Anda di halaman 1dari 38

(A central university established by an Act of Parliament of India, 2007)

6th Mile, Samdur, Sikkim

E-NIT Notice: SU/ET/2016-17/14 Date: 24th Sept, 2016

E-NOTICE INVITING TENDER

Online Technical and Financial bids are invited (www.epr ocur e.gov.i n ) from the el i gi ble
fi r ms/compani es w o r k i ng in the field of w e b - b a s e d ERP for providing University ERP
(University Automation Solution) to Sikkim University till 5 : 0 0 pm on 2 8 t h O c t o b e r , 2016.

Please visit website www.cus.ac.in for further details.

Registrar

1
E-NOTICE INVITING TENDER
For

Web-based- University ERP

E-NIT NO. S U / E T / 2 0 1 6 - 1 7 / 1 4

Date of Issue of E-NIT : 24th Sept., 2016


Last Date of submission E-NIT : 28th Oct, 2016 (By 5:00 P.M.)

(A central university established by an Act of Parliament of India, 2007)


6th Mile, Samdur, Sikkim

2
E- NOTICE INVITING TENDER

The E-NIT includes the following documents:

Chapter I Notice Inviting Tender and other details

Chapter II - Information to Bidder (including Data Sheet)

Chapter III - Terms of Reference

Chapter IV - Technical Proposal - Standard Forms

Chapter V - Financial Proposal - Standard Forms for Part I & Part II

CHAPTER I

Selection of Consultant-cum-Implementation Partner for design, development, testing,


implementation and integration of web based Campus ERP (University Automation Solution)
in Sikkim University, 6th Mile, Tadong, Samdur, Sikkim.

Online Technical and Financial bids are invited (www.eprocure.gov.in) from the eligible
firms/companies working in the field of web-based-ERP for selection of Consultant-cum-
Implementation Partner for the design, development, testing, implementation and integration of
web based University ERP (University Automation Solution) in Sikkim University as detailed in
the enclosed Terms of Reference.

The Details of the RFP and key calendar events is as follows:

E-NIT No. SU/ET/2016-17/07


Tender Cost Rs. 2000 (non-refundable)

Tender Inviting Authority Registrar, Sikkim University, 6th Mile, Tadong, Samdur,
Sikkim

3
Selection of Consultant-cum-Implementation Partner for
the design, development, testing, implementation and

Name of the Work integration of web based ERP (University Automation


Solution) for its geographically distributed buildings.

The objectives, and


description of the As per ToR in Chapter III
assignment

The method of selection Quality and Cost Based Selection (QCBS)

Last date & Time for 28th October 2016 (by 5:00 pm)
submission of bids
Pre-Bid query Query, if any, can be sent by email till 5 th Oct, 2016(AN)

Portal for submission of https://eprocure.gov.in


proposal (Link will also be available in www.cus.ac.in )

Date for Opening of


31st Oct, 2016 at 3.30 P.M.
Technical Proposal
Only qualified bidders shall be requested to make
Presentation by the presentation. The date and time of presentation shall be
qualified bidders informed separately through fax/email.

Financial bids of only firms qualifying the technical bid shall


Opening of Financial be opened. Date for opening of Financial Proposal shall be
Proposal communicated separately.

Earnest Money Deposit Rs. 1,00,000/- (refundable)


(DD/BG/FDR) The A s s i s t a nt Registrar,
Contact Person and
Sikkim University, 6th Mile, Samdur, Sikkim
Designation
Ph: 03592-250228, email: cbchhetri@cus.ac.in

4
CHAPTER II INFORMATION TO BIDDERS

(This section provides all the necessary information required for responding to the E-
NIT)

About Sikkim University:

Sikkim University is a central university established by an Act of Parliament in July 2007. It


commenced with its academic journey from the Academic Year 2008-09. Accredited B by NAAC
in the year 2015, this university is ranked 61 st by the National Institutional Ranking Framework,
Ministry of Human Resource Development, Government of India. Aiming to emerge as hub of
higher education in the eastern Himalayas, the university is focused on enhancing access to higher
education with uncompromised quality at an affordable cost for the generally poor but deserving
students of the region in general and Sikkim in particular.

With 29 academic departments and 12 affiliated colleges under its ambit, the University operates
from 30 plus rented buildings scattered across the city of Gangtok catering to the higher
educational aspirations of about 10000 students. All the buildings under occupation of the
university are currently networked via Optical Fiber cable. The permanent campus of the university
is coming up at Yangyang, South Sikkim.

At present, the University uses few standalone system software to manage its library, examination
and few other administrative sectors. The university expects the entire data captured till date
through these standalone modules be integrated in the new ERP/IUMS. To a large extent University
shall provide the data to the selected vendor in an electronic form.

Bidding Process:
The I n t e r e s t e d Bidders s h a l l submit Technical and financial proposal/bid online
(www.eprocure.gov.in) for the design, development, testing, implementation and
integration of web based ERP (University Automation Solution) at Sikkim University, 6th
Mile, Samdur, Gangtok, Sikkim. The proposal will be treated as the basis for award of
the contract to be executed with the selected firm.
The E-NIT document can be downloaded either from University website www.cus.ac.in or

5
from e-procurement portal www.eprocure.gov.in
Both the Technical and the Financial Proposals/Bids shall have to be uploaded in
www.eprocure.gov.in the manner prescribed hereinafter. Hard copy of DD for Cost of
Tender and DD/BG for EMD along with the copy of technical documents may be sent to the
office of the Registrar, Sikkim University on before the last date of submission of the online
bid.
The university reserves the right to choose modules as per its convenience and
preference.
The performance of the Vendor shall be monitored at each stage if the assignment
stretches to multiple phases and a satisfactory performance at each stage is
essential to proceed with the work in the next phase.
The University reserves the right to accept or reject any bid, to annul the bidding process
and to reject all bids at any point of time prior to the award of the contract and in
doing so, would neither incur any liability to the affected Bidder or Bidders nor any
obligation to inform the affected Bidder or Bidders.
The University ex p ect s that t h e i n t e r e s t e d Bidders shall provide professional,
objective and impartial advice/service and, at all times, hold the University interests
paramount, without any consideration for future work, and strictly avoid conflicts with
other assignments or their own corporate interests.
All legal matters too be addressed by and between the university and the awardee bidder
shall be under the jurisdiction of the Court of Sikkim.

Pre-qualifications: (Form TECH-1)

1. The Bidder should b e f i n a n c i a l l y s o u n d a n d c a p a b l e o f e x e c u t i n g t h e p r o j e c t


a n d m u s t h a v e a n a v e r a g e a n n u a l t u r n o v e r o f n o t l e s s t h a n Rs. 1 0 crores
during the last three financial years a n d t h i s s h o u l d b e e v i d e n t i n its Audited Annual
Financial Statements. Copy of Audited Balance Sheet and Income Tax Returns of the last
three years shall have to be uploaded in the e-procurement portal. Consortium shall not
be allowed.
2. The bidder shall be a Registered Company in India with valid VAT/ LST/ CST, Service Tax
Registration and PAN number allotted by the respective authorities. Supporting documents
should be submitted.
3. The bidder should be a certified enterprise with rating of ISO 9001:2008 or above. Supporting

6
documents should be submitted.

4. The bidder should be a national level I.T. Organization with experience in the field of ERP
software conceptualization, design, development, deployment, customization and
maintenance for at least last three years as on 31st March, 2016. Company Registration
document & MOA/AOA should be submitted.

5. The bidder must have successfully implemented similar ERP projects and the details of such
job carried out by the bidder shall have to be furnished with copy of work order. Certificate
from the clients indicating successful implementation of the package IS REQUIRED TO BE
ATTACHED. Self-declaration of the work done shall not be considered.
6. The bidder if black listed by any State or Central Government in India or abroad shall not be
considered. An undertaking in this regard shall have to be furnished by the bidder.
7. The bidder shall have software work force of minimum 100 persons in India.
8. The bidder should have support center in Eastern India (Address and Contact No. must be
mentioned). Firms not having the support centre at the time of submitting bids may submit
an undertaking in the prescribed format.

9. Preferably the software must be certified by credible national agencies like STQC for security
features.

Clarification to E-NIT Document/ Pre-bid querry: Clarification to be obtained, if any, may


be requested by email latest upto 5th October, 2016. Reply to pre-bid query shall be furnished
by 8th Oct, 2016 by the University through email. Pre-bid query can be sent in the following
format.
Sl. Query Query Category Query in
No. [Please write your query [Technical / Financial / General ] reference to NIQ
here] ** clause no.

Amendment/Cancellation of E-NIT:

Sikkim Univerity reserves the right to cancel this E-NIT a t any time without assigning any
reason thereof and without any obligation to the Bidders.

7
Sikkim University may, if required, amend the E-NIT by issuing corrigendum/ addendum in
writing using s t a n d a r d e l e c t r o n i c means at any time prior to exp i r y o f the deadline for
submission of proposals. The corrigendum/addendum so issued shall be b i n d i n g o n a l l t h e
Bidders.

Validity of the Proposal:


The Proposal and price offered therein shall have to be valid for 90 days from the last date
for submission of the Proposal. Bids with shorter validity period would be treated as non-
responsive.

Language of the E-NIT:


Proposals shall be submitted in English only.

Earnest Money Deposit (EMD)


The Bidder shall furnish, as part of the Technical Proposal, an earnest money deposit of
Rs. 1 , 0 0 , 0 0 0 / - o n l y . EMD can be made either by Demand Draft d r a w n in favour
of Sikkim University payable at Gangtok or through Bank Guarantee (BG).
EMD, if through BG, should be valid for a period of 180 days from the last date for
submission of Proposal.
Unsuccessful Bidders EMD will be refunded without any interest after finalization of the
tender and award of contract.
EMD of the successful Bidder will be released once the bidder signs the agreement and
furnishes the performance guarantee.
EMD will be forfeited on account of any or more of the following:
1. If the successful Bidder fails to sign the agreement within the stipulated time
2. If the successful Bidder fails to furnish the performance guarantee within the
stipulated time

Performance Security:
The successful Bidder shall have to execute an agreement on Non-Judicial Stamp Paper
of appropriate value and provide Performance Security amounting to 5% of the total
order value at the time of signing of the agreement.
Performance Security shall be furnished in the form of Bank Draft / Bank Guarantee

8
duly discharged in favour of Sikkim University, Gangtok, Sikkim 737102
The Bank Guarantee shall have to remain valid for a period of three months post
completion of the work.
No interest will be paid by the University on the performance security.
Performance Security may be forfeited in full or part in the following cases:
1. If the terms and conditions of contract are breached.
2. If the Bidder fails to provide service satisfactorily.
3. If contract is being terminated due to non-performance of the Bidder.
Notice of a reasonable time will be given in case of forfeiture of security deposit. The
decision of the University shall be final in this regard.
Failure of the successful Bidder to comply with the requirement of furnishing the required
Performance Security in time shall constitute sufficient grounds for the annulment of
the award, in which c a s e , the University reserves the right to award the work to the
next best ranked Bidder or may call for fresh bids/Proposals.
The Performance Security will be released 3 months after University certifies
successful execution/implementation of the awarded work.

Proposal Preparation and submission:


The Proposal to be submitted shall have to be signed by the authorized signatories.
Bidders shall submit only one proposal and would stand disqualified if it takes part in more
than one proposal.
Bidders should familiarize themselves with local conditions and take into account these
conditions while preparing their Proposal.
Bidders shall bear all costs associated with the preparation and submission of their Proposal
including cost of site visits if necessary.

Technical Proposal:
While preparing the Technical Proposal, Bidders are expected to examine the documents
constituting this E-NIT in detail. Providing inaccurate and incomplete information shall lead
to rejection of a proposal.

The Technical Proposal shall include all the information sought in format TECH-1 to TECH-6
along with the necessary documents.

9
FINANCIAL PROPOSAL:

While preparing the financial bid, Bidders should strictly follow instructions provided for the
same. Bidders must also take into account the requirements and conditions outlined in this
E-NIT document.

The Financial bid s u b m i t t e d only in the online mode shall be accepted. Financial bid should
provide module wise cost covering all taxes, duties, fees, levies, and any other charges.

The rates given by the bidder must remain valid for the specified number of days
mentioned in this E-NIT. In case the University wishes to extend the validity period of the
proposal, so shall be done through mutual consultation.

Submission, Receipt and Opening of Proposals:

The Technical Proposal shall be shall be uploaded in the folder marked as TECHNICAL BID i n
t h e e - p r o c u r e m e n t p o r t a l and the Financial Proposal in a folder marked FINANCIAL
BID/BoQ.

The submission of the Technical and Financial Proposal must be on or before the time and
date stated in Chapter I.

Modification and Withdrawal of Proposal:


The Bidder may modify or withdraw their submitted Proposal a n y t i m e prior to the l a s t
d a t e o f s u b m i s s i o n o f p r o p o s a l . While modifying the proposal, the bidder should
ensure to delete the earlier uploaded files and replace the same with the modified one. Such
withdrawal/modification, must however, conform to the terms and conditions specified for
submission of the original Proposal.
No Proposal can be modified or withdrawn post expiry of the deadline prescribed for the
purpose.

Opening of Technical and Financial Proposals:


On expiry of the deadline for submission of proposals, the Technical Proposal shall be opened

10
online as per schedule mentioned in Chapter I.
From the time the bids are opened to the time the contract is awarded, if any Bidder wishes
to contact the University on any matter related to its Proposal, i t s h o u l d o n l y b e
d o n e in writing in the manner indicated in the Chapter I. Any effort by a firm to influence
the University in the process of evaluation and/or, comparison of its proposal or contract
award decisions would result in rejection of the concerned Bidders proposal.

Evaluation of Proposal:

A two-stage procedure will be adopted f o r evaluating the Proposals r e c e i v e d . viz. a


technical evaluation and a financial evaluation. The technical evaluation will have a weightage
of 70% and the financial evaluation will have a weightage of 30%.

The Bidder(s) will be evaluated on a scale of 100. The technical offer TEO (TEO=TS+PS) will
have a maximum weightage of 70 {70% of above stated QCBS (Quality cum Cost Basis Selection)
System} and financial offer will have a maximum weightage of 30.

Firms will be ranked using a combined technical cum financial score. Under Technical Evaluation,
Maximum 60 marks shall be for technical proposal/parameters and 40 marks will be for
presentation cum Proof of Concept.
Financial bid of only those firms securing the minimum qualifying marks of 70 out of a total
of 100 in the technical bid evaluation (including presentation) shall be opened.

The Scoring methodology is as below:


a. Each responsive proposal will be given a technical score (TS). A proposal shall be rejected

at this stage if it does not respond to important aspects of the Terms of Reference or if

it fails to achieve the minimum technical score indicated in this E-NIT.

b. The organization that are called for presentation/POC shall be given marks out of 40
towards presentation. The committee e n t r u s t e d w i t h t h e r e s p o n s i b i l i t y t o
e v a l u a t e t h e p r e s e n t a t i o n s w o u l d m a r k t h e m a c c o r d i n g l y . The Committee
would have the right not to declare the criteria used by it in marking the presentations.
c. Total marks of TS and PS will be calculated.

The lowest financial Proposal (LF) will be given a financial score (FS) of 100 points i.e. 30 marks.

11
The Bidder(s) will be evaluated on a scale of 100. The technical offer TEO (TEO=TS+PS) will have
a maximum weightage of 70 {70% of above stated QCBS (Quality cum Cost Basis Selection)
System} and financial offer will have a maximum weightage of 30.

The financial score (FS) of proposals will be determined using the formula: FS = 30 x LB/PB,

where LB is the lowest financial bid & PB is the financial bid of the particular bidder. Financial

score (FS) obtained will be added to the scores on technical offer (TEO) to arrive at a

consolidated score (CS). The bidder with the highest Consolidated Score (CS) will be selected.

If there is a tie in the CS, the vendor having a higher score on the technical offer (TS) will be

selected.

Example (1):- If a firm B scores 45 marks in technical bid and 34 marks in a presentation, then
total marks of the firm shall be 45+34 i.e. (TS+PS) = 79. It means when we take 70% of 79
marks, it comes to 55.3 marks which shall be TEO of the firm. Now, after opening the financial
bid, if the firm has not quoted the lowest rates, say it has quoted Rs. 25 Lacs (as mentioned
in above example where Rs. 20 Lacs were quoted lowest by one firm) then that firm will get
30X20/25 i.e. 24 marks towards FS. Then, consolidated score (CS) of the firm shall be
55.3+24=79.3 as per above formula of FS = 30 x LB/PB.
In this situation, the firm A shall qualify for the purchase order which shall be given by the
university to them as firm A has secured more consolidated marks.

EVALUATION OF TECHNICAL PROPOSAL:


The Tendering Authority will first undertake a preliminary evaluation of the technical
Proposals to check compliance with the s t i p u l a t e d eligibility criteria a s l a i d o u t i n
t h i s d o c u m e n t . I n d o i n g s o , i t w o u l d e x a m i n e the completeness of the
Proposals and verify, if it is duly signed or not and also whether or not the Proposal is generally
in order. Proposals found to be non-responsive or falling short of meeting the minimum
eligibility criteria shall be summarily rejected. Technical scoring would be
undertaken for participants meeting the Pre-Qualification Criteria only.
Criteria, sub-criteria, and point system for the evaluation of Technical Proposals is in the next
page:

12
Quality cum Cost Basis Selection (QCBS)

Sl No. Technical Evaluation Parameters Score Maximum


Financial Capability: Average annual turnover during FY 2012-13; 13-
14; and 14-15 => 10 Crores for last three years
1 INR =10 Crores 5 10
INR >10-20 Crores 7
INR > 20 Crores 10
Similar ERP projects successfully implemented during the preceding
3 years (2013-14 to 2015-16) for a large University/Institute.
One of these MUST BE a Central University/ state level
2 with a Project Cost of not Less than 25 lakhs per project. 20
3 University/Institute 10
3-6 University/Institute 15
6 University/Institute 20
CBCS (Choice Based Credit/Grade System) in Examination
3 5 5
implemented
ISO 9001:2008 Certification Yes 5
4 (Copy of valid ISO certificate to be enclosed) 5
No 0
STQC Certification Yes 5
5 5
No 0
Experience of ERP software conceptualization, design,
development, deployment, maintenance, customization and
hosting of Application in any large Organizations with a Project
Cost of not Less than 50 lakhs for last three years (2013-
6 14 to 2015-16).
Minimum of 2 projects 4 10

2 - 4 projects 6
>5 projects 10
Employee strength
Employees employed in Software design, development,
7 implementation, Procurement, installation, testing, services and 2
support upto >=100 5
>150 3
> 200 5
Demo & Presentation of the system
Technical Architecture
8 Scope of Work 40
Module Integration
Implementation process

13
OPENING AND EVALUATION OF FINANCIAL PROPOSAL:

Financial Proposals of only those firms qualifying the technical evaluation shall be opened online
and the date of opening of Finical Proposal shall be communicated separately. The final result
based on technical evaluation and financial evaluation will be uploaded in the e-procurement
portal.

DISQUALIFICATION OF PROPOSALS:
The Tendering Authority, at its sole discretion, and at any time during the processing of the
Proposal, may disqualify any Bidder from the Bidding process if the Bidder has:
Made misleading or false representations.

Have not submitted amount of EMD (Earnest Money Deposit).

Violated any of the terms.

If found to have a record of poor performance.

Submitted Proposal document which is nonresponsive or not accompanied by

required documentation as specified in this RFP.


Failed to provide clarification, when sought.

Submitted more than one Proposal.

Failed to submit a proposal in accordance with the terms and conditions of this RFP.

Failed to submit a Proposal where the validity of rate is not in compliance.

Any other reasons that the University deems and sufficient to reject the proposal.

AWARD OF CONTRACT
After computing the marks, the University shall award the Contract to the selected Bidder. The
work must have to be commenced within a fortnight of the signing of the Contract. Decision of
the University in matters relating to award of contract shall be final and binding.

PAYMENT TERMS:
Successful bidders need to deposit 5% of the project value as a security deposit which
will be released after the warranty period is over.
80% of the payment will be released after successful installation and training. University will
issue a completion certificate in this regard.
20 % of the payment will be released after 6 months of successful running of the system.

14
The bidders may, however, propose d e s i r e d payment n o r m s i n t h e f i n a n c i a l b i d t h a t
t h e y w o u l d l i k e t o a d h e r e t o . The university shall discuss in detail about the payment
terms and might, if required, propose amendment of the s a m e in order to enable it comply
with General Financial Rules (GFR) 2005 and such other relevant rules as are applicable to any
central government funded institutions. To the extent feasible, such amendments may
be carried out on terms mutually agreed upon.

CONFIDENTIALITY
Information relating to evaluation of Proposals and recommendations concerning awards shall
not be disclosed to a n y Bidder or to any other person person(s) not officially concerned with
the process or even under RTI A c t until such time the winning bidder has been notified.

15
CHAPTER III - TERMS OF REFERENCE

SCOPE OF WORK - KEY TASKS

The scope of work involves providing SIKKIM UNIVERSITY, a robust software system which shall
envisage automate the under mentioned functionalities:

Counseling & Student Master Data Creation


Student Information System
Student Fees Management
Examination Module for handling all examination related works
Student Feedback
Student & Employee portal
Alumni
Training & Placement
HRMS & Payroll
Financial Accounting System
Purchase/Receiving/Inventory
Fixed Assets Modules
Transport Management

The system must result in faster information flow, reduce duplication of work and ensure instant
information availability. It must be of proven benefit to the Institute in its day-to-day operations,
control and management.

Sl
Modules Sub Modules Features
No
Pre-Admission Enquiry
Student Application Data (On Line/Off Line)
Student Counselling Based on Rank
Verification of Admission Criteria
Counselling & Application of Program/Batch based on the choices given by the
1 Student Master Counselling student
Data Creation Hostel Allocation
Up gradation of student in case of vacancy in the higher branch
On-line seat status display
Integrated Fees Collection
Admission letter generation with student's photograph

17
Upgradation/Import of Short listed student data into database along
with
A. Branch Awarded
Student Master B. Personal Details
Data Creation C. Qualification
D. Category (General/SC/ST Etc).
Integrated Fees Collection
Admission Letter Generation with Student Photograph.

Student Master Data


Hostel Management
Room and Exam Centre Management.
Formation of Programs/Branch/Section/Sub-Section
Enrolment Number Generation
Pre-Registration/Registration
A. Core Subject Allocation
B. Department wise Elective/free Elective Offering.
Student SIS - Student C. Elective/free elective choice collection from student.
2 Information Database D. Faculty Subject Choice with rooms , day & time preference.
System Management
E. Teacher Load Distribution.
F. Registration Slip Printing.
G Add/Drop Regular/Back Paper Subject
H. Integrated Fees Collection
Time Table Generation.
Student Attendance.
Student In or Out Details
Student Disciplinary Records.

Dynamic Fees Heads


Multiple Currency Supports
Fees Structure.
A. Academic wise / Program Wise Fees
B. Individual Fees Structure and also Quota Wise.
Fees Waiver or Fees Discount
Special Approval in case of Delay in Payment
Fees Collection.
Student Fees A. cash
3 Fees Management
Management
B. Bank /Cheque/Draft/ECS.
C. Online Payment Gateway
Fine Collection.
Fees Refund or Fees Settlement.
Payment List or Due List.
Student Fees transfer.
Various MIS related Reports.
Integration with Finance Module.
18
Question Paper Setting
Date Sheet Generation.
Setting Plan
Invigilation Duty with Faculty load distribution/No duty request/Time
Preference.
Attendance / Absentee list generation.
Marks Entry System by faculty Member with approval from HOD
Examination
4 Examination. Result Entry System and Processing
Modules
A. percentile
B. Grading System
C. CGPA or SGPA
Tabulation of Grade Sheet.
Printing of Grade Sheet ,Marks Sheets, Transcript and Various MIS
reports.
Published of Results in the Web Kiosk after approval.

Addition of Fixed Assets


Value addition to existing assets
Fixed Assets Register
Fixed Assets Allocation/Re-allocation of fixed assets
5 Assets
Modules Assets Transfer
Assets Insurance details /AMC
Depreciation of Scrap/Sales of Scrap or assets
Depreciation Calculation.

Raising of Purchase requisition


Store indent generation
Placing of Enquiry to various parties
Comparative statement generation.
Purchase order through approved quotation
Amendment of approved purchase order
Purchase/Receiv Purchase/Receivin Goods received and material inspection
6
ing/Inventory g/Inventory Purchase return
Bill Passing with FAS Integration
Material issue / receipts
Material Transfer in/out to other stores/Location
Physical stock verification and adjustment voucher
Items repair
Store valuation on weighted average methodology.

19
Online job Application
Archiving of all employee data
Employee Database.
A. Personal Information
B. professional Information
C. Dependent Details
D. Journals/Publications/Conference/Seminar etc.
E. Salary/Perks/reimbursement Details
7 HRMS HRM & Payroll
Promotion /Increment
Visiting Professor or Guest Faculty Details
Leave Management
Salary Computation and generation of salary bills and pay slip
Arrear Calculation and Generation of Arrear reports.
Generation of TDS and income Tax Statement
Advance/Loan Payment/recovery
Income Tax Calculation.

Maintaining corporate recruitment


managing various placement events
Training & Training &
8 checking selection criteria
Placement Placement
web enrolment for placement event
Maintain Campus requirement

Maintaining the alumni database- contact details work details


mailing facility - institute to alumni , alumni to alumni secured web
access (approval based)
9 Alumni Alumni Graffiti wall - Alumni Forum
News event
search engine(Optional) & Online Registration

Chart of Accounts
Financial Statement Groupings / Grouping of Chart of Accounts
Dynamic Sub Ledger
Cheque Book Management
User Defined Voucher Numbering Patterns
Financial Voucher configuration for designing vouchers
Financial
10 Accounting Cash Receipts and Payments
Accounting System
System Bank Receipts and Payments with Inter Bank Transaction option
Journal Voucher
Purchase Journal
Subcontractor Journal(Optional)
Journal Voucher
Dr./Cr. Note
20
Vouchers, Books, Ledgers, Trial Balances,
Bank Reconciliation
Ledger / Sub Ledger Credit Limit check
Budget
TDS Deducted v/s Deposited
Bill Passing with Age Report(Optional)
GL Zoom Drill Down feature
Automated year end entry passing (Optional)
Various MIS Reports
Project / Grant Management.

Personal Information-view/edit
Academic information
- pre registration/registration-record subject choice
- class time table
- class attendance
- class test / mid semester test marks details
Student
- exam date sheet with seating plan
- marks obtain CGPA/SGPA details
- disciplinary records
fees details which include
- fees/fine payment , dues details
- debit / credit advice
personal information
- contact information view/edit
- leave and salary records
- debit/.credit advice
Student &
11 - income tax declaration and deduction
Employee portal
work flow for ( leave/LTA/medical/advance/no dues
Academic information
- subject/room/day/time preference for time table
- time table entire (employee wise)
- student attendance
Employee - day/time preference/no dues request for invigilator duty
- employee wise data sheet/invigilator duty
- view seating plan
- marks entry of class test/mid semester test
- grade calculation
- booking/cancellation of room for special activity/extra class
- view result of student recreation survey (Self)
- administration user option
- student information
- employee information
- security information

21
Director/VP/Top management page to maintain information related
to student/employee
mass mailing (e-mail) facility

Event declaration with IP based Security


Type / sub type question preparation with weight age
Student Feedback /
12 filtration of abusive words
Feedback Reaction Survey
feedback collection through web kiosk with approval
processing, publishing & analysis of MIS(Optional)

Institute/Vendor- Vehicle Management


Vehicle Master Database
Route Management
13 Transport Transport Pick & Drop Points
Student Seat Allotment
Vehicle Log Book Management
Vehicle Maintenance

University reserves the right to procure any one or combination of modules.

The bidder should mention clearly the functionalities that it would provide for each of the modules
mentioned under Scope of Work for which the quotation is being provided. Anything over and
above that would be through a formal change control mechanism with additional effort and cost,
which may be mutually agreed upon by the University and the bidder.

Requirement of Features
Fully web-based campus automation software with accessibility from anywhere in the world. The
system will be hosted on-premises at SIKKIM UNIVERSITY Campus of the university.

The system should also ensure that in case Internet connectivity is affected, major functions of the
university should not get disrupted and can be accessed through LAN.

The solution will be hosted on campus. Providing recommended hardware shall be the
responsibility of the University.

Security
Secure single sign login
Role and responsibility based access
Ability to define access levels to the level of menus/sub-menus screens

22
Data level access depending upon the role
Password encryption
Scalability
Easy to make changes during maintenance phase
Easy to add new features/ functional areas

Activities in scope
Gap Analysis
Customization and Implementation training of the software.
In house comprehensive training of concerned staff members and administrators
Facilitating backlog Data entry
Backup and restoration guidelines for system and data
Technical Architecture

The Campus Automation Solution must translate the existing business processes and procedures
through fit/gap analysis to conform to the standard processes delivered with the application. The
application should be state-of-art technology to improve the delivery of services through workflow
and web-enabled access. The application should:

Be completely compatible with Operating System of different flavors


Be fully web-enabled,
Be capable of supporting decentralized as well as centralized processing,
Provide user oriented self-service capabilities,
Support multiple currencies ,
Have a robust set of communication and reporting tools,
Utilize modern workflow capabilities in streamlining interactions among functional processes,

Import/Export Data
University will provide data in the specified format for legacy data
Extract data in various formats.
Import and Export to the archived files.
Produce reports on all areas of data that can be exported to standard office suites.
Facilitate the cut-copy-paste function from the application to standard office suites.

In case university wants to have manual data entry in the system, it can ask for assistance from the
successful bidder in terms of manpower at additional cost as may mutually be agreed upon.

23
The application should
Provide a Data Archival utility as a part of the standard offering.
Facilitate the query and reporting on archived data.

The application should


Allow only authorized users to have access to the system. As such, the system must have the ability
for setting the specification as to who will have access to which functions. Where appropriate,
further discrimination at the data level (e.g. Respective departments may only have access/update
to data related to their own departments) is required. In this regard, the capability to support multi-
role differentiation based on a single user sign-on will be essential.

The proposed system(s) must support a comprehensive access and authorization mechanism,
including;
Single sign-on for all system components
Support for a central authentication scheme
Ability to define multiple level authorities, comprehensive set of user roles and permission
lists, and flexible segmentation of data
Ability to manage access to authorized functions based on the roles represented in the
account
Ability to manage access to different segments of data depending on the role

Single and minimal data entry


Data should be entered and validated at source only once and be used throughout the system(s).
There should be provisions to facilitate and minimize data input (e.g. use of intelligent default
values, inheritance from previous entries, etc.) System must have facility to strictly avoid any
duplication of data. Search/match facility required that can help restrict the entry of duplicate data
by providing interactive alert messages.

Interfacing provisions / Interoperability with other key systems


The proposed system should have the ability:
To interface with external systems, either through import/export facilities or batch programs.
To support callable functions to access internal data or invoke internal functions should also
be available, via services that conform to industry standards.
To support bar-coded, bio-metric, Internet Banking and/or smart card based inputs.

To minimize the need/impact of customization, the proposed system should, wherever

24
appropriate, support;
Flexible customization capabilities
Flexible data structures with user-definable fields
Callable functions to access data/functions with application conforming to industry standards
Ability to extend/change existing pages without much impact on the application
Ability to add/modify the existing workflows

System Administrator
Vendor shall have to provide qualified and experienced System Administrator for running &
maintenance of the ERP solution. The vendor must help resolve other related issues including
assistance to data entry and use of data entered for relevant purposes. The vendor must manage
associated servers etc. for at least one year to begin with which might be extended thereafter if
deemed necessary on mutually agreeable terms.

25
Chapter IV - TECHNICAL PROPOSAL - STANDARD FORMS

(Comments in brackets [ ] provide guidance to the Bidders for the preparation of their
Technical Proposals; they should be deleted from the Technical Proposals to be
submitted)

The following standard forms are enclosed here.

Form TECH 1: Format for providing Pre-qualification credentials

Form TECH 2 A: T e ch ni c al B i d For m at.

Form TECH 2 B: Bidders experience in similar projects.

Form TECH 3: CV for proposed key professional staff.

Form TECH 5: Work Schedule.

Form TECH 6: Technical Compliance.

26
Form TECH-1- Format for providing pre-qualification credentials

Sl. If yes, provide exact


Particulars Yes/No
no. details

Average annual turnover of not less than Rs. 10 crores during Please provide annual
the last three financial years (Consortium shall not be allowed). turnover figure of last 3
1 years in Rupees.

The bidder shall be a Registered Company in India with valid


Provide VAT No., LST
VAT/ LST/ CST, Service Tax Registration and PAN number no./CST No., Service Tax
allotted by the respective authorities. Supporting documents no., Registration no. & PAN
no. (whichever applicable)
should be submitted.
2
The bidder should have been certified enterprise-wide at ISO
9001:2008 or above. Supporting documents should be ISO certification details
3 submitted.
The bidder should be a national level I.T. Organization with
experience in the field of ERP software conceptualization,
design, development, deployment, customization and Firm's registration month
& year and registration no.
maintenance for at least last three years as on 31st March, 2016. to be provided.
Company Registration document & MOA/AOA should be
4 submitted.
The bidder must have successfully implemented similar ERP Name of the relevant
projects and the details of such job shall be furnished with copy institutions/organisations
with value of work order
of work order and certificate from the clients indicating
(Further details on
successful implementation of the package. Self-declaration of experience should be
the work done shall not be considered. provided in TECH-2B)
5
The bidder shall not have been black listed by any State or
Self-declaration
6 Central Government in India or abroad.
The bidder shall have software work force of minimum 100 in
No. of workforce
7 India.
The bidder should have support center in Eastern India (Address
and Contact No. must be mentioned). Firms not having the Details of the support
support centre at the time of submitting bids may submit an centre or an undertaking

8 undertaking in the prescribed format.


Preferably the software must be certified by credible national
STQC certification details
9 agencies like STQC for security features.

27
Form TECH-2A- Technical Bid Format

Sl No DESCRIPTION DETAILS
1. NAME OF THE FIRM
2. CONTACT DETAILS (Head Office & Branch
Office Addresses, Phone, e-mail ID)

3. CONTACT PERSON (Name, email ID, Phone


No)
ISO Certification Attached
4. (Yes/No.)
5. MOA / AOA Attached (YES/NO)
6. CST/VAT/Service Tax Registration/PAN Copy
Attached (YES/NO)
7. Balance Sheet and Profit & Loss Account for
Last three years Attached (YES/NO)
8. Contact Details of Office and service centre.

9. Experience of ERP software


conceptualization, design, development,
deployment, customization and maintenance
(At least three years as on 31st March,
2013)
10. Experience of Similar works in
Universities/Institute (Order copies
Attached) (YES/NO)
11. Declaration on Company Letterhead on
no. of Technically qualified employee
12. Confirmation that the company has never
been blacklisted (Declaration on Company
letterhead) (YES/NO)
13. Technical Architecture Diagram Attached
(YES/NO)
14. Implementation Timeline Attached (YES/NO)
15. Functionalities of Modules mentioned in Art
4 attached (YES/NO)
16. Product Brochure Attached (YES/NO)
17. Technology Used Front End
18. Technology Used Back End
19. Proposal Validity of 90 days ( YES/NO)
20. STQC Certification ( Yes/No)

28
Form TECH-2B
Bidders experience in similar projects,
specifically for State/Central
universities & Other big Organisations

The bidder should provide details of the organization where they have provided such services
earlier with the name of the project, period, the organization where services provided and
other details as necessary. Name, address, contact detail of such organization should also be
provided.
Bidders Experience specifically in Universities/Educational Institutions:
Sl No Name & Address Status (Central Value of work Details of contact
of the Institution Univ/State already completed person with official
Univ/IIT/NIT/IIM/ designation,
Autonomous / (IN Rs.) department, phone
Affiliated College etc) number & email ID
1
2
3

Bidders Experience specifically in Universities/Educational Institutions:


Sl No Name & Address Status (Central Value of work Details of contact
of the Organisation Govt./State already completed person with official
State Govt./ designation,
Autonomous / (IN Rs.) department, phone
Private) number & email ID
1
2
3

Address should be clearly specified.

Contact person should be preferably the project-in-charge of the reference institute and/or
having full knowledge of the existing status of the project.

E-mail IDs should be preferably the official IDs and preferably belong to the institute mail
domain.

29
Form TECH-3. Curriculum Vitae (CV) for Key Professional Staff

The CV of key staff proposed to be deployed in this project (Not more than 5 key
staff details).

30
Form TECH-5. Work
Schedule

(Please provide breakdown of work schedule. The Reports mentioned should be in


conformance with the Deliverables mentioned in Chapter III - Terms of
Reference)

Sl Activity Months
N 1 2 3 4 5 6 7 8 9 n

31
FORM TECH 6-TECHNICAL COMPLIANCE (Module-wise)

Sl Compliance
Modules Sub Modules Features
No (YES/NO)

Pre-Admission Enquiry
Student Application Data (On Line/Off Line)
Student Counselling Based on Rank
Verification of Admission Criteria
Application of Program/Batch based on the choices given
by the student
Counselling Hostel Allocation
Up gradation of student in case of vacancy in the higher
branch
Counselling & On-line seat status display
1 Student Master Integrated Fees Collection
Data Creation
Admission letter generation with student's photograph
Upgradation/Import of Short listed student data into
database along with
A. Branch Awarded

Student Master B. Personal Details


Data Creation C. Qualification
D. Category (General/SC/ST Etc).
Integrated Fees Collection
Admission Letter Generation with Student Photograph.

Student Master Data


Hostel Management
Room and Exam Centre Management.
Formation of Programs/Branch/Section/Sub-Section
Enrolment Number Generation
Pre-Registration/Registration
A. Core Subject Allocation
B. Department wise Elective/free Elective Offering.
Student SIS - Student
C. Elective/free elective choice collection from student.
2 Information Database
D. Faculty Subject Choice with rooms , day & time
System Management
preference.
E. Teacher Load Distribution.
F. Registration Slip Printing.
G Add/Drop Regular/Back Paper Subject
H. Integrated Fees Collection
Time Table Generation.
Student Attendance.
Student In or Out Details

32
Student Disciplinary Records.

Dynamic Fees Heads


Multiple Currency Supports
Fees Structure.
A. Academic wise / Program Wise Fees
B. Individual Fees Structure and also Quota Wise.
Fees Waiver or Fees Discount
Special Approval in case of Delay in Payment
Fees Collection.
Student Fees Fees
3 A. cash
Management Management
B. Bank /Cheque/Draft/ECS.
C. Online Payment Gateway
Fine Collection.
Fees Refund or Fees Settlement.
Payment List or Due List.
Student Fees transfer.
Various MIS related Reports.
Integration with Finance Module.

Question Paper Setting


Date Sheet Generation.
Setting Plan
Invigilation Duty with Faculty load distribution/No duty
request/Time Preference.
Attendance / Absentee list generation.
Marks Entry System by faculty Member with approval from
Examination HOD
4 Examination.
Modules Result Entry System and Processing
A. percentile
B. Grading System
C. CGPA or SGPA
Tabulation of Grade Sheet.
Printing of Grade Sheet ,Marks Sheets, Transcript and
Various MIS reports.
Published of Results in the Web Kiosk after approval.

Addition of Fixed Assets


Value addition to existing assets
Fixed Assets Register
Fixed Assets
5 Assets Allocation/Re-allocation of fixed assets
Modules
Assets Transfer
Assets Insurance details /AMC
Depreciation of Scrap/Sales of Scrap or assets
33
Depreciation Calculation.

Raising of Purchase requisition


Store indent generation
Placing of Enquiry to various parties
Comparative statement generation.
Purchase order through approved quotation
Amendment of approved purchase order
Purchase/Receivi Purchase/Recei Goods received and material inspection
6
ng/Inventory ving/Inventory Purchase return
Bill Passing with FAS Integration
Material issue / receipts
Material Transfer in/out to other stores/Location
Physical stock verification and adjustment voucher
Items repair
Store valuation on weighted average methodology.

Online Job Applications


Archiving of all employee data
Employee Database.
A. Personal Information
B. professional Information
C. Dependent Details
D. Journals/Publications/Conference/Seminar etc.
E. Salary/Perks/reimbursement Details
7 HRMS HRM & Payroll Promotion /Increment
Visiting Professor or Guest Faculty Details
Leave Management
Salary Computation and generation of salary bills and pay
slip
Arrear Calculation and Generation of Arrear reports.
Generation of TDS and income Tax Statement
Advance/Loan Payment/recovery
Income Tax Calculation.

Maintaining corporate recruitment


managing various placement events
Training & Training &
8 checking selection criteria
Placement Placement
web enrolment for placement event
Maintain Campus requirement

Maintaining the alumni database- contact details work


9 Alumni Alumni
details

34
mailing facility - institute to alumni , alumni to alumni
secured web access (approval based)
Graffiti wall - Alumni Forum
News event
search engine(Optional)

Chart of Accounts
Financial Statement Groupings / Grouping of Chart of
Accounts
Dynamic Sub Ledger
Cheque Book Management
User Defined Voucher Numbering Patterns
Voucher configuration for designing vouchers
Cash Receipts and Payments
Bank Receipts and Payments with Inter Bank Transaction
option
Journal Voucher
Purchase Journal
Financial Financial
Subcontractor Journal(Optional)
10 Accounting Accounting
System System Journal Voucher
Dr./Cr. Note
Vouchers, Books, Ledgers, Trial Balances,
Bank Reconciliation
Ledger / Sub Ledger Credit Limit check
Budget
TDS Deducted v/s Deposited
Bill Passing with Age Report(Optional)
GL Zoom Drill Down feature
Automated year end entry passing (Optional)
Various MIS Reports
Project / Grant Management.

Personal Information-view/edit
Academic information
- hostel information

- pre registration/registration-record subject choice

Student & - class time table


11 Student
Employee portal - class attendance
- class test / mid semester test marks details
- exam date sheet with seating plan
- marks obtain CGPA/SGPA details
- disciplinary records
fees details which include
35
- fees/fine payment , dues details
- debit / credit advice
personal information
- contact information view/edit
- leave and salary records
- debit/.credit advice
- income tax declaration and deduction
work flow for ( leave/LTA/medical/advance/no dues
Academic information
- subject/room/day/time preference for time table
- time table entire (employee wise)
- student attendance
- day/time preference/no dues request for invigilator duty
- employee wise data sheet/invigilator duty
Employee - view seating plan
- marks entry of class test/mid semester test
- grade calculation
- booking/cancellation of room for special activity/extra
class
- view result of student recreation survey (Self)
- administration user option
- student information
- employee information
- security information
Director/VP/Top management page to maintain information
related to student/employee
mass mailing (e-mail) facility

Event declaration with IP based Security


Type / sub type question preparation with weight age
Student Feedback /
12 filtration of abusive words
Feedback Reaction Survey
feedback collection through web kiosk with approval
processing, publishing & analysis of MIS(Optional)

Institute/Vendor- Vehicle Management


Vehicle Master Database
Route Management
13 Transport Transport Pick & Drop Points
Student Seat Allotment
Vehicle Log Book Management
Vehicle Maintenance

36
CHAPTER V - FINANCIAL PROPOSAL - STANDARD FORMS

(Comments in brackets [ ] provide guidance to the Bidders for the preparation of their
Financial Proposals; they should be deleted from the Financial Proposals to be submitted)

The standard forms include:

Form FIN-1 : Financial Bid

37
Form FIN-1. Financial Proposal ERP SOFTWARE / LICENSE COST

The financial bid should include the Software cost (inclusive of all taxes) including licensing cost,
training, warranty and maintenance of the entire installed packages for 1 year and AMC cost for
subsequent years (AMC cost shall also be taken into consideration while selecting the lowest
bidder).

Price Bid Format

Sl Description Amount (Rs)


Software cost (Including Licensing cost, Installation, Training, warranty &
maintenance for 1 year)
(Specify Front End/Back End
:
A. Modules:
Counseling & Student Master Data Creation
Student Information System
Student Fees Management
Examination Module for handling all examination related works
Student & Faculty Protal

B. Modules :
Financial Accounting System
Purchase/Receiving/Inventory
Fixed Assets Modules
HRMS & Payroll
Staff Portal
C. Modules
Student Feedback
Alumni
Training & Placement
Transport Management

D. Applicable taxes
GRAND TOTAL GT=A+B+C+D
TOTAL IN WORDS_______________________________________________________________
*No further cost over and above the quoted price will be paid by the university under any circumstances.
*University reserves the right to take any one or combination of any modules.

38
AMC Cost after warranty without stationed dedicated technical manpower (if any)

Sl. Description Amount (Rs.)


No. Modules in A Modules in A Modules in A, B &
&B C

1. AMC cost for year 1 including taxes

2. AMC cost for year 2 including taxes

3. AMC cost for year 3 including taxes

4. AMC cost for year 4 including taxes

5. AMC cost for year 5 including taxes

Grand Total

AMC Cost after warranty with stationed dedicated technical manpower (if any)

Sl. Description Amount (Rs.)


No. Modules in A Modules in A Modules in A, B &
&B C

1. AMC cost for year 1 including taxes

2. AMC cost for year 2 including taxes

3. AMC cost for year 3 including taxes

4. AMC cost for year 4 including taxes

5. AMC cost for year 5 including taxes

Grand Total

AMC price quoted should cover the comprehensive maintenance of the installed packages.
AMC cost shall also be taken into consideration while deciding the L1.

Signature Not Verified 39


Digitally signed by CHANDRA BAHADUR
CHHETRI
Date: 2016.09.23 15:46:27 IST
Location: India

Anda mungkin juga menyukai