66
1 Request for Qualifications (RFQ) User Acceptance Testing (UAT) & Performance Testing Audit And IS Audit India Post Payments Bank Limited Date: 11 th Oct, 2017 India Post Payments Bank

Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

1

Request for Qualifications (RFQ) User Acceptance Testing (UAT) &

Performance Testing Audit

And

IS Audit

India Post Payments Bank Limited Date: 11th Oct, 2017

India Post Payments Bank

Page 2: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

2

Invitation to Response

India Post Payments Bank Limited invites sealed tender offers to empanel UAT & Information

Systems (IS) Audit bidders in accordance with the scope set out in the tender document. This

tender may be downloaded by the bidders free of cost from the Central Public Procurement

Portal www.eprocure.gov.in

Procurement Summary Sheet

Name Of the Company India Post Payments Bank Limited

RFQ Reference Number IPPB/UAT/01/2017-18

Date of issue of RFQ Date : 11th Oct 2017 Time : 10.30 AM

Last Date for receipt of clarifications Date : 23rd Oct Time : 11 AM

Pre-response meeting Date : 27th Oct Time : 11 AM

Response to Bidder clarifications 30th Oct

Last Date and Time for response submission Date : 07th Nov Time : 11 AM

Date and time of response opening Date : 08th Nov Time : 11.30 AM

Declaration of Results Date : To be notified Time : To be notified

Primary point of contact for RFQ process

related clarifications

Name: Mr. Yogesh Sharma

Designation: Procurement Manager

Email: [email protected]

Contact Number: 26113119 Ext 112,115,110

Place of opening of response India Post Payments Bank, Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021.

Address for Communication India Post Payments Bank, Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021.

1. Response is invited from UAT and IS Audit service providers who can provide these services to the bank

2. The detailed technology landscape details will be shared with the UAT and IS Audit bidders after signing the NDA.

3. Response received by the Bank after the specified last date and time shall not be eligible for consideration and shall be summarily rejected.

4. The Bank reserves the right to change the schedule mentioned above or elsewhere mentioned in the document, which will be communicated by placing the same as corrigendum on the Central Public Procurement Portal (www.eprocure.gov.in) (hereon referred to as “CPP Portal”)

5. The Bank reserves the right to reject any or all responses without assigning any reason.

6. Responses will be opened in the presence of Bidder’s representatives who choose to attend the opening of the tender on the above-specified date, time and place. At the max 2 representatives per Bidder would be allowed to attend the opening of the response. The representatives of the Bidders should be advised to carry a letter of authority from their respective firms to identify their bonafides for attending the opening of the response

7. Terms and conditions, specifications, and various formats and pro forma for submitting the response are described in this RFQ document.

8. Response must be submitted electronically on the CPP portal as described above

Page 3: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

3

Contents

Disclaimer ............................................................................................................................ 7

1. Introduction .................................................................................................................. 9

2. Objective of RFQ .......................................................................................................... 9

3. RFQ Process Details .................................................................................................... 9

4. Instructions to Bidders for UAT RFQ ......................................................................... 9

4.1. General Instructions ................................................................................................ 9

4.2. Response Preparation and Submission ................................................................ 10

4.3. Signature .............................................................................................................. 11

4.4. Banks right to terminate the process ..................................................................... 11

4.5. Conflict of Interest ................................................................................................. 12

4.6. One Response per Bidder ..................................................................................... 12

4.7. Period of validity of response ................................................................................ 12

4.8. Deadline for Submission of Responses ................................................................. 12

4.9. Late response, Delayed response ......................................................................... 13

4.10. Confidentiality .................................................................................................... 13

4.11. Clarification of Queries ...................................................................................... 13

4.12. Supplementary information/Corrigendum/Amendment to RFQ .......................... 14

4.13. Amendment of the RFQ ..................................................................................... 14

4.14. Modification/Substitution/Withdrawal of Responses ........................................... 14

4.15. Fraudulent, Corrupt, Coercive & Undesirable & Restrictive Practice .................. 14

4.16. Disqualifications ................................................................................................ 15

4.17. Cancellation of RFQ process ............................................................................. 16

4.18. Applicable law and jurisdiction of court .............................................................. 16

5. RFQ for UAT Bidder ................................................................................................... 16

5.1. Broad Scope of Work for UAT ............................................................................... 16

1. Test strategy development for the specific business application: .......................... 16

2. Test governance setup ......................................................................................... 17

3. UAT and Performance testing audit execution ...................................................... 17

4. Development and execution of defect management process ................................ 17

5. Communication and reporting as per the governance plan ................................... 17

6. Training to IPPB staff to execute UAT independently ............................................ 17

5.2. Eligibility Criteria ................................................................................................... 18

5.3. RFQ Response Evaluation Process ...................................................................... 20

1. Scrutiny of Responses .......................................................................................... 20

2. Clarifications ......................................................................................................... 20

Page 4: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

4

3. Declaration of Empanelled Bidders ....................................................................... 20

5.4. Terms & Conditions .............................................................................................. 21

5.5. Annexure .............................................................................................................. 21

1. Cover Letter .......................................................................................................... 21

2. Conformity Letter .................................................................................................. 23

3. Self-Declaration .................................................................................................... 25

4. Power of Attorney for Signing the Response ......................................................... 27

5. Bidder Details ....................................................................................................... 29

6. Query Format ........................................................................................................ 30

7. Declaration on absence of Conflict of Interest ....................................................... 31

6. Instructions to Bidders for IS Audit RFQ ................................................................. 32

6.1. General Instructions .............................................................................................. 32

6.2. Response Preparation and Submission ................................................................ 32

6.3. Signature .............................................................................................................. 34

6.4. Banks right to terminate the process ..................................................................... 34

6.5. Conflict of Interest ................................................................................................. 34

6.6. One Response per Bidder ..................................................................................... 34

6.7. Period of validity of response ................................................................................ 35

6.8. Deadline for Submission of Responses ................................................................. 35

6.9. Late response, Delayed response ......................................................................... 35

6.10. Confidentiality .................................................................................................... 35

6.11. Clarification of Queries ...................................................................................... 35

6.12. Supplementary information/Corrigendum/Amendment to RFQ .......................... 36

6.13. Amendment of the RFQ ..................................................................................... 36

6.14. Modification/Substitution/Withdrawal of Responses ........................................... 36

6.15. Fraudulent, Corrupt, Coercive & Undesirable & Restrictive Practice .................. 37

6.16. Disqualifications ................................................................................................ 37

6.17. Cancellation of RFQ process ............................................................................. 38

6.18. Applicable law and jurisdiction of court .............................................................. 38

7. RFQ for IS Audit Bidder ............................................................................................. 38

7.1. Broad Scope of Work ............................................................................................ 39

1. Locations/office to be covered .............................................................................. 39

2. Areas to be covered .............................................................................................. 40

3. Reporting Requirement ......................................................................................... 42

4. Schedule and frequency of audit activities ............................................................ 42

7.2. Eligibility Criteria ................................................................................................... 43

7.3. RFQ Response Evaluation Process ...................................................................... 45

Page 5: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

5

1. Scrutiny of Responses .......................................................................................... 45

2. Clarifications ......................................................................................................... 45

3. Declaration of Empanelled Bidders ....................................................................... 45

7.4. Terms & Conditions .............................................................................................. 46

7.5. Annexure .............................................................................................................. 47

1. Cover Letter .......................................................................................................... 47

2. Conformity Letter .................................................................................................. 49

3. Self-Declaration .................................................................................................... 52

4. Power of Attorney for Signing the Response ......................................................... 54

5. Bidder Details ....................................................................................................... 56

6. Query Format ........................................................................................................ 57

7. Declaration on absence of Conflict of Interest ....................................................... 58

8. Detailed Activities.................................................................................................. 59

8. Empanelment Period ................................................................................................. 66

9. List of Abbreviations ................................................................................................. 66

Page 6: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

6

Common terms of reference/definition

Across the document the term

1. “Bank”, “IPPB” refers to India Post Payments Bank

2. “UAT” refers to user acceptance testing, regression testing & Performance testing audit

3. “Bidder” refers to the potential applicants who have downloaded the RFQ from CPP

Portal and intimated the bank with details of their contact person and contact email id

4. “Vendor” refers to bidders who are empaneled by the Bank to provide UAT &

Performance testing audit and/or IS Audit services

5. “Response”, “Proposal”, ”Bid”, “Application”, “Tender” & “Offer” refers to the documents

submitted by the intending Bidder in response to this RFQ

6. System Integrator (SI) is the Technology Bidder/s who is/are responsible for setting up

the technology landscape of IPPB

7. “Partner” means a service provider directly supporting the System Integrator in

implementing the proposed Switch solution. “Partner” also means a CBS OEM

partnering with the System Integrator for the joint implementation of the CBS. Bidder

cannot propose any entity other than CBS OEM for partnering in the CBS

implementation.

8. “Associate” means person who controls, is controlled by, or is under the common

control with the entity. As used in this definition, the expression “control” means, with

respect to a person which is a company or corporation, the ownership, directly or

indirectly, of more than 50% (fifty per cent) of the voting shares of such person, and

with respect to a person which is not a company or corporation, the power to direct the

management and policies of such person by operation of law

Page 7: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

7

India Post Payments Bank

Request for Qualifications (RFQ)

Disclaimer

This document has been prepared by the Bank, based on the information available with itself,

and other publicly available documents that the Bank believes to be reliable. The sole objective

of this document (the “Request for Qualification” or the “RFQ”) is not an offer or agreement

and is only an invitation by Bank to the interested parties for submission of their responses to

RFQ. While this document has been prepared in good faith, no representation or warranty,

express or implied, is or will be made, and no responsibility or liability will be accepted by the

Bank or any of their employees, advisors or agents as to or in relation to the accuracy or

completeness of this document and any liability thereof is hereby expressly disclaimed.

Interested Bidder may carry out their own study / analysis / investigation as required before

submitting their responses.

Information provided in this RFQ to the Bidders is on a wide range of matters, some of which

depends upon interpretation of law. The information in this document is not an exhaustive

account of statutory requirements, and should not be regarded as a complete or authoritative

statement of law. The authority accepts no responsibility for the accuracy or otherwise for any

interpretation or opinion on the law expressed herein.

The Bank, its employees, advisors and agents make no representation or warranty and shall

have no liability to any person, including any Bidder under any law, statute, rules or regulations

or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost

or expense which may arise from or be incurred or suffered on account of anything contained

in this RFQ or otherwise, including the accuracy, adequacy, correctness, completeness

and any assessment, assumption, statement or information contained therein or deemed to

form part of this RFQ or arising in any way for participation in this Stage.

The Bank also accepts no liability of any nature whether resulting from negligence or otherwise

howsoever caused arising from reliance of any Bidder upon the statements contained in this

RFQ. The Bank may in its absolute discretion, but without being under any obligation to do so,

update, amend or supplement the information, assessment or assumptions contained in this

RFQ.

This document does not constitute an offer or invitation, or solicitation of an offer, nor does

this document or anything contained herein, shall form a basis of any binding contract or

commitment whatsoever on the Bank.

The activities listed that are to be performed by the Bank, are indicative only. Bank has the

right to continue with these activities, modify the sequence of activities, add new activities or

remove some of the activities, as dictated by the best interests of Bank.

The issue of this RFQ does not imply that Bank is bound to select a Bidder. The Bank reserves

the right to reject all or any of the responses to the RFQ without assigning any reasons

whatsoever.

The Bidder shall bear all its costs associated with or relating to the preparation and submission

of its responses to the RFQ including but not limited to preparation, copying, postage, delivery

fees, expenses associated with any demonstrations or presentations which may be required

by Bank or any other costs incurred in connection with or relating to its responses to the RFQ.

All such costs and expenses will remain with the Bidder and Bank shall not be liable in any

Page 8: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

8

manner whatsoever for the same or for any other costs or other expenses incurred by the

Bidder in preparation or submission of the responses to the RFQ , regardless of the conduct

or outcome of the selection process.

Page 9: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

9

1. Introduction

India Post Payments Bank Limited (“IPPB”) is a company incorporated and registered under

Companies Act, 2013 and a payments banking company registered under section 22 (1) of

the Banking Regulation Act, 1949 duly licensed by RBI. IPPB is engaged in conducting

banking and payments business providing services to retail and corporate customers. IPPB

has its Registered Office at Speed Post Center, Bhai Veer Singh Marge, New Delhi – 110 001

and the corporate office at Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110

021. IPPB is currently operating its business through its branches at Raipur and Ranchi. Over

a period of time, the bank intends to establish its presence on a pan-India basis by 1.55 lakh

access points.

2. Objective of RFQ The bank is looking to empanel bidders to provide UAT & Performance testing audit and IS

Audit services. Through this RFQ, IPPB intends to shortlist and empanel eligible bidders with

whom detailed scope of work will be shared later for various UAT & Performance testing audit

and IS Audit requirements of IPPB. The process of awarding the projects will be shared only

with the empaneled bidders.

3. RFQ Process Details

This section highlights the high level process for bidders to respond to this document.

1. The bidders need to respond separately to the two RFQs as detailed in the respective sections.

2. Section 4 “Instructions to Bidders for UAT RFQ” and Section 5 RFQ for UAT provides instructions to bidders and scope of work for UAT & Performance testing audit

3. Section 6 “Instructions to Bidders for IS Audit RFQ” and Section 7 RFQ for IS Audit provides instructions to bidders and scope of work for IS Audit

4. Bidders can either respond to any one or both the RFQ’s.

5. Instructions to bidders, broad scope of work and bidder eligibility criteria are noted in subsequent sections.

4. Instructions to Bidders for UAT RFQ

4.1. General Instructions

1. The bidder shall download the RFQ from CPP Portal and intimate the bank with contact

person and contact email id hereafter called registered bidder

2. Bidder shall attend pre-response meeting and send queries (if any) on the RFQ

3. Answers to queries, clarifications and changes in the RFQ document (if any), shall be

communicated through CPP Portal

4. Bidder shall submit response completed in all respects by the due date and time given in

this document

5. Bank will make all the earnest efforts to adhere to the timelines. The dates mentioned

are tentative and may be altered by the Bank

Page 10: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

10

4.2. Response Preparation and Submission

1. The bank will not accept delivery of response in any manner other than that specified in this document. Response delivered in other manner shall be treated as defective, invalid and rejected.

2. The response shall contain no interlineations or overwriting, except as necessary to correct errors made by the Bidder themselves. The person who signed the response must initial such corrections. Submission letters for the RFQ response should respectively be as per the format prescribed in this document.

3. The authorized signatories of the Bidder should initial on all pages of the response (both hard & soft copy) including annexures and documentary proofs. The authorization shall be in the form of a written Power of Attorney (refer Annexure 4: Power of Attorney) accompanying the response or in any other form to the satisfaction of the Bank demonstrating that the signatory has been dully authorized to sign.

4. This RFQ has been published on Central Public Procurement Portal (www.eprocure.gov.in). The bidders are required to submit soft copies of their response electronically on the CPP Portal using valid Digital Signature Certificates. More information useful for submitting online responses on the CPP Portal may be obtained at https://eprocure.gov.in/eprocure/app.

5. Bidders are required to enroll on the e-procurement module of the CPP Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online Bidder Enrolment”. Enrolment on the CPP Portal is free of charge.

6. As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.

7. Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.

8. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India, with their profile. Only one valid DSC should be registered by a Bidder. Please note that the bidders are responsible to ensure that they do not lend their DSCs to others which may lead to misuse.

9. Bidders will then log in to the site through the secured log-in by entering their user ID/password and the password of the DSC/e-Token

10. The Bidder shall submit their responses in the standard formats prescribed in this RFQ at www.eprocure.gov.in. The bidders should upload the scanned copies of all relevant certificates, documents etc. on www.eprocure.gov.in in support of their response. The Bidder should sign on all statements, documents etc. uploaded by them owning responsibility for their authenticity. Responses must be submitted online by the last date and time indicated in the “Invitation to Response”.

11. All the pages of the response should be sequentially numbered and must contain the list of contents with page numbers. Any deficiency in the documentation may result in the rejection of the response

12. There should be a Table of Contents in the soft copy response

13. The response prepared by the bidder should be prepared in English language in PDF format.

Page 11: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

11

14. Submission will be valid only if copies of the response documents are submitted as per the defined clauses in the document and before the mentioned submission closing date and time.

15. Only one submission of response by each Bidder will be permitted.

16. RFQ response should contain at least the below mentioned details/documents:

I. Company profile

II. High level approach and methodology for UAT and Performance testing audit

III. Annexure 1 - Cover Letter

IV. Annexure 2 - Conformity Letter

V. Annexure 3 - Self-Declaration

VI. Annexure 4 - Power of Attorney for signing the Response

VII. Annexure 5 – Bidder Details

VIII. Annexure 7 – Declaration on absence of Conflict of Interest

IX. Certificate from the Bidder’s Statutory Auditor or Chartered Accountant confirming the

Bidder is in the business of UAT and Performance testing audit for at least three years

as on 31st March 2017 in India.

X. A copy of the PAN card of the Bidder

XI. A copy of GST registration of the Bidder

XII. Certificate of incorporation of the Bidder

XIII. Copies of audited financial statement (the profit and loss statement or the balance

sheet showing the annual turnover) for (FY 2014-15, 2015-16, 2016 -17)

XIV. A list of the Board of Directors of the Bidder as of the date of submission of the

response. This list must be certified by the company secretary of the Bidder

XV. Copy of purchase order or a letter from the Bank signed by the competent authority on

the letter head.

Hard Copy

I. Annexure 4 – Power of Attorney for signing the Response

4.3. Signature

• The covering letters must be signed with the bidders name and by an Authorized Signatory of the Bidder, who is authorized to commit the Bidder to contractual obligations. All obligations committed by such signatories are liable to be fulfilled by the Bidder who would be empaneled as per the terms of the RFQ.

• All the commitments, obligations, responses (all the pages) against this RFQ must be signed by the signatory of the Bidder

4.4. Banks right to terminate the process

• Bank makes no commitments, explicit or implicit, that this process will result in a business transaction with anyone

Page 12: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

12

• This RFQ does not constitute an offer by Bank. The Bidders’ participation in this process may result in Bank empanelling the Bidders to engage in further discussions and selection. The commencement of such discussions does not, however, signify a commitment by Bank to execute a contract

• The Bank, at any point, may terminate this RFQ process, at its sole discretion, without any obligation to provide any information on the grounds for such termination to the Bidder.

4.5. Conflict of Interest

• Bidder shall furnish an affirmative statement Annexure 7: Declaration on absence of Conflict of interest to the existence of, or absence of, or potential for conflict of interest on the part of the Bidder or any prospective Partner due to prior, current, or proposed contracts, engagements, or affiliations with any entity which may be perceived as a conflict of interest for the Bidder to provide products/ services to the Bank. Such entities may include, but are not limited to, competitors of the Bank such as other payments banks. Additionally, such disclosure shall address any and all potential elements (time frame for service delivery, resource, financial or other) that would adversely impact the ability of the Bidder to complete the requirements as given in the RFQ

4.6. One Response per Bidder

• No Bidder shall submit more than one response against this RFQ

• The Bidder cannot be a partner with any other Bidder

4.7. Period of validity of response

• Responses submitted for the RFQ shall remain valid for 180 days from the last date

(deadline) for submission of response. A response with lesser validity period will be

treated as non-responsive

• In exceptional circumstances, the Bank may solicit the bidders’ consent for extension

of the period of validity. The request and the responses thereto shall be made in

writing

4.8. Deadline for Submission of Responses

• Response complete in all respects should be shared as described in Response Preparation and Submission not later than the date and time mentioned in Invitation of Response section. In the event of the specified date for the submission of response being declared a holiday the response will be received up to the appointed time on the next working day

• In case Bank extends the deadline for submission of responses due to any reason, all rights and obligations of Bank and Bidders that were subject to the previous deadline will thereafter be subject to the extended deadline

Page 13: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

13

4.9. Late response, Delayed response Late responses (i.e. responses received after the specified time of opening), Delayed response (i.e. response received before the time of opening but after the due date and time for receipt of response) shall not be considered by Bank.

4.10. Confidentiality The information given in this document is confidential and is for use by the Bidder to whom

it has been issued. Each party, i.e. the Bank and the Bidder, shall treat the other party’s

information as confidential and will take necessary steps to prevent the disclosure of the

other’s confidential information to third parties. Both the parties will keep the contents of

the response confidential.

4.11. Clarification of Queries

• Bidder requiring any clarification on this RFQ may notify the bank in writing by e-mail

at the email address & by the date provided in the Invitation to Response section of

this document. Bidder shall send the queries only in the prescribed format specified in

Annexure 6 - Query Format mentioned in the document.

• No requests for clarification will be accepted via telephone. Bank shall respond over

email or in writing and post online any request for clarification of the RFQ document

that it receives until the date mentioned in section Invitation to Response of this

document. Any questions submitted post the last date to receipt the queries shall not

be considered by bank. In no event will bank be responsible for ensuring that Bidder’s

inquiries have been received by bank.

• It is to be noted that the Bank will respond to the clarification requests of only registered

bidders

• Bank may conduct a pre-response meeting to clarify any queries that the bidders might

have regarding the RFQ as per the date and time mentioned in ‘Invitation to Response’

section. The venue of the pre-response meeting will be intimated to all registered

bidders through e-mail.

• Each Bidder should not depute more than 2 representatives for the pre-response

meeting. Bidder representatives should carry their company identification card on the

pre-response conference day. Thereafter, email / written copies of Bank response shall

be sent to all primary contacts of the registered Bidders.

• If a Bidder discovers any significant ambiguity, error, conflict, discrepancy, omission,

or other deficiency in this RFQ, the Bidder should immediately notify Bank of such error

and request modification or clarification of the RFQ document, which modification

/clarification shall be at the sole discretion of Bank

• Bank will not be responsible for any queries which any of the Bidders claim to have

sent and which did not reach the designated email ids of Bank.

• Bank is not responsible to make any representation to the completeness or accuracy

of the responses, nor does it undertake to answer all the queries that have been posed

by the Bidders.

Page 14: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

14

• While addressing pre-response queries please mention the name of RFQ along with

the name of organisation in the format “Pre-response Query_RFQ_<Organisation

name>”

4.12. Supplementary information/Corrigendum/Amendment to RFQ If the Bank deems it appropriate to revise any part of this RFQ or to issue additional data to clarify an interpretation of the provisions of this RFQ, it may issue supplements to this RFQ. Such supplemental information will be communicated to the primary contacts (as mentioned in the Introduction Section) of all the Bidders registered with the Bank by e-mail or other suitable method as determined by the Bank. Any such supplement shall be deemed to be an integral part of this RFQ.

4.13. Amendment of the RFQ

• At any time prior to the last date of submission of response, Bank may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the RFQ document by an amendment.

• The primary contacts as mentioned in (Tender document for UAT & Performance testing audit and IS Audit for India Post Payments Bank Limited) of all the Bidders registered with the Bank will be notified of the amendment in writing or by fax or by email or by publishing on the CPP Portal and such amendment will be binding on all the Bidders.

• In order to provide the Bidders, reasonable time in which to take the amendment into account in preparing their response, Bank may at its sole discretion extend the last date of submission of response.

4.14. Modification/Substitution/Withdrawal of Responses

The Bidder may modify, substitute or withdraw its responses at any time before its

acceptance, provided that written notice of the modification, substitution or withdrawal is

received by the Bank prior to the response due date. No response shall be modified,

substituted or withdrawn by the bidder on or after the response due date.

Any alteration/ modification in the response or additional information supplied subsequent to

the response due date, unless the same has been expressly sought for by the Bank, shall be

disregarded.

4.15. Fraudulent, Corrupt, Coercive & Undesirable & Restrictive Practice

Bank will reject a response for empanelment if it determines that the Bidder recommended for

empanelment has engaged in corrupt, fraudulent or coercive practices in competing for, or in

executing, the project(s)

“Fraudulent practice any omission or misrepresentation that may mislead or attempt to

mislead so that financial or other benefits may be obtained or an obligation avoided. This

includes making false declaration or providing false information for participation in the RFQ

process

Page 15: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

15

“Corrupt Practice” making offers, solicitation or acceptance of bribe, rewards or gifts or any

material benefit, in exchange for an unfair advantage in the procurement process or to

otherwise influence the procurement process

“Coercive Practice” means harming or threatening to harm, directly or indirectly, persons or

their property to influence their participation in a procurement process, or affect the execution

of a contract

“Undesirable practice” means

a) establishing contact with any person connected with or employed or engaged by the

Bank with the objective of canvassing, lobbying or in any manner influencing or

attempting to influence the Empanelment Process; or

b) Having a Conflict of Interest;

“Restrictive practice” means forming a cartel or arriving at any understanding or arrangement

among bidders with the objective of restricting or manipulating a full and fair competition in the

empanelment process.

4.16. Disqualifications

Apart from the reason of non-compliance with the minimum eligibility criteria conditions

mentioned in section 5.2, the Bank, may at its own sole discretion, at any time during the RFQ

process, disqualify any Bidder from the RFQ process, if:

1. The response to the RFQ was submitted after the deadline.

2. Bidder has made / attempted to make misleading or false representations in the forms,

statements and attachments submitted in proof of the eligibility requirements.

3. If it does not comply with the requirements and scope of this RFQ

4. If a response does not follow the format requested in this RFQ.

5. Response is not accompanied by required documentation.

6. Bidder fails to provide information or documentary evidence or clarifications related

thereto, when sought.

7. The Bank gets to know that the Bidder has withheld or suppressed the information which

would have entitled the Bank to reject or disqualify the Bidder even though the Bidder has

been qualified. The Bank reserves the right to reject the Bidder at any time whenever such

information comes to notice.

8. Bidder is found to canvass, influence or attempt to influence in any manner the qualification

or selection process, including without limitation, by offering bribes or other illegal

gratification.

Since the above set of instances are only illustrative, the Bank at its sole discretion reserves

the right to disqualify any of the bidders for any of the reasons set above or any other without

sharing the details with the Bidder.

Page 16: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

16

4.17. Cancellation of RFQ process

Bank reserves the right to accept or reject any response and to cancel the RFQ process and

reject all responses, at any time prior to the empanelment, without thereby incurring any

liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder/s for

the reasons of the Bank’s action. Bank reserves the right to float fresh RFQ and/ or any

procurement approach as deemed fit.

4.18. Applicable law and jurisdiction of court

Any dispute with the Bidder shall be governed in accordance with the Laws of India for the

time being in force and will be subject to the exclusive jurisdiction of Courts at Delhi (with the

exclusion of all other Courts).

5. RFQ for UAT Bidder

IPPB is looking to avail the services of a UAT service providers to provide professional

services to execute UAT functions of all the specified business applications of the payments

bank. Through this RFQ, IPPB intends to shortlist and empanel eligible vendors for UAT as

per the criteria defined in the following sections.

5.1. Broad Scope of Work for UAT

The broad level scope of work will include – UAT of the specific business application which

includes setting-up, training and execution of various UAT/Regression/Performance testing

audit cases and documenting its outcome and recommendations for improvement. The key

activities will include but not be limited to the details present in the following sections.

IPPB reserves the rights to change the scope of work considering the size and variety of

requirements and the changing business & security conditions/environment. The selected

Bidder should bring all required application software testing tools including the frameworks

and testing work stations, which will be used for the purposes of UAT.

1. Test strategy development for the specific business application:

Vendor is expected to create separate test strategy document for UAT. Each test strategy

document will contain at least the below mentioned points. This list is indicative and vendor

can enhance it further based upon the experience and strategy proposed for the bank.

a) Discussion with bank to finalize in-scope and out of scope components

b) Define methodology and approach for UAT

c) Define roles and responsibilities of the UAT vendor.

d) Define risk, dependencies, assumptions and constraints

e) Define test plan and traceability matrix

f) Define test scenario/cases pass and fail criteria

g) Define test approach readiness, entry & exit, suspension and resumption criteria

h) Define and develop test scenario and cases

i) Define number of iterations of test cycle

Page 17: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

17

j) Design load test models for Performance testing audit

k) Define expectations from the Bank to establish test environment

l) Define SLAs, escalation matrix, reporting frequency and mechanism

2. Test governance setup

a) Regular involvement in the discussions scheduled by the bank to check the status of

UAT and Performance testing audit

b) Adherence to the timelines agreed between Bank and UAT vendor

3. UAT and Performance testing audit execution

a) Definition and execution of UAT test scenarios/cases for each business application

and its interfaces and record the outcomes (along with screen shots) with required

recommendations.

b) Perform regression testing of the applications/requirements under test to ensure

existing functionality is not broken

c) Perform audit of performance tests that include baseline, load, volume, stress,

endurance and network testing on core banking application and other business

application with a focus on identifying hardware / software / database /

application/network related bottlenecks

4. Development and execution of defect management process

The coordination protocol will be defined between the on boarded SI and UAT vendor by the

bank. It would be a joint responsibility of SI and UAT vendor to ensure timely completion of

User Acceptance Testing as per the scope of work defined. SLAs and penalties will be defined

post discussion with SI and UAT vendor by the bank.

a) Bidder should develop & execute an industry wide accepted defect management

process for an efficient and successful execution of the UAT

b) Document & report the gaps, errors and defects observed during testing. Maintain a

track of errors, defects and change request(s) and their resolution. Explain the defects,

errors and gaps to the bank and on boarded System Integrator.

c) Process to track the defect till the closure. Ensure re-testing of the gaps, errors and

defects after rectification.

5. Communication and reporting as per the governance plan

a) Vendor should schedule periodic meetings with the bank and submit periodic/ad-

hoc reports suitable for all iterations of UAT and Performance testing audit to the

bank for tracking the progress and evaluation of the project

6. Training to IPPB staff to execute UAT independently

Page 18: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

18

a) Vendor should provide training to IPPB team members on using testing

workstations and other testing tools.

b) Vendor should also provide training to IPPB staff on creation and execution of test

cases/scenarios

5.2. Eligibility Criteria

To become eligible to respond to this section of RFQ, Bidder should-

• Fulfil at its minimum all the below mentioned criteria in Table 1

• Achieve a total score of 7 or above based on criteria mentioned in Table 2

• Score 1 or above in each of the criteria mentioned in Table 2.

Table 1: Minimum Eligibility Criteria

# Eligibility Criteria Documents to be submitted

1 Bidder should have minimum turnover

of INR 2 CR in each of the financial

years (FY 2014-15, 2015-16, 2016 -

17). The same must be clearly

indicated in the Profit – Loss

account/Balance Sheet1.

1. Certificate of incorporation of the

Bidder

2. Copies of audited financial

statement (the profit and loss

statement or the balance sheet

showing the annual turnover) for

(FY 2014-15, 2015-16, 2016 -17)

2 Bidder should not have been black

listed by the Central or any of the State

Governments in India or any public

sector Institution in India.

1. Self-declaration from the Bidder

3 Bidder should not be the Systems

Integrator for IPPB, nor should it be an

Associate or Partner of the Systems

Integrator.

1. Self-declaration from the Bidder

4 The Board of Directors of the Bidder

should not have anyone who has been

debarred by the RBI for any reason.

1. Self-declaration from the Bidder

2. Submit a list of the Board of

Directors of the Bidder as of the

date of submission of the response.

This list must be certified by the

company secretary of the Bidder

(signed and sealed).

1 For conversion of other currencies into Indian Rupees, the same shall be converted as on the date 60 (sixty)

days prior to the last date of submission of the response. The conversion rate of such currencies shall be the

daily representative exchange rates published by the International Monetary Fund for the relevant date

Page 19: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

19

Table 2: Eligibility and Scoring Criteria -

# Eligibility Criteria Documents to be

submitted Score

1 Bidder should have

successfully

executed/completed the user

acceptance testing (UAT) of the

core banking system along with

other banking applications for at

least one Indian scheduled

commercial bank with at-least

1000 branches

The provided reference should

be operational (i.e. live in

production environment) at the

date of submission of the

response to this RFQ

1.Self-declaration

from the Bidder

2.Copy of purchase

order or a letter

from the Bank

signed by the

competent authority

on the letter head

No of scheduled commercial banks

Score

>= 1 and < 3

1

>= 3 and < 5

2

>= 5 2.5

2 Bidder should have

successfully executed/

completed the Performance

testing audit of CBS and other

banking applications of at least

one scheduled commercial

bank with at least 1000

branches over the last three

years i.e. the current financial

year and the last three financial

years

The provided reference should be operational (i.e. live in production environment) at the date of submission of the response to this RFQ

1. Self-declaration

from the Bidder

2. Copy of purchase

order or a letter

from the Bank

signed by the

competent authority

on the letter head.

No of Branches

Score

>= 1000 and < 1500

1

>= 1500 and < 2000

2

>= 2000 2.5

3 Bidder must have a dedicated

testing team (permanent

employees on the Bidder’s

payroll or contractors) of a

minimum of 100 personnel

across India.

Self-declaration from the Bidder

No of Employees

Score

>= 100 and < 200

1

>= 200 and < 400

2

>= 400 2.5

Page 20: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

20

# Eligibility Criteria Documents to be

submitted Score

4 Bidder must be in business of UAT and Performance testing audit for at least 3 years in India. The Bidder must be a dedicated software-testing firm or a firm having a dedicated business line /practice for testing that includes UAT and Performance testing audit.

1. Certificate from

the Bidder’s

Statutory Auditor

or Chartered

Accountant

confirming the

Bidder is in the

business of UAT

and Performance

testing audit for

at least three

years as on 31st

March 2017 in

India

2. A copy of the

PAN card

3. A copy of GST

registration

number

Years active as of 31-3-2017

Score

>=3 and < 4

1

>= 4 and < 5

2

>= 5 2.5

5.3. RFQ Response Evaluation Process

1. Scrutiny of Responses

The Bank will scrutinize the responses received to determine whether they are complete and

per the RFQ requirement, and also whether evidentiary documentation as asked for and is

required to evaluate the responses has been submitted, whether the documents have been

properly signed and information is provided as per the requirements etc.

The Bank may, at its discretion, waive any minor non-conformities or any minor irregularity in

the response. This shall be binding on all bidders and the Bank reserves the right for such

waivers.

2. Clarifications

1. Bank may seek clarifications from the Bidders on the content of their responses.

2. All correspondence for the clarifications will be sent to the authorized signatory of the

Bidder.

3. The Bidders are expected to provide the clarifications within the time frame to be specified

by the Bank

4. If the Bidders fail to provide any clarifications against such requests, Bank will make

appropriate assumptions on those points and proceed with the evaluation

3. Declaration of Empanelled Bidders

Post evaluating the responses, Bank will publish the list of bidders on CPP Portal, who fulfils

the minimum set of requirements mentioned in this RFQ. These bidders will be empaneled by

the Bank for UAT execution and performance testing audit.

Page 21: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

21

5.4. Terms & Conditions The terms and conditions will be shared along with the detailed scope with the empanelled

vendors

5.5. Annexure

1. Cover Letter

(To be submitted on company letterhead)

Date:

To,

Manager Procurement

India Post Payments Bank

Malcha Marg Post Office Building

Chanakya Puri, New Delhi - 110021

Dear Sir,

1.Having examined the scope documents including all Annexures, the receipt of which is

hereby duly acknowledged, we, the undersigned offer to supply, deliver, install and maintain

all the items mentioned in the ‘Request for Quotation’ and the other schedules of requirements

and services for your bank in conformity with the said scope documents.

2.If our response is accepted, we undertake to abide by all terms and conditions of this Scope

and also to comply with the delivery schedule as mentioned in the scope document.

3.We agree to abide by this scope offer for 180 days from date of response opening and our

response shall remain binding on us and may be accepted by the bank any time before expiry

of the offer.

4.This response, together with your written acceptance thereof and your notification of award,

shall constitute a binding Contract between us.

5.We undertake that in competing for and if the award is made to us, in executing the subject

Contract, we will strictly observe the laws against fraud and corruption in force in India namely

‘Prevention of Corruption Act, 1988’.

6.We certify that we have provided all the information requested by the bank in the format

requested for. We also understand that the bank has the exclusive right to reject this offer in

case the bank is of the opinion that the required information is not provided or is provided in a

different format.

Page 22: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

22

Date:

Time:

Seal:

Authorized Signatory

(Name: Designation Contact Person, Business address Phone No., Fax, E-mail)

Page 23: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

23

2. Conformity Letter

(To be submitted on company letterhead) <Location, Date>

To,

Manager Procurement,

India Post Payments Bank

Malcha Marg Post Office Building,

Chanakya Puri, New Delhi - 110021

Sir,

Subject: - Response to RFQ for empanelment of UAT Bidder

Dear Sir/Madam,

Further to our response dated DD.MM.YYYY, to the RFQ document (hereafter referred to as

“RFQ DOCUMENT”) issued by India Post Payments Bank (“Bank”) we hereby warrant and

confirm that:

1. We confirm that the information contained in this response or any part thereof,

including its exhibits, and other documents and instruments delivered or to be delivered

to the bank is true, accurate, verifiable and complete. This response includes all

information necessary to ensure that the statements therein do not in whole or in part

mislead the department in its short-listing process.

2. We have the technical, financial and management capabilities to support the

requirements, and have a successful performance history.

3. We fully understand and agree to comply that on verification, if any of the information

provided here is found to be misleading the short listing process, we are liable to be

dismissed from the selection process or termination of the contract during the project,

if selected to do so.

4. We agree that you are not bound to accept any tender response you receive. We also

agree that you reserve the right in absolute sense to reject all or any of the products /

services specified in the tender response.

5. We hereby declare that our response is made in good faith, without collusion or fraud

and the information contained in the response is true and correct to the best of our

knowledge and belief. We understand that our response is binding on us and that you

are not bound to accept a response you receive. We declare that our offers of

products, licenses and services are duly and properly authorized and that we will only

use products, items, or IP which is either our own or we have been authorized to sell

Page 24: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

24

or transfer. We further declare that that the proposed systems have their origin in

eligible countries.

6. We do hereby undertake that to the best of our knowledge there is absence of actual

or potential conflict of interest on our part or any prospective Partner due to prior,

current, or proposed contracts, engagements, or affiliations with the Bank.

7. We also confirm that to the best of our knowledge there are no potential elements (time

frame for service delivery, resource, financial or other) that would adversely impact the

ability of the Bidder to complete requirements given in the RFQ.

8. We undertake and agree to indemnify and hold Bank harmless against all claims,

losses, damages, costs, expenses, proceeding fees of legal advisors (on a

reimbursement basis) and fees of other professionals incurred (in case of legal fees

and fees of professionals, reasonably) by Bank and/or its representatives, if any such

conflict arises later.

9. It is hereby confirmed that we are entitled to act on behalf of our company / corporation

/ firm / organization and empowered to sign this document as well as such other

documents, which may be required in this connection.

10. We hereby agree to comply with all the terms and conditions / stipulations as contained

in the RFQ document and the related addendum and other documents including the

changes made to the original RFQ documents issued by the bank.

11. The Bank is not bound by any other extraneous matters or deviations, even if

mentioned by us elsewhere either in our response 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.

Yours faithfully

Authorized Signatory

Designation

Bidder’s corporate name

Page 25: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

25

3. Self-Declaration

(To be submitted on company’s letterhead)

Date:

Place:

To,

Manager Procurement

India Post Payments Bank

Malcha Marg Post Office Building,

Chanakya Puri, New Delhi – 110021 Ref: RFQ Notification no<xxxx>dated<dd/mm/yy>

Dear Sir,

I on behalf of _______________________ (Bidder’s name) declare the following:

1. We are in the business of conducting UAT and Performance testing audit in

India

2. We have not been barred from providing the Services nor are we in negative

list/blacklisted in any manner whatsoever by any of the State/UT and/or central

government in India between 01-Jan-2013 till 31-Mar-2017 on any ground

including but not limited to indulgence in corrupt practice, fraudulent practice,

coercive practice, undesirable practice or restrictive practice

3. We declare that we have a dedicated testing team (permanent employees or

contractors on the our payroll) of a minimum of 100 personnel across India to

handle the scope of work mentioned in this RFQ

4. The systems/services offered to India Post Payments Bank Limited are

compliant and do not violate any Intellectual Property Rights.

5. We have performed (UAT) of the core banking system and other business

applications of at least one Indian scheduled commercial bank <Client Name>

with at least 1000 branches. The reference provided is currently operational is

production environment.

6. We have performed Performance testing audit of the core banking system

along with other business applications of at least one Indian scheduled

commercial bank <Client Name> with at least 1000 branches. The reference

provided is currently operational is production environment.

7. We are not the Systems Integrator for IPPB, nor an associate or partner of the

Systems Integrator.

8. None of our Board of Directors have has been debarred by the RBI

Page 26: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

26

Place:

Date:

Bidder’s Company Seal:

Authorized Signatory’s Signature:

Authorized Signatory’s Name and Designation:

Page 27: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

27

4. Power of Attorney for Signing the Response

(To be submitted on a INR 100 Stamp Paper only)

Know all men by these presents, we…………………………………………….. (name of the firm

and address of the registered office) do hereby irrevocably constitute, nominate, appoint and

authorize Mr/ Ms (name), …………………… son/daughter/wife of ………………………………

and presently residing at …………………., who is presently employed with us (the “Bidder”)

and holding the position of ……………………………. , as our true and lawful attorney

(hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such acts,

deeds and things as are necessary or required in connection with or incidental to submission

of our application for pre-qualification and submission of our response for the ***** Project

proposed or being developed by the ***** (the “Authority”) including but not limited to signing

and submission of all applications and other documents and writings, participate in pre-

applications and other conferences and providing information/ responses to the Authority,

representing us in all matters before the Authority, signing and execution of all contracts and

undertakings consequent to acceptance of our response, and generally dealing with the

Authority in all matters in connection with or relating to or arising out of our response for the

said Project and/ or upon award thereof to us and/or till the entering into of the agreement with

the Authority.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds

and things done or caused to be done by our said Attorney pursuant to and in exercise of the

powers conferred by this Power of Attorney and that all acts, deeds and things done by our

said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to

have been done by us.

IN WITNESS WHEREOF WE,…………………………., THE ABOVE NAMED PRINCIPAL

HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF …………. 2…..

For

Authorized Signature:

Authorized Signatory Name:

Title of Signatory:

Witnesses:

1.

2.

Page 28: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

28

Accepted

Attorney’s Signature:

Attorney’s Name:

Attorney’s Title:

Address:

Notes:

1.The mode of execution of the Power of Attorney should be in accordance with the procedure,

if any, laid down by the applicable law and the charter documents of the executant(s) and

when it is so required, the same should be under common seal affixed in accordance with the

required procedure

2.Wherever required, the applicant should submit for verification the extract of the charter

documents and documents such as a board or shareholders’ resolution/ power of attorney in

favor of the person executing this Power of Attorney for the delegation of power hereunder on

behalf of the applicant

3.For a Power of Attorney executed and issued overseas, the document will also have to be

legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney

is being issued.

4.However, the Power of Attorney provided by Applicants from countries that have signed the

Hague Legislation Convention 1961 are not required to be legalized by the Indian Embassy if

it carries a conforming apostille certificate.

Page 29: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

29

5. Bidder Details Details given in this form must be accompanied by documentary evidence to facilitate

verification. Documents given with the Eligibility Criteria need not be given again. All relevant

details are to be given separately for the bidder

General Details

S. No. Details

1. Name of Company

2. Postal Address

3. Telephone, Fax Number, Email Address

4. Nature of activity

5. Details of ownership

6. Holding company or parent company

7. Name and designation of the person commitments to the bank

authorized To make

8. Website address

9. GST Number

10. Income Tax PAN

11. No. of Personnel who are employed for UAT & Performance testing audit services

12. Brief description of facilities for undertaking the services, along with location

Financial Services

1. Annual Turnover (2014-15)

2. Annual Turnover (2015-16)

3. Annual Turnover (2016-17)

Page 30: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

30

6. Query Format

Sr.

No.

Query Reference number

Page

#

Point /

Section #

Content of RFQ

requiring

clarification

Points of Clarification Banks

Response

(Bidder Should not fill in this column)

1

2

3

4

5

6

7

8

9

Page 31: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

31

7. Declaration on absence of Conflict of Interest (To be submitted on the Letterhead of the Bidder)

(Place), (Date)

To, Senior Manager (Procurement)

India Post Payments Bank,

Malcha Marg Post Office Building,

Chanakyapuri,

New Delhi – 110 021

India

Subject: Declaration regarding absence of conflict of interest in selection of Contact Centre Service Provider for India Post Payments Bank

Dear Sir / Madam,

We do hereby undertake that there is absence of, actual or potential conflict of interest on the part of the UAT & Performance testing audit provider or any prospective partner due to prior, current, or proposed contracts, engagements, or affiliations with Bank.

We also confirm that there are no potential elements (time frame for service delivery, resource, financial or other) that would adversely impact the ability of the UAT & Performance testing audit service provider to complete requirements given in the RFQ.

We undertake and agree to indemnify and hold Bank harmless against all claims, losses, damages, costs, expenses, proceeding fees of legal advisors (on a reimbursement basis) and fees of other professionals incurred by Bank and/or its representatives, if any such conflict arises later.

Dated this __________ day of ___________ 2017.

Yours sincerely, On behalf of [Bidder’s Name]: Authorized Signatory Name: Title of Signatory: Name of Firm: Address:

Seal / Stamp of Bidder:

Page 32: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

32

6. Instructions to Bidders for IS Audit RFQ

6.1. General Instructions

1. The bidder shall download the RFQ from CPP Portal and intimate the bank with

contact person and contact email id hereafter called registered bidder

2. Bidder shall attend pre-response meeting and send queries (if any) on the RFQ

3. Answers to queries, clarifications and changes in the RFQ document (if any), shall be

communicated through CPP Portal

4. Bidder shall submit response completed in all respects by the due date and time given

in this document

5. Bank will make all the earnest efforts to adhere to the timelines. The dates mentioned

are tentative and may be altered by the Bank

6.2. Response Preparation and Submission

1. The bank will not accept delivery of response in any manner other than that specified in this document. Response delivered in other manner shall be treated as defective, invalid and rejected.

2. The response shall contain no interlineations or overwriting, except as necessary to correct errors made by the Bidder themselves. The person who signed the response must initial such corrections. Submission letters for the RFQ response should respectively be as per the format prescribed in this document.

3. The authorized signatories of the Bidder should initial on all pages of the response (both hard & soft copy) including annexures and documentary proofs. The authorization shall be in the form of a written Power of Attorney (refer Annexure 4: Power of Attorney) accompanying the response or in any other form to the satisfaction of the Bank demonstrating that the signatory has been dully authorized to sign.

4. This RFQ has been published on Central Public Procurement Portal (www.eprocure.gov.in). The bidders are required to submit soft copies of their response electronically on the CPP Portal using valid Digital Signature Certificates. More information useful for submitting online responses on the CPP Portal may be obtained at https://eprocure.gov.in/eprocure/app.

5. Bidders are required to enroll on the e-procurement module of the CPP Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online Bidder Enrolment”. Enrolment on the CPP Portal is free of charge.

6. As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.

7. Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.

8. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India, with their profile. Only one valid DSC should be registered by a Bidder. Please note that the bidders are responsible to ensure that they do not lend their DSCs to others which may lead to misuse.

Page 33: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

33

9. Bidders will then log in to the site through the secured log-in by entering their user ID/password and the password of the DSC/e-Token

10. The Bidder shall submit their responses in the standard formats prescribed in this RFQ at www.eprocure.gov.in. The bidders should upload the scanned copies of all relevant certificates, documents etc. on www.eprocure.gov.in in support of their response. The Bidder should sign on all statements, documents etc. uploaded by them owning responsibility for their authenticity. Responses must be submitted online by the last date and time indicated in the “Invitation to Response”.

11. All the pages of the response should be sequentially numbered and must contain the list of contents with page numbers. Any deficiency in the documentation may result in the rejection of the response

12. There should be a Table of Contents in the Soft Copy response

13. The response prepared by the bidder should be prepared in English language in PDF format.

14. Submission will be valid only if copies of the response documents are submitted as per the defined clauses in the document and before the mentioned submission closing date and time.

15. Only one submission of response by each Bidder will be permitted.

16. RFQ response should contain at least the below mentioned details/documents:

XVI. Company profile

XVII. High level approach and methodology for conducting IS audit

XVIII. Annexure 1 - Cover Letter

XIX. Annexure 2 - Conformity Letter

XX. Annexure 3 - Self-Declaration

XXI. Annexure 4 - Power of Attorney for signing the Response

XXII. Annexure 5– Bidder Details

XXIII. Annexure 7 – Declaration on absence of Conflict of Interest

XXIV. Certificate from the Bidder’s Statutory Auditor or Chartered Accountant confirming the

Bidder is in the business of IS audit for at least three years as on 31st March 2017 in

India.

XXV. A copy of the PAN card of the Bidder

XXVI. A copy of GST registration of the Bidder

XXVII. Certificate of incorporation of the Bidder

XXVIII. Copies of audited financial statement (the profit and loss statement or the balance

sheet showing the annual turnover) for (FY 2014-15, 2015-16, 2016 -17)

XXIX. A list of the Board of Directors of the Bidder as of the date of submission of the

response. This list must be certified by the company secretary of the Bidder

XXX. Copy of purchase order or a letter from the Bank signed by the competent authority on

the letter head.

Page 34: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

34

Hard Copy

I. Annexure 4 – Power of Attorney for signing the Response

6.3. Signature The covering letters must be signed with the bidders name and by an Authorized Signatory of the Bidder, who is authorized to commit the Bidder to contractual obligations. All obligations committed by such signatories are liable to be fulfilled by the Bidder who would be empaneled as per the terms of the RFQ. All the commitments, obligations, responses (all the pages) against this RFQ must be signed by the signatory of the Bidder

6.4. Banks right to terminate the process

• Bank makes no commitments, explicit or implicit, that this process will result in a business transaction with anyone

• This RFQ does not constitute an offer by Bank. The Bidders’ participation in this process may result in Bank empanelling the Bidders to engage in further discussions and selection. The commencement of such discussions does not, however, signify a commitment by Bank to execute a contract

• The Bank, at any point, may terminate this RFQ process, at its sole discretion, without any obligation to provide any information on the grounds for such termination to the Bidder.

6.5. Conflict of Interest

• Bidder shall furnish an affirmative statement Annexure 7: Declaration on absence of Conflict of interest to the existence of, or absence of, or potential for conflict of interest on the part of the Bidder or any prospective Partner due to prior, current, or proposed contracts, engagements, or affiliations with any entity which may be perceived as a conflict of interest for the Bidder to provide products/ services to the Bank. Such entities may include, but are not limited to, competitors of the Bank such as other payments banks. Additionally, such disclosure shall address any and all potential elements (time frame for service delivery, resource, financial or other) that would adversely impact the ability of the Bidder to complete the requirements as given in the RFQ

6.6. One Response per Bidder

• No Bidder shall submit more than one response against this RFQ

• The Bidder cannot be a partner with any other Bidder

Page 35: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

35

6.7. Period of validity of response

• Responses submitted for the RFQ shall remain valid for 180 days from the last date

(deadline) for submission of response. A response with lesser validity period will be

treated as non-responsive

• In exceptional circumstances, the Bank may solicit the bidders’ consent for extension

of the period of validity. The request and the responses thereto shall be made in

writing

6.8. Deadline for Submission of Responses

• Response complete in all respects should be shared as described in Response Preparation and Submission not later than the date and time mentioned in Invitation of Response. In the event of the specified date for the submission of response being declared a holiday the response will be received up to the appointed time on the next working day

• In case Bank extends the deadline for submission of responses due to any reason, all rights and obligations of Bank and Bidders that were subject to the previous deadline will thereafter be subject to the extended deadline

6.9. Late response, Delayed response Late responses (i.e. responses received after the specified time of opening), Delayed response (i.e. response received before the time of opening but after the due date and time for receipt of response) shall not be considered by Bank.

6.10. Confidentiality The information given in this document is confidential and is for use by the Bidder to whom

it has been issued. Each party, i.e. the Bank and the Bidder, shall treat the other party’s

information as confidential and will take necessary steps to prevent the disclosure of the

other’s confidential information to third parties. Both the parties will keep the contents of

the response confidential.

6.11. Clarification of Queries

• Bidder requiring any clarification on this RFQ may notify the bank in writing by e-mail

at the email address & by the date provided in the Invitation to Response section of

this document. Bidder shall send the queries only in the prescribed format specified in

Annexure 6 - Query Format mentioned in the document.

• No requests for clarification will be accepted via telephone. Bank shall respond over

email or in writing and post online any request for clarification of the RFQ document

that it receives until the date mentioned in section Invitation to Response of this

document. Any questions submitted post the last date to receipt the queries shall not

be considered by bank. In no event will bank be responsible for ensuring that Bidder’s

inquiries have been received by bank.

• It is to be noted that the Bank will respond to the clarification requests of only registered

bidders

• Bank may shall conduct a pre-response meeting to clarify any queries that the bidders

might have regarding the RFQ as per the date and time mentioned in ‘Invitation to

Page 36: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

36

Response’ section. The venue of the pre-response meeting will be intimated to all

registered bidders through e-mail.

• Each Bidder should not depute more than 2 representatives for the pre-response

meeting. Bidder representatives should carry their company identification card on the

pre-Response conference day. Thereafter, email / written copies of Bank response

shall be sent to all primary contacts of the registered Bidders.

• If a Bidder discovers any significant ambiguity, error, conflict, discrepancy, omission,

or other deficiency in this RFQ, the Bidder should immediately notify Bank of such error

and request modification or clarification of the RFQ document, which modification

/clarification shall be at the sole discretion of Bank

• Bank will not be responsible for any queries which any of the Bidders claim to have

sent and which did not reach the designated email ids of Bank.

• Bank is not responsible to make any representation to the completeness or accuracy

of the responses, nor does it undertake to answer all the queries that have been posed

by the Bidders.

• While addressing pre-response queries please mention the name of RFQ along with

the name of organisation in the format “Pre response Query_RFQ_<Organisation

name>”

6.12. Supplementary information/Corrigendum/Amendment to RFQ If the Bank deems it appropriate to revise any part of this RFQ or to issue additional data to clarify an interpretation of the provisions of this RFQ, it may issue supplements to this RFQ. Such supplemental information will be communicated to the primary contacts (as mentioned in the Introduction Section) of all the Bidders registered with the Bank by e-mail or other suitable method as determined by the Bank. Any such supplement shall be deemed to be an integral part of this RFQ.

6.13. Amendment of the RFQ

• At any time prior to the last date of submission of response, Bank may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the RFQ document by an amendment.

• The primary contacts as mentioned in (Tender document for UAT & Performance testing audit and IS Audit for India Post Payments Bank Limited) of all the Bidders registered with the Bank will be notified of the amendment in writing or by fax or by email or by publishing on the CPP Portal and such amendment will be binding on all the Bidders.

• In order to provide the Bidders, reasonable time in which to take the amendment into account in preparing their response, Bank may at its sole discretion extend the last date of submission of response.

6.14. Modification/Substitution/Withdrawal of Responses

The Bidder may modify, substitute or withdraw its responses at any time before its

acceptance, provided that written notice of the modification, substitution or withdrawal is

Page 37: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

37

received by the Bank prior to the response due date. No response shall be modified,

substituted or withdrawn by the bidder on or after the response due date.

Any alteration/ modification in the response or additional information supplied subsequent to

the response due date, unless the same has been expressly sought for by the Bank, shall be

disregarded.

6.15. Fraudulent, Corrupt, Coercive & Undesirable & Restrictive Practice

Bank will reject a response for empanelment if it determines that the Bidder recommended for

empanelment has engaged in corrupt, fraudulent or coercive practices in competing for, or in

executing, the project(s)

“Fraudulent practice any omission or misrepresentation that may mislead or attempt to

mislead so that financial or other benefits may be obtained or an obligation avoided. This

includes making false declaration or providing false information for participation in the RFQ

process

“Corrupt Practice” making offers, solicitation or acceptance of bribe, rewards or gifts or any

material benefit, in exchange for an unfair advantage in the procurement process or to

otherwise influence the procurement process

“Coercive Practice” means harming or threatening to harm, directly or indirectly, persons or

their property to influence their participation in a procurement process, or affect the execution

of a contract

“Undesirable practice” means

c) establishing contact with any person connected with or employed or engaged by the

Bank with the objective of canvassing, lobbying or in any manner influencing or

attempting to influence the Empanelment Process; or

d) Having a Conflict of Interest;

“Restrictive practice” means forming a cartel or arriving at any understanding or arrangement

among bidders with the objective of restricting or manipulating a full and fair competition in the

empanelment process.

6.16. Disqualifications

Apart from the reason of non-compliance with the minimum eligibility criteria conditions

mentioned in section 6.2 the Bank, may at its own sole discretion, at any time during the RFQ

process, disqualify any Bidder from the RFQ process, if:

• The response to the RFQ was submitted after the deadline.

• Bidder has made / attempted to make misleading or false representations in the forms,

statements and attachments submitted in proof of the eligibility requirements.

• If it does not comply with the requirements and scope of this RFQ

• If a response does not follow the format requested in this RFQ.

• Response is not accompanied by required documentation.

Page 38: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

38

• Bidder fails to provide information or documentary evidence or clarifications related

thereto, when sought.

• The Bank gets to know that the Bidder has withheld or suppressed the information which

would have entitled the Bank to reject or disqualify the Bidder even though the Bidder has

been qualified. The Bank reserves the right to reject the Bidder at any time whenever such

information comes to notice.

• Bidder is found to canvass, influence or attempt to influence in any manner the qualification

or selection process, including without limitation, by offering bribes or other illegal

gratification.

Since the above set of instances are only illustrative, the Bank at its sole discretion reserves

the right to disqualify any of the bidders for any of the reasons set above or any other without

sharing the details with the Bidder.

6.17. Cancellation of RFQ process

Bank reserves the right to accept or reject any response and to cancel the RFQ process and

reject all responses, at any time prior to the empanelment, without thereby incurring any

liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder/s for

the reasons of the Bank’s action. Bank reserves the right to float fresh RFQ and/ or any

procurement approach as deemed fit

6.18. Applicable law and jurisdiction of court

Any dispute with the Bidder shall be governed in accordance with the Laws of India for the

time being in force and will be subject to the exclusive jurisdiction of Courts at Delhi (with the

exclusion of all other Courts).

7. RFQ for IS Audit Bidder

The purpose of this section is to define eligibility criteria to empanel a set of CISA certified

auditors for the Information Systems audit of IPPB. This section sets the expectations about

the activities to be covered under the information systems audit at data centre, disaster

recovery site, near disaster recovery site, corporate office and other branch locations as

necessary providing independent reasonable assurance to IPPB management on:

• Robust IT security

• Ensuring compliance to IT policies, information/cyber security policies, processes and

procedures defined by the Bank

• Safeguarding the IT assets viz. hardware, network, software etc.

• Maintaining security, confidentiality, integrity and availability of data

• Efficient utilization of IT resources of Bank

• Mitigation of risks where the security controls are weak

Page 39: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

39

• Ensuring compliance of RBI guidelines/recommendation and other applicable external

regulations

• Comparison of IT/information/cyber security implementation by SI vis-à-vis RFP

floated by the IPPB

• Comparison of information security implementation vis-à-vis guidelines issued by RBI

or other regulatory bodies and best practices.

• Suggestions for any improvement required in the existing architecture.

7.1. Broad Scope of Work

To ensure that technology deployed for IPPB is being operated in a safe, secure, sound and

efficient manner, a system audit is required to be conducted of all IT systems for all the

applications. The IS audit should be comprehensive in nature and risk assessment should be

carried out prior to each audit cycle. This will ensure that the inherent risks involved in the in-

scope processes and systems are identified and considered for audit scoping/planning. The

IS auditor is also expected to perform the audit of VAPT and EAPT done for the bank either

by internal team or another vendor. During the course of review, IS auditor should look for the

below mentioned incidents. Details of the scope of work are also present in Annexure 8

Detailed activities. This list is indicative and auditor should leverage its experience to enhance

it further.

• IT policies (Information technology, cyber security, data privacy and information

security) guidelines and their adherence level

• Instructions issued by the authorities but not complied with

• Adequacy of Instructions vis-à-vis to relevant policy

• Role & responsibility of all relevant roles at data centre, disaster recovery site, near

disaster recovery site and other IPPB locations (including corporate office) as

necessary should be reviewed and its compliance level should be measured

• Effectiveness of monitoring of logs and issue trackers maintained by respective

departments

• Capacity utilization of the deployed systems, network and security equipment

• Bandwidth management

1. Locations/office to be covered

a) Data Centre

b) Disaster Recovery Centre

c) Near Disaster Recovery Centre

d) Corporate office

e) Other HO/SO/BO divisions of India Post or bank‘s any other office at any place, where

critical application/IT infrastructure is installed.

Page 40: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

40

f) Premises/activities of any third party/service providers (outsourced activities) to review

compliance of services/T&C under service level agreements

2. Areas to be covered

Broad areas to be covered but not limited to, as a part of Information System audit is

mentioned below:

a) Risk assessment:

• Risk assessment should be carried out by IS auditor prior to each audit cycle

to identify areas where detailed audit would be required.

• Provide risk rating to each identified area to highlight severity of risk and its

mitigation

b) Policy, process and procedure review:

• Evaluate timely review & completeness of IT policies ( Information technology,

cyber security, data privacy and information security) and guidelines with

industry best practices for various IT infrastructure

• Evaluate role, responsibility and accountability of business process owners, IT

owners, data owners, IT custodians, data custodians

• Process audit - Evaluate the adequacy of policies, operating processes,

internal control procedures / guidelines documents

• Review and validate that adequate security & business continuity controls

governing the connection to other systems via telecommunications, intranet,

extranet & internet etc., have been put in place and covered in the respective

policy document.

• In case the formal procedures and controls are not in place for any activity,

evaluate the remediation applied, risk associated and give recommendations

for improvement as per industry best practices

c) Application review:

• Review that periodic checks/audits have been done to ensure that operational

level controls are in place for all business applications of the bank

• Review if the periodic checks are done in the rightful manner

• Periodic review of application to ensure that security controls are in place for

web-facing & critical applications.

d) Hardware & infrastructure review:

• Review and evaluation of the infrastructure landscape to support all the

applications

Page 41: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

41

• Review of DC, DR and NDR sites to review their capacity, readiness, security

and adequacy

• WAN/LAN audit

• Inventory of IT assets

e) Compliance testing

• Comment upon compliance to ISO 27001 standards (or later standard to which

IPPB is certified)

• Compliance with RBI IT/Information/ Cyber Security guidelines

f) Audit of Vulnerability Assessment and Penetration testing (VAPT) carried out by

selected/ on boarded SI

• Review and ensure that VAPT was done properly and all observations were

highlighted and corrective actions were taken as per the defined risk appetite

level of the bank

g) Audit of External attack and penetration testing (EAPT) carried out by SI – This will be

carried for the equipment/applications/mobile application exposed to external world

h) Root cause analysis (RCA)

• Assist IPPB team to carry out root cause analysis of the incidents

i) Training

• IS auditor should provide training to Bank employees on half yearly basis to

identify risk and to perform root cause analysis

j) Incident Management review

• IS auditor should review whether Incidents are managed, monitored and

reported as per the RBI guidelines or other regulators like Cert-in, NCIIPC etc.

k) IT review/Security architecture review

• IS auditor should review IT /Security architecture implementation vis-à-vis RBI

guidelines and security best practices and suggest the solution if any.

l) Review of Access Control & Change Management Process

m) Review of Data Center/DR/ Near DR installation as per the standard level.

Page 42: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

42

3. Reporting Requirement

Bidder should submit a detailed report at the end of each audit providing observations,

evidences and document details. Report should include but not limited to the below mentioned

points:

• Audit report of current quarter with status Repeat/ Exception or New

• Compliance status and observations of previous quarter report – complied/partially

complied/ non complied/ exceptions taken

• Unique ID for each highlighted observation

• Identify and highlight deficiencies in VAPT and EAPT performed for the bank. Broad

domain categorization of activity (Port/SQL injection/ Services/Physical access control/

Logical access control/ environment etc.)

• Risk category – High, Medium, and Low

• Servers/Resource affected

• Risk implications of the issue highlighted

• Explicit reference to key policy, process and procedure documents of the Bank against

identified risk/observation

• Recommendation for risk mitigation/ removal and identification of risk probability

• Suggestions for improvement – additional voluntary standards or regulations

applicable to the banking industry as best practices

• Summary of audit findings including identification tests, tools used and results of tests

performed

Note:

1.Bidder may further enhance the required information list as per the adopted approach for

audit and experience. The final format of the report will be agreed between employer and

Bidder before the final submission of report

2.Bidder should provide dashboard feature to enable IPPB employees to generate reports and

summary whenever required

3.All hardware and licenses if procured under this contract will be procured in the name of

employer only. Bidder should also transfer the licenses of any proprietary tool used by them

for dashboard feature to the Employer

4. Schedule and frequency of audit activities

S. No. Activity Periodicity

1 Risk assessment Quarterly

2 Policy, process & procedure review Quarterly

3 Review of Application & hardware

assessment

Quarterly

4 Compliance testing Quarterly

5 Audit of Vulnerability Assessment

and Penetration testing (VAPT)

Quarterly

6 Audit of External attack and

penetration testing (EAPT)

Quarterly

Page 43: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

43

S. No. Activity Periodicity

7 Training to IPPB staff

8 Other activities (including but not

limited to Risk probability

assessment and RCA)

Quarterly

9 Review of Access control & Change Management Process

Quarterly

10 IT/Security Architecture Review Quarterly

11 DC/DR/NDR implementation review

Half Yearly

7.2. Eligibility Criteria

To become eligible to respond to this section of RFQ, Bidder should-

• Fulfil at its minimum all the below mentioned criteria in Table 3

• Achieve a total score of 7 or above based on criteria mentioned in Table 4

• Score 1 or above in each of the criteria mentioned in Table 4.

Table 3 Minimum Eligibility Criteria

# Eligibility Criteria Documents to be submitted

1 Bidder should have minimum turnover

of INR 5 CR in each of the financial

years (FY 2014-15, 2015-16, 2016 -

17). The same must be clearly

indicated in the Profit – Loss

account/Balance Sheet2.

1. Certificate of incorporation of the

Bidder

2. Copies of audited financial

statement (the profit and loss

statement or the balance sheet

showing the annual turnover) for

(FY 2014-15, 2015-16, 2016 -17)

2 Bidder should not have been black

listed between 01-Jan-2013 till 01-

Jan-2017 by the Central or any of the

State Governments in India or any

public sector Institution in India.

1. Self-declaration from the Bidder

3 Bidder should not be a Bidder/supplier

for Software and Hardware

components of the Bank or a technical

advisor/service provider of the bank.

1. Self-declaration from the Bidder

4 The Board of Directors of the Bidder

should not have anyone who has been

debarred by the RBI for any reason.

1. Self-declaration from the Bidder

2. Submit a list of the Board of

Directors of the Bidder as of the

date of submission of the response.

This list must be certified by the

2 For conversion of other currencies into Indian Rupees, the same shall be converted as on the date 60 (sixty)

days prior to the last date of submission of the response. The conversion rate of such currencies shall be the

daily representative exchange rates published by the International Monetary Fund for the relevant date

Page 44: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

44

# Eligibility Criteria Documents to be submitted

company secretary of the Bidder

(signed and sealed).

5 The Bidder should be in the list of empanelled information security auditing organisations by CERT-in

1. Current valid empanelment certificate with CERT-in

Table 4 - Eligibility and Scoring Criteria

# Eligibility Criteria Documents to

be submitted Score

1 Bidder should have done

the IS audit of Data

Centres of at-least 5

Scheduled commercial

banks

1.Self-

declaration from

the Bidder

2. Copy of

purchase order

or a letter from

the Bank signed

by the

competent

authority on the

letter head.

No of scheduled commercial banks

Score

>= 5 and < 7

1

>= 7 and < 10

2

>= 10 2.5

2 Bidder must have ISO 27001 Lead Auditor certified professionals (permanent employees or contractors on the Bidder’s payroll) across India.

Self-declaration from the Bidder

No of certified professionals

Score

>= 2 and <5

1

>= 5 and < 10

2

>= 10 2.5

3 Bidder must have CISA

certified professionals

(permanent employees on

the Bidder’s payroll or

contractors) across India.

Self-declaration from the Bidder List of CVs to be submitted.

No of CISA certified professionals

Score

>= 10 and < 15

1

>= 15 and < 20

2

>= 20 2.5

Page 45: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

45

# Eligibility Criteria Documents to

be submitted Score

4 Bidder must be in business of IS Audit in India.

Certificate from

the Bidder’s

Statutory

Auditor or

Chartered

Accountant

confirming the

Bidder is in the

business of IS

Audit for at least

3 years as on

31st March 2017

in India.

Years till 31-3-2017 Score

>=3 and < 4

1

>= 4 and < 5

2

>= 5 2.5

7.3. RFQ Response Evaluation Process

1. Scrutiny of Responses

The Bank will scrutinize the responses received to determine whether they are complete and

per the RFQ requirement, and also whether evidentiary documentation as asked for and is

required to evaluate the responses has been submitted, whether the documents have been

properly signed and information is provided as per the requirements etc.

The Bank may, at its discretion, waive any minor non-conformities or any minor irregularity in

the response. This shall be binding on all bidders and the Bank reserves the right for such

waivers.

2. Clarifications

1. Bank may seek clarifications from the Bidders on the content of their responses

2. All correspondence for the clarifications will be sent to the authorized signatory of the

Bidder

3. The Bidders are expected to provide the clarifications within the time frame to be specified

by the Bank

4. If the Bidders fail to provide any clarifications against such requests, Bank will make

appropriate assumptions on those points and proceed with the evaluation

3. Declaration of Empanelled Bidders

Post evaluating the responses, Bank will publish the list of Bidders on CPP Portal, who fulfils

the minimum set of requirements mentioned in this RFQ. These bidders will be empaneled by

the Bank for IS Audit.

Page 46: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

46

7.4. Terms & Conditions The terms and conditions will be shared along with the detailed scope with the empanelled

vendors

Page 47: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

47

7.5. Annexure

1. Cover Letter

(To be submitted on company letterhead)

Date:

To,

Manager Procurement

India Post Payments Bank

Malcha Marg Post Office Building,

Chanakya Puri, New Delhi - 110021

Dear Sir,

1.Having examined the Scope Documents including all Annexures, the receipt of which is

hereby duly acknowledged, we, the undersigned offer to supply, deliver, install and maintain

all the items mentioned in the ‘Request for Quotation’ and the other schedules of requirements

and services for your bank in conformity with the said Scope Documents.

2.If our response is accepted, we undertake to abide by all terms and conditions of this Scope

and also to comply with the delivery schedule as mentioned in the Scope Document.

3.We agree to abide by this Scope Offer for 180 days from date of response opening and our

Offer shall remain binding on us and may be accepted by the bank any time before expiry of

the offer.

4.This response, together with your written acceptance thereof and your notification of award,

shall constitute a binding Contract between us.

5.We undertake that in competing for and if the award is made to us, in executing the subject

Contract, we will strictly observe the laws against fraud and corruption in force in India namely

‘Prevention of Corruption Act, 1988’.

6.We certify that we have provided all the information requested by the bank in the format

requested for. We also understand that the bank has the exclusive right to reject this offer in

case the bank is of the opinion that the required information is not provided or is provided in a

different format.

Date:

Time:

Seal:

Authorized Signatory

Page 48: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

48

(Name: Designation Contact Person, Business address Phone No., Fax, E-mail)

Page 49: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

49

2. Conformity Letter

(To be submitted on company letterhead)

To, <Location,Date>

Manager Procurement,

India Post Payments Bank

Malcha Marg Post Office Building,

Chanakya Puri, New Delhi - 110021

Sir,

Sub: - Response to RFQ for empanelment of IS Audit Bidder

Further to our response dated DD.MM.YYYY, to the RFQ document (hereafter referred to as

“RFQ DOCUMENT”) issued by India Post Payments Bank (“Bank”) we hereby warrant and

confirm that:

1.We confirm that the information contained in this response or any part thereof, including its

exhibits, and other documents and instruments delivered or to be delivered to the bank is true,

accurate, verifiable and complete. This response includes all information necessary to ensure

that the statements therein do not in whole or in part mislead the department in its short-listing

process.

2.We have the technical, financial and management capabilities to support the requirements,

and have a successful performance history.

3.We fully understand and agree to comply that on verification, if any of the information

provided here is found to be misleading the short listing process, we are liable to be dismissed

from the selection process or termination of the contract during the project, if selected to do

so.

4.We agree that you are not bound to accept any tender response you may receive. We also

agree that you reserve the right in absolute sense to reject all or any of the products / services

specified in the tender response.

5.We declare that our offers of products, licenses and services are duly and properly

authorized and that we will only use products, items, or IP which is either our own or we have

Page 50: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

50

been authorized to sell or transfer. We further declare that that the proposed systems have

their origin in eligible countries.

6.We do hereby undertake that to the best of our knowledge and belief there is absence of

actual or potential conflict of interest on our part or any prospective Partner due to prior,

current, or proposed contracts, engagements, or affiliations with the Bank.

7.We also confirm that to the best of our knowledge there are no potential elements (time

frame for service delivery, resource, financial or other) that would adversely impact the ability

of the Bidder to complete requirements given in the RFQ.

8.We undertake and agree to indemnify and hold Bank harmless against all claims, losses,

damages, costs, expenses, proceeding fees of legal advisors (on a reimbursement basis) and

fees of other professionals incurred (in case of legal fees and fees of professionals,

reasonably) by Bank and/or its representatives, if any such conflict arises later.

9.We agree that you shall own and have the right in perpetuity to use all newly created IPR

which have been developed solely during the execution of the project including but not limited

to source code, object code, compilers, library files, executables, records, reports, designs,

application configurations, data and written material, products, specifications, reports,

drawings and other documents which have been newly created and developed by the

Bidder solely during the project.

10.It is hereby confirmed that we are entitled to act on behalf of our company / corporation /

firm / organization and empowered to sign this document as well as such other documents,

which may be required in this connection.

11.We hereby agree to comply with all the terms and conditions / stipulations as contained in

the RFQ document and the related addenda and other documents including the changes

made to the original RFQ documents issued by the bank.

12.The Bank is not bound by any other extraneous matters or deviations, even if mentioned

by us elsewhere either in our response 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.

13.It is hereby confirmed that we are entitled to act on behalf of our company / corporation /

firm / organization and empowered to sign this document as well as such other documents,

which may be required in this connection.

Yours faithfully

Page 51: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

51

Authorized Signatory

Designation

Bidder’s corporate name

Page 52: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

52

3. Self-Declaration

(To be submitted on company’s letterhead)

Date:

To,

Manager Procurement

India Post Payments Bank

Malcha Marg Post Office Building,

Chanakya Puri, New Delhi - 110021

Dear Sir,

I on behalf of _______________________ (Bidder’s name) declare the following:

1. We are in the business of conducting IS Audit in India

We have not been barred from providing the Services nor are we in negative

list/blacklisted in any manner whatsoever by any of the State/UT and/or central

government in India between 01-Jan-2013 till 31-Mar-2017 on any ground

including but not limited to indulgence in corrupt practice, fraudulent practice,

coercive practice, undesirable practice or restrictive practice We declare that

we have a dedicated 15 CISA certified professionals (permanent employees

or contractors on the our payroll) across India to handle the scope of work

mentioned in this RFQ

2. The systems/services offered to India Post Payments Bank Limited are

compliant and do not violate any Intellectual Property Rights.

3. We have performed IS audit of Data Centers of at least 5 Indian scheduled

commercial banks or financial institutions.

4. We are not a Bidder/supplier for Software and Hardware components of the

Bank or a technical advisor/service provider of the Bank.

5. None of our Board of Directors have has been debarred by the RBI

Place:

Date:

Bidder’s Company Seal:

Page 53: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

53

Authorized Signatory’s Signature:

Authorized Signatory’s Name and Designation:

Page 54: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

54

4. Power of Attorney for Signing the Response

(To be submitted on a INR 100 Stamp Paper only)

Know all men by these presents, we…………………………………………….. (name of the firm

and address of the registered office) do hereby irrevocably constitute, nominate, appoint and

authorize Mr/ Ms (name), …………………… son/daughter/wife of ………………………………

and presently residing at …………………., who is presently employed with us (the “Bidder”)

and holding the position of ……………………………. , as our true and lawful attorney

(hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such acts,

deeds and things as are necessary or required in connection with or incidental to submission

of our application for pre-qualification and submission of our response for the ***** Project

proposed or being developed by the ***** (the “Authority”) including but not limited to signing

and submission of all applications and other documents and writings, participate in pre-

applications and other conferences and providing information/ responses to the Authority,

representing us in all matters before the Authority, signing and execution of all contracts and

undertakings consequent to acceptance of our response, and generally dealing with the

Authority in all matters in connection with or relating to or arising out of our response for the

said Project and/ or upon award thereof to us and/or till the entering into of the agreement with

the Authority.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds

and things done or caused to be done by our said Attorney pursuant to and in exercise of the

powers conferred by this Power of Attorney and that all acts, deeds and things done by our

said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to

have been done by us.

IN WITNESS WHEREOF WE,…………………………., THE ABOVE NAMED PRINCIPAL

HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF …………. 2…..

For

Authorized Signature:

Authorized Signatory Name:

Witnesses:

1.

2.

Accepted

Attorney’s Signature:

Attorney’s Name:

Attorney’s Title:

Page 55: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

55

Address:

Notes:

1.The mode of execution of the Power of Attorney should be in accordance with the procedure,

if any, laid down by the applicable law and the charter documents of the executant(s) and

when it is so required, the same should be under common seal affixed in accordance with the

required procedure

2.Wherever required, the Applicant should submit for verification the extract of the charter

documents and documents such as a board or shareholders’ resolution/ power of attorney in

favor of the person executing this Power of Attorney for the delegation of power hereunder on

behalf of the Applicant

3.For a Power of Attorney executed and issued overseas, the document will also have to be

legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney

is being issued.

4.However, the Power of Attorney provided by Applicants from countries that have signed the

Hague Legislation Convention 1961 are not required to be legalized by the Indian Embassy if

it carries a conforming Apostille certificate.

Page 56: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

56

5. Bidder Details Details given in this form must be accompanied by documentary evidence to facilitate

verification. Documents given with the Eligibility Criteria need not be given again. All relevant

details are to be given separately for the bidder

General Details

S. No. Details

1. Name of Company

2. Postal Address

3. Telephone, Fax Number, Email Address

4. Nature of activity

5. Details of ownership

6. Holding company or parent company

7. Name and designation of the person commitments to the bank

authorized To make

8. Website address

9. GST Number

10. Income Tax PAN

11. No. of Personnel who are employed for IS Audit services

12. Brief description of facilities for undertaking the services, along with location

Financial Services

13. Annual Turnover (2014-15)

14. Annual Turnover (2015-16)

15. Annual Turnover (2016-17)

Page 57: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

57

6. Query Format

Sr.

No.

Query reference Number

Page

#

Point /

Section #

Content of RFQ requiring clarification

Points of Clarification Banks

Response

(Bidder Should not fill in this column)

1

2

3

4

5

6

7

8

9

Page 58: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

58

7. Declaration on absence of Conflict of Interest (To be submitted on the Letterhead of the Bidder)

(Place), (Date)

To, Senior Manager (Procurement)

India Post Payments Bank,

Malcha Marg Post Office Building,

Chanakyapuri,

New Delhi – 110 021

India

Subject: Declaration regarding absence of conflict of interest in selection of Contact Centre Service Provider for India Post Payments Bank

Dear Sir / Madam,

We do hereby undertake that there is absence of, actual or potential conflict of interest on the part of the IS Audit provider or any prospective partner due to prior, current, or proposed contracts, engagements, or affiliations with Bank.

We also confirm that there are no potential elements (time frame for service delivery, resource, financial or other) that would adversely impact the ability of the IS Audit service provider to complete requirements given in the RFQ.

We undertake and agree to indemnify and hold Bank harmless against all claims, losses, damages, costs, expenses, proceeding fees of legal advisors (on a reimbursement basis) and fees of other professionals incurred by Bank and/or its representatives, if any such conflict arises later.

Dated this __________ day of ___________ 2017.

Yours sincerely, On behalf of [Bidder’s Name]: Authorized Signatory Name: Title of Signatory: Name of Firm: Address:

Seal / Stamp of Bidder:

Page 59: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

59

8. Detailed Activities

Bidder is expected to evaluate the aspects including but not limited to the points mentioned

below for respective domains. Evaluate and comment on compliance by Bank as per Security

Policy/ Procedures, ISO 27001 standards, regulatory guidelines and Industry best practices.

Note: The below mentioned list is indicative and Bidder should enhance this list as per their

experience and approach used for the IS audit

1. Policy, process and procedure review

1.1. Business strategy review

• Review that business strategy is documented and objectives have been clearly defined

• Role of IT should be clearly spelt out in the Business Strategy document

• Periodic assessment should have been done to ensure that IT initiatives are supporting

the organization’s mission and goals

• Impact of major developments in technology on business strategy should have been

reviewed and documented periodically

1.2. IT strategy review

• Review of long and short term IT strategy of IPPB

• IT strategy should be approved by the management and contains IT department

structure along with roles and responsibilities

• Broad strategy for procurement of hardware, software solutions, Bidder development

and management should be in place

• Conversion of long term IT plans to short term IT plans regularly for achievability

• Adequate resources should be allocated for long term and short term IT strategy

• Regular assessment should be done by relevant stakeholders to maintain the track

1.3. IT security policy review

• IT security policy of IPPB should be in place. Policy should be reviewed and approved

by senior management

• Policies related to IT activities should be listed in the security policy

• Policy should take in account the business strategy, legal and regulatory requirements

• Policy should be communicated to all concerned people and should be understood by

the team

• Review process should be in place for reviewing the policy at periodic intervals and /

or on any other major event

1.4. Other policy and procedure review

Page 60: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

60

• Outsourcing

a. Review that service levels are defined and managed for outsourcing activities

b. Review that the Non-Disclosure agreement (NDA) should be in place

c. Responsibility and liability of bidders should be defined

d. Ensure that service level agreements (SLAs) covers key performance indicators which

formalize the performance criteria with penalty clause against which the quantity and

quality of service is measured

e. Monitoring of bidders activities as per SLAs defined

f. Review the penalties levied in each case of SLA breach and ensure that it should in

line to defined SLA

• Business continuity

a. Review Business Continuity Plan (BCP) and Disaster Recovery Plan (DRP) and their

adequacy / completeness including Cryptographic Disasters

b. Review and ensure that one to one mapping of DR and DC equipment (servers,

network, security) with respect to configuration, OS version, and patch-updation.

Report any deviations and risk associated with it

c. Specify events which could restrict successful shifting to DRS in case of any

disruptions at main site

d. Review of actual execution of processes and procedures during the drill at DC, DR and

NDR and comment on drill exercise

e. Bidder should evaluate timely review of BCP guidelines

• Inventory maintenance

a. Review IT asset maintenance and classification policy and check for unauthorized

software

b. Review software storage control and license management policy

• Help desk policy

a. Review help desk policy and facility which provides first-line support and advice

b. Review prioritization of reported problems and timely resolution of reported problems

c. Review that the problems and incidents that are resolved are investigated and

necessary steps are taken to prevent any recurrence

d. Ensure trend analysis along with root cause analysis is done and reports are published

as per the specified time frame

e. Review that the audit trails are maintained and problem tracking and escalations are

done on time with proper documentation

Page 61: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

61

• Media storage policy

a. Review and ensure that responsibilities for media (magnetic tape, cartridge, disks and

diskettes) library management are assigned to specific members of the IT

function/team

b. Review the housekeeping procedures and ensure that are designed to protect media

library contents

c. Review the standards defined for the external identification of magnetic media and the

control of their physical movement and storage to support accountability

d. Review the process defined to maintain the inventory of media library containing data

• Storage management policy

a. Review the storage policy and ensure that policy covers the retention period and

storage terms for at least the below mentioned items:

i. Documents

ii. Data

iii. Programs

iv. Reports

v. Messages (incoming and outgoing)

vi. Keys, certificates used for their encryption and authentication.

vii. Log files for various activities

viii. Policy and Procedures for purging of data.

• Protection of disposed sensitive information

a. Review procedures to prevent access to sensitive information and software from

computers, disks and other equipment or media

b. Procedures should ensure that data marked as deleted or to be disposed cannot be

retrieved by any internal or third party

c. Protections of records from loss, destruction and falsification in accordance to

statutory, regulatory, contractual and business requirement

2. Hardware

• Hardware acquisition, installation, usage and disposal procedures should be clearly

defined

• Methodology used to forecast the resources required as per IPPB policies

• Server procurement, sizing (hard disk, RAM, processor etc.) is done as per the

business requirement

• Server capacity is sufficient to take work load as per short and long term plan.

Page 62: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

62

• Efficient utilization of hardware resources

• Adequacy of storage and scalability to cater future growth requirements

3. Application level review

• Ensure that the releases of software is governed by formal procedures

• Review of change control activities

• All requests for change are assessed in a structured way for all possible impacts on

the operational system and its functionality is reviewed

• Impact analysis of change requests are done before implementing any changes.

Associated documents and procedures are updated accordingly

• Ensure that the maintenance personnel have specific assignments and that their work

is properly monitored. System access rights for resource should be controlled to avoid

risks of unauthorized access

• Review of Access logs and audit logs

• Communicating users with new features during version upgradation

• Regular updates of job cards with new version releases

• Media of the Applications should be present in the software library

• Review of setup, configuration, security and control of all application & their interface

with external applications in terms of bank‘s security guidelines and other regulatory

guidelines

• Monitoring procedure for uptime and incident management of applications as per the

SLA defined

• Adequate internal controls should be in place to minimize errors and fraud

• Review of interface with other organizations/application for utility payments and other

functionalities

• Review of applications performance, scalability, availability, security & controls

• Ensure that proactive virus/malware/spyware etc. prevention and detection procedures

are in place and implemented

• Review monitoring of system performance and resource usage to optimize computer

resource utilization

• Review that authentication controls and work flows are working for each application

• Review of patch management process on Servers/Applications/OS/Desktops/Mobile

devices

• Review of VAPT/Hardening process

4. Network Management

• Review of overall network management

Page 63: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

63

• Review of network design – scalability and redundancy

• Review Network cabling and IP Sec implementation

• Evaluate processes adopted for

• Transmission of data

• Bandwidth management

• Uptime against the SLAs

• Fault Management

• Capacity planning

• Audit log review and maintenance

• Performance management

• Review IPV6 readiness of the bank

• Analyze the logs maintained for Network Incident

• Review of security architecture implementation

5. Network and security equipment

• Router, Firewall, Proxy, Intrusion Prevention System, Switch, Modems etc. procured

and installed should be in line with business strategy/IT Policy/Information/Cyber

Security policy of IPPB

• Evaluate the installation, deployment/ placement, configuration, security, policies

defined in respective equipment for meeting the security requirement of the LAN &

WAN as per IT Policy/Information/Cyber Security policy of IPPB and industry best

practices.

• Regular monitoring of incident logs should have been done

• Evaluate centralized control of hardware installed and their password management

• Review of access control monitoring and logging mechanism through VLAN‘s, remote

accesses, WAN access, internet access, third party access

• Review of network security processes, redundancy & fall back mechanisms

6. Data base management system and data security

• Use of Data Repository System (DRS), Data Definition Language (DDL), Data

Manipulation Language (DML)

• Storage of duplicate copy of Data Definition and DRS at off-site

• Monitoring of log of changes to the Data Definitions

• Review of Data Dictionary and Data Directory System

• Review of procedures to ensure that all data are classified in terms of sensitivity and

necessary safeguards for its confidentiality, integrity and authenticity are taken as per

IT Security Policy

Page 64: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

64

• Logical access controls which ensure the access to data is restricted to authorized

users

• Review to ensure that confidentiality and privacy requirements are met

• Review of authorization, authentication and access control

• Ensure that segregation of duties is in place for accessing data

• Review of purging policy-procedures of Data Files

• Review of protection of sensitive Information during transmission and transport.

• Separation and rotation of duties should be in place

• Review of controls procedures for sensitive DB passwords.

• Review to ensure that patches and new versions are updated as and when released

by Bidder/ Research and Development team. If not done then comment upon

vulnerabilities and availability of services of existing version being used.

7. Wide area network audit

• Bidder should check configuration of routers, switches and current network & security

posture of the WAN architecture

• Review IP Addressing schemes and their allocations

• Review physical & logical separation of the Networks

• Review network & security products/technologies deployed and their adequacy to

ensure security and connectivity

• Review IP Sec implementation

• Review and highlight any network bottlenecks & performance issues

• Review of Inter-operability of CO/ZNC/CNC/NC LANs with Corporate WAN

• Review availability of the Network and ensure SLAs are met

• Review SLA levels maintained by third parties & monitoring of key performance

indicators by bank

• Review scalability & robustness of network.

• Review network administration and management tools & EMS.

• Review availability and quality of system documentation.

• Review and evaluate integration of various extranet with Bank‘s network.

8. Security operation center

• Review of SOC infrastructure and implementation

• Review of SOC processes, SLA Management process for SOC

• Review the configuration parameters and adequacy of staff working at SOC

Page 65: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

65

• Review of reporting responsibility and periodicity of report

• Review the process of information sharing by bank‘s DC/DR team

• Review of work authorization system between outsource service provider and bank‘s

team

• Review of access control, customer data privacy & confidentiality maintained at SOC

• Review of SOC implementation as per RBI guidelines or other regulators and industry

best practices.

9. Network operation center

• Review of NOC infrastructure and implementation

• Review of NOC processes, SLA Management process for NOC and check for the

adherence of these SLAs

• Review the configuration parameters and adequacy of staff working at NOC

• Review of reporting responsibility and periodicity of report generated

• NOC should be certified as ISO 27001 compliant

• Review of NOC implementation as per RBI guidelines or other regulators and industry

best practices.

10. Access Control & Change Management Process

Review of access control process for IBBP employee/SI/Bidder to any IPPB asset

including DC/DR and Near DR site as per Information Security Policy of IPPB &

industry best practice.

Review of Change management process for IT assets including applications, H/w,

Network & security solutions.

11. Training requirements

• Bidder should provide training to Bank employees on half yearly basis to identify risk

and to perform root cause analysis

• Bidder should educate IPPB employees to identify potential risk and techniques to

mitigate that risk

Bidder should confirm at the end of the audit that functioning of activities audited are in

compliance with:

1.Bank’s IT and security policies

2.External regulations i.e. IT Act 2000, IT (Amendment) Act 2008, RBI guidelines &

recommendations, Banker‘s Evidence Act, Gopalakrishna Recommendation and any other

legal and regulatory requirements.

3.Compliance to ISO 27001 standards (or later version) for the activities complied to it

4.Adherence to Long and short term IT plan

5.Adherence to the business strategy of IPPB

Page 66: Request for Qualifications (RFQ) - India Post · Corporate Office, Malcha Marg Post Office Building, Chanakyapuri, New Delhi – 110021. Address for Communication India Post Payments

66

8. Empanelment Period

1.The Selected Bidder/s will be empaneled for a period of 3 years from the date of result

declaration

2.Empanelment doesn’t mandate IPPB to provide work orders to the bidders

3.At the end of the empanelment period, IPPB at its sole discretion can extend the

empanelment period of either all Bidder/s or a selected few

4.IPPB can run fresh RFQ process in the middle of the empanelment period to empanel new

bidders

9. List of Abbreviations

Acronym Full Form

CBS Core Banking System

IS Information Security

DC Data Centre

DRC Disaster Recovery Centre

NDR Near Disaster Recovery

HO Head Office

IT Information Technology

NPCI National Payments Corporation of India

IPS Intrusion Prevention System

BCP Business Continuity Plan

DB Database

WAN Wide Area Network

LAN Local Area Network

IPPB India Post Payments Bank

UAT User Acceptance Testing

RFQ Request for Qualification

CERT-in Indian Computer Emergency Response Team

SLA Service Level Agreement