Empanelment of Vendors for Load Testing

Size: px
Start display at page:

Download "Empanelment of Vendors for Load Testing"

Transcription

1 Expression of Interest (EOI) Empanelment of Vendors for Load Testing IDBI Bank proposes to invite response to EOI for the empanelment of vendors for Load Testing of Bank s various applications. The last date for submission of application is 29/12/2014 Page 1

2 Schedules and Contact Information Name of the Company EOI Reference No. IDBI/PCell/EOI/14-15/15 Date of issue 15/12/2014 Last date for submission of queries 19/12/2014 Meeting with Bidders on queries raised Last Date and Time for submission of response to EOI Date and Time of Opening of Proposals Place of pre-bid meeting/opening of Bids Address for Communication 23/12/ pm 29/12/ pm 29/12/ pm IDBI Intech Ltd., 5 th Floor, Mafatlal Centre, Nariman Point, Mumbai Shri Yogesh Kshirsagar / Smt. Tasnim Bano IDBI Intech Ltd., 5 th Floor, Mafatlal Centre, Nariman Point, Mumbai yogesh.kshirsagar@idbiintech.com tasnim@idbiintech.com 1. EOI document is not transferable. 2. EOI document is the property of IDBI Bank Ltd Note: Any Addenda / Corrigenda / Extension of dates / Clarifications / Responses to bidders queries in respect of this EOI shall only be posted on our website and no separate notification shall be issued in the press. Bidders are therefore requested to regularly visit our website to keep them updated in this connection. Page 2

3 Disclaimer The information contained in this EOI document or information provided subsequently to bidder(s) or applicants whether verbally or in documentary form by or on behalf of IDBI Bank Limited (IDBI Bank), is provided to the bidder(s) on the terms and conditions set out in this EOI document and all other terms and conditions subject to which such information is provided. This EOI document is not an agreement and is not an offer or invitation by IDBI Bank to any parties other than the applicants who are qualified to submit the bids ( bidders ). The purpose of this EOI is to provide the bidder(s) with information to assist the formulation of their proposals. This EOI 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 EOI and where necessary obtain independent advice. IDBI 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 EOI. IDBI Bank may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this EOI. Purpose IDBI Bank Ltd (hereinafter referred to as Bank ) invites response to EOI from reputed firms/agencies/vendors (hereinafter referred to as Bidders ) for empanelling them to conduct Load Testing of Bank s various applications on need basis i.e. as and when opportunity arises. The Bank would be inviting limited quotes from the empanelled vendors as and when an opportunity is identified for carrying out the testing services. Page 3

4 1 Scope of Work IDBI Bank Ltd is having Finacle Core Banking Application, Finacle Treasury Application and Finacle Net Banking Application provided by Infosys. Besides these, the Bank is also using other applications provided by various service providers for its business operations. IDBI Bank is also using in-house developed applications for various purposes. The Bank has commissioned all the applications in their own Data Centre (DC) at CBD Belapur, Navi Mumbai and Disaster Recovery Site (DRS), Chennai, which is being managed by IDBI Intech Ltd. The Broad Scope of work would involve the following: 1. Performing the activity of Load testing of the software as and when required by the Bank. 2. Deployment of the required software licenses along with suitable personnel for carrying out the activity of Load Testing. 3. The work would be carried out in the Bank s designated premises. 4. After completion of work, vendor is expected to submit detailed test result report along with his recommendations. Under the scope of this EOI, the Bank wishes to empanel and engage vendors having experience in similar environment for conducting load testing of applications as and when there is a requirement. At the time of requirement, the Bank would be floating a limited RFQ to the empanelled vendors with detailed scope of work. Eligible Vendor would be awarded the contract of work based on the techno-commercial response submitted by them in response to the RFQ. The decision of the Bank in this regard will be binding on the bidder. Page 4

5 2 General Terms and Conditions: Clarification about the EOI: Vendors shall have the opportunity to clarify doubts pertaining to the EOI document in order to clarify any issues they may have, prior to finalizing their responses. All questions are to be submitted to the address mentioned in this document, and should be received by no later than the time specified in this document. Responses to inquiries and any other corrections and amendments will be distributed to all the Vendors in the form of electronic mail or hardcopy. Technical Response: The vendor is required to submit his response to the bid as per the Technical Response Sheet provided under Section 4.1. This should be supplemented with the requisite documentary evidences as mentioned in the technical response sheet. The vendor is also required to submit the duly filled Annexures A, B, C and D along with the technical response sheet. All the responses to the EOI document, viz. the technical response sheet, documentary proofs, Annexures A to D should be complete in all respects and should be duly signed by authorised signatory. Submission of Bids: The response to EOI is required to be submitted in two copies in a sealed cover super scribing in the top left hand corner of the cover as "Application for Empanelment of Vendors for the purpose of Load Testing of software applications" and submitted on or before the last date of submission. If the bid is sent through post / courier, the bidder should ensure that the cover reaches us before the due date and time. Timely Submission: Bidders are solely responsible for timely delivery of the bids to the location as mentioned above, set forth herein prior to the stated Proposals Submission due date and are solely responsible for delays in receipt, including but not limited to third party carriers. Proposals not received on or before the last date and time of submission will not be considered. Opening of Bids: Proposals will be opened in the presence of Bidder s representatives (if present). The Bank reserves the right at any time to postpone or cancel a scheduled bid opening. The bids will be opened at the address mentioned above. Use & Release of Bidder Submissions: The Bank is not liable for any cost incurred by the Bidder in the preparation and production of any Proposal, the preparation or execution of any benchmark demonstrations, simulation or laboratory service or for any work performed prior to the execution of a formal contract. All materials submitted Page 5

6 become the property of the Bank and may be returned at its sole discretion. The content of each Bidder s Proposal will be held in strict confidence during the evaluation process, and details of any Proposals will not be discussed outside the evaluation process. Limits on Promotion: The Bidder agrees to make no reference to IDBI Bank or this procurement or resulting contract in any literature, promotional material, brochures, sales presentation or the like without the prior written consent of the Bank. Bank s Rights of evaluation: The Bank reserves its right to evaluate/shortlist/accept/reject/eliminate any vendor at any stage without assigning any reasons and it is at the sole discretion of the Bank to provide any reason thereof to the Bidder. Validity Period of Empanelment: The empanelment will be valid for a period of three years from the date of award of empanelment. Bank reserves the right to shorten or extend the validity period. Award of Work: Vendor Empanelment does not guarantee any commitment by the Bank to award work. As and when work arises the Bank would be floating the requirements to the empanelled vendors. After technical and commercial evaluation for the opportunity, Bank would award the contract to a vendor based on criteria decided for the assignment. Also the vendor has to be prepared to execute the work within a short notice from the date of award of contract. Delisting of Vendors: It may be noted that the Bank reserves the right to delist the empanelled vendor in case the vendor does not respond to the enquiries on three different occasions or express their inability to quote for enquiries or do not perform the contract awarded within the expected date of delivery. Bank further reserves the right to scrap the empanelled list of vendors at any time without assigning any reason. The Bank s decision in this regard shall be binding and final. Bank reserves the right to reject any or all the applications without assigning any reasons. Note: Any Addenda / Corrigenda / Extension of dates / Clarifications / Responses to bidders queries in respect of this EOI shall only be posted on our website and no separate notification shall be issued in the press. Bidders are therefore requested to regularly visit our website to keep them updated in this connection. Page 6

7 3 Evaluation Methodology The Bid evaluation shall be a two stage process. 3.1 First Stage of Evaluation: Preliminary scrutiny of the response to EOI will be made to determine whether they are complete, the documents have been properly signed; the response is generally in order and in the prescribed format with details filled in. The documentation furnished by the bidder will be examined prima facie to see if the submissions meet all the eligibility criteria as specified below: Eligibility Criteria: The bidder is required to meet all the conditions set forth under this section to be eligible for participation in the bid. Sr. Pre-qualification Eligibility Criteria No. 1 Bidder should be registered company with an established setup in India. 2 Bidder should have been in Load Testing Business for a minimum period of 2 years. 3 The minimum annual turnover of the company should be Rs. 10 Crore in last two financial years 4 Bidder should have positive net worth for the last 3 years i.e. Financial Year 2012, 2013 and Bidder should have at least one of the following accreditations ISO 9001: 2008 or SEI CMM Level 3 6 Bidder should have successfully completed a minimum of 2 (two) Load Testing assignments in India for BFSI sector with a minimum of 1000 users. Additional Experience of having carried out load testing of applications like Core Banking, Internet Banking, Treasury, Mobile Banking, and various other Banking Applications etc will be preferred. 7 Bidder must have minimum staff strength of 25 IT professionals, out of which at least 5 should be Supportive documents Certificate Incorporation Self Declaration Audited Balance Sheets. of Audited Balance Sheets for 2012, 2013 and Relevant certificate copies Copies of work order / credential letters/ completion certificate from clients. Self attested certificate by the authorised personnel Page 7

8 Sr. No. Pre-qualification Eligibility Criteria Load-testing resources. 8 Bidder should not have been blacklisted by any Government organization/psu/psb during the last three years. 9 Bidder should have experience of using Industry standard Load Testing tools such as Load Runner, Rationale etc. 10 Bidder should be the prime bidder and no consortium is allowed. Supportive documents with details of technical staff with mention of no. of years experience in Load testing. Self declaration. Self Declaration or Proof by way of Client Certificate / Client confirmation / Work Order / Certificate from OEM for the relevant tools used in earlier projects 3.2 Second Stage of Evaluation: Bidders who are found to be satisfying the eligibility criteria as stated above will be evaluated technically through a weighted point system. The Evaluation Committee will evaluate the technical proposals on the parameters specified under this section on the basis of the information furnished by the bidders in the technical response. The Bank reserves the right to ask bidder(s) for additional information, visit to the bidders site and/or arrange discussions with their professionals, technical faculties to verify claims made in EOI response documentation. Each bid shall be evaluated on a total score of 100 points under the following criteria: Sr No Technical Evaluation Criteria Scores Relevant Experience and Capabilities 50 1 Projects/ Assignments completed in Load testing services for BFSI sector in India with a minimum of 1000 users for the following soft wares: 1) Finacle Core Banking Application (Infosys)- 15 2) Other Major Core Banking solutions - 10 Page 8

9 Sr No Technical Evaluation Criteria 3) Net Banking Application ) Mobile Banking Application ) ATM/ Card Based Applications - 5 6) Loan Processing System - 5 7) Treasury Application - 5 8) Other Web Applications 5 (Cumulative Scores can not exceed 50) Scores Resource Strength & Quality 30 2 (a) No of Certified professionals (Testers) in the Organization like (ISTQB, CAST, CMST, CMSQ CSTE, CSQA, CASQ) >= (b) No of Years of Load testing experience of the Organization >= 5-10 >= 3-8 >= 2-5 Product Demo/ Product Presentation/ Case Study 20 3 Bidder to give a detailed demo of the product along with case studies on the projects completed for Banks. Total 100 The minimum qualification score for Technical Bid is 55 out of 100. Any bidder securing 55 or above scores in the Technical Bid would be deemed to have qualified technically. However the Bank reserves the right to empanel the vendor and the final decision would be with the Bank. Page 9

10 Any attempt by a Bidder to influence the Bank in its bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidder's Bid. After qualification, the selection of bidder for the load testing project as and when required will be done as mentioned below: a. Empanelled vendors will be asked to submit RFQ based on the requirement. b. Vendors, who are not having experience in conducting load testing for Core Banking Software, will not be eligible to submit the RFQ for load testing for Core banking Software. However, they will be eligible to submit the bid for other applications. Further, during the empanelment period, if such empanelled bidders successfully carry out Core Banking application / systems load testing in any other Bank, they may submit the credential for empanelling them for the Core Banking. c. Vendors having experience in conducting load testing for Core Banking including Finacle will be eligible for RFQ for other applications as well. It may be noted that corrigendum, addendum, amendments, time-extension, clarification, response to bidders queries etc., if any to RFPs / EOIs / RFQs, will not be published through any advertisement in newspapers or any other media. Prospective bidders shall regularly visit Bank s website for any changes / development in relation to the RFP / EOI / RFQ etc. Page 10

11 4 Technical Response The bidder to ensure that all the responses are supported by relevant documents duly certified/ signed by authorised signatories. 4.1 Technical Response Sheet Sr. No. Particulars Required Documentary proof Vendor Response 1 Name and Address of the Company With Telephone Nos., Fax, and website 2 Details of the contact person for the EOI with Name, Phone No, Mobile No and Id. 3 Date of Incorporation Certificate Incorporation of 4 Address of offices/facilities in India Address details 5 Address of Local office in Mumbai or Navi Mumbai 6 Turnover of the company in the last three years 7 Positive Net Worth during the last three financial years. 8 No of years of experience in: a) Software Testing b) Load Testing of Applications 9 Details of Certifications obtained by the Company (ISO/ CMM etc.) 10 a) Staff Details as under (in the roll of the organisation as on date): Total No of IT staff Address Details Audited Balance Sheets for 2012, 2013 and Audited Balance Sheets for 2012, 2013 and Self Declaration Relevant Certificate Copies Self attested certificate by the Page 11

12 Sr. No. Particulars Required Documentary proof Vendor Response Strength Out of which: Total No of Testers b) Details of Certified Testers along with details of certification obtained authorized personnel along with relevant copies of certification with detailing no. of years experience in load testing. 11 Details of Load Testing Projects for Banks/Institutions completed in the last two years Details as per Annexure A 12 Reference Details of existing clients Details as per Annexure B 13 Deployment Methodology for execution of projects Details as per Annexure C 14 Product Details of Load Testing Tool Details as per Annexure D 15 Sales Tax / Service Tax Registration Number (with document evidence) 16 PAN NO (with document evidence) Self-Attested Certificate Copies Self-Attested Copy of PAN Card 17 Self Declaration of not having blacklisted as per eligibility criteria Bidders Name Authorised Signatory with Name, Seal, Date and Place Page 12

13 5 Annexures 5.1 Annexure A: Project Details (for minimum last 2 years) The bidder should provide details of projects executed in the area of Load Testing Services carried out for Banks in the past two years. Particulars Name of the Bank / Institution Date of Award of Contract Date of commencement of work Date of completion of the project. Brief details of the Project Name of the application tested along with details of platform No of Branches No of users Name of the tool used for testing No of People deployed for the project Whether tested in Bank s environment and location of testing. (Separate sheets may be attached to elaborate the projects undertaken) Note: Please enclose Work orders along with Completion Certificates or Client's Testimonial given by concerned organizations. 5.2 Annexure B: Reference Details (Please provide at least two references of clients where similar projects have been undertaken) Particulars Name of the client Name of the person to be contacted Telephone No Mobile No Id Page 13

14 5.3 Annexure C: Deployment Methodology Manpower Deployment (typical deployment methodology for any project) (Only give time deployment schedule for any project indicating full time/part time deployment without quoting any cost.) Particulars (1) Project Manager/Leader: (2) Lead tester(s): (3) Tester(s): (4) Others: No of Members with details of Part Time/ Full Time Deployment 5.4 Annexure D Details of Product Particulars Detailed Write up on the Load Testing product No of Licenses Owned ( Validity Period of License) No of Licenses Leased (Validity Period of Lease) No of years of experience of using the tool No of projects the tool has been used by the company Please ensure that your response clearly answers all the relevant sections. In case you use additional schedules or documentation to support your response, make sure that they are clearly cross-referenced to the relevant question. Please note that all relevant copies of documents are to be certified/ signed by authorised signatories. Page 14