जोखिम प्रबंधन खिभाग/ · 19. BSE Bombay Stock Exchange 20. CBS...

257
1 जोखिम ब धन खिभाग/ Risk Management Department धान काााल, सी-24, जी” लॉक, बा ा कु लाा कॉलेस, बा ा (पू), मु बई 400051 Head Office, C-24, “G” Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051 ताव हेत अन रोध उक ट अंतररारीय पततय और बेसल I, II और III पर भारतीय रजवव बक के दिशातनिेश क े अन ऱप नाबाव म उयम-यापी समवत जोखिम बंधन संरचना के कायावयन के ललए सप व सॉटवेयर सोय शन हेत वर की तनय त के ललए ताव भेजने का अन रोध (आरएफ़पी म परयोजना के प म संदभित) Request for Proposal For End to End Software Solution for Implementation of Enterprise-wide Integrated Risk Management Architecture in accordance with the International Best Practices and Guidelines of RBI on Basel I, Basel II, Basel III (Also referred to as Project in this RFP) तनवविा संया: एनबी.एचओ.आरएमी/ 01 / आरएमी-55/ 2018-19 दिनांक 23 जुलाई 2018 Tender Number: NB.HO.RMD/ 01 /RMD-55/2018-19 Dated: 23 July 2018 तनवविा ितावेज की लागत: र. 10,000/- (रपए िस हजार मा) Cost of Tender Document: Rs. 10,000/- (Rupees Ten Thousand only) बयाना जमारालश [ईएमी] की लागत: र. 15,00,000/- (रपए पंह लाि मा) Cost of Earnest Money Deposit [EMD]: Rs.15, 00,000/- (Rs. Fifteen lakh only)

Transcript of जोखिम प्रबंधन खिभाग/ · 19. BSE Bombay Stock Exchange 20. CBS...

  • 1

    जोखिम प्रबंधन खिभाग/ Risk Management Department

    प्रधान कार्ाालर्, सी-24, “जी” ब्लॉक, बांद्रा कुलाा कॉम्प्लेक्स, बांद्रा (प)ू, मुबंई – 400051

    Head Office, C-24, “G” Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051

    प्रस्ताव हेतु अनुरोध

    उत्कृष्ट अंतरराष्रीय पद्धततयों और बेसल I, II और III पर भारतीय ररजवव बैंक के दिशातनिेशों के अनुरूप

    नाबार्व में उद्यम-व्यापी समन्ववत जोखिम प्रबंधन संरचना के कायावववयन के ललए सम्पूर्व सॉफ्टवेयर सोल्यूशन हेतु वेंर्र की तनयुन्तत के ललए

    प्रस्ताव भेजने का अनुरोध (आरएफ़पी में पररयोजना के रूप में सदंर्भित)

    Request for Proposal

    For

    End to End Software Solution for Implementation

    of Enterprise-wide Integrated Risk Management

    Architecture in accordance with the International

    Best Practices and Guidelines of RBI on Basel I,

    Basel II, Basel III (Also referred to as Project in this RFP)

    तनवविा सखं्या: एनबी.एचओ.आरएमर्ी/ 01 / आरएमर्ी-55/ 2018-19 दिनांक 23 जुलाई 2018 Tender Number: NB.HO.RMD/ 01 /RMD-55/2018-19 Dated: 23 July 2018

    तनवविा िस्तावेज की लागत: रु. 10,000/- (रुपए िस हजार मात्र) Cost of Tender Document: Rs. 10,000/- (Rupees Ten Thousand only)

    बयाना जमारालश [ईएमर्ी] की लागत: रु. 15,00,000/- (रुपए पदं्रह लाि मात्र) Cost of Earnest Money Deposit [EMD]: Rs.15, 00,000/- (Rs. Fifteen lakh only)

  • 2

    Contents

    1. Invitation for Bids: ............................................................................................................ 12

    2. Tender Notice .................................................................................................................... 13

    3. Instructions for Bidders ..................................................................................................... 17

    i. Request for Additional Information ......................................................................... 17

    ii. Rejection / Acceptance of Bid .................................................................................... 17

    iii. Cancellation of Bid ................................................................................................... 17

    iv. Period of Validity of Bids ........................................................................................ 17

    4. Who can submit the bid? ................................................................................................... 17

    5. Disclaimer ......................................................................................................................... 19

    6. INSTRUCTION FOR BID SUBMISSION ...................................................................... 20

    7. Background: ...................................................................................................................... 25

    a) About NABARD ............................................................................................................ 25

    i. Management Structure ............................................................................................... 25

    ii. Organisational Structure ............................................................................................ 25

    iii. Key functions of NABARD ...................................................................................... 27

    b) Risk Management Set-up in NABARD ............................................................................ 27

    i. Credit Risk ................................................................................................................ 28

    ii. Market Risk ........................................................................................................... 28

    iii. Liquidity and Interest Rate Risk ........................................................................ 28

    iv. Operational Risk ................................................................................................... 28

    v. Compliance Risk ...................................................................................................... 28

    8. Scope of Work ................................................................................................................... 30

    a) Objective of RFP ...................................................................................................... 30

    b) Objective of the Project ........................................................................................... 30

    c) Responsibilities of Bidder .......................................................................................... 31

    d) Broad level overview ................................................................................................ 35

    e) RACI Matrix ................................................................................................................. 37

    f) Broad Scope of Work .................................................................................................. 38

    g) Detailed Scope of Work ........................................................................................... 39

    i. Gap Identification & Resolution ................................................................................ 39

    ii. Design of Solution ................................................................................................ 39

  • 3

    iii. Parameterization, Configuration and Customization of Software ................ 40

    iv. Testing ................................................................................................................... 40

    v. Training ..................................................................................................................... 41

    vi. Implementation .................................................................................................... 44

    vii. Annual Technical Support (ATS)/Annual Maintenance Contract (AMC)and

    Helpdesk .......................................................................................................................... 46

    viii. Information Security ........................................................................................... 47

    9. Functional Requirements .................................................................................................. 48

    10. Technical Requirements: ................................................................................................ 48

    11. Pricing ............................................................................................................................ 48

    12. Payment .......................................................................................................................... 48

    13. Eligibility Criteria .......................................................................................................... 49

    14. Signatory ........................................................................................................................ 52

    15. Amendment .................................................................................................................... 52

    16. Pre-Bid Meeting ............................................................................................................. 52

    17. Opening of Quotation ..................................................................................................... 52

    18. Earnest Money Deposit (EMD) ..................................................................................... 53

    19. Ethical Standard ............................................................................................................. 54

    20. Information Security of the Bank ................................................................................... 54

    21. Integrity Pact .................................................................................................................. 55

    22. Indemnification .............................................................................................................. 55

    23. Security deposit by way of Performance Bank Guarantee ............................................. 56

    24. Insurance ........................................................................................................................ 57

    25. Price Composition .......................................................................................................... 57

    26. No Price Variations ........................................................................................................ 58

    27. Import Obligations ......................................................................................................... 58

    28. Time period for completion of assignment .................................................................... 58

    29. Delay in adhering to the project timelines/Liquidated damages .................................... 58

    30. Confidentiality ................................................................................................................ 59

    31. Settlement of disputes by Arbitration ............................................................................ 60

    32. Termination .................................................................................................................... 61

    a) Termination For Default ......................................................................................... 61

    b) Termination for Insolvency .................................................................................... 61

    c) Termination for convenience ..................................................................................... 62

  • 4

    d) Termination – Key Terms & Conditions .............................................................. 62

    e) Consequences of Termination ................................................................................... 62

    f) Exit Option ................................................................................................................... 63

    g) Termination of partner of Bidder .......................................................................... 63

    33. Right to Accept or Reject Quotation .............................................................................. 64

    34. Right to alter quantities/ components ............................................................................. 64

    35. Force Majeure ................................................................................................................ 64

    36. Selection Strategy ........................................................................................................... 64

    a. Evaluation of Technical Bid:- .................................................................................... 65

    i. Scoring Methodology for Functional Requirements (FR) ................................. 65

    ii. Scoring Methodology for Technical Requirements (TR) ................................ 66

    iii. Scoring Methodology for Bid Presentation & Product Demonstration ........ 66

    iv. Scoring Methodology for Site References and Team Strength ......................................... 67

    v. Scoring Methodology for Past Experience (PE) ...................................................... 68

    vi. Bidder Evaluation Scoring ............................................................................................... 68

    b. Evaluation of Commercial Bid:- ................................................................................ 71

    c. Techno-Commercial Scoring (Overall Assessment for calculation of L1) ........... 71

    37. Additional Instructions for Bidders ................................................................................ 72

    a) Ownership of Software ............................................................................................ 72

    b) Source Code .............................................................................................................. 72

    c) Supply of Software Licenses....................................................................................... 73

    d) Software Delivery & Installation ............................................................................ 74

    e) Acceptance of software ............................................................................................... 75

    f) Inspection and Tests ................................................................................................... 75

    g) Information Ownership .......................................................................................... 75

    h) Adherence to Standards .......................................................................................... 76

    i) Security Configuration, Monitoring and Audit ....................................................... 76

    j) Considerations for Proposed Hardware & Software to support the EWIRM

    Solution ................................................................................................................................ 77

    k) Performance Guidelines ......................................................................................... 77

    l) Service Level Agreement (SLA) ................................................................................. 78

    m) SLA for Hardware & Software ................................................................................ 79

    n) Time Schedule .......................................................................................................... 81

    o) Project Documentation and Manuals ............................................................................. 82

  • 5

    p) Reporting Progress .................................................................................................. 82

    q) Warranty & Annual Maintenance.......................................................................... 82

    r) Terms and Conditions during Warranty and AMC/ ATS Period ......................... 83

    38. Award of Contract .......................................................................................................... 84

    a) Notification of Acceptance of Bid .......................................................................... 84

    b) Project management: .............................................................................................. 84

    c) Signing of contract ...................................................................................................... 85

    d) Conditions precedent to contract .......................................................................... 85

    e) Use of Contract Documents & Information ............................................................. 85

    f) ‘No Claim’ Certificate .................................................................................................. 86

    g) Publicity .................................................................................................................... 86

    h) General Terms and Conditions .............................................................................. 86

    i) Litigation....................................................................................................................... 86

    Annexure-1: Check List for Submission of Bid Documents .............................................. 88

    Annexure-2: Authorization Letter Format ................................................................................ 90

    Annexure-3: Non-Disclosure Agreement Form ........................................................................ 92

    Annexure-4: Check list for submission of eligibility criteria .................................................. 101

    Annexure-5: Profile of bidder and OEM ................................................................................. 102

    Annexure-6: Implementation methodology ............................................................................ 104

    Annexure-7: Reference site details.......................................................................................... 105

    Annexure-8: Past Experience .................................................................................................. 107

    Annexure-9: Team profile* ..................................................................................................... 108

    Annexure-10: Training ............................................................................................................ 110

    Annexure-11: Cover Letter for Commercial Bid .................................................................... 111

    Annexure-12: Format for furnishing the Commercial Bid ...................................................... 113

    Annexure-13: Bid submission Covering Letter....................................................................... 116

    Annexure-14: Notification of Acceptance .............................................................................. 118

    Annexure-15: Specimen contract form ................................................................................... 119

    Annexure-16: Performance Bank Guarantee Format .............................................................. 126

    Annexure-17: RACI Chart ...................................................................................................... 130

    Annexure-18: RBI communication to AIFIs regarding Review of Regulatory Framework for the

    AIFIs dated November 28, 2016 ............................................................................................. 132

    Annexure-19: Format for furnishing Bank Guarantee in lieu of Earnest Money Deposit ...... 133

    Annexure-20: Pre Contract Integrity Pact ............................................................................... 136

  • 6

    Annexure-21: Confidentiality Undertaking Format ................................................................ 143

    Annexure-22: RFP Download Declaration ............................................................................. 145

    Annexure-23: Declaration that the Bidder is not any other Bank’s/ PSU’s/ Govt.’s Vendor

    Blacklist ................................................................................................................................... 146

    Annexure-24: Terms and Conditions Compliance Table ........................................................ 147

    Annexure-25: Details of Service/ Support Centre ................................................................... 149

    Annexure-26: Manufacturer’s / Developer’s Authorization Form (MAF / DAF) .................. 150

    Annexure-27: Declaration of Clean Track Record.................................................................. 151

    Annexure-28: Letter of Indemnity and Undertaking ............................................................... 152

    Annexure-29: Present Setup of IT Systems of the Bank ......................................................... 155

    Annexure-30: Requirement for Sizing .................................................................................... 158

    Annexure 31 – Functional Requirements ................................................................................ 163

    i. Functional Requirements for Credit Risk: ...................................................................... 163

    ii. Functional Requirements for Operational Risk: ............................................................. 183

    iii. Functional Requirement for Business Continuity Management (BCM) Plan ................ 196

    Impact Analysis – Maximum Acceptable Outage (MAO)/ Maximum ................................... 197

    Time Period of Disruption (MTPD) ........................................................................................ 197

    Timeline Summary .................................................................................................................. 197

    Monitor Review and Control Gaps ......................................................................................... 197

    Incident response Procedure - Types of Incidents ................................................................... 197

    Classification of Incidents ............................................................................................... 197

    Crisis Management Structure & Process ................................................................................. 198

    Crisis Management Structure at Head office ................................................................ 198

    Crisis Communication at Head Office ........................................................................... 198

    Crisis Management Structure at Regional Offices and TEs........................................ 198

    Emergency Response and Safety Plan .................................................................................... 198

    Crisis Communication Plan ..................................................................................................... 198

    BCM Steering Committee and Response Team Information ..................................... 198

    Emergency Contact Details ............................................................................................. 198

    Template for Generating Incident Report..................................................................... 198

    Performance Evaluation Methodology .......................................................................... 198

    BCM Change Management .............................................................................................. 198

    Unscheduled BCM updates ............................................................................................. 198

    Incident based BCP updates ........................................................................................... 198

  • 7

    39. Exercising Methodology .............................................................................................. 198

    iv. Functional Requirements for Compliance Risk: ............................................................. 199

    v. Functional Requirements for Market Risk: ..................................................................... 200

    vi. Functional Requirements in Respect of Pillar- II, Pillar- III & Basel III and Integrated

    Capital Computation Module: ................................................................................................. 227

    vii. Functional Requirements in Respect IFRS 9 and ECL Calculation: ........................... 231

    Annexure 33: Pre-Bid Query format ....................................................................................... 254

    Annexure 34 - Forwarding Letter (Technical Bid) ................................................................. 255

    Annexure 35: Details and Specifications of Hardware ........................................................... 257

  • 8

    Glossary

    Sl.No. Acronym/

    Term Used Definition

    1. AFS Available For Sale

    2. AIFI All India Financial Institution

    3. AGL Aggregate Gap Limit

    4. AIRB Advanced Internal Ratings Based

    5. ALM Asset And Liability Management

    6. AMA Advanced Measurement Approach

    7. AMFI Association Of Mutual Funds In India

    8. ASCII American Standard Code For Information

    Interchange

    9. ATS Annual Technical Support

    10. Bank National Bank For Agriculture & Rural

    Development Bank (NABARD)

    12. Basel II

    Guidelines

    Framework for Capital Measurement and

    Capital Standards issued by Basel

    Committee on Banking Supervision

    13. Basel II

    RBI

    Guidelines

    Master Circular - Prudential Guidelines on

    Capital Adequacy and

    Market Discipline- New Capital Adequacy

    Framework (NCAF) Implementation of

    the Advanced Measurement Approach

    (AMA) for Calculation of Capital Charge

    for Operational Risk - Guidelines Capital

    Adequacy - The Internal Ratings Based

    (IRB) Approach to Calculate Capital

    Requirement for Credit Risk

    Prudential Guidelines on Capital

    Adequacy - Market Risk under

    Standardized Measurement Method

    (SMM)

    14. Basel III

    Guidelines

    A global regulatory framework for more

    resilient Banks and Banking systems and

    International framework for liquidity risk

    measurement, standard and monitoring

    15. BCBS Basel Committee on Banking Supervision

    16. BEICF Business Environment And Internal

    Control Factors

  • 9

    17. Bidder The bidder providing or intending to

    provide the Services under this Contract

    18. BIS Bank For International Settlements

    19. BSE Bombay Stock Exchange

    20. CBS Core Banking Solutions

    21. CCIL Clearing Corporation Of India Ltd.

    22. CD Certificate Of Deposit/Compact Disc

    23. CDS Credit Default Swap

    24. Contract

    The work order issued by NABARD, Head

    Office, Mumbai and acceptance of the

    same by the bidder of services, including

    all attachments and appendices thereto

    and all documents incorporated by

    reference therein

    25. Contract

    Price

    The price payable to the Bidder under the

    Contract for the full and proper

    performance of its contractual obligations

    26. CRISIL Credit Rating Information Services Of

    India Limited

    27. CRMS Credit Risk Management System

    28. CSV Comma-Separated Value

    29. CVA Credit Valuation Adjustment

    30. DIT Department Of Information Technology

    31. DVD Digital Video Disc

    32. DVP Delivery Versus Payment

    33. EAD Exposure At Default

    34. EDW Enterprise Data Warehouse

    35. EWIRM Enterprise Wide Integrated Risk

    Management

    36. FEDAI Foreign Exchange Dealers’ Association Of

    India

    37. FIFO First In First Out

    38. FIMMDA Fixed Income Money Market And

    Derivatives Association Of India

    39. FIRB Foundation Internal Ratings Based

    40. FX Foreign Exchange

    41. GRC Governance, Risk and Compliance

    42. GL General Ledger

    43. GLM Generalised Linear Model

    44. GLMM Generalised Linear Mixed Model

    45. GUI Graphical User Interface

    46. HFT Held For Trade

  • 10

    47. HRMS Human Resource Management System

    48. HTM Held To Maturity

    49. ICAAP Internal Capital Adequacy & Assessment

    Procedure

    50. IGL Individual Gap Limit

    51. IMA Internal Model Approach

    52. IMF International Monetary Fund

    53. IR Interest Rate

    54. iRAC Income Recognition And Asset

    Classification

    55. IRB Internal Ratings Based

    56. IRMS Integrated Risk Management System

    57. IT Information Technology

    58. KRI Key Risk Indicators

    59. LDP Low Default Portfolio

    60. LGD Loss Given Default

    61. LIBOR London Interbank Offer Rate

    62. LIFO Last In First Out

    63. M Effective Maturity

    64. MIS Management Information System

    65. MRMS Market Risk Management System

    66. MTM Marked To Market

    67. NABARD National Bank For Agriculture And Rural

    Development

    68. NAS Network Attached Storage

    69. NCAF New Capital Adequacy Framework

    70. NDS Negotiated Dealing System

    71. NOOP Net Overnight Open Position Limit

    72. NPA Non-Performing Asset

    73. NPV Net Present Value

    74. NSE National Stock Exchange

    75. OEM Original Equipment Manufacturer/

    Product Vendor

    76. ORMF Operational Risk Management

    Framework

    77. ORMS Operational Risk Management System

    78. OSMOS Off-Site Monitoring And Surveillance

    79. OTC Over The Counter

    80. PD Probability Of Default

    81. PFE Potential Future Exposure

    82. P&L Profit & Loss

    83. PVBP Price Value Of A Basis Point.

    84. QRRE Qualified Revolving Retail Exposures

  • 11

    85. RAPM Risk Adjusted Performance Measurement

    86. RAROC Risk Adjusted Return On Capital

    87. RBI Reserve Bank Of India

    88. RCA Root Cause Analysis

    89. RCSA Risk And Control Self-Assessment

    90. RFP Request For Proposal

    91. RISC Reduced Instruction Set Computer

    92. RMD Risk Management Department

    93. RO Regional Office

    94. RTGS Real Time Gross Settlement

    95. RWA Risk Weighted Assets

    96. Services Software and related services and other

    such obligations of the Bidder as

    applicable under the Contract

    97. SI System Integrator

    98. SL Specialized Lending

    99. SLA Service Level Agreement

    100. SMM Standardized Measurement Method

    101. SMS Short Message Service

    102. Solution Software solution for implementation of

    EWIRM System

    103. SPEC Standard Performance Evaluation

    Corporation

    104. SWIFT Society For Worldwide Interbank

    Financial Telecommunication

    105. TBO Treasury Back Office

    106. TCC Terms and Conditions of Contract

    107. TGA Traditional Gap Analysis

    108. TMO Treasury Mid Office

    109. TO Technical Offer

    110. TSA The Standardized Approach

    111. UAT User Acceptance Testing

    112. VaR Value at Risk

    113. Vendor The bidder providing or intending to

    provide the Services under this Contract

    114. XML Extensible Mark-Up Language

    115. ZCYC Zero Coupon Yield Curve

  • 12

    1. Invitation for Bids:

    National Bank for Agriculture and Rural Development (NABARD), is a body

    corporate established under the NABARD Act, 1981 (hereinafter referred to as "The

    Bank") having its Head Office at Plot No. C-24, Block 'G', Bandra-Kurla Complex,

    Bandra (East), Mumbai - 400051 and Regional Offices (ROs) / Training

    Establishments (TEs) in different cities across the country.

    The Bank intends to invite Techno -Commercial bids from eligible Bidder to

    provide end to end software solution for Implementation of Enterprise-wide

    Integrated Risk Management Architecture in accordance with the International

    Best Practices and Guidelines of RBI on Basel I, Basel II, and Basel III.

    A complete set of Request for Proposal (RFP) can be obtained during office hours

    on all working days in person. Alternatively, complete set of RFP for the above

    purpose can be downloaded from Bank’s official website www.nabard.org. The

    bidder who has purchased/ downloaded the RFP is required to submit a non-

    refundable fee of Rs.10, 000/- (Rupees ten thousand only) in the form of DD, in

    favour of NABARD payable at Mumbai during office hours within the last date and

    time of submission of bid, failing which the bid of the concerned bidder will not be

    entertained. The hard copy of this document (RFP) procured from the Bank or

    downloaded from the official website, will alone be treated as authenticated copy

    for all purposes.

    http://www.nabard.org/

  • 13

    2. Tender Notice

    Bid Collection and submission details are given below.

    Bid Reference number : NB.HO./RMD/ 01 /RMD-55/2018-19

    Cost of RFP (non-refundable) : Rs.10, 000/- (Rupees ten thousand only) in the form of DD, in favour of NABARD payable at Mumbai.

    Earnest Money Deposit (Refundable)

    : Rs. 15,00,000/- (Rupees Fifteen Lakh only) by way of a separate Bankers Cheque/Demand Draft/Pay Order in favour of NABARD payable at Mumbai. OR With an equivalent amount of Bank Guarantee (BG) issued by a Scheduled Commercial Bank valid for 180 days from the date of opening of the Tender as per format given in the Annexure 19.

    Date of issue of RFP : 23 July 2018

    Last date for submission of pre-bid queries

    : 03 August 2018 at 03.00 pm as per Annexure 33

    Pre Bid Meeting : 20 August 2018 at 11.00 am

    Last date and time for submission of Bids

    : 31 August 2018 at 3.00 pm

    Opening of Technical Bid : 31 August 2018 at 3.30 pm at NABARD, Head Office, Mumbai

    Address for submission of bids : The Chief General Manager Risk Management Department, National Bank for Agriculture & Rural Development, 3rd Floor, C Wing, Plot No C-24, G Block Bandra Kurla Complex Bandra (E) Mumbai - 400051

    Contact Person : 1. Shri A M Yadav, General Manager, 022- 26531972, 9422986071 2. Shri R Sankar, 022-26539429, 9443380618 3. Ms Priyanka Saini, 022-26539473, 9618229675

    E– mail : [email protected]

    No. of envelopes (Non window, sealed) to be submitted

    : Two (2) Envelopes Sealed Envelope 1 containing :- Technical Bid + EMD (DD/BG) + Cost for RFP Document Sealed Envelope 2 containing:- Commercial Bid

    Note:-

    1. Before bidding, the bidders are requested to carefully examine the RFP

    Document and the terms and conditions specified therein. If any bidder

    requires any clarification on this RFP, may notify the Bank in writing or by

    email at the Bank’s mailing address indicated in the RFP on or before 03

  • 14

    August 2018 (Friday) at 03.00 pm. Bidders should notify the Bank of

    any error, omission, or discrepancy found in this RFP document not later

    than 03 August 2018 (Friday) at 03.00 pm.

    2. No suggestions or queries shall be entertained after the pre-bid meeting.

    3. Bank makes no warranty, express or implied, and shall incur no liability whatsoever under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP. Bank may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP.

    4. This RFP is being floated to seek appropriate software solutions for the

    implementation of Enterprise Wide Integrated Risk Management

    Architecture in accordance with the International Best Practices and

    Guidelines of RBI on Basel I, Basel II, and Basel III. Bank invites responses

    from bidder to propose a contractual arrangement for the provision,

    implementation and after-sales support as described in this document.

    5. The purpose of this RFP is to enable the bidder to communicate their

    qualifications and product specifications to facilitate the selection of an

    appropriate risk management software solution.

    6. The check list for submission of annexures to be attached along with the bid

    are given in Annexure-1

    7. All costs and expenses (whether in terms of time or money) incurred by the

    bidders in any way associated with the development, preparation and

    submission of responses, including but not limited to attendance at

    meetings, discussions, demonstrations and for providing any additional

    information required by Bank, will be borne entirely and exclusively by the

    bidders.

    8. The bidders must conduct its own investigation and analysis regarding any

    information contained in the RFP document and the meaning and impact of

    that information.

    9. All bids (Technical & Commercial) must be submitted at the same time giving

    full particulars in separate sealed envelopes at the Bank’s address within the

    time period specified above.

    10. The Bank reserves the right to accept or reject in part or full any or all the

    offers without assigning any reasons whatsoever.

    11. No further discussion/interface will be entertained with bidders whose bids

    have been technically disqualified.

    12. Bids will be opened in the presence of bidders’ representatives who choose

    to attend on the bid opening date. No separate intimation will be given in this

    regard to the bidders for deputing their representatives. However, the date

    and time for opening of Commercial bid shall be intimated separately by

    phone/email. The representative/s has/have to submit an authority letter

    duly signed by the bidder, authorizing him to represent and attend the bid

    opening on behalf of the bidder. The format of the authorization letter is

    given in Annexure-2.

    13. The scope of the services specified under this RFP is governed by the

    guidelines issued by RBI on implementation of Basel I/II/III, IndAS

  • 15

    Guidelines and guidelines on Expected Credit loss and RBI communication

    to AIFIs regarding Review of Regulatory Framework for the AIFIs dated

    November 28, 2016, subject to regulatory modification if any (as enclosed as

    Annexure-18). Any change made by RBI/GOI in the existing guidelines or

    issue of fresh guidelines on these matters shall automatically enlarge the

    scope of work specified under this RFP and the duties of selected bidder shall

    deemed to be discharged only when the Bank complies with the revised

    guidelines issued on this matter. There will be no cost escalation on account

    of this and the bidder shall complete the project as per the revised scope of

    work.

    14. The Bank expressly stipulates that the selection of bidder under this RFP is

    on the understanding that this RFP contains only the principal provisions for

    the entire assignment and the services rendered in accordance with the scope

    of work defined under this RFP are only a part of the assignment. The bidder

    shall perform all such tasks, render requisite services as may be required for

    successful completion of the project to the satisfaction of the Bank at no

    additional cost to the Bank, to attain the underlying objectives for which this

    RFP is floated.

    15. The Bank reserves the right to change the dates mentioned above or in the

    RFP, which will be communicated through the Bank’s web site.

    16. Any bid submitted without payment of Rs. 10,000/- (Rupees ten thousand

    only), being the cost of RFP, shall be immediately rejected.

    17. Non enclosure of Earnest Money Deposit (EMD) of Rs 15.00 lakh will result

    in rejection of bid.

    18. The bidder shall ensure compliance of Central Vigilance Commission

    guidelines (CVC) issued/ to be issued from time to time pertaining to the

    work covered under this RFP.

    19. No binding legal relationship will exist between any of the bidder and the

    Bank until execution of a contractual agreement to the full satisfaction of the

    Bank.

    20. The bidder will, by responding to the Bank’s RFP document, be deemed to

    have accepted the terms as stated in this RFP document.

    21. Finally selected bidder based on terms and conditions this RFP should

    supply, install and commission a comprehensive software solution in our

    Bank for implementing an Enterprise-wide Integrated Risk Management

    Architecture in accordance with the International Best Practices and

    guidelines of RBI on Basel I, Basel II & Basel III.

    22. The proposed solution should cover all the Departments/ Regional Offices/

    Training Establishments of the Bank as decided by the Bank and have the

    capability to scale up for meeting future requirements.

    23. NABARD would provide the required hardware in its DC for hosting the

    ERMS software. The details of the Hardware required for the ERMS solution

    may be indicated in the format given in Annexure 35.

    24. NABARD would provision the required servers in the form of VMs in its

    hardware (Hyper Converged Infrastructure- HCI) and make available to the

  • 16

    ERMS Vendor for installation of required software including the OS. The

    vendor shall clearly demarcate the environments into Production,

    Development and Testing.

    25. MS SQL Server and Oracle Database are the preferred database for

    NABARD. It is possible that the database license could be based on the

    number of cores/ processors in the system. If the license is processer / core

    based, NABARD would provision separate hardware (outside the HCI) and

    provision the same for installation of database. Therefore, vendor should

    indicate the server capacity requirements accordingly and also indicate the

    number of licenses required.

    26. Based on the number of users, the vendor may calculate and indicate the

    bandwidth requirement on the MPLS network (WAN) of NABARD. If there

    is a requirement for accessing the ERMS software through Internet, the

    bandwidth requirement on the ILL may be calculated and indicated based on

    the number of users.

    27. As regards DR setup for the ERMS software, the hardware requirement may

    be indicated in Annexure 35 by removing the requirements of Testing,

    DevOps, etc.

    28. As regards the replication of the VMs and Database from DC to DR, NABARD

    would provide block-to-block replication for all the VMs at the DR with an

    RPO of 15 minutes. However, if the vendor proposes to have any specific

    replication tool for its database or any other software with a much tighter

    RPO, then the required software along with the licenses would have to be

    provided by the Software Vendor with Commercials for the same.

    29. All Licenses should be obtained in the name of NABARD.

    30. All software’s proposed in the solution shall be compatible with the hardware

    set up of NABARD.

    31. The software licenses, including the licenses for the Operating Systems,

    Middleware, Webserver, Database, etc., (to be installed on the bare-metal

    Virtual Machines) both for the DC & DR and support licenses for the

    softwares would be provided by the ERMS Vendor and cost for the same

    included in the commercial bid for the full period of the project.

    32. NABARD would take care of backup of the entire ERMS set up on a D2D

    appliance installed in both DC and DR and also on Tape Drives at the DC.

    The backup software proposed to be used is HP Data Protector which would

    be provided by NABARD. The Software Vendor shall work with RMD / DIT

    of NABARD to ensure that the backup is configured as per BCM Policy. The

    Vendor shall set up the backup procedure, test for its working and also

    periodically (monthly basis) verify the integrity of the backup.

  • 17

    3. Instructions for Bidders

    i. Request for Additional Information

    Bidders are required to direct all communications for any clarification related to

    this RFP, to the Designated Bank officials and must communicate the same in

    writing (address for communication is given in table titled ‘Bid collection and

    submission details’ ). All queries relating to the RFP, technical or otherwise, must

    be in writing only i.e. either via physical or electronic mail. The Bank will try to

    reply, without any obligation in respect thereof, every reasonable query raised by

    the Bidder in the manner specified.

    However, the Bank will not answer any communication reaching the Bank later

    than 03.00 pm on 03 August 2018.

    ii. Rejection / Acceptance of Bid

    The Bank reserves the right to accept or reject any or all the bids without

    assigning any reason whatsoever. Any decision of the Bank in this regard shall be

    final, conclusive and binding on the bidder.

    iii. Cancellation of Bid

    The Bank reserves right to re-issue/re-commence the entire bid process and or

    any part in case of any anomaly, irregularity or discrepancy in regard thereof

    without assigning any reason whatsoever, at the sole discretion of the Bank. Any

    decision in this regard shall be final, conclusive and binding on the bidder.

    iv. Period of Validity of Bids

    Validity Period: - Bids shall remain valid for 180 days from the last date

    specified for submission of bids in this RFP. The Bank holds the rights to reject a

    bid valid for a period shorter than 180 days.

    Extension of Period of Validity: - In exceptional circumstances, the Bank

    may solicit the Bidder’s consent to an extension of the validity period. The request

    and the response thereto shall be made in writing. Extension of validity period by

    the Bidder should be unconditional and irrevocable.

    4. Who can submit the bid?

    a. The bid shall be submitted by the System Integrator (SI) only. The term bidder

    used in this RFP refers to the entity who has submitted the bid.

    b. One bidder cannot submit more than one bid. In case more than one bid is

    submitted by the bidder, all the bids will be rejected.

    c. The bidder is responsible to carry out the entire end to end implementation of

    the software solution as per the scope of work specified in this RFP.

  • 18

    d. Two SIs shall not partner with each other to bid jointly for this project.

    e. The bid should clearly spell out the tasks proposed to be undertaken by the

    OEM. If any of the functional/technical requirements is achieved with the

    help of OEM, details of such requirements shall be mentioned in the bid and

    during the product demonstration the OEM shall display his capability in

    achieving the aforementioned requirements. The OEM is also required to

    fulfil the eligibility criteria specified in para 13 of this RFP (except condition

    no 2 and 6) and the bidder is responsible for furnishing the required details

    necessary to check the eligibility of OEM. The OEM should not have

    accumulated losses as on 31.03.2018.

    f. One bidder in the capacity of SI can partner with multiple OEMs (for separate

    modules such as credit risk, market risk, operational risk, compliance risk,

    IFRS 9 and ECL calculation) to provide EWIRM Solution through this bid.

    g. The Bank intends to procure Perpetual/Permanent Enterprise Licenses with

    fixed AMC. The Bank should have the entitlement/ right to use these licenses

    without any restriction of any nature and at all geographic locations. The

    bidder should also ensure that the official & authentic license definition of

    software solution is shared with Bank. The bank may use licence for its

    subsidiaries in future.

    h. All the new software release/version / upgrades or otherwise for any reason

    should be made available to the Bank and the Bank is not liable to pay / oblige

    SI or any OEM any additional charges / fees pertaining to third party royalty

    charges etc. And also this should not be the reason to restrict the Bank from

    upgrading to the new release / new version of the software. The same will be

    provided during the entire duration of the contract.

    i. The OEM should endorse the hardware & related software sizing, stating that

    technically their software can be deployed on the proposed sizing. This can be

    through declaration or sharing authentic / official benchmark reports.

    j. The SI is responsible to carry out the process and accomplish the assigned

    task.

    k. The SI must not change the OEM once the bidding process is completed or at

    any stage for the duration of the contract.

    l. The SI cannot partner with any third party other than the OEM for the

    purposes of this project.

    m. A bidder to this RFP acting as the SI cannot participate in the bid submitted

    by another bidder (SI) as the OEM of that bid.

  • 19

    5. Disclaimer

    The information contained in this Request for Proposal (RFP) document or

    information provided subsequently to bidder(s) or applicants whether verbally or

    in documentary form by or on behalf of National Bank For Agriculture & Rural

    Development (NABARD), 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 document is not an agreement and is not an offer or invitation to bid by

    National Bank for Agriculture & Rural Development to any parties other than the

    applicants who are qualified to submit the bids (“bidders”). The purpose of this

    RFP is to provide the bidder(s) with information to assist them in formulation of

    their proposals. This RFP does not claim to contain all the information each bidder

    may require. Each bidder should conduct its own investigations and analysis and

    should check the accuracy, reliability and completeness of the information in this

    RFP and where necessary obtain independent advice. National Bank for

    Agriculture & Rural Development 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. National Bank for Agriculture & Rural

    Development may in its absolute discretion, but without being under any

    obligation to do so, update, amend or supplement the information in this RFP.

    The term ‘Project period/duration of project/tenure of project’ used in this

    RFP is of six years which includes Implementation period of 1 year and AMC/ATS

    for a period of five years after GO Live.

    The term ‘GO LIVE date’ used in this RFP refers the point of time of 3 weeks

    post UAT sign off and movement of system to production.

    The Bank’s own data is defined as the financial/non-financial information of the

    National Bank for Agriculture & Rural Development which is generally used for

    computation of CRAR under Basel I/Basel- II/Basel-III norms. Further it is

    envisaged that as on GO-LIVE date the information residing /information required

    for BASEL required approaches in CLMAS, TALMS, ENSURE etc. and any other

    source system should flow seamlessly into the IRMS to generate CRAR and meet

    other functional requirements specified in this RFP.

  • 20

    6. INSTRUCTION FOR BID SUBMISSION

    6.1. Two Bid System Offer

    6.1.1 Two offers (both Technical & Commercial) must be submitted at the same

    time, giving full particulars in two separate sealed envelopes at the specified

    address given above, on or before -31 August 2018 at 3.00 pm. Offers received

    after the last date and time specified for such receipt will be rejected. Both the

    envelopes should be securely sealed and stamped.

    6.1.2 Two separate sealed envelopes containing bids must be submitted to the Bank

    directly as under:

    1. Technical Bid

    2. Commercial Bid

    6.1.3 Both the envelopes must be super-scribed with the following information:

    Type of Offer (Technical or Commercial)

    Tender

    Reference

    Number

    Tender No. NB.HO.RMD/ 01 /RMD-

    55/2018-19 Dated: - 23 July 2018

    Name of the

    RFP

    “ORIGINAL: End to end software solution for

    Implementation of Enterprise-wide Integrated

    Risk Management Architecture in accordance

    with the International Best Practices and

    Guidelines of RBI on Basel I, Basel II and Basel

    III.”

    Due Date

    Name of the

    Bidder

    Address of

    the Bidder

    Contact

    details of

    Bidder

    6.1.4 ENVELOPE – 1: Technical Bid

    The Technical Bid should be complete in all respects and contain all information

    asked for, as per Annexure 1. The Technical Bid should not contain any price

    information. The Technical Bid should be submitted in closed envelope to the

    Bank super scribing the envelope suitably as mentioned in para 6.1.3 The Technical

    Bid should be complete to indicate that all products and services asked for, are

  • 21

    quoted. For example, the Technical Bid should mention that AMC charges are

    included in the Commercial Offer, without mentioning the actual amount.

    EMD and Cost for RFP document should be kept inside the Technical Offer being

    submitted to the Bank.

    The contents of this envelope shall assist the Bank in evaluation of technical and

    functional requirements of the software solution. This envelope shall contain seven

    inner envelopes, each for:

    Eligibility Criteria

    Credit risk,

    Market risk,

    Operational risk and Governance Risk and Compliance (GRC)

    Other functional capabilities (i.e. integration, Pillar- 2, Pillar-3 and Basel-

    III)

    IFRS 9 and ECL Calculation.

    Technical requirements.

    Envelope labelled as ‘Eligibility criteria’ shall contain the documentary proof and

    annexure required if any in respect of each of the criterion listed out in Section

    13. The check list for submission of eligibility criteria is given in Annexure-4. This

    envelope shall without fail contain the profile of both bidder and OEM as

    specified in Annexure-5

    The inner envelopes shall contain the responses against each of the

    functional/technical requirements under respective areas. In addition to the hard

    copy of the responses the envelope shall contain a CD containing the soft copy of

    responses.

    The correct information of the functional capabilities of product being offered

    should be reflected in the responses. Any additional information available,

    though not included in the form, may also be submitted.

    In addition to the seven envelopes mentioned above this envelope shall also

    contain an eighth inner envelope. This eighth envelope shall contain contents of

    technical bid as specified below:

    Implementation methodology as given in Annexure-6

    Reference site details in the format specified in Annexure-7

    Details of past experience as specified in the Annexure-8

    The proposed project team profile as given in Annexure-9

    The details of training programs conducted by the bidder in format specified

    in Annexure-10.The documentary proof in support of these programmes in

    the customer-Bank’s letter head shall also be included in this envelope.

    All other necessary Annexures specified in this RFP along with documentary

    proof required for substantiating the information given in Annexure, if any. In

  • 22

    addition to the annexures specifically listed out in this RFP this envelope shall

    also include:

    * Technology, architecture of proposed solution, exact tools to be used

    * List of all software / tools to be used together with licensing details

    * Tentative project time schedule and plan

    * Project management, control and tracking mechanism

    * Quality control setup and procedures to be followed

    * Implementation & Training plan

    * Technical brochures and user manual

    Any other relevant information

    6.1.5 ENVELOPE-2: Commercial Bid

    The Commercial Bid should give all relevant price information and should not

    contradict the Technical Bid in any manner. The Commercial Bid should be

    submitted to the Bank in a closed envelope (marked as Commercial Bid) super

    scribing the envelope suitably as mentioned in para 6.1.3.

    The commercial bid should be given by the bidder in the format as shown in

    Annexure -12. The Bidder is expected to quote unit price in Indian Rupees (without

    decimal places) for all components and services inclusive of all costs and applicable

    taxes like customs duty, excise duty, import taxes, freight, forwarding, insurance,

    delivery, installation, training etc. at the respective delivery location of the Bank

    except Goods and Service Tax (GST) GST will be paid as per actuals (necessary

    documentary proof).

    The price should be quoted for each item, each unit with total cost, module wise, if

    modular. Prices for all items including optional items, if any, should also be

    mentioned. AMC for each item year wise should be provided. The envelope labelled

    as commercial bid should include the following:

    The bid covering letter cum declaration format is given in Annexure-11

    Details of cost of deliverables for each risk management system (also include

    cost of integrated solution with all modules.) in the format given in

    Annexure-12

    Technical and Commercial Bids must be submitted separately in different closed

    envelopes. It may be noted that if any envelope is found to contain both technical

    and commercial offers, such offer will be summarily rejected. Both the bids shall

    be submitted in one closed envelope super scribing the envelope as mentioned in

    para 6.13.

  • 23

    6.1.6 Soft Copy of the Bid

    Soft copy of both, the Technical Bid as well as the Commercial Bid, in CD should

    be provided with each Bid. Prices should be masked while copying the commercial

    offer in the CD.

    i. Each page of the technical as well as commercial bid and any supplementary

    document attached, if any, should have the signature and the seal of an authorized person (having the authorization / power of attorney etc. to sign on behalf of the organization). The authorization should be given in the format given in Annexure-2.

    ii. The bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person duly authorized to bind the bidder to the contract. The authorization shall be indicated by written power of attorney accompanying the bid. All pages of the bid except un-amended printed literature shall be initialed by the person or persons signing the Bid.

    iii. The bid shall contain no interlineations, erasures or over writing except as necessary to correct errors made by the bidder, in which case such corrections shall be initialed by the person or persons signing the bid.

    iv. The bidder should quote the price for each item required by the Bank. The format for the same has been given in Annexure-12. Besides the system software, the license cost for the ERMS software and the AMC cost for the period of the project, should be indicated separately item-wise in the commercial bid as indicated in Annexure-12.

    v. Any enterprise software would need to undergo modifications, over and above the BRD, to fulfill the business requirements and this would necessitate additional customization of the software. The software vendor should, therefore, provision for such “Additional Customization” by estimating a certain number of man-days, say 1000 man-days, over a period of 5 years, in the commercial bid and also indicate the per man day cost to arrive at the “Additional Customization Cost” in the Commercial Bid.

    vi. A signed copy of the RFP must be submitted along with the bid before the aforementioned closing date and time as mentioned in Tender Notice section.

    vii. Any bid received by the Bank after the deadline for submission of bid prescribed by the Bank, will be rejected and/or returned unopened to the bidder, if bidder desires so.

    viii. Faxed/Emailed copies of any submission are not acceptable and will be rejected by the Bank.

    ix. If the submission does not include all the required information and documents or is incomplete, the proposal is liable to be rejected.

    x. All submissions, including any accompanying documents, will become the property of the Bank. Bidders shall be deemed to license, and grant all rights to the Bank to reproduce the whole or any portion of their submission for the purpose of evaluation, to disclose the contents of the submission to other bidders and to disclose and/or use the contents of the submission as the basis for processing of RFP, notwithstanding any copyright or other intellectual property right that may subsist in the submission or accompanying documents.

    xi. At any time prior to the deadline for submission of bids, the Bank, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the Bidding documents by amendments.

  • 24

    xii. Amendment will be notified through NABARD’s website to all prospective Bidders and will be binding on them. In order to provide, prospective Bidders, reasonable time to take the amendment into account in preparing their bid the Bank may, at its discretion, extend the dead line for submission of bids.

    xiii. The proposal must remain valid and open for evaluation for a period of at least 180 days from the last date of submission (or extended last date of submission) of RFP.

  • 25

    7. Background:

    a) About NABARD

    National Bank for Agriculture and Rural Development (hereafter referred to as the

    Bank or NABARD) is the Apex Bank for Agriculture and Rural Development,

    established in terms of the NABARD Act, 1981. It commenced its operations on 12

    July, 1982. The Mission of NABARD is to “Promote sustainable and equitable

    agriculture and rural development through participative financial and non-

    financial interventions, innovations, technology and institutional development for

    securing prosperity.”

    The details of financials of NABARD & its subsidiaries is available on the website

    of NABARD i.e. www.nabard.org and websites of its various subsidiaries

    i. Management Structure

    As on 3o April 2018, the Bank had a staff strength of approximately, 3968,

    comprising officers, assistants and sub staff.

    ii. Organisational Structure

    The Bank functions as an all India organisation having offices at various places in

    the country. At present, the Bank is having its Head Office (HO) at Mumbai has its

    offices, training establishments and other offices at various locations.

    In addition, there are District Development Offices in 611 districts across the

    country. There are 3 Project Management Units for managing specific projects/

    programmes. Details of the DDM Offices and PMUs are available on the Bank’s

    website, www.nabard.org.

    Functionally, the different work areas of the Bank are handled by different Head

    Office Departments of the Bank, independently or in collaboration with the

    corresponding set up at Regional Offices of the Bank. At present, the Head Office

    has the following Departments:

    Sl.No. Name of Department

    1 Accounts Department

    2 Business Initiatives Department

    3 Central Vigilance Cell

    4 Corporate Planning Department

    5 Corporate Communications Department

    6 Department of Economic Analysis & Research

    7 Department of Financial Inclusion & Banking Technology

    8 Department of Information Technology

    9 Department of Premises, Security & Procurement

    http://www.nabard.org/

  • 26

    10 Department of Refinance

    11 Department of Storage & Marketing

    12 Department of Subsidiaries & Strategic Investments

    13 Department of Supervision

    14 Farm Sector Development Department

    15 Farm Sector Policy Department

    16 Finance Department

    17 Human Resources Management Department

    18 Inspection Department

    19 Institutional Development Department

    20 Law Department

    21 Micro Credit & Innovations Department

    22 Off Farm Development Department

    23 Rajbhasha Prabhag

    24 Risk Management Department

    25 Secretary's Department

    26 State Projects Department

    The Departments set up at the Regional Offices largely correspond to the Head

    Office Departments.

    Further, NABARD promotes four subsidiaries as on 31st March 2018, i.e. NABARD

    Consultancy Services (Nabcons), NABKISAN Finance Limited (NKFL),

    NABSAMRUDDHI Finance Limited and NABARD Financial Services Private

    Limited (NABFINS). The overview of the three subsidiaries that are notified as

    Non-Banking Finance Company (NBFC) by RBI are mentioned below:

    I. NABKISAN Finance Limited:

    NABKISAN Finance Limited (NKFL) is a subsidiary of National Bank for

    Agriculture and Rural Development (NABARD) with equity participation from

    NABARD, Govt. of Tamilnadu, Indian Bank, Indian Overseas Bank, Tamilnad

    Mercantile Bank, Canara Bank, ICICI Bank, Federal Bank, Lakshmi Vilas Bank and

    a few Corporates / Individuals. The main objective of the company is to provide

    credit for promotion, expansion and commercialization of enterprises engaged in

    agriculture, allied and rural non-farm activities. The NABKISAN Finance limited

    presently operates in 11 states.

    II. NABSAMRUDDHI Finance Limited:

    NABSAMRUDDHI Finance Limited is promoted with equity participation from

    National Bank for Agriculture and Rural Development (NABARD), Andhra Bank,

    Canara Bank, Government of Andhra Pradesh, Government of Telangana, Andhra

    Pradesh State Cooperative Bank, Telangana State Cooperative Apex Bank and a few

    Industrial Houses / individuals from the State. The company is notified as a Non-

    Banking Finance Company (NBFC) by RBI. The objective of NABSAMRUDDHI is

  • 27

    to provide credit facilities to individuals and legal entities for promotion,

    expansion, commercialization and modernization of enterprises and individuals

    engaged in non-farm activities including microfinance, MSME, housing,

    education, transport, etc.

    III. NABARD Financial Services Limited:

    NABARD Financial Services Limited (NABFINS) is a subsidiary of National Bank

    for Agriculture and Rural Development (NABARD) with equity participation from

    NABARD, Government of Karnataka, Canara Bank, and Union Bank of India, Bank

    of Baroda, Dhanalakshmi Bank and Federal Bank. It is a non-deposit taking NBFC

    registered with the Reserve Bank of India and shall operate throughout India. The

    main objectives of the Company are to provide financial services in two broad areas

    of agriculture and microfinance. NABFINS provides credit and other facilities for

    promotion, expansion, commercialization and modernization of agriculture and

    allied activities.

    iii. Key functions of NABARD

    i. Providing refinance to approved financial institutions for lending to

    ultimate borrowers for approved purposes – both in farm and off-farm

    sectors

    ii. Providing loans to state government for developing critical rural

    infrastructure including social infrastructure and strengthening cooperative

    credit institutions

    iii. Providing promotional support for farm and non-farm activities like

    watershed development, tribal development, natural resources

    management, entrepreneurship development, skill upgradation of rural

    artisans and rural women, technology development for financial inclusion,

    micro credit innovations of NGOs and other formal and informal agencies.

    iv. Monitoring and evaluation of projects financed

    v. Supervision of RRBs and StCBs

    b) Risk Management Set-up in NABARD

    NABARD has established a full-fledged department to take care of risk related

    aspects in NABARD. The Integrated Enterprise Risk Management Policy covering

    credit risk, market risk, operational risk and compliance risk has been put in place

    since July 2015. Risk Management set-up right from the Board of Directors to

    Regional Offices has been established and is functional. NABARD has been

    managing Risk through various Departments at Regional and Head office levels

    while doing business. A brief introduction of the same is given below.

  • 28

    i. Credit Risk

    NABARD has been in refinance business since inception and has ventured

    into direct lending also. Credit risk covers appraisal risk, ( borrower risk,

    project risk, technical and feasibility risk, security risk, documentation

    (Legal) risk), monitoring risk etc. Default forecasting system and rating

    modules are used in the Business Departments.

    ii. Market Risk

    Investments are made in G-Sec, bonds, mutual funds and other approved

    securities as there is a need to mitigate the market risk. The investments are

    divided into HFT, AFS and HTM category and also mark to market concept

    is being followed as per regulatory guidelines. As risk mitigation measures,

    duration, modified duration, PV01, VaR and stress testing concepts are

    adopted.

    iii. Liquidity and Interest Rate Risk

    NABARD has been funding its operations both through long-term and

    short-term borrowings and therefore has to address liquidity risk and

    interest rate risk. ALCO meetings are convened on a monthly basis to review

    on the liquidity gaps and interest rate movements and to manage the assets

    and liabilities as per the ALM policy of NABARD besides deciding on

    interest rates for refinance products. In order to strengthen the Asset

    Liability Management and also to have the data generated from the system,

    Treasury and Asset Liability Management Solution (TALMS) package

    implementation is under way.

    iv. Operational Risk

    NABARD has operations through District Offices, Regional offices and HO

    Departments. Being a development bank, it has to deal with various

    Government departments, banks, NGOs etc. The implementation of six

    software solutions, i.e., Enterprise Content Management Solution,

    ENSURE, Centralised Loan Management and Accounting System (CLMAS)

    and Treasury and Asset Liability Management System (TALMS) (which

    includes sub-modules such as Treasury Module & Asset Liability

    Management Module) and Resource Mobilization Unit (RMU) System is

    underway and a Human Resources Management Solution is functional.

    These systems/solutions have a bearing on IT related systemic risks.

    v. Compliance Risk

    Various statutory provisions and regulatory guidelines as applicable to

    NABARD have to be complied with. The Chief General Manager (CGM) of

  • 29

    Risk Management Department is the Chief Compliance Officer of NABARD

    with CGMs / OICs of HO Departments and Regional Offices acting as

    Compliance Officers.

  • 30

    8. Scope of Work

    To achieve the Bank’s objective to manage and evaluate the credit, market, operational

    and compliance risks better, the Bank has been in the process of enhancing its risk

    management practices and believes that such practices with the strategic aim of

    migration to advanced approach would help achieve long term benefits.

    In order to achieve the Bank’s objectives, it intends to implement a robust and highly

    scalable ‘Integrated Risk Management Solution’ (IRMS) with the required

    infrastructure (software and hardware) to support all the business, technical and

    functional requirements related to enterprise-wide risk management.

    The ‘Integrated Risk Management Solution’ (IRMS) should be a single integrated

    business solution, covering all the mentioned functionality (detailed in the RfP) and

    flexibility required to carry out the enterprise-wide risk management activities in the

    current and foreseeable future. It should support multiple organizational entities,

    locations as well as multiple regulatory jurisdictions.

    a) Objective of RFP

    The Bank has decided to float this RFP to achieve the following objective:

    To invite techno-commercial bids from corporate body/ Public or Private

    Ltd company/Public sector undertaking/ Partnership Firm/LLP, for

    undertaking the scope of work as outlined in Section 8 of this document.

    To appoint a competent party through an sealed tendering process for

    laying down an Enterprise-wide Integrated Risk Management

    Architecture (EWIRM) in accordance with the International Best

    Practices and Guidelines of RBI on Basel I, Basel II and Basel III. The

    EWIRM shall exhaustively accomplish the scope of work detailed in this

    RFP.

    b) Objective of the Project

    The Bank wishes to appoint competent party for laying down an Enterprise-wide

    Integrated Risk Management Architecture (EWIRM) in accordance with the

    International Best Practices and Guidelines of RBI on Basel I, Basel II, Basel III by way

    of implementing ‘Integrated Risk Management Solution’ (IRMS) with the required

    infrastructure (software and hardware) to support all the business, technical and

    functional requirements related to enterprise-wide risk management.

    Presently NABARD is governed by BASEL-I regulatory requirements. However, it looks

    forward to meeting the BASEL-III norms (as per RBI communication to AIFIs

    regarding Review of Regulatory Framework for the AIFIs dated November 28, 2016-

    Annexure- 18).

    The overall objective of the assignment is to assist the Bank for a smooth migration to

    the desired future goal as set out in the preceding paras by ensuring that a

  • 31

    comprehensive risk management system is put in place for identification, assessment,

    monitoring and reporting of enterprise architecture level risks of the organisation.

    c) Responsibilities of Bidder

    1. The successful bidder should conduct System Requirement Study (SRS)

    covering the risk, quality, migration, conversion, cutover, resource, change and

    communication management plan after understanding the requirements from

    the Bank team for the implementation of the solution and submit the SRS within

    15 days from date of acceptance of the Purchase Order.

    2. Once the SRS is signed off from the Bank side, the bidder has to submit a

    detailed project plan for migration, customization, testing and implementation

    of the software. Plan should include the full scope of the project as defined in

    the scope of the work. This process should be completed within 15 days from

    the date of sign off of SRS. On acceptance of such plan by the Bank, the bidder

    is required to carry out the implementation along with migration and

    customization as applicable including installation, testing of solution etc.

    3. On awarding the contract, the bidder should gain understanding of the

    functioning of the existing system from core users of the Bank. He shall prepare

    a Business Requirement Document (BRD) based on the gap analysis and

    other requirements of the RFP within 45 days from the date of acceptance of

    Purchase Order. The bidder shall undertake to obtain Bank’s approval of the

    Business requirement documentation (over and above Functional

    Requirements Specifications and System requirement Specifications) and

    associated project plans before software customization work commences. The

    document should provide the plan in detail based on the criticality of the

    requirements. The bidder shall allow adequate time for review of the above

    documents by the Bank.

    4. The bidder shall Implement an EWIRM solution which is capable of:

    a. Supporting estimation of all risk components and capital

    calculations (regulatory & economic) as per the guidelines issued by

    RBI and Basel under BASEL I and the Standardized and advanced

    approaches of Basel II & III norms.

    b. Meeting the Pillar I, II, III and stress testing requirements as per RBI

    regulations applicable on AIFI and Basel guidelines on Basel II and

    Basel III.

    c. Supporting all the required statistical, analytical, risk modelling,

    pricing and reporting requirements as per Bank’s internal

    requirements.

    d. Performing back testing and stress testing.

    e. IFRS 9 and ECL calculation

    f. Any other task as per the scope of work mentioned in the RFP.

    5. The bidder should review and improve the architecture for optimal utilization

    of the hardware and submit a report in this regard to Bank.

  • 32

    6. The bidder is required to configure and maintain DR for the whole application.

    The bidder is required to replicate all the configuration changes to DR with

    respect to webserver and other configurations and replicate the database.

    7. Set up, installation and testing of the required software in the hardware

    provided by the Bank including its data centres at BKC, Mumbai and Disaster

    Recovery Site at Faridabad.

    8. The bidder is required to integrate the proposed solution with the Bank’s Core

    Banking System and other systems for all the existing activities.

    9. The bidder is required to Implement the solution in all Head Office

    departments, all Regional Offices and Training Establishments of the Bank.

    10. The bidder should provide auditing feature of the application/solution to keep

    track of the activities performed by the system & application administrators.

    11. Security audit of the application will be carried out by the Banks internal

    & External auditors and the observations/recommendations made by the

    auditors need to be complied within the time limit as advised by the Bank,

    without any additional cost to the Bank.

    12. The Application Security Testing, Vulnerability Assessment & Penetration

    Testing (VAPT), Application deployment architecture assessment will be

    carried out by Independent Security Audit team (nominated by the Bank) and

    the bidder has to implement all the security recommendations of the Audit

    findings. OS and Patches as and when released are to be tested in the Test

    Environment and thereafter it shall be applied in the Production Environment

    at DC and DR.

    13. The application developed or customized should follow a standard

    development process to ensure that it meets functional, security,

    performance & regulatory requirements of the Bank. The bidder should

    comply with Banks Information Security policy in key concern areas relevant

    to the RFP. Some of the key areas are as under:-

    Responsibilities for data and application privacy and confidentiality.

    Password Policy of the Bank

    Responsibilities on system and software access control and

    administration.

    14. Ensure that the system is in compliance with RBI requirements for Basel I and

    all approaches under Basel II and Basel III and other relevant regulatory

    guidelines. Any instances of noncompliance observed will need to be rectified at

    no additional cost and well within timelines stipulated by the regulator/bank.

    15. Ensure that software solution being supplied should be capable to get integrated

    with a Data Ware housing solution; the Bank may go for in future. It needs to

    have standard interfacing capabilities.

    16. Identify Project Manager, Project Leaders and members of the development

    teams with relevant skills. The bidder should identify minimum 1 Project

    Manager, 2 application experts, and 2 experts for ETL and data, etc. to be

  • 33

    stationed within the premises of the Bank. The bidder will intimate the Bank if

    there is any change in the project team. The bidder will ensure proper back up

    of project leaders and manager and the plan should be intimated to the Bank.

    The minimum experience of the project team personnel like Project Leader and

    Programmers put on work preferably should be 3 to 5 years. Project Manager

    should have 5 to 8 years’ experience in implementation of BASEL II/III. Systems

    study and all development activities will have to be undertaken at the Bank’s

    locations acceptable to Bank.

    17. Provide a resource for a period of 6 months to input/ upload the Bank’s data

    including the data uploading from the physical records.

    18. Ensure that the solution offered should have all components mentioned clearly

    with its license requirements

    19. Impart training on EWIRM solution to designated personnel of the Bank and

    handling the system and trainers.

    20. Incorporate changes in system arising on impact of amendment to regulations/

    Bank’s policy at no additional cost and well within timelines stipulated by the

    regulator.

    21. Assist the Bank in conducting the User Acceptance tests by providing test plans,

    scenarios and resolving gaps.

    22. Provide complete module wise documentation including logic used, empirical

    analysis done, methodology etc. as per regulatory and audit requirements.

    23. Provide all statutory, regulatory Management Information System (MIS), adhoc

    MIS (including development if needed) and Executive Information System (EIS)

    reports as required by the Bank in the desired format as per regulatory and

    Bank’s requirements.

    24. Ensure that the system meets all functional and technical requirements

    specified in this RFP.

    25. In case the product/ solution/ vendor/ OEM/SI are amalgamated/ dissolved the

    impact of such an event should not have any adverse implication on the service

    level/ time line/cost that is proposed for implementation of the solution. Such

    event would not dilute the responsibility of the successful bidder in completing

    the implementation within mutually agreed time lines. Cost escalation, if any,

    has to be borne by the bidder only.

    26. The bidder shall provide the cost as per the format given in Annexure-12. The

    bidder shall provide the specifications of the hardware as per the format given

    in Annexure 35.

    27. Bidder should install & configure various components of the complete solution.

    The bidder shall interface the proposed solution with external systems in the

    Bank including Bloomberg, Reuters, FIMMDA, AMFI for Market Risk, External

    Rating agencies and RBI Statistics, handbook on Indian Economy for Credit

    Risk, IBA for Operational Risk or any other system prescribed by the Regulator

    or proposed to be used by the Bank in future.

    28. Bidder should implement & maintain the application software in Main Data

    centre and Disaster Recovery (DR) sites.

  • 34

    29. Bidder should provide Modular wise user manual as well as Administrator’s

    manual, post implementation on-site support for 6 months from GO LIVE date

    and further support till the end of agreed AMC period.

    30. Data migration should be done by the bidder from the existing data (available in

    various source systems, physical files, through workaround) to the new system

    with consistency. After going LIVE the incremental data shall be moved onto the

    Risk Management solutions as per the current RTO and RPO specified in the

    BCM policy of the bank, bidder to provide necessary interface or tools for the

    same.

    31. Reports for the migration of data as required by the Bank have to be developed

    and generated during the migration with all required controls, balances and

    checks for the proper migration.

    32. The successful bidder shall provide technical support for the software

    application systems supplied under this contract, and will have overall

    responsibility of the performance, functionality and operation of the systems

    under this contract. Any supporting software provided/installed/configured by

    the bidder shall be maintained /fine-tuned/parameterized by the bidder, time

    to time, so that the solution delivers optimal performance.

    33. Security features should meet the standards and procedures as per Bank’s Cyber

    Security Policy and Information Security Policy and procedures should be

    followed, in line with prevailing Industrial Standards.

    34. The bidder to provide the Bank with the proper backup and recovery procedure

    as per the BCM policy of the bank, with necessary documents so as to meet any

    exigencies.

    35. The bidder should ensure that all verification processes in the software solutions

    should be governed by maker checker controls.

    36. The bidder’s overall responsibility includes offering suitable software related

    framework like BRD/SRS, supporting software solution, install the software in

    the hardware provided by the bank, impart necessary training and supply the

    required documentations/manual.

    37. The bidder shall be also responsible for the following:

    a. Managing the activities of its personnel and personnel from OEM and will

    hold itself responsible for any misdemeanours.

    b. The Supplier's representative or the local office nearest to Mumbai shall

    be the contact point for the Bank and all the authentic status of Delivery

    and Installation should be made available in writing.

    c. Keep the Bank informed on the progress of the project as per the agreed

    reporting schedules.

    d. The bidder will prepare acceptance test plan in consultation with the

    Bank, for which bidder will station its officers in the Bank at no additional

    cost.

    e. Incorporate the review comments received from the users.

    f. Prepare contingency plans.

    g. Customize software.

    h. Incorporate change management as per mutual ag