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