Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value...

33
Tender Document for Supply, Installation, Configuration & Commissioning of Hardware Systems, Software and Related Equipments for Payment Settlement System (NGRTGS, NEFT and CCIL) System.

Transcript of Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value...

Page 1: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

Tender Document for Supply, Installation, Configuration & Commissioning of Hardware Systems, Software and Related Equipments for Payment Settlement

System (NGRTGS, NEFT and CCIL) System.

Page 2: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

Contents

1 Schedule of Events...........................................................................................................................3

2 Glossary...........................................................................................................................................3

3 Introductions and Disclaimers.........................................................................................................4

4 Background......................................................................................................................................6

5 Instruction to Bidders......................................................................................................................7

Vendor Responsibilities........................................................................................................................12

THE BARAMATI SAHAKARI BANK LTD Responsibilities.........................................................................13

6 Scope of Work...............................................................................................................................14

7 RESponsibility of bank...................................................................................................................15

8 Bid Evaluation Methodology..........................................................................................................16

Annexure 1: Minimum Eligibility & Selection Criteria................................................................................17

Annexure 2: List of Documents required to be submitted with Technical Bid...........................................18

Annexure 3 : Format for "Technical Bid: Computer Hardware & System Software - Technical Specifications / Bill Of Material (BOM)"....................................................................................................19

Annexure 4: Format for "Financial Bid: Computer Hardware & System Software for THE BARAMATI SAHAKARI BANK LTD "...............................................................................................................................20

Annexure 5: Commercial Bid Covering Letter............................................................................................21

Annexure 6: Bill of Material (Technical Specifications of Hardware, Software and Other Requirements) 22

Annexure 7: STATEMENT OF DEVIATIONS.................................................................................................25

Annexure 8: Vendors Details.....................................................................................................................26

Page 3: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

1 SCHEDULE OF EVENTS

Bidders may note the schedule of following important events. Action may please be taken accordingly.

Events Date Time Start Date of Issue of BIDs Last date of Issue of BIDs Last date for submission of RFP Opening of Minimum Eligibility Criteria / Technical bid Commercial Bid Opening

All Bids are to be submitted in sealed covers at the following address:

Kind Attention The Managing Director Address of THE BARAMATI SAHAKARI BANK LTD HEAD OFFICE, BHIGWAN ROAD, BARAMATI,

DIST. PUNE. PIN.413102. Phone Numbers 02112-224865Email ID [email protected] / URL www.baramatibank.com

For queries and clarifications regarding the RFP, please feel free to contact us at the above address / telephone number/ email ids during working days between 10.00 AM – 06.00 PM.

Please note that all the information desired needs to be provided only in the form and formats specified in this RFP. Response should contain only the desired information. Incomplete information in these areas may lead to rejection of bids.

THE BARAMATI SAHAKARI BANK LTD reserves the right to change the dates mentioned above. Changes and clarification, if any, related to RFP will be posted on web site. Bidders must have close watch on website during the intervening period before submitting response to RFP.

Bidders must plan for presentation and site visit well in advance as THE BARAMATI SAHAKARI BANK LTD will undertake the same immediately after submission of bids.

2 GLOSSARY

SFMS Structured Financial Messaging SystemNG RTGS Next Generations Real Time Gross Settlement NEFT National Electronic Fund TransferCRS Customer Requirement Specifications UAT User Acceptance Test

Page 4: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

CRS Customer Requirement Specifications UAT User Acceptance Test EMD Ernest Money Deposit ASP Application Service Provider CCIL Clearing Corporation of India LimitedNDS Negotiated Dealing System

3 INTRODUCTIONS AND DISCLAIMERS

Purpose of this RFP: The purpose of RFP is to short list a vendor for procurement, installation & commissioning and NGRTGS, NEFT & CCIL Applications) for THE BARAMATI SAHAKARI BANK LTD on turnkey basis.

Information Provided: The Request for Proposal document contains statements derived from information that is believed to be relevant at the date but does not purport to provide all of the information that may be necessary or desirable to enable an intending contracting party to determine whether or not to enter into a contract or arrangement with the THE BARAMATI SAHAKARI BANK LTD. Neither THE BARAMATI SAHAKARI BANK LTD nor any of its employees, agents, contractors, or advisers gives any representation or warranty, express or implied, as to the accuracy or completeness of any information or statement given or made in this document. Neither THE BARAMATI SAHAKARI BANK LTD nor any of its employees, agents, contractors, or advisers has carried out or will carry out an independent audit or verification exercise in relation to the contents of any part of the document.

Costs to be borne by Respondents: All costs and expenses incurred by Respondents in any way associated with the development, preparation, and submission of responses, including but not limited to; the attendance at meetings, discussions, demonstrations, etc. and providing any additional information required by THE BARAMATI SAHAKARI BANK LTD , will be borne entirely and exclusively by the Respondent.

No Legal Relationship: No binding legal relationship will exist between any of the Respondents and THE BARAMATI SAHAKARI BANK LTD until execution of a contractual agreement.

Acceptance of Terms: A Recipient will, by responding to THE BARAMATI SAHAKARI BANK LTD for RFP, be deemed to have accepted the terms of this Introduction and Disclaimer.

Recipient Obligation to Inform: The Recipient must conduct their own investigation and analysis regarding any information contained in the RFP document and the meaning and impact of that information.

Evaluation of Offers: Each Recipient acknowledges and accepts that THE BARAMATI SAHAKARI BANK LTD may in its absolute discretion apply selection criteria specified in the document for evaluation of proposals for short listing / selecting the eligible vendor(s). The RFP document will not form part of any contract or arrangement, which may result from the issue of this document or any investigation or review, carried out by a Recipient.

Errors and Omissions: Each Recipient should notify THE BARAMATI SAHAKARI BANK LTD of any error, omission, or discrepancy found in this RFP document.

Disclaimer: Subject to any law to the contrary, and to the maximum extent permitted by law, THE BARAMATI SAHAKARI BANK LTD and its officers, employees, contractors, agents, and advisers disclaim all liability from any loss or damage (whether foreseeable or not) suffered by any person acting on or refraining from acting because of any information including forecasts, statements, estimates, or projections contained in this RFP document or conduct ancillary to it whether or not the loss or damage arises in connection with any negligence, omission, default, lack of care or misrepresentation on the part of THE BARAMATI SAHAKARI BANK LTD or any of its officers, employees, contractors, agents, or advisers.

Page 5: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

Requests for Proposal: Recipients are required to direct all communications related to this RFP, through the Nominated Point of Contact person.

Contact: Position: Asst. General Manager Email: [email protected]: 02112-224865 Fax: 02112-224865Website: www.baramatibank.com

THE BARAMATI SAHAKARI BANK LTD may, in its absolute discretion, seek additional information or material from and Respondents after the RFP closes and all such information and material provided must be taken to form part of that Respondent’s response.

Respondents should provide details of their contact person, telephone, fax, email and full address(s) to ensure that replies to RFP could be conveyed promptly.

If THE BARAMATI SAHAKARI BANK LTD, in its absolute discretion, deems that the originator of the question will gain an advantage by a response to a question, then THE BARAMATI SAHAKARI BANK LTD reserves the right to communicate such response to all Respondents. THE BARAMATI SAHAKARI BANK LTD may, in its absolute discretion, engage in discussion or negotiation with any Respondent (or) simultaneously with more than one Respondent after the RFP closes to improve or clarify any response.

Notification: THE BARAMATI SAHAKARI BANK LTD will notify all short-listed Respondents in writing or by mail as soon as practicable about the outcome of their RFP. THE BARAMATI SAHAKARI BANK LTD is not obliged to provide any reasons for any such acceptance or rejection.

Page 6: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

4 BACKGROUND

About THE BARAMATI SAHAKARI BANK LTDThe Baramati Sahakari Bank Ltd is a primary Urban Co-op Bank registered as a co-op society in the year 1961. The register number of the bank is 31246 dated 23/09/1961. The bank has been got banking license from the RBI in the year 1986. The license number is D.B.O.D UBD.MH 498 P dated 18/08/1986. The area of operation of the banks is Pune, Satara, Solapur, Nashik, Raigad & Ahmednagar districts and bank is having 26 branches. The bank is fully Computerized since 1994, and now the bank has adopted Centralized Core banking project for all branches. Today all 26 branches running on Fincore core banking software. Bank has recently built a new Data Center Consisting of all infrastructure and components based on latest technology.

Our VisionTo support every citizen, family and company to create a Cyprus of growth, prosperity and progress with the help of ultra modern technology and best practices in banking sector.

b. Present Setup : Bank has recently built a new Data Center Consisting of all infrastructure and components based on latest technology.Some features at Data Center and technology adopted are as following.

1. Data Center (Primary site) : Our Primary Data Center is located at Baramati city 100 km from Pune. The Data Center space is near about 250 sq ft enriched with class one infrastructure.

2. Disaster Recovery Site : Bank is having well equipped Disaster Recovery Site at Laxmi Road branch office, Pune.

3. ATMs We have twenty four branch offices in western Maharashtra. The bank is having fourteen onsite ATM out-lets at Baramati, Daund, Jalochi, Indapur, Solapur, Ahemadnagar, Sangamner, Kothrud (Pune), Dhankawadi (Pune), Bhosari (Pune), New Sangavi (Pune), Hadapsar (Pune), Nira and Satara cities.Within six to seven months we are going to install twelve new ATM out-lets at branches in new upcoming branches as well as existing branch locations.

4. CBS ProjectThe bank has purchased CBS software with add on software’s from Finacus Solutions Pvt. Ltd., Mumbai. All branches are now running successfully on Fincore Software from last two years.

5. Connectivity All our branches and ATM centers are connected with Data Center at 256 kbps speed. The connectivity is provided by TATA for back up solutions our bank has selected Reliance connection option.

6. Servers at Data CenterBank has installed IBM Blade server S series at Data Center capacity of 3600 GB Storage capacity with Intel Zeon processor x 5670 6 C 2.93 Gitz, 12 MB Cache memory for each servers.

7. Operating System :-

Page 7: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

Bank is using windows Server 2008 R2 Enterprise Edition for operating system and one server is Microsoft windows server 2008 R 2 standard.

8. Data Base :-Core banking software is working with SQL 2008 R2 Microsoft database.

9. Future Expansion :-The bank has given order to Finacus solution Pvt. Ltd. To implement following project to provide wider range of banking services to customers.

1. Fin AMLOR : Anti money Laundering software2. Fin Net mobile: Mobile banking System3. Fin ALERT : SMS Banking System4. Fin Pluto : Documents process Management system5. Fin Net : e-banking solution6. Fin Legal : Legal Recovery system7. Fin Mobi Connet : Mobile payment Transaction switch8. Fin Connet : Financial Transaction switch for ATM’s

11. NPCI Membership :-The bank is a submember of NPCI for Rupay payment system through The Punjab & Maharashtra Co. Operative Bank. By this facility bank is providing nationwide ATM Network Service to its customers.

12. Debit Card Facility :-The bank is providing debit card facility to its customers on Rupay Card platform. Bank is also sub-member of NPCI for ATM cum debit card facility.

13. RTGS/APBS/ACH facilities are available in the bank under sub membership of HDFC Bank.

14. Expansion of Branch Network :- RBI has recently granted permission to the bank to open nine new branches in rural and semi urban area in western Maharashtra.

c. Project Objective:

THE BARAMATI SAHAKARI BANK LTD intends to procure Computer System Hardware, Software, Oracle Database, IBM Messaging Middleware and other related equipments as per the latest technical specification requirements and guidelines of Reserve Bank of India for implementation & integration with the Payment Gateway System of SFMS for NGRTGS, NEFT & CCIL Applications at Head Office. The same is for our Primary as well as the Disaster Recovery (DR) Setup

To become a strong and competitive bank by offering innovative financial products and services as compare to Public and Private Banks in the State.

5 INSTRUCTION TO BIDDERS

a. Response & Amendments to the bidding document:

Page 8: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

At any time prior to the deadline for submission of Bids, THE BARAMATI SAHAKARI BANK LTD for any reason, may modify the Bidding Document, by amendment. The amendment will be mailed to the participants.

All Bidders must ensure that such clarifications have been considered by them before submitting the bid. THE BARAMATI SAHAKARI BANK LTD will not have any responsibility in case some omission is done by any bidder. The bid prepared by the Bidders, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and THE BARAMATI SAHAKARI BANK LTD and supporting documents and printed literature shall be written in English.In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their Bids, THE BARAMATI SAHAKARI BANK LTD, at its discretion, may extend the deadline for the submission of Bids.

b. Documents Comprising the Bid: The bid consists of two proposals viz., technical proposal and commercial proposal.

i. Documents comprising the TECHNICAL PROPOSAL should be:

1. Documentary evidence establishing that the Bidder is eligible to Bid and is qualified to perform the contract i.e. minimum eligibility criteria as per Annexure – 3.

2. Technical Bid as per Annexure - 5. Any technical Bid containing price information will be rejected.

3. Masked Price Bid listing all the components as listed in Commercial Bid, without indicating the price as per Annexure – 7

4. Manufacturer Authorization Form ( for IBM MQ) as per Annexure – 8.

ii. Documents comprising the COMMERCIAL PROPOSAL should be:

1. Complete commercial bid as per Annexure – 7.

2. Soft copy of commercial bid Price bids containing any deviations or similar clauses may be summarily rejected.

c. Bid Currency: Bids to be quoted in Indian Rupee only.

d. Implementation schedule: The entire solution should be implemented within 16 - 20 weeks from the date of finalization of CRS and availability of IDRBT connectivity and availability of other approvals (The bidder is expected to state all such pre-requisites for clarity to the Bank, in the technical proposal being submitted as response to this document) needed by the Bank. THE BARAMATI SAHAKARI BANK LTD would carry out acceptance testing and will run the entire system for a period of one week. While both the parties will endeavor in quick signing of contract, Bidder must stick to the schedule mentioned above irrespective of signing of contract

e. Period of Validity of Bids: Prices and other terms offered by Bidders must be firm for an acceptance period of 60 days from date of closure of this RFP. In exceptions circumstances THE BARAMATI SAHAKARI BANK LTD may solicit the Bidders consent to an extension of the period of validity. The request and response thereto shall be made in writing.

Page 9: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

f. Format and Signing of Bid:

i. Each bid shall be in two parts:

1. Part 1: consists of Minimum Eligibility Criteria, Technical BID and Masked Commercial BID [price bids without any price but all other details of commercial bid]. The above contents will be referred to as “TECHNICAL PROPOSAL”

Part 2: Covering only the COMMERCIAL BID herein referred to as “COMMERCIAL PROPOSAL” The Original Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the Bids shall initial all pages of the Bids, except for un-amended printed literature. Any interlineations’, erasures or overwriting shall be valid only if they are initialed by the person signing the Bids.

g. Sealing and Marking of Bids: The Bidder shall seal the envelopes containing Technical and commercial proposals separately. The envelops should be NON-WINDOW, each super scribed with “Implementation of NGRTGS, NEFT & CCIL Payments System” as the case may be. The sealed envelop shall be addressed to the below address.

The Managing Director THE BARAMATI SAHAKARI BANK LTD HEAD OFFICE, BHIGWAN ROAD,BARAMATI, DIST : PUNE. PIN : 413102

All envelopes should indicate on the cover the name and address of bidder along with contact number. If the envelope is not sealed and marked, the THE BARAMATI SAHAKARI BANK LTD will assume no responsibility for the Bid's misplacement or its premature opening.

h. Deadline for submission of Bids

The bids must be received by THE BARAMATI SAHAKARI BANK LTD at the address specified, not later than the due date mentioned in the Schedule of Events column [Last date of Submission]. In the event of the specified date for the submission of bids, being declared a holiday for THE BARAMATI SAHAKARI BANK LTD , the bids will be received up to the appointed time on the next working day. The BARAMATI SAHAKARI BANK LTD may, at its discretion, extend the deadline for submission of Bids by amending the Bid Documents, in which case, all rights and obligations of THE BARAMATI SAHAKARI BANK LTD and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

i. Late Bids: Any bid received by THE BARAMATI SAHAKARI BANK LTD after the deadline for submission of bids prescribed by THE BARAMATI SAHAKARI BANK LTD will be rejected.

j. Modification And / Or Withdrawal of Bids:

The Bidder may modify or withdraw its bid after the bid’s submission, provided that written notice of the modification including substitution or withdrawal of the bids is received by THE BARAMATI SAHAKARI BANK LTD, prior to the deadline prescribed for submission of bids. Such bids shall not be considered further for evaluation, irrespective of the circumstances. Withdrawn bids will be returned unopened to the Bidders.

Page 10: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

The Bidder modification or withdrawal notice shall be prepared, sealed, marked and dispatched. A withdrawal notice may also be sent by Fax, but followed by a signed confirmation copy, postmarked not later than the deadline for submission of bids.

No bid may be modified after the deadline for submission of bids.

No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the bidder on the bid form.

THE BARAMATI SAHAKARI BANK LTD has the right to reject any or all tenders received without assigning any reason whatsoever.

THE BARAMATI SAHAKARI BANK LTD shall not be responsible for non-receipt / non- delivery of the bid documents due to any reason whatsoever.

k. Opening of BIDs by THE BARAMATI SAHAKARI BANK LTD

On the scheduled date and time, bids will be opened by THE BARAMATI SAHAKARI BANK LTD in presence of Bidders’ representatives; maximum of two people from the bidder are allowed to attend the BID Opening event.

No bid shall be rejected at bid opening, except for late bids, which shall be returned unopened to the Bidder. Bids that are not opened at Bid opening shall be returned.

l. Clarification of bids During evaluation of Bids, THE BARAMATI SAHAKARI BANK LTD, at its discretion, may ask the Bidder for clarification of its Bid. The request for clarification and the response shall be in writing (Fax/e-Mail), and no change in the substance of the Bid shall be sought, offered or permitted.

m. Preliminary Examinations

The THE BARAMATI SAHAKARI BANK LTD will examine the Bids to determine whether they are complete, the documents have been properly signed; supporting papers/documents attached and the bids are generally in order. The THE BARAMATI SAHAKARI BANK LTD may, at its sole discretion, waive any minor infirmity; nonconformity or irregularity in a Bid, which does not constitute a material deviation, provided such a waiver, does not prejudice or affect the relative ranking of any Bidder.

Prior to the detailed evaluation, THE BARAMATI SAHAKARI BANK LTD will determine the substantial responsiveness of each Bid to the Bidding document. For purposes of these Clauses, a substantially responsive Bid is one, which conforms to all the terms and conditions of the Bidding Document without material deviations.

Deviations from or objections or reservations to critical provisions, such as those concerning Bid Security, performance security, qualification criteria, insurance, Force Majeure etc will be deemed to be a material deviation. THE BARAMATI SAHAKARI BANK LTD’s determination of a Bid's responsiveness is to be based on the contents of the Bid itself, without recourse to extrinsic evidence. THE BARAMATI SAHAKARI BANK LTD would also evaluate the Bids on technical and functional parameters including possible visit to inspect live site/s of the bidder, witness demos, bidders presentation, verify functionalities / response times etc.

If a Bid is not substantially responsive, it will be rejected by THE BARAMATI SAHAKARI BANK LTD and may not subsequently be made responsive by the Bidder by correction of the nonconformity.

Page 11: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

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

n. Bid Evaluation

Evaluation criteria proposed to be adopted will be lowest Cost Based System subject to fulfillment of Minimum Eligibility & Technical Bid criteria. However bank does not bind itself to accept the lowest or any tender and reserves the right to accept or reject any or all of the tenders, either in whole or in part without assigning any reasons for doing so.

o. Arithmetic errors correction

Arithmetic errors, if any, in the price breakup format will be rectified on the following basis: If there is discrepancy between the unit price and the total price, which is obtained by multiplying the unit price with quantity, the unit price shall prevail and the total price shall be corrected unless it is a lower Figure. If the supplier does not accept the correction of errors, its bid will be rejected

If there is discrepancy in the unit price quoted in figures and words, the Unit price, in figures or in words, as the case may be, which Corresponds to the total bid price for the item shall be taken as correct

If the vendor has not worked out the total bid price or the total bid price does not correspond to the unit price quoted either in words or figures, the unit price quoted in words shall be taken as correct

THE BARAMATI SAHAKARI BANK LTD may waive off any minor infirmity or nonconformity or irregularity in a bid, which does not constitute a material deviation, provided such a waiving, does not prejudice or affect the relative ranking of any bidder.

q. THE BARAMATI SAHAKARI BANK LTD 's right to accept or reject any bid or all bids

The THE BARAMATI SAHAKARI BANK LTD reserves the right to accept or reject any bid and annul the bidding process or even reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or without any obligation to inform the affected bidder or bidders about the grounds for the purchaser's action.

THE BARAMATI SAHAKARI BANK LTD is not bound to accept lowest or any BID received. Any alterations/change/modification/addition/deletion in the originally tender document will not be considered and unconditionally rejected. THE BARAMATI SAHAKARI BANK LTD reserves the right to accept or reject any technology proposed by the vendor. THE BARAMATI SAHAKARI BANK LTD reserves the right to select one or more than one vendor keeping in view its large requirements. OF WORK

r.

s. SUPPLY – TERMS AND CONDITIONS

ASSIGNMENT: The Vendor shall not assign to anyone, in whole or in part, it’s obligations to perform under the contract, except with the Purchaser’s prior written consent.

ACCEPTANCE OF ORDER: Purchaser has a right to cancel the order, if the same is not accepted within a period of 7 working days from the date of the order.

WARRANTY

Page 12: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

All product & services shall be with comprehensive on-site warranty for a period of 3 years. Bidder to specifiy in case of deviations.

t. Limitation of liabilities

Save and except the liability under IPR Infringement, in no event shall either party be liable with respect to its obligations under or arising out of this agreement for consequential, exemplary, punitive, special, or incidental damages, including, but not limited to, loss of data / programs or lost profits, loss of goodwill, work stoppage, computer failure, loss of work product or any and all other commercial damages or losses whether directly or indirectly caused, even if such party has been advised of the possibility of such damages. The aggregate liability of Bidder / Service Provider, arising at any time shall not exceed the total contract value.

u. Force Majeure

The Bidder shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that its delay in performance or other failure to perform its obligations under the contract is the result of an event of force Majeure. For purposes of this Clause, “Force Majeure” means an event beyond the control of the Bidder and not involving the Bidder’s fault or negligence and not foreseeable. Such events may include, but are not limited to, Acts of God or of public enemy, acts of Government of India in their sovereign capacity, acts of war, acts of ATW either in fires, floods, earthquake, strikes, lock-outs and freight embargoes.

If a Force Majeure situation arises, the Bidder shall promptly notify THE BARAMATI SAHAKARI BANK LTD in writing of such conditions and the cause thereof within twenty calendar days. Unless otherwise directed by THE BARAMATI SAHAKARI BANK LTD in writing, the Bidder shall continue to perform its obligations under the Contract as far as it is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

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 BARAMATI SAHAKARI BANK LTD and the Bidder shall hold consultations with each other in an endeavor to find a solution to the problem.

Notwithstanding above, the decision of THE BARAMATI SAHAKARI BANK LTD shall be final and binding on the Bidder. In the event THE BARAMATI SAHAKARI BANK LTD., Baramati coming to know at any time that any wrong information in respect of the software/environment feature is provided by the bidder in the offer, then THE BARAMATI SAHAKARI BANK LTD may solely at its discretion, reject the offer and invoke the Bank guarantee or forfeit the earnest money deposit, furnished by the bidder.

v. Arbitration

If any dispute, difference or question shall at any time arise between the parties as to the implementation / execution of this project or concerning anything herein contained or arising out of this Agreement or as to the rights, liabilities and duties of the parties associated, the decisions of Administrator/ MD, THE BARAMATI SAHAKARI BANK LTD shall be final and binding to all.

w. Responsibilities

Vendor Responsibilities

Page 13: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

The Vendor shall allocate sufficient resources and be able to quickly mobilize them in order to

ensure the objectives of this project are met in accordance with the highest professional standards.

The Vendor shall also be required to sign a Non Disclosure Agreement (NDA) provided by THE

BARAMATI SAHAKARI BANK LTD. The NDA will be enclosed in the RFP pack when physically

delivered to the vendor. Furthermore, the vendor will be required to sign the project contract.

THE BARAMATI SAHAKARI BANK LTD Responsibilities

In order to complete the project in a timely and efficient manner, THE BARAMATI SAHAKARI BANK LTD will ensure that the Vendor has full access to all necessary THE BARAMATI SAHAKARI BANK LTD personnel, including directors and senior managers, as required. The Vendor will also have full access to data and information as it may reasonably require. In addition, THE BARAMATI SAHAKARI BANK LTD will keep the Vendor informed of all material developments or proposals in relation to the business or operations of THE BARAMATI SAHAKARI BANK LTD which may have an effect upon the project as a whole, and any of its component deliverables.

Page 14: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

6 SCOPE OF WORK

a. Scope of Work

Technical scope has been given in the document; each bidding vendor should provide detailed replies to the requirements given. 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 Bidding Vendor shall be required to independently arrive at a solution, which is suitable for the Bank, after taking into consideration the effort estimated for implementation of the same and the resource and the equipment requirements. The Bank expressly stipulates the vendor’s selection under this RFP and is on the understanding that of the entire assignment and that delivery of the deliverables and the services in connection therewith this RFP contains only the principal provisions of the assignment. The vendor shall be required to undertake to perform all such tasks, render requisite services and make available such resources as may be required for the successful completion of the entire assignment at no additional cost to the Bank.

b. Provision of Infrastructure & Support for the NGRTGS, NEFT & CCIL Applications (Hardware/Software Licenses & Services).The successful bidder will Supply, Install, Configure, Commission and Maintain the Hardware, System software, RDBMS, Messaging Middleware, Firewall, , at our Data Center, Baramati for NGRTGS, NEFT & CCIL applications. The scope of work which covers the entire warranty (for three years) as well as the AMC period (for three years), will broadly cover the following. If there is a gap between the Bank’s requirements and the OEM warranty/ AMC then it will be the responsibility of Bidder to fill the gap

Vendor is expected to provide required support resource with adequate expertise in Oracle and Websphere MQ to ensure satisfactory commissioning of the application (NGRTGS, NEFT & CCIL).Coordinate with Bank’s and Application Vendor’s team to facilitate smooth installation and operationalization of the applications.

Necessary replacement of defective / damaged parts, components and other peripherals onsite as per agreed warranty termsduring warranty period. Spare replacement will be of the same make or equivalent and with the same configuration to keep the equipment fully operational as per the requirement of Bank. The replacement of the equipment shall be provided as defined in the Service Window.

Central Call Management, Ownership till resolution, Vendor co-ordination, reporting services, participating in resolving network and system faults, modification in network configuration if necessary.

The supplier / bidder is responsible for all unpacking, assemblies, wiring, and installation, cabling between hardware units and connecting to power cables. The supplier will test all the server operations and accomplish all necessary adjustments for successful and continuous operation of the servers at all installation sites

The vendor will also facilitate THE BARAMATI SAHAKARI BANK LTD to obtain from RBI / IDRBT (i) IDRBT connectivity (ii) membership of INFINET (iii) NGRTGS, NEFT & CCIL membership and all other jobs which has not been included in the tender but essential for operation of NGRTGS, NEFT & CCIL.

Bank shall obtain authorized NGRTGS, NEFT & CCIL software (Prescribed by RBI/IDRBT) from authorized sources and vendor shall be responsible to install, configure and integrate with Payment Gateway system of NGRTGS, NEFT & CCIL in all respect.

Page 15: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

c. Integration of the NGRTGS, NEFT & CCIL applications with the core banking application with a Messaging Hub. The Messaging Hub should have the following features:

o Straight Through Processing and Host Integration o Read, Transform and route messages in NGRTGS, NEFT formats.o Support for Next Generation RTGS / NEFT formats (ISO20022 formats).o Scalability to Route messages from and to multiple Host Systems and multiple Payment

Gatewayso the solution should have the scalability to integrate with multiple Host Systems and multiple

Payment Gateways.o Inward & Outward Message Processingo Reconciliation of payment transactionso RTGS Settlement Account balance updateso Intraday Liquidity Managemento Notification of Positive / Negative Confirmations to related stake holders

d. Posting of full time Engineer on site: The Bidder have to post one full time engineer for a period of Three Months from the date of first Payment System goes LIVE/ Operational at the Data Center to resolve problems in coordination with THE BARAMATI SAHAKARI BANK LTD’s technical team and ensure stability of the System. Bank will not be liable to incur any costs in this regards, except for making sitting arrangements and entry pass for the engineer at its premises.

e. Training: The Bidder to provide complete training on the day to day administration of the NGRTGS, NEFT & CCIL system to the bank’s IT team and other Key members of the IT Department

f. Project Monitoring Committee: A Project Monitoring Committee would be formed with representatives of THE BARAMATI SAHAKARI BANK LTD and selected Bidder, for the smooth implementation of the Project. The role and responsibility of the Committee would be to resolve all the issues during implementation / Commissioning / Acceptance / payments etc. The Committee to meet on weekly basis or whatever period deemed to be necessary till all the payment systems for the project is implemented and UAT is carried out. While the interim meetings can be done over physical presence or telephonic conference between the Bank officials and the vendor, the monthly meeting will need physical presence of both parties at the decided Bank premises.

7 RESPONSIBILITY OF BANK

a. Provisioning of connectivity at the DC and DR centers.b. Coordination with CBS vendor will be the responsibility of the Bank and they will ensure the STP part to be incorporated in the CBS.

Page 16: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

8 BID EVALUATION METHODOLOGY

Introduction

The objective of evaluation methodology is to facilitate the selection of the technically superior solution at optimal cost. To meet THE BARAMATI SAHAKARI BANK LTD’s requirements, as spelt out in the RFP, the selected Bidder must have the requisite experience in providing services in the field of Payment & Settlement Systems (NGRTGS, NEFT & CCIL Applications Installation & Configuration), the technical know-how, and the financial wherewithal that would be required to successfully set-up the required infrastructure and provide the services sought by THE BARAMATI SAHAKARI BANK LTD for the entire period of the contract. The evaluation process of the bids proposed to be adopted by THE BARAMATI SAHAKARI BANK LTD is indicated below. The purpose of it is only to provide the Bidder an idea of the evaluation process that THE BARAMATI SAHAKARI BANK LTD may adopt. THE BARAMATI SAHAKARI BANK LTD reserves the right to modify the evaluation process at any time during the Tender process (before submission of technical and commercial responses by the prospective bidder), without assigning any reason, whatsoever, and without any requirement of intimating the Bidders of any such change. Any time during the process of evaluation THE BARAMATI SAHAKARI BANK LTD may seek specific clarifications from any or all the Bidder.

Please be noted that THE BARAMATI SAHAKARI BANK LTD reserves the right to reject any proposal in case same is found incomplete or not submitted in the specified format given in this RFP document the details of ‘Minimum Eligibility Criteria’, provided by the vendor in its response to this RFP, will be evaluated first, based on the criteria described hereunder.

The technical and commercial responses to this RFP will be considered further only for those vendors who meet the Minimum Eligibility & Technical Criteria. Vendors must provide their responses in the format given in this BID.

Evaluation Process of Bids Evaluation criteria proposed to be adopted will be lowest Cost Based System subject to fulfillment of Minimum Eligibility & Technical Bid criteria. However bank does not bind itself to accept the lowest or any tender and reserves the right to accept or reject any or all of the tenders, either in whole or in part without assigning any reasons for doing so.

Page 17: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

ANNEXURE 1: MINIMUM ELIGIBILITY & SELECTION CRITERIA

This RFP is open to all firms / Companies both from within India, who are eligible to do business in India under relevant Indian laws as in force at the time of bidding should fulfill the eligibility conditions subject to the following requirements:

Description Acceptable Yes / No

The intending vendors should quote for the entire project including all components on a turnkey basis. An acceptance letter for the same should be enclosed with the bidThe intending vendors must have and adequate infrastructure to promptly cater to the service need. The intending vendors should have adequate experience of implementation of similar projects and the proof of at least 6(directly / through Partner in last 2 financial years) such installations within India shall be enclosed with the bid.The intending vendors should have adequate experience of maintenance of similar projects and the proof of at least 5 such maintenance projects within India shall be enclosed with the bid.The Intending vendor should have the necessary software products with reference to the requirements of STP/Notifications/Reconciliation and Liquidity Management, as mentioned in the Bill of Materials of the RFP.The intending vendors should not have been black listed by any Banks in India and no legal proceedings pending or performed against it in the courts across India. An affidavit to be submitted and enclosed with the bid.

Selection Criteria

THE BARAMATI SAHAKARI BANK LTD will review and evaluate vendors’ responses. Some of the key selection criteria will include:

Company profile, functional and technical quality of the solution and team profile

Bidder who can prove their quality standards and industry certifications

Quality of the proposal received and adherence to the timeline

Experience in Implementing the solution

Flexibility provided to offer bank’s specific needs and in turn map such needs onto the service offerings

Solution Cost

Page 18: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

ANNEXURE 2: LIST OF DOCUMENTS REQUIRED TO BE SUBMITTED WITH TECHNICAL BID

1. Covering letter.

2. Index (of the Bid).

3. Executive Summary.

4. Company Profile (maximum 4 pages) including details of System Integrator services, details of track record, support locations / centers.

5. Eligibility Criteria Compliance Letter with Proof/documentations as per Annexure 1.

6. Letter of Acceptance of all Terms and Conditions of this document.

8. Copies of third party Agreements/Authority to sale third party products/ equipments/ services, if any

9. Detailed Project Plan for delivery, installation, testing, commissioning the required deliverables, their dependencies on other deliverables if any.

10. Detailed Bill of Material being proposed with part codes

11. Manufacturer’s Details for all components proposed

12. Any technical brochures that the Vendor wants to provide as part of the bid; and

13. A minimum of 3 client’s reference details along with Bank Name, Locations, Contact names, Designation, Telephone numbers, Email Id etc.

14. Any other information as requested in the tender document

15. Prices of each item proposed. (Only in the Financial Bid)

Page 19: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

ANNEXURE 3 : FORMAT FOR "TECHNICAL BID: COMPUTER HARDWARE & SYSTEM SOFTWARE - TECHNICAL SPECIFICATIONS / BILL OF MATERIAL (BOM)"

Sr. No Item Make /Model /Part No

Technical Specifications in Detail

Options Offered / features enabled included in the Bid

Quantity Warranty/Support

Note:1. Vendor to strictly follow the order of Items as given in the Annexure 62. If Vendor is not providing any Item even then it should be mentioned in the list with Quantity = 03. Optional / Additional Items should be listed separately at the end

Page 20: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

ANNEXURE 4: FORMAT FOR "FINANCIAL BID: COMPUTER HARDWARE & SYSTEM SOFTWARE FOR THE BARAMATI SAHAKARI BANK LTD "

Sr. No

Item Make /Model /Part No

Quantity Rate perUnit (Rs)

Price (Rs)

Grand Total:

Note:1. All rates / prices should be exclusive of Taxes, Entry Permits and Octroi2. Vendor to strictly follow the order of Items as given in the Annexure 63. If Vendor is not providing any Item even then it should be mentioned in the list with Quantity = 04. Optional / Additional Items should be listed separately at the end5. Vendor to furnish totals at all levels - Logical, Sub or group Total, Page Total and Grand Total.

Page 21: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

ANNEXURE 5: COMMERCIAL BID COVERING LETTER

Date:

The Managing Director, THE BARAMATI SAHAKARI BANK LTDHEAD OFFICE, BHIGWAN ROAD,BARAMATI, DIST : PUNE. PIN. 413102

Dear Sir

Commercial Bid – Implementation of Turnkey Project on NGRTGS, NEFT & CCIL Application Implementation & Configuration

We offer to provide services for the above-mentioned project, in accordance with your Request for Proposal [Insert RFP Number] dated [Date], and our Proposal (Technical and Commercial Proposals).

Our commercial proposal shall be binding upon us, subject to the modifications resulting from contract discussions, up to expiration of the validity period of the Proposal, i.e., [Insert date].

We remain, Yours sincerely, Date Signature of Authorized Signatory … Place Name of the Authorized Signatory … Designation … Name of the Organization… Seal

Page 22: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

ANNEXURE 6: BILL OF MATERIAL (TECHNICAL SPECIFICATIONS OF HARDWARE, SOFTWARE AND OTHER REQUIREMENTS)

Sr. No

.Asset Asset

Type Specifications Qty.Make Name Warranty/

Support

1

Server Hardware

Server with latest Dual Core Single CPU, 16 GB RAM, 1 TB * 3 HDD, RAID 5, Cards & Cables with 3 Yrs. 24x7 4Hr Onsite Support

The Server should support Microsoft Clustering (Windows Server 2008 Enterprise & 2012 Standard Edition), Oracle 11g Enterprise Edition, IBM MQ 7.1 and HSM cards.

Note:All additional components needed for the Microsoft Clustering should be included in the BOM.

3 3 Years

2 LTO Hardware LTO Drive with 5 Cassette Set 2 3 Years 3 Storage Hardware 3 TB Storage with Cards & Cables 1 3 Years

4 Backup Software Software

SYMC Backup Exec 15 Server WIN Per Server Standard LIC Express Band S 1

3 Years

SYMC Backup Exec 15 Server WIN Per Server Initial Essential 12 Months Express Band S

3

SYMC Backup Exec 15 Agent for Applications and Databases WIN Per Server Standard LIC Express Band S

2

SYMC Backup Exec 15 Agent for Applications and Databases WIN Per Server Initial Essential 12 Months Express Band S

6

SYMC Backup Exec 15 Agent for Windows WIN Per Server Standard LIC Express Band S

2

SYMC Backup Exec 15 Agent for Windows WIN Per Server Initial Essential 12 Months Express Band S

6

5 Rack Hardware 42 U Rack with Panels, Doors, Fans & Accessories 2 3 Years

6Jack Panel Hardware Cat 6 24-port loaded, Modular Jack

Panel, 1U 2 As per OEM Policy

7 Switch Hardware 24 Port 10/100/1000 Managed Switch 2 3 Years 8 KVM Hardware Rack mount 8 Port 2 3 Years

Page 23: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

9 Console Hardware 17" TFT, Keyboard & Mouse 2 3 Years 10

Firewall Hardware

With 4 ×10/100/1000 Ethernet ports, 1000 Mbps Firewall Throughput, 110 Mbps UTM Throughput, Auto failover facility

2 3 Years

11

Desktop Hardware

Intel Core i5, 4 GB RAM, 500 GB HDD, 18.5" LCD Monitor, Preloaded Windows8 Professional downgrade to XP

6 3 Years

12 Antivirus Software Endpoint Protection Solution 9 3 Years 13 Operating

System Software MS WinSvrStd 2012R2 SNGL OLP NL 2Proc 6 Microso

ftAs per OEM

Policy14 CAL Software MS Windows Server CAL 2012 SNGL

OLP NL User CAL 6 Microsoft

As per OEM Policy

15 Office Automation Software

MS Office Std 2013 SNGL OLP NL3 As Per OEM

Policy

16 Database Software

Oracle Enterprise Edition License version 11.1.0.6.0 – NUP

25 NUP

Oracle1 Year

Software Update 25 NUP

Oracle 1 Year

Product Update 25 NUP

Oracle 1 Year

17

MQ Software

IBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months

140 PVU

IBM1 Year

Software Update 140 PVU

IBM 1 Year

Support 140 PVU

IBM 1 Year

18 eToken Hardware Safenet eToken 10 Safenet 3 Years 19 Cables Hardware Cat6 2 Mtr. Patch cord 25 As per OEM20

Implementation Service

Installation, Configuration & Testing of all Hardware, Software and Applications of NGRTGS, NEFT and CCIL – till GO LIVE confirmation from RBI, IDRBT and CCIL

1 Project

21 Support Service - On site engineer for 3 months 1 Project22

Support Service

- Technical Support for uptime of all Payment Systems Hardware, Software & Applications.

- Coordination with OEM, Regulators- Preventive Health Check and DR Drill

for all Payment Systems Hardware, Software, Applications

1 3 Years

23STP Software

Integration of NGRTGS, NEFT with CBS, along with automation of Digital Certificate attachment

1 3 year

24Notification Software

Online N10 message to customers and N09 message to bank branch, as per RBI Circular guidelines

1 3 year

Page 24: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

24 RECO Software Online Reconciliation between CBS and NGRTGS & NEFT entries 1 3 year

25Liquidity Software

Online Liquidity information to Bank for financial position with RBI with alert mechanism for preset values

1 3 year

NOTE:

The Server to be supplied with all the suitable software drivers and manual for display controller, Ethernet interface, DVD Rw etc. whether exclusively specified here or not.

The server should be certified for Microsoft Windows and proof of certification is to be enclosed with Technical Quote.

The accessories required for the proper functioning of the servers should be provided. The bidder must take back to back support from the OEM and produce documents during the delivery

report The bidder should share the computation details for all software licenses required for the project, as per

Oracle and IBM policy guidelines. The Bank reserves the right to validate the same and refer the policy for technical qualification of the tender document submitted

All software license should be available for use at Primary and DR site servers

Page 25: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

ANNEXURE 7: STATEMENT OF DEVIATIONS

Bidders are requested to provide details of all deviations, comments and observations or suggestions in the following format with seal and signature. You are also requested to provide a reference of the page number, state the clarification point and the comment/ suggestion/ deviation that you propose as shown below.

THE BARAMATI SAHAKARI BANK LTD may at its sole discretion accept or reject all or any of the deviations, however it may be noted that the acceptance or rejection of any deviation by the THE BARAMATI SAHAKARI BANK LTD will not entitle the bidder to submit a revised commercial bid.

Page Number Comment / Suggestion Deviation12345

Page 26: Schedule of Events Tender of NGRTGS, NEFT and CCIL... · Web viewIBM WebSphere MQ Processor Value Unit (PVU) License + SW Subscription & Support 12 Months 140 PVU IBM 1 Year Software

ANNEXURE 8: VENDORS DETAILS

Details filled in this form must be accompanied by sufficient documentary evidence, in order to verify the correctness of the information.

S. No Item Details1. Name of Company / Leader of the Consortium 2. Postal Address 3. Telephone and Fax numbers Telephone: FAX: 4. Constitution of the Company 5. Name and designation of the person authorized to

make commitments to THE BARAMATI SAHAKARI BANK LTD [An authorization letter is required from the company]

6. Email Address 7. Year of commencement of Business 8. Sales Tax/VAT Number 9. Ser. Tax Number 10. Company PAN No11. Contact & Escalation Matrix12. Company formation details like Memorandum of

Association & Articles of Association