

functions) at FCI (including any other function as assigned from time to time ) and suggesting suitable

steps / substitute processes / solutions for eliminating redundancy, improving efficiency, accuracy,

resource optimisation and cost minimisation.

Page 43: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 43 of 56

32. Annexure-9

1. Relevant previous experience of the bidder (Max Marks 25)

Number of projects successfully completed by the bidder, each of at least Rs. 60 lakhs in the last 5 financial years.

Sr. No. Number of Projects completed Maximum Marks

1 3 Projects 15

2 4 or 5 Projects 20

3 6 or more Projects 25

2. APPROACH& METHODOLOGY (Max. Marks 20)

Sr. No.

Criterion Evaluation parameter Max Score

a

Adequacy of the proposed methodology and work plan in responding to the Terms of Reference

Understanding the scope, approach and methodology, work plan and staffing schedule. Evaluation will be based on quality of submissions and the presentation made to FCI.

10

b Understanding of the objectives of the assignment

The extent to which the consultant’s approach and work plan respond to the objectives indicated in the Scope of Work 10

c Completeness and responsiveness

The extent to which the proposal responds exhaustively to all the requirements of the RFP 10

d Proposed Project Plan Detailing out dependencies and assumptions with action plan. 5

e Any innovation in the proposed approach plan 5

TOTAL

40

Scaling Factor 0.5

Final Marks obtained for Technical Evaluation

Page 44: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 44 of 56

3. Quality and Competence of Key Personnel (Evaluation Parameters of Technical

resources – Experience Criteria)

3.1. Team Leader:

Evaluation Parameters of Technical resources – Experience Criteria

TEAM LEADER

S. No. Evaluation Parameter Criteria Marks-guideline Max Marks

1 Qualifications 5

2 Total Experience 10

y = > 15 Years 10

12 < = y < 15 Years 7

10< = y < 12 Years 5

3 Quality of Experience as judged by the evaluation committee

5

Factors guiding evaluation would include

1. Experience in reputed companies

2. Experience in challenging Assignments

4 Experience of Managing Implementation of relevant IT Project Management

15

y = > 12 Years 15

9 < = y < 12 Years 12

7< = y < 9 Years 10

5 Quality of Experience in Managing / Implementation of Projects as judged by the evaluation committee

Factors guiding evaluation would include, range of assignments handled , complexity of assignments, any experience of, Preparation and evaluation of RFPs

Managing a large team etc.

10

6 Any other exceptional quality expressed in CV like Certifications such as PMP, ITIL, CISA, Six Sigma black belt (other than Gradution / PG)

Factors guiding evaluation would include aspects like relevant Professional Certifications, Trainings Attended

5

Maximum Marks 50

Scaling Factor : 0.40

Marks obtained for Technical Evaluation

Page 45: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 45 of 56

3.2.1 Team Member – Management Consultant

Evaluation Parameters of Technical resources – Experience Criteria

S. No. Evaluation Parameter Criteria Marks-guideline Max Marks

1 Qualifications

5

2 Total Experience

10

y = > 10 Years 10

7 < = y < 10 Years 7

5 < = y < 7 Years 5

3 Quality of Experience as judged by the evaluation committee

5

Factors guiding evaluation would include

1. Experience in reputed companies

2. Experience in challenging Assignments

4 Experience of Managing Implementation of relevent IT Project Management

15

y = > 8 Years 15

5 < = y < 8 Years 12

3 < = y < 5 Years 10

5 Quality of Experience in Managing / Implementation of Projects as judged by the evaluation committee

Factors guiding evaluation would include, range of assignments handled , complexity of assignments, any experience of, Preparation and evaluation of RFPs Managing a large team etc.

10

6 Any other exceptional quality expressed in CV like Certifications such as PMP, ITIL, CISA, Six Sigma black belt

Factors guiding evaluation would include aspects like relevent Professional Certifications,Trainings

Attended

5

Maximum Marks

50

Scaling Factor : 0.14

Final Marks obtained for Technical Evaluation

Page 46: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 46 of 56

3.2.2 Team Member – Technical Consultant

Evaluation Parameters of Technical resources – Experience Criteria

S. No.

Evaluation Parameter Criteria Marks-guideline

Max Marks

1 Qualifications

5

2 Total Experience

10

y = >12 Years 10

9 < = y < 12 Years 7

7< = y < 9 Years 5

3 Quality of Experience as judged by the evaluation committee

5

Factors guiding evaluation would include

1. Experience in reputed companies

2. Experience in challenging Assignments

4 Experience of Managing Implementation of relevent IT Project Management

15

y = > 10 Years 15

7 < = y < 10 Years 12

5 < = y < 7 Years 10

5 Quality of Experience in Managing / Implementation of Projects as judged by the evaluation committee

Factors guiding evaluation would include, range of assignments handled , complexity of assignments, any experience of, Preparation and evaluation of RFPs Managing a large team etc.

10

6 Any other exceptional quality expressed in CV like Certifications such as PMP, ITIL, CISA, Six Sigma black belt

Factors guiding evaluation would include aspects like relevent Professional Certifications,Trainings Attended

5

Maximum Marks

50

Scaling Factor : 0.14

Final Marks obtained for Technical

Evaluation

Page 47: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 47 of 56

3.3.1.a. Qualification for Team Leader

Evaluation Parameters -- Educational qualifications

Qualification for Team Leader

S No. Evaluation Criteria Education Criteria Max Marks

1 Post Graduate Qualifications

20

MBA from Top 20 Colleges 20

MBA from Top 50 Colleges in list 15

MBA from any other College 10

2 Graduate Qualifications 20

B Tech / BE from Top 20 Colleges 20

B Tech / BE from Top 50 listed

Engineering Colleges 15

B Tech / BE from Any other College 10

MCA from top 20 listed colleges 15

MCA from any other College 10

Maximum Marks to be scored under

qualifications is 40 subject to the resource meeting the minimum qualifications for that position

Total 40

Scaling Factor = 0.125

Final Marks obtained for Technical Evaluation

* List of Colleges attached as Annexure 10

Page 48: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 48 of 56

3.3.1 Qualification for Team Member (Management Consultant)

Evaluation Parameters -- Educational qualifications

Qualification for Team Member (Management Consultant)

S No. Evaluation Criteria Education Criteria Max Marks

1 Post Graduate Qualifications

20

MBA from Top 20 Colleges 20

MBA from Top 50 Colleges in list 15

MBA from any other College 10

2 Post Graduate Qualifications (HR)

20

MBA (HR) from Top 20 Colleges 20

MBA (HR) from Top 50 Colleges in

list 15

MBA (HR) from any other College 10

Maximum Marks to be scored under

qualifications is 40 subject to the resource meeting the minimum qualifications for that position

Total 40

Scaling Factor = 0.125

Final Marks obtained for Technical Evaluation

* List of Colleges attached as Annexure 10.

* MBA implies full time MBA or PGDBM or PGP in Management or equivalent AICTE degree.

* MBA (HR) implies major specialisation in HR / Personnel Management.

Page 49: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 49 of 56

3.3.2 Qualification for Team Member (Technical Consultant)

Evaluation Parameters of Technical resources – Educational qualifications

S. No. Evaluation Criteria Education Criteria Max Marks

Qualification 20

B Tech / BE from Top 20 Colleges 20

B Tech / BE from Top 50 listed

Engineering Colleges

15

B Tech / BE from Any other College 10

MCA from top 20 listed colleges 15

MCA from any other College 10

Maximum Marks to be scored under

qualifications is 20 subject to the

resource meeting the minimum

qualifications for that position

Total 20

Scaling Factor = 0.25

Final Marks obtained for Technical Evaluation

* List of Colleges attached as Annexure 10.

Page 50: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 50 of 56

33. Annexure 10

List of Colleges

Engineering Colleges

Rank Name of Institute City

1 Indian Institute of Technology, Bombay Mumbai (All)

2 Indian Institute of Technology, Delhi Delhi/NCR

3 Indian Institute of Technology, Kanpur Kanpur

4 Indian Institute of Technology, Kharagpur Kharagpur

5 Indian Institute of Technology, Madras Chennai

6 Indian Institute of Technology, Roorkee Roorkee

7 Birla Institute of Technology and Science Pilani

8 Indian Institute of Technology, Guwahati Guwahati

9 National Institute of Technology, Trichy Tiruchirappalli

10 National Institute of Technology, Warangal Warangal

11 Indian School of Mines Dhanbad

12 Delhi Technological University Delhi/NCR

13 National Institute of Technology, Surathkal Mangalore

14 Birla Institute of Technology Patna

15 Faculty Council of Engineering & Technology (Jadavpur University) Kolkata

16 Anna University Chennai

17 International Institute of Information Technology Hyderabad

18 Netaji Subhas Institute of Technology Delhi/NCR

19 Indian Institute of Information Technology Allahabad

20 Motilal Nehru National Institute of Technology Allahabad

21 PSG College of Technology Coimbatore

22 PEC University of Technology Chandigarh

23 Indian Institute of Engineering Science and Technology Howrah

24 Malaviya National Institute of Technology Jaipur

25 Visvesvaraya National Institute of Technology Nagpur

26 Thapar University Patiala

27 Harcourt Butler Technological Institute Kanpur

28 National Institute of Technology, Rourkela Rourkela

29 Dhirubhai Ambani Institute of Information and Communication Technology Gandhinagar

30 College of Engineering Pune Pune

31 Manipal Institute of Technology Manipal

32 Jawaharlal Nehru Technological University Hyderabad Hyderabad

33 R.V.College of Engineering Bangalore

34 Veermata Jijabai Technological Institute Mumbai (All)

35 University College of Engineering Hyderabad

36 Sardar Vallabhbhai National Institute of Technology Surat

37 Maulana Azad National Institute of Technology Bhopal

38 Institute of Technology (Nirma University) Ahmedabad

39 BIT,Sindri Dhanbad

40 National Institute of Technology Kurukshetra

41 Coimbatore Institute of Technology Coimbatore

42 VIT University Vellore

43 Maharashtra Institute of Technology Pune

44 Institute of Chemical Technology Mumbai (All)

45 National Institute of Engineering Mysore

46 National Institute of Technology, Jamshedpur Jamshedpur

47 BMS College of Engineering Bangalore

48 National Institute of Technology, Durgapur Durgapur

49 Amity School of Engineering and Technology Delhi/NCR

50 University Visvesvaraya College of Engineering Bangalore

Source: www.shiksha.com [ http://www.shiksha.com/getListingDetail/25445/institute/college-Bangalore-Institute-Of-Technology-Bangalore-

India ]

Disclaimer: This ranking is based on the aggregation and analysis of college rankings published by various credible sources.

Page 51: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 51 of 56

MBA Colleges

Rank Name of Institute City

1 Indian Institute of Management, Ahemdabad Ahmedabad

2 Indian Institute of Management,Calcutta Kolkata

3 Indian Institute of Management, Bangalore Bangalore

4 Indian Institute of Management, Lucknow Lucknow

5 Xavier Labour Relations Institute Jamshedpur

6 Faculty of Management Studies (FMS) Delhi/NCR

7 Indian Institute of Management Kozhikode

8 Indian Institute of Management, Indore Indore

9 S.P. Jain Institute of Management and Research Mumbai (All)

10 Indian Institute of Foreign Trade Delhi/NCR

11 Jamnalal Bajaj Institute of Management Studies Mumbai (All)

12 Management Development Institute Delhi/NCR

13 Shailesh J Mehta School of Management Mumbai (All)

14 Symbiosis Institute of Business Management Pune

15 NMIMS School of Business Management Mumbai (All)

16 Institute of Management Technology Delhi/NCR

17 Tata Institute of Social Sciences Mumbai (All)

18 M I C A Ahmedabad

19 Indian Institute of Technology, Delhi Delhi/NCR

20 Xavier Institute of Management Bhubaneswar

21 Symbiosis Centre for Management and Human Resource Development Pune

22 Vinod Gupta School of Management (IIT Kharagpur) Kharagpur

23 Rajiv Gandhi Indian Institute of Management Shillong

24 Indian Institute of Technology, Kanpur Kanpur

25 K. J. Somaiya Institute of Management Studies and Research Mumbai (All)

26 Institute of Rural Management Anand Anand

27 Symbiosis Institute of International Business Pune

28 T. A. Pai Management Institute Manipal

29 Symbiosis Institute of Business Management Bangalore

30 International Management Institute Delhi/NCR

31 Great Lakes Institute of Management Chennai

32 Indian Institute of Management, Ranchi Ranchi

33 Institute of Management, Nirma University Ahmedabad

34 Indian Institute of Management, Raipur Raipur

35 Indian Institute of Management, Tiruchirappalli Tiruchirappalli

36 Indian Institute of Management, Rohtak Delhi/NCR

37 Indian Institute of Management (IIM) Udaipur Udaipur

38 Goa Institute of Management Goa - Other

39 Indian Institute of Technology, Madras Chennai

40 Xavier Institute of Management & Entrepreneurship Bangalore

41 Symbiosis Institute of Management Studies Pune

42 FORE School of Management Delhi/NCR

43 Loyola Institute of Business Administration Chennai

44 Birla Institute of Technology and Science Pilani

45 Prin. L.N. Welingkar Institute of Management Mumbai (All)

46 Indian Institute of Technology, Roorkee Roorkee

47 Lal Bahadur Shastri Institute of Management Delhi/NCR

48 ICFAI Business School Hyderabad

49 Xavier Institute of Social Service Ranchi

50 Bharthidasan Institute of Management Tiruchirappalli

Source: www.shiksha.com [ hhttp://www.shiksha.com/top-mba-colleges-in-india-rankingpage-2-2-0-0-0 ]

Disclaimer: This ranking is based on the aggregation and analysis of college rankings published by various credible sources.

Page 52: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 52 of 56

MCA Colleges

RANK COLLEGE NAME CITY/STATE

1 University of Pune Pune

2 Jawaharlal Nehru University (JNU) New Delhi

3 University of Hyderabad Hyderabad

4 NIT Trichy

5 Birla Institute of Technology (BIT) Jaipur

6 NIT Surathkal

7 Motilal Nehru National institute of Technology (MNNIT) Allahabad

8 PSG College of Technology Coimbatore

9 NIT Rourkela

10 ITM University Gwalior

11 VIT University Vellore

12 BIT Mesra

13 NIT Calicut

14 Jamia Millia Islamia New Delhi

15 Amity University Noida

16 NMIMS University Mumbai

17 Nirma University Ahmedabad

18 University of Calcutta Kolkata

19 Anna University of Technology Coimbatore

20 NIET School of Computer Science Applications Greater Noida

Source: www.siliconindia.com [ http://www.siliconindia.com/mca/mca-survey-2014.html# ]

Page 53: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 53 of 56

PART – B

PRICE BID

Page 54: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 54 of 56

34. Annexure-11

UNDERTAKING From: (Full name and address of the Bidder) _____________________ ______________________ _______________________ To,

The General Manager (IT)

Food Corporation of India,

FCI Headquarters, New Delhi

Dear Sir/Madam,

I submit the Price Bid for appointment as a Consultant for CONSULTANCY

SERVICES FOR IMPLEMENTATION OF HUMAN RESOURCE MANAGEMENT

SYSTEM as envisaged in the Tender document.

2. I have thoroughly examined and understood all the terms and conditions as contained in

the Tender document, and agree to abide by them.

3. I offer to work at the rates as indicated in the price Bid, Annexure 12 inclusive of all

applicable taxes except Service Tax.

Yours Faithfully,

Signature of authorized Representative

Full Name :

Designation:

Name & Address of Organisation

Seal: Date: Place:

Page 55: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 55 of 56

35. Annexure-12

Schedule of Price Bid

The below mentioned Price Bid format is provided as BoQ_XXXX.xls along with this tender document at https://eprocure.gov.in/eprocure/app. Bidders are advised to download this BoQ.xls as it is and quote their offer/rates in the permitted column and upload the same in the Price bid.

A.

Tender Inviting Authority :General Mangager (IT), FCI, HQ

Nature of Work:E-Tendering for Consultancy Services For Human Resource Management System (HRMS)

Contract No: K-11/HRMS/2015

Bidder Name :

SCHEDULE OF WORKS (This BoQ template must not be modified/replaced by the bidder and the same

should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter

the Bidder Name and Values only)

Sl. No.

Description of work RATE In Figures To be entered by the Bidder Rs. P

AMOUNT Rs. P

Figures Words

1.00 Complete Scope of services as stipulated in the Technical Bid Document on Firm Price basis inclusive of all taxes and levies, direct and indirect expenses, exchange rate variation and without any escalation, excluding service tax.

Rupees only 0.00

Total in Figures 0.00

Total in Words Rupees only

Page 56: FOOD CORPORATION OF INDIA 16-20, BARAKHAMBA LANE, RFP final for... · Tender publishing date and time 07.05.2015 11:00 AM Tender Document Download Start Date/time 07.05.2015 11:00

R F P I N V I T I N G C O N S U L T A N T S F O R H R M S F O O D C O R P O R A T I O N O F I N D I A

Page 56 of 56

B: Monthly Remuneration of Manpower in terms of clause 6.8:(This man month rate should not

exceed the rate arrived on pro-rata basis of the total project cost for 6 resources for 6 months and will not be part of the

criteria for evaluation of the bids.)

S. No. Role Monthly Remuneration (Rupees/month)

In Figures In words

1 Team Leader

2 Members

A. Management Consultant

B. Technical Consultant

Date:

Place:

Authorized Signature,

Name & Designation

Note: 1. All rates are to be indicated in Indian Rupees only. In case of any discrepancy/difference in the amounts

indicated in figures and words, the amount as mentionedin words will prevail.

2. The prices will be inclusive of all taxes, fees, levies, etc. and any upward revision in the statutory taxes,

fees etc. will be responsibility of the consultant. However, service tax as per statutory liability applicable

from time-to-time,is payable extra.

3. The payment will be made to the Consultant,into any Bank Account maintained in India, by way of

ECS/RTGS after deducting the TDS as applicable.

4. The quoted rates shall remain firm throughout the tenure of the contract and no revision is permissible for

any reason.