×

Information Systems


Tender No : 3300008183
Tender Type : E-Domestic

Posted Date : 05-05-2021
Closing Date : 25-05-2021

Tenders are invited for the following work:
Name of Work AMC support for SAP applications.
Tender Fee (in INR)
Tender Fee (in USD)
Tender Forms Issue-Start Date & Time 05-05-2021 17:10
Tender Forms Issue-Closing Date & Time: 25-05-2021 15:00:00
Prebid conference Place / Date / Time: NA
EMD(in INR) : 0.00
EMD(in USD) : 0.00
Product Category: Miscellaneous
Tender Category: Services
Form of Contract: Lump - Sum
Tenders - Bid Closing date and time: 25-05-2021 15:00:00
Tender Opening Date & Time: 25-05-2021 15:30:00
Site location: Mangaluru
Job Completion Time: As per tender document
Contact Person from MRPL: Mrs. Surekha
Officer
MANGALORE REFINERY AND PETROCHEMICALS LIMITED[MRPL], VIA KATIPALLA, KUTHETHOOR POST OFFICE, MANGALORE 575030
08242882265
surekha_shetty@mrpl.co.in
Contact Person from MRPL: From Antares Systems Limited
Mr Dilip Ranganath
Tel : 0824-2882248
e mail : eps@mrpl.co.in
website : https://www.tenderwizard.com/MRPL

Job Description:
AMC support for SAP applications.

Special Instructions:
As per tender document

QUALIFYING CRITERIA:


  1. योग्यतापूर्व मानदंड / Pre-Qualification Criteria:


  2. Financial Turnover:




 





















A





The Annual Financial turnover of the bidder during any one of the last 3 years ending 31st March of the previous Financial year should be at least





Rs. 61.80 Lakhs





 





  1. Past Experience:




 



The Bidder should have experience of having successfully carried out and completed similar work during the last 10 years ending last day of the month previous to the one in which tenders are invited for which experience should be any one of the following:



 









































A





Three similar completed works, each costing not less than





Rs 82.40 Lakhs





B





Two similar completed works, each costing not less than





Rs 103.10 Lakhs





C





One similar completed works, costing not less than





Rs 164.90 Lakhs





 



Note:





  1. Similar work” is defined as experience of having successfully carried out Annual maintenance Support for SAP Applications in India in a Oil & Gas / Petrochemical Industry.


  2. All above indicated amounts are exclusive of Service Tax / GST


  3. Relaxation to MSE/ Start-up bidder:


  4. MSE : Pre-qualification criteria with respect to Prior Turnover and Prior experience may be relaxed for Micro & Small Enterprises (to the extent of 15%) as per GOI guidelines subject to meeting of quality and technical specifications.




(For example, if PQC value applicable to other than MSE bidders is Rs. 100/-, the same shall be Rs. 85/- for MSE bidders).





  1. Start Up : No relaxation in Prior Turnover and Prior experience criteria for start-up.




 



 





  • Other Criteria:




 



 





  1. The bidder should have a quality certification of minimum SEI-CMMi Level V.


  2. The bidder must have a minimum of 1000 employees on its payroll, out of which at least 100 full time resources should be experienced in SAP.


  3. The bidders who have been issued orders for similar works in MRPL during last 5 years and/or bidders who has executed similar jobs in MRPL, has to provide Completion Certificate from MRPL.


  4. Bidder has to quote for all items as per price bid and this is to be confirmed in the format provided along with the technical bid.




 





  1. Experience of only the Bidding Entity shall be considered In-house experience (where for the past experience referred for qualification, the contractor and the Owner belonging to the same organization) shall not be considered as a valid experience for the purpose of qualification.




 





  1. The bidder should not be under a black-list/ holiday list of any state/central government department or undertaking (including PSUs). Bidder shall give a declaration to this effect.




 





  1. Joint venture / Consortium bids shall not be permitted for this tender.




 



Note: Bidder is required to provide the following documentary proof in support of meeting Pre-Qualification Criteria along with their technical bid:



 





  1. Annual reports containing Audited balance sheets and Profit & Loss statement, in the first instance itself, in support of their fulfilling the qualification criteria. In case the last Financial closing date is within 9 months of bid due date and audited annual report of immediate preceding Financial year is not available, bidder has the option to submit the financial details of the three previous years immediately prior to the last financial year. Otherwise, it is compulsory to submit the financial details of the immediate three preceding financial years.




 



 





  1. Bidder shall furnish documentary evidence covering similar work mentioned above, but not be limited to :



    1. Copies of work orders/ relevant pages of contract/SOR,


    2. Proof of Completion / completion certificate indicating value of work completed against above order, in support of their fulfilling the qualification criteria.








 





  1. Other relevant documentary evidence for all the above mentioned criteria.




(As applicable for the tender)



 



 





  1. All documents furnished by bidder in support of meeting the experience criteria of PQC shall be:




EITHER



“Duly certified by Statutory Auditors of the Bidder or a practicing Chartered Accountant (not being an employee or a director or not having any interest in the bidder(s) company/firm) where audited accounts are not mandatory as per law.



 



OR



“Duly notarized by any Notary Public in the bidders country.



 





  1. MRPL reserves the right to complete the evaluation based on the details furnished without seeking any additional information.




 





  1. Rejection Criteria:




   





  1. Bids received after the due date and time of bid submission shall be summarily rejected.




 





  1. EMD: Bid received without Bid security declaration in place of EMD for the tender along with the bid duly signed shall be liable for rejection.




 



However, Govt. Dept. /PSUs/ firms registered with NSIC/MSE (Micro & Small Enterprise), vendors registered with District Industries Center (DIC) are exempted from submission of Bid security declaration. Such bidders shall submit relevant documentary proof towards exemption, along with technical bid of the tender.



 





  1. Offer sent without having the prescribed bidding document of MRPL, non-adherence to technical / commercial terms & conditions, Unpriced bid and Price bid not in the prescribed format, incomplete bids and bids with deviations to the tendered scope of work shall be liable for rejection.




 





  1. Non-compliance to any of BEC will be liable for rejection.




 





  1. Bidders failure to enter into Integrity Pact as applicable for the Tender along with the bid duly signed shall be liable for rejection.




 





  1. If technical bid & price bid are submitted together.




 





  1. Bids found to have been submitted with falsified/ incorrect information.




 





  1. If Bidder is in the Holiday/ Blacklist of any CPSU/ State PSU/ Central or State Government Undertaking. Bidder shall give a self-declaration to this effect.




 





  1. Consortium / Joint bids shall not be accepted.


  2. Bidder to quote for all items enlisted in BOQ, otherwise offer shall be rejected.




 





  1. Offer not meeting Statutory requirement shall be liable for rejection.




 





  • बोली मूल्यांकन मानदंड /Bid Evaluation Criteria (बीईसी / BEC):


  • The Bidder should accept in Toto the Technical Specification, Scope of Work and Scope of Supply given in the tender with no deviation as per clauses of the tender document.




 





  • The bids submitted will be evaluated through Combined Quality Cum Cost Based System(CQCCBS).










































































































Sl. No





Parameter





Max Score





Details





Score to be Awarded





a





Number of SAP ECC ( 6.0 & S/4 HANA (including up gradation to S/4 HANA) End to End ERP implementations, (shall include minimum modules of SD, MM, FICO, PM, HCM) at a company with user base of more than 500 (excluding ESS users )  in last 10 years as on 31.03.2021. Work Order Copy  & completion Certificate to be submitted





30





3 Marks per project





30





b





The bidder should have experience in implementation/Support of SAP projects in Oil & Gas/ Petrochemical Industry during last 10(Ten) years covering at least 5 of the following SAP modules: FI, CO, MM, SD, PP, PM, HCM , PS, QM )   with  user base of more than 500 Submit relevant work orders along with its completion certificate.





15





3 Marks per project





15





c





Number of SAP certified Professionals in India, on payroll of the Bidder as on date 31-03-2021.



Self  Certification Basis





10





>=100 Professionals





5





>=200 Professionals





10





d





Average Annual Turnover in Rupee Crores from Indian IT Services Business in last three Financial Year (2017-18, 2018-19, 2019-20) Submit copy of audited profit and loss account / Balance sheet.





15





100 – 500Cr.





5





500.1-1000Cr.





10





1000.1- Cr. & above





15





3. QCBS (Quality cum Cost Based) Evaluation Process.





  1. The prospective Bidder must comply with general qualifications mentioned in the scope of work. In case the Bidder does not fulfil the eligibility criteria, their bids will be rejected and shall not be considered for further evaluation.


  2. The Bidder(s) will be evaluated on QCBS (Quality cum Cost Based Selection) System. There will be 70% weightage for Technical Bid and 30% for Commercial Bid.


  3. A maximum of 70 points each will be allocated for the Technical proposals based on the assessment responses and compliance to the requirements of MRPL.


  4. The bidders scoring less than 70 points (cut-off score) out of 100 points in the technical evaluation shall not be considered for next stage of the evaluation process.


  5. The bidders who are shortlisted based upon technical criteria may be asked, if necessary, to make a presentation on their solution at MRPL, at their own cost.


  6. The individual technical scores of the technically qualified bidders, thereafter, will be normalized as per the formula below:





    1. where:










  • Tn = Normalized technical score for the Bidder under consideration






  1. Tb = Absolute technical score for the Bidder under consideration


  2. Tmax = Maximum absolute technical score obtained by any Bidder






  1. Financial Bids of those who have technically qualified only shall be opened for further evaluation.


  2. The Commercial Offer shall be the sum total of all the price elements.


  3. The commercial scores will be calculated as per formula given below:





    1. where:










  • Fn = Normalized financial score for the Bidder under consideration






  1. Fb = The commercial bid value of the Bidder under consideration


  2. Fmin = Minimum commercial Value bid






  1. The overall score will be calculated as per the formula given below:





    1. where:










  • Bn = Overall score of the Bidder under consideration






  1. Tn = Normalized technical score of the Bidder under consideration.


  2. Fn = Normalized financial score of the bidder under consideration.






  1. Final Selection of Bidder will be done based on added individual score achieved by the Bidder in techno-commercial evaluation. The Bidder getting the highest score (Bn) shall be selected for award of work. The final scores would be rounded off to two decimals.






  • In case of a tie, then the bidder with higher turnover (3 years Average Annual turnover total as per PQC#1) will be considered as lowest ranking tenderer. Accordingly Purchase preference for MSE Bidders will be considered based on turnover.




 



The bid evaluation process has been illustrated in the following table:



 

































































































































































Sl. No.





Bidder





Technical marks (Out of 70)





Final Technical score (Out of 100)





Price quoted as per Bid (Rs. In lakhs)





Final Price bid score (Out of 100)





Combined Techo-Commercial





Total combined score





70% of (b)





30% of (d)





(a)





(b)





(c)





(d)





(e)





(f)





(g) = e+f





1





A





60





100.0





208





86.5





70.0





25.9





95.9





2





B





55





91.6





225





80.0





64.1





24.0





88.1





3





C





53





88.3





180





100.0





61.8





30.0





91.8





4





D





52





86.6





210





85.7





60.6





25.7





86.3





5





E





41





68.3





Disqualified





 





 



Bidder E scored less than 70 out of 100 in the Technical evaluation score, and hence not considered for further evaluation.



Bidder A has the highest Total Combined score, thus at rank one (H-1) and would be considered as the successful bidder for placement of Purchase order.



In case of a tie at rank one (Technical + commercial), then the bidder with higher turnover (3 years Average Annual turnover total as per PQC#1) will be considered as L-1.