Final EOI 20112018
Final EOI 20112018
For
In
Disclaimer
Life Insurance Corporation of India invites Expression of Interest (EOI) from eligible
TABLE OF CONTENTS
Particulars Page No.
PART A - General Terms
A.1 Invitation for Expression of Interest 6
A.2 EOI Terminology 6
A.3 Guidelines for submission 7
A.4 Time Schedule 8
A.5 Bidding Methodology 9
A.6 Prime Proponent 10
A.7 Benchmarks / Analyst Reports 10
A.8 Reference Sites 11
A.9 Non Disclosure 11
A.10 Disclaimer 12
PART B–LIC HRMS Project
B.1 Introduction 14
B.2 Objective 14
PART C–Pre-Qualification Criteria
C.1 Pre-Qualification Criteria 16
C.2 Evaluation Process 17
C.3 Presentations, Demo, Proof of Solution 20
C.4 LIC Rights 21
PART D–Scope of Work : Services & Deliverables
D.1 Scope of Work 23
D.2 Alternative Options 30
PART E–Submission of EOI
E.1 Cost of Bidding 32
E.2 Response to EOI 32
E.3 Bid Security 33
E.4 General Instructions 33
E.5 Particulars to be provided by the Bidder 34
ANNEXURES
ANNEXURE I Pre-Qualification Criteria 36
ANNEXURE II General Information about the Bidder 39
ANNEXURE III Compliance Statement 41
ANNEXURE IV Technical Particulars to be provided by the Bidder 42
ANNEXURE V Integrity Pact Format 43
ANNEXURE VI Covering letter from the Bidder 50
Checklist of Responsive Bid 52
Total Pages 55
LIC desires to procure a Human Resource Management System (HRMS) from potential solution
providers. The HRMS will be uniform and standard package across all offices and departments of
LIC, in Bilingual form (English and Hindi) with provision to include language/s as applicable in the
State of India from where it is accessed. The system should provide all related HR services and
interface with the LIC e-feap system, LIC e-mail system, LIC edms, LIC SMS system and other
systems of LIC with which HRMS would interact/communicate. At present, our employee
databases are at Central office, Zonal Offices and Divisional Offices.
The objective of this request for Expression of Interest is to identify and pre-register eligible
applicants who are interested in providing solution for HRMS and have suitable capacity,
capability and experience.
For the purpose of this EOI, the following definitions shall apply.
A.2.7. Migration of the existing system- refers to the migration of the existing system, with
enhancements and upgradation. The existing database, presently available to LIC's
Core Business processes, should continue to remain available in an uninterrupted
state and also to be made available for LIC's other IT Systems.LIC, will determine if
and when integration / migration to the new solution would be feasible. Ease of
migration, total cost, production implications, end users training and adoption,
downtime and overall staff time and effort will be key factors in evaluating an
integration/migration decision.
This document should not be construed as Tender/Request for Proposal (RFP) in any form and
would be non-binding on LIC in any manner whatsoever.
The EOI document is available for download from our Official Website www.licindia.in under the
link 'Tenders'. It is also uploaded in Central Public Procurement (CPP) Portal of Government of
India under the link http://eprocure.gov.in/cppp/
Payment for the Bid security is to be made at the time of submission of EOI in the form of
a Demand Draft / Pay Order issued by a nationalized / scheduled bank located in India drawn in
favour of “Life Insurance Corporation of India” payable at Mumbai.
Sealed EOI are invited from the eligible bidders, which must be prepared in accordance with the
procedures stated in this EOI document and submitted to the Executive Director(Personnel),
Life Insurance Corporation of India, not later than the date and time as stated in the Time
Schedule(A.3).
The address of the Competent Authority to receive the bids is given below. A drop box is
provided to receive the bids.
The representatives of the interested organizations (restricted to two persons) may attend the
Pre-bid meeting at their own cost. The purpose of the meeting is to provide bidders with any
clarifications regarding the EOI. Pre-registration by prospective bidder and confirmation by LIC
for attending the Pre-bid meeting is mandatory. Firms can send email (co_hrmseoi@licindia.com)
to get confirmation for attending the Pre-Bid meeting.
A Pre-Bid meeting will be held as per EOI Timelines at the following venue:
Proposers are strongly encouraged to register for and attend the Pre-Bid Meeting. Proposers
should prepare for the meeting by reading the EOI document and creating a list of questions to
be asked during the meeting. All the queries should be received on or before the prescribed date,
through email only with subject line “Queries to EOI for HRMS”.
EOI will be opened on the stated day at 17.00 hrs at the given address in the presence of the
bidders’ representatives who wish to attend.
a) LIC will endeavor to provide timely response to all queries. However, LIC makes no
representation or warranty as to the completeness or accuracy of any response made
in good faith.
b) At any time prior to the last date for receipt of bids, LIC may, for any reason, whether at its
own initiative or in response to a clarification requested by a prospective Bidder, modify
the EOI Document by a corrigendum.
c) The Corrigendum (if any) and clarifications to the queries from all bidders will be posted on
the www.licindia.in under Tenders Section and also under the link http://eprocure.gov.in/cppp/
of CPP Portal, GOI.
LIC may, at its discretion, extend the last date for the receipt of EOI Bids before the last date
mentioned in the Time Schedule.
Expression of Interest is obtained from the eligible bidders. Bidders will be asked to make
presentation/demonstration on their capabilities and their proposal. Short-listed bidders would be
issued Request for Proposal (RFP) inviting the technical and commercial bids at a later date.
However, LIC reserves the rights to go for an open/closed RFP.
A.5.1 Bidders who meet the Pre-Qualification criteria mentioned in this Invitation to
Expression of Interest and parameters mentioned in C.
AND
a) ability to deliver the stated scope of work, the process/quality methodologies that
system integrator adopts recognition of issues and problems,
The bidder may select OEM/s of Enterprise HRMS, high-end enterprise class Server, Storage
Solution and RDBMS along with workflow and other components as per the requirements. A
strong formal relationship must exist between the OEM/s and the bidder. In support of this letter
from OEM in their letter head has to be submitted.
The Bidder will be identified as the Prime Proponent and will serve as the primary contact, and
take overall responsibility, including obtaining the support from OEM, wherever required. The
Bidder must fulfill Pre-Qualification Criteria in his own capacity.
LIC requires that bidders submit results of the Benchmarks for the Solution/ Systems
proposed, carried out by leading Consultants / External Agencies/ Analysts to justify
bidders' strengths and experience in the respective fields.
Also provide ranking and market share figures for the IT component proposed as well as
the Bidder as a whole, as per the published reports of leading Analysts/ External
Agencies.
In support of the bid submitted, the bidder should provide the references wherein the
Bidder has implemented the following:
A.8.1 At least 1existing user where similar nature of services for HRMS implementations
including Operational activities have been provided.
A.8.3 At least 1 existing user where the proposed storage / hardware solution with supporting
technical and operational personnel is implemented.
A.8.4 At least 1 existing user where the migration / upgradation activity of HRMS related to
database or software is implemented.
For all the four items stated above provide the following information wherever applicable:
The bidder shall not, unless LIC has given permission in writing, disclose any part or make use of
any part or whole of this EOI document, any specification, plan, drawing, pattern, sample or
information furnished by LIC(including the users), in connection therewith to any person other
than a person employed by the bidder in the performance of the proposal.
A.10 Disclaimer
All information contained in this Expression of Interest (EOI) are in good interest and faith. This is
not an agreement and is not an offer or invitation to enter into an agreement of any kind with any
party. Bidders should conduct their own investigation and analysis and should check the
accuracy, reliability and completeness of the information in this Expression of Interest. Bidders
should make their own independent investigation in relation to any additional information that
may be required.
LIC shall not be bound to give reasons for any decision made and its decision will be final and
binding on all the respondents to this EOI, the subsequent Proof of Solutions (POS) and RFP, if
any.
B.1 Introduction
The Core Business is through LIC’s e-FEAP module. At present, the users access the e-FEAP
servers located at Divisional Mini Data Centres and at other places like Zones and Central Office,
from all offices through intranet.
The service details of Class-1 officers is maintained centralized at Central Office in a separate
system other than eFEAP and is accessed by the authorized users through Intranet as well as
Internet.
The data of service details of Class 2, 3 and 4 employees is maintained at respective Divisional
office and Zonal office. Provident Fund Data is maintained at Zonal level. DCPS data is
maintained at P&GS Department in a separate system of the LIC. Likewise, the data of Vigilance
and Disciplinary cases are kept is separate systems.
B.2 Objective
LIC is seeking to identify a suitably qualified leading Bidder who is able to provide HRMS
comprising of but not limited to Supply, Install, Migrate, Commission and maintain the
components like Servers, Software, Storage Systems along with associated Peripherals and
Tools, with technically qualified Personnel / Administrators, Accessories and Operational services
as mentioned in the Scope of Work.
Expression of Interest (EOI) is invited for a turnkey end-to-end HRMS along with a Disaster
Recovery (DRS) Solution in tune with Corporation's guidelines and policies.
C.1.1. The invitation to EOI is open only to eligible Bidders as per the following qualification
norms. The Bidder must provide explicit documentary evidence in support of each pre-
qualification criterion, in absence of which the EOI Bid may be rejected summarily at the
pre-qualification stage itself.
C.1.4. Have to use legal licenses of the Software and responsible for any third party licenses,
if required.
C.1.5. Have to comply with all the statutory and legal requirements.
C.1.6. The bid security of Rs.10, 00,000 (Rupees Ten Lakhs only) shall be payable in the
form of Demand Draft/pay order issued by nationalized/scheduled bank in India and in
favour of Life Insurance Corporation of India, payable at Mumbai. The Bid Security will
not carry any interest.
C.1.7. Only those vendors/bidders who have entered into Pre Contract Integrity Pact with LIC
would be eligible to participate in the bidding. The format for “Pre-Contract Integrity
Pact” will be as per Appendix – V
C.2.1 LIC will constitute a Bid Evaluation Committee to evaluate the responses of the bidders.
C.2.2 The Bid Evaluation Committee constituted by LIC shall evaluate the responses to the EOI
and all supporting documents and documentary evidence. Inability to submit requisite
supporting documents or documentary evidence, may lead to rejection of the EOI bid.
C.2.3 Each of the responses shall be evaluated to validate compliance of the bidders
according to the Pre-Qualification criteria, Proof of Solutions, Demonstrations,
Presentations, supporting Documents and the compliance to the general qualification
criteria specified in this document.
C.2.4 The decision of the Bid Evaluation Committee in the evaluation of responses to the
Expression of Interest shall be final. No correspondence will be entertained outside the
evaluation process of the Committee.
C.2.5 The Bid Evaluation Committee may ask for meetings with the bidders to evaluate its
suitability for the assignment.
C.2.6 The Bid Evaluation Committee reserves the right to reject any or all bids.
C.2.7 Parameters for evaluation:
A. Understanding of Bidders
Understanding Suggested solution suggested solution, which will be evaluated on :
of Bidders 1) Feasibility
2) Solution proposed as a stack
3) Technologies proposed
4) Demonstration of robustness of the proposed
solution
Note: 1. if the Product Vendor is desirous of implementation directly (without system integrator),
he will be assessed on both counts and marks will be awarded. 2. Overall Minimum qualifying
marks required for further evaluation is 70 marks. In case, atleast 3 bidders do not qualify, the
qualifying marks shall be reduced, till such point only, whereby 3 vendors qualify (subject to
minimum of 50 marks). (e-g.) If the marks scored by the vendors are 75, 69,59,55,53 etc. The
qualifying marks will be reduced to 59 so that atleast 3 bidders are qualified. In no case, the
minimum will be reduced below 50 marks.
C.3.1 Proof of Solution for purpose of this EOI is defined as demonstration of the capability of
meeting the requirement set out in this document.
C.3.2 The demonstration has to be done using a part of an existing HRMS and should provide a
representative solution through a relatively small number of users acting in business roles
to satisfy various aspects of the requirements.
C.3.3 A detailed list of requirements has been provided in the scope of work. Authorized
representatives of LIC shall witness the demonstration results.
C.3.4 Each shortlisted bidder based on the pre-qualification criteria shall demonstrate when POS
is required. The Bidder is expected to bear the cost of demonstrating the POS and would
also be responsible for making the demonstration.
C.3.5 Each bidder shall demonstrate the process flow for the purpose of POS demonstration and
Reporting which shall be assessed based on the requirements stated in the Scope of Work
and indicated for the purpose.
LIC may reject any or all bids and may or may not waive an immaterial deviation or defect in a
bid. LIC’s waiver of an immaterial deviation or defect shall in no way modify the EOI document or
excuse a vendor from full compliance with EOI document specifications. LIC reserves the right to
accept or reject any or all of the items in the bid, to award the contract in whole or in part and/or
negotiate any or all items with individual vendors if it is deemed in the LIC’s best interest.
Moreover, LIC reserves the right to make no selection if bids are deemed to be outside the fiscal
constraint or against the best interest of LIC.
In addition to the right to reject any or all bids, in whole or in part, LIC also reserves the right to
issue similar EOI/RFPs in the future. This EOI is in no way an agreement, obligation or contract
and in no way is LIC responsible for any bidders' cost of preparing the bid, including providing
additional documentation or participating in presentations, demos, Proof of Solution, interviews, if
required.
LIC desires the Bidder to perform functions (including but not limited to) as mentioned below:
This document constitutes a formal request for Expression of Interest (EOI) for the supply of
hardware and software for the HRMS, functions as detailed in D.1.4:
a. Software
i. Man Power Planning
ii. Human Resource functions from Recruitment to Post Retirement
iii. Deputations (Domestic and Foreign)
iv. Training
v. Salary/Payroll, Welfare Services, Medical Assistance and other items
vi. Performance appraisal
vii. Vigilance matters
viii. Disciplinary matters
ix. Management of Provident Fund
x. Management of Defined Contribution Pension Scheme
xi. Administrative Tasks
xii. Executive Information System and tools for Planning and Decision
b. Hardware
i. Procure and Supply required Hardware, Software including third party software /
licenses if any, Storage Systems along with associated peripherals and accessories
ii. Installation, Testing and Commissioning Activity
iii. Maintenance of the proposed System, Backup Activity
iv. Disaster Recovery System and real time replication
v. Providing upgraded / advanced version of the proposed software as and when released
vi. Should provide detailed Hardware specifications including appropriate rack equipment
with suitable form factors for optimizing space
vii. Should be scalable with high availability and reliability
Current Status:
The current IT environment within LIC is focused on automation of different sections independently.
These are achieved using in-house developed applications. The e-feap caters to salary processing,
Provident Fund and Terminal benefits, loans, Leave Travel Concession, employee benefit
management and leave processing. Central Office database is used for performance appraisal,
Promotion, Transfer, Posting, Disciplinary clearance etc.
The application is expected to be on centralised architecture. All procedures under HRMS should
adopt workflow automation. The proposed architecture envisages having a central server at Mumbai
for hosting of HRMS application, databases and associated software.
This will act as the nerve centre of LIC and will perform end-of-day operations and start-of-day
operations (if necessary, as decided by LIC), back-ups, etc.
All the offices should be operational in an on-line real-time mode i.e. the offices will be connected to
the central server on an online real time basis. The data shall reside on central server for all
transactions.
The proposed HRMS will have to be integrated with the efeap system. HRMS shall have a centralized
database.
i. Vendor will be fully responsible for all jobs and related dependencies for migration from
existing system to the new system.
30 Time Management
31 Others
31.1 Medical Aid including mediclaim administration
31.2 Issue of Employee certificate
31.3 High Cost Treatment Settlement
31.4 Group Insurance Schemes
31.5 Management of Provident Fund
31.6 Management of Defined Contribution Pension Scheme
31.7 Issue of Identity Cards
31.8 Complaints (SC/ST/OBC/WOMEN and others)
31.9 Maintenance of details of Persons With Disabilities
31.10 Financial Powers Standing Orders (FPSO)
31.11 Change of name, surname
31.12 Qualification (as profile and for incentives)
Scheme VI cars Purchase, periodical reimbursements
31.13 like mileage, repairs and maintenances, insurance,
road tax, etc.
31.14 Allotment of cars and other vehicles to executives
31.15 staff cars
31.16 Employee Surveys
31.17 Staff Suggestion Scheme / Idea Box
31.18 Summer Placement
Dashboard based dynamic graphical analysis for
32
decision support
33 MIS Requirements
33.1 Report Distribution Capabilities
33.2 Audit Trails
Specific Reports for Promotion, Transfer, Performance
33.3
Appraisal, etc.,
33.4 WEB enabling of the application
34 Integration capabilities
35 Document Management Aspects
36 Parameters for PLLI – Deciding and monitoring
Concurrencia / Attendance System/ Bio metric – Meal
37
Coupon
38 Mobile Apps (Android/ IOS, etc)
39 eService book
40 Role based - Process flow access to users
Technical Specifications
1 System Design Philosophy/Concepts/Architecture
2 PC Client -User Interface/ Mobile/iPad/Tablet/etc
3 Customization
4 Report Generation/Design
5 Search Capability
6 System Security
7 Remote access
8 Application Server and Web Server
9 Hardware and Software Platforms
10 Database Platforms
11 Interface/Integration
12 Parameterization
13 Help Section
14 User Friendliness
15 Data Consistency Control
16 Deployment
17 Maintenance
18 Licensing Policy & IPR
19 Open API for integration with other Applications/data
sharing
20 Provision for local language support and customised
forms for capturing additional parameters related to
employees
21 Cloud enabled
22 SMS Integration – Intimation of transactions to
employees
23 Backup
24 Disaster Recovery System
A proper System back up should be proposed. The Servers are to be backed up with minimal
back up downtime or no downtime. The Business should continue 24 X 7 without any
interruption.
i. Help Desk
v. Rollout activity– The bidder has to provide a report on the implementation plan and
deployment strategy for the end-to-end solution recommended.
Bidder should propose a Disaster Recovery System (DRS) for the Solution as a whole. Also
there should be no single point of failure in any component.
The proposed solution should have the ability to scale. The systems would be provided for high
availability and with no single point of failure and must include but not limited to Servers, Storage
Solutions, Console Management, Software, associated peripherals and accessories and
Professional Services and Support. The bidder is free to provide multiple/alternative options also
in order of preference. In case of multiple/alternative options, the bidder should provide
advantages and disadvantages of one solution with respect to others.
The proposed end-to-end solution must be designed considering the desired objective of LIC and
must necessarily state the benefits that would be available to LIC which would be scalable and
highly available.
In order to achieve the objective, LIC solicits Expression of Interest (EOI) from the leading
Bidders to provide appropriate HRMS Services.
The Bidder shall bear all costs associated with the preparation and submission of its bid and LIC
will in no case be held responsible or liable for these costs, regardless of the conduct or outcome
of the bidding process. LIC is not liable for any cost incurred by the bidder in replying to this EOI.
Bidders will be responsible for all costs related to any Demonstration, Presentation and Proof of
Solution. Failure to participate in such Demonstration, Presentation or Proof of Solution may
result in a Bidder’s disqualification for further consideration.
The Bidder is expected to examine all instructions, annexure, and scope of work stated, terms
and technical specifications in the bidding documents. Failure to furnish all information required
by the EOI documents or submission of a bid not responsive to the EOI documents in every
respect will be at the Bidder’s risk and may result in rejection of the bid.
a) change / modify / delete any part of the EOI document / conditions and / or
b) reject any or all responses received, without assigning any reason thereof.
Any change by LIC will be published in LIC website and also in CPP Portal, GOI wherever
feasible. Corporation reserves the right to cancel the EOI at any time without penalty and without
incurring any financial obligation to any Bidder or potential Bidder.
Submission of EOI shall be deemed to have been done after careful study and examination of the
EOI Document with full understanding of its implications. In case of any clarification / query
regarding any aspect mentioned in this EOI, the bidder can send an e-mail to
co_hrmseoi@licindia.com.All material in any form submitted by the bidder will become the
property of LIC and may be retained completely at its sole discretion.
Evaluation criteria and evaluation of the responses to the EOI will be entirely at Corporation's
discretion. LIC’s decision will be final and no correspondence about the decision will be
entertained in any manner whatsoever.
E.3.1 The Bidder shall furnish along with the bid documents a Bid Security of Rs. 10,00,000
(Rupees Ten Lakhs only) by way of Demand Draft in favour of Life Insurance Corporation
of India, Payable at Mumbai.
E.3.2 No Interest will be paid on the Bid Security Amount.
E.3.3 The Bid Security will be forfeited on account of one or more of the following reasons:
i. The Bidder withdraws their bid during the period of EOI validity
ii. The Bidder, having been notified of the acceptance of its bid by LIC during the period
of validity of bid
a) withdraws his participation from the bid during the period of validity of bid
document; or
b) fails or refuses to participate in the subsequent tender process after having been
short listed
iii. If any information submitted by the Bidder found to be untrue or false at any time.
E.3.4 Unsuccessful bidder’s bid security will be refunded as promptly as possible but not later
than 30 days after expiry of the period of bid validity prescribed by LIC in A.3.
E.4.1 All pages of the bid submitted should be serially numbered, signed by the Authorized
Official/s and stamped with Company seal.
E.4.2 The bidder should agree to make presentations and live demonstrations of the proposed
System to LIC, if required, at a short notice.
E.4.3 The bidder shall bear all the costs for participation in the bid process including preparation
of responses to the EOI and must be ready to undertake this activity on its own.
E.4.4 The bidders shortlisted on the basis of this EOI may be required to develop and
demonstrate a Proof of Solution (POS), with basic functionality, if so required by LIC.
E.4.5 The Bid and all correspondence and documents shall be written in English. If more than
one language is used, the English version will be taken as official bid. In case of dispute,
English version will be taken as final.
E.4.6 The bid shall be sealed and super-scribed 'Response to EOI – LIC HRMS Project' on the
top right hand corner and submitted at the address specified in the document in A3.
E.4.7 The Bidder is required to submit two copies of the bid with all supportive documents as
mentioned in this EOI. A soft copy of the submitted bid should also be provided in a non-
rewritable DVD.
E.4.8 In case of discrepancies between the information in the printed version and the contents of
the DVD, the printed version of the bid will prevail and will be considered as the Bid for the
EOI evaluation.
E.4.9 The bid should contain the copies of references and other documents as specified in this
EOI.
E.4.10 LIC will not accept delivery of bid in any manner other than that specified in this EOI. The
bid submitted in any other manner, shall be treated as invalid and will be rejected.
The Bidder should provide all the particulars as per enclosed format from Annexure - I to
Annexure - VI, which is part of this EOI document.
ANNEXURES
ANNEXURE I
Pre-Qualification Criteria
Details of the
No. Details Yes /No Documentary Proof
attached*
Bidder should be a company incorporated under
1 Indian Companies Act, 2013 or a Government
Concern.
Bidder should be a reputed, established
Organization and reliable System Integrator having
qualified Staff, Financial Resources and installed
base, adequate to ensure ongoing ability to deliver
2.
and support the proposed total Solutions throughout
the System's useful life time, on a 24 x 7 basis,
including the ability to provide timely response and
service to LIC over the period of the contract.
The bidder shall provide Enterprise HRMS Software
3 – OEM’s appearing in Magic Quadrant for
Enterprise Content Management 2017.
Bidder should, in case, seeking OEM support, have
strong and formal partnership with leading OEM/s to
obtain necessary support for Hardware, Database,
4
Software, Storage, etc. The relationship must exist
and OEM is Bidder’s Choice.
Software: Any established software customizable.
Bidder should have a minimum 5 years of proven
5 experience in providing HRMS, System Integration,
Support and Application Maintenance services.
Bidder should have proven experience of supply,
installation, integration, migration, commissioning
and maintaining atleast 3(Three) installation in India
6
of HRMS Solution. Provide the references where the
implementation activity is complete and the System
is under active usage.
Bidder should have to use legal licenses of the
7 Software and responsible for any third party
licenses, if required.
Bidder should have to comply with all the statutory
8
and legal requirements.
CMMi/CMM Level5 Certification. Due consideration
9 will be given for any relevant additional valid
Certifications.
Bidder should for the last three financial years, ,
have annual turnover of at least Rs. 200 Crores
10
from IT services in each year and must have made
a net profit in all these last 3 years.
Seal: Date:
ANNEXURE II
General Information about the Bidder
workflow is implemented.
Seal:
Date:
ANNEXURE III
Compliance Statement
DECLARATION
We hereby undertake and agree to abide by all the terms and conditions stipulated by Life
Insurance Corporation of India (LIC) in the Expression of Interest (EOI) document including all
Annexure.
We hereby acknowledge and unconditionally accept that the evaluation criteria, evaluation of the
responses to the EOI will be entirely at LIC’s discretion. LIC’s decision will be final and that LIC
would entertain no further correspondence about the decision.
We also acknowledge that the Expression of Interest submitted by us is valid for a period of six
months, from the date of opening of EOI.
i. if we withdraw our participation from the EOI during the period of validity of EOI document;
Or
ii. in case we do not participate in the subsequent tender process after having been short
listed.
Place:
Signature & Seal of Bidder
Date:
ANNEXURE IV
We provide detailed information about the end-to-end solution proposed along with relevant
supporting documentations. The proposed solution is designed for high-availability with no single
point of failure and atleast 99.99 % uptime.
We submit the Bid with components appropriate to the requirements as stated under:
2. Should necessarily state the issues and challenges that the bidder visualizes in the proposed
implementation of HRMS. Recognition of issues and challenges, effective proposed strategy
to address the issues should be part of the proposed solution.
3. Should submit high level bill of quantity along with detailed specification and product
documentation.
4. Must state the Hardware Equipment Type, Make/Model, Broad Specifications and Product
Highlights.
5. Free to add any additional component in order to complete the proposed solution.
6. Free to provide multiple options in the order of preference. In case of multiple options, the
bidder should provide advantages and disadvantages of such options.
7. Should provide compatibility matrix and benchmarks for various components as desired.
Seal:
Date:
ANNEXURE V
INTEGRITY PACT
General
This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on …… day
of the month ………………. of 2018, between on one hand, the Life Insurance Corporation of
India, (hereinafter referred to as “LIC”) a statutory Corporation established under section 3 of Life
Insurance Corporation Act 1956 (XXXI of 1956) and having its corporate office at ‘Yogakshema’
Jeevan Bima Marg, Mumbai, Maharashtra – 400021 (hereinafter called the “BUYER” which
expression shall mean and include, unless the context requires, his successors in office assigns)
of the First Part and M/s.______________________ represented by Sri ,_______________
(hereinafter called the “BIDDER”, which expression shall mean and include, unless the context
otherwise requires, his successors and permitted assigns) of the Second Part.
WHEREAS the LIC proposes to procure end to end solution for Human Resources Management
System and the BIDDER is willing to offer the services and
WHEREAS the BIDDER is a private company / public company constituted in accordance with
the relevant law in the matter and the BUYER is a statutory Corporation performing its functions
under Life Insurance Corporation Act 1956.
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and free from any
influence /prejudiced dealings prior to, during and subsequent to the currency of the contract to
be entered into with a view to :-
Enabling the BUYER to obtain the desired said services at a competitive price in conformity with
the defined specifications by avoiding the high cost and the distortionary impact of corruption on
public procurement, and
Enabling the BIDDERs to abstain from bribing or indulging in any corrupt practice in order to
secure the contract by providing assurance to them that their competitors will also abstain from
bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form,
by its officials by following transparent procedures.
The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:
1.1The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the
contract, will demand, take a promise for or accept, directly or through intermediaries, any
bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other
advantage from the BIDDER, either for themselves or for any person, organization or third
party related to the contract in exchange for an advantage in the bidding process, bid
evaluation, contracting or implementation process related to the contract.
1.2 The BUYER will, during the pre-contract stage, treat all BIDDERS alike and will provide to all
BIDDERS the same information and will not provide any such information to any particular
BIDDER which could afford an advantage to that particular BIDDER in comparison to other
BIDDERS.
1.3 All the Officials of the BUYER will report to the appropriate “CVO” any attempted or
completed breaches of the above commitments as well as any substantial suspicion of such a
breach.
1.In case of such preceding misconduct on the part of such Official(s) is reported by the BIDDER
to the BUYER with full and verifiable facts and the same is prima facie found to be correct by
the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including
criminal proceedings may be initiated by the BUYER and such a person shall be debarred
from further dealings related to the contract process. In such a case, while an enquiry is being
conducted by the BUYER, the proceedings under the contract would not be stalled.
Commitments of Bidders
3. The BIDDER commits itself to take all measures necessary to prevent corrupt practices,
unfair means and illegal activities during any stage of its bid or during any pre-contract or
post-contract stage in order to secure the contract or in furtherance to secure it and in
particular commit itself to the following:-
3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration,
reward, favour, any material or immaterial benefit or other advantage, commission, fees,
brokerage or inducement to any official of the BUYER connected directly or indirectly with
the bidding process, or to any person, organization or third party related to the contract in
exchange for any advantage in the bidding, evaluation, contracting and implementation of
the contract.
3.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly
or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial
benefit or other advantage, commission, fees, brokerage or inducement to any official of
the BUYER or otherwise, in procuring the contract or forbearing to do or having done any
act in relation to the obtaining or execution of the contract or any other contract with the
BUYER for showing or forbearing to show favour or disfavour to any person in relation to
the contract or any other contract with the BUYER.
3.3 BIDDER shall disclose the payments to be made by them to agents/brokers or any other
intermediary, in connection with this bid/contract.
3.4 The BIDDER further confirms and declarers to the BUYER that the BIDDER has not
engaged any individual or firm or company whether Indian or Foreign to intercede,
facilitate or in any way recommend to the BUYER or any of its functionaries, whether
officially or unofficially to the award of the contract to the BIDDER, nor has any amount
been paid, promised or intended to be paid to any such individual, firm or company in
respect of any such intercession, facilitation or recommendation.
3.5 The BIDDER, either while presenting the bid or during pre-contract negotiations or before
signing the contract, shall disclose any payments he has made, is committed to or intends
to make to officials of the BUYER or their family members, agents, brokers or any other
intermediaries in connection with the contract and the details of the services agreed upon
for such payments.
3.6 The BIDDER will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting
and implementation of the contract.
3.7 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair
means and illegal activities.
3.8 The BIDDER shall not use improperly, for purposes of competition or personal gain, or
pass on to others, any information provided by the BUYER as part of the business
relationships, regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The BIDDER also undertakes to
exercise due and adequate care lest any such information is divulged.
3.9 The BIDDER commits to refrain from giving any complaint directly or through any other
manner without supporting it with full and verifiable facts.
3.10 The BIDDER shall not instigate or cause to instigate any third person to commit any of the
actions mentioned above.
3.11 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER, either directly or indirectly, is a relative of any of the Officers of the BUYER, or
alternatively, if any relative of an Officer of the BUYER has financial interest/ stake in the
BIDDER’s firm, the same shall be disclosed by the BIDDER at the time of filing of the
tender.
The term ‘Relative’ for this purpose would be as defined in Section 6 of the Companies
Act, 1956.
3.12 The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the BUYER.
For the purposes of clauses 3.11 & 3.12, the listed words shall have the ascribed meanings as
follows:
i) “employee of such BIDDER or any person acting on behalf of such BIDDER” means only
those persons acting on behalf of such Bidder who are involved in the bid process/
Project.
ii) “officer/employee of the BUYER”, means only those persons who are involved in the bid
process/ Project.
iii) “financial interest/stake in the BIDDER’s firm” excludes investment in securities of listed
companies”.
4 Previous transgression
4.1 The BIDDER declares that no previous transgression occurred in the last three years
immediately before signing of this integrity pact, with any other company in any country in
respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise
in India or any Government department in India that could justify BIDDER’s exclusion from
the tender process.
4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be
disqualified from the tender process or the contract, if already awarded, can be terminated
for such reason.
5 BID SECURITY
5.1 While submitting bid, the BIDDER shall deposit an amount of Rs 10,00,000(Rupees Ten
Lakhs only) as BID SECURITY, with the BUYER through any of the following instruments:
(i) Bank draft or a pay order in favour of Life Insurance Corporation of India
5.2 Unsuccessful BIDDER’s Bid Security will be refunded as promptly as possible as but not
later than 30 days after expiry of the period of bid validity prescribed by the BUYER.
5.3 No interest shall be payable by the BUYER to the BIDDER on Bid Security for the period of
its currency.
6.1 Any breach of the aforesaid provisions by the BIDDER or anyone employed by it or acting
on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the
BUYER to take all or any one of the following actions, wherever required:-
(i) To immediately call off the pre-contract negotiations without assigning any reason
or giving any compensation to the BIDDER. However, the proceeding with the other
BIDDER(s) would continue.
(ii) The Bid Security and / or Security Deposit / Performance Bond (after the contract is
signed) shall stand forfeited either fully or partially, as decided by the BUYER and the
BUYER shall not be required to assign any reason therefore.
(iii) To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.
(iv) To recover all sums already paid by the BUYER, and in case of an Indian BIDDER,
with interest thereon @2% higher than the prevailing Prime lending rate of the State Bank
of India, while in case of a BIDDER from a country other than India, with interest thereon
@2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the
BUYER in connection with any other contract for any other stores, such outstanding
payment could also be utilized to recover the aforesaid sum and interest.
(v) To encash the advance Bank Guarantee and performance bond / warranty bond, if
furnished by the BIDDER in order to recover the payments, already made by the BUYER
along with interest.
(vi) To cancel all or any other contracts with the BIDDER. The BIDDER shall be liable
to pay compensation for any loss or damage to the BUYER resulting from such
cancellation /rescission and the BUYER shall be entitled to deduct the amount so payable
from the money(s) due to the BIDDER.
(vii) To debar the BIDDER from participating in future bidding processes of the
Government of India for a minimum period of five years, which may be further extended at
the discretion of the BUYER.
(viii) To recover all sums paid in violation of this pact by the BIDDER(s) to any
middleman or agent or broker with a view to securing the contract.
(ix) In cases where irrevocable letters of credit have been received in respect of any
contract signed by the BUYER with the BIDDER, the same shall not be opened.
(x) Forfeiture of performance bond in case of a decision by the BUYER to forfeit the
same without assigning any reason for imposing sanction for violation of this pact.
6.2 The BUYER will be entitled to take all or any of the actions mentioned in para 6.1 (i) to (x)
of this pact also on the commission by the BIDDER or any one employed by it or acting on
its behalf (whether with or without the knowledge of the BIDDER) of an offence as defined
in Chapter IX of the Indian Penal Code 1860 or Prevention of Corruption Act, 1988 or any
other statute enacted for prevention of corruption.
6.3 The decision of the BUYER to the effect that the breach of the provisions of this pact has
been committed by the BIDDER shall be final and conclusive on the BIDDER. However,
the BIDDER can approach the Independent Monitor(s) appointed for the purposes of this
pact.
7 Fall Clause
7.1 The BIDDER undertakes that it has not supplied/ is not supplying similar services at a
lower price than that offered in the present bid in respect of any other Ministry/Department
of the Government of India or P.S.U. and if it is found at any stage that similar services
was supplied by the BIDDER to any other Ministry/Department of the Government of India
or a P.S.U. at a lower price, then that very price, with due allowance for elapsed time, will
be applicable to the present case and the difference in the cost would be refunded by the
BIDDER to the BUYER, if the contract has already been concluded.
8. Independent Monitors
8.1 The BUYER has appointed Independent Monitors (hereinafter referred to as Monitors) for this
pact in consultation with the Central Vigilance Commission. The Monitors are:
(i) Shri Shyam Lal Bansal, Ex-CMD of Oriental Bank of Commerce, A-1202A, 13th Floor, La
Lagune, Sector-54, Gurgaon-122001. Ph. 0124-4912161; 8800144999; E-mail:
sl.bansal@yahoo.com.
(ii) Shri Kata Chandrahas IRS (Retd.), G-1, Reliance Homes, 8-2-547/R, Road No. 7,
Banjara Hills, Hyderabad – 500034. Ph.040-23354178; 8008449678, E-mail:
kchandrahas@yahoo.com.
8.2 The task of the Monitors shall be to review independently and objectively, whether and to
what extent the parties comply to the obligations under this pact.
8.3 The Monitors shall not be subject to instructions by the representatives of the parties and
perform their functions neutrally and independently.
8.4 Both the parties accept that the Monitors have the right to access all the documents relating
to the project/procurement including minutes of meetings.
8.5 As soon as the Monitor notices, or has reason to believe, violation of this pact, he will so
inform the Authority designated by the BUYER.
8.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all
documents of the BUYER including that provided by the BIDDER. The BIDDER will also grant the
Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional
access to his documents. The same is applicable to sub-contractors. The Monitor shall be under
contractual obligation to treat the information of the documents of the BIDDER / Sub-contractor(s)
with confidentiality.
8.7 The BUYER will provide to the Monitor sufficient information about all meetings among the
parties related to the service provided such meetings could have an impact on the contractual
relations between the parties. The parties will offer to the Monitor the option to participate in such
meetings.
8.8 The Monitor will submit a written report to the designated authority of the BUYER / Secretary
in the department within 8 to 10 weeks from the date of reference or intimation to him by the
BUYER / BIDDER and, should the occasion arise, submit proposals for correcting problematic
situations.
9. Facilitation of Investigation
In case of any allegation of violation of any provisions of this pact or payment of commission, the
BUYER or its agencies shall be entitled to examine all the documents including the books of
accounts of the BIDDER and the BIDDER shall provide necessary information and documents in
English and shall extend all possible help for the purpose of such examination.
This pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the
BUYER.
The actions stipulated in this integrity pact are without prejudice to any other legal action that may
follow in accordance with the provisions of the extant law in force relating to any civil or criminal
proceedings.
12. Validity
12.1 The validity of this Integrity Pact shall be from the date of its signing and extend up to five
years or the complete execution of the contract to the satisfaction of both the BUYER and the
BIDDER, including warranty period, whichever is later. In case BIDDER is unsuccessful, this
Integrity Pact shall expire after six months from the date of the signing of the contract.
12.2 Should one or several provisions of this pact turn out to be invalid, the remainder of this pact
shall remain valid. In this case, the parties will strive to come to an agreement to their original
intentions.
13. The parties hereby sign this Integrity Pact at ______on _________
14.
BUYER BIDDER
Designation Designation
Department Department
Witness Witness
1. 1.
2. 2.
ANNEXURE VI
Dear Sir,
This is to notify you that our Company intends to submit a Bid in response to the EOI for “HRMS
Project of LIC”.
We confirm that the information contained in this response or any part thereof, including its
exhibits, and other documents and instruments delivered or to be delivered to LIC is true,
accurate, verifiable and complete in all aspects. This response includes all information necessary
to ensure that the statements therein do not in whole or in part mislead LIC in its short-listing
process.
We fully understand and agree to comply that on verification, if any of the information provided
here, is found to be misleading the short listing process or unduly favours our Company in the
short listing process, we are liable to be dismissed from the selection process. We understand
that we are liable to be dismissed from the selection process if any association is revealed that
may give rise to conflict of interests.
It is hereby confirmed that I/We are entitled to act on behalf of our Company/ Firm/ Organization
and empowered to sign this document as well as such other documents, which may be required
in this connection.
(Signature)
(In the capacity of)
Duly authorized to sign the EOI response for and on behalf of:
Sincerely,
Signature
Date
(Name and Address of Bidder) Seal/Stamp of the Bidder
1. Title Page
2. Table of Contents
3. Executive Summary- Limit this section to a brief narrative highlighting the Bidder’s
proposal. The summary should be oriented toward non-technical personnel.
4. Annexure I -Pre-Qualification Criteria
5. Annexure II-General Information about the Bidder
6. Annexure III-Compliance Statement
7. Annexure IV-Technical Particulars to be provided by the Bidder
8. Annexure V- Integrity Pact Agreement
9. Annexure VI- Covering letter from the Bidder
10. Bid Security – Demand Draft/ Pay Order
General Information about the Bidder - Include a narrative description of the company and the
strengths/weaknesses of the proposed HRMS. If multiple firms are represented in the proposal,
include this information for each firm.
Provide Listing of software installations by name. Please list PSU/Government customers first.
Also include the number of users, modules implemented, system integrations and data
migrations and any material (including letters of support or endorsement from clients) indicative
of the Bidder’s capabilities.
Disclosure of any judgments, pending litigation, or other real or potential financial reversals that
might materially affect the viability of the Bidder(s) organization, or the warranty that no such
condition is known to exist.
Disclosure of any known or planned sale, merger or acquisition of Bidder’s company (ies).In the
case of partnered or combined responses, the nature of the relationship among the parties must
be described. Include whether the parties collaborated previously and the intended relationship
and reporting structure for the proposed project.
Proposed Application Software and Computing Environment - The Bidder must present, in
detail, features and capabilities of the proposed application software. The Bidder should provide
comprehensive information about the actual solution and services being proposed to address the
requirement. The content may overlap the content provided in other sections of the response, but
should attempt not to directly replicate other content.
c. The software product/solution should offer a feature set that includes support for streamlined
development of an efficient document management database for electronic and non-
electronic documentation.
d. Ability to access the system via client software or web based interfaces across a multitude of
different platforms (Linux, Windows, Mac, Android, iPad tablets and so on) and the ability to
directly integrate with other application in LIC.
e. The software should run well in a virtual server environment and should include an effective
and efficient plan for data backup and data redundancy. Hardware requirements for the
solution should be highly flexible.
2. Electronic forms
4. Process automation
7. Case Management
Hardware Environment: Describe the hardware environment required to utilize the proposed
software. In the event there is more than one suitable hardware platform, list the best options
indicating the relative strengths and drawbacks (if any) of each.
Network Environment: Describe the network environment required to utilize the proposed
software. In the event that there is more than one suitable network configuration, list options
indicating any relative strengths and drawbacks of each.
Operating System(s): Identify the operating system(s) required by the proposed application
software and database management system in the hardware environment recommended above.
In the event there is more than one suitable operating system, list all options indicating any
relative strengths and drawbacks of each.
Database Platform(s): The Bidder should identify the ideal database platform for the proposed
software. In the event there is more than one suitable database platform, list all options
indicating any relative strengths and drawbacks of each.
Desktop Requirements: Identify the desktop computer hardware and software specifications
that are required by the HRMS. Include typical requirements for a “power user,” occasional
casual user, report viewer, system administrator and work requestor.
Integration Capabilities: Provide the capability statement on how the proposed HRMS can
integrate with the Core business application of LIC.
System Security: The Bidder must include a detailed description of the proposed solution’s
security features. A description of how to secure transactions in a distributed network, over LAN,
WAN and VPN connections must also be included.
The Bidder must also explain in-detail, the security model of the application, and describe
generally the tasks required to configure and maintain application security. Please state if and
how system security or user validation can be integrated with MS Active Directory, Custom
Security Module or Single Sign on Solutions.
HRMS Implementation Plan: LIC recognizes that in HRMS there are many possible approaches
to implementation. The proposed implementation plan should reflect a best-practice based
scenario as per the Bidder’s past experience and industry knowledge.
2. Solution map.
3. A visual representation of the components and high-level landscape of the proposed HRMS.
Indicate partner product integration points, future modules and anticipated integration with
current systems at LIC (Core Insurance, EDMS, MS Exchange, Online Portal, Website,
Underwriting system, etc).
4. Recommend implementation approaches for hosted models including centrally hosted and/or
distributed local environments.
11. Comments on the common document classification (Taxonomy) across the LIC for effective
document retrieval.
12. HRMS Migration Plan - Ease of migration, total cost, production implications such as end-user
training and adoption, downtime and overall effort will be the key factors in evaluating a
migration decision.
1. Recommended approach
Additional Documents:
To establish a complete and competitive bid, Bidders are encouraged to include sample copies of
the following documents:
1. Case studies focusing on document management and web content management for past
implementations of similar scope. If possible, also include case studies for the digital asset
management and learning content management components.
End of Document