Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is...

33
Procurement of Regulatory Reporting and ADF Solution for BCCB Page 1 | 33 Request for Proposal For Supply, Installation, Configuration, Integration, Maintenance and Support of Regulatory Reporting & ADF (Automated Data Flow) Solution for BCCB RFP Reference No. BCCB/CBS-ADF/RFP/2020-2 RFP Date 13 th July 2020 Query Submission Date 22 nd July 2020 Pre-bid meeting with Vendors 24 th July 2020 Entire Bid submission last day and time 3 rd August 2020 Technical bid opening date and time 4 th August 2020 Bid Submission Address Bassein Catholic Co-Operative Bank Ltd. Head Office Catholic Bank Building, First Floor, Papdy Naka, Papdy, Vasai, Dist. Palghar, Maharashtra. Pin 401207 Mr. Placid Pimenta CM-IT Catholic Bank Building, First Floor, Papdy Naka, Vasai – 401207 Web site : www.bccb.co.in This document is the property of Bassein Catholic Co-operative Bank Ltd. It may not be copied, distributed or recorded on any medium, electronic or otherwise, without written permission thereof. The use of the contents of this document, even by the authorized personnel/ agencies for any purpose other than the purpose specified herein, is strictly prohibited and shall amount to copyright violation and thus, shall be punishable under the Indian Law.

Transcript of Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is...

Page 1: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 1 | 33

Request for Proposal

For Supply, Installation, Configuration, Integration, Maintenance and Support of

Regulatory Reporting & ADF (Automated Data Flow) Solution for BCCB

RFP Reference No. BCCB/CBS-ADF/RFP/2020-2

RFP Date 13th July 2020

Query Submission Date 22nd July 2020

Pre-bid meeting with Vendors 24th July 2020

Entire Bid submission last day and time 3rd August 2020

Technical bid opening date and time 4th August 2020

Bid Submission Address Bassein Catholic Co-Operative Bank Ltd. Head Office Catholic Bank Building, First Floor, Papdy Naka, Papdy, Vasai, Dist. Palghar, Maharashtra. Pin 401207

Mr. Placid Pimenta

CM-IT Catholic Bank Building,

First Floor, Papdy Naka, Vasai – 401207 Web site : www.bccb.co.in

This document is the property of Bassein Catholic Co-operative Bank Ltd. It may not be copied, distributed or recorded on any medium, electronic or otherwise, without written permission thereof. The use of the contents of this document, even by the authorized personnel/ agencies for any purpose other than the purpose specified herein, is strictly prohibited and shall amount to copyright violation and thus, shall be punishable under the Indian Law.

Page 2: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 2 | 33

Contents 1. Invitation for Tender Offer ........................................................................................................................................ 4

1.1 Disclaimer .......................................................................................................................................................... 4

1.2 Abbreviations .................................................................................................................................................... 4

2. Structure of the RFP .................................................................................................................................................. 5

3. Introduction. ............................................................................................................................................................. 5

3.1 Overview ........................................................................................................................................................... 5

3.2 Purpose and Objective of this RFP. ................................................................................................................... 6

3.3 Existing IT Set-up ............................................................................................................................................... 6

3.4 Eligibility Criteria ............................................................................................................................................... 6

4. Scope of Work. .......................................................................................................................................................... 7

5. Sizing, Scalability and License Requirements ............................................................................................................ 9

6. Payment Terms ......................................................................................................................................................... 9

6.1 Payment of AMC ............................................................................................................................................... 9

6.2 Product Walk Through ...................................................................................................................................... 9

7. Timelines ................................................................................................................................................................... 9

8. Terms and Conditions ............................................................................................................................................. 10

8.1 Amendment of the Bidding Documents.......................................................................................................... 10

8.2 Confidentiality of the Bid Document ............................................................................................................... 10

8.3 Documents Consisting the Bid ........................................................................................................................ 10

8.4 Adherence to Terms and Conditions ............................................................................................................... 11

8.5 Execution of Agreements/NDA ....................................................................................................................... 11

8.6 Professionalism ............................................................................................................................................... 11

8.7 Expenses .......................................................................................................................................................... 11

8.8 Single Point of Contact .................................................................................................................................... 11

8.9 Applicable Law and Jurisdiction of Court ........................................................................................................ 11

8.10 Penalties .......................................................................................................................................................... 11

8.11 Force Majeure ................................................................................................................................................. 11

8.12 Authorized Signatory ....................................................................................................................................... 12

8.13 Indemnity ........................................................................................................................................................ 12

8.14 Assignment ...................................................................................................................................................... 12

8.15 Subcontracting ................................................................................................................................................ 12

8.16 Cancellation of Contract .................................................................................................................................. 12

8.17 Dispute Resolution .......................................................................................................................................... 13

8.18 Contract Period ............................................................................................................................................... 13

8.19 Payment Terms ............................................................................................................................................... 13

8.20 Amalgamation ................................................................................................................................................. 13

Page 3: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 3 | 33

8.21 Erasures of Alteration ..................................................................................................................................... 14

8.22 Right to Accept Any Bid and to Reject Any or All Bids / Cancellation of Tender Process ............................... 14

8.23 Soft copy of tender document ........................................................................................................................ 14

8.24 Awarding of Purchase Order ........................................................................................................................... 14

8.25 Compliance with Statutory and Regulatory Provisions ................................................................................... 14

8.26 Conflict of interest ........................................................................................................................................... 14

8.27 Publicity ........................................................................................................................................................... 15

8.28 Confidentiality ................................................................................................................................................. 15

8.29 AMC Termination ............................................................................................................................................ 15

8.30 Escrow ............................................................................................................................................................. 16

8.31 Jurisdiction ...................................................................................................................................................... 16

8.32 Notices ............................................................................................................................................................. 16

9. General Instructions ................................................................................................................................................ 17

9.1 Registration of RFP Response .......................................................................................................................... 17

9.2 Request for Additional Information ................................................................................................................ 17

9.3 Pre-Bid Meeting .............................................................................................................................................. 17

9.4 Disqualification ................................................................................................................................................ 18

9.5 Language of Bid ............................................................................................................................................... 18

9.6 Errors and Omissions ....................................................................................................................................... 18

9.7 Amendment of Bidding Documents ................................................................................................................ 18

9.8 Cost borne by the Respondent ........................................................................................................................ 18

9.9 No Legal Relationship ...................................................................................................................................... 18

9.10 Acceptance to Terms ....................................................................................................................................... 19

9.11 Two Bid System ............................................................................................................................................... 19

9.12 Submission of Bids ........................................................................................................................................... 20

9.13 Late Bids .......................................................................................................................................................... 21

9.14 Bid Opening ..................................................................................................................................................... 21

10. Evaluation Process .............................................................................................................................................. 21

11. Additional Instructions for Bidders ..................................................................................................................... 21

11.1 Nature of Bid ................................................................................................................................................... 21

11.2 SLA ................................................................................................................................................................... 21

12. Annexure ............................................................................................................................................................. 22

12.1 Annexure 1: Compliance to Scope of Work .................................................................................................... 22

12.2 Annexure 2: Bidder and Product Information. ................................................................................................ 23

12.3 Annexure 3: Confirmation of Terms & Condition ........................................................................................... 25

12.4 Annexure 4: Commercial Bid ........................................................................................................................... 25

12.5 Annexure 5: Technical Proposal Format ......................................................................................................... 26

Page 4: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 4 | 33

12.6 Annexure 6: Commercial Compliance format (Part of Technical Bid) ............................................................ 27

12.7 Annexure 7: Commercial Compliance Certificate ........................................................................................... 27

12.8 Annexure 8: Compliance Certificate ............................................................................................................... 28

12.9 Annexure 9: Tender Offer Cover Letter .......................................................................................................... 29

12.10 Annexure 10: Submission Checklist ............................................................................................................ 30

12.11 Annexure 11: Pre-bid query format ............................................................................................................ 31

12.12 Annexure 12: Confirmation of Eligibility ..................................................................................................... 32

12.13 Annexure 13: Team Profile .......................................................................................................................... 33

1. Invitation for Tender Offer

Bassein Catholic Co-operative Bank (BCCB) invites sealed tender offers (Technical bid and Commercial bid) from eligible, reputed bidder companies offering Regulatory Reporting and ADF Solution on license model.

The term bidder/prospective bidder refers to the bidder together with other entities participating for delivering product / services mentioned in the scope of work.

Please note:

• All costs and expenses (whether in terms of time or material or money) incurred by the Recipient/ Bidder in any way associated with the development, preparation and submission of responses, including but not limited to attendance at meetings, discussions, demonstrations, etc. and providing any additional information required by the Bank, will be borne entirely and exclusively by the Bidder.

1.1 Disclaimer

• The information contained in this RFP document or any information provided subsequently to Bidder(s) whether verbally or in documentary form by or on behalf of the Bank, is provided to the Bidder(s) on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided.

• This RFP is neither an agreement nor an offer and is only an invitation by Bank to the interested parties for submission of bids. The purpose of this RFP is to provide the Bidder(s) with information to assist the formulation of their proposals. This RFP does not claim to contain all the information each bidder may require. Each Bidder should conduct own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP and obtain independent advice, wherever necessary. Bank makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP. Bank may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP.

1.2 Abbreviations

Abbreviations Description ADF Automated Data Flow Regulatory Reporting All reporting required to be submitted to the regulator CDR Central Data Repository AMC Annual Maintenance Contract ATS Annual Technical Support BFSI Banking, Financial Services and Insurance CIMS Centralized Information Management System DC Data Centre

Page 5: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 5 | 33

DIT Department of Information Technology DR Disaster Recovery IP Intellectual Property IT Information Technology LoI Letter of Intent MIS Management Information Systems NDA Non-Disclosure Agreement OEM Original Equipment Manufacturer PO Purchase Order RBI Reserve Bank of India RFP Request for Proposal SI System Integrator SLA Service Level Agreement TCO Total cost to Ownership

Bank Applications Applications currently deployed at Bank either hosted or in-premise Viz. CBS, OBDX, Treasury, ATM switch, Mobile Banking, Net Banking, Forex, Trade Finance etc

2. Structure of the RFP

A detailed set of annexures are provided to the bidder for formulation of responses for evaluation covering sections such as Scope of Work containing functional and technical requirements etc. The list of such annexure is provided in the table below.

Annexure Reference No. Content Annexure 1 Compliance to Scope of Work Annexure 2 Bidder and Product Information. Annexure 3 Confirmation of Terms & Condition Annexure 4 Commercial Bid Annexure 5 Technical Proposal Format Annexure 6 Commercial Compliance format (Part of Technical Bid) Annexure 7 Commercial Compliance Certificate Annexure 8 Compliance Certificate Annexure 9 Tender Offer Cover Letter Annexure 10 Submission Checklist Annexure 11 Pre-bid query format Annexure 12 Confirmation of Eligibility Annexure 13 Team Profile

3. Introduction.

3.1 Overview

Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having 64 Branches and with Business Mix of over 11000 crore rupees. It also has a network of 77 ATMs spread across Maharashtra including onsite and offsite ATMs. Bank is offering services such as Mobile Banking, Net Banking, IMPS, NEFT, RTGS, UPI, NFS. As part of regulatory compliance, BCCB invites proposals from experienced vendors as per the Scope of Work mentioned below.

Page 6: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 6 | 33

3.2 Purpose and Objective of this RFP.

The purpose of this RFP is to provide the Bidder(s) with information to assist the 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. Bank makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this RFP. Bank may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP. No contractual obligation whatsoever shall arise from the RFP process until a formal contract is signed and executed by duly authorized officers of the Bank with the selected Bidder. The Objective of this RFP is to select technically competent and commercially competitive vendor for supply, installation, operationalization and maintenance of completely centralized Regulatory reporting and ADF for BCCB which also satisfies the requirements Bank’s internal MIS requirements including historical data archival, retrieval and reporting.

3.3 Existing IT Set-up

The application landscape in the Bank is in a state of transition. The Bank is presently in the Core Banking Transition phase which commenced in August 2019. The CBS under deployment is Oracle – FLEXCUBE 11.8 which is a well-established Core Banking System and OBDX application for digital transactions, being used by several Banks in the country. In addition, bank also has Treasury, AML, ALM, Trade Finance and Forex. Bank has selected Base-24 as its new payment SWITCH and will be deployed, integrated and go-live along with Flexcube 11.8 CBS.

3.4 Eligibility Criteria

The Vendor needs to comply with all the eligibility criteria mentioned below. Only those Bidders who fulfil the following mentioned criteria are eligible to respond to the RFP. Offers received from the bidders who do not fulfil any of the eligibility criteria are liable to be rejected. Non-compliance would result in rejection of the Vendor’s proposal, except with appropriate indulgence by the bank entirely at its discretion. Photocopies of relevant documents / certificates should be submitted as proof in support of the claims made. The proof provided has to be in line with the details mentioned in the eligibility criteria. All credential letters should be appropriately bound, labelled and segregated in the respective areas. There is no restriction on the number of credentials a Vendor can provide. Bank reserves the right to verify /evaluate the claims made by the vendor independently. Any decision by the bank in this regard shall be final, conclusive and binding upon the bidder. Sub-tendering of the scope of work is prohibited. Bidder shall be the single point of contact and solely responsible for the supply, installation, implementation, integration, support and maintenance for the entire project. Bidder will be solely responsible for ensuring adherence to the Service Levels, Terms & Conditions and Service Quality for each of the deliverables executed by bidder. Eligibility criteria applicable to the bidder in order to bid for this RFP are mentioned in the table below:

Sr. No.

Eligibility Criteria Proofs to be enclosed

1

The Bidder should be registered company in India. Should either be a PSU / PSE / Registered Partnership Firm or a Limited Company under Indian Laws and with an office in India.

Certificate of Incorporation / Registration Certificates.

Page 7: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 7 | 33

2

The Bidder should be in the business of developing / providing Central Data Depository (CDR) and Automated Data Flow [ADF] solution. The bidder must have implemented Regulatory Reporting and ADF solution at least in three Banks in India. Also, should have developed regulatory reporting solution for any one co-operative Bank in India.

Credential Letter from the Client or Copy of Purchase Order/ Contract Document

3

The bidder should be an OEM as well as Original Software Developer or their authorized representative. In case of authorized representative, a letter of authorization from original manufacturer must be furnished.

OEM letter of authorization

4

The Bidder should have average turnover of at-least INR 2 Cr. in the past 3 financial years i.e. 2016-17, 2017-18 & 2018-19.

(i) Copies of Annual Reports in case of listed companies and copies of audited balance sheets and P&L statements in case of others; AND (ii) CA Certificate

5

Bidder should have positive net-worth for the last three financial years i.e. 2016-17, 2017-18 & 2018-19

(i) Copies of Annual Reports in case of listed companies and copies of audited balance sheets and P&L statements in case of others; AND(ii) CA Certificate

6 The bidder should have operations team to manage the proposed solution in INDIA.

Self-Declaration from the Bidder

7

The Bidder should not have been blacklisted at the time of submission of the bid or 2 years prior to submission of the bid by any regulator / statutory body / any government department.

Self-Declaration from the Bidder

Note: • Self-attested photocopies of all relevant documents / certificates should be submitted as proof in support of the

claims made. The bidder should provide relevant additional information wherever required in the eligibility criteria. The Bank reserves the right to verify /evaluate the claims made by The Bidder independently. Any decision of The Bank in this regard shall be final, conclusive and binding upon the Bidder.

• Either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid, but both cannot bid simultaneously for the same solution.

• In case of business transfer where bidder has acquired a Business from an entity (“Seller”), work experience credentials of the Seller in relation to the acquired Business may be considered.

• In-case of corporate restructuring the earlier entity’s incorporation certificate, financial statements, Credentials, etc. may be considered.

4. Scope of Work.

In order to achieve the Bank’s business objectives in striving to offer innovative products and superior service, the Bank intends the bidder to provide a robust and highly scalable Regulatory Reporting Solution and ADF along with CDR on License Model.

A. Selected Bidder shall study and understand the Reporting and Data Archival requirement of the Bank. Reports may be added/modified/deleted during product development and implementation phase. Further, the selected bidder has to discuss and crystalize the reports and queries as per Bank's requirements. The requirement might increase/decrease based on the requirement study. Vendor should also be prepared to provide enhancements/modifications keeping in view the fresh/future requirements of the Bank or Regulator/Statutory Authorities.

B. To provide software to extract data from “Bank applications” and pool it at a single location (CDR). C. The Solution should ensure seamless flow of data from Server(s) to the proposed CDR/MIS Server, perform

ETL and generate required returns to be sent to regulator in the format as per requirement. This should be

Page 8: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 8 | 33

an automated process without manual interventions. D. Provide ETL (Extraction, Transformation & Loading) tool to extract data from Flexcube and Bank applications

and upload the same in the CDR (Central Data Repository). The data to be loaded into the CDR from all applications should be transformed, cleaned, standardized and aggregated before loading.

E. The Solution should obviate need for feeding any data/information already available in any of the Systems/Solutions with the Bank, directly into the CDR. All data flows into the CDR should be automated.

F. The solution should support manual entry through gap data interface in respect of Gaps in data if any at entry/origination points branches/group with maker-checker facility.

G. The Solution should be web based with all User Friendly and Security Features viz. Audit Trail, Access Control, Password Control, and Report Extraction Control etc. in line with such Policies of the Bank, which shall be defined and discussed with finally selected Bidder. Bidders should have clear understanding and acceptance of same.

H. The web based portal should have standard features and options to generate reports outputs in various formats such as TEXT, MS-WORD, MS- EXCEL, XML, XBRL, JSON, PDF, PPT or any other formats per requirement of the Bank or Regulatory authority.

I. The Solution should provide facility for ad-hoc/self-service report generation to facilitate report design, generation, distribution and archiving. Which means that the solution should enable users to generate their own reports through queries on variety of parameters. Capability to store the already generated queries for future use should be available.

J. It is further clarified that for all applications/transactions that occur on the previous day, reports are required on the next day e.g. transactions that occur on the 10th June 2020 should be available on 11th June 2020. All data loading should occur in a manner that all transactions that have happened on the previous day should be reportable as per requirements on the next day. Iterative runs without duplication of data should be taken care of automatically.

K. The solution should provide a capability to identify the source of each data field so as to ensure that it can be tracked to the relevant source system.

L. The system should come pre-loaded with environmental data from the Regulator on Banking industry wide parameters which are needed for analysis. This data is available on the websites of these entities and should be periodically updated as per the relevant periodicities of each report. There should be no extra charges for this activity in the course of the contract period. The relevant environmental data should be linked to the relevant analysis undertaken by the bank and the vendor should maintain a mapping document to show the external reports used to be mapped to the internal reports / data.

M. Comprehensive training on the entire solution deployed along with customisations is to be provided to Bank's project team & user team and must cover both classroom and hands on. Necessary training material and documents must be provided to the participants.

N. The solution should support installation of the applications in scope on Test Environment and assist Bank in carrying out User Acceptance Test (UAT). Selected bidder shall also provide Test Cases and Methodology acceptable to the Bank. The Bank would need separate production & UAT cum test, development and training environments. The vendor has to arrange for pilot testing of reports. The pilot should cover the reports & statements required by the Regulator/Bank.

O. Providing comprehensive documentation of the application including application architecture, description of the interfaces, description of the data model, database table structure, complete description of the data elements (metadata), description of data extraction / transformation / load operation cycles, user manual etc.

P. Providing application maintenance for error fixes, additions / modifications to the software to cater to changes to data sources and/ or new reporting requirements during warranty period of one year as well as during the post- warranty period.

Q. The selected vendor has to coordinate/work with the CBS and other application vendors to study the data required to generate the in-scope reports. Banks will provide the required coordinates however Bank should be kept informed of any communications happening between the vendors.

Page 9: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 9 | 33

R. Regulatory reporting / ADF requirement WRT “Bank applications”. 5. Sizing, Scalability and License Requirements

A. The solution encompassing Software, and ETL tools etc. should be scalable to handle bank's requirement for next 5 years and if required at a later stage should be capable of upgrading to meet the requirements at least of another 2 years.

B. The application and database of proposed solution should be sized for production solution at DC, if multiple application and database servers are required for the solution, complete hardware, software, licenses requirement should be clearly stated.

C. Some of the reports/returns may be replaced or additional reports may be added according to the need of the regulators/Bank during the UAT phase.

D. License The License for ADF and MIS solution provided should be of full use without any lock-in of features.

6. Payment Terms

Terms of Payment will be as under. No advance payment will be made.

Sr. No Milestone Payment Terms 1 Installation: Delivery and Installation of System Software,

Requirement Study, Data Modelling etc. for both DC & DR and UAT

10% on completion of installation.

2 UAT: Generation of key reports [Regulator, ADF, MIS etc.] 45 % on completion of UAT. 3 Successful Go live Balance 45% after one month of go-live.

6.1 Payment of AMC

• AMC shall start after one year from go-live date. • AMC Payment along with applicable taxes for software from second year onwards will be made quarterly

advance against submission of correct invoice acceptable to BCCB. • Vendor should disclose all the applicable charges without ambiguity.

6.2 Product Walk Through

The short listed Bidders on the basis of qualifying eligibility criteria, functional requirement etc. will have to make Presentation of their Solution, by way of Product "walkthrough". Based on the proposal and presentations the Bank shall evaluate the Vendors for their readiness of the product and capabilities to meet the functional, operational and other requirements of the Bank and accordingly the Bank shall take a decision for short listing of the Vendors for Commercial Evaluation. Setting of evaluation criteria for selection purposes shall be entirely at the discretion of the Bank. The decision of the bank in this regard shall be final and no correspondence shall be entertained in this regard. 7. Timelines

The project completion should be within 4 months from date of placing of order in phases as under.:

Deliverables Elapsed Time

Pilot Phase: Delivery and Installation of System Software, Requirement Study, Data Modeling etc. for both DC & DR and UAT Within 1 months of placing order

First Phase: Generation of key reports [Regulator, ADF etc.] Within 2 Months of placing order Second Phase: Generation of other reports Within 4 months of placing order

Page 10: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 10 | 33

Note: • The time lines for requirements of regulatory reports could change as per the directives of regulator from time to

time. • The implementation shall comprise of system configuration, customization, pilot implementation, UAT and system

roll out. The bidder shall submit schedule of activities and its timelines within overall implementation period and shall be agreed upon by the Bank.

• Bidder to provide implementation plan, aligning to Bank’s CBS deployment master plan, in adherence to the SLA and timelines as a part of the Technical Proposal mentioned herewith.

• The bidder will be responsible for delivering the end to end solution and will be the single point of contact for the Bank.

8. Terms and Conditions

The following are the general terms and conditions proposed to be included in the Contract. The Bidder, selected for the project, will have to enter into a contract agreement directly with BCCB. The contract agreement will contain various terms and conditions relating to payment, delivery, installation and commencement of operations, training, commissioning and acceptance, support during periods of warranty and maintenance, penalty due to delay in performance etc. All the diagrams, drawings, specifications and other related literature and information provided by the bidder for the solution along with reference to this RFP, response by the bidder and the entire solution document/s as agreed mutually, will also form a part of the agreement.

Bidders not complying with the terms and conditions of the RFP are liable to be rejected. The successful bidder must initiate work on the project immediately upon execution of the contract. Commercial evaluation shall be on the Total Cost of Ownership (TCO). Bidder understands that Bank is not obliged to inform them about the closure of the RFP and selected vendor. General Terms and Conditions

8.1 Amendment of the Bidding Documents

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, may modify the Bidding Documents by amendment / addendum. The changes / addendums will be posted on the bank’s website and will be binding on the bidder. Bank may, at its discretion, extend the last date for bid-submission. Bank reserves the right to scrap the tender at any stage without assigning any reason.

8.2 Confidentiality of the Bid Document

The Bidder, irrespective of his/her participation in the bidding process, shall treat the details of this documents as secret and confidential.

8.3 Documents Consisting the Bid

The Bid prepared by the Bidder shall comprise the following components: Technical Bid – Part I of the bid document. The Bidder shall furnish as part of its technical bid, documents establishing the bidder’s eligibility to bid and its qualifications to perform the Contract. As part of its technical bid, the bidder should submit documents agreeing to the bid’s terms and conditions. The documentary evidence of the Bidder’s qualifications to perform the Contract if its bid is accepted, shall establish to the Bank’s satisfaction:

that, the Bidder has the financial and technical capability necessary to perform the Contract; that, the Bidder meets the qualification requirements Bid document as per format enclosed in Annexure Duly Signed and Stamped RFP Document with Corresponding corrigendum’s/addendums

Page 11: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 11 | 33

The Bank may, at its discretion, reject any bid document not accompanied by the above.

8.4 Adherence to Terms and Conditions

The Bidders who wish to submit responses to this RFP should note that they should abide (in true intent and spirit) by all the terms and conditions contained in the RFP. If the responses contain any extraneous conditions put in by the Respondents, such responses may be disqualified and may not be considered for the selection process.

8.5 Execution of Agreements/NDA

The selected bidder shall execute Non-Disclosure Agreement (NDA) on the draft suggested by the Bank. As the selected bidder during the course of implementation and thereafter, shall have access to the data/information of the Bank, the Bank will require the selected bidder to sign a non-disclosure agreement along with the Contract, undertaking not to disclose or part with any information relating to the Bank and its data to any person or persons, as may come into possession of the selected bidder during course of the implementation and thereafter. The conditions stipulated in the NDA shall be strictly adhered to and any breach / violation thereof will entail termination of the Contract.

8.6 Professionalism

The Selected Bidder should provide professional, objective and impartial advice at all times and hold the Bank’s interest paramount and should observe the highest standard of ethics, values, and code of conduct, honesty and integrity while executing the assignment.

8.7 Expenses

It may be noted that Bank will not pay any additional amount/expenses/charges/fees/traveling expenses/boarding expenses/lodging expenses/conveyance expenses/out of pocket expenses etc. other than the amount mentioned in the award of the contract.

8.8 Single Point of Contact

The selected Bidder has to provide details of single point of contact viz. name, designation, address, e-mail address, telephone/mobile no., fax no. etc.

8.9 Applicable Law and Jurisdiction of Court

The Contract with the selected bidder shall be governed in accordance with the Laws of India for the time being in force and as amended from time to time and will be subject to the exclusive jurisdiction of Courts at Mumbai.

8.10 Penalties

8.10.1 Implementation Penalty

The selected bidder must adhere to the timelines as stated in the RFP, or as mutually agreed. Delay in successful implementation of the solution within the stipulated timelines shall attract penalty. In case, Bidder has not implemented the solution within the stipulated timelines, the bidder shall be liable to pay a penalty of equivalent to 1 (one) percent of the implementation cost of the respective solution for every week of delay or part thereof.

8.11 Force Majeure

The parties shall not be liable for default or non-performance of the obligations under the contract, if such default or non-performance of the obligations under this contract is caused by Force Majeure. For the purpose of this clause, “Force Majeure” shall mean an event beyond the control of the parties, due to or as a result of or caused by acts of God, wars, insurrections, riots, earth quake, fire, pandemics or events not foreseeable but does not include any fault or negligence or carelessness on the part of the parties, resulting in such a situation.

Page 12: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 12 | 33

In the event of any such intervening Force Majeure, each party shall notify the other party in writing of such circumstances and the cause thereof immediately within five calendar days. Unless otherwise directed by the other party, the party pleading Force Majeure shall continue to perform/render/discharge other obligations as far as they can reasonably be attended/fulfilled and shall seek all reasonable alternative means for performance affected by the Event of Force Majeure. In such a case, the time for performance shall be extended by a period(s) not less than the duration of such delay. If the duration of delay continues beyond a period of three months, the parties shall hold consultations with each other in an endeavor to find a solution to the problem.

8.12 Authorized Signatory

The selected bidder shall indicate the authorized signatories who can discuss and correspond with the Bank, with regard to the obligations under the contract. The selected bidder shall submit at the time of signing the contract, a certified copy of the resolution of their Board, authenticated by Company Secretary/Director, authorizing an official or officials of the company or a Power of Attorney copy to discuss, sign agreements/contracts with the Bank. The bidder shall furnish proof of signature identification for above purposes as required by the Bank.

8.13 Indemnity

Bidder shall indemnify, protect and save the Bank against all claims, losses, costs, damages, expenses, action suits and other proceeding, resulting from infringement of any patent, trademarks, copyrights etc. or such other statutory infringements in respect of software/hardware/Data base/OS etc. and all the packages, services offered by him & supplied by him. The total liability of the selected bidder under this clause and contract shall not exceed the total contract value.

8.14 Assignment

Neither the contract nor any rights granted under the contract may be sold, leased, assigned, or otherwise transferred, in whole or in part, by the selected Bidder without advance written consent of the Bank and any such sale, lease, assignment or transfer otherwise made by the selected Bidder shall be void and of no effect.

8.15 Subcontracting

If the Bidder is not a manufacturer or the OEM, he should provide documentary evidence (e.g. Manufacturers’ Authorization Form) for having tied up with the main participating agencies.

The bidder will not subcontract any part of this RFP scope to a third party.

8.16 Cancellation of Contract

The Bank reserves its right to cancel the entire/unexecuted part of the Purchase Order (after providing a cure period of 30 days and thereafter providing a 30 days’ notice period) by assigning appropriate reasons in the event of one or more of the following conditions: Delay in delivery beyond the specified period for delivery. Delay in installation, customization and implementation beyond the specified period. Serious discrepancy noticed during the reference checks. Repetitive software/hardware failures/poor service after the delivery and/or live-run but before the warranty

period expiration. Delay in extraction, transform and loading of data. Major breach of trust is noticed during any stage of the project. Breach of confidential information of the Bank by the vendor. Deduction on account of liquidated damages exceeds 5% of the total contract price. In the event of termination for whatsoever reason, the Vendor shall be paid up to the stage of products delivered

and services rendered as per the payment terms defined in the RFP/contract till the point of termination after deducting SLA penalty/Liquidated damages, if any.

Page 13: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 13 | 33

8.17 Dispute Resolution

If a dispute, controversy or claim arises out of or relates to the contract, or breach, termination or invalidity thereof, and if such dispute, controversy or claim cannot be settled and resolved by the Parties through discussion and negotiation, then the Parties shall refer such dispute to arbitration. Both Parties may agree upon a single arbitrator or each Party shall appoint one arbitrator and the two appointed arbitrators shall thereupon appoint a third arbitrator. The arbitration shall be conducted in English and a written order shall be prepared. The venue of the arbitration shall be Mumbai. The arbitration shall be held in accordance with the Arbitration and Conciliation Act, 1996. The decision of the arbitrator shall be final and binding upon the Parties, provided that each Party shall at all times be entitled to obtain equitable, injunctive or similar relief from any court having jurisdiction in order to protect its intellectual property and confidential information.

8.18 Contract Period

The contract period will commence from the date of acceptance of the PO, and will be valid for 5 years (extendable for 2 years on mutually agreed terms & conditions. However, the cost for the 6th and 7th year should not be more than 5-10% of the 5th year’s payout).

8.19 Payment Terms

The Bank recognizes that all payments to the Bidder under this RFP and subsequent agreement are linked to and dependent on successful achievement and acceptance of milestones/deliverables/activities set out in the RFP and therefore any delay in achievement of such milestones/deliverables/activities shall automatically result in delay of such corresponding payment. Payment will be released by the Bank after deduction of applicable taxes at source of the agreed payment to the bidder (for which contract will be executed) in stages on completion of the activities as per the phases defined in the scope of services under the RFP. All payments will be made against the mutually agreed milestones. Further, it may be noted that the criteria mentioned below is only for the purpose of effecting agreed price payment. The selected Bidder shall cover the entire scope including deliverables mentioned herein and will be based on phases as detailed in the Project scope. Upon settlement of disputes with respect to any disputed invoice(s), the Bank will make payment within thirty (30) Days of the settlement of such disputes. All out of pocket expenses, traveling, boarding and lodging expenses for the entire Term of this RFP and subsequent agreement is included in the amounts and the Bidder shall not be entitled to charge any additional costs on account of any items or services or by way of any out of pocket expenses, including travel, boarding and lodging etc.

8.19.1 Price Composition

The Bidder is expected to quote unit price in Indian Rupees (without decimal places) for all components and services on a fixed price basis as part of the commercial Bid inclusive of all applicable taxes under the Indian law like customs duty, freight, forwarding, insurance, delivery, etc. but exclusive of only applicable GST, which shall be paid/reimbursed on actual basis on production of bills with GSTIN. Any increase in GST will be paid in actuals by the Bank or any new tax introduced by the government will also be paid by the Bank. The entire benefits/advantages, arising out of fall in prices, taxes, duties or any other reason, must be passed on to Bank. The price quoted by the bidder should not change due to exchange rate fluctuations, inflation, market conditions, and increase in custom duty. The Bank will not pay any out of pocket expense.

8.20 Amalgamation

If the Bank undergoes an amalgamation, take-over, consolidation, reconstruction, merger, change of ownership etc.,

Page 14: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 14 | 33

this RFP shall be considered to be assigned to the new entity and such an act shall not affect the rights and obligations of the Vendor under this RFP.

8.21 Erasures of Alteration

The Bid should contain no alterations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case corrections should be duly stamped and initialed / authenticated by the person/(s) signing the Bid. The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submission of bid not substantially/conclusively responsive to the bidding documents in every respect will be at the Bidders risk and may result in rejection of the bid.

8.22 Right to Accept Any Bid and to Reject Any or All Bids / Cancellation of Tender Process

The Bank reserves the right to accept or reject in part or full any or all offers without assigning any reason thereof even after issuance of letter of Intent. Any decision of BCCB in this regard shall be final, conclusive and binding upon the bidders. The Bank reserves the right to accept or reject any Bid in part or in full, and to annul the Bidding process and reject all Bids at any time prior to contract award, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for Bank’s action. During any stage of evaluation process, if it is found that the bidder does not meet the eligibility criteria or has submitted false /incorrect information the bid will be summarily rejected by the Bank and no further correspondence would be entertained in this regard. Bank further reserves the right to amend, rescind, reissue or cancel this RFP and all amendments will be advised to the Bidder and such amendments will be binding upon them. The Bank also reserves its right to accept, reject or cancel any or all responses to this RFP without assigning any reason whatsoever. Further please note that the Bank would be under no obligation to acquire any or all the items proposed. No contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is signed and executed by duly authorized officials of BCCB and the bidder.

8.23 Soft copy of tender document

The soft copy of the tender document will be available on the Bank’s website and also can be provided by the Bank upon request on Bank’s sole discretion. The Bank shall not be held responsible in any way, for any errors / omissions /mistakes in the downloaded copy.

8.24 Awarding of Purchase Order

Following evaluation and the product walkthrough, Purchase Order may be awarded to the bidder whose bid meets the requirements of this RFP and provides the best value to the Bank from both a techno-functional and commercial point of view. The Bank reserves the right to award the Purchase order in whole or in part. The acceptance of the bid will be communicated by way of placing a purchase order in writing at the address supplied by the bidder in the bid document. Any change of address of the bidder should therefore be notified promptly to the PMO at the address given in this RFP. The terms and conditions of purchase order and RFP shall constitute a binding contract.

8.25 Compliance with Statutory and Regulatory Provisions

It shall be the sole responsibility of the Vendor to comply with all statutory, regulatory & Law of Land and provisions while delivering the software and services mentioned in this RFP. All suggested changes due to changes in Bank policy, Changes in Govt. Rule, Changes by Regulators shall be done without extra cost to the Bank, during contract period.

8.26 Conflict of interest

The Bidder shall disclose to the Bank in writing all actual and potential conflicts of interest that exist, arise or may arise (either for the Bidder or the Bidder’s team) in the course of performing the Service(s) as soon as practical after it becomes aware of that conflict.

Page 15: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 15 | 33

8.27 Publicity

Any publicity by the vendor in which the name of the Bank is to be used will be done only with the explicit written permission of the Bank. No news release, public announcement, or any other reference to this tender or any program there under shall be made without written consent from the Bank. Reproduction of this tender, without prior written consent of the Bank, by photographic, electronic, or other means is strictly prohibited.

8.28 Confidentiality

This document contains information confidential and proprietary to the Bank. Additionally, the vendors will be exposed by virtue of the contracted activities to internal business information of the Bank, affiliates, and/or business partners. Disclosure of receipt of this tender or any part of the aforementioned information to parties not directly involved in providing the software or services requested could result in the disqualification of the vendors, pre-mature termination of the contract, or legal action against the vendors for breach of trust.

8.29 AMC Termination

8.29.1 Termination for Default

The Bank, without prejudice to any other remedy for breach of contract, by written notice of default sent to the Successful Bidder, may terminate this Contract in whole or in part:

a. if the Successful Bidder fails to deliver any or all of the deliverables within the period(s) specified in the Contract, or within any extension thereof granted by the Bank; or;

b. If the Successful Bidder fails to perform any other obligation(s) under the contract. c. If the Successful Bidder, in the judgment of the Bank has engaged in corrupt or fraudulent practices in

competing for or in executing the Contract. Corrupt practice means the offering, giving, receiving or soliciting of anything of value or influence the action of an official in the procurement process or in contract execution; and “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Bank, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Bank of the benefits of free and open competition. The Bank shall give a cure period of 15 days and thereafter 30 days’ notice period without assigning any reasons to the bidder before terminating the contract. In the event, the Bank terminates the Contract in whole or in part, the Bank may procure, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered, and the Successful Bidder shall be liable to the Bank for any excess costs for such similar Goods or Services. However, the Successful Bidder shall continue performance of the Contract to the extent not terminated when the value of the liquidated damages and/or penalty exceed 10% of the contract amount.

8.29.2 Termination for Insolvency

If the Bidder becomes Bankrupt or insolvent, has a receiving order issued against it, compounds with its creditors, or, if the Bidder is a corporation, a resolution is passed or order is made for its winding up (other than a voluntary liquidation for the purposes of amalgamation or reconstruction), a receiver is appointed over any part of its undertaking or assets, or if the Bidder takes or suffers any other analogous action in consequence of debt; then the Bank plans to, at any time, terminate the contract by giving 30 days written notice to the Bidder. In the event of termination for Solvency, the Vendor shall be paid up to the stage of products delivered and accepted by the Bank and services rendered to the satisfaction of the Bank as per the payment terms defined in the RFP till the point of termination after deducing SLA penalty/Liquidated Damages, if any. In case, the termination occurs before implementation in all the locations in terms of this clause, the Bank is entitled to make its claim to the extent of the amount already paid by the Bank to the Bidder.

Page 16: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 16 | 33

8.29.3 Exit Option

i. The Bank reserves the right to cancel the contract in the event of happening one or more of the following after giving 30 days’ cure period:

a. The Successful Bidder (s) shall be required to enter into a contract with Bank, within twenty-one (21) days of the award of the work or within such extended period, as may be specified by Bank. The Contract will be based on this RFP document, Purchase Order and the corrigendum.

b. Delay in completing installation / implementation and acceptance tests/ checks beyond the specified periods;

c. Serious discrepancy in functionality to be provided or the performance levels agreed upon, which have an impact on the functioning of the Bank.

ii. Notwithstanding the existence of a dispute, and/or the commencement of arbitration proceedings, the Bidder will be expected to continue the services.

8.29.4 Termination for convenience

The Bank, by 30 days’ written notice sent to the Bidder, may terminate the Contract, in whole or in part, at any time its convenience. The notice of termination shall specify that termination is for the Bank’s convenience, the extent to which performance of work under the Contract is terminated and the date upon which such termination becomes effective.

Termination shall be activated in the event if a. The Bidder or parent OEM becomes bankrupt or insolvent; or b. The contract between the Bidder and OEM terminates; or c. Has a winding up order made against it; or d. Has a receiver appointed over all or substantial assets; or e. Is or becomes unable to pay its debts as they become due; or f. Enters into any arrangement or composition with or for the benefit of its creditors; or g. Passes a resolution for its voluntary winding up or dissolution or if it is dissolved.

The Bidder shall have right to terminate only in the event of winding up of the Bank.

8.30 Escrow

Within 30 days of the date of go-live, the selected vendor in consultation with the Bank, need to lodge with a reputable software escrow agent a copy of all source code, databases, passwords and any other documentation relating to the software which are required to further maintain and operate the application. The terms of the software escrow agreement will be approved by the Bank within reason. At any time, the vendor/escrow vendor can be asked for performing a Full Verification of the escrow deposit materials to assure that they are complete and updated. An independent build guide detailing full rebuild instructions in the event of a release will be produced and distributed to supplement the verified deposit.

8.31 Jurisdiction

The jurisdiction of the courts shall be in Mumbai.

8.32 Notices

Notice or other communications given or required to be given under the contract shall be in writing and shall be e-mailed followed by hand-delivery with acknowledgement thereof, or transmitted by pre-paid registered post or courier.

Page 17: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 17 | 33

Any notice or other communication shall be deemed to have been validly given on date of delivery if hand delivered & if sent by registered post than on expiry of seven days from the date of posting. Security: For all solution(s), application(s), software(s) and security component(s) etc. that the bidder provides as part of the requirements of this RFP, the bidder is requested to ensure that adequate controls and governance are implemented. Audit trail and logs of the corresponding solution and/or application and/or software and/or networking components and/or security components must be logged, reported, monitored and made available to the Bank for further analysis. The transfer of audit trail and logs, of the in-scope components mentioned above, to Bank’s Security Operations Center or to Bank’s custodian, may be fulfilled on real time basis or store & forward basis, as decided by the Bank. 9. General Instructions

9.1 Registration of RFP Response

Registration of RFP response will be affected by the Bank by making an entry in a separate register kept for the purpose upon Bank receiving the RFP response in the above manner. The registration must contain all documents, information, and details required by this RFP. The submission should be in the format outlined in this RFP and should be submitted only through hand delivery. If the submission to this RFP does not include all the documents, the RFP is liable to be summarily rejected. All submissions, including any accompanying documents, will become the property of Bank. The Recipient shall be deemed to have licensed, and granted all rights to the Bank to reproduce the whole or any portion of their submission for the purpose of evaluation. RFP responses will remain valid and open for evaluation for a period of at least six (6) months from the RFP closing date.

9.2 Request for Additional Information

Recipients/ 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 in at-least 3 days prior to the pre-bid meeting scheduled date. All queries relating to the RFP, technical or otherwise, must be in writing only. The Bank will try to reply, without any obligation in respect thereof, every reasonable query raised by the Recipients in the manner specified. However, the Bank will not answer any communication reaching the Bank later than 14:00 hours IST on 23rd July 2020 this being the last date to receive queries for clarifications. The Bank may in its absolute discretion seek, but under no obligation to seek, additional information or material from any Bidders after the RFP closes and all such information and material provided must be taken to form part of that Bidder’s response. Bidders should invariably provide details of their email addresses as responses to queries will be provided to all Bidders via email.

9.3 Pre-Bid Meeting

The Bank plans to hold a pre-bid meeting on 24th July 2020 at 15:00 Hours at the address specified in this RFP to bring utmost clarity on the scope of work and terms of the RFP being floated. The Bidders are expected to use the platform to have all their queries raised. In case and under special situation (like lockdown for COVID-19), Bank will hold this pre-bid meeting via Video Conferencing. Vendor to however call Bank authorities and check on the schedule, a day prior of the meeting. It is at Banks discretion to allow/disallow the requesting bidders for the meeting. Genuinely interested Bidders will be allowed to participate in the Pre-Bid meeting. Also, Bank will allow a maximum of 2 representatives from each Bidder (including OEM partners) to participate in the pre-bid meeting.

Page 18: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 18 | 33

Bidders are requested to send their queries relating to RFP to our office by e-mail/ speed post / courier, well in advance (14:00 hours IST on 23rd July 2020) so that the same could be discussed during the Pre-Bid meeting with interested Bidders. Non-attendance at the Pre-Bid Meeting will not be a cause for disqualification of a Bidder. The Bank will have liberty to invite its technical consultant or any outside agency, wherever necessary, to be present in the pre-bid meeting to reply to the technical queries of the Bidders in the meeting.

9.4 Disqualification

Any form of canvassing/lobbying/influence/query regarding short listing, status, unethical practices etc. will result in a disqualification.

9.5 Language of Bid

The language of the bid response and any communication with the Bank must be in written English only.

9.6 Errors and Omissions

Each Recipient should notify the Bank of any error, fault, omission, or discrepancy found in this RFP document but not later than five business days prior to the due date for lodgment of Response to RFP.

9.7 Amendment of Bidding Documents

Any time prior to the last date for bid-submission, the Bank may, for any reason, whether at its own initiative or in response to clarification(s) sought from the prospective Bidders, modify the RFP contents/covenants by amendment. Clarification/amendment, if any, will be notified accordingly. Authorization to Bid The proposal/ bid being submitted would be binding on the Bidder. As such, it is necessary that authorized personnel of the firm or organization sign the bid documents. The designated personnel should be authorized by a senior official of the organization having authority.

i. All pages of the bid, shall be initialled by the person or persons signing the bid

ii. Bid form shall be signed in full & official seal affixed.

iii. Any inter-lineation, erasure or overwriting shall be valid only if they are initialled by the person or persons signing the Bid.

iv. All such initials shall be supported by a rubber stamp impression of the Bidder’s firm.

The proposal must be accompanied with an undertaking letter duly signed by the designated personnel providing a bid commitment. The letter should also indicate the complete name and designation of the designated personnel. In case the principal Bidder authorizes his business partners/ authorize distributors to bid on his behalf, a separate authorization letter, with a commitment to fulfill the terms of the RFP should be submitted. Necessary resolutions/authority available should be enclosed.

9.8 Cost borne by the Respondent

All costs and expenses (whether in terms of time or money) incurred by the Recipient / Respondent in any way associated with the development, preparation and submission of responses, including but not limited to attendance at meetings, discussions, demonstrations, etc. and providing any additional information required by Bank, will be borne entirely and exclusively by the Recipient / Respondent.

9.9 No Legal Relationship

No binding legal relationship will exist between any of the Recipients / Respondents and the Bank until execution of a contractual agreement including Bank specific NDA.

Page 19: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 19 | 33

9.10 Acceptance to Terms

A Recipient will, by responding to the Bank’s RFP document, be deemed to have accepted the terms as stated in this RFP document.

9.11 Two Bid System

i. The Bid Proposal being submitted would be binding on the Bidder. As such it is necessary that authorized personnel of the firm or organization must sign and stamp all pages of the Bid. The designated personnel should be authorized by a senior official of the Organization having such authority to do so.

ii. The bidder shall submit his response to the present tender separately in two parts – “The Technical Bid” and “Commercial Bid”. Technical Bid will contain product specifications / response to functional and technical specifications whereas Commercial bid will contain the pricing information as per the Bill of Material given in the RFP. In the first stage, only the Technical Bids shall be opened and evaluated as per the criterion determined by the Bank. Those bidders satisfying the technical requirements as determined by the Bank in its absolute discretion shall be short-listed for product walkthrough and opening their commercial bid. The bidder is required to submit soft copy of the Technical bid in a CD or PD.

iii. The Bank reserves the right to accept or not to accept any bid or to reject a particular bid at its sole discretion without assigning any reason whatsoever.

iv. Bid documents shall be submitted in a single sealed envelope and other required documents as mentioned in the tender and a separate sealed envelope containing commercial bid Price, duly super-scribing the envelope with the reference of this RFP, due date, name of the Bidder with contact details, Offer reference number etc. Bid document should be duly filed and all the pages of Bid including Brochures should be made in an organized, structured, and neat manner. Brochures / leaflets etc. should not be submitted in loose form. All the pages of the submitted Bid Documents should be serially numbered with the Bidder’s seal duly affixed with the Signature and Stamp of the Authorized Signatory on each page. Documentary proof, wherever required, in terms of the RFP shall be enclosed.

v. The technical and commercial bid should be identical in nature except the commercial column.

9.11.1 Submission to Bank

The RFP response documents should be submitted in paper copy and on electronic media (CD) / PD and should contain of the following: 1. ENVELOPE – I: Eligibility Criteria: Separate envelope with superscriptions as “Eligibility Criteria” should be included within the overall Envelope. The Bidder should submit the following:

a) The sheet mentioning compliance/ non-compliance to all the eligibility criteria specifications with remarks and other requirements given in Annexure 12: Confirmation of Eligibility

b) All the proofs required for eligibility criteria as mentioned in Annexure 12: Confirmation of Eligibility.

c) A softcopy of the above along with supporting document in a CD / PD.

2. ENVELOPE – II: Technical Bid: Separate envelopes with superscriptions as “Technical Bid and Commercial Compliance Format” should be included within the Envelope II. a) Technical Bid

b) Commercial Compliance Format The Bidder should submit the following in the Technical Bid:

Page 20: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 20 | 33

a) Technical Bid Containing at-least the following documents

• Executive Summary

• Documents describing Training plan etc.

Annexure 1 Compliance to Scope of Work Annexure 2 Bidder and Product Information. Annexure 3 Confirmation of Terms & Condition Annexure 5 Technical Proposal Format Annexure 6 Commercial Compliance format (Part of Technical Bid) Annexure 8 Compliance Certificate Annexure 9 Tender Offer Cover Letter Annexure 10 Submission Checklist Annexure 11 Pre-bid query format Annexure 13 Team Profile

b) A softcopy of the above along with supporting document in a CD or PD

The Bidder should submit compliance / non-compliance to all the specifications with remarks and other requirements given in the Bid Document and Scope of Work. The Technical Bid submitted by the bidder should provide the details of the proposed solution but not limited to - Solution Architecture, Data Flow Diagram, Data Backup – Restore Approach, Integration Approach, Data Residing Architecture, Configuration of the Solution etc. The Technical Bid should be complete in all respects and contain all information asked for, except commercial prices. The Technical Bid should include all items asked for in bid document which shall include the Annexures, undertaking/documents asked in the Scope of work. The Bidders should note that the technical offer should not contain any price information. The Technical Offer should be complete and indicate that all products and services asked for are quoted. 3. ENVELOPE – III: Commercial Bid: The Price Bid document should give all relevant price information and should not contradict the Technical Offer in any manner. Please note that if any envelope is found to contain both technical and commercial bid together, that bid will be rejected. Commercial Bid should be submitted in hardcopy only and no softcopy of commercial bid is required.

a) Commercial Bid Containing the following at least the following documents

• Annexure 04-Commercial Bid

• Appendix 07-Commercial Compliance Certificate

The three envelopes should be put together in an envelope to constitute one set. Each set should be packed in an envelope. The proposal should be prepared in English and in MS Word/Excel format.

9.12 Submission of Bids

Bids duly sealed along with CD or PD should be submitted, in person, on or before the last Date and Time for bid submission at the address mentioned below:

IT - PMO Bassein Catholic Co-operative Bank Ltd. Head Office - Catholic Bank Building, First Floor, Papdy Naka, Papdy, Vasai. Dist. Palghar, Maharashtra. Pin 401207 No modifications to the response will be allowed once the bid is submitted to the Bank.

Page 21: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 21 | 33

9.13 Late Bids

Any bid received after the due date and time for receipts of bids as prescribed in the Key Information of the RFP will be rejected.

9.14 Bid Opening

i. The Bank will open only the Eligibility Cum Technical Bids as per the schedule mentioned in this RFP. The Commercial Bid of only technically qualified bidders will be opened on a later date subsequent to the technical evaluation. The Bank will notify the date and time for Commercial Bid Opening to the technically qualified bidders.

ii. The request for clarification and the response shall be in writing, and no change in the price or substance of the bid shall be sought, offered or permitted.

10. Evaluation Process

The objective of the evaluation process is to evaluate the bids to select an effective and best fit solution at a competitive price. The evaluation by BCCB will be undertaken by an Internal Committee formed by the Bank. The Bank may consider recommendations made by External Experts/Consultants on the evaluation. The decision of the committee shall be final. The Bank will scrutinize the offers to determine whether they are complete, whether any errors have been made in the offer, whether required technical documentation has been furnished, whether the documents have been properly signed, and whether items are quoted as per the schedule. The Bank plans to, at its discretion, waive any minor non- conformity or any minor deficiency in an offer. This shall be binding on all Bidders and the Bank reserves the right for such waivers and the Bank’s decision in the matter will be final. 11. Additional Instructions for Bidders

11.1 Nature of Bid

i. Only one bid will be permitted from a single bidder. ii. Consortium bidding is not allowed.

11.2 SLA

The selected bidder need to execute a Service Level Agreement (SLA) with Bank covering all terms and conditions of this RFP. SLA will cover performance of the application, regulatory changes and availability of the solution deployed during the AMC period. The contract period will be for a period of Five Years from the date of Agreement. The performance of the selected bidder shall be reviewed every quarter and the Bank reserves the right to terminate the contract at its sole discretion by giving One months’ notice.

Page 22: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 22 | 33

Annexures

12. Annexure

All the annexures to be printed on company letterhead.

12.1 Annexure 1: Compliance to Scope of Work

Sr. No Compliance Response Yes /

No

1

Selected Bidder shall study and understand the Reporting and Data Archival requirement of the Bank. Reports may be added/modified/deleted during product development and implementation phase. Further, the selected bidder has to discuss and crystalize the reports and queries as per Bank's requirements. The requirement might increase/decrease based on the requirement study. Vendor should also be prepared to provide enhancements/modifications keeping in view the fresh/future requirements of the Bank or Regulator/Statutory Authorities.

2 To provide software to extract data from “Bank applications” and pool it at a single location (CDR).

3

The Solution should ensure seamless flow of data from Server(s) to the proposed CDR/MIS Server, perform ETL and generate required returns to be sent to regulator in the format as per requirement. This should be an automated process without manual interventions.

4

Provide ETL (Extraction, Transformation & Loading) tool to extract data from Flexcube and Bank applications and upload the same in the CDR (Central Data Repository). The data to be loaded into the CDR from all applications should be transformed, cleaned, standardized and aggregated before loading.

5 The Solution should obviate need for feeding any data/information already available in any of the Systems/Solutions with the Bank, directly into the CDR. All data flows into the CDR should be automated.

6 The solution should support manual entry through gap data interface in respect of Gaps in data if any at entry/origination points branches/group with maker-checker facility.

7

The Solution should be web based with all User Friendly and Security Features viz. Audit Trail, Access Control, Password Control, and Report Extraction Control etc. in line with such Policies of the Bank, which shall be defined and discussed with finally selected Bidder. Bidders should have clear understanding and acceptance of same.

8 The web based portal should have standard features and options to generate reports outputs in various formats such as TEXT, MS-WORD, MS- EXCEL, XML, XBRL, JSON, PDF, PPT or any other formats per requirement of the Bank or Regulatory authority.

9

The Solution should provide facility for ad-hoc/self-service report generation to facilitate report design, generation, distribution and archiving. Which means that the solution should enable users to generate their own reports through queries on variety of parameters. Capability to store the already generated queries for future use should be available.

10

It is further clarified that for all applications/transactions that occur on the previous day, reports are required on the next day e.g. transactions that occur on the 10th June 2020 should be available on 11th June 2020. All data loading should occur in a manner that all transactions that have happened on the previous day should be reportable as per requirements on the next day. Iterative runs without duplication of data should be taken care of automatically.

11 The solution should provide a capability to identify the source of each data field so as to ensure that it can be tracked to the relevant source system.

Page 23: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 23 | 33

12

The system should come pre-loaded with environmental data from the Regulator on Banking industry wide parameters which are needed for analysis. This data is available on the websites of these entities and should be periodically updated as per the relevant periodicities of each report. There should be no extra charges for this activity in the course of the contract period. The relevant environmental data should be linked to the relevant analysis undertaken by the bank and the vendor should maintain a mapping document to show the external reports used to be mapped to the internal reports / data.

13

Comprehensive training on the entire solution deployed along with customisations is to be provided to Bank's project team & user team and must cover both classroom and hands on. Necessary training material and documents must be provided to the participants.

14

The solution should support installation of the applications in scope on Test Environment and assist Bank in carrying out User Acceptance Test (UAT). Selected bidder shall also provide Test Cases and Methodology acceptable to the Bank. The Bank would need separate production & UAT cum test, development and training environments. The vendor has to arrange for pilot testing of reports. The pilot should cover the reports & statements required by the Regulator/Bank.

15

Providing comprehensive documentation of the application including application architecture, description of the interfaces, description of the data model, database table structure, complete description of the data elements (metadata), description of data extraction / transformation / load operation cycles, user manual etc.

16 Providing application maintenance for error fixes, additions / modifications to the software to cater to changes to data sources and/ or new reporting requirements during warranty period of one year as well as during the post- warranty period.

17

The selected vendor has to coordinate/work with the CBS and other application vendors to study the data required to generate the in-scope reports. Banks will provide the required coordinates however Bank should be kept informed of any communications happening between the vendors.

18 Regulatory reporting / ADF requirement WRT “Bank applications”.

12.2 Annexure 2: Bidder and Product Information.

Organisation Profile:

Sr. No. Particulars Details 1 Name of the Firm 2. Name of the Proprietor Partners/Directors a. (Mobile No.) b. (Mobile No.) 3. Office Telephone Nos. a. b. c. 4. Head Office Address 5. Email Address

Page 24: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 24 | 33

a. b. 6. Year of Establishment

7. Registration No. & Date of Registration

8. Status Of Firm. (Proprietor/Partnership/Co. etc.)

9 PAN Card No 10. GSTN/GST Provisional ID. 11. Service Tax No.

Sr. No. Particulars Bidder Response 1. Names and designations of the persons authorized to

make commitments to the Bank (including mobile number and email ID)

2. No. of years of experience providing services covered within the RFP

Product Information:

Sr. No Parameters Application Name Product Version 1 ADF – Automated Data Feed 2 Regulatory Reporting 3 4

List of reports available / proposed

Sr. No

Report name Module Report Format

Description of Report

1 SAMPLE – Form IX CBS Format attached

This report gives deposits, co-operative deposits, …..

We hereby confirm that the information provided by us is true and to the Best of our Knowledge. (Signature) (Name of Authorized Signatory) (Designation) (Date) Place: (Name and address of the bidder) (Company Seal)

Sr. No. Name of Bank where the vendor was associated for similar type of services

Duration of association with the Bank

1. 2. 3. 4.

Page 25: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 25 | 33

12.3 Annexure 3: Confirmation of Terms & Condition

RFP No: BCCB/CBS-ADF/RFP/2020-2 Date: Bassein Catholic Co-operative Bank Ltd. Head Office - Catholic Bank Building, First Floor, Papdy Naka, Papdy, Vasai. Dist Palghar, Maharashtra. Pin 401207 Dear Sir, Sub: Request for Proposal for Supply, Installation, Configuration, Integration, Maintenance and Support of Regulatory Reporting Solution and ADF (Automated Data Flow). Further to our proposal dated ______________, in response to the Request for Proposal for Supply, Installation, Configuration, Integration, Maintenance and Support of Reporting Solution and ADF (Automated Data Flow) (hereinafter referred to as “RFP”) issued by Bassein Catholic Co-operative Bank Ltd. (BCCB) we hereby covenant, warrant and confirm as follows: We hereby agree to comply with all the terms and conditions / stipulations as contained in the RFP and the related addendums and other documents including the changes made to the original tender documents issued by BCCB. BCCB is not bound by any other extraneous matters or deviations, even if mentioned by us elsewhere either in our proposal or any subsequent deviations sought by us, whether orally or in writing, and the Bank’s decision not to accept any such extraneous conditions and deviations will be final and binding on us. Yours faithfully, (Signature) (Name of Authorized Signatory) (Designation) (Date) Place: (Name and address of the bidder) (Company Seal)

12.4 Annexure 4: Commercial Bid

Particulars to be provided by the bidder in the commercial proposal envelope RFP Ref no. BCCB/CBS-ADF/RFP/2020-2 Cost of Reporting Solution and ADF (Automated Data Flow for Bassein Catholic Co-operative Bank Ltd.

Sr. No Particulars Quantity Rate

1 Reporting Solution and ADF (Automated Data Flow) 1

Any other cost Vendor needs to specify

Sr. No Cost description Rate

1 Per Man Day customisation cost 2 Per Man Day infrastructure support cost

Page 26: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 26 | 33

Declaration: 1. All the prices quoted in INR. 2. We confirm that the prices quoted above are valid for 180 days from the date of opening of the Bid. 3. We confirm that we have noted the contents of the RFP and have ensured that there is no deviation in filing our response to the RFP and that the Bank will have the right to disqualify us in case of any such deviations. (Signature) (Name of Authorized Signatory) (Designation) (Date) Place: (Name and address of the bidder) (Company Seal)

12.5 Annexure 5: Technical Proposal Format

Particulars to be provided by the bidder in the technical proposal envelope–RFP Ref no. BCCB/CBS-ADF/RFP/2020-2

Sr. No. Particulars Response from the bidder

1. Name of the bidder

2. Year of establishment and constitution - Certified copy of “Partnership Deed” or “Certificate of Incorporation” should be submitted as the case may be.

3. Location of Registered office /Corporate office and address 4. Mailing address of the bidder

5. Names and designations of the persons authorized to make commitments to the Bank

6. Telephone and Mobile numbers of contact persons 7. E-mail addresses of contact persons

8. Details of : Description of business and business background, Service Profile & client profile, Domestic & International presence, Alliance and joint ventures

9.

Gross revenue of the bidder (Documentary proofs are to be enclosed) Year 2016-17 Year 2017-18 Year 2018-19

10.

Net Worth of the bidder (Documentary proofs are to be enclosed) Year 2016-17 Year 2017-18 Year 2018-19

11. Details of the similar assignments executed by the bidder in India during the last three years (Name of the Bank, time taken for execution of the assignment and documentary proofs from the Bank are to be furnished)

12. Details of inputs, infrastructure requirements (if any) required by the bidder to execute this assignment.

13. Details of the bidder’s proposed methodology/approach for providing services to the Bank with specific reference to the scope of work.

14. Detail block diagram architecture of the solution (complete details to be attached)

15. Hardware sizing for the entire proposed solution(complete details to be attached)

Page 27: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 27 | 33

16. List of third party software like OS, DB, Dev Tool etc. (complete details to be attached)

Declaration: 1. We confirm that we will abide by all the terms and conditions contained in the RFP. 2. We hereby unconditionally accept that Bank can at its absolute discretion apply whatever criteria it deems appropriate, not just limiting to those criteria set out in the RFP, in short listing of bidders. 3. All the details mentioned by us are true and correct and if Bank observes any misrepresentation of facts on any matter at any stage, Bank has the absolute right to reject the proposal and disqualify us from the selection process. 4. We confirm that this response, for the purpose of short-listing, is valid for a period of 180 days, from the date fixed for bid opening. 5. We confirm that we have noted the contents of the RFP and have ensured that there is no deviation in filing our response to the RFP and that the Bank will have the right to disqualify us in case of any such deviations. (Signature) (Name of Authorized Signatory) (Designation) (Date) Place: (Name and address of the bidder) (Company Seal)

12.6 Annexure 6: Commercial Compliance format (Part of Technical Bid)

Particulars to be provided by the bidder in the technical proposal envelope–RFP Ref no. BCCB/CBS-ADF/RFP/2020-2

Sr. No Particulars Quantity Cost provided Yes / No

1 Reporting Solution and ADF (Automated Data Flow) 1

Any other product / application specified by vendor, necessary to complete the solution.

Sr. No Cost description Cost provided Yes / No

1 Per Man Day customisation cost 2 Per Man Day infrastructure support cost

(Signature) (Name of Authorized Signatory) (Designation) (Date) Place: (Name and address of the bidder) (Company Seal)

12.7 Annexure 7: Commercial Compliance Certificate

RFP No: BCCB/CBS-ADF/RFP/2020-2 Date: Bassein Catholic Co-operative Bank Ltd. Head Office - Catholic Bank Building, First Floor, Papdy Naka, Papdy, Vasai. Dist Palghar,

Page 28: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 28 | 33

Maharashtra. Pin 401207 Dear Sir, Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and work as vendors as mentioned in the RFP document & in conformity with the said bidding documents for the same. I / We undertake that the prices are in conformity with the specifications prescribed. I / We agree to abide by this bid for a period of 180 days from the date fixed for bid opening and it shall remain binding upon us and may be accepted by the Bank, any time before the expiry of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us. I / We understand that you are not bound to accept the lowest or any bid you may receive. I / We agree to the terms & conditions mentioned in the Tender document. Terms & Conditions: The fee quoted shall cover components and services on a fixed price basis inclusive of all applicable taxes under the Indian law like customs duty, freight, forwarding, insurance, delivery, etc. but exclusive of only applicable GST, which shall be paid / reimbursed on actual basis on production of bills with GSTIN. Any increase in GST will be paid in actuals by the Bank or any new tax introduced by the government will also be paid by the Bank The entire benefits / advantages, arising out of fall in prices, taxes, duties or any other reason, must be passed on to Bank. The price quoted by the bidder should not change due to exchange rate fluctuations, inflation, market conditions, and increase in custom duty. The Bank will not pay any out of pocket expense. (Signature) (Name of Authorized Signatory) (Designation) (Date) Place: (Name and address of the bidder) (Company Seal) Note: The Vendor will have to work as per the timing of the Bank.

12.8 Annexure 8: Compliance Certificate

To, Date: Bassein Catholic Co-operative Bank Ltd. Head Office - Catholic Bank Building, First Floor, Papdy Naka, Papdy, Vasai. Dist Palghar, Maharashtra. Pin 401207 Dear Sir, Ref: - RFP no. BCCB/CBS-ADF/RFP/2020-2 for Supply, Installation, Configuration, Integration, Maintenance and Support of ADF (Automated Data Flow) and Regulatory Reporting Solution.

Page 29: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 29 | 33

1. Having examined the RFP including all annexure, the receipt of which is hereby duly acknowledged, we, the undersigned offer to provide the services in conformance to the said RFP and in accordance with our proposal and the schedule of Prices indicated in the Price Bid and made part of this RFP. 2. We confirm that this offer is valid for 180 days from the date fixed for opening of bids. 3. This Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. 4. We undertake that in competing for and if the award is made to us, in executing the subject Contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”. 5. We agree that the Bank is not bound to accept the lowest or any Bid that the Bank may receive. 6. We and the proposed OEM solution provider are not blacklisted at the time of submission of the bid by any regulator / statutory body/ any government department in India. (Signature) (Name of Authorized Signatory) (Designation) (Date) Place: (Name and address of the bidder) (Company Seal)

12.9 Annexure 9: Tender Offer Cover Letter

RFP No: BCCB/CBS-ADF/RFP/2020-2 Date: Bassein Catholic Co-operative Bank Ltd. Head Office - Catholic Bank Building, First Floor, Papdy Naka, Papdy, Vasai. Dist Palghar, Maharashtra. Pin 401207 Dear Sir, Having examined the tender documents including all annexure the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide for Proposal for Supply, Installation, Configuration, Integration, Maintenance and Support of ADF (Automated Data Flow) and Regulatory Reporting Solution (hereinafter referred to as “RFP”) as mentioned in RFP document in conformity with the said tender documents, and in accordance with the Commercial bid and made part of this tender. We understand that the RFP provides generic specifications about all the items and it has not been prepared keeping in view, any specific bidder. If our tender offer is accepted, we shall obtain the guarantee of a Bank for a sum equal to 10% of the Contract Price for the due performance of the Contract. We agree to abide by this tender offer for 180 days from the date of tender opening and our offer shall remain binding upon us and may be accepted by the Bank any time before the expiration of that period. Until a formal contract is prepared and executed, this tender offer, together with the Bank’s written acceptance thereof and the Bank’s notification of award, shall constitute a binding contract between us. We understand that the Bank is not bound to accept the lowest or any offer the Bank may receive. Dated this __________________day of __________, 20

Page 30: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 30 | 33

Signature: __________________________________ In the Capacity of:- ________________________________ duly authorized to sign the tender offer. For and on behalf of ________________________________________________

12.10 Annexure 10: Submission Checklist

The bidder has to ensure that the following has been submitted as a part of the RFP submission process. Failure to provide any of the documents as detailed below could lead to the disqualification of the bidder from the bid. Eligibility Bid Document Functional Specification Document Submitted (Bidder) Annexure 12: Confirmation of Eligibility Technical Bid Document Functional Specification Document Submitted (Bidder) Appendix 1: Compliance to Scope of Work Annexure 6 : Commercial Compliance format (Part of Technical Bid)

Formats The following Letters and Formats need to be submitted. Letter / Format Submitted (Bidder) Annexure 2: Bidder and Product Information Annexure 3: Confirmation of Terms & Condition Annexure 5: Technical Proposal Format Annexure 8: Compliance Certificate Annexure 9: Tender Offer Cover Letter Annexure 10: Submission Checklist Annexure 11: Pre-bid query format Annexure 13: Team Profile Submission Checklist for Commercial Bid Documents The following documents need to be provided by the Bidder for the Commercial Bid in a separately sealed cover. Commercial Bid Documents Submitted (Bidder) Annexure 4: Commercial Bid Annexure 7: Commercial Compliance Certificate

Page 31: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 31 | 33

12.11 Annexure 11: Pre-bid query format

Bidder’s request for Clarification - to be submitted before the last date mentioned in the RFP for submitting the pre-bid queries If, bidder, desiring to respond to RFP, require any clarifications on the points mentioned in the RFP may communicate with Bassein Catholic Co-operative Bank Ltd. (BCCB) using the following format. All questions received before deadline specified in the RFP will be formally responded to and questions/points of clarification and the responses will be circulated to all participating bidder if required. The source (identity) of the bidder seeking points of clarification will not be revealed. Alternatively, BCCB may at its discretion, answer all such queries in the Pre-bid meeting. To be mailed, delivered, or emailed to:

CM, IT Department [email protected] [email protected] Bassein Catholic Co-operative Bank Ltd. Head Office - Catholic Bank Building, First Floor, Papdy Naka, Papdy, Vasai. Dist Palghar, Maharashtra. Pin 401207

Name of Organization submitting request

Name & position of person submitting request

Full formal address of the organization including phone, fax and email points of contact

Tel: Fax: Email:

Please Tick preferred contact option

Pre Bid Query Format Query

Reference No RFP Section

(point number) RFP Page Number

RFP Extract Query Description

Name and signature of authorized person issuing this request for clarification Signature/Date Official designation 1. In case of multiple queries, the contact details need not be repeated and only the details in the pre-bid query format (table provided above) are to be furnished for the subsequent queries.

2. The queries should be submitted in a spreadsheet using the same column headings specified in the table above, in MS Excel file format.

Page 32: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 32 | 33

12.12 Annexure 12: Confirmation of Eligibility

Sr. No.

Eligibility Criteria Proofs to be enclosed

1

The Bidder should be registered company in India. Should either be a PSU / PSE / Registered Partnership Firm or a Limited Company under Indian Laws and with an office in India.

Certificate of Incorporation / Registration Certificates.

2

The Bidder should be in the business of developing Central Data Depository (CDR) and Automated Data Flow [ADF] solution. The bidder must have implemented Regulatory Reporting and ADF solution at least in three Banks in India. Also, should have developed regulatory reporting solution for any one co-operative Bank in India.

Credential Letter from the Client or Copy of Purchase Order/ Contract Document

3

The bidder should be an OEM as well as Original Software Developer or their authorized representative. In case of authorized representative, a letter of authorization from original manufacturer must be furnished.

OEM letter of authorization

4

The Bidder should have average turnover of at-least INR 2 Cr. in the past 3 financial years i.e. 2016-17, 2017-18 & 2018-19.

(i) Copies of Annual Reports in case of listed companies and copies of audited balance sheets and P&L statements in case of others; AND (ii) CA Certificate

5

Bidder should have positive net-worth for the last three financial years i.e. 2016-17, 2017-18 & 2018-19

(i) Copies of Annual Reports in case of listed companies and copies of audited balance sheets and P&L statements in case of others; AND(ii) CA Certificate

6 The bidder should have operations team to manage the proposed solution in INDIA.

Self-Declaration from the Bidder

7

The Bidder should not have been blacklisted at the time of submission of the bid or 2 years prior to submission of the bid by any regulator / statutory body / any government department.

Self-Declaration from the Bidder

Note: Attested photocopies of all relevant documents / certificates should be submitted as proof in support of the claims

made. The bidder should provide relevant additional information wherever required in the eligibility criteria. The Bank reserves the right to verify /evaluate the claims made by The Bidder independently. Any decision of The Bank in this regard shall be final, conclusive and binding upon the Bidder.

Either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same solution.

In case of business transfer where bidder has acquired a Business from an entity (“Seller”), work experience credentials of the Seller in relation to the acquired Business may be considered.

In-case of corporate restructuring the earlier entity’s incorporation certificate, financial statements, Credentials, etc. may be considered.

If an agent submits a bid on behalf of the Principal/ OEM, the same agent shall not submit a bid on behalf of another Principal/ OEM for the same solution.

Page 33: Bassein Bank - Request for Proposal · 2020. 7. 13. · Bassein Catholic Co-operative Bank Ltd. is a leading Scheduled Co-operative Bank holding AD-1 License for Forex Business, having

Procurement of Regulatory Reporting and ADF Solution for BCCB P a g e 33 | 33

12.13 Annexure 13: Team Profile

Bidder Capability of providing the required services and solutions:

Requirement Response Current strength of employees in the vendor organization with experience on the proposed product(s)

Current strength of employees in the vendor organization with experience in similar projects

Certifications possessed by the Bidder in connection with the quality of internal processes and services delivered/ methodology used in delivery

Approach to ensure adequate quality control throughout the course of the project

Please enclose Documentary proofs to substantiate the claims made. Note: Relevant experience refers to the experience of the employee on either exactly the same product / set of products being proposed or on similar projects.

Proposed team structure with count, profile and skills to be provider by bidder along with proposed solutions profile, skills etc. to be provided in RFP response (Signature) (Name of Authorized Signatory) (Designation) (Date) Place: (Name and address of the bidder) (Company Seal)