Request For Proposal (RFP) for Empanelment of IT Consultants for Bank



Similar documents
Empanelment of Vendors for Load Testing

EOI - Empanelment of Vendors for Load Testing. Expression of Interest (EOI) Empanelment of Vendors for Load Testing

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi TENDER NOTICE FOR INTERNET CONNECTIVITY

Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016

School of Open Learning University of Delhi

Invites Offers from Consulting Actuary

Reference No. RFP/IT/CO/2016/2 Dated 29/02/2016. IMPORTANT DATE: Last date for submission of Quotes: 10 th March, 2016

100 mbps dedicated uncompressed symmetric Internet Bandwidth (1:1) connectivity through optic fiber Leased Line at given location:

Dated 14 July, Director (A&F) NHIDCL

EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

Oracle Financial Services Applications

TENDER NOTICE NO. 04/

TRADING FACILITY AGREEMENT INTERNET TRADING FACILITY

REQUEST FOR PROPOSAL Appointment of IT Consultant on. Retainer Basis

Expression of Interest (EOI) For. End to End Solution For Enterprise Data Warehouse Solution In Punjab National Bank

TEXTILES COMMITTEE GOVERNMENT OF INDIA MINISTRY OF TEXTILES P. BALU ROAD, PRABHADEVI MUMBAI REQUEST FOR PROPOSAL (RFP)

Dear Sir, Purchase of MS Office 2010 Professional

INDIAN INSTITUTE OF CORPORATE AFFAIRS MINISTRY OF CORPORATE AFFAIRS PLOT NO.6,7 & 8, SECTOR-5, IMT MANESAR, GURGAON

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON

Tender document. for. Providing Managed Internet Leased Line Network. at Chandigarh Police Headquarters, Sector 9, Chandigarh

Development of application Software for Election Commission

Power of Attorney for Lead Member of Consortium

CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI TENDER DOCUMENT

Following terms and conditions may be kept in view while submitting the bids :-

Document Control Sheet

Expression of Interest (EOI) For. Enterprise Content Management Solution (ECM)

LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP)

DOCUMENT FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF ADVERTISING AGENCIES

TENDER FOR PROVIDING THE INTERNET LEASED LINE CONNECTIVITY

EXPRESSION OF INTEREST (EOI) for. EMPANELMENT OF TECHNICAL RESOURCE- GROUP with BSEDC LTD. for e-governance PROJECTS

Star Union Dai-ichi Life Insurance Company Limited. Request for Proposal (RFP) For. Learning Management System (Online e-learning tool)

Request for Proposal Scanning of Policy and non policy documents at SBI Life HO

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

How To Set Up A Video Conferencing/Web Casting Facility In Nsc No.20

From. Head, Computer Centre. PEC University of Technology Chandigarh. Memo No. PEC/CC/15/ Dated: Chandigarh the: December 09, 2015


TENDER FOR TRAVEL SERVICES

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

Request for Proposal For

BROKER AND CARRIER AGREEMENT

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS.

Sub: Tender Enquiry for Sale of Condemned Items.

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business

National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone:

Managed IT Services Terms & Conditions. I. Overview. Definitions

REQUEST FOR QUOTATIONS

BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA BIHAR (INDIA)

Limited Tenders for the work of : Web Hosting Space for UGVCL s website.

Managing Outsourcing Arrangements

SOLAR ENERGY CORPORATION OF INDIA NOTICE INVITING TENDER

Service Level Agreement for providing Annual Maintenance Services for STPI.in Project

Supplier prequalification Document

REQUEST FOR PROPOSAL FOR DESIGNING AND PRINTING OF NEWSLETTER- SAMVAD

(1) NATIONAL FERTILIZERS LIMITED A-11, Sector -24, Noida (U.P) Performa for Empanelment of Advertising Agency

CHAPTER 11 APPEALS AND DISPUTES

Prof.& Head, Department of Computer Science & Engineering PEC University of Technology Chandigarh

E-Tender. Director on behalf of the Punjab State Council for Education Research & Training invites e tenders for the job of Online Counseling.

Balance Transfer Holiday PROGRAM- TERMS & CONDITIONS

REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF HEALTH CARE CONSULTANCY SERVICES FOR BIHAR MEDICAL SERVICES & INFRASTRUCTURE CORPORATION LTD.

Selection of Digital Promotion & Marketing Consultant. for. the Ministry of Tourism, Government of India

PUNJAB NATIONAL BANK EXPRESSION OF INTEREST (EOI) FOR EARLY WARNING SYSTEM LOAN ACCOUNTS

Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

FINANCIAL INTELLIGENCE UNIT INDIA 6 th Floor, Hotel Samrat, Kautilaya Marg, Chanakya Puri, New Delhi

NOTICE INVITING PROPOSAL

(No.-IIITD/S&P/05/ ) Page 1 of 16

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

Response to Queries Received for RFP of Security Integrator - Tender No. 63

FOR "SELECTION OF SERVICE PROVIDER FOR ESTABLISHMENT OF DEDICATED INTERNET LEASED LINE OF 4 MBPS PRIMARY AND 2 MBPS SECEONDARY"

TENDER DOCUMENTS FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI : ( upto 1500 hrs.)

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF INSURANCE BROKER / CONSULTANT FOR GROUP MEDICLAIM POLICY FOR EMPLOYEES / PENSIONERS / FAMILY MEMBERS

Appendix A. Call-off Terms and Conditions for the Provision of Services

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

The Price Bid of those tenderers only, who qualify in the Technical Bid will be opened duly informing them.

NOTICE INVITING QUOTATION

STAR HOUSE, 1 st FLOOR, PREMISES DEPARTMENT C- 5, G -BLOCK, BANDRA KURLA COMPLEX BANDRA (EAST), MUMBAI TENDER DOCUMENT FOR

Standard business terms

(A K Chatterjee ) Sc. F & Head, BIS-DSBO

Sale / Assignment of Non Performing Assets. Invitation for Expression of Interest. Special Situation Advisors (India) Pvt. Ltd.

NAME OF THE WORK: Leased Line for WAPCOS Gurgaon.

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

Technical Help Desk Terms of Service

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

GOVERNMENT OF ASSAM DIRECTORATE OF TRAINING ASSAM ADMINISTRATIVE STAFF COLLEGE KHANAPARA: GUWAHATI NOTICE INVITING TENDER

(1) Helastel Ltd. (2) You WEBSITE HOSTING AGREEMENT

Expression of Interest. Scanning of Documents

ShriSaibabaSansthan Trust, Shirdi. Department of Information Technology. ShriSaibabaSansthan Trust, Shirdi. At-Post Shirdi

HIRING OF ACCOUNTANTS

END USER LICENSE AGREEMENT DATABASE MANAGEMENT TOOL LICENSE

Request for Proposal. For Internet Leased Line for. Web Portal Connectivity. Tel: , Fax:

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

SOFTWARE TECHNOLOGY PARKS OF INDIA

Transcription:

RFP Reference No : OBC/HO/DIT/RFP-CONS/03 / 2010-11 Request For Proposal (RFP) for Empanelment of IT Consultants for Bank Oriental Bank of Commerce Department of Information Technology Head Office New Delhi Page 1 of 11

Empanelment of IT Consultant for the Bank Tender reference OBC/HO/DIT/RFP-CONS/03 /2010-11 Purpose Pre bid meeting Last date for submission of bids Address for submission of bids Request for proposal for empanelment of IT Consultants for the Bank On 18.06.2010 at 11.00 am Venue DIT, IV Floor, Competent House, F-14, Connaught Place, New Delhi-110001 On 30.06.2010 at 5.00 pm The Dy. General Manager (IT), Oriental Bank of Commerce, Department of Information Technology, 4 th Floor, F-14, Competent House, Connaught Place, New Delhi 110 001 On 01.07.2010 at 3.00 pm Venue DIT, IV Floor, Competent House, F-14, Connaught Place, New Delhi-110001 Date of opening of technical bids Contact Numbers 011-47651821, 011-47651834 Fax number 011-47651833 Website address www.obcindia.co.in e-mail address dit@obc.co.in Page 2 of 11

1. Background and Purpose Oriental Bank of Commerce (OBC) a leading Public Sector Bank in India has embarked upon major technology implementation plan. Bank has all 1520 Branches/ Offices on Core Banking Solution. The Bank has its own ATM Switch and has installed more than 922 ATMs which are also integrated with MITR and NFS network. Bank has setup a Wide Area Network covering 1520 locations, which is a terrestrial based network with Leased Line and VSATs as the primary links and Integrated Services Digital Network (ISDN) as backup. The network has a three tier architecture with three Data Centre locations, 30 aggregation points and 1600 access locations. Bank has set up Primary Data Centre at Mumbai, Near Line Setup at Mumbai and equally equipped Disaster Recovery Setup at Delhi. As a part of its IT initiatives Bank has implemented various IT products and services like Internet Banking, Tele-banking, RTGS, NEFT, CTS, Mobile Banking and SMS Banking thereby providing Any Where Banking services through its vast network of branches. In addition to these, Bank shall implement new IT projects on an ongoing basis depending upon the future requirements. To provide suitable and appropriate technical consultancy services for the existing as well as the future IT initiatives, Bank intends to induct a prime reputed institution / firm / company as Information Technology Consultant. Bank invites complete technical bids for empanelment of IT consultants for a period of minimum one year from the date of finalization of tender for the scope of work as mentioned in the following para. However, Bank may at its discretion, extend the term of empanelment for a further period on the same terms & conditions. The Bank shall obtain commercial proposals from time to time from the empanelled consultants for providing guidance on various projects as per scope of work defined at para(2) below. The firm bidding the lowest commercials shall be selected to provide consultancy for such projects. 2. Scope of Work The Consultant will be required to undertake the following activities: a) Assess and provide guidance for the current domestic / global banking technology environment and the technology impact of the emerging trends like e-commerce etc., on the bank. b) Assess and recommend the technology requirements for the bank for statutory and regulatory compliances under Basle-II norms, Anti-Money Laundering, RBI's Payment Vision document and IBA's Banking Vision 2010 document etc., Page 3 of 11

c) Study the existing IT infrastructure and identify the gaps, if any, for various Information Technology requirements which will provide strategic direction in the next 5 years, and how IT can be aligned with the bank's business strategies, duly outlining the approach to be adopted by the Bank for integrating the technological requirements of branches and other admin offices at Regional Office & Head office level. d) To provide assistance to Bank in devising and completing IT Annual Action Plan and IT Road Map. e) Identify various Products / Service markets which can be supported by the suggested IT Strategies and suggest methods to integrate / streamline existing and new delivery channels. f) Assess the efficacy and coverage of the existing IT Training programmes conducted for the bank's personnel and suggest measures to improve the training effectiveness. g) Evaluate the current network infrastructure in the bank, identify gaps or overlapping, if any, and suggest appropriate strategies to streamline the network infrastructure so as to put in place a secure and unified enterprise-wide network infrastructure. h) Advising the Bank on Networking requirements for Data Centre / DRS and preparing / modifying Business Continuity Plan of the Bank. i) Evaluate the existing MIS framework and propose a view of the desired IT applications' solutions and Data Collection strategies. j) Suggest ways of leveraging existing technology deployments to bring enhanced products and services to customers and to improve the quality of customer service. k) Advising the Bank on selection of various Network connectivity components viz., leased lines connectivity or any other networking media with required Bandwidth, selection of routers / modems etc. l) Advising the Bank on Preparation of Request For Proposals (RFPs) for supply, installation, maintenance of Hardware, Software, Peripherals, UPS systems, ATMs etc. and their technical / commercial evaluation. m) Advising the Bank on preparation of RFPs of new IT infrastructure for projects undertaken by the Bank. n) Facilitating signing of MOUs / SLAs with Bandwidth provider, System integrator/facility management provider and monitoring of SLA / MOU. o) Assisting the Bank on Technical as well as commercial evaluation of bids based on CVC guidelines. p) Identifying various IT security requirements of the Bank and advising the Bank on strengthening the security in the line with current best practices in the industry. q) The consultancy assignment would require traveling to Delhi where Head Office of the Bank is located, frequently for attending meetings with Bank s IT team and the Page 4 of 11

Top Management, Board of Directors, IT Committee of Board of Directors as and when convened for its requirement. r) The consultancy assignment may also require the consultant to visit to Bank s Data Centres and other locations. The bidders or its subsidiary or group concern who provide consultancy to the Bank, shall not be eligible for participating in the subsequent Tenders floated by the Bank for selection as System Integrator or for supply of material / equipments for its other projects / Software Solution. 3. Bidders Eligibility Criteria The bidders must fulfill following eligibility criteria: The Bidder should be any Institution /Company, Academic or Professional Institute. In case of non academic institute or firm the minimum turnover of 25 Crores as on 31.03.2010 The company should be established in India for a period of 5 years. The Bidder Institution / Firm/ Company should have resource of persons (with requisite qualifications) skill and experience on a permanent basis to undertake the activities as stated in Scope of Work (list of working hands available for this assignment with experience to be provided along with the bid). The Bidder should have skilled and professional qualified manpower in the field of IT and related activities and proven expertise in the field of offering technology consultancy services to large business organizations / banks on IT projects like Core Banking Solution, Enterprise Wide Networking, Data Warehousing/ Mining, CRM, Call centres etc. The bidder should have undertaken similar assignments within the last 2 or 3 years independently or in association with some other Public Sector organizations.. References of a few clients for whom similar assignment was handled in the past, with the name, address, designation, contact phone number, email-id etc. of the contact person in such organization must be furnished along with the bid. 4. Instructions to Bidders 4.1. Terms & Condition of the RFP Please refer to Annexure II for detailed Terms & Conditions for RFP 4.2. Other Information Any other relevant information, which the bidder feels is necessary to be furnished, may be provided. 4.3. Bidding Process Page 5 of 11

The interested eligible bidder may download the RFP document from the Bank s website, i.e www.obcindia.co.in. The Bank shall not consider any request for date-extension for bid-submission on account of late downloading of RFP by any prospective bidder. Bids duly sealed and addressed to the Dy. General Manager (IT), should be dropped on or before 30.06.2010 in the Tender Box placed at the following address: Oriental Bank of Commerce, Department of Information Technology, Head Office 4 th Floor, F-14, Competent House, Connaught Place, New Delhi 110 001 In response to the present tender the bidder is required to submit Technical Bid only containing the documents as per the details in the Eligibility criteria, along with the documentary evidence, and other documents related to the bid. The Bank reserves the right not to accept any bid, or to accept or reject a particular bid at its sole discretion without assigning any reason whatsoever. The cost of bidding and submission of tender documents is entirely the responsibility of bidders, regardless of the conduct or outcome of the tendering process. Bidder must enclose the following in the Technical Bid: a) Bidders general information as per Annexure I b) Documentary proofs of the experience claimed by the Bidder. c) List of resource persons / working hands available for this project with qualification and experience d) Acceptance of the scope and terms and conditions of the RFP. 4.4 Evaluation of Bids (i) (ii) The technical bids will be evaluated on the basis of eligibility criteria defined in the RFP. A panel of the bidders short listed based on above evaluation will be prepared and based on the requirements of the future, commercial proposals shall be invited from these empanelled vendors on project to project basis. Page 6 of 11

4.4. Language of Bids All bids and supporting documentation shall be submitted in English only 4.5. Period of Bid Validity The Bids shall be valid for a period of 6 months from the closing date for submission of the bid. 4.6. Format and Signing of Bid Each page shall be made in a legal name of the Bidder and shall be signed and duly stamped by the Bidder or a person duly authorized to sign on behalf of the Bidder. 4.7. Notification of Award The acceptance of a tender, subject to contract, technical compliance, commercial considerations & compliance with all the terms and conditions will be communicated in writing by means of placing order at the address supplied by the bidder in the tender response. Any change of address of the Bidder, should therefore be promptly notified to: The Dy. General Manager (IT), Oriental Bank of Commerce, Department of Information Technology, Head Office 4 th Floor, Competent House, F-14, Connaught Place, New Delhi 110 001 Page 7 of 11

ANNEXURE I Bidders General Information 1 Basic Information (a) Name of the Organization (b) Constitution ( Sole-Proprietorship/Partnership/Private Ltd / Public Ltd / Trust / Government owned / Institution) (c) Date of Incorporation / Year of commencing operation (d) Corporate Office :- Address Contact Person Designation Phone No. Fax No. Email-Id Web-site URL (e) Name and Addresses of Directors / Promoters Details of Organizational Structure 2. Technical Information (a) Number of personnel working in the organization with Technical Qualifications and Professional Certifications together with details of their qualifications / certifications / experience etc. (b) Details of Global Standards / Qualify Certifications achieved by the firm / company, if any. (c ) Number of years experience in providing Consultancy Services as enumerated in the scope of work in RFP document like drafting of Technology Plan / Road Map documents for organizations / banks etc. (d) References of few Clients Name Address Designation Contact Phone Numbers e-mail-id Page 8 of 11

ANNEXURE II Terms and Conditions of the RFP 1. Criteria for evaluation of the Bids: a. Bidder s experience in IT Consultancy in other companies / banks. b. Bidder s ability to offer dedicated trained manpower for the project. c. Capacity to supply complete set of services required for Consultancy services. 2. Period of validity of the panel of IT Consultants. The panel of IT consultants so prepared shall remain valid for minimum period of one year. Bank may review and extend the period on same terms and conditions. 3. Review Bank s internal committee shall review the performance of the consultant on every project on basis of their responsiveness towards timely disposing the matters referred to them and their technical competence to provide guidance on wide spectrum of issues. 4. Cancellation of Empanelment Oriental Bank of Commerce reserves its right to cancel the empanelment in the event of one or more of the following situations: a) Unnecessary or unwarranted delay in execution of the work allotted. b) Delay in providing the requisite manpower at the Bank s site. c) Major breach of trust is noticed during any stage of the consultancy assignment. 5. Indemnity The vendor shall enter into a non-disclosure agreement with the bank so that the information provided to the vendor in the course of the execution of the project may not be used to the detriment to the bank s interest. In case of serious breach of trust Oriental Bank of Commerce may cancel the entire order. The vendor shall be liable to pay damages to the Bank in case any of their employees misuse the information of the Bank or the system is impaired during the course of working in any of the offices of the Bank. Page 9 of 11

The vendor shall expeditiously extinguish any such claims and shall have full rights to defend itself there from. If the Bank is required to pay compensation to a third party resulting from such infringement, the Vendor shall be fully responsible, including all expenses and court and legal fees. The Bank will give notice to the Vendor of any such claim without delay, provide reasonable assistance to the Vendor in disposing of the claim, and shall at no time admit to any liability for or express any intent to settle the claim. 6. Publicity Any publicity by the vendor in which the name of Oriental Bank of Commerce is to be used should be done only with the explicitly written permission of Oriental Bank of Commerce. 7. Force Majeure The vendor shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that its delay in performance or other failure to perform its obligations under the contract is the result of an event of Force Majeure. For purposes of this Clause, Force Majeure means an even beyond the control of the Vendor and not involving the vendor s fault or negligence and not foreseeable. Such events may include, but are not limited to, Acts of God or of public enemy, acts of Government of India in their sovereign capacity, acts of war. If a Force Majeure situation arises, the Vendor shall promptly notify Oriental Bank of Commerce in writing of such conditions and the cause thereof within twenty calendar days. Unless otherwise directed by Oriental Bank of Commerce in writing, the Vendor shall continue to perform its obligations under the Contract as far as it is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. 8. Resolution of Disputes Oriental Bank of Commerce and the vendor shall make every effort to resolve amicably, by direct informal negotiation, any disagreement or dispute arising between them under or in connection with the contract. If after thirty days from the commencement of such informal negotiations, Oriental Bank of Commerce and the Vendor are unable to resolve amicably a contract dispute, either party may require that the dispute be referred for resolution by formal arbitration. All questions, disputes or differences arising under an out of, or in connection with the contract, shall be referred to two Arbitrators: one Arbitrator to be nominated by Oriental Bank of Commerce and the Other to be nominated by the Vendor. In the case of the said Arbitrators not agreeing, then the matter will be referred to an umpire to be appointed by the Arbitrators in writing before proceeding with the Page 10 of 11

reference. The award of the Arbitrators, and in the event of their not agreeing, the award of the Umpire appointed by them shall be final and binding on the parties. The arbitration and reconciliation act 1996 shall apply to the arbitration proceedings and the venue & jurisdiction of the arbitration shall be New Delhi. 9. Compliance Confirmation The vendor must submit unconditional ad unambiguous compliance confirmation to all the terms and conditions stipulated in the RFP. 10. Undertaking by Consultant The Consultant shall furnish the following Undertaking as a part of the proposal. We certify that there has been no conviction by a Court of Law or indictment/adverse order by a regulatory authority for a grave offence against us or any of our sister concern. It is further certified that there is no investigation pending against us or our sister concern or the CEO, Directors / Managers / Employees or our concern or of our sister concern. It is certified that no conflict of interest exists as on date and in future if such a conflict of interest arises, we will intimate the Government of the same. Page 11 of 11