Top Banner
BANK OF BARODA Baroda Sun Tower, C-34, G Block, Bandra Kurla Complex Bandra (East), Mumbai - 400 051. REQUEST FOR PROPOSAL (RFP) Selection of Vendor for implementing solution to access centralized applications from mobile devices RFP Reference No: BCC:PO:ITINFRA:RFP:104:7 Date: 28 th April 2012 This document contains 58 pages
58

BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Apr 10, 2018

Download

Documents

dangtram
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

BANK OF BARODA Baroda Sun Tower, C-34, G Block, Bandra Kurla Complex

Bandra (East), Mumbai - 400 051.

REQUEST FOR PROPOSAL (RFP)

Selection of Vendor for implementing solution to access centralized applications from mobile devices

RFP Reference No: BCC:PO:ITINFRA:RFP:104:7

Date: 28th April 2012

This document contains 58 pages

Page 2: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 2 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

Important Dates: Sr. No. Particulars Dates and Timelines 1 Issuance of RFP document by the

Bank 00:00 hours on 28th April, 2012

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

17:00 hours on 4th May, 2012

3 Pre-bid Meeting date/venue 15:00 hours on 7th May 2012 Bank Of Baroda, Baroda Sun Tower, C-34, G-Block, Bandra Kurla Complex, Mumbai – 400 051

4 Last Date of submission of RFP response

15:00 hours on 29th May 2012

5 Technical bid opening date / time / venue

16:00 hours 29th May 2012 Bank Of Baroda, Baroda Sun Tower, C-34, G-Block, Bandra Kurla Complex, Mumbai – 400 051

All times shown above is Indian Standard Time 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”. BST means “Baroda Sun Tower”. Bidder, Recipient, Respondent and Vendor generally means “Respondent to the RFP document” unless context specifies otherwise. BYOD means “Bring Your Own Device” DC means Bank’s Data centre at Mumbai. DR, DRS means Bank’s Disaster Recovery site at Hyderabad. RFP means this “RFP document” CBS means “Core Banking System” USB means “Ultra Small Branches” AD means “Active Directory” FI means “Financial Inclusion” SSL means “Secure Socket Layer” VPN means “Virtual Private Network” GOI means “Government of India” Mobile device means “laptop, smart phone, I-pad, Tablet”

Page 3: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

TABLE OF CONTENTS

SECTION – I ............................................................................................................................................................................. 5

1.1 INTRODUCTION AND DISCLAIMER ............................................................................................................... 5

1.2 INORMATION PROVIDED …….......................................................................................................................... 5

1.3 FOR RESPONDENT ONLY ................................................................................................................................... 5

1.4 CONFIDENTIALITY .............................................................................................................................................. 5

1.5 DISCLAIMER .......................................................................................................................................................... 6

1.6 ELIGIBILITY CRITERIA. ..................................................................................................................................... 6

1.7 COSTS BORNE BY RESPONDENTS ................................................................................................................... 6

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

1.9 RECIPIENT OBLIGATION TO INFORM ITSELF ........................................................................................... 6

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

1.11 ERRORS AND OMISSIONS .................................................................................................................................. 7

1.12 ACCEPTANCE OF TERMS ................................................................................................................................... 7

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

1.14 NOTIFICATIONS .................................................................................................................................................. 11

1.15 DISQUALIFICATION........................................................................................................................................... 11

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

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

1.18 PROCESS & TIMEFRAME ................................................................................................................................. 12

1.19 OTHER TERMS AND CONDITIONS ................................................................................................................ 15

SECTION – II.......................................................................................................................................................................... 16

2.1 BANK OF BARODA-INTRODUCTION ............................................................................................................ 16

2.2 PROJECT OBJECTIVE ....................................................................................................................................... 16

2.3 PROJECT SCOPE ................................................................................................................................................. 17

2.4 DELIVERABLES ................................................................................................................................................... 20

2.5 SERVICE LEVEL AGREEMENT ....................................................................................................................... 21

2.6 PROJECT GUIDELINES ..................................................................................................................................... 22

2.7 DEPLOYMENT ARCHITECTURE..................................................................................................................... 22

SECTION – III ....................................................................................................................................................................... 23

3.1 GENERAL TERMS AND CONDITIONS ........................................................................................................... 23

SECTION – IV ........................................................................................................................................................................ 31

ANNEXURE-A : ELIGIBILITY CRITERIA...................................................................................................................... 31

ANNEXURE-B : SELECTION/ EVALUATION PROCESS ............................................................................................ 34

ANNEXURE-C : COMPLIANCE CERTIFICATE ........................................................................................................... 38

ANNEXURE-D : TECHNICAL BID FORMAT ................................................................................................................. 39

ANNEXURE-E : SPECIFICATIONS COMPLIANCE..................................................................................................... 42

ANNEXURE-F : SUBMISSION CHECKLIST .................................................................................................................. 47

Page 4: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 4 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-G : EXPERIENCE DETAILS ....................................................................................................................... 48

ANNEXURE-H : PROPOSED TEAM PROFILE .............................................................................................................. 49

ANNEXURE-I : ESTIMATED EFFORT AND ELAPSED TIME ................................................................................... 50

ANNEXURE-J : OEM DETAILS ......................................................................................................................................... 51

ANNEXURE-K : MANUFACTURER AUTHORIZATION FORM ................................................................................ 52

ANNEXURE-L : OEM SIZING CONFIRMATION .......................................................................................................... 53

ANNEXURE-M : COMMENTS ON TERMS & CONDITIONS & SERVICES/PRE BID QUERY FORMAT.......... 54

ANNEXURE-N : COMMERCIAL BID FORMAT ............................................................................................................ 55

ANNEXURE-O : BILL OF MATERIAL ............................................................................................................................. 58

Page 5: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 5 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

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 vendor for implementing solution to access centralized applications from mobile devices. The RFP document is not a recommendation, offer or invitation to enter into a contract, agreement or other arrangement in respect of the product and services. The provision of the product and 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 Vendor’s Selection/Evaluation Process. 1.2 INFORMATION 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 advisors give 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 advisors 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/PSE/ limited Company/partnership firm or an autonomous institution approved by GOI/RBI promoted. The RFP document can be downloaded from the Bank’s corporate website www.bankofbaroda.com 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 shared with them. 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 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.

Page 6: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 6 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

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 advisors 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 advisors. 1.6 ELIGIBILITY CRITERIA SI who wish to bid should conform to the Eligibility Criteria as per Annexure-A: Eligibility Criteria. For meeting the eligibility criteria, 31.03.2012 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. 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 RECIPIENT 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 “VENDOR’S SELECTION/EVALUATION PROCESS” of this RFP document. The Bidders who do not qualify the eligibility criteria as stipulated

Page 7: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 7 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

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, 31.03.2012 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 31.03.2012. 1.11 ERRORS AND OMISSIONS Each Recipient should notify the Bank of any error, fault, omission, or discrepancy found in this RFP document upto 17:00 hrs IST 4th May, 2012 as per the enclosed Annexure “M”. 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. 1.13 RFP RESPONSE TERMS 1.13.1 Application Money & Earnest Money The Bidder will be required to submit Application Money of Rs.25,000/-(Rupees Twenty Five Thousand) by way of Banker’s Cheque/Demand Draft/Pay Order favouring Bank of Baroda, Payable in Mumbai, which is non refundable, must be submitted separately along with RFP response. Earnest Money Deposit of Rs 5,00,000/- (Rupees Five Lakhs only) has to be submitted by way of Demand Draft / Banker's Cheque / Pay Order drawn in favour 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.

Page 8: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 8 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

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.

1.13.2 RFP Closing Date RFP Response should be submitted to the officials indicated below not later than 15:00 hrs IST (Indian Standard Time) on 29th May 2012. 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. In addition Application money and Earnest Money Demand Drafts / Pay Orders which should be in a separate unsealed envelope should be submitted before the RFP closing date and time. The sealed envelopes containing technical proposal should be superscribed as “TECHNICAL PROPOSAL for Selection of Vendor for implementing solution to access centralized applications from mobile devices” and the sealed envelopes containing the commercial proposal should be superscribed as “COMMERCIAL PROPOSAL for Selection of Vendor for implementing solution to access centralized applications from mobile devices”. 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. No commercial proposals should be present in CD enclosed in technical proposal and if found the proposal will be rejected. 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-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

Page 9: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 9 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

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. Specifications Compliance as per Annexure-E

e. Experience Details as per Annexure-G

f. Proposed Team Profile as per Annexure-H

g. Estimated Effort and Elapsed time as per Annexure-I

h. OEM Details as per Annexure-J

i. Manufacturer Authorization Form as per Annexure-K

j. OEM Sizing confirmation as per Annexure-L

k. Comments on Terms and Conditions & Services/ Pre Bid Query format as per Annexure-M

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

m. Bill of Material as per Annexure-O

n. Detailed technical specification

o. Proposed deployment methodology and upgrade plan based on increase in requirements

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

q. A CD containing soft copy of the technical proposal. List of Contents for Commercial Bid

a. Commercial Bid as per Annexure-N. RFP Response should be addressed to: The General Manager (IT & Projects) Bank of Baroda, Baroda Sun Tower C-34, G-Block, Bandra Kurla Complex, Bandra (East), Mumbai 400 051. RFP Response/Bids in the sealed envelopes as detailed above must be delivered to the Bank at the following address:

Page 10: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 10 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

S.Prasad Rao (AGM)/Sujin P Narendran (SM), Bank of Baroda, 2nd Floor, Baroda Sun Tower, C-34, G Block, Bandra Kurla Complex, Mumbai-400051. Bids submitted not as per the process and terms specified above will be rejected. Bank will not be held responsible for any delay or loss in transit. 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, 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 lodgement 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. 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 17:00 hrs IST 4th May, 2012. All queries should be addressed to the nominated point of contact as mentioned below. General Manager (IT & Projects) Bank of Baroda, Baroda Sun Tower C-34, G Block, Bandra Kurla Complex, Mumbai, 400 051 (OR)

Page 11: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 11 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

E-mail ID: [email protected] Tel No: 022-66983240/3017/3023/3027 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 Respondents 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 Respondent) after the RFP closes to improve or clarify any response. 1.13.9 Charges Terms and Taxes 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 Bidder has taken into account all conditions and difficulties that may be encountered during the period of assignment and to have quoted all the commercial rates, which shall include agreed price/ contract amount royalties, transportation, delivery, installation and all other facilities and services necessary for proper completion of the assignment, all taxes inter-alia custom duty, excise duty, VAT, Service tax etc except such as may be otherwise provided in the contract document for completion of the assignment. Octroi/Entry Tax will be paid extra as per actual on receipt of original documents. 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. 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.

Page 12: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 12 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

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.

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 which is as elucidated under: Stage 1 — Issue of RFP This RFP document is issued for interested bidders inviting their bid for the project in reference. This RFP document describes the requirements in detail as refined and requests a response from the Bidders on their proposed solutions as part of their Technical & Commercial Bid processes. Stage 2 – Pre-bid meeting Stage 3 – Technical Evaluation of RFP Response This stage will commence after 30th May 2012. As per the CVC guidelines, the Bidder's functional and technical capabilities must be evaluated first. This will be undertaken by evaluating responses

Page 13: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 13 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

against predetermined scoping and weighting criteria. Broadly, the evaluation criteria to be used by BOB to initially evaluate the responses will involve a 2-stage process as under: Phase 1 : Evaluation based on the stated eligibility criteria and completeness of response. Phase 2: Technical Evaluation on the basis of qualitative criteria which may include the following and without any limitation:

Past Experience of the Bidder of providing such solutions. Bidder’s ability to support with appropriate skilled resources. Bidder’s Technical Competence. Project Implementation Plan & Approach. Presentation by the bidder. Proof of Concept testing

The above details of evaluation criteria are only indicative and, hence, subject to addition, modification and deletion. The response submitted to BOB by the Bidder will be taken to be a legally binding offer from the Bidder, and as such may be accepted or rejected (with or without conditions) by BOB in its sole discretion. Bidders will be evaluated on the basis of Evaluation Criteria mentioned in Annexure A. Bidders who successfully meet the minimum cut-off score (refer to Annexure B) on the Technical Bid evaluation will then have their Commercial Bids opened. At this time L1 criteria will apply as per CVC guidelines. The Commercial Bids from the Bidder will then be evaluated and BOB may elect to enter into negotiations with the identified bidder/s based on a techno-commercial ranking arrived at by combining technical weightage with commercial weightage. Stage 4 – Commercial Evaluation After short-listing the bids in terms of technical feasibility, bids will be separated on the basis of technical cut-off. Bids scoring higher than the technical cut-off will be eligible for commercial evaluation. Stage 5 - Negotiate with Selected Bidder/Bidders and Award of Contract This stage will commence after completion of Stage-4. For details please see the Section on Commercial Bid. BOB or any of the participating banks will not bear any costs associated with this bid exercise. The CVC guidelines regulate any pricing negotiation with Bidders at any stage during the evaluation process. At no time will negotiations be entered into with any Bidder until the successful Bidder has

Page 14: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 14 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

been identified. Negotiations can, and will only, take place with that identified Bidder. The following is an indicative timeframe for the overall selection process. 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. Sr. No. Particulars Dates and Timelines 1 Issuance of RFP document by the

Bank 28th April, 2012

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

17:00 hours on 4th May, 2012

3 Pre-bid Meeting date/venue 15:00 hours on 7th May, 2012 Bank Of Baroda, Baroda Sun Tower, C-34, G-Block, Bandra Kurla Complex, Mumbai – 400 051

4 Last Date of submission of RFP response

15:00 hours on 29th May, 2012

5 Technical bid opening date / time / venue

16:00 hours 29th May, 2012 Bank Of Baroda, Baroda Sun Tower, C-34, G-Block, Bandra Kurla Complex, Mumbai – 400 051

6 Short-listing of Bidders based on the Eligibility Criteria

16:00 hours 4th June, 2012

7 Presentation by the Eligible Short-listed Bidders

10:00 hours 8th June, 2012

8 Proof of Concept testing 11th June to 14th June, 2012**

9 Opening of Commercial Bids(only for bidders qualifying technical criteria)

16:00 hrs 15th June, 2012*

10 RFP Evaluation Completion 18th June, 2012*

* Subject to approval ** At the discretion of bank All times shown above is Indian Standard Time. The dates mentioned above are tentative dates and the Bidder acknowledges that it cannot hold the Bank responsible for breach of any of the dates. Note:

1. 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.

Page 15: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 15 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

2. Bidders can depute their representative (only one) to attend the Commercial bid opening process as per the date mentioned above after receiving intimation from Bank.

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.

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 16: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 16 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

SECTION – II

2.1 BANK OF BARODA-INTRODUCTION Bank of Baroda is one of the largest Public Sector Banks in India with over 33 million accounts and a Branch network of 3904 branches in India and 89 branches / offices in 26 countries overseas. 2.2 PROJECT OBJECTIVE As per GOI guidelines, to strengthen the financial inclusion (FI) implementation, Ultra Small Branches are to be opened in all villages covered under financial inclusion, including villages with population of less than 2000. An officer, carrying a device needs to visit the Ultra Small Branch for providing financial services to the un-banked segment. This will be done through use of devices which connect to the Bank’s network using public domain and utilize minimum space for banking operation and also secure the transactions between the ultra small branches and the respective banks. It requires the appropriate security mechanism to be implemented at the device level as well as to protect the information which flows over communication links from ultra small branch to bank’s network. The device should be deployed with adequate security features for protection of information not only within the system but also when the information is in transit. The bank is in the process of implementing these guidelines with a broader objective using Bring Your Own Device (BYOD) concept and wants to allow centralized applications to be accessed from anywhere using public network/Bank’s WAN through mobile devices like laptop, tablets, ipad and smart phones. In order to achieve this objective, the Bank invites proposals from Vendor’s for design, development and implementation of a solution to access centralized applications from public domain/Bank’s WAN through mobile devices. The selected bidder will be responsible for implementing the solution at its DC site in Mumbai and DR site at Hyderabad. Selected bidder will also supply and install the entire infrastructure required for operation of the system as per the broad objectives as outlined below.

1. Supply, install and maintain the setup and its related hardware and software components with necessary license. The solution offered should support 500 concurrent users initially with future scalability.

2. The solution implemented should have high availability features to ensure that system will be available at any time of the day.

3. The solution should ensure that no data should flow to the end point

device except screen updates, keystrokes and mouse clicks.

4. The system should have adequate security features like active directory (AD) integration preferably with biometric systems, device level authentication and SSL certificate.

5. The system should have features to make a log of all activities done by the users.

Page 17: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 17 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

6. While accessing the centralized application from the remote mobile devices, all the local peripheral devices (like hard-disk, USB, external storage devices, printer) and local applications should be in disabled state.

7. The proposed solution should optimize the usage of server resources and should support network efficient protocols which are capable of delivering the applications efficiently and effectively consuming minimum bandwidth.

8. The solution should be capable of load balancing and provide the application delivery to end users without any performance issues.

9. The solution should be capable of providing secure access over public network using suitable technology like SSL VPN etc.

10. The solution should offer different authentication methods like device level digital certificates and biometric authentication, as a measure to ensure certified devices and users only access central systems in bank network.

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. 2.3 PROJECT SCOPE The successful Bidder should perform a detailed study of the Bank’s IT Infrastructure and suggest a suitable solution to access centralized applications from the mobile devices. The proposed solution should be integrated with the existing setup. The SI should work with existing SI to implement the solution. The basic specifications are provided in this RFP, but this should not be a limiting factor and bidder has to quote higher specifications, if required. Selected Bidder will be required to define various security level measures taken to implement the solution. Following is the broad scope of work : 2.3.1 Proposed methodology Based on the study of the Bank’s IT Infrastructure, the successful bidder will suggest the detailed implementation methodology of the solution proposed, with timelines as per the RFP terms and conditions. 2.3.2 Hardware, Software, and miscellaneous items supply Bidder will provide end to end solution to the Bank which will include all the supplies, installation and integration with the existing infrastructure. Solution should be consisting of hardware, software and operating system with required licences and certificates. Bank will provide space, power, required network points and servers (optional). Bidders have to quote server requirements in the commercial bid under optional category. For the purpose of TCO calculations the optional items will be included, however Bank at its discretion may provide optional items at Bank’s cost.

Page 18: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 18 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

Following components/features are envisaged in solution implementation.

The proposed solutions should be Application Virtualization and not Desktop Virtualization.

Active Directory integration required: The application should integrate

with the existing Active Directory for user level authentication.

Application level authentication should be provided to limit specific users or groups to access the application.

Local peripheral usage (like disks, printers, clipboard etc.) should be

controlled at the time of application access. During Application access local peripherals should be in disabled mode.

Application will be running on central server which is remotely displayed to

the desktop of mobile user.

Data flow: No data should flow from central server to the remote devices except keystrokes, mouse clicks and screen updates and can be parameterized as per requirement.

Isolation: Client Application should run in an isolated environment on

mobile device.

Accessibility: Application should be accessed from any mobile device but not limited to laptop, tablets, smart phones, Thin clients having OS like Windows, Linux, Unix, Android, Mac, Blackberry, iOS, Java, Symbian.

Compatibility: It should support minimum IE7 and all other browsers.

High availability: With high availability, there is a significant expectation

that users will always be able to access the system for operational continuity.

Load balancing: Load Balancing is required to detect host failures and automatically redistributing traffic to the surviving hosts for high performance and failover protection

Number of Applications Delivered: There should be no restriction on

number of applications to be accessed from central servers. Also, the application should be delivered without the need of any native runtime requirements on the mobile device.

Connections: Application should be delivered over any network connection

like data card, 3G, GPRS, 2000 1X, CDMA 1X and VSAT etc. The application should be able to maintain its efficiency effectively consuming minimum bandwidth of 15-20 Kbps.

Application access in a secure manner using SSL VPN: The application

should be able to integrate SSL VPN for secure communication between end devices. All necessary licenses for the same to be provided as a part of the solution.

Page 19: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 19 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

Compression of virtual application package: To minimize the bandwidth

utilization between the end device data compression techniques should be available.

Device Authentication: Authenticated users should register their end

device that will be used to access the corporate network. The solution must support following range of services.

1. Management & Integration of PKI based Digital Certificates issued by Certificate Authority

2. Key Generation and Device Authentication 3. Certificate Expiration and Renewals 4. Certificate Revocation 5. Scalability

Printing facility from the end device must be provided by the application for

authorized users.

Audit log of all activities done by the user: Logs should be also maintained for later audit and verification purposes.

The Application should restrict user from accessing unauthorized sites while

connected to the bank network

Application should support minimum 500 concurrent users initially which must be scalable in future

The number of sessions held by each user should be controlled from the

central system.

Fewer application conflicts: There should not be any conflict between the hosted application and the local end device application

Biometric authentication: The proposed solution should be capable to

integrate with any Biometric system which will be implemented by the Bank.

No freeware software must be provided by the bidder, all the software must be commercial and licensed.

2.3.3 Security features To avoid unauthorized access of the application over the public domain security features like MAC binding, Device authentication using digital certificates and capable of integrating with any Biometric solutions should be provided. For end user authentication the application should be able to integrate with the existing Active Directory of the Bank’s Domain. Lastly the data sent across the channel should be secured by SSL VPN level security. All the hardware and software devices should be hardened as per Bank’s security policy.

Page 20: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 20 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

2.3.4 High availability The infrastructure setup should be in a high availability mode. 2.3.5 Load balancing For high redundancy and availability of the application, the network load is spread across different nodes to maximize throughput, minimise response time and avoid overload with the existing physical components of the system. 2.3.6 DR implementation To maintain the continuity and availability of the system at the time of any disruptive event at DC site, a replica setup at DR site should be in place to meet the business requirements. 2.3.7 Proof of concept testing Bank may at its discretion ask the Bidders to demonstrate (POC) of the proposed solution to the Bank. All cost required for POC should be borne by Bidder. Bank will have the right to reject the solution, if the proof of concept testing doesn’t meet the requirements mentioned in the RFP. 2.3.8 Training to identified users Bidder will ensure knowledge transfer and will involve the Bank officials during implementation of the solution. Bidder shall provide comprehensive training manual, lecture notes, handouts and other training documentation during trainings. 2.3.9 Operations Bidder will develop documents such as user manual, systems manual for smooth functioning. Bidder will configure the required applications to be accessed in consultation with the Bank. All the software supplied as part of this RFP should be supplied with Enterprise wide License. Bank will also have a right to relocate any one or all the hardware to different locations. 2.4 DELIVERABLES All Hardware and Software as mentioned in BOM should be delivered as per RFP terms. Bank also has the right to use any existing infrastructure if it can meet the solution proposed by the bidder.

To supply and install all the hardware, software and peripheral components and supporting systems those are required as per the Bank’s existing requirement with the provision of future expansion and scalability.

Page 21: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 21 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

To check for the system vulnerability and advice the mitigation steps to resolve the same.

Manage all the event logs as per the archival and retention policy of the Bank.

2.5 SERVICE LEVEL AGREEMENT

Successful Bidder has to enter into service level agreement with the bank and SLA should cover the following:- Bidder will have to guarantee a minimum uptime of 99.9% for the total solution (including hardware, software and other components) during the warranty, AMC and ATS period calculated on a monthly basis.

Uptime = (Sum of total hours during the month – sum of downtime hours during the month) x 100 Sum of total hours during the month

Example: If there are 30 days in a calendar month, then total time would be 43,200 minutes. The acceptable down time would be 43 minutes for making full payment for the month based on the following calculations (43200-43)/43200*100=99.90% Uptime and Penalties for downtime:- Levy of penalties is without prejudice to other rights and remedies available under this agreement Level of uptime per month Downtime charges to be paid /

levied by the Bank

99.90% and above

NIL

98.00% and above but below 99.90%

5% of total cost of ownership (TCO)

95.00% and above but below 98.00%

8% of total cost of ownership (TCO)

Less than 95%

10% of total cost of ownership (TCO)

Note: For repeat failure, same or higher penalty will be charged depending upon the delay in rectification of the problem as decided by the bank.

The SLA will be calculated for 24*7 basis and the bidder has to submit the monthly SLA report with uptime details to the bank during the agreement period. Penalties, if any shall be calculated for every month and recovered from the bidder on monthly basis. Bidder has to provide Banker’s cheque for the downtime charges within 7 days from the date of downtime report provided by the Bank. Failure to provide the Banker’s cheque will result in invoking the Performance Bank guarantee by the bank.

Page 22: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 22 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

2.6 PROJECT TIMELINES 2.6.1 Delivery, Installation of all Hardware and Software Components & Implementation of proposed solution All the software and hardware components must be delivered and solutions must be implemented within -4- to -6- weeks of issue of the confirm purchase order to the successful Bidder. 2.7 DEPLOYMENT ARCHITECTURE All the components and the relevant application should be integrated and separated with layer 3 switch in different VLANs as per the Bank’s policy and best practices. Bidder should provide the detailed architecture of the solution being offered based on the broad architecture as shown below. The architecture to be deployed has to be approved by the Bank.

Proposed Architecture

Page 23: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 23 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

SECTION – III 3.1GENERAL TERMS AND CONDITIONS 3.1.1 Term of Assignment The selected Bidder under this RFP will be appointed for a period of -5- years. 3.1.2 Adherence to Terms and Conditions The Bidders who wish to submit responses to this RFP should note that they should abide by all the terms and conditions contained in the RFP. Any clarification to pre bid response would also form part of 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 64 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. The selected Bidder should execute the Service Level Agreement with ND clause within -2- weeks from the date of acceptance of Work Order. 3.1.4 Issuance of purchase order Bank will have the discretion, to procure/avail of any one or more of the product/services or part there of from the successful Bidder, any time during the tenure of the contract as per the contracted rates and terms and conditions. Bank may also defer the deployment of any product and services. Bank can at its discretion stop and restart any of the services at any time depending upon its need. The quantity mentioned in the price Bid is only indicative. Bank also has a right to increase and decrease the quantity. All the rates quoted by the success Bidder will remain valid during the period of the contract. 3.1.5 Annual Maintenance Contract(AMC)/Annual Recurring License(ARL) All the software patches, hardware and software components have to be replaced or upgraded at no extra cost to the Bank. AMC/ARL shall include supply, consultancy, manpower and updation/upgrade of all past released/future versions of the software and migration from old to new version without any extra cost to the Bank. Any failure in any part of the systems supplied has to be replaced or upgraded at no extra cost while maintaining the service levels (SLA) as mentioned in the relevant clause.

Page 24: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 24 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

3.1.6 Problem Resolution All the problems should be resolved within SLA time to the satisfaction of the Bank. In case of the repeated problem, delay in resolving problem or if the bidder is not able to resolve a problem to the satisfaction of the Bank, the Bank has a right to call for the expert from the OEM vendor. Cost of such visit by OEM vendor expert will have to be borne by the bidder during the tenure of the contract. 3.1.7 Project Team Members The key persons identified by the Vendor for implementation 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 implementing similar solutions.

Should have knowledge of security and regulatory requirements needed for implementing the solution.

Should be able to troubleshoot and fix problems within the time frame defined in the SLA.

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. 3.1.9 Adherence To Standards The selected Bidder should use industry standards and best practices and also Bank’s Information Security Policy while supplying products and services under the scope of work of this RFP document. 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 ascertain information from the other Banks and institutions to which the Bidders have rendered their services for execution of similar projects. 3.1.10 Expenses It may be noted that Bank will not pay any amount/expenses / charges / fees / travelling expenses / boarding expenses / lodging expenses / conveyance expenses / out of pocket expenses other than the “Agreed Price”. 3.1.11 Payment Terms Bank will release the payment within 3 to 4 weeks of receiving the undisputed invoice, after deduction of any charges such as penalties etc applicable taxes at source of the agreed price to the selected Bidder. No advance payments will be

Page 25: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 25 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

made. Further, it may be noted that the mentioned criteria is only for the purpose of effecting agreed price payment. The selected Bidder shall cover the entire scope including deliverables mentioned in Section II. S.NO. Description Payment Terms 1 Cost of Hardware &

Software

20% after Delivery of complete hardware & software 70% after installation of complete hardware & software 10% after one month of successful implementation

2 Cost of Implementation – DC & DR Site

80% After successful implementation 20% After 30 days of full go live

4 AMC/ATS Charges ( post warranty)

Half yearly in advance basis after expiry of the warranty period.

6 All other items not included above

90% after satisfactory working of the item/service for -1- month and balance after -2- months.

Warranty- 36 months from the date of installation or 37 months from the date of delivery which ever is earlier. AMC will commence after expiry of warranty period. 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 after deducting any penalty which may be chargeable irrespective of the invoice being paid. The Bidder must accept the payment terms proposed by the Bank. The financial bid submitted by the bidder must be in conformity with the payment terms proposed by the bank. Any deviation from the proposed payment terms would not be accepted. The bank shall have the right to withhold any payment due to the bidder, in case of delays or defaults on the part of the bidder. Such withholding of payment shall not amount to a default on the part of the bank. The payment terms need to be read in conjunction with the price bid. 3.1.12 Contract Performance Guarantee The selected Bidder has to provide an unconditional and irrevocable performance guarantee for 5% (Five percent) 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 work order. The Performance Guarantee shall be for 64 months (60 months contract period plus 1 month’s delivery and implementation of solution plus -3- months additional claim period) kept valid for

Page 26: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 26 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

the entire period of assignment and to be released at the end of the period of assignment. 3.1.13 Security Deposit The selected Bidder has to deposit with the Bank an amount equivalent to 5% (Five percent) of the contract value towards security deposit for the entire period of assignment, within 15 days from the date of work order. Interest on the Security Deposit will be paid as per the applicable fixed deposit rate. 3.1.14 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. 3.1.15 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. 3.1.16 Liquidated Damages (LD) The Bank will consider the inability of the SI to deliver or install the equipment within the specified time limit, as a breach of contract and would entail the payment of Liquidation Damages on the part of the SI. The liquidation damages represent an estimate of the loss or damage that the Bank may have suffered due to delay in performance of the obligations (relating to delivery, installation, Installation, implementation, training, acceptance, warranty, maintenance etc. of the proposed solution) by the SI. Installation will be treated as incomplete in one/all of the following situations:

I. Non-delivery of any component or other services mentioned in the order

II. Non-delivery of supporting documentation

III. Delivery/Availability, but no installation of the components and/or software

IV. No Integration

V. System operational, but unsatisfactory to the Bank If the SI fails to deliver any or all of the Goods or perform the Services within the time period(s) specified in the Contract, the Bank shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to 0.50% of the complete contract amount until actual delivery or performance, per week or part thereof (3 days will be treated as a week); and the maximum deduction is 10% of the contract price. Once the maximum is reached, the Bank may consider termination of the contract. LD is not applicable for delay due to reasons attributable to the Bank and Force Majeure. However, it is the responsibility of the SSI to prove that the delay is attributed to the Bank or Force Majeure. The selected Bidder shall submit the proof authenticated by the SSI and Bank’s official that the delay is attributed to the Bank or Force Majeure along with the bills requesting payment.

Page 27: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 27 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

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 reserves the right to adjust the penalty and Liquidated Damages if any against the Security Deposit. 3.1.17 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. 3.1.18 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. 3.1.19 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. 3.1.20 Non Payment Of agreed price If any of the items/activities as mentioned in the price bid and as mentioned in Annexure-N 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. 3.1.21 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 such sale, lease, assignment or transfer otherwise made by the selected Bidder shall be void and of no effect. 3.1.22 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

Page 28: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 28 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

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. 3.1.23 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. 3.1.24 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. 3.1.25 Subcontracting The selected Bidder shall not subcontract or permit anyone other than its personnel or the OEM supplier to perform any of the work, service or other performance required of the bidder under the contract without the prior written consent of the Bank. 3.1.26 Warranty and Product Support All the hardware, software products supplied should carry a minimum warranty of -3- year from the date of installation of the system to the satisfaction of the Bank. All the support has to be provided on site. Remote access to the systems supplied will not be permitted. 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.

Page 29: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 29 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

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 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 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.

Page 30: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 30 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

3.1.30 Project Timelines The selected Bidder shall furnish an implementation schedule its entire scope, discuss the same with the Bank officials and arrive finally at a mutually agreed implementation schedule within the overall ambit of 6 weeks time. The selected Bidder shall be bound by the Implementation schedule so agreed.

Page 31: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 31 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

SECTION – IV

ANNEXURE-A : ELIGIBILITY CRITERIA

The bidders who wish to bid should conform to the following criteria. S.No. Eligibility Criteria Documents required Page

Ref. No. 1 Bidder 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

a) Partnership firm-Certified copy of Partnership Deed.

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

c) Reference of Act/Notification

d) For other eligible entities- Applicable documents.

2 Bidder should have been in existence in India for three years as on 31st March 2012.

a) Partnership firm-Certified copy of Partnership Deed.

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

c) For other eligible entities- Applicable documents.

3 a) If bidder is OEM Should have a minimum annual turnover of Rs.200.00 crores (Rupees Two Hundred Crores) every year for the last three financial years viz. 2008-09, 2009-10 and 2010-11 b) If bidder is authorized

representative/partner of OEM in India

Partner should have a minimum annual turnover of Rs.100.00 crores (Rupees One Hundred Crores) every year for the last three

Copy of audited Balance Sheet and P&L statement for the financial years 2008-09, 2009-10 and 2010-11.

Page 32: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 32 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

financial years viz. 2008-09, 2009-10 and 2010-11.

and

OEM should have a minimum annual turnover of Rs.200.00 crores (Rupees Two Hundred Crores) every year for the last three financial years viz. 2008-09, 2009-10 and 2010-11

4 Should have made net profits for the last 3 financial years viz. 2008-09, 2009-10 and 2010-11.

Copy of audited Balance Sheet and P&L statement for the financial years 2008-09, 2009-10 and 2010-11.

5 The Bidder should be OEM (Original Equipment Manufacturer) or their authorized representative in India.

Certificate of Incorporation or relevant letters from the OEM's authorized signatory

6 The Bidder must have experience of implementing same solution in India in at least -2- institutions out of which at least -1- institution should be from the following industry: Banking, insurance or the Stock exchanges.

Copy of purchase order

8 The Bidder must have at least 2 employees who are OEM Certified professionals on same platform.

As per Annexure G

9 The firm should not be blacklisted / barred by Government of India.

Self Declaration

11 The Bidder has to submit declaration from the OEM that in case the Bidder fails to provide the services or the Bidder firm ceases its Business, OEM will step in and provide the Hardware/Software

Declaration from OEM

Page 33: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 33 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

maintenance services at the same terms and conditions as agreed with the selected Bidder.

12 The bidder’s solution should have both Application virtualization and Device level authentication using digital certificate proposals

Self Declaration

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 except items 3 & 4 above, would be ascertained as of 31-03-2012.

Those who fulfill all the eligibility criteria as mentioned above are only eligible to take part in this bid exercise. Proposals of those Bidders, who do not fulfill the Eligibility Criteria as stated above fully, will be rejected.

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.

Page 34: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 34 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-B

VENDOR’S SELECTION/ EVALUATION PROCESS Evaluation of Technical Bid First, Technical bid documents will be evaluated for fulfilment of eligibility criteria. Technical bids of only those Bidders who fulfil 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 75 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 75 will only be short listed. In case of less than -2- Bidders fails to score more than cut off marks, the cut off marks criteria will be relaxed to cut off marks of 60 in such a case and the top -2- Bidders will be evaluated as per rest of the evaluation criteria. 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, Proof of Concept testing/ 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 The Bidders who are qualified in eligibility evaluation, have to give presentation/interactions before panel of representatives of the Bank on the methodology/ approach, time frame for various activities, strengths of the Bidders in carrying out the tasks as per 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. Bank may at its discretion ask the Bidder to conduct proof of concept testing of the solution being provided to the Bank.

Page 35: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 35 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

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. 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 are as under. Credentials and other evaluation criteria will be computed as of 31-03-2012. Criteria Evaluation Parameters Max Marks Documents to be

submitted Bidder Credentials The number of Implementation assignments carried out at client premises.

For each Implementation 1

Copies of Work order and client reference.

Additional marks for each implementation in a Bank, Insurance, Stock Exchanges in India

1

Maximum marks 5 The number of OEM certified personnel on solution being offered by the Bidder

Minimum 2 certified employees 2

1. Copy of relevant Certificate; 2. Proof of employment with the Bidder.

Support centre of OEM Minimum 3 years in India 3 List of support offices and manpower

Sub-total (Credentials) 10 Technical Specifications compliance as per Annexure- E

40

Methodology, Approach and Proof of concept testing

Demonstration of in-depth understanding of the Bank’s project requirements through the technical proposal and presentation, with detailed broken-down activities to be performed, effort estimation, manpower to be deployed and results of proof of concept testing.

50

TOTAL MARKS 100 NOTE 1: Experience of last -5- years only will be counted in the Eligibility and Technical Evaluation of the Bids. NOTE 2: Solution implemented by Bidder should include design architecture, configuration and Hardware/Software maintenance for at least -1- year period in the last -5- years. 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. Scores for the above individual parameters shall be added to determine the technical scores of the bidders. The bidder with the highest technical score shall be ranked as T1 and shall be considered as Thigh for the techno commercial score. Commercial Bid Evaluation Criteria It may be noted that commercial bids will be subjected to following evaluation process.

Page 36: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 36 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

Based on the technical evaluation criteria, each Bidder will be given certain marks. Only those Bidders scoring 75% (60% in case cut off marks is relaxed) or above in the technical evaluation will be short-listed for commercial evaluation. Final Calculation The technical score carries a weight of 60 percent and the commercial score carries a weight of 40 percent. The techno-commercial score shall be calculated as follows: Total Score = (CLOW / C)*0.4 + (T / THIGH)*0.6 Here C and T are the commercial and technical scores of the respective bidders. Example: The following table shows techno-commercial calculation done with technical score weightage of 20% and commercial score weightage of 80%.

# Bidder Technical Evaluation

Marks (T)

Nominal Bid Price (T / T high) * 0.20 (C low / C )* 0.80 Score

(S)

1 ABC 95 71 1.00* 0.20 = 0.20 0.845* 0.80 = 0.676 0.876

2 XYZ 85 65 0.894*0.20 = 0.179 0.923* 0.80 = 0.738 0. 917

3 UVW 80 60 0.842*0.20 = 0.168 1.00 *0.80 = 0.80 0.968

In the above example, C low is 60 and T high is 95.

In the above example, UVW, with the highest score becomes the successful bidder. L1 will be determined on the basis of the composite techno-commercial score as elucidated above. BOB will notify the name of the L1 bidder so arrived as the Successful Bidder. Commercial bid valuation shall be considered as below in case of any kind of discrepancy:

If there is a discrepancy between words and figures, the amount in words shall prevail.

If there is a discrepancy between percentage and amount, the amount calculated as per the stipulated percentage basis shall prevail.

If there is discrepancy between unit price and total price, the unit price shall prevail. If there is a discrepancy in the total, the correct total shall be arrived at by BOB.

In case the bidder does not accept the correction of the errors as stated above, the bid shall be rejected. 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

Page 37: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 37 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

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.

Page 38: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 38 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-C COMPLIANCE CERTIFICATE

(on company’s letterhead) To, Date : The General Manager IT & Projects Dept. Bank of Baroda Baroda Sun Tower C-34, G Block, Bandra Kurla Complex, Bandra (East), Mumbai 400 051 Dear Sir, Ref: - RFP for selection of Vendor for implementing solution to access centralized applications from mobile

devices

1. Having examined the Request for Proposal (RFP) including all annexure, the receipt of which is hereby duly acknowledged, we, the undersigned offer to provide the desired services as per the proposed solution and implementation plan 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 Government of India / 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 39: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 39 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

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.

9 Gross annual turnover of the Bidder (not of the group) Year 2008-09 Audited Year 2009-10 Audited. Year 2010-11 Audited. (Copy of audited financial statements for above years to be submitted)

10 Net profit of the Bidder (not of the group) Year 2008-09 Audited Year 2009-10 Audited. Year 2010-11 Audited. (Copy of audited financial statements for above years to be submitted)

11 Experience of assignments executed successfully in the last -5- years (Name of the organization, time taken for execution of the assignment and documentary proofs in the form of copy of work order and Client reference are to be furnished)

As per Annexure G

12 Details of the similar assignments on hand as on date (Name of the Bank, time projected for execution of the assignment and documentary proofs such as work order are to be furnished)

Page 40: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 40 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

No Particulars Bidder to furnish details

Reference Page no of relevant document in RFP response

13 Names of the Implementation Manager, Operations Manager identified for implementation and operations and their professional qualifications and experience/expertise. Details of similar assignments handled by the said persons. Documentary proofs for all the assertions are to be enclosed.

As per Annexure H

14 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

15 Names of the OEM certified staff members. (Copy of relevant certification)

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

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

18 Effort estimate and elapsed time are to be furnished.

As per Annexure I

19 Software Name and their Version 20 Details of deliverables, other than the

deliverables with reference to the scope of work.

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.

Page 41: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 41 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

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 42: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 42 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-E

TECHNICAL SPECIFICATIONS COMPLIANCE

S/N Evaluation Criteria Max Marks

*Comply (YES/NO) or C(Customization Required)

Remarks

1 High Application Availability feature is required for operational continuity. 7

2 During Application access local peripherals (internal hard disk and External storage) of mobile device running on any platform should be in disabled mode. 10

3 Parameterized printing facility should be available to authorized users on the mobile device. 10

4 Application must have concurrent 500 users support initially and that should be scalable in future.

7 5 Application should be capable of

generating, maintaining user log (user and application) performed by end user as per Bank's Security Policy. 10

6 The solution should have capability to integrate User Digital Certificate Authentication. 10

7 There should be no restriction on number of application accessed and no additional license will be incurred for the number of application hosted. 10

8 There shouldn’t be any limitation for the hosted application package size. 10

9 Application should be accessed from any mobile device like laptop, I-Pad and smart phones etc. irrespective of OS. 7

10 No data should flow from central server to end devices except keystrokes, mouse clicks and screen updates. 10

11 There should be no Application conflicts between hosting server and end mobile devices i.e. local application configuration settings shouldn’t conflict. 7

Page 43: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 43 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

S/N Evaluation Criteria Max Marks

*Comply (YES/NO) or C(Customization Required)

Remarks

12 Centralized management of Application delivery with capability for user self service mode to enhance privileges on temporary basis. 10

13 Monitoring of concurrent application users.

7 14 No client/agent should be

installed on the end device.

10 15 Existing Active Directory User

Policies to be enforced on employee/users on the end mobile device. 10

16 Active Directory Group policies to be enforced on a group of people with similar tasks.

10 17 When connected to corporate

network external connectivity devices such as Wi-Fi, Bluetooth should be disabled. 10

18 The solution must support and incorporate other authentication methods like smart cards, Biometric and also integrate with any other solutions implemented for this by the Bank. 10

19 SSL VPN should be integrated for secure communication between end devices.

7 20 Split tunneling to access other

public networks should be strictly avoided.

10 21 Idle and inactive VPN tunnel

should be detected and shutdown. 10

22 Both Application and the VPN connections should be terminated if either of it gets terminated.

10 23 Application should be delivered

from any Bank’s WAN connecting through MPLS cloud.

10

Page 44: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 44 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

S/N Evaluation Criteria Max Marks

*Comply (YES/NO) or C(Customization Required)

Remarks

24 Mobile device should disconnect from public network when connected to internal Bank’s network. 10

25 Application should be delivered over any public network connection like GPRS,CDMA 1x, data card, 3G, GPRS, 2000 1X and VSAT etc. 10

26 Application should be delivered with minimum bandwidth i.e. around 15-20 Kbps (10 points), 21-25 Kbps (5 Points) and greater than 25 Kbps (0 Points). 10

27 Compression techniques should be implemented for minimum bandwidth usage.

10 28 Once session is closed, cookies

are deleted, any cache are removed and all trace of VPN connection are deleted. 10

29 Solution should be future scalable from IPv4 to IPv6.

10 30 Only authenticated device should

access corporate network using device certificates and MAC address filtering. 10

31 Web based GUI administration required for certificate management of devices. 10

32 The certificate management for device authentication should be both centralized and distributed. 10

33 The solution should automatically issue a device certificate revocation list after a certificate is revoked. 7

34 Device authentication should be transparent to the end user.

7 35 Certificate management and

administration service to be available during CA backup.

10

Page 45: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 45 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

S/N Evaluation Criteria Max Marks

*Comply (YES/NO) or C(Customization Required)

Remarks

36 Device Certificate Authority logs should be tampered proof and encrypted.

10 37 The solution should support

unlimited administrators and users for Certificate Authority.

10 38 There should be integration of

device CA with the Bank's AD to avoid issue of multiple device Certificates to the same user. 10

39 Single point integration of adding/removing/modifying mobile device's MAC and Device Certificate for easy management. 10

40 Device certificate expiry alert should be notified to both end user and his/her reporting authority. 10

41 The solution should support X.509 certificate standard and SCEP for scalability.

10 42 The PKI solution should support

single, dual and multiple key pairs for CA management.

10 43 The system should have

transparent key backup and recovery procedure allowing users to decrypt archived data encrypted under old encryption keys. 10

* For specifications with reply of ‘Y’ and ‘C-Customization required’, it will be presumed that the price of the feature is included in the commercial quote by the Bidder including customization, if any. Bidder should additionally mention in the remarks column the details of customization in brief. If reply is ‘Y’ 100% of max marks, ‘C’ 50% of max marks and ‘N’ 0 (zero) marks will be given.

The above scores awarded will be added which would carry weight-age of 40 marks in the technical evaluation process mentioned in Annexure B.

Page 46: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 46 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

Example

# Bidder Max Tech

Score (T)

Marks Scored

(M) Percentage scored

P=(M/T) Weighted Score

S=P*40 Score

(S)

1 ABC 406 250 250/406 =0.615

0.615* 40 = 24.6

24.6

2 XYZ 406 370 370/406 =0.911

0.911* 40 = 36.44

36.44

3 UVW 406 380 380/406 =0.935

0.935* 40 = 37.43

37.43

The marks scored by each bidder will be considered for final calculation of “Technical Specifications compliance” in the Technical Evaluation Criteria sheet.

Page 47: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 47 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-F

SUBMISSION CHECK LIST

Submission Checklist for Technical Bid

The bidder has to ensure that the following have been submitted as a part of the RFP submission process. Failure to provide any of the documents as detailed below could lead to the disqualification of the bidder from the bid. Technical RFP The following files/formats/documents need to be submitted with the Bid as per formats provided (wherever applicable).

Letter / Format / Document Submitted (Bidder)

Verified (Bank)

Cover Letter (Technical Bid) Technical Bid format Application Money Compliance certificate Technical Specification compliance sheet Experience certificate Proposed Team profile Estimated effort and elapsed time OEM details Manufacturer authorization form OEM sizing confirmation Bill of material Bid Security Letter Bid Security (Earnest Money Deposit) Eligibility criteria documents Audited Financial Statements Submission Check List Bidder’s Details Soft Copy in CD Original & Duplicate with proper marking Submission Checklist for Commercial Bid Commercial Bid Documents The following documents need to be provided by the Bidder for the Commercial Bid in a separately sealed cover.

Commercial Bid Documents

Submitted (Bidder)

Verified (Bank)

Cover Letter for Commercial Bid Commercial Bid

Page 48: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 48 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-G

EXPERIENCE DETAILS

DETAILS OF IMPLEMENTATION AND MANAGEMENT EXPERIENCE

Sl. No.

Name of the Client and place of implementation

Client segment Bank/ Insurance/Stock Exchange or Others

Date of PO and date of completion of assignment

Brief Scope of work

Name of Lead consultant

Contact person details of the client

Page Ref. No.

Documentary proofs are to be enclosed to substantiate the claims made. Place: Date: Seal and signature of the Bidder

Page 49: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 49 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-H

PROPOSED TEAM PROFILE

Sl No

Name of Proposed Engagement Manager /Proposed Team Member

Date of Joining

Professional Qualifications

Age and total experience

Certifications/ Accreditations

Experience in Solution implementation

Documentary proofs are to be enclosed to substantiate the claims made. Place: Date: Seal and signature of the Bidder

Page 50: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 50 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-I

ESTIMATED EFFORT AND ELAPSED TIME

S. No Activities Elapsed Time

Effort in Man days

Number of team members who will be deployed

Remarks

DC site

1 Hardware installation

2 Software installation

3 Solution Implementation (Configuration of devices, High availability, Load balancing etc.)

DR site 1 Hardware installation

2 Software installation

3 Solution Implementation (Configuration of devices, High availability, Load balancing etc.)

Note: Please submit detailed implementation plan for all the activities but not limited to the activities mentioned above Place: Date: Seal and Signature of Bidder:

Page 51: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 51 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-J

OEM DETAILS The bidder must provide the following details for the original manufacturers of the products proposed to be provided: Name of the Product with full specifications (please enclose Brochure if available) 1. Name of the Manufacturer

2. No. of years in business

3. Address of the Manufacturer

4. Contact details like phone, fax, and email

5. PAN number and Sales Tax number

6. List of the Manufacturing locations (world wide)

7. Description of manufacturing locations

8. Description of production facilities

9. Description of inspection & testing facilities

10. Certifications possessed by the manufacturer (ISO etc.)

11. Any other information about the manufacturer

12. Industry Recognitions Place: Date: Seal and signature of the bidder

Page 52: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 52 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-K

MANUFACTURER AUTHORIZATION FORM (This letter should be on the letterhead of the Manufacturer duly signed by an authorized signatory)

Performa of letter to be given by the OEM of devices/hardware to the bank on OEM letterhead by authorized signatory.

Date: To The General Manager (IT & Projects) Bank of Baroda Baroda Sun Tower C-34, G-Block Bandra Kurla Complex, Bandra (East) Mumbai 400 051 Dear Sir, We ……………………………………………………………… (Name of the Manufacturer) who are established and reputable manufacturers of …………………………………… having factories at ………, …………, ………, …………… and …………… do hereby authorize M/s ……………………… (who is the bidder submitting its bid pursuant to the Request for Proposal issued by the Bank) to submit a Bid and negotiate and conclude a contract with you for supply of equipments and software manufactured by us against the Request for Proposal received from your Bank by the Vendor and we have duly authorized the Vendor for this purpose. We hereby extend our guarantee and warranty as per terms and conditions of the RFP and the contract for the equipment and software offered for supply against this RFP by the above-mentioned Vendor, and hereby undertake to perform the obligations as set out in the RFP in respect of such equipments and software. In case the vendor does not perform its duties as per the terms and conditions stipulated in the RFP for maintaining the hardware, software during warranty/post warranty period, we shall takeover the maintenance of the hardware, software and related components, supplied by the vendor under same terms and conditions or more favorable terms and conditions to the Bank without any additional cost to the Bank. Yours Faithfully Authorized Signatory Name: Phone No Fax Email

Page 53: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 53 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-L

OEM SIZING CONFIRMATION Performa of letter to be given by the OEM Solution to the bank on OEM letterhead by authorized signatory.

Date: To The General Manager (IT & Projects) Bank of Baroda Baroda Sun Tower Bandra Kurla Complex, Bandra (East) Mumbai 400 051 Sir, Sub: RFP for implementation of solution to access centralized applications from

mobile devices - Sizing Confirmation We as Original Equipment Manufacturers have sized the hardware, software, SSL certificates and all license requirement based on information provided by the bank in it’s Tender #....... and in accordance with the tender and Service Level requirements and assure the bank that the sizing is for the DC and DR sites envisaged in the tender. However, if the sizing of the hardware including CPUs, Memory, and Hard Disk is found to be inadequate in meeting the tender and the Service Level requirements given by the bank, then we will upgrade the proposed hardware including CPUs, Memory, and Hard Disk without any additional cost to the bank. Yours faithfully, Authorized Signatory Designation Vendor’s corporate name

Page 54: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 54 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-M

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. RFP Page

no. # RFP Point / Section #

Clarification point as stated in the tender document

Comment/ Suggestion/ Deviation/ Query

Place: Date: Seal and signature of the Bidder

Page 55: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 55 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-N

COMMERCIAL BID FORMAT (Amount in Rupees)

Sl. (A)

Item (B) Units (C)

Unit Cost (Rs.) (D) (incl of all taxes)

Total E = C X D 1st year

2nd year (F) incl of taxes

3rd year (G) incl of taxes

4th year (H) incl of taxes

5th year (I) incl of taxes

Total Cost ( in Rs) (J = E+F+G+H+I) (Incl of all taxes)

Bill of Material Line items as per Annexure ‘O’

Remark

DC site

I Application virtualization

1 Cost of servers (Optional) - Should support HA

X X X X

1a AMC Cost X X X

2 Cost of hardware other than servers - Should support HA

X X X X

2a AMC Cost X X X

3 Cost of software X X X X

3a ATS Cost X

4 Design & Implementation Cost

X X X X

5 SSL certificate license cost

6 Any other cost

Sub Total (A)

II Device Authentication

1 Cost of servers (Optional) - Should support HA

X X X X

1a AMC Cost X X X

2 Cost of hardware other than servers - Should support HA

X X X X

2a AMC Cost X X X

3 Cost of software X X X X

3a ATS Cost X

4 Design & Implementation Cost

X X X X

5 Device certificate license cost

6 Any other cost

Sub Total (B)

Total Cost - DC (A+B)

Page 56: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 56 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

Sl. (A)

Item (B) Units (C)

Unit Cost (Rs.) (D) (incl of all taxes)

Total E = C X D 1st year

2nd year (F) incl of taxes

3rd year (G) incl of taxes

4th year (H) incl of taxes

5th year (I) incl of taxes

Total Cost ( in Rs) (J = E+F+G+H+I) (Incl of all taxes)

Bill of Material Line items as per Annexure ‘O’

Remark

DR site

I Application virtualization

1 Cost of servers (Optional) - Should support HA

X X X X

1a AMC Cost X X X

2 Cost of hardware other than servers - Should support HA

X X X X

2a AMC Cost X X X

3 Cost of software X X X X

3a ATS Cost X

4 Design & Implementation Cost

X X X X

5 SSL certificate license cost

6 Any other cost

Sub Total (C)

B Device Authentication

1 Cost of servers (Optional) - Should support HA

X X X X

1a AMC Cost X X X

2 Cost of hardware other than servers - Should support HA

X X X X

2a AMC Cost X X X

3 Cost of software X X X X

3a ATS Cost X

4 Design & Implementation Cost

X X X X

5 Device certificate license cost

6 Any other cost

Sub Total (D)

Total Cost - DR (C+D)

Grand Total Cost – DC+DR

Note:

The sizing/license requirements of items should be done by considering number of concurrent users as 500.

Cost of servers should be mentioned as optional. The product costs mentioned in the price bid should include all the implementation related costs

including but not limited to installation, integration, and testing of the item.

Page 57: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 57 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

All the prices quoted above are inclusive of all taxes etc. Octroi/Entry Tax will be paid extra as per actual on receipt of original documents.

The above price will remain valid for the terms of the contract. Please provide price breakup of individual line items, if the line items comprises of various

hardware/software/service components. The bill of material has to be submitted as per Annexure O for the above line items as per project implementation methodology and deployment architecture.

Please provide Annual Maintenance charges/ATS for all the applicable line items below their product costs and give year wise breakup during the -5- years time span. This will include all costs such as AMC of hardware items, Annual recurring license fee, version upgrade, patch upgrade etc.

All prices are to be quoted by the Bidder. Bank may at its discretion remove the redundant components and other components at DC and DR.

The Bank may add further devices / servers/applications under the scope of this project at a future date.

Bank reserves the right to reduce or increase the quantity and also defer the procurement of a particular component and/or service under the scope of this RFP.

Please leave the space blank wherever the charges are not applicable. Optional items if any will be provided by the bank at its discretion. However for TCO

calculation, all items including optional items will be taken.

Declaration by bidder: We, M/s _________________, hereby confirm that all the items including Services as required for making system operational as per requirement of the Bank have been included in the commercial bid. Place: Date: Seal & Signature of the bidder

Page 58: BANK OF BARODA of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012 Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 58 RFP for

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 58 of 58 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-O

BILL OF MATERIAL Please submit complete Bill of Material as per the following format for the materials to be supplied under this RFP preferably in Excel format. Sr. No.

Item Name

Make/ Model No.

Configuration/ Details/ Specifications

Brief Function of Item

Commercial Bid Line item (Leave blank if not applicable)

Qty Page ref. no. of Brochure enclosed

Remarks

Place: Date: Seal and signature of the Bidder Bank Of Baroda, IT & Projects Department 2nd Floor, Bank Sun Tower C-34, G-Block, Bandra Kurla Complex, Bandra (East), MUMBAI – 400051.

End of Document

This document is the property of Bank of Baroda (BOB). It may not be copied, distributed or recorded on any medium, electronic or otherwise, without the Bank’s written permission. Therefore, the use of the contents of this document, even by the authorized personnel / agencies for any purpose other than the purpose specified herein, is strictly prohibited and shall amount to copyright violation and thus, shall be punishable under the Indian Law.