06.03.2014 Views

GOVERNMENT OF INDIA - Information Resource & Facilitation ...

GOVERNMENT OF INDIA - Information Resource & Facilitation ...

GOVERNMENT OF INDIA - Information Resource & Facilitation ...

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

1<br />

<strong>GOVERNMENT</strong> <strong>OF</strong> <strong>INDIA</strong><br />

INTEGRATED HEADQUARTERS <strong>OF</strong> MINISTRY <strong>OF</strong> DEFENCE (NAVY)/DNAM<br />

Tele : 00-91-11 23793011 Directorate of Naval Air Materiel<br />

FAX No : 00-91-11-23010388 „A‟ Block Hutments<br />

e-mail : dnam@nic.in New Delhi-110011<br />

India<br />

Invitation of Bids for CONSULTANCY FOR IMPLEMENTATION <strong>OF</strong> PROJECT „NAMS‟<br />

Request for Proposal (RFP) No. AR/0422/NAMS Dated 16 Aug 11<br />

1. Bids in sealed cover are invited from Indian Firms for supply of Consultancy as per the<br />

Terms of Reference listed in Part III of this RFP. Please superscribe the above mentioned<br />

Title, RFP number and date of opening of the Bids on the sealed cover to avoid the Bid being<br />

declared invalid.<br />

2. The address and contact numbers for sending Bids or seeking clarifications regarding<br />

this RFP are given below –<br />

(a) Bids/queries to be addressed to : Directorate of Naval Air Materiel<br />

(b) Postal address for sending the Bids: Directorate of Naval Air Materiel<br />

IHQ MoD (N), Government of India,<br />

A- Block Hutments<br />

Dalhousie Road<br />

New Delhi- 110 011<br />

(c) Name/designation of the contact personnel: Cdr Goutam Banerjee, JDNAM<br />

(d) Tele numbers of the contact personnel: 00-91-11 23793011<br />

(e) e-mail ids of contact personnel: dnam@nic.in<br />

(f) Fax number: 00-91-11-23010388<br />

3. This RFP is divided into five Parts as follows:<br />

Part I – Contains General <strong>Information</strong> and Instructions for the Bidders about the RFP<br />

such as the time, place of submission and opening of tenders, Validity period of<br />

tenders, etc.<br />

Part II – Contains essential details of the items/services required, such as the<br />

Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of<br />

Delivery and Consignee details.<br />

Part III – Contains Standard Conditions of RFP, which will form part of the Contract<br />

with the successful Bidder.<br />

Part IV – Contains Special Conditions applicable to this RFP and which will also form<br />

part of the contract with the successful Bidder.<br />

Part V – Contains Evaluation Criteria and Format for Price Bids.<br />

4. This RFP is being issued with no financial commitment and the Buyer reserves the<br />

right to change or vary any part thereof at any stage. Buyer also reserves the right to<br />

withdraw the RFP, should it become necessary at any stage.<br />

Page 1 of 30


2<br />

Part I – General information<br />

5. DIRECTORATE <strong>OF</strong> NAVAL AIR MATERIEL (DNAM), INTEGRATED<br />

HEADQUARTERS <strong>OF</strong> MOD (NAVY) [IHQ MoD(N)/DNAM] hereinafter referred to as Buyer,<br />

is interested in obtaining the Consultancy services of an appropriate Seller (Consultancy<br />

Firm), for implementation of Enterprise Wide Solution called „Naval Aviation Management<br />

System (NAMS)‟. A Brief description of NAMS can be obtained from the Director NAMS at<br />

address at para 12 (b) below.<br />

6. Last date and time for depositing the Bids will be : 11 Oct 11 / 1200 hours<br />

The sealed should be deposited/reach by the due date and time. The responsibility to ensure<br />

this lies with the Bidder.<br />

7. Manner of depositing the Bids<br />

(a) The proposal shall be submitted in two separately sealed envelopes clearly<br />

marked „Technical Bid‟ and „Commercial Bid‟.<br />

(b) These two sealed envelopes should be enclosed in another sealed main<br />

envelope super-scribed on top as “Bid for Consultancy for Project NAMS for Naval<br />

Aviation” along with a letter of authorization comprising of persons authorized and<br />

mandated to clarify queries and negotiate on behalf of the company.<br />

(c)<br />

(d)<br />

No financial data of any sort shall be included in the technical proposal.<br />

Only Technical Proposal envelope shall be opened on the due date and time.<br />

(e) Financial proposals shall be kept sealed in safe custody until the technical<br />

evaluation is complete.<br />

(f) Sealed Bids should be either dropped in the Tender Box marked as “DNAM”<br />

PLACED AT RECEPTION <strong>OF</strong>FICE <strong>OF</strong> „A‟ BLOCK HUTMENTS(Open from 0900h<br />

to 1700h from Monday to Friday) or sent by registered post only (and not by<br />

Courier as no record / priority is maintained for courier) at the address given above so<br />

as to reach by the due date and time. Late tenders will not be considered. No<br />

responsibility will be taken for postal delay or non-delivery/ non-receipt of Bid<br />

documents. Bids sent by FAX or e-mail will not be considered (unless they have been<br />

specifically called for by these modes due to urgency).<br />

8. Opening of Bids<br />

(a) Only the „Technical Bid‟ envelope inside the main envelope shall be<br />

opened on 11 Oct 11 at 1500 hrs by Chairman Tender Opening Committee. (If due<br />

to any exigency, the Bids are not opened on due date, the Technical Bids will be<br />

opened on the next working day).<br />

(b) The „Commercial Bid‟ shall be kept sealed in safe custody until the technical<br />

evaluation is complete.<br />

(c) The Commercial Bids of only those vendors whose Technical Bids meet<br />

the Technical Evaluation Criteria will be opened subsequently. All short-listed<br />

Page 2 of 30


3<br />

bidders (whose technical offers are found eligible) would be advised about the date<br />

and time of opening of the Commercial Bid.<br />

9. Location of the Tender Box: RECEPTION <strong>OF</strong>FICE <strong>OF</strong> „A‟ BLOCK HUTMENTS,<br />

DALHOUSIE ROAD, NEW DELHI 110011 (Open from 0900h to 1700h from Monday to<br />

Friday).<br />

Only those Bids that are found in the tender box will be opened. Bids dropped in the wrong<br />

Tender Box will be rendered invalid.<br />

10. Place of opening of the Bids: DNAM<br />

The Bidders may depute their representatives, duly authorized in writing, to attend the<br />

opening of Bids on the due date. Rates and important commercial/technical clauses quoted<br />

by all Bidders will be read out in the presence of the representatives of all the Bidders. This<br />

event will not be postponed due to non-presence of your representative.<br />

11. Forwarding of Bids : Bids should be forwarded by Bidders under their original memo<br />

/ letter pad inter alia furnishing details like TIN number, VAT/CST number, Bank address with<br />

EFT Account if applicable, etc and complete postal & e-mail address of their office. As<br />

mentioned in Para 3 above, a Two-Bid system is to be followed. The proposal shall be<br />

submitted in two separately sealed envelopes clearly marked 'Technical Bid' and<br />

'Commercial Bid'. These two sealed envelopes should be enclosed in another sealed main<br />

envelope super-scribed on top as "Bid for Consultancy for Project NAMS for Naval<br />

Aviation" along with a letter of authorization comprising of persons authorized and<br />

mandated to clarify queries and negotiate on behalf of the company<br />

12. Clarification regarding contents of the RFP:<br />

(a) A prospective bidder who requires clarification regarding the contents of the<br />

bidding documents shall notify to the Buyer in writing about the clarifications sought<br />

not later than 14 (fourteen) days prior to the date of opening of the Bids.<br />

(b) In order to familiarize themselves with the NAMS project and resolution of<br />

queries before submitting their offer, the Bidder may wish to visit / contact the under<br />

mentioned officer after prior appointment on any working day from 1000hrs to<br />

1600hrs, Monday to Friday:-<br />

The Director ILMS (Air) / Project Director NAMS<br />

c/o ILMS (Air), Wellingdon Island, Naval Base<br />

Kochi – 682004<br />

Tele. 0484 -2873700 to 3704<br />

(c) To gain better insight, the Bidder is at liberty to request for visit to aviation units<br />

in Kochi.<br />

(d) The bidder would be required to sign a non disclosure agreement (NDA) prior<br />

to being provided with detailed specifications regarding the project and visit to any<br />

aviation units. The format of the same could be obtained from the Project Director<br />

NAMS.<br />

(e) A „Pre bid Meeting‟ will be held at the office of the Director ILMS (Air), Naval<br />

Base, Kochi - 682004 on 15 Sep 11 at 1030 hrs. It is recommended that all firms<br />

interested in responding to this RFP, attend the meeting in order to obtain better<br />

clarity of the scope of work, terms and conditions and resolve queries if any.<br />

Page 3 of 30


4<br />

13. Clarification regarding contents of the Bids: During evaluation and comparison of<br />

bids, the Buyer may, at its discretion, ask the bidder for clarification of his bid. The request<br />

for clarification will be given in writing and no change in prices or substance of the bid will be<br />

sought, offered or permitted. No post-bid clarification on the initiative of the bidder will be<br />

entertained.<br />

14. Rejection of Bids: Canvassing by the Bidder in any form, unsolicited letter and posttender<br />

correction may invoke summary rejection with forfeiture of EMD. Conditional tenders<br />

will be rejected.<br />

15. Validity of Bids: The Commercial Bids should remain valid for at least 180 days from<br />

the last date of submission of the Bids.<br />

16. Earnest Money Deposit: Bidders are required to submit Earnest Money Deposit<br />

(EMD) for amount of Rs 5,00,000 (Rupees Five lakh) along with their bids. The EMD may be<br />

submitted in the form of an Account Payee Demand Draft, Fixed Deposit Receipt, Banker's<br />

Cheque or Bank Guarantee from any of the public sector banks or a private sector bank<br />

authorized to conduct government business as per Form DPM-13 (Available in MoD website<br />

and can be provided on request) drawn in favour of „Principal Controller Defence<br />

Accounts(Navy), Mumbai‟. EMD is to remain valid for a period of forty-five days beyond the<br />

final bid validity period. EMD of the unsuccessful bidders will be returned to them at the<br />

earliest after expiry of the final bid validity and latest on or before the 30 th day after the award<br />

of the contract. The Bid Security of the successful bidder would be returned, without any<br />

interest whatsoever, after the receipt of Performance Security from them as called for in the<br />

contract. The EMD will be forfeited if the bidder withdraws or amends, impairs or derogates<br />

from the tender in any respect within the validity period of their tender.<br />

Page 4 of 30


5<br />

Part II – Essential Details of Items/Services required<br />

17. Schedule of Requirements. The details of the Services expected from the<br />

Consultant in assisting the Indian Navy is as follows:-<br />

Phase I (Decision regarding Approach)<br />

(a) Understand the processes and functions of various verticals of NAMS through<br />

assimilation of the User Requirement Specifications (URS) and Software / Systems<br />

Requirements Specifications (SRS) Documents, interaction with nominated officers<br />

and visits to essential location(s) if necessary and process / system studies.<br />

(b) Study the existing ILMS (Air) system (its database, entity relationships, workflow<br />

etc.) and advise the Navy on the methodology of interfacing ILMS (Air) to NAMS<br />

with a view to ensure that eventually, a SINGLE-system is available to the users for<br />

carrying out Operations, Maintenance and Logistics functions and maintenance /<br />

administration efforts are optimized. Director ILMS (Air) / Project Director NAMS at<br />

Kochi shall provide assistance for the same.<br />

(c) Carry out analysis of various COTS products (at least five products) available in<br />

the market wrt to their ability to meet the Navy‟s URS/SRS and carry out a GAP<br />

analysis.<br />

(d) Having analysed the various COTS products available in the market, carry out<br />

comparison of “Bespoke / „Ground Up‟ development” (using the latest<br />

platforms/development tools available) vis-à-vis “COTS / Customisation” for<br />

implementing NAMS. Main factors to be considered: Ability to meet user<br />

requirements, time for „roll-out‟, Cost Benefit Analysis, security aspects, Total Cost of<br />

Ownership, support from more than one vendor and Change Management.<br />

(e) Advise / assist the IN in finalisation of the NAMS solution considering the<br />

following aspects – approach to hardware and software selection, training for core<br />

team, design of the system, method of data capture to be followed, testing, roll-out<br />

strategy and plans, user acceptance test parameters and go-live parameters, enduser<br />

training and support.<br />

(f)<br />

Suggest the Hardware architecture for NAMS.<br />

Phase II (Preparation of Draft RFP)<br />

(g) Carry out market survey (through Expression of Interest/Request for<br />

<strong>Information</strong>) and identification of suitable vendors for the chosen approach (Bespoke<br />

or COTS/Customisation).<br />

(h) Prepare the analytical criteria / Qualitative Requirements (QRs) based on which<br />

effective selection of the NAMS platform and the vendor can be carried out.<br />

(j) Prepare draft RFP in the latest DPP / DPM format to include: the detailed<br />

implementation methodology, deliverables and timelines, vendor‟s qualifications /<br />

requirements expected, technical evaluation criteria for vendors, etc.<br />

Phase III (Placing of NAMS Order)<br />

(k) Scrutiny of the bids received in response to the RFP. Technical evaluation of<br />

the bids with respect to the criteria outlined in the RFP. Clarifications to be obtained<br />

Page 5 of 30


from the vendors if required. Visits to the vendors‟ premises if required.<br />

6<br />

(l) Prepare the detailed scripts for POC. The Scripts should be unambiguous,<br />

specific, objective in order that the vendors clearly understand what is expected of<br />

them. Define the parameters to be tested during the „Proof of Concept‟/Field Trials.<br />

(m)<br />

Evaluation of POC. Technical negotiations and resolution of queries.<br />

(n) Comparison of commercial bids based on „Cost benefit analysis‟ and „Total cost<br />

of ownership‟ to arrive at the L1 Firm.<br />

(p)<br />

Contract / Price negotiation.<br />

(q) Framing of the draft Contract as per the current DPP/DPM to include all<br />

relevant clauses pertaining to IT Act, exclusion of malicious content code / security<br />

breach, performance evaluation indicators, long term support (for version upgrades,<br />

re-configuration, network administration, hardware support etc) are included in the<br />

same.<br />

Phase IV (NAMS Implementation post Order):<br />

(r)<br />

(s)<br />

Project management post signing of Contract till the implementation of NAMS.<br />

Incorporation of „Industry Best Practices‟ into the NAMS implementation.<br />

(t) Associate with IN post signing of NAMS contract till „Roll-out‟ to ensure<br />

successful NAMS implementation through:-<br />

(i)<br />

(ii)<br />

Interface / migration of ILMS (Air) to NAMS platform.<br />

Incorporation of Industry best practices / policies.<br />

(iii) Liaison with the NAMS vendor at all stages to ensure optimum „returns‟<br />

for the IN.<br />

(iv)<br />

(v)<br />

Monitoring of vendor performance / compliance.<br />

Mapping the future Road Map to ensure effective utilization.<br />

18. The bidder must offer most of the onsite consultancy primarily at Naval Base, Kochi<br />

with meetings as necessary, at other locations such as IHQ of MoD (Navy), New Delhi &<br />

HQNA, Vasco-da-Gama, Goa.<br />

19. Technical details. The Consultant shall supply the Services as per schedule of<br />

requirements listed above. The Technical Bid (format attached as Appendix A) should<br />

demonstrate the Consultant's knowledge of the project requirements and their<br />

understanding of the requisite tasks set forth in the scope of work and terms of<br />

reference. Provision of the requested information, in full, must be set in the following<br />

sequence: -<br />

(a) A brief description of the firm or academic institution, an outline of its recent<br />

experience on assignments of a similar nature and specifically the firm's work<br />

experience, especially for Defence / PSU / Governmental departments clients. The<br />

experience claimed should be limited to those projects which the firm or institution was<br />

legally contracted to carry out for clients. Assignment(s) completed by individual<br />

experts working privately or through other firms / institutions cannot be claimed as the<br />

experience of your firm / institution. The claimed experience should be substantiated<br />

Page 6 of 30


7<br />

by providing contractual or other evidence as proof. <strong>Information</strong> on the current<br />

workload of the firm / institution in the relevant areas of this assignment should also be<br />

presented.<br />

(b) Understanding of detailed scope of work with regard to Naval Aviation‟s<br />

functioning in the field of Air Operations, Aircraft maintenance and Air logistics.<br />

(c) General approach or methodology which you propose for carrying out the<br />

services, including such detailed information as you deem relevant, the description of<br />

the manner in which the consultants plan to execute the task, approach and work<br />

plan, teams and personnel to be employed, man-months, etc.<br />

(d) Composition of the team which the consultants would provide, together with<br />

CVs of individual team members (Format in Annexure 1 to Appendix A), and the<br />

specific task(s) to which each team member would be assigned. The team leader<br />

should be specifically identified.<br />

(e) Work program including an organization chart, a bar-chart and a staffing<br />

schedule (format in Annexure 2 & 3 to Appendix A). The bar-chart should indicate<br />

estimates of the duration and total man-months that would be provided for each<br />

task. The staffing schedule should indicate clearly the estimated duration and the<br />

probable timing of the assignment of each professional to be used. (Please ensure<br />

that the project plan dovetails with the deliverables / time-frame specified in delivery<br />

schedule along with requisite cushions).<br />

(f)<br />

Any additional information / value addition that you need to disclose / make.<br />

20. In preparing the proposals, the consultants should give particular attention to the<br />

following: -<br />

(a) Members of the team should be only Indian Nationals and should have the<br />

requisite experience especially in India, on similar work.<br />

(b) Majority of the personnel (about 60%) comprising the consultant's team should<br />

be drawn from the permanent staff of the firm.<br />

21. Consultants are at liberty to address any other relevant issue / detail. Additional<br />

sheets, duly authenticated, may be attached to elucidate specifications or clarify specific<br />

issues.<br />

22. As mentioned earlier, in order to familiarize themselves with the NAMS project and<br />

resolution of queries before submitting their offer, the seller may wish to visit / contact the<br />

under mentioned officer after prior appointment on any working day from 1000hrs to 1600hrs,<br />

Monday to Friday and attend the Pre-Bid Meeting on 15 Sep 11 :-<br />

The Director ILMS (Air) / Project Director NAMS<br />

C/o ILMS (Air), Naval Base<br />

Kochi – 682004.<br />

Tele. 0484 -2873700 (- „3704‟)<br />

23. To gain better insight, the seller is at liberty to request for visit to aviation units in<br />

Kochi. This can be arranged through Director ILMS (Air) / Project Director NAMS.<br />

Page 7 of 30


8<br />

24. However, it should be clearly understood that any costs incurred by you for collection<br />

of preliminary information, for preparation of the proposal, for attending the pre-bid<br />

conference or for any subsequent negotiations / meetings will not be reimbursable as a<br />

direct cost of the assignment.<br />

25. The Consultant will also organize PC, Laptops, peripherals and other ancillaries<br />

required for documentation.<br />

26. Pre Qualification Criteria. The invitation for bids is open to all Indian firms only<br />

who fulfill all the pre-qualification criteria as specified in this section. The prequalification<br />

criteria are as follows:-<br />

(a) The bidder should be an Academic Institution or a Company incorporated and<br />

registered in India under the Companies Act, 1956 and<br />

(b) The bidder should have been in operation for a period of at least six years as<br />

on 31 Mar 2011 (enclose certificate of Incorporation issued by Registrar of<br />

Companies); and<br />

(c) The bidder should have competent experience in Consultancy and Program<br />

Management of computerization / EAM / MRO / ERP implementations in Defence /<br />

public sector / Government undertakings; and<br />

(d) The bidder should have successfully completed, within the previous three<br />

years, similar envisaged scope of work, i.e. Consultancy and Project Management for<br />

implementation of EAM/MRO/ERP and Business Process Re-engineering in at least<br />

three projects, out of which at least one should be for Defence / a public sector<br />

undertaking /Central or State Government Organization or a foreign government<br />

organisation ; and<br />

(e) The bidder should have provided / be providing Consultancy and Program<br />

Management for at least three projects with a Project outlay of Rs. 100 Crore or<br />

more and at least two such projects shall be of packaged solution like<br />

EAM/MRO/ERP for a defence / public limited company or Central or State<br />

Government Organization or a Public Sector Undertaking; and<br />

(f) The Team Leader proposed by the bidder should have end-to-end experience<br />

of at least ten years in such work of preparation of such deliverables, preparation of<br />

RFP, techno commercial evaluation matrix, and contract document and finally, project<br />

monitoring during the implementation till the Go-Live stage, and should have headed<br />

the teams for at least two such projects; and<br />

(g) The other team members should have a minimum experience of three years<br />

in anyone of the major areas of work indicated. The team leader and all members<br />

should be Indian Citizens only having the requisite experience preferably in India, on<br />

similar work.; and<br />

(h) In any given stage / phase of the Project, at least 80% of the team earmarked<br />

for that stage/phase should remain unchanged and not more than 50% of the overall<br />

manpower earmarked for the entire project should be changed. This rule would<br />

however not be applicable in case the change is requested by the Navy (for valid<br />

reasons such as incompetence, unsuitability, lack of attendance etc.); and<br />

Page 8 of 30


(j)<br />

9<br />

The consultancy team should have members to demonstrate the following:<br />

(i) Domain expertise in the field of Military aviation (regular commissioned<br />

technical officer / pilot) or expertise in civil aviation (managerial cadre only) in a<br />

mid management/ higher management capacity for at least 7 years.<br />

(ii) Expertise in distributed database design & administration.<br />

(iii) Risk managing & information security.<br />

(iv) Expertise in design & implementation of wide area network system &<br />

hardware architecture.<br />

(k) Majority of the personnel (about 60%) comprising the consultant's team should<br />

be drawn from the permanent staff of the firm.<br />

27. Additional Pre-Qualification Criterion for Companies (Non Academic<br />

Institutions) Bidding for the Consultancy.<br />

(a) The bidder should have an annual turnover of at least Rs. 100 Crores in each<br />

of the past three years (2008-09, 09-10 and 2010-11). The bidder should have an<br />

average turnover of Rs. 30 crores or more for the past three years in IT related<br />

consultancy / advisory services. The bidders shall submit a certification from its<br />

auditor in respect of this requirement & also latest audited annual accounts of the<br />

organization.<br />

(b) The bidder should have expertise in the field of IT/EAM/MRO/ERP Consultancy<br />

Services and Implementation and should have a minimum of 500 employees working<br />

in these areas as on 31 Mar 2011.<br />

28. Important Note.<br />

(a) Letters of acceptance/award letters / completion certificates from clients / self<br />

certified details for each project claimed for each of the eligibility conditions should<br />

invariably accompany the proposal as supporting documents, in the absence of which,<br />

the offer would not be considered further. The bidders should submit all the above<br />

information in their prequalification proposals, so as to get eligible for technical<br />

evaluation. All documents submitted can be subjected to verification.<br />

(b) The Bidder may form a consortium to bid for the project only for meeting the<br />

requirements listed at para 26(j) above. All other qualification criteria would be<br />

evaluated only with respect to the firm in whose name the bids are submitted<br />

(and not its consortium partner). In case the bidder forms a consortium for this<br />

project, then a certificate from the consortium partner / freelance consultant, if<br />

applicable must be attached stating that “the consortium partner / freelance<br />

consultant has not offered his service to any other firm / institution that is<br />

responding to this RFP”.<br />

29. The other critical requirements are as follows: -<br />

(a) The adequacy and quality of the proposed work plan i.e., the approach and<br />

methodology in responding to the scope of work.<br />

(b) The qualifications, experience and competence of the team of personnel<br />

proposed for the assignment, as per the formats specified. The Team leader and the<br />

Page 9 of 30


10<br />

majority of proposed personnel should be assigned to the permanent staff of<br />

firm/institution.<br />

(c) CV for all consultants' personnel proposed for the assignment shall be included<br />

with the proposal, as per the format at Annexure 1 to Appendix A.<br />

(d) The consultant firm & its consortium partners (if any) (including its other<br />

group/sister concerns) / Institute will not be eligible to respond to the Tender for<br />

implementation of the NAMS (main) project.<br />

30. Two-Bid System. Bidders are required to furnish clause by clause compliance of<br />

the above pre-qualification criteria and requirements bringing out clearly the deviations from<br />

required criteria, if any. The Bidders are advised to submit the compliance statement in the<br />

following format along with Technical Bid<br />

Para of RFP<br />

Criteria /<br />

requirement -<br />

wise<br />

Specification /<br />

details of<br />

services offered<br />

Compliance to RFP<br />

specification –<br />

whether Yes / No<br />

In case of non-compliance,<br />

deviation from RFP to be<br />

specified in unambiguous<br />

terms<br />

31. Activity, Deliverable, Time Frame and Payment. The entire contract for consultancy<br />

has been divided into four phases. Payments will be made on completion of each of the<br />

phases. The activities that are envisaged to be carried out during these phases along with<br />

the deliverables and the time frames are as follows:-<br />

Phase I (Decision regarding Approach): D(Contract signing date) + 60 days [ = (T1)]<br />

Sl Activity Deliverables<br />

(a)<br />

(b)<br />

Understand the processes and functions<br />

of various verticals of NAMS through<br />

assimilation of the User Requirement<br />

Specifications (URS) and Software /<br />

Systems Requirements Specifications<br />

(SRS) Documents, interaction with<br />

nominated officers and visits to essential<br />

location(s) if necessary and process /<br />

system studies.<br />

Carry out analysis of various COTS<br />

products (at least five products) available<br />

in the market wrt to their ability to meet<br />

the Navy‟s URS/SRS.<br />

„As Is‟ Process Document<br />

Product-wise Analysis Report and the<br />

minimum percentage of<br />

customization that would be required in<br />

each case.<br />

Page 10 of 30


Sl Activity Deliverables<br />

11<br />

(c)<br />

(d)<br />

(e)<br />

Having analysed the various COTS<br />

products available in the market, carry out<br />

comparison of “Bespoke / „Ground Up‟<br />

development” (using the latest<br />

platforms/development tools available)<br />

vis-à-vis “COTS / Customisation” for<br />

implementing NAMS. Main factors to be<br />

considered: Ability to meet user<br />

requirements, time for „roll-out‟, Cost<br />

Benefit Analysis, Total Cost of<br />

Ownership, support from more than one<br />

vendor, change management, resource<br />

commitment, Cost etc.<br />

Suggest the Hardware architecture for<br />

NAMS.<br />

Study the existing ILMS (Air) system (its<br />

database, entity relationships, work-flow<br />

etc.) and advise the Navy on the<br />

methodology of interfacing ILMS (Air) to<br />

NAMS with a view to ensure that<br />

eventually, a SINGLE-system is available<br />

to the users for carrying out Operations,<br />

Maintenance and Logistics functions and<br />

maintenance / administration efforts are<br />

optimized<br />

(i) Comparison matrix “Bespoke /<br />

„Ground Up‟ development” vis-à-vis<br />

“COTS / Customisation” and firm<br />

recommendations regarding the<br />

approach best suited for the Navy‟s<br />

requirements.<br />

(ii) Potential benefits (tangible and<br />

intangible) as well as the ROI Navy<br />

would accrue by implementing NAMS.<br />

(ii) Time Lines for implementation of<br />

NAMS considering system design, data<br />

capture, training, testing, and<br />

implementation.<br />

Hardware architecture document<br />

ILMS (Air) migration plan document<br />

On completion of the phase I part payment will be released to the firm.<br />

Phase II (Preparation of Draft RFP) : (T1) + (Time for IN‟s approval for<br />

approach) + 60 days [= T2]<br />

(f) Market survey (through Expression of<br />

Interest/Request for <strong>Information</strong>) and<br />

identification of suitable vendors for the<br />

chosen approach (Bespoke or<br />

COTS/Customisation)<br />

(g) Finalise the NAMS implementation<br />

methodology: System design, method of<br />

data capture, type of training required,<br />

network architecture, testing / Proof of<br />

Concept, user acceptance, period of<br />

support etc.<br />

List of probable vendors with address,<br />

details of contact persons.<br />

NAMS Project Implementation Plan with<br />

time lines.<br />

Page 11 of 30


(h)<br />

12<br />

Prepare draft RFP in DPP / DPM format<br />

to include: the detailed implementation<br />

methodology, deliverables and timelines,<br />

vendor‟s qualifications / requirements<br />

expected, technical evaluation criteria for<br />

vendors, etc.<br />

Draft RFP<br />

On completion of the phase II part payment will be released to the firm.<br />

Phase III (Placing of NAMS Order) : (T2) + (Time for IN‟s approval for placing<br />

order) + 90 days [= T3]<br />

(i) Scrutiny of the bids received in response<br />

to the RFP. Technical evaluation of the<br />

bids with respect to the criteria outlined in<br />

the RFP. Clarifications to be obtained<br />

from the vendors if required. Visits to the<br />

vendors‟ premises if required.<br />

Short listing of vendors who would be<br />

eligible to participate in the „Field Trials‟ /<br />

Proof of Concept (POC)<br />

(j)<br />

Prepare the detailed scripts for POC. The<br />

Scripts should be unambiguous, specific,<br />

objective in order that the vendors clearly<br />

understand what is expected of them.<br />

POC Scripts<br />

(k) Evaluation of POC. Technical Evaluation Report mentioning<br />

the vendors who are eligible to<br />

participate in the opening of commercial<br />

bids.<br />

(l)<br />

Comparison of commercial bids based on<br />

„Cost benefit analysis‟ and „Total cost of<br />

ownership‟<br />

(m) Contact / Price negotiation -<br />

Comparative statement of bids<br />

(n)<br />

Framing of the draft Contract as per<br />

DPP/DPM to include all relevant clauses<br />

pertaining to IT Act, exclusion of<br />

malicious content code / security breach,<br />

performance evaluation indicators, long<br />

term support (for version upgrades, reconfiguration,<br />

network administration,<br />

hardware support etc).<br />

Draft Contract<br />

On completion of the phase III part payment will be released to the firm.<br />

Page 12 of 30


13<br />

Phase IV (NAMS Implementation post Order): T3 + Ideally 18 – 24 months from Order<br />

date<br />

(p)<br />

Associate with IN post signing of NAMS<br />

contract till „Roll-out‟ to ensure<br />

successful NAMS implementation<br />

through:-<br />

(i) Interface / migration of ILMS (Air) to<br />

NAMS platform.<br />

(ii) Incorporation of Industry best<br />

practices / policies.<br />

(iii) Liaison with the NAMS vendor at all<br />

stages to ensure optimum „returns‟ for the<br />

IN.<br />

(iv) Monitoring of vendor performance /<br />

compliance.<br />

(v) Mapping the future Road Map to<br />

ensure effective utilization<br />

Compliance Statement, Project Progress<br />

Reports<br />

Please note<br />

(a) That Contract can be cancelled unilaterally by the Buyer in case items are not<br />

received within the contracted delivery period. Extension of contracted delivery period will be<br />

at the sole discretion of the Buyer, with applicability of LD clause.<br />

(b) All deliverables are amenable to one or more iterations / corrections prior to<br />

acceptance. Additional time sought for these would not normally contribute towards<br />

liquidated damages I penalizations to the consultant but considered for waiver. All<br />

deliverables, once accepted, would become the sole proprietary of the Indian Navy.<br />

(c) All deliverables will be submitted in one soft and three hard copies in industry<br />

standard formats. An executive summary in duplicate will also be submitted by the consultant<br />

at 0+135.<br />

(d)<br />

Assumptions if any would be clearly brought out.<br />

32. INCOTERMS for Delivery and Transportation – (“E” / “F” / “C” / “D” Terms).<br />

Unless otherwise specifically agreed to by the Buyer and the Seller and incorporated in the<br />

contract, the applicable rules & regulations for transportation of goods from foreign countries<br />

will be as per the contemporary version of International Commercial Terms (INCOTERMS)<br />

evolved by International Chamber of Commerce, Paris. Definition of Delivery Period is given<br />

below –<br />

TERMS <strong>OF</strong> DELIVERY<br />

(a) Local Delivery at Site:<br />

(b) C.I.P. Destination:<br />

DATE <strong>OF</strong> DELIVERY<br />

The date on which the delivery is made at the<br />

consignee‟s site mentioned in the contract.<br />

The date on which the delivery is effected at the<br />

destination mentioned in the contract.<br />

Page 13 of 30


14<br />

33. Consignee details – Integrated Headquarters Ministry of Defence<br />

(Navy)/Directorate of Naval Air Material, „A‟ Block Hutments, Dalhousie Road, New Delhi –<br />

110011.<br />

Part III – Standard Conditions of RFP<br />

The Bidder is required to give confirmation of their acceptance of the Standard Conditions of<br />

the Request for Proposal mentioned below which will automatically be considered as part of<br />

the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by<br />

the Buyer. Failure to do so may result in rejection of the Bid submitted by the Bidder.<br />

34. Law: The Contract shall be considered and made in accordance with the laws of the<br />

Republic of India. The contract shall be governed by and interpreted in accordance with the<br />

laws of the Republic of India.<br />

35. Effective Date of the Contract: The contract shall come into effect on placement of<br />

purchase order and shall remain valid until the completion of the obligations of the parties<br />

under the contract. The deliveries, supplies and performance shall commence from the<br />

effective date of the contract.<br />

36. Arbitration: All disputes or differences arising out of or in connection with the<br />

Contract shall be settled by bilateral discussions. Any dispute, disagreement or question<br />

arising out of or relating to the Contract or relating to construction or performance, which<br />

cannot be settled amicably, may be resolved through arbitration. The standard clause of<br />

arbitration is as per Forms DPM-7 and DPM-8 (Available in MoD website and can be<br />

provided on request).<br />

37. Penalty for use of Undue influence: The Seller undertakes that he has not given,<br />

offered or promised to give, directly or indirectly, any gift, consideration, reward, commission,<br />

fees, brokerage or inducement to any person in service of the Buyer or otherwise in<br />

procuring the Contracts or forbearing to do or for having done or forborne to do any act in<br />

relation to the obtaining or execution of the present Contract or any other Contract with the<br />

Government of India for showing or forbearing to show favour or disfavour to any person in<br />

relation to the present Contract or any other Contract with the Government of India. Any<br />

breach of the aforesaid undertaking by the Seller or any one employed by him or acting on<br />

his behalf (whether with or without the knowledge of the Seller) or the commission of any<br />

offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter<br />

IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act<br />

enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all<br />

or any other contracts with the Seller and recover from the Seller the amount of any loss<br />

arising from such cancellation. A decision of the Buyer or his nominee to the effect that a<br />

breach of the undertaking had been committed shall be final and binding on the Seller.<br />

Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of<br />

the Seller towards any officer/employee of the Buyer or to any other person in a position to<br />

influence any officer/employee of the Buyer for showing any favour in relation to this or any<br />

other contract, shall render the Seller to such liability/ penalty as the Buyer may deem<br />

proper, including but not limited to termination of the contract, imposition of penal damages,<br />

forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer.<br />

38. Agents / Agency Commission: The Seller confirms and declares to the Buyer that<br />

the Seller is the original manufacturer of the stores/provider of the services referred to in this<br />

Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever,<br />

Page 14 of 30


15<br />

to intercede, facilitate or in any way to recommend to the Government of India or any of its<br />

functionaries, whether officially or unofficially, to the award of the contract to the Seller; nor<br />

has any amount been paid, promised or intended to be paid to any such individual or firm in<br />

respect of any such intercession, facilitation or recommendation. The Seller agrees that if it is<br />

established at any time to the satisfaction of the Buyer that the present declaration is in any<br />

way incorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged<br />

any such individual/firm, and paid or intended to pay any amount, gift, reward, fees,<br />

commission or consideration to such person, party, firm or institution, whether before or after<br />

the signing of this contract, the Seller will be liable to refund that amount to the Buyer. The<br />

Seller will also be debarred from entering into any supply Contract with the Government of<br />

India for a minimum period of five years. The Buyer will also have a right to consider<br />

cancellation of the Contract either wholly or in part, without any entitlement or compensation<br />

to the Seller who shall in such an event be liable to refund all payments made by the Buyer in<br />

terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The<br />

Buyer will also have the right to recover any such amount from any contracts concluded<br />

earlier with the Government of India.<br />

39. Access to Books of Accounts: In case it is found to the satisfaction of the Buyer that<br />

the Seller has engaged an Agent or paid commission or influenced any person to obtain the<br />

contract as described in clauses relating to Agents/Agency Commission and penalty for use<br />

of undue influence, the Seller, on a specific request of the Buyer, shall provide necessary<br />

information/ inspection of the relevant financial documents/information.<br />

40. Non-disclosure of Contract documents: Except with the written consent of the<br />

Buyer/ Seller, other party shall not disclose the contract or any provision, specification, plan,<br />

design, pattern, sample or information thereof to any third party.<br />

41. Liquidated Damages:<br />

(a) In the event of the Seller‟s failure to submit the Bonds, Guarantees and<br />

Documents, supply the stores/goods and conduct trials, installation of equipment,<br />

training, etc as specified in this contract, the Buyer may, at his discretion, withhold any<br />

payment until the completion of the contract. The BUYER may also deduct from the<br />

SELLER as agreed, liquidated damages to the sum of 0.5% of the contract price of<br />

the delayed/undelivered stores/services mentioned above for every week of delay or<br />

part of a week, subject to the maximum value of the Liquidated Damages being not<br />

higher than 10% of the value of delayed stores. Thereafter, the Customer will have<br />

right to terminate the supply order in case of such delay beyond 10 weeks, and the<br />

Customer would have the option to execute the project from the market at the firm /<br />

institute‟s risk and cost. The mode and method of such risk purchase would be at the<br />

total discretion of the Customer.<br />

(b) Non Continuation of Consultancy Until Implementation. If the firm / institute<br />

fails to continue to provide the consultancy till implementation of NAMS as given in the<br />

scope of work and deliverables, the Customer will have right to terminate the supply<br />

order, and the Customer would have the option to execute the project from the market<br />

at the firm / institute‟s risk and cost. The mode and method of such risk purchase<br />

would be at the total discretion of the Customer. The bank guarantee would also be<br />

forfeited.<br />

(c) Extension of Time. Any delays / non-performance arising out of / caused by<br />

Force Majeure events or due to reasons not attributable to the consultant, shall not<br />

attract the sanctions mentioned above. If at any time during performance of the<br />

Page 15 of 30


16<br />

Contract, the Consultant should encounter conditions impeding timely completion of<br />

the work under the Contract and performance of services, the Consultant shall<br />

promptly notify the customer in writing of the fact of the delay, it‟s likely duration and<br />

its causes. As soon as practicable, after receipt of the Consultant‟s notice, IHQ<br />

MoD(N)/DNAM shall evaluate the situation and may at its discretion or after necessary<br />

approval of the competent authority extend the Consultant‟s time for performance, in<br />

which case the extension shall be ratified by the parties by amendment of the<br />

Contract, if IHQ MoD(N)/DNAM thinks fit and proper according to genuine facts<br />

regarding delay.<br />

42. Termination of Contract: The Buyer shall have the right to terminate this Contract in<br />

part or in full in any of the following cases :-<br />

(a) The delivery of the material is delayed for causes not attributable to Force Majeure<br />

after the scheduled date of delivery.<br />

(b) The Seller is declared bankrupt or becomes insolvent.<br />

(c) The Buyer has noticed that the Seller has 16utilized the services of any<br />

Indian/Foreign agent in getting this contract and paid any commission to such<br />

individual/company etc.<br />

(d) As per decision of the Arbitration Tribunal.<br />

43. Notices: Any notice required or permitted by the contract shall be written in the<br />

English language and may be delivered personally or may be sent by FAX or registered prepaid<br />

mail/airmail, addressed to the last known address of the party to whom it is sent.<br />

44. Transfer and Sub-letting: The Seller has no right to give, bargain, sell, assign or<br />

sublet or otherwise dispose of the Contract or any part thereof, as well as to give or to let a<br />

third party take benefit or advantage of the present Contract or any part thereof.<br />

45. Patents and other Industrial Property Rights: The prices stated in the present<br />

Contract shall be deemed to include all amounts payable for the use of patents, copyrights,<br />

registered charges, trademarks and payments for any other industrial property rights. The<br />

Seller shall indemnify the Buyer against all claims from a third party at any time on account of<br />

the infringement of any or all the rights mentioned in the previous paragraphs, whether such<br />

claims arise in respect of manufacture or use. The Seller shall be responsible for the<br />

completion of the supplies including spares, tools, technical literature and training aggregates<br />

irrespective of the fact of infringement of the supplies, irrespective of the fact of infringement<br />

of any or all the rights mentioned above.<br />

46. Confidential <strong>Information</strong><br />

(a) The Consultant must agree at all times to treat all Confidential information as<br />

secret and confidential to IHQ MoD(N)/DNAM, and;<br />

(b) The Consultant shall not, save for in consequence of paragraphs (c) and (d)<br />

below, at any time, for any reason, disclose or permit to be disclosed to any person<br />

any Confidential information and the consultant shall not otherwise make use of or<br />

permit any use to be made of any Confidential information by any person.<br />

(c) Without prejudice to paragraph (a) the Consultant may disclose Confidential<br />

information to those of its personnel as needs to know in order to provide the Service.<br />

However, in doing so the Consultant shall at all times ensure that its personnel<br />

involved in providing the Service, or who otherwise come across Confidential<br />

information in the course of their duties are made aware of the nature of the<br />

Page 16 of 30


17<br />

Confidential information and do not disclose it or otherwise breach the provisions of<br />

this section.<br />

(d) On termination of the contract (however such termination may arise) the<br />

Consultant shall deliver if so required to the IHQ MoD(N)/DNAM all working papers,<br />

computer disks and tapes or other material and copies provided or prepared by it<br />

pursuant either to the contract or to any previous obligation owed to the IHQ<br />

MoD(N)/DNAM regarding the Project.<br />

47. Intellectual Property. The copyright and any other intellectual property right in any<br />

materials produced in the course of or in consequence of providing the Services shall belong<br />

to IHQ MoD(N)/DNAM absolutely. IHQ MoD(N)/DNAM can use the same anywhere else,<br />

without permission and without paying extra compensation to the consultant.<br />

48. Amendments: No provision of present Contract shall be changed or modified in any<br />

way (including this provision) either in whole or in part except by an instrument in writing<br />

made after the date of this Contract and signed on behalf of both the parties and which<br />

expressly states to amend the present Contract.<br />

49. Taxes and Duties<br />

(a)<br />

General<br />

(i) If Bidder desires to ask for excise duty or Sales Tax / VAT extra, the<br />

same must be specifically stated. In the absence of any such stipulation, it will<br />

be presumed that the prices include all such charges and no claim for the same<br />

will be entertained.<br />

(ii) If reimbursement of any Duty/Tax is intended as extra over the quoted<br />

prices, the Bidder must specifically say so. In the absence of any such<br />

stipulation it will be presumed that the prices quoted are firm and final and no<br />

claim on account of such duty/tax will be entrained after the opening of tenders.<br />

(iii) If a Bidder chooses to quote a price inclusive of any duty/tax and does not<br />

confirm inclusive of such duty/tax so included is firm and final, he should clearly<br />

indicate the rate of such duty/tax and quantum of such duty/tax included in the<br />

price. Failure to do so may result in ignoring of such offers summarily.<br />

(iv) If a Bidder is exempted from payment of any duty/tax upto any value of<br />

supplies from them, he should clearly state that no such duty/tax will be<br />

charged by him up to the limit of exemption which he may have. If any<br />

concession is available in regard to rate/quantum of any Duty/tax, it should be<br />

brought out clearly. Stipulations like, the said duty/tax was presently not<br />

applicable but the same will be charged if it becomes leviable later on, will not<br />

be accepted unless in such cases it is clearly stated by a Bidder that such<br />

duty/tax will not be charged by him even if the same becomes applicable later<br />

on. In respect of the Bidders, who fail to comply with this requirement, their<br />

quoted prices shall be loaded with the quantum of such duty/tax which is<br />

normally applicable on the item in question for the purpose of comparing their<br />

prices with other Bidders.<br />

(v) Any change in any duty/tax upward/downward as a result of any statutory<br />

variation in excise taking place within contract terms shall be allowed to the<br />

extent of actual quantum of such duty/tax paid by the supplier. Similarly, in<br />

Page 17 of 30


18<br />

case of downward revision in any duty/tax, the actual quantum of reduction of<br />

such duty/tax shall be reimbursed to the Buyer by the Seller. All such<br />

adjustments shall include all reliefs, exemptions, rebates, concession etc. if any<br />

obtained by the Seller.<br />

(b)<br />

Services Tax<br />

(i) If it is desired by the Bidder to ask for Services tax to be paid as extra, the<br />

same must be specifically stated. In the absence of any such stipulation in the<br />

bid, it will be presumed that the prices quoted by the Bidder are inclusive of<br />

Services tax and no liability of Services tax will be developed upon the Buyer.<br />

(ii) On the Bids quoting Services tax extra, the rate and the nature of<br />

Services Tax applicable at the time of supply should be shown separately.<br />

Services tax will be paid to the Seller at the rate at which it is liable to be<br />

assessed or has actually been assessed provided the transaction of Services is<br />

legally liable to Services tax and the same is payable as per the terms of the<br />

contract.<br />

(c)<br />

Octroi Duty & Local Taxes<br />

(i) Normally, materials to be supplied to Government Departments against<br />

Government Contracts are exempted from levy of town duty, Octroi Duty,<br />

Terminal Tax and other levies of local bodies. The local Town/Municipal Body<br />

regulations at times, however, provide for such Exemption only on production<br />

of such exemption certificate from any authorised officer. Seller should ensure<br />

that stores ordered against contracts placed by this office are exempted from<br />

levy of Town Duty/Octroi Duty, Terminal Tax or other local taxes and duties.<br />

Wherever required, they should obtain the exemption certificate from the Buyer,<br />

to avoid payment of such local taxes or duties.<br />

(ii) In case where the Municipality or other local body insists upon payment<br />

of these duties or taxes the same should be paid by the Seller to avoid delay in<br />

supplies and possible demurrage charges. The receipt obtained for such<br />

payment should be forwarded to the Buyer without delay together with a copy<br />

of the relevant act or bylaws/notifications of the Municipality of the local body<br />

concerned to enable him to take up the question of refund with the concerned<br />

bodies if admissible under the said acts or rules.<br />

Page 18 of 30


19<br />

Part IV – Special Conditions of RFP<br />

The Bidder is required to give confirmation of their acceptance of Special Conditions of the<br />

RFP mentioned below which will automatically be considered as part of the Contract<br />

concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer.<br />

Failure to do so may result in rejection of Bid submitted by the Bidder.<br />

50. Performance Guarantee. The Bidder will be required to furnish a Performance<br />

Guarantee by way of Bank Guarantee through a public sector bank or a private sector bank<br />

authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank<br />

Ltd.) for a sum equal to 10% of the contract value within 30 days of receipt of the confirmed<br />

order. Performance Bank Guarantee should be valid up to 60 days beyond the contract<br />

period. The specimen of PBG is given in Form DPM-15 (Available in MoD website and can<br />

be provided on request).<br />

51. Payment Terms for Indigenous Sellers. Stage Payment will be made as per the<br />

table shown in paragraph 31 of Part II, on completion of the stage-wise activities and receipt<br />

and acceptance of the „Deliverables‟ by the Buyer. It will be mandatory for the Bidders to<br />

indicate their bank account numbers and other relevant e-payment details so that payments<br />

could be made through ECS/EFT mechanism instead of payment through cheques,<br />

wherever feasible. A copy of the model mandate form prescribed by RBI to be submitted by<br />

Bidders for receiving payments through ECS is at Form DPM-11 (Available in MoD website<br />

and can be given on request).<br />

52. Advance Payments: No advance payment(s) will be made.<br />

53. Paying Authority. Payment by cheque / Electronic fund transfer by Accounts<br />

office(Navy) Mumbai in respect of Indian Firms within 30 days of submission of bills and<br />

following documents:<br />

(i) Ink-signed copy of Commercial invoice / Seller‟s bill.<br />

(ii) CRVs in duplicate.<br />

(iii) Inspection note.<br />

(iv) Claim for statutory and other levies to be supported with requisite<br />

documents / proof of payment such as Customs duty clearance certificate,<br />

Octroi receipt etc as applicable.<br />

(v) Exemption certificate for Customs duty, if applicable.<br />

(vi) Warranty certificate and Certificate of Conformity if applicable.<br />

(vii) Performance Bank guarantee where applicable.<br />

(viii) Details for electronic payment viz Account holder‟s name, Bank name,<br />

Branch name and address, Account type, Account number, IFSC code, MICR<br />

code (if these details are not incorporated in supply order/contract).<br />

54. Risk & Expense clause<br />

(a) Should the stores / documents or any installment thereof not be delivered<br />

within the time or times specified in the contract documents, or if defective delivery is<br />

made in respect of the stores / documents or any installment thereof, the Buyer shall<br />

after granting the Seller 45 days to cure the breach, be at liberty, without prejudice to<br />

the right to recover liquidated damages as a remedy for breach of contract, to declare<br />

the contract as cancelled either wholly or to the extent of such default.<br />

Page 19 of 30


20<br />

(b) Any excess of the purchase price, cost of manufacturer, or value of any stores /<br />

documents procured from any other supplier as the case may be, over the contract<br />

price appropriate to such default or balance shall be recoverable from the SELLER.<br />

(c) In case of a material breach that was not remedied within 45 days, the BUYER<br />

shall, having given the right of first refusal to the SELLER be at liberty to purchase,<br />

manufacture, or procure from any other source as he thinks fit, other stores /<br />

documents of the same or similar description to make good:-<br />

(i) Such default.<br />

(ii) In the event of the contract being wholly determined the balance of the<br />

stores remaining to be delivered there under.<br />

55. Force Majeure clause<br />

(a) Neither party shall bear responsibility for the complete or partial<br />

nonperformance of any of its obligations (except for failure to pay any sum which has<br />

become due on account of receipt of goods under the provisions of the present<br />

contract), if the non-performance results from such Force Majeure circumstances as<br />

Flood, Fire, Earth Quake and other acts of God as well as War, Military operation,<br />

blockade, Acts or Actions of State Authorities or any other circumstances beyond the<br />

parties control that have arisen after the conclusion of the present contract.<br />

(b) In such circumstances the time stipulated for the performance of an obligation<br />

under the present contract is extended correspondingly for the period of time of action<br />

of these circumstances and their consequences.<br />

(c) The party for which it becomes impossible to meet obligations under this<br />

contract due to Force Majeure conditions, is to notify in written form the other party of<br />

the beginning and cessation of the above circumstances immediately, but in any case<br />

not later than 10 (Ten) days from the moment of their beginning.<br />

(d) Certificate of a Chamber of Commerce (Commerce and Industry) or other<br />

competent authority or organization of the respective country shall be a sufficient proof<br />

of commencement and cessation of the above circumstances.<br />

(e) If the impossibility of complete or partial performance of an obligation lasts for<br />

more than 6 (six) months, either party hereto reserves the right to terminate the<br />

contract totally or partially upon giving prior written notice of 30 (thirty) days to the<br />

other party of the intention to terminate without any liability other than reimbursement<br />

on the terms provided in the agreement for the goods received.<br />

56. Transportation: The following Transportation clause will form part of the contract<br />

placed on successful Bidder –<br />

(a) CIP – The stores / documents shall be delivered to IHQ MoD(N)/DNAM, New<br />

Delhi. Seller will bear the costs and freight necessary to bring the goods to the<br />

consignee.<br />

57. Quality: The quality of the stores delivered according to the present Contract shall<br />

correspond to the technical conditions and standards enumerated as per this RFP.<br />

58. Claims: The following Claims clause will form part of the contract placed on<br />

successful Bidder –<br />

Page 20 of 30


21<br />

(a) The claims may be presented either: (i) on quantity of the stores / documents,<br />

where the quantity does not correspond to the quantity shown in the Packing<br />

List/Insufficiency in packing, or (ii) on quality of the stores / documents, where quality<br />

does not correspond to the quality mentioned in the contract.<br />

(b) The Seller will settle the claims within 45 days from the date of the receipt of<br />

the claim at the Seller‟s office, subject to acceptance of the claim by the Seller. In<br />

case no response is received during this period the claim will be deemed to have been<br />

accepted.<br />

(c) The Seller shall collect the defective or rejected goods from the location<br />

nominated by the Buyer and deliver the repaired or replaced goods at the same<br />

location under Seller‟s arrangement.<br />

(d) Claims may also be settled by reduction of cost of goods under claim from<br />

bonds submitted by the Seller or payment of claim amount by Seller through demand<br />

draft drawn on an Indian Bank, in favour of Principal Controller/Controller of Defence<br />

Accounts concerned.<br />

(e) The quality claims will be raised solely by the Buyer and without any<br />

certification/countersignature by the Seller‟s representative stationed in India.<br />

Page 21 of 30


22<br />

Part V – Evaluation Criteria & Price Bid issues<br />

Evaluation Criteria<br />

59. The broad guidelines for evaluation of Bids will be as follows:-<br />

(a) Only those Bids will be evaluated which are found to be fulfilling all the<br />

eligibility and qualifying requirements of the RFP.<br />

(b)<br />

The tenders without EMD will be summarily rejected.<br />

(c) Tenders with incomplete information, subjective and conditional offers as well<br />

as partial offers will be liable for rejection.<br />

(d) Tenders submitted without the enclosures to prove about Bidder's specific<br />

experience in Consultancy project, Order value in Consultancy projects, proposed<br />

work plan, approach and methodology and CVs of experts to be deployed are liable to<br />

rejection.<br />

(e) Tenders with variance / contradiction between technical and commercial bid will<br />

be liable for rejection.<br />

(f) If the offer does not meet the tender requirements, IHQ MoD(N)/DNAM<br />

reserves the right to reject any or all the tenders without assigning any reasons<br />

whatsoever.<br />

(g) Tenders without the signed copy of Tender Documents in the respective<br />

envelopes will be summarily rejected.<br />

(h) In addition to the above rejection criteria, if there is non-compliance of any of<br />

the clauses of this Tender Document, the tenders are liable for rejection. Incomplete<br />

details as above will be treated as a non-responsive offer and the tender is liable for<br />

rejection<br />

(j) The Lowest Bid will be decided upon the lowest price quoted (for the full period<br />

of consultancy) by the particular Bidder as per the Price Format given at Para 66<br />

below.<br />

(k) The Bidders are required to spell out the rates of VAT, Service Tax, etc in<br />

unambiguous terms; otherwise their offers will be loaded with the maximum rates of<br />

duties and taxes for the purpose of comparison of prices.<br />

(l) If there is a discrepancy between the unit price and the total price that is<br />

obtained by multiplying the unit price and quantity, the unit price will prevail and the<br />

total price will be corrected. If there is a discrepancy between words and figures, the<br />

amount in words will prevail for calculation of price.<br />

(m) The Lowest Acceptable Bid will be considered further for placement of contract<br />

/ Supply Order after complete clarification and price negotiations as decided by the<br />

Buyer.<br />

60. Please note that if you combine the functions of consulting with those of an<br />

EAM/MRO/ERP Vendor/Implementation Partner/System Integrator or Hardware<br />

Page 22 of 30


23<br />

Manufacturer/Supplier or if you are associated with, affiliated to, or owned by a<br />

EAM/MRO/ERP Vendor/implementation Partner or Hardware Manufacturer/Supplier, you<br />

should include in your proposal relevant information of such relationships along with a<br />

statement to the effect that you limit your role to that of consultant and disqualify yourself and<br />

your associates/affiliates from work in any other capacity (including bidding on any part of the<br />

project later) except that of consulting services for any follow-on services of IHQ<br />

MoD(N)/DNAM.<br />

61. A firm will also be excluded from the evaluation if, in the judgment of customer, the<br />

firm has been, or might be, placed in a position where its judgment in the execution of the<br />

project may be biased for a particular OEM or Vendor. Firms which believe such a situation<br />

may exist should<br />

(a)<br />

Not participate; or<br />

(b) Seek guidance from IHQ MoD(N)/DNAM prior to preparing its technical<br />

proposal and enclose a certificate that it would remain unbiased throughout the<br />

conduct of the proposal.<br />

62. Since the selection will be undertaken on a competitive basis, IHQ MoD(N)/DNAM will<br />

not entertain subsequent requests to change the personnel proposed, except in exceptional<br />

circumstances and on specific approval of IHQ MoD(N)/DNAM with persons of similar or<br />

higher qualification, experience and caliber. Delays in the project due to change of personals<br />

will be at the risk and expense of the Consultant.<br />

63. Financial proposals shall be opened and evaluated only after the technical evaluation<br />

has been completed, as mentioned above. All short listed bidders (whose technical offers are<br />

found eligible) would be advised about the date and time of opening of the financial offers.<br />

The price envelopes of only those firms/institutions shall be opened for financial evaluation<br />

that fulfills the technical eligibility requirements specified above. The price envelopes of the<br />

remaining firms/institutions shall remain unopened and will be returned to them after IHQ<br />

MoD(N)/DNAM has issued the supply order to the selected firm.<br />

Price Bid Format<br />

64. Your financial proposal should be submitted in the enclosed format attached as<br />

Appendix B (separately for every phase of the project) in following manner:-<br />

(a) You will quote a lump-sum amount as your fee including all expenditure like<br />

conveyance, incidentals, out-of-pocket expenses, etc to be incurred. The cost should<br />

be inclusive of all taxes and duties and nothing extra shall be payable.<br />

(b) The fee of the consultant shall be inclusive of all costs related to visits to any<br />

location of the Navy if necessary, boarding and lodging, attending meetings,<br />

conferences and making suitable presentations etc. Extended visits to Kochi (for<br />

discussions / interaction with the NAMS Project Team stationed there) and some visits<br />

to Delhi (for technical vetting, contract / price negotiations, presentations to senior<br />

officers, contract signing, project review etc.) would be required. In addition, there may<br />

be a few visits to Headquarters Naval Aviation at Goa.<br />

(c) The lump-sum fee quoted should be roughly justified based on costs to be<br />

incurred by you as an Annexure to the Appendix B. The costs shown should include a<br />

breakdown of the monthly remuneration rate for each professional staff to be assigned<br />

Page 23 of 30


24<br />

and number of man-days required for each professional to be engaged for the<br />

purpose along with amount in Rupees and a general break-down of other<br />

miscellaneous expenses.<br />

65. Commercial offer as submitted by your firm will be considered in evaluation and<br />

selection of consultants. However, each element of the financial proposal of the selected firm<br />

may be reviewed during contract negotiations, if any, to determine the final contract price.<br />

66. The Price Bid Format is given below and Bidders are required to fill this up correctly<br />

with full details:<br />

(a)<br />

(b)<br />

Basic cost of the item/items:<br />

Item Unit price Qty Total<br />

i. A<br />

ii. B<br />

iii. C<br />

iv. Total of Basic Price<br />

Is VAT extra? If yes, then mention the following:<br />

(i)<br />

(ii)<br />

(iii)<br />

Total value on which VAT is leviable:<br />

Rate of VAT:<br />

Total value of VAT leviable:<br />

(c)<br />

(d)<br />

(e)<br />

(f)<br />

(g)<br />

Is Service Tax extra? If yes, then mention the following:<br />

(i) Total value of Services on which Service Tax is leviable:<br />

(ii) Rate of Service Tax leviable:<br />

(iii) Total value of Service Tax leviable:<br />

Is Custom Duty Exemption (CDE) required ? If yes, then mention the following:<br />

(i) Custom notification number under which CDE can be given(Enclose a<br />

copy):<br />

(ii) CIF value of stores to be imported:<br />

(iii) Rate of Customs Duty payable:<br />

(iv) Total amount of Customs Duty payable:<br />

Octroi / Entry taxes if any:<br />

Any other Taxes / Duties / Overheads / Other costs:<br />

Grand Total:<br />

(Sanjeev Dureja)<br />

Captain<br />

Director Naval Air Materiel<br />

Page 24 of 30


25<br />

Appendix A<br />

(Refers to Para 19 of IHQ MoD(N)<br />

letter AR/0422/NAMS dt 16 Aug 11)<br />

TECHNICAL PROPOSAL FORMAT<br />

(Please sign all pages of the completed bid form, including enclosures)<br />

We would like to clearly state that we qualify for this work as our firm meets all the eligibility<br />

criteria indicated by you in the 'Instructions for Consultants'. The details are as under:-<br />

Sl. Item Compliance<br />

Yes/No<br />

1. Name of bidding organisation<br />

2. Academic institution or a Company<br />

3. In operation for a period of at least<br />

six years as on 31 Mar 2011<br />

4. Successfully completed, within the<br />

previous three years, similar<br />

envisaged scope of work, in at least<br />

three projects, out of which at least<br />

one should be for Defence / a public<br />

sector undertaking /Central or State<br />

Government Organization or a<br />

foreign government organisation<br />

5. Provided / be providing Consultancy<br />

and Program Management for at<br />

least three projects with a Project<br />

outlay of Rs. 100 Crore or more<br />

and at least two such projects shall<br />

be of packaged solution like<br />

EAM/MRO/ERP for a defence /<br />

public limited company or Central or<br />

State Government Organization or a<br />

Public Sector Undertaking<br />

6. Team Leader proposed by the<br />

bidder should have end-to-end<br />

experience of at least ten years<br />

7. Team members should have a<br />

minimum experience of three<br />

years in their respective areas of<br />

specialisation.<br />

8. Statement that at any stage / phase<br />

of the Project, at least 80% of the<br />

team earmarked for that<br />

stage/phase would remain<br />

unchanged and not more than 50%<br />

of the overall manpower earmarked<br />

for the entire project would be<br />

changed<br />

9. The consultancy team demonstrates<br />

Related<br />

Page<br />

No. in your<br />

Technical<br />

Bid<br />

Supporting<br />

Documents<br />

Page 25 of 30


Sl. Item Compliance<br />

Yes/No<br />

expertise in the relevant area of<br />

specialisation.<br />

10. Majority of the team has been drawn<br />

from the permanent staff of the firm.<br />

11 Annual turnover of at least Rs. 100<br />

Crores in each of the past three<br />

years (2008-09, 09-10 and 2010-11).<br />

The bidder should have an average<br />

turnover of Rs. 30 Crores or more<br />

for the past three years in IT related<br />

consultancy / advisory services<br />

12 Have a minimum of 500 employees<br />

working in these areas as on 31 Mar<br />

2011.<br />

13. Certificate from the consortium<br />

partner / freelance consultant (if<br />

applicable) attached, stating that the<br />

consortium partner / freelance<br />

consultant has not offered his<br />

service to any other firm / institution<br />

that is responding to this RFP.<br />

26<br />

Related<br />

Page<br />

No. in your<br />

Technical<br />

Bid<br />

Supporting<br />

Documents<br />

We understand that if the details given in support of claims made above are found to be<br />

untenable or unverifiable or both, then our bid may be rejected without any reference. We further<br />

clearly understand that IHQ MoD(N)/DNAM is not obliged to inform us of the reasons for rejection<br />

of our bid.<br />

Address and Contact Nos:<br />

Authorised Signatory<br />

Name, designation, Postal and Email address and telephone no. of the authorized<br />

signatory<br />

Page 26 of 30


27<br />

Annexure 1 to Appendix A<br />

(Refers Para 19 (d) of IHQ MoD(N) letter AR/0422/NAMS dt 16 Aug 11)<br />

CV FORMAT<br />

1. Proposed position for this project (only one candidate should be nominated for each position) :<br />

2. Name:<br />

3. Date of birth:<br />

4. Nationality:<br />

5. Personal (Residential address, Telephone no. and E-maiI ID)<br />

6. Official (Address, Telephone no. Fax no., E-maiI ID)<br />

7. Education (the years in which various qualifications were obtained must be stated) :<br />

8. Other training:<br />

9. Membership in professional societies:<br />

10. Areas of main work experience:<br />

11. States in India where work experience has been acquired:<br />

12. Employment record (Starting with present position, list in reverse order every employment held<br />

and state the start and end dates of each employment. Clearly distinguish if the consulting firm was<br />

either (a) your "employer" i.e. You are/were a regular full-time employee of the consulting firm or (b) a<br />

"client" i.e. you are/or have worked as a consultant or an adviser with the consulting firm):<br />

(a) Duration:<br />

(b) Employer:<br />

(c) Position held and description of duties:<br />

(d) Detailed Tasks Assigned (In this column, list tasks one by one and support each task by<br />

project experience in the right hand side column.):<br />

(e) Work undertaken that best illustrates capability to handle the tasks assigned (In this<br />

column, list project name, location, year, position held, i.e. Team Leader, Assistant, etc. and<br />

exact duties rendered and time spent on each project. Bring out the qualification as per<br />

eligibility condition).<br />

13. Personal/Permanent Employment Status Certification (Please follow the following format exactly.<br />

Omission will be treated as noncompliance. Please indicate Yes / No)<br />

(a) I am a free lance consultant / adviser, not in the regular employment of the Consultant firm<br />

or associated firm.<br />

(b) I am a regular full-time employee of the Consultant or associated<br />

14. I, the undersigned, confirm that to the best of my knowledge, this CV correctly describes me,<br />

my qualifications, and my experience.<br />

15. I understand that any willful mis-statement in this CV may lead to my disqualification or<br />

dismissal, if engaged.<br />

16. I have not offered my services to any other firm / institution that is responding to this<br />

RFP.<br />

Signature of Consultant and Date of Signing: Day Month Year<br />

COUNTERSIGNED (AUTHORIZED SIGNATORY of the bidding firm)<br />

Page 27 of 30


28<br />

Annexure 2 to Appendix A<br />

(Refers Para 19 (e) of<br />

IHQ MoD(N) letter AR/0422/NAMS dt 16 Aug 11)<br />

STAFFING SCHEDULE<br />

Note: Personnel in the employment of the Consultant, and those to be engaged from outside<br />

may be grouped separately.<br />

Page 28 of 30


S.<br />

N.<br />

29<br />

Annexure 3 to Appendix A<br />

Refers Para 19 (e) of<br />

IHQ MoD(N) letter AR/0422/NAMS dt 16 Aug 11)<br />

Deliverables Time line and number of persons<br />

Phase I: decision regarding approach (60 days)<br />

Effort in<br />

personmonths<br />

M1 M2 M3 M4 M5 M6 M7 M8-<br />

M36<br />

(Rate per<br />

person<br />

month) X<br />

(Personmonths)<br />

a. As-Is Process document<br />

b. Product -wise analysis report and the minimum<br />

%age of customization that would be required in<br />

each case<br />

c. 1. Comparison matrix “Bespoke / Ground-up<br />

development” vis-à-vis “COTS / Customization”<br />

and firm recommendations about best suited<br />

approach<br />

2. Potential benefits (Tangible and intangible) and<br />

RoI that will be accrued<br />

3. Implementation timelines<br />

d. Hardware architecture document<br />

e. ILMS (Air) migration plan<br />

Phase II: Preparation of draft RFP (60 days)<br />

e. List of probable vendors with contact details<br />

f. NAMS project implementation plan with timelines<br />

g. Draft RFP<br />

Phase III: Placing of NAMS order (90 days)<br />

h. Vendor shortlist for PoC<br />

j. PoC scripts<br />

k. Technical evaluation report<br />

l. Comparative statement of bids based on TCO and<br />

cost benefit analysis<br />

m. Contract and price negotiation<br />

n. Draft contract<br />

Phase IV: NAMS implementation post order (24 months)<br />

p. Compliance statement, project progress reports<br />

Total<br />

Page 29 of 30


30<br />

Appendix B<br />

(Refers to Para 64 of IHQ MoD(N) letter AR/0422/NAMS dt 16 Aug 11)<br />

COMMERCIAL PROPOSAL FORMAT<br />

1. We, the undersigned, offer to provide consultancy services in accordance with your Terms<br />

of Reference and other conditions mentioned in the above tender. We also accept, without any<br />

deviation, the terms and conditions of the above tender. Our lumpsum fee for the above services<br />

including all the anticipated cost, taxes and levies would be Rs (Rupees<br />

_____________________ Only). (Taxes and levies to be shown separately also).<br />

2. The breakdown of the cost (as per details specified in para 64) as calculated by us is<br />

attached as Annexure to this Appendix.<br />

3. We understand clearly that you are not bound to accept any proposal you receive.<br />

4. We also understand that incomplete offers would be summarily rejected.<br />

5. We agree to keep this financial offer open for 180 days from date of opening of the<br />

technical offer.<br />

Name Stamp<br />

(Please sign all pages of the completed bid form)<br />

Page 30 of 30

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!