-
Page 0 of 124
Indian Overseas Bank
REQUEST FOR PROPOSAL
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER
ON-BOARDING SOLUTION WITH VIDEO-KYC & CKYC
RFP REFERENCE NUMBER: RFP/ITD/009/20-21 DATED 21.12.2020
INFORMATION TECHNOLOGY DEPARTMENT CENTRAL OFFICE
INDIAN OVERSEAS BANK
763, ANNA SALAI ANNEXURE BUILDING
CHENNAI 600002
-
Page 1 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
INDEX
INTRODUCTION
...................................................................................................................................
4
DISCLAIMER
.........................................................................................................................................
4
PART I - PROJECT SPECIFIC TERMS & CONDITIONS:
........................................................................
5
1.1 SCHEDULE OF BIDDING PROCESS:
...........................................................................
5
1.2. COST OF BID DOCUMENT & EARNEST MONEY DEPOSITS (EMD):
.................... 6
1.3. QUALIFICATION CRITIERIA
(QC):..............................................................................
6
1.4 BRIEF
REQUIREMENT:.....................................................................................................
8
1.5 PROJECT MILESTONES &
SCHEDULES:............................................................................
9
1.6 COMPREHENSIVE ONSITE WARRANTY
...................................................................
13
1.7 ATS & AMC – POST WARRANTY SUPPORT
.............................................................
13
1.8. BANK GUARANTEE
.....................................................................................................
14
1.9. PAYMENT TERMS:
........................................................................................................
15
1.10. PRICES AND TAXES
..................................................................................................
17
1.12. EVALUATON
PROCESS:...........................................................................................
18
1.13 ELIGIBILITY BID
............................................................................................................
18
1.14 EVALUATION METHODOLOGY FOR ELIGIBLE
BIDDER...................................... 18
1.14.1 TECHNICAL BID EVALUATION
.................................................................................19
1.14.2 COMMERCIAL EVALUATION:
..................................................................................20
1.14.3 AWARD OF CONTRACT:
..........................................................................................21
PART –II-GENERAL TERMS & CONDITIONS:
......................................................................................22
2.1. SUBMISSION OF BIDS
.................................................................................................
22
2.1.1. SUBMISSION OF BIDS THROUGH E-TENDERING
PORTAL:.......................................22
2.1.2. SUBMISSION OF DOCUMENTS:
................................................................................22
2.2 BID OPENING
PROCESS:............................................................................................
23
2.3. COST OF BID DOCUMENT AND EARNEST MONEY DEPOSIT:
........................... 23
2.4. BIDDER’S INQUIRIES ON RFP & BANK’S RESPONSE:
........................................... 24
2.5. BIDDER’S RESPONSIBILITY VIS-À-VIS THIRD PARTY PRODUCTS /
EQUIPMENTS / SOFTWARE:
.......................................................................................................................
24
2.6. LIABILITIES OF THE
BANK:...........................................................................................
24
2.7. OWNERSHIP:
................................................................................................................
25
2.8. FURNISHING OF INFORMATION
..............................................................................
25
-
Page 2 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
2.9. FORMAT AND SIGNING OF BIDS
............................................................................
25
2.10. AUTHENTICATION OF ERASURES / OVERWRITING ETC.
.................................. 25
2.11. AMENDMENTS TO RFP TERMS AND
CONDITIONS:........................................... 25
2.12. CONFIDENTIALITY & NON-DISCLOSURE AGREEMENT:
................................... 25
2.13
CLARIFICATION..........................................................................................................
26
2.14. ERRORS AND THEIR RECTIFICATION
....................................................................
26
2.15. BANK’S RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS
............................. 26
2.16. CONTACTING THE BANK
........................................................................................
26
2.17. ACCEPTANCE OF
CONTRACT..............................................................................
26
2.18. FORMATION OF CONTRACT & EXECUTION OF
SLA........................................ 27
2.19. ASSIGNMENT & SUBCONTRACTING
....................................................................
27
2.20. USE OF CONTRACT DOCUMENTS AND INFORMATION
................................. 27
2.21. TERMINATION FOR DEFAULT
..................................................................................
27
2.22. TERMINATION FOR INSOLVENCY& TERMINATION FOR
CONVENIENCE .... 27
2.23. FORCE
MAJEURE......................................................................................................
28
2.24. COPY RIGHT/LICENCE
VIOLATION......................................................................
28
2.26. LIMITATION OF LIABILITY:
........................................................................................
28
2.27. COMPLIANCE TO LABOUR ACT:
..........................................................................
28
2.28.
E-TENDERING:............................................................................................................
29
2.29. PACKING:
..................................................................................................................
30
2.30.
INSURANCE:...............................................................................................................
30
2.31. OTHER TERMS AND
CONDITIONS.........................................................................
30
2.32. RESOLUTION OF DISPUTES
......................................................................................
32
2.33 RIGHT TO AUDIT:
........................................................................................................
33
2.34 CORRUPT AND FRAUDULENT PRACTICES:
.......................................................... 33
2.35 PRODUCT WITHDRAWAL
.........................................................................................
33
2.35 SOLICITATION OF EMPLOYEES
...............................................................................
34
2.36 EXIT CLAUSE
................................................................................................................
34
2.37 NAME AND CONTACT DETAILS OF IEM FOR THE ADOPTION OF
INTEGRITY PACT IN PUBLIC SECTOR
BANK:..................................................................
34
2.38. ESCROW AGREEMENT:
...........................................................................................
35
PART – III-ANNEXURES
.......................................................................................................................36
-
Page 3 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
ANNEXURE-I-A-SCOPE OF WORK - CUSTOMER ON-BOARDING AND VIDEO KYC
SOLUTION
....................................................................................................................
36
ANNEXURE-I-B–FUNCTIONAL & TECHNICAL REQUIREMENT
.................................... 48
ANNEXURE-II-A-FORMAT FOR TECHNICAL BID
........................................................... 91
ANNEXURE-II-B-OFFER COVERING
LETTER....................................................................
92
ANNEXURE III-FORMAT FOR COMMERCIAL BID
......................................................... 93
ANNEXURE IV – MANUFACTURER AUTHORISATION FORM
...................................... 96
ANNEXURE V-LETTER OF UNDERTAKING
.......................................................................
97
ANNEXURE VI-SELF DECLARATION –
BLACKLISTING..................................................
98
ANNEXURE VII -BANK GUARANTEE FORMAT FOR EARNEST MONEY DEPOSIT
.... 99
ANNEXURE VIII-PROFORMA OF BANK GUARANTEE (DELIVERY &
IMPLEMENTATION)
...........................................................................................................
101
ANNEXURE IX-PROFORMA OF BANK GUARANTEE (PERFORMANCE)
................ 104
ANNEXURE X-FORMAT FOR NON-DISCLOURE AGREEMENT
................................. 108
ANNEXURE XI– PRE-IP-COVERING LETTER
..................................................................
113
ANNEXURE XII -PRE CONTRACT INTEGRITY
PACT...................................................... 114
ANNEXURE XIII–UNDERTAKING OF INFORMATION SECURITY
................................ 123
ANNEXURE XIV–UNDERTAKING AS PER GOVT GUIDELINES AS PER GFR RULE
No:144.................................................................................................................................
124
-
Page 4 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
INTRODUCTION
Indian Overseas Bank (hereinafter referred to as “Bank”) inv
ites Request for Proposal
(hereinafter referred to as “RFP”) from well-reputed vendors for
Supply, Implementation and
Maintenance of Video E-KYC Solution and Customer On-boarding
Solution (hereinafter
collectively also referred to as “Solution”) based on the
requirements, specifications,
terms and conditions laid down in this RFP and its Annexes.
DISCLAIMER The information contained in this Request for
Proposal (“RFP”) document or information
provided subsequently to bidders or applicants whether verbally
or in documentary form by
or on behalf of Indian Overseas Bank (or Bank), is prov ided to
the bidder(s) on the terms and
conditions set out in this RFP document and all other terms and
conditions subject to which
such information is prov ided.
This RFP document is not an agreement and is not an offer or inv
itation by the Bank to any
parties other than the applicants who are qualified to submit
the bids (hereinafter
indiv idually and collectively referred to as “Bidder” or
“Bidders” respectively). The purpose
of this RFP is to prov ide the Bidders with information to
assist the formulation of their proposals.
This RFP does not claim to contain all the information each
Bidder requires. Each Bidder may
conduct its own independent investigations and analysis and is
free to check the accuracy,
reliability and completeness of the information in this RFP. The
Bank makes no representation
or warranty and shall incur no liability under any law, statute,
rules or regulations as to the
accuracy, reliability or completeness of this RFP. The
information contained in the RFP
document is selective and is subject to updating, expansion, rev
ision and amendment. It
does not purport to contain all the information that a Bidder
require.
Bank in its absolute discretion, but without being under any
obligation to do so, can update,
amend or supplement the information in this RFP. Such change
will be published on the
Website (www.iobtenders.auctiontiger.net) and it will become
part of RFP. Indian Overseas
Bank reserves the right to reject any or all the proposals
received in response to this RFP
document at any stage without assigning any reason whatsoever.
The decision of the Bank
shall be final, conclusive and binding on all the parties. Bank
reserves the right to cancel
the entire bid at any point of time, or disqualify any
particular bidder, if it finds that fair play
is not maintained by the bidder.
THIS RFP CONSIST OF THREE PARTS. PART I - DETAILS PROJECT
SPECIFIC TERMS AND
CONDITIONS, PART II DETAILS GENERAL TERMS AND CONDTIONS AND PART
III DETAILS
SUBMISSION OF VARIOUS DOCUMENTS AS PER FORMATS PROVIDED AS
ANNEXES.
http://www.iobtenders.auctiontiger.net/
-
Page 5 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
PART I - PROJECT SPECIFIC TERMS & CONDITIONS:
1.1 SCHEDULE OF BIDDING PROCESS: S.No Description of Information
/
Requirement Information / Requirement
1 Tender Reference Number RFP/ITD/009/20-21 2 Date of I ssue of
RFP 21.12.2020
3 Last date for receipt of queries, if any.
04.01.2021 (Via email at
[email protected] 3.a Date of Pre Bid Meeting 07.01.2020 at
1500 hours at Bank’s Information
Technology Department, Chennai.
4 Bid Submission Mode.
https://iobtenders.auctiontiger.net/EPROC/ Through e-tendering
portal (Class I I or Class III
Digital Certificate with both Signing &
Encryption is required for tender participation)
5 Last Date and Time for submission of bids along with
supporting
documents through the above e-
tendering portal.
21.01.2021 on or before 1700 hours. (End time
for submission will be as per e-tendering
serv ice provider server time).
6 Last date, time and place for submission of Cost of
document
and BG in lieu of EMD & Integrity
Pact on Rs. 100 stamp paper.
22.01.2021 on or before 1500 hours at the
Bank’s Information Technology Department,
Chennai. (Should be submitted to the contact
officials in person).
7 Date, time and venue for opening the Technical bid through
e-
tendering portal.
22.01.2021 on or before 1600 hours at the
Bank’s Information Technology Department,
Chennai. 8 Date, time and venue for
submission & opening the
commercial bids.
Shall be intimated to the technically qualified
bidders in due course.
9 Name of contact officials for Bid submission as stated in
serial no.6 or
any clarifications
Chief Manager-ITD
Phone: 044- 28519466
Asst. Manager-IT
Phone: 044- 28519471
10 Address for Communication / Submission of Bids
The Assistant General Manager, Indian Overseas Bank, Information
Technology Dept. Central Office, 763, Anna Salai, Chennai –
600002.
11 Contact e-mail ID [email protected]
12 Support person and phone
number for e-tender service
provider for any help in accessing
the website and uploading the
tender documents.
e-Procurement Technologies Limited
Shivam Shewaramani: 079-68136824
[email protected]
Nisarg Thakkar
Email: [email protected]
Phone: 079 681-368-22 | Cell: +91 6354919566
mailto:[email protected]://iobtenders.auctiontiger.net/EPROC/mailto:[email protected]:[email protected]:[email protected]
-
Page 6 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
1.2. COST OF BID DOCUMENT & EARNEST MONEY DEPOSITS
(EMD):
Sl. No. Description Amount in ₹ 1. Cost of Bid document (Refer
clause 2.3 of the RFP) Inclusive of GST Rs. 20,000 2. EMD (Refer
clause 2.3 of the RFP) Rs.30,00,000
1. Bidders who are registered as Small and Micro with National
Small Industries
Corporation (NSIC)/ Udyog Aadhaar Memorandum etc. under MSME Act
are
exempted for the submission of Cost of Bid document and EMD.
Documentary Proof
of Registration Certificate to be submitted along with the
technical bid.
2. In addition to the above, MSME bidder shall submit
documentary proof of registration
to the tendering official of the Bank on or before the bid
opening date as mentioned in the schedule above.
3. I f a holiday is declared on the dates mentioned above, the
bids shall be received /
opened on the next working day at the same time specified above
and at the same
venue unless communicated otherwise.
4. No queries will be entertained after the date and time
mentioned in this schedule.
5. I t shall be the responsibility of the bidder to ensure the
receipt of the NEFT amount at
Bank’s designated account with in the timelines mentioned in 1.1
of the RFP and Bank
shall not be held responsible for non-receipt of NEFT amount
toward the cost of bid
document.
1.3. QUALIFICATION CRITIERIA (QC): The documentary ev idence of
the OEMs/Bidder's qualifications to perform the contract, if
its offer is accepted, shall establish to the Bank's
satisfaction that:
1. The bidder should be registered as a company in India as per
Companies Act,
1956/2013 and should have been in operation for a period of at
least 5 years in a
related field as on date of RFP. The Certificate of
Incorporation issued by the Registrar
of Companies to be submitted along with technical bid.
(Documentary proof should
be attached).
2. The bidder/ or its parent company (bidder should be 100%
owned subsidiary of the
parent company) has registered an average turnover of Rs. 50
Crore (Rupees Fifty
Crore) (Financial year shall mean an accounting period of 12
months. Figures for an
accounting period exceeding 12 months will not be acceptable) in
the immediate
preceding 3 financial years as per audited accounts. Annual
reports of 2017-18, 2018-
19 and 2019-20 should be attached. Bidders who are yet to
publish their audited
document for the year 2019-20, must submit the provisional/CA
certified results for
the FY 2019-20. (Documentary proof should be attached.)
3. The bidder or its parent company (bidder should be 100% owned
subsidiary of the
parent company) has registered net profit (after tax) for at
least two financial years
-
Page 7 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
(Financial year shall mean an accounting period of 12 months.
Figures for an
accounting period exceeding 12 months will not be acceptable) in
the immediate
preceding 3 financial years as per audited accounts. Annual
reports of 2017-18, 2018-
19 and 2019-20 should be attached. Bidders who are yet to
publish their audited
document for the year 2019-20, must submit the provisional/CA
certified results for
the FY 2019-20. (Documentary proof should be attached.)
4. The Bidder should be an authorised partner of the OEM/OSD as
on the date of the
submission of technical bids. The Bidder must be in position to
prov ide support /
maintenance / up gradation during the period of contract with
the Bank and must
be having back-to-back support from the OEM/OSD. Bidder to
submit a letter of
authorization / Manufacturer Authorization Form (MAF) as per
format prov ided in
Annexure IV of this RFP from OEMs/OSDs. Either OEM/OSD of the
Solution or its partners
can participate in this bid. Both OEM/OSD and its partners shall
not be allowed to bid
in the tender.
5. The OEM should have provided proposed solution in at least
two financial institutions
in India in last 5 years and out of 2 implementations, one
implementation should be
in a Public Sector Bank. Bidder to submit Purchase Orders/Letter
of Satisfactory
performance & client references along with the technical
bid. Details to be
submitted in the format given in Annexure XIV. (Documentary
proof should be
attached.)
6. Bidder should have supplied and implemented the Customer on
boarding solution in
any Financial institution in India in last three years. Bidder
to submit Purchase
Orders/Letter of Satisfactory performance & client
references along with the
technical bid. (Documentary proof should be attached.)
7. The bidder should have Registered Office/Branch
Office/Authorized Service Centers
in Chennai. Bidder to submit proof of document for the same. In
case direct support
office of the bidder is not present in Chennai then an
undertaking to be provided by
the Bidder stating that direct support would be provided by the
bidder at Chennai
whenever desired by the Bank. Bank shall have the right to
terminate the contract if
bidders fails to comply with the aforesaid requirement.
8. The bidder should submit a letter of undertaking stating to
agree to abide by all the
terms and conditions stipulated by the Bank in the RFP including
all annexes,
addendum and corrigendum for the supply and installation of
Solution at Banks
Central Office, Regional offices, and other offices located
across the Country based
on the requirements, specifications, terms and conditions laid
down in this Request
for Proposal (RFP). Bidder to submit the letter as per format
prov ided in Annexure V
of the RFP along with the technical bid.
9. The bidder should not have been blacklisted in any Central
Government / PSU /
Banking / Insurance company in India as on date of issuance of
the RFP for a similar
project. Bidder to submit the Self Declaration certificate as
per format prov ided in
Annexure VI of the RFP along with the technical bid.
-
Page 8 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
10. Bidder to submit the duly signed declaration on Information
Security as per the format
prov ided in Annexure XIII of this RFP.
11. As per the public procurement guidelines as stipulated in
Order ref: 6/18/2019-PPD
Dated 23.07.2020 from Department of Expenditure, Ministry of
Finance- Restrictions
under Rule 144 (xi) of General Financial Rules 2017. Any bidder
from a country which
shares a land border with India will be eligible to bid in this
tender only if the bidder is
registered with the Competent Authority (DPIIT). Bidder shall
also submit the following
certificate in their letter head as per the format prov ided in
Annexure XIV , duly
signed by their company secretary along with the technical bid.
Any bid, not
accompanied with the above certificate shall be summarily
rejected.
1.4 BRIEF REQUIREMENT: The Bank intends to implement Customer
On-Boarding Solution with Video KYC & CKYC in
all the branches distributed all over the country as per scope
of work, functional & technical
requirements given in Annexure I (A) & I (B).
Bidder shall submit a detailed architecture document detailing
the below solution
environments, internal connections, and their components (Bill
of Materials) along with the
technical bid. The Solution architecture should be built
considering the information set out
in this RFP, solution specific requirements and following
solution environments. The
infrastructure at Primary Env ironment, and the Disaster site to
be identical:
1. UAT/Testing Environment- DC Only
2. Development Environment – DC Only
3. Production- Primary Data Centre Env ironment
4. Disaster Recovery Environment
The Bill of Materials should include the following details:
1. All hardware components of the solution necessary for
enterprise level
implementation of the solution such as Servers/Appliances
(Web/App/DB/Backup/Archival etc.), Storage (App/DB), Load
Balancers, Racks etc.
2. All software components of the solution such as
Application/Web
App/Backup/Archival).
Bank may provide the Operating System & Database (Microsoft
SQL/Oracle) to the
Successful Bidder who has quoted the same in the Bill of
Materials. For any other OS and
Database, Bidders shall prov ide the same and quote the prices
in the commercial bid.
However, Bidders shall prov ide the details of the number of
licenses required for all type of
software (OS/DB etc.)
Bidder shall define the sizing of the solution
(Hardware/Software) in the technical bid. The
sizing of the above components should be based on the User
information mentioned elsewhere in the RFP and application specific
requirements. All hardware/software
-
Page 9 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
components should be enterprise in nature with OEM support
available during the period
of the contract.
The user concurrency expected for the solution is 3500.
1.5 PROJECT MILESTONES & SCHEDULES:
The Customer On-boarding solution must be implemented as per
project scope within a
period of 4 months in entirety from the date of placing of
purchase order by the Bank. The
solution as per the required scope needs to be rolled out as per
the delivery timelines mentioned above. The project scheduled is as
follows:
Table 1: Project Schedule.
S No Activity Timeline
1.
Project Plan
(Requirement Gathering, Software
Requirement Specification (SRS)
Submission & SRS Vetting by Bank )
02 Weeks from the date of
acceptance of PO
2. Delivery of Hardware( Annexure III Table I-
Serial No 1.a)
04 Weeks from the date of SRS
Sign Off
3. Installation of Software ( Annexure I II
Table I - Serial No 1.b and Serial No 1.c)
02 Weeks from the date of
delivery/receipt of notification
from Bank.
4. a). Delivery of UAT including completion
of de-duplication of history data.
Within 12 weeks from the date
of SRS Sign Off
b). Solution Go-live Within 2 weeks from the date of
UAT Sign Off
5. Training 1 Weeks from the date of UAT
Sign off /after receiving
notification from the bank
whichever is later.
PROJECT PHASES:
1. Project Plan
2. Delivery of Solution
3. Installation of Solution at Bank’s Data Centers
4. User Acceptance Testing
5. Operationalization of Solution(Go-live)
6. Solution Review
7. Change Request
-
Page 10 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
1. PROJECT PLAN:
Successful Bidder shall submit the project plan for complete
delivery, installation
of the solution at Bank’s Data Centers and implementation of the
solution as per
the Scope of Work & Functional Requirements detailed in this
RFP along with
Solution Architecture. SB shall also submit all the
documents/references required
for Onsite engineer as per Scope of Work-Annexure I along with
the project plan.
This plan should be submitted for rev iew and bank’s acceptance
within Two
Week of the P.O date. Bank shall issue a Project Plan signoff
accepting the same
Bank shall issue a Project Plan signoff accepting the same. I t
shall be the
responsibility of the successful bidder to submit and get the
plan approved by
the Bank authorities within the timelines mentioned above
without any delay.
Bank shall have the discretion to cancel the purchase order in
lieu of delay in
submission of the project plan. However, Bank reserves the right
to extend the
timelines in those cases where delay in completion of the
project plan w as on
account of the reasons attributed by the Bank.
2. DELIVERY:
a. The solution hardware & System software should be
delivered at Banks Data
Centers within 4 (Four) weeks from the date of the SRS Signoff.
The address of
location for delivery & implementation of the solution shall
be provided with the
purchase order Delivery for the above purpose is deemed to be
complete when
the items specified in the Purchase Order are delivered and date
of deliv ery is
the date on which the item is delivered in full.
Delivery/Implementation locations
are subject to change as per the discretion of the Bank.
b. EXTENSION OF DELIVERY SCHEDULE: I f, at any time during
performance of the
Contract, the Bidder should encounter conditions impeding timely
delivery, the
Bidder shall promptly notify the Bank in writing of the fact of
the delay, its likely
duration and its cause(s). As soon as practicable after receipt
of the Bidder's
notice, the Bank shall evaluate the situation and may at its
discretion extend the
Bidder's time for performance against suitable extension of the
performance
guarantee for delivery.
c. PENALTY FOR DELAYED DELIVERY: Delivery for the above purpose
is deemed to
be complete only when all the items specified in Purchase Order
are completely
delivered (Location wise) and date of delivery is the date on
which the last item
is delivered. If the delivery schedule is not maintained as
stated in clause 1.5.2.a
or to such extended period as per clause 1.5.2.b of this RFP, a
penalty of half
percent (0.5%) of the Hardware and system software
Value(location-wise) , for
each week or part thereof of the delay subject to a maximum of
5% of total order
value(Location wise) will be lev ied from the expiry of due date
of delivery.
However, Bank reserves the right to extend the timelines in
those cases where
delay in delivery schedules were on account of the reasons
attributed by the
Bank.
-
Page 11 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
d. NON-DELIVERY: Failure of the successful bidder to comply with
the above
delivery schedule, as stipulated in clause 1.5.2, shall
constitute sufficient grounds
for the annulment of the award of contract and invocation of
bank guarantee
(delivery).
e. PROOF OF DELIVERY: SB shall submit either of the below set of
documents (either
1 or 2) to Bank’s Central Offices as proof of delivery:
1. Copy of the Delivery Challan, duly signed and stamped by
authorized official
of the Bank.
Or
2. Copy of the Electronic POD generated by Courier Services
along with e-mail
from authorized official of the Bank
3. INSTALLATION SCHEDULE:
Bank shall issue an implementation notification to the
successful bidder. The solution
including Servers, Other Hardware, Operating Systems, Databases
& application
should be installed in Bank’s Data Centers within 2 weeks of
actual date of delivery
or receipt of implementation notification (location wise) from
the bank whichever is
later. I f the installation schedule is not maintained, a
penalty of half percent (0.5%) of
the net hardware and software value (Annexure I II Table I -
Serial No 1.a & 1.b), for
each week or part thereof of the delay subject to a maximum of
5% will be lev ied
from the expiry of delivery period/date of intimation. However,
Bank reserves the
right to extend the timelines in those cases where delay in
installation schedules were
on account of the reasons attributed by the Bank.
Proof of Installation: SB shall submit either of the below set
of documents (either a or
b) to Bank’s Central Office as proof of successful
installation:
a. Copy of installation certificate, duly signed and stamped by
authorized official
of the Bank.
Or
b. Copy of Serv ice Report/installation report along with e-mail
from authorized
official of the Bank
4. USER ACCEPTANCE TESTING &
OPERATIONALISATION(GO-LIVE):
a. All infrastructure requirements (hardware/software/OS) for
UAT shall be
provided by the Bank. Successful Bidder shall arrange for
conduct of User
Acceptance Testing in Bank’s environment within 12 weeks from
the Date of
SRS signoff or 8 weeks from date of infrastructure readiness
notification from
the bank, whichever is later. Bank shall issue UAT signoff on
successful
completion of UAT. I f the successful bidder is not able to
successfully
complete the UAT as per the above schedule, bank may at its
discretion,
cancel the purchase order. During the UAT stage pilot testing to
be done in
-
Page 12 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
minimum 10 branches of Bank’s choice and signoff to be obtained
from the
concerned Bank officials on successful completion of
testing.
b. For the purpose of calculating ATS, License Term will be
started from the date
of UAT sign off of First scheme.
c. Complete bank wide operationalisation of the solution should
be completed
as mentioned in table 1(Project schedule) line item 1.4.b from
the date of SRS
sign Off. I f this schedule is not maintained, a penalty of half
percent (0.5%) of
the Net Value of solution application software (Annexure III
Table I - Serial No 1.c)
and implementation cost (Annexure I II Table I I - Serial No
1.a), for each week or
part thereof of the delay subject to a maximum of 5% will be lev
ied from the
expiry of due date.
d. Bank shall issue a Go Live Certificate on successful
operationalization of the
solution segment wise as per the requirements of the Bank.
e. In case the delivery, installation & implementation of
the solution is not
completed segment wise as mentioned in table 1(Project schedule)
line item
1.4 from the date of Project Plan sign Off, Bank may at its
discretion provide
an opportunity to the serv ice provider to submit reason if any
for such delay.
Bank shall evaluate such submission and its applicability and
bank decision
in this regard shall be final and binding.
f. However, Bank reserves the right to extend the timelines in
those cases where
delay in UAT and operationalization schedules were on account of
the reasons
attributed by the Bank.
5. REVIEW: The supplied solution shall remain under rev iew for
a period of 1 month
from the date of Go Live Certificate as stated above. The
project implementation
team of the successful bidder/OEM shall be readily available
during the review
phase for troubleshooting and other support. During the rev iew
phase, Bank may request changes to the application as per its
requirement and no extra costs shall
accrue to the bank for the effort involved in the same. Bank
shall issue final
acceptance signoff at the end of the rev iew phase.
6. CHANGE REQUEST: The functionalities of the solution finalised
after the review
phase shall be considered as baseline functionalities of the
solution for the Bank.
Any changes to this baseline functionality would be considered
under change
request and the same would be handled through CR process. The
costs for
Change Requests shall be arrived through mutual agreed terms
between the
bank and the successful bidder.
7. TRAINING: The successful bidder shall be responsible for prov
iding training to
various target groups consisting of Branch/RO /CO officials,
System Administrator,
Database Administrators, End-Users etc. Training should be
provided covering all
the contents of the package. The vendor should explain how it is
proposed to
-
Page 13 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
conduct the training program by outlining course contents and
duration. This
includes the training required for users as well as for
technical system support staff.
Training shall be provided to various teams of the Bank
personnel in the following
areas:
a) User training-On the job training to Branch, Regional and
Central Office
Officers.
All required infrastructure for the training will be provided by
the bank and the
venue of the training shall be decided by the Bank. The Training
Server shall set
up by the bidder at DC/DR site as per Bank’s decision. All
training shall include
practical sessions in which live hands on experience is required
to be given to the
trainees.
End user training for a total of 200 users in batches of 25 each
for 4 days.
The Bank reserves the right to change reasonably the number of
training programs
/batches, team size, Training Dates, Location, Modalities and
Curriculum.
Training Study Material for each program in soft copy and hard
copy shall be
provided by successful Bidder to the Bank.
1.6 COMPREHENSIVE ONSITE WARRANTY
The Successful Bidder(SB) shall warrant that the
equipment/software (solution) intended
to supply under this RFP is new, unused, of the most recent
models and that they
incorporate all recent improvements in design and materials. The
bidder shall warrant
that all equipment /software supplied shall have no defect,
arising from design, materials
or workmanship or from any act or omission of the Supplier that
may develop under
normal use of the supplied Hardware. The equipment should have
an initial
comprehensive on-site warranty period for 3 years from the date
of installation or 37
months from the date of delivery whichever is earlier. The
comprehensive onsite
warranty shall be with OEM back to back to support. The word
“warranty‟ in this
document refers to “comprehensive onsite warranty
1.7 ATS & AMC – POST WARRANTY SUPPORT
1. The bidders shall quote Support Charges for the Solution for
a period of 4 years
after the initial comprehensive onsite warranty period of 3
years in the commercial
bid (Annexure III)
2. Rates to be quoted for the post warranty period must for a
support similar to the
one extended during warranty period with OEM back to back
support. Support
charges should be quoted for a minimum of 6% of the cost of each
component
(hardware/software).
-
Page 14 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
3. Bank reserves its right to enter into Support services with
the successful bidder, for
the post warranty period.
4. In case the Bank decides to enter into Support Services, the
successful bidder shall
ensure that the type of support / maintenance serv ices extended
for the
equipment during the support period, after the initial
comprehensive onsite
warranty period of three years, is similar to the one extended
during warranty
period.
5. Support rates quoted will be reckoned for L1
determination.
Support Services:
Support serv ices needs to be provided by the successful bidder
for all in-scope
applications. SB needs to ensure following services as a part of
ATS but not limited to:
Product upgrades & enhancements
Maintenance releases
Statutory and Regulatory Updates
Patches & bug fixes
Distributed on CDs or online download methods
Updates/ Upgrades/ New releases/ New versions need to be
notified to the Bank
about the same and need to be covered as part of AMC/ ATS.
Upgrades would
include product releases to incorporate technological changes,
consolidating all
bug fixes, consolidating all enhancement requests made by the
Bank.
Review on yearly basis for version upgrade of in-scope
applications and report to
Bank such details in advance along with plan for version
upgrade. Intimate the Bank
for various technology upgrades released by OEM ‟s along with
feasibility & impact
analysis. Also propose migration plan for technology upgrade due
to OEM releases.
Planning and implementing version up-gradation, migration,
testing of the
application. In case Bank engaging OEM directly for version
upgrade, then the
successful bidder is required to carry out Program Management
Responsibilities to
ensure end-to-end completion of the activ ities. Post version
upgrade, successful
bidder is required to manage & support the application along
with the IT hardware.
Develop/ customization of in-scope applications as per
regulatory/ statutory
requirement.
Mandates from various interchanges/ information security/
enhancement/ any
other requirement.
Patch management, release update and upgrade of in-scope
applications during
the contract period, all update or upgrade needs to be done with
concurrence of
the Bank. The successful bidder to ensure that necessary due
diligence in carried
out for pre-testing before releasing to UAT (User Acceptance
Test).
1.8. BANK GUARANTEE
1. Within 15 (Fifteen) days (exclusive of holidays) of the date
of acceptance of the
Purchase Order, the successful Bidder shall furnish a bank
guarantee (for delivery
implementation & operationalisation) for a period of 12
months with a claim period
-
Page 15 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
of twelve months for an amount equivalent to 20% of the total
order value (PO
Value), in the format as per Annexure VIII of the RFP.
2. Failure of the successful bidder to comply with the
requirement as stipulated above
shall constitute sufficient grounds for the annulment of the
award of contract and
forfeiture of the Earnest Money Deposit. In such an event, the
Bank will call for new
bids.
3. Successful Bidder shall submit Bank Guarantee for Performance
as per format given
Annexure IX within15 days of successful Go Live. Bank guarantee
for Performance
shall be valid for a period of 84 months (need not be a single
BG for entire duration)
from the date of Go Live Certificate with a claim period of 12
months for an amount
equal to 10% of the total order value (PO Value) and should be
submitted one month
prior to the expiry of bank guarantee as per 1.8.1 above.
4. Bank guarantee (for delivery & implementation) as
stipulated v ide point 1.8.1 above
shall be released by the Bank on successful completion of
implementation of solution
and on submission of the Bank Guarantee (for performance) as
stipulated v ide
clause 1.8.3 of the RFP.
5. The above-mentioned bank guarantees issued by any scheduled
commercial bank
other than Indian Overseas Bank is acceptable to us. Successful
Bidder should inform
the Guarantee Issuing Bank to forward the original guarantees
directly to the Bank.
6. Bank reserve its right to invoke the Bank Guarantees (for
delay in delivery or non-
delivery/ performance) on the following grounds and as per terms
and conditions
stipulated in the Bank Guarantee:
a) Delay / non-delivery/ Delay in Implementation beyond
stipulated schedule as
per clause 1.5 of the RFP.
b) Non Performance of the SLA terms and conditions.
1.9. PAYMENT TERMS:
1. Payment Authority: All payments shall be released by Bank’s
Central Office as per
the terms and conditions stated in subsequent clauses.
2. Payment Terms deliverables: The successful bidder shall
submit the following
documents to Bank’s Central Office before raising invoices:
Serv ice Level Agreement (SLA)
Non-Disclosure Agreement (NDA)
Deliver/Performance Bank Guarantee as per clause 1.8
Proof of Delivery/Installation detailed in clause 1.5.3.e &
1.5.4.
OEM Back to Back Certificates
3. The payment will be released as follows:
-
Page 16 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
i. 80% Cost of Solution Hardware (Annexure I II Table I - Serial
No 1.a) shall be
released on successful delivery on submission of invoices &
documents
specified in clause 1.9.2 above.
ii. Balance 20% Cost of Solution Hardware (Annexure III Table I
- Serial No 1.a) shall
be released on successful completion of UAT.
iii. 100% Cost of System Software (Annexure I II Table I -
Serial No 1.b.1 and 1.b.2)
shall be released on successful delivery and installation of the
Hardware and
System software.
iv . 30% Cost of Solution Application Software (Annexure I II
Table I - Serial No 1.c)
shall be released on successful installation of the Solution and
delivery of
licenses to the Bank.
v. 50% Cost of Solution Application Software (Annexure I II
Table I - Serial No 1.c)
shall be released on successful completion of UAT of the
solution in entirety.
vi. 10% of the Cost of Solution Application (Annexure I II Table
I - Serial No 1.c) shall
be released on successful Go live of the solution.
vii. 80% of the implementation cost (Annexure I II Table I I-
Serial No 1.a) after UAT
sign off from Bank.
viii. 20% of the implementation cost (Annexure I II Table I I -
Serial No 1.a) after
Review Phase from Bank. Solution Acceptance in the form of
final
acceptance certificate should be signed by both Banks identified
Project
Manager & vendor representative. Operational Issues will be
part of Managed
Serv ices and not part of Go-Live Sign Off.
ix. 10% of the Cost of Solution Application (Annexure III Table
I - Serial No 1.c) shall
be released after review phase of the Solution.
x. Change Requests (Annexure I II Table I I- Serial No 1.b):
Bank shall release the
payment for Change Requests as per the mutually agreed terms
with the
successful bidder.
xi. 100% payment for training (Annexure I II Table I I - Serial
No 1.c) shall be released
on submission of invoices and training completion confirmation
by authorized
official of the bank.
xii. Support Charges (Table I II – Annexure I II) shall be paid
on yearly basis in
advance for 4th to 7th year on submission of invoices and other
MIS/PM reports
xiii. Onsite Support Charges (Table IV – Annexure III) – Payable
quarterly at the end
of each quarter against receipt of satisfactory support report
of previous
quarter from the Bank’s Project /Operation Manager. Bank shall
conduct
-
Page 17 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
interv iew for L2 and L3 support engineer and shall give signoff
before
deploying the engineer onsite. Bank shall reserve the right to
reject the profiles
if the same are not to the satisfaction of the Bank. Payment for
the onsite
support shall start accruing to the Bank only after the solution
has gone live.
There shall be no escalation in the prices once the prices are
fixed and agreed to by the
Bank and the vendor. Payment will be release by IT Dept., as per
above payment terms on
submission of mentioned supporting documents.
1.10. PRICES AND TAXES
1. Prices should be quoted as per format in Annexure ‘I II’.
2. The quoted prices shall be exclusive of GST and inclusive of
all applicable duties.
3. The quoted prices shall be all inclusive of technical serv
ice charges, if any, for
configuration and installation at the location as specified by
the Bank in the Purchase
Order, charges for media, charges for packing, freight and
forwarding, transit
insurance and local transportation charges, Hamali charges and
charges such as
cost towards boarding, traveling, lodging etc.
4. The quoted price should as per scope, functional requirements
& technical
specifications mentioned in the RFP.
5. The quoted price should be inclusive of Travelling, Boarding,
and Lodging and for any
incidental expenses. Bank shall not bear any other cost other
than the one indicated
in the Commercial Bid format.
6. Applicable taxes like TDS and NEFT charges, if any will be
deducted from the amount
payable.
7. Prices quoted by the Bidder shall remain fixed during the
Bidder’s performance of the
contract and will not be subject to variation on any
account.
8. A bid submitted with an adjustable price quotation will be
treated as non-responsive
and will be rejected.
9. Price should not be indicated at any place in the Technical
Bid. I f the price is
indicated in the technical bid, the entire bid will be summarily
rejected.
10. The prices shall be quoted in Indian Rupees. Any reference
made to variation in
pricing due to appreciation / depreciation of Indian rupees
against any other
currency is not acceptable.
11. Bids (both technical as well as commercial bid) shall be
valid for a period of 180 days
from the last date for submission of bids. Bids submitted with a
short validity period will
be treated as non-responsive and will be rejected.
-
Page 18 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
12. Bids shall be submitted strictly as per the format given in
the bid and any addition /
deletion / change in the format will be summarily rejected.
13. Bids without signature of authorized signatory of the bidder
will be summarily rejected
Bank reserve its right to accept / reject any bid, which is not
in line with these
conditions.
1.12. EVALUATON PROCESS:
A two bid system is adopted for selection of the vendor:
Stage 1 – Eligibility Bid evaluation
Stage 2 - Evaluation methodology for eligible bidders Technical
Bid Evaluation Commercial Bid Evaluation Weighted evaluation
During evaluation of the Tenders, the Bank, at its discretion,
may ask the Vendor for
clarification in respect of its tender. The request for
clarification and the response shall be in
writing, and no change in the substance of the tender shall be
sought, offered, or permitted.
The Bank reserves the right to accept or reject any tender in
whole or in parts without
assigning any reason thereof. The decision of the Bank shall be
final and binding on all the
vendors to this document and bank will not entertain any
correspondence in this regard.
1.13 ELIGIBILITY BID
Eligibility criterion for the Vendor to qualify this stage is
clearly mentioned in clause1.3 of this
document. The vendor would need to prov ide supporting documents
as part of the
eligibility proof.
1.14 EVALUATION METHODOLOGY FOR ELIGIBLE BIDDER
After qualifying the eligibility criteria, the evaluation will
be a three stage process. The
stages are:
Technical Bid Evaluation
Commercial Bid Evaluation
Weighted evaluation
The technical evaluation and the commercial evaluation shall
have the weightage of 60%
and 40% respectively and this weightage shall be considered for
arriv ing at the successful
bidder. The evaluation methodology vis-à-vis the weight-ages are
as under:
-
Page 19 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
1.14.1 TECHNICAL BID EVALUATION The vendor needs to achieve a
cut – off score of 70 marks in this evaluation stage to be
qualified for commercial bid opening. Only those vendors who
achieve the specified cut –
off scores would be short-listed for Commercial Bid Submission
& Evaluation. The Technical
Proposal will be evaluated for technical suitability and the
criteria for evaluation of technical
bids are as under:
Criteria Evaluation Parameters Max
Scores
Bidder The number of
Customer On Boarding/
CBS/Loan Origination
System/Loan
Management
System/Loan Life Cycle
Management system
Implementation/
CBS/Internet Banking
Implementation carried
out by bidder in any
Bank.
1. For each Implementation in
PSBs- Max 5 marks
2. For each Implementation in
Private Banks with more than 500
branches (as on date of RFP)-
Max 4 marks
3. For each implementation in
Private/Small Banks less than 500
branches (as on date of RFP) -
Max 3 marks
10
OEM Number of installation
of the solution
proposed by OEM in
Banks.
1. For each Implementation in
PSBs- Max 5 marks
2. For each Implementation in
Private Banks with more than
500 branches- Max 4 marks
3. For each implementation in
Private/Small Banks less than
500 branches -Max 3 marks
15
OEM-
Certification
ISO 9001 and 27001 2.5Marks for each valid certificate as
on date of RFP
5
SOLUTION
SPECIFIC
CAPABILITIES
Technical Presentation
on Proposed Solution
by the Bidder
Technical presentation will be
evaluated on the following
parameters:
1. Proposed Solution (10 Marks)
2. I T architecture and approach
& methodology, Resource
Planning, Project Governance
and Project Team (5 Marks)
15
-
Page 20 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
Technical Scoring as
per Annexure I B
Marks scored in the technical
requirements mentioned in
Annexure IB
45
Product Demo and site
v isits
Demonstration of in-depth
understanding of the Bank’s project
technical and functional
requirements. Major Criteria for
demonstration (but not limited to)
given in Annexure IA and IB.
10
Total Marks 100
Note: Experience must be with Banks incorporated in India.
Bidders shall submit proof of document for criteria detailed
above. I t shall be the
responsibility of the bidders to submit relevant proof of
document. Scoring shall be done
based on the documents submitted along with the technical bid
and no further
correspondence shall be sent in this regard. The total marks
scored in the technical
evaluation shall be informed to the participating bidders.
Decision of the Bank on evaluation
of technical bids shall be final and binding on all bidders and
Bank won’t accept/consider
any kind of claims whatsoever from the bidders. I t shall be the
responsibility of the bidder to
submit required Documentary proofs which are necessarily
unambiguous and shall be
capable to establish beyond any doubts that bidder is satisfying
the particular
criteria/clause for which the document is submitted. Documents
submitted.
1.14.2 COMMERCIAL EVALUATION:
a. Technically qualified bidders as per clause 1.14.1 above,
shall be intimated of their
status and they would be advised to submit their commercial bids
in the bank’s e-
tendering portal.
b. Commercial Bids submitted by the technical qualified bidders
as per 1.14.2.a above
shall be opened and evaluated.
c. Bid with the lowest price quoted shall be given a notional
score of 100 and other bids
shall be scored as per the following example:
Bidder details Financial Bid Amount
Bidder1 1,30,000
Bidder2 1,20,000
Bidder3 1,00,000
Conversion of financial bid amount to score:
Bidder
Details
Financial
Bid
Amount
Financial Score
(LFB/F*100)
-
Page 21 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
Bidder1 1,30,000 100000/130000*100=76.92
Bidder2 1,20,000 100000/120000*100= 83.33
Bidder3 1,00,000 100.00
d. The scores so obtained, shall be informed to the
participating bidders.
1.14.3 AWARD OF CONTRACT:
a. For the purpose of award of contract, Technical Scores shall
be given a
weightage of 60% & Commercial Score shall be given a
weightage of 40%.
Based on the same, total weighted score shall be obtained. The
formula to
calculate the total weighted score is as follows:
Total Weighted Score: Total Technical Score x 60 + Total
Commercial Score x 40
100
b. On the basis of combined weighted score for quality and cost,
the bidder shall
be ranked in terms of the total score obtained. The bidder
obtaining the highest
total combined score in evaluation of quality and cost will be
ranked as H1
followed by the proposals securing lesser marks as H-2, H-3
etc.
c. Contract shall be awarded to the H-1 Bidder or bidder with
highest score. Bank
may at its own discretion may inv ite H-1 Bidder for further
negotiations. In the event, two or more than two highest scoring
bidders are awarded equal final
scores, the bidder having the highest technical score shall be
considered as the
H1 bidder.
d. I f for any reason H1 bidder backs out or the purchase order
given to the H1
Bidder does not get executed in part / full, the Bank shall
forfeit the EMD &
invoke bank guarantee for delivery/performance and go for a
retender.
-
Page 22 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
PART –II-GENERAL TERMS & CONDITIONS:
2.1. SUBMISSION OF BIDS
2.1.1. SUBMISSION OF BIDS THROUGH E-TENDERING PORTAL: Bidders
satisfying the Project Specific terms and conditions and General
terms and
conditions specified in this RFP and ready to prov ide the said
services as detailed in this document (Scope of Work - Annexure I
-A and I -B) in conformity with Technical Specification
stipulated in Annexure I -A and I -B may submit their bid
through Bank’s e-tendering service
provider website https://iobtenders.auctiontiger.net on or
before the time line stipulated
v ide clause 1.1 of the RFP. Refer clause 2.28 for E-Tender Serv
ice pre requisite for bid
submission.
Bank’s e-tendering website will not allow any bids to be
submitted after the deadline for
submission of bids. In the event of the specified date and time
for the submission of bids,
being declared a holiday for the Bank, e-tendering website will
receive the bids up to the
appointed time on the next working day. Extension / advancement
of submission date and
time will be at the sole discretion of the Bank.
2.1.2. SUBMISSION OF DOCUMENTS:
In addition to uploading the documents in the e-tendering
portal, Bidder should also submit the following in a sealed cover
to the address notified in the clause 1.1 of the RFP on or
before schedule mentioned in clause 1.1 of the RFP.
a. NEFT for Rs. 20,000/- (Rupees Thirty Thousand Only –
non-refundable) towards cost of
documents.
A/C No.: 90360113301010
IFSC: IOBA0009072
A/C Name: Indian Overseas Bank SCRS
Transaction receipt to be submitted along with the tender
document for verification
of successful transfer of amount.
b. Bank Guarantee in lieu of EMD for Rs. 30,00,000/- (Rupees
Thirty Lakh Only).
Bidders should be in possession of the acknowledgement issued by
e-tendering system for
submission of bids through e-tendering system and provide the
same if asked by the Bank
at the time of opening of Technical bids.
In case the above documents are not submitted on or before the
schedule mentioned in
clause 1.1 of the RFP, the bid will be rejected even if the same
is uploaded in the Bank’s e-
tendering service provider website.
-
Page 23 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
The above documents in a sealed cover should be put in the
tender box kept in the
infrastructure div ision of Information Technology Department of
the Bank’s Central Office,
Chennai on or before the date and time mentioned in the Schedule
for bidding process
given in clause 1.1of this RFP or they may be handed over to any
one of the officers of the
Bank’s Information Technology Department, Central Office,
Chennai mentioned in clause
1.1 of the RFP
Bids received in any other mode other than the mode stipulated
above, will not be
accepted.
2.2 BID OPENING PROCESS:
The Bank will follow a two bid submission & opening process
through e-tendering system as
follows:
1. Technical Bid Submission, Opening and Evaluation.
2. Commercial Bid Submission, Opening and Evaluation.
In the first stage, the technical bids submitted in Bank’s
e-tendering website shall be opened
in the presence of available authorised representatives of the
bidders who chose to remain
at the time, date and venue mentioned in clause 1.1 of this RFP.
The evaluation and short
listing criteria shall be based on the criteria set out in
clause 1.14 of this RFP.
After evaluation, commercial bids of technically qualified
bidders shall be opened in the
presence of authorized representatives of bidders.
The evaluation of commercial bids shall be based on the criteria
set out in Clause 1.14.2 of
this RFP and selection of L1 bidder shall be based on the
criteria set out in clause 1.14.2 of
this RFP.
Awarding of contract shall be based on the criteria spelt out in
clause 1.14.3.
2.3. COST OF BID DOCUMENT AND EARNEST MONEY DEPOSIT:
The bid should also be accompanied by BG in lieu of Earnest
Money deposit (refundable)
of Rs. 30,00,000/- (Rupees Thirty Lakhs Only) and cost of bid
document (non-refundable) for
Rs. 20,000/- (Rupees Twenty Thousand Only) by way of NEFT as per
the account mentioned
above.
Bank Guarantee submitted in lieu of EMD should be valid for
minimum period of 6 months
with a claim period of 12 months from the date of expiry of
guarantee from the last date for
submission of bids. The format for submission of EMD in the form
of Bank Guarantee is as per
Annexure VII of this RFP.
This Bank Guarantee in lieu of EMD will be returned to the
disqualified bidder along with
notice of disqualification, to unsuccessful bidders on
determination of L1 bidder and to the
successful bidder on receipt of the Bank guarantee for delivery
& installation as per clause
-
Page 24 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
1.8 of this RFP. Bids received without the Cost of Bid document
and Bank Guarantee in lieu
of EMD mentioned above will be rejected.
Bank shall forfeit EMD /invoke Bank Guarantee in lieu of EMD in
the following events:
1. I f a bidder withdraws the bid during its validity
period.
2. I f a bidder makes any statement or encloses any document
which turns out to be
false/incorrect at a later date.
3. In case the successful bidder fails to sign the contract or
fails to furnish the Bank
Guarantee (Performance & Delivery) as required.
2.4. BIDDER’S INQUIRIES ON RFP & BANK’S RESPONSE: All
enquiries from the bidders, related to this RFP must be directed in
writing / email and sent
to the address/email ID‟s as per schedule mentioned in clause
1.1 of the RFP. Any
clarifications / query received thereafter shall not be
considered and will be ignored. The
preferred mode of delivering written questions, to the
aforementioned contact person
would be through the email followed by letter in writing. In no
event, Bank will be responsible
in ensuring receipt of inquiries.
Sl.No Page No. Clause No. Description Clarification Banks
Response
Bank makes no commitment on its part to accept all the queries /
suggestions / requests
submitted by the bidders. Bank on rev iewing the inquiries
received from the bidders,
wherever needed, will carry out necessary amendment to its RFP
clauses, if any, and the
same will be posted in the Bank’s website and no separate
communication will be sent to
indiv idual bidders. However, Bank makes no representation or
warranty as to the
completeness or accuracy of any response made to the queries in
good faith.
2.5. BIDDER’S RESPONSIBILITY VIS-À-VIS THIRD PARTY PRODUCTS /
EQUIPMENTS / SOFTWARE:
I f the proposal includes equipment or software marketed and /
or supported by other
companies / indiv iduals, the bidder, as the prime contractor
for the delivery, installation and
maintenance of the entire system, must declare that they possess
the requisite permission /
license for the equipment / software. The successful bidder has
to prov ide handholding
support to the new incoming bidder in case of termination of the
contract or completion of
the contract for smooth handover of the operation. I f
successful bidder fails to provide
handholding support, Bank shall invoke the Bank Guarantee for
performance
2.6. LIABILITIES OF THE BANK: This RFP is not an offer of the
Bank, but an inv itation for Bidder’s responses. No contractual
obligations on behalf of the Bank, whatsoever, shall arise from
the tender process unless and
-
Page 25 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
until a formal contract is signed and executed by duly
authorized officers of the Bank and
the Bidder. However, until a formal contract is prepared and
executed, this offer together,
notification of award of contract and Bidder’s written
acceptance thereof shall constitute
a binding contract with the vendor.
2.7. OWNERSHIP:
The RFP and all supporting documentation / templates are the
sole property of the Bank
and v iolation of this will be breach of trust and the Bank
would be free to initiate any action
deemed appropriate. The proposal and all supporting
documentation submitted by the
bidders shall become property of the Bank.
2.8. FURNISHING OF INFORMATION
The Bidder is expected to examine all instructions, forms, terms
and specifications in these
documents. Failure to furnish all information required by the
documents or to submit a bid
not substantially responsive to the documents in every respect
will be at the Bidder's risk and
may result in the rejection of its bid.
2.9. FORMAT AND SIGNING OF BIDS
The original Technical and Commercial bids shall be typed and
shall be signed by the Bidder
or a person or persons duly authorized to bind the Bidder to the
contract. The person or
persons signing the bid shall initial all pages of the
offer.
2.10. AUTHENTICATION OF ERASURES / OVERWRITING ETC.
Any inter-lineation, erasures, or overwriting shall be valid
only if the person or persons signing
the bid initial them.
2.11. AMENDMENTS TO RFP TERMS AND CONDITIONS:
Banks reserves its right to issue any amendments to the terms
and conditions, technical
specification of the RFP at any time prior to the deadline for
opening of the technical bids.
Such amendments to RFP shall be webcasted through Bank’s
official website.
2.12. CONFIDENTIALITY & NON-DISCLOSURE AGREEMENT:
Successful bidder and its employees will strictly under not to
communicate or allow to be
communicated to any person or divulge in any way, any
information relating to the ideas,
the concepts, know-how, techniques, data, facts, figures and
information whatsoever
concerning or relating to the Bank and its affairs to which the
said employees have access
in the course of the performance of the contract. A
non-disclosure agreement as per
format prov ided in Annexure X should be executed by the
Successful bidder.
Successful bidder has to submit a letter duly signed by his
employees wherein the
bidder will identify his employee as a person deputed to the
Bank for discharging
-
Page 26 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
duties in terms of the agreement with the bank and the employee
undertaking to
abide by all the rules and regulat ions of the bank while
discharging his dut ies in the
Bank.
Successful bidder has to obtain Non-Disclosure Cum
Confidentiality undertaking
letter from each of the employee for deputation to the Bank. In
the said undertaking, the employee should also hold himself joint
ly liable along with his employer for any
loss or damage caused to the bank because of any breach of terms
of undertaking
letter or any other terms specified by the bank in writ ing.
Background verification of the onsite employees of the SB shall be
done by the Bank as per the extant guidelines
of the Bank.
2.13 CLARIFICATION
During evaluation of the bids (both technical and commercial),
the Bank may, at its
discretion, ask the Bidder for any clarification on its bid. The
request for clarification and the
response shall be in writing / email, and no change in the
prices shall be sought, offered, or
permitted after submission of the bid.
2.14. ERRORS AND THEIR RECTIFICATION
Arithmetical errors will be rectified on the following
basis:
I f there is a discrepancy between the unit price and the total
price that is obtained by
multiplying the unit price and quantity, the unit price shall
prevail, and the total price shall
be corrected based on the corrected figure and the corrected
figure will be reckoned for
determination of L1 bidder. I f the bidder does not accept the
correction of the errors, its bid
will be rejected.
2.15. BANK’S RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS
Notwithstanding anything contained in any of the clauses, Bank
hereby reserves its right to
accept or reject any or all the bids and to annul the bidding
process at any time prior to
contract award, without thereby incurring any liability to the
affected Bidder or bidders or
any obligation to inform the affected Bidder or bidders of the
grounds for the Bank's action.
2.16. CONTACTING THE BANK
Any effort by a Bidder to influence the Bank in its decisions on
bid evaluation, bid
comparison or contract award will result in the rejection of the
Bidder's bid.
2.17. ACCEPTANCE OF CONTRACT
Within 7 days (exclusive of holidays) of receipt of the Purchase
Order, the company shall
sign, affix official stamp and date the duplicate copy / photo
copy of the Purchase Order
-
Page 27 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
and Request for Proposal document along with its amendments and
return it to the Bank as
a token of having accepted the terms and conditions of the
Contract.
2.18. FORMATION OF CONTRACT & EXECUTION OF SLA.
Acceptance of the Purchase Order / letter of intent as defined
in clause 2.17 of this RFP
constitute a valid contract. Successful bidder shall enter into
a formal SLA with the Bank
detailing terms and conditions set out in this RFP and in
Purchase order / Letter of Intent.
However, until an SLA is signed by both the parties, contract so
constituted as detailed in
this clause shall be construed as Service Level Agreement and
shall be applicable.
2.19. ASSIGNMENT & SUBCONTRACTING
The Successful Bidder/s shall not assign or subcontract, in
whole or in part, its obligations to
perform under this Contract, except with the Bank's prior
written consent.
2.20. USE OF CONTRACT DOCUMENTS AND INFORMATION
The Successful Bidder shall not, without the Bank's prior
written consent, disclose any
specification, plan, drawing, pattern, sample, or information
furnished by or on behalf of the
Bank in connection therewith, to any person other than a person
employed by the Supplier
in the performance of the Contract. Disclosure to any such
employed person shall be made
in confidence and shall extend only so far, as may be necessary
for purposes of such
performance.
2.21. TERMINATION FOR DEFAULT
The Bank, without prejudice to any other remedy for breach of
Contract, shall give written
notice of default to the Bidder with a cure period of 30 days.
After 30 days if Bank is not
satisfied with the response, may terminate the Contract in whole
or in part:
a) if the Bidder fails to deliver any or all of the solution
within the period(s) specified in the
Purchase Order, or within any extension thereof granted by the
Bank or
b) if the Bidder fails to perform any other obligations(s) under
the Contract.
In the event of the Bank terminating the Contract in whole or in
part, pursuant to clause 1.5
& 1.6, the Bank may procure, upon such terms and in such
manner, as it deems appropriate,
solution and related serv ices, similar to those undelivered,
and the Bidder shall be liable to
the Bank for any excess costs for such similar serv ices subject
to a maximum of the order
value. However, the Bidder shall continue performance of the
Contract to the extent not
terminated.
2.22. TERMINATION FOR INSOLVENCY& TERMINATION FOR
CONVENIENCE
-
Page 28 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
The Bank may at any time terminate the Contract by giv ing
written notice with a cure period
of 30 days to the Bidder, if the Bidder becomes bankrupt or
otherwise insolvent. I f the bank
is not satisfied with the bidder’s reply, bank may terminate the
contract. Termination in this
case will be without compensation to the Bidder, prov ided that
such termination will not
prejudice or affect any right of action or remedy, which has
accrued or will accrue
thereafter to the Bank.
The Bank, by written notice of not less than 90 (ninety) days,
may terminate the Contract, in
whole or in part, for its convenience. In the event of
termination of the Agreement for the
Bank’s convenience, Service Provider shall be entitled to
receive payment for the Services
rendered (delivered) up to the effective date of termination. I
t is also clarified that the
Vendor shall not be entitled to terminate the contract.
2.23. FORCE MAJEURE
Notwithstanding the provisions of clauses 2.21 to 2.22 the
Bidder shall not be liable for
penalty or termination for default if and to the extent that its
delay in performance or other
failure to perform its obligations under the Contract is the
result of an event of Force
Majeure. For purposes of this clause, "Force Majeure" means an
event beyond the control
of the Bidder and not involving the Bidder's fault or negligence
and not foreseeable. Such
events may include, but are not restricted to, wars or
revolutions, fires, floods and epidemics.
I f a Force Majeure situation arises, the Bidder shall promptly
notify the Bank in writing of such condition and the cause thereof.
Unless otherwise directed by the Bank in writing, the Bidder
shall continue to perform its obligations under the Contract as
far as is reasonably practical,
and shall seek all reasonable alternative means of performance
not prevented by the Force
Majeure event.
Similarly, Bank shall also be not liable for any delay or
failure in prov iding required
infrastructure or support to the successful bidder to perform
its obligations under the
contract where such delay or failure is the result of an event
of Force Majeure. For purposes
of this clause, "Force Majeure" means an event beyond the
control of the Bank and not
involving the Bank's fault or negligence and not foreseeable.
Such events may include, but
are not restricted to, wars or revolutions, fires, floods and
epidemics.
2.24. COPY RIGHT/LICENCE VIOLATION
The bidder shall explicitly absolve the Bank of any
responsibility/liability for use of
system/software delivered along with the equipment; (i.e. the
bidder shall absolve the bank
in all cases of possible litigation/claims arising out of any
copy right/license violation.) for
software (s) sourced either from third parties or from
themselves.
2.26. LIMITATION OF LIABILITY:
The liability of bidder under the scope of this RFP is limited
to the value of the relevant order.
2.27. COMPLIANCE TO LABOUR ACT:
-
Page 29 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
As per Government (Central / State) Minimum Wages Act in force,
it is imperative that all
the employees engaged by the bidder are being paid wages /
salaries as stipulated by
government in the Act.
2.28. E-TENDERING:
1. Bank has decided to determine L1 through bids submitted on
bank’s E-Tendering
website https://iobtenders.auctiontiger.net. Bidders shall bear
the cost of registration
on the Bank’s e-tendering portal. Rules for web portal access
are as follows:
2. Bidder should be in possession of CLASS I I or CLASS I II
-Digital Certificate in the name
of company/bidder with capability of signing and encryption for
participating in the
e-tender. Bidders are advised to verify their digital
certificates with the service
provider at least two days before due date of submission and
confirm back to bank.
3. Bidders at their own responsibility are advised to conduct a
mock drill by coordinating
with the e-tender service provider before the submission of the
technical bids.
4. E-Tendering will be conducted on a specific web portal as
detailed in 1.1 (schedule
of bidding process) of this RFP meant for this purpose with the
help of the Service
Prov ider identified by the Bank as detailed in 1.1 (schedule of
bidding process) of this
RFP.
5. Bidders will be participating in E-Tendering event from their
own office / place of their
choice. Internet connectivity /browser settings and other
paraphernalia
requirements shall have to be ensured by Bidder themselves.
6. In the event of failure of their internet connectivity (due
to any reason whatsoever it
may be) the serv ice provider or bank is not responsible.
7. In order to ward-off such contingent situation, Bidders are
advised to make all the
necessary arrangements / alternatives such as back –up power
supply, connectivity
whatever required so that they are able to circumvent such
situation and still be able
to participate in the E-Tendering Auction successfully.
8. However, the vendors are requested to not to wait till the
last moment to quote their
bids to avoid any such complex situations.
9. Failure of power at the premises of bidders during the
E-Tendering cannot be the
cause for not participating in the E-Tendering.
10. On account of this the time for the E-Tendering cannot be
extended and BANK is not
responsible for such eventualities.
11. Bank and / or Serv ice Provider will not have any liability
to Bidders for any interruption
or delay in access to site of E-Tendering irrespective of the
cause.
-
Page 30 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
12. Bank’s e-tendering website will not allow any bids to be
submitted after the deadline
for submission of bids. In the event of the specified date and
time for the submission
of bids, being declared a holiday for the Bank, e-tendering
website will receive the
bids up to the appointed time on the next working day. Extension
/ advancement of
submission date and time will be at the sole discretion of the
Bank.
13. During the submission of bid, if any bidder faces technical
issues and was unable to
submit the bid, in such case the Bank reserves its right to
grant extension for bid
submission by verifying the merits of the case and after
checking necessary details
from Serv ice provider.
14. Utmost care has been taken to reduce discrepancy between the
information
contained in e-tendering portal and this tender document.
However, in event of any
such discrepancy, the terms and conditions contained in this
tender document shall
take precedence.
15. Bidders are suggested to attach all eligibility criteria
documents with the Annexes in
the technical bid.
2.29. PACKING:
The Successful Bidder shall prov ide such packing of the
hardware as is required to prevent
their damage or deterioration during the transit to their final
destination. The packing shall be sufficient to withstand, without
limitation, rough handling during transit and exposure to
extreme temperatures, salt and precipitation during transit, and
open storage. Packing
case size and weights shall take into consideration, where
appropriate, the remoteness of
the Goods' final destination and the absence of heavy handling
facilities at all points in
transit.
2.30. INSURANCE:
The Goods supplied under the contract shall be fully insured any
loss or damage incidental
due to transportation, storage and erection. The transit
insurance shall be for an amount
equal to 110% of the invoice value of the Goods from “Warehouse
to Destination” on All Risk
basis including “War Risks & Strikes”. The supplier should
also insure the goods for the invoice
value under Storage Cum Erection Policy till three months from
the date of delivery. Any
damage happens to the system due to non-availability of Storage
Cum Erection Policy, the
supplier has to bear the losses. Bidder has to submit a copy of
the insurance policy so that
the Bank may get a new insurance cover after stipulated
period.
2.31. OTHER TERMS AND CONDITIONS a. The Bank shall have the
right to withhold any payment due to the successful bidder
in case of delays or defaults on the part of the successful
bidder. Such withholding
of payment shall not amount to a default on the part of the
Bank.
b. Successful bidder shall hold the Bank, its successors,
Assignees and administrators fully
indemnified and harmless against loss or liability, claims
actions or proceedings, if
-
Page 31 of 124
RFP Ref No. RFP/ITD/009/20-21 dated 21.12.2020
SUPPLY, IMPLEMENTATION AND MAINTENANCE OF CUSTOMER ON-BOARDING
SOLUTION
WITH VIDEO-KYC & CKYC
any, that may arise from whatsoever nature caused to the Bank
through the action
of its technical resources, employees, agents, contractors,
subcontractors etc.
However, the SB would be given an opportunity to be heard by the
Bank prior to
making of a decision in respect of such loss or damage.
c. Successful bidder shall be responsible for managing the activ
ities of its personnel and
will be accountable for both. SB shall be v icariously liable
for any acts, deeds or things
done by their technical resources, employees, agents,
contractors, subcontractors
etc. that is outside the scope of power vested or instructions
issued by the Bank.
d. Successful bidder shall be the principal employer of the
technical resources,
employees, agents, contractors, subcontractors etc. engaged by
SB and shall be
v icariously liable for all the acts, deeds or things, whether
the same is within the scope
of power or outside the scope of power, vested under the
contract to be issued for
this tender.
e. The indemnification is only a remedy for the Bank. The
successful bidder is not
absolved from its responsibility of complying with the statutory
obligations as specified
above. Indemnity would be limited to court awarded damages and
shall exclude
indirect, consequential and incidental damages. However,
indemnity would cover
damages, loss