You are on page 1of 34

e-RFP Reference No : OBC/HO/DIT/RFP-Consultant/ 25 / 2013-14

Request for Proposal for Appointment of Consultant for Technology enablement initiatives

Oriental Bank of Commerce


Department of Information Technology Corporate Office, Gurgaon

Page 1 of 34

General Detail Tender No : Department Name : Tender Details : Type of Contract: Consortium : OBC/HO/DIT/RFP-CONSULTANT/25/2013-14 Oriental Bank of Commerce Request For Proposal (e-RFP) for Appointment of Consultant for Technology enablement initiatives Consultancy Services NOT ALLOWED

Download Tender After meeting the Pre-Qualification criteria Documents : Service Location : Gurgaon

Mode of Tender Online Submission Tender Type : Type of Contract: Bidding Type : Base Currency : Consortium : Download Documents Key Dates Document Download 22-10-2013 Start Date & Time : 10:00 hrs Document Download 12-11-2013 17:00 hrs End Date & Time : Last Date & Time of Online Bid 12-11-2013 17:00 hrs Submission : Last Date & Time of Physical Bid 12-11-2013 17:00 hrs Submission : Date & Time of Technical Bid 13-11-2013 11:30 hrs Opening : Date & Time Presentation Solution : of To be informed to the Technically Qualified Bidders meeting of eligibility Criteria as per the Terms of RFP. Tender Open Service Indigenous INR NOT ALLOWED After meeting the Pre-Qualification criteria

Page 2 of 34

Tender Activity Configuration On 29-10-2013 at 11:30 A.M. at Pre-bid-Meeting : Oriental Bank of Commerce, DIT, Corporate Office, 1st Floor, Sector-32, Plot No-5 Institutional Area, Gurgaon 122 001

Bid Validity (Days):

Period

As per tender document

Project Duration : Documents to be submitted Physically :

As per tender document i. ii. iii. Participation Fee DD, B.G. or DD for EMD Other documents supporting eligibility criteria etc. as per tender document.

Tender Activity Configuration Mode of Purchase Order : Offline Mode of Document Fees Offline Payment Mode of EMD payment : Offline

Mode of Security Fees NA Payment : Payment Details:Participation Fees(`): EMD Amount : Rs.15000/- (Not refundable) Rs.6,00,000/-

Details 1. The bidders must fulfil the Pre-Qualification criteria for being eligible to bid. 2. The EMD and Bank Draft of `15,000/- on account of participation fees along with physical copies of all the documents mentioned in the Tender document in support of eligibility criteria etc. must be received at the following address before the date and time of submission of bid.
Page 3 of 34

Other Details :

3. The prospective bidders may mail their queries and suggestions for any changes required to be made in the bid document through e-mail on dit@obc.co.in on or before 28.10.2013 with subject line as Appointment of Consultant for Technology enablement initiatives. The suggestions and queries shall be responded in the pre-bid meeting on 29.10.2013 and subsequent changes made based on the suggestions and clarifications as above shall be deemed to be part of the RFP document. 4. No suggestions or queries shall be entertained after pre-bid meeting. 5. Contact details of the Bank: The Deputy General Manager (IT) Oriental Bank of Commerce, DIT, Corporate Office, 1st Floor, Sector-32, Institutional Area, Gurgaon 122 001 Phone: 0124-4126214, 4126216 Fax: 0124-4126212 E-mail: dit@obc.co.in

Page 4 of 34

1. Invitation for Tender offers Oriental Bank of Commerce, one of the leading tech-savvy public sector banks, has already deployed various IT applications such as Core Banking Solution, Internet Banking, Mobile Banking, ATMs, HRMS. Integrated Treasury, Mail Messaging, Depository services, etc. In addition to these, the Bank proposes to implement several new IT projects on an on-going basis depending on needs and the changing technology and regulatory environment. The bank invites technically complete and commercially competitive proposals from eligible, reputed Institutions, Professional firms, Companies for Appointment of Consultant for Technology enablement initiatives. 2. Current RFP Objectives: 2.1 Scope of Work The IT environment is ever changing and accordingly Banks requirements would be varied and recurring in nature. The CONSULTANT shall be required to undertake to perform all such tasks, render requisite services and make available such resources as may be required from time to time and requirements made known by the bank during the period of the contract. The services of the consultant would be availed on need basis as per the requirements and projects of the Bank from time to time within the contract period. Bank has already prepared an annual plan to execute some IT projects during the current financial year. The consultant shall in co-ordination with the Bank provide consultancy services as defined under the scope of work for these projects. The details of the projects to be under taken are given hereunder:1. Two Factor authentication 2. Data Centre and DR network and security vendor evaluation, selection and assistance in acceptance testing 3. Enterprise Management Solution including Network Management System and Centralized patch Management, vendor evaluation, selection and assistance in acceptance testing 4. IT Balance score card development 5. Business Intelligence vendor evaluation, selection and project management for implementation 6. FRM System, vendor evaluation, selection and project management for implementation 7. Automated BCP & DR, vendor evaluation, selection and project management for implementation 8. Loan origination system including consolidated limit and Exposure Monitoring vendor evaluation, selection and project management for implementation 9. Upgradation of Internet Banking Services of the Bank 10. Establishing Enterprise Information model 11. Document Management System 12. Business Process Management 13. CRM 14. Fund Transfer Cost allocation and profitability 15. Planning Budgeting and forecasting 16. Data warehousing 17. Enterprise General Ledger 18. Asset Liability Management
Page 5 of 34

Bank at its sole discretion select IT related projects for which the selected consultants needs to provide consultancy as per scope of work. The above listed project are tentative in nature, the Bank may drop any of the project without assigning reasons to the bidders. Further, to assist the Bank in selecting right technology as per the requirement. Post implementation and completion of the project, the bidders have to submit completion certificate to the Bank. The indicative scope for entire consultancy assignment for the above mentioned projects is detailed as under: I. To prepare the RFP documents and provide inputs on various aspects given hereunder:a. b. c. d. e. Eligibility Criteria Technical Evaluation Terms & Conditions Commercial Evaluation Criteria Inputs for defining the Service Level parameters including uptime, penalties etc. f. Functional and Technical Specifications g. Scoring parameters, if required. II. III. IV. V. VI. To perform pre-bid clarifications To perform Technical Evaluations of the bidders and provide specific inputs. To perform of Commercial Evaluation and declaration of L-1. To perform assistance in contract closure with the selected vendor Testing Services: The consultant during the period of the contract as per the need of the Bank may be required to associate in end to end user acceptance testing, hardware and infrastructure acceptance, report and monitor performance benchmarks. As part of the testing services the consultant is expected to: Report, manage and monitor the performance benchmark exercise Project management the entire testing for : User Acceptance testing Performance benchmark Hardware and infrastructure testing etc.

VII.

Provide Project Management Assistance for all IT and business related Project Implementations The consultant may be required to provide expert consultancy & project management for timely completion of its project life cycle for all technology and business projects referred by the Bank.

Any other IT related consultancy services pertaining to various projects shall be decided from time to time as per the Banks requirement.

Page 6 of 34

Any additional projects given to the Consultants shall be on mandays efforts basis for which separate commercials have been invited. The Bank expects participation of 25% of Senior resource and 75% of Junior resources for the projects.

2.2 Eligibility Criteria The Vendor is required to meet the following eligibility criteria and provide adequate documentary evidence for each of the criteria stipulated below: 1. Should be a Government Organization/PSU/PSE/Partnership firm or a limited Company under Indian Laws. 2. Should be in existence for five years as on 31.03.2013. (In case of mergers / acquisitions / restructuring or name change, the date of establishment of earlier/original Partnership Firm/Limited Company can be taken into account).

2. Should have a minimum turnover of at least `100 crores in the past three years for Indian operations and should be profit earning in atleast one of the last three years. 4. The firm should have never been blacklisted or disqualified or barred by any regulator / statutory body. The consulting firm or its subsidiaries should not be in the business of system integration or hardware or software solution providers or providing facilities management services. Should have prior experience in performing end to end consultancy services comprising of IT strategy, Vendor evaluation and selection, E- governance and project management for at least one public sector Banks in India. Successful completion certificates from the Bank need to be furnished along with the response.

5.

6.

7. Should have provided consultancy work for Project Management of network Architecture, Security Architecture, Data Center, Disaster Recovery and Business Continuity in at least one public sector bank in India. (Successful completion certificates or engagement letters from the Bank needs to be furnished along with the response)

3. Bidding Process 3.1 e-Tendering :

This Tender will follow e-Tendering process [e-bids] as under which will be conducted by Banks authorised e-Tendering Service Provider M/s. e-Procurement Technologies Ltd. [abcProcure] through Website https://obc.abcprocure.com. Following activities will be conducted online through above website: a. Submission of Technical Bid & Commercial Bid by the Vendor b. Opening of Technical Bid & Commercial Bid by the Bank c. Clarification, if any, sought by the Bank. d. On-line evaluation by the Bank. Representatives of Vendors will be given training for e-Tendering by the Service Provider, M/s. e-Procurement Technologies Ltd [abcProcure].
Page 7 of 34

Bidders who wish to participate in online tenders will have to register with the website (https://obc.abcprocure.com) through the "New user Registration" link provided on the home page. Bidder will create login id & password on their own in registration process. Following facilities shall be provided to registered bidders/ vendors by the service provider M/S e-Procurement Technologies Ltd: a) Training to the Vendor/Contractor for participating in the bids through etendering Website. b) 24x7, 365 days call center support/ email/ phone/ fax/ chat / mobile etc. in all possible medium. c) Registration with the e-tendering website. d) User Manual/ Training Kit to the Vendor/ Contractor. e) Any no. of users of Vendor/ Contractor organization can take training on the etendering system. f) Bidder who wish to participate in this tender needs to procure Digital Signature Certificate(for Encription) as per Information Technology Act-2000 using that they can digitalally sign their electronic bids. Bidders can procure the same from any of the CCA approved certifying agencies, or they may contact eProcurment Technologies Ltd. at below mentioned address and they will assist them in procuring the same. Bidders who already have a valid Digital Signature Certificate need not to procure the same. In case bidders need any clarification regarding online participation, they can contact, e-Procurement Technologies Ltd. Corporate Office : B-705 Wall Street-2, Opp-Orient Club, Nr.Gujarat College, Ellis Bridge, Ahmedabad Tel : +91-079-40016802 - 882 Fax : +91-079-40016816/876 Cell : +91-9374519754 Cell : +91-9377988119 Email : support@abcprocure.com, vaishali@abcprocure.com Website : http://www.abcprocure.com

Bidders who wish to participate in e-Tender need to fill data in predefined forms of RFP, Technical, Price bid available in respective tender only. Bidder should upload scanned copies of reference documents in support of their eligibility of the bid and as per the instructions given in tender documents After filling data in predefined forms bidders need to click on final submission link to submit their encrypted bid. RFP Document and Submission of Bid
The interested eligible vendor may download the RFP document from the Banks website, i.e., www.obcindia.co.in, https://obc.abcprocure.com or http://tenders.gov.in

3.2

Page 8 of 34

3.3

Submission of Bid Bidders need to submit their quotation through online mode only at Banks e Tendering portal https://obc.abcprocure.com .

3.4 Two Stage Bidding Process The bidder will submit response to the present tender separately in two parts The Technical Bid and The Commercial Bid. The technical and commercial bids shall be submitted online but the supporting documents referred to in this RFP are required to be submitted to the Bank in physical form as mentioned in the following paragraphs. Technical Bid will contain the details as required in the Eligibility criteria, along with the documentary evidence, and other documents related to the bid, whereas the Commercial Bid will contain the pricing information. In the first stage, only the Technical Bids will be opened online and evaluated as per the criterion determined by the Bank. Bank may at its discretion invite the bidders for presentation before the selection committee of the Bank. Those bidders satisfying the technical requirements as determined by the Bank and have submitted EMD and Bid participation fee as mentioned in RFP, shall be short-listed for opening their Commercial Bid. The L-1 vendor shall be decided on the basis of the Techno-Commercial evaluation as mentioned in the RFP document. However, the Bank reserves the right to decide for Reverse Auction. If it is decided to conduct Reverse Auction, the Business Rule and other parameters shall be communicated to all the Technically Qualified bidders after Technical Evaluation of bids. Bidders have to submit the all the document as mentioned in technical BID with participation fee and EMD in a sealed envelope to the Department of Information Technology before closing date and time of the BID. If Bidder fails to do so in time, the online bid submitted by him will not treated as valid and will not be considered.
3.5

Cost of Bidding

The bidder shall bear all costs associated with the preparation and submission of its bid and the Bank will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.
3.6

Late Bids

Since bidding will be online the bidder will not be able to upload/ submit their bids after the specified time on last date of bid submission.
3.7 Clarifications of RFP

A prospective bidder requiring clarification on any point mentioned in the RFP may notify the Bank in writing or by fax/e-mail at the address indicated below: Deputy General Manager (IT) Oriental Bank of Commerce Department of Information Technology 1st Floor, Corporate Office Gurgaon 122 001 Phone: 0124 4126214, 4126216 Fax: 0124 - 4126212 E-mail: dit@obc.co.in
Page 9 of 34

3.8 Amendment to RFP Contents

At any time prior to the last date for bid-submission, the Bank may, for any reason, whether at its own initiative or in response to clarification(s) requested by a prospective bidder, modify the RFP contents by amendment. Amendment will be published on Banks website as well as e-tendering website, and will be binding on bidders. The Bank shall not be liable for any communication gap. In order to provide prospective bidders, reasonable time to take the amendment into account for preparation of their bid, the Bank may, at its discretion, extend the last date for bid-submission. Further, the Bank reserves the right to scrap the RFP or drop the tendering process at any stage without assigning any reason. 3.9 Technical and Commercial Bid Essential The envelopes must be super-scribed with the following information: Type of Offer (Technical ) Tender Reference Number Due Date Name of Bidder Name of the Authorised Person

All Schedules, Formats and Annexures should be stamped and signed by an authorized official of the bidders company. The bidder will also submit copy of the RFP duly stamped and signed on each page by the authorized official of the bidders company. ENVELOPE- (Technical bid): The Technical bid should be complete in all respects and contain all information asked for, except prices. The TECHNICAL BID should include all items asked for in Annexure-A. The Technical bid should not contain any price information. The TECHNICAL BID should be complete to indicate that all products and services asked for are quoted and should give all required information. All required document detailing the project handled as mentioned in the RFP should be submitted along with Technical Bid. ONLINE- (Commercial bid): The Commercial bid should give all relevant price information and should not contradict the TECHNICAL BID in any manner. The prices quoted in the commercial bid should be without any conditions. The bidder should submit an undertaking that there are no deviations to the specifications mentioned in the RFP either with the technical or commercial bids submitted.

3.10. Annexure to the Tender This tender comprises of following schedules / Annexures Annexure A: Technical Proposal Format Annexure B: Commercial Bid Format Annexure C: Compliance Certificate
Page 10 of 34

Annexure D: Proposed Team Profile Annexure E: Compliance of the Terms & Conditions, Services and Facilities Annexure F: Performa of Bank Guarantee for Earnest Money Annexure G: Format of Covering Letter Annexure H: Check List of documents to be submitted.

3.11. Submission of Technical Details It is mandatory to provide the technical details in the exact format of Bidders Information as per Annexure-A. The offer may not be evaluated by Oriental Bank of Commerce in case of non-adherence to the format or non-submission / partial submission of technical details as per the format given in the tender. Oriental Bank of Commerce will not allow/permit changes in the technical specifications once it is submitted. The relevant information, printed brochure, technical specification sheets etc. should be submitted along with the offer. Failure to submit this information along with the offer could result in disqualification (Please refer to the suggested checklist given in this document)

3.12 Mode of Submission for Technical bid and Commercial Bid and The Technical bid must be made in an organized, structured and neat manner. Brochures/leaflets etc. should not be submitted in loose form. This can be divided into three parts - the first part should contain the documents supporting the eligibility of the vendor to participate in the tendering process as per the eligibility criteria mentioned in the RFP , the second part should contain the technical details of the proposed project and the third part should contain the technical brochures etc. The technical proposal shall be organized and submitted as per the following sequence:Particular a) Table of Contents (list of documents enclosed) b) EMD (Earnest Money Deposit) c) Application money d) Technical proposal detailing the scope, approach and deliverables for the scope of work specified in the document and manpower estimated to be deployed along with annexure A e) Compliance certificate for all the terms and conditions as per Annexure-E f) All copies of certificates, documentary proofs etc. g) A CD containing soft copy of the proposal h) Compliance of Annexure A i) Masked Annexure B j) Compliance of Annexure D k) Compliance of Annexure E l) Bidders' Eligibility Criteria m) Compliance with Scope of Work n) Bidders acceptance of Terms & Conditions as mentioned in the RFP; Mode of Submission Offline Offline Offline Both

Both Offline Offline Both Online Both Both Both Both Both

All the relevant pages of the proposals (except literatures, datasheets and brochures) are
Page 11 of 34

to be numbered and be signed by authorized signatory on behalf of the Bidder. The number should be a unique running serial no. across the entire document. The bidder has to submit a soft copy of the entire proposal in a CD. It should be noted that in case of any discrepancy in information submitted by the bidder in hard-copy and softcopy, the hard-copy will be given precedence. However, in case of non-submission of any hard copy document, if the same is found submitted in the soft-copy, Bank reserves right to accept the same at its discretion. The suggested format for submission of Technical bid is as follows: 1. 2. 3. 4. Index Covering letter. This should be as per Annexure-.G Details of the bidder, as per Annexure-A. Compliance of eligibility criteria along with support documents in following format. Sr No iiiShort Description of Eligibility Criteria Certificate of Incorporation/ Partnership deed Balance Sheets financial years for the last 03 years Submitted Yes/No Write figures wherever required

iiiiv-

Self-declaration for being Not blacklisted Should have prior experience in performing end to end consultancy services comprising of IT strategy formulation, Vendor evaluation and selection, E-Governance and project management for at least one public sectors Banks in India Should have provided consultancy work for Project Management of network Architecture, Security Architecture, Data Center, Disaster Recovery and Business Continuity in at least one public sector bank in India

v-

The eligibility criteria will be verified based on above compliance table duly filled by the bidder along with the supporting documents. 5. The bidder should give undertaking that bidder complies/ accepts all terms and conditions stipulated in the RFP without any deviations. 6. Implementation methodology 7. Design, implementation and Reporting methodology document 8. Valid Bank Draft / Bank Guarantee in lieu of EMD (To be submitted in a separate envelope along with the First Copy of Technical Bid.) 9. Bidders Financial Details (audited balance sheets, annual reports etc.) and other supporting
Page 12 of 34

documents, as asked in the tender document 10. Copy of the Commercial Bid duly masking the price column.

3.13. Earnest Money Deposit (EMD) Bidders are required to give EMD(either in form of Bank Gurantee or Demand Draft) drawn in favour of Oriental Bank of Commerce and payable at Gurgaon, (valid for 180 days from the due date of the tender) for Rs.6 lac (Rupees Six Lacs only) as Earnest money Deposit (EMD) along with their offer. Offers made without E.M.D. will be rejected. Oriental Bank of Commerce will not pay any interest on the E.M.D.

The EMD made by the bidder will be forfeited if: The bidder withdraws his tender before processing of the same. The bidder withdraws his tender after processing but before acceptance of Letter of appointment issued by Bank. The selected bidder withdraws his tender before furnishing an unconditional and irrevocable Performance Bank Guarantee. The bidder violates any of the provisions of the terms and conditions of this tender specification. 3.14. Evaluation Criteria The evolution of bids will be based on Techno-Commercial Evaluation wherein Technical bid will carry 75% weightage and Commercial will carry 25% weightage. 1. General Evaluation Bidders, meeting the minimum Eligibility Criteria as mentioned in the RFP document shall only be eligible for further Evaluation. 2. Technical Evaluation Bidders qualifying in General Evaluation will be technically evaluated. In Technical Evaluation, each bidder will be given certain marks with the following details:Criteria Credentials Evaluation Parameters Max Marks Scoring Methodology Banks evaluation of credential proofs submitted with the technical bid for each project. Each Project shall comprise of 4 marks Full marks- if the criteria are met in atleast two or more Scheduled Commercial Banks 3 marks- if the criteria are met in one Scheduled
Page 13 of 34

Should have prior experience in 72 banks in India in providing technical consultancy in following areas:1. Two Factor Authentication 4

2. Data Centre and DR network 4

and security vendor evaluation, selection and assistance in acceptance testing


3. EMS Solution including NMS 4

and Patch Management evaluation, selection and implementation


4. IT balance score card 4

Criteria

Evaluation Parameters

Max Marks

Scoring Methodology Commercial Bank Nil if criteria is not met

5. Business Intelligence, vendor 4

evaluation, selection project management implementation


6. FRM

and for

System, vendor 4 evaluation, selection and project management for implementation evaluation, selection project management implementation and for

7. Automated BCP & DR, vendor 4

8. Loan

origination system 4 including consolidated limit and Exposure Monitoring vendor evaluation, selection and project management for implementation of Internet 4 Banking Services of the Bank Enterprise 4 Management 4 Process 4
4

9. Upgradation 10. Establishing

Information model
11. Document

System
12. Business

Management
13. CRM

14. Fund Transfer Cost allocation 4 and profitability 15. Planning Budgeting forecasting 16. Data warehousing 17. Enterprise General Ledger 18. Asset Liability Management
Experience in Public Sector Bank

and 4
4 4 4 20 Banks evaluation of credential proofs submitted with the technical bid Full marks if the criteria is met for minimum 6 of the above mentioned projects individually in 2 or more PSUs banks
Page 14 of 34

Criteria

Evaluation Parameters

Max Marks

Scoring Methodology 15 marks if the criteria is met for minimum 4 of the above mentioned projects individually in atleast 2 PSUs banks 10 marks if the criteria is met for minimum 4 of the above mentioned projects individually in 1 PSU bank Nil if criteria is not met

Sub-Total(A)

92

Technical presentation to the Banks 8 evaluation team Sub-Total(B) Total Marks(A+B) 8 100

*Subjective Evaluation for each project

Total score hundred

out

of

*Technical presentation shall cover the following aspect:1. Proposed strategy to provide technical consultancy for various projects 2. Strategy to handle the project for completion in time 3. Roadmap for implementation of each project etc.

3. Reverse Auction In case, the Bank decides to go for Reverse Auction, it will be conducted on total cost of project(A+B+C) as per Annexure-B and the price so obtained after closure of Reverse Auction shall be taken into account for Techno-Commercial Evaluation. 4. Techno-Commercial Evaluation The score(s) will be calculated for all technically qualified bidders using the formula:(Minimum Commercial Quote/Quoted Price) x 25% Technical Score) x 75% + (Technical Score/Highest

(Technical will carry 75% weightage and Commercial will carry weightage of 25%) Highest scores so obtained using the above method shall be declared L-1. In case of tie-up in Techno-Commercial evaluation score, the bidder scoring highest technical score will be declared L-1 bidder. If the Bank decided to conduct Reverse Auction, the bidders have to submit itemised price against Vendor Evaluation, Project Management and additional
Page 15 of 34

mandays rate immediately after closure of Reverse Auction.

3.15. TERMS OF PAYMENT: The payment terms for each project would also be worked out for each project separately with the selected bidder at the time of contracting.

1. Authorized Signatory: The selected bidder shall indicate the authorized signatories who can discuss and correspond with the bank, with regard to the obligations under the contract. The selected bidder shall submit at the time of signing the contract, a certified copy of the extract of the resolution of their Board, authenticated by Bank Secretary, authorizing an official or officials of the Bank or a Power of Attorney copy to discuss, sign agreements/contracts with the Bank. The bidder shall furnish proof of signature identification for above purposes as required by the Bank.

2. Applicable Law and Jurisdiction of court The Contract with the selected bidder shall be governed in accordance with the Laws of India for the time being enforced and will be subject to the exclusive jurisdiction of Courts at New Delhi (with the exclusion of all other Courts). 3. NO EMPLOYER-EMPLOYEE RELATIONSHIP: The consultant or any of its holding/subsidiary/joint-venture/ affiliate / group / client companies or any of their employees / officers / staff / personnel / representatives/agents shall not, under any circumstances, be deemed to have any employer-employee relationship with the Bank or any of its employees/officers/ staff/representatives/ personnel/agents.

Page 16 of 34

4. Terms and Conditions 4.1 Project Timeline The project timeline is for 36 months from the date of signing of the contract 4.2 Delays in Design, Implementation and Performance Guarantee. The final short listed firm should submit a performance guarantee valid for contract period from the date of signing the contract with additional claim period of three months after expiry of validity period. The value of the Bank Guarantee will be 10% of the purchase order value. The Consultant must strictly adhere to the project timeline schedule, for each assignment for performance of the obligations arising out of the contract and any delay will enable the Bank to resort to any or all of the following at sole discretion of the bank. (a) Claiming Liquidated Damages (b) Termination of the agreement fully or partly In addition to the termination of the agreement, Oriental Bank of Commerce reserves the right to appropriate the damages by invoking the performance guarantee. 4.3 Liquidated Damages The liquidated damages will be an estimate of the loss or damage that the bank may have suffered due to delay in performance of the obligations (under the terms and conditions of the contract) by the vendor and the consultancy company / firm shall be liable to pay the Bank as liquidated damages at the rate of 1% of the total contract value of each assignment for delay of every week or part thereof (for final certification). Without any prejudice to the Bank's other rights under the law, the Bank shall recover the liquidate damages, if any, accruing to the Bank, as above, from any amount payable to the vendors either as per the Contract, executed between the Bank and the vendor pursuant hereto or under any other Agreement/Contract, the Bank may have executed/shall be executing with the vendor. 4.4 Indemnity The vendor shall, at their own expense, defend and indemnify the Bank against any claims due to loss of data / damage to data arising as a consequence of any negligence during implementation process. 4.5 Publicity Any publicity by the bidder in which the name of Oriental Bank of Commerce is to be used should be done only with the explicit written permission of Oriental Bank of Commerce. 4.6 Force Majeure The Consultant shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if any to the extent that its delay in performance or other failure to perform its obligations under the contract is the result of an event of Force Majeure. For purposes of this Clause, Force Majeure means an event explicitly beyond the control of the Consultant and not involving the Consultants fault or negligence and not foreseeable. Such events may include, Acts of God or of public enemy, acts of Government of India in their sovereign capacity and acts of war. If a Force Majeure situation arises, the Consultant shall promptly notify the Bank in writing of
Page 17 of 34

such conditions and the cause thereof within fifteen calendar days. Unless otherwise directed by the Bank in writing, the Consultant shall continue to perform his obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. In such a case the time for performance shall be extended by a period (s) not less than duration of such delay. If the duration of delay continues beyond a period of three months, the Bank and the consultant shall hold consultations in an endeavour to find a solution to the problem. Notwithstanding the above, the decision of the Bank shall be final and binding on the Bidder consultant. 4.7 Resolution of Disputes Oriental Bank of Commerce and the bidder shall make every effort to resolve amicably, by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the contract. If after thirty days from the commencement of such informal negotiations, Oriental Bank of Commerce and the Bidder are unable tresolve amicably a contract dispute; either party may require that the dispute be referred for resolution by formal arbitration. All questions, disputes or differences arising under and out of, or in connection with the contract, shall be referred to two Arbitrators: one Arbitrator to be nominated by Oriental Bank of Commerce and the other to be nominated by the Bidder. In the case of the said Arbitrators not agreeing, then the matter will be referred to an umpire to be appointed by the Arbitrators in writing before proceeding with the reference. The award of the Arbitrators, and in the event of their not agreeing, the award of the Umpire appointed by them shall be final and binding on the parties. THE ARBITRATION AND RECONCILIATION ACT 1996 shall apply to the arbitration proceedings and the venue & jurisdiction of the arbitration shall be at New Delhi. 4.8 Privacy and Security Safeguards The successful Bidder shall not publish or disclose in any manner, without the Bank's prior written consent, the details of any security safeguards designed, developed, or implemented by the successful Bidder under this contract or existing at any Bank location. The successful Bidder shall develop procedures and implementation plans to ensure that IT resources leaving the control of the assigned user (such as being reassigned, removed for repair, replaced, or upgraded) are cleared of all Bank data and sensitive application software. The successful Bidder shall also ensure that all subcontractors who are involved in providing such security safeguards or part of it shall not publish or disclose in any manner, without the Bank's prior written consent, the details of any security safeguards designed, developed, or implemented by the successful Bidder under this contract or existing at any Bank location. 4.9 Confidentiality This document contains information confidential and proprietary to Oriental Bank of Commerce. Additionally, the Bidder consultant will be exposed by virtue of the contracted activities to internal business information of ORIENTAL BANK OF COMMERCE, affiliates, and/or business partners. Disclosure of receipt of any part of the aforementioned information to parties not directly involved in providing the services requested could result in the disqualification of the Bidder consultant, pre-mature termination of the contract, or legal action against the Bidder consultant for breach of trust. The information
Page 18 of 34

provided / which will be provided is solely for the purpose of undertaking the consultancy services effectively. No news release, public announcement, or any other reference to this RFP or any program there under shall be made without written consent of ORIENTAL BANK OF COMMERCE. Reproduction of this RFP, by photographic, electronic, or other means is strictly prohibited. 4.10 Adherence to Terms and Conditions: The bidders who wish to submit responses to this RFP should note that they should abide by all the terms and conditions contained in the RFP. If the responses contain any extraneous conditions put in by the respondents, such responses may be disqualified and may not be considered for the selection process.

4.11 Execution of SLA/NDA The VENDOR / CONSULTANT and Bank should execute (a) a Service Level Agreement, which would include all the services and terms and conditions of the services to be extended as detailed herein and as may be prescribed by the Bank and (b) Nondisclosure Agreement. The VENDOR / CONSULTANT should execute the SLA and NDA within one month from the date of acceptance of Letter of Appointment.

4.12. Non-transferable Tender This tender document is not transferable. Only the bidder, who has purchased this tender form, is entitled to quote. 4.13. Tender document & Participation Fee The interested eligible vendor will have to download the RFP document from the Banks website i.e., www.obcindia.co.in or http://tenders.gov.in. The bidders will have to pay a non-refundable participation fee of Rs.10,000/- by way of a demand draft / bankers cheque in favour of Oriental Bank of Commerce payable at New Delhi while submitting the bid. 4.14. Offer validity Period The offer should hold good for a period of 180 days from the date of the opening of Commercial bid. 4.15. Address for Communication: Offers should be addressed to the following office at the address given below: Deputy General Manager (IT) Oriental Bank of Commerce, DIT, Head Office, Plot No -5 Sec 32 Gurgaon - 122001 Emails: dit@obc.co.in

4.16. Pre-Bid Meeting For the purpose of clarification of doubts of the bidders on issues related to this RFP,
Page 19 of 34

Oriental Bank of Commerce intends to hold a Pre-Bid Meeting on the date and time as indicated in the RFP. The queries of bidders should reach in writing or by e-mail atleast 2 days before the date of holding pre-bid meeting. It may be noted that no queries of any bidder shall be entertained received after the Pre-Bid Conference. The clarifications given in the Pre-Bid meeting will be available on the Banks Website.

4.17. Opening of Offers Tender offers received within the prescribed closing date and time will be opened in the presence of bidders representatives who choose to attend the opening of the tender on the specified date and time. 4.18. No Commitment to Accept Lowest or Any Tender Oriental Bank of Commerce shall be under no obligation to accept the lowest or any other offer received in response to this tender notice and shall be entitled to reject any or all offers including those received late or incomplete offers, without assigning any reason whatsoever. Oriental Bank of Commerce reserves the right to make any changes in the terms and conditions of the RFP. Oriental Bank of Commerce will not be obliged to meet and have discussions with any bidder, and or to listen to any representations. 4.19. Cancellation of Contract and Compensation The Bank reserves the right to cancel the contract of the selected bidder and recover expenditure incurred by the Bank on the following circumstances: The selected bidder commits a breach of any of the terms and conditions of the bid/contract. The bidder goes into liquidation voluntarily or otherwise. An attachment is levied or continues to be levied for a period of 7 days upon effects of the bid. The progress regarding execution of the contract, made by the selected bidder is found to be unsatisfactory. If deductions on account of liquidated Damages exceeds more than 10% of the total contract price.

4.20.

Subcontracting

The vendor shall not subcontract or permit anyone other than its personnel to perform any of the work, service or other performance required of the vendor under the contract without the prior written consent of the Bank. 4.21. Limitation of Liability The aggregate liability of Consultant in connection with this Agreement, the consultancy services provided by Consultant for the specific scope of work document, regardless of the form or nature of the action giving rise to such liability (whether in contract, tort or otherwise) and including any and all liability shall be the actual limited to the extent of the contract value.

Page 20 of 34

4.22. Other terms and conditions 1. Bank reserves the right to : Reject any and all responses received in response to the RFP Waive or Change any formalities, irregularities, or inconsistencies in proposal format delivery To negotiate any aspect of proposal with any bidder and negotiate with more than one bidder at a time Extend the time for submission of all proposals Select the most responsive bidder (in case no bidder satisfies the eligibility criteria in totality) Select the next most responsive bidder if negotiations with the bidder of choice fail to result in an agreement within a specified time frame. Share the information/ clarifications provided in response to RFP by any bidder, with any other bidder(s) /others, in any form. Cancel the RFP/Tender at any stage, without assigning any reason whatsoever. Interview the personnel being deployed on the project 2. Substitution of Project Team Members: During the assignment, the substitution of key staff identified for the assignment will not be allowed unless such substitution becomes unavoidable to overcome the undue delay or that such changes are critical to meet the obligation. In such circumstances, the vendor can do so only with the concurrence of the Bank by providing other staff of same level of qualifications and expertise. 3. Professionalism: The VENDOR / CONSULTANT should provide professional, objective and impartial advice at all times and hold the Banks interests paramount and should observe the highest standard of ethics while executing the assignment. 4. Adherence to Standards: The VENDOR / CONSULTANT should adhere to laws of land and rules, regulations and guidelines prescribed by various regulatory, statutory and Government authorities 5. The Bank reserves the right to conduct an audit/ongoing audit of the consulting services provided by the VENDOR / CONSULTANT. 6. The Bank reserves the right to ascertain information from the banks and other institutions to which the bidders have rendered their services for execution of similar projects. 7. EXPENSES : It may be noted that Bank will not pay any amount/expenses / charges / fees / travelling expenses / boarding expenses / lodging expenses / conveyance expenses / out of pocket expenses other than the Agreed Professional Fee. However, travelling, boarding and lodging expenses, if any, for site visit outside Delhi NCR for project related work will be borne by the Bank at the levels as mentioned below: Post a. Resource Level Deputy General Manager

Such expenses will be reimbursed by the Bank, upon submission of the relevant bills depending on the duration, number of personnel involved, etc., and will have to be cleared by the Bank in advance in writing. Settlement of bills in such cases will be at rates mutually
Page 21 of 34

agreed and reimbursable against production of tickets and bills. Delhi will be considered as the base station for the purpose of travelling. 8. The bidder cannot change the people assigned to a particular piece of work till such work is complete unless consented in written by the Bank. 9. The bid should contain the resource planning proposed to be deployed for the project which includes, inter-alia, the number of personnel, skill profile of each personnel, duration etc. 10. The bidder is expected to quote for the prices of the services with the applicable taxes as on the date of bid submission. Any upward / downward revision in the tax rates from the date of the bid submission will be to the account of the Bank.

Page 22 of 34

Annexure-A

S.no 1 2

Particulars Name of the bidder Year of establishment and Certified copy of Partnership Deed or Certificate of Incorporation should be submitted as the case may Location of Registered office/corporate office and address Mailing address of the bidder Names and designation of the persons authorized to make commitments to the Bank Telephone and fax numbers of contact persons E-mail addresses of contact persons Details of description of business and business background , Service profile, client profile, Domestic and International presence, Alliance and Joint ventures Gross Revenue of the bidder (not of the group) in the last 3 years. Net profit of the bidder (not of the group) Last 03 years (Documentary proofs to be enclosed) Approach and methodology for the proposed scope of work along with illustrative deliverables Details of similar assignments executed by the bidder (Name of Bank, time taken for execution of the assignment and documentary proofs from the Bank to be furnished) Details of inputs, infrastructure requirements required by the bidder to execute this assignment Details of the bidders proposed methodology/approach for providing services to the Bank with specific reference to the scope of work.

Details to be furnished by the bidder

3 4 5

6 7 8

10

11

12

14

15

Page 23 of 34

Declaration : 1. We confirm that we will abide by all the terms and conditions contained in the RFP. 2. We hereby unconditionally accept that Bank can at its absolute discretion apply whatever criteria it deems appropriate, not just limiting to those criteria set out in the RFP, in short listing of bidders. 3. All the details mentioned by us are true and correct and if Bank observes any misrepresentation of facts on any matter at any stage, Bank has the absolute right to reject the proposal and disqualify us from the selection process. 4. We confirm that this response, for the purpose of short-listing, is valid for a period of six months, from the date of expiry of the last date for submission of response to RFP. 5. We confirm that we have noted the contents of the RFP and have ensured that there is no deviation in filing our response to the RFP and that the Bank will have the right to disqualify us in case of any such deviations.

Place : Date : Seal & Signature of the bidder

Page 24 of 34

ANNEXURE B Commercial Bid Format 1. Vendor Evaluation and Selection


Amount in ` Sr. No. 1. 2. Major Activities (list of Scope Items) Quoted Price

Two Factor authentication Data Centre and DR network and security vendor evaluation, selection and assistance in acceptance testing Enterprise Management Solution including NMS and patch Management, vendor evaluation, selection and assistance in acceptance testing IT Balance score card development Business Intelligence strategy, vendor evaluation, selection and project management for implementation FRM System, vendor evaluation, selection and project management for implementation Automated BCP & DR, vendor evaluation, selection and project management for implementation Loan origination system including consolidated limit and Exposure Monitoring Upgradation of Internet Banking Services of the Bank Establishing Enterprise Information Model Document Management System Business Process Management Planning Budgeting and forecasting Enterprise General Ledger CRM Asset Liability Management Fund Transfer Cost allocation and profitability Data warehousing
Total Project Cost (A)

3.

4. 5.

6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18.

Page 25 of 34

2. Project Management Amount in `


Total Sr. No. 1. 2. Major Activities (list of Scope Items) Two Factor authentication Data Centre and DR network and security vendor evaluation, selection and assistance in acceptance testing Enterprise Management Solution including NMS and patch Management, vendor evaluation, selection and assistance in acceptance testing IT Balance score card development Business Intelligence strategy, evaluation, selection and management for implementation vendor project No. of Resources 2 3 Tenor in months 3 3 6 9 Quoted Price( in `)

3.

4. 5.

2 3

4 4

8 12

6. 7.

FRMS, vendor evaluation, selection and project management for implementation Automated BCP & DR, vendor evaluation, selection and project management for implementation

2 2

2 3

4 6

8.

Loan origination system consolidated limit and Monitoring

including Exposure

12

9. 10. 11. 12. 13. 14. 15.

Upgradation of Internet Banking Services of the Bank Establishing Enterprise Information Model Document Management System Business Process Management

2 2 2 2 2 2 2 2

3 4 4 4 4 4 6 6 6 15 85

6 8 8 8 8 8 12 12 12 45 192

Planning Budgeting and forecasting


Enterprise General Ledger

CRM 16. Asset Liability Management


17. 18.

Fund Transfer profitability Data warehousing

Cost

allocation

and

2 3 39

Total Project Cost (B)

Page 26 of 34

Amount in ` Quoted Price Rate for 100 mandays to be used at the discretion of the Bank for additional IT projects (C)

19.

Total Project cost (A) + (B) + (C )

Note:

The above Resources, Tenor requirements and Quoted Mandays price is for arriving L-1. However, the actual mandays requirement, tenor or number of resources may increase or decrease as per the project requirement. However, quoted price against each project shall remain unchanged. Bank reserves its right to implement or drop any of the above listed project without assigning any reason. If, the Bank decides to go for Reverse Auction, it will be conducted on total project cost i.e.(A+B+C).
The price quoted for the project should be an all-inclusive price including any taxes, expenses and levies but excluding service tax and is a fixed price. The base location for the project execution would be Delhi NCR Any travel outside of Delhi NCR for field work shall be as per actuals. Such travel would be in line with the Banks eligibility at the level of Deputy General Manager The Consultant will have to work as per the timings of the Bank All prices to be valid for a period of 36 months from the date of contract execution / signing The Bank reserve the right to renew the contract post completion of the 36 months and the commercials for the same will be discussed based on the scope of work. Please factor all your expenses like travelling, boarding, lodging etc. Apart from amount specified in Commercial bid, no other expenses will be paid by the bank.

Signed Dated Seal & Signature of the bidder

Phone No.: Fax: E-mail:

Page 27 of 34

ANNEXURE C Compliance Certificate To, The Dy. General Manager Department of Information Technology Oriental Bank of Commerce Plot No-5 Sec 32 Institutional Area Gurgaon, Haryana. Date:

Dear Sir, Ref: - RFP no.____for Appointment of Consultant for Technology enablement initiatives 1. Having examined the Tender Documents including all annexures, the receipt of which is hereby duly acknowledged, we, the undersigned offer to provide consultancy in conformity with the said Tender Documents and in accordance with our proposal and the schedule of Prices indicated in the Price Bid and made part of this Tender. 2. We confirm that this offer is valid for six months from the last date for submission of Tender Documents to the Bank. 4. This Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. 5. We undertake that in competing for and if the award is made to us, in executing the subject Contract, we will strictly observe the laws against fraud and corruption in force in India namely Prevention of Corruption Act 1988. 6. We agree that the Bank is not bound to accept the lowest or any Bid that the Bank may receive. 7. We have never been barred/black-listed by any regulatory / statutory authority in India.

Signed Seal & Signature of the bidder Phone No.: Fax: E-mail:

Dated

Page 28 of 34

Annexure D Proposed Team profile


Sr. No. Project Scope Name of the team member Qualifications Qualifications Duration of No of years and and team of vertifications certifications members experience association

1 2 3 4 5 6 7 8 9 10 11 12 13 We hereby acknowledge that the information provided by us is true and to the Best of our Knowledge Place: Date: Seal and signature of the bidder

Page 29 of 34

Annexure E Compliance of the Terms & Conditions, Services and Facilities provided Please provide your comments on the Terms & conditions in this section. You are requested to categorize your comments under appropriate headings such as those pertaining to the Scope of work, Approach, Work plan, Personnel schedule, Terms & Conditions etc. You are also requested to provide a reference of the page number, state the clarification point and the comment/ suggestion/ deviation that you propose as shown below Sr No Page # Point/Selection Clarification point as stated in the tender document Comment/Suggestion/Deviation

Page 30 of 34

ANNEXURE F: Performa (EMD) for the Bank Guarantee For Earnest Money Deposit

Guarantee for Payment of Earnest Money/Security Deposit Bank Guarantee no.: Date Period of Bank Guarantee: Valid up to Amount of Bank Guarantee: ` 6 lacs To, Oriental Bank of Commerce, DIT Department, Plot No-5 Sec 32 Institutional Area, Gurgaon, Haryana. THIS DEED OF GUARANTEE made at .. this ..day of .. between Bank of a banking company having its office at hereinafter referred to as the Bank of the One Part and Oriental Bank of Commerce a New Bank constituted under the Banking Companies (Acquisition & Transfer of Undertakings) Act, 1970 having its Head Office at Plot No-5, Sec- 32, Institutional Area, Gurgaon, Haryana, hereinafter called the Beneficiary, of the other Part. a) Whereas the Beneficiary had invited tenders for Appointment of Consultant for Technology enablement initiatives vide tender No 032011 dated 04/08/2013.

b) One of the terms of the tender is that bidder are required to give a Demand Draft drawn in favour of beneficiary and payable at Gurgaon (valid for 180 days from the due date of the tender) for ` 6 lac (Rs. Six lac only) as Earnest Money Deposit (EMD) along with their offer. The Beneficiary may accept Bank Guarantee in lieu of EMD for an equivalent amount issued by any Public Sector Bank, valid for 6 months from the date of issue. c) M/s ... hereinafter referred to as the said Contractors have given their offer in response to tender for Appointment of Consultant for Technology enablement initiatives vide tender No ___ dated ____ to the Beneficiary and the said Contractors are required to deposit the said amount of earnest money (or security deposit) or to furnish bank guarantee. d) At the request of the said M/s.. the Bank has agreed to furnish guarantee for payment of the said amount of earnest money (or security deposit) in the manner hereinafter appearing:

NOW THIS DEED WITNESSETH that pursuant to the said tender and in consideration of the premises the Bank doth hereby guarantee to and covenant with the Beneficiary that the Bank shall, whenever called upon by the Beneficiary in writing and without demur and notwithstanding any objection raised by the said Contractor/s, pay to the Beneficiary the said amount of Rs.6 lakh (Rupees Six lakh only) payable by the said Contractor/s under the said Contract.

Page 31 of 34

AND IT IS AGREED and declared by the bank that the liability of the Bank to pay the said amount whenever called upon by the Beneficiary shall be irrevocable and absolute and the Bank will not be entitled to dispute or inquire into whether the Beneficiary has become entitled to forfeit the said amount as earnest money (or as security deposit) under the terms of the said contract or not and entitled to claim the same or not or whether the said contractors have committed any breach of the said contract or not or whether the Beneficiary is entitled to recover any damages from the said contractors for breach of terms thereof or not. Any such demand made by the Beneficiary shall be binding and conclusive as regards amount due and payable by the Contractor to the Beneficiary. And the Bank undertakes to pay unconditionally on written demand without demur and the claim of beneficiary shall be conclusive and binding as to the amount specified therein. AND it is further agreed and declared by the Bank that any waiver of any breach of any term of the said contract or any act of forbearance on the part of the Beneficiary or any time given by the Beneficiary to the contractors for carrying out and completing the work under the said contract or any modifications made in the terms and conditions of the said contract or any other act or omission on the part of the Beneficiary which could have in law the effect of discharging a surety, will not discharge the Bank. AND it is agreed and declared that this guarantee will remain in force until the time fixed in the said contract for completion of the said work or until the expiration of any extended time for such completion and shall be valid for a period of six months from the date hereof i.e. the guarantee shall be valid up to AND it is agreed and declared that this Guarantee will be irrevocable and enforceable even if the contractors company goes into liquidation or there is any change in the constitution of the said Company or management of the said Company and shall ensure to the benefit of its successors and assigns and shall be binding on the successors and assigns of the Bank. Notwithstanding anything contained herein: c) The liability of the Bank under this Bank Guarantee shall not exceed Rs.________ ________. (Rupees _______________). d) This Bank Guarantee shall be valid up to _____________________. e) Bank is liable to pay guaranteed amount or part thereof under this Bank Guarantee only and only if beneficiary serve upon as a written claim or demand on or before ______________ (date of expiry of the Guarantee). IN WITNESS WHEREOF the Bank has put is seal the day and year first hereinabove written. Signed, sealed and delivered by Mr For and on behalf of the Guarantor to do so and to affix the seal of the Bank, in the presence of

Page 32 of 34

ANNEXURE G: Format of Tender Offer Cover Letter Date: ____________________________________2013 Tender Reference To: Having examined the tender documents including all annexure the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide Technical and Project Management consultancy to Bank as mentioned in scope of work in conformity with the said tender documents in accordance with the Commercial bid and made part of this tender. We understand that the RFP provides generic specifications about all the items and it has not been prepared by keeping in view any specific bidder. If our tender offer is accepted, we will obtain the guarantee of a bank for a sum equal to 10% of the Contract Price for the due performance of the Contract. We agree to abide by this tender offer till 180 days from the date of tender opening and our offer shall remain binding upon us and may be accepted by the Bank any time before the expiration of that period. Until a formal contract is prepared and executed, this tender offer, together with the Banks written acceptance thereof and the Banks notification of award, shall constitute a binding contract between us. We understand that the Bank is not bound to accept the lowest or any offer the Bank may receive. Dated this __________________day of __________2013 Signature: __________________________________ (In the Capacity of :) ________________________________ duly authorized to sign the tender offer for and on behalf of

Page 33 of 34

Annexure H: Check List of documents to be submitted. 1) 2) 3) 4) 5) 6) 7) Technical Bid (Annexure A) with Covering Letter (Annexure G) Team Profile (Annexure D) Commercial Offer (Annexure B) Online Commercial offer (Annexure B) Compliance Certificate (Annexure C) Compliance of Terms and Conditions, Services and Facilities (Annexure E) EMD BG/ DD (Annexure F)

End of Document

Page 34 of 34

You might also like