Request for Techno-Commercial Proposal(TCP) for Design, Development, Implementation & Maintenance of ERP Solution for APMDC



Similar documents
Request for Techno-Commercial Proposal. Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP

Development of application Software for Election Commission

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

SHORT TERM TENDER NOTICE

LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP)

SOFTWARE TECHNOLOGY PARKS OF INDIA

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi TENDER NOTICE FOR INTERNET CONNECTIVITY

Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software

ANNEXURE - I MPD/EPC/TIC/ NR logo web application development dated: Page 1

DETAILED OF TENDER PAPER FOR PRINTING & SUPPLY OF FLEXI BOARD UNDER FEEDING PROGRAMMES (SNP/EFP & MDM) FOR THE YEAR

TENDER DOCUMENTS FOR SUPPLY INSTALLATION AND COMMISSIONING OF BIOMETRIC DEVICE FOR FINGERPRINT ATTENDANCE SYSTEM

SANITARY SECTION IIT Kharagpur

National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone:

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS

ADMINSTRATION OF DAMAN AND DIU(U.T.)

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

TENDER FOR TRAVEL SERVICES

SECTION-I. Mysore /Division / NOTICE INVITING TENDER

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON

Ref No: / /91/IT/Dir/ Date: 02/02/2012.

Dated 14 July, Director (A&F) NHIDCL

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)

REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI

Following terms and conditions may be kept in view while submitting the bids :-

Expression of Interest. Scanning of Documents

SCHOOL OF PLANNING AND ARCHITECTURE

JHARKHAND STATE ELECTRICITY BOARD

15 For clarification and other details Please contact: 1. Asst. Manager Please Note:

TENDER DOCUMENT. Answer Books Scanning, Digitization and On Screen Marking System SECRETARY BOARD OF INTERMEDIATE EDUCATION ANDHRA PRADESH HYDERABAD

Tender Notice. Tender no. : NTSC (O)/EM/F&F/ Date: 8th June, 2015

(A K Chatterjee ) Sc. F & Head, BIS-DSBO

Ref. REC/Adm. (Estate)/ / Dated

REQUEST FOR PROPOSAL FOR EMPANNELMENT OF VENDORS FOR DESIGNING, DEVELOPMENT, MAINTENANCE & HOSTING OF WEB-SITE/ WEB-PORTAL AS PER BANK S NEED

Dy. General Manager (Information Technology)

Tender document. for. Providing Managed Internet Leased Line Network. at Chandigarh Police Headquarters, Sector 9, Chandigarh

TENDER DOCUMENT FOR ESTABLISHMENT OF VIDEO CONFERENCING FACILITY TENDER ENQUIRY

TENDER NOTICE NO. 04/

Annual Maintenance Contract (AMC) of Computer/Printer/Server/Scanner/ Laptop/UPS etc. in the Ministry of Women and Child Development

State Health Society, Bihar Pariwar Kalyan Bhawan, Sheikhpura, Patna-14

For providing Facility Management Services of IT Infrastructure at College of Engineering Pune

BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA BIHAR (INDIA)


TENDER. : NITJ/Pur/01/2013. Ref No/Pur/316/12

PQ Value No. Tender(Rs) (Rs.)

भ रत य गक स थ न र पड़

- NOTICE INVITING TENDER

PQ Value No. Tender(Rs) (Rs.)

FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS

REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD.

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016

Indian Institute of Technology, Kharagpur Kharagpur , WB, India

e-tender (ON-LINE) INVITATION NOTICE NO. 06 Of

period Cost of tender documents : Rs. 5000/- (Five thousand only) - (Non refundable )

TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE

Dr. Bhim Rao Ambedkar Engineering College of Information Technology Banda

CENTRAL BOARD OF SECONDARY EDUCATION 2 COMMUNITY CENTRE, PREET VIHAR DELHI CBSE/CU/EXAMS/2009 Form No E... Price -Rs. 200/- Non-refundable

Notice for Inviting EOI from Chartered Accountants Firms for Conducting Statutory Audit of DRDA, Malkangiri. For the FINANCIAL YEAR

Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID

School of Open Learning University of Delhi

TEXTILES COMMITTEE GOVERNMENT OF INDIA MINISTRY OF TEXTILES P. BALU ROAD, PRABHADEVI MUMBAI REQUEST FOR PROPOSAL (RFP)

Government of Jharkhand Department of Science & Technology Nepal House, Doranda, Ranchi Ph , , Fax ,

TENDER FOR AMC OF LAN NODES & SWITCHES

No / / CICT / CCTV / AMC Date:

TENDER FOR. Supply, Installation, Commissioning and Maintenance of 04 Mbps Internet Leased Line at NSIC Head Office, Okhla, New Delhi for One Year.

100 mbps dedicated uncompressed symmetric Internet Bandwidth (1:1) connectivity through optic fiber Leased Line at given location:

School of Open Learning University of Delhi

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y with BOB Zonal Stationery Cell, Baroda. Ph.

Corrigendum Document On

Tender No: NEDA/Comp/ RMS/ Dated: 03/11/2015

How To Buy 1 Kg Of Maize African Tall

TENDER FOR INTERNET LEASED LINE FOR PERMANENT CAMPUS OF THE INSTITUTE AT OKHLA, PHASE-III NEW DELHI

Tender Notice No.: OIDC/07/DMN/BUS/Uniform/ /179 Dt LIMITED TENDER NOTICE

Re-Tender. for. Supply and Installation of the. Student Biometric Attendance System. Indian Institute of Technology Jodhpur

Supply, Installation and maintenance of OCSP software

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI TENDER DOCUMENT

TENDER DOCUMENTS FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI : ( upto 1500 hrs.)

TENDER DOCUMENT FOR MAINTENANCE CONTRACT FOR COMPUTERS AND PRINTERS

Advt.No.: IISER/S&P/2/15-16 Dt. 12 th May 2015 NOTICE INVITING TENDER

Expression of Interest for Providing Server Space and Technical Support

Expression of Interest

OIL INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) DULIAJAN , ASSAM NOTICE OF INVITING TENDER

4 Mbps Internet connectivity Leased Line (1:1 uncompressed and unshared) for National Small Industries Corporation Ltd, New Delhi for one year.

GOVERNMENT OF ASSAM DIRECTORATE OF TRAINING ASSAM ADMINISTRATIVE STAFF COLLEGE KHANAPARA: GUWAHATI NOTICE INVITING TENDER

Dr. Bhim Rao Ambedkar Engineering College of Information Technology Banda

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS.

Tender Document for Pest Control of

The Cotton Corporation of India Ltd. (भ रत सरक र क उपक रम) ( A Govt. of India Undertaking ) Veer Sawarkar Chowk, शह न रव ड र ड, सम र ट नगर,

Request For Quotation from Service Providers. for. ISO/IEC 27001:2013 Certification for UTIITSL

1.1 The tendering process is online at Airports Authority of India s e-portal URL address or

GOVT. WOMEN S POLYTECHNIC COLLEGE Shivaji Nagar, Bhopal, Madhya Pradesh

NATIONAL HOUSING BANK

2) For display on the Notice Board.

Request for Proposal For

How To Sell Cement In Jamshedpur

No: NGRI/23/Rewa field/2014-gl Date: NOTICE INVITING TENDERS

8. Form of Tender : F Form of Agreement : F Appendix - I : F-68

Tender document Estate Maintenance Department Web : Phone :

No. NEIGR/ENGG/ 7/2015/NC Dated 23 rd March, 2015

EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS

Transcription:

Request for Techno-Commercial Proposal(TCP) for Design, Development, Implementation & Maintenance of ERP Solution for THE ANDHRA PRADESH MINERAL DEVELOPMENT CORPORATION LIMITED H.No: 6-2-915, 3rd Floor, Rear Block, Hyderabad Metropolitan Water Supply & Sewerage Board (HMWSSB Building) Khairthabad, Hyderabad - 500 004 Tel: 23323153, 23393814, Fax: 040-23393152 E-Mail: info@apmdc.ap.gov.in, apmdcltd@yahoo.com, apmdcltd@gmail.com 1

Contents Item Page No. 1.0 Introduction Page 3 2.0 Prequalification Criteria Page 3 Schedule of Events Page 4 3.0 Techno Commercial Proposal Submission & Evaluation Page 4 4.0 General Terms and Conditions Page 7 2

1. Introduction Sealed Techno-Commercial proposals are invited by the VC & MD, from Microsoft Certified Partners (MSCPs)/agencies dealing with supply/installation of MS ERP Products, analysis/design, development/customization, deployment and implementation/ Maintenance., of ERP Solution as per Application Lifecycle Management(ALM) using latest version of MS Dynamics Navision tool/technologies. The work includes the Supply & Installation of latest version of MS Dynamics Navision and analysis/design, development/customization, deployment, implementation/ maintenance of ERP Solution as per ALM to the requirements of for effective Planning, Monitoring and Implementation of various activities in the Corporation. The ERP Solution consists of following Modules: Module-1: Sales & Marketing Module-2: Purchases Module-3: Finance Module-4: Inventory Module-5: HR & Payroll Management. The Scope document for design, development/customization of ERP solution (including the tentative Functional Requirements Document) is enclosed at Annexure-A. Techno-Commercial Proposals are invited from the Microsoft Certified Partners/Application Development agencies that fulfil the Pre-qualification Criteria. 2. Pre-qualification Criteria The ERP solution development agencies Certified by Microsoft must meet the following pre-qualification and submit the documentary proof for fulfilling these conditions: a) The agency must have experience in supply & Installation of MS Dynamics Navision ERP software and analysis/design, development/customization, deployment, Implementation/Maintenance of ERP solutions/services using MS Dynamics Navision latest version as per ALM Process for at least Five years as on date of submission of Techno-Commercial proposal b) The agency must have annual turnover of at least Rs.4.00 Crores in each year for the last three financial years (2012-13, 2013-14 & 2014-15). c) The agency must be a Microsoft Certified Partner (MSCPs)for supply/installation of Microsoft ERP Products and customization, deployment, implementation of ERP Solutions using MS Dynamics Navision including Post Implementation Support for last three financial years d) The agency must have minimum 75 or more employed Professionals on Payrolls for the last three financial years. A self-certification signed by the Authorized signatory of the firm shall be furnished. 3

e) The agency must have developed/customized, implemented at least one ERP solution using MS Dynamics Navision as per ALM Process preferably for Central/State Government Departments at a cost of Rs.50 Lakhs or more in each year for the last three Financial Years f) The agency must have an office established in Hyderabad(Main/Branch Office) g) The agency cannot submit the proposal for executing part of the ERP solution. A declaration by the authorized signatory to this effect shall be enclosed. The Time schedule for various events related to Techno-Commercial Proposal (TCP) is 1 TCP Ref No: /ED/ERP/2015-16 2 Request for TCP from Microsoft Certified Partners (Date & Availability of TCP documents ) 11 June 2015 @ 3.00 PM TCP documents can be downloaded from web site 3 Pre-Bid Conference (Date, Time & Venue) http://www.apmdc.ap.gov.in 15 June 2015 @ 3.00 PM At Board room of, 3 rd floor, Rear Block, HMWS&SB premises, Khairatabad, Hyderabad 500004 4 Last Date & Time for submission of TCP 17 June 2015 @ 4.00 PM 5 Date & Time of opening of TCP 17 June 2015 @ 4.30 PM 6 Presentation by Pre-Qualified agencies on Technology, Methodology and implementation approach to be adopted for development of ERP Solution 7 Commercial Proposal Evaluation (Date, Time & Venue of opening of Commercial Proposal) 18.06.2015 Time schedule will be informed to the prequalified agencies. Date & Time will be informed to the prequalified agencies. 8 Postal Address for Communication Vice Chairman & Managing Director, Andhra Pradesh Mineral Development Corporation Limited, 3rd Floor, Rear Block (HMWSSB premises), Khairathabad, Hyderabad - 500 004, INDIA. 9 Contact Person Details Dy. Manager,(Projects & IT), Hyderabad Phone: +91-9849904724 e-mail: dmprojects@apmdc.ap.gov.in 3. TCP Submission & Evaluation As per Pre-qualification criteria, the interested and eligible MSCPs/agencies should furnish the Technical and Commercial proposals in the prescribed formats as per the guidelines indicated in this document. This document contains a) Tentative Scope document for development/customization of ERP Solution at Annexure-A b) Technical Proposal Format at Annexure-B. c) Commercial Proposal Format at Annexure-C d) General Terms & Conditions. 4

3.1 Preparation of Techno-Commercial Proposal a) Each Proposal must consist of following Technical Proposal (A Sealed envelope enclosing the following) o the Technical Proposal in the format at Annexure-B o EMD for Rs.25,000/- o Proposed methodology, implementation approach and Project schedule for development/customization of ERP Solution Commercial Proposal (A sealed envelope enclosing the following) o Commercial Proposal in the format at Annexure-C o Agency suggested Payment terms based on mile-stone progress of ALM process, if any b) The Technical proposal as prescribed should be filled and sealed in a separate cover. The Technical proposal should be super scribed as Envelope-A - Technical Proposal c) The Commercial proposal as prescribed should be filled and sealed in a separate cover. The Commercial proposal should be super scribed as Envelope-B - Commercial Proposal d) The Envelopes A & B shall be kept in a single outer cover, sealed and super scribed as Techno-Commercial Proposal for Design, Development and Implementation of ERP Solution for Ref No: /ED/ERP/2015-16 dt 11-06-2015. e) The Agency should write clearly the From Address on the Cover. 3.2 Mode of Submission a) The sealed techno-commercial proposals shall be sent by Registered Post/Courier or Dropped in the Box kept at the on or before the due date and time prescribed. Online Proposals will not be accepted. b) The MSCPs/Agencies are requested to submit the proposal sufficiently in advance to ensure that the proposal reaches the office in time. The Corporation is not responsible for postal delays and (or) for the damages to proposal documents during the transit. c) The proposals received by Post/Courier or otherwise after the specified date and time will not be considered d) Proposals submitted in person should be dropped only in Sealed Box kept at the Chambers of Executive Director of the Corporation and will not be received in person. 3.3 Earnest Money Deposit (EMD) a) Each proposal should be accompanied by an EMD of Rs.25,000/- (Rupees Twenty Five Thousand only) by way of crossed Demand Draft or Banker s Cheque from any scheduled bank drawn in favour of Executive Director,, Payable at Hyderabad b) The EMD of unsuccessful Agencies will be returned as soon as possible but not later than (30 Days) after the expiry of the proposal/bid validity period c) The EMD of the successful agency will be discharged upon the agency signing the contract, and furnishing the performance security as prescribed 3.4 Evaluation Criteria The following criteria form the basis upon which the evaluation of proposals/bids will be made a) A two stage (Technical/Commercial) evaluation process will be adopted for evaluation of proposals/bids with pre-qualification being completed. 5

b) The Agencies who are qualified as per Pre-Qualification criteria will be invited to present a demo on the tools/technology, methodology and approach to be adopted for development of ERP solution. The technology, methodology and approach will be evaluated by the Committee in terms of specified timelines, cost effectiveness etc., for implementation of ERP solution in the Institute c) Based on above parameters, the technically qualified proposals/bids will only be considered for Commercial evaluation. The lowest (L1) Commercial proposal/bid will be successful Agency/Bidder. d) The Committee may conduct clarification meeting with each or any agency to discuss any matters, technical or otherwise. If considered necessary, the Committee may visit the Projects being handled by the bidder. 3.5 Technical Evaluation The MSCPs/Agencies who are qualified as per Pre-qualification criteria will be invited to present a Demo/Presentation (30 Minutes Maximum) on the following aspects to the evaluation Committee at, Hyderabad. The Evaluation committee at shall evaluate the Technical proposals and the Presentation made by the bidders on the following parameters. a) Organization Profile and Competency in terms of Management, Domain, Technical and Geographical to organize proposed ERP Solution Maximum 10 Marks. b) Tools/Technology to be adopted, Solution Architecture, Methodology, Quality Procedures, Project Plan/ Time schedule w.r.t deliverables and Implementation approach with implemented case studies, if any - Maximum 10 Marks. c) Deployment Architecture in terms of Solution Security, Performance, Availability and Scalability, Suggestions on identification of location for deployment of Hardware. Maximum 10 Marks. d) Skill set of IT Personnel to be employed Project Manager, Team Leader, Time Schedule and Management Maximum 10 Marks. Further, the Applicant has to score a minimum of 70% in each of the broad technical criteria category as detailed above. In case none of the applicants qualify, then the Evaluation Committee will convene and reassess the evaluation criteria in a manner that does not compromise on the technical rigor required to select the professionally competent and experienced Agency. The decision of the Committee shall be final and conclusive and binding on all the applicants. 3.6 Commercial Evaluation The agency should quote the amount (inclusive of all) for each of the following items indicated in Annexure-C for Supply/Installation of ERP Software, Design, Development, Implementation of ERP Solution as per ALM Process using MS Dynamics Navision Latest version (ERP framework) based on scope outlined in Annexure-A. Item-1: Supply, Installation and configuration of latest version of MS Dynamics Navision at Servers. Item-2: Design, Development/customization, Testing, Deployment, Implementation (Pilot/Rollout Phases) and Maintenance of ERP Solution(with five Modules) as per scope/requirements document 6

o It includes agency support during Pilot Phase of 90 days and Solution Maintenance., support for 60 days after Go-live during Rollout phase Item-3: Develop and delivery solution documentation as per ALM including comprehensive User Manual for all modules (Soft/Hard copies of source code and related artifacts) Item-4: Impart training to the Corporation officials on Usage and Maintenance of ERP solution Item-5: Post Implementation Support (PIS) for a period of one year after completion of Go-live support of 60 days during rollout phase. Therefore, the Solution cost = Item (1) + Item (2) + Item (3) + Item (4) Total Proposal cost = Solution cost + Item (5) The lowest Total cost quoted (L1) commercial proposal will be the successful bidder/agency. Note: Solution cost shall be the agreement value for development & implementation of ERP solution. After completion of Go-live support during rollout phase, the will enter a separate agreement for PIS (item-5) 4. General Terms & Conditions 4.1 Details to be furnished a) All particulars must be furnished in the prescribed formats of technical and commercial proposals. b) The technical and commercial proposals shall be duly filled, signed and submitted in original in separate sealed covers c) The rate should be clearly indicated both in words and figures. If there is any discrepancy between these two, rates quoted in words will be taken as final. d) The MSCPs/Agencies should attest with full signature, if there is any scoring or overwriting or correction. e) The proposals/bid with incomplete information will be liable for rejection. f) The MSCPs/Agency has to submit the undertaking in the prescribed format in the technical proposal/bid that agency accepts all the technical and commercial terms & conditions and shall abide by the same fully g) The MSCPs/Agencies bidders can participate in the pre-bid conference to get clarifications on the technical and commercial bids and also processes involved. h) The Evaluation committee reserves the right to reject any or all proposals/bids without assigning any reason thereof. 4.2 Opening of TCP a) The authorized representative of the Committee will open the proposals/bid in presence of interested MSCPs/Agencies or their duly authorized representatives. b) Evaluation of Proposals/bids will be done in two stages (technical/commercial). The commercial proposals/bids of technically qualified Agencies alone will be opened and evaluated. The MSCPs/Agencies who met the pre-qualification criteria will be invited to present a demo on the technology, methodology and approach to be adopted for development & implementation of ERP Solution and then the 7

technically qualified proposals/bids alone will be considered for opening of commercial proposals/bids. 4.3 TCP evaluation a) The envelope-a shall contain Technical Proposal, EMD and Bid Form b) The Envelope-B shall contain only Commercial Proposal with Declaration Document. The commercial proposal of those Agencies who did not qualify in the technical proposal will not be opened. c) If necessary, the premises of the MSCPs/Agency will be inspected as a part of evaluation. 4.4 Acceptance/Withdrawal a) The final acceptance of the TCP/bid would be entirely vested with the Committee which reserves the right to accept or reject any proposal/bid without assigning any reason whatsoever. b) After acceptance of the proposal/bid by the Committee, the MSCP/Agency shall have no right to withdraw the Proposal/bid or claim higher price. c) Bid with incomplete information is liable for rejection. d) For each category of pre-qualification criteria documentary evidence is to be produced duly attested by the agency, serially numbered and enclosed with the technical proposal/bid. If the documentary proof is not enclosed for any/all items, the proposal/bid is liable for rejection. e) If any information given by the MSCPs/Agency is found to be false/ fictitious, apart from the Proposal being rejected, action will be initiated to debar the bidders from participating in future proposals/bids. f) The Committee reserves the right to negotiate for further reduction of rates. 4.5 Validity of Proposal The proposal/bid will be kept valid for acceptance for a period of 60 days from the date of opening. Proposals/Bids with the reduced period of validity will be liable for rejection. 4.6 Forfeiture of EMD Furnishing incorrect or false information may result in forfeiture of EMD in full or part at the discretion of Committee, in addition to rejection of bid. 4.7 Performance guarantee a) The successful MSCPs/Agency will be required to submit implementation cum Performance Guarantee for a sum equal to 10% of the total accepted bid value within seven days from the date of award, in the form of irrevocable bank guarantee valid for a period of one year from date of award of work. The contract agreement will be signed only after submission of implementation cum performance Guarantee. b) If successful agency fails to submit the implementation cum Performance Guarantee, within seven days of award of bid then, the EMD remitted by such successful agency will be forfeited by the Committee and his proposal/bid will be held void. c) The implementation cum Performance Guarantee Deposit furnished by the successful agency in respect of this proposal/bid will be returned to agency at the end of contract period, subject to the satisfaction of the Committee,, Hyderabad. d) The performance guarantee till it is returned will not bear any interest. 8

4.8 Forfeiture of implementation cum Performance Guarantee deposit If the successful MSCPs/Agency fails to sign the contract or after signing the contract, fails to perform any contractual obligation, his performance guarantee mentioned above will be forfeited. 4.9 Agreement a) The successful agency shall execute an agreement for the fulfillment of the contract on Rs.100/- Non-judicial stamp paper within seven days from date of submission of implementation cum performance guarantee. b) The incidental expenses of execution of agreement shall be borne by the successful agency. c) The conditions stipulated in the agreement should be strictly adhered to and violation of any of the conditions will entail termination of the contract and recovery of any consequential losses from the agency. d) Subletting of the contract is not permitted 4.10 Payment The successful MSCPs/Agency has to design, develop the ERP Solution and submit the deliverables as per the agreement terms and conditions and conforming to the standards prescribed as mentioned in this bid document. The payments will be made by the Corporation within two weeks after receipt of payment request accompanied by an invoice describing, as appropriate, the deliverables defined are delivered and accepted as described below, and by documents submitted and upon fulfilment of other obligations stipulated in the bid document. Income tax, if any will be deducted at source as per the Income Tax act. The payment will be made in stages based on solution progress and no advance payment will be made. a) Milestone-1: 10% of agreement cost after Preparation of final Scope/ Requirements Document and after approval of the same by the. b) Milestone-2: 10% of agreement cost after Demonstration of PoC (or) Prototype for ERP Solution as per the Scope/Requirements Document c) Milestone-3: 30% of agreement cost after completion of pilot phase of all module of ERP Solution d) Milestone-4: 30% agreement cost after receipt of all specified deliverables as per agreement including completion of roll out of all modules of ERP solution. e) Milestone -5: Final Payment of 20% after successful roll out and after completion of 60 days of support. Post Implementation Support (PIS) charges shall be paid on quarterly basis after successful completion of each quarter. 4.11 Penalty The following penalties are applicable in case the agency fails to implement the solution as per agreed Time Schedule indicated in the agreement: a. Delay in submission of PoC: 3% of the payment to be released at Milestone-2, if the deliverable is late by one week or part thereof b. Delay in Deployment of Modules of ERP solution as per defined scope to initiate Acceptance Testing: o 4 % of the Payment to be released at Milestone-4 if the deliverable is late by one week or part thereof 9

c. Delay in delivery of remaining deliverables as per agreement: 5% of the Payment to be released at Milestone-5, if the deliverable is late by one week or Part thereof 4.12 Deliverables a) Preparation & Submission of Requirements document based on tentative scope document(annexure-a) for approval of b) Supply, Installation and configuration of MS Dynamics Navision latest version at Branch offices (Project Office at Mangampeta, Kadapa District, A.P.) c) Design, Development/customization, Testing, Deployment of ERP solution (with Five Modules) using MS Dynamics Navision latest version as per approved Requirement Document at Project office at Mangampeta (Obulavaripally Mandal, Kadapa District, A.P.). d) Implementation of ERP solution for Pilot/Rollout Phases a. Maintenance, support of 90 Days during pilot phase and 60 days after Golive during Rollout phase e) Develop & provide solution Documentation as per Application Life-Cycle Management (ALM) including Comprehensive User Manual for all Modules (Soft/Hard copies of source code and related artifacts) f) Imparting training to the Corporation Staff (30-40) Officials) on Usage and Maintenance of ERP Solution at g) Post Implementation support(pis) for effective Maintenance., of ERP solution at Data Centre for a period of one year (after completion of 60 days Maintenance, support) (A separate agreement shall be executed) 10