Request for Proposal(RFP) for Selection of Consultant for Implementation of Data Warehousing and CRM



Similar documents
Request for Proposal (RFP) For Selection of Consultant For Core Banking Advisory Services

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES

NATIONAL INDUSTRIAL TRAINING AUTHORITY

TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF

Development of application Software for Election Commission

TENDER DOCUMENT FOR PROVISION OF MAIL SERVICES, LOCAL AND INTERNATIONAL COURIER SERVICES

Address for Communication :

TENDER FOR THE SUPPLY, INSTALLATION AND COMMISSIONING OF DISASTER RECOVERY EQUIPMENT AND REPLICATION SOFTWARE

TENDER FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION FOR KENTRADE

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE.

SUPPLY, DELIVERY, TRAINING, IMPLEMENTATION & COMMISSIONING OF SOFTWARE QUALITY ASSURANCE TESTING AND TEST AUTOMATION SOFTWARE SYSTEM.

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)

STANDARD TENDER DOCUMENT SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION, TRAINING AND POST IMPLEMENTATION OF PERFORMANCE MANAGEMENT SYSTEM

TENDER DOCUMENT FOR SUPPLY, DELIVERY AND INSTALLATION OF ASSET TAGGING, BAR CODING AND MANAGEMENT SYSTEM TENDER NO. NTSA/NCB-011/

KERIO VALLEY DEVELOPMENT AUTHORITY

TENDER NO. REA/ /NT/060

TENDER FOR SUPPLY AND DELIVERY OF OFFICE FURNITURE AND EQUIPMENT

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services

Expression of Interest. Scanning of Documents

TENDER DOCUMENT FOR SUPPLY, IMPLEMENTATION AND COMMISSIONING OF AN ENTERPRISE RESOURSE PLANNING (ERP) SOLUTION KRA/HQS/ICB-001/

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AUDIT MANAGEMENT SOFTWARE AND SERVER

REQUEST FOR QUOTATIONS

Procurement of Provision of Computers and Computer Peripherals for CBUD cities

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/

How To Bid For A Power Plant In India

TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/

UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT

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

SUPPLY, DELIVERY AND INSTALLATION OF HIGH AVAILABILITY, HIGH SPEED SERVER (HAHSS)

KENYA MARITIME AUTHORITY TENDER FOR PROVISION OF BULK DIGITIZATION SERVICES, WORKFLOW MANAGEMENT AND EDMS INTEGRATION WITH NAVISION ERP.

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

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

PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY

KENYA MEDICAL TRAINING COLLEGE

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

INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENTS NATIONAL COMPETITIVE BIDDING (NCB) FOR

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-ADM TENDER FOR SUPPLY AND INSTALLATION OF FUEL MANAGEMENT AND MOTOR VEHICLE TRACKING SYSTEM

Invites Offers from Consulting Actuary

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

PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01)

KITUI WATER & SANITATION CO. LTD

Procurement of Goods

REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

TENDER NO. BOZ/CTC/ICT/02/2009

Request for Proposal (RFP) for. Corporate Agency Arrangement for General Insurance Business HO : Near Bajrang Bhawan, Delhi Road

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.

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

JHARKHAND STATE ELECTRICITY BOARD

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

RFP for Designing, Developing and Maintaining websites on: - Indian Pumps and Valves & - Indian Transformers and Conductors

Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)

REPUBLIC OF KENYA THE JUDICIARY TENDER DOCUMENT PROVISION OF GROUP LIFE ASSURANCE SCHEME FOR JUDGES OF THE JUDICIARY TENDER NO.

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

Corrigendum Document. For. Selection of Agency

Annex I. RFP Instructions to Proposers TABLE OF CONTENTS

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

Website development, maintenance and hosting of for India Brand Equity Foundation (IBEF) Request for Proposal [RFP] Date: March 23, 2015

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

HIGHER EDUCATION LOANS BOARD HELB/T/09/

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

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT

Video Production Services for the Ontario College of Trades (the College)

Oracle Financial Services Applications

Tender Notice. Tender no. : NTSC (O)/EM/F&F/ Date: 8th June, 2015

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

JAMMU MUNICIPAL CORPORATION

Prequalification Document for Procurement of Works

REQUEST FOR PROPOSAL SUPPLY &INSTALLATION, OF MOTOR VEHICLE TRACKING SYSTEM TENDER NO. ERC/PROC/4/3/15-16/083

TENDER NOTICE FOR SUPPLY AND INSTALLATION OF AN INTEGRATED BIOMETRIC ACCESS CONTROL, TIME AND ATTENDANCE SYSTEM.TENDER NO.

Request for Proposal. for end-to-end. Payment Gateway Solution. Ref: BOI:HO:IT:PG:NKC:61 dated

School of Open Learning University of Delhi

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

INVITATION FOR BIDS (IFB) NATIONAL COMPETITIVE BIDDING (NCB)

B I D D I N G D O C U M E N T S Issued on: February 29, for. Procurement of

BOARD OF MANAGEMENT SUNDAR INDUSTRIAL ESTATE BIDDING DOCUMENT FOR PROCUREMENT OF FACE DETECTION ATTENDANCE SYSTEM

Production of audio visual capsules on Innovations from India for India Brand Equity Foundation (IBEF)

Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees

Consultants Services, Lump-Sum Remuneration

DISTRICT GOVERNMET OKARA. Tender Document For purchase of

REQUEST FOR PROPOSAL FOR Procurement of Microsoft Licenses and Software Assurance

TENDER DOCUMENT FOR THE SUPPLY, DELIVERY, INSTALLATION, TESTING AND TRAINING OF E-LEARNING SOLUTION (SOFTWARE AND LEARNING TABLETS)

Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software

EPZA TENDER No. 22/

Request for Techno-Commercial Proposal. Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP

KENYA SCHOOL OF MONETARY STUDIES P. O. Box , Tel: , , , Fax: , Nairobi, Kenya

INSURANCE REGULATORY AUTHORITY TENDER NO. IRA/083/ SUPLY, INSTALLATION AND TESTING OF LEGAL CASE MANAGEMENT SOFTWARE

SUPPLY AND INSTALLATION OF SECURITY SCREENING EQUIPMENT FOR KENYA AIRPORTS AUTHORITY

OIL INDIA LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) DULIAJAN , ASSAM NOTICE OF INVITING TENDER

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

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

Request for Proposal Document (RFP) For Procurement of Web Application Firewall for IDBI Bank

SOFTWARE TECHNOLOGY PARKS OF INDIA

Transcription:

ALLAHABAD BANK DEPARTMENT OF INFORMATION TECHNOLOGY, HEAD OFFICE : 2, N. S. ROAD, KOLKATA 700 001, INDIA Request for Proposal(RFP) for Selection of Consultant for Implementation of Data Warehousing and CRM Ref No.: HO/DIT/DW_Consultant/2013-14/3 Dated : 20/05/2013 Cost of RFP : Rs. 2000/- ( Rupees Two Thousand Only) RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 1

OBJECTIVES ALLAHABAD BANK a leading Public Sector Bank, having its presence throughout the country intends to have Consultancy Services, through an open tendering process, for the implementation of Data Warehousing and CRM in the Bank. This RFP seeks to select a Data warehousing & CRM consultant who has the capability and experience of providing consultancy services for implementation of Data warehousing & CRM in Indian Public Sector Banks. This tender is meant for the exclusive purpose of bidding as per the terms & conditions and scope of consultancy indicated. It shall not be transferred, reproduced or otherwise used for purposes other than for which it is specifically issued. RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 2

Section 1 INVITATION FOR BID (IFB) REF. NO. : HO/DIT/DW_Consultant/2013-14/3 DATE : 20/05/2013 1.1 ALLAHABAD BANK intends to have Consultancy Services for the scope defined in this tender document, towards implementation of Data warehousing and Customer Relationship Management in the Bank 1.2 ALLAHABAD BANK invites separate sealed bids both technical bid and commercial bid from eligible bidders for providing consultancy services to all related areas of work for smooth implementation of Data warehousing and Customer Relationship Management in the Bank. 1.3 A complete set of Request for Proposal (RFP) can be obtained from the following address during office hours on all working days either in person or by post on submission of a written application along with a non-refundable fee of Rs.2000/- in the form of Demand Draft or Banker s Cheque in favour of Allahabad Bank payable at Kolkata. The bidders who purchase the RFP in their names only are eligible for submission of bid. Allahabad Bank Head Office, Deptt. of Information Technology, 2, Netaji Subhas Road, Kolkata 700001 (W.B.) India Phone No. +91-33 - 2231 9461/71/72 Fax No. +91-33 2210 6323 Email - ho.dit@allahabadbank.in 1.4 A complete set of RFP for the above purpose can also be downloaded from Bank s official website www.allahabadbank.in. 1.5 The bidder who has downloaded the RFP from above website, is required to submit a nonrefundable fee of Rs.2000/- in the form of DD or Banker s cheque, in favour of Allahabad Bank payable at Kolkata, during office hours within the last date and time of submission of bid, failing of which the bid of the concerned bidder will not be entertained. The hard copy of this document (RFP) procured from the bank only, will be treated as authenticate copy for all purposes. RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 3

1.6 The Bid Details are as follows : 1.6.1 Date of commencement of sale of RFP : 20/05/2013, 11:00 Hours IST 1.6.2 Date and time for Pre-Bid Meeting : 27/05/2013, 15:00 Hours IST 1.6.3 Last date and time for sale of RFP : 03/06/2013, 13:00 Hours IST 1.6.4 Last date and time for submission of Bids : 03/06/2013, 15:00 Hours IST 1.6.5 Date and time of opening Technical Bids : 03/06/2013,16:00 Hours IST 1.6.6 Place of opening of Bids : Allahabad Bank, Head Office, Deptt. of Information Technology, 2, Netaji Subhas Road, Kolkata-700 001, (W.B.), India 1.6.7 Address for communication : As above Tel : +91-33-2231 9461/71/72 Fax : +91-33-2210 6323 e-mail : ho.ditcbs@allahabadbank.in 1.7 All bids must be submitted at the same time giving full particulars in separate sealed envelopes at the bank s address within the time period specified as above. 1.8 All bids must be accompanied by a bid security as specified in the RFP and must be delivered during office hours at the above address on or before specified date and time indicated above. 1.9 Technical Bids will be opened in the presence of the bidders representatives, who choose to attend Technical Bid Opening on the specified date and time. 1.10 No further discussion/interface will be granted to bidders whose bids have been technically disqualified. RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 4

1.11 Non attendance at the Bid opening will not be a cause for disqualification of a bidder. 1.12 The Bank reserves the right to accept or reject in part or full any or all the offers without assigning any reasons whatsoever. 1.13 Interested bidders may obtain further information from Allahabad Bank, Head Office, Department of Information Technology, 2, Netaji Subhas Road, Kolkata-700001, (W.B.), India. Chief Manager (IT) ALLAHABAD BANK DIT- Head Office RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 5

Section 2 INSTRUCTION TO BIDDERS (ITB) 1 ELIGIBILITY CRITERIA 1.1 The applicant bidder should be Consulting Firms having expertise in providing consultancy for Data warehousing & CRM implementation in at least one large Bank( a scheduled commercial bank in India having a business mix of at least INR 1 lakh Crore for Financial Year 2012-2013). 1.2 Should be a Partnership Firm (registered under Partnership Act 1932) or a Company (registered under the Companies Act 1956) and in consultancy services relating to Banking and Financial Services in general and having proven expertise in the field of offering the consultancy for Data warehousing & CRM implementation for at least one year, within the last five years independently. The experience certificates are to be provided. 1.3 Should have a registered office in India. 1.4 The firm should be a profit making and financially sound company with a minimum turnover of Rs.10 Crore per year, for at least last two years. A copy of last two financial year s relevant audited balance sheets and profit & loss statements should be submitted with the offer. The provisional balance sheet for the year 2012-2013 may be provided, if audited is not ready. 1.5 The applicant bidder should have capability to execute the work with respect to expertise in terms of (i) Skilled manpower, (ii) Experience & past performance. 1.6 The applicant bidder should not have been blacklisted by any Govt. Department / PSU / PSE or Banks or the bidder/firm is otherwise not involved in any such incident with any concern whatsoever, where the job undertaken / performed and conduct has been questioned by any authority, which may lead to legal action. Self-declaration to that effect should be submitted alongwith the technical bid. 2. SCOPE OF WORK The Bank intends to engage a consultant for providing technical expertise, guidance and assistance to the Bank in implementing the project of Data Warehousing and Customer Relationship Management on end to end basis from selection of vendor till completion of the projects. Consultant wiil be required to make presentations/ demos / workshops to different groups of users/committees as and when required by the Bank. The Scope of Work of consultant includes but not limited to the following which are divided into different stages as below: RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 6

Stage Scope of work Deliverable Timeline 1 Requirement study of Data warehousing(dw) & Requires Document. 3 Months Customer Relationship Management(CRM) etc. By studying the existing systems of our Bank Discussing with all the business heads/teams and determining the Functionalities required from the Data warehousing. Defining the Data Warehouse architecture. Identification of a suitable Data Warehouse and Customer Relationship Management. Defining the Network architecture. Defining the Data Warehouse Security architecture. 3 Assist the Bank in collecting and finalizing the UAT Plan 9 Months System Requirements Specifications/Statement of Works proposed by the System Integrator. To draw a training plan based on the solution requirements 4 Live operation of DW Document on DW architecture Document on the comparison/analysis made and the DW/CRM identified Document on NW architecture Document on DW Security Architecture Preparing the EoI and RFP for procurement of the Data warehousing and Customer Relationship EoI & RFP Document Management Solution 2 Assisting in Evaluating proposals received from Evaluation Report 2 Months system integrator/vendor for DW & CRM during EoI and RFP Process Assisting the Bank in selection of the system integrator/s / vendor/s. Assisting the Bank in price discovery, price negotiation Assisting Bank in finalizing the agreement between the Bank and the System Integrator/s / Vendor/s Defining UAT plan and methodology for UAT. Reviewing the UAT Results and suggest corrective measures. Assist Bank in the User Acceptance Sign off. Assisting the Bank in End to End implementation of the DW and CRM Manage the Project and monitor the implementation stage by stage and ensure successful implementation of the Project. Guiding and providing required advice to the bank for successful implementation of the project. Progress report as mutually agreed. Training Plan Progress report as mutually agreed. 4 Months RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 7

3. TWO BID SYSTEM TENDER 3.1 Bidders are required to submit the Technical Bid in physical form, whereas the Commercial Bid is required to be submitted online on or before the last date and time mentioned. The Language of Bid should be in English. 3.2 The bidder will take care of submitting the Bid properly filed so that the papers are not loose. The Bids, which are not sealed as indicated above, may be liable for rejection. 3.3 The tender not submitted in the prescribed format or incomplete in details is liable for rejection. The Bank is not responsible for non receipt of bid within the specified date and time due to any reason including postal delays or Holidays. 3.4 SUBMISSION OF TECHNICAL BID 3.4.1 The Bidders shall submit the Technical Bid in sealed envelope. If above bid is found not properly sealed, the bid is liable for rejection. The envelope containing technical bid shall be marked as TECHNICAL BID 3.4.2 All the formats need to be filled in exactly as per the pro-forma given in the Annexures and any deviation is likely to cause rejection of the bid. 3.4.3 The Bank shall not allow/permit changes in the technical specifications once it is submitted. 3.4.4 The offer may not be evaluated by the Bank in case of non adherence to the format or partial submission of technical details as per the format given in the RFP. 3.4.5 Non submission or partial submission of the information along with the offer could result in disqualification of the bid of the concerned bidder. 3.4.6 The Technical Bid must not contain any price information. 3.4.7 The Technical Bid shall comprise of i. Covering letter in Company s letter head duly signed by authorized signatory with name, title and seal (Copy of Power of attorney to be submitted) ii. Table of Contents (List of documents enclosed) iii. Bid Form (Annexure-1) iv. Bid security (Annexure-2) v. Bidder s Information (Annexure-3) vi. Eligibility Criteria (Annexure-4) vii. Letter of Confirmation (Annexure-5) viii. Bidder s proposed methodology/approach for providing services to the bank with respect to the scope of consultancy work (Annexure-6) ix. Balance sheet & P/L Statement of last two financial years x. A true copy of Registration certificate & list of offices in India (For Company) xi. Other documents / information as requested in this RFP xii. Checklist of documents (Annexure-7) RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 8

3.4.8 The bidder will also submit copy of the RFP duly stamped and signed on each page by the authorized official of the bidder s company. 3.5 SUBMISSION OF ONLINE COMMERCIAL BID (E-TENDERING): 3.5.1 The Bank will adopt e-tendering process for online submission of Commercial Bid. The service provider for e-tendering process is M/s Antares Systems Limited and the portal address for the same is www.tenderwizard.com/abbank, wherein the necessary details for e-tendering are available. 3.5.2 The prospective bidders are advised to submit only the commercial bids online. The following steps are to be taken for online submission of Commercial Bids: Registration with Service Provider Portal www.tenderwizard.com/abbank The bidder should possess valid Class III Digital Signature Certificate which is a Mandatory requirement. (Commercial Bids will not be recorded/uploaded without Digital Signature Certificate) In case of any clarification/assistance bidder may contact the following representatives of M/s Antares Systems Ltd. before the schedule time of Online Bid Submission. Contact Persons Mobile No. Mr. Kumar Chandan 09674758720 Mr. Debraj Saha 09674758721 Mr. Subrata Bhattacharya 09674758722 E-mail: kumarchandan@antaressystems.com debrajsaha@antaressystems.com 3.5.3 Bidders are required to perform Tender Request at the portal www.tenderwizard.com/abbank latest by 03/06/2013, 13:00 Hours IST. Without performing the tender request process within the schedule, the bidder will not be able to submit the Commercial bid online. 3.5.4 The prospective bidders are advised to ensure on-line submission of Commercial Bid as per Annexure-8, only in a single pdf file with name Comm.pdf of size less than 5MB, duly signed and stamped by the authorized signatory, latest by the last date and time of submission of Bid. 3.5.5 The Commercial Bid should contain the Price Information only and to be submitted strictly as per the format provided in Annexure-8. 3.5.7 Bidders must send the duly signed and stamped copy of Acknowledgement, generated by the E-portal www.tenderwizard.com/abbank, as a proof of successful uploading of Commercial Bid (Annexure-8) within 2 days of opening of Bid on the Purchaser s Address as mentioned above, failing which Bid is liable to be rejected. 3.5.8 Price must be quoted in Indian Rupees only. 3.5.9 The commercial bid shall be on a fixed price basis. The price must include all costs, taxes and levies excluding Service Tax. The Service tax shall also include applicable surcharge/cess on service tax, if any. No price variation other than Service Tax will be permitted. RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 9

3.5.10 The Commercial Bid should give all relevant price information and should not contradict the Technical Bid in any manner. 3.5.11 It is absolutely essential for the bidders to quote the lowest price for the services in their own interest. 4 NON-TRANSFERABLE TENDER This tender document is not transferable. Only the bidder, who has purchased this tender in its name or submitted the necessary RFP price (for downloaded RFP) will be eligible for participation in the evaluation process. Terms and conditions for bidders who participate in the tender are specified in the section called Terms and Conditions. These terms and conditions will be binding on all the bidders and will also form a part of the contract, to be signed with the successful bidder on the outcome of this tender process. 5 ERASURES OR ALTERATIONS The offers containing unauthenticated erasures or alterations will not be considered. Therefore, there should be no unauthenticated hand written material, corrections or alterations in the offer. If such unauthenticated erasures or alterations are present these should be initialled by the person or persons authorized for signing the bid. Any deviation may lead to the rejection of the bid. 6 COST OF BIDDING: The Bidder shall bear all costs associated with the preparation and submission of its bid and the Bank will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 7 CONTENTS OF RFP: 7.1 The requirements, bidding procedures and contract terms are prescribed in the RFP. The RFP includes: a) Invitation for Bid (IFB) b) Background (including scope of consultancy work) c) Instruction to Bidders (ITB) d) Terms & Conditions e) Annexures 7.2 The Bidder is expected to examine all instructions, annexures, scope of the consultancy services, terms and conditions etc. in the Bidding Documents. Failure to furnish all information required by the RFP or submission of a bid not substantially responsive to the RFP in any aspect will be at the Bidder s risk and may result in the rejection of its bid. RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 10

8 CLARIFICATION OF RFP: A prospective bidder requiring any clarification of the RFP may notify the Bank in writing, by fax/e-mail at the Bank s mailing address indicated in the Invitation For Bid (IFB). The Bank will respond in writing to any request for clarification of the RFP which it receives prior to the date of Pre-Bid Meeting. 9 PRE-BID MEETING 9.1 The prospective bidders, who have purchased a copy of the RFP or submitted the bid price(for downloaded RFP), shall be permitted to attend a pre-bid meeting to be held as indicated in the Invitations for Bids after publication of RFP and well before the last date for receipt of bids. Upto a maximum of 2 (two) representatives of each prospective bidder will be permitted to attend the pre-bid meeting. However the Bank, at its discretion, may permit any additional representative of any prospective bidder to attend the pre-bid meeting. 9.2 The purpose of the meeting is to clarify issues and to answer questions on any matter that may be raised upto that stage. The issues/questions to be raised must be in writing. The Bank will have liberty to invite 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. 9.3 Any modification of the RFP, which may become necessary as a result of the Pre-bid Meeting, shall be made by the Bank exclusively through the issue of an Addendum and will be sent to all prospective bidders who have purchased the RFP, allowing at least 4 days time prior to the last date for receipt of bids. 9.4 Non-attendance at the Pre-bid Meeting will not be a cause for disqualification of a bidder. 10 AMENDMENT OF RFP: 10.1 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 RFP by amendment. 10.2 All prospective Bidders who have purchased the RFP will be notified of the amendment in writing or by fax or e-mail or through addendum and will be binding on them. 10.3 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their bid, The Bank, at its discretion, may extend the deadline for the submission of bid. 11 LANGUAGE OF BID: The bid prepared by the Bidder, all correspondence and documents relating to the bid exchanged by the Bidder & the Bank shall be written in English. RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 11

12 BID VALIDITY : Bid shall remain valid for 180 days from the date of opening of Technical Bid. 13 BID SECURITY EARNEST MONEY DEPOSIT 13.1 The bidder shall furnish as part of its bid, bid security of Rs. 2,00,000/- (Rupees Two Lac only) 13.2 The bid security is required to protect the Bank against risk of bidder s conduct during the period of bid validity. 13.3 The bid security shall be denominated in INDIAN RUPEES only in the form of bank guarantee issued by a Scheduled Indian Bank(other than Allahabad Bank) or a Foreign bank located in India in the Form(Annexure-2) provided in the RFP and valid for forty five (45) days beyond the validity of the bid. 13.4 Any bid not secured in accordance with ITB Clause-13.1 and 13.3 above will be rejected by the Bank as non-responsive. 13.5 The bid security will have to be submitted for a period of (180+45) days. A bid security valid for a shorter period shall be rejected by the Bank as non responsive. 13.6 The bid security may be forfeited if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid Form. 13.7 The bid security of the unsuccessful bidders will be returned after the completion of the process, whereas the bid security of the finally selected bidder will be returned after the submission of the Performance security. 13.8 In exceptional circumstances, the Bank may solicit the Bidders consent to an extension of the period of bid validity. The request and the responses thereto shall be made in writing or by fax/email. The bid security provided under ITB Clause-13 shall also be suitably extended. A bidder acceding to the request will neither be required nor be permitted to modify its bid. A bidder may refuse the request without forfeiting its bid security. In any case the bid security of the bidders will be returned after the completion of the process. 14 FORMAT AND SIGNING OF BID: 14.1 The Bidder shall prepare two copies each of the Technical & Commercial bid clearly marking each Original Bid and Copy Bid as appropriate. In the event of any discrepancy between them, the original shall govern. Original copy of bid security should be submitted with the Original Bid. 14.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 12

signed by the Bidder or a person or persons duly authorised to bind the Bidder to the Contract. All pages of the Bid except for un-amended printed literature shall be numbered serially and initialed by the person or persons signing the bid. 14.3 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the bidder, in which case such corrections shall be initialed by the person or persons signing the bid. 15 SUBMISSION OF BID 15.1 The Bidders shall seal the original and copy bids separately. 15.1.1 Thus there will be 2 outer envelopes named as Original Bid and Copy Bid. 15.1.2 Original Bid packet should contain Technical Bid for Data warehousing & CRM Consultant -ORIGINAL as per ITB 2.5. Original Bid Security should be submitted in the envelope of Technical Bid - Original. 15.1.3 Copy Bid packet should contain Technical Bid for Data warehousing & CRM Consultant -Copy as per ITB 2.5. A photocopy of the bid security should be submitted in the envelope of Technical Bid Copy. 15.2 In addition to the above marking, each envelope must be super-scribed with the following information: a) RFP Reference Number b) Bid for Data warehousing & CRM Consultant. c) Name and Address of Bidder This will enable the Bank to return the bid unopened in case it is declared unacceptable for any reason whatsoever. 15.3 All the inner and outer envelopes shall be addressed to the Bank at the address given below: The Chief Manager (IT), Allahabad Bank, Head Office, Deptt. of Information Technology, 2, Netaji Subhas Road Kolkata- 700 001, India 15.4 If the outer envelopes are not sealed and marked as required by ITB Clause-15-1, the Bank will assume no responsibility for the bid s misplacement or premature opening. 15.5 If any inner envelope is found to contain both technical and commercial bids, then that bid will be rejected summarily. If any outer envelope is found to contain only the Technical Bid or Commercial bid, it will be treated as incomplete and will be liable for RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 13

rejection. 15.6 Telex, Cable, Facsimile or E-mail Bids will be rejected. 16 DEADLINE FOR SUBMISSION OF BID Bids must be received by the Bank at the address specified under ITB Clause 15.3 and not later than the time and date specified in the IFB. In the event of the specified date for the submission of Bids being declared a holiday for the Bank, the bids will be received up to the appointed time on the next working day. The Bank may, at its discretion, extend the deadline for submission of Bids by amending the RFP in accordance with ITB Clause-10, in which case all rights and obligations of the Bank and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended. 17 LATE BID Any bid received by the Bank after the deadline for submission of bids prescribed by the Bank, in Invitation for Bid, will be rejected and returned unopened to the Bidder. 18 MODIFICATION AND WITHDRAWAL OF BID The Bidder may modify or withdraw its bid after the bid s submission, provided that written notice of the modification including substitution or withdrawal of the bids is received by the Bank prior to the deadline prescribed for submission of bids. The Bidder s modification or withdrawal notice shall be prepared, sealed, marked and despatched in accordance with the provisions of ITB Clause 15. A withdrawal notice may also be sent by fax/e-mail but followed by a signed confirmation copy, postmarked not later than the deadline for submission of bids. No bid may be modified subsequent to the deadline for submission of Bids No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of Bid validity specified by the Bidder on the Bid Form. Withdrawal of the bid during this interval may result in the Bidder s forfeiture of its Bid security, pursuant to ITB Clause 13.6. 19 BID OPENING 19.1 The Bank will open only the Technical Bids as per the schedule mentioned in IFB. The Commercial bids for technically qualified bidders only will be opened on a later date subsequent to the technical evaluation. The Bank will notify the date and time of opening of the Commercial bids to the technically qualified bidders. RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 14

19.2 Attendance of all the authorized representatives of the bidders who are present at Bid Opening will be taken in a register against name, name of the company and with full signature. 19.3 Each Bid will be numbered serially, signed and dated by the three Officers of the Bank except printed literature, brochure and reports. 19.4 Alterations in the bids, if any, made by the bidder / companies would be signed legibly to make it perfectly clear that such alterations were present on the bids at the time of opening. It would be ensured that alterations are signed by the bidder/company s executive who has signed the bid or by the bidder/company s representative authorised by the executive who has signed the bid. 19.5 Wherever any erasing or cutting is observed, the substituted words would be encircled and initialed by the bank officer singly and the fact that such erasing / cutting of the original entry were present on the bid at the time of opening shall be recorded. 19.6 An on the spot statement giving details of the bids opened and other particulars as read out during the opening of the bids will be prepared. 19.7 Bids (and modifications sent pursuant to ITB Clause-18) that are not opened and read out at Bid opening shall not be considered further for evaluation, irrespective of the circumstances. Such Bids will be returned unopened to the Bidders. 20 CLARIFICATIONS OF BID To assist in the scrutiny, evaluation and comparison of offers the Bank may, at its discretion, ask some or all bidders for clarification of their offer. 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. 21 PRELIMINARY EXAMINATION 21.1 The Bank will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order. 21.2 Arithmetical errors if any will be rectified on the following basis. 21.2.1 If there is discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. 21.2.2 If there is a discrepancy between words and figures, the amount in words will prevail. RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 15

21.2.3 If the bidder does not accept the correction of errors as per ITB clause 21.2.1 & ITB Clause 21.2.2, its bid will be rejected. 21.3 The Bank, at its discretion, may waive any minor informality, nonconformity or irregularity in a Bid, which does not prejudice or affect the relative ranking of any Bidder. This shall be binding on all bidders and the Bank reserves the rights for such waivers. 21.4 Prior to the detailed evaluation, pursuant to ITB Clause-22, the Bank will determine the substantial responsiveness of each bid to the RFP. For purposes of these clauses, a substantially responsive bid is one, which conforms to all the terms & conditions of the RFP without material deviations. Deviations form or objections or reservations to critical provisions such as those concerning Bid Security, Performance Security, Force Majeure, Applicable Law and Taxes & Duties will be deemed to be material deviation. The Bank s determination of a Bid s responsiveness is to be based on the contents of the Bid itself without recourse to extrinsic evidence. 21.5 If a Bid is not substantially responsive, it will be rejected by the Bank and may not subsequently be made responsive by the bidder by correction of the non-conformity. 22 Bid Evaluation Criteria At the sole discretion and determination of the Bank, the Bank may add any other relevant criteria for evaluating the proposals received in response to this RFP. The evaluation of the response to this RFP will be done on an 70-30 techno-commercial evaluation method. 70% weightage is to the response to Table below Technical Bid evaluation criteria and 30% weightage to the response to Annexure 8 Commercial Bid. The evaluation will be done on a total score of 100. An illustration of the techno-commercial evaluation methodology has been given below Total score = 0.70 x T (s) + 0.30 x F(s) Where: T(s) = T(v)/100 x 100 F(s) = (LEC / EC) x 100 Acronyms: T(s) stands for percentage of technical evaluation score out of 100 T(v) stands for sum of the score as per Evaluation Criteria- Technical Bid Evaluation Criteria (refer table below) F(s) stands for percentage of a consultant s commercial price compared to the lowest quoted price EC stands for Evaluated Cost of the Commercial offer quoted for by the consultant LEC stands for Lowest Evaluated Cost of the Commercial offer amongst the consultants The consultant scoring the higher marks based on the criteria given above will be awarded all the assignments given in Scope of work. RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 16

Bank may, at its sole discretion, decide to seek more information from the respondents in order to normalize the bids. However, respondents will be notified separately, if such normalization exercise as part of the technical evaluation is resorted to. Commercial Bid Evaluation Criteria- It may be noted that commercial bids will be subjected to following evaluation process- Only those bidders meeting the eligibility criteria will be considered for further stages of evaluation. Out of these bidders only those bidders scoring 60% (60 marks out of 100) or above in the technical evaluation will be short-listed for commercial evaluation. Bidder whose commercial quote is found to be lowest (L1) on the basis of score arrived as per 70-30 techno commercial evaluation will be called for negotiation before awarding the contract. It may be noted that Bank will not entertain any price negotiations with any other bidder. 22.1 Technical Bid Evaluation Criteria Criteria Evaluation Parameters Max Marks Credentials Should be engaged for having provided or providing end to end consultancy services comprising of strategy, vendor evaluation and selection and project Management of EDW/BI for Banks in India. Proof of such work should be submitted along with the response. Should be engaged for having provided or providing end to end consultancy services comprising of strategy, vendor evaluation and selection and project Management of CRM for Banks in India. Proof of such work should be submitted along with the response. Should be engaged for having provided or providing end to end Scoring Methodology 20 2 20 marks if the criteria is met for 2 Banks 3 10 marks if the criteria is met for 1 Bank 4 Nil if criteria is not met for any Banks 20 5 20 marks if the criteria is met for 4 Banks 6 15 marks If the criteria is met for 3 Banks 7 10 marks if the criteria is met for 2 Banks 8 5 marks If the criteria is met for 1 Bank 9 Nil if criteria is not met for any Banks 10 10 10 marks if the criteria is met for 2 Financial RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 17

consultancy services comprising of strategy, vendor evaluation and selection and project Management of EDW/BI for Financial Organization in India. Proof of such work should be submitted along with the response. Should be engaged for having provided or providing end to end consultancy services comprising of strategy, vendor evaluation and selection and project Management of EDW/BI for organizations other than Banks/Financial Organization in India. Proof of such work should be submitted along with the response. Organizations 11 5 marks if the criteria is met for 1 Financial Organization 12 Nil if criteria is not met for any Financial Organization 10 13 10 marks if the criteria is met for 4 Organizations 14 7.5 marks if the criteria is met for 3 Organizations 15 5 marks if the criteria is met for 2 Organizations 16 2.5 marks If the criteria is met for 1 Organization 17 Nil if criteria is not met for any Organizations Sub-Total 60 People The bidder should have a pool of resources (at least 2 resources) in the below mentioned areas. The resources should currently be working or have at least worked in the respective areas for at least 1 Bank in India and currently working with the firm for at least 2 years. The areas of expertise are : Datawarehouse/Business Intelligence 10 10 marks Minimum 4 resources who have experience in 2 Banks in India and with the firm for 2 RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 18

years 5 marks Minimum 2 resources who have experience in 1 Banks in India and with the firm for 2 years Customer Relationship Management (CRM) 10 10 marks Minimum 4 resources who have experience in 4 Banks in India and with the firm for 2 years 5 marks Minimum 2 resources who have experience in 2 Banks in India and with the firm for 2 years Approach and Methodology Sub-Total 20 Demonstration of in-depth 20 Subjective Evaluation understanding of the Bank project requirements through the technical proposal supplemented by Presentation & interactions. Sub-Total 20 Total Marks 100 Total score out of hundred Note: II. Bank is defined as a Scheduled Commercial Bank in India having a business mix (deposits & liabilities) of at least INR 1 lakh crore for FY 2012-13 III. For the technical evaluation(credentials), the following rules would be applicable for Bidder experience IV. For consultant engagements in Public Sector Banks, 100% of the category marks will be allocated V. For consultant engagements in Private Sector Banks, 50% of the category marks will be allocated VI. For the technical evaluation(people), the following rules would be applicable for Bidder experience VII. For consultant resource experience in Public Sector Banks, 100% of the category marks will be allocated VIII. For consultant resource experience in Private Sector Banks, 50% of the category marks RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 19

will be allocated IX. Financial Organization is defined as an organization engaged in financial services other than banks having a business turnover/ premium collection of at least INR 1000 crores for the financial year 2012-13 X. Other organizations would be considered for India only 23 CONTACTING THE BANK 23.1 No Bidder shall contact the Bank on any matter relating to its Bid, from the time of the bid opening to the time of final selection of the vendor. 23.2 Any effort by a Bidder to influence the Bank in the Bank s bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidder s bid. 24 POST QUALIFICATION 24.1 The Bank will determine to its satisfaction whether the Bidder selected is qualified to perform the contract. 24.2 The determination will take into account the Bidder s financial and technical capabilities. It will be based upon an examination of the documentary evidence of the Bidder s qualifications submitted by the Bidder, as well as such other information as the Bank deems necessary and appropriate including details of experience and records of past performance. 24.3 An affirmative determination will be prerequisite for selection. A negative determination will result in rejection of the Bidder s bid. 25 THE BANK S RIGHT 25.1 The Bank reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to award of Contract, 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 the Bank s action. Bank reserves the right to modify any terms, conditions and specifications of the RFP. 25.2 Bank reserves the right to obtain revised price bids from the bidder with regards to changes in RFP clauses or if the Bank is not satisfied with the price offered. Bank reserves the right to accept any Bid in part or whole. 26 SIGNING OF CONTRACT 26.1 At the same time as the Bank notifies the Bidder that its bid has been accepted, the Bank will send the Bidder the Contract Form (Annexure-9) provided in the RFP, incorporating all agreements between the parties. 26.2 Within 21(Twenty One) days of receipt of Contract Form, the bidders shall sign and date RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 20

the contract and return it to the Bank along with the required Performance Security. ALLAHABAD BANK 26.3 Bank reserves the right to select the next ranked bidder if the selected bidder withdraws his proposal after selection or at the time of finalization of the contract or disqualified on detection of wrong or misleading information in the proposal. 26.4 In case the bidder fails to comply ITB Clause 26.1 and 26.2 or in case the bidder withdraws his proposal after selection as per ITB Clause 26.3 the bid security of the bidder will be forfeited. 27 PROJECT SITE The Bank is having its Head Office at Kolkata and CBS Project Office at Navi Mumbai. The successful bidder (i.e. selected Data warehousing & CRM consultant) for providing consultancy services as per the scope of services defined in this RFP, shall require to visit Bank s office (normally Head Office and CBS Project Office) at Kolkata & Mumbai/Navi Mumbai to participate in various meetings, discussions, etc. the Bank will not pay or reimburse any cost towards journey, lodging, boarding etc. for the visit of consultant(s) at Kolkata & Mumbai/Navi Mumbai. However, the Bank shall make arrangements for the journey, lodging & boarding for the consultant(s) if their services are required by the Bank outside Kolkata & Mumbai/Navi Mumbai. 28 NO COMMITMENT TO ACCEPT LOWEST OR ANY TENDER 28.1 The Bank shall be under no obligation to accept the lowest or any other offer received in response to this tender notice and shall be entitled to reject any or all offers including those received late or incomplete offers without assigning any reason whatsoever. 28.2 The Bank reserves the right to make any changes in the terms and condition of the RFP. The Bank will not be obliged to meet and have discussions with any bidder and/ or to listen to any representations. RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 21

Section 3 TERMS AND CONDITIONS 1 PERFORMANCE SECURITY The successful bidder will have to give Performance Bank Guarantee (as per Annexure-10) for 10% of the total project cost (i.e. Consultancy Fees for the services for implementation of Data Warehousing and CRM in the bank), while submitting the acceptance of order. The validity of the Performance Bank Guarantee should be for minimum period of 24 months from the date of signing the contract and, if required, it should be renewed till completion of the project. 2 TERM OF ASSIGNMENT Till completion of implementation of the Project plus 3 months OR 24 months from the date of signing the contract, whichever is later. 3 PAYMENT TERMS Payment shall be released on production of invoices and other documents, if any. Payment shall be released within 30 days of submission of valid invoice/s and other documents, if any. Payment towards consultancy services to be provided as per Scope of Work shall be made in stages as indicated below: Stage No. Payment Stage % of contract amount (i.e., Consultancy Fees) 1 On signing the contract agreement including submission of performance bank guarantee. 2 On acceptance of First Stage of Consultancy Work as mentioned in Scope of Work. 3 On acceptance of Second Stage of Consultancy Work as mentioned in Scope of Work. 4 On acceptance of Third Stage of Consultancy Work as mentioned in Scope of Work. 5 On acceptance of Fourth Stage of Consultancy Work as mentioned in Scope of Work. 10% 10% 20% 20% 40% RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 22

4 DELAY IN ADHERING TO THE PROJECT TIMELINES The consultant must strictly adhere to the time schedule, as specified in the Contract, executed between the bank and the Consultant, pursuant hereto, for performance of the obligations arising out of the contract and any delay will enable the Bank to resort to any or all of the following at sole discretion of the bank. (a) Penalty (b) Termination of the agreement fully or partly If there is any delay in the implementation of the system due to bidder consultant s fault from schedule furnished by the bidder consultant and accepted by the Bank, Bank will recover 1% on the total cost of the project (i.e. consultancy fees) paid to the bidder consultant for each week of delay. This recovery will be subject to an upper limit of 10%. Thereafter the order/contract may be cancelled and amount paid if any, may be recovered with 1.25% interest per month. Any deviations from the norms would be treated as breach of the contract by the consultant and will be dealt with accordingly. The Bank also reserves right to claim damages for improper or incomplete execution of the assignment. 5 INDEMNITY The bidder will indemnify the Bank against all actions, proceedings, claims, suits, damages and any other expenses for causes attributable to bidder/consultant. The total liability of the selected bidder under the contract will not exceed the total cost of the project. 6 GOVERNING LANGUAGE The governing language of the contract shall be English. All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in this language. 7 APPLICABLE LAW The contract shall be interpreted in accordance with the laws prevalent in India. 8 PUBLICITY Any publicity by the bidder consultant in which the name of the Bank is to be used should be done only with the explicit written permission of the Bank. RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 23

9 FORCE MAJEURE The Consultant shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if any to the extent that it s 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 event beyond the control of the Consultant and not involving the Consultant s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the Bank in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions. If a Force Majeure situation arises, the Consultant shall promptly notify the Bank in writing of such condition and the cause thereof within fifteen calendar days. Unless otherwise directed by the Bank in writing, the Consultant shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. 10 BIDDER S INTEGRITY The bidder consultant is responsible for and obliged to conduct all contracted activities in accordance with the contract using state of the art methods and economic principles and exercising all means available to achieve the performance specified in the contract. 11 BIDDER S OBLIGATIONS The bidder consultant is obliged to work closely with the Bank s staff, act within its own authority and abide by directives issued by the Bank and implementation activities. The bidder consultant is responsible for managing the activities of its personnel or its representatives and will hold itself responsible for any misdemeanors. The bidder consultant is under obligation to provide consultancy services as per the contract. The bidder consultant will treat as confidential all data and information about the Bank, obtained in the execution of their responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the Bank. 12 USE OF CONTRACT DOCUMENTS AND INFORMATION The bidder consultant shall not, without the Bank s prior written consent, disclose the Contract or any provision thereof or any specification, plan, drawing, pattern or information furnished by or on behalf of the Bank in connection therewith, to any person other than a person employed by the bidder in the performance of the Contract. Disclosure to any such employed person shall be made in confidence & shall extend only as far as may be necessary for purposes of such performance. The bidder consultant shall not, without the Bank s prior written consent, make use of any RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 24

document or information except for purposes of performing the Contract. Any document, other than the Contract itself, shall remain the property of the Bank and shall be returned (in all copies) to the Bank on completion of the bidder s performance under the Contract if so required by the Bank. 13 TERMINATION FOR CONVENIENCE The Bank, by written notice sent to the bidder consultant, may terminate the Contract, in whole or in part, at any time for 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. 14 CONTRACT AMENDMENT No variation in or modification of the terms of the contract shall be made except by written amendment signed by the parties. 15 ASSIGNMENT The bidder consultant shall not assign, in whole or in part, its obligations to perform under the contract, except with the Bank s prior written consent. 16 CORRUPT OR FRAUDULENT PRACTICES As per CVC directives it is required that bidder consultant observes the highest standard of ethics during the selection of consultant and execution of such contracts. In pursuance of this policy; (i) Corrupt practice means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the selection process or in contract execution; And (ii) Fraudulent practice means a misrepresentation of facts in order to influence a selection process or the execution of 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 will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question; The Bank will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if at any time it determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing a contract. RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 25

17 RESOLUTION OF DISPUTES The Bank and the bidder consultant 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, the Bank and the Bidder are unable to resolve amicably a contract dispute, either party may require that the dispute be referred for resolution by formal arbitration. 18 PRIVACY AND SECURITY SAFEGUARDS The successful bidder consultant shall not publish or disclose in any manner, without the Bank's prior written consent, the details of any security safeguards designed, developed, or implemented by the successful Bidder under this contract or existing at any Bank location. 19 ARBITRATION All disputes or differences between the parties will be resolved amicably. If amicable settlement is not possible, then such disputes and differences will be resolved through an arbitrator mutually agreed upon between the parties. RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 26

BID FORM Annexure 1 TO : Allahabad Bank, Head Office, Department of Information Technology, 2, N. S. Road Kolkata 700 001 Having examined the RFP (Ref. No.: HO/DIT/DW_Consultant/2013-14/3 dated 20/05/2013) including all annexure, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to deliver services in conformity with the said RFP and in accordance with our proposal and total cost / consultancy fees indicated in the Commercial Bid and made part of this bid. We undertake, if our bid is accepted, to deliver services and complete the project in accordance with the scheduled time lines. If our bid is accepted, we will provide the guarantee of a Bank in a sum equivalent to 10% of the contract price for the due performance of the Contract in the form prescribed by the Bank. We agree to abide by this bid for the period of 180 days from the date fixed for Technical bid opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with the bank s written acceptance thereof and bank s notification of award, shall constitute a binding Contract between us. We undertake that, in competing for (and, if the award is made to us, in executing) the contact, we will strictly observe the laws against fraud and corruption in force in India namely Prevention of Corruption Act 1988. We understand that the bank is not bound to accept the lowest or any bid the bank may receive. Place : Dated this day of 2013. ----------------------------- ---------------------------- (Signature) (In the Capacity of) Duly authorised to sign bid for and on behalf of (Name & Address of Bidder) RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 27

BID SECURITY FORM (FORMAT OF BANK GUARANTEE (BG) FOR BID SECURITY.) (ON A NON-JUDICIAL STAMP PAPER OF RS.100.00) Annexure 2 TO : ALLAHABAD BANK, Head Office, Department of Information Technology, 2, Netaji Subhas Road, Kolkata-700001, India WHEREAS (hereinafter called the Bidder ) has submitted its bid dated (date of submission of bid) for providing the consultancy services for implementation of Data warehousing & CRM in response to Allahabad Bank s Request for Proposal ( RFP ) No. HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 (hereinafter called the Bid ). KNOW ALL PEOPLE by these presents that WE (name of bank) of (name of country) having our registered office at (address of bank) (hereinafter called the Bank ) are bound unto ALLAHABAD BANK (hereinafter called the Beneficiary ) in the sum of Rs.200000/-( Rupees Two Lac only) for which payment will and truly to be made to the said Beneficiary, the Bank binds itself, its successors and assigns by these presents. Sealed with the common seal of the said Bank this day of, 20. THE CONDITIONS of this obligation are: 1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form; or 2. If the Bidder, having been notified of the acceptance of its bid by the Beneficiary and the bidder during the period of bid validity : a) fails or refuses to execute the Contract Form if required; or b) fails or refuses to perform, in accordance with the Terms and Conditions of the RFP or Contract; or c) fails or refuses to furnish the Performance Security, in accordance with the Terms and Conditions of the RFP or Contract; RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 28

We undertake to pay the Beneficiary up to the above amount upon receipt of its first written demand, without the Beneficiary having to substantiate its demand, provided that in its demand the beneficiary will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including 45 days after the period of the bid validity i.e. up to (mention date of expiry which should be a minimum of bid validity+45 days), and any demand in respect thereof should reach the Bank not later than the above date. Notwithstanding any other term contained herein : a) this guarantee shall be valid only up to (Insert Guarantee End Date) whereupon it shall automatically expire irrespective of whether the original guarantee is returned to the Bank or not; and b) the total liability of Bank under this guarantee shall be limited to Rs. (Rupees only) Place : SEAL Code No. SIGNATURE. NOTE : 1. BIDDER SHOULD ENSURE THAT THE SEAL & CODE NO. OF THE SIGNATORY IS PUT BY THE BANKERS, BEFORE SUBMISSION OF BG 2. STAMP PAPER IS REQUIRED FOR THE BG ISSUED BY THE BANKS LOCATED IN INDIA. RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 29

Bidder s Information Annexure 3 1. Name : 2. Constitution and year of establishment : 3. Registered Office/Corporate office Address : 4. Mailing Address : 5. Name and designations of the persons authorized to make commitments to the Bank: 6. Telephone, Fax, e-mail : 7. Name & Addresses of Directors/Promoters : 8. Details of Organisation Structure : 9. Description of business, service profile & client profile : 10. Whether the bidder is in IT consulting business, if yes then mention the period (evidence to be enclosed) : 11. Gross annual turnover of the bidder (not Amt. in Lacs of the group) : Year 2011-12 Year 2012-13 12. Net profit of the bidder (not Amt. in Lacs of the group) : Year 2011-12 Year 2012-13 {Above figures at item 11 & 12 should be audited figures and copy of audited financial statements for above years to be submitted} 13. Details of assignments executed successfully as technical/it/data warehousing & CRM Consultant, in India that included : defining IT strategy and technical requirements assisting in vendor(s) evaluation and selection process designing network architecture, security architecture, etc. project management of Data warehousing & CRM implementation S.No. Name of the Bank Description of services provided Scheduled time limit Time taken for the execution of assignment Date of Date of commencement completion (Note The documentary proof for above from Banks are to be furnished) RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 30

14. Details of similar assignments on hand as on date : S.No. Name of the Bank Description of services provided Scheduled time limit Date of commencement (Note The documentary proof for above from Banks are to be furnished) 15. Levels of Certification obtained : 16. No. of Technical Staff :(a) Hardware area (b) Software area (c) Communication & Network area (d) Information Security area - (e) Banking area - (f) other areas - 17. Other information / details : DECLARATION We hereby declare that the information submitted above is complete in all respects and true to the best of our knowledge. We understand that in case any discrepancy or inconsistency or incompleteness is found in the information submitted by us, our application is liable to be rejected. Place : Date: SEAL (Authorized Signatory) RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 31

Minimum Eligibility Criteria : Eligibility Criteria Whether a registered company under the Companies Act 1956 or registered Partnership Firm under Partnership Act 1932. The registration details of the Company / Partnership Firm Whether in consultancy services relating to Banking and Financial Services in general and having proven expertise in the field of offering the consultancy for Data warehousing & CRM implementation in minimum 1 Large Bank( A scheduled commercial Bank in India having a business mix of at least INR 1 Lakh Crore for financial Year 2012-2013) for at least 1 year within last 5 years independently Whether registered office in India Whether the firm is a profit making and financially sound company with a minimum turnover of Rs. 10 Crore per year, for at least last two years (i.e. year 2011-12 & 2012-13) Whether capable to execute the work with respect to expertise in terms of (i) Skilled manpower, (ii) Experience & past performance. Whether blacklisted by any Govt. Department / PSU / PSE or Banks or the bidder/firm is otherwise not involved in any such incident with any concern whatsoever, where the job undertaken / performed and conduct has been questioned by any authority, which may lead to legal action. Compliance (Yes/No) Annexure-4 Supporting documents to be submitted A copy of registration The relevant documents / experience certificates (experience certificate from Indian Public Sector Bank is must) The address A copy of last three financial year s relevant audited balance sheets and profit & loss statements should be submitted with the offer. The provisional balance sheet for the year 2012-13 may be provided, if audited is not ready Letter supporting the claim along with supporting documents Self-declaration to this effect should be submitted. Place : Date: SEAL (Authorized Signatory) RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 32

Annexure-5 Letter of Confirmation To The General Manager (IT) Allahabad Bank, Head Office, 2, Netaji Subhas Road, Kolkata RFP Ref. No.: HO/DIT/DW_Consultant/2013-14/3 DATED 20/05/2013 Dear Sir, We confirm having submitted the Bid and annexures in accordance with the said RFP. The details submitted by us are true and correct to the best of our knowledge and if it is proved otherwise at any stage of execution of the contract, Allahabad Bank has the right to summarily reject the proposal and disqualify us from the process. We confirm that we will abide by the conditions mentioned in the Tender Document (RFP and annexure) in full and without any deviation. We, hereby acknowledge and confirm, having accepted that the Bank can at its absolute discretion, apply whatever criteria it deems appropriate, not just limiting to those criteria set out in the RFP and related documents, in short listing of bidder consultants for providing consultancy services. We shall observe confidentiality of all the information passed on to us in course of the tendering process and shall not use the information for any other purpose than the current tender. We also confirm that we have not been blacklisted by any Govt. Department / PSU / PSE or Banks or otherwise not involved in any such incident with any concern whatsoever, where the job undertaken / performed and conduct has been questioned by any authority, which may lead to legal action. Place : Date: SEAL (Authorized Signatory) RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 33

Annexure-6 Bidder s proposed methodology / approach for providing services to the Bank with respect to the scope of consultancy work : (A) Proposed methodology / approach : (B) Details of deliverables, other than the deliverables specified by the bank, the bidder proposes with specific reference to the scope of work : (C) Proposed team profile with reference to the scope of work : S. No Name & designation of the Proposed Team Member(s) Professional Qualification Banking Solutions expertise (Mention if he has worked in Banks earlier) In terms of years and areas of expertise IT Expertise in terms of years and areas of expertise Details of the experience in consultancy for Data warehousing & CRM implementation in Banks (Mention the Scope, name of the banks and Status of the assignments) (D) Other Information : Place : Date: SEAL (Authorized Signatory) RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 34

Annexure 7 Checklist of documents to be submitted Documents 1) A copy of Power of attorney in the name of authorized signatory of the bid 2) Bid Form (as per Annexure 1) Submitted (Yes/No) 3) Bid Security (as per Annexure 2) 4) Bidder s Information (as per Annexure 3) 5) Eligibility Criteria (as per Annexure 4) 6) Letter of Confirmation (as per Annexure 5) 7) Bidder s proposed methodology / approach for providing services to the Bank with respect to the scope of consultancy work (as per Annexure 6) Note : Supporting documents of the annexures are be provided. Place : Date: SEAL (Authorized Signatory) RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 35

RFP Ref. No.: HO/DIT/DW_Consultant/2013-14/3 Annexure-8 Commercial bid Item The Consultancy fee (for the complete term of assignment) for providing Data warehousing & CRM consultancy services as per the scope of consultancy defined in the RFP Total Cost / Consultancy fees (Rs.) Amt. in words: Indian Rupees (Note : The above cost / fees is fixed which include all costs, taxes and levies excluding service tax. The service tax shall also include applicable surcharge/cess on service tax, if any.) Place : Date SEAL Authorised Signatory RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 36

CONTRACT FORM Non-Judicial Stamp Paper of appropriate value Annexure - 9 CONTRACT NUMBER: THIS AGREEMENT made the day of, 20 Between ALLAHABAD BANK (hereinafter the Bank ) of one part and (Name of Selected Consultant) of (City and Country of Consultant) (hereinafter the Consultant ) of the other part: WHEREAS the Bank is desirous that certain consultancy services should be provided by the Consultant, viz. (Brief description Services) and has accepted a bid by the Consultant for supply of consultancy services to meet its requirement from time to time. NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to. 2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz. : (a) (b) (c) (d) (e) The RFP for selection of Data warehousing & CRM consultant the Bid form and price (i.e. consultancy fee) submitted by the bidder and subsequent amendments made into it as accepted by the bank. the schedule of requirements (i.e. Data warehousing & CRM consultancy services) The Bank s Notification of Selection of Data warehousing & CRM Consultant Letter of offer 3. In consideration of the payments to be made by the Bank to the Consultant in terms of Letter of offer for having consultancy services placed by Head Office of the Bank, the Consultant hereby covenants with the Bank to provide the consultancy services and to remedy defects therein in conformity in all respects with the provisions of the contract. 4. The Bank hereby covenants to pay the Consultant in consideration of the provision of the consultancy services and the remedying of defects therein, the Letter of offer Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract. The details of the Data warehousing & CRM consultancy services which the Consultant shall be required to provide to the Bank from time to time in terms of Letter of offer for having consultancy services that will be placed by Head Office of the Bank are as under: < Details as per scope of consultancy defined in clause 2 of section 2 of RFP ref. no. HO/DIT/DW_Consultant/2013-14/3 dated 20/05/2013 > IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written. Signed, sealed and Delivered by the Said (For the Consultant) in presence of Signed, sealed and Delivered by the Said (For the Bank) in presence of RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 37

Annexure 10 PERFORMANCE SECURITY FORM (FORMAT OF BANK GUARANTEE (BG) FOR PERFORMANCE SECURITY.) (ON A NON-JUDICIAL STAMP PAPER OF RS.100.00) TO : ALLAHABAD BANK, Head Office, Department of Information Technology, 2, Netaji Subhas Road, Kolkata-700001, India WHEREAS (hereinafter called the Bidder ) has submitted its bid dated (date of submission of bid) for providing the consultancy services for implementation of Data warehousing & CRM in response to Allahabad Bank s Request for Proposal ( RFP ) No. HO/DIT/DW- Consultant/2013-14/3 dt 20/05/2013 (hereinafter called the Bid ). KNOW ALL PEOPLE by these presents that WE (name of bank) of (name of country) having our registered office at (address of bank) (hereinafter called the Bank ) are bound unto ALLAHABAD BANK (hereinafter called the Beneficiary ) in the sum of Rs. /-( Rupees only) for which payment will and truly to be made to the said Beneficiary, the Bank binds itself, its successors and assigns by these presents. Sealed with the common seal of the said Bank this day of, 20. THE CONDITIONS of this obligation are: If the Bidder, having been notified, by the beneficiary, as selected for providing consultancy services for implementation of Data warehousing & CRM, during the period of contract fails to provide services or perform obligations in accordance with the aforesaid RFP and Contract, as bidder; We undertake to pay the Beneficiary up to the above amount upon receipt of its first written demand, without the Beneficiary having to substantiate its demand, provided that in its demand the beneficiary will note that the amount claimed by it is due to it owing to the occurrence of above condition, specifying the occurred condition. This guarantee will remain in force up to 24 months plus 45 days from the date of signing the contract i.e. up to (mention date of expiry which should be a minimum of contract period + 45 days), and any demand in respect thereof should reach the Bank not later than the above date. Notwithstanding any other term contained herein : a) this guarantee shall be valid only up to (Insert Guarantee End Date) whereupon it shall automatically expire irrespective of whether the original guarantee is returned to the Bank or not; and b) the total liability of Bank under this guarantee shall be limited to Rs. (Rupees only) Place : SEAL Code No. SIGNATURE. NOTE : 1. BIDDER SHOULD ENSURE THAT THE SEAL & CODE NO. OF THE SIGNATORY IS PUT BY THE BANKERS, BEFORE SUBMISSION OF BG 2. STAMP PAPER IS REQUIRED FOR THE BG ISSUED BY THE BANKS LOCATED IN INDIA. RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 38

Annexure-11 Non-Disclosure Agreement WHEREAS, we,, having Registered Office at, hereinafter referred to as the Consultant, are agreeable to provide consultancy services, for implementation of Data Warehousing & CRM, to Allahabad Bank, having its registered office at 2- N.S. Road Kolkata -700001 hereinafter referred to as the BANK and, WHEREAS, the COMPANY understands that the information regarding the Bank s implementation of Data warehousing & CRM shared by the BANK in their Request for Proposal is confidential and/or proprietary to the BANK, and WHEREAS, the COMPANY understands that in the course of submission of the offer for ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF DATA WAREHOUSing & CRM IN Allahabad BANK and/or in the aftermath thereof, it may be necessary that the COMPANY may perform certain jobs/duties on the Banks properties and/or have access to certain plans, documents, approvals or information of the BANK; NOW THEREFORE, in consideration of the foregoing, the COMPANY agrees to all of the following conditions, in order to induce the BANK to grant the COMPANY specific access to the BANK s property/information. The COMPANY will not publish or disclose to others, nor, use in any services that the COMPANY performs for others, any confidential or proprietary information belonging to the BANK, unless the COMPANY has first obtained the BANK s written Authorisation to do so. The COMPANY agrees that notes, specifications, designs, memoranda and other data shared by the BANK or, prepared or produced by the COMPANY for the purpose of submitting the offer to the BANK for the said Solution, will not be disclosed to during or subsequent to submission of the offer to the BANK, to anyone outside the BANK. The COMPANY shall not, without the BANKs written consent, disclose the contents of this Request for Proposal (Bid) or any provision thereof, or any specification, plan, pattern, sample or information (to be) furnished by or on behalf of the BANK in connection therewith, to any person(s) other than those employed/engaged by the COMPANY for the purpose of submitting the offer to the BANK and/or for the performance of the Contract in the aftermath. Disclosure to any employed/engaged person(s) shall be made in confidence and shall extend only so far as necessary for the purposes of such performance. Authorised Signatory Name: Place: Date: Designation: Office Seal: RFP Ref No.HO/DIT/DW_Consultant/2013-14/3 DT 20/05/2013 Page No. 39