Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
e-TTD Project
Page 1 of 64
RFP-1(Selection of Consultant)
Table of Contents
1 2 3 4
Page 2 of 64
RFP-1(Selection of Consultant)
1 1.1
Over the long period of its existence, TTD has established standard systems and procedures for discharging the various functions efficiently. However, it is seen that
with the phenomenal growth in the number of pilgrims visiting Tirumala, there is a considerable pressure on all the systems, which are substantially based on manual operations.
TTD has been making continuous efforts in establishing modern systems to provide more efficient services and to cope up with the increasing demand. e-Darshan, eBooking, Call Center and a centralized payroll system are some of the major results achieved through introducing IT. Although these efforts have shown promise, they have been inadequate to make a deep impact in alleviating some of the major hardships and in fostering a structured and streamlined pilgrim eco-system. Besides, the back office and support functions too require serious focus and study for reengineering and transformation.
In this context, TTD wishes to create a program for study and design of transformational systems for pilgrim services and the temple administration.
Page 3 of 64
RFP-1(Selection of Consultant)
1.2
Vision
To contribute to the spiritual well-being of the devotees by making available a comfortable, hassle-free pilgrim eco-system (structured bookings, clean stay, unhurried darshan, pleasant participation in sevas, and ample prasadam) in a devout and holy environment.
1.3
Project Context
In the absence of a concerted effort in redesigning the systems of management and administration and with growing pressure on its limited resources, TTD is confronted currently with several problems and issues, which if left without attending, may jeopardize the functioning of the institution in the years to come. Some of the major issues confronting the management currently are mentioned below:
Quality of services offered to the pilgrims: Significant improvements have been achieved through IT enablement and use of bio-metric systems in facilitating quick service, decent amenities, comfort and security to the pilgrims. At the same time there has been progressively large growth in the number of pilgrims visiting the shrine for Darshan year on year. This has led to a huge surge in the demand for limited resources on top the hill. This has created an immense pressure on supply side, leading to bottlenecks, delays, shortages and sub optimal utilization of resources. From the pilgrims point of view, this translates to long hours of waiting for each and every service, lack of predictable and reliable amenities, haphazard rush for this or that service, unplanned spending on food and other comforts, falling easy prey to unscrupulous elements and loss of precious time in ascertaining accurate information, schedules and arrangements. This calls for a through study of both demand and supply sides, queue patterns, alignment of the complete chain of activities from transport, check-in, tonsure, wash, waiting in the queue, darshan, prasadam and such others. The study should evolve solutions tempered by the specific practices and traditions of the temple, which can align the supply side resources to the smooth flow and enhancement of the chain of activities, enabled by integrated service centres and enterprise-scale IT systems.
Page 4 of 64
RFP-1(Selection of Consultant) In the larger context, this study should fundamentally relook at the entire gamut of the operational components to assess the growth challenges in the near term, medium term and long term, by identifying triggers and solutions that can be mapped to the specific timeframes.
Huge areas of discretion: Despite the continuous efforts during the last decade, to modernize the system of booking and reservation, it is seen that there are huge areas of discretion that are handled manually. This has been giving raise to undesirable practices. While the role of discretion in a dynamic environment like that of the TTD can not be eliminated altogether, there is certainly room for a significant reduction in the number of areas of discretion as well as the extent of discretion in each area.
Heavy dependence on manual systems: TTD depends on manual systems heavily for a majority of its operations. The paper-based and stand-alone
approach brings with it all the drawbacks of bureaucracy, besides placing serious limitations on the efficiency that can be reached in such systems. The backend systems and processes need a heavy dose of re-engineering, if the growth has to be sustained without compromising the managerial effectiveness in future.
Shortage of most needed skill sets: In view of the substantial legacy that the institution has, there is a serious gap in the kind of skill sets required for establishing and maintaining modern systems in operations. An overwhelmingly large proportion of the present manpower has skills that are antiquated and not conducive to ushering in modern systems. There would also be serious issues of attitudes and mindset, making the change management quite a challenge.
Absence of a holistic approach: Attempts at bringing in process reforms in the past have been characterized by their stand-alone approach. Even the few IT systems developed suffer from lack of architectural, enterprise and security perspectives. Adoption of such stand-alone and ad hoc approach is likely to create serious problems in future.
Page 5 of 64
systems requires several fundamental policy decisions to be taken in the areas of organizational restructuring, reduction in the areas of discretion, abandoning ageold systems and changing of the procedures. Getting the concurrence and support of all the stakeholders to such fundamental changes is also a matter of great concern.
1.4
Process Reforms and Reengineering Technology Architecture Change Management A business model to facilitate private partnership
1.4.1
A reform program is likely to bring several benefits including the following in the functioning of TTD:
a. A service oriented approach would substantially bring in an integrated, seamless and any-where any-time service delivery model, adding significantly to the convenience of the pilgrim community. b. Adoption of a Technology Architecture approach would ensure that the technological strategies and interventions are perfectly aligned with the functional and business requirement of TTD. c. A systematic effort in Business Process Re-engineering would bring in internal efficiencies to support the requirements of a transformation agenda. d. The systemic approach would also result in enhancement in the transparency of the operations. This would result in elimination of the scope for misuse or of the occurrence of malpractices at the cutting edge. e. The introduction of systems of workflow automation would result in significant gains in internal efficiencies.
Tirumala Tirupati Devasthanams Page 6 of 64
RFP-1(Selection of Consultant) f. Concepts of Enterprise Resource Planning Performance Management and Evaluation. g. The adoption of e-Procurement, results in significant savings in procurement spending, besides enhancing the efficiency and transparency of procurement. h. The introduction of a comprehensive Human Resource Management System would add immensely to employee welfare and satisfaction. i. Use of Integrated Financial Management would enhance the discipline and effectiveness of financial operations. result in a rational system of
1.5
Stakeholders Pilgrims
comfortable
consistent
quality
availability of quick and reliable information, ability to have peaceful and spiritual darshan. Employees Opportunity for enhanced personal contribution and growth, job satisfaction, a healthy and efficient work environment, ability to provide consistent service to the pilgrims TTD executive management Increased efficiency, transparency and
accountability in the functions related to providing services to the pilgrims Government of AP Effective monitoring of the temple activities, improved management coordination with the temple
Page 7 of 64
RFP-1(Selection of Consultant)
1.6
1.7
Page 8 of 64
RFP-1(Selection of Consultant)
2.1
Administrative Setup
Tirumala Tirupati Devasthanams (TTD) administration is governed by Sections 95 to 131 of the A.P. Charitable and Hindu Religious Institution and Endowments Act 1987 (the Act). The overall control and superintendence over the administration of the entire TTD, vests in the Board of Trustees (the Board) which exercises the powers vested in it under the Act and discharges the functions entrusted to it under the said Act or as may be conferred on or entrusted to it by Government. The Executive Officer is the Chief Administrative Officer of the TTD, responsible for the day to day administration. The Executive Officer is responsible for implementing the decisions of the Board and for carrying out all or any of the provisions of the Act and the directions issued by Government in terms of the Act. When a Management
Committee is constituted under Section 97 A of the Act, the administration of the TTD shall vest in the Committee which exercises the powers and performs the functions entrusted to it under the Act and such other powers as may be prescribed.
The Joint Executive Officer, the Chief Engineer, Deputy Executive Officers and other officers of the TTD, are not vested with any original powers or functions or duties by the Act as such. However, for carrying out all or any of the provisions of the Act, the Government have framed and notified by Government of Andhra Pradesh from time to time. By these rules, certain powers which are essential for carrying out the day to day administration have been conferred on the Executive Officer and on certain subordinate officers.
The TTD administration shall, in addition to the powers conferred and functions entrusted to it by this Act, exercise such other powers and perform such other functions as may be prescribed in regard to matters of policy and general superintendence in relation to the administration of TTD having due regard to public
Page 9 of 64
RFP-1(Selection of Consultant) interest and the services and amenities to be provided to and welfare and safety measures to be undertaken for, the pilgrims, devotees and worshippers.
The administration also looks after the working of a number of local temples among them, are the Govindarajaswamy Temple (GT), Kodandaramaswamy Temple (KRT) at Tirupati, Sri Kalyana Venkateswaraswamy Temple (SKVST) at Srinivasa Mangapuram, and Padmavathi Ammavari temple (PAT) at Tiruchanoor, and Kapila Teertham (KT) etc.
1. In addition, there are services like Koluvu, first archana, nivedana, second bell, sarvadarshanam, ekantha seva, ashtadala pada padmaradhana etc.
2. The figures relating to pilgrim traffic are huge and mind-boggling. Consider the following for an understanding of TTD operations:
During 2009-2010, a total of more than 2.50 crore people had darshan of the Lord More than 40.00 lakhs people had special darshanam During the same period, nearly 14.20 lakh arjitha sevas have been performed Kanuka, Arjitham, Special entrance and Proktham earned more than Rs.763 crores. More than Rs.521 crores has been collected through the Hundi. More than Rs.70 crores revenue has been derived through sale of human hair. Nearly 1,000 suites and rooms, many of them free of charge, are managed by TTD at Tirupati Base Camp for the pilgrims stay, generating more than Rs.2.00 crore in receipts during 2009-2010. Payments amounted to more than Rs.50 crores during this period.
Tirumala Tirupati Devasthanams Page 10 of 64
RFP-1(Selection of Consultant) On the hill, at Tirumala, nearly 6,850 rooms are managed for pilgrims stay. In addition, there are pilgrim amenities centres three at Tirumala and one at Tirupati with dormitory-like facilities (lockers, hot water etc). These can accommodate about 10,000 on the hill and about 3000 at the base station. There is a provision to reserve the accommodation in advance through different channels ARP counters, Information Centres at all District HQs and metro cities, and through the Internet.
2.3
2.4
Page 11 of 64
RFP-1(Selection of Consultant)
2.5
2.6
2.7
Page 12 of 64
RFP-1(Selection of Consultant)
2.8
2.9
Marketing
Marketing focuses on purchase of quality material for all the TTD institutions through a centralized purchase function. These materials include expensive dry fruits, condiments required for the preparation of prasadam, as well as other commodities required for other purposes. In addition, this department is responsible for selling the human hair collected at the Kalyanakatta. During 2009-20010, more than Rs.64.56 crores worth of material has been purchased. Receipts during the same period amount to nearly Rs.70 crores.
2.10 Properties
The properties cell deals with acquisition of properties through land acquisition / private negotiations, removal of encroachments, suits related to immovable properties, correspondence related to acquisition of Kalyanamandapams, Basic registers, Gift properties, alienation of lands, and Wills and Endowments. Several properties are gifted to the Lord by devotees. TTD has a mandate to secure all such properties and manage them.
Page 13 of 64
RFP-1(Selection of Consultant) degradation of the forests, maintain wild life, conserve the water resources etc., During 2006-2007, receipts amounted to nearly Rs.20.25 lakhs and payments nearly Rs.879.78 lakhs.
2.13 Transportation
TTD maintains a fleet of about 300 vehicles for ferrying pilgrims as well as for departmental travel. During 2009-2010, receipts amounted to about Revenue Receipts Rs.1.2 crores and Revenue payments Rs.22.98 crores.
2.15 Publications
TTD brings out a monthly magazine in several languages to promote the cause of Hindu religion. The magazine has an average yearly circulation of more than 7 lakh. In addition, they fund the publication of religious books written by renowned authors.
Page 14 of 64
RFP-1(Selection of Consultant)
3. 0 Scope of Work
The work under this RFP primarily deals with consulting services for two broad areas of work under Schedule-A and Schedule B respectively.
3.1
Schedule-A
Scope of work comprises (a) the study of existing processes, (b) documenting the requirements for transformed services, (c) assembling an RFP for selection of an
implementation agency, and (d) managing the bid process for selection of an implementation agency.
Page 15 of 64
RFP-1(Selection of Consultant)
3.2
Schedule-B
Scope of work comprises a scientific study of the demand patterns, growth triggers, challenges and scale of supply upgradation to meet the demand, alignment of chain of activities, from a perspective of near term, medium term and long term. Such demand, manifested in the aggressive growth in the number of visitors year on year, would in the long run spawn a huge surge in all the services in the chain such as darshan, accommodation, tonsuring, arjitha sevas, free meal, prasadam, sanitation, drinking water etc., besides challenging the travel arrangements back and forth. This study needs to examine the feasibility of, and strategy for streamlining the visitor inflow by regulating them at Tirupati, balancing and optimizing uphill-downhill accommodation, mechanical interventions like automated movement system, regulating uphill travel by automobiles, etc. This study should be able to produce a few quick inputs which can be incorporated in the design of Schedule-A activities, in addition to a comprehensive time-phased perspective plan for the overall objective of demand and supply matching. An essential first step for the Consultant is to assemble all the major stakeholders on a common platform, where they can freely articulate their objectives and aspirations; to harmonize them against the Consultants own outside in perspective, and finally to arrive and agree on a common, shared vision of the project and to build a sense of ownership among the stakeholders. The following discussion details some major areas of concern.
3.3
3.3.1
Page 16 of 64
RFP-1(Selection of Consultant) To improve the Pilgrim Services at Tirupati and Tirumala and to alleviate the
hardships, all systems catering to various pilgrim services need to be thoroughly studied and suitable recommendations need to be made for alignment of the complete chain of pilgrim activities to the various services and amenities, supported by integrated IT infrastructure, predictable queue management, reliable logistical systems and one-stop service centres. These include Accommodation both at Tirumala and Tirupati, Darshan management, various schemes for special darshan, and finally, Reservations and ticketing for Arjitha sevas. Information needs of pilgrims have to be gathered and innovative channels for dissemination in a comfortable and human friendly fashion through such means as one-stop service centres need to be explored and suggested, 3.3.2 Category-II Enterprise functions These services are required to be fully automated to make them more efficient, effective and timely. Where already some computerization has taken place, such components need to be consolidated into an integrated system. These processes, therefore, need to be studied and a Functional Requirement Specification (FRS) prepared that captures the TO-BE state of these processes. These include areas such as finance and accounts, human capital management, e-procurement etc. The consultant should also look into the possibility of, whether an ERP system would be required to address these areas.
3.4
3.4.1 Category I
1. Pilgrim Services
1. Use of a single integrated database and application for all electronic booking services - which is scalable for future enhancements (to be available to diversified delivery channels),
Page 17 of 64
RFP-1(Selection of Consultant) and very user-friendly. 2. Provision for a single-window booking for Darshan,
accommodation and sevas. Study the feasibility of bookings with time sequenced availability of service in integrated way. 3. Access to booking from in-house counters as well as Offsite counters including making available through innovative service models. 4. Redesign the booking facilities and counters to bring uniform look and feel 5. Service of Sudarshan Registration remote, local and online 6. Service of accommodation reservation of different types including locker allotments 7. Registration of Arjitha Sevas in remote, local and online modes 8. Package of Services like Sudarshanam, transport, free accommodation, combinations 9. Different types of Darshan Bookings including local temples 10. VIP services and discretionary quota 11. Requirements for 24x7 Call Centre for Pilgrim Services 12.Status checking through other channels (LCD displays in-house as well as offsite, television, Kiosks and print media 13.Integration of Cottage Allotment, Arjitha Sevas with Accounts and Finance 14. System of laddu issuance 2. Accommodation Services There are several types of accommodation available in Tirumala as well as in Tirupati. There are choultries, cottages and dormitories. In addition there are Kalayana mandapams (Marriage Halls). Some of these are given free, while others charge a rent. There is also a facility for donors to use specific cottage rooms for a limited number of days, on non-peak days. There are institutional donors, who own and manage their own cottages. The following are some of the major requirements. 1. Ability to book accommodation of different types, locally, online tonsure and laddu along with different
Page 18 of 64
RFP-1(Selection of Consultant) and through offsite counters 2. 3. Accurate, up to the minute information on occupancy Integration with Accounts System.
Detailed Study of the process and suggest on reengineering / improvements, this includes recommendations on outsourcing and designing other service models.
2.
Process automation (including video capturing of key events), to facilitate online availability of information
3.
Possibility of implementing the same system in far off points / extensions of Kalyana Katta i.e. Choultries etc.
4. 5. 4. Trust 2. Annadanam 1.
Work allocation, attendance, work completed by each Tonsurer. Integration with Accounts System. Issue and validation of daily free meal tickets including possible usage of counting devices or other technologies. Stock indenting, purchase and goods receipts Tracking of Donations, time expiry of Donor entitlements
Accounts reconciliation and Integration with Accounts System. Stock issue Stock reconciliation (against issue of laddus) Integration with Accounts System
An evaluation needs to be done if these temples require stand-alone systems development or whether these can be integrated as partitions in the larger systems to be deployed at TTD. The following is the scope, irrespective of whether it is going to be a stand alone system or integrated deployment at TTD. 1. 2. 3. 4. Electronic indenting of Goods and Services Electronic register to maintain stock position, receipts, issues Electronic stock statements Electronic reconciliation of cash receipts through sale of prasadam, sevas and darshanam (possibly using Point-Of-Sale devices) 5. Connectivity to about 5 temples (PAT, GT, KT, KRT & SKVST
Page 19 of 64
3.4.2 Category II services 1. Human Resource Management As the Human Resource management is the key to any organization, the current HR practices need to be studied and recommend actions made on managing HR functions from Recruitment to Retirement. A major component of this activity will be Performance management and incentivization.
Study the HR processes with a view to understanding the gaps in the process and recommend suitable designs to make these processes more efficient and transparent. TTD employs in all categories put together (i.e. regular, deputation from
government and its agencies, temporary, part-time, contractual, out-sourced) about 10,000 people currently spread over about 15 locations spread across India. Of these, about 80% work at Tirupati and Tirumala, 15% in other districts of A.P., rest in other parts of India. Look at the following for a list of possible interventions: 1. Need for a comprehensive HR information system detailing such things as employee profiles, past and current training needs, pay scale information, postings, transfers,
promotions and disciplinary incidents etc. 2. Integration with Pay & accounts Office, Service Registers, Audit Wing, Accounts wing and Finance Wing, Leave Accounts, Loan Accounts etc., 3. Recruitment of permanent and contract staff, manpower
Page 20 of 64
RFP-1(Selection of Consultant) requirement prediction, retention, and other service matters, Possibilities on agencies. 4. Study the existing EDP Department of TTD and recommend a suitable IT organization structure, roles, broad skill levels and job descriptions in order to elevate the IT function into an inhouse resource base providing premium services in the areas of IT infrastructure, IT application development, software quality assurance, configuration management, system audit etc. out-sourcing and hiring out-sourcing
2.
Finance
and Finance and accounting is a pivotal activity that brings together a diverse set of processes around it; the linkages should be studied with other departments like Inventory and marketing, and proper redesign needs to be suggested
Accounting
Study the exiting finance and accounting systems of TTD, with a view to understand a) Accounting procedures, b) Receipts from different units, including foreign currency Capital Assets c) Treasury functions and bank reconciliation including bank guarantee management d) Expenditure approvals, tracking, cheque registers etc f) Taxes and Statutory compliance including IT, VAT, Service Tax compliance g) Financial Approvals and MIS Reports in Financial accounting f) Budgeting which includes Cost planning, Distribution of costs, Cost Element & Cost Centre Accounting g) Internal Orders and MIS Reports in
Page 21 of 64
RFP-1(Selection of Consultant) controlling h) Funds tracking including Donations and Grants, Leasing of assets i) Auditing Pre-audit, Post audit, Internal audit j) Payroll processing Payroll Elements Wage Types and Grades Scale Types and levels Promotions, Transfers, Leaves (All leaves and its regulation) Increments, Loans and Advances, Recoveries and Pay Fixations MIS and Statutory Reports in Payroll k) Jewellery appraisal Master list of jewellery Appointment of appraisers Auctions Process of valuation Receipts and selling of Jewellery
deputation Process for authentication Process for recording the transactions and audit trail Online information about collection and
remittances Exploring the possibilities of currency counting machines and other automation machines. Design a comprehensive solution that implements accrual based accounting and seeks to integrate the existing and ongoing
Page 22 of 64
RFP-1(Selection of Consultant) coherence and harmony. The solution must lay down clear information flow from the drawing units to the central solution. 3. e-Procurement and Works Management (Engineering Services) For all procurement of goods and services the procurement cycle needs to be studied in detail, the possibility of adopting an e-Procurement approach needs to be thoroughly evaluated. Existing applications of e-Procurement are an important element of TTD operations and must be leveraged during the study. A number of civil and engineering works are undertaken by TTD as part of internal service. The process for works planning, estimation, and execution needs to be studied and suggestions for improvement to be made. Study the Engineering Works management processes with a view to understanding their execution life-cycle, and design suitable interventions to make these processes more efficient, and transparent. Works amounting to more than Rs.100 crores are executed per year by TTD.
Look at the following for a list of possible interventions: 1. Electronic Request for Work 2. Tools for estimation, including historic data about past works 3. Electronic payments for works 4. Study e-Procurement for Engineering works and recommend a) Improvements b) Amplifying the scope of e-Procurement 5. Project planning and monitoring. 6. Connectivity to Accounts System 4. Asset and Property Management TTD is the owner of numerous assets and properties in and around the Temple, as well as in other places across the country. A complete tracking of these properties needs to be studied and a good system of asset tracking needs to be proposed.
Page 23 of 64
RFP-1(Selection of Consultant) 1. Asset acquisition and Asset inventory (unique asset id) 2. Depreciation of Assets 3. Asset transfers and disposal of assets 4. Assets database, tracking, and maintenance ( Moveable & Immovable ) 5. Taxation on assets 6. Work Order generation for maintenance work 7. Tracking of litigation 8. Connectivity to accounts System and MIS Reports in Asset Management 9. Demand, Collection and Balance for Revenue 5. Document Management 2. 1. Scanning and archival solution for various documents, files, manuscripts etc User-friendly interface to access, browse, query and search the archives for specific information 3. 4. 6. Purchase and Inventory (referred to as Marketing in TTD) Solution must design a standard meta-data Efficient indexing to be suggested
Study the existing purchase and stores functions, with a view to understand a) the internal supply process life-cycle, e-tendering, testing and
procurement,
inwarding,
warehousing,
fulfillment of needs; b) c) the bottlenecks to their efficient functioning; the possibilities and options regarding Centralizing
purchase functionality, approvals of purchase requisitions and purchase orders, vendor evaluation process and MIS reports in purchasing. d) The gaps in the expertise of TTD staff with respect to the above functions Design a comprehensive solution that caters to the entire gamut of supply chains across departments, including consumables, office supplies, fixtures, kitchen supplies, transport supplies etc., To tracks their acquisition, T&P registers, contracts, AMCs,
Page 24 of 64
RFP-1(Selection of Consultant) servicing schedules etc. Look at the following list for possible interventions: 1. Study the online auctioning of human hair And suggest improvements to build expertise and capacity 2. Study e-Tendering of Condiments and suggest a) Improvements to the process and b) Opportunities to expand the ambit of e-Tendering to other consumables and prasadam ingredients 3. Electronic tracking of indents, stock, issues, receipts, debtors, creditors, and payments in an integrated fashion
4.
Connection to the stock points and warehouses to facilitate 3 above; there are about 7 stock points on the hill
and more than 10 in Tirupati. 5. 6. Payments through electronic means (ECS) Miscellaneous procurement (a simple store and retrieve system to monitor this) along with connection to the main system. 7. Study the Quality Control testing facility available at Tirumala and suggest: a) Improvements b) Methods to build expertise and capacity c) Feasibility of creating a Testing Laboratory at the point of stock receipt (at Tirupati) 8. Electronic tracking of stock availability at the main Kalyanakatta and about 10 mini Kalyanakattas (human hair tonsuring centres) at Tirumala on a real time basis. 9. Management of stock registers for all consumables, tools, computing equipment, fixtures, furniture, office supplies etc. 10. Opportunity for commissioning Point-Of- Sale devices at critical interfaces 11. Connectivity to Accounts System.
Page 25 of 64
RFP-1(Selection of Consultant) 7. Transport 1. 2. 3. 4. Vehicle scheduling standard as well as adhoc Muster for the drivers Fuel accounting Schedule-I maintenance: minor maintenance for the vehicle at the end of day 5. Schedule-II maintenance: Periodic mandatory docking of the vehicle for complete maintenance 6. Tracking and Alerts for Miscellaneous tasks like Vehicle fitness tests, vehicle insurance and vehicle taxes 7. 8. 9. Stores of spare parts Purchase and Auction of vehicles Connectivity to accounts System
8. Management of Scope includes tracking of Grants / funds, UCs, submission of TTD run institutions progress and status reports on their functioning and connectivity to Accounts System for the following TTD-run institutions: 1. 2. Welfare Institutions Educational Institutions including religious education institutions. 3. Medical Institutions and Hospitals
The scope is limited to reporting requirements of these institutions to TTD including a. Financial Accounting b. Fixed Asset Management c. Accounts Receivable and Accounts Payable d. Planning and monitoring of progress e. HR and Payroll in these institutions f. MIS Reports
3.5
Page 26 of 64
RFP-1(Selection of Consultant)
3.6
3.7
3.8
3.9
implementation, and for ensuring that the Implementing Agency complies with the overall provisions of RFP-2. This mechanism, or PMU, shall be entrusted with keeping a track of the overall progress and health of these initiatives. Consultant shall prepare a model structure, along with the requirement of people (qualifications,
Page 27 of 64
RFP-1(Selection of Consultant) experience, numbers) and their roles and responsibilities, and the infrastructure (H/W and S/W) required for the PMU.
Page 28 of 64
RFP-1(Selection of Consultant) a. Guidelines for Information capture, storage, retrieval and presentation across the organization b. Data Centre: Capacity planning, Bill of Material for DC, Location, and Backups c. Disaster recovery: IT continuity planning, need for mirroring / redundancy and recommendations for Disaster Recover Centre (DRC) d. Intranet for use by employees providing collaboration, email, discussion forums and online chatting. e. Knowledge Management infrastructure for tracking GOs, circulars, case laws, Standard Operating Procedures and employee profiles etc. f. A system for managing various manual registers, Tools and Plants, Tappals etc in electronic form across the organization, so as to avoid paper proliferation and information duplication g. IT security policy h. Guidelines for systemic IT enablement including computing power to end users 8. Create the necessary functional descriptions into a System Requirements Specification 9. Identify and document the technical, manpower and resource requirements 10. Identify and document the cost and time for implementation 11. Create a full-fledged project plan for implementation 12. Identify and document the SLA requirements for implementation 13. Create the Acceptance testing and certification requirements 14. Document the Change management and capacity building requirements 15. Identify and document biding terms, qualifying criteria, evaluation criteria, bidding formats, SLA terms, contractual terms etc for implementation 16. Manage the complete bidding process to select the implementation agency
3.12 Deliverables
3.12.1 Report-I A1. Preparation of IT Vision, Mission and Strategy for next 10 years: After consulting with all the stakeholders and on completion of Vision Workshop, these need to be finalized and brought in tune with the stakeholder expectations.
Tirumala Tirupati Devasthanams Page 29 of 64
RFP-1(Selection of Consultant) A2. Report on AS-IS study: On the services and process outlined in the scope of work. This report would bring out the current situation of the TTDs services, process, the problems and issues with the present practices and system. A3. Report on TO-BE design: on the services and process outlined in the scope of work. It will also set benchmarks on various parameters of efficiency, transparency and accountability. A3.1 RE-ENGINEERED processes for Category-I and II A3.2 FRS for Category-I and II services
3.12.2 Report-II B1. Technology architecture and solution model that will support the implementation of the functional requirements for the processes in scope, including Database architecture, network architecture, hardware, partitioning of applications, security architecture, security policy, data centre model, disaster recovery model etc. B2. Make-Buy matrix for selecting an ERP solution for qualifying (candidate) services indicating specific product to be selected B3. Phasing strategy for prioritizing the implementation of services B4. Report on Service areas, services, and service levels and metrics for the list of services emerging from the scope of work B5. Report on SREE SEVA service centre architecture, possible locations, specifications for interiors, bill of materials for hardware B6. Data entry and migration strategy B7. Acceptance Testing and Certification methodology 3.12.3 Report-III C1. Recommendations on Change Management Strategy including on organization restructure to support the redesigned services C2. Capacity building and Training Plan C3. Implementation models including PPP C4. Cost estimate for the entire program for 5 years C5. Recommendations on the IT organization for TTD C6. Recommendations for setting up a PMU to monitor the implementation 3.12.4 Report-IV
Tirumala Tirupati Devasthanams Page 30 of 64
RFP-1(Selection of Consultant) D1. Long term plan incorporating the results of the scientific study of queue patterns and Demand-Supply matching 3.12.5 Report-V E1. RFP-II will consist of the complete set of documentation required for selecting the Implementation Agency (IA) including functional requirements and technical specifications, pre-qualification criteria, operational and legal specifications, SLAs, Commercial Specifications, evaluation criteria, terms & conditions E2. Recommendations on the selection of IA and Draft Contract Agreement to be signed between the IA and the TTD.
Page 31 of 64
RFP-1(Selection of Consultant)
4.0 4.1
2. The bid shall be valid for a period of 180 (One hundred eighty) days from the date of submission. Selected consultant shall enter into a formal contract with TTD and provide necessary performance guarantees as required.
3. The bidder shall deploy large multi disciplinary team to work in parallel, concurrent streams so as to reduce the over all turn-around time.
4. The bidder shall deploy adequate number of people who are conversant with the local language and culture, with atleast one person in leadership position.
5. All expenses incurred by the bidder for the purpose of bidding, such as cost of bid preparation, presentations, seeking clarifications, correspondence, travel, printing, postage etc shall be borne by the bidder. TTD shall not bear any liability for the same.
6. The Executive Officer, TTD reserves the right to require that all the personnel of selected bidder undergo a background check / security clearances as is deemed necessary, before they are appointed on this assignment.
7. All enquiries from the bidders relating to this RFP-1 must be submitted in writing exclusively to the contact person(s) identified by EO, TTD. The mode of delivering written questions would be through post or email. In no event will EO, TTD, be responsible for ensuring that bidders inquiries have been received by EO, TTD.
Page 32 of 64
RFP-1(Selection of Consultant) 8. EO, TTD will endeavor to provide a complete, accurate, and timely response to all questions to all the bidders. However, EO, TTD makes no representation or warranty as to the completeness or accuracy of any response, nor does EO, TTD undertake to answer all the queries that have been posed by the bidders.
9. EO, TTD makes no commitments, explicit or implicit, that this process will result in a business transaction with anyone.
10. This RFP-1 does not constitute an offer by EO, TTD. The bidders participation in this process may result in EO, TTD selecting the bidder to engage in further discussions and negotiations towards execution of an agreement. The commencement of such negotiations does not, however, signify a commitment by EO, TTD to execute an agreement or to continue negotiations.
11. Conflict of interest: Bidder shall furnish an affirmative statement as to the existence of, absence of, or potential for conflict of interest on the part of the bidder or consortium partner due to prior, current, or proposed contracts, engagements, or affiliations with EO, TTD. Additionally, such disclosure shall address any and all potential elements (resource, financial or other) that would adversely impact the ability of the bidder to complete the requirements as given in the RFP-1.
12. In case of Consortium (as allowed / mentioned in pre-qualification criteria of this RFP-1) only Prime Bidder will submit the bids and sign the agreement
13. Notwithstanding anything contained in this RFP-1 and subsequent agreement with the finalized Consultant, all the members of the Consortium of Companies, entrusted with the responsibilities of the Project, shall be jointly and severally responsible to EO, TTD in respect of meeting the responsibilities and liabilities arising out of this assignment.
14. Bid Security: The bidders who wish to bid for this RFP-1, shall submit, along with their Bids, a Bid Security of Rs.3,00,000/-( Rupees Three Lakh only) in the form
Page 33 of 64
RFP-1(Selection of Consultant) of a Demand Draft issued by a scheduled bank in favor of EO, TTD payable at Tirupati. Bid security in any other form will not be entertained.
15. The bid security of all unsuccessful bidders would be refunded by EO, TTD within 30 days of the bidder being notified by EO, TTD as being unsuccessful. The bid security, for the amount mentioned above, of successful bidder would be returned upon submission of Performance Bank Guarantee.
16. The bid submitted without bid security, mentioned above, will be liable for rejection without providing any opportunity to the bidder concerned.
4.2
Key activities and Important dates for the purpose this RFP are outlined below:
S. No Key Activities Date
1. 2. 3. 4. 5. 6. 7. 8.
Publish Request For Proposal-1 (RFP-1) Last date for Submission of Queries by bidders Last Date for Submission of Proposals Opening of Pre-Qualification Bid Date of opening the Technical Proposals Bidder Presentations Date of opening the Commercial Proposals Contract Finalization and Award
4.3
Disqualifications
TTD may, at its sole discretion and at any time during the bid process, disqualify any bidder, if the bidder has:
1. Submitted the bid documents after the response deadline; 2. Made misleading or false representations in the forms, statements and attachments submitted in proof of the eligibility requirements;
Page 34 of 64
RFP-1(Selection of Consultant) 3. Exhibited a record of poor performance such as abandoning works, not properly completing the contractual obligations, inordinately delaying completion or financial failures, etc. in any project in the preceding three years; 4. Submitted a proposal that is not accompanied by required documentation is non-responsive; 5. Failed to provide clarifications related thereto, when sought; 6. Submitted more than one bid either individually or as a consortia member; 7. Is declared ineligible by the Government of India (GoI) / Government of Andhra Pradesh (GoAP), for corrupt and fraudulent practices. 8. Proposal not submitted in accordance with the procedure and formats prescribed in this document are treated as non-conforming proposal. 9. During validity of the proposal, or its extended period, if any, the bidder increases his quoted prices. 10. The bidder qualifies the proposal with his own conditions. 11. Proposal is received in incomplete form. 12. If Bidder provides quotation only for a part of the project 13. Information submitted in technical proposal is found to be misrepresented, incorrect or false, accidentally, unwittingly or otherwise, at any time during the processing of the agreement (no matter at what stage) or during the tenure of the agreement including the extension period if any. 14. If any Price or Commercial information is furnished in the technical proposal. 15. Bidder tries to influence the proposal evaluation process by unlawful / corrupt / fraudulent means at any point of time during the bid process 16. In case any one party submits multiple proposals or if common interests are found in two or more bidders, the bidders are likely to be disqualified. 17. Bidder fails to deposit the Performance Guarantee (PG) or fails to enter into an Agreement within 10 working days from the date of issue of letter of award or within such extended period, as may be specified by EO, TTD 18. Bidders may specifically note that while evaluating the proposals, if it comes to EO, TTD knowledge expressly or implied, that some bidders may have colluded in any manner whatsoever or otherwise joined to form an alliance resulting in delaying the processing of proposal then the bidders so involved
Page 35 of 64
RFP-1(Selection of Consultant) are liable to be disqualified for this agreement as well as for a further period of three years from participation in any of the tenders floated by EO, TTD.
4.4
4.5
Prequalification criteria
TTD requires that the prospective bidders need to meet the following prequalification conditions. It is to be clearly understood that only those bidders who meet all these
Page 36 of 64
RFP-1(Selection of Consultant) conditions are eligible to have their bids considered for technical evaluation. Prequalification bid will be used for assessing the bidders on the basis of prequalification criteria laid down in this RFP-1. Therefore the bidders are required to submit this bid in specified format furnishing all the required information and supporting documents. A bid may be rejected at prequalification stage itself and not considered for technical evaluation if it fails to satisfy the prequalification criteria specified in this RFP-1. 1. The bidder, or the prime bidder (in case of consortium) shall be a company registered in India. 2. A consortium can have a maximum of two partners. 3. The bidder or prime bidder (in case of consortium) should have been in existence for the last 5 years 4. The bidder or prime bidder (in case of consortium) should be a profit making entity and should have an average annual revenue of Rs.50 Crores for the last three consecutive financial years from consulting and advisory services. The revenues of subsidiaries will not be considered for this purpose. 5. The bidder and / or member of consortium should have on their rolls, not less than 80 consultants in management consulting and IT (Information Technology) consulting together. 6. The bidder and / or member of consortium should have prior experience of atleast one engagement of consulting for managing large visitor inflow with complex requirements on a scale comparable to TTD. For the purpose of illustration and elucidation:-
Characteristics of such scale include things like - more than 20,000 visitors per day, regulated entry and exit with geographical limitations and constraints, limited stay and food resources, up hill and down hill travel etc, or any combination of these.
Page 37 of 64
RFP-1(Selection of Consultant) Examples of similar systems are: International pilgrim centers, tourist centers and exhibition and trade promotion centers of comparable magnitude. International Airports, large scale pilgrimages like Sabarimalai, Vaishno Devi and Kumbha Mela, large entertainment arenas like Disney Land and Essel World, and mega events like National Games, India Industrial Expo, Hanover Fair etc. 7. The bidder and / or member of consortium should have prior experience of atleast one engagement of consulting for enterprise application design using COTS, whose order value shall not be less than Rs.50 Lakhs. 8. The bidder and / or member of consortium should have in-house knowledge and skills to design integrated, robust queue management and logistic systems. Bidder should deploy experts in these areas in sufficient numbers to bring depth and strength to the study and solution design. Examples of such expertise include people having advanced credentials in the study and practice of Operations Research (OR), Supply Chain Management (SCM) and Industrial
Engineering(IE). The bidder shall demonstrate the availability of these experts with the bidder organizations.
4.6
4.7
Total Responsibility
Bidder (Prime bidder in case of a consortium) should issue a statement undertaking total responsibility for the complete project, which shall not include any conditional statements.
Page 38 of 64
RFP-1(Selection of Consultant)
4.8
Signature
The covering letter must be signed with the bidders name and by a representative of the bidder, who is authorized to commit the bidder to agreement obligations. All obligations committed by such signatories must be fulfilled.
4.9
4.10 Prices
The bidder shall quote the price as per specified format for the entire assignment on a single responsibility basis. In case of a consortium, the prime bidder of the successful consortium shall be solely held responsible for discharging all the responsibilities during the period of agreement. The price would be inclusive of all applicable taxes, duties, charges and levies, unless specified otherwise. The prices, once offered, must remain fixed and must not be subject to escalation for any reason whatsoever within the period of agreement. A proposal submitted with an adjustable price quotation or conditional proposal may be rejected as non-responsive. Any increase in rates of taxes will be to the account of bidder.
RFP-1(Selection of Consultant)
(a) If it does not comply with the requirements of this RFP-1. Failure to comply with the technical requirements, and acknowledgment of receipt of amendments, are common causes for holding proposals non-conforming.
(b) If a proposal appears to be canned presentations of promotional materials that do not follow the format requested in this RFP-1 or do not appear to address the particular requirements of this RFP-1 and any such bidders may also be disqualified.
4.14 Acknowledgement
of
understanding
of
terms
and
4.15 Conditions
Any work product, whether acceptable or unacceptable, developed under an agreement awarded as a result of this RFP-1 shall be the sole property of EO, TTD unless stated otherwise in the definitive Agreement. Timing and sequence of events resulting from this RFP-1 shall ultimately be determined by EO, TTD.
Page 40 of 64
RFP-1(Selection of Consultant) No oral conversations or agreements with any official, agent, or employee of TTD shall affect or modify any terms of this RFP-1, and any alleged oral agreement or arrangement made by a bidder with any department, agency, official or employee of TTD shall be superseded by the definitive Agreement that results from this RFP-1 process. Proposals are subject to rejection if they limit or modify any of the terms and conditions or specifications of this RFP-1. Neither the bidder nor any of bidders representatives shall have any claims whatsoever against EO, TTD or any of its respective officials, agents, or employees arising out of or relating to this RFP-1 or these procedures (other than those arising under a definitive Agreement with the bidder in accordance with the terms thereof).
4.16 Restrictions
The bidder and the member of the consortium, if any, will be barred from bidding for implementation of the system, if they are selected as Consultants in response to this RFP-1.
Page 41 of 64
RFP-1(Selection of Consultant) 1. Signed covering letter along with the bid security (sealed separately) superscribing on the right hand side top of the cover as e-TTD Bid Security 2. Prequalification bid (sealed separately) superscribing on the right hand side top of the cover as e-TTD - Prequalification Bid 3. Technical bid (sealed separately) superscribing on the right hand side top of the cover as e-TTD - Technical Bid 4. Commercial Proposal (sealed separately) superscribing on the right hand side top of the cover as e-TTD - Commercial Bid Two complete sets of the soft copies of the Bid Proposal Documents (except commercial bid) shall also be submitted, following exactly the conventions set forth above in respect of the hard copies. All the documents comprising the proposal shall be serially page-numbered, separately in respect of each volume.
4.18.2 List of documents to be submitted as part of Bid documents a. Prequalification Proposal Prequalification proposal in the format as provided in Annexure - II along with the supporting documents. b. Technical proposal Technical proposal in the format as provided in Annexure - III Any other supporting information and documents that is relevant to the bid proposal c. Commercial proposal (Price Bid) Commercial proposal in the format provided in Annexure IV. Commercial proposal shall be submitted only in the Hard copy format; it should not be submitted in soft copy, nor any commercial information be mentioned / referenced / submitted in the Prequalification or Technical bid.
RFP-1(Selection of Consultant) The EDP Manager, Room No.106A, TTD Administrative Buildings, KT Road, Tirupati - 517501 Last Date for Submission: 3.00 PM, Dt. 20-10-2010.
The technical bids of only those bidders, who are qualified during the prequalification evaluation, shall be opened. The venue, date and time of opening of the technical bids will be intimated to bidders at the appropriate time, with adequate notice.
The commercial bids of only those bidders, who are technically qualified during the technical evaluation, would be opened. The venue, date and time of opening of the commercial bids of technically qualified bidders will be intimated to them at the appropriate time, with adequate notice.
The guidelines in the foregoing sub-section will generally be followed by TTD officers at each such event. However TTD may deviate from these in specific circumstances if it feels that such deviation are unavoidable, or will improve speed of processing and consequent project execution.
RFP-1(Selection of Consultant) During evaluation of the bids, TTD may, at its discretion, ask the bidder for clarifications / presentations on their bid.
Technical Score of 70% or more will be declared as technically qualified. The commercial bids of only the technically qualified bidders will be opened for further processing. The bidders will be required to give a presentation at TTD, Tirupati, if so desired by TTD, elucidating on their methodology and other salient details of their proposal.
Page 44 of 64
RFP-1(Selection of Consultant) and Commercial 30%. The formula for the calculation of composite score of the bidder is as follows: Composite score of the Bidder = (Technical Score X 0.7) + (Commercial score X 0.3) The bidder with highest composite score will be designated as Best Value Bidder. In case of a tie in the overall score, bidder with the higher technical score will be invited for negotiations first. Fixed Price Bids: Only fixed price / commercial bids inclusive of all taxes applicable, indicating total price for the deliverables specified in this document will be considered. If there is a discrepancy between words and figures, the amount in words will prevail.
4.26 Confidentiality
Information relating to the examination, clarifications sought from the bidder by TTD, comparison of the bids, and recommendations for the award of the assignment shall not be disclosed to the bidders or any other persons not officially concerned with such process, until the award to the successful bidder has been announced.
4.28 Negotiations
EO, TTD reserves the right to negotiate with the bidder whose proposal has been ranked Best value bidder on the basis of Technical and Commercial Evaluation. However the EO, TTD may negotiate with second best value bidder in case first best
Page 45 of 64
RFP-1(Selection of Consultant) value bidder refuses to accept the award of work order, submitting the performance bank guarantee, sign the agreement with in the agreed time.
40%
30%
RFP-1(Selection of Consultant) Time is the essence of the contract to be entered into by TTD with the Consultant. The assignment is required to be completed by the timeframe specified in this document. A penalty of 1% of contract value for delay of each week is liable to be imposed in the event of delay in the deliverables, subject to a maximum of 20% of the value of the contract. For this purpose, the non-delivery of any one component in each deliverable would constitute a delay. For computing the delay for the purpose of imposing penalty, the delay attributable to decision-making / sign-off by TTD will be excluded.
Page 47 of 64
RFP-1(Selection of Consultant)
Annexure - I
Response formats to be used by applicants
Dear Sir,
Sub: Response in the form of Proposal to the RFP-1 of the e-TTD Project
1. Having examined the Bid Documents, the receipt of which is hereby acknowledged, we, the undersigned, offer to bid for Consulting for e-TTD Project, in full conformity with the said Bidding Documents.
2. We undertake, if our bid is accepted, to commence work on the e-TTD project and achieve completion of all work items stipulated within the respective times stated in the Bidding Documents.
3. We have read the provisions of bid and confirm that these are acceptable to us. We further declare that additional conditions, variations, deviations, if any, found in our proposal shall not be given effect to.
4. If our bid is accepted, we undertake to provide a Performance Security in the form and amount prescribed.
5. We agree to abide by this bid, and affirm that the Technical and Commercial Bid shall be valid for a period of 180 days or as may be accepted by you at any time before that period.
Page 48 of 64
RFP-1(Selection of Consultant) 6. We further affirm the absence of actual, or potential conflict of interest on our part or that of the consortium partner due to prior, current, or proposed contracts, engagements, or affiliations with TTD.
7. We hereby affirm that we have not been declared ineligible by Govt. of India or Govt. of Andhra Pradesh for corrupt and fraudulent practices.
8. Until the formal final Contract is prepared and executed between us, this bid, together with your written acceptance of the bid and your notification of award, shall constitute a binding contract between us.
9. We are here with enclosing the DD for Rs.-----------(in words ------------------------) bearing no.-------- Dt.----------, drawn in favour of -------------------, on --------- bank, payable at Tirupati towards bid security.
Signed:
Duly authorized to sign this bid for and on behalf of [Name of Bidder]
Page 49 of 64
Details of the Bidder (Prime Bidder in case of Consortium) Name Address Telephone E-mail Details of Authorized person Name Address Telephone Email Fax Website
II
In case of Consortium: Details of the member of the Consortium Name Address Telephone E-mail Details of Authorized person Name Address Telephone Email Fax Website
Page 50 of 64
II. Information about the Bidder (s) S. No. Name of Bidder / Prime Bidder in case of consortium Status of the company (Public Ltd. / Private Ltd.) Whether bidder / Prime bidder in case of consortium Details of Incorporation of Company Date ROC Ref. # Details of Commencement of Business Date ROC Ref. #
1. 2. III. Financial Details of Bidder / Prime Bidder in case of consortium S. N. Name of Bidder / Prime Bidder in case of consortium Turnover of the Company Average revenue of the company for last 3 years. FY 2007-08 1. FY 2008-09 FY 2009-10
Page 51 of 64
RFP for Selection of Consultant Following documentary proof shall be submitted as part of Prequalification proposal 1. Copy of Certificate of Incorporation / Registration 2. Copy of Agreement of Consortium (in case of consortium) 3. Copies of the balance sheets and P&L statements for the FY 200708, 2008-09 and 2009-10 of the bidder / prime bidder 4. Signed certificate from Company Secretary / Company Auditor / Head of HR with respect to employment of 80 consultants in management consulting and IT (Information Technology)
consulting together. 5. For each of the projects relevant to prequalification condition 6 & 7 of Clause 4.5: - project completion certificate signed by the customer or purchase order or signed contract clearly showing the work description relevant to the requirement and payment milestones - In case of purchase order or contract, provide copy of a signoff letter / email for a recent payment milestone 6. Copies of CVs of experts along with certifications / academic credentials as relevant to prequalification condition 8 of Clause 4.5 duly signed by the individual / company secretary / company auditor / head of HR
Page 52 of 64
5. Team profile
8. Consulting Schedule (with detailed work breakdown along with the mapping of resources, activities and timelines)
The Technical Evaluation Scoring Methodology is based on the following: Tirumala Tirupati Devasthanams Page 53 of 64
RFP for Selection of Consultant 1) The technical evaluation will be based on parameters of Experience (20%), Methodology (40%), Project Team (30%), and Project Work Plan (10%) 2) Accordingly, the evaluation process involves assigning scores / marks in the 4 sections as shown below. 3) Each section has been further sub-divided into multiple aspects of this assignment requirement and individual weightages have been assigned 4) The minimum score required for technical qualification is 70%.
No. of completed and relevant projects (not more than five) executed in last 5 years in the following areas:
IT Roadmap, BPR, Queue and logistics management 1 w.r.t. large visitor inflow/outflow, Business Model Design, Change Management, Technology Solution Design including COTS, System Analysis and Design and Architecting, Data centre design, IT Security, BCP and Program Design 2 3 4 5 6 7 Business Process Reengineering Queue and logistics management w.r.t. large visitor
5 3 3
inflow/outflow IT roadmap, DC, DRC and IT security Business Model Design Change Management & training Technology Solution Design, Architecture including
5 1 2 1
COTS
Page 54 of 64
Methodology
40%
S.No.
Full score
1 2
Overall understanding of requirements Methodology for Business Process Re-engineering Methodology for scientific study of Queue and
4 6
10
4 5 6 7
Methodology for Business Model Design Methodology for Change Management & Training Methodology for Technology Solution Design Architecture including COTS Methodology for Program Design
4 4 8 4
30%
Full score
1 2 3 4 5 6 7 8
Overall project team size Experience and credentials of proposed Project Lead Experience and credentials of proposed OR expert(s) Experience and credentials of proposed IE expert(s) Experience and credentials of proposed SCM expert(s) Experience and credentials of proposed IT Architecture and COTS specialist(s). Experience and credentials of proposed BPR expert(s) Experience and credentials of proposed IT Security, DC, BCP specialist(s)
Project work plan
3 5 4 4 4 4 3 3
S.No.
1 2 3
Project plan describing activity-time-resources Aspect of how detailed is project plan Aspect of how complete is project plan
6 2 2
Page 55 of 64
1 2 3 4 5 6 7
Scope of Consulting Assignment (Strategic roadmap, BPR, System design, Business Modeling etc) Customer Name Relationship to business domain Current status of consulting assignment work in progress or completed Start date of assignment, contract tenure & value Process Reengineering experience Nature of engagement beyond consulting System Integration, program management, handholding etc. Experience in preparing detailed RFP for implementation and rollout of enterprise-wide project Experience in Risk identification and mitigation strategies Experience in devising change intervention strategies Experience in establishing PPP model Testimonials and certificates in support of the project experience referenced herein
8 9 10 11 12
Page 56 of 64
Format for submission of Team Profile Form III: Profile of Team Members
Give the profile of all members who are proposed to work on this project. This should consist of Project Leader, team members, specialists and expert(s) having relevant experience, who will carry out tasks.
Change of consultants will not be allowed under normal circumstances. However, TTD may allow such a change in situations beyond the control of the bidder, subject to substitution with consultants of comparable qualification and experience.
5.
6. 7. Number of years with the Current Organization Current job responsibilities Summary of professional / domain experience Skill sets Highlights of assignments handled
Page 57 of 64
13.
Educational Background, Training / Certification including institutions, % of marks, specialization areas etc. Degree (including subjects) Year of Award of Degree University % of marks
14.
15.
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes qualifications and experience mentioned above and proposed staff member is a permanent employee of our organization. I understand that any wilful misstatement described herein may lead to my disqualification or dismissal, if engaged.
Date:
Company Seal:
Page 58 of 64
Annexure IV Format of Commercial / Price Bid (to be submitted in a separate envelope and only in hard copy)
Commercial Bid Format The Commercial bid covering letter [Date] To The EO, TTD Dear Sir, Ref: e-TTD RFP-1 Having examined the RFP-1 Document, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide consultancy service for e-TTD project. To meet such requirements and to provide services as set out in the tender document following is our quotation summarizing our commercial proposal. Total costs of consultancy services for e-TTD
S.No Item Value Rs. (in figures) Value Rs. (in words)
Total Costs of consultancy services i.e. commercials of this proposal INCLUSIVE OF ALL EXPENSES including manpower, deployment, travel related expenses, taxes & duties and any other expenses rupees. in Indian
Page 59 of 64
RFP for Selection of Consultant *Note* 1. No out of pocket expenses will be reimbursed. Should the commercial quote include all reimbursable out of pocket expenses, such amounts will be added, at their maximum value along with any service tax applicable to the total cost as quoted in the commercial bid. 2. The price quoted is inclusive of all applicable taxes. We undertake, if our proposal is accepted, to adhere to the implementation plan.
3.
If our proposal is accepted, we will obtain a performance guarantee in the format as desired by TTD issued by a PSU bank in India, acceptable to EO, TTD for a sum equivalent to 15% of the total price as quoted in our commercial proposal of the tender document for the due performance of the contract.
4.
We agree for unconditional acceptance of all the terms and conditions in the tender document and also agree to abide by this tender response for a period of SIX MONTHS from the date fixed for tender opening and it shall remain binding upon us, until within this period a formal contract is prepared and executed, this tender response, together with your written acceptance thereof in your notification of award, shall constitute a binding contract between us.
5.
We confirm that the information contained in this proposal or any part thereof, including its exhibits, schedules, and other documents and instruments delivered or to be delivered to the EO, TTD is true, accurate, and complete. This proposal includes all information necessary to ensure that the statements therein do not in whole or in part mislead the EO, TTD as to any material fact.
6.
We agree that you are not bound to accept the lowest or any tender response you may receive. We also agree that you reserve the right in absolute sense to reject all or any if the products/ service specified in the tender response without assigning any reason whatsoever.
Page 60 of 64
7.
It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company/ firm/organization and empowered to sign this document as well as such other documents, which may be required in this connection.
Duly authorized to sign the Tender Response for and on behalf of: (Name and Address of Company) Seal/Stamp of bidder
Witness Signature:
I, certify that I am
. of
above proposal is authorized to bind the corporation by authority of its governing body.
(Seal Here)
Page 61 of 64
Page 62 of 64
Annexure - VI
S. No.
1 2
TTD services and Operations Figures at a glance for 2009-10 Operation Scope Element Volume
Pilgrims having darshan in a year Pilgrims availing of special darshan in a year Pilgrim services Pilgrim services 2,50,64,014 40,35,917
3 4
Arjitha sevas availed in a year Total accommodation available at Tirumala and Tirupati
14,21,609 6,980
5 6 7
Earning through hundi per year Earnings through sale of human hair Total bookings done through website
Pilgrim services
82,00,00,000
9 10 11
Staff at TTD Website visitors per year Accommodation bookings through website per year
12 13 14 15 16 17 18 19 20
Local temples run by TTD Total budget of TTD Average receipts per year Average Payments per year Religious projects run by DPP Budget for Religious promotion Number of projects under DPP Total number of projects run Cost of material purchased per year
Local temples Finance & Accounting Finance & Accounting Finance & Accounting DPP DPP DPP Projects run by TTD Marketing
Page 63 of 64