70
RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 1 Request for Proposal for Comprehensive Onsite maintenance and end to end Support Services for Entire GPS - Middleware Solution Ref: BOI:HO:IT:AL:117 dated 04.05.2019

Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 1

Request for Proposal

for

Comprehensive Onsite

maintenance and end to end

Support

Services for Entire

GPS - Middleware Solution

Ref: BOI:HO:IT:AL:117 dated 04.05.2019

Page 2: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 2

PART 1: INVITATION TO BID The Bank having its Head Office at Star House 2, C-4, ‘G’ Block, Bandra Kurla Complex, Bandra (East), Mumbai - 400051, hereby invites from eligible vendors (Refer Clause “3.3” for eligibility criteria), sealed bids for comprehensive onsite maintenance and onsite Support Services for entire GPS- Middleware Application, Database, MQ,IBM-WAS( Websphere Application Server),New implementations, Operations etc, for 04 (four) years. Comprehensive Onsite maintenance and end to end Support Services for Entire GPS - Middleware Solution The brief details of the RFP is following:

1) The Bank intends to procure a total solution for comprehensive onsite maintenance and onsite Support Services for entire GPS- Middleware Application, Database, MQ, IBM-WAS( Websphere Application Server), New implementations, Operations etc for a period of 04(four) years. The

detailed scope with technical details is mentioned in related clauses of RFP.

2) The interested bidders can download RFP/bidding document / corrigendum, pre bid clarifications (if any) from the Bank’s website http://www.bankofindia.co.in under Tenders section. Cost of the Bid is Rs.30,000/- (non-refundable) and shall be payable by means of Demand Draft / Bank Order along with the completed Bid in a separate cover. The interested vendors may also collect this RFP from the Information Technology Department, Head Office located at the address as mentioned on page 3 after paying the Bid cost by means of a non-refundable Demand Draft / Pay Order for Rs. 30,000/- (Rupees Thirty Thousand Only) favoring Bank of India. Bids without the DD / Pay Order shall not be accepted.

3) The Earnest Money Deposit for the bid is of Rs.20,00,000/- (Rs. Twenty Lakhs Only) by way of Bank Guarantee (format as per Annexure F(a)) from any of the commercial banks (other than Bank of India) in an acceptable form favoring “Bank of India – EMD for

“Procurement of comprehensive onsite maintenance and onsite Support Services for entire GPS- Middleware Application, Database, MQ, IBM –WAS (Websphere Application Server),New implementations, Operations, Disputes management for a period of 04(four) years”, Mumbai. No interest shall

be allowed on the Earnest Money deposit. Bids without Earnest Money deposit are liable for rejection.

4) The EMD (in form of DD/PO/BG only) and cost of bid (in form of DD/PO only) will be submitted in a separate envelope. No other mode will be acceptable.

5) In this regard, a two-envelope bidding Procedure - Technical Bid and Price Bid in separate envelopes will be adopted. The technically complete and commercially competitive bids shall be submitted in two parts viz. Part A - Qualifying and Technical Bid and Part-B Price Bid in separate sealed cover. The Bids should be delivered to

Page 3: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 3

the address mentioned below with acknowledgement due so as to reach before 15.00 hours on or before 27.05.2019. If the last day of submission of bid is declared holiday under Negotiable Instruments Act by the Government subsequent to the issuance of RFP, the next working day will be deemed to be the last date of submission of the Bid. The bids, which are received after the above mentioned date and time, are liable to be rejected at the discretion of the Bank.

6) The Bank shall not be liable for non-delivery of documents due to Postal/Courier delay or loss of documents in transit etc., if any, in submitting the Bid. The Qualifying & Technical Bid shall be opened in the presence of Bidders on 27.05.2019 at 16:00 hrs in the below mentioned Premises. The Bidder’s representative may be present during the Technical Bid opening at our Office well in time along with the authorization letter from the bidder’s company.

7) The interested and eligible bidders are requested to submit complete technical

and commercial proposals in accordance with the terms and conditions contained herein this document.

8) Evaluation criteria, evaluation of the responses to the RFP and subsequent

selection of the successful bidders will be entirely at the Bank’s discretion. The Bank reserves the right to reject any or all proposals without any reasons therefore. The Bank’s decision shall be final and no correspondence about the decision shall be entertained hereafter.

9) The Bidding Document may be obtained from the Bank as under or downloaded

from Bank’s Website http://www.bankofindia.co.in/tenders and the bid should be submitted to the office of Bank Of India , Information Technology Department, Head office, Star House 2, C-4, G-Block, 8th Floor, West Wing Bandra Kurla Complex, Bandra (East), Mumbai – 400 051 ( Telephone No. 022-6744 9435).

For queries and clarification regarding the RFP, please feel free to contact

us at the e-mail id provided in the next sheet.

Please note that all the desired information are needed to be provided. Incomplete information may lead to non-selection.

All Bids must be accompanied by Bid Security as specified in the Bid document.

Bank reserves the right to change the dates mentioned below or in the RFP, which will be communicated.

This document shall not be transferred, reproduced or otherwise used for purpose other than for which it is specifically issued.

Interested Bidders are advised to go through the entire document before

Page 4: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 4

submission of Bids to avoid any chance of elimination. The criteria and the actual process of evaluation of the responses to this RFP and subsequent selection of the successful Bidder will be entirely at Bank’s discretion. This RFP seeks proposal from Bidders who have the necessary experience, capability & expertise to provide BOI the proposed Services adhering to Bank’s requirements outlined in this RFP.

Date and Time of commencement of inspection / Sale of Bid Document

04/05/2019

Last date for requesting any clarification

09/05/2019 up to 03.00 PM.

Pre - bid Meeting at Head Office, IT Department, BKC, Mumbai 51

10/05/2019 from 10.30 AM to 12.30 PM.

Last Date and Time for Receipt of Bids at Bank of India(Address as given below)

27/05/2019 by 3.00 PM on that day.

Date and Time of opening of Technical Bids

27/05/2019 at 4.00 PM

Date and time of opening of Price Bids / reverse auction

Will be advised separately.

Contact Person Shri Atul Lakhote, Chief Manager [email protected]

Shri Altaf Jamadar Senior Manager [email protected]

Address for Communication and Submission of bid.

The General Manager, Information Technology Department,

8th Floor, Star House 2, C-4, G-Block,

Bandra Kurla Complex, Bandra East, Mumbai – 400 051. Phone Numbers: 022 – 6744 7093 Email: [email protected]

Bid Document Availability Bidding document can be downloaded from website

Page 5: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 5

PART – 2 DISCLAIMERS & DEFINITIONS

2.1. The information contained in this RFP document or information provided

subsequently to Bidder(s) whether verbally or in documentary form/email by or

on behalf of Bank of India (Bank), is subject to the terms and conditions set out

in this RFP document.

2.2. This RFP is not an offer by Bank of India, but an invitation to receive responses

from the eligible Bidders. No contractual obligation, whatsoever, shall arise from

the RFP process unless and until a formal contract is signed and executed by

duly authorized official(s) of Bank of India with the selected bidder.

2.3. The purpose of this RFP is to provide the Bidder(s) with information to assist

preparation of their Bid proposals. This RFP does not claim to contain all the

information, each Bidder may require. Each Bidder should conduct its own

investigations and analysis and should check the accuracy, reliability and

completeness of the information contained in this RFP and where necessary

obtain independent advices/clarifications. Bank may in its absolute discretion,

but without being under any obligation to do so, update, amend or supplement

the information in this RFP.

2.4. The Bank, its employees and advisors make no representation or warranty

and shall have no liability to any person, including any Applicant or 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 RFP or otherwise, including the accuracy, adequacy, correctness,

completeness or reliability of the RFP and any assessment, assumption,

statement or information contained therein or deemed to form or arising in any

way for participation in this bidding process.

2.5. 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 RFP.

2.6. The issue of this RFP does not imply that the Bank is bound to select a Bidder

or to appoint the Selected Bidder or Concessionaire, as the case may be, for

the Project and the Bank reserves the right to reject all or any of the Bidders or

Bids without assigning any reason, whatsoever.

2.7. The Bidder is expected to examine all instructions, forms, terms and

specifications in the bidding Document. Failure to furnish all information

Page 6: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 6

required by the bidding Document or to submit a Bid not substantially responsive

to the bidding Document in all respect will be at the Bidder’s risk and may result

in rejection of the Bid.

2.8. The information contained in this Request for Proposal (RFP) document or

information provided subsequently to bidder(s) or applicants whether verbally

or in documentary form by or on behalf of Bank of India (Bank), is provided to

the bidder(s) on the terms and conditions set out in this RFP document and all

other terms and conditions subject to which such information is provided.

2.9 Independent External Monitors (IEM)

Bank of India has empanelled Independent External Monitors (IEMs) for implementation

of Integrity Pact (IP) in respect of procurements as per directives received from the

Central Vigilance Commission (CVC).

The details are as under:-

1 2

Dr. Joginder Paul Sharma, IAS (Retd) Ex-Principal Secretary. Govt. of UP D-266, Sector-47,Noida, UP Mobile: 9650999444 e-mail: [email protected]

Shri Ashwani Kumar Ex-CMD, Dena Bank Flat No. 101, 1st Floor Plot No. F.P. No.81, Ruby Bandra West Ruby CHSL, 29th Road, Near Duruoella Convent High School. Mobile: 9920262626 Email:[email protected]

Integrity Pact

Venders/bidders/sellers, only those who commit themselves to Integrity Pact (IP) with

the Bank, would be considered competent to participate in the bidding process. In other

words, entering into this pact would be the preliminary qualification. In case of bids not

accompanied with signed IP by the bidders along with the technical bid, the offers shall

be summarily rejected.

IP shall cover all phases of contract i.e. from the stage of Notice Inviting Tenders

(NIT)/Request for Proposals (RFP) till the conclusion of the contract i.e. final payment

or the duration of warrantee/guarantee. Format of IP is provided as Annexure-E for strict

compliance.

Page 7: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 7

Definitions:

In this connection, the following terms and conditions shall be interpreted as indicated

below:

i. “GPS” Global Payment System developed by Montran Pvt. Ltd. ,used as Middleware for RTGS,NEFT,SWIFT,NACH,PFMS. Development for RRB, Foreign CBS, NSCCL Module, LC/BG and any other development from time to time depending upon business requirement.

ii. “Bank / Purchaser / Bank of India” ‘means the Bank of India (including domestic branches and foreign offices) and subsidiaries.

iii. “Applicant/Bidder/System Integrator” means an eligible entity/firm

submitting a Proposal/Bid in response to this RFP.

iv. “Proposal / Bid” means the written reply or submission of response to this

RFP.

v. “The Contract” means the agreement entered into between the Bank and the

Vendor, as recorded in the Contract Form signed by the parties, including all

attachments and appendices thereto and all documents incorporated by

reference therein.

vi. “Vendor/Supplier/Contractor/Service Provider” is the successful Bidder

found eligible as per eligibility criteria set out in this RFP, whose technical Bid

has been accepted and who has emerged as L1 Bidder as per the selection

criteria set out in the RFP and to whom notification of award has been given by

the Bank.

vii. “The Contract Price/Project Cost” means the price payable to the Vendor under the Contract for the full and proper performance of its contractual obligations.

viii. “Services” means all services, scope of work and deliverables to be provided by a Bidder as described in the RFP and include provision of technical assistance, training, certifications, auditing and other obligation of the Vendor covered under this RFP.

Page 8: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 8

ix. Annual Maintenance Contract (AMC) - It would be the annual cost of maintenance/upkeep/update of product or specified hardware and software.

x. Project Cost and Total Cost of Ownership:

Project Cost and Total Cost of Ownership (TCO) means the final price quoted by the Service Providers during the reverse auction and payable to the Service Provider under the contract for the full and proper performance of its contractual obligations.

xi. RFP: The request for proposal (this document) in its entirety, inclusive of any addenda that may be issued by the Bank.

Page 9: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 9

Part 3. INSTRUCTIONS FOR BIDDERS (IFB)

A. Introduction

3.1 General

3.1.1 The Bank wishes to award comprehensive Onsite Support services for Global Payment System developed by M/s Montran Pvt. Ltd, used as Middleware for RTGS, NEFT, SWIFT, NACH, PFMS. In upcoming years, bank will add more features in middleware as per business requirement and bank’s upcoming business with different entities e.g add RRB, Foreign CBS flow with GPS and another payment system application if any in future, as per Banks decisions. Further Bank can migrate / upgrade the servers for the Payment System and middleware.

3.2. Broad Scope of Work

3.2.1 Detailed scope of specifications is given in Part 5 of this document. 3.2.2 Periodically reports as and when asked /decided should be submitted to the

Bank. 3.2.3 The vendor will have to provide the necessary support service to all the

related application software, databases, Windows patches, VAPT Compliances, DR drill Activities, Reconciliation being run in the Bank and wherever required by the Bank.

3.3 Eligibility Criteria

1. The bidder should be a registered company in India as per

Companies Act,1956. The Certificate of Incorporation issued by Registrar of Companies along with the copies of Memorandum and Articles of Association are required to be submitted along with the technical bid.

2. The Bidder must have minimum annual turnover of Rs. 50 Crores for each of the last three (3) financial years. (Certified / Audited Balance Sheets and P&L statements for last 3 years should be submitted in support of the turnover.)

3. The bidder should have made a profit in each of the last two financial

years i.e. 2016-17 and 2017-18 and have a positive net worth as per audited balance sheet and P&L account. The copies of audited balance sheet for 2016-17 and a provisional Balance sheet for 2017-18 verified

Page 10: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 10

by Chartered Account are to be submitted.

4. The bidder should have back to back tie up and experience in handling of Operations related to GPS-Montran Middleware applications in any bank in India.

5. The bidder should not have been blacklisted by any Government

/ Government agency / Bank / Financial Institution in India in the past. Self-declaration letter on the Company’s letterhead should be submitted along with technical bid.

6. The Bidder should submit a Certificate from their Chartered Accountants

regarding their financial capability, besides furnishing a capability certificate of minimum of Rs.1.0 crore from a public sector Bank.

7. A letter from all the banks, where the support services have been provided, confirming about the satisfactorily services being offered.

Name of the Client

Nature of the Project

Scope of the Project

Project Deliverables

Hardware and Software environments of the Project

Nature of the Services offered to the client Name of the person who can be referred to from Clients' side,

with Name, Designation, Postal Address, Contact Phone and Fax numbers, E-Mail IDs, etc. (please attach copies of purchase orders)

8. Letter from a l l the banks , where the sup p o r t se rv i ce s have been provided, confirming about the satisfactorily services being provided.

9. The bidder should have branch / service centres / franchises at

Mumbai. List of branch / service centres / franchises with full details of Name, Address / Telephone Numbers should be attached. (Above details are MANDATORY and are to be included in technical bid. Without the above details, the Bid is liable to be rejected)

3.4 Cost of Bidding

3.4.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Bank will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the Bidding process.

Page 11: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 11

B. The Bidding Documents

3.5 Content of Bidding Documents

3.5.1 The services required, Bidding procedures, and contract terms are prescribed

in the Bidding Documents. The Bidding Documents include:

(a) PART 1 – INVITITATION TO BID (ITB) (b) PART 2 – DISCLAIMER & DEFINITIONS (c) PART 3 – INSTRUCTIONS FOR BIDDERS (IFB) (d) PART 4 – TERMS AND CONDITIONS OF CONTRACT (TCC) (e) PART 5 – TECHNICAL & FUNCTIONAL SPECIFICATIONS (TFS) (f) PART 6 – BID FORMS, PRICE SCHEDULES AND

OTHER FORMATS (BF) (g) PART 7 – OTHER TERMS AND CONDITIONS (OTC)

3.5.2 The bidder is expected to examine all instructions, forms, terms and specifications in the Bidding Document. Failure to furnish all information required by the Bidding Document or to submit a Bid not substantially responsive to the Bidding Document in every respect will be at the Bidder’s risk and may result in the rejection of the Bid.

3.6 Clarification of Bidding Documents

3.6.1 Bidder requiring any clarification of the Bidding Document may notify the Bank

in writing by e-mail indicated in Invitation to Bid on or before 09/05/2019 upto 03:00 pm.

3.6.2 A pre-bid meeting is scheduled on from 10:30 am to 12:30 pm. Relaxation

in any of the terms contained in the Bid, in general, will not be permitted, but if granted, the same will be put up on Bank’s Website.

3.7 Amendment of Bidding Documents

3.7.1 At any time prior to the deadline for submission of Bids, the Bank, for any

reason, whether, at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the Bidding Document, by amendment.

3.7.2 Notification of amendments will be put up on the Bank’s Website and will be binding for all Bidders.

3.7.3 In order to allow prospective Bidders reasonable time in which to take the

amendment into account in preparing their Bids, the Bank, at its discretion, may extend the deadline for a reasonable period as decided by the Bank for the submission of Bids.

Page 12: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 12

C Preparation of Bids

3.8 Language of Bid

3.8.1 The Bid prepared by the Bidder, as well as all correspondence and documents

relating to the Bid exchanged by the Bidder and the Bank and supporting documents and printed literature shall be written in English.

3.9 Documents Comprising the Bid

3.9.1 Documents comprising the Technical Bid Envelope should be:

a) Bid Form as per Format-6.1.1 completed in accordance with the

clauses in the Bid and duly signed by the Bidder.

b) Documentary evidence, establishing that the Bidder is eligible to Bid and is qualified to perform the contract, as per Clause 3.13 of the Bidding Document, if its Bid is accepted.

c) Documentary evidence, establishing that the products, systems and

ancillary services, to be supplied by the Bidder, are eligible products and services and conform to Part 5 of the Bidding Document.

d) A full description of the Technical solution, which must provide an

acceptable solution to the business requirements, described in Part 5: TECHNICAL & FUNCTIONAL SPECIFICATIONS. Any Technical Bid containing any price information will be rejected.

e) Bid security for Rs.20.00 lakhs furnished as specified in Clause 3.15 herein.

f) Details of Projects Handled / Referral Letters as per Clause 3.3

g) A Non-disclosure Agreement as per Format 6.2.

h) Service Support Details Form, as per Format 6.8.

While submitting the Technical Bid, literature on the software, should be segregated and kept together in one section/lot. The other papers like Bid Security, Forms as mentioned above, etc. should form the main section and should be submitted in one lot, separate from the section containing literature and annual accounts.

Page 13: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 13

3.9.2 Documents comprising Price Bid Envelope, should be:

a) A Full Price Schedule of the Solution indicating all the components of the solution and services (Format 6.3).

b) The Bid, as per Format 6.1.2 as furnished in the Bidding

Documents duly signed by the Bidder and completed.

3.10 Bid Form

3.10.1 The Bidder shall complete both the two Envelopes of the Bid Form furnished in the Bidding Document separately, indicating the products to be supplied, a brief description of the products, their country of origin, quantity and prices, and submit them simultaneously to the Bank. Bids are liable to be rejected if only one (i.e. Technical Bid or Price Bid) is received.

3.11 Bid Prices

3.11.1 The prices indicated in the Price Schedule shall be entered in the following manner:

a) The total price quoted must be inclusive of cost of providing

onsite support services for GPS applications for four years, all applicable taxes, duties, levies, charges etc exclusive of Sales tax and /or VAT payable in the respective State and Octroi or entry-tax or such similar tax, payable to Local Government / Municipal authorities.

b) Prices quoted as above shall be valid for a minimum period of 180

days from last date for submission of the tender.

3.11.2 Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the Contract and shall not be subject to variation on any account, including exchange rate fluctuations, changes in taxes, duties, levies, charges etc. A Bid submitted with an adjustable price quotation will be treated as non-responsive and will be rejected.

3.12 Bid Currencies 3.12.1 Bids are to be quoted in Indian Rupees only

Page 14: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 14

3.13 Documents Establishing Bidder’s Eligibility and Qualifications

3.13.1 The Bidder shall furnish, as part of its Bid, documents establishing the Bidder’s eligibility to Bid and its qualifications to perform the Contract, if its Bid is accepted.

3.13.2 The documentary evidence of the Bidder’s qualifications to perform the

Contract, if its Bid is accepted, shall establish to the Bank’s satisfaction:

a) that the Bidder has the technical and functional capability necessary to perform the Contract as per format 6.7 (Organization Profile).

b) that adequate, and related software expertise, are already available to ensure that the support services are responsive, and the Bidder will assume total responsibility for the fault-free operation of the services proposed and maintenance during the service period.

3.14 Documents Establishing Eligibility of Products and Conformity to Bid Documents

3.14.1 The Bidder shall furnish, as part of its Bid, documents, establishing the

eligibility and conformity to the Bidding Documents, of all products and/or services, which the Bidder proposes to supply under the Contract.

3.14.2 The documentary evidence of conformity of the products and/or services

to the Bidding Documents may be in the form of literature, drawings, and data, and shall consist of:

a. a detailed description of the essential technical and performance characteristics of the products and/or services as mentioned in Format 6.3 (Price Schedule).

b. an item-by-item commentary on the Technical & Functional

Specifications given in the Bid, demonstrating substantial responsiveness of the products and/or services to those specifications, or a statement of deviations and exceptions to the provisions of the Technical & Functional Specifications.

c. a confirmation that, if the Bidder offers support services efficiently on the system proposed by the Bidder; and the Bidder is willing to accept responsibility for its successful operation.

Page 15: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 15

3.15 Bid Security

3.15.1 The Bidder shall furnish, as part of its Bid, a Bid security in Clause 3.9.1 (e).

3.15.2 The Bid security is required to protect the Bank against the risk of Bidder’s conduct, which would warrant the security’s forfeiture.

3.15.3 The Bid security shall be denominated in Indian Rupees and shall be in

one of the following forms:

a) a bank guarantee issued by a nationalized / public sector bank in India (except by Bank of India), acceptable to the Bank, in the form as per format 6.4 provided in the Bid, valid for forty-five (45) days beyond the validity of the Bid

OR

b) a Banker’s Cheque/Demand Draft, issued by a nationalized / public sector bank in India, drawn in favour of Bank of India and valid for three months.

3.15.4 Any Bid not secured, as above, will be rejected by the Bank, as non-

responsive.

3.15.5 Unsuccessful Bidders’ Bid security will be discharged or returned as promptly as possible, but not later than sixty (60) days after the expiration of the period of Bid validity (i.e. not later than prescribed by the Bank).

3.15.6 The successful Bidder’s Bid security will be discharged upon the Bidder

signing the Contract and furnishing the performance security as per format 6.6.

3.15.7 The Bid security may be forfeited:

a) if a Bidder withdraws its Bid during the period of Bid validity

specified by the Bidder on the Bid Form; or

b) if a Bidder makes any statement or encloses any form, which turns out to be false/incorrect at any time prior to signing of Contract; or

c) in the case of a successful Bidder, if the Bidder fails;

(i) to sign the Contract; OR

(ii) to furnish Performance Security as mentioned in Clause

3.32 herein.

Page 16: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 16

3.16 Period of Validity of Bids

3.16.1 Bids shall remain valid for a period mentioned in Clause 7.2, from the date of opening of the Bid. A Bid valid for a shorter period shall be rejected by the Bank as non-responsive.

3.16.2 In exceptional circumstances, the Bank may solicit the Bidders’ consent

for an extension of the period of validity. The request and the responses thereto shall be made in writing. The Bid security provided shall also be suitably extended.

3.17 Format and Signing of Bid

3.17.1 Each Bid should be in two parts –

Part I covering the Technical Bid and Qualification aspects hereinafter referred to as "Technical Bid".

Part II covering only the price schedules hereinafter referred to as the "Price Bid".

The two parts should be in two separate covers, each super-scribed with the name of the Project mentioned in the Invitation to Bid, Bid No., as well as “Technical Bid” and “Price Bid” as the case may be, as detailed below. The superscription should also cover details regarding the project etc., as required vide clause 3.18 below.

3.17.2 The Bid shall be typed or written in indelible ink and shall be signed by the

Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the Bids shall initial all pages of the Bids, except for un-amended printed literature.

3.17.3 Any inter-lineations, erasures or overwriting shall be valid only if they are

initialed by the person signing the Bids. The bank reserves the right to reject bids not confirming to above.

D. Submission of Bids

3.18 Sealing and Marking of Bids

3.18.1 The Bidders shall seal the envelopes containing “Technical Bid” and “Price Bid” separately and the two envelopes shall be enclosed and sealed in an outer envelope.

Page 17: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 17

3.18.2 The inner and outer envelopes shall:

a) be addressed to the Bank at the address given; and b) bear the Project Name "RFP for Onsite Support for GPS Application”

and a statement: “DO NOT OPEN BEFORE (mention respective bid opening dates)”.

c) All envelopes should indicate on the cover the name and address of the Bidder.

3.18.3 If the outer envelope is not sealed and marked, the Bank will assume no

responsibility for the Bid’s misplacement or premature opening.

3.19 Deadline for Submission of Bids

3.19.1 Bids must be received by the Bank at the address specified, no later than

the date & time specified in the Invitation to Bid.

3.19.2 The Bank may, at its discretion, extend this deadline for the submission of Bids by amending the Bid Documents, in which case, all rights and obligations of the Bank and Bidders previously subject to the deadline, will thereafter be subject to the deadline as extended.

3.20 Late Bids

3.20.1 Any Bid received by the Bank after the deadline for submission of Bids

prescribed, will be rejected and returned unopened to the Bidder.

3.21 Modification and Withdrawal of Bids

3.21.1 The Bidder may modify or withdraw its Bid after the Bid’s submission, provided that written notice of the modification, including substitution or withdrawal of the Bids, is received by the Bank, prior to the deadline prescribed for submission of Bids.

3.21.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed,

marked and dispatched. A withdrawal notice may also be sent by Fax, but followed by a signed confirmation copy, postmarked not later than the deadline for submission of Bids.

3.21.3 No Bid may be modified after the deadline for submission of Bids.

3.21.4 No Bid may be withdrawn in the interval between the deadline for

Page 18: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 18

submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Bid Form. Withdrawal of a Bid during this interval may result in the Bidder’s forfeiture of its Bid security.

E. Bid Opening and Evaluation

3.22 Opening of Bids by the Bank

3.22.1 The Bidders’ names, Bid modifications or withdrawals and the presence or absence of requisite Bid Security and such other details as the Bank, at its discretion, may consider appropriate, will be announced at the Bid opening. No bid shall be rejected at bid opening, except for late bids, which shall be returned unopened to the Bidder.

3.22.2 Bids (and modifications sent), that are not opened at Bid opening, shall

not be considered further for evaluation, irrespective of the circumstances. Withdrawn bids will be returned unopened to the Bidders.

3.23 Clarification of Bids

3.23.1 During evaluation of the Bids, the Bank, at its discretion, may ask the

Bidder for clarification of its Bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the Bid shall be sought, offered, or permitted.

3.24 Preliminary Examination

3.24.1 The Bank will examine the Bids to determine whether they are complete,

required formats have been furnished, the documents have been properly signed, and the Bids are generally in order.

3.24.2 The Bank may, at its discretion, waive any minor infirmity, non-conformity,

or irregularity in a Bid, which does not constitute a material deviation.

3.24.3 Prior to the detailed evaluation, the Bank will determine the substantial responsiveness of each Bid to the Bidding Document. For purposes of these Clauses, a substantially responsive Bid is one, which conforms to all the terms and conditions of the Bidding Document, without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Bid Security, Applicable Law, Performance Security, Qualification Criteria, Insurance, Warranty, AMC and Force Majeure will be deemed to be a material deviation. The Bank’s determination of a Bid’s responsiveness is to be based on the contents of the Bid itself, without recourse to extrinsic evidence. The Bank reserves the right to evaluate the bids on technical & functional parameters including possible visit to inspect live site/s of the Vendor and witness demos of the system and verify functionalities, response times, etc.

Page 19: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 19

3.24.4 If a Bid is not substantially responsive, it will be rejected by the Bank and

may not subsequently be made responsive by the Bidder by correction of

the non-conformity. The technical evaluation will take into account the capability of the bidder to provide the support services.

3.24.5 Only those bidders whose Technical bids have been found substantially

responsive would be intimated by the Bank about their responsiveness and price bids of only those bids will be opened.

3.25 Evaluation and Comparison of Price Bids

3.25.1 The Technical Bids will be evaluated as per eligibility criteria. Thereafter the

Bank reserves the right of selection of vendor by opening of Price Bids.(who are found eligible after evaluation of Technical Bids).

3.25.2 After opening of price bids and declaring the prices, the Bank will evaluate

and compare the Price Bids. The Bank will evaluate and compare the Price bids, which have been determined to be responsive.

3.25.3 Arithmetical errors will be rectified on the following basis. If there is a

discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Successful Bidder does not accept the correction of the errors, its Bid will be rejected, and its Bid security may be forfeited. If there is a discrepancy between words and figures, the amount in words will prevail.

3.25.4 L1 will be decided among the technically qualified bidders on the basis of

price bids submitted, subject to clause 3.25.5 of RFP.

3.25.5 The Bank’s evaluation of a Price Bid will take into account, in addition to the Bid price quoted, one or more of the following factors: a) deviations in payment schedule from that specified; b) deviations in prices quoted; c) other specific criteria indicated in the Bid and/or in the Technical &

Functional Specifications & Price Schedule.

3.26 Contacting the Bank

3.26.1 No Bidder shall contact the Bank on any matter relating to its Bid, from the

time of opening of Bid to the time the Contract is awarded.

Page 20: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 20

3.26.2 Any effort by a Bidder to influence the Bank in its decisions on Bid evaluation, Bid comparison or contract award, may result in the rejection of the Bidder’s Bid.

F. Award of Contract

3.27 Post-qualification 3.27.1 All the Price bids after their evaluation on the parameters mentioned above

would be arranged in ascending order and the contract would be awarded to the Bidder (Service Provider) whose bid has been evaluated to be the lowest (L1).

3.28 Award Criteria

3.28.1 The Bank will award the Contract to the successful Bidder who has been

determined to qualify to perform the Contract satisfactorily, and whose Bid has been determined to be substantially responsive, and is the lowest evaluated Bid.

3.29 Bank’s Right to Accept Any Bid and to Reject Any or All Bids

3.29.1 The Bank reserves the right to accept or reject any Bid, and to annul the

Bidding process and reject all Bids, at any time prior to awarding the contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Bank’s action. Bank shall reject the Bid of the bidder (service provider), whose any services/product was provided to the Bank in the past and satisfactory services were not provided to the Bank

3.30 Notification of Award

3.30.1 Prior to expiration of the period of Bid validity, the Bank will notify the

successful Bidder (Service Provider) in writing or by fax, that its Bid has been accepted.

3.30.2 The notification of award will constitute the formation of the Contract.

3.30.3 Upon the successful Bidder’s furnishing of Performance Security, the Bank

will promptly notify each unsuccessful Bidder (Service Provider) and will discharge its Bid security.

3.31 Signing of Contract

3.31.1 At the same time as the Bank notifies the successful Bidder (Service

Page 21: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 21

Provider) that its Bid has been accepted, the Bank will send the Bidder the Contract Form as per format 6.5, incorporating all agreements between the parties.

3.31.2 Within the period prescribed in clause 7.4, from the date of receipt of the

Form of contract, the successful Bidder (Service Provider) shall sign and date the Contract and return it to the Bank.

3.32 Performance Security

3.32.1 Performance Security in the required format is to be submitted by the successful bidder (Service Provider) as per Clause 4.6

3.32.2 Failure of the successful Bidder (Service Provider) to comply with the

requirement of Clause 3.29.2 or Clause 3.30.1 shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid security, in which event, the Bank may make the award to the next highest evaluated Bidder or call for new Bids.

Note: Not withstanding anything said above, the Bank reserves the right to reject

/ award the contract to any vendor or cancel the entire process without assigning reasons thereto.

Page 22: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 22

4. TERMS AND CONDITIONS OF CONTRACT (TCC)

TABLE OF CLAUSES

4.1 Definitions 4.29 Services and Support

4.2 Country of Origin 4.30 Compliance with IS Security Policy

4.3 Standards 4.31 Right To Audit

4.4 Use of Contract Documents and Information

4.32 Subcontracting

4.5 Site Preparation and Installation

4.33 Validity of Agreement

4.6 Performance Security 4.34 Limitation of Liability

4.7 Deliverables

4.35 Confidentiality

4.8 Incidental Services 4.36 Delay in the Vendor’s

Performance

4.9 Payment 4.37 Vendor’s Obligations

4.10 Prices 4.38 Technical Documentation

4.11 Change Orders 4.39 Fraud & Corrupt Practices

4.12 Contract Amendments 4.40 Tax deduction at Source

4.13 Assignments 4.41 Other terms and conditions

4.14 Delay in Supplier’s Performance

4.42 Resource Criteria

4.15 Liquidated Damages 4.43 New Implementations

4.16 Termination for Default 4.44 Handling and completion of Pending Issues

4.17 Force Majeure

Page 23: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 23

4.18 Termination for insolvency

4.19 Termination for Convenience

4.20 Resolution of Disputes

4.21 Governing Language

4.22

Applicable Law

4.23 Addresses for Notices

4.24

Taxes and Duties

4.25 Supplier’s Integrity

4.26 Supplier’s obligations

4.27 Facility Management Service

4.28 Penalties

Page 24: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 24

4. TERMS AND CONDITIONS OF CONTRACT (TCC)

4.1. Definitions

. In this Contract, the following terms shall be interpreted as indicated: 4.1.1 “Service Provider” is the successful Bidder who has been determined to qualify

to perform the contract satisfactorily and whose Bid has been determined to be substantially responsive and is the lowest evaluated Bid;.

4.1.2 “The Contract” means the agreement entered into between the Bank and the

Service Provider, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein;

4.1.3 “The Contract Price” means the price payable to the Service Provider under

the Contract for the full and proper performance of its contractual obligations; 4.1.4 “The Services” means those services ancillary to the installation, commissioning,

customization, provision of technical assistance, Maintenance and other such obligations of the Service Provider covered under the Contract;

4.1.5 “TCC” means the Terms and Conditions of Contract contained in this

section; 4.1.6 “The Project Site” means the location of the sites identified by the Bank.

4.1.7 ‘Successful Bidder’ is the Service Provider whose has been accepted to provide the service as per the details in this document.

In case of a difference of opinion on the part of the Bidder (Service Provider) in comprehending and/or interpreting any Clause / Provision of the Bid Document after submission of the Bid, the interpretation by the Bank shall be binding and final on the Bidder.

4.1.8 'System' means a Computer System consisting of Software, etc., which should

work together to provide the services as mentioned in the Bid and to satisfy the Technical and Functional Specifications mentioned in the Bid.

4.1.9 ‘GPS Middleware solution or GPS Application’ means entire gambit o f

Application software, database, oracle, MQ, WAS, Middleware and all other third party utilities / programs etc of all versions including upgrades which are required for successful use which will seamlessly integrate with the environment described in this document without any hitch or hindrance.

Page 25: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 25

In case of a difference of opinion on the part of the Bidder in comprehending and/or interpreting any Clause / Provision of the Bid Document after submission of the Bid, the interpretation by the Bank shall be binding and final on the Bidder.

4.2 Country of Origin

4.2.1 All goods and related services to be supplied under the Contract shall

have their origin in eligible source countries, as per the prevailing Import Trade Control Regulations in India.

4.2.2 For the purposes of this clause, ‘origin’ means the place where the goods

are mined, grown or manufactured or produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembly of components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

4.3 Standards

4.3.1 The Service provided under this Contract shall conform to the standards

mentioned in the Technical Specifications, and, when no applicable standard is mentioned, to the authoritative standards appropriate to the Service Providers’ country of origin. Such standards shall be the latest issued by the institution concerned.

4.4 Use of Contract Documents and Information

4.4.1 The Supplier shall not, without the Bank’s prior written consent, disclose

the Contract, or any provision thereof, or any specification, plan, sample or information furnished by or on behalf of the Bank in connection therewith, to any person other than a person employed by the Service Provider in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

4.4.2 The Service Provider shall not, without the Bank’s prior written consent,

make use of any document or information enumerated in this Bidding Document except for purposes of performing the Contract.

Page 26: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 26

4.4.3 Any document, other than the Contract itself, enumerated in this Bidding

Document shall remain the property of the Bank and shall be returned (in all copies) to the Bank on completion of the Supplier’s performance under the Contract, if so required by the Bank.

4.4.4 The Bidder (Service Provider) shall sign a Non-disclosure Agreement as per Format 6.2.

4.5 Site preparation and installation

The Bank is solely responsible for the construction of the hardware site in compliance with the technical and environmental specifications. The Bank will designate the installation site before the scheduled installation date, to allow the Supplier to perform a site inspection to verify the appropriateness of the sites before the installation / commissioning of the software.

4.6 Performance Security

4.6.1 Within the period prescribed under Clause 7.3 from date of receipt of the

notification of Contract award, the Service Provider shall furnish to the Bank, the Performance Security for an amount as per Clause 7.6 valid up to the period specified in clause 7.5.

4.6.2 The proceeds of the performance security shall be payable to the Bank as

compensation for any loss resulting from the Service Provider’s failure to complete its obligations under the Contract.

4.6.3 The Performance Security shall be denominated in Indian Rupees and

shall be by way of a bank guarantee issued by a nationalized / public sector bank in India (other than Bank of India), acceptable to the Bank, in the Format 6.6 provided in the Bid.

4.6.4 The performance security will be discharged by the Bank and returned to

the Service Provider not later than the period specified in clause 7.5, following the date of completion of the Service Provider’s performance obligations under the Contract.

4.6.5 In the event of any contract amendment, the Service Provider shall, within

the period mentioned in clause 7.3 after receipt of such amendment, furnish the amendment to the Performance Security, rendering the same valid for the duration of the Contract, as amended for further period specified in clause 7.3.

Page 27: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 27

4.7 Deliverables

4.7.1 Providing onsite support services for all GPS applications at identified location of Bank of India, for four years.

4.7.2 Carrying out all related activities for ensuring the time stipulated and maintain

the service level agreement. 4.7.3 Monitoring the message flow on a continuous basis during the period of contract

and inform to designated officials by Bank immediately on occurrence of any event.

4.7.4 Service Provider has to monitor the link up to the Bank’s GPS setup at DC and

DR and NR sites. 4.7.5 Selected bidder has to submit a declaration stating that rates offered are valid for

a period of 4 years from the date of signing of contract.

4.8 Incidental Services

4.8.1 The incidental services to be provided are as under:-

Maintenance and software updates of the systems installed related to Point to Point Network, Technical support thereof for a period as specified in Clause 7.8.

4.9 Payment

4.9.1 Payment shall be made in Indian Rupees, as per Clause 7.9 for onsite GPS support services provided.

4.10 Prices

4.10.1 Prices payable to the Service Provider as stated in the Contract shall be

firm and not subject to adjustment during performance of the Contract, irrespective of reasons whatsoever, including exchange rate fluctuations, changes in taxes, duties, levies, charges, etc.

Page 28: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 28

4.11 Change Orders

4.11.1 The Bank may, at any time, by a written order given to the Service Provider, make changes within the general scope of the Contract in any one or more of the following:

(a) Place of onsite support service; (b) Technical and functional specifications (c) Services to be provided by the Service Provider. (d) Bank may extend the period of contract after 4 years by another

six months or till the next contract is finalized, at the rate of 4th year.

4.11.2 The Bank would have the right to:

(a) Shift the supplied solution to an alternative site of its choice. (b) Expand the capacity / enhance the feature / upgrade the

software supplied, either from the bidder, or another bidder, or developed in-house.

4.12 Contract Amendments

4.12.1 No variation in or modification of the terms of the Contract shall be made,

except by written amendment, signed by the parties.

4.13 Assignments

4.13.1 The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract, except with the Bank’s prior written consent.

4.14 Delay in the Supplier’s Performance

4.14.1 Delivery o r performance of Services shall be made by the Supplier in

accordance with the time schedule prescribed by the Bank in Clause 7.7.

4.14.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery and performance of Services, the Supplier shall promptly notify the Bank in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Bank shall evaluate the situation and may, at its discretion, extend the Suppliers’ time for performance, with or without liquidated damages, in which case, the extension shall be ratified by the parties by amendment of the Contract.

Page 29: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 29

4.14.3 Except as provided in the above clause, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

4.15 Liquidated Damages

4.15.1 If the Supplier fails to deliver any or all or perform the Services within

the time period(s) specified in the Contract, the Bank shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to 0.5 percent per week or part thereof of contract price subject to maximum deduction of 5% of the delivered price of the delayed Products or unperformed services for each week or part thereof of delay, until actual delivery or performance. Once the maximum deduction is reached, the Bank may consider termination of the Contract.

4.16 Termination for Default

4.16.1 The Bank, without prejudice to any other remedy for breach of Contract,

by a written notice of default sent to the Supplier, may terminate the Contract in whole or in part:

(a) if the Supplier fails to deliver any or all Services within the

period(s) specified in the Contract, or within any extension thereof granted by the Bank;

OR (b) if the Supplier fails to perform any other obligation(s) under the

Contract.

4.17 Force Majeure

4.17.1 Notwithstanding the provisions of TCC, the Supplier shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

4.17.2 For purposes of this clause, “Force Majeure” means an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the Bank in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

Page 30: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 30

4.17.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Bank in writing of such condition and the cause thereof. Unless otherwise directed by the Bank in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

4.18 Termination for Insolvency

4.18.1 The Bank may, at any time, terminate the Contract by giving written notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Bank.

4.19 Termination for Convenience

4.19.1 The Bank, by written notice sent to the Supplier, may terminate the

Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the Bank’s convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective. Termination for convenience should have a lock-in period of one year.

4.20 Resolution of Disputes

4.20.1 The Bank and the Supplier shall make every effort to resolve amicably by

direct informal negotiation, any disagreement or dispute arising between them under or in connection with the Contract.

4.20.2 If, the Bank and the Supplier have been unable to resolve amicably a

Contract dispute even after a reasonably long period, either party may require that the dispute be referred for resolution to the formal mechanisms specified herein below. These mechanisms may include, but are not restricted to, conciliation mediated by a third party and/or adjudication in an agreed national forum.

4.20.3 The dispute resolution mechanism to be applied shall be as follows:

(a) In case of Dispute or difference arising between the Bank and the

Supplier, relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996. Where the value of the Contract is above Rs.1.00 Crore, the arbitral tribunal

Page 31: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 31

shall consist of 3 arbitrators, one each to be appointed by the Purchaser and the Supplier. The third Arbitrator shall be chosen by mutual discussion between the Purchaser and the Supplier.

(b) Arbitration proceedings shall be held at Mumbai, and the language of

the arbitration proceedings and that of all documents and communications between the parties shall be English;

(c) The decision of the majority of arbitrators shall be final and binding

upon both parties. The cost and expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the expenses incurred by each party in connection with the preparation, presentation, etc., of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party itself; and

(d) Where the value of the contract is Rs.1.00 Crore and below, the

disputes or differences arising shall be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the parties.

4.21 Governing Language

4.21.1 The governing language shall be English.

4.22 Applicable Law

4.22.1 The Contract shall be interpreted in accordance with the laws of the Union

of India and the Bidder shall agree to submit to the courts under whose exclusive jurisdiction the Registered Office of the Bank falls.

4.23 Addresses for Notices

4.23.1 The following shall be the address of the Bank and Supplier.

Bank’s address for notice purposes: Bank of India, Information Technology Department, Head Office, Star House 2, 8

th floor, C-4, G Block ,Bandra Kurla Complex, Mumbai - 400 051

Page 32: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 32

Supplier’s address for notice purposes (To be filled in by the Supplier)

……………………………………………………………………………………… ......................……………………………………………………………………...

4.23.2 A notice shall be effective when delivered or on effective date of the notice

whichever is later. 4.24 Taxes and Duties

4.24.1 The Supplier will be entirely responsible for all applicable taxes, duties,

levies, charges, license fees, road permits, etc. in connection with delivery of services at site including incidental services and commissioning. Payment of Octroi, entry-tax, GST etc., alone, if applicable, will be made at actuals, on production of suitable evidence of payment by the Supplier.

4.24.2 Income / Corporate Taxes in India:

The Supplier shall be liable to pay all corporate taxes and income tax that shall be levied according to the laws and regulations applicable from time to time in India and the price bid by the Supplier shall include all such taxes in the contract price.

4.24.3 Tax deduction at Source:

Wherever the laws and regulations require deduction of such taxes at the source of payment, the Bank shall effect such deductions from the payment due to the Supplier. The remittance of amounts so deducted and issuance of certificate for such deductions shall be made by the Bank as per the laws and regulations in force. Nothing in the Contract shall relieve the Supplier from his responsibility to pay any tax that may be levied in India on income and profits made by the Supplier in respect of this contract.

4.24.4 The Supplier’s staff, personnel and labour will be liable to pay personal

income taxes in India in respect of such of their salaries and wages as are chargeable under the laws and regulations for the time being in force, and the Supplier shall perform such duties in regard to such deductions thereof as may be imposed on him by such laws and regulations.

4.25 Supplier’s Integrity

The Supplier is responsible for and obliged to conduct all contracted activities in accordance with the contract using state-of-the-art methods and economic principles and exercising all means available to achieve the performance specified in the Contract.

Page 33: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 33

4.26 Supplier’s obligations

The Supplier is obliged to work closely with the Bank’s staff, act within its own authority and abide by directives issued by the Bank and implementation activities.

The Supplier will abide by the job safety measures prevalent in India and will free the Bank from all demands or responsibilities arising from accidents or loss of life, the cause of which is the Supplier’s negligence. The Supplier will pay all indemnities arising from such incidents and will not hold the Bank responsible or obligated.

The Supplier is responsible for managing the activities of its personnel or sub-contracted personnel and will hold itself responsible for any misdemeanors.

The Supplier will treat as confidential all data and information about the Bank, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the Bank.

4.27 Facility Management Services

The vendor is required to provide Onsite Facility Management Services of at least 2 engineers for L1 support and 1-L2 Database support. The identified engineers should be technically qualified and should have exposure to GPS systems and the timings of the onsite support should be as per Banks requirement and also on holidays/Sundays as and when required by Bank/Regulator and should also ensure that the support is provided at SOD and EOD. The Facility Management Services team members should be on roles of the bidder.

The above personnel will be stationed at Data Centre so their Police Verification from Local Police Authorities is also required to be done.

L3 support should be available onsite as and when required in case the issues are not resolved within 30 mins.

For UAT separate resources should be present for handling new patches / issue basis testing and any other new implementations exclusively other than the present daily support personnel. Additionally, vendor should appoint a Project Manager as a single point of contact for resolution of issues / regular or weekly review meetings as and when required by the Bank.

Page 34: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 34

4.28 Penalties

A. GPS related SLAs

Sr. No. Place of Work Location

Address

1. Navi Mumbai(CBD Belapur)

Bank of India Building, Plot No.11, Sector-11, CBD Belapur, Navi Mumbai,(MH) – 4000614

2. Bangalore Bank of India, C/o.HP GDIC 39/40,HP Avenue, Electronic City Phase II, Ground Floor, Bangalore-560100

Karnataka, India

SLA should individually submit for different applications. 2. Service Milestones

Service Category

Milestone Duration (in months/weeks/day s/hours)

Penalty

Delivery 1. Account Support Plan

2. Support Activity Review

3. System Health Check(application as well DB : UAT, Production, DR and NR e.t.c)

4. Support Planning & Review Session

5. Availability Check-up

6. Performance tuning

(Production & DR & NR, e.t.c)

1. Annual

Quarterly

2. Quarterly

3.

4. Quarterly

Monthly

Monthly or as and when requires.

NA

NA

Rs. 1000/- per day delay after end of quarter

NA

NA

Rs. 1000/- per day delay after end of month.

7. DC-DR cutover activities maintaining bank’s stipulated R.T.O/R.P.O

5. Quarterly Rs. 1000/- per day delay after end of quarter.

Page 35: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 35

Installation Bank’s setup for Production, Disaster Recovery, pre- production, UAT & training environment.

As per the bank request

Rs. 1000/- per day delay after the mutual agreed date

Configuration

Configuration / Para meter level changes Of GPS application, Configuration file changes/Testing.

As per bank requirement/ request and documents to be updated after every change

Rs. 1000/- per day delay after the mutual agreed date

PENALTY FOR NON PERFORMANCE OF SLA

Service level category

SLA Measure Penalty Calculation

Application

Uptime/

Downtime/

RTO/RPO

<strike off

whichever is not

applicable>

Minimum Uptime of 99.99% on monthly basis during business hours ( presently 8.00 Am to 8 Pm on all working days as per bank / regulator), for the entire / core solution (covering each module or part thereof, with a MTBF of 90 days.

Total cost of AMC /

ATS for 4 years X

percentage of default

subject to a maximum

cap of default of 2%

Delivery Schedule

10 working days from the date of sign off

0.5% of the total project

cost of implementation

per day

Installation 10 working days from the date of sign off

User Acceptance

Testing

Three working days from deployment in the

UAT environment

0.5% of the total project

cost of implementation

per day

Page 36: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 36

Live in Production

Three working days post UAT confirmation

from the Bank

0.5% of the total project

cost of implementation

per day

Periodical training

Within two weeks from go-live date

Source Code To be audited by third party

Non-

availability of

staff

0.5% of the annual

manpower cost of that

year per month subject

to a cap 5% per month

Reports

4.29 Services & Support:-

1. Services include, but are not limited to, Project Management, Training, Deployment methodologies, real time monitoring and onsite support etc

2. Bidder should ensure that vendor’s key personnel (L3 and above) with relevant skill-sets are available to the Bank.

3. Bidder should ensure that the quality of methodologies for

Developing the Equipment, Software Solution and Services, adhere to quality

standards/timelines stipulated therefore.

The development / changes should be according to changes if any done at

CBS end. In short term there is inclusion of Finacle version 10 at CBS end.

Bidder should be ready with the changes if required.

4. Bidder shall be willing to transfer skills to relevant personnel from

the Bank, by means of training and documentation.

5. Bidder shall provide and implement patches/ upgrades/ updates for

Equipment and Software Solution/Firmware/ OS / hardware/ software/

Operating System / Middleware etc as and when released by the Vendor /

Page 37: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 37

OEM or as per requirements of the Bank without any additional cost for

Government, RBI and regulatory changes. Bidder should bring to notice of the

Bank all releases/ version changes.

6. Bidder shall obtain a written permission from the Bank before

applying any of the patches/ upgrades/ updates. Bidder has to support older

versions of the hardware/ software/ Operating System/Middleware etc in case

the Bank chooses not to upgrade to latest version.

7. Bidder shall provide maintenance support for Software/

Operating System/ Middleware over the entire period of contract.

8. The selected Bidder shall support the product or specified Hardware / software during the period of Contract as specified in Scope of work in this RFP.

9. There should be Call lodge (Ticket) system tool to be provided by Vendor and

based on it the SLA will be decided.

4.30 Compliance with IS Security Policy:

4.30.1. The Vendor shall have to comply with Bank’s IT & IS Security policy

in key concern areas relevant, details of which will be shared with

the finally selected Bidder. Some of the key areas are as under:

Responsibilities for data and application privacy and confidentiality

4.30.2. Responsibilities on system and software access control and

administration

4.30.3. Custodial responsibilities for data, software, hardware and

other assets of the Bank being managed by or assigned to the Vendor

4.30.4. Physical Security of the facilities

4.30.5. Physical and logical separation from other customers of the

Vendor

4.30.6. Incident response and reporting procedures

4.30.7. Password Policy of the Bank

4.30.8. Data Encryption/Protection requirements of the Bank.

Page 38: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 38

4.30.9. In general, confidentiality, integrity and availability must be

ensured.

4.31 Right to Audit:

4.31.1. The Selected Bidder (Service Provider) has to get itself

annually audited by internal/ external empanelled Auditors appointed by the

Bank / inspecting official from the Reserve Bank of India or any regulatory

authority, covering the risk parameters finalized by the Bank/ such auditors in

the areas of products (IT hardware/ software) and services etc. provided to

the Bank and the Service Provider is required to submit such certification by

such Auditors to the Bank.

The Service Provider and or his / their outsourced agents / sub – contractors

(if allowed by the Bank) shall facilitate the same The Bank can make its

expert assessment on the efficiency and effectiveness of the security,

control, risk management, governance system and process created by the

Service Provider. The Service Provider shall, whenever required by the

Auditors, furnish all relevant information, records/data to them. All costs for

such audit shall be borne by the Bank. Bank shall provide prior notice of 7

calendar days before such audit provided this will not be applicable in case

of audit is conducted by any statutory or regulatory authority.

4.31.2 Where any deficiency has been observed during audit of the

Service Provider on the risk parameters finalized by the Bank or in the

certification submitted by the Auditors, the Service Provider shall

correct/resolve the same at the earliest and shall provide all necessary

documents related to resolution thereof and the auditor shall further certify in

respect of resolution of the deficiencies. The resolution provided by the Service

Provider shall require to be certified by the Auditors covering the respective

risk parameters against which such deficiencies have been observed.

4.31.3 Service Provider shall, whenever required by the Bank, furnish all

relevant information, records/data to such auditors and/or inspecting officials

of the Bank/Reserve Bank of India and or any regulatory authority. The Bank

reserves the right to call and/or retain for any relevant material information

/reports including audit or review reports undertaken by the service provider

(e.g., financial, internal control and security reviews) and findings made on

Selected Bidder in conjunction with the services provided to the Bank.

Page 39: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 39

4.32 Subcontracting :-

4.32.1. As per scope, subcontracting is prohibited. However, if the Bidder subsequently wishes to sub-contract the scope of work, it will have to obtain specific written permission from the Bank before contracting any work to subcontractors. Bank at its own discretion may permit or deny the same. It is Banks sole decision/authority to consider the Subcontracting.

4.32.2. In case subcontracting is permitted by the Bank, the contracting

vendor will be responsible for all the services provided to the Bank regardless

of which entity is conducting the operations. The contracting vendor is also

responsible for ensuring that the sub-contractor comply with all security

requirements of the contract and the Bank can obtain independent audit report

for the same. In such a case, the Bidder shall provide subcontracting details to

the Bank and if require, Bank may evaluate the same.

4.33 Validity of Agreement

The Agreement / SLA will be valid for the period of four years including

warranty / AMC which can be extended for further by another six months or till

the next contract is finalized, solely at the discretion of the Bank. The Bank

reserves the right to terminate the Agreement.

4.34 Limitation of Liability

4.34.1. For breach of any obligation mentioned in this RFP, subject to

obligations mentioned in this clause, in no event Service Provider shall be

liable for damages to the Bank arising under or in connection with this

Agreement for an amount exceeding the total Cost of the Project. Service

provider will ensure Bank’s data confidentiality and shall be responsible for

liability arising in case of breach of any kind of security and/or leakage of

confidential customer/Bank’s related information to the extent of loss so

caused.

4.34.2. The limitations set forth herein shall not apply with respect to: a) claims that are the subject of indemnification pursuant to IPR

infringement, b) damage(s) occasioned by the gross negligence, fraud or willful

misconduct of Service Provider, c) damage(s) occasioned by Service Provider for breach of

Confidentiality Obligations,

Page 40: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 40

d) When a dispute is settled by the Court of Law in India. e) Regulatory or statutory fines imposed by a Government or

Regulatory agency for non-compliance of statutory or regulatory guidelines applicable to the Bank, provided such guidelines were brought to the notice of Service Provider.

4.35 Confidentiality

4.35.1. Bidder acknowledges and agrees that all tangible and intangible

information obtained, developed or disclosed including all documents,

contract, purchase order to be issued, data papers and statements and trade

secret of the Bank relating to its business practices and their competitive

position in the market place provided to the selected Bidder by the Bank in

connection with the performance of obligations of Bidder under the purchase

order to be issued, in part or complete shall be considered to be confidential

and proprietary information (“Confidential Information”) and shall not be

disclosed to any third party/published without the written approval of the Bank.

4.35.2. The Confidential Information will be safeguarded and Bidder will

take all the necessary action to protect it against misuse, loss, destruction,

alterations or deletions thereof. In the event of a breach or threatened breach

by Bidder of this section, monetary damages may not be an adequate remedy;

therefore, Bank shall be entitled to injunctive relief to restrain Bidder from any

such breach, threatened or actual.

4.35.3. Any document, other than the Contract itself, shall remain the

property of the Bank and shall be returned (in all copies) to the Bank on

completion of the Vendor’s performance under the Contract, if so required by

the Bank.

4.36. Delay in the Vendor’s Performance:

4.36.1. Services shall be made by the Vendor within the timelines Prescribed in the RFP.

4.36.2. If at any time during performance of the Contract, the Vendor should encounter conditions impeding timely delivery and performance of Services, the Vendor shall promptly notify the Bank in writing of the fact of the delay, its likely duration and cause(s). As soon as practicable after receipt of the Vendor’s notice, the Bank shall evaluate the situation and may, at its

Page 41: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 41

discretion, extend the Vendors’ time for performance, in which case, the extension shall be ratified by the parties by amendment of the Contract.

4.36.3. Any delay in performing the obligation/ defect in performance by the

Vendor may result in imposition of penalty, liquidated damages, invocation of Performance Bank Guarantee and/or termination of contract

4.37 Vendor’s Obligations

4.37.1. The Vendor is responsible for and obliged to conduct all contracted

activities in accordance with the contract using state-of-the-art methods and

economic principles and exercising all means available to achieve the

performance specified in the Contract.

4.37.2. The vendor will be responsible for arranging and procuring all relevant permissions / Road Permits etc. for transportation of the equipment to the location where installation is to be done. The Bank would only provide necessary letters for enabling procurement of the same.

4.37.3. The Vendor is obliged to work closely with the Bank’s staff, act within its own authority and abide by directives issued by the Bank from time to time and complete implementation activities.

4.37.4. The Vendor will abide by the job safety measures prevalent in India and

will free the Bank from all demands or responsibilities arising from accidents

or loss of life, the cause of which is the Vendor’s negligence. The Vendor will

pay all indemnities arising from such incidents and will not hold the Bank

responsible or obligated.

4.37.5. The Vendor is responsible for managing the activities of its personnel or

sub-contracted personnel (where permitted) and will hold itself responsible for

any misdemeanors.

4.37.6. Vendor shall provide necessary training to the designated Bank

officials on the configuration, operation/ functionalities, maintenance, support

& administration for software/ hardware and components, Software Solution,

installation, troubleshooting processes of the proposed solution.

Page 42: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 42

4.38. Technical Documentation:

4.38.1. The Vendor shall deliver the following documents to the Bank for

every firmware/software including third party software before software/ service

become operational, which includes, user manuals, SOP, installation manuals,

operation manuals, design documents, process documents, technical

manuals, functional specification, software requirement specification, on-line

tutorials/ CBTs, system configuration documents, system/database

administrative documents, debugging/diagnostics documents, test procedures

etc.

4.38.2. The vendor shall provide documents related to process Documents/ review records/ Test Bug Reports/ Root Cause Analysis Report, list of all Product components, list of all dependent/external modules and list of all documents relating to traceability of service level failure as and when applicable.

4.38.3. The Vendor should also provide the MIS reports as per requirements of the Bank. Any level/ version changes and/or clarification or corrections or modifications in the abovementioned documentation should be supplied by the Vendor to the Bank, free of cost in timely manner. The vendor shall develop customized documentation as per Bank’s requirement, if desired by the Bank.

4.39. Fraud & Corrupt Practices:

4.39.1.1. The Bidder and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the bidding process. Notwithstanding anything to the contrary contained herein, the Bank shall reject an Application without being liable in any manner whatsoever to the Bidder if it determines that the Bidder has, directly or indirectly or through an agent, engaged in corrupt/fraudulent/coercive/undesirable or restrictive practices in the bidding process.

4.39.1.2. Without prejudice to the rights of the Bank under Clause

4.39.1.2.1 Hereinabove, if a Bidder is found by the Bank to have directly or

indirectly or through an agent, engaged or indulged in any

corrupt/fraudulent/coercive/undesirable or restrictive practices during the

bidding Process, such Bidder shall not be eligible to participate in any

EOI/RFP issued by the Bank during a period of 2 (two) years from the date

if such Bidder is found by the Bank to have directly or indirectly or through

Page 43: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 43

an agent, engaged or indulged in any corrupt/ fraudulent/ coercive/

undesirable or restrictive practices, as the case may be.

4.39.1.3. For the purposes of this Clause, the following terms shall have the meaning hereinafter, respectively assigned to them:

4.39.1.3.1. “Corrupt practice” means (i) the offering, giving, receiving, or

soliciting, directly or indirectly, of anything of value to influence the actions

of any person connected with the bidding process (for avoidance of doubt,

offering of employment to or employing or engaging in any manner

whatsoever, directly or indirectly, any official of the Bank who is or has been

associated in any manner, directly or indirectly with the bidding process or

the Letter of Authority or has dealt with matters concerning the Concession

Agreement or arising there from, before or after the execution thereof, at

any time prior to the expiry of one year from the date such official resigns or

retires from or otherwise ceases to be in the service of the Bank, shall be

deemed to constitute influencing the actions of a person connected with the

bidding process); or (ii) engaging in any manner whatsoever, whether during

the bidding process or after the issue of the Letter of Authority or after the

execution of the Agreement, as the case may be, any person in respect of

any matter relating to the Project or the Letter of Authority or the Agreement,

who at any time has been or is a legal, financial or technical adviser of the

Bank in relation to any matter concerning the Project;

4.39.1.3.2. “Fraudulent practice” means a misrepresentation or omission of

facts or suppression of facts or disclosure of incomplete facts, in order to

influence the bidding process

4.39.1.3.3. “Coercive practice” means impairing or harming or threatening

to impair or harm, directly or indirectly, any person or property to influence

any person’s participation or action in the bidding process;

4.39.1.3.4. “Undesirable practice” means (i) 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 bidding process; or (ii) having a Conflict of Interest; and

Page 44: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 44

4.39.1.3.5. “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 bidding process.

4.40 Tax deduction at Source:

4.40.1. Wherever the laws and regulations require deduction of such taxes

at the source of payment, the Bank shall effect such deductions from the

payment due to the Vendor. The remittance of amounts so deducted and

issuance of certificate for such deductions shall be made by the Bank as per

the laws and regulations for the time being in force. Nothing in the Contract

shall relieve the Vendor from his responsibility to pay any tax that may be levied

in India on income and profits made by the Vendor in respect of this contract.

4.40.2. The Vendor’s staff, personnel and labour will be liable to pay personal income taxes in India in respect of such of their salaries and wages as are chargeable under the laws and regulations for the time being in force, and the Vendor shall perform such duties in regard to such deductions thereof as may be imposed on him by such laws and regulations.

4.41 Other terms and conditions:

4.41.1. Selected Bidder’s Obligations:

4.41.1.1. The Bidder is responsible for and obliged to conduct all contracted activities in accordance with the contract using state-of-the-art methods and economic principles, and exercising all means available to achieve the performance specified in Contract.

4.41.1.2. The Bidder is obliged to work closely with the Bank’s staff,

act within its own authority and abide by directives issued by the Bank

and implementation activities.

4.41.1.3. The Bidder will abide by the job safety measures prevalent in India and

will free the Bank from all demands or responsibilities arising from

accidents or loss of life, the cause of which is the Bidder’s negligence.

4.41.1.4. The Bidder is responsible for managing the activities of its personnel or sub-contracted personnel and will hold itself responsible for any misdemeanors.

Page 45: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 45

4.41.1.5. The Selected bidder(s) shall be responsible for compliance with all laws, rules, regulations, orders, notifications, and directions applicable in respect of its personnel (including, but not limited to, the Contract Labour (Prohibition and Regulation) Act 1986, the Payment of Bonuses Act 1965, the Minimum Wages Act 1948, the Employees' Provident Fund Act 1952, and the Workmen’s Compensation Act 1923, and shall maintain all proper records, including, but not limited to, accounting records required under the Applicable Laws, or any code, practice or corporate policy applicable to it from time to time.

4.42 Provision of Dedicated Team at Bank’s office

Bidder has to provide maintenance and FMS support inline to business requirement stated in Clause 4.27 along with below mentioned resources requirement at banks central locations.

a. Central Location: This will be at Navi Mumbai, Bidder should ensure the above

mentioned resources should be available in each shift. The timing will be 30 mins

before SOD (Start of day) to EOD (End of Day). The below mentioned resources

shall be dedicated for the Bank. The selected vendor shall submit the contact

details of the proposed team within one week from the date of receiving LOI from

bank.

b. Qualification of Support Engineers - The support engineer should be a technical graduate/ post graduate in IT/CS/EC engineering stream, with adequate experience as mentioned below in same domain, so as to be able to resolve problems related to GPS, RTGS, NEFT, Swift and mentioned scope in this RFP. Bidder should also arrange resources at Bank DR Location as per the operational requirement as and when required.

SN Level Educational

Qualification Experience

1 Level-1

Technical graduate/

post graduate in

IT/CS/EC

engineering stream

Two Years in same domain i.e.

GPS Montran product

2 Level-2

Technical graduate/

post graduate in

IT/CS/EC

engineering stream

Min 03 Years in GPS Montran /

Database domain

Page 46: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 46

3

Project

Manager/Team

Lead

Technical graduate/

post graduate in

IT/CS/EC

engineering stream

with PMP/ITIL or

equivalent / higher

certifications

Min 05 years and execution of

similar projects at project

management level.

c. Roles and Responsibilities of Support Engineers:

The brief roles and responsibility of resources atre as per the scope of

work but not limited to, which are going to be placed at Banks central

location is mentioned below:

Monitor all kind of activities with due diligence and take follow - up with other/ backend team for immediate resolution of the issues as per the SLA uptime.

Contact end users to understand the problem if there is any fault finding. Allocate the down-call to all concerned regional engineers for

immediate action. Responsible for all technical issues concerning the GPS Product. Single point of contact for all technical queries and fault resolution. Shall have the primary responsibility of ensuring a smooth functioning

without congestion and downtime. To provide all kind of SLA reports to the designated bank team as per

the schedule. Should have technical knowledge of GPS and related technologies. This list is just indicative and not exhaustive.

d. Project Manager/Lead - Apart from above mentioned resources there

will be one senior resource from each bidder should be allocate at Banks central location, who will be designated as Project Manager.

e. Qualification of Project Manager / Lead - Should be a BE / B. Tech./

MCA with PMP/ITIL or equivalent / higher certifications and minimum of 5 years’ experience in deploying and managing network projects.

f. Roles and Responsibilities of Project Manager:

The brief roles and responsibility of Project Manager is mentioned below:

Responsible as a single point of contact for any escalations across the nation.

Ensure committed delivery on the project rollout front.

Page 47: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 47

Ensure committed delivery on the uptime front. Ensure that the project timelines are met in a smooth fashion Ensure compliance of the Contract and SLAs through supervising the

performance of other personnel of the Bidder involved in service

deliveries etc.

Single point of contact for any information sought by the Bank. Managing/Supervising timely resolution of escalations/tickets Required to attend Bank DC in case of issues and for regular review meetings

(atleast once a week) as and when required by the Bank

4.42.2 Bidder should ensure all recruited resources for BOI project should be professionally skilled and have good knowledge on handling the project at Customer site. During the recruitment process of required resources, bank may involve their officials to judge the technical requirement. Bank will be conducting interviews of such resources prior to granting them access/permitting their deployment at bank`s locations. If the candidate is not found suitable, Bidder has to propose a new candidate. Since these resources are going to be placed at Bank`s Critical location, it is mandatory for the bidder to ensure the Police verification report of such engineer who are going to be placed at Bank`s critical location for the Project operations support.

4.42.3 Resource Criteria

1. The members to be deputed will be interviewed by BOI officials prior to

deputation. 2. The deputed personnel should be prepared to work for extended hours in

case of need. 3. The deputed personnel should abide by timings of the BOI 4. Required manpower should be deputed at Bank site within 4 weeks from the

date of Purchase Order 5. The members of the on-site team should be provided with mobile phones by

the vendor and the details like Name, Address (Inclusive of Residential Telephone Number (Residential), Mobile Number should be provided to Bank.

6. Name of emergency contact personnel with relationship and Telephone number should be provided to Bank.

7. Disability if any or suffering for any disease should be informed to the Bank in advance.

8. The on-site team shall maintain attendance register and the same should be sent monthly to Bank.

9. The on-site team shall not be changed without prior approval from Bank and adequate notice (minimum 15 days). Any resigned resource of on-site team should not be relieved before giving suitable replacement.

10. The vendor will also provide suitable on-site technical staff to supplement the efforts of the on-site support resources during emergencies / contingencies

Page 48: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 48

which might impact the systems, Systems and services covered under this scope.

11. Vendor shall provide backup resource in case any of the project member avails leave, however Vendor service delivery team will be entirely responsible for team deployment, SLA monitoring, task delegation, workload distribution and team size

12. Absence of any resources must be complemented with equal skill resources 13. The Vendor must ensure one month’s notice with proper handover for any

change of manpower pertaining to project manager profile. 14. If the engineer is found to be not qualified / suitable / his performance is not

satisfactory, vendor will have to replace the engineer within 45 days of written communication from Bank regarding the same.

15. In case absence of Production support engineer and Database administrator, it a responsibility of vendor to provide equivalent skilled resource at onsite for the above mentioned scope of work. Failure may attract penalty.

16. In the implementation of the contract, the vendor and its employees shall at all the times comply with & abide by the security policy of the bank in so far as the same may be applicable to or in respect of the works and the provisions of the contract.

17. Confidentiality of the network setup, configurations and all related details including the addressing scheme etc. shall not be disclosed by the vendor to any third parties or persons (except to vendor’s own employees and that too only to those employees or representatives who need to know the same).

18. Vendor will follow and comply with the procedures and policies, applicable to the scope of work mentioned above lay down by the Bank vide IS Security Policy from time to time and also extend full cooperation to the auditors designated by Bank.

19. Vendor/ deputed personnel at BOI will inform Bank about any correspondence with external entities pertaining to any point mentioned in the scope of work above.

20. Depending on the sensitivity and criticality of the services or data provided, Bank will consider commissioning or requesting a review of vendor’s internal control structure for ensuring that any confidential/restricted/internal information of the Bank is maintained securely. Vendor will assist and co-operate with the Bank auditors in a way as they are expected to assist and co-operate with their audit.

21. Vendor will support reconciliation activities of the bank with necessary data provision.

Page 49: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 49

4.43 New Implementations Selected Bidder will be responsible for any new implementations assigned by bank

1) GPS SWIFT changes as per regulatory ,improvement related changes 2) Changes, if required with new Hardware 3) Database new version implementations and support as per requirement. 4) Application ,database implementation of any hardware advised by bank 5) Provision of Procedural, technical specification documents 6) Any module up-gradation or introduction of any new module 7) Compatibility and appropriate migration / changes with respect to Finacle 10.x 8) For any issue observed, the necessary technical solution to be provided within

timeline. 9) Application related performance tuning and software upgradation.

4.44 Handling and completion of Pending Issues:-

The Supplier will be responsible for handling all the pending issues which are under development for

1) Some of issues to be resolved / implemented / rectified. The list is indicative

not exhaustive

Delay in GPS EOD –The EOD duration should be minimized MQ / WAS upgrade at GPS end

Ticker (Broadcast Message in GPS SWIFT) There was requirement to

provide Ticker Facility at GPS go live itself.

BULK addition / Deletion / modification of User in SWIFT GPS.

Functionality of Deletion of user id without erasing the previous audit

records.

Separate RRB wise queues for RRB inward & outward messages

BULK UPLOAD message facility in UAT from RTGS/NEFT

RRB Implementation-separate Dashboard for RRB’s

Bringing UAT application and DB at par with production

Restructuring of database/Application for performance of overall GPS

module

LC / BG Implementation

Handling of PACS004 messages received after current business date

Auto-update of IFSC

IFSC wise / amount wise Separate Queues for inward & outward

messages

MQ and application to be parameterized ( parameter should be as per high

value /high amount customer as well as IFSC based)

Page 50: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 50

NACH Posting issue

Application-version up-gradation not happened since inception

Monthly Patch implementation on UAT and production system

BIC / SWIFT CODE updating on daily basis with any format

ISO posting for RTGS/NEFT and other modules as advised by bank

Providing 5 generic APIs

Generic file parser

Rule based name matching for all the modules

VAPT/SCD related to GPS Application

Process documents for all the applications with latest versions

Training to Bank Personnel about the All the applications

Page 51: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 51

PART 5: TECHNICAL & FUNCTIONAL SPECIFICATIONS (TFS)

(To be included in the Technical Bids duly completed, and with comments)

S.No. Particulars Compliance

1

Onsite Support Services for GPS solution all applications, database, MQ, etc. for four years and extensible upon negotiation

Additional Support for post implementation of proposed changes / enhancement / customisation whether regulatory or requested by the Bank

2

End to end Support for day to day operation for GPS all modules solutions including SOD, EOD etc.

3 Project manager / SPOC for communication will visit the site regularly (at least once in a week) and discuss resolution of all the issues with the Bank official.

4 The GPS solution presently includes RTGS, NEFT,SWIFT,NACH,PFMS modules and further proposed inclusion of Modules

5 Resolution / customisation of all the existing issues in the GPS solution, if any

6 New Implementations, testing of RRB ,Foreign CBS, Treasury, LC-BG through GPS and any other proposed modules

7 Provide process document for all implementation / changes etc.

8 Daily monitoring of GPS solution within service timelines.

9 Provide 1st and 2nd level onward support for day to day issues for GPS solution related to applications, database, MQ, any other component etc. including post implementation of proposed changes / enhancement

10 Escalation of calls / issues to L2 onward engineer by the resident engineer when the resolution is not found in the reasonable time frame depending upon criticality.

11 Liasoning & coordination with various Internal/External parties for early resolution of issues.

12 Maintain appropriate logs, registers for the issues and activities and follow up with respective vendors.

13 Support for Oracle / IBM MQ / WAS / JAVA etc. for all above supported system and or 2nd Line onward support.

Page 52: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 52

14 Monthly Status Report on raised & resolved issues.

15 Provide Root Cause Analysis (RCA) for all incidents with 2 days

16 Provide Daily report for DB Health and take corrective action

17 Application of all types patches on UAT / Production / DR systems including end-user nodes to rectify the vulnerabilities reported in SCD / VAPT / Risk Assessment Audit by internal/external auditors

18 On-site assistance with installation of patches, Test setup preparation, UAT.

19 Onsite team will be one point of contact for business / operation team.

20 Defining & carrying out the procedure for recovery & backup.

21 Reinstallation of GPS application at the Primary / DR Site in case of failure of the Banks server installed at the Primary / DR Site. If required installation of GPS solution on any server in order to continue business.

22 Installation and configuration of GPS application at the Primary / DR Site in case of new procurement of servers at the Primary / DR Site.

23 3rd line onwards support for issue simulation/ resolution escalated by on-site team.

24 A Helpdesk Service as a single point of contact for the delivery of the support services during business hours.

25 Providing the Support Services promptly in a professional and timely manner.

26 Providing fit, proper & competent skilled staff for onsite support.

27 Providing accurate information of steps taken to diagnose and resolve the problem/faults as part of any escalation to the next Severity Level, including all (or part) of the following: implementation of any required system configuration changes, routine system

Page 53: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 53

monitoring or software installation etc.

28 Installation, monitoring and maintenance of all digital certificates required for GPS solution including HSM.

29 Resource to maintain a timesheet that will be duly checked by Bank official

30 Onsite engineer to prepare and maintain document for all day to day activity.

31 Onsite Engineer to conduct DR tests as and when required by BOI.

32 The onsite engineer to provide reconciliation report on daily basis for all GPS solution.

33 In case of any absenteeism of support engineer, a suitable replacement should be provided onsite. In case, replacement could not be provided, double the charges payable per day will be deducted for each absenteeism day. In case the absenteeism is for more than 5 days, the charges payable for the entire month will be deducted.

34 The onsite support engineer should be available on all working days

35 The onsite engineers should be available on holidays / Sundays in case of any planned / unplanned / urgent activities by the bank / regulator

36 During any changes / activities related to Finacle and other applications, onsite engineers to be available for GPS solution, if warranted by the bank.

37 The support engineer should provide daily report of available free space, memory, utilization, system generated logs, events, GPS logs & Reports, etc.

38 The support engineer should ensure to comply all the audit related guidelines issued from time to time.

39 The onsite support engineer should perform and monitor all the backup and restoration related activities

40 The onsite engineer should also apply all the required patches in the GPS servers which includes OS, Database and application patches as and when desired by information security team of the bank

41 The onsite engineer should also apply all the required patches in the GPS servers to rectify the vulnerabilities reported in VAPT/Risk Assessment Audit by internal/external auditors

42 Implementations of any SWIFT patches according to requirements of Bank below on priority

Page 54: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 54

1) Duplicate check of messages of all facilities 2) Integration of RRB / FCBS / Treasury for all the

modules with GPS solution 3) Separate dashboard for each RRB.

43 Testing for any Application to be done by GPS team in co-ordination with BOI team

44 Implementation of SWIFT India and development of related modules

45 Migration of GPS solution to the new proposed hardware

46 Appropriate changes to be made GPS solution to be compatible to proposed Finacle 10.x

47 In general the support required is end to end for the entire solution. The above list is just indicative and not exhaustive.

48 Routine server activities like weekly restart, Backups, Report/register maintaining including the issues

49 Installation/Migration/Update of entire application/database if bank decide to migrate on new servers.

50 Separate Resources should be assigned during Testing in Application/servers/Db

Page 55: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 55

PART 6: BID FORM, PRICE

SCHEDULES AND OTHER FORMATS (BF)

INDEX

FORMAT NUMBERS:

6.1.1 Bid Form (Technical Bid)

6.1.2 Bid Form (Price Bid)

6.2 Non-Disclosure Agreement

6.3 Price Schedule

6.4 Bid Security Form

6.5 Contract Form

6.6 Performance Security Form

6.7 Organizational Profile

6.8 Service Support Details

6.9 Undertaking for Support Services 6.10 Confirmation to Eligibility Criteria

Page 56: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 56

FORMAT – 6.1.1 BID FORM (TECHNICAL BID)

(to be included in Technical Bid Envelope)

Date: ..............................

To: Bank of India, Information Technology Department, Head Office Mumbai-400 051.

Gentlemen:

Reg.: Onsite Support Services for GPS Applications Ref: Your RFF Ref: BOI:HO:IT:AL:117 Dated 04.05.2019 ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver the Onsite Support Services for GPS Applications, in conformity with the said Bidding documents.

If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 5 percent of the Contract Price for the due performance of the Contract, in the form prescribed by the Bank.

We agree to abide by the Bid and the rates quoted therein for the orders awarded by the Bank up to the period prescribed in the Bid, which shall remain binding upon us.

Until a formal contract is prepared and executed, this Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us.

We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.

We understand that you are not bound to accept the lowest or any Bid you may receive.

Dated this ....... day of ............................ 2019

(Signature) (Name) (In the capacity of)

Duly authorised to sign Bid for and on behalf of

Page 57: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 57

FORMAT – 6.1.2 BID FORM (PRICE BID)

(to be included in Price Bid Envelope)

Date :.

To: Bank of India, Information Technology Department, Head Office Mumbai-400 051.

Gentlemen:

Reg.: Onsite Support Services for GPS Applications Ref: Your RFF Ref: BOI:HO:IT:AL:117 Dated 04.05.2019

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver the captioned support services, in conformity with the said Bidding documents as may be ascertained in accordance with the schedule of Prices attached herewith and made part of this Bid.

We undertake, if our Bid is accepted, to deliver, install and commission the system in accordance with the delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 5 percent of the Contract Price for the due performance of the Contract, in the form prescribed by the Bank.

We agree to abide by the Bid and the rates quoted therein for the orders awarded by the Bank up to the period prescribed in the Bid which shall remain binding upon us.

Until a formal contract is prepared and executed, this Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us.

We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.

We understand that you are not bound to accept the lowest or any Bid you may receive.

Dated this ....... day of ............................ 2019

(Signature) (Name) (In the capacity of)

Duly authorized to sign Bid for and on behalf of

Page 58: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 58

FORMAT 6.2 NON-DISCLOSURE AGREEMENT

WHEREAS, we, _, having Registered Office at _, hereinafter referred to as the COMPANY, are agreeable to offering onsite support services for GPS applications to Bank of India, having its registered office at Star House, C-4, G Block, Bandra Kurla Complex, Mumbai – 400 051, hereinafter referred to as the BANK and,

WHEREAS, the COMPANY understands that the information regarding the onsite support services for GPS applications shared by the BANK in their Request for Proposal is confidential and/or proprietary to the BANK, and

WHEREAS, the COMPANY understands that in the course of submission of the offer for the said onsite support services for GPS applications and/or in the aftermath thereof, it may be necessary that the COMPANY may perform certain jobs/duties on the Bank’s properties and/or have access to certain plans, documents, approvals or information of the BANK;

NOW THEREFORE, in consideration of the foregoing, the COMPANY agrees to all of the following conditions, in order to induce the BANK to grant the COMPANY specific access to the BANK’s property/information

The COMPANY will not publish or disclose to others, nor, use in any services that the COMPANY performs for others, any confidential or proprietary information belonging to the BANK, unless the COMPANY has first obtained the BANK’s written Authorisation to do so;

The COMPANY agrees that notes, specifications, designs, memoranda and other data shared by the BANK or, prepared or produced by the COMPANY for the purpose of submitting the offer to the BANK for the said onsite support services for GPS applications, will not be disclosed to during or subsequent to submission of the offer to the BANK, to anyone outside the BANK

The COMPANY shall not, without the BANK’s written consent, disclose the contents of this Request for Proposal (Bid) or any provision thereof, or any specification, plan, pattern, sample or information (to be) furnished by or on behalf of the BANK in connection therewith, to any person(s) other than those employed/engaged by the COMPANY for the purpose of submitting the offer to the BANK and/or for the performance of the Contract in the aftermath. Disclosure to any employed/engaged person(s) shall be made in confidence and shall extend only so far as necessary for the purposes of such performance.

Authorised Signatory

Page 59: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 59

FORMAT – 6.3 Price Schedule

(Include in Price Bid Only – Not to be included in Technical Bid)

1. 2.

3 Item Description Total Price for four years

(excluding GST)

A AMC / ATS

(includes customization) No separate charges payable for any customization

B. Facility management Support Services as per clause 4.42

C New implementation Charges TOTAL for the purpose of

evaluation (Rupees in words)

AMOUNT in Words -- __________________________________________

_______________________________________________________________

Page 60: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 60

1. Price quoted should be inclusive of all costs, duties, levies, taxes and all other

applicable charges excluding GST etc. as applicable in respective State 2. In case of discrepancy between figures and words, the amount in words shall

prevail. 3. No increase in costs, duties, levies, taxes, charges, etc., irrespective of

reasons (including exchange rate fluctuations, etc.) whatsoever, shall be admissible during the currency of the Contract.

9. All details should be as per our Technical and Functional Specification (TFS) 10. The AMC / ATS charges will be paid annually in advance. (against Bank

Guarantee – 25% of the total value of ATS/AMC for 4 years) 11. The support charges will be paid quarterly in arrears subject to providing

satisfactory services / reports.

Signature of Bidder:

Name :

Business address :

Place:

Date:

Page 61: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 61

FORMAT 6.4

BID SECURITY FORM

Whereas ...........................(hereinafter called “the Bidder”) has submitted its Bid dated

...................... (date of submission of Bid) for the supply of ................................. (name

and/or description of the Products/system) (hereinafter called “the Bid”).

KNOW ALL PEOPLE by these presents that WE ..................... (name of bank) of

.................. (name of country), having our registered office at .................. (address of bank)

(hereinafter called “the Bank”), are bound unto ............................. (name of Purchaser)

(hereinafter called “the Purchaser”) in the sum of

for which payment well and truly to be made to the said

Purchaser, the Bank binds itself, its successors, and assigns by these presents. Sealed

with the Common Seal of the said Bank this day of 2019.

THE CONDITIONS of this obligation are:

1. If the Bidder withdraws its Bid during the period of Bid validity specified by the Bidder on the Bid Form; or

2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser

during the period of Bid validity:

(a) fails or refuses to execute the Contract Form if required; or

(b) fails or refuses to furnish the performance security, in accordance with the Instruction to Bidders.

We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including forty five (45) days after the period of the Bid validity, i.e. up to , and any demand in respect thereof should reach the Bank not later than the above date.

(Signature of the Bidder’s Bank)

Note: Presence of restrictive clauses in the Bid Security Form such as suit filed clause/clause requiring the Purchaser to initiate action to enforce the claim etc., will render the Bid non-responsive.

.

Page 62: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 62

FORMAT 6.5

CONTRACT FORM

THIS AGREEMENT made the .......day of.................................., 2019. Between .......................... (Name of Purchaser) (hereinafter called "the Purchaser") of the one part and ..................... (Name of Supplier) of ......................... (City and Country of Supplier) (hereinafter called "the Supplier") of the other part :

WHEREAS the Purchaser invited Bids for certain Products and services viz., ..................................... (Brief Description of Products and Services) and has accepted a Bid by the Supplier for the supply of those Products and services in the sum of .............................. (Contract Price in Words and Figures) (hereinafter called "the Contract Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents of Bid No.: BOI:HO:IT:AL:117 Dated

04.05.2019 shall be deemed to form and be read and construed as part of this Agreement, viz.:

a) the Bid Form and the Price Schedule submitted by the Bidder; b) the Technical & Functional Specifications; c) the Terms and Conditions of Contract; d) the Purchaser's Notification of Award; e) Schedule of Dates, Amounts etc. (SDA)

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the Products and services and to remedy defects therein, in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration

of the provision of the Products and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

Page 63: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 63

Brief particulars of the Products and services which shall be supplied/provided by the Supplier are as under:

SL.

NO.

BRIEF

DESCRIPTION OF

PRODUCTS & SERVICES

TOTAL PRICE (Rs.)

TOTAL VALUE: (Rs.)

DELIVERY SCHEDULE:

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written. Signed, Sealed and Delivered by the

said ..................................................... (For the Purchaser)

in the presence of:.......................................

Signed, Sealed and Delivered by the

said ..................................................... (For the Supplier)

in the presence of:.......................................

Page 64: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 64

FORMAT 6.6

PERFORMANCE SECURITY FORM

To: (Name of Purchaser)

WHEREAS ................................................................... (Name of Supplier) (hereinafter called "the Supplier") has undertaken, in pursuance of Contract No................. dated,........... 2019. to supply.......................................................................(Description of Products and Services) (hereinafter called "the Contract").

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a recognised bank for the sum specified therein, as security for compliance with the Supplier's performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Supplier a Guarantee:

THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of ........................................................................... (Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limit of ................................ (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the ........day of...................

Signature and Seal of Guarantors (Supplier’s Bank) ...................................................................... Date.............................................................. ...................................................................... ...................................................................... Address: ....................................................... ...................................................................... ......................................................................

Page 65: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 65

CONSTITUTION 1. Proprietary 2. Partnership 3. Private Ltd. 4. Public Ltd.

:

Established since Commercial Production of the solution on Offer started since

: :

Address of Registered Office :

Category : i. Software Producer / Developer (Principal) ii. Hardware Manufacturer (Principal) iii. System Integrator / Solution Provider (Third-party) iv. Any Other (please specify)

If Consortium, then specify name of members

: 1. 2.

Name Phone Nos. (with STD Codes)

Names of Proprietor/Partners/ Directors

: 1.

2. 3. 4. Number of Engineers familiar with the solution being offered

:

Number of Total Employees : Solution being offered, sold so far to : Purchaser, with full address and Details of contact person (Phone, Fax and E- Mail)

Modules in Use

Date of Sale Whether Warranty/AMC still continues

1. 2.

FORMAT 6.7

ORGANISATIONAL PROFILE

(Include in Technical Proposal Only – Not to be included in Price Proposal)

Note : Please support the above facts with documentary evidence. Please also attach :Income-Tax Clearance Certificate (latest) Referral Letters from Clients mentioned above

Place :

Date:

Signature of Bidder: Name : Business address :

Page 66: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Page 66

FORMAT 6.8

Service Support Details Form

City / Location

Postal Address, Telephone, Fax, E-Mail and Contact Details of Support Personnel

Office Working Hours (Please mention whether the Support Agency is Owned or Franchisee arrangement)

Number of Software Engineers capable of supporting the Software being offered

Owned or Franchisee .

*********

Page 67: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite

maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Resolution, Reconciliation and Related

Activities

Page 67

Form No. 6.9

UNDERTAKING FOR SUPPORT SERVICES

To: Bank of India, Information Technology Department, 8th Floor , Star House 2, C-4, G-Block, Bandra Kurla Complex Bandra (East), Mumbai-400 051.

Gentlemen,

Reg.: Onsite Support Services for GPS applications Ref: Your RFF Ref: BOI:HO:IT:AL:117 Dated 04.05.2019 ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~

We undertake, that adequate specialized expertise are available to ensure that the support services are responsive and We assume total responsibility for the fault free operation of the solution proposed and maintenance during the support period. We undertake that during support Period we will maintain an Uptime of 99.99 % on quarterly basis for the entire/core solution proposed, with a MTBF of 90 days. Dated this ....... day of ............................ 2019.

________________________________ (signature) ________________________________

(in the capacity of) Duly authorized to sign Proposal for and on behalf of _________________________________

Page 68: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite

maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Resolution, Reconciliation and Related

Activities

Page 68

Format 6.10

CONFIRMITY TO ELIGIBILITY CRITERIA

Sr.

No

.

Elgibility Criteria Compliance (Y/N)

1 The bidder should be a registered company in India as per Companies Act 1956. The Certificate of Incorporation issued by Registrar of Companies along with the copies of Memorandum and Articles of Association are required to be submitted along with the technical bid.

2 The Bidder must have minimum annual turnover of Rs. 50 Crores for each of the last three (3) financial years. (Certified / Audited Balance Sheets and P&L statements for last 3 years should be submitted in support of the turnover.)

3 The bidder should have made a profit in each of the last two financial years i.e. 2016-17 and 2017-18 and have a positive net worth as per audited balance sheet and P&L account. The copies of audited balance sheet for 2016-17 and 2017-18 and a provisional Balance sheet for 2018-19 verified by Chartered Account are to be submitted.

4 The bidder should have minimum two year experience in handling of operations related to GPS applications in any bank in India

5 The bidder should not have been blacklisted by any Government / Government agency / Bank / Financial Institution in India in the past. Self-declaration letter on the Company’s letterhead should be submitted along with technical bid.

6 The Bidder should submit a Certificate from their Chartered Accountants regarding their financial capability, besides furnishing a capability certificate of minimum of Rs.1.00 crore from a public sector Bank.

Page 69: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite

maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Resolution, Reconciliation and Related

Activities

Page 69

7 Letter from all the banks, where the support services have been provided, confirming about the satisfactorily services being provided.

8 The bidder should have branch / service centres / franchises at Mumbai. List of branch / service centre / franchises with full details of Name, Address / Telephone Numbers should be attached.

Page 70: Request for Proposal - Bank of India · RFP for Procurement of Onsite maintenance End to End Support Services for Entire GPS- Middleware Solution Page 3 the address mentioned below

RFP for Procurement of Onsite

maintenance

End to End Support Services

for Entire GPS- Middleware Solution

Resolution, Reconciliation and Related

Activities

Page 70

PART 7 : SCHEDULE OF DATES, AMOUNTS ETC. (SDA)

7.1 Bid Security Amount : Rs. 20,00,000/-

7.2 Bid Validity Up to : 180 days from the last date stipulated for receipt of responses to the Bid

7.3 Period within which Performance Security or Amendment thereto is to be submitted by the Successful : 21 days Bidder upon notification of Award of Contract

7.4 Period within which the Successful

Bidder should Sign the Contract : 7 days after receipt of the Form of Contract.

7.5 Period of Performance Contract

(from the Date of Award of : Min 12 months to be Contract - read with 7.14) valid up to expiry of warranty

7.6 Performance Security Amount : 25% of the total value of ATS/AMC for 4

years 7.7 Required period of validity of the

Performance Security after the : 12 months completion of performance

7.8 Period within which Bank will return

the Performance Security subject to terms mentioned in clause 4.6.4 : 4 years

7.9 Payment Schedule : Quarterly payments in arrears will be

released upon submission of invoice by the vendor