Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
Bank of India
REQUEST FOR PROPOSAL (RFP)
FOR EMPANELMENT OF VENDOR
FOR
CUSTOMIZATION/DEVELOPMENT
/ MAINTENANCE/ TESTING
/SUPPORT Bank of India
08 JUL 2020
Ref: BOI: HO: IT: AKA: 0273
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 1 of 156
[A] Important Dates:
# Particulars Timeline
1 Date and time of commencement of inspection / Sale of Bid Document
08/07/2020
2 Last date and time for Pre-Bid Queries
20/07/2020 till 15:00 Hrs.
3 Pre Bid meeting date, time and venue
21/07/2020 15:00 Hrs. Venue: Bank of India Star House-2, ‘G’ Block, Head Office, I.T. Department; 8th floor, Bandra Kurla Complex,
Bandra (East),Mumbai – 400 051
4 Last date and time for Receipt of Bids at Bank of India (address as given below)
10/08/2020 15.00 hrs.
5 Date and time of opening of eligibility cum Technical Bids
10/08/2020 16.00 hrs.
6 Address for communication and submission of bid.
The General Manager, IT Department Bank of India Star House-2, ‘G’ Block, Head Office, I.T. Department; 8th floor, Bandra Kurla Complex, Bandra (East),Mumbai – 400 051
7 Bid document availability Bidding document to be downloaded from the Tender section of our Bank’s web-site www.bankofindia.com
8 Contact Person Details 1. Mr. Aakash Agarwal (Senior Manager-IT) Contact Details: Phone : 022 6131 9854 Email : [email protected] Postal Address: IT Department , Bank of India Star House-2 ,‘G’ Block, Head Office , I.T. Department; 8th floor, Bandra Kurla Complex, Bandra (East),Mumbai – 400 051
2. Ms. Seema Pai (Chief Manager-IT) Contact Details: Phone : 022 6131 9850
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 2 of 156
Email : [email protected] Postal Address: IT Department , Bank of India Star House-2 ,‘G’ Block, Head Office , I.T. Department; 8th floor, Bandra Kurla Complex, Bandra (East),Mumbai – 400 051
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 3 of 156
Contents 1. Background ____________________________________________________________________ 7
2. Objective ______________________________________________________________________ 7
3. PART 1 - Invitation to Bid (ITB) _________________________________________________ 9
3.1. Introduction ______________________________________________________________ 9
4. PART 2: DISCLAIMER __________________________________________________________ 13
5. PART-3 INSTRUCTIONS FOR BIDDERS (IFB) ___________________________________ 14
5.1 Introduction _____________________________________________________________ 14
5.1.1 Introduction ________________________________________________________________ 14
5.1.2 Scope of Work _____________________________________________________________ 15
5.1.3 Detailed Scope of Work ______________________________________________________ 19
5.1.3.1 Application software development and integration _____________________________ 19
a. System Requirement Study ______________________________________________________ 19
b. Development of Software Application ______________________________________________ 19
c. User Acceptance Testing (UAT) __________________________________________________ 20
5.1.3.2 Training and Capacity Building _____________________________________________ 20
5.1.3.3 Deployment of Application and Commissioning (Go-Live) ______________________ 21
5.1.3.4 Application Support and Maintenance _______________________________________ 21
5.1.3.5 Other Requirements _______________________________________________________ 23
5.1.4 Eligibility Criteria ____________________________________________________________ 24
5.1.4.1 Make In India Clause ______________________________________________________ 28
5.1.5 Cost of Bidding _____________________________________________________________ 28
5.2 Bidding Documents _______________________________________________________ 28
5.2.1 Content of Bidding Documents _______________________________________________ 28
5.2.2 Clarification of Bidding Documents ____________________________________________ 29
5.2.3 Amendment of Bidding Documents ____________________________________________ 29
5.3 Preparation of Bid ________________________________________________________ 29
5.3.1 Language of Bid ____________________________________________________________ 29
5.3.2 Format and signing of the Bid ________________________________________________ 29
5.3.3 Documents comprising the Bid _______________________________________________ 30
5.3.4 Bid Submission _____________________________________________________________ 31
5.3.5 Bid Prices __________________________________________________________________ 31
5.3.6 Bid Currencies _____________________________________________________________ 32
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 4 of 156
5.3.7 Documents establishing Bidder’s Eligibility and Qualifications _____________________ 32
5.3.8 Bid Security ________________________________________________________________ 33
5.3.9 Period of Validity of Bids _____________________________________________________ 34
5.4 Submission of Bids _______________________________________________________ 34
5.4.1 Sealing and Marking of Bids __________________________________________________ 34
5.4.2 Deadline for Submission of Bids ______________________________________________ 35
5.4.3 Late Bids __________________________________________________________________ 35
5.4.4 Modification & Withdrawal of Bids _____________________________________________ 35
5.5 Bid Opening and Evaluation ________________________________________________ 35
5.5.1 Opening of Bids by the Bank _________________________________________________ 35
5.5.2 Clarification of Bid __________________________________________________________ 36
5.5.3 Preliminary Examination _____________________________________________________ 36
5.5.4 Evaluation Process _________________________________________________________ 37
5.5.4.1 Objective of Evaluation Process ____________________________________________ 37
5.5.4.2 Eligibility cum Technical Bid: _______________________________________________ 38
5.5.4.3 Empanelment of Vendors __________________________________________________ 45
5.5.4.4 Commercial Bid Evaluation (during period of empanelment) ____________________ 45
5.5.5 Opening of Price Bids _______________________________________________________ 45
5.5.6 Contacting the Bank _________________________________________________________ 46
5.6 Award of Contract ________________________________________________________ 46
5.6.1 Post-qualification ___________________________________________________________ 46
5.6.2 Bank’s Right to Accept Any Bid and to reject any or All Bids ______________________ 46
5.6.3 Award Criteria ______________________________________________________________ 46
5.6.4 Notification of Empanelment __________________________________________________ 46
5.6.5 Signing of Contract __________________________________________________________ 47
5.6.6 Performance Security _______________________________________________________ 47
5.6.7 Discharge of Bid Security ____________________________________________________ 47
5.6.8 Contract Period _____________________________________________________________ 47
5.6.9 Delivery Timeline and Penalty ________________________________________________ 48
6. PART 4: TERMS AND CONDITIONS OF CONTRACT (TCC) _______________________ 49
6.1 Definitions ___________________________________________________________________ 49
6.2 Use of Contract Documents and Information ______________________________________ 49
6.3 Patent Rights/Intellectual Property Rights ________________________________________ 50
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 5 of 156
6.4 Performance Security/Performance Bank Guarantee ______________________________ 50
6.5 Inspection and Quality Control Tests ____________________________________________ 51
6.6 System & Other Software ______________________________________________________ 52
6.7 Acceptance Tests and Certificates ______________________________________________ 52
6.8 Manuals / Documents _________________________________________________________ 52
6.9 Incidental Services ____________________________________________________________ 53
6.10 Warranty and Annual Technical Support _________________________________________ 53
6.11 Customization Process ________________________________________________________ 53
6.12 Installation and Implementation _________________________________________________ 57
6.13 Payment _____________________________________________________________________ 57
6.14 Prices _______________________________________________________________________ 58
6.15 Change Requests / Management _______________________________________________ 58
6.16 Contract Amendments _________________________________________________________ 59
6.17 Assignments _________________________________________________________________ 60
6.18 Delay in Supplier’s Performance ________________________________________________ 60
6.19 SLA, Uptime & Liquidated Damages _____________________________________________ 60
6.20 Termination for Default ________________________________________________________ 60
6.21 Force Majeure ________________________________________________________________ 61
7 PART 5 - Functional Specifications (FS) ________________________________________ 62
8 PART 6 - Bid Forms, Price Schedules and other formats (BF) ___________________ 63
8.1 Bid Form _______________________________________________________________ 63
8.1.1 Eligibility cum Technical Bid __________________________________________________ 65
8.1.2 Price Bid ___________________________________________________________________ 67
8.2 Non-Disclosure Agreement _________________________________________________ 68
8.3 Price Schedule __________________________________________________________ 70
8.4 Empanelment Security Form ________________________________________________ 74
8.5 Empanelment Contract Form _______________________________________________ 76
8.6 Performance Security Form _________________________________________________ 78
8.7 Customer Credential Letter _________________________________________________ 80
8.8 Authorization Letter Format _________________________________________________ 81
8.9 Bidder Turnover & Profits __________________________________________________ 83
ANNEXURE A- Performance Statement Format ________________________________________ 85
8.10 Organizational Profile _____________________________________________________ 87
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 6 of 156
8.11 Service Support Details ____________________________________________________ 89
8.12 Bank Guarantee against Annual Maintenance __________________________________ 90
8.13 Undertaking for Support Services ____________________________________________ 91
8.14 Compliance Statement ____________________________________________________ 92
8.15 Conformity to Eligibility Criteria ______________________________________________ 94
8.15.1 Format of Conformity to Eligibility Criteria for Category-A __________________________ 94
8.15.2 Format of Conformity to Eligibility Criteria for Category-B __________________________ 98
8.16 Pre-Contract Integrity Pact ________________________________________________ 102
8.17 Undertaking of Information Security Compliance _______________________________ 110
8.18 Know Your Employee (KYE) Compliance _____________________________________ 111
8.19 Technical Skill Set _______________________________________________________ 113
8.20 Self-Declaration for Non-Blacklisting _________________________________________ 119
8.21 Escalation Matrix of all verticals ____________________________________________ 120
8.22 Format for Local Content __________________________________________________ 122
8.23 Notification of Acceptance of the Terms and Conditions (TCC) ____________________ 123
8.24 Software/Solution Integrity Certificate ________________________________________ 124
8.25 Details of Offices ________________________________________________________ 126
8.26 Tender Offer Forwarding Letter _____________________________________________ 127
8.27 Format for Bank Guarantee for Bid Security ___________________________________ 129
8.28 Proposed Team _________________________________________________________ 131
8.29 Conformity/Undertaking Letter ______________________________________________ 133
8.30 Business Rules and Terms & Conditions of Reverse Auction (FORMAT 8.30) ________ 136
8.31 Bidder’s Information ______________________________________________________ 144
a. Service Level Document __________________________________________________ 145
b. Checklist ______________________________________________________________ 149
c. Format for Submission of Pre-Bid Queries ____________________________________ 152
8.32 Facility Management/Onsite Support Facility __________________________________ 153
8.33 Acceptance of Reverse Auction Business Rules and Terms ______________________ 155
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 7 of 156
BANK OF INDIA, HEAD OFFICE
INFORMATION TECHNOLOGY DEPARTMENT
1. Background 1.1. Application software development, testing, support and customization are ongoing
processes in the Bank to meet its business, regulatory, security and performance
requirements.
1.2. These new requirements / changes require domain expertise in the latest technologies
and existing application software products are also subjected to major changes due to
frequent change requirements received from business departments.
1.3. In view of dynamic changes in the Banking sector, it has been felt that a strong software
development set-up should be available to Bank for proficient handling of new business
requirements within stipulated time frame.
2. Objective 2.1. Bank intends to engage skilled IT firms to cater the time to time requirement of new
application software developments, customizations in the existing software products.
2.2. The bidders empaneled through this process will be required to carry out Bank’s
software development / customization activities. However, whether to carry out the
software/ mobile/ Web portal application development/ customization work, in any of
the areas, by using the services of empaneled Bidder(s) or not, will be the decision of
the Bank and will be binding on the Bidders. Therefore, the empaneled bidders will
have to ensure continued availability of professionals for the period of empanelment/
during project assigned.
2.3. The software should be customized to suit the entire need of the Bank and to provide
end to end solution for any requirement/change in Bank of India as per Terms &
Conditions, Technical specifications and Scope of Work mentioned in the RFP.
2.4. The source code including DLLs, images, library files, database dictionaries,
associated documents should be satisfactorily handed over to our in-house
development teams for maintenance and change management. The copyright of the
software would remain with the Bank.
2.5. All the empaneled vendors would sign a non-disclosure agreement, in addition to an
undertaking that the software developed by their professionals for our Bank would not
be used by them for any other purpose.
2.6. Empanelment will be done under 2 (Two) categories based on the project nature and
estimated cost involved in software
developments/customization/support/testing/maintenance as depicted below:-
Category A - Up to Rs 35 Lacs (Projects of transactional (online, off-line, batch
processing) nature, closely integrated to CBS application etc.)
Category B - Up to Rs 10 Lacs (Projects like MIS, Reporting, Web portals, mobile
apps etc., which will not carry out any financial transactions).
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 8 of 156
The top five Bidders based on the eligibility and technical scoring will be selected for
empanelment in each category. Number of bidders in each category may vary at the
discretion of the Bank.
2.7. The empaneled Vendors for Category “A” will be also eligible to carry out development
work for category “B”, subject to company should have the development & maintenance
center at Mumbai. Note: If any Bidder applying for Category “A” wishes to apply for
“Category B” then the Bidder should mandatorily comply with Point No F, Clause 4
(Additional Eligibility Criteria for Category B), which mentions that the Bidder must have
a development center and technical support center in Mumbai and also submit relevant
documents supporting the claim.
2.8. Bidder has to explicitly specify the category for which he is submitting his Bid for
empanelment as part of Format 8.26.
2.9. The above categorization may be modified / reviewed by the Bank at any time as per
requirements of the Bank.
2.10. The empaneled Vendors will be eligible to participate in the closed RFP process
issued by the Bank to carry out software development/ customization/ testing/ support
/ maintenance work, only if they have specific skills in the area for which work will be
initiated.
2.11. In view of above, Bidders are requested to specify their detailed technical skills
in point 8.19. The vendors may not be considered for the specific work, if the skill set
is not available with the Vendor as per information provided in Point 8.19.
2.12. Bank at its discretion, may call for commercial quotations from Category B
bidders for Category A work also depending on the Bidder competency
The Bidding Documents include:
(a) PART 1 - Invitation to Bid (ITB)
(b) PART 2 - Disclaimer
(c) PART 3 - Instruction for Bidders (IFB)
(d) PART 4 - Terms and Conditions of Contract (TCC)
(e) PART 5 - Functional Specifications (FS)
(f) PART 6 - Bid Forms, Price Schedules and other formats (BF)
(g) PART 7 - Other Terms and Conditions. (OTC)
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 9 of 156
3. PART 1 - Invitation to Bid (ITB)
3.1. Introduction 3.1.1. Bank of India, a body corporate, established under the Banking companies
(Acquisition and Transfer of Undertakings) Act 1970, having its Head Office at Bank of India,
Star House, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai – 400 051, is a
leading public sector undertaking listed in BSE/NSE, hereinafter called “The Purchaser” or
“Bank”. which term or expression unless excluded by or repugnant to the context or the
meaning thereof, shall be deemed to include its successors and permitted assigns, intends
to issue this Bid document, hereinafter called Request for Empanelment, or “RFP”, for
Empanelment of vendor for providing software development/ maintenance/testing/ support
for various applications in Bank of India and its associates/subsidiaries including RRBs. The
Bank has implemented Core Banking Solution Finacle, with M/S DXC as the Systems
Integrator for the project. Bank of India has 5316 branches as of 31 March 2019, including
56 offices outside India, which includes five subsidiaries, five representative offices, and one
joint venture.
3.1.2. Bank of India intends to empanel bidders for Software Development,
Maintenance, Support, Testing and customization in Bank. The broad scope of the project
envisages design, documentation, development, installation, customization,
parameterization, implementation, testing, support and maintenance of application
software/web portal/ mobile application, etc. The scope also includes
installation/reinstallation, configuration/re-configuration and maintenance of system
software, database, interfaces etc. at various locations of the Bank for a period of three (3)
years, along with complete handover of the software product with source code and related
documents as well as training to Bank’s designated personnel. This ‘RFP’ shall be the single
point of reference for all points pertaining to this stated requirement.
3.1.3. The Bank invites bids from reputed skilled IT firms/Software Service Providers/
Software development firms (hereinafter referred to as ‘Bidder’ or ‘Vendor’) for the proposed
scope of work and Bank’s requirements. The material and services that is sought to be
procured, installed and maintained via this empanelment should ensure satisfactory delivery
of application software. The Bidder would be the single point of contact for the Bank
as sub-contracting to third party is not permissible.
3.1.4. This enquiry is in the nature of Request for Proposal (RFP) intended to result in
the selection of a panel of software bidders. The responses received pursuant to this RFP
will be evaluated as per the criteria specified in this document and the qualified bidders will
be placed on the panel. Empaneled bidders will be invited, as and when work arises in the
Bank, to submit their Proposals based on detailed scope of work of the project on a case-
to-case basis.
You are requested to send your Technical proposal as per the enclosed formats. The
methodology for submission of the proposals is enumerated in Part 3 Instruction to Bidders.
Terms and Conditions of Contract (TCC) are given in Part 4. The various forms, formats and
Performa are given in Part-6 which mandatorily to be submitted by the bidder along with bid.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 10 of 156
The Bidding Document may be obtained from the Bank as under or downloaded from Bank’s
Website http://www.bankofindia.co.in/tenders and the bid should be submitted to the office
of Bank Of India , Information Technology Department, Head office, Star House-2, C-4, G-
Block, 8th Floor, Bandra Kurla Complex, Bandra (East) Mumbai – 400051(Telephone No.
022-61319854/ 61319850). E-Mail: Head Office - IT ([email protected]).
For queries and clarification regarding the RFP, please feel free to contact us at the
above mentioned address or telephone number or e-mail id. During pre-bid meeting, all
queries submitted by interested eligible bidders shall be discussed. After pre-bid meeting,
the queries cannot be considered.
Please note that all the information desired about the tender need to be provided to us.
Incomplete information may lead to rejection of the bid/non-selection.
All Technical Bids must be accompanied by Bid Security for INR 2, 00,000/- (INR Two Lac only) as specified in the Bid document. This security will remain in force up to and including 60 days after the period of the bid validity Tender Fee - A non-refundable bid amount of Rs.20, 000/- to be paid by means of a demand draft / pay order/pay slip favoring “Bank of India” payable at Mumbai from any Scheduled commercial /Nationalized Bank other than Bank of India. . If the bid is downloaded from website, the cost of the bid/tender fee may be paid along with the technical bid in a separate envelope. Each Bidder is eligible for submitting only one Bid per category in response to this RFP. The earnest money deposit (EMD) for the bid is of Rs. 2, 00,000/- (Rs. Two Lakhs Only) by way of Bank Guarantee (format as per FORMAT 8.27) from any of the Scheduled commercial / Nationalized banks of India (other than Bank of India) in an acceptable form favoring “Bank of India” – Request for Proposal (RFP) For Empanelment of Vendor for Customization/Development/ Maintenance/ Testing /Support RFP Ref: BOI: HO: IT: AKA: 0273 dated: 08.07.2020, at Mumbai. No interest shall be allowed on the Earnest Money. Bids without Earnest Money are liable for rejection. Bank reserves the right to change the dates mentioned below or in the RFP, which would be communicated by way of corrigendum published on Bank’s Corporate Website. In this RFP, the bidder is required to submit Technical bid in physical form along with other bid documents mentioned herein. The original RFP (and addendums if any) needs to be signed and stamped by the Bidder and has to be submitted along with the Technical Bid. The Bids should be delivered to the specified address with acknowledgement due so as to reach before 15:00 hours on or before 10/08/2020. If the last day of submission of bid is declared holiday under Negotiable Instruments Act by the Government subsequent to the issuance of RFP, the next working day will be deemed to be the last date of submission of the Bid. The bids, which are received after the above mentioned date and time, are liable to be rejected at the discretion of the Bank. No further discussion/ interface will be granted to Bidders whose bids have been disqualified. In case of any discrepancy noticed within the RFP at a later stage, the discretion of the Bank shall prevail and be binding on the Bidder.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 11 of 156
The Bank shall not be liable for non-delivery of documents due to Postal/Courier delay or loss of documents in transit etc., if any, in submitting the Bid. The Eligibility cum Technical Bid shall be opened in the presence of Bidders on 10/08/2020 at 16:00 hrs. at the below mentioned Premises. The Bidder’s representative may be present during the Technical Bid opening at our Office well in time along with the authorization letter from the bidder’s company.
The important dates / schedules for the above RFP shall be as following:
# Particulars Timeline
1 Date and time of commencement of inspection / Sale of Bid Document
08/07/2020
2 Last date and time for Pre Bid Queries
20/07/2020 till 15:00 Hrs.
3 Pre Bid meeting date, time and venue
21/07/2020 15:00 Hrs. Venue: Bank of India Star House-2, ‘G’ Block, Head Office, I.T. Department; 8th floor, Bandra Kurla Complex,
Bandra (East),Mumbai – 400 051
4 Last date and time for Receipt of Bids at Bank of India (address as given below)
10/08/2020 15.00 hrs.
5 Date and time of opening of eligibility cum Technical Bids
10/08/2020 16.00 hrs.
6 Address for communication and Submission of bid.
The General Manager, IT Department Bank of India Star House-2, ‘G’ Block, Head Office, I.T. Department; 8th floor, Bandra Kurla Complex, Bandra (East),Mumbai – 400 051
7 Bid document availability Bidding document to be downloaded from the Tender section of our Bank’s web-site www.bankofindia.com
8 Contact Person Details 1. Mr. Aakash Agarwal (Senior Manager-IT) Contact Details: Phone : 022 6131 9854 Email : [email protected]
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 12 of 156
Postal Address: IT Department , Bank of India Star House-2 ,‘G’ Block, Head Office , I.T. Department; 8th floor, Bandra Kurla Complex, Bandra (East),Mumbai – 400 051
2. Ms. Seema Pai (Chief Manager-IT)
Contact Details: Phone : 022 6131 9850 Email : [email protected] Postal Address: IT Department , Bank of India Star House-2 ,‘G’ Block, Head Office , I.T. Department; 8th floor, Bandra Kurla Complex, Bandra (East),Mumbai – 400 051
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 13 of 156
4. PART 2: DISCLAIMER The information contained in this Request for Proposal (RFP) document or information
provided subsequently to bidder(s) or applicants whether verbally or in documentary form by
or on behalf of Bank of India (Bank), is provided to the bidder(s) on the terms and conditions
set out in this RFP document and all other terms and conditions subject to which such
information is provided.
This RFP is neither an agreement nor an offer and is only an invitation by Bank to the interested
parties for submission of bids. The purpose of this RFP is to provide the bidder(s) with
information to assist the formulation of their proposals. This RFP does not claim to contain all
the information each bidder may require. Each bidder should conduct its own investigations
and analysis and should check the accuracy, reliability and completeness of the information in
this RFP and where necessary obtain independent advice. Bank makes no representation or
warranty and shall incur no liability under any law, statute, rules or regulations as to the
accuracy, reliability or completeness of this RFP. Bank may in its absolute discretion, but
without being under any obligation to do so, update, amend or supplement the information in
this RFP.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 14 of 156
5. PART-3 INSTRUCTIONS FOR BIDDERS (IFB)
5.1 Introduction
5.1.1 Introduction
Bank of India (BOI) is a commercial bank with headquarters in the Bandra Kurla Complex, Mumbai and Founded in 1906, it has been government-owned since nationalization in 1969. BOI is a founder member of SWIFT (Society for Worldwide Inter Bank Financial Telecommunications), which facilitates provision of cost-effective financial processing and communication services.
The Bank is a leading Public Sector Commercial Bank based in India. The Bank offers a range of financial services including cash management services, depository services, corporate agency arrangements, visa debit cum ATM card, bank assurance and mutual fund, Real Time Gross Settlement, Unified Payment Interface, Gold Card scheme for exporters, National Electronic Fund Transfer (NEFT), Government Business, Credit Card business (proposed) and online payment. The bank operates through four business segments, namely, Treasury, Corporate / Wholesale Banking, Retail Banking, and Other Banking.
Bank of India has 5300+ branches, including 56 offices outside India, which includes five subsidiaries, five representative offices, and one joint venture.
The Bank has IT Operations, Data Center (DC) & Near Disaster Recovery Site (Near DR) in Navi Mumbai, and Disaster Recovery Site (DRS) in Bangalore.
Core Infrastructure for the Centralized Banking Solution is hosted at the Data Center (DC) and Disaster Recovery Site (DRS). DC & DRS are operational on 24 x 7 basis and have necessary infrastructure in place.
The Bank will open branches, offices from time to time & may also promote/acquire Associates/JVs as and when required.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 15 of 156
5.1.2 Scope of Work The broad scope of project envisages empanelment of software bidders who will provide
end to end new software solution and existing software solution customization to meet
the Bank's business requirements. It includes study, design, development, integration,
testing and implementation of the software and other components required. This would
also envisage parameterization, historical data management, verifying data quality user
acceptance testing, documentation, trainings and complete knowledge transfer along
with complete ownership of software and IPR of the same. Other Services which
included testing, maintenance, support of various applications/databases/software
products may also be required.
Scope of work of the empanelled software bidders will include application development
in the different areas including customization of a product / solution in terms of adding
new functionalities / changes, integration of new modules in an existing product /
solution or developing a new software solution or related activities like
database/application support or testing or maintenance of software solution/application
etc. The empanelled Bidders will be approached by the Bank based on its requirement
to participate in the closed tendering process to carry out software application
development / customization work, subject to their possessing the necessary skill set
as per Format 8.19. Bank has the discretion to not consider the empanelled Bidder/s for
the specific work, if they do not possess the necessary skill set required in carrying out
that work. Applicants are requested to specify their detailed technical skills as in Format
8.19 under respective Technical criteria.
The Bank will empanel vendors through this process to carry out Bank’s software
development / customization activities. However, whether to carry out the software/
mobile application development/ customization work, in any of the areas, by using the
services of empanelled Vendor(s) or not will be the decision of the Bank and will be
binding on the Vendors.
Commercial quotations will be invited by Bank from the empaneled Bidders as stated
above, who possess the necessary skills set, for the total project cost/manpower rates
on the specified skills as per specific requirement of the project / Bank. The detail scope
of work will be shared for each of Bank’s requirement while calling commercials. The
bidder has to comply with below mentioned items:
I.Bidder has to provide Source code of application, Source Code of DLLs, images, library
files, object code / executable code etc. required to customize the application as per
requirements, unit test cases, unit test code, and compilation procedures (build/make file,
build scripts etc.), Source code quality report using reputed Code Quality Tools, Test
Scripts for CIT / SIT / UAT of the developed application / customizations and subsequent
upgrades, if any.
II.Bidder has to transfer the ownership of all software developed / customized / configured /
procured. All licenses & support related documents should be in the name of Bank.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 16 of 156
III.Bank should have the Intellectual Property Rights on all software developed / customized
/ configured / procured along with related documents executed under the scope of this
RFP.
IV.Bidder has to provide all necessary functional and technical documentation (Technical
specifications, Integration specifications, Application architecture/design, Integration
architecture / design, Test Cases documentation for CIT / SIT / UAT, Deployment guide
on infrastructure servers, and Release notes) to the bank with every source code delivery
for any change.
V.Bidder has to sign an agreement with the Bank to execute the contract and NDA as per
format of the Bank.
VI.Consortium and/or Subcontracting for execution of project given by the bank are not
permissible.
VII.Bidder has to ensure that the software development will be carried out as per standard
software development process and taking into consideration the best practices followed
worldwide.
VIII.Bidder has to ensure that the software developed should be compatible with the current
infrastructure of the Bank and also should be forward compatible.
IX.The bidder shall undertake to provide appropriate human as well as other resources
required as per Bank’s requirement, to execute the various tasks assigned as part of the
project, from time to time.
X.Bank will provide the scope of work of projects and details of available OS/DB/third party
tools.
XI.Bidder has to rectify the gaps identified during the audit of software developed/customized
by internal/external agencies or by any of the regulators at no additional cost to the bank
XII.Bidder has to work at their own location and use their own resources for software
development / customization / configuration unless specifically asked by the bank.
XIII.The Bank may decide to have a mixed set of in-house and bidder’s resources for
sustainable good quality of software development and the bidder has to agree to work
under this setup. Bidder should agree to transfer necessary knowledge and skills to Bank
personnel - Functional Specifications, Technical specifications, Integration specifications,
Application architecture / design, Integration architecture / design, Test Cases document
(for CIT / SIT& UAT), Deployment guide on infrastructure servers, and Release notes are
mandatory deliverables apart from Source code & Build guides.
XIV.If any of the empanelled bidders do not participate in minimum two closed tender’s project
during the contract period for any reason, even after getting an invitation to bid by the bank,
then there would be financial implication as below:
For each non-participated bid, a penalty of Rs. 5000/- (Up to 3 consecutive).
For non-participation in more than 3 bid, the Empanelled Security Deposit
submitted by the bidder could be forfeited by the bank.
XV.If any of the empanelled vendor has been selected for a software development project and
has been issued a Purchase Order (PO), thereafter if the selected Empanelled vendor fails
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 17 of 156
to perform the obligations as per the PO or does not perform his duties as the empanelled
vendor after selection, the empanelment security could be forfeited by the Bank.
XVI.The application development / customization work carried by the successful empanelled
bidder will be subject to unit testing, system integration testing & user acceptance testing
and security audit (SAST/DAST/Source Code Review etc.) as applicable. However, bank
will not pay any additional fee / charges for the rectification of errors detected during the
testing / audit process.
XVII.Bidder has to ensure that separate teams are provided for software development and
software testing.
XVIII.Bidder has to provide one year warranty and maintenance support for the application
software developed / customized / configured / at no extra cost to the Bank during the
warranty period.
XIX.Bidder has to comply with all the gaps identified in the software developed during the audit
of internal/external agency or during review with any of the regulator at no additional cost
to the Bank.
XX.Bidder has to provide maintenance / support after warranty period as per Bank’s
requirement. AMC / ATS cost shall be included during the requirement stage although it
will not be accounted in commercial evaluation as opting for AMC/ATS will be bank’s
discretion.
XXI.Bank shall have the right to cancel the panel of bidders at any time, without thereby
incurring any liabilities to the affected applicants. Reasons for cancellation, as determined
by Bank in its sole discretion include but are not limited to, the following:
a) Services contemplated are no longer required.
b) Scope of work not adequately or clearly defined due to any reason.
XXII.Bank may at any time, by a written order given to the successful bidder, make changes
within the general scope of the project in any one or more of the following:
a) Designs, specifications, requirements which software or service to be provided under
the project are to be specifically developed and rendered for Bank.
b) Schedule for deployment Acceptance.
c) The place of delivery and / or the services to be provided by the bidder.
XXIII.When a change request is initiated by the bank after Go live of the project or during the
warranty/ATS period , below mentioned steps will be followed:
a) Identification and documentation of the need for the change - The information related to
initiator, initiation date and details of change required and priority of the change will be
documented by Bank.
b) Analysis and evaluation of the Change Request - Impact of the change in terms of the
estimated effort, changed schedule, cost and the items impacted will be analyzed and
documented by the successful bidder.
c) Approval or disapproval of the change request – Bank will approve or disapprove the
change requested including the additional payments for software development, quoted
man-month rate in the project shall be used for cost estimation, efforts of all technical
resources- project manager, analyst, software developer, testing engineer, database
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 18 of 156
architecture etc. shall be taken into account for total man-month estimation to carry out the
software development resulting from the change request.
d) Implementation of the change - The change will be implemented in accordance to the
agreed cost, effort, and schedule by the successful bidder.
e) Verification of the change - The changes will be verified by the concerned Department
of the Bank on implementation of the change request.
f) All changes outside the scope of supplies agreed to herein which may have likely
financial implications in terms of the overall cost / time of the project shall be undertaken
by the bidder only after securing the express consent of the Bank. In the event that the
consent of Bank is not received then the change will not be carried out. While approving
any change request, if required, Bank may ask the bidder to deploy the required resources
on-site.
XXIV.If any such change outside the scope of supplies agreed to herein causes an increase or
decrease in cost of, or the time required for, firm's performance of any provisions under
the agreement, equitable adjustments shall be made in the Agreement Price or Delivery
Schedule, or both, and the Agreement shall accordingly be amended. Any claims by firm
for adjustment under this must be asserted within 30 (thirty) days from the date of bidder
receiving the Bank’s change order which shall not be unreasonably withheld or delayed.
XXV.For change requests pertaining to the application development scope, the bidder needs to
justify the change request and submit the effort estimation required for making necessary
changes in the application. Bank shall verify the estimated effort details submitted by the
selected bidder and the final effort required for executing the change request shall be
mutually agreed between the selected bidder and the Bank. Necessary payments shall be
made to the bidder as per the man month rate quoted in the commercial bid for Application
Development
XXVI.Bidder will also be responsible for development of interfaces of software with bank’s CBS
network or any other applications used in bank, subject to bank’s discretion.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 19 of 156
5.1.3 Detailed Scope of Work The successful bidder(s) shall be responsible to undertake various project activities as per the
requirement raised by the bank during the empanelment period but not limited to the following:
5.1.3.1 Application software development and integration The software
developer needs to ensure that the application development process is as per the
standard life cycle of Software Development. The vendor shall carry out the following
activities during application development and integration.
a. System Requirement Study The vendor shall carry out a detailed systems study
to define the Functional Requirements Specifications (FRS) and formulate the
System Requirements Specifications (SRS). Under this category of the scope the
vendor will be responsible for the following:
Preparation and Finalization of Functional Requirement Specification
Preparation of System requirement Specification (SRS) as per the latest
IEEE template
Preparation of other documents, project reports as required
b. Development of Software Application
a) Preparation of Software Design Document including Class Diagram, Entity
Relationship (ER) Diagram/Database table structure, Traceability Matrix etc.
shall be carried out by Vendor.
b) The vendor shall prepare & submit System Design Document (SDD) /
Process Design Report based on principles of enterprise and service
oriented architecture to provide for secure and scalable application
software. The design should be modular. The SDD should include Solution
Architecture, Application Architecture, Network Architecture, Security
Architecture, Deployment Architecture and Database Design
c) An industry standard methodology should be adopted for Software
Engineering, covering the entire SDLC (Software Development Life Cycle).
d) The vendor shall be responsible for the development of application as per
the requirements provided by the Bank.
e) The Application must have integrated security / monitoring features.
f) Audit trail should be maintained, all deleted & edited records should be
traceable and copy of all editions / deletions should be available with MIS
reporting of the same. The audit trail should be preserved in securely and
no user other than authorized should be allowed to modify audit record.
g) Software testing of the application (other than Third Party auditing) shall be
borne by the vendor.
The selected vendor shall be responsible for the following:
Conducting testing of various components/ modules of the software
developed, as per the latest version of the IEEE 730 standards.
Designing the Testing strategy, Test Cases
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 20 of 156
Obtaining sign-off on testing approach and plan.
h) Deployment and Configuration of application: The selected Bidder shall be
provided with required infrastructure at Bank to host application.
c. User Acceptance Testing (UAT)
a) Preparation and submission of detailed FAT/ UAT plans/ schedules/
procedures/ formats as mutually agreed between the Selected Bidder and
the Bank
b) Selected Bidder should prepare various use cases and scenarios.
c) Performing Software Testing: The Selected Bidder should conduct testing
of various components/modules of the software developed, as per the latest
version of the IEEE 730 standards. The bidder shall also be required to
share the testing documents and standards with the designated software
testing team, wherever applicable/ required.
d) The selected Bidder must assist Bank in carrying out user acceptance of
solution.
e) The selected Bidder should provide System Test Cases with Results
f) The selected Bidder should provide UAT Case and Results
g) Rectifying the Software application/ issues/ bugs reported during the testing
until the satisfaction of Bank.
h) Final approval / user acceptance of the software and system shall be given
by Bank after successful implementation and testing. This is the
responsibility of the Bidder to obtain the UAT approval from the Bank.
5.1.3.2 Training and Capacity Building If Bank requires, the selected Bidder shall have to provide training to Bank’s officials at Bank’s
location, for the functionality developed or for the customized module of software application
The Bidder should ensure / note the following while imparting Training:
a) Training of staff is essential for ensuring that the software developed is actually put
to use. Hence, the selected Bidder shall also ensure a proper hands-on training to
the designated end-users on the application developed so as to make them
conversant with the functionalities, features and processes built in the application.
b) Training shall be in multiple sessions as per the need and requirement of the project
/ application. Hence, Bidder shall conduct Training Needs Analysis for all the
concerned staff and draw up a systematic training plan.
c) The content of the training plan and schedule shall be mutually decided by Bank and
the Bidder.
d) The Bidder shall have to retrain the staffs, whenever significant changes are made
in the application and/or personnel.
e) The Bidder shall take the feedback from the Employees, and submit the same along
with invoice raised for the payment.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 21 of 156
f) In case, more than 30% of the respondents suggest that the training provided to
them was unsatisfactory or less than satisfactory, then Bidder will have to re-
conduct the same training at no extra cost.
g) Bidder shall deliver training to end users utilizing the deployed infrastructure at the
designated locations. Role-based training for the identified personnel will be carried
out at the location decided and provided by the Bank.
h) The requisite training infrastructure shall be provided by Bank
i) The Bidder shall provide the instructor with quality training material (role based) and
the language of training material shall be in English.
j) The Bidder shall ensure that all the training documentation is in place, both in
Hardcopy and Softcopy (user training, operation procedures, visual help-kit, FAQs
etc.).
k) The objective of conducting such trainings would be to give first-hand view of
benefits of using the developed application. The Bidder has to quote the training cost
as part of commercial bid submission if Bank raises a requirement while calling for
quotations.
5.1.3.3 Deployment of Application and Commissioning (Go-Live) a) The Bidder shall integrate application software and commission the whole project. The
Bidder shall conduct Final Acceptance Testing (FAT) on commissioning of the whole
project. The entire project would be deemed to have been commissioned, only after the
acceptance of FAT reports by Bank After the successful commissioning of the project,
the system would be declared as Go- Live and will enter into the Support and
Maintenance phase.
b) Bidder shall provide all related documents viz. user manual (Role wise) as mentioned
in this RFP document.
c) Bidder shall transfer the ownership of all software developed/ customized/ configured/
procured. All the licenses & support related documents shall be in the name of Bank.
d) The Bidder shall be responsible to extend support to the Bank and ensure successful
roll-out of the developed application.
e) Application Disaster Recover (DR) setup should be implemented and Data replication
between Data Centre & DR should also be configured.
5.1.3.4 Application Support and Maintenance The vendor shall be responsible for Support and Maintenance activities for the time period as
described by the Bank at the time of calling for quotations post successful go-live of the
application. The broad activities to be conducted by the vendor during the Support and
Maintenance Phase are mentioned below:
a) Helpdesk Support (Incident/ Problem Management)
i. Help desk should be able to handle issues of the Bank.
ii. The helpdesk persons should be accessible to all the project locations and their end-
users on telephone / e-mail.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 22 of 156
iii. The vendor shall have to maintain a web based online call log register with all the
necessary details / references and submit the report from same to the Bank as and
when required. The vendor will also provide a login to the Bank for logging and view
the status of the complaint. The format of the report would be mutually decided later
at appropriate time.
iv. Once the complaint is registered by Bank into the system, the system will create a
ticket for the problem reported. The problem / ticket should be closed only by the
Bank after the resolution of the problem.
v. Helpdesk staff shall escalate the problem to the project manager and maintain the
log / status of the complaint in the online call log register.
vi. Reply to the queries / feedback / suggestions / complaints from the Bank.
vii. Help desk should provide handholding support at all project location through online
/ telephone line.
b) Support Services for developed application
i. The vendor shall be responsible for deploying sufficient manpower for overall
administration, operations, monitoring, maintenance of the deployed application and
the Database to ensure the desired uptime.
ii. Administration, support & maintenance throughout the project period. The vendor
shall provide support on following activities
iii. Minor changes in developed application
iv. Bugs Fixing reported
v. Maintain version control and archives of source code
vi. Download definitions / patches / updates / service packs of the deployed third party
tools / middle ware Software and to ensure the desired uptime.
vii. Periodical VA/PT and SCD Compliance as per reports generated by Security Team.
c) MIS Reports
i. The vendor shall have to submit certain key deliverables as mentioned below:
ii. Software license management – Vendor to ensure up to date licensing of all the
software for the entire project period.
iii. SLA Compliance Report – Vendor to provide Quarterly report within 1 Week of the
end of each Quarter
iv. However, in addition to the reports/ deliverables as indicated above, vendor shall
prepare and submit all other required information in the desirable format as notified
by the purchaser related to project.
v. The formats for all the reports shall be prepared by the vendor and submitted to the
Bank for approval. The reports submitted by the vendor should strictly be in the
approved format only which, if required, may be revised from time to time.
d) Third Party Audit (TPA)
i. A third party auditor, if required, may be selected and appointed by the Bank.
ii. The audit may cover one or more of the following aspects of the project: -
o Functional requirement Review
o Penetration testing of the systems and networks (External and Internal)
o Application Security Assessment (Dynamic/Static)
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 23 of 156
o System Performance Testing/ Monitoring
o Review and Assessment of Security Policies
o Data Quality Review
o Integrated Application Security Assessment (IAST)
o Other Regulatory/Compliance related Audit requirements
iii. The vendor shall be required to share the testing documents and standards with the
designated third party wherever applicable/ required.
iv. The purchaser may appoint the TPA for the entire project period including the
Operation and maintenance period. The TPA may conduct bi-annual or annual
audits as per the decision of the Bank.
v. Based on the audit reports submitted by the TPA, the selected vendor shall make
the required changes to the application and incorporate the suggestions of the
auditor at no extra cost. The purchaser shall recover costs from the pending
payments or performance security on failure of the vendor to make the required
changes.
5.1.3.5 Other Requirements i. Bank’s IT security Policy in vogue should be followed in spirit which includes password
management, change management, backup, patch update etc.
ii. IS audit of the application at various levels of implementation would be conducted by
the Bank and its important issues should be closed before the acceptance of the
software/solution. Additionally, any changes in the software and yearly IS audit issues
would also be required to be attended at respective levels, within the stipulated time
period.
iii. Audit logs should be retained and made promptly available, as and when required
during the life cycle of data retention.
iv. Bank has Security Operation Centre (SOC) / Service Management Software wherein
monitoring of all servers is being done for its security, uptime/ downtime, performance,
user access to system, parameter changes, etc. would be monitored based on different
logs from servers and devices. Bidder to provide necessary logs of system, application
users and database etc. for integration with SOC. For integration of SOC with the
system being provided by the bidder, required support and tools (if any for log
generation and pushing to SOC) would be required from bidders.
v. IT assets, Management of the same, documentation, version control, configuration /
parameter controls, Change Management etc. should meet standards and expectations
of ISO 27001 level, as the Bank is in the process of acquiring the same for our DC/DR.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 24 of 156
5.1.4 Eligibility Criteria
Bidders are expected to meet the following eligibility criteria for different categories and submit the relevant documents as per Format 8. Bidders failing to either meet these criteria or not furnishing the requisite supporting documents / documentary evidence is liable to be rejected and will not be considered for empanelment.
Sr. No.
Eligibility Criteria Documentary Evidence to be submitted to the bank
I. Common Eligibility Criteria for Category A & Category B
a. The Bidder should be an Indian company registered in India under companies act 1956 with their registered office in India for the
Five years as on date of submitting its application in case of Category A.
Three years as on date of submitting its application in case of Category B.
Copy of the Certificate of Incorporation issued by Registrar of Companies along with the copies of Memorandum and Articles of Association and full address of the registered office
b. The Bidder should not have been debarred/ blacklisted for corrupt and fraudulent practices by the Govt. of India / State Governments / Regulatory Agencies / PSU/other institutions
Bidder should submit an Undertaking (To be submitted as per Format 8.20).
c. Bidder must provide information that any of its subsidiary or associate or holding company or companies having common director/s or companies in the same group of Promoters / management or partnership firms/LLPs having common partners have not participated in the bid process.
Letter of confirmation on Bidder company’s letter head (self-certified letter).
d. Bidder must provide an undertaking on their Letter head stating all the technical features highlighted as a part of Technical Requirement in the RFP are covered in totality in their submitted proposal. The undertaking letter should be supported with relevant documents/project details.
Letter of confirmation (self-certified Letter) from bidder along with duly filled per Format 8.19 (Technical Skill Set) and relevant documentary proof.
II. Additional Eligibility Criteria for Category A
a. The bidder should have an annual turnover of at least Rs. 5 Crores (Rupees Five Crores) in each of last three preceding three (3) financial years from i.e. FY 2016-17,
Audited Balance sheets and Profit & Loss statements for
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 25 of 156
FY 2017-18 and FY 2018-19. The turnover must be the individual company turnover and not that of any group of companies.
the financial years FY 2016-17, FY 2017-18 and FY 2018-19 along with the certificate duly certified by the Chartered Accountant as per Format 8.9.
b. The bidder should have an annual turnover of Rs. 2 crore from software development/ software solution/ customization engagement in each of the previous three financial years.
Should be submitted As per Format 8.9 (Bidder Turnover & profits) Reference Purchase Order / Contract Document
c. Bidder must be operating in the field of software development / software solution for at least 5 years as on date of the Tender.
a) Copy of the
Certificate of
Incorporation issued by
Registrar of Companies
b) Reference
Purchase Order /
Contract Document/
Customer credentials as
per Annexure A and
Format 8.7
d. Bidder must have developed / customized software solution / application (in the last 3 years) in at least 2 Scheduled Commercial Banks.
a) Certificate from the
current authorized
signatory of the
company.
b) Reference Purchase
Order /Contract
Document/ Customer
credentials as per
Annexure A and Format
8.7.
e. Bidder must have more than 50 software professionals on its payroll
Supporting proof / Documentary evidence. PF coverage letters for the employees issued by Employee Provident Fund
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 26 of 156
Organization/Proof of Enrollment under NPS.
f. Bidder must be certified a minimum SEI CMM Level 3 or above /ISO 20000:2013.
Supporting document.
II. Additional Eligibility Criteria for Category B
a. The bidder should have an annual turnover of at least Rs. 25 lacs (Rupees Twenty Five Lacs) in each of the last three financial years (i.e. FY 2016-17, FY 2017-18 and FY 2018-19). Further, their net profit should be positive in the last three financial years and their net worth should also be positive in each of the last three financial years. This must be the individual company turnover and not of any group of companies/subsidiaries.
Audited Balance sheets and Profit & Loss statements for the FY 2016-17, FY 2017-18 and FY 2018-19 along with the certificate duly certified by the Chartered Accountant as per Format 8.9
b. The bidder should have an annual turnover of Rs. 10 Lacs from software development/ software solution/ customization engagement in each of the previous three financial years
Should be submitted As per Format 8.9. (Bidder Turnover & profits)
Reference Purchase Order / Contract Document
c. Bidder must be operating in the field of software development / software solution for at least 3 years as on date of the Tender.
a. Copy of the Certificate of Incorporation issued by Registrar of Companies
b. Reference Purchase Order / Contract Document/ Customer credentials (to be
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 27 of 156
submitted as per Annexure A and Format 8.7)
d. The bidder should have completed at least 3 assignments of similar nature involving software development/ software solution/ customization in scheduled commercial banks/ BFSIs/ Government/ Large Enterprise (having PAN India presence with a minimum turnover of Rs. 10 Crore), during last three years, with a minimum value of Rs.5 lacs each.
a) Certificate from the current authorized signatory of the company. b) Reference Purchase Order / Contract Document/ Customer credentials to be submitted as per Annexure A and Format 8.7.
e. Bidder must have more than 10 software professionals on its payroll Supporting proof / Documentary evidence. PF coverage letters for the employees issued by Employee Provident Fund Organization/Proof of Enrollment under NPS.
Bidder must have more than 10 software professionals on its payroll Supporting proof / Documentary evidence. PF coverage letters for the employees issued by Employee Provident Fund Organization/Proof of Enrollment under NPS.
f. Must have development Centre and technical support office at Mumbai.
Supporting document along with Details of Offices- Format 8.25.
Note: All dates if not specified to be applicable from the date of the RFP.
Bidder must comply with all the above mentioned criteria and provide the requisite information.
Noncompliance of any of the criteria will entail rejection of the offer summarily. Photocopies
of relevant documents / certificates should be submitted as proof in support of the
claims made. The Bank reserves the right to verify /evaluate the claims made by the Bidder
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 28 of 156
independently. Any decision of the Bank in this regard shall be final, conclusive and binding
upon the Bidder.
5.1.4.1 Make In India Clause 5.1.4.1.1 Applicability of Preference to Make in India, Order 2017 (PPP-MII Order)
Bank will follow the guidelines on Public Procurement (Preference to Make in India), Order
2017 (PPP-MII Order) issued vide Central Vigilance Commission Order No. 018/VGL/022-
377353 dated April 20, 2018 and basis of allotment will be done in terms of instructions on
Public Procurement (Preference to Make In India), Order, 2017 – Revision; regarding
issued vide GOI, Ministry of Commerce and Industry, Department of Industrial Policy and
Promotion letter No. P-45021/2/2017(BE-II) dated May 29, 2019. Revision issued letter No.
P-45021/2/2017(BE-II) dated June 04, 2020.
a) Among all qualified bids, the lowest bid (as quoted in reverse auction) will be termed
as L1. If L1 is from a local supplier, the contract will be awarded to L1.
b) The local supplier at the time of submission of bid shall be required to provide a
certificate as per Annexure from the statutory auditor or cost auditor of the company
(in the case of companies).
5.1.4.1.2 CERTIFICATE OF LOCAL CONTENT
Certificate from the statutory auditor or cost auditor of the company (in case of companies)
or from a practicing cost accountant or practicing chartered accountant (in respect of
suppliers other than companies) giving the percentage of local content, on their letterhead
with Registration Number with seal.( FORMAT 8.22: FORMAT FOR LOCAL CONTENT)
5.1.5 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.
5.2 Bidding Documents
5.2.1 Content of Bidding Documents The products required, Bidding procedures, and contract terms are prescribed in the Bidding
Documents. The Bidding Documents include:
(a) PART 1 - Invitation to Bid (ITB)
(b) PART 2 - Disclaimer
(c) PART 3 - Instruction for Bidders (IFB)
(d) PART 4 - Terms and Conditions of Contract (TCC)
(e) PART 5 - Functional Specifications (FS)
(f) PART 6 - Bid Forms, Price Schedules and other formats (BF)
(g) PART 7 - Other Terms and Conditions. (OTC)
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 29 of 156
The bidder is expected to examine all instructions, forms, terms and specifications in
the Bidding Document. Failure to furnish all information required by the Bidding
Document or to submit a Bid not substantially responsive to the Bidding Document in
every respect will be at the Bidder’s risk and may result in the rejection of the Bid.
5.2.2 Clarification of Bidding Documents 5.2.2.1 Bidder requiring any clarification of the Bidding Document may notify the Bank in
writing at the address or by e-mail indicated in Invitation to Bid on or before 20-07-2020 up to 03:00 pm.
5.2.2.2 A pre-bid meeting is scheduled on 21-07-2020 at 03:00 pm. Relaxation in any of terms contained in the Bid, in general, will not be permitted, but if granted, the same will be put up on Bank’s Website.
5.2.3 Amendment of Bidding Documents 5.2.4 At any time prior to the deadline for submission of Bids, the Bank, for any reason,
whether, at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the Bidding Document, by amendment.
5.2.5 Notification of amendments will be put up on the Bank’s Website and will be binding on all Bidders.
5.2.6 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their Bids, the Bank, at its discretion, may extend the deadline for a reasonable period as decided by the Bank for the submission of Bids.
5.3 Preparation of Bid
5.3.1 Language of Bid The Bid prepared by the Bidder, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the Bank and supporting documents and printed literature shall be written in English.
5.3.2 Format and signing of the Bid The vendors should use the formats prescribed by the Bank in the tender for submitting
the bids. The Bank reserves the right to ascertain information from the banks and other
institutions to which the vendors have rendered their services for execution of software
development projects.
5.3.2.1 Any inter-lineation, erasures or overwriting shall be valid only if they are initiated
by the person signing the Bids. The Bank reserves the right to reject bids not
confirming to above.
5.3.2.2 The Bid shall be typed or written in indelible ink and shall be signed by the Bidder
or a person or persons duly authorized to bind the Bidder to the Contract. The person
or persons signing the Bids shall initial all pages of the Bids, except for un-amended
printed literature.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 30 of 156
5.3.3 Documents comprising the Bid 5.3.3.1 The Technical Offer should be completed in all respects and should contain all
information asked for in the exact format of technical specifications given in the RFP,
except prices. The Bank, at its sole discretion, may not evaluate a Technical Offer
in case of non-submission or partial submission of technical details. Any decision of
the Bank in this regard shall be final, conclusive and binding upon the Bidder.
The Technical offer/Technical bid must be made in an organized and structured
manner in the following form:
a) Eligibility & Technical Bid - Table of Contents (list of document enclosed)
b) Tender Forwarding Letter (Format 8.26) along with power of Attorney or Board
resolution of Authorized Signatory
c) Conformity to Eligibility Criteria in accordance with clause 3.4 as per format
8.15.
d) Duly filled up Eligibility Criteria for respective category (Format 8.15 whichever is
applicable) -All relevant documents like Certificate of Incorporation, Audited
Financial Statements, P& L Statements, Performance statement (as per
Annexure A), Customer Credentials (as per Annexure A and Format 8.7), or
copies of documentation from clients or purchase order copies certifying eligibility
criteria compliance, PF letter issued by Employee Provident Fund organizations
to cover its employees, CMM/ISO Certification letter, all other self-certified letters
as requested etc. should be submitted along with the Annexure.
Please Note: In case a Bidder of Category A also wishes to apply for Category
B, Bidder has to mention the same in tender forwarding letter and provide
relevant proof in support of Clause (f) of Format 8.15 i.e. (Must have development
center and technical support office at Mumbai) in addition to all the documents
of Format 8.15.
e) Valid Bank Guarantee as BID SECURITY (Format 8.27)
f) Authorization Letter (Format 8.8)
g) Organization Profile (Bidder’s Information) (Format 8.10 )
h) Escalation Matrix (Format 8.21)
i) Technical Skill Set (Format 8.19)
j) Conformity/ Undertaking letter (8.20)
k) Details of Office (Format 8.25)
l) Bidder Turnover and Profit (Format 8.9)
m) Bid Form as per Format 8.1 and duly signed by the Bidder.
n) Valid Bank Draft/ Pay order as RFP document price if tender document Is
downloaded from Bank’s website
o) Copy of the technical Bid.
p) CD (R) / DVD which contains the soft copy of all the above documents
q) RFP and addendums (if any) signed and stamped
r) Any other documents deemed necessary
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 31 of 156
5.3.4 Bid Submission RFP response document should be submitted to the Bank in duplicate in paper copies
i.e. two sets of envelope (One containing original and the other having the duplicate set)
clearly mentioning ORIGINAL/DUPLICATE in each envelope set.
5.3.5 Bid Prices
a) Price Bids will be invited by Bank from empanelled vendors only during the period of
empanelment based on Bank’s requirements. The date for opening of price bids would
be communicated separately to the empanelled Vendors.
b) Bank based on its requirement shall call for price bid from the empanelled vendors. The
price bid should adhere to the following:
i. The vendor is requested to quote in Indian Rupee (INR). Bids in currencies other
than INR would not be considered.
ii. The prices indicated in the Price Schedule shall be entered in the following
manner: The total price quoted should be inclusive of applicable taxes, duties,
levies, charges etc., as also cost of incidental services such as transportation,
insurance etc. But exclusive of Sales Tax / VAT / Service / GST Tax payable as
applicable and Octroi / Entry-Tax payable to Local Government / Municipal
Authorities which will be reimbursed on actual upon production of original
receipts. Please note that Prices will be re-adjusted to the extent of tax
components that included in the price quoted if the same is replaced by GST.
iii. The prices and other terms offered by vendors must be firm for an acceptance
period of 180 days from the opening of the commercial bid.
iv. Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the
Contract and shall not be subject to variation on any account, including exchange
rate fluctuations, changes in taxes, duties, levies, charges etc. A Bid submitted
with an adjustable price quotation will be treated as non-responsive and will be
rejected.
v. Terms of payment as indicated in the Purchase Contract that will be issued by
the Bank on the selected Vendor will be final and binding on the vendor and no
interest will be payable by the Bank on outstanding amounts under any
circumstances. If there are any clauses in the Invoice contrary to the terms of the
Purchase Contract, the vendor should give a declaration on the face of the
Invoice or by a separate letter explicitly stating as follows “Clauses, if any
contained in the Invoice which are contrary to the terms contained in the
Purchase Contract will not hold good against the Bank and that the Invoice would
be governed by the terms contained in the Contract concluded between the Bank
and the vendor”.
vi. Based on the Bank’s requirements, the vendor should identify the best-suited
option which is cost-effective and which would meet the Bank’s requirements and
quote for the same. In case the vendor quotes more than one option then the
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 32 of 156
response would be considered as improper and liable to be rejected. The vendor
should not give options to the Bank to select from his offer. The vendor is
expected to select the best option and quote for the same in his offer.
vii. The vendor is required to quote for all the components / services as per Bank’s
requirement. In case the vendor does not quote for any of the components /
services, the response would be deemed to include the quote for such unquoted
components / service at no extra cost to the Bank. The Bank shall ascertain and
conclude that everything as mentioned in the RFP and future Bank’s
requirements circulated to the vendors and responded by the vendor have been
quoted for by the vendor, and there will be no extra cost associated with the same
in case the vendor has not quoted for the same.
viii. All out of pocket expenses, traveling, boarding and lodging expenses for the
entire life of the contract should be a part of the financial bid submitted by the
vendor to the Bank. No extra costs on account of any items or services or by way
of any out of pocket expenses, including travel, boarding and lodging etc. will be
payable by the Bank. The vendor cannot take the plea of omitting any charges
or costs and later lodge a claim on the Bank for the same.
ix. In the event the Bank has not asked for any quotes for alternative prices, and the
vendor furnishes the alternative price in the vendor’s financial bid, the higher of
the prices will be taken for calculating and arriving at the Total Cost of Ownership.
However payment by the Bank will be made at the lower price. The Bank in this
case may also reject the offer outright.
x. In the event optional prices are not quoted by the vendor, for items where such
prices are a must and required to be quoted for, the highest price quoted by any
of the participating vendor will be taken as the costs, for such alternatives and
also for arriving at the Total Cost of Ownership for the purpose of evaluation of
the defaulting / deviating vendor. The same item has to be supplied by the vendor
free of cost.
xi. The Bank is not responsible for any assumptions or judgments made by the
vendor for arriving at any type of costing. The Bank at all times will benchmark
the performance of the vendor to the RFP and other documents circulated to the
vendor and the expected service levels as mentioned in these documents. In the
event of any deviations from the requirements of these documents, the vendor
must make good the same at no extra costs to the Bank, in order to achieve the
desired service levels as well as meeting the requirements of these documents.
The Bank shall not be responsible for any assumptions made by the vendor.
5.3.6 Bid Currencies
a) Bids should be quoted in Indian Rupees only. However if bids are quoted in any other
currency, fixed conversion rate should be mentioned in Price Bid.
5.3.7 Documents establishing Bidder’s Eligibility and Qualifications
a) The Bidder shall furnish, as part of its Bid, documents establishing the Bidder’s eligibility
to Bid and its qualifications to perform the Contract, if its Bid is accepted.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 33 of 156
b) The documentary evidence of the Bidder’s qualifications to perform the Contract if its
Bid is accepted shall establish to the Bank’s satisfaction:
that the Bidder has the technical and production capability necessary to perform the
Contract as per format 8.10 (Organization Profile); and
that adequate, specialized hardware and related software expertise are already
available, to ensure that the support services are responsive, and the Bidder will
assume total responsibility for the fault-free operation of the solution proposed and
maintenance during the contract period.
5.3.8 Bid Security The Bidder(s) must submit Bid Security at the time of submission of the technical bid in the
form of Bank guarantee as per format given in format 8.27 issued by a scheduled
commercial bank/nationalized public sector bank in India (other than Bank of India),
acceptable to the Bank, in favor of Bank of India payable at Mumbai for an amount
mentioned hereunder, on which no interest will be paid by the Bank:
Particulars of Job to be undertaken Bid Security Amount
Empanelment of Vendor for Customization / Development/ Maintenance / Testing /Support
Rs. 2,00,000/- (Rupees Two Lac only)
The bid security is required for protecting the Purchaser against risk of bidder’s
conduct during the period of bid validity.
The bid shall remain valid for 180 days after the scheduled date of opening of
Technical Bid prescribed by the Purchaser. Therefore, the bid security will have to be
submitted for a period of (180+60) days. A bid valid for a shorter period shall be
rejected by the Purchaser as non-responsive.
Non-submission of Bid Security will lead to outright rejection of the Offer.
The BID SECURITY of unsuccessful Bidders will be returned to them on completion
of the bidder selection process. No interest will be payable on bid security amount.
The BID SECURITY of successful Bidder(s) will be returned on submission of
Empanelment Bank Guarantee of specified amount.
Bank will follow the guidelines issued by Govt. of India for MSME units registered with
NSIC under single point registration scheme. In case of bidders registered with NSIC,
they are eligible for waiver of EMD. However, they need to provide valid NSIC
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 34 of 156
Certificate clearly mentioning that they are registered with NSIC under single point
registration scheme. No interest will be payable on the Bid Security amount.
The Bid Security may be forfeited under the following circumstances:
a) if a bidder withdraws its Bid during the period of Bid validity specified by
the bidder on the Bid Form; or
b) if a bidder makes any statement or encloses any form which turns out to
be false / incorrect at any time prior to signing of Contract; or
c) In case of the successful Bidder, if the Bidder fails:
To sign the Empanelment contract in the form and manner to the
satisfaction of THE BANK.
OR
to perform, in accordance with the terms and conditions of the
RFP or Contract
OR
fails or refuses to furnish the Empanelment Security , in
accordance with the Terms & Conditions of the RFP or Contract
5.3.9 Period of Validity of Bids Bids shall remain valid for 180 (One Hundred eighty) days after the date of bid opening
prescribed by the Bank. The Bank holds the right to reject a bid valid for a period shorter
than 180 days as non-responsive, without any correspondence. In exceptional
circumstances, the Bank may solicit the Bidder’s consent to an extension of the validity
period. The request and the response thereto shall be made in writing. Extension of validity
period by the Bidder should be unconditional and irrevocable. The Bid Security provided
shall also be suitably extended. A Bidder acceding to the request will neither be required
nor be permitted to modify its bid. A Bidder may refuse the request without forfeiting its Bid
Security.
5.4 Submission of Bids
5.4.1 Sealing and Marking of Bids 5.4.1.1 The RFP response (Eligibility cum Technical Bid) should be provided in two
envelopes in duplicate (One Original and One Copy) duly sealed and super-scribed
as follows:
“ELIGIBILITY CUM TECHNICAL BID FOR EMPANELMENT OF VENDOR FOR
CUSTOMIZATION / DEVELOPMENT / MAINTENANCE/ TESTING /SUPPORT IN
BANK OF INDIA AND ITS RRBS REFERENCE NO. …….. SUBMITTED BY
_____________ ON __/__/2020 AT MUMBAI, DUE DATE __/__/2020 CATEGORY
APPLIED FOR: ___
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 35 of 156
VENDOR DETAILS: NAME ……………, EMAIL ADDRESS …………, CONTACT
NUMBER ………”
5.4.1.2 Any Bid received by the Bank after deadline for submission of Bids prescribed,
will be rejected and returned unopened to the Bidder
5.4.1.3 All envelopes must be super scribed with the following information:
a) Name of Bidder
b) Offer Reference
c) Original Bid / Copy Bid
5.4.2 Deadline for Submission of Bids 5.4.2.1 Bids must be received by the Bank at the address specified, no later than the
date and time specified in the Invitation to Bid.
5.4.2.2 The Bank may, at its discretion, extend this deadline for the submission of Bids
by amending the Bid Documents, in which case, all rights and obligations of the Bank
and bidders, previously subject to the deadline, will thereafter be subject to the
deadline as extended.
5.4.3 Late Bids Any Bid received by the Bank after the deadline for submission of Bids prescribed, will be
rejected and returned unopened to the Bidder.
5.4.4 Modification & Withdrawal of Bids 5.4.4.1 The Bidder may modify or withdraw its Bid after the Bid’s submission, provided
that written notice of the modification, including substitution or withdrawal of the
Bids, is received by the Bank, prior to the deadline prescribed for submission of
Bids.
5.4.4.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked
and dispatched. A withdrawal notice may also be sent by fax, but followed by a
signed confirmation copy, postmarked no later than the deadline for submission of
Bids.
5.4.4.3 No Bid may be modified after the deadline for submission of Bids.
5.4.4.4 No Bid may be withdrawn in the interval between the deadline for submission of
Bids and the expiration of the period of Bid validity specified by the bidder on the
Bid Form. Withdrawal of a Bid during this interval may result in the bidder’s forfeiture
of its Bid security.
5.5 Bid Opening and Evaluation
5.5.1 Opening of Bids by the Bank 5.5.1.1 The bidders’ names, Bid modifications or withdrawals and the presence or
absence of requisite Bid Security and such other details as the Bank, at its
discretion, may consider appropriate, will be announced at the Bid opening. No bid
shall be rejected at bid opening, except for late bids, which shall be returned
unopened to the Bidder.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 36 of 156
5.5.1.2 Bids (and modifications sent) that are not opened at Bid Opening shall not be
considered further for evaluation, irrespective of the circumstances. Withdrawn bids
will be returned unopened to the Bidders.
5.5.2 Clarification of Bid 5.5.2.1 During evaluation of the Bids, the Bank, at its discretion, may ask the bidder for
clarification of its Bid. The request for clarification and the response shall be in
writing, and no change in the prices or substance of the Bid shall be sought, offered,
or permitted.
5.5.3 Preliminary Examination 5.5.3.1 The Bank will examine the Bids to determine whether they are complete, required
formats have been furnished, the documents have been properly signed, and the
Bids are generally in order.
5.5.3.2 The Bank may, at its discretion, waive any minor infirmity, non-conformity, or
irregularity in a Bid, which does not constitute a material deviation.
5.5.3.3 The Bank will first examine whether the Bid and the bidder is eligible in terms of
eligibility criteria.
5.5.3.4 Prior to the detailed evaluation, the Bank will determine the substantial
responsiveness of each Bid to the Bidding Document. For purposes of these
Clauses, a substantially responsive Bid is one, which conforms to all the terms and
conditions of the Bidding Document, without material deviations. Deviations from, or
objections or reservations to critical provisions, such as those concerning Bid
Security, Applicable Law, Performance Security, Qualification Criteria, Insurance,
AMC and Force Majeure will be deemed to be a material deviation. The Bank’s
determination of a Bid’s responsiveness is to be based on the contents of the Bid
itself, without recourse to extrinsic evidence. The Bank reserves the right to evaluate
the bids on technical and functional parameters, including possible visit to inspect
live site/s of the Vendor and witness demos of the system and verify functionalities,
response times, etc.
5.5.3.5 If a Bid is not substantially responsive, it will be rejected by the Bank and may
not subsequently be made responsive by the bidder by correction of the non-
conformity. The technical evaluation will take into account the capability of the bidder
to implement the proposed solution.
5.5.3.6 Only those bidders whose Eligibility cum Technical bids have been found
substantially responsive would be intimated by the Bank about their responsiveness
and about the revised / updated Technical & Functional Specification (if any) arising
out of normalization (if any). In case of normalization and/or revision, they would also
be advised to submit fresh “Price Bid” which should either be equal to or less than
the Prices quoted in the Original Price Bid. The Original and revised price bids as
above would then be opened in the presence of the bidders’ representatives on a
specified date and time to be intimated to the respective bidders. The lower of the
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 37 of 156
two prices quoted by the bidders shall only be reckoned for the purpose of price
evaluation.
5.5.4 Evaluation Process
5.5.4.1 Objective of Evaluation Process 5.5.4.1.1 The evaluation will be undertaken by an Internal Committee formed by the Bank.
The bank may consider recommendations made by External
Experts/Consultants on the Evaluation. The decision of the committee shall be
final.
5.5.4.1.2 The Bank will scrutinize the offers to determine whether they are complete,
whether any errors have been made in the offer, whether required technical
documentation has been furnished, whether the documents have been properly
signed, and whether items are quoted as per the schedule. The Bank may, at its
discretion, waive any minor infirmity, non-conformity, or irregularity in a Bid,
which does not constitute a material deviation. This shall be binding on all
Bidders and the Bank’s decision in the matter will be final.
5.5.4.1.3 Each Recipient acknowledges and accepts that the Bank may, in its sole and
absolute discretion, apply whatever criteria it deems appropriate in the selection
of bidder, not limited to those selection criteria set out in this RFP document.
5.5.4.1.4 Bank may call for any clarifications/additional particulars on the eligibility cum
technical bids submitted. The Bidder has to submit the clarifications/ additional
particulars in writing within the specified date and time. The Bidder’s offer may
be disqualified, if the clarifications/ additional particulars sought are not submitted
within the specified date and time. Bank reserves the right to call for
presentation/s, product walkthroughs, on the features of the solution offered etc.,
from the Bidders based on the eligibility cum technical bids submitted by them.
Bank also reserves the right to conduct Reference Site Visits at the Bidder’s client
sites. Through this Request for Empanelment, Bank aims to select Bidder (s) /
application provider (s) who would undertake the designing and implementation
of the required solution. The Bidder shall be entrusted with end-to-end
responsibility for the execution of the project under the scope of this RFP. The
Bidder is expected to commit for the delivery of services with performance levels
set out in this RFP with a Service Level Agreement.
5.5.4.1.5 Adherence to Terms and Conditions: The bidders who wish to submit responses
to this RFP should abide by all the terms and conditions contained in the RFP.
The bidder is required to put in a no deviation bid as per Format 8.23 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.
5.5.4.1.6 The competitive bids shall be evaluated in one stage: Eligibility Cum Technical
Bid.
5.5.4.1.7 During evaluation of the Tenders, the Bank, at its discretion, may ask the Bidder
for clarification with respect to the tender. The request for clarification and the
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 38 of 156
response shall be in writing, and no change in the substance of the tender shall
be sought, offered, or permitted. The Bank reserves the right to accept or reject
any tender in whole or in parts without assigning any reason thereof. The
decision of the Bank shall be final and binding on all the bidders to this document
and bank will not entertain any correspondence in this regard. The objective of
evolving this evaluation methodology is to facilitate the selection of the most
suitable Software Development firms who meet the functional / technical
requirement of the Bank.
5.5.4.2 Eligibility cum Technical Bid: Eligibility criteria for the Vendor to qualify this stage is clearly mentioned in Clause 5.1.4 –
Eligibility criteria. The vendor participating in this RFP process needs to submit the Compliance
to Eligibility Criteria for their respective Category as per Format 8.15.1 or 8.15.2, whichever
applicable. The vendor would need to provide supporting documents as part of the eligibility
proof.
The Technical Proposal will be evaluated only for those respondents who are fulfilling the
eligibility criteria. The Technical Proposal will be evaluated for technical suitability as
mentioned in Technical Skill Set as part of Format 8.19. The vendor needs to achieve a cut –
off score of 70 marks in this evaluation stage to be technically qualified. The Technical
Proposal will be evaluated for technical suitability and the criteria for evaluation of eligibility
cum technical bids are as under:
Technical Evaluation for Category A:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 39 of 156
# Sub Point
Evaluation Criteria Basis of evaluation & Marks
1 Number of years in Software Development/ Software Solution Business in India as on Tender date (Max 5 marks)
Certificate of Incorporation & Memorandum and articles of association.
Purchase Orders/ Contracts to substantiate the proof of Software Development.
A 5 Years 1 mark
B Above 5 years 1 mark for every additional completed year:
2 Annual revenue (From Software Development/ Software Solution/ Customization business activities) for the year 2018-19 as per audited Financials
Audited Balance Sheet 2018-19 along with certificate from CA
A INR 2.0 Crore 1 mark
B Above INR 2.0 Crore 1 mark for every additional INR 2 Cr or part thereof.
3 Full-time technically qualified software developers on pay rolls (excluding contract and subcontract employees) who are exclusively engaged for Software Development as on 31.03.2020 (Max 5 marks)
Supporting Documents
A 50 employees 1 mark
B Above 50 employees 1 mark for every additional 10 employees or part:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 40 of 156
4 Experience in Scheduled Commercial Banks (Max 5 marks) Customer credentials
A 2 Client References 1 mark
B Above 2 Client References 1 mark for every additional Client reference
5 Experience in Internet Banking Development /Payment Systems/ Credit Solution in last three years. Software solution developed & deployed should be with a minimum total cost of Rs. 10 lacs each.
Customer credentials/ Contracts / Purchase Orders
A Client References with Project Details 3 marks for every Client reference: Max 15
6 Experience in Mobility (Android/ iOS) / Social Media in last three years. Software solution developed & deployed should be with a minimum total cost of Rs. 10 lacs each.
Customer credentials/ Contracts / Purchase Orders
A Client References with Project Details 3 marks for every Client reference: Max 15
7 Experience in E-commerce application/ Web Site Designing in last three years. Software solution developed & deployed should be with a minimum total cost of Rs. 5 lacs each.
Customer credentials/ Contracts / Purchase Orders
A Client References with Project Details 3 marks for every Client reference: Max 15
8 Experience in Data Warehousing/ Big Data/MIS / Data Analytics projects in last three years. Projects developed & deployed should be with a minimum total cost of Rs. 10 lacs each.
Customer credentials/ Contracts / Purchase Orders
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 41 of 156
A Client References with Project Details 3 marks for every Client reference Max 15
9 Presentation before the evaluation Committee: Covering: Project Management, Deployment methodologies and technical capabilities.
20
Total 100
Technical Evaluation for Category B:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 42 of 156
# Sub Point
Evaluation Criteria Basis of evaluation & Marks
1 Number of years in Software Development/ Software Solution Business in India as on Tender date (Max 5 marks)
Certificate of Incorporation & Memorandum and articles of association. Purchase Orders/ Contracts to substantiate the proof of Software Development.
A 3 Years 1 mark
B Above 3 years 1 mark for every additional completed year:
2 Annual revenue (From Software Development/ Software Solution/ Customization business activities) for the year 2018-19 as per audited Financials
Audited Balance Sheet 2018-19 along with certificate from CA
A INR 10 Lac 1 mark
B Above INR 10 Lac 1 mark for every additional INR 10 Lac or part thereof.
3 Full-time technically qualified software developers on pay rolls (excluding contract and subcontract employees) who are exclusively engaged for Software Development as on 31.03.2020 (Max 5 marks)
Supporting Documents
A 10 employees 1 mark
B Above 10 employees 1 mark for every additional 50 employees or part
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 43 of 156
4 Experience in Banking / BFSI area/ Government/ Large Enterprise (having PAN India presence with a minimum turnover of Rs. 10 Crore) ( Maximum Marks 5)
Customer credentials
A 2 Client References 1 mark
B Above 2 Client References 1 mark for every additional Client reference
5 Experience in Purchase-Sales Register/ Online transaction processing system/ Payment Systems etc. in last three years. Software solution developed & implemented should be with a minimum total cost of Rs. 5 lacs each.
Customer credentials/ Contracts / Purchase Orders
A Client References with Project Details 3 marks for every Client reference: Max 15
6 Experience in Mobility (Android/ iOS) / Social Media in last three years. Software solution developed & deployed should be with a minimum total cost of Rs. 2 lacs each.
Customer credentials/ Contracts / Purchase Orders
A Client References with Project Details 3 marks for every Client reference:
Max 15
7 Experience in E-commerce application/ Web Site Designing in last three years. Software solution developed & deployed should be with a minimum total cost of Rs. 2 lacs each.
Customer credentials/ Contracts / Purchase Orders
A Client References with Project Details 3 marks for every Client reference:
Max 15
8 Experience in Data Warehousing/ Big Data/MIS / Data Analytics projects in last three years. Projects developed & deployed should be with a minimum total cost of Rs. 2 lacs each.
Customer credentials/ Contracts / Purchase Orders
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 44 of 156
Based on the marks scored out of 80 marks i.e. excluding presentation, based on merit, a
maximum of 10 bidders in each category, will be called for presentation as part of technical
evaluation. However, Bank’s decision for increasing / decreasing number of bidders for calling
presentation is final.
Note:
i. Based on the information provided by the Bidder, Bank at any time, even after
completion of empanelment process, may verify the information submitted by the Bidders with
reference to experience provided by them and may also seek additional information on the
project like technical support, service level satisfaction, SDLC, Project delivery timelines, major
challenges etc. Bank’s officials would visit reference sites provided by the Bidder if deemed
necessary.
ii. Proof of successful completion of engagements/realization of payments pertaining to
Software Development & its Implementation (Work Order, Completion Certificate/ Client
Certificate and citations) should be furnished. (Any project whether completed or on-going
can be demonstrated where the services delivered are of the value as specified in the
RFP).
iii. Technically qualified software developers means, Software Developer with
minimum qualification of B.E/B. Tech (Computer science/IT/Electronics); MCA/MC/M.E/M.
Tech (Computer science/IT/Electronics) or equivalent.
All reference details required as part of the above table needs to be provided as per the table
of reference briefed below:
TABLE OF REFERENCE
Sr. No. Client Reference Details to be Provided
1 Reference Company Details
Contact Person Details a) Name
A Client References with Project Details 3 marks for every Client reference: Max 15
9 Presentation before the evaluation Committee: Covering: Project Management, Deployment methodologies and technical capabilities.
20
Total 100
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 45 of 156
b) Designation c) E-mail id d) Contact No. Along with Company Reference Purchase Order / Contract Document / Customer Credentials / self-certified letter on the bidder letter head clearly mentioning the complete customer details like organization name, address, contact id, contact no. etc.
2 Name of the Project Brief Description of project executed
3 Project Details a) Total number of Persons worked on the project b) Start and End date of the Project c) Duration of the Project
4 Technologies used Details of Technology used during the Project execution
The top five Bidders based on the eligibility and technical scoring will be selected for
empanelment in each category. Number of bidders in each category may vary at the discretion
of the Bank. In case there is less number of bidders having technical score of 70 or more, the
Bank may, at its sole discretion, also consider the next highest technical scores and qualify
such bidder(s). In case, none of the participating bidders qualify the technical criteria and reach
or exceed the cut-off score of 70, then the Bank, at its sole discretion, may qualify bidders on
the basis of their scores (merit). However, the Bank at its discretion may reject the proposal of
the Bidder or will not consider bidder below cut off marks by relaxing as mentioned above, if in
the Bank’s opinion the Bidder could not present or demonstrate their software development
skills / services as described in the proposal or in case the responses received from the
customer contacts are negative or the technicality does not meet Bank’s technical requirement.
Bidders who meet these criteria will only qualify as empanelled bidders.
5.5.4.3 Empanelment of Vendors Bidders who qualify eligibility criteria and technical evaluation will only qualify for empanelment.
Bank, at his discretion, may select the top five scoring Bidders for Empanelment in each
category. Number of bidders in each category may vary at the discretion of the Bank.
5.5.4.4 Commercial Bid Evaluation (during period of empanelment)
5.5.5 Opening of Price Bids The Bidders’ names, Bid modifications or withdrawals and the presence or absence of
requisite Bid Security and such other details as the Bank, at its discretion, may consider
appropriate, will be announced at the Bid opening. No bid shall be rejected at bid
opening, except for late bids, which shall be returned unopened to the Bidder.
Bids (and modifications sent), that are not opened at Bid Opening, shall not be
considered further for evaluation, irrespective of the circumstances. Withdrawn bids will
be returned unopened to the Bidders.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 46 of 156
5.5.6 Contacting the Bank
a) No Bidder shall contact the Bank on any matter relating to its Bid, from the time of
opening of Bid to the time the Contract is awarded.
b) Any effort by a Bidder to influence the Bank in its decisions on Bid evaluation, Bid
comparison or contract award may result in the rejection of the Bidder’s Bid.
5.6 Award of Contract
5.6.1 Post-qualification
a) The Price bids of all the bidders, after their evaluation on the technical and functional
specification (mentioned in part Format 5.1.4 of this document) are found to be
technically responsive shall be opened.
5.6.2 Bank’s Right to Accept Any Bid and to reject any or All Bids
a) The Bank reserves the right to accept or reject any Bid, and to annul the Bidding process
and reject all Bids at any time prior to contract award, without thereby incurring any
liability to the affected Bidder or Bidders, or any obligation to inform the affected Bidder
or Bidders of the grounds for the Bank’s action.
5.6.3 Award Criteria
a) After completion of bid evaluation process, Reverse Auction process would be
conducted, as per the process mentioned in this RFP, of those bidders who are
technically eligible as per clause of technical evaluation.
b) Contract/PO will be awarded to the successful Bidder for the products/items to be
procured by the Bank, which may not include all the products/items which is being
quoted by the Bidder. Bank may issue multiple PO.
5.6.4 Notification of Empanelment
a) Prior to expiration of the period of Bid validity, the Bank will notify the successful Bidder
in writing or by fax, that the bidder has been empanelled as vendor by the Bank for
discrete procurement of standard items. Upon receiving the notification of
empanelment, the selected vendors will have to provide acceptance (as per Format
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 47 of 156
8.23) within seven (7) days from date of receipt of the notification. And submit their
Empanelment Security as per Format 8.4.
b) The notification of award will constitute the basis for the formation of the Contract.
c) Upon the successful Bidder’s furnishing of Performance Security, the Bank will promptly
notify each unsuccessful Bidder and will discharge its Bid Security.
5.6.5 Signing of Contract
a) At the same time as the Purchaser notifies the Empanelled Bidder(s) that its bid has
been accepted for empanelment, the Purchaser will send the Bidder(s) the
Empanelment Contract Form (Format-8.5, already provided in the RFP), incorporating
all agreements between the parties.
b) Successful vendor need to execute the Contract as per Bank’s Contract Form (Format-
8.5) and stamp duty to be paid by the vendor
c) Within seven (7) days of the notification of empanelment and acceptance thereof,
successful bidder has to submit Contract Form to the Bank duly dated and signed by
the authorized signatory.
d) In the absence of a formal contract, the Bid document, together with the Bank’s
notification of award and the vendor’s acceptance thereof, would constitute a binding
contract between the Bank and the successful Bidder
e) Failure of the Empanelled Bidder(s) to comply with the requirement Clause 5.6.5 (a),
(b) and (c) shall constitute sufficient grounds for the forfeiture of the bid security, in
which event the Purchaser at its discretion may empanel the next ranked bidder.
5.6.6 Performance Security
a) Performance Security in the required format to be submitted by the successful bidder
as per Performance Security Clause- 6.4.
b) Failure of the successful Bidder to comply with the requirement of Signing of Contract
clause shall constitute sufficient grounds for the annulment of the award and forfeiture
of the Bid security.
5.6.7 Discharge of Bid Security Upon acceptance of the notification of Empanelment by the successful Bidders, the Bank shall
promptly request the empanelled Bidders to provide Empanelment Security. Bid Security of
successful Bidders shall be discharged on the signing the Empanelment Contract/Agreement
and upon furnishing the Empanelment Security. The Bid Security of unsuccessful bidders shall
be discharged and returned by the bank on completion of the bidding process.
5.6.8 Contract Period
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 48 of 156
a) The Bank intends to empanel software developers for a period of 3 year from the date
of empanelment, which may be extended two more years, at the behest of Bank.
5.6.9 Delivery Timeline and Penalty The delivery timelines will be defined at the time the commercials are invited from the
empanelled bidders. Bidder will have to pay late delivery charges to the Bank @0.5 % of the
purchase order value inclusive of all taxes, duties, levies etc., per week or part thereof, for late
delivery beyond due date of delivery, to a maximum of 10% of the total purchase order value
inclusive of all taxes, duties, levies etc. If delay exceeds five weeks from due date of delivery,
Bank reserves the right to cancel the respective purchase order.
If after placing order with the successful bidder is not able to provide software for any reason
whatsoever then a Non execution penalty charge of 5% of the purchase value inclusive of all
taxes, duties, levies etc. will be charged as penalty by the Bank from the bidder. Bank at one
time will either charge the bidder for late delivery charges or non-execution penalty charge but
not for both. Bank may also forfeit the Empanelment security/PBG submitted by the bidder in
order to recover any dues to the bank.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 49 of 156
6. PART 4: TERMS AND CONDITIONS OF CONTRACT (TCC)
6.1 Definitions
6.1.1 “Supplier” is the successful bidder, who has been determined to qualify to perform the Contract satisfactorily, and whose Bid has been determined to be substantially responsive, and is the highest evaluated Bid.
6.1.2 ”Solution” means providing comprehensive development, customization, Supply, Implementation and Maintenance of IT Applications / Software / Interface / Program / Solutions as per the terms prescribed in RFP and/or in Purchase Order.
6.1.3 “The Contract” means the agreement entered into between the Bank and the Supplier, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto, and all documents incorporated by reference therein;
6.1.4 “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations;
6.1.5 “The Product” means the Solutions, which the Supplier is required to service/provide to the Bank under the Contract;
6.1.6 “The Services” means those services ancillary to the supply of the Products, such as, installation, commissioning, customization, provision of technical assistance, training, maintenance and other such obligations of the Supplier covered under the Contract;
6.1.7 “TCC” means the Terms and Conditions of Contract contained in this section; 6.1.8 “The Project Site” means the any premises of the Bank anywhere in India
In case of a difference of opinion on the part of the bidder in comprehending and/or interpreting any clause / provision of the Bid Document after submission of the Bid, the interpretation by the Bank shall be binding and final on the Bidder.
6.2 Use of Contract Documents and Information
6.2.1 The Supplier shall not, without the Bank’s prior written consent, disclose the
Contract, or any provision thereof, or any specification, plan, sample or information
furnished by or on behalf of the Bank in connection therewith, to any person other
than a person employed by the Supplier in the performance of the Contract.
Disclosure to any such employed person shall be made in confidence and shall
extend only as far as may be necessary for purposes of such performance.
6.2.2 The Supplier shall not make use of any document or information enumerated in this
Bidding Document except for purposes of performing the Contract without the
Bank’s prior written consent.
6.2.3 Any document, other than the Contract itself, enumerated in this Bidding Document
shall remain the property of the Bank and shall be returned (all copies) to the Bank
on completion of the Supplier’s performance under the Contract, if so required by
the Bank.
6.2.4 The Bidder shall sign a Non-disclosure Agreement as per Format 8.2.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 50 of 156
6.3 Patent Rights/Intellectual Property Rights
6.3.1 The Empanelled Vendors shall indemnify the Purchaser against all third party claims
of infringement of patent, trademark or industrial design rights arising from use of
the Goods, Software package or any part thereof in India and abroad.
6.3.2 In the event of any claim asserted by the third party of infringement of copyright,
patent, trademark or industrial design rights arising from the use of the Goods or any
part thereof in India, the Empanelled Vendor shall act expeditiously to extinguish
such claims. If the Empanelled Vendor fails to comply and the Purchaser is required
to pay compensation to a third party resulting from such infringement, the
Empanelled Vendor shall be responsible for the compensation including all
expenses, court costs and lawyer fees. The Purchaser will give notice to the
Empanelled Vendor of such claims, if it is made, without delay.
6.4 Performance Security/Performance Bank Guarantee
The Selected bidder shall furnish an unconditional and irrevocable Bank Guarantee
for 10% of individual order issued, in favour of the Bank, from a scheduled
Commercial Bank, other than Bank of India, towards performance of the contract
in accordance with the specification and conditions of the bid document and agreed
upon execution of final contract of empanelment. The Contract Performance
guarantee shall be kept valid up to the tenure equal to residual period of contract plus
a claim period of 6 (six) months. The above guarantee shall be submitted by the
bidder within 30 days from the Purchase Order date or at the earliest after award of
contract within a month time.
The empanelled bidders shall be responsible for extending the validity date and claim
period of the Performance Guarantee as and when it is due on account of non-
completion of the project.
Bank reserves the right to invoke the BG for any non-compliance of the terms &
conditions of this RFP or the SLA to be executed between the selected bidder and
the Bank at any point of time without prejudice to its other rights and remedies
available under the Contract and/or the Law (s) for the time being in force. In case the
contract period is extended by the Bank, the selected bidder shall be responsible to
extend the validity period and claim period of the Performance Bank Guarantee.
The proceeds of the Performance Security shall be payable to the Bank as
compensation for any loss resulting from the Service Integrator’s failure to complete
its obligations under the Contract.
The Performance Security shall be denominated in Indian Rupees and shall be by
way of Bank Guarantee issued by a Public Sector Bank in India (Other than Bank of
India), acceptable to the Bank in the format 8.6 provided in the Bid. Bank has full
right to add further details in the above mentioned performance security format for
protecting the bank`s interest.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 51 of 156
The Performance Security will be discharged by the Bank and returned to the
Service Integrator within 90 days after claim period, following the date of completion
of the Service Integrator’s performance and other obligations under the Contract.
In the event of any contract amendment, the Service Integrator shall furnish the amendment to the Performance security within 30 days after receipt of such amendment, rendering the same valid for the duration of the Contract. In the event of any correction of defects or replacement of defective system during the maintenance period the performance guarantee for a proportionate value shall be extended for affected duration.
The Bank reserves the right to recover any dues payable by the selected bidder from
any amount outstanding to the credit of the selected bidder, including the pending
bills and/or invoking Performance Guarantee, if any, under this contract.
6.5 Inspection and Quality Control Tests
6.5.1 The Bank reserves the right to carry out pre-shipment inspection by a team of Bank
officials, of any of the existing live installations of the bidder/SI referred to in the
eligibility cum technical Bid or demand a demonstration of the solution proposed on
a representative model in bidder’s office.
6.5.2 The Bank’s right to inspect, test and where necessary reject the products after the
products arrival at the destination shall in no way be limited or waived by reason of
the products having previously being inspected, tested and passed by the Bank or
its representative prior to the products shipment from the place of origin.
6.5.3 Nothing stated hereinabove shall in any way release the bidder/SI from any warranty
or other obligations under this contract.
6.5.4 Vendor shall keep complete and accurate records of its activities in connection with
the said contract. Vendor shall provide such details/information as may be called for
by the Bank and/or the Reserve Bank of India (RBI) and also allow the Bank and
RBI, their auditors, officers for inspecting, examining and auditing Vendor’s records,
whenever required by Bank/RBI. Vendor will co-operate with the RBI/Bank’s internal
or external auditor to assure a prompt and accurate audit. If the Bank permits the
Vendor to outsource any of the activities under this contract (which shall always be
in writing), the Vendor shall ensure that necessary agreement is entered into with
the Agency engaged for such purpose and such agreement shall also contain
necessary mandate by the said outsourced agency interalia agreeing for production
of documents called for, inspection and audit of their premises and books by RBI
and / or the Bank and any Agencies engaged by the Bank and / or by the RBI.
Vendor shall also correct any practices which are found to be deficient if pointed out
by the RBI/Bank. The Vendor is aware that failure to provide the information called
for within the stipulated time to the Bank/RBI may result in RBI imposing fine on the
Bank /Vendor and the Vendor agrees that all such fine shall be paid by the Vendor
irrespective of whether such fine is levied on the Bank or the Vendor. Payment of
fine by Vendor, shall not affect the right of the Bank/RBI to take other actions against
the Vendor.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 52 of 156
6.6 System & Other Software
6.6.1 The Supplier shall provide complete and legal documentation of all subsystems,
operating systems, system software, utility software and other software provided by
the Supplier. The Supplier should provide licensed software for all software
products, whether developed by it or acquired from others. The Supplier shall also
indemnify the Bank against any levies/penalties on account of any default in this
regard.
6.6.2 All the licenses should be in the name of Bank of India and should be perpetual.
6.6.3 In case the bidder/SI is providing software which is not his proprietary software then
the bidder/SI should submit evidence in the form of agreement he has entered into
with the software vendor which includes support from the software vendor for the
proposed software for the full period required by the Bank.
6.7 Acceptance Tests and Certificates
6.7.1 The acceptance criteria for the proposed solution is – The User acceptance test will
be carried out as per mutually agreed Acceptance Test Plan (ATP) against the
systems requirements. The system will be considered accepted only after ATP is
completed as per the agreed plan and is duly signed/certified by the Bank and the
bidder. Some of features required to be completed are enumerated below:
Solution should have all the features as per the Technical specification.
The equipment is fully installed, commissioned and operational
The main features specified in the RFP / Scope of Work / Technical
Specifications / mutually agreed for implementation should be demonstrated.
The final acceptance of the system will be based on successful processing under
live demonstration.
6.7.2 On successful completion of installation, commissioning, acceptability test, receipt
of deliverables etc., and after the solution runs successfully after going live and Bank
is satisfied with the working of the system, the acceptance certificate (as mutually
decided and approved by the Bank) signed by the bidder/SI and the representative
of the Purchaser will be issued. The date on which such certificate is signed shall be
deemed to be the date of successful commissioning of the systems.
6.7.3 A Bidder will, by responding to the Bank’s RFP document, be deemed to have
accepted the terms as stated in this RFP document.
6.8 Manuals / Documents
6.8.1 Before the products/system is/are taken over by the Bank, the Supplier shall supply
technical/systems manuals for all software supplied and for all interfaces and
maintenance manuals for all systems and applications systems covering at least the
operations needed to start, run, the system during operational day, close, restore,
archive, recover from failures, and transfer to fall back system/site including
business continuity plan to be provided by the vendor. The manuals shall be in
English.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 53 of 156
6.8.2 Unless and otherwise agreed, the products and equipment shall not be considered
to be completed for the purpose of taking over, until such manuals have been
supplied to the Bank.
6.8.3 The Supplier shall provide one set of Design Manual, System Manual, User Manual
and Security Manual for the Application Software. The Supplier shall also provide
one soft copy of each of the Manuals. Soft and hard copy of the user manuals shall
be provided, commensurate with number of installations of Products in the Bank.
6.9 Incidental Services
6.9.1 The incidental services to be provided are as under:
(a) The cost pertaining to services and goods incidental to any eventuality and
required to complete project completely is to be done by the Bidder.
(b) Furnishing manuals for each appropriate unit of the supplied Products, as
mentioned under Clauses 4.7.4, 4.7.5 and 4.48 of TCC;
(c) Maintenance and software updates of the supplied Products, technical support
thereof for a period as specified in the Clause 7.13, after expiry of the warranty,
provided, that this service shall not relieve the Supplier of any Warranty obligations
under this Contract.
6.10 Warranty and Annual Technical Support
The application software developed by the empanelled Bidder will have warranty period of one
year and maintenance support for the same should be provided by the empanelled Bidder at
no extra cost to the Bank during the warranty period.
Maintenance / support after warranty period need to be provided by the Bidder as per Bank’s
requirement. AMC / ATS cost shall be included during commercial bid submission of the
project. The broad activities to be conducted by the bidder during the Support and Maintenance
Phase shall be detailed at the time commercial quotes as invited by the Bank.
If Bank opts for AMC/ATS after the Warranty period, the Bidder has to enter into an AMC
agreement with the bank, which will be for a period of one year and will be reviewed thereafter
after obtaining necessary feedback from concerned department and if Bank deems necessary.
6.11 Customization Process
The Bidder shall provide to the Bank the Source code including DLLs, images, library files,
database dictionary, documentation, object code / executable code which shall be exclusive,
transferable, enterprise wide perpetual property of the Bank for all the software to be provided
as a part of this project and / or as part of any Change Request in the future. The Bank can
use the software at any of its branches/associates/RRBs/offices and locations without
restriction and use of software by service providers on behalf of the Bank would be considered
as use thereof by the Bank and the software should be assignable / transferable to any
successor entity of the Bank.
I. New Applications Developed / Customized in Bank's existing applications:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 54 of 156
The new application software/ Mobile apps/ Portals developed based on the Bank
requirements, the ownership of all deliverables including Source Code and artifacts resulting
from these engagements including any intellectual property shall vest solely with the Bank.
The proprietorship of the application/software component developed should be of the Bank
and the Bidder will not use the same developed software for any other purpose/client/country.
Bank shall remain the exclusive owner of its proprietary information and all patents, copyrights,
trade secrets, trademark and other intellectual property rights therein.
If Bank on request of Bidder grants permission to use the source code for any other
Purpose/Client/Country, the Bidder have to share the revenue to Bank on mutually agreed
terms & conditions for each instance.
II. Bidder's existing software product / solution offered
Bidder proposes the bidder's existing software product / solution as part of this engagement
then, the software shall specifically include right.
a) TO USE.
i. to use and modify source code, data dictionary etc. to meet Bank's time to time
customization requirements
ii. to use the executable code version of the Software and all Enhancements,
Updates and New Versions made available from time to time solely for business
operations of the Bank;
iii. to use the Program Documentation for purposes of installing or operating the
Programs and supporting the use of the Software by the Bank;
iv. to use the technical Training Materials for purposes of supporting Users;
v. to use the executable code version of the Software and all Enhancements,
Updates and New Version made available from time to time for Test and
Development, Training, Near DR, Disaster Recovery Site of the Bank. The
Intellectual Property Rights on the developed software code will be exclusively
with the Bank for indigenously developed software.
b) TO COPY.
i. to copy the Software that operates on server systems to support the users of
the Bank;
ii. to make additional copies of the Program Material for archival, emergency back-
up, testing, or disaster recovery purposes; and
iii. to copy the Program Documentation to support its Users
c) TO WORK AS INTERFACE:
i. to work with other Application Software packages at the Bank as interface;
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 55 of 156
ii. to allow other application software packages at the Bank to work as interfaces
to the Software. If such interfacing requires any modification or change to the
Software, such modification or change has to be carried out by the Bidder free
of any additional License charge or fees or expenses.
d) Delivery:
The Bidder, at the time of installation shall deliver to the Bank required copies of
object code version of the Software and the associated Program Documentation
including operation manual and training material. The Bidder, after customization
shall deliver to the Bank required copies of the object code version of the
customized Software and the associated Program Documentation including
operation manual and training material. The Bidder, after modifications, updates or
new versions shall deliver to the Bank required copies of the revised object code
version of the latest Software and the revised associated Program Documentation
including operation manual and training material. The Program Documentation
shall consist of required number of User Manuals per branch / service Center /
office / extension counter, Near Site, Data Center and Disaster Recovery Center.
The program documentation shall be supplied by the Bidder to the Bank both in
hard copy form (except where hard copies are not available) and soft copy form
(MS word format and HTML Browser format). The operational manual shall be
provided by the Bidder under help menu in the software as dynamic online
documentation / help files, wherever applicable. The object code version of the
Software, executables and required run-time files shall be on Compact Disc or on
any such media as desired by the Bank as may be applicable.
e) License:
The grant of license by the Bidder herein shall be for processing the internal
business of the Bank or its permitted affiliates and does not, without limitation,
include the rights to reverse engineer, reverse compile or otherwise arrive at the
source code of the Software nor does it include the rights to sell, lease, license,
sublicense or otherwise transfer, convey or alienate the software for commercial
consideration to any person.
Except as specifically agreed by and between Bidder and Bank, the ownership of
all rights, title and interest, including without limitation, all patents, copy right, trade
secrets and any other form of intellectual property rights in and to software, any
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 56 of 156
derivative works thereof and enhancements thereto, software and documentation
are and shall at all times remain with the Bidder or its Licensors and be the sole
and exclusive property of the Bidder or its Licensors. The Bank acknowledges that
nothing contained in this Tender and subsequent Agreement shall be construed as
conveying by the Bidder or its licensor’s title or ownership interest in any licensed
software or any derivative works thereof and enhancements thereto. Nothing
contained herein shall be construed to preclude the bidder from owing, using,
improving, marketing, including without limitation, licensing to other persons any
and all licensed software.
f) Rights: The Bidder shall ensure that the software does not infringe third party
intellectual property rights. If a third party's claim endangers or disrupts the Bank’s
use of the software, the Bidder shall be required to, at no further expense, charge,
fees or costs to the Bank, (i) obtain a license so that the Bank may continue use of
the software in accordance with the terms of this Tender and subsequent
Agreement and the license agreement; or (ii) modify the software without affecting
the functionality in any manner so as to avoid the infringement; or (iii) replace the
software with a compatible, functionally equivalent and non-infringing product; or
(iv) refund to the Bank the amount paid for the infringing software and bear the
incremental costs of procuring a functionally equivalent software from a third party,
provided the option under the sub clause (iv) shall be exercised by the Bank in the
event of the failure of the Bidder to provide effective remedy under options (i) to (iii)
within a reasonable period which would not affect the normal functioning of the
Bank. The Bidder shall have no liability for any claim of infringement based on (i) a
claim which continues because of Bank’s failure to use a modified or replaced
software that is at least functionally equivalent to the software, or the Bank’s failure
to use corrections, fixes, or enhancements made available and implemented by
the Bidder, despite notice of such failure by the Bidder in writing, (ii) any change,
not made by or on behalf of the Bidder, to some or all of the software/deliverables
supplied by the Bidder or modification thereof, provided the infringement is solely
on account of that change ; or (iii) the Bank’s continued misuse of some or all of
the software/deliverables or any modification thereof despite notice from the Bidder
of such misuse in writing.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 57 of 156
g) Bidder is the Prime Bidder for purposes of all deliverables and services, with the
single-point responsibility for the same. Should the software provided by the Bidder
be infringing, it would have a serious business impact on the business of the Bank.
Therefore, the Bidder should take responsibility of its actions. Even if Bank would
have used the deliverables before the infringement was noticed, legally each such
use constituted infringement and therefore the Bidder is in breach of the Bidder’s
warranty and obligation
6.12 Installation and Implementation
The Bidder needs to ensure that the scope of work for implementation of the software includes
creating master data at the Data Center (DC)/ Disaster Recovery Site (DRS) of the Bank or at
any other location specified by the bank by downloading from existing systems namely
migration of data as a part of solution, functional requirements specifications study, data
conversion, live cut- over, customization, configuration, installation, implementation and
integration of the software. The precise nature and scope of the activities and functions to be
undertaken for installation and implementation of the licensed software have been detailed and
set out in broad scope of work of this Tender document.
6.13 Payment
Head Office will place the orders and deployment of application will be at the offices as
mentioned at the time of requirement raised by the Bank. The successful bidder out of the
empanelled bidders shall make necessary arrangements for processing the purchase orders.
The Bidder must accept the payment terms proposed by the Bank. The commercial bid
submitted by the empanelled bidders must be in conformity with the payment terms proposed
by the Bank. Any deviation from the proposed payment terms would not be accepted. The
Bank shall have the right to withhold any payment due to the bidder, in case of delays or
defaults on the part of the bidder. Such withholding of payment shall not amount to a default
on the part of the Bank. If any of the items / activities as mentioned in the price bid is not taken
up by the bank during the course of the assignment, the bank will not pay the professional fees
quoted by the bidder in the price bid against such activity / item.
The payment will be released as follows (In case of any modification in the below mentioned
payment term the same shall be highlighted at the time commercial quotes are invited by the
Bank):
a. Software development and Implementation Charges
a) 20% - UAT Sign off by both Bank’s identified Project Manager & bidder representative.
b) 20% - Handing over to the Bank the Source Code of developed Application (Soft Copy
as well as Hard Copy) and / or any license and / or any other deliverable required to run
the developed application. Delivery sign off from the Bank’s identified Project Manager.
c) 20% - On Commencement of Production Use or 30 days after UAT sign off and IT
System Audit Certification by the bidder and also on Sign off by both Bank’s identified
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 58 of 156
Project Manager & bidder representative (in case the application is brought in
Production use)
d) 30% - Go Live Closure Sign Off in the form of FAT (Final Acceptance Test). FAT should
be signed by both Bank’s identified Project Manager & bidder representative.
e) 10% - On completion of 1st successful DR drill or after three months if application
deployment is not subject to DR drill.
b. Training charges (if applicable)
100% - On completion of training. Training completion certificate duly certified and
signed by the Bank’s identified Project Manager to be submitted. The certificate should
include the attendance sheet, trainee’s feedback (if any) and training material.
c. AMC / ATS (if applicable)
Payable quarterly in arrears, against receipt of satisfactory service report of previous
quarter from the officials of the concerned user department.
d. Onsite Support (if applicable)
Payable quarterly at the end of each quarter against receipt of satisfactory support
report of previous quarter from the user department of the application. There shall be
no escalation in the prices once the prices are fixed and agreed to by the Bank and the
bidder. Payment will be released by the bank as per above payment terms on
submission of relevant documents.
The Bank will pay invoices within a period of 30 days from the date of receipt of
undisputed invoices. Any dispute regarding the invoice will be communicated to the
selected bidder within 15 days from the date of receipt of the invoice. After the dispute
is resolved, Bank shall make payment within 30 days from the date the dispute stands
resolved.
6.14 Prices
Prices payable to the Supplier as stated in the Contract shall be firm and not subject to
adjustment during performance of the Contract, irrespective of reasons whatsoever, including
exchange rate fluctuations, duties, levies, charges, etc.
6.15 Change Requests / Management
Bank will be set up a mechanism for taking decisions regarding requests for changes. Bank’s
may at any time, by a written order given to the vendor, make changes within the general scope
of the Agreement in any one or more of the following:
Designs, specifications, requirements which software or service to be provided under
the Agreement are to be specifically developed and rendered for Bank.
Schedule for deployment Acceptance.
The place of delivery and / or the services to be provided by the vendor.
The change request / management procedure will follow the following steps:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 59 of 156
a) Identification and documentation of the need for the change - The information related
to initiator, initiation date and details of change required and priority of the change
will be documented by Bank.
b) Analysis and evaluation of the Change Request - Impact of the change in terms of
the estimated effort, changed schedule, cost and the items impacted will be analyzed
and documented by the vendor.
c) Approval or disapproval of the change request – Bank will approve or disapprove
the change requested including the additional payments for software development,
quoted man-month rate shall be used for cost estimation, efforts of all technical
resources- project manager, analyst, software developer, testing engineer, database
architecture etc. shall be taken into account for total man-month estimation to carry
out the software development resulting from the change request. For all technical
resources irrespective of their experience and specialization, the quoted man-month
rate shall be used. Efforts of support staff shall not be taken into consideration for
this purpose.
d) Implementation of the change - The change will be implemented in accordance to
the agreed cost, effort, and schedule by the selected vendor.
e) Verification of the change - The change will be verified by Concern Department of
the Bank on implementation of the change request.
All changes outside the scope of supplies agreed to herein which may have likely
financial implications in terms of the overall cost / time of the project shall be undertaken
by the vendor only after securing the express consent of the Bank. In the event that the
consent of Bank is not received then the change will not be carried out. While approving
any change request, if required, Bank’s may ask the vendor to deploy the required
resources on-site. If any such change outside the scope of supplies agreed to herein
causes an increase or decrease in cost of, or the time required for, firm's performance
of any provisions under the Agreement, equitable adjustments shall be made in the
Agreement Price or Delivery Schedule, or both, and the Agreement shall accordingly
be amended. Any claims by firm for adjustment under this must be asserted within 30
(thirty) days from the date of vendor receiving the Bank’s change order which shall not
be unreasonably withheld or delayed. Please note: for change requests pertaining to
the application development scope, the vendor needs to justify the change request and
submit the effort estimation required for making necessary changes in the application.
Bank shall verify the estimated effort details submitted by the selected vendor and the
final effort required for executing the change request shall be mutually agreed between
the selected vendor and the Bank. Necessary payments shall be made to the vendor
as per the man month rate quoted in the commercial bid for Application Development
at the time Bank raises a requirement while calling for quotations.
6.16 Contract Amendments
6.16.1 No variation in or modification of the terms of the Contract shall be made, except
by written amendment, signed by the parties.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 60 of 156
6.17 Assignments
6.17.1 The Supplier shall not assign, in whole or in part, its obligations to perform under the
Contract, except with the Bank’s prior written consent.
6.18 Delay in Supplier’s Performance
6.19 SLA, Uptime & Liquidated Damages
6.19.1 The selected vendor shall execute a) Service Level Agreement (SLA), which must
include all the services and terms and conditions of the services to be extended as
detailed herein, and as may be prescribed or recommended by the Bank and b) Non-
Disclosure Agreement (NDA). The selected vendor shall execute the SLA and NDA
within two months from the date of acceptance of letter of appointment or as
intimated by the Bank. Service Level Document is provided in Format 8.31 (a).
6.19.2 Notwithstanding the Bank’s right to cancel the order, liquidated damages at 0.5%
(Half percent) of the contract price per week or part thereof will be charged for every
week's delay in the specified delivery schedule. The Liquidated Damages including
Service Level Penalties subject to a maximum of 20% of the total project cost. Over
and above, FM resources penalties would be on actual basis, if opted by the bank.
The Bank reserves its right to recover these amounts by any mode including
adjusting from any payments to be made by the Bank to the Bidder.
6.19.3 However, notwithstanding the schedule, Bank reserves the right to cancel the order
at any given point of time, if bidder fails to meet any of the milestones. In the event
of cancellation of order, Bank will claim entire amount paid to bidder with interest
(@18% pa simple) along with additional 10% as penalty charge.
6.19.4 The Purchaser may without prejudice to its right to effect recovery by any other
method, deduct the amount of Penalty from any money belonging to the Bidder in
its hands (which includes the Purchaser’s right to claim such amount against
Bidder’s Bank Guarantee) or which may become due to the Bidder. Any such
recovery of penalty shall not in any way relieve the Bidder from any of its obligations
to complete the works / Services or from any other obligations and liabilities under
the Contract.
6.20 Termination for Default
6.19.1 The Bank, without prejudice to any other remedy for breach of Contract, by a written
notice of default sent to the Supplier, may terminate the Contract in whole or in
part:
a) if the Supplier fails to deliver any or all of the Products and Services, within the period(s) specified in the Contract, or within any extension thereof granted by the Bank;
OR
b) if the Supplier fails, to perform any other obligation(s) under the Contract.
6.19.2 In the event the Bank terminates the Contract in whole or in part, it may procure, up on such terms and in such manner as it deems appropriate, Products and Services
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 61 of 156
similar to those undelivered, and the Supplier shall be liable to the Bank for any excess costs for such similar Products or Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.
6.21 Force Majeure
6.21.1 Notwithstanding the provisions of TCC, the Supplier shall not be liable for forfeiture of
its performance security, liquidated damages, or termination for default if and to the
extent that it’s delay in performance or other failure to perform its obligations under the
Contract is the result of an event of Force Majeure.
6.21.2 For purposes of this clause, “Force Majeure” means an event beyond the control of the
Supplier and not involving the Supplier’s fault or negligence and not foreseeable. Such
events may include, but are not restricted to, acts of the Bank in its sovereign capacity,
wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight
embargoes.
6.21.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Bank in writing
of such condition and the cause thereof. Unless otherwise directed by the Bank in
writing, the Supplier shall continue to perform its 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.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 62 of 156
7 PART 5 - Functional Specifications (FS)
1. The Bidder should mention in seriatim, whether all the features as mentioned are compiled/
available/ supported by marking their responses as ‘Y’(Yes) or ‘N’(No) for Technical and
Functional Specification and Onsite Support as per Format 8.19.
2. Scope of work also includes components, materials, accessories, software’s required to
render the system being offered in all respects even though every individual item may not have
been specifically mentioned in the RFP.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 63 of 156
8 PART 6 - Bid Forms, Price Schedules and other formats (BF)
8.1 Bid Form
BID FORM (Technical cum Eligibility Bid)
(To Be Included In Technical cum Eligibility Bid Envelope)
(ON COMPANY’S LETTER HEAD)
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Reg.: Request for Proposal (RFP) For Empanelment of Vendor for Customization/
Development / Maintenance/ Testing /Support
Ref: Your RFP Ref: Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Dear Sir,
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we,
the undersigned, offer for empanelment for Customization/ Development / Maintenance/ Testing
/Support, in conformity with the said bidding documents. We undertake, if our Bid is accepted, to
deliver/provide solution/services in accordance with the delivery schedule specified in the
Schedule of Requirements, Broad Scope of Work and Technical and Functional Specification as
applicable.
If our Bid is accepted, we will obtain the guarantee of a bank in a sum of 10% of the total contract
price for the due performance of the Contract, in the form prescribed by the Bank.
We agree to abide by the Bid and the rates quoted therein for the orders awarded by the
Bank up to the period prescribed in the Bid, which shall remain binding upon us.
Until a formal contract is prepared and executed, this Bid, together with your written acceptance
thereof and your notification of award, shall constitute a binding Contract between us. We
undertake that, in competing for (and, if the award is made to us, in executing) the above contract,
we will strictly observe the laws against fraud and corruption in force in India namely “Prevention
of Corruption Act 1988”.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 64 of 156
We understand that you are not bound to accept the lowest or any Bid you may receive.
Dated this ....... day of ............................ 2020.
(Signature)
(Name)
(In the capacity of)
Duly authorized to sign Bid for and on behalf of
_________________________________
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 65 of 156
8.1.1 Eligibility cum Technical Bid
(To be included in eligibility cum Technical Bid Envelope)
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Reg.: Request for Proposal (RFP) For Empanelment of Vendor for Customization/
Development/ Maintenance/ Testing /Support
Ref: Your RFP Ref: Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Dear Sir,
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged,
we, the undersigned, offer for Empanelment of Vendors for Customization/Development/
Maintenance/ Testing /Support Bank of India and its RRBs ., in conformity with the said Bidding
documents.
In the event of acceptance of our Eligibility and Technical as well as Commercial Bids by the
bank we undertake to Empanelment of Vendor for Customization/Development/
Maintenance/ Testing /Support as per your purchase orders/ Agreement.
In the event of our empanelment by the bank for Customization/Development/
Maintenance/ Testing /Support, we will submit a Performance Guarantee for a sum
equivalent to 10% of individual order for a period valid for the tenure of residual period of
contract plus a claim period of 3 (three) months, indemnifying any loss to the Bank, and the
Performance Bank guarantee.
We agree to abide by the Bid and the rates quoted therein for the orders awarded by the Bank
up to the period prescribed in the Bid, which shall remain binding upon us.
Until a formal contract is prepared and executed, this Bid, together with your written
acceptance thereof and your notification of award, shall constitute a binding Contract between
us.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 66 of 156
We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India namely
“Prevention of Corruption Act 1988”.
We understand that you are not bound to accept the lowest or any Bid you may receive.
Dated this ....... day of ............................ 2020
_________________________________ ________________________________
(Signature) (Name)
(In the capacity of)
Duly authorized to sign Bid for and on behalf of _________________________________
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 67 of 156
8.1.2 Price Bid
Please refer to Clause 5.3.5
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 68 of 156
8.2 Non-Disclosure Agreement
FORMAT 8.2
NON-DISCLOSURE AGREEMENT
Reg.: Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
WHEREAS, we, ________________________________________, having Registered Office at __________________________________, hereinafter referred to as the COMPANY, are agreeable for providing Security Solutions at Bank of India & its Associates for Bank of India, having its registered office at Star House, C-5, G Block, Bandra Kurla Complex, Mumbai – 400 051, hereinafter referred to as the BANK and,
WHEREAS, the COMPANY understands that the information regarding Empanelment of Vendor for Customization/Development/ Maintenance/ Testing /Support at Bank of India & its RRBs shared by the BANK in their Request for Proposal is confidential and/or proprietary to the BANK, and
WHEREAS, the COMPANY understands that in the course of submission of the offer for the
Empanelment of Vendor for Customization/Development/ Maintenance/ Testing
/Support at Bank of India & its RRBs and/or in the aftermath thereof, it may be necessary
that the COMPANY may perform certain jobs/duties on the Bank’s properties and/or have
access to certain plans, documents, approvals or information of the BANK;
NOW THEREFORE, in consideration of the foregoing, the COMPANY agrees to all of the following conditions, in order to induce the BANK to grant the COMPANY specific access to the BANK’s property/information
The COMPANY will not publish or disclose to others, nor, use in any services that the
COMPANY performs for others, any confidential or proprietary information belonging to the
BANK, unless the COMPANY has first obtained the BANK’s written Authorization to do so;
The COMPANY agrees that notes, specifications, designs, memoranda and other data shared
by the BANK or, prepared or produced by the COMPANY for the purpose of submitting the
offer to Purchase of Security Solutions at Bank of India will not be disclosed to during or
subsequent to submission of the offer to the BANK, to anyone outside the BANK
The COMPANY shall not, without the BANK’s written consent, disclose the contents of this
Request for Proposal (Bid) or any provision thereof, or any specification, plan, pattern, sample
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 69 of 156
or information (to be) furnished by or on behalf of the BANK in connection therewith, to any
person(s) other than those employed/engaged by the COMPANY for the purpose of submitting
the offer to the BANK and/or for the performance of the Contract in the aftermath. Disclosure
to any employed/engaged person(s) shall be made in confidence and shall extend only so far
as necessary for the purposes of such performance.
Authorized Signatory
Name:
Designation:
Office Seal:
Place:
Date:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 70 of 156
8.3 Price Schedule
INDICATIVE PRICE SCHEDULE (To be submitted post empanelment based on requirement)
COMMERCIAL BID: TOTAL COST OF OWNERSHIP CALCULATION
Components for L1 Criteria
Sl
# Module / Item Description
One Time Cost
Year
1 AMT
Year
2 AMT
Year
3 AMT
Year
4 AMT
Year
5 AMT
Total AMT
1. Enterprise License Cost
0.00 X X X X X 0.00
2. Implementation cost for Bank
0.00 X X X X X 0.00
3 Customization Cost (100 man days)
0.00 X X X X X 0.00
4. ATS (Annual Technical Support) for Bank
X X 0.00 0.00 0.00 0.00 0.00
5. Facility Management/ Onsite Support 1 resource for 1 shift to maintain the SLAs and provide all support as per Format 8.32 and Technical and Functional Specification as per Format 8.19
X 0.00 0.00 0.00 0.00 0.00 0.00
6. Any Other Charges
0.00 0.00 0.00 0.00 0.00 0.00 0.00
7. Amount in Numerals
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 71 of 156
8. Amount in Words
IMPORTANT NOTES
1) The bid would be first evaluated on technical soundness and then on the financials. The bidder needs to cover the entire functional and technical requirement as mentioned in Broad Scope of Work and Technical and Functional Specification of this RFP.
2) Bank reserves the right to extend EMPANELMENT OF VENDOR FOR CUSTOMIZATION/DEVELOPMENT/ MAINTENANCE/ TESTING /SUPPORT services to Bank’s sponsored Regional Rural Banks (RRB), subsidiaries/associates with same terms and conditions. The bidder to factor-in enterprise wide application licensing. Only new customization and implementation charges would be discussed if bank decides to deploy the same to its 3 RRB’s subsidiaries/associates or other offices.
3) After reverse auction, successful Bidder has to submit the break-up of Implementation Cost, ATS and Facility Management for Bank. Only the License Cost (item no 1), Customization Cost (item no 3) would be enterprise wide, perpetual, irrevocable, non-exclusive for Bank, RRBs, Bank’s subsidiaries and other Centre’s.
4) After completion of Reverse Auction Bidder has to submit the price break-up in Format 8.30(b). Read with FORMAT 8.30 (a).
5) The solution to be enterprise wide where Enterprise License means – unlimited, unrestricted Client License for The Solution license perpetual, non-exclusive, enterprise-wide License, i.e. unlimited, unrestricted license for the Bank and its Regional Rural Banks (“RRBs”) , subsidiaries & any other entity. Bank can use the license without taking AMC/ATS.
6) Detailed Specifications of all Software Modules, Components as above to be attached separately in the eligibility cum Technical Bid supported by Technical Literature/Product Catalogues/Brochures, etc. This is Mandatory.
7) Total of (PART 1+ PART 2+ PART 3+ PART4+ PART 5+ PART 6) will be considered for arriving at L1 criteria.
8) Customization Cost will be paid only for Bank’s business requirement post go-live. Any enhancement or customization in Solution as per NPCI, RBI, Government of India or other regulatory/quasi regulatory body should be done without any additional cost to the Bank for the entire period of Contract and/or ATS whichever is later.
9) Bidder to quote ATS for each year at minimum of 20% of license cost. Bids are liable to rejected in case the Bidders does no adhere to the same.
10) Bidder to quote the Facility Management/Onsite Support Cost as per Bank’s working days required for maintaining the services which includes database management, maintaining SLAs, patch management, reconciliation, reporting, audit support etc. and any other component required for Bank. The onsite support services should provide end-to-end support not limited to as per Format 8.32 and as per Technical and Functional Specification Format 8.19.
11) Bank will do due diligence of all the resources to be deployed to ascertain whether the resources are fit and proper to man our site.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 72 of 156
12) All licenses should be in the name of Bank of India and should be perpetual, non-exclusive, enterprise wide. Any support from the OEM for any software/ supporting applications should be provided by the bidder for the entire period of contract.
13) The bidder is required to provide the cost for every item where the bidder has considered the cost in BOM.
14) The bidder needs to clearly indicate if there are any recurring costs included in the above bid and quantify the same. In the absence of this, the bidder would need to provide the same without any charge. Bidder should not make any changes to the quantity.
15) The bidder has to make sure all the arithmetic calculations are accurate. Bank will not be held responsible for any incorrect calculations.
16) The price quoted by the bidder shall be all inclusive, that is, inclusive of all taxes, duties, levies etc. EXLUSIVE Sales Tax / VAT / Service / GST Tax payable as applicable and Octroi / Entry-
Tax payable to Local Government / Municipal Authorities which will be reimbursed on actual upon production of original receipts.
17) No increase in costs, duties, levies, taxes, charges, etc., irrespective of reasons (including exchange rate fluctuations, etc.) whatsoever, shall be admissible during the currency of the Contract.
18) All user licenses for solution should be as per our scope of work. 19) The solution is to be provided for a period of 5 years, warranty and 4 years of ATS 20) Unit prices as well as TCO must be quoted in WORDS AND FIGURES. In case of any
discrepancy, unit prices quoted in words will be considered for computation of TCO. 21) In case L1 bidder does not accept the order, option will be given to L2 subject; L2 should
match the price with L1. 22) In case L2 bidder does not accept the order, option will be given to L3 subject; L3 should
match the price with L1. 23) The value of any of the line item should not be zero or left blank. Prices are mandatory to be
quoted for all the components/items. In case of incomplete commercial bid, the same is liable to be rejected and bidder will not be allowed to participate in the reverse auction process.
24) After completion of reverse auction, bidder need to provide the complete breakup of prices within the timeframe. Further, in no case, any upward revision in prices will be allowed.
25) No deviation whatsoever will be considered by the Bank. Bank will not evaluate and consider any terms and conditions mentioned in the indicative commercial bid. Bank reserves the right to disqualify the bidder if any deviation is mentioned in the commercial bid.
26) In case, any component/s, has been missed out by the bidder or not included in the TCO, by the Bidder which are essential for successful implementation, the same has to be provided by the bidder/SI at his own cost. Bank in no case, will pay any amount over and above TCO.
27) Bank reserves the right to negotiate further with the selected bidder, in case the price quoted is not reasonable as compared to market price.
28) Bank reserves the right to reject any or all proposals. Similarly, it reserves the right not to include any vendor in the final short-list.
29) Bank reserves the right to reject any of the item procurement. 30) Bank should be able to use the product without any restrictions, in terms of unconditional
usage of all functionalities by all its Customers, Users and employees. 31) Details to be provided for any commercial provided against “Any Other Charges”. Bank have
discretion to mark these line items under any other charges if Bank feels these items are not mandatory for the project. Cost of any other charges will be consider for TCO calculation
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 73 of 156
purpose however Bank will place order for these items at Bank’s discretion as per requirement.
Place ----------------------------- Signature of Bidder---------------------------- Date __/__/20__
Name ----------------------------
Business address -----------------------------
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 74 of 156
8.4 Empanelment Security Form
EMPANELMENT SECURITY FORM
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Whereas........................... (hereinafter called “the Bidder”) has submitted its Bid dated
...................... (Date of submission of Bid) for the Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support in response to Bank’s Request
for Proposal (RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020) (Hereinafter called
“the Bid”).
KNOW ALL PEOPLE by these presents that We..................... (Name of bank) of..................
(Name of country), having our registered office at.................. (Address of bank) (Hereinafter
called “the Bank”), are bound unto BANK OF INDIA (Name of Purchaser) (Hereinafter called
“the Purchaser”) in the sum of _______________________for which payment well and truly to
be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these
presents.
Sealed with the Common Seal of the said Bank this ____ day of _________ 2020.
THE CONDITIONS of this obligation are:
1. If the Empanelled Vendor, withdraws its Bid during the period of Bid validity specified
by the Bidder on the Bid Form; or
2. If the Empanelled Vendor, having been notified as empanelled by the Purchaser, during
the period of empanelment
a) Fails or refuses to execute the Contract Form if required; or
b) Fails or refuses to furnish the performance security, in accordance with the Instruction
to Bidders.
c) Fails to perform obligations as empanelled vendor.
We undertake to pay the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its demand
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 75 of 156
the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of
one or both of the two conditions, specifying the occurred condition or conditions.
This guarantee will remain valid for a period of three (3) years +180 days from the start of
empanelment, i.e. up to ________, and any demand in respect thereof should reach the Bank
not later than the above date.
Place: (Signature of the Bidder’s Bank)
SEAL Code No:
Note:
1. Presence of restrictive clauses in the bid security form such as suit filed clause/clause
requiring the purchaser to initiate action to enforce the claim etc., will render the bid
non-responsive.
2. Empanelled vendor should ensure that the SEAL & CODENO. Of the signatory is put
by the bankers, before submission of BG
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 76 of 156
8.5 Empanelment Contract Form
(On a Non-Judicial Stamp Paper of appropriate value)
THIS AGREEMENT is executed at Mumbai on this.........day of…………………………..
BETWEEN
BANK OF INDIA, a body corporate constituted under the Banking Companies (Acquisition and Transfer of Undertakings) Act, 1970 and having its Head Office at Star House, C – 5, ‘G’ Block, Bandra-Kurla Complex, Bandra (East), Mumbai – 400 051, (hereinafter referred to as the “Bank” which term shall, unless repugnant to the context or meaning hereof, be deemed to mean and include its successors-in-interest and assigns) of the ONE PART:
AND
.......................................... (Name of Empanelled Vendor) of (City and Country of Supplier) (here-in-after referred to as the “Company” or “VENDOR” or “Empanelled Vendor” which expression shall, unless repugnant to the context or meaning hereof, be deemed to mean and include its successors, Liquidators and permitted assigns), of the OTHER PART.
(The “Bank” and the “Company/VENDOR” shall, wherever the context requires, be referred
collectively as “Parties” and individually as “Party” also)
WHEREAS the Purchaser is desirous that certain services should be provided by the
Empanelled Vendor which is to Customization/Development/ Maintenance/ Testing /Support
In Bank of India and its RRBs in response to Bank’s Request for Empanelment Ref
No.________________ (hereinafter called “the Bid”) and has accepted a bid by the
Empanelled Vendor for supply of services to meet its requirement from time to time.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement,
viz. :
a. the Bid form submitted by the bidder
b. RFP & it's addendums, (if any)
c. The Purchaser’s Notification of Empanelment
d. Empanelled Vendor’s Notification of Acceptance 3. In consideration of the payments to be made by the Purchaser to the Empanelled Vendors
in terms of Purchase Orders for software development placed by Head Office of the
Purchaser, the empanelled vendor hereby covenants with the Purchaser to provide
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 77 of 156
services and to remedy defects therein in conformity in all respects with the provisions of
the contract. In case the empanelled Vendor is issued a Purchase Order for software
development, and the Vendor fails to provide the requisite services or does not execute the
project for any reason, then the Bank at its discretion may forfeit the Empanelment Security
submitted by the Empanelment Bidder. The Purchaser hereby covenants to pay the
Empanelled vendor in consideration of the provision of the services and the remedying of
defects therein, the Purchase order Price or such other sum as may become payable under
the provisions of the Contract at the times and in the manner prescribed by the Contract.
4. Brief particulars of service which the Empanelled vendor shall be required to provide to the
Purchaser from time to time in terms of purchase orders for procurement of software
services that will be placed by Head Office or of the Purchaser are as under:
Sr. No. SERVICES
1. Design, documentation, development, installation, customization,
parameterization and implementation, of application software, system software,
database, interfaces etc. at various locations of the Bank.
Handover of Source code along with documentation & technical knowledge
transfer
Support and Maintenance of Applications, Interface/Databases etc.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed
in accordance with their respective laws the day and year first above written.
Signed, sealed and Delivered by the
Said _________________________ (For the Empanelled Vendor) in presence of
Signed, sealed and Delivered by the
Said _________________________ (For the Purchaser) in presence of
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 78 of 156
8.6 Performance Security Form
FORMAT OF PERFORMANCE SECURITY/ BANK GUARANTE
Bank Guarantee No. …..
Date: ………….
Issued by……..
To,
Bank of India
(As per RFP)…..…….
……………………….
WHEREAS…………………………………………., having its registered office
at…………………..…………………………… (hereinafter called the “Service Provider") has
undertaken, in pursuance of your RFP Reference No. Ref: ………………….Dated
…………….. for Customization/Development/ Maintenance/ Testing /Support In Bank of India
and its RRBs as per Banks’ requirement for the period specified in the RFP (hereinafter
called "the Contract").
3. AND WHEREAS it has been stipulated by you in the said Contract that the Service
Provider shall furnish you with a Bank Guarantee by a recognized Bank for the sum of
Rs………. as security for compliance with the Service Provider’s performance
obligations in accordance with the said Contract.
4. AND WHEREAS we ………………………………having our Head Office at……………..
And a Branch office at……………………… at the request of the Service Provider issue
this Guarantee in your favour guaranteeing the due performance of the Service Provider
of the said Contract.
5. We ………………………. Bank hereby agree and affirm that we are Guarantors and
responsible to you, on behalf of the Service Provider, up to a sum of Rs … ( Rupees in
words) and we undertake to pay you the said amounts without demur or objection, upon
your first written demand declaring the Service Provider to be in default under the said
Contract. We shall pay the said amounts without cavil or argument as aforesaid, without
needing to prove or to show grounds or reasons for your demand or the sum specified
therein.
6. We undertake to pay you any money so demanded notwithstanding any dispute or
disputes raised by the Service Provider in any suit or proceeding pending before any
Court or Tribunal relating thereto our liability under this present being absolute and
unequivocal.
7. We,_______________________ (indicate the name of bank) further agree that the
guarantee herein contained shall remain in full force and effect during the period that
would be taken for the performance of the said Contract and that it shall continue to be
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 79 of 156
enforceable till all the dues of the Bank of India under or by virtue of the said Contract
have been fully paid and its claims satisfied or discharged or till Bank of India certifies
that the terms and conditions of the said Contract have been fully and properly carried
out by the said Service Provider and accordingly discharges this guarantee. This
Guarantee shall be valid up to………. and unless a demand or claim under this
guarantee is made on us in writing on or before the……. +6months we shall be
discharged from all liability under this guarantee thereafter.
8. We, ________________________ (indicate the name of bank) further agree with Bank
of India that Bank of India shall have the fullest liberty without our consent and without
affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said Contract or to extend time of performance by the said Service
Provider from time to time or to postpone for any time or from time to time any of the
powers exercisable by Bank of India against the said Service Provider and to forbear
or enforce any of the terms and conditions relating to the said Contract and we shall not
be relieved from our liability by reason of any such variation, or extension being granted
to the said Service Provider or for any forbearance, act or omission on the part of Bank
of India or any indulgence by the Bank of India to the said Service Provider or by any
such matter or thing whatsoever which under the law relating to sureties would, but for
this provision, have effect of so relieving us.
9. This guarantee will not be discharged due to the change in our constitution or of the
Service Provider.
10. We, ________________________________________ (indicate the name of bank)
lastly undertake not to revoke this guarantee during its currency.
Executed at……………… on this the …………………. Day of ……………………….
Signature and Seal of Guarantors (Service Provider’s Bank)
...................................................................
Date....................................................
....................................................................
Address: .....................................................
....................................................................
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 80 of 156
8.7 Customer Credential Letter
CUSTOMER CREDENTIAL LETTER
(To be submitted on the letter head of the concerned organization)
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Ref: Your RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Dear Sir,
M/s ________________ has developed and/ or maintained the following software in our
bank/organization
S. No. Project Details Platform in which developed
1
The maintenance / support from the vendor M/s
________________________________is/was satisfactory.
Place: Seal & Signature
Date: (For Bank/Financial Institution)
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 81 of 156
8.8 Authorization Letter Format
(On the Organization’s Letter Head)
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Dear Sir,
SUB: Authorization Letter for attending the Pre-Bid Meeting/Bid opening.
Ref: Your RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
This has reference to your above Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support In Bank of India and its RRBs. Mr. / Ms.
_________ _______________________ is hereby authorized to attend the Pre-Bid Meeting/ Bid
opening & to discuss with you on the subject RFP _______________ for Category A/Category
B, on behalf of our organization.
The specimen signature is attested below:
______________________________ Specimen Signature of Mr. /Ms.
-------------------------------------- --------------------------------------
Signature of Authorizing Authority Name & designation of Authorizing
Authority
Attested Photograph of the Authorized representative
---------------------------------------
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 82 of 156
Name and designation of Attesting Authority
Note: This Authorization letter is to be carried in person and shall not be placed inside any of
the Bid covers
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 83 of 156
8.9 Bidder Turnover & Profits
(To be submitted on the letter head of the Bidder)
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Ref: Your RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Name of the Bidder Company / Firm: _________________________________
Details of turnover and profit for last three years:
Sr. NO.
Financial parameters of the bidder Business Results
Annual Turnover (INR)
Annual Turnover Software Development/ customization/ solution (INR)
Profit /(Loss) (INR)
Net Worth (INR)
1
2
3
Only Bidder company / Firm figures need to be mentioned.(Not to include subsidiary, affiliate or group entities figures)
(Mention the above amount in INR only)
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 84 of 156
Also, copies of Audited Balance Sheet and Profit & Loss accounts for FY 2016-17, FY 2017-18
and FY 2018-19 should be submitted along with this Annexure.
Certified By: Seal & Signature of authorized signatory
(Chartered Accountant) (For Bidder)
Place:
Date:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 85 of 156
ANNEXURE A- Performance Statement Format
(For A Period of Last Three Years)
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Ref: Your RFP Ref: Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Dear Sir,
Name of the Bidder: _______________________________. <<Category for empanelment>>
Name and the Full Address of The Purchaser
Order Number and Date
Name and Description of developed software
Technologies used
Date of Go Live/ Production
As per order
Actual
Attach copy of Purchase Orders, installation and Go Live certificate of the above mentioned
items.
Date: Seal and Signature of Authorized Signatory:
Note: All client reference details required as mentioned above needs to be provided as per
the table of reference briefed below:
TABLE OF REFERENCE
Sr. No. Client Reference Details to be Provided
1 Reference Company Details
Contact Person Details a) Name b) Designation c) E-mail id d) Contact No.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 86 of 156
Along with Company Reference Purchase Order / Contract Document / Customer Credentials / self-certified letter on the bidder letter head clearly mentioning the complete customer details like organization name, address, contact id, contact no. etc.
2 Name of the Project Brief Description of project executed
3 Project Details a) Total number of Persons worked on the project b) Start and End date of the Project c) Duration of the Project
4 Technologies used Details of Technology used during the Project execution
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 87 of 156
8.10 Organizational Profile
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Reg.: Request for Proposal (RFP) For Empanelment of Vendor for Customization/
Development / Maintenance/ Testing /Support
Ref: Your RFP Ref: Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Dear Sir,
(Include in Technical Proposal Only – Not to be included in Price Proposal)
CONSTITUTION
Proprietary
Private Ltd.
Public Ltd.
:
Established since :
Address of Registered Office :
Category : Software Producer / Developer (Principal)
Hardware Manufacturer (Principal)
System Integrator / Solution Provider (Third-
party)
Any other (please specify)
Name and Contact Details
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 88 of 156
Names of Proprietor/Partners/
Directors
: 1.
2.
3.
4.
Number of Total Employees :
Permanent offices at the
following locations across
India
Location &
Address
Contact
Person and
details Ph.
No and
address
Locatio
n &
Addres
s
Contact
Person
and
details
Ph. No
and
addres
s
Location & Address Contact Person
and details Ph. No and email
address
1.
2.
3.
Note: Please support the above facts with documentary evidence. Please also attach Income-
Tax Clearance Certificate (latest)
Signature of Bidder: __________________
Name: _____________________________
Business address: ____________________
Place:
Date:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 89 of 156
8.11 Service Support Details
Service Support Details Form
City / Location Postal Address, Telephone, Fax, E-Mail and Contact Details of Support Personnel
Office Working Hours (Please mention whether the Support Agency is Owned or Franchisee arrangement)
Number of Software Engineers capable of supporting the Software being offered
Owned or Franchisee.
*********
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 90 of 156
8.12 Bank Guarantee against Annual Maintenance
FORMAT FOR BANK GUARANTEE AGAINST ANNUAL MAINTENANCE
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
Reg.: Request for Proposal (RFP) For Empanelment of Vendor for Customization/
Development / Maintenance/ Testing /Support
Ref: Your RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Bank Guarantee No.: .................................................... Date: ..............................
To.......................................................... (Name of the Purchaser)
Whereas......................................... (Name of the Supplier) hereinafter called "the Supplier"
has undertaken, in pursuance of contract No................... dated............. to
supply.......................................................... (Description of Products and Services) hereinafter
called "the Contract".
AND WHEREAS it has been stipulated by you in the said contract that the Supplier shall furnish
you with a Bank Guarantee by a recognized Bank for the sum specified therein as security for
compliance with the Supplier's performance obligations under the contract for Annual
Maintenance and Repairs of the entire system for next Seven years.
AND WHEREAS we have agreed to give the Supplier a Guarantee.
THEREFORE, WE hereby affirm that we are Guarantors and responsible to you on behalf of
the Supplier, up to a total of Rs........................ (Amount of guarantee in words and figures)
being 4% of the Contract Price and we undertake to pay you, upon your first written demand
declaring the Supplier to be in default under the contract and without cavil or argument, any
sum or sums within the limit of Rs. ....... (Amount of guarantee) as aforesaid, without your
needing to prove or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until ............... day of...........................
Signature and Seal of Guarantors
Date:
Note:
1. Suppliers should ensure that seal and code no. of the signatory is put by the bankers,
before submission of the bank guarantees.
2. Stamp paper is required for the bank guarantees issued by the banks located in India.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 91 of 156
8.13 Undertaking for Support Services
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Reg.: Request for Proposal (RFP) For Empanelment of Vendor for Customization/
Development / Maintenance/ Testing /Support
Ref: Your RFP Ref: Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Dear Sir,
----------------------------------------------------------------------------------------
We undertake, that adequate specialized expertise are available to ensure that the support
services are responsive as per the requirements and we assume total responsibility for the
fault free operation of the solution proposed and maintenance during the support period.
We undertake that during support Period we will maintain a minimum Uptime of 99.99%,
Technical Declines, Business Declines, Deemed Approved Transactions, and Debit Reversals
etc. as per the parameter set by Bank on quarterly basis for the entire/core solution proposed,
with a MTBF of 90 days.
Dated this ....... day of ............................ 2020.
_________________________________
________________________________
(Signature)
(In the capacity of)
Duly authorized to sign Proposal for and on behalf of
_________________________________
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 92 of 156
8.14 Compliance Statement
FORMAT 8.14: COMPLIANCE STATEMENT
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Reg.: Request for Proposal (RFP) For Empanelment of Vendor for Customization/
Development / Maintenance/ Testing /Support
Ref: Your RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Dear Sir,
We certify that except for the following deviations, we agree to abide by all other clauses,
terms, conditions and specifications mentioned in the RFP.
Main RFP /
Annexure/Format
No.
Clause / Sub Clause
No.
Deviation Specific Page no. of
the Response
Yours faithfully,
Authorized Signatory
(Name, Designation and Seal of the Company)
Date:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 93 of 156
Note: The bidder has to give his response by writing ‘NIL’ in the statement. If no deviations
are mentioned in Format 8.14 it shall be deemed that there is no deviation, irrespective of the
fact whether any mention in the bid document anywhere.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 94 of 156
8.15 Conformity to Eligibility Criteria
8.15.1 Format of Conformity to Eligibility Criteria for Category-A
(To be submitted on Company’s Letter Head)
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Ref: Your RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Dear Sir,
<<Name of Bidder>>
COMPLIANCE OF ELIGIBILITY CRITERIA FOR CATEGORY –A
Sr. No.
Eligibility Criteria
Complied
(Yes/No)
Documentary Evidence to be submitted to the bank
I. Common Eligibility Criteria for Category A & Category B
a. The Bidder should be an Indian company
registered inIndia under companies act
1956 with their registered office in India
for the
Five years as on date of submitting
its application in case of Category A.
Three years as on date of submitting
its application in case of Category B.
Copy of the Certificate of
Incorporation issued by
Registrar of Companies
along with the copies of
Memorandum and
Articles of Association
and full address of the
registered office
b. The Bidder should not have been debarred/
blacklisted for corrupt and fraudulent
practices by the Govt. of India / State
Governments / Regulatory Agencies /
PSU/other institutions
Bidder should submit an
Undertaking (To be submitted
as per Format 8.20).
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 95 of 156
c. Bidder must provide information that any of
its subsidiary or associate or holding
company or companies having common
director/s or companies in the same group
of Promoters / management or partnership
firms/LLPs having common partners have
not participated in the bid process.
Letter of confirmation on
Bidder company’s letter
head (self-certified
letter).
d. Bidder must provide an undertaking on
their Letter head stating all the technical
features highlighted as a part of Technical
Requirement in the RFP are covered in
totality in their submitted proposal. The
undertaking letter should be supported with
relevant documents/project details.
Letter of confirmation
(self-certified Letter)
from bidder along with
duly filled Format 8.19
(Technical Skill Set) and
relevant documentary
proof.
II. Additional Eligibility Criteria for Category A
a.
The bidder should have an annual turnover
of at least Rs. 5 Crores (Rupees Five
Crores) in each of last three preceding
three (3) financial years from i.e. FY 2016-
17, FY 2017-18 and FY 2018-19. The
turnover must be the individual company
turnover and not that of any group of
companies.
Audited Balance sheets
and Profit & Loss
statements for the
financial years FY 2016-
17, FY 2017-18 and FY
2018-19 along with the
certificate duly certified
by the Chartered
Accountant as per
Format - 8.9.
b.
The bidder should have an annual turnover
of Rs. 2 crore from software development/
software solution/ customization
engagement in each of the previous three
financial years.
Should be submitted As
per Format 8.9. (Bidder
Turnover & profits)
Reference Purchase
Order / Contract
Document
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 96 of 156
c. Bidder must be operating in the field of
software development / software solution
for at least 5 years as on date of the
Tender.
a) Copy of the
Certificate of
Incorporation issued by
Registrar of Companies
b) Reference
Purchase Order /
Contract Document/
Customer credentials
(to be submitted as per
Annexure A and Format
8.7)
d. Bidder must have developed / customized
software solution / application (in the last 3
years) in at least 2 Scheduled Commercial
Banks.
a) Certificate from the
current authorized
signatory of the
company.
b) Reference Purchase
Order / Contract
Document/ Customer
credentials to be
submitted as per
Annexure A and Format
8.7)
e. Bidder must have more than 50 software
professionals on its payroll
Supporting proof /
Documentary evidence.
PF coverage letters for
the employees issued by
Employee Provident
Fund Organization/Proof
of Enrollment under
NPS.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 97 of 156
f. Bidder must be certified a minimum SEI
CMM Level 3 or above /ISO 20000:2013.
Supporting document.
(Above details are MANDATORY and are to be included in eligibility cum technical bid.
Without the above details, the Bid is liable to be rejected.)
Yours faithfully,
Authorized Signatory
(Name, Designation and Seal of the Company)
Date:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 98 of 156
8.15.2 Format of Conformity to Eligibility Criteria for Category-B (To be submitted on Company’s Letter Head)
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Ref: Your RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Dear Sir,
<<Name of Bidder>>
COMPLIANCE OF ELIGIBILITY CRITERIA FOR CATEGORY –B
Sr. No.
Eligibility Criteria Complied (Yes/No)
Documentary Evidence to be submitted to the bank
I. Common Eligibility Criteria for Category A & Category B
a. The Bidder should be an Indian company
registered inIndia under companies act
1956 with their registered office in India
for the
Five years as on date of submitting
its application in case of Category A.
Three years as on date of submitting
its application in case of Category B.
Copy of the Certificate of
Incorporation issued by
Registrar of Companies
along with the copies of
Memorandum and
Articles of Association
and full address of the
registered office
b. The Bidder should not have been debarred/
blacklisted for corrupt and fraudulent
practices by the Govt. of India / State
Governments / Regulatory Agencies /
PSU/other institutions
Bidder should submit an
Undertaking (To be
submitted as per Format
8.20).
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 99 of 156
c. Bidder must provide information that any of
its subsidiary or associate or holding
company or companies having common
director/s or companies in the same group
of Promoters / management or partnership
firms/LLPs having common partners have
not participated in the bid process.
Letter of confirmation
on Bidder company’s
letter head (self-
certified letter).
d. Bidder must provide an undertaking on their
Letter head stating all the technical features
highlighted as a part of Technical
Requirement in the RFP are covered in
totality in their submitted proposal. The
undertaking letter should be supported with
relevant documents/project details.
Letter of confirmation
(self-certified Letter)
from bidder along with
duly filled Format 8.19
(Technical Skill Set)
and relevant
documentary proof.
II. Additional Eligibility Criteria for Category B
a. The bidder should have an annual turnover
of at least Rs. 25 lacs (Rupees Twenty Five
Lacs) in each of the last three financial
years (i.e. FY 2016-17, FY 2017-18 and FY
2018-19). Further, their net profit should be
positive in the last three financial years and
their net worth should also be positive in
each of the last three financial years. This
must be the individual company turnover
and not of any group of
companies/subsidiaries.
Audited Balance
sheets and Profit &
Loss statements for the
FY 2016-17, FY 2017-
18 and FY 2018-19
along with the
certificate duly certified
by the Chartered
Accountant as per
Format - 8.9.
b. The bidder should have an annual turnover
of Rs. 10 Lacs from software development/
software solution/ customization
engagement in each of the previous three
financial years
Should be submitted
As per Format –
8.9.(Bidder Turnover &
profits) Reference
Purchase Order /
Contract Document
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 100 of 156
c. Bidder must be operating in the field of
software development / software solution
for at least 3 years as on date of the Tender.
a. Copy of the
Certificate of
Incorporation
issued by
Registrar of
Companies
b. Reference
Purchase Order /
Contract
Document/
Customer
credentials to be
submitted as per
Annexure A and
Format 8.7)
d. The bidder should have completed at least
3 assignments of similar nature involving
software development/ software solution/
customization in scheduled commercial
banks/ BFSIs/ Government/ Large
Enterprise (having PAN India presence with
a minimum turnover of Rs. 10 Crore),
during last three years, with a minimum
value of Rs.5 lacs each.
a) Certificate from the
current authorized
signatory of the
company. b)
Reference Purchase
Order / Contract
Document/ Customer
credentials to be
submitted as per
Annexure A and
Format 8.7)
e. Bidder must have more than 10 software
professionals on its payroll Supporting
proof / Documentary evidence. PF
coverage letters for the employees issued
by Employee Provident Fund
Organization/Proof of Enrollment under
NPS.
Bidder must have more
than 10 software
professionals on its
payroll Supporting
proof / Documentary
evidence. PF coverage
letters for the
employees issued by
Employee Provident
Fund
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 101 of 156
Organization/Proof of
Enrollment under NPS.
f. Must have development Centre and technical support office at Mumbai Supporting document.
Supporting document along with Details of Offices- Format 8.25
(Above details are MANDATORY and are to be included in eligibility cum technical bid.
Without the above details, the Bid is liable to be rejected.)
Yours faithfully,
Authorized Signatory
(Name, Designation and Seal of the Company)
Date:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 102 of 156
8.16 Pre-Contract Integrity Pact
PRE-CONTRACT INTEGRITY PACT
PRE-CONTRACT INTEGRITY PACT
BETWEEN
BANK OF INDIA
AND
…………………
General
This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on……..day
of the month of………, 20___between, on one hand, the Bank of India acting through Shri ,
Designation of the Officer (hereinafter called the “BUYER”, which expression shall mean and
include, unless the context otherwise requires, his successors in officer and assigns) of the
First Part and M/s. ……………………… represented by Shri Chief Executive Officer
(hereinafter called the “BIDDER/Seller” which expression shall mean and include, unless the
context otherwise requires, his successors and permitted assigns) of the Second Part.
WHEREAS the BUYER proposes to procure (Name of the Stores/Equipment/Item) award the
contract and the BIDDER/Seller is willing to offer/has offered the stores and
WHEREAS the BIDDER is a private company / public company / Government undertaking /
partnership / registered export agency, constituted in accordance with the relevant law in the
matter and the BUYER is a Public Sector Undertaking Bank of India.
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and free from any
influence / prejudice dealings prior to, during and subsequent to the currency of the contract
entered into with a view to :-
Enabling the BUYER to obtain the desired said stores / equipment / work at a competitive price
in conformity with the defined specifications by avoiding the high cost and the distortionary
impact of corruption on public procurement, and
Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure
the contract by providing assurance to them that their competitors will also abstain from bribing
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 103 of 156
and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by
its officials by following transparent procedures.
The parties hereby agree to enter into this Integrity Pact and agree as follows:
Commitments of the BUYER
1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly
with the contract, will demand, take a promise for or accept, directly or through intermediaries,
any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other
advantage from the BIDDER, either for themselves or for any person, organization or third
party related to the contract in exchange for an advantage in the bidding process, bid
evaluation, contracting or implementation process related to the contract.
1.2 The BUYER will, during the pre-contract stage, treat all BIDDERs alike, and will provide
to all BIDDERs the same information and will not provide any such information to any particular
BIDDER which could afford an advantage to that particular BIDDER in comparison to other
BIDDERs.
1.3 All the officials of the BUYER will report to the appropriate Government office any
attempted or completed breaches of the above commitments as well as any substantial
suspicion of such a breach.
2 In case any such preceding misconduct on the part of such officials(s) is reported by
the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to
be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed
fit, including criminal proceedings may be initiated by the BUYER and such a person shall be
debarred from further dealings related to the contract process. In such a case while an enquiry
is being conducted by the BUYER the proceedings under the contract would not be stalled.
Commitments of BIDDERs
3. The BIDDER commits itself to take all measures necessary to prevent corrupt practices,
unfair means and illegal activities during any stage of its bid or during any pre-contract or post-
contract stage in order to secure the contract or in furtherance to secure it and in particular
commit itself to the following :-
3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the BUYER, connected directly
or indirectly with the bidding process, or to any person, organization or third party related to
the contract in exchange for any advantage in the bidding, evaluation, contracting and
implementation of the contract.
3.2 The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward favour, any material or immaterial
benefit or other advantage, commission, fees, brokerage or inducement to any official of the
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 104 of 156
BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in
relation to the obtaining or execution of the contract or any other contract with the Government
for showing or forbearing to show favour or disfavor to any person in relation to the contract or
any other contract with the Government.
3.3 BIDDERs shall disclose the name and address of agents and representatives and
Indian BIDDERs shall disclose their foreign principals or associates.
3.4 BIDDERs shall disclose the payments to be made by them to agents/brokers or any
other intermediary, in connection with this bid/contract.
3.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the
original manufactures / integrator / authorized government sponsored export entity of the
stores / supplier and has not engaged any individual or firm or company whether Indian or
foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its
functionaries, whether officially or unofficially to the award of the contract to the BIDDER nor
has any amount been paid promised or intended to be paid to any such individual, firm or
company in respect of any such intercession, facilitation or recommendation.
3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or
before signing the contract, shall disclose any payments he has made, is committed to or
intends to make to officials of the BUYER or their family members agents, brokers or any
other intermediaries in connection with the contract and the details of services agreed
upon for such payments.
3.7 The BIDDER will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting and
implementation of the contract.
3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair
means and illegal activities.
3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or
pass on to others, any information provided by the BUYER as part of the business relationship,
regarding plans, technical proposals and business details including information contained in
any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care
lest any such information is divulged.
3.10 The BIDDER commits to retrain from giving any complaint directly or through any other
manner without supporting it with full and verifiable facts.
3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of
the actions mentioned above.
3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER or
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 105 of 156
alternatively, if any relative of an officer of the BUYER has financial interest / stake in the
BIDDERs firm, the same shall be disclosed by the BIDDER at the time of filling of tender.
The term relative for this purpose would be as defined in Section 6 of the Companies Act 1956.
3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the BUYER.
4. Previous Transgression
4.1 The BIDDER declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact, with any other company in any country in
respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in
India or any Government Department in India that could justify BIDDER’s exclusion from the
tender process.
4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be
disqualified from the tender process or the contract, if already awarded can be terminated for
such reason.
5. Earnest Money (Security Deposit)
5.1 While submitting commercial bid, the BIDDER shall deposit an amount ____ as
specified in the RFP as Earnest Money/Security Deposit, with the BUYER through any of the
following instruments
(i) Bank Draft or a Pay Order in favour of
(ii) A confirmed guarantee by an Indian Nationalized Bank, promising payment of the
guaranteed sum to the BUYER on demand within three working days without any demur
whatsoever and without seeking any reasons whatsoever. The demand for payment by the
BUYER shall be treated as conclusive proof of payment.
(iii) Any other mode or through any other instrument as specified in the RFP.
5.2 The Earnest Money / Security Deposit shall be valid upto the complete conclusion of the
contractual obligations to the complete satisfaction of both the BIDDER and the BUYER,
including warranty period / Defect liability period.
5.3 In case of the successful BIDDER a clause would also be incorporated in the Article
pertaining to Performance Bond in the Purchase Contract that the provisions of Sanctions for
Violation shall be applicable for forfeiture of Performance Bond in case of a decision by the
BUYER to forfeit the same without assigning any reason for imposing sanction for violation of
this Pact.
5.4 No Interest shall be payable by the BUYER to the BIDDER on Earnest Money/ Security
Deposit for the period of its currency.
6. Sanctions for Violations
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 106 of 156
6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or
acting on its behalf (Whether with or without the knowledge of the BIDDER) shall entitle the
BUYER to take all or any one of the following actions, whenever required:-
(i) To immediately call off the pre-contract negotiations without assigning any reason or
giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s)
would continue.
(ii) The Earnest Money Deposit (in pre-contract stage) and / or Security Deposit /
Performance Bond (after the contract is signed) shall stand forfeited either fully or partially as
decided by the BUYER and the BUYER shall not be required to assign any reason therefor.
(iii) To immediately cancel the contract if already signed, without giving any compensation
to the BIDDER.
(iv) To recover all sums already paid by the BUYER and in case of an Indian BIDDER with
interest thereon at 2% higher than the prevailing Prime Lending Rate of Bank of India, while in
case of a BIDDER from a country other than India with interest thereon at 2% higher than the
LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in connection with
any other contract for any other stores, such outstanding payment could also be utilized to
recover the aforesaid sum and interest.
(v) To encash the advance bank guarantee and performance bond / warranty bond, if
furnished by the BIDDER, in order to recover the payments already made by the BUYER, along
with interest.
(vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to
pay compensation for any loss or damage to the BUYER resulting from such cancellation /
rescission and the BUYER shall be entitled to deduct the amount so payable from the money(s)
due to the BIDDER.
(vii) To debar the BIDDER from participating in future bidding processes of the Government
of India for a minimum period of five years, which may be further extended at the discretion of
the BUYER.
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middlemen or
agent or broker with a view to securing the contract.
(ix) In cases where irrevocable Letters of Credit have been received in respect of any
contract signed by the BUYER with the BIDDER, the same shall not be opened.
(x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same
without assigning any reason for imposing sanction for violation of this Pact.
6.2 The BUYER will be entitled to take all or any of the actions mentioned at para 6.1(i) to
(x) of this Pact also on the commission by the BIDDER or any one employed by it or acting on
its behalf (Whether with or without the knowledge of the BIDDER), of an offence as defined in
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 107 of 156
Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other
statute enacted for prevention of corruption.
6.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has
been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the
BIDDER can approach the Independent Monitor(s) appointed for the purposes of this Pact.
7. Fail Clause
7.1 The BIDDER undertakes that it has not supplied / is not supplying similar product /
systems or subsystems at a price lower than that offered in the present bid in respect of any
other Ministry / Department of the Government of India or PSU and if it is found at any stage
that similar product / systems or sub systems was supplied by the BIDDER to any other Ministry
/ Department of the Government of India or a PSU at a lower price, then that very price, with
due allowance for elapsed time, will be applicable to the present case and the difference in the
cost would be refunded by the BIDDER to the BUYER, if the contract has already been
concluded.
8. Independent Monitors
8.1 There shall be Independent Monitors (hereinafter referred to as Monitors) appointed by
the BUYER for this Pact in consultation and with approval of the Central Vigilance Commission.
8.2 The task of the Monitors shall be to review independently and objectively whether and to
what extent the parties comply with the obligations under this Pact.
8.3 The Monitors shall not be subject to instructions by the representatives of the parties
and perform their functions neutrally and independently.
8.4 Both the parties accept that the Monitors have the right to access all the documents
relating to the project / procurement, including minutes of meetings.
8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will
so inform the Authority designated by the BUYER.
8.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all
Project documentation of the BUYER including that provided by the BIDDER. The BIDDER will
also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation. The same is applicable to Subcontractors.
The Monitor shall be under contractual obligation to treat the information and documents of the
BIDDER / Subcontractor(s) with confidentiality.
8.7 The BUYER will provide to the Monitor sufficient information about all meetings among
the parties related to the Project provided such meetings could have an impact on the
contractual relations between the parties. The parties will offer to the Monitor the option to
participate in such meetings.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 108 of 156
8.8 The Monitor will submit a written report to the designated Authority of BUYER within 8
to 10 weeks from the date of reference or intimation to him by the BUYER / BIDDER and,
should the occasion arise, submit proposals for correcting problematic situations.
9. Facilitation of Investigation
In case of any allegation of violation of any provisions of this Pact or payment of commission,
the BUYER or its agencies shall be entitled to examine all the documents including the Books
of Accounts of the BIDDER and the BIDDER shall provide necessary information and
documents in English and shall extend all possible help for the purpose of such examination.
10. Law and Place of Jurisdiction
This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the
BUYER.
11. Other Legal Actions
The actions stipulated in this Integrity Pact are without prejudice to any other legal action that
may follow in accordance with the provisions of the extant law in force relating to any civil or
criminal proceedings.
12. Validity
12.1 The validity of this Integrity Pact shall be from date of its signing and extend up to 7 years
or the complete execution of the contract to the satisfaction of both the BUYER and the
BIDDER / Seller, including warranty period, whichever is later. In case BIDDER is
unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of
the contract.
12.2 Should one or several provision of this Pact turn out to be invalid, the remainder of this
Pact shall remain valid. In this case, the parties will strive to come to an agreement to their
original intentions.
13. The parties hereby sign this Integrity Pact at on
BUYER BIDDER
Name of the Officer Name of the Officer
Authorized Signatory Authorized Signatory
Designation Designation
Bank of India
Witness: Witness:
1 1
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 109 of 156
2 2
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 110 of 156
8.17 Undertaking of Information Security Compliance
(This letter should be on the letterhead of both bidder and OEM duly signed by an authorized signatory)
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Reg.: Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: Your RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Dear Sir,
We hereby undertake that the proposed solution / software to be supplied will be free of
malware, free of any obvious bugs and free of any covert channels in the code (of the version
of the application being delivered as well as any subsequent versions/modifications done)
during entire contract period. If, any case reported, to be fixed by the bidder without any
additional cost to the bank on immediate basis.
Yours faithfully,
Signature of Bidder: _______________________
Name: ___________________________________
Business address: ________________________
Place:
Date:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 111 of 156
8.18 Know Your Employee (KYE) Compliance
(This letter should be on the letterhead of bidder duly signed by an authorized signatory).
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Reg.: Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: Your RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Dear Sir,
We (name of the company) hereby confirm that all the manpower (both on-site and off-site)
deployed/to be deployed on Bank’s project for Request for Proposal (RFP) For
Empanelment of Vendor for Customization/Development/ Maintenance/ Testing
/Support (Name of the RFP) have undergone our internal KYE (Know Your Employee)
process and requisite checks have been performed prior to employment of said employees as
per our policy.
1. We undertake and agree to save defend and keep harmless and indemnified the Bank
against all loss, cost, damages , claim penalties expenses, legal liability because of non-
compliance of KYE and of misconduct of the employee deployed by us to the Bank.
2. We further agree to submit the required supporting documents (Process of screening,
Background verification report, police verification report (issued in last six months), character
certificate regarding fit and satisfactory conduct, ID card copy, Educational document, etc.) to
Bank before deploying officials in Bank premises for Request for Proposal (RFP) For
Empanelment of Vendor for Customization/Development/ Maintenance/ Testing
/Support (Name of the RFP).”
Yours faithfully,
Signature of Bidder: _______________________
Name: ___________________________________
Business address: ________________________
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 112 of 156
Place:
Date:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 113 of 156
8.19 Technical Skill Set
The software development companies, proposed to be empanelled should have necessary
trained manpower along with technical skills in areas of Software Development. The
companies should also have adequate exposure to the Banking Domain to empanel under
Category A.
Technical Skills
Area Example of Skill Sets Skill Sets available
with Organizational
present (Yes/No)
Compliance (If yes in Skill set,
provide documents supporting
qualification/ certifications)
Project Management
PMP
PgMP Others
Software Development Methodologies
Scrum
Agile
Rational Unified Development Process
Waterfall
Other (Specify)
Language, Middleware and Database Certification (Individual Certification)
Certified Java Developers Specify the number of professionals
Certified Web Developers Specify the number of professionals
Oracle Certified Middleware Developer
Specify the number of professionals
Microsoft Certified Developer for VB.NET/C#ASP.NET
Specify the number of professionals
Oracle Certified DBA Specify the number of professionals
Microsoft Certified SQL Server DBA
Specify the number of professionals
Google Certified Associate Android Developer
Specify the number of professionals
Other (like IOS, etc.)
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 114 of 156
Process Certification
CMMI Level Specify the Certification name along with number of Professionals
Organization unit level)
ISO 20000:2013
Other (Specify)
Software
Packages/ Application
Development Platforms
JDK
.NET Framework
Other (Specify)
Java including latest version of Java8 , J2ME, JDBC/ ODBC connectivity, JMS
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 115 of 156
Languages / Technologies
C, C++, C#
HTML5, XML, ASP.Net, VB.Net, ADO.NET, Java Script, VBScript, xHTML, PHP, AJAX, Angular JS, CSS, Java Script, JQuery, Angular 5. MQ etc.
Other (Specify):
Code Quality, Code Build and Continuous Delivery Tools
Check style, Emma Cruise Control, Hudson, Maven, Ant scripting, Perl Scripts, UNIX Shell scripting
Other (Specify)
Secure Code Development / Standards
Web Application Security Standards, SSL, Secure Socket Communications, Secure MQ, SFTP, PCI- DSS standards, Payments Messages Security
Other (Specify)
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 116 of 156
Web Server / Application Server
IBM Https Server, IBM WebSphere, WebLogic, JBoss, Apache Tomcat, Sun Java Server, IIS etc.
Databases Oracle , SQL ( variants like MySQL, non-stop SQL/MX etc.), DB2, PostgreSQL, SQL Server etc.
Frameworks
Struts, Spring, Hibernate, Phone Gap, SOA, Web2.0 , LAMP, Java Server faces, Tiles, Web flow, MVC2 Pattern, Log4J, JUnit,, Spring Boot, Axon Framework
Other (Specify),
Middleware
IBM Middleware Stack, Oracle Fusion Middleware Stack, Enterprise Service Bus tools from Open Source Frameworks, Apache Camel EIP
Other (Specify):
Protocols REST/SOAP, HTTP(s), TCP/IP, ISO8583, MQ (secure), SFTP, FTP, SNMP
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 117 of 156
Other
Source Code Configuration Management
PVCS, Microsoft Visual Source Safe, Subversion, Git
Other (Specify):
Data Warehouse, Reporting, Analytics
IBM Info sphere CDC, ETL, IBM Cognos, Business Object, IBM SPSS, SAS, Microsoft Crystal Reports, ), Jasper Reports
Other (Specify
Operating System
VMware, Linux, UNIX (AIX, Solaris, HPUX), Windows 7/8/10, iOS, Android
Others (Specify)
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 118 of 156
Big Data analytics
Hadoop, Apache Spark, Google Big Query etc.
Automation Robotic Process Automation (Uipath)
Block chain Block chain
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 119 of 156
8.20 Self-Declaration for Non-Blacklisting
(This letter should be on the letterhead of bidder duly signed by an authorized signatory).
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Dear Sir,
Ref: Your RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
We _____________________________________who are established and reputable
hereby confirm that our company (The Auditor/ Firm/ Company/LLP) or its group company /
subsidiary company / holding company /affiliate /associate company / partner should have
never been black listed and/ or banned and /or barred and / or disqualified and or prohibited
by SEBI and /or RBI and /or NCLT and/ or NCLAT and / or any court of law and / or quasi-
judicial authority / and or any other statutory and/ or regulatory authority, in undertaking any
work directly or indirectly which is required to perform as stated in this RFP and/ or issuance
of any certificate of audit directly or indirectly with respect to the work sated herein the RFP”.
Yours faithfully,
Authorized Signatory (Name)
(Designation)
Note: This letter of authority should be on the letterhead of the Bidder and should be signed
by a person competent and having the power of attorney to bind the Bidder. It should be
included by the Bidder in its Bid.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 120 of 156
8.21 Escalation Matrix of all verticals
ESCALATION MATRIX of All Verticals
(To be submitted on company letter head) (To be kept in the Commercial Proposal Envelope)
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Dear Sir,
Ref: Your RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Name of the Company:
Please find our details related to escalation matrix as below:
For Issues before UAT of application:
The escalation matrix up to top level of company is tabulated below in hierarchy:
Sr.
No.
Particulars Level-1 Escalation Level-2 Escalation Level-3 Escalation
1 Name:
Phone No:
Cell No:
Email :
Name:
Phone No:
Cell No:
Email :
Name:
Phone No:
Cell No:
Email :
Service Related Issues after GO Live of application:
Sr.
No.
Particulars Level-1 Escalation Level-2 Escalation Level-3 Escalation
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 121 of 156
1 Name:
Phone No:
Cell No:
Email :
Name:
Phone No:
Cell No:
Email :
Name:
Phone No:
Cell No:
Email :
Any change in designation, substitution will be informed by us immediately
Yours faithfully,
Authorized Signatory (Name)
(Designation)
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 122 of 156
8.22 Format for Local Content
CERTIFICATION FOR LOCAL CONTENT
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Dear Sir,
Ref: Your RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Sir/Madam,
Bidder Name:
This is to certify that proposed is having the local content of % as defined in the above
mentioned RFP and amendment thereto. 2. This certificate is submitted in reference to the
Public Procurement (Preference to Make in India), Order 2017 – Revision vide Order No. P-
45021/2/2017-PP (BE-II) dated May 29, 2019.
Signature of Statutory
Auditor/Cost Auditor
Registration Number:
Seal
Countersigned by the bidder: Bidder-
(Authorized Signatory)
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 123 of 156
8.23 Notification of Acceptance of the Terms and Conditions (TCC)
NOTIFICATION of ACCEPTANCE OF THE TERMS & CONDITIONS OF THE RFP (To be submitted on the bidder Company’s Letter Head)
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Dear Sir,
Ref: Response to RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Sir/Madam,
This has reference to your letter on the subject, notifying us about the empanelment for
Empanelment of Vendor for Customization/Development/ Maintenance/ Testing
/Support for Category ___ for Bank of India and its RRBs. We hereby convey our absolute,
unconditional and unqualified acceptance for all the terms and conditions as mentioned in the
said RFP including all addendum/amendment/ corrigendum floated for Bank of India pertaining
to this RFP Ref. No. BOI: HO: IT: AKA: 0273 Dated: 08.07.2020.
Authorized Signatory
(Name)
Designation
Seal/Stamp of the Contractor
Date:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 124 of 156
8.24 Software/Solution Integrity Certificate (To be submitted on the letter head of the bidder)
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Ref: Your RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Dear Sir,
INTEGRITY STATEMENT
This is to certify that our product _____________________ Version: _____ (Hash Value -
…………………………………………………………), developed by and a copyright of
………………………………………….. follows standard secure coding practices and has been
tested and certified for the following checks:
i. That the application has undergone the required level of unit, system, stress and volume
tests and is free of any obvious bugs.
ii. That the software is tested with anti-virus/anti-malware software and is free of any
known virus/malwares at the time of sale.
iii. That the application is free of any covert channels in the code being provided and
subsequent modifications to be done on them.
iv. We have evaluated the cryptographic implementation and have ensured that only
cryptographic modules based on authoritative standards and reputable protocols are
used.
v. We confirm that Source code testing is carried out on application source code (to identify
and detect security threats and weaknesses in its systems) and there are no OPEN
vulnerabilities.
vi. We confirm that Application Security testing is carried out for application (to identify and
detect security threats and weaknesses in its systems) and there are no OPEN
vulnerabilities.
vii. We confirm that we are conducting secure coding training programs for our software
developers/testers on periodical basis.
viii. We also confirm that the above practices will be met by us for all the changes that we
make in the application/ module on a regular basis.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 125 of 156
Authorized Signatory
Date: …………………..
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 126 of 156
8.25 Details of Offices
(To be submitted on the letter head of the bidder)
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Ref: Your RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Dear Sir,
We have permanent offices at the following locations across India.
Sl. No
Location & Address Contact Person and details
Ph. No and email address
Seal & Signature of Authorized signatory: ____________
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 127 of 156
8.26 Tender Offer Forwarding Letter
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Dear Sir,
Ref: Your RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
With reference to the above RFP, having examined and understood the instructions including
all annexure, terms and conditions forming part of the Bid, we hereby enclose our offer for
Empanelment of Vendors for Software Development in Bank of India in the RFP document
forming Technical being parts of the above referred Bid.
In the event of acceptance of our Technical Bids and empanelment of our firm by the Bank we
undertake the Software Development Work in Bank of India, as per your purchase orders.
In the event of our selection by the Bank as Empanelled Vendor for Software Development in
Bank of India, we will submit an Empanelment Security for a sum of Rs 2, 00,000/- valid for
three years + 180 days. In case we are awarded a project/development of
software/maintenance, we will also submit a Performance Bank Guarantee equivalent to 10%
of the TCO of Project for software development, as per Format 8.6 to the bank valid for a period
of One year in favor of Bank of India and will extend the period by One year from the Go Live
of the project in Bank. In case of the expiry of PBG within this period, we shall furnish a fresh
PBG.
We agree to abide by the terms and conditions of this tender offer till 180 days from the date
of commercial bid opening and our offer shall remain binding upon us which may be accepted
by The Bank any time before expiry of 180 days.
Until a formal contract is executed, this tender offer, together with The Bank’s written
acceptance thereof and Bank’s notification of award, shall constitute a binding contract
between us.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 128 of 156
We understand that the Bank is not bound to accept any offer that the Bank may receive.
Further, we understand that the Bank may reject any or all of the offers, without assigning any
reason therefore.
We enclose the following Demand Drafts/Pay Orders/BGs:
DD /PO No. Dated for Rupees 20,000/- (Rupees Twenty Thousand only) issued by
……………Bank, ………….Branch in favour of Bank of India, on ………. (date), payable at
Mumbai as Cost of RFP Document & -/BG No. ______Dated_______ for Rs. 2, 00,000/-
(Rupees Two Lac only) issued by ……………Bank ……….Branch, in favour of Bank of India,
as BID SECURITY.
Dated this day of 2020
Signature:
(In the Capacity of)
Duly authorized to sign the tender offer for and on behalf of
<<Name of the Bidder>>
<<Category for Empanelment>>
Note: The Bidders shall necessarily provide a copy of ‘Power of Attorney’/ Board Resolution
authorizing the signatory for signing the Bid on behalf of the Bidder in its Bid.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 129 of 156
8.27 Format for Bank Guarantee for Bid Security
BANK GUARANTEE FOR BID SECURITY
(ON APPROPIATE NON-JUDICIAL STAMP PAPER)
Bank Guarantee No. …..
Date: ………….
Issued by……..
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Whereas........................... (hereinafter called “the Bidder”) has submitted its Bid dated
...................... (Date of submission of Bid) for the Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support in response to Bank’s Request
for Proposal (RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020) (Hereinafter called
“the Bid”).
KNOW ALL PEOPLE by these presents that We..................... (Name of bank) of..................
(Name of country), having our registered office at.................. (Address of bank) (Hereinafter
called “the Bank”), are bound unto BANK OF INDIA (Name of Purchaser) (Hereinafter called
“the Purchaser”) in the sum of _______________________for which payment well and truly to
be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these
presents.
Sealed with the Common Seal of the said Bank this ____ day of _________ 2020.
AND WHEREAS we have agreed to give the Bidder a Guarantee.
THE CONDITIONS of this obligation are:
1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder
on the Bid Form; or
2. In case of successful bidder, if the bidder :
a. fails or refuses to sign the Empanelment Contract Form; or
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 130 of 156
b. fails or refuses to furnish the Empanelment Security, in accordance with the
Terms & Conditions of the RFP or Contract
THEREFORE WE hereby affirm that we are Guarantors and responsible to you on behalf of
the Bidder, up to a total of Rs.2,00,000/- (Rupees Two Lacs Only) and we undertake to pay
you, upon your first written demand declaring the Bidder to be in default under the contract and
without cavil or argument, any sum or sums within the limit Rs.2,00,000/- (Rupees Ten Lacs
Only) as aforesaid, without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.
This guarantee is valid until _______ day of, ___________ 20XX
Notwithstanding any other term contained herein
1. this bank guarantee shall be valid only up to _________________ (Insert Guarantee
End Date) whereupon it shall automatically expire irrespective of whether the original
guarantee is returned to the Bank or not; and
2. The total liability of Bank under this guarantee shall be limited to (Rs. 2, 00,000/-).
Place: (Signature of the Bidder’s Bank)
SEAL Code No:
NOTE:
1. BIDDER SHOULD ENSURE THAT THE SEAL & CODE NO. OF THE SIGNATORY IS
PUT BY THE BANKERS, BEFORE SUBMISSION OF BG
2. STAMP PAPER IS REQUIRED FOR THE BG ISSUED BY THE BANKS LOCATED IN
INDIA
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 131 of 156
8.28 Proposed Team
PROPOSED TEAM
(To be submitted by Empanelled Vendors Only during RFP of Project)
RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
A. Bidder Implementation Capability for the Proposed Solution:
Requirement Response
Current strength of employees in the bidder organization with experience in similar projects
Does the team possess in-depth knowledge of the industry and is thereby capable of bringing independent market knowledge to the bank?
Certifications possessed by the Bidder in connection with the quality of internal processes and services delivered/ methodology used in delivery
Approach to ensure adequate quality control throughout the course of the project
B. Team Profile
Sr. No.
Name of Proposed
Project Manager/
Team leaders
/Proposed Team
members
Position proposed for
(Project Director/Team Leader/Team
Member)
Professional qualifications
and Certifications/ Accreditations
Total years of
experience in
similar projects
Please provide details about the projects undertaken
and responsibilities on the project
etc.)
Please enclose Documentary proofs to substantiate the claims made.
Note:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 132 of 156
Include details of team members who will be involved in the project.
Relevant experience refers to the experience of the employee on either exactly
the same product / set of products being proposed or on similar projects.
Proposed team structure with count, profile and skills to be provided by Bidder
along with proposed solutions profile, skills etc. to be provided in RFP response
Place:
Date:
SEAL AND SIGNATURE OF THE BIDDER
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 133 of 156
8.29 Conformity/Undertaking Letter
(To be submitted on the letter head of the bidder)
Ref. No: ________________ Date: __/__/2020
To
The General Manager
Bank of India
Head Office
Information Technology Department,
8th Floor, Star House-2, C-4, G-Block,
Bandra Kurla Complex,
Bandra East, Mumbai – 400 051
Ref: Your RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
Dear Sir,
CONFORMITY/UNDERTAKING LETTER
Empanelment of Vendors for Customization/Development/ Maintenance/ Testing
/Support vide RFP Ref: BOI: HO: IT: AKA: 0273 Dated: 08.07.2020
With reference to our bid dated _________, in response to the Request for Empanelment
and subsequent clarifications (Bank’s tender RFP Ref: BOI: HO: IT: AKA: 0273 Dated:
08.07.2020 hereinafter referred to as “RFP”) issued by Bank of India (“Bank”) we hereby
covenant, warrant and confirm as follows:
We hereby agree to comply with all the terms and conditions / stipulations as contained in
the RFP and the related addendums and other documents including the changes made to
the original tender documents issued by the Bank. We understand that the Bank is not
bound by any other extraneous matters or deviations, even if mentioned by us elsewhere
either in our proposal or any subsequent deviations sought by us, whether orally or in
writing, and the Bank’s decision not to accept any such extraneous conditions and
deviations will be final and binding on us. We confirm having read and understood the terms
and conditions of the RFP & addendums as well as the Procedures relating to the Bidding
process. We hereby undertake and agree to abide by all the terms and conditions stipulated
by the Bank of India in the RFP & addendum documents including all annexes and the
Procedure for Bidding Your bank is not bound to accept the lowest or any bid received by
you, and you may reject all or any bid. If our Bid for the above job is accepted, we undertake
to enter into and execute at our cost, when called upon by the Bank to do so, a contract in
the prescribed form. Unless and until a formal contract is prepared and executed, this bid
together with your written acceptance thereof shall constitute as a binding contract between
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 134 of 156
us. If our bid is accepted, we are to be jointly and severally responsible for the due
performance of the contract. Your bank may accept or entrust the entire work to one bidder
or divide the work to more than one bidder without assigning any reason or giving any
explanation whatsoever.
Document Correctness:
We certify that the information furnished herein and as per the documents submitted
(hardcopy and softcopy) is true and accurate and nothing has been concealed or tampered
with. We further certify that the contents of the softcopy are same as those provided in the
hardcopy. We have gone through all the conditions of RFE document and are liable to any
punitive action for furnishing false information / documents. Further, we certify that we have
not made any modifications in the original copy of RFE (and addendums, if any) which is
duly signed, stamped and submitted as a part of the Technical cum Eligibility Bid
Legal:
We hereby certify that no inquiries or investigations have been threatened, commenced or
pending against us or any other member of the consortium by any statutory or regulatory
or investigative agencies or lending institutions.
Not Blacklisted:
As on date of submission of tender, we are not blacklisted by the Central Government / any
of the State Governments in India or any Financial Institution in India. Also, we are not
involved in any legal case that may affect the solvency / existence of our firm or in any other
way that may affect capability to provide / continue the services to bank.’
No Deviation:
We have submitted a no deviation bid and unconditionally accept all requirements, payment
terms, SLAs and the terms and conditions as mentioned in the said RFE including all
corrigendum/amendment floated by Allahabad Bank pertaining to Empanelment of Vendors
for Software Development in Allahabad Bank. Any assumption or exclusion submitted by
us in the proposal which is contradictory to the RFE stands null and void.
Know Your Employee (KYE):
We confirm that all the Resource (both on-site and off-site) deployed/to be deployed on
Bank’s project for the captioned RFE have undergone KYE (Know Your Employee) process
and requisite checks have been performed prior to employment of said employees as per
our policy. We undertake and agree to save defend and keep harmless and indemnified
the Bank against all loss, cost, damages , claim penalties expenses, legal liability because
of non-compliance of KYE and of misconduct of the employee deployed by us to the Bank
We further agree to submit the required supporting documents (Process of screening,
Background verification report, police verification report, character certificate, ID card copy,
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 135 of 156
Educational document, etc.) to Bank before deploying officials in Bank premises for
captioned RFE.
Minimum Wages:
We confirm that the employees engaged/to be engaged by our Company to carry out the
services in your bank for the above said contract are paid minimum wages / salaries as
stipulated in the Government (Central / State) Minimum Wages / Salaries act in force. We
also indemnify the Bank against any action / losses / damages that arise due to action
initiated by Commissioner of Labor for non- compliance to the above criteria. We further
authorize the Bank to deduct from the amount payable to the Company under the contract
or any other contract of the Company with the Bank if Labour Commissioner imposes a
penalty towards non-compliance to the “Minimum Wages / Salary stipulated by government
in the Act by your company.
Place:
Date:
Yours faithfully,
Seal and Authorized Signatory
Name & Designation:
Bidder’s Corporate Name
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 136 of 156
8.30 Business Rules and Terms & Conditions of Reverse Auction (FORMAT 8.30)
Reverse Auction event will be carried out among the Technically Qualified Bidders, for providing opportunity to the Bidders to quote the price dynamically for the procurement for which RFP is floated
A) Definitions:
1) “Bank” means Bank of India 2) “Service Provider” means the third party agency / company who has been selected by the Bank for conducting Reverse Auction. 3) “L1” means the Bidder who has quoted lowest price in the Reverse Auction process. 4) “L2” means the Bidder who has quoted second lowest price in the Reverse Auction process.
B) Eligibility of Bidders to participate in Reverse Auction: 1) Bidders who are technically qualified in terms of the relative Terms & Conditions of the RFP and accept the Business Rules, Terms & conditions of Reversion Auction and submit the undertakings as per Format 8.33, can only participate in Reverse Auction related to the procurement for which RFP is floated. Bidders not submitting the above undertaking or submitting with deviations / amendments thereto, will be disqualified from further evaluation / participation in the process of relevant procurement. 2) Bidders should ensure that they have valid digital certificate well in advance to participate in the Reverse Auction. Bank and / or Service Provider will not be responsible in case Bidder could not participate in Reverse Auction due to non-availability of valid digital certificate.
C) Training:
1) Bank will engage the services of Service Provider to provide necessary training to representatives of all eligible Bidders for participation in Reverse Auction. All rules & procedure related to Reverse Auction will be explained during the training. 2) Date, Time, Venue etc. of training will be advised at appropriate time. 3) Eligible Bidder / his authorized nominee has to attend the training as per the schedule and at the specified venue at the Bidder’s own cost. 4) No request from the Bidders for change in training schedule and/or venue will be entertained. 5) However, Bank reserves the right to postpone / change / cancel the training schedule for whatsoever reasons without assigning any reasons therefor, even after its communication to eligible Bidders. 6) Any Bidder not participating in the training process will do so at his own risk.
D) Reverse Auction Schedule:
1) The date & time of start of Reverse Auction and its duration of time will be informed to the eligible Bidders well in advance at least a week before the Reverse Auction date. 2) Bank reserves the right to postpone / change / cancel the Reverse Auction event even after its communication to Bidders without assigning any reasons therefor.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 137 of 156
E) Bidding Currency: Bidding will be conducted in Indian Rupees (INR).
F) Start Price: Bank will determine the Start Price for Reverse Auction – 1) on its own and / or 2) evaluating the price band information called for separately from each eligible Bidder at appropriate time and / or 3) based on the price bids received and if opened, Bank may determine the start price on the basis of the lower quote received.
G) Decremental Bid Value: 1) The bid decrement value will be specified by Bank before the start of Reverse Auction event. It can be a fixed amount or percentage of Start Price or both whichever is higher. 2) Bidder is required to quote his bid price only at a decremental value. 3) Bidder need not quote bid price at immediate next available lower level, but it can be even at 2/3/4 ….. Level of next available lower level.
H) Conduct of Reverse Auction event:
1. Reverse Auction will be conducted on a specific web portal meant for this purpose with the help of the Service Provider identified by the Bank.
2. Service Provider will make all necessary arrangement for fair and transparent conduct of Reverse Auction like hosting the web portal, imparting training to eligible Bidders etc., and finally conduct of Reverse Auction.
3. Bidders will be participating in Reverse Auction event from their own office / place of their choice. Internet connectivity and other paraphernalia requirements shall have to be ensured by Bidders themselves.
i. In the event of failure of their internet connectivity (due to any reason whatsoever it may be) it is the Bidders responsibility / decision to send fax communication immediately to Service Provider furnishing the bid price, they want to bid online, with a request to upload the faxed bid price online so that the service provider will upload that price online on behalf of the Bidder. It shall be noted clearly that the concerned Bidder communicating this price to service provider has to solely ensure that the fax message is received by Service Provider in a readable / legible form and also the Bidder should simultaneously check up with Service Provider over phone about the clear receipt of the bid price faxed. It shall also be clearly understood that the Bidder shall be at liberty to send such fax communications of prices to be uploaded by Service Provider only before the closure of Reverse Auction time and under no circumstances it shall be allowed beyond the closure of Reverse Auction event time. Such Bidders have to ensure that the service provider is given reasonable time by the Bidders, to upload such faxed bid prices online and if such required time is not available at the disposal of Service Provider at the time of receipt of the fax message from the Bidders, Service Provider will not be uploading the bid prices. It is to be
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 138 of 156
noted that neither the Bank nor the Service Provider will be responsible for these unforeseen circumstances.
ii. In order to ward-off such contingent situation, Bidders are advised to make all the necessary arrangements / alternatives such as back –up power supply , whatever required so that they are able to circumvent such situation and still be able to participate in the reverse auction successfully. However, the vendors are requested to not to wait till the last moment to quote their bids to avoid any such complex situations. Failure of power at the premises of vendors during the Reverse auction cannot be the cause for not participating in the reverse auction. On account of this the time for the auction cannot be extended and BANK is not responsible for such eventualities.
4. Bank and / or Service Provider will not have any liability to Bidders for any interruption
or delay in access to site of Reverse Auction irrespective of the cause. 5. For making the process of Reverse Auction and its result legally binding on the
participating Bidders, Service Provider will enter into an agreement with each eligible Bidder, before the start of Reverse Auction event. Without this Bidder will not be eligible to participate in the event. The format of the agreement is as per the Format 8.33.
6. Bidders name will be masked in the Reverse Auction process and will be given random dummy names by the Service Provider.
7. Bidder / his authorized representatives will be given unique Login ID & Password by Service Provider. Bidder/his authorized representative will change the Password after the receipt of initial Password from Service Provider to ensure confidentiality. All bids made from the Login ID given to the Bidders will be deemed to have been made by the concerned Bidder/his company.
8. Reverse auction will be conducted as per English Reverse Auction with no tie where more than one Bidder cannot have identical bid price.
9. Any bid once made by the Bidder through registered Login ID & Password, the same cannot be cancelled. The Bidder is bound to supplies as per the RFP at the bid price of Reverse Auction.
10. Auto Bid : i. Bidder can take the advantage of Auto Bid facility available in Reverse Auction
systems. Auto Bid feature allows Bidder to place an automated bid against other Bidders in an auction by confirming to one decrement and bid without having to enter a new price each time a competing bidder submits a new offer.
ii. Auto Bid facility can be used by the Bidder only once. Bidder can at no point of time during the course of the Reverse Auction, revise / delete his Auto Bid price. Bidder has the facility to revise his Auto Bid value only prior to the start of the Reverse Auction event.
iii. Only after the lowest price quoted by other Bidders is equal to or less than the minimum Auto Bid value put in the system by Auto Bid Bidder, he will get the option to manually bid.
iv. If more than one Bidder opts for the Auto Bid facility and if the lowest price quoted by more than one in Auto Bid facility is same, then the Bidder who has opted for the Auto Bid facility first will get the advantage of being the ‘L1’, with the second bidder being ‘L2’ at a price one decrement higher than the ‘L1’ value and so on.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 139 of 156
v. If one of the Bidder has opted for the Auto Bid facility, in which the system automatically places a bid by conforming to one decrement from the bid that any of the other Bidders might have quoted. In such a case, if the manual Bidder directly quotes the same price as the lowest price which the Bidder who has opted for the auto bid facility, then the bid submitted by the manual Bidder would be accepted as the ‘L1’ bid. But at that point of time onwards, the manual control of the Auto Bidder would be enabled for the Auto Bidder.
vi. Service Provider will explain in detail about the Auto Bid during the training. 11. Reverse Auction will normally; be for a period of one hour. If a Bidder places a bid
price in last 10 minutes of closing of the Reverse auction, the auction period shall get extended automatically for another 10 minutes. Maximum 3 extensions each of 10 minutes will be allowed after auction period of 1 hour i.e. entire process can last maximum for 1 ½ hour only. In case there is no bid price in the last 10 minutes of closing of Reverse Auction, the auction shall get closed automatically without any extension.
(The time period of Reverse Auction & Maximum number of its extensions & time are subject to change and will be advised to eligible Bidders before the start of the Reverse Auction event.)
12. Bidder will be able to view the following on their screen along with the necessary
fields in Reverse Auction: i. Opening Price ii. Leading / Lowest Bid Price in Auction (only total price) iii. Last Bid Price placed by the respective Bidder.
13. During Reverse Auction, if no bid price is received within the specified time, Bank, at
its discretion, may decide to revise Start Price / Decremental Value / scrap the reverse auction process / proceed with conventional mode of tendering.
I) Reverse Auction Process:
1) At the end of Reverse Auction event Service Provider will provide the Bank all
necessary details of the bid prices and reports of Reverse Auction. 2) Upon receipt of above information from Service Provider, Bank will evaluate the same
and will decide upon the winner i.e. Successful Bidder. 3) Successful Bidder has to fax the duly signed filled-in prescribed format (Annexure-U)
as provided on case-to-case basis to Bank within 4 hours of Reverse Auction without fail. The Original signed Annexure-U should be couriered so as to reach us within 48 hours of Reverse Auction without fail.
4) Any variation between the on-line Reverse Auction bid price and signed document will be considered as sabotaging the tender process and will invite disqualification of Bidder/vender to conduct business with Bank as per prevailing procedure.
5) Successful Bidder has to give break-up of his last/lowest bid price as per Bill of Material at the end of Reverse auction event within 3 working days without fail.
6) Successful Bidder is bound to supply at their final bid price of Reverse Auction. In case of back out or not supply as per the rates quoted, Bank will take appropriate action
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 140 of 156
against such Bidder and / or forfeit the Bid Security amount, debar him from participating in future
7) In case Bank decides not to go for Reverse Auction related to the procurement for which RFP is floated and price bids if any already submitted and available with Bank shall be opened as per Bank’s standard practice.
J) Bidder’s Obligation:
1) Bidder will not involve himself or any of his representatives in Price manipulation of any
kind directly or indirectly with other suppliers / Bidders 2) Bidder will not divulge either his Bid details or any other details of Bank to any other
party without written permission from the Bank.
K) Change in Business Rules, Terms & Conditions of Reverse Auction:
1) Bank reserves the right to modify / withdraw any of the Business rules, Terms & conditions of Reverse Auction at any point of time.
2) Modifications of Business rules, Terms & conditions of Reverse Auction will be made available on website immediately.
3) Modifications made during the running of Reverse Auction event will be advised to participating Bidders immediately.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 141 of 156
FORMAT 8.30 (a)
TO BE SUBMITTED / FAXED BY SUCCESSFUL BIDDER OF REVERSE AUCTION WITHIN 24 HOURS FROM THE END OF REVERSE AUCTION EVENT
To Bank of India Date:
Sir,
Final / Lowest Bid Price quoted in Reverse held on _______________ in respect of Tender / RFP Ref. No. _______________ Dated ______ For procurement of ______________________________________
We confirm that the final total bid price quoted by us in the captioned Reverse Auction event for captioned tender is as under – Rs. (in figure): ___________________________ Rs. (in words): ___________________________ We confirm that –
1) We enclose herewith the detailed break-up of above price as per Format 8.30 (b) OR We undertake to give detailed break-up of above bid price as per Format 8.30 (b) within 48 hours from the end-of Reverse Auction event. 2) Any variation between the on-line Reverse Auction bid price quoted by us and this document will be considered as sabotaging the tender process and will invite disqualification of Bidder/vender to conduct business with Bank as per prevailing procedure. In such case Bank is free to take appropriate action and / or forfeit the Bid Security amount and / or debar him from participating in future 3) We are bound to supply at the above final bid price of Reverse Auction. 4) We note that in case of back out or not supply as per the above rates quoted by us, Bank will take appropriate action against us and / or forfeit our Bid Security amount and / or debar him from participating in future Signature with company seal: Name of Authorized Representative: Designation: Email: Mobile: Tel. No: Fax No:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 142 of 156
Format 8.30 (b) Read with Format 8.30 (a) and Format 8.3
Format for Bank with enterprise wide, perpetual, non-exclusive, irrevocable license cost including RRBs, subsidiaries, other center’s etc.
After reverse auction, successful Bidder has to submit the break-up of Implementation Cost, ATS and Facility Management separately for Bank. Only the License Cost (item no 1), Customization Cost (item no 3) would be enterprise wide, perpetual, irrevocable, non-exclusive for Bank and should be quoted for price bid for Bank.
Final amount to be mentioned both in numerals and words.
S
l
#
Module / Item Description
One Time Cost
Year 1 AMT
Year 2 AMT
Year 3 AMT
Year 4 AMT
Year 5 AMT
Total AMT
1
.
Enterprise license cost
0.00 X X X X X 0.0
0
2 Implementation cost for Bank
0.00 X X X X X 0.0
0
3 Customization Cost (100 man days)
0.00 X X X X X 0.0
0
4 ATS (Annual Technical Support)
X X 0.0
0
0.0
0
0.0
0
0.0
0
0.0
0
5 Facility Management/ Onsite Support (for Bank) to maintain the SLAs and provide all support as per Format 8.32 and Technical and Functional Specification
X 0.0
0
0.0
0
0.0
0
0.0
0
0.0
0
0.0
0
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 143 of 156
as per Format 8.19
6 Amount in Numerals
7 Amount in words
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 144 of 156
8.31 Bidder’s Information
1. Bidder’s Name:
2. Constitution and year of establishment:
3. Registered Office/Corporate office Address:
4. Mailing Address:
5. Name and designations of the persons
Authorized to make commitments to the Bank:
Telephone, Fax, e-mail:
6. Name & Addresses of Directors/Promoters:
7. Description of business, service profile & client profile:
8. Gross annual turnover of the bidder (Amt. in lac):
(Not of the Group)
Year 2016-17 --
Year 2017-18 --
Year 2018-19 --
9. Out of Sl. No 9, Software Development/Customization/Solution/Support/maintenance
services turnover (Amt. in lac):
(Not of the Group)
Year 2016-17 --
Year 2017-18 --
Year 2018-19 --
10. Positive net worth of the bidder (Amt. in lac) :
(Not of the Group)
Year 2016-17 --
Year 2017-18 --
Year 2018-19 --
DECLARATION:
We hereby declare that the information submitted above is complete in all respects and true to
the best of our knowledge. We understand that in case any discrepancy or inconsistency or
incompleteness is found in the information submitted by us, our application is liable to be
rejected.
Note: Details provided above must be accompanied by sufficient documentary evidence, in
order to verify the correctness of the information.
Place:
Date: SEAL (Authorized Signatory)
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 145 of 156
a. Service Level Document
This Service Level Document is developed to provide Bank with optimal services rendered by
the vendor. However SLA requirement may be defer at the discretion of Bank at the time of
calling commercial as per requirement.
A. Definitions:
a) "Scheduled Maintenance Time" shall mean the time that the System is not in service due to
a scheduled activity as defined in this SLA. Further, scheduled maintenance time is planned
downtime with the prior permission of the Concern Project Manager from the Bank.
b) "Scheduled operation time" means the scheduled operating hours of the System for the
month. All scheduled maintenance time on the system would be deducted from the total
operation time for the month to give the scheduled operation time.
c) "System or Application downtime" means accumulated time during which the System is
totally inoperable within the Scheduled Operation Time but outside the scheduled maintenance
time and measured from the time the Bank and / or its employees log a call with the vendor
team of the failure or the failure is known to the vendor from the availability measurement tools
to the time when the System is returned to proper operation.
d) "Availability" means the time for which the services and facilities are available for conducting
operations on the Bank system including application and associated infrastructure. Availability
is defined as:
{(Scheduled Operation Time - System Downtime) / (Scheduled Operation Time)} * 100%
e) Vendor shall provide "Helpdesk Support" on the basis as defined by the Bank at the time of
calling the quotation which shall include Fault reporting, Trouble Ticketing and related enquiries
during this contract.
f) "Incident" refers to any event / abnormalities in the functioning of the Data Centre Services
that may lead to disruption in normal operations of the Data Centre, System or Application
services.
B. Interpretations:
a) The SLA parameters shall be monitored on a monthly basis as per the individual SLA
parameter requirements. However, if the performance of the system / services is
degraded significantly at any given point in time during the contract and if the immediate
measures are not implemented and issues are not rectified to the complete satisfaction
of the Concern Department of the Bank or an agency designated by them, then the
Bank will have the right to take appropriate disciplinary actions including termination of
the contract.
b) A Service Level violation will occur if the vendor fails to meet Minimum Service Levels,
as measured on a quarterly basis, for a particular Service Level. Overall Availability and
Performance Measurements will be on a monthly basis for the purpose of Service Level
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 146 of 156
reporting. An "Availability and Performance Report" will be provided by the vendor on
monthly basis in the Bank’s suggested format and a review shall be conducted based
on this report. A monthly Availability and Performance Report shall be provided to the
Bank at the end of every month containing the summary of all incidents reported and
associated vendor performance measurement for that period. Where required, some of
the Service Levels will be assessed through audits or reports e.g. utilization reports,
measurements reports, etc., as appropriate to be provided by the vendor on a monthly
basis, in the formats as required by the Bank. The tools to perform the audit will need
to be provided by the vendor. Audits will normally be done on regular basis or as
required by the Bank and will be performed by the Bank or the appointed third party
agencies.
c) The selected vendor must utilize the existing tool of the Bank and develop additional
scripts (if required) for capturing the required data for SLA report generation in
automated way. This tool should generate the SLA Monitoring report in the end of every
month which is to be shared with the Bank on a monthly basis. The tool should also be
capable of generating SLA reports for a year. The Bank will audit the tool and the scripts
on a regular basis.
d) The SLAs will prevail from the start of the Operations and Maintenance Phase.
However, SLAs will be subject to being redefined, to the extent necessitated by
experience and the developments of technology practices globally. The SLAs may be
reviewed on an annual / bi- annual / Quarterly basis as the Bank decides.
e) Dependencies: The dependencies on the performance of services beyond the control
of either party and where default is due to reasons beyond the control of the selected
bidder or due to reasons attributable to Bank or third parties, the selected vendor would
not be penalized. For example, if uptime of a particular application is desired and this is
due to non-availability of power (which is out of scope of work of the selected vendor ),
then the time period during which a service was unavailable due to non-availability of
power would be removed while calculating the uptime.
f) Monitoring & Evaluation: The selected vendor shall provide and make use of following
system for monitoring and evaluation
SNO SLA Monitoring System
1 Down Time of Application software Through tool/application available with Bank / other means in case tool/application is not possible
2 Non-Availability of Manpower Attendance Register at project location
3 Delay in performing software support like upload content / bugs fixing / minor change request
Through a web based / phone line call log available at IT help desk
g) Review Committee and Review Mechanism: The designated review committee /
members, on a quarterly basis, shall review and discuss the services delivery and
performance standard compliance of the selected vendor. The review would be at the
discretion of the Bank would include but not be limited to:
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 147 of 156
h) The vendor is expected to provide the following service levels. In case these service
levels cannot be achieved at service levels defined in the tables below, it shall result in
a breach of contract and invoke the penalty clause. Payments to the vendor are linked
to the compliance with the SLA metrics laid down in the tables below. The penalties will
be computed and calculated as per the computation explained in this Clause. During
the contract period, it is envisaged that there could be changes to the SLA, in terms of
addition, alteration or deletion of certain parameters, based on mutual consent of both
Bank and the selected vendor
i) Penalty for downtime : If the selected vendor fails to deliver the required services due
to reasons attributable to him like non-accessibility of the application, non-availability of
the technical personnel / manpower, etc. the cumulative penalty, as applicable, would
be imposed as mentioned below while processing the payment for respective milestone
j) Following tables outline the key service level requirements for the system, which needs
be ensured by the vendor during the operations and maintenance period. These
requirements shall be strictly imposed and either the Bank or a third party audit /
certification agency shall be deployed for certifying the performance of the vendor
against the target performance metrics as outlined in the tables below.
a. Penalty for Downtime of Application Software
The penalty defined in table below is applicable for application s/w not functional
/ accessible
Item
Time to Resolve after Lodging of Complaint
Penalty
Overall Non-Availability of the Application in a Quarter
a. 0 - 4 Hours No Penalty
b. 4 - 8 Hours 0.25% of the purchase order amount for Support and Maintenance of Application Software payable quarterly.
c. 8 - 12 Hours 0.50% of the purchase order amount for Support and Maintenance of Application Software payable quarterly.
d. 12-48 Hours 5.0% of the purchase order amount for Support and Maintenance of Application Software payable quarterly
e. Beyond 48 hours
A penalty of 15% of the purchase order amount for Support and Maintenance of Application Software payable quarterly
Note: Down-time of 5 consecutive days in a month for consecutive 2 months may be treated as breach of contract. Also, the penalty defined in this section shall be used only when the application is not accessible/ functional/ active but the hardware is functional at the location where development is going.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 148 of 156
b. Service level related to the availability of Application:
Minimum availability of the application shall be > 98% every month. Failing which
a penalty of Rs. 10,000 shall be applicable per month
{(Scheduled Operation Time - System Downtime) / (Scheduled Operation
Time)} * 100 %
System Downtime due to hardware provisioned by Bank’s shall not be taken into
account while calculating the availability
c. Penalty for Non-Availability of deployed Personnel/ Resources/ Manpower
Resource Type Penalty Per Day of Non-Availability (to be deducted from the total quarterly payable amount during the contract Phase)
Project Manager/ Software Developer/ Database Admin (L2 and Above)
Rs. 1,000/- per person day.
Helpdesk Executive (Helpdesk) (L1) Rs. 700/- per day
d. Penalty for non-timely performing software support service like Update Content
Management (Application) / Incident reporting of Bugs fixing/ Minor Change Requests
(Application Software)
Delay (in days) Penalty Per Day (to be deducted from the total quarterly payable amount during the contract Phase)
Up to 1 Day No Penalty
2nd Day Rs. 200/- per day.
3rd Day Rs. 500/- per day
4th Day Rs. 1,000/- per day
5th day or Beyond Rs. 2,000/- per day.
Note: Non-timely Content Management/ Bugs fixing / Change Management for 5 or more days for consecutive 2 months may be treated as breach of contract.
e. The maximum total penalty in each quarter (excluding penalties for non-availability of
manpower / resources / personnel) shall not be more than 20% of the Total Quarterly
payable amount during the contract Phase as defined in the Support & Maintenance (Post
Go-Live) Section of Payment Terms and Schedule in this RFP beyond which the tendering
authority will be free to initiate action as per RFP terms and condition for breach of SLA.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 149 of 156
b. Checklist
Documents comprising the Technical cum Eligibility Bid Envelope, should be submitted duly
indexed and numbered, comprising of the following documents. Please read with Eligibility
Criteria Clause as per Format 5.1.4
Attach the below duly completed checklist with the eligibility cum Technical Bid.
All the documents submitted as part of the RFP must be signed and seal in original.
Only the signature by authorized signatory will be accepted. Documents without original
seal and sign are liable to be rejected.
All the documents mentioned in Table 1 must be submitted duly indexed in seriatim and
in one lot. All other documents must be kept below this lot.
Table 1 –Eligibility cum Technical Bid Envelop Checklist (Read with Format 5.1.4 – Eligibility
Criteria)
Sr. No. Eligibility cum Technical Bid - Document Description Whether
document
submitted
(Yes/ No)
1 Bid Form Technical as per Format 8.1.1
2 Non- Disclosure Agreement as per Format 8.2
3 Empanelment Security Form as per Format 8.4
4 Empanelment Contract Form as per Format 8.5
5 Customer Credential letter as per Format 8.7
6 Authorization Letter Format 8.8
7 Bidder Turnover & Profits as per format 8.9
8 Organization’s Profile as per Format 8.10
9 Service Support Detail as per Format 8.11
10 Bank Guarantee against Annual Maintenance as per Format 8.12
11 Undertaking for Support Services as per Format 8.13
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 150 of 156
12 Compliance Statement as per format 8.14
13 Conformity to Eligibility Criteria as per format 8.15
14 Pre- Contract Integrity Pact as per format 8.16
15 Undertaking of Information Security Compliance as per Format 8.17
16 Know your Employee (KYE) Compliance as per Format 8.18
17 A full description of the Technical Solution and its
compliance which should provide an acceptable
solution as described in Format 8.19 Technical &
Functional Specifications in the form of literature,
drawing and data.
18 Compliance to Technical and Functional Specification as
per Format 8.19.
The bidder has to provide their input as mentioned in
Format 8.19 of the RFP duly completed with responses
“Yes” or “No”
19 Escalation Matrix of all verticals as per Format 8.21
20 Certification For Local Content Format 8.22
21 Software/Solution Integrity Certificate as per Format 8.28
22 Details of Offices as per Format 8.25
23 Facility Management/Onsite Support Facility as per format 8.32
23
A non-refundable Bid Amount of Rs 20,000/- (Twenty
Thousand Only) to be paid by means of a demand draft /
pay order favouring “Bank of India” payable in Mumbai. If
bid downloaded from website, the cost of the bid may be
paid along with the technical cum eligibility bid in a
separate envelope.
24 Bid security for Rs.2,00,000/- (Two Lakhs Only) furnished
as specified in Clause 5.3.8 herein
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 151 of 156
25 A CD containing Soft copy of all signed eligibility cum
Technical Bid documents as above. All documents / files
in a CD should be in searchable mode and non-editable.
Note:
Additionally, the bid document should also contain indexed table of supporting
documentary evidences, along with relevant clause of the bid document under which
the same is being submitted and its description.
While submitting the eligibility cum Technical Bid, literature on the software/ hardware
if any, should be segregated and kept together in one section/lot. The other papers like
Bid Security, forms as mentioned above, etc. should form the main section and should
be submitted in one lot, separate from the section containing literature and annual
accounts.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 152 of 156
c. Format for Submission of Pre-Bid Queries
Format of Pre-Bid Queries to be submitted by the Bidder(s)
Name of the Bidder Company:
Name of the Authorized Person of the Bidder (to whom Bank may contact):
Contact Number of the Authorized Person:
Email id of the Authorized Person:
Sl. No Page no. of
RFP Clause/section
No. RFP
Text/Clause Bidder’s
Query
Response to Query
(to be left blank by
the bidder)
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 153 of 156
8.32 Facility Management/Onsite Support Facility
Location – Bank’s and RRBs Data Centre/Centralized Location
The facility management will be required to provide the services after the commission of the
Solution or upon receipt of email/letter from the Bank.
Bidder to quote the Facility Management/Onsite Support Cost for the number of resources
required end-to-end management of the product both Bank and RRBs including reconciliation.
The services should not be limited to as per Format 8.32 and as per Technical and Functional
Specification Format 8.19.
Bidder to deploy and quote cost of 1 resource for providing support, considering 1 shift.
Deployed resources should have desirable working experience as per solution including but
not limited to maintenance, customization, operational support, reconciliation, reporting etc.
required to meet end-to-end support required by Bank.
Bank will do due diligence of the resource to be deployed to ascertain whether the resources
are fit and proper to man our site.
Professionally qualified personnel who have expertise in the system software supplied by the
vendor will provide these services at the data center or the location advised by the Bank. The
Bank reserves the right to discontinue this service with prior notice.
The cost for the days on which the resource(s) are absent/ unavailable will be deducted from
the payment to be released.
Resource assigned can be changed only with prior intimation and approval by the Bank.
FACILITY MANAGEMNT SERVICES INCLUDES BUT NOT LIMITED TO
Overall end-to-end management of Solution at Bank of India including but not limited to
application and portals maintenance, transaction handling, coordinating proactively with
Bank’s team and working in liaison with other service providers, reconciliation and settlement
of transactions in batches or at end-of-day as per regulatory guidelines for all type of
transactions, dispute management, fraud risk management, customer complaint management,
maintaining bank’s application handle on various play store, database management,
maintaining SLAs, , patch management, reconciliation, reporting, audit support etc.
The facility management team should report on daily basis the status of the activities to the
Bank’s SPOC.
Installation and maintenance of operating system, application, portals, database, etc. for
Solution including taking up of back up as per Bank’s policy.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 154 of 156
Overall monitoring and management of the project during and after installation for the full
period of contract.
Quality service delivery and proactive response.
SLA Maintenance / Management, monthly Uptime reports, quarterly uptime reports.
Implementation and integration with existing and new alternate delivery channels of Bank as
per requirement
Database management and any other activity related to database
Complaints and Audit support.
Submission of periodical reports on the performance of the solution and application.
Generation of daily/ weekly/ monthly reports as per the requirement of the Bank, MIS, Log
analysis,
Handle change requests along with UAT/security and deployment,
The selected bidder should also support the requisite certifications, integration, maintenance,
patching, and compliance, etc. and day to day operations.
Crisis Management and Emergency response Procedures
Reconciliation, Settlement and Clearing on transaction to transaction basis
The scope of FMS is not limited to above only. Bank shall assign any other work based on
the related requirement to the FMS.
Bidder has to ensure the required uptime of 99.99% on quarterly basis. If any additional
/resources are required to maintain the uptime of 99.99%, the bidder has to provide without
any extra cost to the Bank.
Help Desk Services
No extra costs on account of any items or services or by way of any out of pocket expenses,
including travel, boarding and lodging etc. will be payable by the Bank.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 155 of 156
8.33 Acceptance of Reverse Auction Business Rules and Terms
To,
Bank of India Date:
Acceptance of Reverse Auction Business Rules and Terms & conditions in respect of Tender
/ RFP Ref. No. _______________ Dated ______
For procurement of ______________________________________
====================================================
We refer to the captioned subject and confirm that –
1) The undersigned is our authorized representative.
2) We have accepted and abide by all Terms of captioned Tender documents and Business
Rules and Terms & conditions of Reverse Auction for the procurement for which RFP is floated.
3) Bank and Service Provider shall not be liable & responsible in any manner whatsoever for
my / our failure to access & bid in Reverse Auction due to loss of internet connectivity, electricity
failure, virus attack, problems with the PC, any other unforeseen circumstances etc. before or
during the auction event.
4) We understand that in the event we are not able to access the auction site, we may authorize
Service Provider to bid on our behalf by sending a fax containing our offer price before the
auction close time and no claim can be made by us on either Bank or Service Provider
regarding any loss etc. suffered by us due to acting upon our authenticated fax instructions.
5) I / We do understand that Service Provider may bid on behalf of other Bidders as well in
case of above mentioned exigencies.
6) We also confirm that we have a valid digital certificate issued by a valid Certifying Authority.
7) We will participate in Reverse Auction conducted by ____________________________
(name of Service Provider) and agree to enter into an agreement with him (Service Provider)
for making the process of Reverse Auction and its result legally binding on us.
8) We will fax duly signed filled-in prescribed Format 8.3 as provided on case-to-case basis, to
Bank within 24 hours of end of Reverse Auction without fail.
9) We will give break-up of our last / lowest bid price as per Bill of Material at the end of Reverse
Auction event within 48 hours without fail.
10) We undertake to supply at our final lowest bid price of Reverse Auction. In case of back
out or not supply as per the rates quoted by us, Bank is free to take appropriate action against
us and / or forfeit the Bid Security amount, debar us from participating in future tenders.
Request for Proposal (RFP) For Empanelment of Vendor for
Customization/Development/ Maintenance/ Testing /Support
Ref: BOI: HO: IT: AKA: 0273 Page 156 of 156
11) We nominate our official Shri _________________________________ Designation
_____________ of our company to participate in Reverse Auction. We authorize Bank to issue
USER ID & PASSWORD to him. His official e-mail & contact number are as under –
Email: Mobile:
Signature with company seal: Name of Authorized Representative:
Designation:
Email:
Mobile:
Tel. No:
Fax No.: