Description
The appraisal value is the value of a company based on a projection of future cashflows that its owners will receive from the company's assets as well as from its current and future operations.
TENDER DOCUMENT FOR
MAINTENANCE, SUPPORT AND ENHANCEMENT OF CREDIT APPRAISAL AND RATING TOOL (CART) 2.0 APPLICATION SOFTWARE
SMALL INDUSTRIES DEVELOPMENT BANK OF INDIA 3rd Floor, MSME Development Center Plot No.C-11, ‘G’ Block Bandra Kurla Complex, Bandra (E), Mumbai - 400 051 Website: www.sidbi.in
Tender No. 400/2013/864/BYO/ISD
Cost of Application Form : ` 1,000/________________________________________________________________ The information provided by the bidders in response to this Tender Document will become the property of SIDBI and will not be returned. SIDBI reserves the right to amend, rescind or reissue this Tender Document and all amendments will be advised to the bidders and such amendments will be binding on them. This document is prepared by SIDBI for purchase of Computer software. It should not be reused or copied or used either partially or fully in any form.
Page 1 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software
RfP – Maintenance, support and enhancement of CART 2.0 Application Software
About SIDBI Small Industries Development Bank of India (SIDBI) was established in April 1990. The mission of SIDBI is to empower the Micro, Small and Medium Enterprises (MSME) sector with a view to contributing to the process of economic growth, employment generation and balanced regional development having objective to serve as a single window for meeting financial and developmental needs of MSME sector. The four basic objectives set out in the SIDBI Charter are Financing, Promotion, development and Coordination for orderly growth of industry in the MSME sector. The Charter has provided SIDBI considerable flexibility for adopting appropriate operational strategies to meet these objectives. The activities of SIDBI, as they have evolved over the period of time, now meet almost all the requirements of sector which fall into a wide spectrum constituting modern and technologically superior units at one end and traditional units at the other. The bank provides its services through a network of more than 100 offices located all over India. Detailed information on the functions of the bank is provided on the website www.sidbi.in. About CART: Credit Appraisal and Rating Tool (CART) application is deployed on Oracle 10g, Apache Tomcat Web Server using Java, JSP at Middle Tier and Internet Browser in Front End. A brief about the application is available under Annexure – IX. The job includes the deployment / posting of qualified and experienced engineers at SIDBI site as per the requirement of this Project. Tender Objective: SIDBI intends to outsource the maintenance, support and enhancement of Credit Appraisal and Rating Tool (CART) software for a period of one year from June 01, 2012 to May 31, 2013. The bidder to note that: As part of outsourcing, vendor is required to deploy 2 resources at SIDBI location, Mumbai and one Project Manager is required to do the Project Management from off-site (Details mentioned under Scope of Work in Annexure II) The purpose behind issuing this RfP is to invite pre-qualification / minimum eligibility and commercial bids from the eligible bidders and selection of bidder(s) for the above purpose.
The selection process consists of two phases viz., Commercial Evaluation 1) Pre-Qualification / Minimum Eligibility Criteria 2)
Proposals along with the following documents must be submitted in a non-window sealed envelope superscribing “RfP – Maintenance, support and enhancement of CART 2.0 Software”: a. Bid Forwarding letter as per format given in Annexure – VI b. Documents as required to establish minimum eligibility criteria as given in Annexure VII Page 2 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software
c.
Commercial Bid in a separate non-window sealed envelope superscribing “Commercial Bid - Maintenance, support and enhancement of CART 2.0 Software” as given in Annexure VIII
d. Power of Attorney as given in Annexure IX e. Bank Mandate Form as given in Annexure X f. Performance Guarantee as given in Annexure XI
g. A Demand Draft for `. 60,000/- (Rupees Sixty Thousand only) drawn in favour of SIDBI and payable at Mumbai, towards Earnest Money Deposit (EMD). h. A Demand Draft for `. 1,000/- (Rupees Thousand Rupees only) drawn in favour of SIDBI payable at Mumbai, toward Cost of Application Form (non refundable). 2. Proposals completed in all respects should be submitted at the following address latest by th 23 May 2012 by 15:00 Hrs. 3. The Bid information, general terms and conditions and commercial bid format are given in the following annexures: a. Annexure I – Bid Information Sheet b. Annexure II – Scope of Work c. Annexure III – General Terms and Conditions
d. Annexure IV – Other Terms and Conditions e. Annexure V – Brief on CART Application Software f. Annexure VI – Bid forwarding letter
g. Annexure VII - Pre-qualification/ Minimum Eligibility Criteria h. Annexure VIII – Commercial Bid Format. i. j. k. Annexure IX – Power of Attorney Annexure X – Bank Mandate Form Annexure XI – Format for performance Guarantee
The proposals received after due date and time will not be accepted. Clarifications, if any, may be th sought in writing latest by 14 May 2012 15:00 Hrs.
Page 3 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software
Annexure - I
Bidding Information Sheet
S.N. Bid Reference 1 Purpose of RfP 400/2013/864/BYO/ISD dated May 02, 2012 Maintenance, support and enhancement of Credit Appraisal and Rating Tool (CART) 2.0 Application Software with bug fixing, enhancement, modification st st 2 Period of Contract June 01 2012 to May 31 2013 3 EMD ` 60,000/( To be submitted as Demand Draft in favour of SIDBI, payable at Mumbai) 4 Cost of Application Form ` 1,000/rd 5 Last Date of Submission of Bids 23 May 2012 ; 1500 hours 6 Address for submission of Bids The General Manager (Systems) SIDBI, 3rd Floor, MSME Development Center Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East) Mumbai - 400 051 7 Bid Validity 3 months from Last date of submission of bids th 8 Last Date for seeking clarifications, if 14 May 2012, 15:00 Hrs any th 9 Date of Pre-bid meeting 15:00 Hrs on 16 May 2012, at the address given at Sr. no. 6 rd 10 Date of opening of Minimum At 1600 hours, on 23 May 2012, at the address given at Sr. Eligibility Criteria Bids no. 6 11 Date of opening of commercial bids. Will be intimated in due course to short listed vendors only 12 Contact details Name Designation Phone Fax E-mail Shri N P Swamy M(Sys) 67531248 [email protected] 022-26541821 Shri C S Rajan DGM 67531341 [email protected] Shri R K Sharma GM(Sys) 67531228 [email protected] ***********
Page 4 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Annexure II
Scope of Work
The Scope of work includes but not limited to: • Implementation of new changes in the application software as and when any new business rules, logic processes etc. comes into effect. • Development of new forms & reports of various modules as needed from time to time as required by the bank. • • • Tuning and code changes for optimal performance. Module Version Control of Production, development and UAT of CART application. Updation of System and user documentation of application with respect to the changes done in the application. • Providing day to day support (includes debugging & fixing of problems) for CART Application users through Call Tracking / Monitoring System (which is presently in use at SIDBI) • Hand holding training to the end-users and systems personnel. In addition, the vendor is expected to appraise and advise the bank of current trends and best practices in the market in relation to the application software and components being used by SIDBI (related to CART software). DETAILED ROLES & RESPONSIBILITIES OF THE BIDDER • The successful bidder shall debug and fix the operational problems, perform error handling while running the Application by users. • The successful bidder shall generate additional reports and modify existing reports & queries, as per user’s requirement • The successful bidder shall provide hands-on assistance to the users to resolve any operational doubts as and when needed while the Application is in operation. • Project Management: The successful bidder shall identify one Project Manager at his site and nominate him for SIDBI CART project. Project Manager should visit SIDBI site on weekly basis and Project Manager would be single point of contract for SIDBI with respect to the Project Management. The successful bidder shall depute experienced SOFTWARE team to work. Similarly, bank shall identify SIDBI Project Manager for its side separately. The responsibility of the Project Manager of either side is to review the ongoing and uniform operation of the Application and to permit software changes subject to written approval of competent authority and to record all relevant MIS data related for smooth operation of the Application. Status of the project shall be reviewed by the management once a month with respective Project Manager of either side and shall be recorded. • The successful bidder will be responsible for data integrity. The successful bidder will also identify the type & nature of data error and reports will be handed over to concerned users for correction and resubmission. Page 5 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software • Any Interface Software routines by which data is populated from other Systems to this Application Software, the successful bidder shall provide the support maintenance to the Interface as long as it is compatible with the database structure of this Application Software. • The successful Bidder shall document all the changes incorporated in the application software and also improves the documentation of existing user / system reference manuals of different modules wherever it is necessary. • The successful bidder and its manpower deployed and involved in support maintenance of the Application System shall maintain confidentiality of data, logic or any other matters related to the bank on their part. EXPERIENCE OF ON-SITE RESOURCES: 2 resources to be provided to SIDBI with minimum qualification of B. Tech / M.C.A. One resource should have a minimum of 4 years experience and other resource to have minimum of 2 years experience. The on-site resources to be deployed must have knowledge and working experience in JAVA programming. Also they should be well conversant with Java J2EE 1.5 or above, Struts 1.2 or above, Hibernate 3 or above, Oracle 9i or above, CSS, Java Script, Ajax and XML. Before deploying those resources at SIDBI location, successful bidder should declare and provide o o Experience certificates of the resources Bio-data of the resource as a proof of the work experience as mentioned above After
SIDBI will evaluate the Bio-data / resource for selection before deployment. confirmation from SIDBI, selected resources may be deployed. EXPERIENCE OF OFF-SITE PROJECT MANAGER:
1 resource to be identified for SIDBI as a Project Manager should have a minimum qualification of B.Tech / M.C.A and have minimum experience of 8 years Identified Project Manager should have managed more than 2 BSFI projects earlier. At the start of the project, successful bidder should declare and provide o o Experience certificates of the Project Manager Bio-data of the Project Manager as a proof of the work experience as mentioned above SIDBI will evaluate the Bio-data / resource for selection of the Project Manager. After confirmation from SIDBI, selected resource may be identified as Project Manager.
•
If any specific work could not be completed due to poor manpower quality, the successful bidder is required to provide a suitable substitute. Any change of resource during the period of contract should be done only with the prior consent of competent authority except in the case of retirement, resignation or termination of the employment of any team member of the
Page 6 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software successful bidder. For whatsoever reason provided the target for schedule of work not suffered. • The successful bidder will not have the right to use/ reproduce all the software in whatsoever manner even after the end of this contract. • The successful bidder shall be responsible to ensure that all the persons employed by them in execution of the work in connection with the execution of this contract shall not describe to any third party, without prior permission, any information furnished to them by SIDBI or which may be necessary in carrying out their obligation under this contract and shall treat all such information as confidential. • The successful bidder shall warrant absolute satisfactory performance of the system component developed and delivered in terms of contract during the validity period of contract. The successful bidder shall extend full operational support in respect of such system component during the contract period and shall undertake to remove all bugs that may be noticed during this period. • At the end of the contract period, the successful bidder shall provide a detailed report on the details of new program developed within the scope of work / changes in the existing program, their function, flow charts and operational procedure. Working Days / Hours: • • Team to be available on Saturdays also (ie., 6 days a week) Resources provided to SIDBI should be ready to work in staggered duty hours (like one resource timing may be between 09:30AM to 06:30PM and other resource timing may be 11:30AM to 08:30PM). Duty hours will be finalised at the start of the project and may be changed in between as per the requirement of the bank. • In exceptional cases, the team will have to work beyond normal working hours as well as on holidays. Holidays:
As per the industry practise, successful bidder to identify (at most) 10 holidays per year and advise list of holidays to SIDBI. Those identified days would be considered as holidays for on-site resources. In exceptional cases, the team will have to work beyond normal working hours as well as on holidays . Responsibilities of Project Manager:
•
Project Manager identified for the project should be available at SIDBI location for a period of one week from the start date of the project
•
After that, Project Manager should visit SIDBI site on weekly basis (preferably on every Monday) to guide the team and to update SIDBI the current status / future project plans.
Page 7 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software • Project Manager is required to steer the project with respect to Project Plan, Schedules, Resource Management, providing weekly / monthly project report, Review of pending / ongoing / future tasks. • To ensure KRAs (Key Responsibility Area) of Project Manager are complied.
Call escalation Matrix: Successful bidder is required to submit the call escalation matrix (from level1 to level3) with name, designation, mail ID, telephone No, Mobile No. in the following format. SNo 1 2 3 Level Level1 Level2 Level3 Name Designation Project Manager Mail ID Telephone No Mobile No.
Page 8 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software
Annexure - III
General Terms and Conditions
The Bidders are expected to examine all instructions, forms, terms and specifications in the bidding documents. Failure to furnish all information required by the bidding documents may result in the rejection of its bid and will be at the bidder's own risk. Clarification of Bids 1. The bidder or its official representative is invited to attend pre-bid (date and venue mentioned in Bid Information Sheet) It would be the responsibility of the Bidders representatives to be present at the venue of the meeting. 2. Clarification sought by bidder should be made in writing (Letter/E-mail/FAX etc) and submitted at least one day prior to the date of pre-bid meeting. Bank has discretion to consider any other queries raised by the bidder’s representative during the pre-bid meeting. 3. The text of the clarifications asked (without identifying the source of enquiry) and the response given by the Bank, together with amendment to the bidding document, if any, will be posted on the website. No individual clarifications will be sent to the bidders. It would be responsibility of the bidder to check the website before final submission of bids. Amendment to the bidding document 1. At any time prior to the date of submission of Bids, the Bank, for any reason, may modify the Bidding Document, by amendment. 2. The amendment will be posted on Banks website www.sidbi.in. 3. All Bidders must ensure that such clarifications have been considered by them before submitting the bid. Bank will not have any responsibility in case some omission is done by any bidder. 4. In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their Bids, the Bank, at its discretion, may extend the deadline for the submission of Bids. Language of Bid The bid prepared by the Bidders as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the Bank and supporting documents and printed literature shall be written in English. Documents Comprising the Bid 1. The bid shall consist of Pre-qualification/ minimum eligibility criteria and Commercial bid. 2. Documents comprising the Pre-qualifications / Minimum Eligibility Criteria Bid should be: a) Bid Forwarding Letter as per Annexure - VI b) Documentary evidence establishing that the Bidder is eligible to Bid and is qualified to perform the contract i.e., Pre-Qualification Criteria / minimum eligibility criteria as per Annexure - VII c) Power of Attorney for authorized signatory - Annexure - IX. d) Bank Mandate Form - Annexure -X e) Performance Guarantee – Annexure XI f) DD for `60,000/- towards EMD. g) DD for `1,000/- towards cost of application form (non-refundable)
Page 9 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software 3. Documents comprising the Commercial Bid should be: a) Commercial bid as per Annexure -VIII. Signing, Sealing and Marking of Bids 1. The Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorised to bind the Bidder to the Contract. 2. Power of Attorney of the person authorized to sign the bid as per format given in Annexure IX is to be submitted. The Bidder shall seal the bids in non-window envelopes containing the documents as under: I) 1st Envelope (Superscribing “Tender No 400/2013/864/BYO/ISD - Pre-qualification / Minimum Eligibility”): a. DD towards EMD. b. DD towards Cost of Application form (non refundable) c. Bid Forwarding Letter. d. Pre-qualification/ Minimum Eligibility Criteria all supported documents e. Power of Attorney f. Note: Under no circumstances the Commercial Bid should be kept in minimum eligibility documents cover. The placement of Commercial Bid in Pre-qualification / Minimum Eligibility documents Bid covers will make bid liable for rejection. II) 2nd Envelope (Superscribing “Tender No 4002013/864/BYO/ISD -Commercial Bid”): a. Commercial bid 3. On the cover of each envelop name and address of bidder along with contact number should be clearly indicated. 4. The envelope(s) shall be addressed to the Bank at the address given below: The General Manager (Systems) Small Industries Development Bank of India MSME Development Center, 3rd Floor, Information Services Department [ISD], Plot No.C-11, 'G' Block Bandra Kurla Complex, Bandra (East) Mumbai 400 051 If the envelop(s) are not sealed and marked as indicated above, the Bank will assume no responsibility for the Bid's misplacement or its premature opening. Bid Currency Bids should be quoted in Indian Rupee only. Earnest Money Deposit (EMD): 1. All the responses must be accompanied by a refundable interest free security deposit of amount of `60,000/-. Bank Mandate Form g. Performance Guarantee
Page 10 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software 2. EMD should be in the form of Demand Draft in favour of “Small Industries Development Bank of India” payable at Mumbai. Any bid received without EMD in proper form and manner shall be considered unresponsive and rejected. 3. No interest will be paid on EMD. 4. Request for exemption from EMD will not be entertained. 5. The EMD amount of all unsuccessful bidders would be refunded immediately upon happening of any the following events: The end of the bid validity period, including extended period (if any), OR Receipt of the signed contract from the selected Bidder. 6. Successful Bidder will be refunded the EMD amount only after submission of performance guarantee by the bidder. 7. The bid security may be forfeited if: Bidder withdraws its bids during the period of bid validity. Bidder makes any statement or encloses any form which turns out to be false/ incorrect at any time prior to signing of the contract. In case of successful Bidder, if the Bidder fails to sign the contract or fails to furnish performance guarantee. Availability of resources / Start of the Contract: 2 resources (on-site) and 1 Project Manager (off-site) should be available for the project from June 01, 2012. Period of Validity of Bids 1. Prices and other terms offered by Bidders must be firm for an acceptance period of 90 days from last date for submission of bids as mentioned in bid information sheet. 2. In exceptional circumstances the Bank may solicit the Bidders consent to an extension of the period of validity. The request and response thereto shall be made in writing. 3. Bank, however, reserves the right to call for fresh quotes at any time during the period, if considered necessary. Deadline for submission of Bids 1. The bids must be received by the Bank at the specified address not later than date mentioned in Bid Information Sheet 2. 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. 3. The Bank may, at its discretion, extend the deadline for submission of Bids by amending the Bid Documents, 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. Late Bids Any bid received by the Bank after the deadline for submission of bids prescribed by the Bank will be rejected and returned unopened to the bidder. Modification And/ Or Withdrawal of Bids: Page 11 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software 1. 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. 2. The Bidder modification or withdrawal notice shall be prepared, sealed, marked and dispatched. A withdrawal notice may also be sent by Fax and followed by a signed confirmation copy received by the Bank not later than the deadline for submission of bids. 3. No bid may be modified or withdrawn after the deadline for submission of bids. 4. Bank has the right to reject any or all bids received without assigning any reason whatsoever. Bank shall not be responsible for non-receipt / non-delivery of the bid documents due to any reason whatsoever. Opening of Bids by the Bank 1. Bids, except commercial bids, received within stipulated time, shall be opened as per schedule given in the bid information sheet. 2. On the scheduled date and time, bids will be opened by the Bank Committee in presence of Bidder representatives. It is the responsibility of the bidder’s representative to be present at the time, on the date and at the place specified in the tender document. The bidders’ representatives who are present shall sign a document evidencing their attendance. 3. If any of the bidders or all bidders who have submitted the tender and are not present during the specified date and time of opening it will be deemed that such bidder is not interested to participate in the opening of the Bid/s and the bank at its discretion will proceed further with opening of the technical bids in their absence. 4. The Bidder name, presence or absence of requisite EMD and such other details as the Bank, at its discretion may consider appropriate will be announced at the time of bid opening. 5. Bids that are not opened at Bid opening shall not be considered for further evaluation, irrespective of the circumstances. Withdrawn bids will be returned unopened to the Bidders. Clarification of bids: 1. During evaluation of Bids, the Bank, at its discretion, may ask the Bidders for clarifications of their Bids. The request for clarification and the response shall be in writing (Fax/e-Mail), and no change in the price of substance of the Bid shall be sought, offered or permitted. 2. Bidder to submit point by point compliance to the technical compliance and it should be included in the Bid. 3. Any deviations from the specifications should be clearly brought out in the bid. 4. Bidder to quote for entire package on a single responsibility basis for the services it proposes to offer under the contract. Preliminary Examinations 1. The Bank will examine the Bids to determine whether they are complete, the documents have been properly signed, supporting papers/ documents attached and the bids are generally in order. 2. The Bank may, at its sole discretion, waive any minor infirmity, nonconformity or irregularity in a Bid which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any Bidder. 3. Prior to the detailed evaluation, the Bank will determine the substantial responsiveness of each Bid to the Bidding document. For purposes of these Clauses, a substantially responsive Bid is one, which conforms to all the terms and conditions of the Bidding Document without material deviations. Deviations from or objections or reservations to critical provisions, such as those concerning Bid security, performance security, qualification criteria, insurance, Page 12 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Force Majeure etc will be deemed to be a 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. The Bank would also evaluate the Bids on technical and functional parameters including possible visit to inspect live site(s) of the bidder, bidders presentation etc. 4. 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 nonconformity. 5. The Bidder is expected to examine all instructions, forms, terms and specification in the Bidding Document. Failure to furnish all information required by the Bidding Document or to submit a Bid not substantially responsive to the Bidding Document in every respect will be at the Bidder's risk and may result in the rejection of its Bid. Minimum Eligibility / Evaluation 1. Pursuant to the evaluation of Preliminary Examination, minimum eligibility Criteria as specified in this document is verified. The bidder should satisfy the pre-qualification criteria as specified in the tender. All the documentary proofs to be submitted along with the bid in this regard. Bank reserves the right to cancel the bid / call for clarifications in this regard 2. During evaluation, Bank at its discretion can ask the bidders for clarifications. 3. Bank may waive off any minor infirmity or nonconformity or irregularity in a bid, which does not constitute a material deviation, provided such a waiving, does not prejudice or effect the relative ranking of any bidder Commercial Evaluation / Opening of Commercial Bids 1. Bidders who qualify in Minimum Eligibility Criteria as per the criteria mentioned would be short listed for commercial evaluation. 2. Bidders who do not qualify the minimum eligibility Criteria will not be invited for opening of commercials. 3. SIDBI will award the contract to the successful bidder(s) whose bid has been determined to be substantially responsive and has been determined as the Lowest Commercial bid (L1). Arithmetic errors correction 1. Arithmetic errors, if any, in the price break-up format will be rectified on the following basis: 2. If there is discrepancy in the price quoted in figures and words, the price, in figures or in words, as the case may be, which corresponds to the total bid price for the item shall be taken as correct. 3. It the vendor has not worked out the total bid price or the total bid price does not correspond to the unit price quoted either in words or figures, the unit price quoted in words shall be taken as correct. 4. Bank may waive off any minor infirmity or nonconformity or irregularity in a bid, which does not constitute a material deviation, provided such a waiving, does not prejudice or effect the relative ranking of any bidder No Commitment to Accept Lowest or Any Offer 1. The Bank reserves its right to reject any or all the offers without assigning any reason thereof whatsoever. 2. The Bank will not be obliged to meet and have discussions with any bidder and/ or to entertain any representations in this regard. Page 13 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software 3. The bids received and accepted will be evaluated by the Bank to ascertain the best and lowest bid in the interest of the Bank. However, the Bank does not bind itself to accept the lowest or any Bid and reserves the right to reject any or all bids at any point of time prior to the order without assigning any reasons whatsoever. The bank reserves the right to re-tender. Conditional Bids Conditional bids shall not be accepted on any ground and shall be rejected straightway. If any clarification is required, the same should be obtained before submission of bids. Contacting the Bank 1. After opening of Bid to the time a communication in writing about its qualification or otherwise received from the Bank, bidder shall NOT contact the Bank on any matter relating to its Bid 2. Any effort by the Bidder to influence the Bank in its decisions on Bid evaluation, Bid comparison may result in the rejection of the Bidder’s Bid. Award of Contract 1. The Bank will award the contract to the successful Bidder, out of the Bidders who have responded to Bank’s tender as referred above, who has been determined to qualify to perform the contract satisfactorily, and whose Bid has been determined to be substantially responsive, and is the lowest commercial Bid. 2. The Bank reserves the right at the time of award of contract to increase or decrease the number of resources from what was originally specified while floating the tender without any change in unit price or any other terms and conditions. Additional Resources - Optional Item: As enhancements in CART software would require additional resources with specific experience in DB Design, GUI Design, on need basis, successful bidder is required to provide the required resources with required technologies minimum of 2 years of experience. Cost for the same to be mentioned by the bidder in Commercial bid under Optional Item. SIDBI reserves the right to take / not to take the services of optional items.
Page 14 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Annexure - IV
Other Terms and Conditions
Definitions In this Contract, the following terms shall be interpreted as indicated: 1. “The Bank” means Small Industries Development Bank Of India (SIDBI); 2. “The Contract” means the agreement entered into between the Bank, represented by its Head Office / Zonal Offices and the Bidder, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein; 3. “The Contract Price” means the price payable to the Bidder under the Contract for the full and proper performance of its contractual obligations; 4. “The Services” means those services ancillary to the providing resources for CART application and other such obligations of the Bidder covered under the Purchase Contract; 5. “TCC” means the Terms and Conditions of Contract contained in this section; 6. “The Bidder” or “the Vendor” means the individual or firm supplying or intending to supply the Services under this Contract; and 7. “The Project Site” means Small industries Development Bank of India, Mumbai Office Use of Contract Documents and Information 1. The bidder shall not, without the Bank’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample 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 and shall extend only as far as may be necessary for purposes of such performance. 2. The Bidder will treat as confidential all data and information about the Bank, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the Bank. Subcontracts The successful bidder shall not assign to others, in whole or in part, their obligation to perform under the contract, except with the Bank’s prior written consent. The successful bidder shall notify and obtain concurrence from the Bank in writing of all subcontracts / Franchisees awarded under the Contract, if not already specified in the quotation. Such notification, in the original quotation or later, shall not relieve the Bidder from any liability or obligation under the Contract. Price Prices quoted by the bidders should include all local taxes, VAT, duties, levies, transportation costs, etc., Once a contract price is arrived at, the same must remain firm and must not be subject to escalation during the performance of the contract due to fluctuation in foreign currency, change in the duty/tax structure, changes in costs related to the materials and labour or other components or for any other reason. Terms of Payment Page 15 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software The standard payment terms are given below: Quarterly payment in arrear. However, first payment to the vendor will be payable after submission of Performance Bank Guarantee for an amount equivalent to 10% of the order value. The performance bank guarantee should be as per the format given in Annexure -XI. All the payments will be made by SIDBI, Mumbai electronically through RTGS/ NEFT. Vendor to submit Bank Mandate Form (as per Annexure -X) along with cancelled cheque in original with technical bid. The Bidder must accept the payment terms proposed by the Bank. The financial bid submitted by the Bidder must be in conformity with the payment terms proposed by the Bank. Any deviation from the proposed payment terms would not be accepted. The Bank shall have the right to withhold any payment due to the Bidder, in case of delays or defaults on the part of the Bidder. Such withholding of payment shall not amount to a default on the part of the Bank. TDS, if any, will be deducted while releasing the payment. All Payments will be made to the Bidder in Indian Rupee only. Leave of Absence and penalty for absence: Each on-site resource shall be granted a maximum up to 01 (One) day leave per month. Any absence beyond the prescribed leave of absence shall attract a penalty as under in case no substitute is arranged by the Successful bidder as per defined requirement a) Any absence beyond the prescribed leave of absence shall attract a penalty as under in case no substitute is arranged by the Successful bidder as per defined requirement:
Resource Category Onsite Resource
Allowed leave of absence per month 01 day
Penalty beyond leave of absence • Penalty would be deducted proportionately* per month per resource.
* As per the category of Onsite Resource (as indicated in commercial bid), proportionate amount would be considered for calculation of penalty. Continuity of Resources: Successful bidder is required to take utmost care in identifying the resources to be deployed at SIDBI location as the resources deployed should continue in the project for long time (within the 1 year period) and should not leave the project in short period Resources deployed at SIDBI site, should not be removed from the site by the vendor without written approval from SIDBI. If any resource to be replaced from SIDBI location, a request / advance notice of 15 days to be given to SIDBI. Only after approval from SIDBI, resources can be replaced. In case, both on-site resources to be replaced at a time, the following to be ensured by the successful bidder: A request / advance notice of 30 days to be given to SIDBI. Only after approval from SIDBI, resources can be replaced. New resources (who will replace the existing resources) to be deployed at SIDBI location at least 10 days before the date of relieving of existing resources. Ie., a transition period of 10 days is required. No additional payment will be made by SIDBI for this purpose.
•
•
•
Page 16 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software • No additional resources should be deputed at SIDBI location without written approval from SIDBI.
Note : If any / both resource(s) are on leave for a period of more than 10 days and no substitute resource is provided, SIDBI reserves the right to cancel the order and in such a case the earnest money deposit (EMD) received from the vendor shall be forfeited Delivery Schedule: The contracted vendor shall ensure that the onsite support arrangement starts from June 01, 2012. Period of Contract: Contract period is for the period of one year ie., June 01, 2012 to May 31 2013. Location: The onsite support arrangement should be made available at the address mentioned below: SIDBI MSME Development Center, C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (E), Mumbai - 400 051 In case of shifting of SIDBI premises, the vendor should provide support at the new location without any additional cost to SIDBI. Governing language The Contract shall be written in English. All correspondence and other documents pertaining to the Contract, which are exchanged by the parties, shall be written in English. The technical documentation, users' Manual etc. is to be delivered for all the modifications done in software. The language of the documentation should be English. Applicable laws The Contract shall be interpreted in accordance with the laws prevalent in India. Compliance with all applicable laws: The Bidder shall undertake to observe, adhere to, abide by, comply with and notify the Bank about all laws in force or as are or as made applicable in future, pertaining to or applicable to them, their business, their employees or their obligations towards them and all purposes of this Tender and shall indemnify, keep indemnified, hold harmless, defend and protect the Bank and its employees/ officers/ staff/ personnel/ representatives/ agents from any failure or omission on its part to do so and against all claims or demands of liability and all consequences that may occur or arise for any default or failure on its part to conform or comply with the above and all other statutory obligations arising therefrom. Compliance in obtaining approvals/ permissions/ licenses: The Bidder shall promptly and timely obtain all such consents, permissions, approvals, licenses, etc., as may be necessary or required for any of the purposes of this project or for the conduct of their own business under any applicable Law, Government Regulation/Guidelines and shall keep the same valid and in force during the term of the project, and in the event of any failure or omission to do so, shall indemnify, keep indemnified, hold harmless, defend, protect and fully compensate the Bank and its employees/ officers/ staff/ personnel/ representatives/agents from and against all claims or demands of liability and all consequences that may occur or arise for any default or failure on its part to conform or comply with the above and all other statutory obligations arising therefrom and the Bank will give notice of any such claim or demand of liability within reasonable time to the bidder. Performance security
st
Page 17 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software The successful bidder(s) shall provide Performance Security in the form of an unconditional Bank Guarantee (BG) from a scheduled commercial Bank for an amount equivalent to 10% of contract value and valid for a period of 1 year + THREE months (invocation period) from the date of acceptance. The performance guarantee to be submitted within ONE month as per the format provided by Bank. Forfeiture of performance security The Bank shall be at liberty to set off/adjust the proceeds of the performance guarantee towards the loss, if any, sustained due to the bidder’s failure to complete its obligations under the contract. This is without prejudice to the Bank’s right to proceed against the Bidder in the event of the security being not enough to fully cover the loss/damage. Service Level Agreement: The aim of this agreement is to provide a basis for close co-operation between SIDBI and the Successful Bidder, for services to be provided to SIDBI, thereby ensuring that timely and efficient support services are available to SIDBI and its end-users. This agreement is contingent upon each party knowing and fulfilling their responsibilities and generating an environment conducive to the achievement and maintenance of targeted service levels. Service Level Definition: Depending on the criticality and severity of calls, service levels are defined as follows :
Severity Level S1
Severity Type Critical Problems Major Problems Moderate Problems Minor Problem
Definition (for Support / Maintenance) A problem that stops CART application functioning or > 80% of the users of CART Users e.g. Non availability of application/Services, Database down etc. A problem that affects a particular branch/section.
S2
S3 S4
A problem that affects a typical user group e.g. Non availability/failure of any module etc. A problem that affects a typical user.
Service Level Target: Following table defines Service Level Targets for Response and Resolution time.
Page 18 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Severity Level S1 S2 S3 S4 Measurement Metrics Resolution Time 1 day 2 days Monthly 4 days 7 days Calculation Window
Actual Response and Resolution time will be measured as follows :
Calls closed within stipulated resolution time Resolution time (%) = ----------------------------------------------------------- X 100 Total number of calls received in the month Penalty Calculation for Support / Maintenance : 1. Actual vs. targeted compliance level for each of the respective service areas will be measured separately in every month. 2. Monthly shortfall in achieving SLA compliance, if any, for the respective service areas shall be aggregated for the quarter. 3. Penalty for the quarter will be calculated as : Penalty amount = Penalty (%) x Total services Cost for respective service area for the quarter. 4. Applicable Penalty (%) would be as under: Shortfall in SLA Target/Compliance by <= 5 % > 5% and <= 10 % >10% Penalty (%) 1 2 5
5.
6.
However, the aggregate penalties that may be levied in a quarter towards the aforesaid managed services shall be limited to 10% of amounts payable quarterly towards these services. Downtime of services on holidays or scheduled downtime will not be considered for calculation of uptime and penalty.
Note: Aggregate penalties shall be limited to 10% of amounts payable quarterly towards these services. Termination of Contract: The Bank reserves the right to cancel the contract in the event of happening one or more of the following Conditions: Page 19 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software • • • Failure of the successful bidder to accept the contract Delay in deploying the resources Serious problems in quality of resources deployed
In addition to the cancellation of purchase contract, Bank reserves the right to appropriate the damages through encashment of Bid Security / Performance Guarantee given by the Bidder. Force Majeure. If the performance as specified in this order is prevented, restricted, delayed or interfered by reason of Fire, explosion, cyclone, floods, War, revolution, acts of public enemies, blockage or embargo, Any law, order, proclamation, ordinance, demand or requirements of any Government or authority or representative of any such Government including restrict trade practices or regulations, Strikes, shutdowns or labour disputes which are not instigated for the purpose of avoiding obligations herein, or Any other circumstances beyond the control of the party affected, then notwithstanding anything here before contained, the party affected shall be excused from its performance to the extent such performance relates to prevention, restriction, delay or interference and provided the party so affected uses its best efforts to remove such cause of non-performance and when removed the party shall continue performance with utmost dispatch. If a Force Majeure situation arises, the Bidder shall promptly notify the Bank in writing of such condition, the cause thereof and the change that is necessitated due to the conditions. Until and unless otherwise directed by the Bank in writing, the Bidder shall continue to perform its obligations under the Contract as far s is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event Resolution of Disputes It will be the Bank’s endeavor to resolve amicably any disputes or differences that may arise between the Bank and the Bidder from misconstruing the meaning and operation of the Tender and the breach that may result. In case of Dispute or difference arising between the Bank and a Bidder relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996. The Arbitrators shall be chosen by mutual discussion between the Bank and the Bidder OR in case of disagreement each party may appoint an arbitrator and such arbitrators may appoint an Umpire before entering on the reference. The decision of the Umpire shall be final. The Bidder shall continue work under the Contract during the arbitration proceedings unless otherwise directed in writing by the Bank or unless the matter is such that the work cannot possibly be continued until the decision of the Arbitrator or the umpire, as the case may be, is obtained. Arbitration proceedings shall be held at Mumbai, India, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English; Notwithstanding anything contained above, in case of dispute, claim & legal action arising out of the contract, the parties shall be subject to the jurisdiction of courts at Mumbai, India only. Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by fax and confirmed in writing to the other party’s specified address. The same has to be acknowledged by the receiver in writing. A notice shall be effective when delivered or on the notice’s effective date, whichever is later.
Page 20 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Annexure - V
Brief on CART Application Software
Credit Appraisal and Rating Tool (CART) 2.0 is computer software which automates the credit delivery process in the bank. The main objective is to reduce the turnaround time in credit appraisal and ensuring faster credit dispensation to MSMEs. Presently the following modules are available in CART. Appraisal Rating Documentation Finance (which is under development as a separate application on same technology) is going to be tightly integrated with this application. Appraisal: Appraisal module assesses the strength of the project / applicant unit and various risks associated with the proposal / application form. Depending on the scheme for which borrower applied, appraisal process / formats varies. Rating : Analyses the credit worthiness of the applicant and suggests the interest rate. Based on scheme / loan amount , rating model differs. Documentation : Generate of loan documents like Letter of Intent, Loan Agreement, Deed of Hypothecation, Undertakings etc., Finance : Analyses the financial strength of the Project. CART Application is developed using the following technologies: Java 1.5 Struts 1.2 Hibernate 3 Oracle 10g CSS, Java Script, Ajax and XML CART application is also integrated with other legacy applications that in use at SIDBI. CART Application is being used by most of the branches in SIDBI (presently SIDBI is having around 100 branches, including extension branch offices) Detailed Demo on CART Application will be presented on Pre-bid meeting that is proposed to be held on 16th May 2012.
Page 21 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software
Annexure VI
Bid Forwarding Letter
(To be submitted on Vendor’s letter head) Date: The General Manager (Systems) Small Industries Development Bank of India, 3rd Floor, MSME Development Centre, Plot No. C-11, G Block Bandra Kurla Complex (BKC), Bandra (E) Mumbai - 400 051 Dear Sir, Maintenance, Support and Enhancement of CART 2.0 Software We, the undersigned, offer to submit our bid in response and accordance with your tender No. 400/2013/864/BYO/ISD dated May 02, 2012. Having examined the tender document including all annexures carefully, we are hereby submitting our proposal along with all the requisite EMD and other documents as desired by the Bank. Further, we agree to abide by all the terms and conditions as mentioned herein the tender document. We agree to abide by this offer till 3 months from the last day for submission of offer (Bid). If our offer is accepted, we undertake to provide Service support as per the above referred RFP, during the period of 1 year ie., from June 01, 2012 to May 31, 2013. We have also noted that SIDBI reserves the right to consider/ reject any or all bids without assigning any reason thereof.
Yours sincerely,
Date Place
Signature of Authorised Signatory … Name of the Authorised Signatory … Designation … Phone & E-mail: Name of the Organisation … Seal …
Page 22 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Bid Forwarding Letter - Compliance to Minimum Eligibility Criteria SNo Minimum Eligibility Criteria Bidders Response Complied (Yes/No) Should not be left blank 1 The bidder should be a registered company incorporated in India, registered under Company act 1956. List of Supporting Documents for compliance
2
The company should have architected / implemented / maintained at least three (3) large-scale, J2EE-based web enabled projects (order value of ` 1Crore or above) during last 3 years out of which at least one (1) project to be of Banking / Financial / Insurance sector as on 31.03.2012. (ie., one project should be under implementation / under maintenance as on 31.03.2012) The company must have minimum annual turnover of Rs. 6 Crore over the last 3 financial years The company should have been positive networth and cash profit [ie., no cash loss] (PAT) for the last 3 year
3
4
5
Should be in existence for five years as on 31.03.2012 in software development field The bidder must have a currently valid Sales Tax / VAT / Service tax registration certificate and PAN number.
6
7
8
The company should be certified at minimum SEI CMM Level 5 Minimum 100 technical staff should be there in company payroll out of which minimum Page 23 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software 30 technical staff already providing support. 9 should similar
The firm should have never been blacklisted / barred / disqualified by any regulator / statutory body.
Page 24 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Annexure – VII
Minimum Eligibility Criteria
The bidder is required to meet the following eligibility criteria and provide adequate documentary evidence for each of the criteria stipulated below: SNo 1 2 Criteria The bidder should be a registered company incorporated in India, registered under Company act 1956. The company should have architected / implemented / maintained at least three (3) large-scale, J2EE-based web enabled projects (order value of ` 1Crore or above) during last 3 years out of which at least one (1) project to be of Banking / Financial / Insurance sector as on 31.03.2012. (ie., one project should be under implementation / under maintenance as on 31.03.2012) Proof to be Submitted Copy of registration certificate to be enclosed. Proof of same to be attached by way of Purchase Order or Project Completion Certificate from the customer by mentioning the time frame clearly Project Details & References from the companies to be provided in the format mentioned below 3 The company must have minimum annual turnover of Rs. 6 Crore over the last 3 financial years The company should have been positive networth and cash profit [ie., no cash loss] (PAT) for the last 3 year Should be in existence for five years as on 31.03.2012 in software development field The bidder must have a currently valid Sales Tax / VAT / Service tax registration certificate and PAN number. The company should be certified at minimum SEI CMM Level 5 Minimum 100 technical staff should be there in company payroll out of which minimum 30 technical staff should already providing similar support. Supporting the fact the bidder should furnish auditor’s certificate for last three years ending March’ 2012. Audited Balance sheet to be submitted Certificate of Incorporation/CA Certificate to be furnished Copies of Sales Tax / VAT / Service tax / PAN to be enclosed. Copy of the same is to be attached Declaration by the company. Bidder should also submit of Bio-data of 4 to 5 resources (for both On-site resources and Project Manager for selection by SIDBI in the format mentioned below. Declaration by the company
4 5 6
7 8
9
The firm should have never been blacklisted / barred / disqualified by any regulator / statutory body.
Note: Proposals of bidders who do not fulfill the above criteria or who fail to submit any documentary evidence (as per the formats mentioned) thereon would be rejected.
Format for Details of three (3) large-scale, J2EE-based web enabled Projects: SNo Client Name and Name of the Project Start and End Page 25 of 34 Scope / Description Order Value Technology
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Location Project Date of the Project (in ` Lakhs)
Format for One (1) project to be of Banking / Financial / Insurance sector: SNo Client Name and Location Name of the Project Project Start and End Date Scope / Description of the Project Order Value (in ` Lakhs) Technology
Format for Reference Details: SNo Name of the Client Reference Person Name Designation Address E-Mail Telephone & Mobile No.
Bio-Data should include: a) For On-site Resource: At least 5 bio-data with minimum qualification of B.Tech/MCA and with minimum experience of 2 / 4 years should be attached along with Bid forwarding Letter. Bio-data should include the following details. 1) 2) 3) 4) 5) 6) 7) 8) 9) Name of the Resource Designation Qualification Total Work Experience Work Experience in the present company: Work experience in Java Projects: Application presently working Certifications if any Experience in the following: (Yes/No) Technologies: a) b) Java J2EE 1.5 or above Struts 1.2 or above Page 26 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software c) d) e) f) g) h) Hibernate 3 or above Oracle 9i or above CSS Java Script Ajax XML
a) For Project Manager (off-site) Resource: At least 4 bio-data’s with minimum qualification of B.Tech/MCA and with minimum experience of 8 years should be attached along with Bid forwarding Letter. Bio-data should include the following details. 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) Name of the Resource Designation Qualification Total Work Experience Work Experience in the present company Work experience in Java Projects: Project Management Skills Certifications if any (PMP) in Project Management Details of Projects presently handling and their technologies Experience in managing the applications having the following Technologies: a) b) c) d) e) f) g) h) Java J2EE 1.5 or above Struts 1.2 or above Hibernate 3 or above Oracle 9i or above CSS Java Script Ajax XML
Page 27 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Annexure –VIII Commercial Bid RfP – Maintenance, support and enhancement of Credit Appraisal and Rating Tool (CART) 2.0 Application software Onsite Resource: Amount in Rupees No. Of One Year Cost Resource2 [C = (of >= 2 Yrs A1*12+A2*12] expérience) [B2] 1
S.N.
Item
Resource1 Cost Per Month (of >=4 Yrs expérience) [A1]
No. Of Resource1 (of >= 4 Yrs expérience) [B1] 1
Resource2 Cost Per Month (of >=2 Yrs expérience) [A2]
1.
On-site Resource
One Year Cost [C] Amount in words :
Project Manager (Off-site): Amount in Rupees S. N. 1. Item Project Manager Cost Per Month [D] No. Of Project Managers [E] 1 One Year Cost [F = D*12]
Project Manager (off-shore) (>= 8 Yrs of expérience)
One Year Cost [F] Amount in words :
Grand Total Cost G = C + F Optional Item: Amount in Rupees SNo Item Description One Man Month Cost [H] 1 Additional resources on Web / Database Technologies with minimum of 2 years of experience
One Man month cost [H] in words:
Note: Bidders are requested to note the following: Grand total cost should be inclusive of all taxes, and will be used to arrive at L1 vendor. With respect to optional item, if additional resource is taken for less than a month, payment will be effected proportionately. TDS will be deducted as per rules applicable. In case of any deviation in general terms and conditions, bids would be liable for rejection. Page 28 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software
Calculation of Lowest Bidder (L1): L1 is derived based on Grand Total Cost (G) i.e., Grand Total Cost (for a period of 1 year ie. June 01, 2012 to May 31, 2013) of two on-site resources & Project Manager
Date Place
Signature of Authorised Signatory … Name of the Authorised Signatory … Designation … Name of the Organisation … Seal …
Page 29 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software
Annexure - IX
Power of Attorney
(To be executed on non-judicial stamp paper) BY THIS POWER OF ATTORNEY executed on _____________________, 2012, We
_______________, a Company incorporated under the Companies Act, 1956, having its Registered Office at (hereinafter referred to as “the Company”) doth hereby nominate, constitute
and appoint <Name>, <Employee no.>, < Designation> of the Company, as its duly constituted Attorney, in the name and on behalf of the Company to do and execute any or all of the following acts, deeds, matters and things, namely :Execute and submit on behalf of the Company a Proposal and other papers / documents with ‘Small Industries Development Bank of India’ (“SIDBI”) relating to ‘Request for proposal No. 400/2013/864/BYO/ISD dated May 02, 2012 for Maintenance, Support and Enhancement of CART 2.0 Software and to attend meetings and hold discussions on behalf of the Company with SIDBI in this regard. THE COMPANY DO hereby agree to ratify and confirm all whatsoever the attorney shall lawfully do or cause to be done under or by virtue of these presents including anything done after revocation hereof but prior to actual or express notice thereof being received by the person or persons for the time being dealing with the attorney hereunder.
IN WITNESS WHEREOF, _______________________ has caused these presents to be executed by _______________________ on the day, month and year mentioned hereinabove.
For and on behalf of the Board of Directors of WITNESS: Signature of _______________
Attested
Page 30 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Annexure X ??? ????? ? ???[ /BANK MANDATE FORM (?? ????? ?? ????? ???? ?? ? /To be submitted in Duplicate) (?? ? ?? ????? ?? ?? ? ?¢?? ?? ??? ? ??? ?-???? ?? ?? ??, ?? ? ? ??? ?? ???? ? ??? ???) (Please fill in the information in CAPITAL LETTERS. Please TICK wherever it is applicable) 1. ??? ???? [/??\ ? ?? /?? ???[??? [ ?? ?? ? Name of Borrower / vendor / bidder : _________________________________ ??\ ? ?? ?? ? ? ? Vendor Code (if applicable) ____________________________________ 2. ??? ???? [/??\ ? ?? /?? ???[??? [ ?? ? ?? Address of the Borrower / vendor / bidder : ______________________________________ ________________________________________________ ???/City ____________________?? ???? Pin Code ______________ ?-??? ???? /E-mail id:_________________________________________ ?????? ? ??? ? ?? ? ?? ? ?? ./Phone No. with STD code:______________ ? ?? ???? ?? ?? ./Mobile No.:_______________________________________ ??? ?? ?? ?? ?? É?? /Permanent Account Number ______________________ ????? ? ? ?????/??? ??? ?? ]/MSE Registration / CA Certificate _________________ (??? ?? ?? ??/if applicable) 3. ??? ?? ?? ?? ????? / Particulars of Bank account: ???? ???? ?? ?? ?? ? Beneficiary Name ??? ?? ?? ? Bank Name ?? ?? ?? ??? ? Branch Place ?? ???? PIN Code ???????? ?? . MICR No. ?? ?? ?? ???? Account type ?? ?? ?? . Account No.
?? ?? ?? ?? ? Branch Name ?? ?? ?? ??? Branch City ?? ?? ? ?? Branch Code
???/Saving (?? ?? ?????? ?? ?? ??? ?? ) (as appearing in the Cheque book)
?? ??/Current
??? ??? ? Cash Credit
(??? ?? ?? ??[ ???????? ??? ? ? ?? ??? ? ? ? ?? É?? ? ?? ? ?? ?? ??????? ???? ? ? ??? ?? ??? ?? ?? ?, ?? ?? ?? ?? ? ??? ? ? ? ??? ?? ?? ?? É?? ??? ?? , ?? ?? ??? ?? ????? ???? ??? ??? ?? ?Ê? ??? ) (Code number appearing on the MICR cheque supplied by the Bank. Please attach a cancelled cheque of your bank for ensuring accuracy of the bank name, branch name & code and Account Number) ???????? ? ?? 2 IFSC CODE
2 1
1
???????? ?? ??? ? ? ??? For RTGS transfer Page 31 of 34
??????? ?? ??? ? ? ??? For NEFT transfer
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software 4. ????? ? ? ? ??? ?? ??? ?? ?? ?? ???? Date from which the mandate should be effective :
?? ??? ?? ?? ????? ???? ??? ?? ?? ? ??? ?? ????? ??? ?? ? ??[ ?? ? ??? ?? ??[ ?? ??? ????? ? ? ?? ?? ? ??? ????? ? (????? ?) ?? ??? ???à? ???? ???? ????? ? ?????? ? ? ?? ?? , ?? ?? ????? / ???????? ??? ?? ??? ????? ?? ??????? ? ? ?? ? ?? ?? ?? ??? ?? ?? ??? ?? ??? ???? ?? ?? ? ? ????? ?? ??? ? ????[? ???? , ?? ?? ???? ????? ?? ? , ?? ?? ?? .??.??? ? ? ????????/??????? ? ? ?? Ú?? ?? ?? ?? ??? ??? ?? ?? ? ? ????? ? ? ??? ?????? ? ? ???? ??? ?? ?? ?? I hereby declare that the particulars given above are correct and complete. If any transaction is delayed or not effected for reasons of incomplete or incorrect information, I shall not hold SIDBI / IDBI Bank responsible. I also undertake to advise any change in the particulars of my account to facilitate Updation of records for purpose of credit of amount through RBI RTGS/NEFT. ??? ?/Place : ???? ? ?/Date _____________ : _____________ ?? ??/?? ???? ? ???? ¢???? [? ? ???? ¢? Signature of the party / Authorized Signatory
………………………………………………………………………………………………………………… ??? ??? ???? ?? ?? ???? ?? ? ??? ?? ????? ??? ?? ?????? ? ? ????? ? ??? ?? ? Certified that particulars furnished above are correct as per our records. ??? ?? ????/Bank’s stamp : ???? ? ?/Date : (??? ? ? ?? ???? ? ????? ?? ? ? ???? ¢?) (Signature of the Authorized Official from the Banks) ??Ü? ?? : ??? ????????/??????? ?? ?? ?? ??? ??? ? ???? , ?? ???? ??? ? ? ?? ??? ??? N.B.:
1, 2
RTGS/NEFT charges if any, is to be borne by the party
: ????????/???????? ? ? ?? ?? ?? ??Ü? ??
?? ???? ????? ??? ?? ? ? ? ?? ?¢?? ? ???/??? ???? ? ? ? ?? , ?? ?? ?? ?? ???? ???-?? ?? ?? ??Û? ?? ?? ? ??? ?? ? ??? ??? ?? ??? ?? ? ?? 11 ?? ?? ?? ? ? ? ?? , ????? ??? 4 ?¢? ??? ? ? ? ? ? ?? ??? [?? ?? , ???? ? ? ???? ? ?? ? ???? ]? ?? ? ? ? ?? ???¢? ?? (??[?? ? ?? ? ? ???? ??? ? ? ? 0 ?? ) ??? ??? ?? ? ?? ?? ?? ? ??? ? ?? ? ??? ? ? ?? ??? ???????? ? ? ? (??à???? ??? ?? ?? ? ? ??? ?) ?? 9 ?? ? ???? ?? , ????? ???-?? ?? ?? ? ??? ? ???? ?? ? ?? .??.??? ?? ??? ???? ?? ????? ???? ???? ?? ?? ?? \? ??? ?? ?? ?? ??? ?? ?? ?? ?? ??? ? ]?? ? ? ???????? ???]? ??? ??? ??? \? ?? ?? ?? ?? ???-?? ?? ?? ?? ?? [ ?? ?? ?? ?? ?? ?????? ? ? ? ?? ? ?? ???? ?? ? : Note on IFSC / MICR Indian Financial System Code (IFSC) is an alpha numeric code designed to uniquely identify the bankbranches in India. This is 11 digit code with first 4 characters representing the bank’s code, the next character reserved as control character (presently 0 appears in the fifth position) and remaining 6 characters to identify the branch. The MICR code, (Magnetic Ink Character Recognition) that appears on cheques, has 9 digits to identify the bank-branch. RBI had since advised all the banks to print IFSC on cheque leaves issued to their customers. A customer may also contact his bank-branch and get the IFS Code of that branch. Page 32 of 34
1, 2
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Annexure XI
Performance Guarantee Format
(Sample Format) TO BE EXECUTED ON A NON-JUDICIAL STAMPED PAPER OF THE APPROPRIATE VALUE KNOW ALL MEN BY THESE PRESENTS that in consideration of the Small Industries Development Bank of India (SIDBI), a Corporation constituted and established under the Small Industries Development Bank of India Act, 1989, and having its Head Office at SIDBI Tower, 15 Ashok Marg, Lucknow, 226001, and office at 3rd Floor, SME Development Centre, Plot No. C-11, G Block, Bandra Kurla Complex (BKC), Bandra (E), Mumbai - 400 051 (hereinafter called the Corporation) having agreed to accept from M/s. ‘Vendor Name’ having its office at ‘Vendor’s Office Address’, (hereinafter called "the Vendor") an agreement of guarantee for Rs. _______ (Rupees _____________________ only), for the due fulfillment by the vendor of the terms and conditions of the Purchase order No. ________________ dated __________ made between the vendor and the Corporation for providing services for SIDBI’s ‘Project Details’ hereinafter called "the said Agreement”). 1. We, Bank (Bank Name and Details), do hereby undertake to indemnify and keep indemnified the Corporation to the extent of Rs.(Rupees_____________________ only) against any loss or damage caused to or suffered by the Corporation during warranty period by reason of any breach by the Vendor of any of the terms and conditions contained in the said Agreement of which breach the opinion of the Corporation shall be final and conclusive. 2.And we Bank (Bank Name and Details), do hereby guarantee and undertake to pay forthwith on demand to the Corporation such sum not exceeding the said sum of Rs. _______ (Rupees _____________________ only) only as may be specified in such demand, in the event of the vendor failing or neglecting to execute fully efficiently and satisfactorily the order for implementation services for the ‘Project Details’ placed with it (the work tendered for by it) within the period stipulated in the said Agreement in accordance with the design, specification, terms and conditions contained or referred to in the said Agreement or in the event of the Vendor refusing or neglecting to maintain satisfactory operation of the equipment or work or to make good any defect therein notified by the Corporation to the vendor during the warranty period or otherwise to comply with and conform to the design, specification, terms and conditions contained or referred to the said Agreement. 3. We, Bank (Bank Name and Details), further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said order as laid down in the said agreement including the "Warranty obligations" or till validity date of this guarantee i.e. upto ________, whichever is earlier and subject to the terms of the "the said Agreement” it shall continue to be enforceable for the breach of warranty conditions within warranty period and till all the defects notified by the Corporation to the vendor during the warranty period have been made good to the satisfaction of Corporation & the Corporation or its authorized representative certified that the terms and conditions of the said agreement have been fully and properly complied with by the vendor or till validity of this guarantee i.e _________, whichever is earlier. 4. We, Bank (Bank Name and Details), may extend the validity of Bank Guarantee at the request of the Vendor for further period or periods from time to time beyond its present validity period, but at our sole discretion. 5. The liability under this guarantee is restricted to Rupees ________/- only and will expire on _________ and unless a claim in writing is presented to us at Bank (Bank Name and Details) within 3 months from _________ , i.e. on or before _________, all your rights will be forfeited and we shall be relieved of and discharged from all our liabilities there-under. 6. The Guarantee herein contained shall not be determined or affected by Liquidation or winding up or insolvency or closure of the Vendor. 7. The executant has the power to issue this guarantee and executants on behalf of the Bank and hold full and valid Power of Attorney granted in their favour by the Bank authorising them to execute this guarantee. Page 33 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Notwithstanding anything contained here in above, our liability under this guarantee is restricted to Rs. _______ (Rupees _____________________ only). Our guarantee shall remain in force until ________. Our liability hereunder is conditional upon your lodging a demand or claim with Bank (Bank Name and Details) on or before _________. Unless a demand or claim is lodged with Bank (Bank Name and Details) within the aforesaid time, your rights under the guarantee shall be forfeited and we shall not be liable there under. This guarantee shall be governed by and construed in accordance with the laws of India. All claims under this guarantee will be made payable at Bank (Bank Name and Details). This Guarantee will be returned to the Bank when the purpose of the guarantee has been fulfilled or at its expiry, which ever is earlier. We, Bank (Bank Name and Details) lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Corporation in writing. In witness where of we ... ............................................................ . have set and subscribed our hand and seal this...day of .......................................................................... .2011 SIGNED, SEALED AND DELIVERED. BY AT IN THE PRESENCE OF
WITNESS
:
1)
2)
Name ... Signature... Designation... Name ... Signature... Designation...
Page 34 of 34
doc_593016273.pdf
The appraisal value is the value of a company based on a projection of future cashflows that its owners will receive from the company's assets as well as from its current and future operations.
TENDER DOCUMENT FOR
MAINTENANCE, SUPPORT AND ENHANCEMENT OF CREDIT APPRAISAL AND RATING TOOL (CART) 2.0 APPLICATION SOFTWARE
SMALL INDUSTRIES DEVELOPMENT BANK OF INDIA 3rd Floor, MSME Development Center Plot No.C-11, ‘G’ Block Bandra Kurla Complex, Bandra (E), Mumbai - 400 051 Website: www.sidbi.in
Tender No. 400/2013/864/BYO/ISD
Cost of Application Form : ` 1,000/________________________________________________________________ The information provided by the bidders in response to this Tender Document will become the property of SIDBI and will not be returned. SIDBI reserves the right to amend, rescind or reissue this Tender Document and all amendments will be advised to the bidders and such amendments will be binding on them. This document is prepared by SIDBI for purchase of Computer software. It should not be reused or copied or used either partially or fully in any form.
Page 1 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software
RfP – Maintenance, support and enhancement of CART 2.0 Application Software
About SIDBI Small Industries Development Bank of India (SIDBI) was established in April 1990. The mission of SIDBI is to empower the Micro, Small and Medium Enterprises (MSME) sector with a view to contributing to the process of economic growth, employment generation and balanced regional development having objective to serve as a single window for meeting financial and developmental needs of MSME sector. The four basic objectives set out in the SIDBI Charter are Financing, Promotion, development and Coordination for orderly growth of industry in the MSME sector. The Charter has provided SIDBI considerable flexibility for adopting appropriate operational strategies to meet these objectives. The activities of SIDBI, as they have evolved over the period of time, now meet almost all the requirements of sector which fall into a wide spectrum constituting modern and technologically superior units at one end and traditional units at the other. The bank provides its services through a network of more than 100 offices located all over India. Detailed information on the functions of the bank is provided on the website www.sidbi.in. About CART: Credit Appraisal and Rating Tool (CART) application is deployed on Oracle 10g, Apache Tomcat Web Server using Java, JSP at Middle Tier and Internet Browser in Front End. A brief about the application is available under Annexure – IX. The job includes the deployment / posting of qualified and experienced engineers at SIDBI site as per the requirement of this Project. Tender Objective: SIDBI intends to outsource the maintenance, support and enhancement of Credit Appraisal and Rating Tool (CART) software for a period of one year from June 01, 2012 to May 31, 2013. The bidder to note that: As part of outsourcing, vendor is required to deploy 2 resources at SIDBI location, Mumbai and one Project Manager is required to do the Project Management from off-site (Details mentioned under Scope of Work in Annexure II) The purpose behind issuing this RfP is to invite pre-qualification / minimum eligibility and commercial bids from the eligible bidders and selection of bidder(s) for the above purpose.
The selection process consists of two phases viz., Commercial Evaluation 1) Pre-Qualification / Minimum Eligibility Criteria 2)
Proposals along with the following documents must be submitted in a non-window sealed envelope superscribing “RfP – Maintenance, support and enhancement of CART 2.0 Software”: a. Bid Forwarding letter as per format given in Annexure – VI b. Documents as required to establish minimum eligibility criteria as given in Annexure VII Page 2 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software
c.
Commercial Bid in a separate non-window sealed envelope superscribing “Commercial Bid - Maintenance, support and enhancement of CART 2.0 Software” as given in Annexure VIII
d. Power of Attorney as given in Annexure IX e. Bank Mandate Form as given in Annexure X f. Performance Guarantee as given in Annexure XI
g. A Demand Draft for `. 60,000/- (Rupees Sixty Thousand only) drawn in favour of SIDBI and payable at Mumbai, towards Earnest Money Deposit (EMD). h. A Demand Draft for `. 1,000/- (Rupees Thousand Rupees only) drawn in favour of SIDBI payable at Mumbai, toward Cost of Application Form (non refundable). 2. Proposals completed in all respects should be submitted at the following address latest by th 23 May 2012 by 15:00 Hrs. 3. The Bid information, general terms and conditions and commercial bid format are given in the following annexures: a. Annexure I – Bid Information Sheet b. Annexure II – Scope of Work c. Annexure III – General Terms and Conditions
d. Annexure IV – Other Terms and Conditions e. Annexure V – Brief on CART Application Software f. Annexure VI – Bid forwarding letter
g. Annexure VII - Pre-qualification/ Minimum Eligibility Criteria h. Annexure VIII – Commercial Bid Format. i. j. k. Annexure IX – Power of Attorney Annexure X – Bank Mandate Form Annexure XI – Format for performance Guarantee
The proposals received after due date and time will not be accepted. Clarifications, if any, may be th sought in writing latest by 14 May 2012 15:00 Hrs.
Page 3 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software
Annexure - I
Bidding Information Sheet
S.N. Bid Reference 1 Purpose of RfP 400/2013/864/BYO/ISD dated May 02, 2012 Maintenance, support and enhancement of Credit Appraisal and Rating Tool (CART) 2.0 Application Software with bug fixing, enhancement, modification st st 2 Period of Contract June 01 2012 to May 31 2013 3 EMD ` 60,000/( To be submitted as Demand Draft in favour of SIDBI, payable at Mumbai) 4 Cost of Application Form ` 1,000/rd 5 Last Date of Submission of Bids 23 May 2012 ; 1500 hours 6 Address for submission of Bids The General Manager (Systems) SIDBI, 3rd Floor, MSME Development Center Plot No.C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (East) Mumbai - 400 051 7 Bid Validity 3 months from Last date of submission of bids th 8 Last Date for seeking clarifications, if 14 May 2012, 15:00 Hrs any th 9 Date of Pre-bid meeting 15:00 Hrs on 16 May 2012, at the address given at Sr. no. 6 rd 10 Date of opening of Minimum At 1600 hours, on 23 May 2012, at the address given at Sr. Eligibility Criteria Bids no. 6 11 Date of opening of commercial bids. Will be intimated in due course to short listed vendors only 12 Contact details Name Designation Phone Fax E-mail Shri N P Swamy M(Sys) 67531248 [email protected] 022-26541821 Shri C S Rajan DGM 67531341 [email protected] Shri R K Sharma GM(Sys) 67531228 [email protected] ***********
Page 4 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Annexure II
Scope of Work
The Scope of work includes but not limited to: • Implementation of new changes in the application software as and when any new business rules, logic processes etc. comes into effect. • Development of new forms & reports of various modules as needed from time to time as required by the bank. • • • Tuning and code changes for optimal performance. Module Version Control of Production, development and UAT of CART application. Updation of System and user documentation of application with respect to the changes done in the application. • Providing day to day support (includes debugging & fixing of problems) for CART Application users through Call Tracking / Monitoring System (which is presently in use at SIDBI) • Hand holding training to the end-users and systems personnel. In addition, the vendor is expected to appraise and advise the bank of current trends and best practices in the market in relation to the application software and components being used by SIDBI (related to CART software). DETAILED ROLES & RESPONSIBILITIES OF THE BIDDER • The successful bidder shall debug and fix the operational problems, perform error handling while running the Application by users. • The successful bidder shall generate additional reports and modify existing reports & queries, as per user’s requirement • The successful bidder shall provide hands-on assistance to the users to resolve any operational doubts as and when needed while the Application is in operation. • Project Management: The successful bidder shall identify one Project Manager at his site and nominate him for SIDBI CART project. Project Manager should visit SIDBI site on weekly basis and Project Manager would be single point of contract for SIDBI with respect to the Project Management. The successful bidder shall depute experienced SOFTWARE team to work. Similarly, bank shall identify SIDBI Project Manager for its side separately. The responsibility of the Project Manager of either side is to review the ongoing and uniform operation of the Application and to permit software changes subject to written approval of competent authority and to record all relevant MIS data related for smooth operation of the Application. Status of the project shall be reviewed by the management once a month with respective Project Manager of either side and shall be recorded. • The successful bidder will be responsible for data integrity. The successful bidder will also identify the type & nature of data error and reports will be handed over to concerned users for correction and resubmission. Page 5 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software • Any Interface Software routines by which data is populated from other Systems to this Application Software, the successful bidder shall provide the support maintenance to the Interface as long as it is compatible with the database structure of this Application Software. • The successful Bidder shall document all the changes incorporated in the application software and also improves the documentation of existing user / system reference manuals of different modules wherever it is necessary. • The successful bidder and its manpower deployed and involved in support maintenance of the Application System shall maintain confidentiality of data, logic or any other matters related to the bank on their part. EXPERIENCE OF ON-SITE RESOURCES: 2 resources to be provided to SIDBI with minimum qualification of B. Tech / M.C.A. One resource should have a minimum of 4 years experience and other resource to have minimum of 2 years experience. The on-site resources to be deployed must have knowledge and working experience in JAVA programming. Also they should be well conversant with Java J2EE 1.5 or above, Struts 1.2 or above, Hibernate 3 or above, Oracle 9i or above, CSS, Java Script, Ajax and XML. Before deploying those resources at SIDBI location, successful bidder should declare and provide o o Experience certificates of the resources Bio-data of the resource as a proof of the work experience as mentioned above After
SIDBI will evaluate the Bio-data / resource for selection before deployment. confirmation from SIDBI, selected resources may be deployed. EXPERIENCE OF OFF-SITE PROJECT MANAGER:
1 resource to be identified for SIDBI as a Project Manager should have a minimum qualification of B.Tech / M.C.A and have minimum experience of 8 years Identified Project Manager should have managed more than 2 BSFI projects earlier. At the start of the project, successful bidder should declare and provide o o Experience certificates of the Project Manager Bio-data of the Project Manager as a proof of the work experience as mentioned above SIDBI will evaluate the Bio-data / resource for selection of the Project Manager. After confirmation from SIDBI, selected resource may be identified as Project Manager.
•
If any specific work could not be completed due to poor manpower quality, the successful bidder is required to provide a suitable substitute. Any change of resource during the period of contract should be done only with the prior consent of competent authority except in the case of retirement, resignation or termination of the employment of any team member of the
Page 6 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software successful bidder. For whatsoever reason provided the target for schedule of work not suffered. • The successful bidder will not have the right to use/ reproduce all the software in whatsoever manner even after the end of this contract. • The successful bidder shall be responsible to ensure that all the persons employed by them in execution of the work in connection with the execution of this contract shall not describe to any third party, without prior permission, any information furnished to them by SIDBI or which may be necessary in carrying out their obligation under this contract and shall treat all such information as confidential. • The successful bidder shall warrant absolute satisfactory performance of the system component developed and delivered in terms of contract during the validity period of contract. The successful bidder shall extend full operational support in respect of such system component during the contract period and shall undertake to remove all bugs that may be noticed during this period. • At the end of the contract period, the successful bidder shall provide a detailed report on the details of new program developed within the scope of work / changes in the existing program, their function, flow charts and operational procedure. Working Days / Hours: • • Team to be available on Saturdays also (ie., 6 days a week) Resources provided to SIDBI should be ready to work in staggered duty hours (like one resource timing may be between 09:30AM to 06:30PM and other resource timing may be 11:30AM to 08:30PM). Duty hours will be finalised at the start of the project and may be changed in between as per the requirement of the bank. • In exceptional cases, the team will have to work beyond normal working hours as well as on holidays. Holidays:
As per the industry practise, successful bidder to identify (at most) 10 holidays per year and advise list of holidays to SIDBI. Those identified days would be considered as holidays for on-site resources. In exceptional cases, the team will have to work beyond normal working hours as well as on holidays . Responsibilities of Project Manager:
•
Project Manager identified for the project should be available at SIDBI location for a period of one week from the start date of the project
•
After that, Project Manager should visit SIDBI site on weekly basis (preferably on every Monday) to guide the team and to update SIDBI the current status / future project plans.
Page 7 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software • Project Manager is required to steer the project with respect to Project Plan, Schedules, Resource Management, providing weekly / monthly project report, Review of pending / ongoing / future tasks. • To ensure KRAs (Key Responsibility Area) of Project Manager are complied.
Call escalation Matrix: Successful bidder is required to submit the call escalation matrix (from level1 to level3) with name, designation, mail ID, telephone No, Mobile No. in the following format. SNo 1 2 3 Level Level1 Level2 Level3 Name Designation Project Manager Mail ID Telephone No Mobile No.
Page 8 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software
Annexure - III
General Terms and Conditions
The Bidders are expected to examine all instructions, forms, terms and specifications in the bidding documents. Failure to furnish all information required by the bidding documents may result in the rejection of its bid and will be at the bidder's own risk. Clarification of Bids 1. The bidder or its official representative is invited to attend pre-bid (date and venue mentioned in Bid Information Sheet) It would be the responsibility of the Bidders representatives to be present at the venue of the meeting. 2. Clarification sought by bidder should be made in writing (Letter/E-mail/FAX etc) and submitted at least one day prior to the date of pre-bid meeting. Bank has discretion to consider any other queries raised by the bidder’s representative during the pre-bid meeting. 3. The text of the clarifications asked (without identifying the source of enquiry) and the response given by the Bank, together with amendment to the bidding document, if any, will be posted on the website. No individual clarifications will be sent to the bidders. It would be responsibility of the bidder to check the website before final submission of bids. Amendment to the bidding document 1. At any time prior to the date of submission of Bids, the Bank, for any reason, may modify the Bidding Document, by amendment. 2. The amendment will be posted on Banks website www.sidbi.in. 3. All Bidders must ensure that such clarifications have been considered by them before submitting the bid. Bank will not have any responsibility in case some omission is done by any bidder. 4. In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their Bids, the Bank, at its discretion, may extend the deadline for the submission of Bids. Language of Bid The bid prepared by the Bidders as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the Bank and supporting documents and printed literature shall be written in English. Documents Comprising the Bid 1. The bid shall consist of Pre-qualification/ minimum eligibility criteria and Commercial bid. 2. Documents comprising the Pre-qualifications / Minimum Eligibility Criteria Bid should be: a) Bid Forwarding Letter as per Annexure - VI b) Documentary evidence establishing that the Bidder is eligible to Bid and is qualified to perform the contract i.e., Pre-Qualification Criteria / minimum eligibility criteria as per Annexure - VII c) Power of Attorney for authorized signatory - Annexure - IX. d) Bank Mandate Form - Annexure -X e) Performance Guarantee – Annexure XI f) DD for `60,000/- towards EMD. g) DD for `1,000/- towards cost of application form (non-refundable)
Page 9 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software 3. Documents comprising the Commercial Bid should be: a) Commercial bid as per Annexure -VIII. Signing, Sealing and Marking of Bids 1. The Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorised to bind the Bidder to the Contract. 2. Power of Attorney of the person authorized to sign the bid as per format given in Annexure IX is to be submitted. The Bidder shall seal the bids in non-window envelopes containing the documents as under: I) 1st Envelope (Superscribing “Tender No 400/2013/864/BYO/ISD - Pre-qualification / Minimum Eligibility”): a. DD towards EMD. b. DD towards Cost of Application form (non refundable) c. Bid Forwarding Letter. d. Pre-qualification/ Minimum Eligibility Criteria all supported documents e. Power of Attorney f. Note: Under no circumstances the Commercial Bid should be kept in minimum eligibility documents cover. The placement of Commercial Bid in Pre-qualification / Minimum Eligibility documents Bid covers will make bid liable for rejection. II) 2nd Envelope (Superscribing “Tender No 4002013/864/BYO/ISD -Commercial Bid”): a. Commercial bid 3. On the cover of each envelop name and address of bidder along with contact number should be clearly indicated. 4. The envelope(s) shall be addressed to the Bank at the address given below: The General Manager (Systems) Small Industries Development Bank of India MSME Development Center, 3rd Floor, Information Services Department [ISD], Plot No.C-11, 'G' Block Bandra Kurla Complex, Bandra (East) Mumbai 400 051 If the envelop(s) are not sealed and marked as indicated above, the Bank will assume no responsibility for the Bid's misplacement or its premature opening. Bid Currency Bids should be quoted in Indian Rupee only. Earnest Money Deposit (EMD): 1. All the responses must be accompanied by a refundable interest free security deposit of amount of `60,000/-. Bank Mandate Form g. Performance Guarantee
Page 10 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software 2. EMD should be in the form of Demand Draft in favour of “Small Industries Development Bank of India” payable at Mumbai. Any bid received without EMD in proper form and manner shall be considered unresponsive and rejected. 3. No interest will be paid on EMD. 4. Request for exemption from EMD will not be entertained. 5. The EMD amount of all unsuccessful bidders would be refunded immediately upon happening of any the following events: The end of the bid validity period, including extended period (if any), OR Receipt of the signed contract from the selected Bidder. 6. Successful Bidder will be refunded the EMD amount only after submission of performance guarantee by the bidder. 7. The bid security may be forfeited if: Bidder withdraws its bids during the period of bid validity. Bidder makes any statement or encloses any form which turns out to be false/ incorrect at any time prior to signing of the contract. In case of successful Bidder, if the Bidder fails to sign the contract or fails to furnish performance guarantee. Availability of resources / Start of the Contract: 2 resources (on-site) and 1 Project Manager (off-site) should be available for the project from June 01, 2012. Period of Validity of Bids 1. Prices and other terms offered by Bidders must be firm for an acceptance period of 90 days from last date for submission of bids as mentioned in bid information sheet. 2. In exceptional circumstances the Bank may solicit the Bidders consent to an extension of the period of validity. The request and response thereto shall be made in writing. 3. Bank, however, reserves the right to call for fresh quotes at any time during the period, if considered necessary. Deadline for submission of Bids 1. The bids must be received by the Bank at the specified address not later than date mentioned in Bid Information Sheet 2. 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. 3. The Bank may, at its discretion, extend the deadline for submission of Bids by amending the Bid Documents, 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. Late Bids Any bid received by the Bank after the deadline for submission of bids prescribed by the Bank will be rejected and returned unopened to the bidder. Modification And/ Or Withdrawal of Bids: Page 11 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software 1. 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. 2. The Bidder modification or withdrawal notice shall be prepared, sealed, marked and dispatched. A withdrawal notice may also be sent by Fax and followed by a signed confirmation copy received by the Bank not later than the deadline for submission of bids. 3. No bid may be modified or withdrawn after the deadline for submission of bids. 4. Bank has the right to reject any or all bids received without assigning any reason whatsoever. Bank shall not be responsible for non-receipt / non-delivery of the bid documents due to any reason whatsoever. Opening of Bids by the Bank 1. Bids, except commercial bids, received within stipulated time, shall be opened as per schedule given in the bid information sheet. 2. On the scheduled date and time, bids will be opened by the Bank Committee in presence of Bidder representatives. It is the responsibility of the bidder’s representative to be present at the time, on the date and at the place specified in the tender document. The bidders’ representatives who are present shall sign a document evidencing their attendance. 3. If any of the bidders or all bidders who have submitted the tender and are not present during the specified date and time of opening it will be deemed that such bidder is not interested to participate in the opening of the Bid/s and the bank at its discretion will proceed further with opening of the technical bids in their absence. 4. The Bidder name, presence or absence of requisite EMD and such other details as the Bank, at its discretion may consider appropriate will be announced at the time of bid opening. 5. Bids that are not opened at Bid opening shall not be considered for further evaluation, irrespective of the circumstances. Withdrawn bids will be returned unopened to the Bidders. Clarification of bids: 1. During evaluation of Bids, the Bank, at its discretion, may ask the Bidders for clarifications of their Bids. The request for clarification and the response shall be in writing (Fax/e-Mail), and no change in the price of substance of the Bid shall be sought, offered or permitted. 2. Bidder to submit point by point compliance to the technical compliance and it should be included in the Bid. 3. Any deviations from the specifications should be clearly brought out in the bid. 4. Bidder to quote for entire package on a single responsibility basis for the services it proposes to offer under the contract. Preliminary Examinations 1. The Bank will examine the Bids to determine whether they are complete, the documents have been properly signed, supporting papers/ documents attached and the bids are generally in order. 2. The Bank may, at its sole discretion, waive any minor infirmity, nonconformity or irregularity in a Bid which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any Bidder. 3. Prior to the detailed evaluation, the Bank will determine the substantial responsiveness of each Bid to the Bidding document. For purposes of these Clauses, a substantially responsive Bid is one, which conforms to all the terms and conditions of the Bidding Document without material deviations. Deviations from or objections or reservations to critical provisions, such as those concerning Bid security, performance security, qualification criteria, insurance, Page 12 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Force Majeure etc will be deemed to be a 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. The Bank would also evaluate the Bids on technical and functional parameters including possible visit to inspect live site(s) of the bidder, bidders presentation etc. 4. 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 nonconformity. 5. The Bidder is expected to examine all instructions, forms, terms and specification in the Bidding Document. Failure to furnish all information required by the Bidding Document or to submit a Bid not substantially responsive to the Bidding Document in every respect will be at the Bidder's risk and may result in the rejection of its Bid. Minimum Eligibility / Evaluation 1. Pursuant to the evaluation of Preliminary Examination, minimum eligibility Criteria as specified in this document is verified. The bidder should satisfy the pre-qualification criteria as specified in the tender. All the documentary proofs to be submitted along with the bid in this regard. Bank reserves the right to cancel the bid / call for clarifications in this regard 2. During evaluation, Bank at its discretion can ask the bidders for clarifications. 3. Bank may waive off any minor infirmity or nonconformity or irregularity in a bid, which does not constitute a material deviation, provided such a waiving, does not prejudice or effect the relative ranking of any bidder Commercial Evaluation / Opening of Commercial Bids 1. Bidders who qualify in Minimum Eligibility Criteria as per the criteria mentioned would be short listed for commercial evaluation. 2. Bidders who do not qualify the minimum eligibility Criteria will not be invited for opening of commercials. 3. SIDBI will award the contract to the successful bidder(s) whose bid has been determined to be substantially responsive and has been determined as the Lowest Commercial bid (L1). Arithmetic errors correction 1. Arithmetic errors, if any, in the price break-up format will be rectified on the following basis: 2. If there is discrepancy in the price quoted in figures and words, the price, in figures or in words, as the case may be, which corresponds to the total bid price for the item shall be taken as correct. 3. It the vendor has not worked out the total bid price or the total bid price does not correspond to the unit price quoted either in words or figures, the unit price quoted in words shall be taken as correct. 4. Bank may waive off any minor infirmity or nonconformity or irregularity in a bid, which does not constitute a material deviation, provided such a waiving, does not prejudice or effect the relative ranking of any bidder No Commitment to Accept Lowest or Any Offer 1. The Bank reserves its right to reject any or all the offers without assigning any reason thereof whatsoever. 2. The Bank will not be obliged to meet and have discussions with any bidder and/ or to entertain any representations in this regard. Page 13 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software 3. The bids received and accepted will be evaluated by the Bank to ascertain the best and lowest bid in the interest of the Bank. However, the Bank does not bind itself to accept the lowest or any Bid and reserves the right to reject any or all bids at any point of time prior to the order without assigning any reasons whatsoever. The bank reserves the right to re-tender. Conditional Bids Conditional bids shall not be accepted on any ground and shall be rejected straightway. If any clarification is required, the same should be obtained before submission of bids. Contacting the Bank 1. After opening of Bid to the time a communication in writing about its qualification or otherwise received from the Bank, bidder shall NOT contact the Bank on any matter relating to its Bid 2. Any effort by the Bidder to influence the Bank in its decisions on Bid evaluation, Bid comparison may result in the rejection of the Bidder’s Bid. Award of Contract 1. The Bank will award the contract to the successful Bidder, out of the Bidders who have responded to Bank’s tender as referred above, who has been determined to qualify to perform the contract satisfactorily, and whose Bid has been determined to be substantially responsive, and is the lowest commercial Bid. 2. The Bank reserves the right at the time of award of contract to increase or decrease the number of resources from what was originally specified while floating the tender without any change in unit price or any other terms and conditions. Additional Resources - Optional Item: As enhancements in CART software would require additional resources with specific experience in DB Design, GUI Design, on need basis, successful bidder is required to provide the required resources with required technologies minimum of 2 years of experience. Cost for the same to be mentioned by the bidder in Commercial bid under Optional Item. SIDBI reserves the right to take / not to take the services of optional items.
Page 14 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Annexure - IV
Other Terms and Conditions
Definitions In this Contract, the following terms shall be interpreted as indicated: 1. “The Bank” means Small Industries Development Bank Of India (SIDBI); 2. “The Contract” means the agreement entered into between the Bank, represented by its Head Office / Zonal Offices and the Bidder, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein; 3. “The Contract Price” means the price payable to the Bidder under the Contract for the full and proper performance of its contractual obligations; 4. “The Services” means those services ancillary to the providing resources for CART application and other such obligations of the Bidder covered under the Purchase Contract; 5. “TCC” means the Terms and Conditions of Contract contained in this section; 6. “The Bidder” or “the Vendor” means the individual or firm supplying or intending to supply the Services under this Contract; and 7. “The Project Site” means Small industries Development Bank of India, Mumbai Office Use of Contract Documents and Information 1. The bidder shall not, without the Bank’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample 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 and shall extend only as far as may be necessary for purposes of such performance. 2. The Bidder will treat as confidential all data and information about the Bank, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the Bank. Subcontracts The successful bidder shall not assign to others, in whole or in part, their obligation to perform under the contract, except with the Bank’s prior written consent. The successful bidder shall notify and obtain concurrence from the Bank in writing of all subcontracts / Franchisees awarded under the Contract, if not already specified in the quotation. Such notification, in the original quotation or later, shall not relieve the Bidder from any liability or obligation under the Contract. Price Prices quoted by the bidders should include all local taxes, VAT, duties, levies, transportation costs, etc., Once a contract price is arrived at, the same must remain firm and must not be subject to escalation during the performance of the contract due to fluctuation in foreign currency, change in the duty/tax structure, changes in costs related to the materials and labour or other components or for any other reason. Terms of Payment Page 15 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software The standard payment terms are given below: Quarterly payment in arrear. However, first payment to the vendor will be payable after submission of Performance Bank Guarantee for an amount equivalent to 10% of the order value. The performance bank guarantee should be as per the format given in Annexure -XI. All the payments will be made by SIDBI, Mumbai electronically through RTGS/ NEFT. Vendor to submit Bank Mandate Form (as per Annexure -X) along with cancelled cheque in original with technical bid. The Bidder must accept the payment terms proposed by the Bank. The financial bid submitted by the Bidder must be in conformity with the payment terms proposed by the Bank. Any deviation from the proposed payment terms would not be accepted. The Bank shall have the right to withhold any payment due to the Bidder, in case of delays or defaults on the part of the Bidder. Such withholding of payment shall not amount to a default on the part of the Bank. TDS, if any, will be deducted while releasing the payment. All Payments will be made to the Bidder in Indian Rupee only. Leave of Absence and penalty for absence: Each on-site resource shall be granted a maximum up to 01 (One) day leave per month. Any absence beyond the prescribed leave of absence shall attract a penalty as under in case no substitute is arranged by the Successful bidder as per defined requirement a) Any absence beyond the prescribed leave of absence shall attract a penalty as under in case no substitute is arranged by the Successful bidder as per defined requirement:
Resource Category Onsite Resource
Allowed leave of absence per month 01 day
Penalty beyond leave of absence • Penalty would be deducted proportionately* per month per resource.
* As per the category of Onsite Resource (as indicated in commercial bid), proportionate amount would be considered for calculation of penalty. Continuity of Resources: Successful bidder is required to take utmost care in identifying the resources to be deployed at SIDBI location as the resources deployed should continue in the project for long time (within the 1 year period) and should not leave the project in short period Resources deployed at SIDBI site, should not be removed from the site by the vendor without written approval from SIDBI. If any resource to be replaced from SIDBI location, a request / advance notice of 15 days to be given to SIDBI. Only after approval from SIDBI, resources can be replaced. In case, both on-site resources to be replaced at a time, the following to be ensured by the successful bidder: A request / advance notice of 30 days to be given to SIDBI. Only after approval from SIDBI, resources can be replaced. New resources (who will replace the existing resources) to be deployed at SIDBI location at least 10 days before the date of relieving of existing resources. Ie., a transition period of 10 days is required. No additional payment will be made by SIDBI for this purpose.
•
•
•
Page 16 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software • No additional resources should be deputed at SIDBI location without written approval from SIDBI.
Note : If any / both resource(s) are on leave for a period of more than 10 days and no substitute resource is provided, SIDBI reserves the right to cancel the order and in such a case the earnest money deposit (EMD) received from the vendor shall be forfeited Delivery Schedule: The contracted vendor shall ensure that the onsite support arrangement starts from June 01, 2012. Period of Contract: Contract period is for the period of one year ie., June 01, 2012 to May 31 2013. Location: The onsite support arrangement should be made available at the address mentioned below: SIDBI MSME Development Center, C-11, ‘G’ Block, Bandra Kurla Complex, Bandra (E), Mumbai - 400 051 In case of shifting of SIDBI premises, the vendor should provide support at the new location without any additional cost to SIDBI. Governing language The Contract shall be written in English. All correspondence and other documents pertaining to the Contract, which are exchanged by the parties, shall be written in English. The technical documentation, users' Manual etc. is to be delivered for all the modifications done in software. The language of the documentation should be English. Applicable laws The Contract shall be interpreted in accordance with the laws prevalent in India. Compliance with all applicable laws: The Bidder shall undertake to observe, adhere to, abide by, comply with and notify the Bank about all laws in force or as are or as made applicable in future, pertaining to or applicable to them, their business, their employees or their obligations towards them and all purposes of this Tender and shall indemnify, keep indemnified, hold harmless, defend and protect the Bank and its employees/ officers/ staff/ personnel/ representatives/ agents from any failure or omission on its part to do so and against all claims or demands of liability and all consequences that may occur or arise for any default or failure on its part to conform or comply with the above and all other statutory obligations arising therefrom. Compliance in obtaining approvals/ permissions/ licenses: The Bidder shall promptly and timely obtain all such consents, permissions, approvals, licenses, etc., as may be necessary or required for any of the purposes of this project or for the conduct of their own business under any applicable Law, Government Regulation/Guidelines and shall keep the same valid and in force during the term of the project, and in the event of any failure or omission to do so, shall indemnify, keep indemnified, hold harmless, defend, protect and fully compensate the Bank and its employees/ officers/ staff/ personnel/ representatives/agents from and against all claims or demands of liability and all consequences that may occur or arise for any default or failure on its part to conform or comply with the above and all other statutory obligations arising therefrom and the Bank will give notice of any such claim or demand of liability within reasonable time to the bidder. Performance security
st
Page 17 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software The successful bidder(s) shall provide Performance Security in the form of an unconditional Bank Guarantee (BG) from a scheduled commercial Bank for an amount equivalent to 10% of contract value and valid for a period of 1 year + THREE months (invocation period) from the date of acceptance. The performance guarantee to be submitted within ONE month as per the format provided by Bank. Forfeiture of performance security The Bank shall be at liberty to set off/adjust the proceeds of the performance guarantee towards the loss, if any, sustained due to the bidder’s failure to complete its obligations under the contract. This is without prejudice to the Bank’s right to proceed against the Bidder in the event of the security being not enough to fully cover the loss/damage. Service Level Agreement: The aim of this agreement is to provide a basis for close co-operation between SIDBI and the Successful Bidder, for services to be provided to SIDBI, thereby ensuring that timely and efficient support services are available to SIDBI and its end-users. This agreement is contingent upon each party knowing and fulfilling their responsibilities and generating an environment conducive to the achievement and maintenance of targeted service levels. Service Level Definition: Depending on the criticality and severity of calls, service levels are defined as follows :
Severity Level S1
Severity Type Critical Problems Major Problems Moderate Problems Minor Problem
Definition (for Support / Maintenance) A problem that stops CART application functioning or > 80% of the users of CART Users e.g. Non availability of application/Services, Database down etc. A problem that affects a particular branch/section.
S2
S3 S4
A problem that affects a typical user group e.g. Non availability/failure of any module etc. A problem that affects a typical user.
Service Level Target: Following table defines Service Level Targets for Response and Resolution time.
Page 18 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Severity Level S1 S2 S3 S4 Measurement Metrics Resolution Time 1 day 2 days Monthly 4 days 7 days Calculation Window
Actual Response and Resolution time will be measured as follows :
Calls closed within stipulated resolution time Resolution time (%) = ----------------------------------------------------------- X 100 Total number of calls received in the month Penalty Calculation for Support / Maintenance : 1. Actual vs. targeted compliance level for each of the respective service areas will be measured separately in every month. 2. Monthly shortfall in achieving SLA compliance, if any, for the respective service areas shall be aggregated for the quarter. 3. Penalty for the quarter will be calculated as : Penalty amount = Penalty (%) x Total services Cost for respective service area for the quarter. 4. Applicable Penalty (%) would be as under: Shortfall in SLA Target/Compliance by <= 5 % > 5% and <= 10 % >10% Penalty (%) 1 2 5
5.
6.
However, the aggregate penalties that may be levied in a quarter towards the aforesaid managed services shall be limited to 10% of amounts payable quarterly towards these services. Downtime of services on holidays or scheduled downtime will not be considered for calculation of uptime and penalty.
Note: Aggregate penalties shall be limited to 10% of amounts payable quarterly towards these services. Termination of Contract: The Bank reserves the right to cancel the contract in the event of happening one or more of the following Conditions: Page 19 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software • • • Failure of the successful bidder to accept the contract Delay in deploying the resources Serious problems in quality of resources deployed
In addition to the cancellation of purchase contract, Bank reserves the right to appropriate the damages through encashment of Bid Security / Performance Guarantee given by the Bidder. Force Majeure. If the performance as specified in this order is prevented, restricted, delayed or interfered by reason of Fire, explosion, cyclone, floods, War, revolution, acts of public enemies, blockage or embargo, Any law, order, proclamation, ordinance, demand or requirements of any Government or authority or representative of any such Government including restrict trade practices or regulations, Strikes, shutdowns or labour disputes which are not instigated for the purpose of avoiding obligations herein, or Any other circumstances beyond the control of the party affected, then notwithstanding anything here before contained, the party affected shall be excused from its performance to the extent such performance relates to prevention, restriction, delay or interference and provided the party so affected uses its best efforts to remove such cause of non-performance and when removed the party shall continue performance with utmost dispatch. If a Force Majeure situation arises, the Bidder shall promptly notify the Bank in writing of such condition, the cause thereof and the change that is necessitated due to the conditions. Until and unless otherwise directed by the Bank in writing, the Bidder shall continue to perform its obligations under the Contract as far s is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event Resolution of Disputes It will be the Bank’s endeavor to resolve amicably any disputes or differences that may arise between the Bank and the Bidder from misconstruing the meaning and operation of the Tender and the breach that may result. In case of Dispute or difference arising between the Bank and a Bidder relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996. The Arbitrators shall be chosen by mutual discussion between the Bank and the Bidder OR in case of disagreement each party may appoint an arbitrator and such arbitrators may appoint an Umpire before entering on the reference. The decision of the Umpire shall be final. The Bidder shall continue work under the Contract during the arbitration proceedings unless otherwise directed in writing by the Bank or unless the matter is such that the work cannot possibly be continued until the decision of the Arbitrator or the umpire, as the case may be, is obtained. Arbitration proceedings shall be held at Mumbai, India, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English; Notwithstanding anything contained above, in case of dispute, claim & legal action arising out of the contract, the parties shall be subject to the jurisdiction of courts at Mumbai, India only. Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by fax and confirmed in writing to the other party’s specified address. The same has to be acknowledged by the receiver in writing. A notice shall be effective when delivered or on the notice’s effective date, whichever is later.
Page 20 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Annexure - V
Brief on CART Application Software
Credit Appraisal and Rating Tool (CART) 2.0 is computer software which automates the credit delivery process in the bank. The main objective is to reduce the turnaround time in credit appraisal and ensuring faster credit dispensation to MSMEs. Presently the following modules are available in CART. Appraisal Rating Documentation Finance (which is under development as a separate application on same technology) is going to be tightly integrated with this application. Appraisal: Appraisal module assesses the strength of the project / applicant unit and various risks associated with the proposal / application form. Depending on the scheme for which borrower applied, appraisal process / formats varies. Rating : Analyses the credit worthiness of the applicant and suggests the interest rate. Based on scheme / loan amount , rating model differs. Documentation : Generate of loan documents like Letter of Intent, Loan Agreement, Deed of Hypothecation, Undertakings etc., Finance : Analyses the financial strength of the Project. CART Application is developed using the following technologies: Java 1.5 Struts 1.2 Hibernate 3 Oracle 10g CSS, Java Script, Ajax and XML CART application is also integrated with other legacy applications that in use at SIDBI. CART Application is being used by most of the branches in SIDBI (presently SIDBI is having around 100 branches, including extension branch offices) Detailed Demo on CART Application will be presented on Pre-bid meeting that is proposed to be held on 16th May 2012.
Page 21 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software
Annexure VI
Bid Forwarding Letter
(To be submitted on Vendor’s letter head) Date: The General Manager (Systems) Small Industries Development Bank of India, 3rd Floor, MSME Development Centre, Plot No. C-11, G Block Bandra Kurla Complex (BKC), Bandra (E) Mumbai - 400 051 Dear Sir, Maintenance, Support and Enhancement of CART 2.0 Software We, the undersigned, offer to submit our bid in response and accordance with your tender No. 400/2013/864/BYO/ISD dated May 02, 2012. Having examined the tender document including all annexures carefully, we are hereby submitting our proposal along with all the requisite EMD and other documents as desired by the Bank. Further, we agree to abide by all the terms and conditions as mentioned herein the tender document. We agree to abide by this offer till 3 months from the last day for submission of offer (Bid). If our offer is accepted, we undertake to provide Service support as per the above referred RFP, during the period of 1 year ie., from June 01, 2012 to May 31, 2013. We have also noted that SIDBI reserves the right to consider/ reject any or all bids without assigning any reason thereof.
Yours sincerely,
Date Place
Signature of Authorised Signatory … Name of the Authorised Signatory … Designation … Phone & E-mail: Name of the Organisation … Seal …
Page 22 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Bid Forwarding Letter - Compliance to Minimum Eligibility Criteria SNo Minimum Eligibility Criteria Bidders Response Complied (Yes/No) Should not be left blank 1 The bidder should be a registered company incorporated in India, registered under Company act 1956. List of Supporting Documents for compliance
2
The company should have architected / implemented / maintained at least three (3) large-scale, J2EE-based web enabled projects (order value of ` 1Crore or above) during last 3 years out of which at least one (1) project to be of Banking / Financial / Insurance sector as on 31.03.2012. (ie., one project should be under implementation / under maintenance as on 31.03.2012) The company must have minimum annual turnover of Rs. 6 Crore over the last 3 financial years The company should have been positive networth and cash profit [ie., no cash loss] (PAT) for the last 3 year
3
4
5
Should be in existence for five years as on 31.03.2012 in software development field The bidder must have a currently valid Sales Tax / VAT / Service tax registration certificate and PAN number.
6
7
8
The company should be certified at minimum SEI CMM Level 5 Minimum 100 technical staff should be there in company payroll out of which minimum Page 23 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software 30 technical staff already providing support. 9 should similar
The firm should have never been blacklisted / barred / disqualified by any regulator / statutory body.
Page 24 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Annexure – VII
Minimum Eligibility Criteria
The bidder is required to meet the following eligibility criteria and provide adequate documentary evidence for each of the criteria stipulated below: SNo 1 2 Criteria The bidder should be a registered company incorporated in India, registered under Company act 1956. The company should have architected / implemented / maintained at least three (3) large-scale, J2EE-based web enabled projects (order value of ` 1Crore or above) during last 3 years out of which at least one (1) project to be of Banking / Financial / Insurance sector as on 31.03.2012. (ie., one project should be under implementation / under maintenance as on 31.03.2012) Proof to be Submitted Copy of registration certificate to be enclosed. Proof of same to be attached by way of Purchase Order or Project Completion Certificate from the customer by mentioning the time frame clearly Project Details & References from the companies to be provided in the format mentioned below 3 The company must have minimum annual turnover of Rs. 6 Crore over the last 3 financial years The company should have been positive networth and cash profit [ie., no cash loss] (PAT) for the last 3 year Should be in existence for five years as on 31.03.2012 in software development field The bidder must have a currently valid Sales Tax / VAT / Service tax registration certificate and PAN number. The company should be certified at minimum SEI CMM Level 5 Minimum 100 technical staff should be there in company payroll out of which minimum 30 technical staff should already providing similar support. Supporting the fact the bidder should furnish auditor’s certificate for last three years ending March’ 2012. Audited Balance sheet to be submitted Certificate of Incorporation/CA Certificate to be furnished Copies of Sales Tax / VAT / Service tax / PAN to be enclosed. Copy of the same is to be attached Declaration by the company. Bidder should also submit of Bio-data of 4 to 5 resources (for both On-site resources and Project Manager for selection by SIDBI in the format mentioned below. Declaration by the company
4 5 6
7 8
9
The firm should have never been blacklisted / barred / disqualified by any regulator / statutory body.
Note: Proposals of bidders who do not fulfill the above criteria or who fail to submit any documentary evidence (as per the formats mentioned) thereon would be rejected.
Format for Details of three (3) large-scale, J2EE-based web enabled Projects: SNo Client Name and Name of the Project Start and End Page 25 of 34 Scope / Description Order Value Technology
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Location Project Date of the Project (in ` Lakhs)
Format for One (1) project to be of Banking / Financial / Insurance sector: SNo Client Name and Location Name of the Project Project Start and End Date Scope / Description of the Project Order Value (in ` Lakhs) Technology
Format for Reference Details: SNo Name of the Client Reference Person Name Designation Address E-Mail Telephone & Mobile No.
Bio-Data should include: a) For On-site Resource: At least 5 bio-data with minimum qualification of B.Tech/MCA and with minimum experience of 2 / 4 years should be attached along with Bid forwarding Letter. Bio-data should include the following details. 1) 2) 3) 4) 5) 6) 7) 8) 9) Name of the Resource Designation Qualification Total Work Experience Work Experience in the present company: Work experience in Java Projects: Application presently working Certifications if any Experience in the following: (Yes/No) Technologies: a) b) Java J2EE 1.5 or above Struts 1.2 or above Page 26 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software c) d) e) f) g) h) Hibernate 3 or above Oracle 9i or above CSS Java Script Ajax XML
a) For Project Manager (off-site) Resource: At least 4 bio-data’s with minimum qualification of B.Tech/MCA and with minimum experience of 8 years should be attached along with Bid forwarding Letter. Bio-data should include the following details. 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) Name of the Resource Designation Qualification Total Work Experience Work Experience in the present company Work experience in Java Projects: Project Management Skills Certifications if any (PMP) in Project Management Details of Projects presently handling and their technologies Experience in managing the applications having the following Technologies: a) b) c) d) e) f) g) h) Java J2EE 1.5 or above Struts 1.2 or above Hibernate 3 or above Oracle 9i or above CSS Java Script Ajax XML
Page 27 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Annexure –VIII Commercial Bid RfP – Maintenance, support and enhancement of Credit Appraisal and Rating Tool (CART) 2.0 Application software Onsite Resource: Amount in Rupees No. Of One Year Cost Resource2 [C = (of >= 2 Yrs A1*12+A2*12] expérience) [B2] 1
S.N.
Item
Resource1 Cost Per Month (of >=4 Yrs expérience) [A1]
No. Of Resource1 (of >= 4 Yrs expérience) [B1] 1
Resource2 Cost Per Month (of >=2 Yrs expérience) [A2]
1.
On-site Resource
One Year Cost [C] Amount in words :
Project Manager (Off-site): Amount in Rupees S. N. 1. Item Project Manager Cost Per Month [D] No. Of Project Managers [E] 1 One Year Cost [F = D*12]
Project Manager (off-shore) (>= 8 Yrs of expérience)
One Year Cost [F] Amount in words :
Grand Total Cost G = C + F Optional Item: Amount in Rupees SNo Item Description One Man Month Cost [H] 1 Additional resources on Web / Database Technologies with minimum of 2 years of experience
One Man month cost [H] in words:
Note: Bidders are requested to note the following: Grand total cost should be inclusive of all taxes, and will be used to arrive at L1 vendor. With respect to optional item, if additional resource is taken for less than a month, payment will be effected proportionately. TDS will be deducted as per rules applicable. In case of any deviation in general terms and conditions, bids would be liable for rejection. Page 28 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software
Calculation of Lowest Bidder (L1): L1 is derived based on Grand Total Cost (G) i.e., Grand Total Cost (for a period of 1 year ie. June 01, 2012 to May 31, 2013) of two on-site resources & Project Manager
Date Place
Signature of Authorised Signatory … Name of the Authorised Signatory … Designation … Name of the Organisation … Seal …
Page 29 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software
Annexure - IX
Power of Attorney
(To be executed on non-judicial stamp paper) BY THIS POWER OF ATTORNEY executed on _____________________, 2012, We
_______________, a Company incorporated under the Companies Act, 1956, having its Registered Office at (hereinafter referred to as “the Company”) doth hereby nominate, constitute
and appoint <Name>, <Employee no.>, < Designation> of the Company, as its duly constituted Attorney, in the name and on behalf of the Company to do and execute any or all of the following acts, deeds, matters and things, namely :Execute and submit on behalf of the Company a Proposal and other papers / documents with ‘Small Industries Development Bank of India’ (“SIDBI”) relating to ‘Request for proposal No. 400/2013/864/BYO/ISD dated May 02, 2012 for Maintenance, Support and Enhancement of CART 2.0 Software and to attend meetings and hold discussions on behalf of the Company with SIDBI in this regard. THE COMPANY DO hereby agree to ratify and confirm all whatsoever the attorney shall lawfully do or cause to be done under or by virtue of these presents including anything done after revocation hereof but prior to actual or express notice thereof being received by the person or persons for the time being dealing with the attorney hereunder.
IN WITNESS WHEREOF, _______________________ has caused these presents to be executed by _______________________ on the day, month and year mentioned hereinabove.
For and on behalf of the Board of Directors of WITNESS: Signature of _______________
Attested
Page 30 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Annexure X ??? ????? ? ???[ /BANK MANDATE FORM (?? ????? ?? ????? ???? ?? ? /To be submitted in Duplicate) (?? ? ?? ????? ?? ?? ? ?¢?? ?? ??? ? ??? ?-???? ?? ?? ??, ?? ? ? ??? ?? ???? ? ??? ???) (Please fill in the information in CAPITAL LETTERS. Please TICK wherever it is applicable) 1. ??? ???? [/??\ ? ?? /?? ???[??? [ ?? ?? ? Name of Borrower / vendor / bidder : _________________________________ ??\ ? ?? ?? ? ? ? Vendor Code (if applicable) ____________________________________ 2. ??? ???? [/??\ ? ?? /?? ???[??? [ ?? ? ?? Address of the Borrower / vendor / bidder : ______________________________________ ________________________________________________ ???/City ____________________?? ???? Pin Code ______________ ?-??? ???? /E-mail id:_________________________________________ ?????? ? ??? ? ?? ? ?? ? ?? ./Phone No. with STD code:______________ ? ?? ???? ?? ?? ./Mobile No.:_______________________________________ ??? ?? ?? ?? ?? É?? /Permanent Account Number ______________________ ????? ? ? ?????/??? ??? ?? ]/MSE Registration / CA Certificate _________________ (??? ?? ?? ??/if applicable) 3. ??? ?? ?? ?? ????? / Particulars of Bank account: ???? ???? ?? ?? ?? ? Beneficiary Name ??? ?? ?? ? Bank Name ?? ?? ?? ??? ? Branch Place ?? ???? PIN Code ???????? ?? . MICR No. ?? ?? ?? ???? Account type ?? ?? ?? . Account No.
?? ?? ?? ?? ? Branch Name ?? ?? ?? ??? Branch City ?? ?? ? ?? Branch Code
???/Saving (?? ?? ?????? ?? ?? ??? ?? ) (as appearing in the Cheque book)
?? ??/Current
??? ??? ? Cash Credit
(??? ?? ?? ??[ ???????? ??? ? ? ?? ??? ? ? ? ?? É?? ? ?? ? ?? ?? ??????? ???? ? ? ??? ?? ??? ?? ?? ?, ?? ?? ?? ?? ? ??? ? ? ? ??? ?? ?? ?? É?? ??? ?? , ?? ?? ??? ?? ????? ???? ??? ??? ?? ?Ê? ??? ) (Code number appearing on the MICR cheque supplied by the Bank. Please attach a cancelled cheque of your bank for ensuring accuracy of the bank name, branch name & code and Account Number) ???????? ? ?? 2 IFSC CODE
2 1
1
???????? ?? ??? ? ? ??? For RTGS transfer Page 31 of 34
??????? ?? ??? ? ? ??? For NEFT transfer
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software 4. ????? ? ? ? ??? ?? ??? ?? ?? ?? ???? Date from which the mandate should be effective :
?? ??? ?? ?? ????? ???? ??? ?? ?? ? ??? ?? ????? ??? ?? ? ??[ ?? ? ??? ?? ??[ ?? ??? ????? ? ? ?? ?? ? ??? ????? ? (????? ?) ?? ??? ???à? ???? ???? ????? ? ?????? ? ? ?? ?? , ?? ?? ????? / ???????? ??? ?? ??? ????? ?? ??????? ? ? ?? ? ?? ?? ?? ??? ?? ?? ??? ?? ??? ???? ?? ?? ? ? ????? ?? ??? ? ????[? ???? , ?? ?? ???? ????? ?? ? , ?? ?? ?? .??.??? ? ? ????????/??????? ? ? ?? Ú?? ?? ?? ?? ??? ??? ?? ?? ? ? ????? ? ? ??? ?????? ? ? ???? ??? ?? ?? ?? I hereby declare that the particulars given above are correct and complete. If any transaction is delayed or not effected for reasons of incomplete or incorrect information, I shall not hold SIDBI / IDBI Bank responsible. I also undertake to advise any change in the particulars of my account to facilitate Updation of records for purpose of credit of amount through RBI RTGS/NEFT. ??? ?/Place : ???? ? ?/Date _____________ : _____________ ?? ??/?? ???? ? ???? ¢???? [? ? ???? ¢? Signature of the party / Authorized Signatory
………………………………………………………………………………………………………………… ??? ??? ???? ?? ?? ???? ?? ? ??? ?? ????? ??? ?? ?????? ? ? ????? ? ??? ?? ? Certified that particulars furnished above are correct as per our records. ??? ?? ????/Bank’s stamp : ???? ? ?/Date : (??? ? ? ?? ???? ? ????? ?? ? ? ???? ¢?) (Signature of the Authorized Official from the Banks) ??Ü? ?? : ??? ????????/??????? ?? ?? ?? ??? ??? ? ???? , ?? ???? ??? ? ? ?? ??? ??? N.B.:
1, 2
RTGS/NEFT charges if any, is to be borne by the party
: ????????/???????? ? ? ?? ?? ?? ??Ü? ??
?? ???? ????? ??? ?? ? ? ? ?? ?¢?? ? ???/??? ???? ? ? ? ?? , ?? ?? ?? ?? ???? ???-?? ?? ?? ??Û? ?? ?? ? ??? ?? ? ??? ??? ?? ??? ?? ? ?? 11 ?? ?? ?? ? ? ? ?? , ????? ??? 4 ?¢? ??? ? ? ? ? ? ?? ??? [?? ?? , ???? ? ? ???? ? ?? ? ???? ]? ?? ? ? ? ?? ???¢? ?? (??[?? ? ?? ? ? ???? ??? ? ? ? 0 ?? ) ??? ??? ?? ? ?? ?? ?? ? ??? ? ?? ? ??? ? ? ?? ??? ???????? ? ? ? (??à???? ??? ?? ?? ? ? ??? ?) ?? 9 ?? ? ???? ?? , ????? ???-?? ?? ?? ? ??? ? ???? ?? ? ?? .??.??? ?? ??? ???? ?? ????? ???? ???? ?? ?? ?? \? ??? ?? ?? ?? ??? ?? ?? ?? ?? ??? ? ]?? ? ? ???????? ???]? ??? ??? ??? \? ?? ?? ?? ?? ???-?? ?? ?? ?? ?? [ ?? ?? ?? ?? ?? ?????? ? ? ? ?? ? ?? ???? ?? ? : Note on IFSC / MICR Indian Financial System Code (IFSC) is an alpha numeric code designed to uniquely identify the bankbranches in India. This is 11 digit code with first 4 characters representing the bank’s code, the next character reserved as control character (presently 0 appears in the fifth position) and remaining 6 characters to identify the branch. The MICR code, (Magnetic Ink Character Recognition) that appears on cheques, has 9 digits to identify the bank-branch. RBI had since advised all the banks to print IFSC on cheque leaves issued to their customers. A customer may also contact his bank-branch and get the IFS Code of that branch. Page 32 of 34
1, 2
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Annexure XI
Performance Guarantee Format
(Sample Format) TO BE EXECUTED ON A NON-JUDICIAL STAMPED PAPER OF THE APPROPRIATE VALUE KNOW ALL MEN BY THESE PRESENTS that in consideration of the Small Industries Development Bank of India (SIDBI), a Corporation constituted and established under the Small Industries Development Bank of India Act, 1989, and having its Head Office at SIDBI Tower, 15 Ashok Marg, Lucknow, 226001, and office at 3rd Floor, SME Development Centre, Plot No. C-11, G Block, Bandra Kurla Complex (BKC), Bandra (E), Mumbai - 400 051 (hereinafter called the Corporation) having agreed to accept from M/s. ‘Vendor Name’ having its office at ‘Vendor’s Office Address’, (hereinafter called "the Vendor") an agreement of guarantee for Rs. _______ (Rupees _____________________ only), for the due fulfillment by the vendor of the terms and conditions of the Purchase order No. ________________ dated __________ made between the vendor and the Corporation for providing services for SIDBI’s ‘Project Details’ hereinafter called "the said Agreement”). 1. We, Bank (Bank Name and Details), do hereby undertake to indemnify and keep indemnified the Corporation to the extent of Rs.(Rupees_____________________ only) against any loss or damage caused to or suffered by the Corporation during warranty period by reason of any breach by the Vendor of any of the terms and conditions contained in the said Agreement of which breach the opinion of the Corporation shall be final and conclusive. 2.And we Bank (Bank Name and Details), do hereby guarantee and undertake to pay forthwith on demand to the Corporation such sum not exceeding the said sum of Rs. _______ (Rupees _____________________ only) only as may be specified in such demand, in the event of the vendor failing or neglecting to execute fully efficiently and satisfactorily the order for implementation services for the ‘Project Details’ placed with it (the work tendered for by it) within the period stipulated in the said Agreement in accordance with the design, specification, terms and conditions contained or referred to in the said Agreement or in the event of the Vendor refusing or neglecting to maintain satisfactory operation of the equipment or work or to make good any defect therein notified by the Corporation to the vendor during the warranty period or otherwise to comply with and conform to the design, specification, terms and conditions contained or referred to the said Agreement. 3. We, Bank (Bank Name and Details), further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said order as laid down in the said agreement including the "Warranty obligations" or till validity date of this guarantee i.e. upto ________, whichever is earlier and subject to the terms of the "the said Agreement” it shall continue to be enforceable for the breach of warranty conditions within warranty period and till all the defects notified by the Corporation to the vendor during the warranty period have been made good to the satisfaction of Corporation & the Corporation or its authorized representative certified that the terms and conditions of the said agreement have been fully and properly complied with by the vendor or till validity of this guarantee i.e _________, whichever is earlier. 4. We, Bank (Bank Name and Details), may extend the validity of Bank Guarantee at the request of the Vendor for further period or periods from time to time beyond its present validity period, but at our sole discretion. 5. The liability under this guarantee is restricted to Rupees ________/- only and will expire on _________ and unless a claim in writing is presented to us at Bank (Bank Name and Details) within 3 months from _________ , i.e. on or before _________, all your rights will be forfeited and we shall be relieved of and discharged from all our liabilities there-under. 6. The Guarantee herein contained shall not be determined or affected by Liquidation or winding up or insolvency or closure of the Vendor. 7. The executant has the power to issue this guarantee and executants on behalf of the Bank and hold full and valid Power of Attorney granted in their favour by the Bank authorising them to execute this guarantee. Page 33 of 34
Request for Proposal Maintenance, Support and Enhancement of CART 2.0 Software Notwithstanding anything contained here in above, our liability under this guarantee is restricted to Rs. _______ (Rupees _____________________ only). Our guarantee shall remain in force until ________. Our liability hereunder is conditional upon your lodging a demand or claim with Bank (Bank Name and Details) on or before _________. Unless a demand or claim is lodged with Bank (Bank Name and Details) within the aforesaid time, your rights under the guarantee shall be forfeited and we shall not be liable there under. This guarantee shall be governed by and construed in accordance with the laws of India. All claims under this guarantee will be made payable at Bank (Bank Name and Details). This Guarantee will be returned to the Bank when the purpose of the guarantee has been fulfilled or at its expiry, which ever is earlier. We, Bank (Bank Name and Details) lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Corporation in writing. In witness where of we ... ............................................................ . have set and subscribed our hand and seal this...day of .......................................................................... .2011 SIGNED, SEALED AND DELIVERED. BY AT IN THE PRESENCE OF
WITNESS
:
1)
2)
Name ... Signature... Designation... Name ... Signature... Designation...
Page 34 of 34
doc_593016273.pdf