Information technology division visakhapatnam port trust visakhapatnam


SECTION – V EVALUATION OF BIDS / AWARD OF CONTRACT



Download 5.41 Mb.
Page4/19
Date26.04.2018
Size5.41 Mb.
#46817
1   2   3   4   5   6   7   8   9   ...   19

SECTION – V

EVALUATION OF BIDS / AWARD OF CONTRACT



5.1 OPENING OF BIDS:

5.1.1 Bids (as defined in Clause 4.2 and 4.3) shall be opened as detailed below at the Conference Hall, AOB, 1st floor, Visakhapatnam Port Trust, Visakhapatnam-530 035, India, in the presence of authorized representatives of Tenderers who may choose to be present:

The bids shall be opened in the following sequence:

· Envelop I – EMD & Integrity pact duly signed by all consortium members

· Envelop II - Mandatory Requirements

· Envelop III - Technical Bid & Commercial Bid

· Envelop IV - Price Bid



5.1.2 The Envelope-1 shall be opened immediately on the specified date and time of receipt of the Tender as specified at Para 4.4.1 of Instructions to the Tenderer for verification of its contents. The Purchaser shall open immediately the mandatory requirements bid (Envelop II) of those bidders who submit a valid and acceptable EMD and other information as per clause 4.2.1 and clause 4.2.2. The bidder should also submit the duly signed unconditional acceptance of Integrity pact in this bid itself.

5.1.3 The Purchaser will open the Technical bid and Commercial bid (Envelop III) of only those bidders who qualify by meeting the mandatory conditions (in accordance with Appendix # 2) as per Stage I evaluation given at clause 4.3a below. The date, time and place for opening technical bid and commercial bid will be communicated to the eligible bidders. The bidders may send their representatives to attend the opening.

5.1.4 The purchaser will open the Price Bid (as defined in Clause 4.2 and 4.3) (Envelop IV) of only those Bidders who qualify in technical bid and commercial bid evaluation as per Stage II evaluation given at clause 4.3b below. The date, time and place for opening the Price Bids will be communicated to the eligible bidders. The Bidders may send their representatives to attend the opening.

5.1.5 Withdrawal notices shall be read out at the deadline time of the submission of the Bids, and the envelope of the corresponding bid shall not be opened for evaluation.

5.1.6 A VPT representative will open the technical bid and commercial Bid and announce the name, Bid modifications or withdrawals, presence or absence of requisite bid security and such other details. No Bid will be rejected during bid opening, except those, which were received late. Such Bids, which were received late, will be returned to the Bidder unopened. Request for withdrawal of Bid previously submitted will be read out during the Bid opening and the Bid of the requesting Bidder will not be opened for evaluation and will be returned to the Bidder.

5.1.7 Bids or modifications thereto may be rejected if they are not addressed as prescribed in the Tender Document. Bids may be rejected outright if it is not accompanied by the prescribed EMD. Bids rejected during the bid-opening phase will not be considered for further evaluation.

5.1.8 VPT may at it’s sole discretion, seek clarification from the bidders to assist in the evaluation, comparison and examination of bids. The request for clarification and the response will be in writing. If the response to the clarification is not received before the expiration of deadline prescribed in the request, VPT reserves the right to accept/reject such bids. It may please be noted that no change in the price or substance of the Tender shall be sought, offered or permitted by the bidders except when the employer specifically requests for revised offers.
5.2 ARITHIMATICAL DISCREPANCY IN PRICE SCHEDULE:

5.2.1 In case of a discrepancy between individual prices in each section and their sub-total price, the individual prices shall prevail and sub-totals shall be corrected accordingly. In case of a discrepancy between sub-totals and the Grand total price, the subtotal price shall prevail, and the Grand total price shall be corrected accordingly both in figures & words. However, if there is a discrepancy between words and figures in Individual prices, the amount in words will prevail. If a bidder does not accept the correction of errors, its bid will be rejected and its bid security (EMD) may be forfeited.

5.3. EVALUATION AND COMPARISION OF BIDS:

5.3.1 The bid evaluation is based on 60:40 quality based selection. The bidders are awarded marks based on their technical standings. The bidder scoring maximum marks in the technical bid is awarded a technical score of 60. Other bidders are awarded technical scores in proportion to this highest technical score of 60. Similarly, the price of the bidder who is evaluated as lowest is awarded a financial score of 40. Other bidders are awarded financial scores in proportion to this lowest financial score of 40. The bidder who scores maximum in the combined score is awarded the contract.

5.3.2 The evaluation of bids shall be done in 3 stages.

a) STAGE-I: RESPONSE TO MANDATORY REQUIREMENTS

These are mandatory requirements to be met by the System Integrator, ERP product vendor, hardware manufacturer & service provider. Only those bidders who meet all the mandatory requirements as provided in Appendix # 2 in this document shall be considered for stage II evaluation.



b) STAGE-II: EVALUATION OF TECHNICAL BID & COMMERCIAL BID

i) Technical bid and Commercial bid of the vendor shall be opened and evaluated for acceptability of technical suitability, commercial terms and deviations. The bidders should meet the commercial conditions as defined in the bidding documents.




Technical Evaluation and Marking method

Serial Number

Parameter

Units

Value

Score

Score awarded

(to be filled by VPT)

Data/information to be given by the bidders.

(I) ERP Package







25







1

Age of the product

Years

> 20

5




The date of launching the product with the quoted modules

>10

3




>5

1

























2

Number of installations (at lest 4 modules Finance Accounts, Materials management, HR management, Project management, Business intelligence)

Worldwide Number

>1000

5




Self explanatory

>500

3




>100

1




In Sea Ports Number

>9

5




Self explanatory

>=3

3




>1

1

























3

Number employees in developing/supporting the package

Number

>3000

5




Number of employees working on the ERP package

>2000

3




>1000

1

























4

Feed back from clients about the ERP OEM expertise, implementation and support capabilities of the ERP product offered

Rating Marks

10

5




Customer satisfaction feed back to be obtained from three existing customers for the completed ERP projects against a scale of 1 to 10 as per the customer feedback form. One customer must be from Public Sector Undertaking/Govt. dept

8

4




6

2







(II) ERP Package Feature comparison







20







1

Functional Matching

%

95 to 100

10




As indicated by the bidder in the Annexures

85 to 94

7




80 to 84

5

























2

Capability to integrate other applications




Seam less

5




Detailed explanation to be given by the bidder




Other

2

























3

Integration of all the modules

%

100

5




Package architecture and development platform for each of the modules to be given by the bidder.

90

3




80

2

























(III) System Integrator







55







1

Number of ERP implementation projects handled with 100 or more licenses

Generally Number

>10

5







>5

3







>3

1







In Sea ports

>3

5







>2

3







>1

1







2

Number employees in Implementing/supporting the ERP package

Number

>300

5




Company wide

>200

3




>100

1

























3

Proposed Project Team

Number

>45

5







>25 & <=45

3







25

1







Average experience in ERP projects

>4

5







>3

4







>2

3







>1

1







Experience of the Project leader in ERP implementation

>10

5







>7

3







>5

2




























4

CMM level certification

CMMi Level

5

5




Self explanatory

4

4













3

2




5

Experience of bidder in integration of other software products / software with the ERP product offered in the last five years ending 31/03/2010. Number of installations where such integrations have been done

Number

> 4

5




Self explanatory

3

2




2

1

























6

Feed back from clients about the bidder’s expertise, implementation and support capabilities of the ERP solution offered

Rating Marks

10

5




Customer satisfaction feed back to be obtained at least from three existing customers against a scale of 1 to 10

8

4




6

2

























7

Quoted Project duration

No of calendar months

<=9

5




Self explanatory

10

4




11

3




>11

1
























8

No of personnel to be deployed at VPT site by the bidder with sea port domain knowledge

No of persons

>=10

5




The person has either worked in any of the seaports in India in the disciplines of Traffic/Finance/Marine/IT/ Research & Planning or worked on a port application software development/maintenance project with a minimum of one-year experience.










>5

3













<=4

1




(IV) Hardware and system software offered




10




























1

Year of launching the server/hardware model offered (Age of the Model) and other hardware

Years

1

5




Self explanatory




<2

4







<4

2

























2

Future Support for the server/hardware model and other hardware

Years

>=6

5




Self explanatory

=4

3

























(V) Deviations from the specifications




5




























1

No deviations







5







2

Minor deviations







4







3

Major deviations







2




















































Note: 1. The data/information provided should be clear and unambiguous.




2. If there is any ambiguity in the data/information, VPT understanding is final.




3. Wherever possible, the data/information may be supported by third party or industry reports.




4. Bidder has to give enough data and third party evaluation reports for proper assessment and marking.




5. A minimum of 70% marks are required for technically accepting the bid and to open the price bid




6. Incase the bid is from ERP OEM, minimum marks or as per the CMMi certificate submitted whichever is higher will be given for CMM level certification.

ii) The Technical bid should comply with the following:

100% Confirmation to Technical Requirements specifications of ERP solution as per Appendix # 4 is to be met.

iii) The bidders, who confirm the above and other technical requirements, are considered as technically acceptable.

iv) The bidders, who confirms all the commercial conditions and submitted the required documents as per the tender are considered as commercially acceptable.

v) For Any other deviations (other than the conditions given at (ii) above) will be sorted out in the manner explained at clause. 4.3.6 above.

vi) The marks for technical bid are awarded as per the table shown above.

c) STAGE –III: EVALUATION OF THE PRICE BID

i) Bidders clearing the Stage II of evaluation will have their Price Bids opened.

ii) Total Cost of Ownership (TCO) will be calculated by adding the following elements of prices:

a) Total of Prices – ERP Software, Hardware, and Implementation as per the items at A, B, C - Column (iii) in Form # 8

b) Cost of ATS - ERP Product as per the item at D.1 – Column (iii) in Form # 8) for 5 years.

c) Cost of AMC – Hardware as per the item at D.2 – Column (iii) in Form # 8 for 2 years from the date of completion of PG (being PG for Hardware is available for 3 years from the date of installation)

d) The above values will be arrived net of Service tax and education cess. Details are to be given in the respective columns and table given at Form# 8.

iii) For items at ii.b, ii.c & ii.d, VPT reserves the right to enter into separate contracts with the individual consortium members before completion of respective performance guarantee periods at the price (as mentioned in the price bid) and other terms and conditions as per the scope of this tender to the extent possible.

iv) In the Total Cost of Ownership (TCO), the values including all taxes & duties in respect of items at ii.b, ii.c & ii.d shall be arrived considering the present value of payments to be made in the next 5 years at a discounting rate of 10% p.a. (discounting will be done on yearly basis). Discounting factor shall be arrived both for total prices and applicable service tax & education cess thereon on such amounts for which the discounting factor is applied.



v) The bidder whose bid has lowest TCO net of service tax & education cess as per above will be scoring the maximum score of 40 for financial evaluation. Detailed calculation and method of deriving the TCO for ranking of tenders is given at Form # 8. Tenderers may please note that this part of the Price Schedule shall be filled in by VPT and arrive the ranking of the Tenders.
5.3.3 Final Evaluation

  • Final selection of tenderer for award of this work will be based on a technical and financial evaluation, with a weightage of 60:40. An Evaluated Technical Score (ETS) will be calculated for each of the eligible tenderer as follows:

  • ETS = (TS/100) * 60 where TS is the Technical Score, which will be rounded to two decimal points

  • An Evaluated Financial Score (EFS) with reference to the lowest eligible tender will be calculated for each of the eligible tenderer as follows:

  • EFS = (LFS/FS) * 40 where FS is the price of each tenderer and LFS is the price quoted by the lowest eligible tenderer reduced to a score of 40 points. The tenderer whose financial tender is the lowest, would get a score of 1 and would thus be awarded the maximum points of. 40. The Financial Score will include the price quoted by the tenderer and the NPV of AMC charges for five years after the expiry of warranty period calculated at a discount rate of 10%.

  • The EFS will be rounded to two decimal points.

  • Total Evaluated Score will be TES = ETS + EFS

  • The Tenderer with the highest total evaluated score (TES) will be considered for the award of contract. If more than one Tenderer gets the same total evaluated score, VISAKHAPATNAM Port Trust reserves the right to award the work to the tenderer who scores higher in the technical evaluation.


5.4 CONTACTING THE PURCHASER

5.4.1 From the time of bid opening to the time of Contract award, if any Bidder wishes to contact the Purchaser on any matter related to the bid, he shall do so in writing at the following address: Director (R&P) i/c, 4th floor, Administrative Office Building, Visakhapatnam Port Trust, VISAKHAPATNAM. Pin: 530 035, Fax: 0891-2565023

5.5. PURCHASER’S RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS

5.5.1 Employer reserves the right to reject any or all the Tender/s, or to accept any Tender wholly or in part, or drop the proposal of receiving Tenders at any time without assigning any reason thereof and without being liable to refund the cost of the Tender document thereafter and without liability for any loss or damage if any suffered by the Tenderer in submitting his offer and /or conducting discussions etc.

5.5.2 The Purchaser reserves the right to negotiate with the Bidder who becomes eligible for award of the contract.

5.6. NOTIFICATION OF AWARD

5.6.1 Prior to the expiration of the period of bid validity, the Purchaser will notify the Successful Bidder in writing that its bid has been accepted and in case of any unforeseen circumstances, the bidder has to extend the bid validity as desired by the Purchaser.

5.6.2 The notification of award/issue of Letter of Acceptance will constitute the formation of the Contract.

5.7. SIGNING OF CONTRACT



5.7.1 Letter of Acceptance (LOA) shall be issued by the purchaser to the successful bidder inviting him to visit Visakhapatnam for finalization & signing of the contract.

5.7.2 Contract document has to be signed within fourteen (14) days of LOA in the format as given at Appendix # 1. VPT will place separate divisible orders for the items of Price Schedule – Form # 8.

5.7.3 The contract agreement to be signed in English language in two originals, one each for purchaser and consortium. Within 14 days of signing of the contract the consortium shall submit 6 photocopies of the entire contract document duly bound to the purchaser.

5.7.4 The successful Tenderer shall submit the following documents for signing of the formal Contract:

1) Copy of detailed LOA duly signed on all pages as a token of acknowledgement of receipt.

2) Security Deposit as per clause 7.21.

3) Non-Judicial Stamp Paper of value Rs.100/- purchased in Andhra Pradesh, India for the signing of contract.

4) Permanent Account Number allotted by Income Tax Department.

5) Self-attested Photostat copy of Notarized Power of Attorney by the Competent Authority or Board of Director’s resolution authorizing the individual(s), to sign the contract.

6) Self-attested Photostat copy of the Registration under APVAT, Service Tax, as applicable.

5.7.5 Failure to sign Agreement/commence the work

Failure to sign the agreement and/or commence the Work within the date to be agreed upon after issue of Letter of Acceptance (LOA), the LOA will be terminated and the Contractor/Tenderer will be liable to be debarred from participation in the Employer’s Tenders for a period of two (2) years, besides forfeiture of EMD as stipulated in Clause No. 4.2.1 (iii) and forfeiture of Security Deposit as per Clause 7.22, if any, and the Contractor/Tenderer shall also be liable for extra cost incurred by reason the contract being awarded to any other party.





Download 5.41 Mb.

Share with your friends:
1   2   3   4   5   6   7   8   9   ...   19




The database is protected by copyright ©ininet.org 2024
send message

    Main page