Request for Proposal For Supply, Implementation and Maintenance

advertisement
RFP for supply, implementation and maintenance of LOS
Tender Number: OBC/HO/DIT/RFP_LOS/15/2014
Date: 01/12/2014
Request for Proposal
For Supply, Implementation and Maintenance of
Loan Origination System
Oriental Bank of Commerce
Department of Information Technology,
Plot No.5, Institutional Area, Sector-32, Gurgaon, Haryana – 122 001
Tel. no.: 0124-4126214, 4126216
E-Mail: dit@obc.co.in Website: www.obcindia.co.in
Date: 01 December 2014
Page 1 of 115
RFP for supply, implementation and maintenance of LOS
General Details
Tender No. OBC/HO/DIT/RFP_LOS/15/2014
Department Name
Department of Information Technology
Scope of Work
Supply, implementation and maintenance of Loan
Origination System
Tender Details
Request for Proposal for supply, implementation and
maintenance of Loan Origination System
Mode of Tender
Online and Offline
Tender Type
Open
Type of Contract
Supply & Service
Bidding Type
Indigenous
Consortium
Not Allowed
Download Tender Documents
Allowed Online
Purchaser Location
Pan India
Key Dates
Document Download Start Date & Time
01-Dec-2014 from 10:00 am onwards
Document Download End Date & Time
31-Dec-2014 till 4:00 pm
Last Date & Time for receipt of pre-bid
07-Dec-2014 at 5:00 pm
queries via e-mail
Pre-Bid Meeting (Location)
Department of Information Technology
Corporate Office
Oriental Bank of Commerce
Plot No. 5, Sector 32, Gurgaon – 122001
Pre-Bid Meeting (Time)
09-Dec-2014 at 3:00 pm
Last Date & Time for Online Bid
31-Dec-2014 till 5:00 pm
Submission
Last Date & Time for Physical Bid
31-Dec-2014 till 5:00 pm
Submission
Date & Time of Eligibility and Technical
01-Jan-2015 at 11:00 am
Bid Opening
Bid Validity Period (in days)
As per tender document
Price validity and empanelment duration
As per tender document
Documents to be submitted physically
Eligibility Criteria (and supporting documents)
Technical Bid (and supporting documents)
Commercial Bid
Participation Fee DD (if applicable)
EMD
Tender Activity Configuration
Mode of appointment/ Purchase Order
Offline
Mode of Document fees payment
Offline
Page 2 of 115
RFP for supply, implementation and maintenance of LOS
Mode of EMD Payment
Payment Details
Participation Fees (Rs.)
Offline
General Terms and Conditions
1
Rs. 25,000/ - (Rupees Twenty five thousand only) by
Demand Draft/ Banker’s Cheque only
EMD Amount (Rs.)
Rs. 50,00,000/ - (Rupees Fifty lakhs only)
Performance Bank Guarantee (for successful bidder)
Eligibility Criteria
As per RFP document
2
Other Details
3
4
The bidders must fulfil the eligibility criteria to be able
to bid.
The terms and conditions for the bidders who
participate in this RFP are specified in the Section
named “Terms and Conditions”. Responding to this
RFP and submission of the bid by the Bidder will be
deemed as consent from the Bidder to all the terms and
conditions mentioned in this RFP document and the
contents of the RFP along with the Annexure(s)/
Appendices, clarifications issued, if any, will be
contractually binding on the bidders. All these terms
and conditions and the contents of the RFP along with
the Annexure(s)/ Appendices, clarifications issued will
form the part of the purchase orders/ any resulting
contracts, to be issued to the successful bidder/s from
time to time as an outcome of this RFP Process.
The EMD and Bank Draft on account of participation
fees along with a physical copy of the tender offer along
with all supporting documents as stated in Annexure 4:
Submission Check List must be received at the
following address before the date and time of
submission of bid.
The Deputy General Manager
Department of Information Technology
Corporate Office,
Oriental Bank of Commerce
Plot No. 5, Sector 32, Gurgaon – 122 001
Phone: 0124 – 4126214/ 4126216
Other Details : E-mail: dit@obc.co.in
The bidders may mail their queries and suggestions for
any changes required to be made in the bid document
through e-mail on dit@obc.co.in on or before the date
specified above. The changes made based on the
suggestions and clarifications of queries shall be
uploaded on the Bank’s corporate website
https://www.obcindia.co.in
and
Page 3 of 115
RFP for supply, implementation and maintenance of LOS
5
6
https://obc.abcprocure.com and shall be deemed to be
part of the RFP document.
The subject of the e-mail containing the bid queries
should be given as “Bid queries for RFP Ref. No.
OBC/HO/DIT/RFP_LOS/15/2014”.
No suggestions or queries shall be entertained after the
last date for receipt of queries via e-mail as stated
above.
Information for Online Participation
Bidders who wish to participate in the tender shall have to register with the website
(https://obc.abcprocure.com) through the "New user Registration" link provided on the home page.
Bidder will create login id & password on their own in registration process.
Facilities to be provided to registered bidders by the service provider M/ S e-Procurement
Technologies Ltd (abcProcure):
The following facilities shall be provided to the bidders registered for participating in the e-tendering
process.
1 Digital Signature Certificate issued by approved certifying authority if required by the bidder.
2 Hardware token to store the Digital Signature.
3 Training to the bidder on participating in the Commercial Bid and reverse auction.
4 Unique Login ID and password for the reverse auction to the bidder’s authorized representative
5 24x7, 365 days support through call centre/ e-mail/ phone/ fax/ chat/ mobile.
6 Registration with the e-tendering website.
7 Bidders shall be permitted to participate in any other e-tender on the service provider's website for any
other organization to whom the services are being provided.
8 User Manual/ Training Kit to bidders.
9 Any no. of users within the bidder’s organization can take training on the e-tendering system.
10 Bidders who wish to participate in e-Tender need to fill data in pre-define forms of RFP, Technical, Price
bid available in respective tender only.
11 Bidder should upload scanned copies of reference documents in support of their eligibility of the bid and
as per the instructions given in tender document.
12 After filling data in pre-defined forms, bidders need to click on final submission link to submit their
encrypted bid.
Page 4 of 115
RFP for supply, implementation and maintenance of LOS
Bidders who wish to participate in this tender need to procure Digital Signature Certificate per
Information Technology Act 2000, using which they can digitally sign their electronic bids. Bidders
can procure the same from any of the CCA approved certifying agencies, or may contact eProcurement Technologies Ltd. at the below mentioned address and they will assist them in procuring
the same. Bidders who already have a valid Digital Signature Certificate need not procure the same.
For any clarification regarding online participation, bidders can contact:
e-Procurement Technologies Ltd (Corporate Office)
B-705 Wall Street-2, Opposite Orient Club,
Near Gujarat College, Ellis Bridge, Ahmedabad Tel : +91-079-40016802-882
Fax : +91-079-40016816/ 876
Mob : +91-9374519754, +91-9377988119
Email : support@abcprocure.com
Website : http://www.abcprocure.com
As part of online bid submission the documents to be uploaded are as follows:
1 Response against Eligibility Criteria
 Annexure 5: Confirmation of Eligibility
2 Response as part of Technical Solution
 Annexure 1: Functional & Technical Specifications
 Annexure 2: Technical Bill of Material
 Annexure 3B: Technical Bid Format
 Annexure 3D: Proposed Agency Profile
 Annexure 4: Submission Checklist
 Annexure 8: Bid Undertaking Letter
 Annexure 12: Hardware Specifications
3 Response as part of Commercial Solution
 Annexure 6: Commercial Bill of Materials
The bidders are requested to note that it is mandatory to have a valid digital certificate issued by any
of the valid certifying authorities approved by Govt. of India to participate in the online event. The
bidders are requested to ensure that they have the digital certificate well in advance or if any assistance
is required for the purpose, they can contact our service provider (M/ s e-Procurement Technologies
Ltd.) at the below mentioned details:
e-Procurement Technologies Limited
Address : A - 201/ 208, Wall Street - II
Opp. Orient Club, Nr. Gujarat College
Ellis Bridge - Ahmedabad - 380 006
Gujarat (India)
Phone No: + 91 79 4001 68 00/ 02/ 35/ 37/ 65
Fax No: + 91 79 4001 6876
Email : support@abcprocure.com
Website : http://www.abcprocure.com
Page 5 of 115
RFP for supply, implementation and maintenance of LOS
TABLE OF CONTENTS
1
INVITATION FOR TENDER OFFER .................................................................. 10
1.1
1.2
1.3
2
STRUCTURE OF THE RFP ................................................................................... 12
2.1
2.2
3
4
PURPOSE OF THIS DOCUMENT .................................................................................................................................... 10
DISCLAIMER................................................................................................................................................................ 11
DURATION OF CONTRACT .......................................................................................................................................... 11
MASTER RFP ............................................................................................................................................................. 12
ANNEXURE SEEKING RESPONSE FOR EVALUATION................................................................................................. 12
ELIGIBILITY CRITERIA ...................................................................................... 13
INTRODUCTION .................................................................................................... 16
4.1
ABOUT THE BANK ...................................................................................................................................................... 16
4.1.1 List of Loan Products Offered by OBC ................................................................................................................ 16
4.2
EXISTING IT SETUP..................................................................................................................................................... 17
5
SCOPE OF WORK .................................................................................................. 19
5.1
5.1.1
5.1.2
5.2
5.3
5.4
5.5
5.6
5.7
6
EVALUATION PROCESS ...................................................................................... 35
6.1
6.2
6.3
6.3.1
6.3.2
6.3.3
6.3.4
6.4
6.4.1
6.5
7
CURRENT & ENVISAGED LOS PROCESS.................................................................................................................... 19
As-Is Process ......................................................................................................................................................... 19
To-Be Process........................................................................................................................................................ 20
SUPPLY OF HARDWARE AND SOFTWARE LICENSES ................................................................................................... 23
SUPPLY OF HARDWARE............................................................................................................................................... 25
IMPLEMENTATION ...................................................................................................................................................... 28
TRAINING .................................................................................................................................................................... 32
DATA MIGRATION ...................................................................................................................................................... 33
APPLICATION MANAGEMENT, APPLICATION HELP-DESK & HAND-HOLDING SUPPORT ....................................... 33
OBJECTIVE OF THE EVALUATION PROCESS ............................................................................................................... 35
NORMALIZATION OF BIDS........................................................................................................................................... 35
TECHNICAL EVALUATION PROCESS .......................................................................................................................... 35
Preliminary Examination of Offers ...................................................................................................................... 36
Technical Bid Evaluation Criteria ....................................................................................................................... 36
Functional & Technical Evaluation Criteria for LOS......................................................................................... 39
Disqualification Parameters in Technical Bid Evaluation ................................................................................. 39
COMMERCIAL EVALUATION PROCESS....................................................................................................................... 40
Commercial Bid Evaluation Considerations ....................................................................................................... 40
KEY GUIDELINES ........................................................................................................................................................ 41
SERVICE LEVEL AVAILABILITY AND MONITORING ............................... 42
7.1
7.2
7.3
7.4
7.5
SERVICE CRITERIA...................................................................................................................................................... 42
SERVICE LEVELS DURING IMPLEMENTATION PHASE ................................................................................................ 44
AT-RISK AMOUNT (ARA).......................................................................................................................................... 45
SERVICE LEVEL EVALUATION ................................................................................................................................... 45
CONTINUOUS IMPROVEMENT - SERVICE LEVELS ...................................................................................................... 45
Page 6 of 115
RFP for supply, implementation and maintenance of LOS
7.6
7.7
7.8
7.9
8
PROBLEM MANAGEMENT AND ESCALATION PROCEDURES ..................................................................................... 45
INCIDENT RESPONSE AND RESOLUTION .................................................................................................................... 47
PENALTIES FOR DELAYED IMPLEMENTATION ........................................................................................................... 47
OVERALL LIABILITY OF THE BIDDER......................................................................................................................... 48
TERMS AND CONDITIONS .................................................................................. 49
8.1
8.2
8.3
8.4
8.5
8.6
8.7
8.8
8.9
8.10
8.11
8.12
8.13
8.14
8.15
8.16
8.17
8.18
8.19
8.20
8.21
8.22
8.23
8.24
8.25
8.26
8.27
8.28
8.29
8.30
8.31
8.32
8.33
8.34
8.35
8.36
8.37
8.38
8.39
GENERAL TERMS AND CONDITIONS .......................................................................................................................... 49
APPLICATION .............................................................................................................................................................. 49
STANDARDS ................................................................................................................................................................ 49
GOVERNING LANGUAGE ............................................................................................................................................ 50
APPLICABLE LAW ....................................................................................................................................................... 50
NOTICE ........................................................................................................................................................................ 50
RIGHT TO ALTER QUANTITIES ................................................................................................................................... 50
CONTRACT AGREEMENTS .......................................................................................................................................... 50
USE OF CONTRACT DOCUMENTS AND EXECUTION................................................................................................... 50
INDEMNITY ................................................................................................................................................................. 51
CANCELLATION OF CONTRACT AND COMPENSATION .............................................................................................. 51
EARNEST MONEY DEPOSIT ........................................................................................................................................ 52
PERFORMANCE BANK GUARANTEE........................................................................................................................... 52
RESOLUTION OF DISPUTES ......................................................................................................................................... 53
DELAY’S IN BIDDER’S PERFORMANCE ...................................................................................................................... 54
LIQUIDATED DAMAGES .............................................................................................................................................. 54
FORCE MAJEURE ........................................................................................................................................................ 54
AUDITS ........................................................................................................................................................................ 55
PRICES ......................................................................................................................................................................... 55
EXCISE DUTY .............................................................................................................................................................. 56
PROFESSIONAL FEES/ CHARGES................................................................................................................................. 56
EXPENSES AND TAXES................................................................................................................................................ 56
NON-NEGOTIABILITY ON RFP .................................................................................................................................... 56
ASSIGNMENT .............................................................................................................................................................. 57
SUBCONTRACTING...................................................................................................................................................... 57
LIMITATION OF LIABILITY .......................................................................................................................................... 57
CONTRACT PERIOD ..................................................................................................................................................... 57
DELAYS IN DESIGN, IMPLEMENTATION AND PERFORMANCE GUARANTEE ............................................................. 58
PUBLICITY ................................................................................................................................................................... 59
PRIVACY AND SECURITY SAFEGUARDS ..................................................................................................................... 59
CONFIDENTIALITY ...................................................................................................................................................... 59
ADHERENCE TO TERMS AND CONDITIONS ................................................................................................................ 59
EXECUTION OF SLA/ NDA ........................................................................................................................................ 59
OTHER TERMS AND CONDITIONS............................................................................................................................... 60
SUBSTITUTE OF PROJECT TEAM MEMBERS ............................................................................................................... 60
PROFESSIONALISM ...................................................................................................................................................... 60
ADHERENCE TO LAWS AND STANDARDS .................................................................................................................. 60
AUTHORIZED SIGNATORY .......................................................................................................................................... 61
APPLICABLE LAWS AND JURISDICTIONS .................................................................................................................... 61
Page 7 of 115
RFP for supply, implementation and maintenance of LOS
8.40
CONFLICT OF INTEREST .............................................................................................................................................. 61
8.41
EXIT MANAGEMENT................................................................................................................................................... 61
8.42
TRANSFER OF AGREEMENTS ...................................................................................................................................... 61
8.43
PAYMENT TERMS ....................................................................................................................................................... 62
8.43.1
Loan application implementation .................................................................................................................... 62
8.43.2
Hardware deployment...................................................................................................................................... 62
8.43.3
Fees for deploying Application Helpdesk ....................................................................................................... 63
8.43.4
Training Costs .................................................................................................................................................. 63
8.43.5
Other Payment Terms ...................................................................................................................................... 63
9
INSTRUCTIONS TO BIDDERS ............................................................................ 65
9.1
THREE-STAGE BIDDING PROCESS ............................................................................................................................... 65
9.2
TECHNICAL BID .......................................................................................................................................................... 65
9.3
COMMERCIAL BID ...................................................................................................................................................... 66
9.4
SUBMISSION OF BIDS .................................................................................................................................................. 66
9.5
SEALING AND MARKING OF BID ................................................................................................................................ 66
9.6
LATE BIDS................................................................................................................................................................... 68
9.7
OPENING OF BIDS ....................................................................................................................................................... 68
9.8
CLARIFICATION OF BIDS............................................................................................................................................. 68
9.9
ADDRESS FOR COMMUNICATION ............................................................................................................................... 69
9.10
TECHNICAL PROPOSAL CONTENT .............................................................................................................................. 69
9.11
NON-TRANSFERABLE TENDER................................................................................................................................... 71
9.12
SOFT COPY OF TENDER DOCUMENT .......................................................................................................................... 72
9.13
BID VALIDITY PERIOD ................................................................................................................................................. 72
9.14
PRE BID MEETING ........................................................................................................................................................ 72
9.15
REJECTION OF BIDS .................................................................................................................................................... 72
9.16
BUSINESS RULES FOR REVERSE AUCTION .................................................................................................................. 72
9.16.1
Applicability...................................................................................................................................................... 72
9.16.2
Compliance/Confirmation from Bidder .......................................................................................................... 73
9.16.3
Training to bidders:.......................................................................................................................................... 73
9.16.4
Date/time of reverse auction ............................................................................................................................ 73
9.16.5
Conduct of Reverse Auction............................................................................................................................. 73
9.16.6
Proxy Bid .......................................................................................................................................................... 74
9.16.7
Transparency in Bids ....................................................................................................................................... 74
9.16.8
Masking of Names ............................................................................................................................................ 74
9.16.9
Start Price ......................................................................................................................................................... 74
9.16.10
Decremented Bid Value ................................................................................................................................... 74
9.16.11
Reverse Auction Process .................................................................................................................................. 74
9.16.12
Changes in Business Rules............................................................................................................................... 75
9.16.13
Don’ts applicable to the Bidders ..................................................................................................................... 75
9.16.14
Errors and omissions ....................................................................................................................................... 75
9.17
AWARD OF CONTRACT ............................................................................................................................................... 75
9.18
SIGNING OF CONTRACT .............................................................................................................................................. 75
9.19
LEGAL COMPLIANCE .................................................................................................................................................. 76
9.20
AMENDMENT TO CONTRACT...................................................................................................................................... 76
Page 8 of 115
RFP for supply, implementation and maintenance of LOS
10 LIST OF ABBREVIATIONS .................................................................................. 77
11 ANNEXURE .............................................................................................................. 79
11.1
ANNEXURE 1: FUNCTIONAL AND TECHNICAL SPECIFICATIONS ............................................................................... 79
11.2
ANNEXURE 2: TECHNICAL BILL OF MATERIAL ......................................................................................................... 80
11.2.1
Software Licenses ............................................................................................................................................. 80
11.2.2
Operating System & Database ........................................................................................................................ 80
11.2.3
Hardware .......................................................................................................................................................... 80
11.3
ANNEXURE 3A: BANK GUARANTEE PERFORMA FOR EARNEST MONEY DEPOSIT (EMD) ..................................... 82
11.4
ANNEXURE 3B: TECHNICAL BID FORMAT ................................................................................................................. 84
11.5
ANNEXURE 3C: COMMERCIAL COMPLIANCE CERTIFICATE ..................................................................................... 86
11.6
ANNEXURE 3D: PROPOSED AGENCY PROFILE .......................................................................................................... 88
11.7
ANNEXURE 3E: CONFIRMATION OF TERMS AND CONDITIONS ................................................................................. 89
11.8
ANNEXURE 3F: TENDER OFFER COVER LETTER....................................................................................................... 90
11.9
ANNEXURE 3G: PROPOSED TEAM PROFILE............................................................................................................... 92
11.10 ANNEXURE 3H: MANUFACTURER’S AUTHORIZATION FORM.................................................................................... 93
11.11 ANNEXURE 3I: PERFORMANCE BANK GUARANTEE FORMAT .................................................................................. 95
11.12 ANNEXURE 3J: COMPLIANCE STATEMENT ................................................................................................................ 98
11.13 ANNEXURE 4: SUBMISSION CHECK LIST ................................................................................................................. 100
11.14 ANNEXURE 5: CONFIRMATION OF ELIGIBILITY ....................................................................................................... 101
11.15 ANNEXURE 6: COMMERCIAL BILL OF MATERIALS ................................................................................................. 104
11.16 ANNEXURE 7: PRE BID QUERY FORMAT ................................................................................................................. 105
11.17 ANNEXURE 8: BID UNDERTAKING LETTER ............................................................................................................. 106
11.18 ANNEXURE 9: INTERFACE REQUIREMENTS ............................................................................................................. 108
11.19 ANNEXURE 10: RESOURCE DEPLOYMENT PLAN DURING IMPLEMENTATION PHASE ............................................ 110
11.20 ANNEXURE 11: APPLICATION MANAGEMENT AND HELPDESK SERVICES ............................................................. 111
11.21 ANNEXURE 12: HARDWARE SPECIFICATION ........................................................................................................... 113
11.22 ANNEXURE 13: LOS PRODUCT VENDOR UNDERTAKING ....................................................................................... 115
Page 9 of 115
RFP for supply, implementation and maintenance of LOS
1
Invitation for Tender Offer
Oriental Bank of Commerce (the “Bank”) invites sealed tenders for Technical bid (offline as well as online)
and Commercial bid (offline as well as online) from eligible bidders to supply, implement and maintain a Loan
Origination System (LOS) as per the requirements mentioned in this RFP.
In this RFP, the term “bidder” refers to the primary bidder together with other entities responsible for
delivering products/ services mentioned in the scope of work.
The complete set of tender documents may be purchased by a bidder on payment of a non-refundable
fee of INR 25,000/ - (Rupees Twenty five thousand only) by Demand Draft/ Banker’s cheque (from any SCB/
Nationalized Bank) in favor of “Oriental Bank of Commerce”, payable at Gurgaon.
The bidders are advised to note the following:
1
2
3
4
5
1.1
Bidders who download the tender documents from the website, will be required to submit the tender fee along
with their responses.
Representatives of bidders who attend the pre-bid meeting are required to carry an authorization document of
the company and an identity card for attending the meeting.
Bidders are required to submit Bank Guarantee towards Earnest money Deposit (EMD). It should be
submitted along with the completed confirmation of Eligibility Criteria in a separate envelope, as stated
in Section 8: Terms and Conditions of this RFP. For more details on EMD please refer to Section 8.12
(Earnest Money Deposit).
Tender offers will be opened in the presence of the bidder’s representatives who choose to attend the
opening of the responses at the specified date, time and place. The representatives are required to carry
an authorization document of the company and an identity card for attending the meeting.
Technical Specifications, Bill of Material documents, Terms and Conditions and various formats for
submitting the tender offer are described in the tender document and Annexure.
Purpose of this Document
The Bank wishes to implement a loan origination system (LOS). Accordingly, the Bank invites technical and
commercial proposals from eligible bidders, having proven past experience and competence in implementation
of LOS. Envisioned LOS application is expected to support the complete loan life cycle management for various
business products available with the bank including:
1
2
3
4
Retail Loans
Agriculture Loans
SME Loans
Corporate Loans
Page 10 of 115
RFP for supply, implementation and maintenance of LOS
1.2
Disclaimer
The information contained in this RFP document or any information provided subsequently to bidder(s) whether
verbally or in documentary form by or on behalf of the Bank is provided to the bidder(s) on the terms and
conditions set out in this RFP document and all other terms and conditions subject to which such information is
provided. This RFP is neither an agreement nor an offer and is only an invitation by Bank to the interested parties
for submission of bids. The purpose of this RFP is to provide the bidder(s) with information to assist the
formulation of their proposals. While effort has been made to include all information and requirements of the
Bank with respect to the solution requested, this RFP does not claim to include all the information each bidder
may require. Each bidder should conduct its own investigation and analysis and should check the accuracy,
reliability and completeness of the information in this RFP and wherever necessary obtain independent advice.
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 Bank may in its absolute discretion,
but without being under any obligation to do so, update, amend or supplement the information in this RFP.
1.3
Duration of Contract
The contract period for providing LOS will commence from the date of issuance of the PO, and will be valid for
7 years after the completion of implementation phase (including stabilization and hand-holding phase). Hence,
the duration of engagement is planned to be of 97 months (12 months (implementation) + 1 month (stabilization/
handholding) + 84 months (support).
Page 11 of 115
RFP for supply, implementation and maintenance of LOS
2
Structure of the RFP
2.1
Master RFP
This RFP document consists of the following information:
1 Overview of services to be provided by selected bidder including the scope of work;
2 Technical and commercial evaluation methodology which shall be followed to select the
3
2.2
successful bidder; and
Terms and conditions for this RFP, subject to the Bank entering into a separate contract after selecting
the bidder, which shall detail the terms and conditions thereof.
Annexure Seeking Response for Evaluation
A detailed set of annexure is provided to the bidder for formulation of responses. These annexure would
assist the bank in effectively normalizing the bidder’s response for various areas including bidder’s
qualification criteria, functional requirements, technical requirements, proposed team strength,
commercial proposals etc. The list of such annexure is provided in the table below.
Annexure Number
Annexure 1
Annexure 2
Annexure 3A
Annexure 3B
Annexure 3C
Annexure 3D
Annexure 3E
Annexure 3F
Annexure 3G
Annexure 3H
Annexure 3I
Annexure 3J
Annexure 4
Annexure 5
Annexure 6
Annexure 7
Annexure 8
Annexure 9
Annexure 10
Annexure 11
Annexure 12
Annexure 13
Name of the Annexure
Functional & Technical Specifications
Technical Bill of Material
Bank Guarantee Performa for Earnest Money Deposit (EMD)
Technical Bid Format
Commercial Compliance Certificate
Proposed Agency Profile
Confirmation of Terms and Conditions
Tender Offer Cover Letter
Proposed Team Profile
Manufacturer’s Authorization Form
Performance Bank Guarantee Format
Compliance Statement
Submission Checklist
Confirmation of Eligibility
Commercial Bill of Materials
Pre Bid query format
Bid Undertaking Letter
Interface Requirements
Resource Deployment Plan during Implementation Phase
Support services
Hardware Specifications
LOS Product Vendor Undertaking
Page 12 of 115
RFP for supply, implementation and maintenance of LOS
3
Eligibility Criteria
Only those bidders along with product/ OEM vendors who fulfil the following criteria are eligible to respond to
the RFP. Offers received from the bidders who do not fulfil any of the following eligibility criteria are liable to be
rejected.
#
Eligibility Criteria Requirements
For Bidder
1
The bidder should be a Government Organization/
PSU/ or a Limited Company/ Private Limited
Company under companies act India
2
The bidder should have been in existence in India for a
minimum period of 5 years
3
The bidder should have a turnover of Rs. 100 crores
over last three financial years from the IT services
segment/ system integration of the company
Supporting documents required
4
The bidder should be profitable in 2 out of last 3
financial years.
CA Certificate for the financial
years 2011-12, 2012-13, 2013-14
5
The bidder should have a positive net worth as per the
computation logic provided below in the last 3
financial years
CA Certificate for the financial
years 2011-12, 2012-13, 2013-14
6
7
8
Net worth is to be calculated as follows:
Capital Funds (Paid up equity capital + Paid up
preference shares + Free reserves) – (Accumulated
balance of loss + Balance of deferred revenue
expenditure + Other intangible assets).
The bidder should not have been black-listed by OBC,
any Public Sector Bank, RBI/ NHB or IBA. Bidder
must certify to that effect.
The bidder should be an OEM or authorized partner of
OEM for supply of licenses and solution
implementation and maintenance support under
warranty/ AMC, for the products required to
implement the LOS. The OEM should provide an
authorization letter undertaking to abide by the
purchase terms agreed by the bidder.
The bidder should be the Intellectual Property Rights
(IPR) owner of the software solution offered, or an
authorized representative of the IPR owner, in India
and an undertaking to this effect to be given with the
bid.
Certificate of Incorporation
Certificate of Incorporation
Audited Financial statements for
the financial years 2011-12, 201213, 2013-14
Self- Declaration
Authorization letter by OEM
Authorization letter by OEM
Page 13 of 115
RFP for supply, implementation and maintenance of LOS
#
Eligibility Criteria Requirements
For Bidder
9
The Bidder should have technical support center
operational in India.
10
The bidder should have at least one of the following
accreditations/ certifications
 ISO
 SEI CMMI.
11
The bidder should have successfully completed
integration of LOS to the CBS in at least one scheduled
commercial bank in India, having at least 500
branches.
12
The bidder should have implemented 2 out of
following 3 modules (Retail Loans, Corporate & SME
Loans and Agriculture Loans) in a LOS solution in at
least one scheduled commercial bank in India with at
least 500 branches in last 5 years.
For LOS OEM Vendor
1
The OEM Vendor should be a Government
Organization/ PSU/ or a Limited Company/ Private
Limited Company under companies act India
Supporting documents required
An undertaking to this effect
(specifying the location of such
center(s)) must be submitted on
bidder's letterhead.
Copy of the relevant certifications
Implementation Certificate from
the client
Implementation Certificate from
the client
Certificate of Incorporation
2
The OEM Vendor should have been in existence in
India for a minimum period of 5 years
Certificate of Incorporation
3
The OEM Vendor should be profitable in 2 out of last
3 financial years.
CA Certificate for the financial
years 2011-12, 2012-13, 2013-14
4
The OEM Vendor should have a positive net worth as
per the computation logic provided below in the last 3
financial years
CA Certificate for the financial
years 2011-12, 2012-13, 2013-14
5
6
Net worth is to be calculated as follows:
Capital Funds (Paid up equity capital + Paid up
preference shares + Free reserves) – (Accumulated
balance of loss + Balance of deferred revenue
expenditure + Other intangible assets).
The OEM Vendor should not have been black-listed by
OBC, any Public Sector Bank, RBI/ NHB or IBA.
Bidder must certify to that effect.
The proposed LOS solution (or any of it its
previous versions) should have implemented in 2
out of following 3 modules (Retail Loans,
Corporate & SME Loans and Agriculture Loans) in
Self- Declaration
Implementation Certificate from
the client
Page 14 of 115
RFP for supply, implementation and maintenance of LOS
#
Eligibility Criteria Requirements
For Bidder
at least one scheduled commercial bank in India
with at least 500 branches in last 5 years.
Supporting documents required
Note:







Bidders need to ensure compliance to all the eligibility criteria points.
For the eligibility criteria OEM vendor implies the OEM for LOS application as per the scope of this RFP.
Purchase orders without relevant organization’s confirmation through a credential letter will not be
considered as implementation certificate from the client.
Proposed application implementation experience need not be on the current product version proposed.
Implementation experience at Regional Rural Banks and Cooperative Banks would not be considered for
eligibility or evaluation purpose in the current RFP.
Public sector/ scheduled commercial banks refer to Public sector/ scheduled commercial Banks in India only.
The branches being considered in the criteria should be per Bank and not cumulative across Banks.
Page 15 of 115
RFP for supply, implementation and maintenance of LOS
4
Introduction
4.1
About the Bank
Oriental Bank of Commerce is one of the leading Public Sector Banks in India having its Corporate Office at Plot
No. 5, Sector 32, Institutional Area, Gurgaon – 122001 (Haryana), India (hereafter referred to as “Bank” or “the
Bank”) has national presence through over 2100 branches and over 2400 ATMs spread across the country.
The Bank has about 2.39 crore customers served through 100% Core Banking branches spread across the country.
The bank desires to procure a Loan Origination System. The successful bidder shall be responsible for supply,
overall implementation and maintenance of the LOS across the Bank.
Expected concurrent sessions for the LOS are as follows:
Year
No. Of Concurrent Session
2014-15
2000
2015-16
2500
2016-17
3000
2017-18
3500
2018-19
4000
Expected number of user base for LOS shall be 5000 in different categories of users which may grow to 10000
users in next 10 years
4.1.1
List of Loan Products Offered by OBC
Following is an indicative the list of loan schemes currently offered by the bank to its customers, bank may add/
delete/ modify some of the below schemes in future at its sole discretion
S. No.
1
Loan Scheme
Retail Schemes
Housing Loan
Education Loan
Vehicle Loan
Personal Loan
Loan Against Property
Loan to Traders
Financing auto and taxi
Loan to doctors
Loan to other professionals
Finance against Govt. securities
Loan against gold ornaments
Earnest money
Loan against deposit
Oriental loan to women
Oriental reverse mortgage scheme
Page 16 of 115
RFP for supply, implementation and maintenance of LOS
S. No.
2
Loan Scheme
SME loans
3
Loan to Women
Loan to SME. MSME/ Corporate/ Mid Corporate/
Large Corporate/ NBFC/ Project financing
Debt restructuring for small and medium enterprise
(SME)
Scheme for loan against future rental
Oriental Mahila vikas yojna
Scheme for professional and self-employed women
Scheme for beauty parlor/ boutiques/ saloons/
Tailoring
Scheme for financing working women
4.2
4
Agriculture Loan Scheme
5
Other Loan Schemes
6
Advance for minority as per Sachar
committee
Model Scheme for financing coconut farming
Kisan credit card - Oriented Green Card (OGC)
Overdraft facility to farmers
Advance against warehouse receipt to farmers
Purchase of land for agriculture purpose
Agriculture clinic and agriculture business centers
Financing two/ three wheelers to farmers
Scheme for purchase of tractors
Scheme for financing working capital, requirement of
cold storage
Schemes for financing timber merchant and saw mills
Agriculture loan against security of gold jewelry
Laghu Udhami Credit card - Oriental business card
scheme
Swarojgar credit card scheme
Credit guarantee fund trust for micro and small
enterprise (CGTMSE)
Existing IT Setup
As on the date of release of RFP, all branches of OBC are computerized and connected to a core banking system.
Following is an indicative list of applications that are currently available at all the branches of the bank:
1
2
3
Finacle – Core Banking Solution
CRisMAC – Data entry and reporting tool
IMACS – Bank’s risk rating system HRMS – Human Resource Management System
Indicative list of applications that OBC may procure in near future (not comprehensive)
Page 17 of 115
RFP for supply, implementation and maintenance of LOS
1
2
3
4
5
6
Document Management System
Enterprise GL
Integrated Risk Management Solution
Asset Liability Management System
Data Warehouse
Business Process Management Tool
The bank is currently using the following bandwidth for network connectivity
Connection Type
VSAT
Leased Line
ISDN (as backup)
Bandwidth
32 and 64 kbps
64, 128, 256, 512 and 2 Mbps
128 kbps
Page 18 of 115
RFP for supply, implementation and maintenance of LOS
5
Scope of Work
OBC invites bids from eligible bidders to supply and implement Loan Origination System at OBC. The LOS is
required for following loan related procedures in the Bank:
1
2
3
4
5
6
7
8
Lead Generation
Default Checks
Credit Appraisals
Loan Processing
Sanctions
Loan Management
Loan Collection & Recovery
MIS
The bidder should have qualified professionals to implement the system successfully. The bidder should be
capable of providing a total integrated solution for implementing LOS, including but not limited to supply and
installation of hardware, database, OS, third party utilities, testing and providing interfaces required for the LOS.
The solution should be deployable in separate development, test and production environments.
All the components of proposed solution (software, hardware etc.) in the DC site should be replicable at the DR
site (except for test and development environment). The proposed solution should have full capability to support
database-database and storage-storage replication between DC and DR with a recovery point objective (RPO)
and a recovery time objective (RTO) of the bank. The replication between DC and DR should be possible in both
directions.
5.1
Current & Envisaged LOS Process
5.1.1
As-Is Process
The bank is currently using CRisMAC System (provided by D2K Technologies) for loan data entry and MIS
purposes and Finacle Core Banking System from Infosys Limited for loan account opening and financial
transactions related to loans which provides partial loan management capabilities. The credit ratings are provided
by IMACS system. The bank is currently performing the loan processing and sanction process manually. The
bank is currently performing part of recovery, collection and NPA operations through Finacle. The diagram
below, depict the bank’s “As-Is” processes and corresponding execution system.
Page 19 of 115
RFP for supply, implementation and maintenance of LOS
CUSTOMER REQUEST
CAPUTURED
------------------------------------CRisMAC
PROCESSING AND
SANCTION
------------------------------------Manually
LOAN MANAGEMENT
&
DISBURSEMENT
------------------------------------Fincale
5.1.2
DEFAULTER CHECK
FOR REQUESTOR
CREDIT RATING
(via RBI, CIBIL, CERSAI etc.)
------------------------------------Manually via APIs
------------------------------------IMACS
DETAILED DATA
ENTRY
ACCOUNT OPENING
(Sanction Details)
------------------------------------CRisMAC
COLLECTION
(Recovery & NPA)
------------------------------------Finacle
(Replication is done from
CRisMAC on a real time basis)
------------------------------------Finacle
ACCOUNT CLOSURE
------------------------------------Fincale
To-Be Process
5.1.2.1 Option 1
Link to CRisMAC will be provided on corporate site for receiving the request directly from the website/ branches/
any other channel as identified by the bank. CRisMAC will generate the customer reference number for every
customer request entered into the system. The customer will be provided with the reference number on submission
of request. The details entered by customer along with customer reference number shall be updated in LOS on a
real time basis. The reference number will be used to track the application status. The branches will use the
CRisMAC system for data entry. The customer details entered along with customer reference number will be
updated automatically in LOS. After data entry into CRisMAC, a process button will take the user to LOS
automatically for field updation. The loan application will be processed as depicted below. After processing note
and sanction letter issuance in LOS, details will be captured in CRisMAC automatically and data will be uploaded
in Finacle for account opening and for further processes. The bank aims to perform part of recovery, collection
and NPA operations through LOS. The diagram below, depict the bank’s “Option 1 of To - Be” processes and
corresponding execution system.
Page 20 of 115
RFP for supply, implementation and maintenance of LOS
CUSTOMER REQUEST
CAPUTURED
(Replication is done from
CRisMAC to LOS)
------------------------------------CRisMAC
PROCESSING AND
SANCTION
------------------------------------LOS
LOAN MANAGEMENT
& DISBURSEMENT
------------------------------------Fincale
DEFAULTER CHECK
FOR REQUESTOR
(via RBI, CIBIL, CERSAI etc.)
------------------------------------LOS via APIs
DETAILED DATA
ENTRY
(Sanction Details)
---------------------------------LOS
(Live replication to CRisMAC)
COLLECTION
(Recovery & NPA)
------------------------------------LOS
CREDIT RATING
------------------------------------LOS via IMACS
ACCOUNT OPENING
(Replication is done from
CRisMAC on a real time basis)
------------------------------------Finacle
ACCOUNT CLOSURE
------------------------------------Fincale
5.1.2.2 Option 2
Link to LOS will be provided on corporate site for receiving the request directly from the website/ branches/ any
other channel as identified by the bank. LOS will generate the customer reference number for every customer
request entered into the system. The customer will be provided with the reference number on submission of
request. The reference number will be used to track the application status. The branches will use the LOS system
for data entry. The loan application will be processed as depicted below.
After processing and generation of Sanction Letter in LOS, details will be captured in CRisMAC automatically
and data will be uploaded in Finacle for account opening and for further processes. The bank aims to perform part
of recovery, collection and NPA operations through LOS. The diagram below, depict the bank’s “Option 2 of To
- Be” processes and corresponding execution system.
Page 21 of 115
RFP for supply, implementation and maintenance of LOS
CUSTOMER
REQUEST
CAPUTURED
----------------------------------LOS
DEFAULTER CHECK
FOR REQUESTOR
(via RBI, CIBIL, CERSAI
etc.)
----------------------------------LOS via APIs
PROCESSING AND
SANCTION
DETAILED DATA
ENTRY
----------------------------------LOS
(Replication done to
CRisMAC on real time basis)
(Sanction Details)
LOAN
MANAGEMENT
& DISBURSEMENT
----------------------------------Fincale
----------------------------------LOS (Live replication to
CRisMAC)
COLLECTION
(Recovery & NPA)
----------------------------------LOS
CREDIT RATING
----------------------------------LOS via IMACS
ACCOUNT OPENING
(Replication is done from
CRisMAC on a real time
basis)
----------------------------------Finacle
ACCOUNT CLOSURE
----------------------------------Fincale
5.1.2.3 Option Selection
Bank will decide one of the two options, mentioned above, at the time of implementation. The bidder should
propose a solution which require minimal customization in CRisMAC system. The bidder may carry out
necessary due-diligence prior to the submission of the bids, however, the proposed solution should be capable of
delivering both the options.
The solution should support all delivery channels including Branches, Web Requests and any other channel as
identified by the bank over the duration of contract where:
1
2
3
Branches are the OBC branches/ locations for capturing business opportunities by means of branch walk-ins.
Web Requests is a channel to capture lead through website/ internet medium.
Or any other channel as identified by the bank in future
The bidder shall also be expected to provide support for Direct Marketing Agents (DMAs), Direct Sales Team
(DST), Point of Presence (PoP) in future where:
1
2
3
Direct Marketing Agents are internal/ external agents/ agencies used for providing leads and creating business
opportunities.
Direct Sales Team members would be providing leads and creating business opportunities.
Point of Presence (PoP) is a branch/ location of OBC partner(s) which can be used by OBC for generating
business opportunity by placing few OBC employees at these locations.
The bidder should be capable of supply, configure, customize, maintain and support a solution for LOS, which
also includes but not limited to:
Page 22 of 115
RFP for supply, implementation and maintenance of LOS
1
2
3
4
5
6
7
Supply, installation, customization/ development and maintenance of required solutions (including hardware
and all relevant application(s)/ software license(s)
Data migration from the legacy system to the new environment
Provide interfaces required to integrate the solution with other banking systems and applications
Provide application helpdesk
Provide AMC/ Warranty support of the LOS deployed
Training the core team & trainers (on Train the Trainer model)
Provide hand-holding support during roll-out
Description of the envisaged scope is enumerated in the subsequent sections. However, the bank reserves its right
to change the scope of the RFP considering the size and variety of the requirements and the changing business
conditions.
Based on the contents of the RFP, the bidder shall be required to independently arrive at a solution to support
bank’s requirements, after taking into consideration the effort estimated for implementation and the resources and
the equipment requirements. The bank expressly stipulates that selection of bidder under this RFP is on the express
understanding that this RFP contains only the principal provisions for the entire assignment and that delivery of
the services and the deliverables in connection therewith are only a part of the assignment as per the defined scope
of work. The bidder shall be required to undertake to perform all such tasks, render requisite services and make
available such resources as may be required for the successful completion of the entire assignment on turn-key
basis at no additional cost to the bank.
The bidder has to envisage all necessary services to be provided and ensure that the same are delivered to the
bank. The bank will not accept any plea of the bidder at a later date for omission of services mandatory for
successful implementation of the solution as per the defined scope of work on the pretext that the same was not
explicitly mentioned in the RFP.
Details of the services required to be provided by selected bidder are mentioned in the following sections.
5.2
Supply of hardware and software licenses
The bidder shall supply a complete LOS solution to meet the functional and technical requirements as mentioned
in Annexure 1: Functional and Technical Specifications.
The bidder shall supply the software & licenses for the proposed solution (LOS) including database and operating
system required for successfully operationalizing the solution proposed in the bid.
The Bidder may use the information provided in the RFP to estimate the requirements for the proposed solution.
The bidder may also request OBC for any additional information/ site visits if required for estimation and sizing
in relation to this RFP.
The bidder should propose separate licensing cost for the following loan products:
1
Retail Loans
Page 23 of 115
RFP for supply, implementation and maintenance of LOS
2
3
4
SME Loans
Agriculture Loans
Corporate Loans
The bidder should consider implementation timeline while sizing the licensing cost for the different loan products.
The bidder should note that the delivery of software licenses for various application modules as well as supporting
systems shall be staggered and aligned to the implementation timeline.
The following considerations must be taken for supply of software.
1
2
3
4
5
6
All software envisaged is required to be on-premises software licensed to OBC.
The bidder should provide enterprise wide license for the proposed LOS application.
The software supplied must be the latest version of the software supplied by the OEM.
Beta versions of any software shall not be accepted.
The software should support multi-lingual feature supporting at least English and Hindi languages.
The bidder shall ensure that the software licenses supplied in its bid shall adequately cover the needs of OBC
as per the requirements in Annexure 1: Functional and Technical Specifications. The bidder may refer to the
below information provided in the RFP.
 Functional requirements - Refer Annexure 1: Functional and Technical Specifications
 Expected user base – Refer section 4.1 of this RFP
 Current applications at OBC – Refer section 4.2 and Annexure 9: Interface Requirements of this RFP
 Implementation time – Refer section 5.4 of this RFP
7 During the implementation phase of the project, if under-estimation of the software licenses is discovered, the
shortfall must be provided by the bidder to OBC at no extra cost to the bank. During the operations phase, if
additional licenses are required by OBC owing to business expansion or additional functional requirements,
the same shall be procured by OBC from the software OEM vendor. (This would be applicable if the license
base exceeds the projected license base.)
8 The offered LOS product must satisfy at least 75% of the functionalities mentioned in the Functional
requirements (Annexure 1: Functional and Technical Specifications). Bids where LOS proposed does not
meet 75% of the functionalities shall be liable to be rejected.
9 The bidder must consider the disaster recovery environment while proposing the software licenses.
10 The successful bidder should provide comprehensive ATS for proposed solution, including other software,
associated modules and services required to meet the requirements in the RFP. The period of ATS shall start
from the date of go-live of the relevant module of LOS application in Bank’s production environment.
11 The bidder is also required to quote for supporting software (apart from LOS) and the same will be considered
for commercial evaluation. The bidder is expected to submit relevant invoices and warranty documents for
the hardware procured by the bidder along with the delivery of the same. However, OBC reserves the right to
procure it from their empanelled vendors and not take the supply from the successful bidder.
12 The ATS support for LOS should include the following:
 All minor and major version upgrades during the period of contract at no extra cost
 Program updates, patches, fixes and critical security alerts as required
Page 24 of 115
RFP for supply, implementation and maintenance of LOS



5.3
Documentation updates
24*7 support for LOS application related malfunctions as defined in SLAs and ability to log requests
online.
The OEM must conform to a response time aligned to service levels defined in section 7 Service Level
Availability and Monitoring.
Supply of hardware
The successful bidder is required to supply the necessary hardware to operationalize the complete LOS solution
as proposed in the bid.
The Bidder shall confirm/ certify that the hardware offered by them for LOS solution should be adequate to fulfil
OBC’s requirement and is as per the Industry best practices.
Wherever applicable the bidder should also get the confirmation from the LOS OEM vendor regarding hardware
sizing proposed (Refer Annexure 12: Hardware Specification).
The scope of hardware supply shall include supply, handling, installation, configuration, testing commissioning,
integration and support of components supplied.
Bidder should consider high availability (active-passive) architecture at primary and secondary data-center. The
architecture at secondary data-center should be a mirror image of primary data center.
The hardware supplied must include:
1
2
3
4
5
6
Application server(s) – production environment (at both DC and DR)
Database server(s) – production environment (at both DC and DR)
Web server(s) – production environment (at both DC and DR)
Application Server(s) for development and testing environment (only at DC)
Other components required for hosting the hardware (at both DC and DR)
Any other hardware component required as part of the solution
The bidder is also required to quote for supporting hardware and the same will be considered for commercial
evaluation. However, OBC reserves the right to procure it from their empanelled vendors and not take the supply
from the successful bidder
The bidder shall propose hardware such that at any point in time during the contract period, the average CPU
utilization should not exceed 60% at the primary data centre during 8 A.M. to 8 P.M. The peak CPU utilization
should not exceed 60% for more than 15 minutes. In case the hard disk utilization exceeds 60%, the additional
hardware has to be provided by the successful bidder to optimise the performance, within the indicated levels, at
no further cost.
The quantity and specifications of the hardware components should be as per the solution proposed by the bidder,
subject to the minimum specifications laid out in the RFP under Annexure 12: Hardware Specification.
Page 25 of 115
RFP for supply, implementation and maintenance of LOS
The following considerations need to be taken for supply of hardware:
The bidder must ensure that no hardware equipment, for which “End-of-Sale”/ “End of Life” has been
declared, is offered as part of this RFP response. No hardware or software should have an “End-of-Support”
mandated by the respective OEM within seven years from date of installation of hardware or software. The
selected bidder will have to provide replacement of such equipment, within the duration of contract, at no
additional cost to the Bank.
2 All the hardware and software to be supplied must be IPv4 and IPv6 compliant wherever applicable.
3 All hardware components supplied must include the necessary accessories as required for complete and
proper installation and commissioning which shall include cables, brackets etc.
4 All hardware components shall be delivered at Bank’s primary data centre at DAKC, Navi Mumbai and
disaster recovery centre location at Greater Kailash, New Delhi as specified by the Bank. Bank would confirm
the actual location for hardware delivery to the successful bidder. Bank may at its discretion decide to change
the hosting locations for the proposed solution, the selected bidder in such case shall arrange for the delivery
at the new location.
5 Bidder will be responsible for server, storage and network sizing for the LOS application at OBC. The sizing
needs to be done based on OBC requirements, optimized power usage and scalability.
6 Bidder may carry out necessary site visit and due diligence at their own cost to prepare bill of material and all
specifications of required infrastructure for proposed LOS application.
7 The following may be considered for sizing the hardware:
 Solution proposed by the bidder.
 Performance requirements set out in the RFP
 Scalability to meet business requirements.
 Current users and estimated transaction volumes
 Users and transaction volume growth at 10% year on year basis.
 Compliance to minimum specifications mentioned in the RFP
 Compliance to any regulatory or statutory requirement
8 In the event that the hardware equipment proposed in the solution and supplied by the successful bidder are
not operational owing to compatibility problem in the IT environment or other technical issues, the bidder
will have to replace the equipment at no extra cost to OBC.
9 In the event that the solution provided is not able to meet the performance standards specified in the RFP, at
the time of go live, the successful bidder will be required to augment/ upgrade the hardware & software
components in the solution to ensure that the performance requirements are met. The additional hardware
equipment & software shall be provided by the successful bidder at no extra cost to OBC.
10 The successful bidder shall provide complete documentation (including related legal documentation) of all
the hardware components provided. The documents at a minimum should include hard copies (two sets each)
and soft copy to be supplied along with LOS application licenses and associated solution software of the
following:
 Technical manuals/ data sheets.
 Installation guides.
 User manuals.
1
Page 26 of 115
RFP for supply, implementation and maintenance of LOS
 System administrator manuals.
 Toolkit guides and Troubleshooting guides.
11 The hardware supplied may be at the appropriate milestones in the implementation plan as per the requirement
of the hardware.
The successful bidder should provide comprehensive three year onsite warranty free of cost and subsequent AMC
for proposed hardware and equipment for the entire project duration. The AMC for proposed hardware and
equipment shall start immediately after end of warranty period.
The successful bidder should provide assurance that as and when any problem arises in the supplied hardware or
equipment, the same would be rectified immediately (per agreed service levels) by the bidder without any
additional cost to OBC during the warranty and AMC period.
The warranty and AMC of the hardware would include preventive maintenance, performance fine tuning, error
rectification, replacement of parts for all the hardware components of the total solution provided by the bidder.
The successful bidder shall warrant that the services provided under the contract shall be as per the Service Level
Agreement (SLA) between the bidder and OBC.
OBC shall promptly notify the bidder of any claims arising under this warranty/ AMC. Upon receipt of such
notice from OBC, the bidder shall with all reasonable speed and meeting the Service Levels, repair/ replace/
reconfigure/ re-provision the defective equipment or service, without prejudice to any other rights, which OBC
may have against the bidder under the contract.
If the successful bidder, having been notified, fails to remedy the defect(s) within a reasonable period as per the
terms and conditions of RFP, OBC may proceed to take such remedial action (as per Contract) as may be
necessary at the bidder's risk and expense and without prejudice to any other rights, which the OBC may have
against the bidder under the contract.
Successful bidder shall be fully responsible for the manufacturer’s warranty in respect of proper design, quality
and workmanship of all equipment, accessories etc. covered by the offer.
During the warranty/ AMC period, successful bidder is required to ensure that any repair/ replacement of defective
components in the hardware provided by the bidder as per the scope of this RFP, is carried out by the bidder at no
additional charge to OBC. Warranty/ AMC should not become void if OBC buys any other supplemental
hardware from a third party and install it with this equipment. However, the warranty will not apply to such
hardware items installed.
Bidder needs to handover the operations and management of deployed infrastructure/ hardware for in-scope
applications to the Bank’s IT operations team or any managed service provider designated by the bank and provide
adequate training and documents in order to enable the operations team (bank/ any other third party) to manage
the IT infrastructure/ hardware post handholding/ stabilization phase.
Page 27 of 115
RFP for supply, implementation and maintenance of LOS
If any of the peripherals, components etc. are not available or difficult to procure or if the procurement is likely to
be delayed, the replacement shall be carried out with equipment of equivalent or higher capacity at no charges to
OBC, during the warranty period and AMC with prior consent of OBC.
In the event of non- performance of obligation or failure to meet terms of this RFP, the Bank shall be entitled to
invoke the performance guarantee without notice or right of demur to the bidder. Any amount pending for
payment due to non-achieving of milestone/s set under the contract for any other reason solely attributable to the
bidder will be included in the remaining amount of the contract value.
5.4
Implementation
The successful bidder shall design the solution architecture considering the licensing requirements for all the
functional requirements of OBC.
As part of the implementation:
1
The successful bidder shall prepare a project plan and a resource deployment plan for implementing LOS in
the Bank
2 Bank has decided to use a phased roll-out approach for implementation of LOS. Below is the expected
timeline for the same.
Loan Product
Pilot Go-Live (Months)
Roll Out across all the branches
(Months)
Retail Loans
6
12
SME Loans
6
12
Agriculture Loan
15
18
Corporate Loans
15
18
All the timelines are from date of letter of intent.
Pilot Go-Live has to be done only after implementation of all the functionalities requested by the Bank as part of
Annexure 1: Functional and Technical Specifications and responded by the bidder as “Fully Compliant” or
“Customized”.
1
2
3
4
5
There shall be stabilization period of 30 days post go-live of each loan product. During this period, the
successful bidder is also expected to provide hand-holding services to the operations team.
The successful bidder is expected to ensure that functionalities currently being used by the OBC or being
envisaged by the OBC are made available.
The successful bidder is expected to ensure all the regulatory requirements for retail, SME, corporate,
agriculture and other loans are made available without any extra cost.
The successful bidder is expected to carry out a requirement study for the functionalities and services required
by the OBC, to gain understanding of the business requirements and functioning of the branch.
The bidder must furnish contract agreements with other vendors whose products or services the bidder would
obtain. The bidder must further continue with the same vendors and shall not be permitted to change the
Page 28 of 115
RFP for supply, implementation and maintenance of LOS
6
7
8
9
10
11
12
13
14
15
vendors after the bid is submitted. Failure to adhere to this clause will attract disqualification of the bid/
contract as well as invoke related damage clauses as specified in Terms and Conditions.
The successful bidder must provide for separate production (at DC and DR), testing and training
environments.
The successful bidder is expected to customize the screens, design and layout of the application depending
on the requirements of the bank, at no additional cost to the bank.
The successful bidder is expected to assist the bank in performing UAT of the application as part of
deployment and subsequent changes. The successful bidder will prepare test cases and shall be responsible
for securing necessary approval from stakeholders on acceptance of the test cases.
The successful bidder would also be responsible to independently test the application for its working and also
assist the bank’s core team in the testing of the application post the installation on the new hardware and
migration from the legacy systems.
The successful bidder is expected to customize the solution based on requirements of bank. All the statutory
and regulatory requirements of the bank, impacting the applications to be implemented under the scope of
this project, will be provided to the bank at no additional cost to the Bank during the period of the contract.
The successful bidder is expected to support the bank in the installation, implementation, launch and rollout
of LOS.
The successful bidder would be expected to manage, maintain and monitor the solution for the period of the
contract.
The successful bidder is responsible to impart requisite training to the Bank’s project and core team.
The successful bidder is responsible for conducting train the trainer trainings on the new LOS application.
Branch go-live shall be considered as complete when
 The LOS application usage is tested and signed off by the bank.
 Bidder is required to get a certification from at least 10 % branches going live in the period regarding
successful go-live at the branch.
 The trainers identified by the bank have been trained by the successful bidder
The project with all the deliverables as defined in table below pertaining to proposed solution covering all the
requirements given in this RFP is to be completed as per the timelines given in section 5.4.
Stage
Deliverables
Project Preparation



Project Kick-Off
Project Charter and Project Plan
Resource Deployment Plan
Business Design




As-Is report
To- Be report and Gap Assessment report
Workshop for business blue print, gaps and way forward
Data collection templates
Page 29 of 115
RFP for supply, implementation and maintenance of LOS
Stage
Configuration &
Customization
Deliverables



Configuration document for all processes and modules consisting of
system setting and parameters
Configuration of all the existing schemes available with the bank
along with the provision to add any future scheme or products
Customization-design, development and technical documents
Interface creation





Interface with CRisMAC, Finacle, HRMS and IMAC
Interface with document management system
Interface with CIBIL, RBI and CERSAI
Interface with bank’s other internal application
Interface with other external applications for rating and verification
proposes
Migration



Migration of the account details from CRisMAC
Migration of account details from Finacle
Migration of all relevant data/ scheme details from various relevant
business systems
Acceptance Test

Acceptance test for successful operation of LOS application
should be demonstrated for at least 5 days
Any necessary additional stress testing to be arranged by bidder

UAT signoff in test
environment


Demonstration of all the functionalities/ requirements
as
depicted in the scope of work along with
all
required
customization including interface with the Bank’s existing
infrastructure
Resolving of UAT issues and signoff
Training




Core team training plan (functional & technical)
Training manuals for core team training (functional & technical)
End-user training manuals
Training completion certificates to all users trained (during train the
trainer sessions)
Go Live –
Production
movement &
implementation

Go-live for all functionalities/ requirements as stated in the scope
of work for the bidder and demonstration of capability in
production environment
Page 30 of 115
RFP for supply, implementation and maintenance of LOS
Stage
Post go-live
stabilization phase
& handholding
Phase
Deliverables




After successful rollout of LOS functionalities and operations
will be observed for 4 weeks & challenges and observation if any
will be reported to the successful bidder. The bidder will have
to provide solution to the issues raised immediately within
scope.
Updated user and configuration manuals
During this phase, successful bidder shall carry out hand-holding of
the IT infrastructure to internal bank team and designated Managed
Service Provider
During hand-holding, the successful bidder shall provide necessary
documents and on-ground training to the bank/ Managed Service
bidder
During the implementation and stabilization phase, successful bidder is expected to manage the infrastructure/
hardware dedicated for in-scope applications.
An acceptance test may be carried out on LOS application, after completion of above stages, jointly by the third
party appointed by bank and/ or representatives of the bank, and the successful bidder after the installation is
completed, per acceptance test plan finalized and approved by bank.
It is the responsibility of the successful bidder to resolve any deficiency identified in the performance of the LOS
application, as observed during the acceptance test. This includes replacement of some or all equipment at no
additional cost to the Bank, to ensure that the LOS application meets the requirements of the Bank as envisaged
in the RFP.
The successful bidder shall form a project team comprising the following key positions:
S. No.
1
2
3
4
5
Project Team
Project Manager
Team Leader
Business Analyst
Developer
Tester
Successful bidder is expected to mobilize the team and set-up project management office within 15 days from the
date of written confirmation from bank for commencement of work.
Commencement of work would mean reporting of successful bidder’s resources at the designated OBC locations
for project.
Kick-off meeting shall happen within 7 days of after team is mobilized.
Page 31 of 115
RFP for supply, implementation and maintenance of LOS
The successful bidder shall not change any member of the project team during the course of the project without
written consent from bank.
The profiles of the proposed team members should be as per Annexure 3G: Proposed Team Profile.
5.5
Training
1
2
3
4
5
The successful bidder will be responsible for training the designated bank employees in the areas of
parameterization, operations, management, error handling, system administration, etc. with respect to LOS.
End application users would be trained through the train the trainer model.
The core team training will include functional as well as technical training and shall be considered within the
scope of the bidder. The core team is expected to include 40 personnel from the bank. These personnel would
include core technical team, core functional team and the trainers for the proposed application landscape.
The successful bidder shall also expect to conduct a 3 day workshop for the management of the bank. This
workshop should introduce the management to capabilities and functionalities of the implemented solution.
With regard to activities under the scope of the bidder in this Tender; the bidder needs to provide a
comprehensive training methodology document and the training should cover at least the following areas:
 Functionality available in the solution
 Customization development
 Parameterization
 Data Migration
 Impact analysis
 Auditing techniques
 Advanced user training
 Advanced trouble shooting techniques
 Deployment of various products/ packages as part of the solution
 Techniques of generating various MIS reports from the solution provided
 Development and deployment of new products using the proposed solution
 Using of all the auditing tools being provided
 Data replication
 Developing new audit reports/ tools using the proposed solution
 Advanced training on the operating systems, database systems and network systems to be used by the
proposed solution
 Log analysis and monitoring
 Incidence analysis and reporting
 Training for report writer facility to create new reports and modify existing reports
 System and Application administration at branches
The bidder needs to provide the minimum qualifications, experience and time frames for which the people
will be required from the bank and the bank will be responsible for identifying the appropriate personnel for
all the training requirements.
Page 32 of 115
RFP for supply, implementation and maintenance of LOS
The training will be held at bank’s training centres, regional offices or head office locations specified by the
Bank.
7 The successful bidder can use the training infrastructure at bank’s training centres and the IT infrastructure
available at these training centres. The bidder is expected to set up the required infrastructure (including the
client desktops) at the various training centres of the bank for the purpose of training. The bank shall not pay
any additional amounts to the bidder for the same.
8 The successful bidder will be responsible for providing the users with the requisite training material (for
functional training, technical training, and end user training material, job card and other relevant material) in
both hard and soft copies at least for the core team and to train the trainers. The onus of preparing the training
material will be on the Bidder.
9 The successful bidder will be responsible for preparing, circulating and collecting training feedback forms
from the participants.
10 The feedback forms will be prepared by the bidders, reviewed and given to the bank. The changes, if any,
suggested by the bank or its consultants, should be incorporated and implemented by the bidder.
11 The successful bidder will provide a detailed training methodology & schedule to the bank for review and
sign – off prior to commencement of the training.
12 The successful bidder will be responsible for providing ongoing training at defined intervals to the identified
bank personnel.
6
5.6
Data Migration
Successful Bidder is expected to provide following services, but not limited to:
1
2
3
5.7
The successful bidder is expected to carry out the data migration from existing system(s) to LOS wherever
applicable.
The successful bidder shall develop a data migration strategy which explains the strategy for sanitization,
enrichment, migration and testing.
The successful bidder shall liaise with current system vendor and design data extraction tools. The bidder
shall be entirely responsible for data migration, validation and integrity check.
Application Management, Application Help-Desk & Hand-Holding Support
Successful bidder is expected to provide following services, but not limited to:
1
2
3
4
5
Setting up the application help desk to support the implemented solution. Manage the application helpdesk
for the project duration post the successful completion of the stabilization/ handholding phase of LOS
implementation.
Provide application management services for project duration post go-live of the entire system.
Provide post go-live hand-holding support from a central location.
Provide complete onsite, fulltime support (at the bank specified centralized location) during implementation
and rollout. Bidder will deploy its employee(s) at the Bank location during this period and the hand holding
can be extended for a period of six months basis mutual consent.
Provide specialist resources for areas in scope to close the gaps identified during this period.
Page 33 of 115
RFP for supply, implementation and maintenance of LOS
6
7
8
Bidder shall handover the operations and management of deployed infrastructure/ hardware for applications
to the Bank’s IT operations team or any managed service provider designated by the bank and provide
adequate training and documents in order to enable the operations team (bank/ any other third party) to
manage the IT infrastructure/ hardware post handholding/ stabilization phase.
Please refer to Annexure 11: Application Management and Helpdesk Services for detailed application
management and application helpdesk services.
The application management and application helpdesk services will commence after the successful
completion of stabilization/ handholding phase.
Page 34 of 115
RFP for supply, implementation and maintenance of LOS
6
Evaluation Process
6.1
Objective of the Evaluation Process
The objective of the evaluation process is to evaluate the bids to select an effective and right fit solution at a
competitive price. The evaluation by OBC will be undertaken by an Internal Committee formed by the Bank. The
bank may consider recommendations made by External Experts/ Consultants on the evaluation. The decision of
the committee shall be final.
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 solution, not limited to those selection criteria set out in this RFP
document.
Through this RFP, Bank aims to select a bidder/ application provider who would undertake the supply,
implementation and maintenance of the required solution. The bidder shall be entrusted with end to end
responsibility for the execution of the project under the scope of this RFP. The bidder is expected to commit for
the delivery of services with performance levels set out in this RFP in section 7: Service Level Availability and
Monitoring.
6.2
Normalization of bids
The Bank will go through a process of technical evaluation and normalization of the bids to the extent possible
and feasible to ensure that bidders are more or less on the same technical ground. After the normalization process,
if the Bank feels that such normalization has a bearing on the commercial bid; the Bank may at its discretion ask
all the technically shortlisted bidders to resubmit the updated technical and commercial bids for scrutiny. The
Bank can repeat this normalization process at every stage of technical evaluation till the Bank is reasonably
satisfied. The bidders agree that they have no reservation or objection to the normalization process and all the
technically short listed bidders will, by responding to this RFP, agree to participate in the normalization process
and extend their co‐operation to the Bank during this process. The bidders, by submitting the response to this RFP,
agree to the process and conditions of the normalization process. Any non-compliance to the normalization
process may result in disqualification of the concerned bidder.
Bank may call for any clarifications/ additional particulars required, if any, on the technical/ commercial bids
submitted. The bidder has to submit the clarifications/ additional particulars in writing within the specified date
and time. The bidder’s offer may be disqualified, if the clarifications/ additional particulars sought are not
submitted within the specified date and time. Bank reserves the right to call for presentation(s), product
walkthroughs, on the features of the solution offered etc., from the bidders based on the technical bids submitted
by them. OBC also reserves the right to conduct reference site visits at the bidder’s client sites. Based upon the
final technical scoring, short listing would be made of the eligible bidders for final commercial bidding.
6.3
Technical Evaluation Process
Initially only the ‘Technical Bids’ will be opened and evaluated. All technical bids will be evaluated and a
technical score would be arrived at.
Page 35 of 115
RFP for supply, implementation and maintenance of LOS
In second stage, only those bidders, who have qualified in the technical evaluation, shall be invited for reverse
auction.
6.3.1
Preliminary Examination of Offers
The Bank will scrutinize the offers to determine their completeness (including signatures from the relevant
personnel), errors, omissions in the technical & commercial offers of respective bidders. The Bank plans to, at its
sole discretion, waive any minor non- conformity or any minor deficiency in an offer. The Bank reserves the right
for such waivers and the Bank’s decision in the matter will be final.
6.3.2
Technical Bid Evaluation Criteria
The scoring methodology for technical bid components is explained in the following paragraphs.
The LOS implementation involves various components including implementation of necessary application
software, RDBMS, development of interfaces and customizations where necessary, training of designated users
and executives, performing data migration activities, providing implementation services, and rolling out the
system at various locations of Bank and provide support and maintenance services for the project duration. The
proposal submitted by the bidders shall, therefore, be evaluated on the following parameters:
1
2
3
4
5
Functional Requirements (FR)
Technical Requirements (TR)
Product Demonstration and Bid Presentation (PB)
Approach and Methodology (AM)
Past Experience (PE)
Each parameter has been assigned a maximum score a bidder can earn for that parameter. The scores shall be
summed up to determine the technical scores of the bidders.
6.3.2.1 Scoring Methodology for Functional and Technical Requirements
The minimum functional and technical specifications for the LOS application are given in Annexure 1: Functional
and Technical Specifications. All the requirements are mandatory. Bidder shall indicate the availability of each
requirement as fully compliant (F), Customization (C) and Non-Compliant (N).
Bidders should secure at-least 75% of the maximum marks for the functional requirements for LOS to qualify for
commercial evaluation.
Marks will be awarded as per the table below:
Bidder’s Response
Score
Fully Compliant (F)
Customization (C)
Non-Compliant (N)
9
6
0
Page 36 of 115
RFP for supply, implementation and maintenance of LOS
Where,



Fully Compliant (F): The system that shall be delivered currently supports this function either in native
form or through existing parameterization without further enhancement or the use of either programming
or user tools, i.e. included in the base package.
Customization (C): The function is not available in the product and it would require customization by the
bidder and the bidder shall provide these features at no additional cost before the beginning of the User
Acceptance Test.
Non-Compliant (N): The function is not available in the product and cannot be provided even after
customization
Please note that all the requirements mentioned in Annexure 1: Functional and Technical Specifications are
critical for the envisioned LOS system. Bank may at its sole discretion ask any/ all the bidders to justify NonCompliant (N) response to any of the defined requirements. Any unreasonable noncompliance/ deviations to
functional or technical requirements which defeats the purpose of this initiative may lead to disqualification of the
bid at sole discretion of the bank.
6.3.2.2 Scoring for Overall Solution, Product Demonstration & Bid Presentation (PB)
All eligible bidders will be required to make presentations to supplement their bids, showcase overall solution
proposed and show a detailed product demonstration. The bank will schedule presentations and the time and
location will be communicated to the bidders. Failure of a bidder to complete a scheduled presentation to the bank
may result in rejection of the proposal.
The same criteria (as evaluation for functional specifications) will be applied to product demonstration also. In
case where the requirements in Annexure 1: Functional and Technical Specifications is responded as ‘F’ and is
not demonstrated by the bidder (on Bank’s request), then the corresponding responses would be changed to ‘N’
in Annexure 1: Functional and Technical Specifications. Bank, at its sole discretion, may also penalize the bidder
on the total score if such cases are observed.
Technical score will be finalized based on the responses provided by the bidder and product demonstration.
6.3.2.3 Scoring for Approach and Methodology (AM)
The bidder is expected to provide, as a part of the technical bid, a detailed document that explains the approach
and methodology proposed by the bidder for the implementation of the proposed solution.
The “Approach and Methodology” adopted for the Implementation would be evaluated by OBC and would at the
minimum cover
6.3.2.3.1 Solution overview & architecture
The bidder is also expected to provide, as a part of the technical bid, a detailed document that explains the general
solution architecture of the proposed solution. The response should also include details of the hardware and
software proposed.
Page 37 of 115
RFP for supply, implementation and maintenance of LOS
6.3.2.3.2 Reference site visit/ Tele conference
Bank & its consultants would carry out reference site visits and/ or telephonic interviews with the existing
customers of the bidder. The inputs that have been received from the customer would be considered by the bank
and this might not need any documentary evidence. This rating would be purely on the inputs (like satisfaction of
the organization of the product, timeliness of implementation, promptness of support services etc.) provided by
the bidder’s customers and score would be assigned to bidder as mentioned in Annexure 1: Functional and
Technical Specifications in sheet named “Reference Site Details”.
The bank at its discretion may reject the proposal of the bidder without giving any reasons whatsoever, in case
the responses received from the site visits are negative.
The bidder would be required to coordinate for such interactions. However, the bidder would not be allowed to
be party to the discussion between the bank & the bidder’s clients.
6.3.2.3.3 Team Strength
Bidder responses to each point under team strength in Annexure 3G: Proposed Team Profile including the team
profile provided by the bidder would be evaluated. The bidder should ensure that the people above the role of the
Team Lead who are proposed for this project should have worked on similar projects earlier. All team lead &
above should also have named responsibility in the project.
6.3.2.3.4 Project Management
Bidders are required to respond to each point under project management in Annexure 1: Functional and Technical
Specifications in sheet named “Project Management Methodology” and each question will be evaluated for
suitability of response. The bidder should provide explanation on the project management process that is proposed
for the bank including details of how the same was applied in a similar project.
6.3.2.3.5 Training
The bidder will be responsible for training the designated bank’s employees in the areas of parameterization,
operations, management, error handling, system administration, etc. with respect to the implementation of LOS.
The core team training will include functional as well as technical training and shall be considered within the
scope of the bidder.
The trainers for “Train the Trainer” training must be trained on all functionalities required for efficient daily
operations of the LOS. The quality of the bidder’s training program shall form an integral part of the final
evaluation and selection of the bidder. The RFP has a sheet in the Annexure 1: Functional and Technical
Specifications in the sheet named “Training” provided separately which the bidder shall need to complete to allow
bank to evaluate the responses.
The questions pertain to the training techniques, course details provided by the bidder and the educational
qualifications and experience of the trainers.
Page 38 of 115
RFP for supply, implementation and maintenance of LOS
6.3.2.4 Scoring for Past Experience (PE)
The bidder should provide details of past experience in implementing LOS application. The bidder’s past
experience shall be evaluated and the score obtained by the bidder shall be considered for evaluation as given in
the Annexure 1: Functional and Technical Specifications in the sheet named “Past Experience”. The bidder should
provide the details of all the implementations in banks/ NBFCs including details of scope of project, number of
branches with breakup of the role and proof of implementation experience.
S. No.
A
Past Experience
Implementation of “Retail module” in schedule
commercial bank within India
More than 5 banks
3 or 4 banks
1 or 2 bank
Implementation of “SME or corporate module” in
schedule commercial bank within India
More than 3 banks
2 or 3 banks
1 bank
Implementation of “Agri loans module” in schedule
commercial bank within India
More than 3 banks
2 or 3 banks
1 bank
Implementation of loans modules (retail along with other
module) in banks in India
More than 5 banks
1 – 5 banks
B
C
D
Score
40
25
15
30
30
20
10
20
20
15
5
10
10
5
TOTAL
6.3.3
100
Functional & Technical Evaluation Criteria for LOS
S. No.
1
2
3
4
6.3.4
Max Score
40
Technical & Functional Evaluation Phase
Functional and Technical Requirements evaluation
Overall Solution, Presentation and Product Demonstration
Approach & Methodology
Past Experience
TOTAL
Max Weight
50%
10%
30%
10%
100%
Disqualification Parameters in Technical Bid Evaluation
Bidders scoring more than 70 percent of the total score and scoring more than 75% of the maximum score for the
functional requirements for LOS shall be considered to be technically qualified.
Page 39 of 115
RFP for supply, implementation and maintenance of LOS
If there is only one bidder as technically qualified then Bank reserves the right to consider the bidder scoring more
than 60 percent of the Total Score and scoring more than 75% of the maximum score for the functional
requirements as technically qualified.
6.4
Commercial Evaluation Process
Technically qualified bidders as per technical evaluation process will participate in reverse auction process. The
bidder with the lowest commercials will be declared successful L1 bidder and shall be awarded the contract.
The bank will conduct reverse auction on Total Cost of Ownership (TCO) to the bank and shall exclude all taxes
viz. Sales Tax, VAT, service tax, octroi, entry tax but will include excise duty, custom duty, installation,
commissioning charges/ expenses comprehensive maintenance charges during warranty period including visit
expenses, transporting and forwarding charges to respective sites, insurance for transit period and till installation.
6.4.1
Commercial Bid Evaluation Considerations
Commercial bid valuation shall be considered as below in case of any kind of discrepancy:
1
2
3
4
5
6
7
8
9
10
11
12
13
14
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
Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit
rate by the quantity, the unit rate will govern unless, in the opinion of bank, there is an obvious error such as
a misplacement of a decimal point, in which case the line item total will prevail
Where there is a discrepancy between the amount mentioned in the bid and the line item total present in the
schedule of prices, the amount obtained on totalling the line items in the Bill of Materials will prevail
The amount stated in the correction form, adjusted in accordance with the above procedure, shall be
considered as binding, unless it causes the overall price to rise, in which case the bid price shall prevail
If there is a discrepancy in the total, the correct total shall be arrived at by bank
In case the bidder does not accept the correction of the errors as stated above, the bid shall be rejected.
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.
All liability related to non-compliance of this minimum wages requirement and any other law will be
responsibility of the bidder.
The highest technical bidder shall not automatically qualify for becoming selected bidder and for award of
contract by the bank.
The bank shall not incur any liability to the affected bidder on account of such rejection.
The bidder whose technical and commercial bid is accepted will be referred to as “Selected Bidder” and the
bank will notify the same to the selected bidder.
The selected bidder shall provide revised TCO and the revised break-up of the cost items post reverse auction.
Page 40 of 115
RFP for supply, implementation and maintenance of LOS
15 The final decision on the successful bidder will be taken by the bank. The implementation of the project will
commence upon signing of a contract between the Bank and the selected bidder based on the evaluation.
16 If for some reason, negotiations with the successful bidder fail to result in an agreement within a specified
timeline, the bank reserves the right to award the contract to the next most eligible bidder based on the
evaluation scores and commercial prices quoted during reverse auction.
6.5
Key Guidelines
1
2
3
4
5
6
7
Bidder’s proposal should strictly conform to the specifications of this RFP.
Proposals not conforming to the specifications will be rejected subject to the bank’s discretion. Any
incomplete or ambiguous terms/ conditions/ quotes may result in disqualification of the offer at bank’s
discretion. The bidder has to offer specific remarks for technical requirements and clearly confirm
compliance. Any deviations on technical requirements should be clearly informed in remarks column.
Deviation/ comments on other terms prescribed by the bank are to be provided in a separate section in
Technical Bid. The bank is not bound to evaluate the deviations mentioned at any other section of the bid.
For supplementary information a separate sheet should be used.
All pages should be numbered (like 1/ xxx, 2/ xxx where xxx is last page number of bid document) and signed
by the authorized signatory under the company seal.
Technical bid documents are to be properly hard bound.
OBC reserves the right to reject any or all proposals submitted by various bidders as part of response to this
RFP. Similarly, it reserves the right not to include any bidder in the final short-list.
Page 41 of 115
RFP for supply, implementation and maintenance of LOS
7
Service Level Availability and Monitoring
7.1
Service Criteria
Service Level Availability is to be measured and reported on a monthly basis by bidder and will be validated by
OBC to its satisfaction. Application availability monitoring will be on basis of application process availability to
the end user and not only on OS availability wherever technically feasible.
# Business
Definition
Calculation
Service
Application Management Services
Availability
(Total uptime in a
1 Loan
Origination
quarter)/ (Theoretical
System
maximum time in a
quarter - scheduled
downtime)
Periodicity
Service
Level
Penalty
Monthly
99.9%
2 End Of Day
(EoD)
Activities
No of day EoD
activity was
performed within
stipulated time/ Total
no of days
Monthly
97%
For Service
Level between
99.8% 99.9% - Rs.
2,00,000/For every
further 0.1%
drop in
Service Level
the penalty
amount will
be doubled
3% of At Risk
Amount
(ARA) for
Service Level
between
94.00% 97.00% For
every further
1% drop in
Service Level
the penalty
percentage
(A) will be
doubled
# of tickets responded
on time/ Total # of
tickets logged
Monthly
<15
Minutes
Accuracy
Application Helpdesk Services
Response
1 Helpdesk
Management Time
Services
5% of At Risk
Amount
(ARA) for
Service Level
between 15
minutes – 30
minutes
Page 42 of 115
RFP for supply, implementation and maintenance of LOS
# Business
Service
Definition
Calculation
Periodicity
Service
Level
2 Resolution
Time
Incident
Resolution
Time
Incidents per month
resolved within the
time lines divided by
the total number of
incidents reported per
month
Monthly
99.00%
3 SR
Resolution
Time
Service
Requests
Resolution
Time
Service requests per
month resolved
within the time lines
divided by the total
number of service
requests reported per
month
Monthly
99.00%
Monthly
100.00%
Change and Release Management Services
Patch Update Number of patches
1 Patch
Management
for which the
approval of rollout
was provided and
Penalty
For every
further 5
minutes
increase in
Service Level
the penalty
percentage
(A) will be
doubled
10% of At
Risk Amount
(ARA) for
Service Level
between
98.00% 99.00%
For every
further 0.5%
drop in
Service Level
the penalty
percentage
(A) will be
doubled
5% of At Risk
Amount
(ARA) for
Service Level
between
98.00% 99.00%
For every
further 1%
drop in
Service Level
the penalty
percentage
(A) will be
doubled
5% of At Risk
Amount
(ARA) for
Service Level
Page 43 of 115
RFP for supply, implementation and maintenance of LOS
# Business
Service
Definition
Calculation
Periodicity
Service
Level
patch was updated
within 5 working
days
Vendor Management Services
Vendor
1 Vendor
Management Review
Services
Meetings
Number of review
meeting conducted/
No of review meeting
planned
Penalty
between
95.00% 100.00%
For every
further 1%
drop in
Service Level
the penalty
percentage
(A) will be
doubled
Monthly
100.00%
5% of At Risk
Amount
(ARA) per
day of delay
in reporting
For every
week delay in
Service Level
the penalty
percentage
(A) will be
doubled
Note: The successful bidder shall not be penalized for those service level breaches that occur due to any reason
(beyond the control of the successful bidder). However, the bidder is required to maintain a log of such events
and also inform the bank about any such event.
Bank shall reserve the right to perform root cause analysis (RCA) by its internal team(s) or engage external parties
to perform the same. The successful bidder shall cooperate with the team performing the procedures. Decision
taken by bank for RCA performed shall be final.
7.2
Service Levels during Implementation Phase
1
2
3
OBC and Bidder shall mutually agree on service levels during Implementation phase.
Service Level shall be measured after a stabilization period of 30 days from effective date of contractual
obligation and continuously improved during the interim period till implementation of the services is over.
However the penalties shall be applicable on these service levels post 30 days of the completion of the
implementation period for first pilot location.
Service Levels shall be reviewed at least once every quarter during the period of contract and may be added/
deleted/ changed by OBC as a result of such review or any new business/ IT Services requirements.
Page 44 of 115
RFP for supply, implementation and maintenance of LOS
7.3
At-Risk Amount (ARA)
At Risk Amount is the amount that successful bidder will have at risk depending on the service levels provided.
ARA is 20% of (AMC + ATS + cost of support services) for this given quarter. Total penalty for a quarter shall
not exceed the ARA. Overall cap on the penalty is fixed at 10% of TCO for the project.
7.4
Service Level Evaluation
OBC has defined in-scope services and corresponding Service Levels above. Each service level shall be measured
on a quarterly basis through mutually agreed mechanism. Bidder shall provide, as part of quarterly evaluation
process, reports to verify bidder's performance and compliance with the service levels.
7.5
Continuous Improvement - Service Levels
To achieve continuous improvement, service levels will be modified at the end of each 12 month period as
follows:
1
2
Each service level will be reset to the average of the four highest monthly actual results at or above the service
levels achieved during the 12 month period, however the target service level shall not go below the previous
stipulated service level;
Any single increase in a service level will not exceed 10% of the difference between 100% and the current
service level. (For example, if the service level being reset was 99 %, the maximum increase for that reset
would be (10% of (100-99) % = 0.1%).
The continuous improvement resetting of service levels will commence from the second year of contract
operation.
Note: The bidder is expected to implement requisite tools to track and measure the Service Levels. This cost
should be built-in the commercial proposal.
Showstopper issues pertaining to software need to be addressed as an exigency and a Root Cause Analysis (RCA)
shall be provided within 30 minutes and a workaround or a solution in 2 hours. This is to ensure that OBC can
function normally without impacting the business to a large extent.
7.6
Problem Management and Escalation Procedures
1
2
The successful bidder is expected to provide an application for logging issues/ complaints/ requirements with
redirection, transfer, escalate and grouping capabilities. It should have an audit trail and updating
functionalities and preferably have a role based access for the users. OBC should be able to retrieve the details
of any issue logged and get the complete history of the issue including the complaint, enterer, date of entry,
date and details of the solution, re-opened date with remarks, etc. It should also facilitate creation and usage
of knowledge base.
Any issue could be classified under the following three categories:
Page 45 of 115
RFP for supply, implementation and maintenance of LOS
LEVEL
Severity 1
Type of
Infrastructure
Criteria
Function/ Technology





Infrastructure &
Systems


Severity 2
Criteria




Infrastructure &
Systems


Severity 3
Criteria

Any problem due to which 100 or more users cannot
access the in scope application due to malfunction of
any scope area
Showstoppers involving major functional failure in
the application. There are no usable workarounds
available to troubleshoot the problem
Interface integration issue with CRisMAC stopping
data flow between CRisMAC and LOS
Any problem due to which system not able to
generate any relevant regulatory reports or other
input reports for regulatory reports.
Integration issues between Finacle and LOS systems
Infrastructure related to providing application
systems to OBC users comprising of but not limited
to the following:
Production environment at DC and DR
simultaneously at both location
Any problem due to which 10 to 100 users cannot
access the in scope application due to malfunction of
any scope area
Showstoppers involving minor functional failure in
the application. There are no usable workaround
available to troubleshoot the problem
Interface integration issue with other application due
to which system not able to process the loan
application e.g. external rating agencies, IMACS for
internal rating, Defaulter agencies like RBI etc.
Any problem due to which system not able to
generate MIS reports
Key business infrastructure, systems and support
services comprising of but not limited to the
following:
Production environment either at DC and DR but not
simultaneously at both location getting disrupted.
Any problem due to which 1 to 10 users cannot
access the business and environmental infrastructure
system or;
Page 46 of 115
RFP for supply, implementation and maintenance of LOS
LEVEL
Type of
Infrastructure
Function/ Technology


Infrastructure &
Systems


Any incident which is not a showstopper for which
an acceptable workaround has been provided by the
Bidder or;
Moderate functional restrictions in the application
irrespective of the cause. Has a convenient and
readily available workaround.
All other residuary Infrastructure not defined in
“Severity 1” and “Severity 2” Infrastructure &
Systems
Test, Migration and Training Infrastructure and
Application
An escalation matrix would be applicable for the issues reported. Bidder has to propose an escalation matrix as
part of the Technical Proposal.
7.7
7.8
Incident Response and Resolution
Issue
Classification
Severity 1
Response
Time
30 calendar minutes
Resolution
Time
2 calendar hours
Severity 2
1 calendar hour
4 calendar hours
Severity 3
2 working hours
8 working hours
Penalty
Aligned to availability
criteria for Loan
Origination Services
10% of At Risk Amount
(ARA) for each resolution
time breach
2% of At Risk Amount
(ARA) for each resolution
time breach
Penalties for Delayed Implementation
1
2
3
The successful bidder must strictly adhere to the delivery dates or lead times identified in its proposal. Failure
to meet these delivery dates, unless it is due to reasons entirely attributable to OBC, may constitute a material
breach of the Bidder’s performance. As a deterrent for delays during implementation, OBC may levy penalties
for delays attributable to the successful bidder. The reasons like non-familiarity with the site conditions and/
or existing IT infrastructure will not be considered as a reason for delay.
Penalty based on following table will be levied for every week’s delay in meeting any milestone agreed as
part of project plan. If two separate milestones (running parallel) are defaulted then the penalty for all such
delays shall be aggregated. Minimum 7 milestones need to be agreed as part of the project plan.
A cap of 5% of the TCO would be applicable as penalties for delays in meeting milestones.
Delay
Penalty
Up to 1 Week
Grace Period. No penalty
Page 47 of 115
RFP for supply, implementation and maintenance of LOS
Delay
1 – 2 Weeks
2 – 3 Weeks
3 – 4 Weeks
4 – 5 Weeks
5 – 6 weeks
Penalty
INR 1,00,000
INR 2,00,000
2% of TCO
3% of TCO
4% of TCO
For a delay of more than 6 weeks in implementation, OBC will have the option of looking at more severe options
like cancelling the awarded contract.
7.9
Overall Liability of the Bidder
The bidder’s aggregate liability in connection with obligations undertaken as a part of the project regardless of the
form or nature of the action giving rise to such liability (whether in contract, tort or otherwise), shall be at actuals
and limited to the TCO. The bidder’s liability in case of claims against OBC resulting from wilful misconduct or
gross negligence of the bidder, its employees and subcontractors or from infringement of patents, trademarks,
copyrights or such other intellectual property rights, breach of confidentiality, or violation of any legal, regulatory,
statutory obligations shall be unlimited.
Page 48 of 115
RFP for supply, implementation and maintenance of LOS
8
Terms and Conditions
8.1
General Terms and Conditions
The following are the general terms and conditions proposed to be included in the Contract. The bank reserves
the right to add, delete, modify or alter all or any of these terms and conditions in any manner, as deemed necessary
before signing the final agreement. The bidder, selected for the project, will have to enter into a contract agreement
directly with the Bank.
The contract agreement will contain various terms and conditions relating to payment, delivery, installation and
operationalization, training, commissioning and acceptance, support during periods of warranty and maintenance,
penalty due to delay in performance etc. All the diagrams, drawings, specifications and other related literature and
information, provided by the bidder for the solution and agreed to by bank, will also form part of the agreement.
The successful bidder must initiate work on the project on the very day after signing of the contract. The bidder
at his own expense will register the contract agreement by paying the appropriate stamp duty. The first page of
the contract agreement shall be on a stamp paper of appropriate value.
The original bill/ invoice for the services rendered must be furnished along with the prices thereof, per the terms
and conditions contained in this document. The bidder will undertake to ensure that the prices are reasonable and
in the range of prices for similar/ same services available in the market. If any abnormal irregularity is detected
anytime in respect of the above, the bank will have the right to take appropriate action against the bidder as deemed
fit by the bank. Payment shall be made on the actual procurement.
The successful bidder and the team shall abide by the ISMS framework (ISO 27001:2005/ISO 27001:2013 or any
other such framework as deployed at the Bank) of the bank which includes Incident Management, Change
Management, Capacity Management, Configuration Management etc. These conditions shall apply to the LOS
project to be implemented by the bank.
8.2
Application
For the purpose of the Purchase Agreement as well as for the purpose of the Tender Document, the purchaser is:
Department of Information Technology
Oriental Bank of Commerce,
Plot No.5, Institutional Area, Sec.32,
Gurgaon, Haryana-122001
8.3
Standards
The services and other materials including all deliverables and reports under the contract shall conform to the
standards mentioned in the Technical Specification, indicated in this RFP as well as the Technical Bid submitted
by the bidder and/ or agreed between bank and the bidder, and when no applicable standard is mentioned, the
Page 49 of 115
RFP for supply, implementation and maintenance of LOS
services/ products/ deliverables shall be supplied under the authoritative and appropriate international standards
of such services/ products/ deliverables and such standards shall be the latest issued by the concerned institution(s).
8.4
Governing Language
All correspondences and other documents pertaining to the contract shall be in English
8.5
Applicable Law
The Contract shall be governed and interpreted in accordance with laws in India.
8.6
Notice
Any notice given by one party to the other pursuant to the contract shall be sent to the other party (per the address
mentioned in the contract) in writing either by hand delivery or by registered post or by courier and shall be
deemed to be complete only on obtaining acknowledgment thereof; or by telegram or by telex or by facsimile or
by other electronic media and in which case, the notice will be complete only on confirmation of receipt by the
receiver.
A notice shall be effective when delivered or on the notice’s effective date, whichever is later.
8.7
Right to Alter Quantities
Bank reserves the right to alter the requirements specified in the RFP. The bank also reserves the right to delete
one or more items from the list of items specified in the RFP. The bank will inform all bidders about changes, if
any.
The bidder agrees that bank has no limit on the additions or deletions on the items for the period of the contract.
Further the bidder agrees that the prices quoted by the bidder would be proportionately adjusted with such
additions or deletions in quantities.
8.8
Contract Agreements
Any change made in any clause of the contract which shall modify the purview of the contract within the validity
and currency of the contract shall be deemed as an amendment. Such an amendment can and will be made and be
deemed legal only when the parties to the contract provide their written consent about the amendment, subsequent
to which the amendment is duly signed by the parties and shall be construed as part of the contract. The details of
the procedure for amendment shall be as specified in the contract.
8.9
Use of Contract Documents and Execution
The bidder shall not, without bank’s prior written consent, disclose the Contract or any provision thereof, or any
specification or information furnished by or on behalf of bank in connection therewith, to any person other than a
person employed by the bidder in the performance of the Contract. Disclosure to any such employed person shall
Page 50 of 115
RFP for supply, implementation and maintenance of LOS
be made in confidence against Non-disclosure agreements completed prior to disclosure and disclosure shall
extend only so far as may be necessary for the purposes of such performance.
Any document, other than the Contract itself, shall remain the property of bank and all copies thereof shall be
returned to bank on termination of the Contract.
The bidder shall not, without bank’s prior written consent, make use of any document or information above except
for the purposes of performing the Contract.
8.10
Indemnity
The bidder shall, at its own cost and expenses, defend and indemnify the bank against all third-party claims
including those of the infringement of intellectual property rights, including patent, trademark, copyright, trade
secret or industrial design rights, arising from the performance of the contract.
The bidder shall expeditiously meet any such claims and shall have full rights to defend itself therefrom. If the
bank is required to pay compensation to a third party resulting from such infringement, the bidder will bear all
expenses including legal fees.
Bank will give notice to the bidder of any such claim and shall provide reasonable assistance to the Bidder in
disposing of the claim.
The bidder shall also be liable to indemnify the bank, at its own cost and expenses, against all losses/ damages,
which bank may suffer on account of violation by the bidder of any or all national/ international trade laws, norms,
standards, procedures etc. This liability shall not ensue if such losses/ damages are caused due to gross negligence
or willful misconduct by the bank or its employees.
The bidder may procure insurance against damages to hardware/ software components of the proposed LOS. The
bank will be indemnified by the bidder from losses on account of any such damages.
8.11
Cancellation of Contract and Compensation
The bank reserves the right to cancel the order/ contract of the selected bidder and recover expenditure incurred
by the bank on the following circumstances:





The selected bidder commits a breach of any of the terms and conditions of the contract.
The bidder goes into liquidation voluntarily or otherwise.
An attachment is levied or continues to be levied for 7 days upon effects of the bidder.
The progress regarding execution of the contract by the bidder does not comply with the SLAs proposed
in this RFP and the deviations are above the defined threshold limits.
Deduction on account of liquidated damages exceeds 10% of the total contract price.
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
Page 51 of 115
RFP for supply, implementation and maintenance of LOS
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 carry out the bidding process for the execution of the balance
of the contract. This clause is 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, if any, under this
contract or any other contract/ order.
8.12
Earnest Money Deposit
Each bidder is required to submit Bank Guarantee drawn in favor of “Oriental Bank of Commerce” payable at
Gurgaon, towards Earnest money Deposit (EMD) of INR 50,00,000/- (Rupees Fifty lakhs only). The bank may
accept Bank Guarantee for an equivalent amount valid for 210 days from the last date of bid submission and
issued by any scheduled commercial bank.
The format of Bank Guarantee is enclosed in Annexure 3A: Bank Guarantee Performa for Earnest Money Deposit
(EMD).
The EMD made by the bidder will be forfeited or Bank Guarantee furnished by the bidder for EMD shall be
invoked if:
1
2
3
4
The bidder withdraws his tender before processing of the same.
The bidder withdraws his tender after processing but before acceptance of the PO issued by bank.
The selected bidder withdraws his tender before furnishing an unconditional and irrevocable Performance
Bank Guarantee.
The bidder violates any of the provisions of the terms and conditions of this tender specification.
The EMD will be refunded to:
1
2
8.13
The successful bidder, only after furnishing an unconditional and irrevocable Performance Bank Guarantee
(PBG) for 10% of the total project cost for the project duration and valid for project duration and for additional
claim period of 6 (six) months, validity starting from its date of issuance. The PBG shall be submitted within
15 days of the PO issued from the bank.
The unsuccessful bidders, only after acceptance of the PO by the selected bidder.
Performance Bank Guarantee
1
2
3
As mentioned above, the successful bidder will furnish an unconditional and irrevocable Performance Bank
Guarantee (PBG) for 10% of the total project cost of 97 months and valid for 103 months including claim
period of 6 (six) months, validity starting from its date of issuance. The PBG shall be submitted within 15
days of the PO from the Bank.
The PBG shall be denominated in Indian Rupees. All charges whatsoever such as premium; commission etc.
with respect to the PBG shall be borne by the successful bidder.
The PBG so applicable must be duly accompanied by a forwarding letter issued by the issuing bank on the
printed letterhead of the issuing bank. Such forwarding letter shall state that the PBG has been signed by the
Page 52 of 115
RFP for supply, implementation and maintenance of LOS
4
5
6
7
8
9
8.14
lawfully constituted authority legally competent to sign and execute such legal instruments. The executor (BG
issuing Bank Authorities) is required to mention the Power of Attorney number and date of execution in his/
her favour with authorization to sign the documents.
Each page of the PBG must bear the signature and seal of the BG issuing bank and PBG number.
In the event of the successful bidder being unable to service the contract for whatever reason, bank may invoke
the PBG.
In the event of delays by successful bidder in implementation of project beyond the schedules given in the
RFP, the bank may invoke the PBG.
Notwithstanding and without prejudice to any rights whatsoever of the bank under the contract in the matter,
the proceeds of the PBG shall be payable to bank as compensation by the successful bidder for its failure to
complete its obligations under the contract. Bank shall notify the successful bidder in writing of the exercise
of its right to receive such compensation within 14 days, indicating the contractual obligation(s) for which the
successful bidder is in default.
The bank shall also be entitled to make recoveries from the successful bidder's bills, Performance Bank
Guarantee, or any other amount due to him, the equivalent value of any payment made to him due to
inadvertence, error, collusion, misconstruction or misstatement.
The PBG may be discharged/ returned by bank upon being satisfied that there has been due performance of
the obligations of the successful bidder under the contract. However, no interest shall be payable on the PBG.
Resolution of Disputes
The bids and any contract resulting there from shall be governed by and construed according to Indian laws. All
dispute or differences whatsoever arising between the selected bidder and bank out of or in relation to the
construction, meaning and operation or effect of the Contract, with the selected bidder, or breach thereof shall be
settled amicably. If, however, the parties are not able to resolve any dispute or difference aforementioned
amicably, after issuance of 30 days’ notice in writing to the other, clearly mentioning the nature of the dispute/
differences, to a single arbitrator, acceptable to both the parties, for initiation of arbitration proceedings and
settlement of the dispute(s) and difference(s) strictly under the terms and conditions of the purchase contract,
executed between bank and the bidder. In case the decision of the sole arbitrator is not acceptable to either party,
the disputes/ differences shall be referred to joint arbitrators with one arbitrator to be nominated by each party and
the arbitrators shall also appoint a presiding arbitrator before the commencement of the arbitration proceedings.
The arbitration shall be governed by the provisions of the Rules of Arbitration of the Indian Council of Arbitration
under the exclusive jurisdiction of the courts at Delhi, India.
The award shall be final and binding on both the parties and shall apply to the purchase contract.
Work under the Contract shall be continued by the selected bidder during the arbitration proceedings unless
otherwise directed in writing by bank unless the matter is such that the work cannot possibly be continued until
the decision of the arbitrator, as the case may be, is obtained and save as those which are otherwise explicitly
provided in the Contract, no payment due or payable by bank, to the bidder shall be withheld on account of the
ongoing arbitration proceedings, if any, unless it is the subject matter or one of the subject matters thereof.
The venue of the arbitration shall be at Delhi, India under the exclusive jurisdiction of courts in Delhi.
Page 53 of 115
RFP for supply, implementation and maintenance of LOS
8.15
Delay’s in Bidder’s Performance
The bidder must strictly adhere to the implementation schedule, as specified in the purchase contract, executed
between the Parties for performance of the obligations, arising out of the purchase contract and any delay in
completion of the obligations by the bidder will enable bank to resort to any or all of the following:
1
2
Claiming Liquidated Damages
Termination of the purchase agreement fully or partly and claim liquidated damages.
3 Forfeiting of Earnest Money Deposit/ invoking EMD Bank Guarantee
8.16
Liquidated Damages
The bank will consider the inability of the bidder to deliver or install the equipment within the specified time limit
as a breach of contract and would entail the payment of Liquidated Damages on the part of the bidder. The
liquidated 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, operationalization, implementation, training,
acceptance, warranty, maintenance etc. of the LOS Solution) by the bidder.
Installation will be treated as incomplete in one/ all of the following situations:
1
2
3
4
5
Non-delivery of any component or other services mentioned in the order
Non-delivery of supporting documentation
Delivery/ availability, but no installation of the components and/ or software
No integration
System operational, but unsatisfactory to the bank
Bank may at its option demand and recover from the successful bidder(s) an amount equivalent to 1 (one) percent
of the undelivered portion of contract value for every week of delay or part thereof, subject to a maximum of the
overall contract value. Once the maximum is reached, the bank may consider termination of the contract. Similarly
for delay in services, Bank may at its option demand and recover from the successful bidder(s) an amount
equivalent to 1 (one) percent of the incomplete portion of services for every week of delay or part thereof.
Further, the bank also reserves the right to cancel the order and invoke the Bank Guarantee/ Performance
Guarantees in case of inordinate delays in the delivery/ installation of the equipment. Bank may foreclose the bank
guarantee without any notice. In the event of bank agreeing to extend the date of delivery at the request of
successful bidder(s), it is a condition precedent that the validity of Bank guarantee shall be extended by further
period as required by bank before the expiry of the original bank guarantee. Failure to do so will be treated as
breach of contract. In such an event bank, however, reserves its right to foreclose the bank guarantee.
8.17
Force Majeure
The bidder shall not be liable for forfeiture of its performance security, liquidated damages or termination for
default, if any 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.
Page 54 of 115
RFP for supply, implementation and maintenance of LOS
For purposes of this Clause, “Force Majeure” means an event explicitly beyond the control of the bidder and not
involving the bidder’s fault or negligence and not foreseeable. Such events may include Acts of God or of public
enemy, acts of Government of India in their sovereign capacity and war.
If a Force Majeure situation arises, the bidder shall promptly notify the bank in writing of such conditions and the
cause thereof within fifteen calendar days. Unless otherwise directed by the bank in writing, the bidder shall
continue to perform his obligations under the Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by the Force Majeure event. The bidder shall
immediately inform the bank on cessation of force majeure.
In such a case the time for performance shall be extended by a period(s) not less than the duration of such delay.
If the duration of delay continues beyond a period of three months, the bank and the bidder shall hold discussions
in an endeavor to find a solution to the problem. Notwithstanding the above, the decision of the bank shall be final
and binding on the bidder.
8.18
Audits
Bank can conduct any third party inspection/ audit for any phase. The bidder must make all necessary changes as
mentioned by the results of these audits. Bank will incur the cost of appointment of a third party for audit. Only
after the successful completion of the third party audits will the bidder be allowed to proceed to the next phase.
The successful Bidder(s) shall allow the bank, it’s authorized Personnel, its auditors (internal and external) and/
or other statutory authorities, and unrestricted right to inspect and audit the operations and records directly related
to the services. If the successful bidder(s) is outsourcing any portion of the above activity, it will be the
responsibility of the successful bidder(s) to ensure that the authorities/ officials as mentioned above are allowed
access to the places, systems, processes, records etc. of the activity, for inspection and verification.
The successful bidder(s) shall keep complete and accurate records of all the operations in connection with the
activities, per prevalent best practices in the industry. All books, records and information relevant to the services
shall be preserved in isolation and be presented to the bank or its designees for inspection as and when demanded.
The successful bidder(s) should recognize the right of Reserve Bank of India (RBI) to cause an inspection to be
made of the successful bidder(s)/ service provider and its books and accounts by one or more of its officers or
employees or other person.
8.19
Prices
The prices shall be quoted in Indian Rupees (INR) (without decimal places) and shall not have any effect from
variations/ fluctuations of any other currency.
The price charged by the bidder for the services performed for the LOS project shall not vary from the contracted
prices and shall remain valid for the contract period.
No adjustment of the contract price shall be made on account of variation of costs of labor and materials or any
other cost component affecting the total cost in fulfilling the obligations under the contract. The Contract price
Page 55 of 115
RFP for supply, implementation and maintenance of LOS
shall be the only payment, payable by the purchaser to the bidder for completion of the contractual obligations by
the bidder under the Contract, subject to the terms of payment specified in the Contract.
All out of pocket expenses, travelling, boarding and lodging expenses for the entire completion of the
project should be a part of the financial bid submitted by the bidder to the bank. No extra costs on account
of any items or services or by way of any out of pocket expenses, including travel, boarding and lodging
etc. will be payable by the Bank. The Bidder cannot take the plea of omitting any charges or costs and
later lodge a claim on the Bank for the same.
The price would be inclusive of all applicable taxes under the Indian law but exclusive of only applicable Service
Tax and Octroi/ Entry Tax/ equivalent local authority cess, which shall be paid/ reimbursed on actual basis on
production of bills. The prices, once offered, must remain firm and must not be subject to escalation for any reason
within the period of validity. The entire benefits/ advantages, arising out of fall in prices, taxes, duties or any other
reason, must be passed on to Bank.
8.20
Excise Duty
The Excise/ Customs duty will, however, have to be mentioned separately in the invoice and the Bank may set
off the applicable excise/ customs duty against duty-free credit scripts for which bank is eligible under Chapter 3
of foreign trade policy.
8.21
Professional Fees/ Charges
If any of the items/ activities as mentioned in the price bid and as mentioned in Annexure 6: Commercial Bill of
Materials are not taken up by the bank during the course of this assignment, the bank will not pay the professional
fees/ charges quoted by the bidder in the price bid against such activity/ item. The bank shall pay the professional
fees, only on actual basis, for which services have been availed in the contract period.
8.22
Expenses and Taxes
The cost should include all related expenses. There are no additional expenses reimbursable by the bank. The
bidder is expected to quote unit price in Indian Rupees as part of the commercial bid inclusive of all applicable
costs and taxes like customs duty, excise duty, import taxes, freight, forwarding, insurance, delivery, installation,
training etc. but exclusive of only applicable Service Tax. The bank will not pay any other taxes, cost or charges.
Any upward/ downward revision in the tax rates from the date of the bid submission will be to the account of the
bank.
The price quoted by the bidder should not change due to exchange rate fluctuations, inflation, market conditions,
increase in custom duty or excise tax.
8.23
Non-negotiability on RFP
Bank is not responsible for any assumptions or judgments made by the bidders for arriving at any type of sizing
or costing. Bank at all times will benchmark the performance of the bidder to the RFP documents circulated to
the bidders and the expected service levels as mentioned in these documents. In the event of any deviations from
Page 56 of 115
RFP for supply, implementation and maintenance of LOS
the requirements of these documents, the bidder must make the same available at no extra costs to bank, in order
to achieve the desired service levels as well as meet the requirements of these documents.
All terms and conditions, payments schedules, time frame for implementation and expected service levels per this
tender will remain unchanged unless explicitly communicated by the bank in writing to the bidders. The bidder
shall at no point be entitled to excuse themselves from any claims by bank whatsoever for their deviations in
conforming to the terms and conditions, payments schedules, expected service levels, time frame for
implementation etc. as mentioned in this RFP.
The Bidders shall adhere to the terms of this RFP and shall not deviate from the same.
8.24
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 bidder, and any such attempted sale, lease, assignment or otherwise transfer
shall be void and of no effect without the advance written consent of the bank.
8.25
Subcontracting
The bidder shall not subcontract or permit anyone other than its personnel 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.
8.26
Limitation of Liability
The aggregate liability of bidder in connection with this Agreement, the services provided by bidder for the
specific scope of work document, regardless of the form or nature of the action giving rise to such liability
(whether in contract, tort or otherwise) and including any and all liability shall be limited to the overall contract
value for the period of contract.
8.27
Contract Period
The selected bidder needs to execute a comprehensive, definitive Service Level Agreement (SLA) with the bank
covering all terms and conditions of this RFP. SLA will cover performance and availability of the solution
deployed. The performance of the selected bidder shall be reviewed every quarter, in case of major deviation in
performance against the proposed Service Levels the bank reserves the right to terminate the contract at its sole
discretion by giving three months’ notice.
Any offer falling short of the contract validity period is liable for rejection. Further bank reserves the right to
renew the contract after the expiry of the initial term on mutually agreed terms and conditions and cost.
The bank will enter into an agreement with successful bidder for the duration of the project. The bank reserves
the right to terminate the contract, if the assignment is not proceeding in accordance with the terms of contract by
issuing a notice of three months.
Page 57 of 115
RFP for supply, implementation and maintenance of LOS






8.28
Contract Continuity- The contract shall terminate only on explicit correspondence to that effect. Until
that time, successful bidder shall continue to provide the service at the contracted price per the agreement.
As and when the bank decides to change the current business model/ vendor, successful bidder has to
coordinate for migration of LOS application to the bank’s new model without causing disruption of the
LOS Services at no extra cost to the bank. The migration period and the support required from successful
bidder shall be communicated to successful bidder one month before the transition starts. Bank shall
reserve right to revise the migration period. During transition period successful bidder shall at least, but
not limited to, provide support in terms of migration support of assets and data, training and knowledge
transfer and any other type of support during the defined transition period.
In event of bidder insolvency, contract termination, and any other Force Majeure conditions, successful
bidder shall continue to provide the service without causing disruption of the services to customers of the
bank at no extra cost to the bank. Also, any interface development carried out/ customization done
specifically for bank shall be transferred to bank at no additional cost.
Successful bidder agrees to ensure that all the items/ products used for delivering services to the bank
including all components are new and are using state of the art technology. Successful bidder shall
provide such proof of the new equipment (e.g. Copy of invoice etc.) to the bank. In case of software
supplied with the system, successful bidder shall ensure that the same is licensed and legally obtained
with valid documentation made available to the bank. Successful bidder shall indemnify, protect and save
the bank against all claims, losses, costs, damages, expenses, action, suits and other proceedings, resulting
from infringement of any patent, trademarks, copyrights etc. or such other statutory infringements under
the Copyrights Act, 1957 or IT Act 2008 or any Act in force at that time in respect of all the hardware,
software and network equipment or other systems supplied by bidder to the bank from any source.
At all times during implementation/ migration/ maintenance/ business-as-usual running, selected bidder
needs to adhere to banks’ required compliances vis-à-vis security, confidentiality, integrity and
availability and also any guidelines by RBI or any other regulatory/ government agency on the same.
Bidder shall at least, but not limited to, provide support in terms of migration support of assets and data,
training and knowledge transfer and any other support during the defined transition period. There shall
be no escalation of cost during the transition period. Transition period will be for 6 months from date of
start indicated by bank.
The bank shall reserve the right to procure any or all of the components of the LOS solution including
intellectual property rights at the end of the contract period at a consideration to be mutually agreed upon
between the bank and the successful bidder.
Delays in Design, Implementation and Performance Guarantee
The bidder must strictly adhere to the project timeline schedule, for each assignment for performance of the
obligations arising out of the contract and any delay will enable the bank to resort to any or all of the following at
sole discretion of the bank.


Claiming Liquidated Damages
Termination of the agreement fully or partly
In addition to the termination of the agreement, the bank reserves the right to appropriate the damages by invoking
the performance guarantee.
Page 58 of 115
RFP for supply, implementation and maintenance of LOS
8.29
Publicity
Any publicity by the bidder in which the name of the bank is to be used should be done only with the explicit
written permission of the bank.
8.30
Privacy and Security Safeguards
The successful bidder shall not publish or disclose in any manner, without the bank's prior written consent, the
details of any security safeguards designed, developed, or implemented by the successful bidder under this
contract or existing at any bank location. The successful bidder shall develop procedures and implementation
plans to ensure that IT resources leaving the control of the assigned user (such as being reassigned, removed for
repair, replaced, or upgraded) are cleared of all Bank data and sensitive application software. The successful
bidder shall also ensure that all its employees and associated staff who are involved in providing such security
safeguards or part of it shall not publish or disclose in any manner, without the bank's prior written consent, the
details of any security safeguards designed, developed, or implemented by the successful bidder under this
contract.
8.31
Confidentiality
This document contains information confidential and proprietary to the bank. Additionally, the bidder will be
exposed by virtue of the contracted activities to internal business information of the bank, affiliates, and/ or
business partners. Disclosure of receipt of any part of the aforementioned information to parties not directly
involved in providing the services requested could result in the disqualification of the bidder, premature
termination of the contract, or legal action against the bidder for breach of trust. The information provided/ which
will be provided is solely for the purpose of undertaking the services effectively.
No news release, public announcement, or any other reference to this RFP or any program there under shall be
made without written consent of Bank. Reproduction of this RFP, by photographic, electronic, or other means is
strictly prohibited.
8.32
Adherence to Terms and Conditions
The bidders who wish to submit responses to this RFP should abide by all the terms and conditions contained in
the RFP. If the responses contain any extraneous conditions put in by the respondents, such responses may be
disqualified and may not be considered for the selection process.
8.33
Execution of SLA/ NDA
The bidder and bank should execute (a) Service Level Agreement, which would include all the service and terms
and conditions of the services to be extended as detailed herein and as may be prescribed by the Bank and (b)
Non-disclosure Agreement. The bidder should execute the SLA and NDA within one month from the date of
acceptance of the purchase order.
Page 59 of 115
RFP for supply, implementation and maintenance of LOS
8.34
Other Terms and Conditions
Bank reserves the right to:1
2
3
4
5
6
Reject any and all responses received in response to the RFP
Waive or change any formalities, irregularities, or inconsistencies in proposal format delivery
Negotiate any aspect of the proposal with any bidder and negotiate with more than one bidder at one time
Extend the time for submission of all proposals
Select the most responsive bidder (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.
7 Share the information/ clarifications provided in response to the RFP by any bidder, with any other bidder(s)/
others, in any form.
8 Cancel the RFP at any stage
9 Interview the personnel being deployed on the project
10 Conduct site visits of bidders related to proposed solution and facilities.
11 Take presentations on proposed solution of the bidders.
8.35
Substitute of Project Team Members
During the assignment, the substitution of key staff identified for the assignment will not be allowed unless such
substitution becomes unavoidable to overcome delay in implementation or is critical to meet the obligation. In
such circumstances, the bidder can do so only with the concurrence of the bank by providing other staff of the
same level of qualifications and expertise.
8.36
Professionalism
The bidder should provide professional, objective and impartial advice at all times and hold the bank’s interests
paramount. It should observe the highest standard of ethics while executing the assignment.
8.37
Adherence to Laws and Standards
The bidder should adhere to laws of land and rules, regulations and guidelines prescribed by various regulatory,
statutory and Government authorities
Bidder must ensure that the LOS solution is compliant to all existing regulatory guidelines of GOI/ RBI and also
adheres to requirements of the IT Act 2000 (including amendments in IT Act 2008) and Payment and Settlement
Systems Act 2007 and amendments thereof. The bidder must submit a self-declaration to this effect.
The bank reserves the right to conduct an audit/ ongoing audit of the services provided by the bidder. The bank
reserves the right to ascertain information from the banks and other institutions to which the bidders have rendered
their services for execution of similar projects.
Page 60 of 115
RFP for supply, implementation and maintenance of LOS
8.38
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.
Requisite power of attorney/ board resolution authorizing the signatories of the bid to respond to this RFP must
be submitted along with the bid. The selected bidder shall submit at the time of signing the contract, a certified
copy of the extract of the resolution of its board, authenticated by bank secretary, authorizing an official or officials
of the bank or a power of attorney copy to discuss or sign agreements/ contracts with the bank. The bidder shall
furnish proof of signature identification for above purposes as required by the bank.
8.39
Applicable laws and jurisdictions
The Contract with the selected bidder shall be governed in accordance with the laws of India for the time being
enforced and will be subject to the exclusive jurisdiction of Courts at Delhi (with the exclusion of all other courts).
8.40
Conflict of Interest
The bidder shall disclose to the bank in writing all actual and potential conflicts of interest that exist, arise or may
arise (either for the bidder or the bidder’s team) in the course of performing the Service(s) as soon as practical
after it becomes aware of that conflict.
8.41
Exit Management
The bidder shall promptly on the commencement of the exit management period (maximum of 6 Months or any
mutually agreed period) supply to the Bank or its nominated vendors the following:
1
2
Information relating to the current services rendered, performance data relating to the performance in relation
to the LOS and reports
Documentation relating to Intellectual Property Rights
The bidder shall provide uninterrupted services on existing terms till an alternate solution is available.
Before the expiry of the exit management period, the bidder shall deliver to the bank or its nominated vendor all
new or updated materials from the categories set out in point (1) above, and shall not retain any copies thereof,
except that the bidder shall be permitted to retain one copy of such materials for archival purposes only.
8.42
Transfer of Agreements
On request by the bank or its nominated vendor, the bidder shall effect such assignments, transfers, innovations,
licenses and sub-licenses in favor of the bank or its nominated vendor, in relation to any equipment lease,
maintenance or service provision agreement between the bidder and nominated vendor, and which are related to
the services and reasonably necessary for the carrying out of replacement services.
Page 61 of 115
RFP for supply, implementation and maintenance of LOS
The bank and its appointed nominees shall have the right of access to premises where the assets are hosted or
from where services are being provisioned.
8.43
Payment Terms
8.43.1 Loan application implementation
The Payment will be made on the achievement of the milestones mentioned as under:
Milestone
After SRS Sign-off from Bank for respective
loan product (e.g. retail loans, SME loans)
Delivery of the software (as per finalized SRS),
User Acceptance and pilot implementation.
(Pilot implementation means Implementation of
all the functionalities at Branches) for respective
loan product (e.g. retail loans, SME loans)
Pilot Go-Live of respective loan product (e.g.
retail loans, SME loans)
Go-Live of respective loan across the bank (e.g.
retail loans, SME loans)
After 6 months of go live of the product in the
last location for respective loan product (e.g.
retail loans, SME loans)
License fee (%)
10%
Implementation fee (%)
--
10%
--
20%
50%
80%
10%
20%
Note: The payment of AMC ATS and support services shall be made on quarterly basis in arrears after successful
go-live of respective loan products across the bank.
8.43.2 Hardware deployment
The Payment will be made on the achievement of the milestones mentioned as under:
Milestone
Delivery and installation of hardware
Deployment of RDBMS and other software
Pilot go-live of retail loan
go-live of retail loan
After 6 months of go – live of the first loan
product across the bank.
Hardware and
OS fee (%)
60%
10%
20%
10%
RDBMS and other
software
60%
10%
20%
10%
The AMC/ ATS and support services cost shall be paid on a quarterly basis on arrears after successful completion
of stabilization phase, subject to satisfactory services rendered, till that date. In case of delayed delivery or
incomplete delivery, the date of receipt of the complete and final component as per the SRS shall be treated as
delivery date.
Page 62 of 115
RFP for supply, implementation and maintenance of LOS
8.43.3 Fees for deploying Application Helpdesk
The fees for deploying Application Helpdesk would be payable quarterly, at the end of the quarter, on actual, as
per the bill submitted by the bidder and on verification of the bank.
8.43.4 Training Costs
100% of the payment for the training costs will be made by the bank on successful completion of the number of
batches of training at every end of the respective quarter.
8.43.5 Other Payment Terms
1
2
3
4
5
6
7
8
At all times bank would be paying only for the services/ application modules/ hardware utilized by the bank
or deployed in production. At no point, Bank would pay for the services/ modules/ infrastructure that is not
deployed for the Bank’s use.
Also, the payments for each month/ quarter (as applicable) will be made only after the acceptance of the
milestones and relevant activities/ deliverables for that month/ quarter. Any delay in achievement of the
milestones or deliverables will result in further delay of the payment.
The Bidder recognizes that all payments to the bidder under this RFP and subsequent agreement are linked to
and dependent on successful achievement and acceptance of milestones/ deliverables/ activities set out in the
project plan and therefore any delay in achievement of such milestones/ deliverables/ activities shall
automatically result in delay of such corresponding payment.
Bidders have to provide the prices for implementation across all the branches. TCO will be calculated as the
summation of the grand total of the price bid and all the items mentioned as additional items.
No payments would be made to the bidder during the pilot phase. The payment for pilot will be made only
after acceptance of all the proposed solutions according to the bill of material provided by the bidder.
The reasons like non-familiarity with the site conditions and/ or existing IT infrastructure will not be
considered as a reason for any delay or extra claims whatsoever.
The fees payable by the bank to bidder shall be inclusive of all costs such as insurance, taxes (including service
tax, as per the rates applicable), custom duties, levies, cess, transportation, installation, (collectively referred
to as “Taxes”) that may be levied, imposed, charged or incurred and the Bank shall pay the fees due under
this RFP and subsequent agreement after deducting any tax deductible at source (“TDS”), as applicable. The
bidder will need to provide the details for the tax rates as considered in the pricing. This will be used for
subsequent tax changes. The Bank shall pay each undisputed invoice raised in accordance with this RFP and
subsequent agreement, within reasonable time after its receipt unless otherwise mutually agreed in writing,
provided that such invoice is dated after such Fees have become due and payable under this RFP and
subsequent agreement.
Any objection/ dispute to the amounts invoiced in the bill shall be raised by the bank within reasonable time
from the date of receipt of the invoice. Upon settlement of disputes with respect to any disputed invoice(s),
the bank will make payment within reasonable time after the settlement of such disputes. All out of pocket
expenses, travelling, boarding and lodging expenses for the entire Term of this RFP and subsequent agreement
is included in the amounts and the Bidder shall not be entitled to charge any additional costs on account of
any items or services or by way of any out of pocket expenses, including travel, boarding and lodging etc.
Page 63 of 115
RFP for supply, implementation and maintenance of LOS
9
All the payments becoming due during each of the quarters of the contract period will be paid at the end of
the respective quarter. The first quarter for this purpose will end after 3 months from date of signing of the
contract or master agreement/ service level agreement with the bank.
Page 64 of 115
RFP for supply, implementation and maintenance of LOS
9
Instructions to Bidders
9.1
Three-stage bidding process











9.2
The bids in response to this RFP must be submitted in three parts, i.e. Confirmation of Eligibility Criteria
(along with the EMD), ‘Technical Bid’ (TB) and ‘Commercial Bid’ (CB).
The mode of submission of Confirmation of Eligibility Criteria, Technical Bid (TB) and Commercial
Bid (CB) shall be both online and offline.
One copy each of the Confirmation of Eligibility Criteria (with the EMD and RFP fee if applicable) and
the technical bid must be submitted at the same time, giving full particulars in separate sealed envelopes
at the bank’s address mentioned above, on or before the schedule given above. All envelopes should be
securely sealed and stamped. The hard copy of the bid document shall be treated as final in case of any
discrepancy with the soft copy.
Bidders are permitted to submit only one technical bid and relevant commercial bid. More than one
technical and commercial bid should not be submitted.
All LOS application OEMs have to ensure that their product is proposed by one and only one Bidder/ SI
or by themselves. In case more than one bid propose the same LOS application, bank may at its own
discretion may choose to reject all such bids.
Receipt of the bids shall be closed as mentioned in the bid schedule. Bids received after the scheduled
closing time will not be accepted by the Bank under any circumstances.
Earnest Money Deposit must accompany all tender offers as specified in this tender document. Bank
Guarantee Performa for EMD should accompany the Confirmation of Eligibility Criteria and should not
be mixed with the Technical Bid.
All Schedules, Formats and Annexures should be stamped and signed by an authorized official of the
bidder’s company.
The bidder is expected to examine all instructions, forms, terms and conditions and technical
specifications in the bidding documents. Failure to furnish all information required by the bidding
documents or submission of a bid not substantially responsive to the bidding documents in every respect
will be at the bidder’s risk and may result in rejection of the bid.
No rows or columns of the tender should be left blank. Offers with insufficient information are liable to
rejection.
The bid should contain no interlineations, erasures or over-writings except as necessary to correct errors
made by the bidder. In such cases, the person/ s signing the bid should initial such corrections.
Technical Bid
The technical bid should be complete in all respects and contain all information asked for, except prices. The
technical bid should include all items asked for in Annexure 2: Technical Bill of Material and other formats
present in the annexures to this RFP. The technical bid should be complete to indicate that all products and services
asked for are quoted and should give all required information.
A masked copy of the original commercial offer should also be submitted with the Technical Bid, failing which
the bid will be rejected.
Page 65 of 115
RFP for supply, implementation and maintenance of LOS
The technical bid envelope should also include the CD containing the soft copy of the Technical bid with annexure
and formats. However, it should not contain price related information, failing which the bid will be rejected
outright.
The bidder should provide a compliance statement for all the specifications of technical requirements against each
item. In case any technical variance/ deviation is offered, the same must be highlighted along with the pros and
cons stated in separate columns. The bank at its sole discretion may reject the bid with technical deviations/
variance. All relevant product information such as user manuals, technical specifications sheet etc. should be
submitted along with the offer. Failure to submit this information along with the offer could result in
disqualification of the bid.
The bank, at its discretion, may not evaluate a technical bid in case of non-submission or partial submission of
technical details.
It is mandatory to provide the technical details in the exact format of bidder’s information as explained above.
The offer may not be evaluated by the bank in case of non-adherence to the format or non-submission/ partial
submission of technical details per the format given in the tender. The bank will not permit changes in the technical
specifications once submitted. The relevant information, printed brochure, technical specification sheets etc.
should be submitted along with the offer. Failure to submit this information along with the offer could result in
disqualification.
9.3
Commercial Bid
The commercial bid should be submitted online as well as in physical form per Annexure 6: Commercial Bill of
Materials and should be without any conditions. In case there is a deviation required by the bidder on the
commercial bid format, the same should be intimated to the bank in writing before the last date for submission of
queries. The bank reserves the right to accept or reject the alternate commercial bid format proposed by the bidder.
9.4
Submission of Bids
The bank expects the bidders to carefully examine all instructions, terms and conditions mentioned in this RFP
document before submitting its unconditional compliance as part of the RFP. Failure to furnish all information
required or submission of an RFP not substantially responsive to the RFP in every respect will be at the bidder’s
risk and may result in the rejection of its response.
In addition, the bid in the online mode shall be submitted by the bidder at bank’s e-Tendering portal
https://obc.abcprocure.com
9.5
Sealing and Marking of Bid
1
2
Sealed Envelope A (for bid amount submission)
 DD for RFP fee (if not paid already at the time of RFP procurement)
Sealed Envelope B (Confirmation of Eligibility Criteria) should contain:
Page 66 of 115
RFP for supply, implementation and maintenance of LOS
3
4
5
6
 Bank Guarantee Performa for EMD and labelled accordingly
 Annexure 5: Confirmation of Eligibility
 Documents supporting the response provided for Annexure 5
Any other documents deemed relevant by the bidderSealed Envelope C (Technical Bid) should contain:
 Write up on the solution proposed by the bidder as a response to this RFP
 Documents supporting documents for the Technical Bid
 Annexure 1: Functional & Technical Specifications
 Annexure 2: Technical Bill of Material
 Annexure 3B: Technical Bid Format
 Annexure 3D: Proposed Agency Profile
 Annexure 3E: Confirmation of Terms and Conditions
 Annexure 3F: Tender Offer Cover Letter
 Annexure 3G: Proposed Team Profile
 Annexure 3H: Manufacturer’s Authorization Form
 Annexure 3J: Compliance Statement
 Annexure 4: Submission Checklist
 Annexure 6: Commercial Bill of Materials (Masked)
 Annexure 8: Bid Undertaking Letter
 Annexure 10: Resource Deployment Plan during Implementation Phase
 Annexure 12: Hardware Specifications
 Annexure 13: LOS Product Vendor Undertaking
 Any other documents deemed relevant by the bidder
 CD containing technical response along with all relevant annexure.
Both Envelope B and C should be placed inside a master Sealed Envelope D
Sealed Envelope E (Commercial Bid) should contain:
 Annexure 3C: Commercial Compliance Certificate
 Annexure 6: Commercial Bill of Materials
Envelopes A, B, C, D and E should have the following inscriptions:
 Top left corner: Contents
 Top right corner: Bid Reference Number and Due Date
 Centre: Address of Bank as stated below
 Bottom left corner: Name, address, contact number and e-mail ID of bidder
Bids duly sealed should be submitted at the below address on or before the last Date and Time for bid submission.
Any other mode of submission, e.g. by courier, fax, e-mail etc. will not be accepted.
Department of Information Technology
Corporate Office
Page 67 of 115
RFP for supply, implementation and maintenance of LOS
Oriental Bank of Commerce
Plot No. 5, Sector 32
Gurgaon – 122001
9.6
Late Bids
Any bid received after the due date and time for receipts of bids as prescribed in this RFP will be rejected and
returned unopened to the bidder.
9.7
Opening of Bids
Bids received within the prescribed closing date and time will be opened in presence of bidders’ representatives
who choose to attend the opening of the tender on the specified date and time as mentioned earlier in the tender
document. The bidder’s representatives present shall sign a register of attendance and minutes and they should be
authorized by their respective companies to do so. A copy of the authorization letter should be brought for the
bank to verify.
The bids shall be opened in 2 phases.
1
2
In Phase 1, the Confirmation of Eligibility Criteria and the Technical Bid will be opened per the schedule
given in the RFP by Technical Bid Opening Committee of Bank appointed for the purpose in the presence of
bidder(s) who choose to attend the meeting and sign a register evidencing their attendance. However, the
Technical Bid will be evaluated only for the bidders who satisfy all the eligibility criteria.
In Phase 2, Commercial Bids of only bidders who meet the Technical Evaluation cut-off shall be opened in
the presence of bidders’ representatives who choose to attend, at the time, on the date, and at the place that
will be communicated to them. The bidders’ representatives who are present shall sign a register evidencing
their attendance.
The bidders’ names, bid modifications or withdrawals, bid prices, discounts, and the presence or absence of the
requisite bid security and such other details as the bank, at its discretion, may consider appropriate, will be
announced at the commercial bid opening.
Bank reserves the right to take the services of any one or more external agencies for total evaluation of the proposal
submitted by the bidder. However, the final decisive parameters would be at the sole discretion of the bank and
the bank is not liable to disclose either the criteria or the evaluation report/ reasoning to the bidder(s).
9.8
Clarification of Bids
During the bid evaluation, the bank may, at its discretion, ask the bidders for clarifications with respect to their
bids. The request for clarification and the response shall be in writing, and no change in the price or substance of
the bid shall be sought, offered or permitted. Bank has the right to disqualify the bidder(s) whose clarifications
are found not suitable for the requirement according to the scope of the work.
Page 68 of 115
RFP for supply, implementation and maintenance of LOS
9.9
Address for Communication
Point of Contact:
Address:
Deputy General Manager
Department of Information Technology
Corporate Office,
Oriental Bank of Commerce
Plot No. 5, Sector 32, Gurgaon – 122 001
dit@obc.co.in
Email Id:
9.10
Technical Proposal Content
Sr.
1
Section
General Information and
mandatory Forms
2
Proposed Solution
Content
 General Information about the bidder including capability,
centre of excellence, teams etc.
 Forms/ Details as per annexures







3
Past Experience


Solution details including proposed LOS solution, the
proposed modules or components of LOS product, any
other solution component required to meet OBC’s
functional and technical requirements
By means of diagrammatic/ pictorial representations, the
Bidder should provide complete details of the hardware,
software and network architecture of the LOS solution.
Functional coverage of the solution and One to One
mapping of OBC’s functional requirement with LOS
solution module/ component proposed. Details of any third
party solution, their description and purpose (if proposed).
Functional requirement compliance sheet as per Annexure
1: Functional and Technical Specifications
Technical coverage of solutions (Servers, Database, Test
environment etc.) including proposed IT landscape. Bidder
should mention any specific requirements related to their
solution (Network bandwidth, security components etc.)
Technical requirement compliance sheet as per Annexure 1:
Functional and Technical Specifications
Bill of Material for proposed LOS solution and hardware
components
Bidder to provide client details as per format in Annexure 1:
Functional and Technical Specifications sheet named “Past
Experience Details”
Bidder is required to substantiate the details provided in
Annexure 1: Functional and Technical Specifications sheet
Page 69 of 115
RFP for supply, implementation and maintenance of LOS
Sr.
Section
4
Project Approach and
Methodology
Content
named “Past Experience Details” with a letter from the bank
signed by designated official from the bank, confirming
scope of work, date/ period of implementation and other
relevant details.
 Bidder is expected to provide a comprehensive
understanding of best practices related to similar
implementation projects from their past experience.






5
Project Governance



Bidder is expected to provide their Approach and
Methodology for implementation of project.
Project Methodology should contain but not limited to
following:
o Overall implementation methodology (Objective of
phases, deliverables at each phase, etc.)
o Methodology for performing business design
o Methodology for quality control and testing of
configured system
o Methodology of internal acceptance and review
mechanism for deliverables by the bidder.
o Proposed Acceptance criteria for deliverables
o Methodology and approach along with proposed tools
and processes which will be followed by the bidder
during project implementation
Change Management and Training Plan
Risk and Quality management plan
Bidder should propose comprehensive project plan for
implementation, meeting RFP requirements. (Bidder may
propose a timeline equal to or lesser than that of mentioned
in the RFP)
Bidder should articulate how proposed approach and
methodology, proposed project plan, proposed teams,
Subject Matter Expertise and specific capabilities deployed
shall meet the requirements of OBC
Bidder should mention proposed Governance structure
including designation of representatives in the Governance
structure for the project
Bidder should provide escalation matrix and interaction
frequency with OBC stake holders.
Frequency of meetings at as per Governance structure
proposed and sample of progress report/ deliverables shared
at various levels of interactions.
Page 70 of 115
RFP for supply, implementation and maintenance of LOS
Sr.
6
Section
Resource Deployment
7
Warranty, AMC/ ATS and
Support and Maintenance
Services
Content
 Details of team for implementation and profiles highlighting
past experience, Educational Qualification etc. as per
Annexure 10: Resource Deployment Plan during
Implementation Phase and Annexure 3G: Proposed Team
Profile
 Resource mobilization and deployment plan as per project
plan shared
 Roles and Responsibility of deployed team members
 Bidders can propose any additional role and profile as per
their experience in same format
 Replacement mechanism to bring new team members due
to attrition or reasons beyond the control of successful
bidder









8
9.11
Optional Supplementary
Information

Overview of support methodology offered in Warranty,
AMC/ ATS and Support & Maintenance phase
Detailed bill of services offered for Warranty, AMC/ ATS
and Support and Maintenance services
Detailed support model for services under support and
Maintenance
Detailed Bill of Material of tools and technology proposed
and purpose served for Support and Maintenance services
Team structure and details of team for Support &
Maintenance services and profiles highlighting past
experience, Educational Qualification etc. as per Annexure
10: Resource Deployment Plan during Implementation
Phase
Year wise deployment plan including Service Window
coverage
Roles and Responsibility of deployed team members
Governance Mechanism and Escalation Matrix during
Support & Maintenance Phase
Sample SLA reports and other reports to be shared with
OBC during Support & Maintenance phase
Additional information directly relevant to the scope of
services provided in the RFP may be submitted to
accompany the proposal.
Non-Transferable Tender
This tender document is not transferable. Only the bidder who has purchased this tender form is entitled to quote.
Page 71 of 115
RFP for supply, implementation and maintenance of LOS
9.12
Soft Copy of Tender Document
The soft copy of the tender document will be made available on the Bank’s website. However, the Bank shall not
be held responsible in any way, for any errors/ omissions/ mistakes in the downloaded copy. The bidder is advised
to check the contents of the downloaded copy for correctness against the printed copy of the tender document.
The printed copy of the tender document shall be treated as correct and final, in case of any errors in the soft copy.
The bidders who are submitting the bid by downloading from the Bank’s website will have to pay the nonrefundable fee while submitting the bid. The same should not be included in any other envelope and should be
submitted in a separate envelope.
9.13
Bid validity period
The offer should hold good for a period of 180 days from the last date of bid submission.
9.14
Pre bid meeting
For clarification of doubts of the bidders on issues related to this RFP, the bank intends to hold a Pre-Bid Meeting
on the date and time as indicated in the RFP.
For any clarification with respect to this RFP, the bidder may send an email to dit@obc.co.in. The format to be
used for seeking clarification is mentioned in Annexure 7: Pre Bid Query Format. It may be noted that all queries,
clarifications, questions etc., relating to this RFP, technical or otherwise, must be in writing only and should be to
the designated e-mail ID as stated earlier.
Written requests for clarification may be submitted to the bank at least 2 days prior to pre-bid meeting and
clarifications for such queries shall be provided by bank or its representative in the meeting. It may be noted that
no queries of any bidder shall be entertained after the last date for submission of queries via e-mail. Only two
authorized representatives of the bidders who have purchased the RFP will be allowed to attend the meeting.
9.15
Rejection of Bids
The bank reserves the right to reject any or all the bids or scrap the bidding process at any stage without assigning
any reason. The Earnest Money Deposits in such event will be returned by the bank. However, the participation
fee will not be refunded.
9.16
Business Rules for reverse auction
9.16.1 Applicability
1
2
Reverse auctions are carried out under the framework of rules that are called Business Rules.
All bidders participating in reverse auction shall understand/accept and give an undertaking for compliance
with the same to the Bank in the prescribed format Annexure 3J: Compliance Statement.
Page 72 of 115
RFP for supply, implementation and maintenance of LOS
3
Any bidder not willing to submit such an undertaking shall be disqualified for further participation in the eprocurement process in question.
9.16.2 Compliance/Confirmation from Bidder
The bidders participating in reverse auction shall submit the following documents duly signed by the same
Competent Authority who signs the offer document in response to the RFP:
1
2
3
Acceptance of Business Rules for Reverse Auction and undertaking as per format in Annexure 3J:
Compliance Statement.
Agreement between bidder and vendor supporting the reverse auction. (This format will be given by the OEM
prior to Reverse Auction.)
Letter of authority authorizing the official/s to take part in Reverse Auction as per format in Annexure 3J:
Compliance Statement.
9.16.3 Training to bidders:
1
2
3
4
5
6
The Bank will facilitate training for participation in reverse auction either on its own or through the service
provider for the reverse auction.
On request where necessary, the Bank/service provider may also conduct a ‘mock reverse auction’ to
familiarize the bidders with reverse auction process.
Any bidder not participating in training and/or ‘mock reverse auction’ shall do so at his own risk and it shall
not be open for him to make any request / complaint / grievance later.
Each bidder shall participate in the training at his / their own cost.
The venue, date, time etc. for training in reverse auction shall be advised at the appropriate time.
No request for postponement/fixing of training date/time shall be entertained which in the sole view and
discretion of the Bank might result in any avoidable delay to either the Reverse Auction or the whole process
of selection of bidder.
9.16.4 Date/time of reverse auction
1
2
The date and time of commencement of reverse auction as also duration of ‘Reverse Auction Time’ shall be
communicated at least 4 working Days prior to such auction date.
Any force majeure or other condition leading to postponement of auction shall entitle the Bank to
postponement of auction even after communication, but the Bank shall be obliged to communicate to all
participating bidders the ‘postponement’ prior to commencement of such ‘Reverse Auction’.
9.16.5 Conduct of Reverse Auction
1
2
The reverse auction shall be conducted on a specific web portal meant for this purpose.
The reverse auction may be conducted by the bank itself or through a service provider specifically
identified/appointed/empanelled by the bank.
Page 73 of 115
RFP for supply, implementation and maintenance of LOS
9.16.6 Proxy Bid
1
2
3
Through proxy bid provision in the reverse auction process the bidder can feed in the system directly in strict
confidence the initial quote and the lowest bid amount up to which it intends to quote. The system
automatically will keep his quote decreasing by specified decremented amount as soon as some other bidder
quotes amount lower than proxy bidder’s last quote. This obviates the need for him participating in the bidding
process until the proxy bid amount is decremented reached by other bidders.
When proxy bid amount is reached, the bidder has an option to revise the proxy bid amount or he can prefer
to start participating in bidding process.
The service provider will clarify the proxy bidding in detail during training.
9.16.7 Transparency in Bids
1
All bidders will be able to view during the auction time the current lowest price in portal. Bidder shall be able
to view not only the lowest bid but also the last bid made by him at any point of time during the auction time.
9.16.8 Masking of Names
1
2
Names of bidders shall be masked in the Reverse Auction process and bidders will be given suitable dummy
names.
After completion of Reverse Auction, the service provider / auctioneer shall submit a report to the Bank with
all details of bid and the original names of the bidders as also the L1 bidder with his / their original names.
9.16.9 Start Price
1
Reverse Auction process shall commence at and after electronically loading the “START-UP PRICE” on the
basis of lowest TCO arrived at after evaluation of commercial bids or lesser than the lowest TCO arrived as
evaluated by the Bank
9.16.10 Decremented Bid Value
1
2
The bidders shall be able to bid only at a specified decrement value or multiple thereof and not at any other
fractions. The Bid decrement value for each line item or for composite value shall be decided by the
Competent Authority depending upon the nature and the value of equipment being procured.
For the sake of convenience of bidders, the web portal shall display the next possible decremented value of
bid. It is not, however, obligatory on the part of bidders to bid at the next immediate lower level only. (That
is, bids can be even at 2 or 3 lower levels than the immediate lower level.)
9.16.11 Reverse Auction Process
1
2
3
In order to reduce the time involved in the procurement process, Bank shall be entitled to complete the entire
procurement process through a single Reverse Auction or in multiple Reverse Auctions by splitting the items
of bill of material in different lots.
The Bank shall however, be entitled to cancel the Reverse Auction process, if in its view procurement or
Reverse Auction process cannot be conducted in a fair manner and / or in the interest of the Bank.
The successful bidder shall be obliged to provide a Bill of Material at the last bid price at the close of auction.
Page 74 of 115
RFP for supply, implementation and maintenance of LOS
9.16.12 Changes in Business Rules
1
2
3
Any change in Business Rules as may become emergent and based on the experience gained may be made
by the Bank.
Any/ all changes made in Business Rules shall be uploaded in the Website of the Bank www.obcindia.co.in
immediately.
If any reverse auction process has commenced and a change is made in Business Rules, it shall be informed
immediately to each bidder participating in the Reverse Auction and his concurrence to/ acceptance of the
change shall be obtained in writing by the Bank.
9.16.13 Don’ts applicable to the Bidders
1
2
3
No bidder shall involve himself/ itself or any of his/ its representatives in any price manipulation directly or
indirectly with other bidders. If any such practice comes to the notice, Bank shall disqualify the bidders
concerned from the e-Procurement process.
Bidder shall not disclose details of his bids or any other details concerning Reverse Auction process of the
Bank to any other third party without specific permission in writing from the Bank.
Neither Bank nor service provider/ auctioneer can be held responsible for consequential damages such as no
power supply, system problem, inability to use the system, loss of electronic information, power interruptions,
UPS failure, etc. at bidders’ place. (Bank shall, however, entertain any such issues of interruptions, problems
with open mind and fair degree of transparency in the process before deciding to stop or extend the auction.)
9.16.14 Errors and omissions
1
9.17
On any issue or area of material concern respecting e-Procurement not specifically dealt with in these Business
Rules, the decision of the bank shall be final and binding on all concerned.
Award of Contract
Following the evaluation, contract may be awarded to the bidder whose bid meets the requirements of this RFP
and provides the best value to the bank from both a techno-functional and commercial point of view. The Bank
reserves the right to award the contract in whole or in part.
The acceptance of the bid, subject to contract, will be communicated by way of placing a purchase order in writing
at the address supplied by the bidder in the bid document. Any change of address of the bidder should therefore
be notified promptly to the Deputy General Manager at the address given in this RFP.
9.18
Signing of Contract
The successful bidder(s) shall be required to enter into a contract with bank, within thirty (30) days of the award
of the work or within such extended period, as may be specified by bank. The contract shall be based on this RFP
document, P.O, and such other terms and conditions as may be determined by bank to be necessary for the due
performance of the work, as envisaged herein and in accordance with the bid. However the terms and conditions
of purchase order and RFP shall constitute a binding contract till such a contract is issued.
Page 75 of 115
RFP for supply, implementation and maintenance of LOS
9.19
Legal Compliance
1
2
3
9.20
The successful bidder hereto agrees that it shall comply with all applicable union, state and local laws,
ordinances, regulations and codes in performing its obligations hereunder, including procurement
of license, permits and certificates and payment of taxes where required. If at any time during the
term of this agreement, the bank identifies or information comes to the bank's attention that the
successful bidder is or may be in violation of any law, ordinance, regulation, or code (or if it is so
decreed or adjudged by any court, tribunal or other authority), the bank shall be entitled to terminate this
agreement with immediate effect.
The successful bidder shall maintain all proper records, particularly but without limitation accounting
records, required by any law, code, practice or corporate policy applicable to it from time to time
including records, returns and applicable documents under the Labour Legislation.
The successful bidder shall ensure payment of minimum wages to persons engaged by it as fixed from
time to time under the Minimum Wages Act, 1948. In case the same is not paid, the liability under the
act shall solely rest with the successful bidder.
Amendment to Contract
No variation in or modification of the conditions of the contract shall be made except by written amendment
signed by the parties.
Page 76 of 115
RFP for supply, implementation and maintenance of LOS
10
List of Abbreviations
Acronym
AM
AMC
AMC
ARA
ATS
ATS
BOM
CB
CD
CGTMSE
CGTMSE
CRM
DC
DMA
DMA
DR
DST
DST
EMD
FR
GUI
IT
LOS
NBFC
NDA
OBC
OGC
OGC
PB
PBG
PE
PO
PoP
PoP
PSU
RCA
RDBMS
RFP
SCB
SI
SLA
TB
Full Form
Approach and Methodology
Annual Maintenance Contract
Annual Maintenance Contract
At risk amount
Annual Technical Support
Annual Technical Support
Bill of Materials
Commercial Bid
Compact Disk
Credit Guarantee Fung Trust for Micro and Small Enterprise
Credit guarantee fund trust for micro and small enterprise
Customer Relationship Management
Data Center
Direct Marketing Agents
Direct Marketing Agents
Disaster Recovery
Direct Sales Team
Direct sales team
Earnest Money Deposit
Functional Requirements
Graphical User Interface
Information Technology
Loan Origination System
Non-Banking Financial Company
Non-Disclosure Agreement
Oriental Bank of Commerce
Oriented Green Card
Oriented Green Card
Project Demonstration & Bid Presentation
Performance Bank Guarantee
Past Experience
Purchase Order
Point of Presence
Point of presence
Public Sector Undertaking
Root cause analysis
Relational Database Management Systems
Request for Proposal
Scheduled Commercial Bank
System Integrator
Service Level Agreement
Technical Bid
Page 77 of 115
RFP for supply, implementation and maintenance of LOS
Acronym
TCO
TR
Full Form
Total Cost of Ownership
Technical Requirements
Page 78 of 115
RFP for supply, implementation and maintenance of LOS
11
Annexure
11.1
Annexure 1: Functional and Technical Specifications
The functional and technical specifications of the required loan origination system along with the requirements
for project management methodology, past experience details and reference site details are mentioned in the file
attached as Annexure 1 Functional and Technical Specifications.
Page 79 of 115
RFP for supply, implementation and maintenance of LOS
11.2
Annexure 2: Technical Bill of Material
11.2.1 Software Licenses
Sl.
No.
Particulars
1
2
3
Retail Loans
SME Loans
Agriculture
Loans
Corporate
Loans
…
4
OEM
Make/
Model
Latest Version
and Proposed
Version
Licensing
Model
No of
Units
Reference
Latest Version and
Proposed Version
No of
Units
Reference
11.2.2 Operating System & Database
Sl.
No
1
1.1
1.2
1.3
1.4
1.5
2
2.1
2.2
2.3
2.4
2.5
Particulars
OEM
Make/Model
Operating System
App1…..
App2…..
App3…..
…
…
Database
App1…..
App2…..
App3…..
…
…
11.2.3 Hardware
Sl.
No
Particulars
Quantity
Make/
Model
OS
CPU
Clock
Speed
Specification
with No. of
Cores
RAM
Reference
Primary Data Center
Application Servers
1
1.1
Page 80 of 115
RFP for supply, implementation and maintenance of LOS
Sl.
No
Particulars
Quantity
Make/
Model
OS
CPU
Clock
Speed
Specification
with No. of
Cores
RAM
Reference
1.2
1.3
1.5
…
Web Server
2
2.1
2.2
2.3
2.4
2.5
Database Server
3
3.1
3.2
…
Disaster Recovery Site
Application Servers
1
1.1
1.2
1.3
1.4
…
Web Server
2
2.1
2.2
2.3
2.4
2.5
Database Server
3
3.1
3.2
…
Test and Development Environment
Servers
1
1.1
1.2
1.3
1.5
Page 81 of 115
RFP for supply, implementation and maintenance of LOS
11.3
Annexure 3A: Bank Guarantee Performa for Earnest Money Deposit (EMD)
(To be stamped in accordance with stamp act)
Date:
Bank Guarantee no.:
Department of Information Technology
Corporate Office,
Oriental Bank of Commerce
Plot No. 5, Sector 32, Gurgaon – 122 001
Dear Sirs,
In accordance with your proposal reference no. ______________________________ dated _______________
M/s______________________________________ having its registered office at ______________________
________________________ herein after called ‘bidder’) wish to participate in the said proposal for supply,
customization, installation, and maintenance of software at Oriental Bank of Commerce having its Head Office
at Plot No. 5, Sector -32, Institutional Area, Gurgaon- 122001.
An irrevocable Financial Bank Guarantee (issued by a nationalized / scheduled commercial Bank) against Earnest
Money Deposit amounting to Rupees __________, Rupees (in words)___________valid up to __________ is
required to be submitted by the bidder, as a condition for participation in the said bid, which amount is liable to
be forfeited on happening of any contingencies mentioned in the proposal document.
M/s_________________________________ having its registered office at ______________ has undertaken in
pursuance of their offer to Oriental Bank of Commerce _____________________________________
(hereinafter called as the beneficiary) dated __________ has expressed its intention to participate in the said
proposal and in terms thereof has approached us and requested us ___________________________
Bank________________________ to issue an irrevocable financial Bank Guarantee against Earnest Money
Deposit amounting to Rupees ________valid up to _______________.
We, the ________________________ Bank at _______________________having our Head office at
____________________therefore Guarantee and undertake to pay immediately on first written demand by
Oriental
Bank
of
Commerce,
the
amount
of
Rupees
_________________
Rupees___________________________________________________________________________________
__________________________________________________ without any reservation, protest, demur and
recourse in case the bidder fails to comply with any condition of the proposal or any default in violation against
the terms of the bid, without the beneficiary needing to prove or demonstrate reasons for its such demand. Any
such demand made by said beneficiary shall be conclusive and binding on us irrespective of any dispute or
difference raised by the bidder.
This guarantee shall be irrevocable and shall remain valid up to _______________. If any further extension of
this Guarantee is required, the same shall be extended to such required period (not exceeding one year) on
Page 82 of 115
RFP for supply, implementation and maintenance of LOS
receiving instructions in writing, from (______________________________________) on whose behalf
guarantee is issued.
In witness whereof the Bank, through its authorized officer has set its hand stamped on this _____________ Day
of ______________2014 at __________________
Signed, sealed and delivered by Mr. ………
For and on behalf of the Guarantor to do so and
to affix the seal of the Bank, in the presence of.
Page 83 of 115
RFP for supply, implementation and maintenance of LOS
11.4
Annexure 3B: Technical Bid format
Particulars to be provided by the bidder in the technical proposal
RFP no. OBC/HO/DIT/RFP_LOS/15/2014 for Supply, Implementation and Maintenance of Loan Origination
System dated 1-Dec-2014.
S. No.
1
2
3
4
5
6
7
8
9
10
11
12
Particulars
Name of the bidder
Year of establishment and constitution
Certified copy of “Partnership Deed” or
“Certificate of Incorporation” should be
submitted as the case may be.
Location of Registered office /Corporate office
and address
Mailing address of the bidder
Names and designations of the persons
authorized to make commitments to the Bank
Telephone and fax numbers of contact persons
E-mail addresses of contact persons
Description of business and business
background
Service Profile & client profile
Domestic & International presence
Alliance and joint ventures
Gross revenue of the bidder (not of the group)
2011-2012
2012-2013
2013-2014
Net Profit of the bidder (not of the group)
2011-2012
2012-2013
2013-2014
Documentary proofs are to be enclosed
Details of the similar assignments executed by
the bidder (Name of the Bank, time taken for
execution of the assignment and documentary
proofs from the Bank are to be furnished)
Details of the bidder’s proposed
methodology/approach for providing services to
the Bank with specific reference to the scope of
work.
Details to be furnished by the bidder
Declaration:
1
We confirm that we will abide by all the terms and conditions contained in the RFP.
Page 84 of 115
RFP for supply, implementation and maintenance of LOS
2
3
4
5
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.
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.
We confirm that this response, for the purpose of short-listing, is valid for a period of 180 days, from the date
of expiry of the last date for submission of response to RFP.
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 85 of 115
RFP for supply, implementation and maintenance of LOS
11.5
Annexure 3C: Commercial Compliance Certificate
RFP No: OBC/HO/DIT/RFP_LOS/15/2014
Date: dd/mm/2014
To,
The Deputy General Manager
Department of Information Technology
Corporate Office,
Oriental Bank of Commerce
Plot No. 5, Sector 32, Gurgaon – 122 001
Dear Sir,
Sub: RFP no. OBC/HO/DIT/RFP_LOS/15/2014 for Supply, Implementation and Maintenance of Loan
Origination System dated 1-Dec-2014.
Having examined the Bidding Documents the receipt of which is hereby duly acknowledged, we, the undersigned,
offer to supply and work as bidder as mentioned in the RFP document & in conformity with the said bidding
documents for the same.
I / We undertake that the prices are in conformity with the specifications prescribed.
I / We agree to abide by this bid for a period of 180 (One hundred and eighty only) days after the date fixed for
bid opening and it shall remain binding upon us and may be accepted by the Bank, any time before the expiry of
this period.
Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your
notification of award shall constitute a binding Contract between us.
I / We understand that you are not bound to accept the lowest or any bid you may receive.
I / We agree to the terms & conditions mentioned in the Tender document.
Terms & Conditions:
1
The fee quoted shall cover components and services on a fixed price basis inclusive of all costs and taxes like
customs duty, excise duty, import taxes, freight, forwarding, insurance, delivery, installation, training etc. at
the respective delivery location of the bank but exclusive of only applicable (in India) Service Tax and Octroi/
Entry Tax/ equivalent local authority cess, which shall be paid/ reimbursed on actual basis on production of
bills. Further, receipts of such payments made to relevant authorities must be produced for equivalent local
authority cess. The Bank will not pay any other taxes, cost or charges.
Page 86 of 115
RFP for supply, implementation and maintenance of LOS
2
3
Further, we confirm that we will abide by all the terms and conditions mentioned in the Request for Proposal
document.
Fee is payable only on actual availing of services and no minimum or fixed fees are payable.
Place:
Date:
Seal & Signature of the Bidder
Note:


The bidder will have to work as per the timing of the Bank
The Bank reserves the right to renew the contract post completion of the 5 year period at mutually agreed
man day rates
Page 87 of 115
RFP for supply, implementation and maintenance of LOS
11.6
Annexure 3D: Proposed Agency Profile
Sub: RFP no. OBC/HO/DIT/RFP_LOS/15/2014 for Supply, Implementation and Maintenance of Loan
Origination System dated 1-Dec-2014.
S. No.
Particulars
1
Names and designations of the persons authorized
to make commitments to the Bank
Previous Banks where the bidder was associated
for similar type of services
Duration of bidder association with that Bank
No. of years of experience
2
3
4
Details to be furnished by
the bidders
We hereby acknowledge that the information provided by us is true and to the Best of our Knowledge
Place:
Date:
Seal and signature of the bidder
Page 88 of 115
RFP for supply, implementation and maintenance of LOS
11.7
Annexure 3E: Confirmation of Terms and Conditions
To,
The Deputy General Manager
Department of Information Technology
Corporate Office,
Oriental Bank of Commerce
Plot No. 5, Sector 32, Gurgaon – 122 001
Dear Sir,
Sub: RFP no. OBC/HO/DIT/RFP_LOS/15/2014 for Supply, Implementation and Maintenance of Loan
Origination System dated 1-Dec-2014.
Further to our proposal dated dd/mm/2014, in response to the Request for Proposal for Request for Proposal for
Supply, Implementation & Maintenance of Loan Origination System (hereinafter referred to as “RFP”) issued by
Oriental Bank of Commerce(OBC) we hereby covenant, warrant and confirm as follows:
We hereby agree to comply with all the terms and conditions / stipulations as contained in the RFP and the related
addendums and other documents including the changes made to the original tender documents issued by the Bank,
provided however that only the list of deviations furnished by us below, which are expressly accepted by OBC
and communicated to us in writing, shall form a valid and binding part of the aforesaid RFP document. OBC is
not bound by any other extraneous matters or deviations, even if mentioned by us elsewhere either in our proposal
or any subsequent deviations sought by us, whether orally or in writing, and the Bank’s decision not to accept any
such extraneous conditions and deviations will be final and binding on us.
Deviations
S. No.
1
2
3
4
5
6
7
RFP Reference
Deviation
Bidder Comments
Place:
Date:
Seal and signature of the bidder
Page 89 of 115
RFP for supply, implementation and maintenance of LOS
11.8
Annexure 3F: Tender Offer Cover Letter
RFP No: OBC/HO/DIT/RFP_LOS/15/2014
Dated dd/mm/2014
To,
The Deputy General Manager
Department of Information Technology
Corporate Office,
Oriental Bank of Commerce
Plot No. 5, Sector 32, Gurgaon – 122 001
Dear Sir,
Sub: RFP no. OBC/HO/DIT/RFP_LOS/15/2014 for Supply, Implementation and Maintenance of Loan
Origination System dated 1-Dec-2014.
Having examined the tender documents including all annexure the receipt of which is hereby duly acknowledged,
we, the undersigned, offer to provide Loan Origination System and Related Services to Bank as mentioned in
RFP document in conformity with the said tender documents in accordance with the Commercial bid and made
part of this tender.
We understand that the RFP provides generic specifications about all the items and it has not been prepared by
keeping in view any specific bidder.
We understand that the RFP floated by the Bank is a confidential document and we shall not disclose,
reproduce, transmit or made available it to any other person.
We have read, understood and accepted the terms/ conditions/ rules mentioned in the RFP including the
conditions applicable to reverse auction proposed to be followed by the Bank.
Until a formal contract is prepared and executed, this tender offer, together with the Bank’s written acceptance
thereof and the Bank’s notification of award, shall constitute a binding contract between us.
We undertake that in competing for and if the award is made to us, in executing the subject Contract, we will
strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act
1988”.
We have never been barred/black-listed by any regulatory / statutory authority in India.
We understand that the Bank is not bound to accept the lowest or any offer the Bank may receive.
This Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding
Contract between us.
Page 90 of 115
RFP for supply, implementation and maintenance of LOS
We certify that we have provided all the information requested by the bank in the format requested for. We also
understand that the bank has the exclusive right to reject this offer in case the bank is of the opinion that the
required information is not provided or is provided in a different format. It is also confirmed that the information
submitted is true to our knowledge and the Bank reserves the right to reject the offer if anything is found
incorrect.
Place:
Date:
Seal and signature of the bidder
Page 91 of 115
RFP for supply, implementation and maintenance of LOS
11.9
Annexure 3G: Proposed Team Profile
(Please include resource for both Implementation Phase and Support Phase)
Sr.
No.
Name of
Proposed
Project
Manager/ Team
leaders
/Proposed
Team members
Team Member
Project Manager
Team Leaders
Business Analyst
Developer
Tester
Position
proposed for
(Project
Manager/Team
Leader/Team
Member)
Professional
qualifications
and
Certifications/
Accreditations
Total years
of
experience
Number of areas of
experience in similar projects
(please provide details about
the projects undertaken
including project scope, client
name, team member’s role
and responsibilities on the
project etc.)
Number of years of experience in
Loan Origination System projects
(Please provide details about the
projects undertaken including
project scope, client name, team
member’s role and
responsibilities on the project
etc.)
Criteria
More than 10 years of experience in similar implementations. Should have implemented at least 3 similar projects
as project manager.
More than 5 years of experience in similar implementations. Should have implemented at least 1 similar project as
team lead and should have implemented at least 2 similar projects overall.
More than 3 Years of experience in similar implementations. Should have implemented at least 1 similar project.
More than 2 years of experience in similar implementation. Should have implemented at least 1 similar project.
More than 2 years of experience in similar implementation. Should have implemented at least 1 similar project.
Please enclose documentary proofs to substantiate the claims made.
Place:
Date:
Seal and signature of the bidder
Page 92 of 115
RFP for supply, implementation and maintenance of LOS
11.10 Annexure 3H: Manufacturer’s authorization form
Note: This authorization letter should be printed on the letterhead of all the original equipment manufacturer
(OEM) and should be signed by a competent person having the power of attorney to bind the manufacturer.
RFP Reference No. OBC/HO/DIT/RFP_LOS/15/2014
Dated dd/mm/yy
To,
The Deputy General Manager
Department of Information Technology
Corporate Office,
Oriental Bank of Commerce
Plot No. 5, Sector 32, Gurgaon – 122 001
Dear Sir,
Sub: RFP no. OBC/HO/DIT/RFP_LOS/15/2014 for Supply, Implementation and Maintenance of Loan
Origination System dated 1-Dec-2014.
We who are established and reputable manufacturers/ producers of ________________________ having
factories/ development facilities at (address of factory/ facility) do hereby authorize M/s ___________________
(Name and address of the bidder) to submit a Bid, and sign the contract with you against the above Bid Invitation.
We hereby extend our full guarantee and warranty for the Solution, Products and services offered by the above
firm against this Bid Invitation.
We also undertake to provide any or all of the following materials, notifications, and information pertaining to the
Products manufactured or distributed by the Bidder:
1
2
Such Products as the Bank may opt to purchase from the Bidder, provided, that this option shall not relieve
the Bidder of any warranty obligations under the Contract; and
In the event of termination of production of such Products:
 Advance notification to the Bank of the pending termination, in sufficient time to permit the Bank to
procure needed requirements; and
 Following such termination, furnishing at no cost to the Bank, the blueprints, design documents,
operations manuals, standards, source codes and specifications of the Products, if requested.
We duly authorize the said firm to act on our behalf in fulfilling all installations, Technical support and
maintenance obligations required by the contract.
Page 93 of 115
RFP for supply, implementation and maintenance of LOS
We further certify that, in case the authorized distributor/ system integrator is not able to meet its obligations as
per contract during contract period, we, as the OEM, shall perform the said obligations with regard to their items
through alternate & acceptable service provider.
Place:
Date:
Seal and signature of the bidder
Page 94 of 115
RFP for supply, implementation and maintenance of LOS
11.11 Annexure 3I: Performance Bank Guarantee Format
(To be stamped in accordance with stamp act)
Department of Information Technology
Corporate Office,
Oriental Bank of Commerce
Plot No. 5, Sector 32, Gurgaon – 122 001
In consideration of Oriental Bank of Commerce (hereinafter called “the said Purchaser”) having its office at the
aforesaid address, having agreed to purchase/engage ________________ from _____________________ having
its office at ___________________ (hereinafter called “the said Supplier/Vendor/Contractor)” under the terms
and conditions of an Agreement dated ______ (hereinafter called “the said Agreement”).
Towards the security for the due fulfillment of the terms and conditions contained in the said Agreement, it has
been agreed by the said Supplier/Vendor/Contractor that he shall provide a Bank Guarantee for _______ (Rupees
________ only).
We ____________ (indicate the name of the Bank) (hereinafter referred to as “the Bank”) at the request of
_______________ (Supplier/Vendor/Contractor) do hereby undertake and guarantee to pay to the Purchaser an
amount not exceeding Rupees ________ (either in lump sum or in parts) against any loss or damage claimed by
the said purchaser to have been caused to or suffered or would be caused to or suffered by the Purchaser stated by
the said purchaser to be the reason of any breach by the said Supplier/Vendor/Contractor(s) of any of the terms or
conditions contained in the said Agreement.
Unless repugnant to the context or meaning thereof, expressions, Purchaser, Supplier/Vendor/Contractor, Bank
shall mean and include their heirs, representatives, successors, executors, administrators, assigns, etc., as may be
applicable,
1
2
The Bank does hereby undertake to pay the amount(s) due and payable under the guarantee without any
demur, merely on a demand from the Purchaser stating that the amount(s) claimed is/are due by way of loss
or damage caused to or would be caused to or suffered by the Purchaser by reason of breach by the said
Supplier/Vendor/Contractor(s) of any of the terms or conditions contained in the said Agreement or by reason
of the Supplier/Vendor/Contractor(s) failure to perform its obligations under the said Agreement. Any such
demand made by the Purchaser on the Bank shall be conclusive as regards the amount(s) due and payable by
the Bank under this guarantee, whether made in one go or in parts. However, Bank’s liability under this
guarantee shall in totality be restricted to an amount not exceeding Rupees _________, whether or not invoked
or if invoked, in part or otherwise.
The Bank undertakes to pay the Purchaser any money so demanded notwithstanding any dispute or disputes
raised by the Supplier/Vendor/Contractor(s) or any suit or proceedings pending before any Court or Tribunal
relating thereto, unless there is a stay granted by the court or tribunal on such payment. Thereby meaning that
Bank’s liability under the present guarantee shall be absolute and unequivocal in any circumstances what so
ever, if called upon to pay by the Purchaser. However our liability shall not exceed in Rupees ___________
(in words)
Page 95 of 115
RFP for supply, implementation and maintenance of LOS
3
4
5
6
7
8
9
The Bank further agrees that the guarantee herein contained shall remain in full force and effect during the
period that would be taken for the performance of the said Agreement and that it shall continue to be
enforceable till all the dues and or advances made by the Purchaser under or by virtue of the said Agreement
have been fully paid and its claims satisfied or discharged or till _________, the Purchaser certifies in writing
that the terms and conditions of the said Agreement have been fully and properly carried out by the said
Supplier/Vendor/Contractor(s) and accordingly the Purchaser discharges this guarantee, either in writing or
by returning the Original Guarantee Bond or till its expiry whichever is earlier to the Bank.
The Bank before the release of the Bank Guarantee Bond in original by the purchaser and before the expiry
of this guarantee, as per clause 3 of this Guarantee Bond, may renew this guarantee for the same period as
was initially requested upon for this guarantee or for any shorter period, at the option of the purchaser, under
intimation to the vendor.
The Bank further agrees with the Purchaser that the Purchaser shall have the fullest liberty without Bank’s or
Supplier/Vendor/Contractor(s) consent and without affecting in any manner Bank’s obligations hereunder to
vary any of the terms and conditions of the said Agreement or to extend time of performance by the said
Supplier/Vendor/Contractor(s) from time to time or to postpone for any time or from time to time any of the
powers exercisable by the Purchaser against the said Supplier/Vendor/Contractor(s) and to forbear or enforce
any of the terms and conditions relating to the said agreement and the Bank shall not be relieved from its
liability by reason of any such variation, or extension being granted to the said Supplier/Vendor/Contractor(s)
or for any forbearance, act or omission on the part of the Purchaser or any indulgence by the Purchaser to the
said Supplier/Vendor/Contractor(s) or by any such matter or thing whatsoever which under the law relating
to sureties would, but for this provision, have effect of so relieving the Bank, in any manner what so ever.
This guarantee will not be discharged during its currency due to the change in the constitution of either the
Bank or the Purchaser or the Supplier/Vendor/Contractor(s), in any manner what so ever.
The Bank lastly undertakes not to revoke this guarantee during its currency or extensions thereof, except with
the previous consent of the Purchaser, in writing or otherwise than as is provided in this Guarantee.
The Bank also agrees that the Purchaser at its option shall be entitled to enforce this Guarantee against the
Bank as its principal debtor in first instance without proceeding against the said
Supplier/Vendor/Contractor(s), and notwithstanding any security or other guarantees that the Purchaser may
have in relation to or in relation to the Supplier/Vendor/Contractor(s) liabilities from time to time, as this
guarantee constitutes a separate, distinct and independent contract between the Bank and the Purchaser.
Any officer of the Purchaser of the rank of Senior Manager or above, duly authorized in this regard, shall be
competent to issue demand/notice or to issue any appropriate instructions, as the circumstances may warrant,
to the Bank under this Guarantee, which the Bank shall have to comply immediately and forthwith, without
raising any dispute or question/s in regard there to, in any manner what so ever.
Notwithstanding anything contained hereinabove:
1
2
The liability of the Bank under the guarantee shall not exceed Rupees __________ (in words).
This Bank Guarantee shall be valid either till _________ or till the issue of a fresh Bank Guarantee to the
Purchaser with an extended period in lieu thereof or till the Purchaser certifies in writing that the terms and
conditions of the said Agreement have been fully and properly carried out by the said
Supplier/Vendor/Contractor(s) and accordingly the Purchaser discharges this guarantee, in writing and by
returning the Original Guarantee Bond to the Bank.
Page 96 of 115
RFP for supply, implementation and maintenance of LOS
3
4
The Bank before the release of the Guarantee Bond in Original by the purchaser and before the expiry of this
guarantee may at its option renew this guarantee for the same period as was initially agreed upon for this
guarantee or any shorter period, at the option of the purchaser, under intimation to the vendor.
The Bank is liable to consider any notice for invocation of Bank Guarantee as a default by the
Supplier/Vendor/Contractor(s) and shall be under an obligation to pay to the Purchaser the entire amount of
Guarantee or any part thereof under this Bank Guarantee only and only if the Purchaser serves upon the Bank
a written claim or demand before the expiry of either the Bank Guarantee or any extended period/s under this
Bank Guarantee, as the case may be.
Notwithstanding anything contained herein our liability under this Bank guarantee shall not exceed rupees
.................../- (Rupees ....................................... Only) This Bank guarantee shall be valid up to ............................
and we are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if
you serve upon us a written claim or demand on or before.............................
This guarantee will be returned to us as soon as the purpose for which it is issued is fulfilled.
Dated the ________ day of _________.
SIGNED AND DELIVERED BY
The within named Guarantor,
______________________, by the hand of Shri.__________, its authorised official.
Page 97 of 115
RFP for supply, implementation and maintenance of LOS
11.12 Annexure 3J: Compliance Statement
(To be submitted by all the bidders participating in Reverse Auction)
RFP Reference No. OBC/HO/DIT/RFP_LOS/15/2014
Dated dd/mm/yy
To,
The Deputy General Manager
Department of Information Technology
Corporate Office,
Oriental Bank of Commerce
Plot No. 5, Sector 32, Gurgaon – 122 001
Dear Sir,
Sub: RFP no. OBC/HO/DIT/RFP_LOS/15/2014 for Supply, Implementation and Maintenance of Loan
Origination System dated 1-Dec-2014.
1
2
3
4
5
6
7
8
9
We ______________________ (name of the company) hereby confirm having submitted our bid for
participating in Bank’s RFP dated _________ for procurement of ____________.
We also confirm having read the terms of RFP as well as the Business Rules relating to the Reverse Auction
for this RFP process.
We hereby undertake and agree to abide by all the terms and conditions stipulated by Oriental Bank of
Commerce in the RFP document including all annexures and the Business Rules for Reverse Auction.
We shall participate in the on-line auction conducted by e-Procurement Technologies Ltd. (Auctioneer
Company) and submit our commercial bid. We shall also abide by the procedures prescribed for online
auction by the auctioneer company.
We, hereby confirm that we will honour the Bids placed by us during the auction process, failing which we
shall forfeit the Earnest Money Deposit. We also understand that the bank may debar us from participating in
future tenders.
We confirm having nominated Mr. ________________, designated as ______________ of our company to
participate in the Reverse Auction on behalf of the company. We undertake that the company shall be bound
by the bids made by him in Reverse Auction.
We accordingly authorize Bank and/ or the reverse auction company to issue user ID and password to the
above named official of the company.
Both Bank and the auction company shall contact the above named official for any and all matters relating to
the Reverse Auction.
We, hereby confirm that we will honour the Bids placed by Mr. __________ on behalf of the company in the
auction process, failing which we will forfeit the EMD. We agree and understand that the bank may debar us
from participating in future tenders for any such failure on our part.
Page 98 of 115
RFP for supply, implementation and maintenance of LOS
10 We undertake to submit the confirmation of last bid price by us to the auction company/Bank within 48
working hours of the completion of event. We also undertake to submit the Bill of Materials for the TCO
(Total Cost of Ownership) in terms of RFP.
Name of Authorized Representative: _______________________
Signature of Authorized Representative: ____________________
Verified above signature
Place:
Date:
Seal and signature of the bidder
Page 99 of 115
RFP for supply, implementation and maintenance of LOS
11.13 Annexure 4: Submission Check List
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.
Annexure Number
Annexure 1
Annexure 2
Annexure 3B
Annexure 3C
Annexure 3D
Annexure 3E
Annexure 3F
Annexure 3G
Annexure 3H
Annexure 3J
Annexure 4
Annexure 5
Annexure 6
Annexure 8
Annexure 10
Annexure 12
Annexure 13
Name of the Document
Bidder’s Remarks
(Yes/No)
Participation Fee DD
EMD
Technical write up document giving the
overview of the solution proposed by the
bidder
Functional & Technical Specifications
Technical Bill of Material
Technical Bid Format
Commercial Compliance Certificate
Proposed Agency Profile
Confirmation of Terms and Conditions
Tender Offer Cover Letter
Proposed Team Profile
Manufacturer’s Authorization Form
Compliance Statement
Submission Checklist
Confirmation of Eligibility
Commercial Bill of Materials (Masked as
part of technical bid and complete as part of
commercial bid)
Bid Undertaking Letter
Resource Deployment Plan during
Implementation Phase
Hardware Specifications
LOS Product Vendor Undertaking
Page 100 of 115
RFP for supply, implementation and maintenance of LOS
11.14 Annexure 5: Confirmation of Eligibility
# Eligibility Criteria Requirements
For Bidder
1 The bidder should be a Government
Organization/ PSU/ or a Limited
Company/ Private Limited
Company under companies act India
2 The bidder should have been in
existence in India for a minimum
period of 5 years
3 The bidder should have a turnover
of Rs. 100 crores over last three
financial years from the IT services
segment/ system integration of the
company
4 The bidder should be profitable in 2
out of last 3 financial years.
Supporting required
5
CA Certificate for the financial
years 2011-12, 2012-13, 2013-14
6
7
The bidder should have a positive
net worth as per the computation
logic provided below in the last 3
financial years
Net worth is to be calculated as
follows:
Capital Funds (Paid up equity
capital + Paid up preference shares
+ Free reserves) – (Accumulated
balance of loss + Balance of
deferred revenue expenditure +
Other intangible assets).
The bidder should not have been
black-listed by OBC, any Public
Sector Bank, RBI/ NHB or IBA.
Bidder must certify to that effect.
The bidder should be an OEM or
authorized partner of OEM for
supply of licenses and solution
implementation and maintenance
support under warranty/ AMC, for
the products required to implement
the LOS. The OEM should provide
an authorization letter undertaking
to abide by the purchase terms
agreed by the bidder.
Bidder Response
Certificate of Incorporation
Certificate of Incorporation
Audited Financial statements for
the financial years 2011-12,
2012-13, 2013-14
CA Certificate for the financial
years 2011-12, 2012-13, 2013-14
Self- Declaration
Authorization letter by OEM
Page 101 of 115
RFP for supply, implementation and maintenance of LOS
#
8
9
Eligibility Criteria Requirements
The bidder should be the Intellectual
Property Rights (IPR) owner of the
software solution offered, or an
authorized representative of the IPR
owner, in India and an undertaking
to this effect to be given with the
bid.
The Bidder should have technical
support center operational in India.
10 The bidder should have at least one
of the following accreditations/
certifications
 ISO
 SEI CMMI.
11 The bidder must have successfully
completed integration of LOS to the
CBS in at least one scheduled
commercial bank in India, having at
least 500 branches.
12 The bidder should have
implemented 2 out of following 3
modules (Retail Loans, Corporate &
SME Loans and Agriculture Loans)
in a LOS solution in at least one
scheduled commercial bank in India
with at least 500 branches in last 5
years.
For LOS OEM Vendor
1 The OEM Vendor should be a
Government Organization/ PSU/ or
a Limited Company/ Private
Limited Company under companies
act India
2 The OEM Vendor should have been
in existence in India for a minimum
period of 5 years
3 The OEM Vendor should be
profitable in 2 out of last 3 financial
years.
Supporting required
Authorization letter by OEM
Bidder Response
An undertaking to this effect
(specifying the location of such
center(s)) must be submitted on
bidder's letterhead.
Copy of the relevant certifications
Implementation Certificate from
the client
Implementation Certificate from
the client
Certificate of Incorporation
Certificate of Incorporation
CA Certificate for the financial
years 2011-12, 2012-13, 2013-14
Page 102 of 115
RFP for supply, implementation and maintenance of LOS
#
4
5
6
Eligibility Criteria Requirements
The OEM Vendor should have a
positive net worth as per the
computation logic provided below
in the last 3 financial years
Net worth is to be calculated as
follows:
Capital Funds (Paid up equity
capital + Paid up preference shares
+ Free reserves) – (Accumulated
balance of loss + Balance of
deferred revenue expenditure +
Other intangible assets).
The OEM Vendor should not have
been black-listed by OBC, any
Public Sector Bank, RBI/ NHB or
IBA. Bidder must certify to that
effect.
The proposed LOS solution (or
any of it its previous versions)
should have implemented in 2 out
of following 3 modules (Retail
Loans, Corporate & SME Loans
and Agriculture Loans) in at least
one scheduled commercial bank
in India with at least 500 branches
in last 5 years.
Supporting required
CA Certificate for the financial
years 2011-12, 2012-13, 2013-14
Bidder Response
Self- Declaration
Implementation Certificate from
the client
Page 103 of 115
RFP for supply, implementation and maintenance of LOS
11.15 Annexure 6: Commercial Bill of Materials
The template for commercial bill of material for the required loan origination system is attached as Annexure 6 Commercial Bill of Material.
Page 104 of 115
RFP for supply, implementation and maintenance of LOS
11.16 Annexure 7: Pre Bid Query Format
Note: Bidder’s request for Clarification - to be submitted minimum of two days before pre-bid meeting
If, bidder, desiring to respond to RFP for Supply, Deployment & Management of Loan Origination System,
requires any clarifications on the points mentioned in the RFP, it may communicate with Oriental Bank of
Commerce using the following format.
All questions received at least two days before the pre-bid meeting will be formally responded to and
questions/points of clarification and the responses will be circulated to all participating bidder if required. The
source (identity) of the bidder seeking points of clarification will not be revealed. Alternatively, OBC may at its
discretion, answer all such queries in the Pre-bid meeting.
Execution of LOS Project – RFP
To be mailed, delivered,
Deputy General Manager, DIT
faxed or emailed to:
-- address, email id and fax
number given in the schedule
Name of Organization
Name & position of person
submitting request
submitting request
Bidder’s Request for Clarification
Full formal address of the organization
including phone, fax and email points of
contact
Tel:
Fax:
Email:
Please Tick preferred contact option
Section Number:
Page Number:
Point Number:
Query description
Name and signature of authorized person
Signature/Date
Official designation
issuing this request for clarification
1 In case of multiple queries, the contact details need not be repeated and only last two rows of the above format
(table) are to be furnished for the subsequent queries.
2 Please indicate the preferred method and address for reply.
3 Please use email or softcopy as a preference but forward hard copy confirmations.
Page 105 of 115
RFP for supply, implementation and maintenance of LOS
11.17 Annexure 8: Bid Undertaking Letter
To
The Deputy General Manager
Department of Information Technology
Corporate Office,
Oriental Bank of Commerce
Plot No. 5, Sector 32, Gurgaon – 122 001
Date dd-mm-yyyy
Dear Sir,
Sub: RFP no. OBC/HO/DIT/RFP_LOS/15/2014 for Supply, Implementation and Maintenance of Loan
Origination System dated 1-Dec-2014.
Over and above all our earlier conformations and submissions as per your requirements of the RFP, we confirm
that,
1
2
3
4
5
6
We have quoted for all items as requested by Oriental Bank of Commerce in the RFP and stand committed
to deliver to the highest standards and quality as required by Oriental Bank of Commerce to meet the timelines
of the project. Our bid submission is in line with the requirements of Oriental Bank of Commerce as stated in
the RFP.
We confirm that we have factored in all costs and expenses for meeting the complete scope and deliverables
of the RFP.
We are completely aware of the Service Level requirements and timelines specified by Oriental Bank of
Commerce and are committed to adhering to the same. We have also clearly taken note of the service level
requirements of Oriental Bank of Commerce and expectations from us and wish to confirm that we have
taken care of every aspect to meet the same.
We have clearly understood Oriental Bank of Commerce’s requirements and wish to confirm that we abide
by the terms and conditions of the RFP issued thereafter.
We confirm and understand that all arithmetical totalling errors will be corrected for the purpose of evaluation
only and the consideration of that error for payment would be completely according to Oriental Bank of
Commerce’s discretion. We also confirm and understand that for all other errors which we have made in the
bid, Oriental Bank of Commerce for the purpose of evaluation will take the corrected amount based on the
price quoted by us in the price sheets but the payment of such amounts would be completely according to
Oriental Bank of Commerce’s discretion.
We confirm that we will provide the best of our resources and the people proposed by us will be dedicated to
Oriental Bank of Commerce for the sake of resource continuity. Further, we also confirm that Oriental Bank
of Commerce may interview the key resources proposed by us and confirm their acceptability. In any event
if a resource is found unfit by Oriental Bank of Commerce we agree to change the same and provide Oriental
Bank of Commerce with a replacement within reasonable time so as to not affect the services/project
timelines.
Page 106 of 115
RFP for supply, implementation and maintenance of LOS
7
We confirm and understand that Oriental Bank of Commerce has an aggressive rollout schedule and we will
adhere to the rollout schedule at no additional cost/burden to Oriental Bank of Commerce.
8 We confirm that all the proposed solution components are compatible and interoperable with each other and
the solution will meet the functional and technical requirements of Oriental Bank of Commerce.
9 We confirm that the prices and values quoted by us encompass the complete scope of the project and we will
ensure that the quality of deliverables for the project is not affected due to any pricing pressures.
10 We wish to confirm that we have back-to-back arrangements from all the OEMs for the sizing (including
CPUs, Memory, Cache and Hard Disk etc.), prices and service level commitments. We would be responsible
and committed to ensure that the sizing is adequate and service levels as required by Oriental Bank of
Commerce are met and adhered. In case the hardware sizing is found to be inadequate and does not meet the
SLA then the hardware upgrades, if any, will be provided without any further additional cost or burden to
Oriental Bank of Commerce than what has been specified by us in our commercial bid documents.
11 We will be the single point of contact/reference to Oriental Bank of Commerce. Oriental Bank of Commerce
will enter into agreement with us only. Our consortium partners confirm that they are willing to enter into
back-to-back agreement that is in conformity with the deliverables and other service/uptime commitments we
make to Oriental Bank of Commerce as per the RFP. If requested we will share the copy of the back-to-back
agreement with our consortium partner to Oriental Bank of Commerce.
Place:
Date:
Seal and signature of the bidder
(This letter should be on the letterhead of the bidder duly signed by an authorized signatory)
Page 107 of 115
RFP for supply, implementation and maintenance of LOS
11.18 Annexure 9: Interface Requirements
Interfaces required to go live along with first pilot branch
1
2
Internal Interfaces (Indicative List) :
 CRisMAC
 IMACS
 Finacle
 HRMS
External Interfaces (Indicative List) :
 CIBIL
 RBI/IBA/Other Banks/MoF
 RBI Defaulter List
 Other databases
 CERSAI
 Experian
 Equifax
 ECGC
 CGTMSE
 CRGFS LIH
 CRISL
 ICRA
 CARE
 FITCH
 BRICKWARE
 SMERA
 CRILC by RBI
 Other Rating Agencies
 Ministry of Corporate Affairs (MCA)
Applications that OBC might procure in near future (not comprehensive)
1
2
3
4
5
6
Enterprise GL
Document Management System
Integrated Risk Management Solution
Asset Liability Management System
Data Warehouse
Business Process Management Tool
Page 108 of 115
RFP for supply, implementation and maintenance of LOS
Notwithstanding any grouping that has been mentioned above, the Bidder should facilitate sharing of
information/data from the new loan origination application to the existing applications of the Bank from the first
pilot branch go live. The bidder expected to provide interface to all the application as suggested by bank in future
which are not listed here.
Page 109 of 115
RFP for supply, implementation and maintenance of LOS
11.19 Annexure 10: Resource Deployment Plan during Implementation Phase
Bidder should provide the CV of Program Manager and indicative CV of proposed resources.
The Bidder also needs to fill the below Resource Deployment which it plans to deploy during the implementation
phase of the project. This should comply with the minimum resource requirement mention in the RFP.
Resource
Name
Role
Project
Manager
Team
Leader
Business
Analyst
Developer
Tester
M
1
F/P
M
2
M
3
M
4
M
5
M
6
M
7
M
8
M
9
M
10
M
11
M
12
M
13
Note:


F – Full Time
P – Part Time Resource Deployment Plan during Support Phase
S. No.
Services
1
Program
Manger
Helpdesk
2
Resource
Resource Type
Level
(Onsite
(L1/L2/L3) /Remote)
No. of
Resources
Year 1
No. of
Resources
Year 2
No. of
Resources
Year 3
Application
Management
3
Note:



Resource Deployment sheet shall be as per the support model proposed.
The proposed model shall fulfil minimum requirements outlined in the RFP and as per the Service
Window
Bidder should ensure that support model should meet SLA requirements and Industry best practices
Page 110 of 115
RFP for supply, implementation and maintenance of LOS
11.20 Annexure 11: Application Management and Helpdesk Services
The bidder must provide application management and application helpdesk services. However, the bidder shall
only be allowed to connect to bank’s network from bank locations only. The bidder shall not be allowed to
establish a remote connection from any third party delivery centers in order to provide such services.
The bidder is free to propose on-site/hybrid delivery model. However, pure remote delivery model is not
acceptable. The following table provides indicative activities under Application Management and Application
Helpdesk Services. The scope of work shall be inclusive of but not limited to the activities mentioned under the
service category. Bidder shall provide minimum one full-time technical resource onsite for one year post
stabilization to carry out activities related to Application Management Services.
However, bidder must deploy resources, full-time/part-time, during the entire contract duration in order to ensure
complete delivery of scope of work pertaining to application management and application helpdesk services and
to meet the SLA requirement.
The bidder is expected to deploy online application helpdesk tool to track service request/ incident and problem
resolution and reporting of SLA.
The end user Application Helpdesk services shall be available from 9.00 am to 8.00 pm or till the completion of
"EOD" activities whichever is later on all working days. The service window for application management services
shall be 24x7x365.
Application Management Services
1 Performing client Installation/Reinstallation (Web based Application)
2 Performing vendor/OEM interaction for resolving application related issues
3 Performing performance tuning of applications
4 Performing Access Management
5 Performing periodic review of access and take corrective actions in consent with OBC
6 Performing patch updates and software updates for in-scope application
7 Resolving issues related to report generation, workflows, report creation, report
customization and assignment of /modification in roles & responsibilities
8 Resolving migration related issues
9 Supporting Disaster Recovery activities for the in-scope applications.
10 Performing any other day-to-day administration and support activities
Application Helpdesk Services
1 Establishing a centralized Application Help Desk for resolving problem/issues reported
by end-user.
2 Receiving incidents through phone, web, tools or email. Enter the incidents in the
helpdesk application and inform the user of the unique incident id generated through
email.
Page 111 of 115
RFP for supply, implementation and maintenance of LOS
3
4
5
6
The Bidder will have to ensure that categorization of services is possible/enabled in the
system to capture the defined SLAs.
Receiving requests and trouble reports, log them, assign priority based on agreed upon
definitions and route the request to the appropriate service engineer (including for
remote support or on call support) and track till resolution
Providing updates to users on incidents logged
Resolving all desk side incidents as per resolution time limit specified
The resolution time will be measured from the time the problem resolution time was first
estimated until the time the problem is resolved. Resolution of problem for the purposes
of this Service Level shall mean to achieve normal operational functionality
8 Escalate and communicate issues as per agreed escalation/communication processes
9 Carrying out root cause analysis and corrective action for recurring incidents and for all
critical and major problems.
10 Providing status of pending requests to OBC business user including OBC IT team-The
mail should contain person who raised the ticket, description of the incident/problem,
actions taken, current status, last contacted personnel and reasons for pending status
11 Notifying OBC business users when incident is resolved
12 Notifying OBC IT of any deviation to process or failure to meet SLA
13 Performing any other day-to-day administration and support activities
7
14 The Helpdesk Services provided should be carried out in an automated tool, with the
functionality for reporting the incidents, recording incident status, generating MIS
reports, logging complaints using web and/or E-mail
15 Successful Bidder shall implement the minor upgrades and patches within six months of
the release by OEM. Availability of each such upgrade shall be intimated to OBC and
shall be implemented only with the consent of OBC.
Page 112 of 115
RFP for supply, implementation and maintenance of LOS
11.21 Annexure 12: Hardware Specification
The Hardware specifications provided in this section are the minimum specifications that the proposed hardware
for Server, OS and Database needs to comply with. In case the hardware offered does not meet the minimum
specifications, the bidder will be required to replace the hardware offered.
S. No.
Requirements
1
Offered Server, OS & Database should be from
manufacturers in the leader's quadrant in the
relevant Gartner Magic Quadrant in any of the
latest 2 editions.
The servers proposed should have 64-bit Quadcore processor
The offered OS should be the Enterprise
version of the 64 bit and should be the latest
version.
Proposed servers shall be scalable / upgradable
in terms of Processor Cores and Memory at
least by 100%.
The bidder should provide information on
standard benchmarks for the proposed servers
such as TPC-C certified by transaction
processing council and/or Oracle TPMC that is
made available in respective websites.
Separate boxes to be proposed for Web Server,
Application Server and Database Server. Also,
virtualization is not allowed.
The memory chipset should be of Double Data
Rate 3 (DDR3) – 1333Mhz or higher
The future roadmap of the proposed servers
needs to be submitted
The server should be scalable to 4 Processor
Sockets.
All the following components shall be
Redundant and hot swappable – Disks, Power
Supplies, Fans etc.
The sever should be configured internal RAID
Card.
The server should support minimum 4 HDDs
The server should be configured with 4
numbers of 300GB SAS/ FC/ SCSI Disks for
O/S, SWAP etc.
The server should support minimum 6 PCI
slots.
2
3
4
5
6
7
8
9
10
11
12
13
14
Compliance
Remarks
(Full/Partial/No)
Page 113 of 115
RFP for supply, implementation and maintenance of LOS
S. No.
Requirements
15
The server should be configured with a DVD
Drive.
The server should be configured with Four
1giga Bit Ports in redundancy.
The server should also be configured with 2 FC
Ports in redundancy.
Three Years Onsite OEM / OEM Partner
directly
16
17
18
Compliance
Remarks
(Full/Partial/No)
Page 114 of 115
RFP for supply, implementation and maintenance of LOS
11.22 Annexure 13: LOS Product Vendor Undertaking
Note: This letter of authority should be on the letterhead of the LOS Product Vendor and should be signed by a
person competent and having the power of attorney to bind the LOS product vendor.
RFP Reference No: OBC/HO/DIT/RFP_LOS/15/2014
Dated dd/mm/yy
To,
The Deputy General Manager
Department of Information Technology
Corporate Office,
Oriental Bank of Commerce
Plot No. 5, Sector 32, Gurgaon – 122 001
Dear Sir,
Sub: RFP no. OBC/HO/DIT/RFP_LOS/15/2014 for Supply, Implementation and Maintenance of Loan
Origination System dated 1-Dec-2014.
We who are established and reputable manufacturers/ producers of ________________________ having
factories/ development facilities at (address of factory/ facility) do hereby authorize M/s ___________________
(Name and address of the bidder) to submit a Bid, and sign the contract with you against the above Bid Invitation.
1
2
3
4
We hereby confirm that response to functional requirements (As mentioned in the RFP) by the bidder is
reviewed and approved by us.
We hereby confirm that the licenses proposed by bidder for LOS solution are adequate to fulfil OBC’s
requirement as per RFP.
We hereby confirm that the Hardware proposed by bidder for LOS solution is adequate to fulfil OBC’s
requirement and is as per the Industry best practices
We hereby confirm that for setting up of a Disaster Recovery environment, no additional cost would be
incurred by OBC on account of LOS software licenses
Yours faithfully,
(Signature)
(Name of Authorized Signatory)
(Designation)
(Date)
(Name and address of the manufacturer)
(Company Seal)
Page 115 of 115
Download