44
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF CONSULTANT FOR IT RISK ASSESSMENT AND ISO27001 CONSULTANCY SERVICES RFP Reference No. BCC: CISO: 32:111/277 Date : 07 August 2019 Bank of Baroda, Baroda Corporate Centre, C-26, G Block, Bandra Kurla Complex Bandra (East), Mumbai - 400 051.

REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

REQUEST FOR PROPOSAL (RFP)

FOR

SELECTION OF CONSULTANT FOR

IT RISK ASSESSMENT

AND

ISO27001 CONSULTANCY SERVICES

RFP Reference No. BCC: CISO: 32:111/277

Date : 07 August 2019

Bank of Baroda,

Baroda Corporate Centre,

C-26, G Block, Bandra Kurla Complex

Bandra (East),

Mumbai - 400 051.

Page 2: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 2 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

Important Dates:

Sr. No.

Particulars Dates and Timelines

1 Issuance of RFP document by the Bank

00:00 hours IST on 07 August 2019

2 Last date of submission of any queries and Last date for reporting any error, omissions or faults in the RFP document

16:00 hours IST on 16 August 2019

3 Pre-bid Meeting date/venue 14:30 hours IST on 22 August 2019. Bank Of Baroda, Baroda Corporate Centre, C-26, G-Block, Bandra Kurla Complex, Mumbai – 400 051

4 Last Date of submission of RFP response

14:30 hours IST on 30 August 2019

5 Technical bid opening date / time / venue

15:00 hours IST 30 August 2019 Bank Of Baroda, Baroda Corporate Centre, C-26, G-Block, Bandra Kurla Complex, Mumbai – 400 051

Important Clarifications:

Following terms are used in the document interchangeably to mean:

Bank means “Bank of Baroda (including domestic operations, overseas operations, Overseas & Indian subsidiaries & Associate Banks)”

BCC means “Baroda Corporate Centre” and BST means “Baroda Sun Tower”.

RBI Guidelines means various circulars issued by RBI from time to time including but not limited to Working group on Information Security, Electronic Banking, Technology Risk Management and Cyber Frauds for implementation vide circular no RBI//2010-11/494 DBS.CO.ITC.BC.No.6/31.02.008/2010-11 dated April 29,2011 and Cyber Security Framework for Banks dated 02/06/2016

Recipient, Respondent, Bidder and Vendor means “Respondent to the RFP document”.

Data Centre/DR site (Disaster Recovery Centre) means Bank’s Data centre at Mumbai/Hyderabad.

BFSI means Banking, Financial Services and Insurance.

RFP means this “RFP document”

Consultant(Bidder), Bank shall be individually referred to as “Party” and collectively as “Parties”.

TABLE OF CONTENTS

Page 3: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 3 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

SECTION – I ................................................................................................................................................................................... 4

1.1 INTRODUCTION AND DISCLAIMER ......................................................................................................................... 4

1.2 INORMATION PROVIDED ............................................................................................................................................ 4

1.3 FOR RESPONDENT ONLY ............................................................................................................................................ 4

1.4 CONFIDENTIALITY ....................................................................................................................................................... 4

1.5 DISCLAIMER ................................................................................................................................................................... 5

1.6 ELIGIBILITY CRITERIA. .............................................................................................................................................. 5

1.7 COSTS BORNE BY RESPONDENTS ............................................................................................................................ 5

1.8 NO LEGAL RELATIONSHIP ......................................................................................................................................... 6

1.9 RECIPENT OBLIGATION TO INFORM ITSELF ...................................................................................................... 6

1.10 EVALUATION OF BIDS ............................................................................................................................................. 6

1.11 ERRORS AND OMISSIONS ....................................................................................................................................... 6

1.12 ACCEPTANCE OF TERMS........................................................................................................................................ 6

1.13 RFP RESPONSE TERMS ............................................................................................................................................ 7

1.14 NOTIFICATIONS ...................................................................................................................................................... 12

1.15 DISQUALIFICATION ............................................................................................................................................... 12

1.16 ERASINGS OR ALTERATIONS .............................................................................................................................. 12

1.17 RIGHT TO REJECT BIDS ........................................................................................................................................ 12

1.18 PROCESS & TIMEFRAME ...................................................................................................................................... 13

1.19 OTHER TERMS AND CONDITIONS ..................................................................................................................... 13

SECTION – II ............................................................................................................................................................................... 15

2.1 BANK OF BARODA-INTRODUCTION ...................................................................................................................... 15

2.2 PROJECT OBJECTIVE ................................................................................................................................................. 15

2.3 PROJECT SCOPE .......................................................................................................................................................... 16

2.4 DETAILS OF INFRASTRUCTURE AT BANK’S DC/DR ......................................................................................... 19

SECTION – III .............................................................................................................................................................................. 20

3.1 GENERAL TERMS AND CONDITIONS .................................................................................................................... 20

SECTION – IV .............................................................................................................................................................................. 28

ANNEXURE-A : ELIGIBILITY CRITERIA ............................................................................................................................ 28

ANNEXURE-B : CONSULTANT’S SELECTION/EVALUATION PROCESS .................................................................... 30

ANNEXURE-C : COMPLIANCE CERTIFICATE .................................................................................................................. 34

ANNEXURE-D : TECHNICAL BID FORMAT ........................................................................................................................ 35

ANNEXURE-E : EXPERIENCE DETAILS .............................................................................................................................. 39

ANNEXURE-F : ESTIMATED EFFORT AND ELAPLSED TIME ....................................................................................... 40

ANNEXURE-G : LIST OF CERTIFIED EMPLOYEES .......................................................................................................... 41

ANNEXURE-H : PROPOSED ONSITE TEAM PROFILE ..................................................................................................... 42

ANNEXURE-I : COMMENTS ON TERMS & CONDITIONS & SERVICES/PRE BID QUERY FORMAT ................... 43

ANNEXURE-J : COMMERCIAL BID FORMAT .................................................................................................................... 44

Page 4: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 4 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

SECTION – I

1.1 INTRODUCTION AND DISCLAIMER

This Request for Proposal document (“RFP”) has been prepared solely to enable Bank of Baroda (“Bank”) in the selection of suitable Consultant through tender for regular IT Risk Assessment and ISO27001 Consultancy services for the Bank.

The RFP document is not a recommendation, offer or invitation to enter into a contract, agreement or other arrangement in respect of the services. The provision of the services is subject to observance of selection process and appropriate documentation being agreed between the Bank and any successful Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation Process.

1.2 INORMATION PROVIDED

The RFP document contains statements derived from information that is believed to be true and reliable at the date obtained but does not purport to provide all of the information that may be necessary or desirable to enable an intending contracting party to determine whether or not to enter into a contract or arrangement with Bank in relation to the provision of services. Neither Bank nor any of its directors, officers, employees, agents, representative, contractors, or advisers gives any representation or warranty (whether oral or written), express or implied as to the accuracy, updating or completeness of any writings, information or statement given or made in this RFP document. Neither Bank nor any of its directors, officers, employees, agents, representative, contractors, or advisers has carried out or will carry out an independent audit or verification or investigation or due diligence exercise in relation to the contents of any part of the RFP document.

1.3 FOR RESPONDENT ONLY

The RFP document is intended solely for the information of the party to whom it is issued (“the Recipient” or “the Respondent”) i.e. Government Organization/PSU/ limited Company, partnership firm.

1.4 CONFIDENTIALITY

This document is meant for the specific use by the Respondents interested to participate in the current tendering process. This document in its entirety is subject to Copyright laws. Bank expects the Bidders or any person acting on behalf of the Bidders to strictly adhere to the instructions given in the document and maintain confidentiality of information. The Bidders will be held responsible for any misuse of the information contained in the document and liable to be prosecuted by the Bank in the event of such a circumstance is brought to the notice of the Bank. By downloading the document, the interested party is subject to confidentiality clauses. Bank may update or revise the RFP

Page 5: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 5 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

document or any part of it. The Recipient acknowledges that any such revised or amended document shall be received subject to the same confidentiality terms.

The Recipient will not disclose or discuss the contents of the RFP document with any officer, employee, consultant, director, agent, or other person associated or affiliated in any way with the Bank or any of its customers or suppliers without prior written consent of the Bank.

1.5 DISCLAIMER

Subject to any law to the contrary, and to the maximum extent permitted by law, Bank and its directors, officers, employees, contractors, representatives,

agents, and advisers disclaim all liability from any loss, claim, expense (including, without limitation, any legal fees, costs, charges, demands, actions, liabilities expenses or disbursements incurred therein or incidental thereto) or damage (whether foreseeable or not) (“Losses”) suffered by any person acting on or refraining from acting because of any presumptions or information (whether oral or written and whether express or implied), including forecasts, statements, estimates, or projections contained in this RFP document or conduct ancillary to it whether or not the Losses arises in connection with any ignorance, negligence, inattention, casualness, disregard, omission, default, lack of care, immature information, falsification or misrepresentation on the part of Bank or any of its directors, officers, employees, contractors, representatives, agents, or advisers.

1.6 ELIGIBILITY CRITERIA.

Consultants who wish to bid should conform to the Eligibility Criteria as per Annexure-A : Eligibility Criteria except for clause nos 3 & 4. For meeting the eligibility criteria, 31.07.2019 would be considered as the date on which the Bidder should be eligible.

1.7 COSTS BORNE BY RESPONDENTS

All costs and expenses (whether in terms of time or money) incurred by the Recipient / Respondent in any way associated with the development, preparation and submission of responses, including but not limited to attendance at meetings, discussions, demonstrations, presentation etc. and providing any additional information required by Bank, will be borne entirely and exclusively by the Recipient / Respondent. Stamp duty that may be incurred towards entering in to agreement with the successful Bidder for awarding the contract will be shared by the Bank and the successful Bidder in equal proportion.

Page 6: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 6 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

1.8 NO LEGAL RELATIONSHIP

No binding legal relationship will exist between any of the Recipients / Respondents and the Bank until execution of a contractual agreement to the full satisfaction of the Bank.

1.9 RECIPENT OBLIGATION TO INFORM ITSELF

The Recipient must apply its own care and conduct its own investigation and analysis regarding any information contained in the RFP document and the meaning and impact of that information.

1.10 EVALUATION OF BIDS

The evaluation of the bids will be done as per evaluation criteria mentioned in Annexure-B “CONSULTANT’S SELECTION/EVALUATION PROCESS” of this RFP document. The Bidders who do not qualify the eligibility criteria as stipulated under Annexure-A will not be considered for technical evaluation. A Bidder not eligible under Technical Bid will not be considered for opening of Commercial Bid.

However each Recipient acknowledges and accepts that the Bank may, in its sole and absolute discretion, apply whatever criteria it deems appropriate in the selection of organizations, not limited to those selection criteria set out in this RFP document.

The issuance of RFP document is merely an invitation to offer and must not be construed as any agreement or contract or arrangement nor would it be construed as material for any investigation or review to be carried out by a Recipient. The Recipient unconditionally acknowledges by submitting its response to this RFP document that it has not relied on any idea, information, statement, representation, or warranty given in this RFP document.

For meeting the requirements of eligibility criteria, 31.07.2019 would be considered as the date on which the Bidder should be eligible. For Technical Evaluation criteria the date on the basis of which marks would be given would be 31.07.2019.

1.11 ERRORS AND OMISSIONS

Each Recipient should notify the Bank of any error, fault, omission, or discrepancy found in this RFP document as per date mentioned in the important dates section as per the enclosed Annexure ‘I’.

1.12 ACCEPTANCE OF TERMS

The Recipient will, by responding to the Bank’s RFP document, be deemed to have accepted the terms as stated in this RFP document.

Page 7: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 7 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

1.13 RFP RESPONSE TERMS

1.13.1 Application Money & Earnest Money

The Bidder will be required to submit Application Money of Rs.10,000/-(Rupees Ten Thousand) by way of Bankers Cheque/Demand Draft/Pay Order favoring Bank of Baroda, Payable in Mumbai, which is non refundable, must be submitted separately along with RFP response.

Earnest Money Deposit of Rs 100,000/- (Rupees One Lakh only) has to be submitted by way of Demand Draft / Banker's Cheque / Pay Order drawn in favor of "Bank of Baroda” payable in Mumbai. Earnest Money Deposit will not carry any interest. The Earnest Money Deposit of

unsuccessful Bidders will be refunded while intimating the rejection of the bid. The Earnest Money Deposit of the successful Bidder will be adjusted towards security deposit.

Application Money and Earnest Money Deposit should be delivered separately along with the sealed envelopes containing RFP responses and the Application Money and Earnest Money documents should not be put inside the sealed envelope containing RFP Response documents.

RFP document should be downloaded from the Tenders Section of the Bank’s website, http://www.bankofbaroda.com.

The Earnest Money Deposit will be forfeited if:

The Bidder withdraws his tender before processing of the same.

The Bidder withdraws his tender after processing but before acceptance of “Work Order” to be issued by the Bank, in case the Bidder is selected by the Bank.

The selected Bidder withdraws his tender before furnishing Bank Guarantee/Security Deposit as required under this RFP.

The Bidder violates any of the provisions of the terms and conditions of this RFP specification.

If the selected Bidder fails to enter into the contract agreement with the Bank within 15 days of issuing the Work Order.

Page 8: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 8 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

Unsuccessful Bidders - Earnest money deposit will be returned by the Bank within two weeks from closure of the RFP. No interest shall be paid on earnest money deposit to unsuccessful Bidders. Bidders are requested to provide the Bank details to enable the Bank to refund EMD through NEFT/RTGS.

MSEs (Micro and Small Enterprise (MSE) are exempted from paying the application money and Earnest Money deposit (EMD) amount for which the concerned enterprise needs to provide necessary documentary evidence. For MSEs Government of India provisions shall be considered while evaluating the tender.

1.13.2 RFP Closing Date

RFP response should be submitted to the officials indicated below not later than the closing date and time as mentioned in the important dates section of this RFP document.

1.13.3 Format of Bids

The Bidders should use the formats prescribed by the Bank in the RFP for submitting both technical and commercial bids. Any deviation in this regard entails the Bidder for disqualification.

1.13.4 Submission of Bid

-2- Sets of Technical and -2- sets of Commercial Bids in separate sealed envelopes (Total -4- sealed envelopes – two sealed envelops for technical bid and 2 sealed envelopes for commercial bid) should be submitted along with Application money and Earnest Money Demand Drafts / Pay Orders which should be in a separate unsealed envelope, before the RFP closing date and time. The sealed envelopes containing technical proposal should be superscribed as “TECHNICAL PROPOSAL for Selection of Consultant for IT Risk Assessment and ISO27001 Consultancy Services” and the sealed envelopes containing the commercial proposal should be superscribed as “COMMERCIAL

PROPOSAL for Selection of Consultant for IT Risk Assessment and ISO27001 Consultancy Services”. The e-mail address and phone/fax numbers of the Bidder should also be indicated on the sealed envelopes.

The soft copy of the technical proposal in MS-Word / Excel format should also be submitted in a CD along with hard copy of the technical proposal. It should be noted that in case of any discrepancy observed in information submitted by the Bidder in hard-copy and soft-copy, the hard-copy will be given precedence. However, in case of non-submission of any hard copy document, if the same is found submitted in the soft-

Page 9: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 9 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

copy and vice-versa, Bank reserves right to accept the same at its discretion.

The Bidder shall submit the proposals properly filed so that the papers are not loose. The Bidder shall submit the proposal in suitable file such that the papers do not bulge out and tear during scrutiny. All the pages of the proposal including documentary proofs should be numbered as “Page ____ (current page) of _____ (Total pages)" and be signed by authorized signatory. The current page number should be a unique running serial number across the entire proposal.

List of Contents for Technical Bid:

The Technical Proposal should be as per the requirement of the Bank in prescribed formats as follows:

a. Index of contents submitted.

b. Compliance Certificate as per Annexure-C.

c. Technical Bid Format as per Annexure-D

d. Experience details as per Annexure-E

e. Estimated Effort and Elapsed time as per Annexure-F

f. List of Certified Employees as per Annexure-G

g. Proposed Onsite Team Profile as per Annexure-H

h. Comments on Terms and Conditions & Services as per Annexure-I

i. Masked Copy of Commercial Bid as per Annexure-J (i.e. a copy of the Commercial Bid without price figures)

j. All the copies of certificates, documentary proofs, work orders, brochures etc should be clearly marked.

k. A CD containing soft copy of the proposal

List of Contents for Commercial Bid

a. Commercial Bid as per Annexure-J.

RFP Response should be addressed to:

The Chief Information Security Officer

2nd Floor, Information Security Department, Bank of Baroda, Baroda Corporate Centre, C-26, G-Block, Bandra Kurla Complex, Bandra (East), Mumbai 400 051.

Page 10: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 10 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

RFP Response/Bids in the sealed envelopes as detailed above must be hand delivered to the Bank at the following address :

Information Security Department, Bank of Baroda, 2nd Floor, Baroda Corporate Centre, C-26, G Block, Bandra Kurla Complex, Mumbai-400051.

Submission of bids by any mode other than hand delivery to the officials mentioned above is not allowed and will be considered invalid.

Bids submitted not as per the process and terms specified above will be rejected.

1.13.5 Registration of RFP

Registration of RFP response will be effected by the Bank by making an entry in a separate register kept for the purpose, upon receiving the RFP response in the above manner as detailed in this RFP. The RFP response must contain all documents, information, and details required by this RFP. If the submission to this RFP does not include all the documents and information required or is incomplete or submission is through Fax mode or e-mail or any mode other than hand delivery, the RFP is liable to be summarily rejected.

All submissions, including any accompanying documents, will become the property of Bank. The Recipient shall be deemed to have licensed, and granted all rights to the Bank to reproduce the whole or any portion of their submission for the purpose of evaluation, to disclose the contents of the submission to other Recipients who have registered a submission and to disclose and/or use the contents of the submission as the basis for any resulting RFP process, notwithstanding any copyright or other intellectual property right of the Recipient in the submission or accompanying documents.

1.13.6 Late RFP Policy

RFPs lodged after the deadline for lodgment of RFPs may be registered by the Bank and may be considered and evaluated by the evaluation team at the absolute discretion of the Bank. Respondents are to provide detailed evidence to substantiate the reasons for a late RFP submission. It should be clearly noted that Bank has no obligation to accept or act on any reason for a late submitted response to RFP.

1.13.7 RFP Validity Period

RFP responses will remain valid and open for evaluation according to their terms for a period of at least six (6) months from the RFP closing date.

Page 11: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 11 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

The Bank shall have the right at its sole and absolute discretion to continue the assignment/contract with the selected Bidder for future requirement on the rates finalized in this processing for various items/activities as described in the Annexure-‘J’ Commercial Bid after expiry of current assignment period.

1.13.8 Requests for Information

All queries relating to the RFP, technical or otherwise, must be either in writing or by email only and will be entertained by the Bank only in respect of the queries received up to the date and time mentioned in important date section of the RFP. All queries should be addressed to the nominated point of contact as mentioned below.

Chief Information Security Officer (CISO) Bank of Baroda, 2nd Floor, Baroda Corporate Centre,

C26, G Block, Bandra Kurla Complex, Mumbai, 400 051 Tel No: 022-66985238/ 66985227 E-mail ID: isd.bcc@@bankofbaroda.com

The Bank will try to reply, without any obligation in respect thereof, every reasonable query raised by the Recipients in the manner specified.

However, the Bank will not answer any communication initiated by Respondents later than the date of pre bid meeting. Bank may in its absolute discretion seek, but being under no obligation to seek, additional information or material from any Respondent after the RFP closes and all such information and material provided will be taken to form part of that Respondent’s response.

Respondents should invariably provide details of their email address as responses to queries will only be provided to the Respondent via email.

If Bank in its sole and absolute discretion deems that the originator of the query will gain an advantage by a response to a question, then Bank reserves the right to communicate such response to all Respondents.

Bank may in its sole and absolute discretion engage in discussion or negotiation with any Respondent (or simultaneously with more than one Respondents) after the RFP closes to improve or clarify any response.

1.13.9 Charges Terms

By submitting the bid, the Bidder will be deemed to have accepted all the terms and conditions mentioned in the RFP document and the rates quoted by the Bidder will be adequate to complete such work according to the specifications and conditions attached thereto and the Consultant has taken into account all conditions and difficulties that may be encountered during the period of assignment and to have quoted all the

Page 12: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 12 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

commercial rates, which shall include agreed price/ contract amount with taxes, royalties, VAT and other duties and all other facilities and services necessary for proper completion of the assignment, except such as may be otherwise provided in the contract document for completion of the assignment. The service tax would be paid by the Bank at actuals.

The TDS amount on prevailing rate and work contract tax etc. shall be deducted from selected Bidder’s running account/final bills. Necessary certificates shall be issued to the selected Bidder by the Bank.

All taxes, levies, cess and duties in respect of this contract except goods & services tax shall be payable by the selected Bidder and the Bank will not be liable for any claim whatsoever in this respect during the period of contract. Goods & Services tax shall be paid by the Bank at actuals.

1.14 NOTIFICATIONS

Bank will notify the Respondents in writing as soon as practicable, about the outcome of the RFP evaluation process, including whether the Respondent’s RFP response has been accepted or rejected. Bank is not obliged to provide any reasons for any such acceptance or rejection.

1.15 DISQUALIFICATION

Any form of canvassing/lobbying/influence/query regarding short listing, status etc will result in disqualification.

1.16 ERASINGS OR ALTERATIONS

The offers containing overwriting, erasing or alterations may not be considered. There should be no hand written material corrections or alterations in the offer. Technical details must be completely filled up. Correct technical information of the services being offered must be filled in. Filling up of the information using terms such as OK, ACCEPTED, NOTED, AS GIVEN IN BROCHURE/MANUAL or any Special Characters such as -, “, @, _,# is not acceptable. The Bank may treat offers not adhering to these guidelines as unacceptable.

1.17 RIGHT TO REJECT BIDS

Bank reserves the absolute and unconditional right to reject the response to this RFP if it is not in accordance with its requirements and no further correspondence will be entertained by the Bank in the matter. The bid is liable to be rejected if

It is not in conformity with any of the instructions, terms and conditions mentioned in this RFP document.

It is not accompanied by the requisite Application Money and EMD.

It is not properly/duly signed.

Page 13: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 13 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

It is received through any mode other than hand delivery to the designated officials

It is received after expiry of the due date and time.

It is incomplete including non-furnishing the required documents.

It is evasive or contains incorrect information.

There is canvassing of any kind.

It is submitted anywhere other than the place mentioned under clause 1.13.4.

1.18 PROCESS & TIMEFRAME

Selection of a successful Bidder will involve a five (5) stage approach. The approach follows the Indian Government’s Central Vigilance Commission (CVC) guidelines.

The indicative timeframe is mentioned in the important dates section of the RFP. Bank reserves the right to vary this timeframe at its absolute and sole discretion should the need arise. Changes to the timeframe will be relayed to the affected Respondents during the process.

The dates mentioned are tentative dates and the Bidder acknowledges that it cannot hold the Bank responsible for breach of any of the dates.

Note: Bidders can depute their representative (only one) to attend the Technical bid opening process. No separate intimation will be given in this regard to the Bidders for deputing their representatives for technical bid opening.

1.19 OTHER TERMS AND CONDITIONS

The Bank reserves the right to:

Reject any and all responses received in response to the RFP, with or without assigning any reasons whatsoever.

Waive or change any formalities, irregularities, or inconsistencies in proposal format delivery.

To negotiate any aspect of proposal with any Bidder and negotiate with more than one Bidder at a time.

Extend the time for submission of all proposals.

Receipt of RFP Bids

Evaluation of Bids

Award of Contract

STAGE 1 STAGE 2 STAGE 3 STAGE 4 STAGE 5

Pre - bid Meeting

Issue Of RFP

Page 14: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 14 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

Select the most responsive Bidders (in case no Bidder satisfies the eligibility criteria in totality).

Select the next most responsive Bidder if negotiations with the Bidder of choice fail to result in an agreement within a specified time frame.

Share the information/ clarifications provided in response to RFP by any Bidder, with any other Bidder(s) /others, in any form.

Cancel the RFP/Tender at any stage, without assigning any reason whatsoever.

Page 15: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 15 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

SECTION – II

2.1 BANK OF BARODA-INTRODUCTION

Bank of Baroda is one of the largest Public Sector Banks in India with signification presence in various overseas territories.

Bank has its own Data Centres at Mumbai and Hyderabad and also Near Site in Mumbai.

Bank’s Data Centre-Mumbai & DR Site Hyderabad were certified for ISO27001:2005 in Nov-2012. In the year 2015, Bank has migrated to ISO27001:2013 and now Mumbai and Hyderabad sites are certified on ISO27001:2013 which is valid till Nov--2021.

2.2 PROJECT OBJECTIVE

The Bank including its subsidiaries has implemented its centralized systems at Data Centre and DR site and it intends to perform periodic IT Risk Assessment and maintain ISO27001 certification for their operations at Data Centre and DR Site. For this the Bank intends to appoint competent and qualified consultant for IT Risk Assessment and ISO27001 Consultancy services.

The selected Bidder has to provide services based on the latest ISO27001 standard currently being ISO27001:2013 and RBI Guidelines. In case of any change in the ISO standard, the selected Bidder will be required to migrate the documentation including Policy and procedures and assist the Bank in migrating to the new standard to maintain ISO27001 certification. Bank will have discretion to decide timeline for such migration activity.

Based on the contents of the RFP, the selected Bidder shall be required to independently arrive at approach and methodology, based on ISO27001 standards, best practices and RBI guidelines, suitable for the Bank, after taking into consideration the effort estimate for completion of the same and the resource and the equipment requirements. The approach and methodology will be approved by the Bank.

The Bank expressly stipulates that the Consultant’s selection under this RFP is on the understanding that this RFP contains only the principal provisions for the entire assignment and that delivery of the deliverables and the services in

connection therewith are only a part of the assignment. The selected Bidder shall be required to undertake to perform all such tasks, render requisite services and make available such resources as may be required for the successful completion of the entire assignment at no additional cost to the Bank.

The selected Bidder will be responsible for carrying out risk assessment of the identified Business units as per risk assessment framework and templates to the Bank as per the broad objectives as outlined below.

Page 16: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 16 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

1. Development or modification of risk management framework which would ensure that the IT risks are managed as per international best practices.

2. A comprehensive risk assessment of DC/DR operations on yearly basis.

3. Perform pre certification audit and identify gaps in ISO27001 certification preparedness of the Bank.

4. To ensure that the Bank maintains ISO27001 Certification for its DC & DR operations and maintains the same.

The selected Bidder will ensure knowledge transfer to the Bank at every stage of the project to enable the Bank to carry out the work as specified in this RFP in future after completion of this assignment.

Bank may, at its full discretion, choose to avail of the services for all services or part thereof. Such decision may be advised in course of the project.

The selected Bidder’s appointment is task specific and would last till the bank achieves the objective such as IT Risk Assessment, ISO27001 certification maintenance for DC & DR as per the scope of this RFP.

2.3 PROJECT SCOPE

The primary focus of the scope is to maintain ISO 27001 certification for Data Centre/Disaster Recovery Centre.

The Bank also reserves its right to change the scope of the RFP to meet the overall objective of effective Risk Assessment, Risk Mitigation and ISO Certification requirements.

The project scope includes maintenance of existing ISO27001 certification for Bank’s Data Centre at Mumbai, Disaster Recovery centre at Hyderabad including Regular Risk assessment.

Risk Assessment and mitigation plan should be done as per ISO Standards, RBI Guidelines, industry best practices. The consultant would also develop or modify the risk assessment template with a scoring system which would be used by the Bank to assess risks at the in scope centres and other units of the Bank.

Following is the list of in-scope business units :

Data Centre/DR site Mumbai, Hyderabad

Certification including Recertification should be as per the latest version of ISO27001 currently being the version 2013.

Following outlines the scope of work to be carried out by the selected Bidder.

1. Detailed Scoping of DC and DR operations

Page 17: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 17 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

2. Review the IT Security Policy, ISMS Framework, Risk Assessment Framework against ISO27001 standards, international best practices and RBI Guidelines

3. Conducting awareness sessions on IT Risk assessment and ISO27001 standard for DC and DR staff.

4. Perform Risk Assessment and submit Risk Mitigation plan of in scope operations of DC and DR as per Risk Assessment framework

5. Perform pre surveillance/recertification Internal Audit as per ISO27001 standard

6. Handholding during ISO27001 surveillance/recertification audits by external consultants

7. Supporting the Bank for closure of internal and external audit findings.

2.3.1. Scoping A detailed scoping would be required to be carried out to define the areas which would be covered encompassing the business processes, policies and procedures, IT infrastructure, IT organization, IT implementation etc. The scope would need to be approved by the bank before further work is undertaken.

2.3.2. Policy & Procedures Review

During this phase the selected Bidder would review the Bank’s own Security Policy & Guidelines, Risk Management Framework, ISO27001 guidelines, RBI Guidelines etc. This phase would include but not limited to the following:

Review of IT governance and organization.

Review of Risk Management framework

Review of IT processes and business processes around IT processes.

Review of Policies Standards & Guidelines, Procedures and other subordinate documents.

Review of Change Management Process including security testing of applications/updates/patches before moving to production.

Review based on bank appointed IS Auditors Comprehensive Audit reports of IT Infrastructure.

Selected Bidder would be required to update the policy, procedure, framework documents based on the review of the same.

2.3.3. Training

Required awareness training which will include classroom training and on the job training would need to be provided by the selected Bidder to Bank’s personnel on yearly basis to impart proper understanding of ISO27001

Page 18: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 18 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

standard and IT Risk Assessment to enable the Bank personnel to carry out such assignments independently in future.

2.3.4. Risk Assessment and Risk mitigation

The selected Bidder would be required to interact with the various operational teams of DC and DR and perform Risk assessment as per the defined Risk Assessment methodology. The selected Bidder will also evaluate the third party relationships and perform risk assessment of the same. Frequency of the Risk Assessment would be on yearly basis. The Selected Bidder will have to hold periodic meetings with the Bank and would spell out a detailed remediation plan meant for various levels such as organisation, policies and procedures, devices to facilitate implementation. The remediation plan has to be granular and deficiency specific based on risk assessment and generic recommendations should be avoided. Selected Bidder would be required to submit risk mitigation plan to the Bank based on industry best practices and tools and techniques available in the market. Actual risk mitigation will be out of the scope of the selected Bidder. The selected Bidder has to coordinate with the Bank’s system integrator, monitor the progress in risk remediation and provide handholding support to the Bank till the risk is remediated. The support has to be in the form of emails, telephone, and onsite visits, additional technical inputs etc as may be required by the Bank during the tenure of the contract. In case the solution suggested by the selected Bidder can not be implemented, in such cases, selected Bidder will suggest the alternative solution to the Bank.

2.3.5. Pre surveillance/recertification Internal Audit

The selected Bidder has to perform the pre surveillance/recertification internal audit to ensure compliance as per ISO27001 standards. The coverage needs to be comprehensive during this exercise as per the ISO27001 standard requirement.

Prepare or modify all the documentation required(like SOA) and enable the Bank for ISO27001 surveillance/recertification audits.

Assist the Bank in closure of internal audit findings.

2.3.6. Deliverables

1. High level project plan followed by detailed project plan for each of the major activities such as Risk Assessment, Internal audit and external audit.

2. Description of approach and methodology

Page 19: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 19 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

3. Detailed scope for ISO27001 certification

4. Modified IT Security Policy, ISMS Framework, Risk Assessment Framework

5. Classroom trainings at the Bank’s premises on IT Risk Assessment and awareness about latest ISO27001 standard along with training manuals/presentations

6. Risk Assessment report and Risk Mitigation plan

7. Submit Executive summary and detailed Risk Assessment Reports for Management review and acceptance

8. Internal Audit Report

9. All documentation required for ISO27001 certification

10. Assistance in closure of audit findings

2.4 DETAILS OF INFRASTRUCTURE AT BANK’S DC/DR

Bank’s Data Centre

Bank has state of the art Data Centre at Mumbai and Hyderabad. Bank’s DC is connected to all the Branches in India, overseas territories, Bank’s subsidiaries and business partners like NFS, Visa Card, Master card, SWIFT, NSE, BSE etc. DC Operation is jointly managed by HP and the Bank’s team. Bank has implemented various applications at DC and DR in the centralized environment. Irrespective of the present status of applications, systems, processes, interfaces, hardware, networking equipments, security devices etc implemented at DC/DR site, all future changes including new initiatives will be covered as part of the scope of work during the term of the engagement. Bank has also implemented a Near Site in Mumbai.

Network Architecture

Bank has implemented its Data Centres in Mumbai and Hyderabad with Link level and device level redundancies. Bank’s DC and DR are connected to various branches through MPLS link, ISDN links. Bank’s onsite ATMs are part of the branch network. Offsite ATMs and select remote branches are connected through VSATs. Bank’s overseas branches/territories networks are managed by British Telecom and Cables and Wireless.

Details of IT Security Policy

Bank has IT Security Policy approved by the Board of Directors. Bank also has 22 Standard and Guideline documents which is approved by the Top Management Steering committee(TMSC) on IT Security.

Page 20: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 20 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

SECTION – III

3.1 GENERAL TERMS AND CONDITIONS

3.1.1 Term of Assignment

The selected Bidder under this RFP will be appointed for a period of 3 years. However, if for any reason the work is not completed to the satisfaction of the Bank within the stipulated time, the period of contract would be extended at Bank’s discretion at no extra cost.

3.1.2 Adherence to Terms and Conditions

The Bidders who wish to submit responses to this RFP should note that they should abide (in true intent and spirit) by all the terms and conditions contained in the RFP. If the responses contain any extraneous conditions put in by the Respondents, such responses may be disqualified and may not be considered for the selection process.

3.1.3 Execution of Agreement/NDA

The selected Bidder should execute a Service Level Agreement with the Bank which will remain valid for at least 42 months. The Service Level Agreement would include all the terms and conditions of the services to be extended as detailed herein and as may be prescribed or recommended by the Bank which will include a Non-disclosure Agreement clause. The selected Bidder should execute the Service Level Agreement with ND clause within -2- weeks from the date of acceptance of Work Order.

The date of agreement shall be treated as date of engagement and the time-line for completion of the assignment shall be worked out with reference to this date.

3.1.4 Issuance of purchase order

Bank will issue Letter of Intent to the selected Bidder to submit Security

Deposit, Bank Guarantee and enter into the contract with the Bank. Post which, Bank will issue purchase/work order to carry out the work as per RFP scope of work and terms and conditions.

Bank will have the discretion, to avail of any one or more services from the successful Bidder, any time during the tenure of the contract as per the contracted rates and terms and conditions.

Page 21: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 21 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

3.1.5 Project Team Members

The key persons identified by the Consultant should necessarily possess the following qualification/experience.

Should have in-depth knowledge of IT and Banking processes with a minimum of three years work experience in IT Security.

Should have in-depth knowledge of RBI guidelines.

Should be a certified ISO27001 lead auditor by an authorized agency.

Should have worked on at least -2- ISO27001 consultancy or certification assignments out of which, -1- assignment should be for a Bank.

Should possess CISA/CISSP/CEH certification.

3.1.6 Substitution Of Project Team Members

During the assignment, the substitution of key staff identified for the assignment will not be allowed by the Bank unless such substitution becomes unavoidable to overcome the undue delay or that such changes are critical to meet the obligation. In such circumstances, the selected Bidder, as the case may be, can do so only with the prior written concurrence of the Bank and by providing the replacement staff of the same level of qualifications and competence. If the Bank is not satisfied with the substitution, the Bank reserves the right to terminate the contract and recover whatever payments(including past payments and payment made in advance) made by the Bank to the selected Bidder during the course of the assignment pursuant to this RFP besides claiming an amount equal to the contract value as liquidated damages. However, the Bank reserves the unconditional right to insist to the selected Bidder to replace any team member with another (with the qualifications and competence as required by the Bank) during the course of assignment pursuant to this RFP.

3.1.7 Software/Hardware requirements

All the softwares, hardware equipments like Laptops, tools etc to carry out the assignment has to be brought by the selected Bidder at no extra cost.

3.1.8 Professionalism

The selected Bidder should provide professional, objective and impartial advice at all times and hold the Bank’s interest paramount and should observe the highest standard of ethics, values, code of conduct, honesty and integrity while executing the assignment.

Page 22: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 22 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

3.1.9 Alternative Approaches

In case the Bank is unable to rectify the gaps mentioned in the detailed Gap assessment/Remediation Plan, selected Bidder should suggest the alternative approaches to help the Bank to comply with the ISO27001 requirements at no extra cost to the Bank.

3.1.10 Adherence To Standards

The selected Bidder should use ISO standards as reference while providing the consultancy service with an objective to enable the Bank including its subsidiaries, overseas branches/territories to obtain ISO27001 certification. Selected Bidder will perform Risk Assessment as

per the Industry best practices and also as per Bank’s own Security policies.

The selected Bidder should adhere to all the applicable laws of land and rules, regulations and guidelines prescribed by various regulatory, statutory and Government authorities.

The Bank reserves the right to conduct an audit/ongoing audit of the consulting services provided by the selected Bidder.

The Bank reserves the right to ascertain information from the other Banks and institutions to which the Bidders have rendered their services for execution of similar projects.

3.1.11 Expenses

It may be noted that Bank will not pay any amount/expenses / charges / fees / traveling expenses / boarding expenses / lodging expenses / conveyance expenses / out of pocket expenses other than the “Agreed Price”.

For any additional work not covered by the scope of work in this RFP, Bank will pay on the per man day cost basis.

3.1.12 Payment Terms

All payments will be released on completion of the job as per commercial Bid line items. Bank will release the payment within 3 to 4 weeks of receiving the undisputed invoice, after deduction of applicable taxes at source of the agreed price to the selected Bidder. No advance payments will be made.

All payments will be made on successful completion of the job to the satisfaction of the Bank and achievement of the objective as defined in the scope of work.

3.1.13 Contract Performance Guarantee

Page 23: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 23 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

The selected Bidder has to provide an unconditional and irrevocable performance guarantee for 10% of the contract value from a Public Sector Bank (other than Bank of Baroda) towards due performance of the contract in accordance with the specifications, terms and conditions of this RFP document, within 15 days from the date of letter of Intent. The Performance Guarantee shall be for 45 months(42 months plus -3- months additional claim period) kept valid for the entire period of assignment and to be released at the end of the period of assignment.

3.1.14 Security Deposit

The selected Bidder has to deposit with the Bank an amount equivalent to 05(Five) % of the contract value towards security deposit for the entire period of assignment, within 15 days from the date of letter of intent. Interest on the Security Deposit will be paid as per the applicable fixed deposit rate.

3.1.15 Single Point Of Contact

The selected Bidder has to provide details of single point of contact viz. name, designation, address, e-mail address, telephone/mobile no., fax no. etc.

3.1.16 Applicable Law And Jurisdiction Of Court

The Contract with the selected Bidder shall be governed in accordance with the laws of India for the time being in force and will be subject to the exclusive jurisdiction of courts at Mumbai.

3.1.17 Liquidated Damages (LD)

If the selected Bidder fails to complete the due performance of the contract in accordance with the specifications and conditions agreed during the agreement, the Bank reserves the right to recover LD @ 0.5% of the Total Charges per week as per Annexure-J Commercial Bid Format or part thereof, subject to a maximum of 10 % of total charges as LD for non-performance/delayed performance.

LD is not applicable for delay due to reasons attributable to the Bank and Force Majeure. However, it is the responsibility of the SP to prove that the delay is attributed to the Bank or Force Majeure. The selected Bidder shall submit the proof authenticated by the SP and Bank’s official that the delay is attributed to the Bank or Force Majeure along with the bills requesting payment.

If the delay is attributable to the Bank, or Force Majeure, or any other circumstances beyond the control of the SP, then the Bank will continue with the contract without claiming any Liquidated Damage. Bank

Page 24: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 24 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

reserves the right to adjust the penalty and Liquidated Damages if any against the Security Deposit.

3.1.18 Force Majeure

Any failure or delay by selected Bidder or Bank in the performance of its obligations, to the extent due to any failure or delay caused by fire, flood, earthquake or similar elements of nature, or acts of God, war, terrorism, riots, civil disorders, rebellions or revolutions, acts of governmental authorities or other events beyond the reasonable control of non-performing party, is not a default or a ground for termination. The affected party shall notify the other party of the occurrence of a Force Majeure Event forthwith.

3.1.19 Authorized Signatory

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

3.1.20 Indemnity

The selected Bidder shall indemnify Bank and keep the Bank indemnified for any loss or damage, cost or consequences that Bank may sustain, suffer or incur on account of violation of intellectual property rights of third party by the selected Bidder. The selected Bidder shall always remain liable to the Bank for any Losses suffered by the Bank due to any technical error or negligence or fault on the part of the selected Bidder, and the selected Bidder also shall indemnify the Bank for the same.

3.1.21 Non Payment Of agreed price

If any of the items/activities as mentioned in the price bid are not taken up by the Bank during the course of this assignment, the Bank will not pay the contracted agreed price quoted/agreed by the selected Bidder in the price bid against such activity/item.

3.1.22 Assignment

Neither the contract nor any rights granted under the contract may be sold, leased, assigned, or otherwise transferred, in whole or in part, by the selected Bidder without advance written consent of the Bank and any

Page 25: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 25 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

such sale, lease, assignment or transfer otherwise made by the selected Bidder shall be void and of no effect.

3.1.23 Non – Solicitation

The selected Bidder, during the term of the contract and for a period of two years thereafter shall not without the express written consent of the Bank, directly or indirectly: a) recruit, hire, appoint or engage or attempt to recruit, hire, appoint or engage or discuss employment with or otherwise utilize the services of any person who has been an employee or associate or engaged in any capacity, by the Bank in rendering services in relation to the contract; or b) induce any person who shall have been an employee or associate of the Bank at any time to terminate his/ her

relationship with the Bank.

3.1.24 No Employer-Employee Relationship

The selected Bidder or any of its holding/subsidiary/joint-venture/ affiliate / group / client companies or any of their employees / officers / staff / personnel / representatives/agents shall not, under any circumstances, be deemed to have any employer-employee relationship with the Bank or any of its employees/officers/ staff/representatives/ personnel/agents.

3.1.25 Vicarious Liability

The selected Bidder shall be the principal employer of the employees, agents, contractors, subcontractors etc., engaged by the selected Bidder and shall be vicariously liable for all the acts, deeds, matters or things, of such persons whether the same is within the scope of power or outside the scope of power, vested under the contract. No right of any employment in the Bank shall accrue or arise, by virtue of engagement of employees, agents, contractors, subcontractors etc., by the selected Bidder, for any assignment under the contract. All remuneration, claims, wages dues etc., of such employees, agents, contractors, subcontractors etc., of the selected Bidder shall be paid by the selected Bidder alone and the Bank shall not have any direct or indirect liability or obligation, to pay any charges, claims or wages of any of the selected Bidder’s

employees, agents, contractors, subcontractors etc. The selected Bidder shall agree to hold the Bank, its successors, assigns and administrators fully indemnified, and harmless against loss or liability, claims, actions or proceedings, if any, whatsoever nature that may arise or caused to the Bank through the action of selected Bidder’s employees, agents, contractors, subcontractors etc.

3.1.26 Subcontracting

The selected Bidder shall not subcontract or permit anyone other than its personnel to perform any of the work, service or other performance

Page 26: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 26 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

required of the vendor under the contract without the prior written consent of the Bank.

3.1.27 Cancellation Of Contract And Compensation

The Bank reserves the right to cancel the contract of the selected Bidder and recover expenditure incurred by the Bank in any of the following circumstances. The Bank would provide 30 days notice to rectify any breach/ unsatisfactory progress if :

the selected Bidder commits a breach of any of the terms and conditions of the bid/contract;

the selected Bidder becomes insolvent or goes into liquidation voluntarily or otherwise;

an attachment is levied or continues to be levied for a period of 7 days upon effects of the bid;

the progress regarding execution of the contract, made by the selected Bidder is found to be unsatisfactory;

if deductions on account of penalty and liquidated damages exceeds more than 10% of the total contract price;

if the selected Bidder fails to complete the due performance of the contract in accordance with the agreed terms and conditions.

After the award of the contract, if the selected Bidder does not perform satisfactorily or delays execution of the contract, the Bank reserves the right to get the balance contract executed by another party of its choice by giving one month’s notice for the same. In this event, the selected Bidder is bound to make good the additional expenditure, which the Bank may have to incur to select and carry out the execution of the balance of the contract. This clause is also applicable, if for any reason, the contract is cancelled.

The Bank reserves the right to recover any dues payable by the selected Bidder from any amount outstanding to the credit of the selected Bidder, including the pending bills and/or invoking Bank Guarantee/Security Deposit, if any, under this contract.

3.1.28 Dispute Resolution

If a dispute, controversy or claim arises out of or relates to the contract, or breach, termination or invalidity thereof, and if such dispute, controversy or claim cannot be settled and resolved by the Parties through discussion and negotiation, then the Parties shall refer such dispute to arbitration. Both Parties may agree upon a single arbitrator or each Party shall appoint one arbitrator and the two appointed arbitrators shall thereupon appoint a third arbitrator. The arbitration shall be conducted in English and a written order shall be prepared. The venue of the arbitration shall be Mumbai. The arbitration shall be held in

Page 27: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 27 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

accordance with the Arbitration and Conciliation Act, 1996. The decision of the arbitrator shall be final and binding upon the Parties, provided that each Party shall at all times be entitled to obtain equitable, injunctive or similar relief from any court having jurisdiction in order to protect its intellectual property and confidential information.

3.1.29 Ownership of Deliverables

All the deliverables as per scope of this RFP will become the property of Bank of Baroda.

3.1.30 Project Timelines

The selected Bidder shall be bound by the Implementation schedule so agreed. For Gap remediation, Consultant should provide necessary support and hand-holding assistance including consultancy services as defined in the scope till the gaps are rectified for maintaining ISO27001 Certification compliance.

Job Projected Timeline

Contract Execution 2 Weeks

Detailed Scoping and Risk Assessment of DC and DR operations

2 Weeks

Internal Audit of DC and DR as per ISO27001 standard

1 Week

The above timelines are tentative and may be extended at the discretion of the Bank at no extra cost to the Bank.

Page 28: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 28 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

SECTION – IV

ANNEXURE-A : ELIGIBILITY CRITERIA

Consultants who wish to bid should conform to the following criteria.

S.No. Eligibility Criteria Documents required Page

Ref. no

1 Should be either a Government

Organization/PSU/PSE/ partnership firm or

a limited Company

under Indian Laws

or /and an autonomous

Institution approved by GOI/RBI promoted

Partnership firm-Certified copy of Partnership Deed.

Limited Company-Certified copy

of Certificate of Incorporation and Certificate of Commencement of Business.

Reference of Act/Notification

For other eligible entities- Applicable documents.

2 Should have been in existence in India for three years as on 31-07-2019.

Partnership firm-Certified copy of Partnership Deed.

Limited Company-Certified copy of Certificate of Incorporation and Certificate of Commencement of Business.

For other eligible entities- Applicable documents.

3 Should have a minimum average annual turnover of Rs. 20.00 crores (Rupees Twenty Crores) during last three financial years 2016-17, 2017-18 and 2018-19.

Copy of abridged audited Balance Sheet and P&L statement for the financial years 2016-17, 2017-18 and 2018-19.

4 Should have made net profits for the last 3 financial years viz. 2016-17, 2017-18 and 2018-19.

Copy of abridged audited Balance Sheet and P&L statement for the financial years 2016-17, 2017-18 and 2018-19.

5 Bidder should have at least -3- years experience in offering Information Security Services such as Security assessment, defining security policies procedures & baselines, Risk

Copy of purchase order.

Page 29: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 29 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

Assessment, security consulting assignments to public sector Banks in India.

6 The Bidder must have experience of providing ISO27001 consultancy to at least -2 BFSI institutions in India leading to successful ISO27001 certification/recertification of the institution out of which at least -1- should be a Bank in India with minimum -500- branches.

Copy of purchase order and copy of Certification

7 The Bidder must have at least 5 consultants with qualifications such as ISO27001 Lead Auditors as employees.

As per Annexure G

8 The Bidder must have at least – 12 CISA/CISSP/CEH Certified professionals as employees.

As per Annexure G

9 The firm should not be blacklisted / barred by Government of India or any regulatory body in India.

Self Declaration

10 The Bidder or its parent company or its subsidiary should not be existing System integrator maintaining IT infrastructure at Data Centre-Mumbai and Hyderabad of the Bank.

Self Declaration

Subcontracting of any work related to the scope of RFP is not allowed.

Those who fulfill all the eligibility criteria as mentioned above are only eligible to take part in this bid exercise.

Annexure-D (Technical Bid format) to be submitted by Bidders should contain detailed responses to each of the above eligibility criteria along with documentary proofs as specified above.

The fulfillment of above eligibility criteria would be ascertained as of 31-07-2019.

Bidder/Bidders who have been appointed by the Bank for any other project and whose contract has been terminated before completion of the project are not eligible to bid in the proposed project.

Proposals of those Bidders, who do not fulfill the Eligibility Criteria as stated above fully, will be rejected.

Page 30: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 30 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

ANNEXURE-B : CONSULTANT’S SELECTION/EVALUATION PROCESS

Evaluation of Technical Bid

First, Technical bid documents will be evaluated for fulfillment of eligibility criteria. Technical bids of only those Bidders who fulfill the eligibility criteria fully as per Annexure-A will be taken up for further evaluation/selection process rejecting the remaining bids.

The evaluation/selection process will be done with combination of, technical competence and commercial aspects as detailed here below. A maximum of 100 marks will be allocated for the technical bid. The evaluation of functional and technical capabilities of the Bidders of this RFP will be completed first as per the following guidelines. The technical proposals only will be subjected for evaluation at this stage. The Bidders scoring less than 70 marks (cut-off score) out of 100 marks in the technical evaluation shall not be considered for further selection process. Once the evaluation of technical proposals is completed, the Bidders who score equal to, or more than the prescribed cut-off score of 70 will only be short listed.

The evaluation of technical proposals, among other things, will be based on the following:

Prior experience of the Bidder in undertaking projects of similar nature.

Professional qualifications and experience of the key staff proposed/ identified for this assignment.

Methodology/Approach proposed for accomplishing the proposed project, Activities / tasks, project planning, resource planning, effort estimate etc.

Various stages of technical evaluation are presented below:

1. Eligibility evaluation as per the criteria prescribed in Annexure-A.

2. Evaluation of technical proposals of Bidders qualified in eligibility evaluation, based on response and presentation

3. Arriving at the final score on technical proposal.

Presentation-cum-Interview

The Bidders who are qualified in eligibility evaluation, have to give presentation/interactions before panel of representatives of Bank on the methodology/ approach, time frame for various activities, strengths of the Bidders in carrying out the tasks as per the scope of the RFP detailed under section II of the RFP. The technical competence and capability of the Bidder should be clearly reflected in the presentation. If any short listed Bidder fails to make such presentation, he will be eliminated from the evaluation process.

At the sole discretion and determination of the Bank, the Bank may add any other relevant criteria for evaluating the proposals received in response to this RFP.

Page 31: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 31 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

Bank may, at its sole discretion, decide to seek more information from the Respondents in order to normalize the bids. However, Respondents will be notified separately, if such normalization exercise as part of the technical evaluation is resorted to.

Technical Evaluation Criteria:

The criteria for evaluation of technical bids is as under. Credentials and other evaluation criteria mentioned below will be computed as of 31-03-2016.

Criteria Evaluation Parameters Max

Marks

Documents to

be submitted

Credentials (please refer NOTE 1 to 2)

The number of years experience of providing ISO27001 consultancy in India in last 5 years.

For each year of experience 2 Copies of Work order. Maximum marks 10

The number of ISO27001 consultancy assignments carried out in India.

For each consultancy assignment 3 Copies of Work order.

Maximum marks 9

The number of ISO27001 consultancy carried out in BFSI in India.

For each consultancy to BFSI Institution

3 Copies of Work order.

Additional marks for a Bank in India

3

Maximum marks 12

The number of ISO27001 consultancy projects carried out in India leading to ISO27001 certification/ recertification of the client.

For each consultancy assignment 3 Copies of Work order and ISO27001 Certificate.

Maximum marks 9

The number of ISO27001 consultancy projects carried out in BFSI in India leading to ISO27001 Certification/recertification of the client.

For each consultancy to BFSI Institution

3 Copies of Work order and ISO27001 Certificate.

Additional marks for a Bank in India

3

Maximum marks 15

Sub-total (Credentials) 55

Manpower (please refer NOTE3)

The number of ISO27001 Lead Auditors employed by the Bidder

For 5 certified employees 4 1. Copy of relevant Certificate; 2. Proof of employment with the Bidder.

For 6-9 certified employees 7

For 10-15 certified employees 10

For more than 15 certified employees

15

The number of CISA/CISSP/CEH Certified personnel employed by the Bidder

For 12 to 15 employees 5

For more than 15 employees 10

Sub total (Manpower) 25

Methodology & Approach

Demonstration of in-depth understanding of the Bank’s project requirements through the technical proposal and presentation, with detailed broken-down activities to be

20 Subjective evaluation based on technical proposal and presentation

Page 32: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 32 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

performed, effort estimation, manpower to be deployed.

TOTAL MARKS 100

NOTE 1: Experience of last -5- years only will be counted in the Technical Evaluation of the Bids. NOTE 2: Consultancy assignment for ISO27001 certification should be by way of specific assistance for compliance with ISO27001 standards such as Gap Analysis, Remediation assistance, Risk Assessment, Precertification audit, assistance during certification in the form of handholding. NOTE 3: For manpower consideration, the Employee should be on the payroll of the Bidding company. For this proof in the form of employment letter duly accepted by the employee or suitable declaration jointly signed by the Employer and Employee stating date of joining on the Bidding company’s letterhead should be submitted.

Cut - Off score for technical bid will be 70 marks.

In case there is only one bidder having technical score of 70 or more, Bank may, at its discretion, also consider the next highest technical scorer with minimum score of 60. In case, no Bidder is having technical score of 70 or more, Bank may, at its discretion, qualify 2 top scoring Bidders with minimum score of 60 in technical evaluation and compute the “Score” as per the evaluation criteria.

Annexure-D (Technical Bid format) to be submitted by Bidders should contain detailed responses to each of the above evaluation criteria along with documentary proofs as specified there against.

Commercial Bid Evaluation Criteria

It may be noted that commercial bids will be subjected to following evaluation process.

Based on the technical evaluation criteria, each Bidder will be given certain marks. Only those Bidders scoring 70% (70 marks out of 100) or above in the technical evaluation will be short-listed for commercial evaluation.

Computation Methodology for arriving at “Least Price / Least Quote” :

Bank will give 70% weightage to technical score while comparing the commercial quote. The procedure is as under:

A ’Score (S)’ will be calculated for all qualified Bidders using the following formula:

A Comprehensive Score (S)’ will be calculated for all qualified Bidders using the following formula:

Comprehensive Score (S) : (X*CLow /C)*100 + (1-X)*(T/Thigh)

Page 33: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 33 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

Where C stands for Commercial price quoted, CLow stands for the price quote of the lowest Commercial bid value. T stands for technical evaluation score. X is the Commercial bid weightage factor and is equal to 0.3. While computing the comprehensive score (S) as per above formula, the values of (CLow / C * X) and (T) * (1-X)) will be considered only upto 3 decimals and the other decimals will be ignored.

Example:

S.No. Bidder

Technical Evaluation

Marks

(T)

Nominal Bid Price

(C)

(CLow / C) * 0.30

(T / THigh) * 0.70 Score (S)

1 ABC 95 71 0.254 0.700 0.954

2 XYZ 85 65 0.277 0.626 0.903

3 UVW 80 60 0.300 0.589 0.889

In the above example, ABC, with the highest score of 0.954 becomes the successful Bidder.

Bank reserves the right to negotiate the price with the successful Bidder before awarding the contract. It may be noted that Bank will not entertain any price negotiations with any other Bidder, till the successful Bidder declines to accept the offer.

In the case of tie between two or more Bidders a fresh commercial bid will be called upon from these Bidders for evaluation and selection of the Consultant.

Page 34: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 34 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

ANNEXURE-C : COMPLIANCE CERTIFICATE

(on company’s letterhead) To, Date : The Chief Information Security Officer (CISO) Information Security Department Bank of Baroda 2rd Floor, Baroda Corporate Centre C-26, G Block, Bandra Kurla Complex, Bandra (East) Mumbai 400 051 Dear Sir, Ref: - RFP for selection of Consultant for Risk Assessment and ISO27001

Consultancy services. 1. Having examined the Request for Proposal (RPF) including all annexures, the

receipt of which is hereby duly acknowledged, we, the undersigned offer to provide the desired Risk assessment, ISO 27001 Consultancy services for the Bank’s Information System Assets at select business units of the Bank in conformity with the terms and conditions of the said RFP and in accordance with our proposal and the schedule of Prices indicated in the Price Bid and made part of this bid.

2. If our Bid is accepted, we undertake to complete the project within the scheduled time lines.

3. We confirm that this offer is valid for six months from the last date for submission of RFP to the Bank.

4. This Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us.

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

6. We agree that the Bank is not bound to accept the lowest or any Bid that the Bank may receive.

7. We have not been barred/black-listed by any regulatory / statutory authority in India and we have required approval, if any, to be appointed as a service provider.

8. We shall observe confidentiality of all the information passed on to us in course of the tendering process and shall not use the information for any other purpose than the current tender.

9. We confirm that we have obtained all necessary statutory and obligatory permission to carry out the assignment, if any.

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

Page 35: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 35 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

ANNEXURE-D : TECHNICAL BID FORMAT

Particulars to be provided by the Bidder in the technical proposal –

No

Particulars

Bidder to furnish details

Reference Page no

of relevant

document in RFP

response

1 Name of the Bidder

2 Date of establishment and constitution. Certified copy of “Partnership Deed” or “Certificate of Incorporation/commencement of business” should be submitted. For entities other than partnership firm and limited company, other relevant documents to be submitted.

3 Location of Registered Office /Corporate Office/ Mumbai office with addresses.

4 Mailing address of the Bidder

5 Names and designations of the persons authorized to make commitments to the Bank

6 Telephone and fax numbers of contact persons

7 E-mail addresses of contact persons

8

Details of:

Description of business and business background

Service Profile & client profile

Domestic & International presence.

11 Gross annual turnover of the Bidder (not of the group)

Year 2016-17 Audited

Year 2017-18 Audited.

Year 2018-19 Audited.

(Copy of audited financial statements for above years to be submitted)

Page 36: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 36 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

No

Particulars

Bidder to furnish details

Reference Page no

of relevant

document in RFP

response

12

Net profit of the Bidder (not of the group)

Year 2016-17 Audited

Year 2017-18 Audited.

Year 2018-19 Audited.

(Copy of audited financial statements for above years to be submitted)

13

Experience of assignments executed successfully as Consultant for providing Consultancy or carrying out Information Security Risk Assessment and ISO27001 Certification Consultancy services to the organizations in India in the last -5- years as per the following details :

(For item nos. 13a to 13f, Name of the organization, time taken for execution of the assignment and documentary proofs in the form of copy of work order and Copy of certification are to be furnished)

13a ISO27001 Consultancy assignments in Banks

13b ISO27001 Consultancy assignments in BFSI Sector other than Banks.

13c ISO27001 Consultancy assignments in organizations other than BFSI institutions.

13d ISO27001 Consultancy assignments in Banks leading to ISO27001 Certification.

13e ISO27001 Consultancy assignments in BFSI Sector other than Banks leading to ISO27001 Certification.

13f ISO27001 Consultancy assignments in organizations other than BFSI institutions leading to ISO27001 Certification.

14 Details of the similar assignments on hand as on date (Name of the Bank, time projected for execution

Page 37: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 37 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

No

Particulars

Bidder to furnish details

Reference Page no

of relevant

document in RFP

response

of the assignment and documentary proofs such as work order are to be furnished)

15 Name of the Engagement Manager & Overall person responsible(team leader) identified for this assignment and his professional qualifications and experience/expertise

Details of similar assignments handled by the said team leader. Documentary proofs for all the assertions are to be enclosed.

As per Annexure H

16

Names of the other team members identified for this assignment and their professional qualifications and experience/expertise. (Should possess qualifications as mentioned in the RFP)

Documentary proofs for all the assertions in the form of Certificates, CVs, employment letter to be enclosed.

As per Annexure H

17

Names of the staff members and their ISO27001 Lead Auditor, CISA/CISSP/CEH certification.

(Copy of relevant certification and proof of employment should be enclosed)

As per Annexure G

18 Estimated work plan and time schedules for providing services for this assignment.

19 Effort estimate and elapsed time are to be furnished. As per Annexure-

F

20 Details of inputs, infrastructure requirements required by the Bidder to execute this assignment.

21

Details of the Bidder’s proposed methodology/approach with reference to the scope of work.

22 Details of deliverables, other than the deliverables

Page 38: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 38 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

No

Particulars

Bidder to furnish details

Reference Page no

of relevant

document in RFP

response

with reference to the scope of work.

23 Bank account details to enable refund of EMD to unsuccessful Bidders

The Bidder should provide detailed responses for each of the above items along with documentary proofs as prescribed there against and also as specified in Annexure-A (eligibility criteria) & Annexure B ( Bidder’s Selection/Evaluation Process).

Declaration:

1. We confirm that we will abide by all the terms and conditions contained in the RFP.

2. We hereby unconditionally accept that Bank can at its absolute discretion apply whatever criteria it deems appropriate, not just limiting to those criteria set out in the RFP, in short listing of Bidders.

3. All the details mentioned by us are true and correct and if Bank observes any misrepresentation of facts on any matter at any stage, Bank has the absolute right to reject the proposal and disqualify us from the selection process.

4. We confirm that this response, for the purpose of short-listing, is valid for a period of six months, from the date of expiry of the last date for submission of response to RFP.

5. We confirm that we have noted the contents of the RFP and have ensured that there is no deviation in filing our response to the RFP and that the Bank will have the right to disqualify us in case of any such deviations.

Place:

Date: Seal & Signature of the Bidder

Page 39: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 39 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

ANNEXURE-E : EXPERIENCE DETAILS

DETAILS OF IT RISK ASSESSMEMT AND ISO27001 CONSULTANCY & CERTIFICATION EXPERIENCE IN INDIA

Sl. No.

Name of

the Client

Client segment Bank or BFSI or Others

Date of PO

Date of completion

of assignment

Date of Certification (if applica

ble)

Name of Lead consult

ant

Contact

person details of the client

Page Ref. No.

Please submit copy of Purchase order and Copy of ISO27001 Certification (if applicable). Place: Date: Seal and Signature of Bidder:

Page 40: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 40 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

ANNEXURE-F : ESTIMATED EFFORT AND ELAPLSED TIME

Sl No

Activities as per Scope of

Work

Elapsed

Time

Effort in Man days per year

Number of team

members to be

deployed per year

Remarks

1.

Detailed scoping

2. Gap Assessment

3. Breakup of Risk Assessment for the different business units

DC, DR

4. Gap Remediation

5. ISO27001 Surveillance/recertification audit (for 1st and 2nd and 3rd year)

TOTAL MAN DAYS

Place: Date: Seal and Signature of Bidder:

Page 41: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 41 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

ANNEXURE-G : LIST OF CERTIFIED EMPLOYEES

Sl. No.

Name of Employee

Date of Joining

Certifications / Accreditions Page Ref.

Date of ISO 27001 LA

CISA/ CISSP/ CEH

Date of CISA/ CISSP/ CEH Certification

Documentary proofs are to be enclosed to substantiate the claims made.

Place: Date: Seal and signature of the Bidder

Page 42: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 42 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

ANNEXURE-H : PROPOSED ONSITE TEAM PROFILE

Sl No

Name of Proposed Engagement Manager /Proposed Team Member

Prof. Qualifications

Certifications/ Accreditations

Experience in ISO27001 consultancy, pre certification audit and IS Risk Assessment, Regulatory

compliance

IT Security Expertise In terms of years and areas of expertise

Number of similar assignments involved In Banks/other institutions

Documentary proofs are to be enclosed to substantiate the claims made.

Place: Date: Seal and signature of the Bidder

Page 43: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 43 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

ANNEXURE-I : COMMENTS ON TERMS & CONDITIONS & SERVICES/PRE BID QUERY FORMAT

Please submit your pre bid queries in the format as mentioned below.

Please provide your comments on the Terms & conditions in this section. You are requested to categorize your comments under appropriate headings such as those pertaining to the Scope of work, Terms & Conditions etc. You are also requested to provide a reference of the page number, state the clarification point and the comment/ suggestion/ deviation that you propose as shown below.

Sr. No.

Page #

Point / Section #

Clarification point as stated in the tender document

Category of

Comment/ Suggestion/ Deviation/ Query

Comment/ Suggestion/ Deviation/ Query

Place: Date: Seal and signature of the Bidder

Page 44: REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF … · Bidder as identified after completion of the selection process as detailed in Annexure-B on Consultant’s Selection/Evaluation

Document Classification : Public Page 44 of 44 Information Security Department,

Bank of Baroda, Mumbai-400051

RFP for Selection of Consultant for RA, ISO27001 Consultancy services

RFP Ref No: BCC:CISO:32:111/277 Date : 07 August 2019

ANNEXURE-J : COMMERCIAL BID FORMAT

Commercial Bid Format (in Rupees) excluding GST

Sr.

No.

Major activities Surve-

illance

(Year 1)

Surve-

illance

(Year 2)

Recerti-

fication

(Year 3)

Total Cost

of

assignment

1 Risk Assessment of DC and DR

Operations

2 Pre surveillance/recertification internal audit as per ISO27001

standard of DC and DR

Total Cost

Amount in Words : ____________________________________________________.

S.No. Major activities Per man day cost per consultant

1 Risk Assessment of DC and DR Operations

2 Pre surveillance/recertification internal audit as per ISO27001 standard of DC and DR

1. The prices quoted above should be inclusive of all taxes, levies, cess, and

duties etc. except GST. The Goods & Services tax shall be payable on actual basis.

2. Bank shall have discretion to avail any one or more services as per the

commercial bid format. Selected Bidder shall be paid accordingly for the services availed by the Bank.

3. In case of any travel out of Mumbai and Hyderabad for such extra work, Bank will pay only hotel accommodation charges and return ticket fare as per the Bank’s policy as applicable to the Senior Manager grade officials of

the Bank. 4. The cost should be all inclusive including usage of tools etc.

5. RFP shall be evaluated based on Total cost quoted above as per RFP evaluation criteria.

Place:

Date : Seal & Signature of the Bidder Bank Of Baroda, Information Security Department, 2nd Floor, Bank Corporate Centre, C-26, G-Block, Bandra Kurla Complex, Bandra (East), MUMBAI – 400051

End of Document