Vous êtes sur la page 1sur 208

PAPAYRT

ALLAHABAD BANK

ADDENDUM-1 TO REQUEST FOR PROPOSAL


FOR
FOR PROCUREMENT & END-TO-END IMPLEMENTATION AND MAINTENANCE
OF EARLY WARNING SIGNALS (EWS) SOLUTION FOR CREDIT MONITORING IN
ALLAHABAD BANK

RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

Addendum Date: 11-April-2019


Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

Introduction

The Bank has floated the Tender Ref No HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019 for
procurement & end-to-end implementation and maintenance of Early Warning Signals (EWS)
Solution for Credit Monitoring In Allahabad Bank.

Pre Bid Queries Clarifications:

As per the terms of the RFP document, a pre–bid meeting was held on 05-04-2019, attended by the
bidder’s representatives.

As an outcome of the clarifications sought by the bidders at the pre-bid meeting and the queries
received from the bidders through e-mail, this addendum dated 11-04-2019 to the RFP document is
being issued herewith.

Other Amendments:

The Addendum covers clarifications to the queries raised by the bidders, few additional inclusions
and amendments, which the Bank deems fit to be furnished to the bidders.

All other terms and conditions of the Tender document remain unchanged. Please treat this
Addendum as an integral part of the Tender document issued.

No further queries pertaining to this Addendum will be entertained.

Assistant General Manager (IT)

Head Office, Kolkata

Page 2 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

A. AMENDMENTS:
The following amendments have been made in this RFP, which the Bank deems fit to be
furnished to the bidders.
1. Eligibility Criteria : The following eligibility criteria clauses only amended and rest other
remains unchanged.
RFP Existing Eligibility Criteria clause Amended Eligibility Criteria clause
Clause No
Eligibility A Bidder should have an annual turnover Bidder should have an average annual
Criteria of more than INR 10 Crore in each of the turnover of more than INR 5 Crore in the
Clause No. 4 last three financial Years (i.e. 2015-16, last three financial Years (i.e. 2015-16,
Sr No 2
2016-17, 2017-18). 2016-17, 2017-18).
(pg. 14)
Further, their net profit should be positive Net profit should be positive in any 2
in the last three financial years and their (two) of the last three financial years and
net worth should also be positive in each their net worth should be positive in each
of the last three financial years. This must of the last three financial years ie.2015-
be the individual company turnover and 16, 2016-17, 2017-18. This must be the
not of any group of companies / individual company turnover and not of
subsidiaries. any group of companies / subsidiaries.
Net worth is to be calculated as follows: Net worth is to be calculated as follows:
Capital Funds (Paid up equity capital + Capital Funds (Paid up equity capital +
Paid up preference shares + Free Paid up preference shares + Free
reserves) – (Accumulated balance of loss reserves) – (Accumulated balance of loss
+ Balance of deferred revenue expenditure + Balance of deferred revenue
+ Other intangible assets). expenditure + Other intangible assets)

Eligibility Bidder should have supplied, Implemented Bidder should have supplied,
Criteria and maintained end to end Early Warning Implemented/in the process of
Clause No. 4 Signal (EWS) solution successfully for implementation of end to end Early
Sr No 5
minimum 01 year, in at least one Warning Signal (EWS) solution
(pg.15)
Scheduled Commercial Bank’s Data successfully in at least one Scheduled
Centre / Disaster Recovery Site (DRS) in Commercial Bank’s Data Centre /
India (excluding RRBs/ Cooperative Disaster Recovery Site (DRS) in India
Bank) with more than 1500 Branches and (excluding RRBs/ Co- operative Bank)
with Bancs Link location, within last five with more than 1000 Branches, within last
years as on date of submission of the Bid/ five years as on date of submission of the
tender. Bid/ tender

Eligibility Bidder shall ensure back to back Bidder shall ensure back to back
Criteria availability of support from OEM at availability of support from OEM at

Page 3 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

Clause No. 4 Mumbai & Lucknow and should have Mumbai or Lucknow and should have
Sr No 7 presence of dedicated teams in one of presence of dedicated teams in one of
(pg.15) these cities to be able to provide efficient these cities to be able to provide efficient
and effective support at the banks and effective support at the banks
premises as and when required. premises as and when required.

OEM should meet all the terms &


conditions of contract in case SI (Bidder) is OEM should meet all the terms &
not being able to fulfill its obligations conditions of contract in case SI (Bidder)
is not being able to fulfill its obligations
Eligibility POC (Proof of Concept) of the solution POC (Proof of Concept) of the solution
Criteria based on data provided by Bank or based on data provided by Bank or
Clause No. 4 dummy test data of the bidders for 100 dummy test data (in excel format) of the
Sr No 13 accounts. bidders for 100 accounts.
The following are some of the features The following are some of the features
need to be demonstrated during POC : - need to be demonstrated during POC : -
 Market Intelligence and  Market Intelligence and
Portfolio analysis Capabilities Portfolio analysis Capabilities
 Inter-Bank Comparison / analysis  Inter-Bank Comparison / analysis
 Dynamic monitoring of portfolio  Dynamic monitoring of portfolio
The POC and Product demonstration The POC and Product demonstration
would need to be completed within 15 would need to be completed within 15
days from the date of opening of Technical days from the date of opening of
Bid. Technical Bid.
Data that will be provided by the Bank
is given at Table-I given below.

Bidder should carry out POC at


Bank’s Premises. All required
hardware & software for creating POC
environment should be provided by
the Bidder. Bank shall not bear any
expenses related to POC.

Table-I

Tentative Details which will be shared by the Bank for conducting POC for 100
Sr.No. borrowers for Corporate and Retail portfolio in EXCEL format
Customer Profile- Customer Id, Name, ID, Geography, Branch, Industry,
1 Business Segment etc
2 Account Information – Customer id, Account no, Name, Account information,
account open date etc.
3 EOD Balances- Outstanding, Sanctioned , limit lines
3 Overdue Amounts / Drawing Power information
4 Information regarding non servicing of interest

Page 4 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

5 Cheque returns data


6 External credit rating (if available)
7 Stock Statement submission schedule and actual reporting
8 SMA reporting data
9 Adhoc Sanctions
10 Primary / Secondary valuation and insurance amounts
11 Collateral information
12 Bills due date / Overdues

2. Project Timelines (Clause 5): Only the following clause in the Project Timelines stands
amended and the rest clauses remain unchanged.

Project Bidder shall submit a detailed Within 15 days from date of


Implementation project implementation plan, PO
Schedule which will include the full scope
(pg. 17) of the project as mentioned in
this RFP.
Customization & installation 15-30 days from date of PO
Data Collection & Integration 30-60 days from date of PO
UAT 60-75 days from date of PO
UAT System Validations & 75-90 days from date of PO
Report Generation
Go-Live*
a) Phase-I (Loan Customers Within 90 days from
with total exposure of Rs. 50 Purchase Order (PO)
Cr & above) date

b) Phase-II (Loan Customers Within 120 days from


with total exposure of Rs. 5 Purchase Order (PO)
Cr & above) date

c) Phase-III (All Loan Within 150 days from


Customers) Purchase Order (PO)
date

Server Hardware, Bidder should size & provide all hardware, Software (OS,
OS, Database for Database, Middleware etc.) licenses to meet business
EWS Solution And requirements during the contract period.
other hardware
requirements For
EWS project
Implementation

Page 5 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

Contract Period Total of 07 years (Two year warranty from the date of Go Live
and 05 Years AMC from the expiry of warranty period)
*Go-Live date of the Project for all purposes will be successful implementation of Phase-
III date.

3. Payment Terms (Clause 40)


The Clause no. 40.1 (d) Payment terms (pg.69) is amended as under:

Project Milestone % of payment


1. Delivery, Successful Installation and Acceptance of 60% of the Hardware cost
Hardware (include OS, DB, third party tools) at each
location.
2. After successful Go – Live* of the Solution in each location 30% of the Hardware cost
3 Six months after successful Go Live of the solution in each 10% of the Hardware Cost
location. Final payment will be released after one
successful DR Drill
4 Installation and implementation cost 60% of the cost after
UAT,30% of the cost after
Go Live, 10% on completion
of one month of the
successful Go Live*
5 AMC, ATS and On-Site Facility Management charges Half Yearly in arrears
*Go-Live date will be successful completion of Phase-III date.

Payment for the Supply of required Software, Design, Installation, Implementation,


configuration, integration and Commission of the EWS Solution shall be made as per
Scope of Work.
Delivery of Application Software,
1 Customization, Installation, Phase-I 30% of software license cost
implementation and UAT sign-off
2 Phase-II implementation with UAT sign-off 20% of software license cost

3 Phase-III implementation with UAT sign-off 20% of software license cost


Successful conduction of DR Drill and
4 10% of software license cost
Archival Setup implementation
Completion of training & handing over all the
5 documents and 6 months after sign off. 10% of Software licenses cost

After completion of warranty period or on


submission of Bank Guarantee equivalent to
6 10% of Software licenses cost
this amount$

7 AMC, ATS and On-Site Facility Management


Half Yearly in arrears
. charges

Page 6 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

$This BG will be in addition to the PBG to be submitted by the Bidder as mentioned


elsewhere in this document.

4. Proof of Concept (Clause 7.10) [pg.35]


RFP Existing clause Amended clause
Clause No
Clause 7.10 7.10.1. Bank at its discretion can ask the 7.10.1. Bidder should demonstrate
final selected bidder to Integrated Proof of Concept
Proof of demonstrate Integrated Proof of (PoC) of the proposed EWS
Concept
Concept (PoC) of the proposed solution as a part of technical
EWS solution as a part of evaluation. Integrated PoC
technical evaluation. Integrated should include demonstration of
PoC should include all the technical and functional
demonstration of all the technical parameters as mentioned in the
and functional parameters as RFP & addendums, if any
mentioned in the RFP &
addendums, if any.

Proof of 7.10.2. POC activity has to be certified by 7.10.2. POC certification activity will be
Concept third party (independent & no way carried out by certified third
related to OEM / Bidder) party(independent & no way
company / agency. The third related to OEM/Bidder)company
party company / agency’s fees / agency/ Bank. Bank at it's
should be borne by the bidder discretion will select the third
party company/agency for the
purpose and the fees will be
borne by the Bank. Bidder should
facilitate by providing required
access / tools for successful
completion of the POC
certification at their cost.

5. Broad Scope of Work (Clause 7.6.3) pg.25]


RFP Existing clause Amended clause
Clause No
Clause 7.6.3 7.6.3. The selected bidder should also 7.6.3. The selected bidder should also
support obtaining the requisite provide support in obtaining the
Broad certifications, integration, requisite certifications, integration,
Scope of
maintenance, patching, on maintenance, patching, on
Work
boarding of merchant/s, boarding of merchant/s,
compliance, etc. and day to day compliance, etc. and in day to day

Page 7 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

operations during office hours and operations during office hours and
in case of exigencies, any time in case of exigencies, any time
during the day. Licensing will be during the day. Licensing will be
for the Bank. Onsite support from for the Bank. Required Onsite
the bidder will be till date of go-live Experienced support engineers
and afterwards two dedicated (L1 and L2) should be made
resource i.e. onsite support available during implementation
engineers (L1 and L2) will be till the date of go-live and
onsite for support. The vendor shall afterwards one onsite certified
also provide escalation matrix in dedicated resource should be
respect of support and provided as per Clause 7.12 of
maintenance of the application RFP. The vendor shall also
software. provide escalation matrix in
respect of support and
maintenance of the application
software.

6. Clause 7.12 Facility Management- Onsite: [pg.40]


RFP Existing clause Amended clause
Clause No
Clause 7.12 Bidder should provide at least one onsite Bidder should provide at least one
certified dedicated resource from 8 a.m. onsite certified dedicated resource from
Facility to 10 p.m, on all the 365 days during the 8 a.m. to 8 p.m (or till EWS system
Management
period of contract at the designated EOD/SOD Process completion,
- Onsite
location which will be decided by the whichever is later), on all the Bank
Bank. In case of exigencies or as and working days during the period of
when Bank requires, the engineer should contract at the designated location which
be available even after office hours as will be decided by the Bank. In case of
demanded by business and under the exigencies or as and when Bank
direction of bank team. The bidder has to requires, the engineer should be
ensure FM support during the quarterly available even after office hours as
DR Drill and during extended hours demanded by business and under the
thereof. However 24*7*365 support direction of bank team. The bidder has
should be provided by the Bidder in case to ensure FM support during the
of troubleshooting, resolution of quarterly DR Drill and during extended
problems, day to day operationalization hours thereof. However 24*7*365
issues to meet the SLA as mentioned in support should be provided by the
the document. Bidder in case of troubleshooting,
resolution of problems, day to day
operationalization issues to meet the

Page 8 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

SLA as mentioned in the document.


7.12.1 The deputed resource should be a The deputed resource should be a
certified and experienced resource or certified and experienced resource or
qualified as a Professional Certified qualified as a Professional Certified
engineer with at least 1 year post- engineer with at least 1 year post-
certification experience. certification experience.
Professional Certified engineer means at
least Graduate/Diploma in Engineering/
Graduate with minimum of 1 year of
relevant work experience. And proposed
resource should have experience/
certifications in relevant domain.

7. SIZING OF THE OFFERED SOLUTION (Clause 48) pg. 71


As bank intends to procure EWS solution in CAPEX model for the period of 7 Years the proposed
hardware sizing for the EWS solution should meet the requirements of the peak level transactions
projected at the end of 7 Years i.e. contract period. The proposed solution should seamlessly
adhere to the hardware utilization parameters mentioned in this RFP. Bidder has to submit the
sizing certificate, obtained from the EWS application OEM regarding the hardware sizing for the
proposed solution with the peak level transactions projected at the end of the Year 7 at any point of
time.

Hardware Sizing:
The bidder can do the sizing based on the following information: (The following is
reference purpose; same may be modified & provided with respect to EWS for
hardware sizing etc)

Number of Branches/ Offices 3365


Number of customers (approx) 6,97,00,000
Number of Accounts (approx) 8,12,00,000
Number of Loan Customers (approx) 30,00,000
Number of Borrower Accounts (approx) 40,00,000
Number of Banking Transactions in a Day – Financial (approx) 50,00,000
Number of Banking Transactions in a Day – Non Financial
80,00,000
(approx)
Maximum Number of Banking Transaction in an hour (Max Txns.
11,00,000
observed in an hour) (approx)
Number of Fund Transfer Transactions in a Day (approx) 12,00,000
Maximum Number of Fund Transaction in a hour (Max Txns.
1,00,000
observed in an hour)
YoY Transaction Growth % 20%
YoY Customer Growth % 10%

Page 9 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

YoY Accounts Growth % 20%


No of concurrent users 3000
YoY concurrent users Growth % 10%

B. Pre Bid Queries Clarifications:


1. The clarifications/queries raised by the bidders are amended/ clarified in Annexure-I.
Apart from these queries no other changes are done in the RFP.
2. Responses towards all other queries /clarifications/clauses raised by the bidders
may be treated as “RFP Requirement Stands”.

Page 10 of 31
Annexure-1
Serial
Page No Clause ref RFP text Query Details Bank's Response
No
1 13 3.1.2 ...KYC & AML, Social Networking Sites, Some of the sources may require paid Pl refer clause no. 7.5.8.3
MCA, SEBI, Internet and Digital Media subscription to be taken by the bank. As
etc during the contract period at no this list of sources is not exhaustive and
additional cost could create variation between different
bidders basis number of subscriptions
considered, we would request bank to
keep it out of scope for the current
commercials.

2 28 7.6.6.2 (xx) The solution should work in High Solution like EWS may not be required in "Active-Passive" cluster
Broad Scope of Availability HA mode as it is not in real time and setup at DC with the
Work anyways will have a DR option. We provision for servers being
suggest bank to remove HA requirement rotated every 3 months.
in production to reduce the overall TCO
for this solution.

3 106 17 - Transaction System should be capable of handling This is a fraud management related This clause is amended as
Monitoring real time alerts. RealTime /On-Line requirement and is not part of EWS. under
Solution basically required for fraud Request this point to be removed. "System should be capable
detection on Off-Line mode accordingly of handling real time alerts.
data available of T-1 days in BOI. Real Time /On-Line Solution
basically required for fraud
detection on Off-Line mode
accordingly data available of
T-1 days with Bank."
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

4. 117 32 - Operating System should have Response Time < EWS monitoring is done on a batch RFP Stands. Time has been
System 10 miliseconds mode usually T+1 basis. Such response taken at OS level for
times are required for fraud management response to service request.
solution. Request bank to remove the
requirement.

5. 118 45 - Archival Bank requires the proposed Please let us know the data Data in Live environment to
Applications to be capable of archiving archival/retention period to be be kept for 2 years. Older
all relevant data as per laid down considered for this point. This is needed data to be archived. Archival
Bank’s guidelines to size the solution accordingly. data retention period is 7
years.

6. Page no: Clause 7 (Scope To detect financial stressed borrower Please clarify the Exposure threshold for RFP stands. All borrowal
17 , Point of work) accounts or in its existing loan/lending which the EWS to be covered accounts irrespective of
no: 7.1 portfolio (Retail / SME, corporate, Agri amount, asset classification
Tech loans etc.)

7. Page no: Form 3 The solution should support both online Online validation would require Bank will facilitate to arrange
91, Point (Minimum and off line data validations and alerts interfacing with the bank's systems on a necessary support and co-
no: 3 Technical and real time basis. ordination from Bank's
Functional Bank shall provide the required Application Service
Specifications) interfaces in co-ordination with the Providers.
respective vendors. Kindly confirm.

8 Page no: Facility Bidder should provide at least one The onsite resource will work during the This clause is amended. Pls
40, Point Management - onsite certified dedicated resource from bank working days/ hours. Please refer to amendments.
no:7.12 On Site 8 a.m. to10p.m, on all the 365days confirm.
during the period of contract at the

Page 12 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

designated location which will be


decided by the Bank. . In case of
exigencies or as and when Bank
requires, the engineer should be
available even after office hours as
demanded by business and under the
direction of bank team. The bidder has
to ensure FM support during the
quarterly DR Drill and during extended
hours thereof. However 24*7*365
support should be provided by the
Bidder in case of troubleshooting,
resolution of problems, day to day
operationalization issues to meet the
SLA as mentioned in the document.

9. Page no: FORM–1: Bill of A5. Cost of EMS Software & other Please clarify the need of "EMS Enterprise Management
85 Material related S/W Licenses software" for this project. Solution to Maintain, Manage
& Monitor the assets supplied
under this project.

10 Page no: FORM–1: Bill of Unit Price quoted in Bill of material and Please confirm whether the price quoted Prices quoted should be
85 Material AMC/ATS charges should be inclusive of GST. exclusive of GST. All other
taxes/levies should be
included.

11 Page No 7.6.6.2(vi) System Integration 1) Whether AML & FRM is operational in AML is operational.
System Bank. M/s IDBI Intech solution

Page 13 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

26 Integration 2) Please provide name of OEM for AML (under implementation). Near
& FRM solution. real-time transaction
monitoring is also part of M/s
IDBI Intech solution.

Further, FIS FRM solution is


under implementation for
ATM transactions.

12 Page No 4. Eligibility 4. (2) If a bidder submits a bid on behalf Can an OEM allowed to partner through Yes, but both OEM and its
14 Criteria of the OEM, the same bidder cannot multiple bidders to increase the chance authorized supplier cannot
submit a bid on behalf of another OEM of winning the RFP. Please confirm. bid simultaneously for the
for the same item/product. same item/product.

13 19 7.5.1.3 Interactive Querying System: EWS Please clarify on this RFP Stands. Frontend
solution is expected to have dynamic query builder facility
functionalities of interactive querying should be made available to
system to find cash flow behaviour, meet this requirement.
money trail and other transaction
surveillance enablers.

14 24 7.5.8.4 Wherever external data/information is Some of the sources mentioned are not Pl refer clause no. 7.5.8.3
to be extracted / sourced from CIBIL, completely free. Fees are payable for
MCA, NSE/BSE, other some of their services. Please confirm
agencies/sources as mentioned above that Bank will subscribe to such services,
from such sources which are freely if so required.
available (no fees payable), no extra
cost will be paid by the bank. Vendor

Page 14 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

has to provide the list of such sources


separately to Bank and will have to
include other such sources suggested
by Bank if not covered in such list.

15 25 7.6.3 Onsite support from the bidder will be It is a very large RFP and 3000 RFP stands. This is a
till date of go-live and afterwards two concurrent users. For providing minimum requirement.
dedicated resource i.e. onsite support continuous support to Bank and system However, bidder may
engineers (L1 and L2) will be onsite for operations, we request and submit that 4 propose adequate number of
support. L1 and 2 L2 support may please be FM resources to comply RFP
considered. Scope work & SLA
requirements.

Please refer to amendments

16 29 7.6.6.2. xxix Bidder should provide full access to the We request that full access to be limited RFP Stands. As decided by
database along with required to select users / DBA of Bank and for all the Bank time to time.
knowledge transfer to Bank’s team to other users only select rights be given to
generate required MIS as per the day generate required MIS
to day business requirements

17 63 26.2.5. All functionalities should be made The clause is not clear related to "Non- RFP stands. All Functional
available during UAT Customizable/Not available". requirements are the
Customisable items can be made business requirement of the
available during the implementation Bank. However, "Non-
schedule fixed by Bank but for "Non- customizable/ Not available"
Customizable/ Not available" more time functionalities may be given
is required hence we request to kindly additional time for

Page 15 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

look into it. implementation, which will be


decided on case-to-case
basis.

18 86 FORM–1 EMS Software What is EMS software stands for? EMS is acronym for
"Enterprise Management
System"

19 117 29 System should support Oracle, MS As system will be supporting either This clause is amended as
SQL, Database Oracle or MS SQL hence we request to "System should support
change the wording of clause as Oracle or MS-SQL
"System should support Oracle or MS database".
SQL Database"

20 118 30 Hardware will be provided by Bank. Elsewhere in the RFP , it is mentioned This clause is amended as
However Hardware Sizing should be that Hardware also to be provided by under:
provided by the bidders as part of vendor . Kindly clarify. "Hardware, Software (OS,
technical Bid DB, Middleware etc) to be
provided by Vendor as per
sizing”.

Page 16 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

21 117 31 All software including operating system As Bank will be providing Oracle This clause is amended as
licenses should be provided by bidder. Licenses, we request to kindly declare under:
The system should support IP V4 and notional value of one Oracle Licenses for "All software including
IP V6. Bank will provide Database fair evaluation of TCO. In case cost operating system, Database
Licenses if it is Oracle. adjustment is left to bidder, they may licenses should be provided
quote lesser license cost of Oracle as it by bidder. The system should
is being provided by Bank. support IP V4 and IP V6"

22 117 35 The response time from the SAN What is meant by Response Time here ? RFP Stands. Response Time
should be < 10 ms for any transaction Kindly clarify. is the Time taken by OS in
As EWS system is supposed to do lot of response to service request.
complex calculation, huge data to be
loaded and complex reports would be
generated hence completion time of
each of above task will depend upon the
nature of task.

23 117 38 Solution should be integrated with Kindly arrange to inform the existing This clause is amended as
existing backup solution of the Bank. backup solution name. under:
"Bidder should provide the
Backup solution and
integrate the same"

Page 17 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

24 118 40 Bank requires that the solution should Kindly arrange to elaborate the Bidder should provide
be capable of automating the backup requirement. Being a EWS solution, backup solution (software+
process for all the applications / probably automating the backup process hardware) to take backup
database in the Data center & Disaster for all the applications / database in the and restoring backups as per
Recovery site Data centre & Disaster Recovery site Bank's BCP-DRP plan.
should not be part of this solution.

25 149 ANNEXURE We have submitted a no deviation bid Given that we are proposing deviations, RFP Stands. [Deviations
XVII and unconditionally accept all suggest this is deleted or permission be from RFP specifications to be
requirements, payment terms, SLAs granted to provide for such submitted in line with
and the amendments. Annexure-XXVI]
terms and conditions as mentioned in
the said RFP including all corrigendum
/ addendums. Any assumption,
deviation
or exclusion submitted by us in the
proposal which is contradictory to the
RFP stands null and void, if Bank not
accepts the same.

26 54 20 Bidders are required to submit the If we need to mask, then what should be Quoted Row items to be
Sealed Technical Bid along with the mentioned in Form - 1 (BoM) against marked as "xxxxxx" in the
Masked Commercial Bid without price each materials unit cost and total cost? columns for unit price & Total
details and sealed Indicative Price. Other columns like
Commercial Bid in physical form on or description, quantity etc
before the last date and time mentioned should be filled with details.
in

Page 18 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

RFP, whereas the Commercial Bid will


be Online Reverse Auction, the date for
the same will be informed to
technically qualified bidders.

27 59 20.2.4 After the completion of reverse auction, We would like to understand how the Successful bidder is selected
the successful bidder is required to successful bidder is selected in the in reverse auction on the
provide the final commercial bids (FCB) reverse auction. Is it based on only on basis of L1 criterion i.e.
with breakup in next two days, the lowest cost quoted or will there be lowest quoted TCO for the
matching the reverse auction price for any technical score added to it? contract period
commercial evaluation. The FCB will
comprise of the Total cost of Ownership
for Bank (TCO).The Bidder shall not
add any condition / deviation in the
commercial bid. Any such condition /
deviation may make the bid liable for
disqualification

28 92 E. Data The proposed application should be What is the DMS system being used, Bank is presently using DMS
Integration capable of integration with standard what is the proposed integration mode? application developed in-
Capabilities DMS systems (API/ enterprise connectors etc.) house and may be integrated
through API.

29 General Query Any restriction on the tools/software to Open source database


be used in the bank. For ex: MongoDB software solutions such as
for database MySQL, PostgreSQL may
be used with back-to-back
premium support from third

Page 19 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

party channel partners.

30 101 N. Alerts from Loan applications from companies Supporting documents may be defined. During implementation, the
LOS / CRILC (Sl. approved without adequate supporting support document details will
No. 7) documents be shared to selected bidder.

31 28 (xv) Bidder has to provide onsite support for Do the bank expect the software vendor RFP stands. Bidder should
hardware/ software/ third party tools at to support hardware, since bank is provide all required
no additional cost to the bank during planning to purchase hardware hardware, software (OS, DB,
the warranty/ AMC/ ATS period. Bidder third party tools) etc as per
has to ensure that services under sizing details provided in the
warranty, AMC, ATS should be RFP. Bidder should have
provided on comprehensive onsite back-to-back arrangement
basis only. with hardware OEM for
support.

32 13 3.2.4: Point (h) Reverse Integration module to What are the reverse integrations As per requirement, selected
feedback the other systems required? Which source systems? Data may be required to flow
back from EWS to Source
systems. Source systems
may be CBS, MIS, ADF, etc

33 19 7.4 > Based on Asset Category Request to elaborate more on the asset Will be provided during POC/
categorization adopted internally which Selected bidder.
is expected for integration

34 44 7.18.2 Inability of the Bidder either to provide Amount of liquidated damages? Refer Section 7.18.10 of RFP
the requirements as per scope or to

Page 20 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

meet the project timelines as specified


would attract liquidated damages.

35 71 48 Number of customers (approx) - Request to share a breakup between This solution should cover all
6,97,00,000 Corporate, Retail, Other and type of the Loan customers
customers - Listed Corporates, Unlisted irrespective amount, asset
Corporates, SME, MSME, Retail. Will all classification etc.
~ 7 cr customers be part of the EWS
solution ? Pl refer clause no 48.

36 117 TR 29 System should support oracle, ms sql Are these the databases on which Solution should support
existing applications are hosted? Is it Oracle or MS SQL.
mandatory for the EWS to be hosted on
one of these? Solution may also use open
databases such as MySQL or
PostgreSQL with back to
back support from third party
service providers.

37 28 xviii The bidder should consider application Request bank to specify the number of Pl refer clause no. 48 (Sizing
software licenses for providing on- branches, locations and concurrent of offered solution)
premises customized enterprise-wide users
perpetual Licenses including Data
Centre (DC), Disaster Recovery Site
(DRS), NDR (if any), branches, and
other offices for unrestricted use
across the organization, irrespective of

Page 21 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

locations or number of users.

38 17 7.1 To detect financial stressed borrower Approx number of customers across Pl refer clause no. 48.
accounts or in its existing loan/lending Retail/SME/Corporate/Agri?
portfolio (Retail/ SME/ Corporate/ Agri
Tech Loan). Approx number of accounts across
Retail/SME/Corporate/Agri?

39 93 The Solution should enable the user to What is Star Desk? This clause is amended as
Data Integration feed the details of top 20 suppliers / under:
Capabilities: debtors/ key persons/key employees of "The Solution should enable
Data Entry company such as name, address, UID, the user to feed the details of
Screens CIN, DIN, GST officially valid top 20 suppliers / debtors/
Point no 2 documents -PAN No of key persons/key employees
entity/individuals, Aadhar, Passport of company such as name,
No., Driving License, Voter ID cardas address, UID, CIN, DIN, GST
part of application to capture and map officially valid documents -
them with positive/ negative sentiments PAN No of entity/individuals,
/information based on internal or Aadhar, Passport No.,
external information sources including Driving License, Voter ID
CKYC (centralized KYC) of CERSAI so cardas part of application to
that it combines or establishes capture and map them with
relationship/ pattern and present to the positive/ negative sentiments
users in a meaningful combination such /information based on
as the positive / negative reports on internal or external
such suppliers/ debtors, key persons/ information sources including
employees of company in the form of CKYC (centralized KYC) of

Page 22 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

summarized report so that user may CERSAI so that it combines


arrive at meaningful decision. or establishes relationship/
pattern and present to the
Apart from feeding, the system should users in a meaningful
be capable to retrieve above combination such as the
information depending on availability positive / negative reports on
from internal sources such Borrower such suppliers/ debtors, key
profile in CBS or Borrower Health persons/ employees of
Profile (BHP) in Star Desk or as company in the form of
available in Bank’s system. summarized report so that
user may arrive at
meaningful decision.
Apart from feeding, the
system should be capable to
retrieve above information
depending on availability
from internal sources such
Borrower profile in CBS or
Borrower Health Profile
(BHP) in any in-house/third
party system or as available
in Bank’s system. "

40 17 5. Project Go Live within 90 days from PO Usual EWS implementations take This clause is amended. Pl
Timeline minimum of 6-8 months for completion refer addendum.
and 3 months may not be realistic
timeline. Request bank to relook at

Page 23 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

same.

41 69 40.1 Payment % of payment for software and All hardware and software OEMs will This clause is amended. Pl
Term hardware have upfront payment on delivery or refer addendum.
maximum installation. Hence request
bank to pay 100% on delivery.

Also all OEMs have 100% yearly AMC


charges at the beginning of the year.
Requesting bank to follow same to avoid
higher costing due to finance charges.

42 16 Eligibility POC (Proof of Concept) of the solution Will bank provide a detailed list of use Test data for POC will be
Criteria, Pt 13 based on cases bank wants to see in the POC? provided by Bank in EXCEL
data provided by Bank or dummy test What about the data for the POC and format.
data of the bidders for 100 accounts. environment? Will this POC need to be
The following are some of the features done in bidder/OEM environment or POC should be carried out at
need to be demonstrated during POC : bank will provide the environment? Bank's premises. All required
- hardware & software should
· Market Intelligence and Portfolio be arranged by the Bidder at
analysis Capabilities no additional cost to the
· Inter-Bank Comparison / analysis Bank.
· Dynamic monitoring of portfolio
The POC and Product demonstration
would need to be completed within 15
days from the date of opening of

Page 24 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

Technical Bid.

43 35 7.10.2 POC activity has to be certified by third Usually POC outcome is reviewed by the POC certification activity will
party (independent & no way related to bank teams and there is no third party be carried out by certified
OEM / Bidder) company / agency. The involved. Please remove the requirement third party(independent & no
third party company / agency’s fees for third party involvement. Bidder will way related to
should be borne by the bidder. present the POC outcome to the bank OEM/Bidder)company /
with the relevant details agency/ Bank. Bank at it's
discretion will select the third
party company/agency for
the purpose and the fees will
be borne by the Bank. Bidder
should facilitate by providing
required access / tools for
successful completion of the
POC certification.

44 Page no: Clause 5 Business Requirement Document Considering the functional and technical This clause is amended pl
17, Point (Project (BRD) & System Requirement specifications of the RFP, it is practically refer addendum.
no: 5 Timelines) Specification(SRS) - Within 15 days not possible to implement EWS in 90
from date of PO days.
Customization & installation, 15-30
days from date of PO We request the bank to consider these
Data Collection & Integration, 30-60 project timelines:
days from date of PO 45 days for BRD/SRS
UAT, 60-75 days from date of PO 90 days for customization & installation,

Page 25 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

UAT System Validations & Report 140 days for Data collection &
Generation, 75-90 days from date of Integration
PO 45 days for UAT
Go-Live Within 90 days from Purchase 45 days for Go-live
Order (PO) TOTAL: 365 days/ 12 MONTHS

45 Page no: Clause 5 (Proof 7.10.2. POC activity has to be certified There is no agency available to certify POC certification activity will
35, Point of Concept) by third party(independent & no way the POC for EWS. be carried out by certified
no:7.10 related to OEM/Bidder)company / third party(independent & no
agency. The third party Request the bank to drop this clause. way related to
company/agency’s fees should OEM/Bidder)company /
beborneby the bidder. agency/ Bank. Bank at it's
discretion will select the third
party company/agency for
the purpose and the fees will
be borne by the Bank. Bidder
should facilitate by providing
required access / tools for
successful completion of the
POC certification.

46 Page no: Clause 5 (Proof 7.10.4. All and any related cost Bank will share the test data for POC to POC certification activity will
35, Point of Concept) associated with demonstrating the bidder by signing the NDA. be carried out by certified
no:7.10 Integrated POC (including provision of third party(independent & no
Servers, independent third party Bidder has to provision the servers, way related to
software & simulation tools, technical required software & tools, resources, etc OEM/Bidder)company /
resources, travel cost ,boarding cost for the POC activity at bidder premise. agency/ Bank. Bank at it's

Page 26 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

etc.) will have to be borne by the Bidder discretion will select the third
and Bank will not bear any cost. The results of POC and product party company/agency for
demonstration will be presented to bank the purpose and the fees will
officials on a schedule date. be borne by the Bank. Bidder
Request the bank to confirm on the should facilitate by providing
above. required access / tools for
successful completion of the
POC certification.

47 Page no: Payment Terms Delivery, Successful Installation and The hardware, OS, Database and This clause is amended pl
69, Point Acceptance of Hardware Software are third party, bought out refer addendum.
no:40.1.d (include OS, DB, third party tools)at items.
each location. - 60% of the Hardware
cost Bidder has to pay 100% advance to
procure these items for bank.
After successful Go–Live of the
Solution in each location - 30% of the Request the bank to consider below
Hardware cost payment terms for Hardware, Software,
OS, Database, etc,
Six months after successful Go Live of
the solution in each On delivery & successful installation -
location. Final payment will be released 90%
after one successful DR Drill - 10% of
the Hardware Cost On go live of solution - 10%

48 Page no: Payment Terms Payment for the Supply of required The proposed payment terms in the RFP This clause is amended pl
69, Point Software, Design, Installation, generate negative cashflow for the refer addendum.

Page 27 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

no:40.1.d Implementation, configuration, project.


integration and Commission of the
EWS Solution shall be made as per Request the bank to consider below
Scope of Work. payment terms:

Delivery of Application Software, On execution of contract & submission of


Customization, PBG - 25%
Installation, Full implementation and
UAT sign-off - 50% of software license On completion of BRD & installation of
cost. EWS solution - 25%
Successful conduction of DR Drill and
Archival On completion of UAT - 25%
Setup implementation - 30% of
software license cost On go-live - 15%

Completion of training & handing over On completion of training - 10%


all the documents and 6 months after
sign off. - 10% of software license cost

After completion of warranty period -


10% of software license cost
AMC, ATS and On-Site Facility
Management charges

49 16 4.13 POC (Proof of Concept) of the solution What was meant by "Inter-Bank RFP Stands
based on data provided by Bank or Comparison/analysis"?
dummy test data of the bidders for 100 Product demo can be completed within

Page 28 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

accounts. The following are some of 15 days, but POC will take longer period.
the features need to be demonstrated POC depends on the speed at which the
during POC : - Bank will provide the required data for
* Market Intelligence and Portfolio POC.
analysis Capabilities POC for 25 accounts can be completed
* Inter-Bank Comparison / analysis within 3 weeks from the date on which
* Dynamic monitoring of portfolio the Bank provides ALL the required data.
The POC and Product demonstration For more number of accounts, longer
would need to be completed within 15 time will be required.
days from the date of opening of
Technical Bid.

50 41 7.12.1 The deputed resource should be a What kind of certified engineer bank is This clause is amended pl
certified and experienced resource or expecting? refer addendum.
qualified as a Professional Certified
engineer with at least 1 year post-
certification experience

51 55 19.3 Performance Bank Guarantee We would like to bring into the notice of Initially PBG may be provided
the honorable tender committee that for 5 years with claim period
bankers may not permit issuance of PBG of 1 year. Subsequently, it
for 7 years, should be extended for
they may issue PBG for a maximum remaining period to cover the
period of 5 years. We would also urge total contract period 1 year
the Bank to claim period before
consider acceptance of PBG on a completion of 3 years of
reducing balance. PBG.

Page 29 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

52 68 40.1 Payment terms We would request the honorable tender This clause is amended, pl
committee to consider the following refer addendum.
payment terms:
For Hardware/ standard OS & DB
> 60% payment would be release
against submission of invoice along with
delivery challan.
>30% payment would be released
against installation.
>10% payment would be released after
1 month of Go-Live

For Installation:
> 60% after UAT modulewise
> 30% after Go-Live of the entire
solution
> 10% after 1 month of Go-Live
For application software
> 50% against delivery of software
> 30% on UAT sign off modulewise
> 10% on completion of DR Drill &
archival set up implementation.
> 10% on completion of training

Page 30 of 31
Addendum-1 to RFP for Procurement & End-to-End Implementation and Maintenance of
Early Warning Signals (EWS) Solution for Credit Monitoring in Allahabad Bank
RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30.03.2019

53 17 5 Project Implementation Schedule - 90 Project Timelines post sign-off to This clause is amended, pl
days completion of project in 90 days - this refer addendum.
timeline is too tight. Only 15 days given
for customisation and implementation.
Request to extend the same to 180 days
with at least 60 days of Customisation
and Installation.

54 21 7.5.8 Sources of information for EWS Does bank want integration in the form Integration using Straight
of flat files? If yes, kindly specify the Through Process (API, Web
format of the files. Service, SFTP etc) without
any manual intervention.

File based may flat files, XML


files, xls, XBRL, JSON files,
csv files etc, which depends
on the source system
compatibility.

55 90 Data Integration The solution should support both online Need more clarity on offline data Validation against off-line
Capabilities: and off line data validations and alerts. validations data sources.
Internal Data
systems
Point no 3

Responses towards all other queries /clarifications/clauses raised by the bidders may be treated as “RFP Requirement Stands”.
**END OF DOCUMENT**

Page 31 of 31
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ALLAHABAD BANK
Request for Proposal For procurement & end-to-end implementation and
maintenance of Early Warning Signals (EWS) Solution for Credit Monitoring in
Allahabad Bank
(After incorporation of Addendum-I dated 11.04.2019)

RFP Ref. No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

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

Page 1 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Table of Contents

1. INVITATION FOR BIDS........................................................................................................................................8

2. ABOUT ALLAHABAD BANK.............................................................................................................................12

3. INTRODUCTION.................................................................................................................................................12
3.1. Background ................................................................................................................................................12
3.2. Objective.....................................................................................................................................................13

4. ELIGIBILITY CRITERIA......................................................................................................................................14

5. PROJECT TIMELINES .......................................................................................................................................17

6. CONTRACT PERIOD .........................................................................................................................................18

7. SCOPE OF WORK .............................................................................................................................................19

8. OWNERSHIP, GRANT AND DELIVERY............................................................................................................53

9. COMPLETENESS OF THE PROJECT...............................................................................................................53

10. INSTALLATION CERTIFICATE:....................................................................................................................53

11. ACCEPTANCE TESTING ..............................................................................................................................54

12. ACCEPTANCE CERTIFICATE ......................................................................................................................55

13. MANUFACTURER’S AUTHORIZATION FORM :..........................................................................................55

14. LANGUAGE OF BID ......................................................................................................................................55

15. NON-TRANSFERABLE OFFER ....................................................................................................................55

16. ERASURES AND ALTERATIONS.................................................................................................................55

17. PRE BID MEETING ........................................................................................................................................56

18. AMENDMENT OF RFP ..................................................................................................................................56

19. TENDER SUBMISSION- GENERAL DETAILS: ............................................................................................56


19.1. Tender Document and Fee:........................................................................................................................56
19.2. Bid Security: ...............................................................................................................................................57
19.3. Performance Bank Guarantee....................................................................................................................58

20. TWO BID SYSTEM TENDER.........................................................................................................................58


20.1. Submission of Technical Bid - ....................................................................................................................58

Page 2 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

20.2. Submission of Indicative Commercial Bid and Reverse Auction ................................................................61

21. DEADLINE FOR SUBMISSION OF BIDS......................................................................................................61

22. BID OPENING ................................................................................................................................................62

23. PRELIMINARY SCRUTINY............................................................................................................................62

24. CLARIFICATION OF OFFERS: .....................................................................................................................63

25. NO DEVIATION ..............................................................................................................................................63

26. EVALUATION OF BIDS .................................................................................................................................63


26.1. Objective of Evaluation Process.................................................................................................................63
26.2. Evaluation of Technical Bids.......................................................................................................................64
26.3. Evaluation of Commercial Bids...................................................................................................................67

27. AWARD CRITERIA ........................................................................................................................................68

28. PERIOD OF VALIDITY OF THE BID..............................................................................................................68

29. ADDRESS OF COMMUNICATION ................................................................................................................68

30. EXERTING UNDUE INFLUENCE ..................................................................................................................68

31. SIGNING OF THE BID ...................................................................................................................................68

32. COSTS OF PREPARATION & SUBMISSION OF BID ..................................................................................68

33. BANK’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS ..........................................68

34. NO COMMITMENT TO ACCEPT ANY LOWEST OR ANY TENDER............................................................69

35. DEFINITION: ..................................................................................................................................................70

36. GOVERNING LANGUAGE: ...........................................................................................................................70

37. APPLICABLE LAW:.......................................................................................................................................70

38. NOTICES:.......................................................................................................................................................70

39. AWARD OF CONTRACT ...............................................................................................................................71


39.1. Notification to Bidder ..................................................................................................................................71
39.2. Signing of Contract .....................................................................................................................................71
39.3. Discharge of Bid Security ...........................................................................................................................71

40. PAYMENT ......................................................................................................................................................71

Page 3 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

40.1. Payment Terms ..........................................................................................................................................71


40.2. Paying Authority .........................................................................................................................................73

41. WARRANTY & ANNUAL MAINTENANCE CONTRACT...............................................................................73

42. EXPENSES FOR THE CONTRACT...............................................................................................................73

43. FAILURE TO ABIDE BY THE AGREEMENT / CONTRACT .........................................................................73

44. PRICES...........................................................................................................................................................73

45. PRICE DISCUSSION......................................................................................................................................74

46. SUCCESSFUL BIDDER’S INTERGRITY.......................................................................................................74

47. INTEGRITY PACT ..........................................................................................................................................74

48. SIZING OF OFFERED SOLUTION ................................................................................................................74

49. SUCCESSFUL BIDDER’S OBLIGATIONS....................................................................................................75

50. USE OF CONTRACT DOCUMENTS AND INFORMATION: .........................................................................75

51. PATENT RIGHT: ............................................................................................................................................75

52. TERMINATION FOR DEFAULT:....................................................................................................................76

53. CONTRACT TERMINATION/CANCELLATION:............................................................................................76

54. CONSEQUENCES OF TERMINATION..........................................................................................................77

55. FORCE MAJEURE.........................................................................................................................................77

56. CONFIDENTIALITY........................................................................................................................................77

57. EXECUTION OF NON-DISCLOSURE AGREEMENT....................................................................................78

58. DISPUTE RESOLUTION MECHANISM.........................................................................................................78

59. JURISDICTION...............................................................................................................................................79

60. AUTHORIZED SIGNATORY ..........................................................................................................................79

61. CANCELLATION OF TENDER PROCESS ...................................................................................................79

62. PUBLICITY .....................................................................................................................................................79

63. CORRUPT OR FRAUDULENT PRACTICES: ...............................................................................................79

64. ARBITRATION ...............................................................................................................................................80


Page 4 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

65. DEFINITION: ..................................................................................................................................................81

66. GOVERNING LANGUAGE: ...........................................................................................................................81

67. APPLICATION: ..............................................................................................................................................81

68. STANDARDS: ................................................................................................................................................81

69. PRE/POST DELIVERY INSPECTION TEST:.................................................................................................81

70. MANUALS / DOCUMENTATION ...................................................................................................................82

71. PACKING: ......................................................................................................................................................82

72. DELIVERY AND DOCUMENTS: ....................................................................................................................83

73. INSURANCE...................................................................................................................................................83

74. TAXES AND DUTIES .....................................................................................................................................84

75. INCIDENTAL SERVICES: ..............................................................................................................................84

76. INDEMNITY ....................................................................................................................................................84

77. BIDDER’S LIABILITY.....................................................................................................................................85

78. SITE PREPARATION:....................................................................................................................................86

79. ORDER CANCELLATIONS: ..........................................................................................................................86

80. GUARANTEES:..............................................................................................................................................86

81. MINIMUM WAGES .........................................................................................................................................86

82. VICARIOUS LIABILITY..................................................................................................................................86

83. PENALTY .......................................................................................................................................................87

84. CONFLICT OF INTEREST .............................................................................................................................87

85. OWNERSHIP AND RETENTION OF DOCUMENTS .....................................................................................87

86. SOURCE CODE AND ESCROW ARRANGEMENTS....................................................................................87

87. COMPLIANCE WITH LAWS: .........................................................................................................................88

88. COMPLIANCE IN OBTAINING APPROVALS/PERMISSIONS/LICENSES: .................................................88

FORM – 1: Bill of Material..........................................................................................................................................89

FORM – 2 : Technical Bill of Material .......................................................................................................................92


Page 5 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

FORM – 3 - MINIMUM TECHNICAL AND FUNCTIONAL SPECIFICATIONS ...........................................................93

ANNEXURE – I - TENDER OFFER FORWARDING LETTER..................................................................................129

ANNEXURE – II - MASKED COMMERCIAL BID FORMAT .....................................................................................131

ANNEXURE III- SCHEDULE OF PRICES (INDICATIVE COMMERCIAL BID) ........................................................131

ANNEXURE IV - COMPLIANCE TO ELIGIBILITY CRITERIA OF BIDDERS...........................................................132

ANNEXURE V - FORMAT FOR BANK GUARANTEE FOR BID SECURITY...........................................................136

ANNEXURE-VI - FORMAT FOR PERFORMANCE BANK GUARANTEE ...............................................................138

ANNEXURE VII - NON-DISCLOSURE AGREEMENT..............................................................................................140

ANNEXURE VIII - PROPOSED TEAM......................................................................................................................143

ANNEXURE IX - AUTHORIZATION LETTER FORMAT ..........................................................................................144

ANNEXURE X - PRE BID QUERY FORMAT............................................................................................................145

ANNEXURE XI - NOTIFICATION OF ACCEPTANCE ..............................................................................................146

ANNEXURE XII - CONTRACT FORM.......................................................................................................................147

ANNEXURE XIII -BIDDER’S INFORMATION...........................................................................................................149

ANNEXURE XIV - DETAILS OF OFFICES / BRANCHES / SERVICE SUPPORT CENTRES.................................150

ANNEXURE XV - ESCALATION MATRIX................................................................................................................151

ANNEXURE XVI - UNDERTAKING OF AUTHENTICITY OF EWS SOLUTIONS ....................................................152

ANNEXURE XVII - CONFORMITY / UNDERTAKING LETTER................................................................................153

ANNEXURE XVIII – COMPLIANCE OF BROAD SCOPE OF WORK ......................................................................155

ANNEXURE – XIX- LETTER OF AUTHORITY FOR PARTICIPATION IN REVERSE AUCTION............................161

ANNEXURE – XX - BUSINESS RULES FOR REVERSE AUCTION........................................................................162

ANNEXURE XXII –BIDDER TURNOVER & PROFITS .............................................................................................166

ANNEXURE XXIII - LITIGATION CERTIFICATE ......................................................................................................167

ANNEXURE- XXIV - MANUFACTURER’S AUTHORIZATION FORM .....................................................................168

ANNEXURE- XXV - CERTIFICATE BY PURCHASER AFTER SUCCESSFUL COMMISSIONING ........................169

ANNEXURE XXVI - DEVIATION STATEMENT ........................................................................................................170


Page 6 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE- XXVII - INTEGRITY PACT...................................................................................................................171

ANNEXURE- XXVIII : TABLE OF CONTENTS.........................................................................................................177

Definitions and Acronyms

Following terms are used in the document interchangeably to mean:


“2FA”- Two Factor Authentication
“ATS” - Annual Technical Support
“AMC” – Annual Maintenance Contract
“BFSI”- Banking, Financial Sector & Insurance
“BOM” -Bill Of Material
“BU” - Business Utility
“CBS” - Core Banking Solution
“CBSO” – Core Banking Solution Office which is located at Mumbai
“CPU” - Central Processing Unit
“CVC” - Central Vigilance Commission
“DB”- Database
“DC” - Data Centre of the Bank which is located at Mumbai.
“DRS” – Disaster Recovery Site which is located at Lucknow
“EASE” – Enhanced Access and Service Excellence
“EWS”- Early Warning Signal
“FM” – Facilities Management
“Gbps” - Giga bits Per Second
“GoI” - Government of India
“HO” – Head Office, which is located at Kolkata
“I/O”- Input / Output
“ITB”- Instruction To Bidders
“ITIC-K”- Information Technology Innovation Centre, which is located at Kolkata
“JV”- Joint Venture
“LAN”-Local Area Network
“NAP”- Network Access Point
“NDR” – Near DR
“OEM”- Original Equipment Manufacturer
“OS”- Operating System
“PM”- Preventive Maintenance
“POC”- Proof of Consent
“RFP” – Request for Proposal
“RRB”- Regional Rural Bank
“SI” – System Integrator
“SIEM”- Security Information and Event Management
“SLA” - Service Level Agreement
“SPOC”- Single Point of Contact
“TCO” - Total Cost of Ownership
“VAPT”-Vulnerability Assessment and Penetration Testing

Page 7 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

SECTION A- INVITATION FOR BIDS


1. INVITATION FOR BIDS

1.1. ALLAHABAD BANK, established in 1865, was nationalized in the year 1969 and is a leading public sector
undertaking listed in BSE/NSE, hereinafter called “The Purchaser” or “Bank”. which term or expression
unless excluded by or repugnant to the context or the meaning thereof, shall be deemed to include its
successors and assigns, intends to issue this Bid document, hereinafter called Request for Proposal, or
“RFP”, for procurement and end to end implementation and maintenance of Early Warning Signals (EWS)
solution for Credit monitoring in Allahabad Bank.The Bank has implemented Core Banking Solution-
B@ncs24, Trade Finance- Exim Bills, Internet Banking, Mobile Banking-empower with TCS as the Systems
Integrator for the project. Unified Payment Interface (UPI) implemented by M/s Lcode. ATM Interface
Implemented by M/s FIS. New Financial Inclusion Gateway is under implementation. The Cyber Security
Operation Centre (C-SOC) is also under implementation. The Bank’s Data Centre (DC) is at M/s CtrlS Data
Centres Limited, Plot No EL -72/1/A, TTC Industrial Area MIDC, Mahape, Navi Mumbai-400701, Disaster
Recovery Site (DRS) is at 3rd Floor, Zonal Office Building Hazratganj, Lucknow (U.P.) 226001, Near DR is
at Sify Technologies Pvt. Ltd., VAT 251 & 261, 5th & 6th Floor, Vashi Infotech Park, Near Vashi Railway
Station, Mumbai – 400703, Maharashtra and various NAPs are spread across the Country. Bank has
3300+ branches / offices spread across India.

1.2. Allahabad Bank intends to procure EWS Solution at DC and DR location with 7 years support (02 years
Warranty post implementation and 5 years AMC/ATS support) contract. The purpose of this RFP is to invite
bids from vendors for procurement of fully automated Early Warning Signals (EWS) Solution for Allahabad
Bank as per Scope of work and Functional and Technical Specifications given in this RFP. The Bidder
would be the single point of contact for the Bank.

1.3. A complete set of RFP documents may be purchased by interested Bidders on the submission of a written
application, from Allahabad Bank, Head Office, Department of Information Technology, 2, Netaji Subhas
Road, Kolkata – 700 001, India upon payment of non-refundable fee of INR 20,000/- (INR Twenty Thousand
only) in the form of Demand Draft or Banker’s Cheque drawn on any scheduled bank in favour of ‘Allahabad
Bank’, payable at Kolkata. Only those Bidders, who purchase the RFP in their names, will be eligible for
submission of bid.

1.4. The bidder may download the RFP documents from bank’s official web-site: www.allahabadbank.in
<http://www.allahabadbank.in> or E-tendering portal www.tenderwizard.com/abbank
http://www.tenderwizard.com/abbank.

1.5. The RFP can be obtained from the following address during office hours on all working days during RFP
sale period between 10.00 A.M. to 5.00 P.M, either in person or by post. The RFP Co-ordinator details are
as under:

The Chief Manager (IT)


Allahabad Bank
Department of Information Technology,
Head Office,
2, Netaji Subhas Road,
Kolkata-700001 (West Bengal), INDIA
Phone No- 033-22420995
Page 8 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

1.6. This tender is not transferable. Only the Bidders who have officially purchased this tender document shall be
entitled to quote, subject to their fulfilling the eligibility criteria.

1.7. The bidders who have received the RFP through mail/ have downloaded and wants to participate in the
bidding process must pay a fee of Rs.20,000.00 (Twenty Thousand Only), towards cost of the bid document,
in the form of Demand Draft or Bankers Cheque, payable in favour of ‘Allahabad Bank’, payable at Kolkata.

1.8. The details are as under –


Sl. No. Items Details
HO/DIT/CRMON/EWS/2019-20/128
1. Bid Reference
dated: 30/03/2019
2. Price of RFP ( Not Refundable) Rs. 20,000/-
3. Date of commencement of sale of RFP 30/03/2019 11:00 Hrs

4. Last Date for sale of RFP 26/04/2019 12:00 Hrs


Last Date for submission of Pre-Bid
5. 04/04/2019 11:00 Hrs
Queries
6. Date and time for Pre-Bid Meeting 05/04/2019 16:00 Hrs

7. Last Date & Time of Submission of bids 26/04/2019 13:00 Hrs


Date and Time of Opening of Technical
8. 26/04/2019 16:00 Hrs
Bids
Date and Time of Opening of Commercial To be notified subsequently to the
9.
Bids technically qualified Bidders
Chief Manager -IT,
Department of Information Technology,
10. Place of submission and opening of Bids Allahabad Bank, Head Office
2, Netaji Subhash Road,
Kolkata – 700 001 , India
Same As Above
Address for Communication and Pre-Bid
11. Tel : 033–22420995
Meeting
Email : ho.ditcbs@allahabadbank.in

1.9. This is a Two Bid System tender, wherein the bidder is required to submit Technical bid in physical form and
Commercial bid through the online reverse auction.The original RFP (and any addendums) needs to be
signed and stamped by the Bidder in all pages and has to be submitted along with the Technical Bid.

The Bidder has to submit soft copy of the complete Technical Bid, Masked copy of commercial bid without
price information, Indicative Commercial Bid and Compliance to Eligibility Criteria in Microsoft Office / Open
Office format on CD/ DVD along with the hard copy of technical bid.

1.10. All Technical Bids must be accompanied by a Bid Security for INR 15,00,000/- (INR Fifteen Lac only) in the
form of Bank Guarantee as specified in Annexure-V and must be delivered at the above office on or before

Page 9 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

specified date and time indicated above. This security will remain in force up to and including 60 days after
the period of the bid validity.

1.11. MSEs (Micro and Small Enterprise (MSE) are exempted from paying the Tender Fee and Earnest Money
deposit amount for which the concerned enterprise needs to provide necessary documentary evidence. For
MSEs, the provisions as per Government of India shall be considered while evaluating the tender. The
bidder to note that, in the current RFP splitting of order is not applicable.

1.12. Each Bidder is eligible for submitting only one Bid in response to this RFP.

1.13. Technical Bids will be opened in the presence of the Bidder’s representatives who choose to attend on the
specified date and time. Technically qualified bids will be taken up for further processing and the Indicative
Commercial Bids of technically qualified Bidders will be opened in the presence of the technically qualified
Bidder’s representatives on separate date and time which will be notified separately.

1.14. No further discussion/ interface will be granted to Bidders whose bids have been disqualified.

1.15. Allahabad Bank reserves the right to accept or reject in part or full any or all the offers without assigning any
reasons whatsoever

1.16. In case of any discrepancy noticed within the RFP at a later stage, the discretion of the Bank shall prevail
and be binding on the Bidder.

1.17. Disclaimer

1.17.1. The RFP document is intended solely for the information of the party to whom it is issued (“the Recipient”
or “the Respondent”). The information contained in this Request for Proposal (RFP) document or
information provided subsequently to bidder(s) or applicants whether verbally or in
documentary form by or on behalf of Allahabad Bank (Bank), is provided to the bidder(s) on the
terms and conditions set out in this RFP document and all other terms and conditions subject
to which such information is provided.

1.17.2. The RFP document is not a recommendation, offer or invitation to enter into a contract, agreement or
any other arrangement in respect of the servicesand is only an invitation by Bank to the interested
parties for submission of bids. The purpose of this RFP is to provide the bidder(s) with
information to assist the formulation of their proposals. This RFP does not claim to contain all
the information each bidder may require. Each bidder should conduct its own investigations
and analysis and should check the accuracy, reliability and completeness of the information in
this RFP and where necessary obtain independent advice. Bank makes no representation or
warranty and shall incur no liability under any law, statute, rules or regulations as to the
accuracy, reliability or completeness of this RFP. Bank may in its absolute discretion, but
without being under any obligation to do so, update, amend or supplement the information in
this RFP.

1.17.3. The RFP document contains statements derived from information that is believed to be true and reliable
at the date obtained but does not purport to provide all of the information that may be necessary or

Page 10 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

desirable to enable an intending contracting party to determine whether or not to enter into a contract or
arrangement with Bank in relation to the provision of services. Neither Bank nor any of its directors,
officers, employees, agents, representative, contractors, or advisers gives any representation or
warranty (whether oral or written), express or implied as to the accuracy, updating or completeness of
any writings, information or statement given or made in this RFP document. Neither Bank nor any of its
directors, officers, employees, agents, representative, contractors, or advisers has carried out or will
carry out an independent audit or verification or investigation or due diligence exercise in relation to the
contents of any part of the RFP document

1.17.4. The provision of the services is subject to observance of selection process and appropriate
documentation being agreed between the Bank and any successful Bidder as identified by the Bank after
completion of the evaluation process detailed in the RFP. No contractual obligation whatsoever shall
arise from the RFP process until a formal contract is executed by the duly authorized
signatory of the Bank and the Bidder.

1.17.5. While this section is a Preface to the entire document, the following sections are meaningfully
segregated for better understanding of the document. The section headings or any other headings do
not have any contractual sequence and the submission of responses should be based on the total
understanding of the document.

1.17.6. The responses should be comprehensive enough to cover the requirements envisaged in the document
and all supporting Annexure. The Bidder is advised to consult the RFP document and all it’s supporting
Annexure to arrive at a solution for proposing to the Bank, and in developing technical and commercial
responses.

1.17.7. The RFP for all intents and purposes is final. However, Bank reserves the right to bring about any
changes in requirements/scopes and the same will be communicated to the Bidders well in advance so
as to allow the Bidders sufficient time to prepare their proposal.

1.17.8. Subject to any law to the contrary, and to the maximum extent permitted by law, Bank and its directors,
officers, employees, contractors, representatives, agents, and advisers disclaim all liability from any loss,
claim, expense (including, without limitation, any legal fees, costs, charges, demands, actions, liabilities
expenses or disbursements incurred therein or incidental thereto) or damage (whether foreseeable or
not) (“Losses”) suffered by any person acting on or refraining from acting because of any presumptions
or information (whether oral or written and whether express or implied), including forecasts, statements,
estimates, or projections contained in this RFP document or conduct ancillary to it whether or not the
Losses arises in connection with any ignorance, negligence, casualness, disregard, omission, default,
lack of care, immature information, falsification or misrepresentation on the part of Bank or any of its
directors, officers, employees, contractors, representatives, agents, or advisers.

Page 11 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

SECTION B – CONDITIONS OF PROCUREMENT

2. ABOUT ALLAHABAD BANK

2.1. Allahabad Bank (‘the Bank’) was established on 24th April 1865 in Allahabad. In the year 1969, the
Government of India nationalized 14 commercial banks and Allahabad Bank was one of them. For
operational convenience, the Head Office of the Bank was shifted from Allahabad to Kolkata in 1923.

2.2. The Bank is a leading Public Sector Commercial Bank based in India. The Bank offers a range of financial
services including Cash Management Services, Depository Services, Corporate Agency arrangements,
Rupay / Visa debit cum ATM card, Internet Banking, Mobile Banking, Point Of Sale (POS), Bank Assurance
and Mutual Fund, Real Time Gross Settlement (RTGS), Immediate Payment Settlement system
IMPS),Unified Payment Interface (UPI), Gold Card scheme for exporters, National Electronic Fund Transfer
(NEFT), Government Business, Credit Card business (proposed), E-commerce payments etc. The bank
operates through four business segments, namely, Treasury, Corporate / Wholesale Banking, Retail
Banking, Financial Inclusion and Other Banking.

2.3. The Bank has a network of around more than 3300 Domestic Branches/Offices. The Bank also has an
Overseas Branch at Hong Kong.

2.4. The Bank has Core Banking Solution Office (CBSO), Data Center (DC) & Near Disaster Recovery Site
(Near DR) in Navi Mumbai, IT Innovation Centre (ITIC) in Kolkata and DR Site in Lucknow.The CBS
implementation of the Bank was completed on 18th December 2010. The CBS software is Bancs24,
supplied and maintained by M/s Tata Consultancy Ltd (TCS). Core Infrastructure for the Centralized
Banking Solution is hosted at the Data Center (DC) and Disaster Recovery Site (DRS). DC & DRS are
operational on 24 x 7 basis and have necessary infrastructure for that.

2.5. The Bank has one Regional Rural Bank – Allahabad U.P. Gramin Bank, and two JVs ASREC & Universal
Sompo General Insurance Co. Ltd.

2.6. The Bank will open branches, offices from time to time & may also promote/acquire Associates/JVs as and
when required.

3. INTRODUCTION

3.1. Background

3.1.1. Reserve Bank of India vide their Circular No. RBI /2014-15 /590 (DBS.CO..CFMC.BC.
No.007/23.04.001/2014-15) dated May, 7, 2015 and Circular No. RBI/DBS/2016-17/28
(DBS.CO.CFMC.BC.No.1/23.04.001/2016-17) dated 01.07.2016 prescribed guidelines on dealing
with loan frauds and Red-Flagging of Accounts (RFA) based on Early Warning Signals. Main
objective of these guidelines are for prevention, early detection, prompt reporting to the RBI and
investigative agencies. Allahabad Bank has decided to extend full benefits of technology in dealing
with EWSs to improve operational efficiencies and for timely action in this regard.

3.1.2. Early Warning Signal System should take feeds from different sources, to generate the alert and
reports to protect the Bank against frauds / default in the Loan Accounts. System need to be

Page 12 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

integrated with different systems such as CBS, Loan Origination System, Rating System, Treasury
system, MIS, HRMS, KYC & AML, Social Networking Sites, MCA, SEBI, Internet and Digital Media
etc during the contract period at no additional cost . These consist of information captured from
external bureaus and public sources as well as internal trade line and customer payment behaviour.

3.1.3. For this purpose Bank needs to procure the solution with integration capability with different systems
of the Bank as well different information about the borrower/ guarantor/ persons related with
borrower/s available in public domain through internet and digital media.

3.1.4. Solution should meet all security standards meant for Banking Institutions in India.

3.2. Objective

3.2.1. The Bank now intends to select a bidder for Supply, Installation, Implementation, Integration,
Configuration, Testing, Operationalizing / Commissioning and Maintenance of solution for Early
Warning Signals (EWS) for Credit Monitoring, through open tender process.

3.2.2. The purpose of this RFP is to obtain competitive proposals for supply of solution that meet
the EASE compliance requirements. The solution deployed should be in line with the Government
/ regulatory /anti money laundering requirements as prescribed from time to time during
the contract period at no additional cost to the Bank. Any upgradation or modification
required by the Bank till six months post Go-Live and thereafter any upgradation or
modification required as per the requirement of any regulator (RBI or IBA or FIU-IND), any
time in the event of new scenarios or developing EWS / any changes / modification / new
regulatory requirements or reporting requirements which warrants the Bank’s compliance
during the contract period will be provided free of cost by the vendor.

3.2.3. Any modification / upgradation in the existing interface during the contract period should be carried
out at no additional cost to the Bank. Further any new interface development & implementation to
comply regulatory / statutory guidelines during the contract period should be provided at no additional
cost to the bank. All interfaces should be straight through process (STP) mode with all the required
encryptions in place.

3.2.4. The solution would need to be interfaced to the CBS and other 3rd party solutions to meet the
business requirements. The proposed EWS solution should have following modules/features:

a) Data integration system from internal and external systems


b) Library (that can be appended) of early warning signals
c) Rule engine - that provides facility of configurable analytical routines to analyze data
and serves as input for alerts
d) Rating and scoring engine
e) Alert Generation and management system
f) Work Flow Management
g) Reporting Module
h) Reverse Integration module to feedback the other systems
i) Account level and Customer level Dashboards at Departmental and Executive levels

Page 13 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

3.2.5. The design, supply, configuration, commissioning, customization, integration, testing, user
acceptance, documentation, training, warranty support and post warranty maintenance support for all
the solution components including software/ hardware/ database (if required) / licenses/ tools is
provided hereunder for the fulfilment of Terms & Conditions, Technical specifications and Scope of
Work mentioned elsewhere in the RFP.

4. ELIGIBILITY CRITERIA

Sr. Documentary Evidence to be submitted to


Eligibility Criteria
No. the bank
Bidder should be a Registered / Company in India for a
minimum period of 5 (five) years as on date of RFP. In Copy of Certificate of Incorporation issued by
case of mergers / acquisitions / restructuring or name the Registrar Of Companies and Articles of
1.
change, the date of establishment of earlier / original Association, Memorandum of Association
Partnership Firm / Limited Company can be taken into should be submitted.
account.
Bidder should have an average annual turnover of more
than INR 5 Crore in the last three financial Years (i.e.
2015-16, 2016-17, 2017-18). Copy of Audited Balance sheets and Profit &
Loss statements for the financial years 2015-
Net profit should be positive in any 2 (two) of the last 16, 2016-17, 2017-18 along with the
three financial years and their net worth should be certificate duly certified by the Chartered
positive in each of the last three financial years ie.2015- Accountant and details as per Annexure –
16, 2016-17, 2017-18. This must be the individual XXII
2. company turnover and not of any group of companies /
subsidiaries. In case financial statements have not been
. audited & published for the year 2018-19,
Net worth is to be calculated as follows: Capital Funds unaudited/ provisional ones can be
(Paid up equity capital + Paid up preference shares + submitted along-with a declaration that
Free reserves) – (Accumulated balance of loss + audited statements will be submitted once
Balance of deferred revenue expenditure + Other they are available.
intangible assets)

The bidder should have permanent office in India.


Further the bidder should have support Center at
Details of own offices / service centres
3. minimum one location out of Kolkata, Lucknow and
should be provided as per Annexure-XIV.
Mumbai.

The bidder should be the Original Equipment Letter from the OEM authorizing the bidder
Manufacturer (OEM) or certified / authorized agent of the
to participate in the RFP or agreement with
solution offered. the solution provider with reference to the
Note: solution offered should be submitted as per
4. Annexure XXIV along with the bid.
(1) The bidder can be an authorized supplier of an In case OEM is directly participating self
OEM or OEM itself, but both OEM and its declaration has to be provided.
authorized supplier cannot bid simultaneously for
the same item/product.
Page 14 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Sr. Documentary Evidence to be submitted to


Eligibility Criteria
No. the bank

(2) If a bidder submits a bid on behalf of the OEM, the


same bidder cannot submit a bid on behalf of
another OEM for the same item / product.

Supported by documentary evidence and


also copies of the Service Contracts
wherever entered. (The Bank will consider
the arrangements to be firmed up only when
documents evidencing agreements signed or
undertakings/ commitments made are
submitted. Bidders who have not firmed up
arrangements with other vendors/
Bidder should have supplied, Implemented / in the Subcontractors are not likely to be
process of implementation of end to end Early considered.) Letter from the organization
Warning Signal (EWS) solution successfully in at concerned confirming successful
least one Scheduled Commercial Bank’s Data implementation/under implementation of
5.
Centre / Disaster Recovery Site (DRS) in India Early Warning Signals (EWS) solution with
(excluding RRBs/ Co- operative Bank) with more them, to be submitted with following details –
than 1000 Branches, within last five years as on (UAT sign off letters are not acceptable)
date of submission of the Bid/ tender
Name of the person who can be referred to
from Clients’ side, with Name, Designation,
Postal Address, Contact Phone and Fax
numbers, E-Mail Ids, etc., (Attach copies of
purchase orders) The Bank reserves the right
to inspect such installations while evaluating
bids. The vendor should bear all the
expenses in this regard.
The Bidder should not have been debarred/ blacklisted
for corrupt and fraudulent practices by the Govt. of India /
State Governments / Regulatory Agencies / PSU/other
institutions in last 3 years as on the date of the Bidder should submit a legal undertaking (To
6. submission of bid/tender. be submitted as Annexure -XVII).

Bidder should not be involved in any litigation which


threatens the solvency of the company Bidder should
comply with government’s rules and regulations.

Page 15 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Sr. Documentary Evidence to be submitted to


Eligibility Criteria
No. the bank
Bidder shall ensure back to back availability of support
Details of Proposed Team as per Annexure –
from OEM at Mumbai or Lucknow and should have
VIII to be submitted and details of offices as
presence of dedicated teams in one of these cities to be
per Annexure XIV to be submitted
7. able to provide efficient and effective support at the banks
OEM should submit an Undertaking on
premises as and when required.
organization’s letter head.
OEM should meet all the terms & conditions of contract in
case SI (Bidder) is not being able to fulfill its obligations.
Bidder / OEM should not be owned or controlled by any
Self-Declaration by Bidder/OEM on the
8. Director or Employee (or relatives) of Allahabad Bank.
company’s letter head is to be submitted.

The bidder must have satisfactorily conducted Bank A certificate to that effect from bidder’s Banker
9.
Account. should be furnished along with the bid
Bidder should ensure and confirm to the Bank that
the application is developed in the secure SDLC
10. environment. It is the responsibility of the Bidder to Bidder to submit undertaking
keep the application free from all kinds of
operational or security bugs.
Bidder should have in place strict version control
measures. They should get the application tested
using an approved source code testing tool and the
relevant certificate is provided to the Bank at the
11. time of initial implementation as well as at every Bidder to submit undertaking
stage of change of version of application. Also the
bidder should certify that the application is free from
any ‘Backdoors/Trojans’ in the beginning and
whenever there is a change in source code.
Solution should have mechanism in place to ensure
12. Presently Identifiable Information (PII) of customers Bidder to submit undertaking
is protected for confidentiality.
POC (Proof of Concept) of the solution based on
data provided by Bank or dummy test data (in excel
format) of the bidders for 100 accounts.

The following are some of the features need to


be demonstrated during POC : -
Self-Declaration from Bidder to be
13.  Market Intelligence and Portfolio
submitted.
analysis Capabilities
 Inter-Bank Comparison / analysis
 Dynamic monitoring of portfolio
The POC and Product demonstration would need to
be completed within 15 days from the date of
opening of Technical Bid.
Page 16 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Sr. Documentary Evidence to be submitted to


Eligibility Criteria
No. the bank
Data that will be provided by the Bank is given at
Table-I given below:

Bidder should carry out POC at Bank’s Premises.


All required hardware & software for creating POC
environment should be provided by the Bidder.
Bank shall not bear any expenses related to POC.

POCs done will not be treated as experience of the Bidder.

Table-I: POC test data details:

Tentative Details which will be shared by the Bank for conducting POC for 100
Sr.No. borrowers for Corporate and Retail portfolio in EXCEL format
Customer Profile- Customer Id, Name, ID, Geography, Branch, Industry,
1 Business Segment etc
2 Account Information – Customer id, Account no, Name, Account information,
account open date etc.
3 EOD Balances- Outstanding, Sanctioned , limit lines
3 Overdue Amounts / Drawing Power information
4 Information regarding non servicing of interest
5 Cheque returns data
6 External credit rating (if available)
7 Stock Statement submission schedule and actual reporting
8 SMA reporting data
9 Adhoc Sanctions
10 Primary / Secondary valuation and insurance amounts
11 Collateral information
12 Bills due date / Overdues

Bidder must comply with all the above-mentioned criteria and provide the requisite information. Non-
compliance of any of the criteria will entail rejection of the offer summarily. Photocopies of relevant
documents / certificates should be submitted as proof in support of the claims made. The Bank
reserves the right to verify /evaluate the claims made by the Bidder independently. Any decision of the Bank in
this regard shall be final, conclusive and binding upon the Bidder.

5. PROJECT TIMELINES

The Successful Bidder is expected to adhere to the following timelines:


Project Bidder shall submit a detailed Within 15 days from date of
Implementation project implementation plan, PO
Schedule which will include the full scope

Page 17 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

of the project as mentioned in


this RFP.
Customization & installation 15-30 days from date of PO
Data Collection & Integration 30-60 days from date of PO
UAT 60-75 days from date of PO
UAT System Validations & 75-90 days from date of PO
Report Generation
Go-Live*
a) Phase-I (Loan Customers Within 90 days from
with total exposure of Rs. 50 Purchase Order (PO)
Cr & above) date

b) Phase-II (Loan Customers Within 120 days from


with total exposure of Rs. 5 Purchase Order (PO)
Cr & above) date

c) Phase-III (All Loan Within 150 days from


Customers) Purchase Order (PO)
date

Server Hardware, Bidder should size & provide all hardware, Software (OS,
OS, Database for Database, Middleware etc.) licenses to meet business
EWS Solution And requirements during the contract period.
other hardware
requirements For
EWS project
Implementation
Contract Period Total of 07 years (Two year warranty from the date of Go Live
and 05 Years AMC from the expiry of warranty period)
*Go-Live date of the Project for all purposes will be successful implementation of Phase-III
date.

The Bank, at its discretion, shall have the right to alter the delivery schedule and quantities based on the
implementation plan. This will be communicated formally to the Bidder during the implementation, if a need
arises. Bank reserves the right to change location of installation at a later date with prior intimation to the
Bidder. Transportation and Transit Insurance cost for relocation of the hardware if already delivered at the
specified location will be at the Bank’s cost. However, Bidder will provide all the necessary assistance
including re-installation, configuration, packing/unpacking etc to facilitate this at no cost to the Bank.

6. CONTRACT PERIOD

The contract period for supply, installation, implementation and maintenance of EWS software
solution will be for a minimum period of Seven years from the date of acceptance of the solution with
an option of extension period of two (2) years, at the discretion of the Bank. Bank shall have the
option of terminating the contract during the contract period by giving a 3 month’s notice.
Page 18 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

7. SCOPE OF WORK

The details of Data Sources, Modules, Functionalities, Key Components & Features envisaged etc., envisaged
as on date are provided in the following sections. In case of any additions / changes in these areas to comply
regulatory / statutory requirements during the contract period should be provided at no additional cost to the
Bank, unless proper justification is given.

7.1. Objective

The Bank is looking for a solution to provide an early warning signal (EWS) mechanism with the following
objective:
 To detect financial stressed borrower accounts or in its existing loan/lending portfolio (Retail / SME,
corporate, Agri Tech loans etc.)
 To provide a warning signal in case of potential lending opportunities that are in application/evaluation
stage
 To be able to predict and take necessary corrective actions on loan accounts based on their health as
against the defined directive of measurement of such assets

7.2. Data Sources

The bank envisages the EWS to function based on combination of financial intelligence and market
intelligence. Data sources involved for the solutions are as follows:

 Core Banking System


 Trade Finance
 Treasury system
 Loan Origination System
 Sanction Letter
 Rating System
 Loan Assets Monitoring Portal
 Document e-Verification and Archival system
 DMS ( Document Management System)
 KYC and AML
 Financial Statements
 Banks internal documents / Systems
 Third Party Aggregators
 Public data sources including credit information companies, with regard to data providers, macro and
micro aggregators.
 Any other Data source as required to comply Regulatory / Statutory guidelines during the contract
period.

7.3. Modules

The EWS should include but not limited to the following modules detailed later in the RFP -

 Transaction Surveillance Module


Page 19 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

 Data Integration Module


 Text Mining module,
 Internet Scanner module,
 Alerts Scoring module,
 Reporting module,
 Work flow module,
 Audit module.
 Data Analytics Module

7.4. Functionalities

The bidder shall provide following functionalities for credit monitoring.

 Ability to generate drill down report based on the analysis of data from CBS and other
connected sources
- Based on industry
- Based on geography
- Based on asset category
- Others

 Ability to assist in the audit process related to loans which include


- Credit Audit
- Stock Audit
- Statutory Audit
- Long Form Audit Report
- Concurrent Audit

 Ability to follow up on the audit process


.
7.5. Key Components & Features envisaged in EWS solution

A broad conceptual/functional overview of the components and features (illustrative not exhaustive) that are
required in the EWS systems areas under –

7.5.1. Data Management Module: An engine that has the ability to ingest, enhance, transform and load data
from a variety of internal and external sources for the purposes of analysis

7.5.1.1. Data ingestion capabilities: The EWS is expected to have capabilities around
data ingestion (depending on sources of data, volume and technological
limitations).Some of the options that will be are API based, feed based,
batch/dump based or manual upload.

7.5.1.2. Data transformation: The EWS is expected to have functionalities around how
source data from various sources should be transformed/enriched/filtered for
EWS to run analysis. Some other key aspects that will be evaluated in case of
non-financial text based data are keyword based filtrations, text

Page 20 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

analytics/sentiment based filtrations.

7.5.1.3. Interactive Querying System: EWS solution is expected to have functionalities of interactive
querying system to find cash flow behavior, money trail and other transaction surveillance
enablers.

7.5.2. EWS Rule Management Module :

7.5.2.1. Configurable rules to assess financial performance, based on financial parameters namely:

 Financial ratios (e.g. DSCR, Current ratio, NP Ratio, EBIDTA, Sales growth trends),
Leverage Ratios
 Transaction based parameters (e.g. excess withdrawal of cash from loan accounts,
transfer of loan funds to sister concerns, transfer of loans)
 Comparison between estimated &actual

7.5.2.2. Configurable rules for legal and regulatory compliance based on non-financial parameters:

 Lists from regulators like RBI (e.g. SMA, C-KYC, CRILC, CERSAI) and other peer
Banks
 Event based - financial disclosure in public financial Statements
 Industry specific reports on overall health of industry
 Unit visit report
 Stock and Book-Debt statements
 Structured news from financial sites and stock market data (based on key sentiment
oriented key words).
 Structured news from sentiment scoring (Legal site, social media and other news
media (print or electronic).

7.5.2.3. Rules must have option of being configured also as period specific rules with threshold
definitions,

7.5.2.4. Industry / entity / geography / compliance specific fraud rule switch on / off / threshold
setting

7.5.2.5. Neural based / machine learning based rules (along with rule / alert switch on / off)

7.5.3. EWS Alert and Rating Management Module :

This module is expected to carry out an ongoing comprehensive analysis of the information from Banks
internal and external sources. The analysis should yield alerts which are rated employing on suitable
statistical rating/scoring models. The EWS is expected to have features around flexibility to be offered in
managing alerts some aspects that will be deliberated and finalized are around requirements such as:-

7.5.3.1. Case specific/industry specific/period based false positive rule flagging/blocking


Page 21 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

7.5.3.2. Alert rating mechanism, alert escalation matrix configurability and features
7.5.3.3. Alert review and closure and creating, managing and closing cases out of genuine alerts

7.5.4. EWS case management module

The EWS solution is expected to have features around case management module where
all alerts that are genuine for which action needs to be taken for remediation are treated as
red flagged accounts. The case management will involve features around:

7.5.4.1. Case creation


7.5.4.2. Case status progress tracking
7.5.4.3. Case actions and approvals
7.5.4.4. Case closures.

7.5.5. EWS reporting module

The EWS solution is expected to have features around user based dash boarding
functionality. Some of the aspects that will be explored are:

7.5.5.1. Location specific alerts reports


7.5.5.2. Facility specific alerts reports
7.5.5.3. Geography/Zone specific alert reports
7.5.5.4. Data drill down capabilities from alerts into the history of customer and basis
of the alert with all underlying supporting data

7.5.6. User based access control and reporting functionality

The EWS solution is expected to have features pertaining to access control which will
cover areas like:

7.5.6.1. Access privilege level configuration (i.e. who gets what access or what
rights)
7.5.6.2. Access granularity (to what extent can access be restricted e.g. restriction of
access at report level or data extraction/saving etc.)

7.5.7. Security and logging capabilities

The EWS solution is expected to have features pertaining to security and logging which
will cover functionalities around:

7.5.7.1. User activity logging (reports runs, data deleted etc.).


7.5.7.2. System activity logs around the following system query runs, batch report
extractions and master data/operational data deletions/modifications.
7.5.7.3. Application error and crash logs (e.g. data ingestion errors, failed sanity
checks, API errors etc.).
7.5.7.4. The system is expected to be compliant with the Banks security policies.

Page 22 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

7.5.8. Sources of information for EWS

The bank is considering a comprehensive EWS system that obtains financial and market
intelligence through a variety of data points in order to determine the level of stress in an
existing account/relationship based on a statistically weighted score. The sources of
information among which the bidders proposed EWS needs to ingest information are as
under (bidder to outline in detail what inputs the proposed EWS seeks).

7.5.8.1. Financial Intelligence from Bank’s internal sources

a) Core banking system (CBS): The bank may upgrade the CBS in near future.
Presently Bank is having B@NCS-24. Solution should work in upgraded
versions as and when implemented by Bank & no extra cost will be paid
towards the same. The bidder is to propose the mandatory interfacing cost
with CBS and upgraded version of CBS as part of the bidder’s commercial
offering in the Commercial Bid.

The successful bidder needs to integrate CBS with EWS solution. The inputs
from this module will include data for all fund based facilities (Project finance,
loans, CC’s, bridge finance etc.) which will be pertinent aspects such as
(indicative):

 Customer data (including Directors/promoters information)


 Current facilities in use
 Outstanding amount, payment history and loan servicing delays (interest or
principal amount).
 Transaction data relevant to indicate suspicious patterns

b) Trade finance systems: The inputs from this module will include data for all
non-fund based facilities, which will include facilities such as(indicative):

 LC’s issued (including details of LC’s devolved)


 BG’s issued (with margin details where relevant)
 Bills Inland & Foreign
 Buyers Credit

c) Treasury systems: The Bank is currently using Treasury application for front
office, mid office and back office operations, inputs from this module will
include data for all trading/rate agreements, which will include facilities such as
(indicative):

 Forward rate agreements


 Currency futures
 Currency options
 MTM information for the above arrangements
Page 23 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

 Corporate bond market/CP Market


 CDS Market
 Equity Market

d) Other Support systems

 Security/collateral information: Inputs from security/collateral


management system for recording all security provided against loans
advanced by the Banks. The information points to be considered
may include:
 Nature of collateral/security (e.g. property, shares)
 Location of the collateral (in case of property related collateral)
 MTM data in relation to shares
 Data from Loan Assets Monitoring Portal (LAMP)
 Documents / Information from DeVA (Document e-Verification and
Archival System)

e) Financial statement filing data : inputs from periodic filings with the
Banks such as (indicative):

 Monthly projections
 Quarterly balance sheets
 Stock statements
 Annual audited financial statements

7.5.8.2. Financial and market Intelligence from Bank’s external sources

a) IBA, RBI, DRT, DRAT, NCLT, NCLAT, , CFR,SIDBI, ECGC, SEBI, BSE, NSE,
MCA, CBI / ED / SFIO / Cyber Crime, EOW, SIDBI, Udyami Mitra, ECGC,
Udyog Aadhaar, CGTMSE, Customs, DGFT, IT / Service tax / Sales / GST,
PAN CHK, Central KYC, CERSAI, Aadhar, Information Utilities, Public
Credit Registry etc. and peer Banks. : Some of the data points that can be
extracted from:

 SMA reports
 Willful defaulters lists from Banks
 RBI defaulter list
 RFA / Fraud

b) International Databases: These data points involve information from


international regulators and bodies, some of the lists involved are:

 OFAC List
 IMOLIN
 US Sanction lists

Page 24 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

 UK Sanction lists

c) Credit rating data : Some data points can be utilized from sources such
as:

 CIBIL
 Credit rating agencies (CARE, MOODYS, D&B, CRISIL, ICRA, Fitch,
Brickwork, ACUITE etc.)
 CRR – Bank’s Internal credit rating application
 Any Other RBI Licensed Rating Agencies

d) Financial Websites:

 These data points will include financial websites (Indian and


international), including news aggregators (E.g. Bloomberg, Reuters
etc.).The bidder is required to indicate which subscriptions for external
feeds are required including but not limited to below.

 Asset Class and sector taxonomy


 Fund Holdings High Quality Liquid Asset scoring
 Asset class taxonomy Shares outstanding
 Voting rights
 Corporate Actions
 Legal Entity reference data
 Probability of default or bankruptcy based on Company Data &
Financials
 Default rates broken down by geographic Region, Country, Sector &
Industry
 Predictive Credit Risk Rating based on News and other unstructured
data
 Negative web sentiment news across all major media sources
 Adverse press releases on financial or operating performance
 Fraud related news including White Collar Crime, IP Crime, Cyber
Crime, etc.
 Ownership of the company and CROS
 Corporate Announcements from the Exchanges
 Forecasted revenue or the net income by the research house
 Financial Crime data including sanctions, PEPs, litigations,
compliance breaches, and others
 Collect / extract the external data from data aggregator such as peer
banks, stock exchanges, government websites, credit bureau, stock
exchanges, government websites, CERSAI, Rating Agencies,
information agencies, etc.

7.5.8.3. Any publicly available data / information would be part of vendor scope, however the
Page 25 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

bank will provide the subscriptions to the external feeds where required. If any
membership is to be taken to extract the data from the data aggregator, the
bidder has to inform the Bank to get relevant membership from the respective
data aggregators. For paid subscription bank will decide whether to purchase or not.
Bank will make the payment for the membership fees however it is the Bidder’s
responsibility to integrate with the required external feeds.

7.5.8.4. Wherever external data/information is to be extracted / sourced from CIBIL, MCA,


NSE/BSE, other agencies/sources as mentioned above from such sources which
are freely available (no fees payable), no extra cost will be paid by the bank.
Vendor has to provide the list of such sources separately to Bank and will have to
include other such sources suggested by Bank if not covered in such list.

7.5.8.5. In respect of external data/ information which is to be sourced from such


external agencies where only membership is compulsory and no further fees
per usage is payable, only annual fees (and no per usage fees) towards such
membership fee will be paid on reimbursement basis by the Bank to the vendor.
Vendor has to provide the list of such data sources separately to Bank and will
have to include other sources suggested by Bank if not covered in such list.

7.5.8.6. In case where external data/information can be sourced by enrolling the


membership at concessional rate for each data usage on case to case basis, the
reimbursement will be made to vendor based on log reports / audit trail report
submitted to the Bank for verification, at half yearly intervals. Vendor has to provide
the list of such data sources separately to Bank and will have to include other
sources suggested by Bank, if not covered in such list.

7.5.8.7. These lists can be provided along with the technical bids with details of such
agencies and the fees to enable the vendor and Bank to discuss during
presentation & evaluation of technical bid. However the Bank reserves its right
to accept or reject or add other sources as deemed fit. In case bank in its
discretion finds the sufficient and important / crucial data sources not covered in
the list will advise the vendor to include the same.

7.6. Broad Scope of Work

7.6.1. The scope of work of this RFP envisages to supply, install / re-install, configure / re-
configure, implementation, maintenance and support of end to end Early warning
Signal (EWS) solutions including required Hardware & Software (Operating System,
Database, Middleware etc.) complying with the technical specifications given in
technical bid along with necessary documentation etc. at Bank’s Data Centre, Navi
Mumbai and DRS, Lucknow. The bidder is to propose the mandatory interfacing cost
from CORE Banking Solution partner of the bank, as part of the bidder’s commercial
offering in the Commercial bid. This is an end to end solution and all requirements
for making the solution operational should be considered by the bidder, even if the
same is not explicitly mentioned in this RFP document.

Page 26 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

7.6.2. The EWS solution should be implemented at Allahabad Bank and should cover all
branches / FGMOs / Zonal offices, however the location where the respective teams
are stationed need to be considered. The Bank has implemented Core Banking
Solution (CBS) in all its branches. The Bank’s Data Centre is situated at Navi
Mumbai and the Disaster Recovery Centre at Lucknow.

7.6.3. The selected bidder should also provide support in obtaining the requisite certifications,
integration, maintenance, patching, on boarding of merchant/s, compliance, etc. and in
day to day operations during office hours and in case of exigencies, any time during the
day. Licensing will be for the Bank. Required onsite Experienced support engineers (L1
and L2) should be made available during implementation till the date of go-live and
afterwards one onsite certified dedicated resource should be provided as per Clause
7.12 of RFP. The vendor shall also provide escalation matrix in respect of support and
maintenance of the application software.

7.6.4. The vendor will have to supply and install the solution at the Bank’s Data Centre in
Navi Mumbai and also should replicate at Disaster Recovery Site, Lucknow other
major city in India. The DC will be in high availability mode (i.e. active / active or
active / passive) and DRS setups shall be in standalone mode.. The DC & DRS
setups shall be in physical / virtual environments. Bidders should also have provision
for UAT and Training setup in DC. Solution must meet the RTO (recovery time
objective) of 60 minutes and RPO (recovery point objective) of 15 minutes for the
solution. Implementation will be at DC (CBD Belapur - Navi Mumbai) and DR at
Lucknow. Network security and other infrastructure will be provided by the Bank.

7.6.5. The main scope is implementation of Early Warning Signals (EWS) solution is to
have dynamic and real time reports on market intelligence and portfolio analysis of
Corporate, SME and Retail Advances, its Inter Bank comparison /analysis &
dynamic monitoring through Auto Alert System, etc. and recommendations for
strategic decisions at account/ portfolio level.

7.6.6. The solution proposed by the bidder must have compatibility with Core Banking
Solution, Treasury application and Loan processing application and other
applications of the Bank. The broad scope of work is as follows:

7.6.6.1. Supply, Installation, Development / Configuration, Customization,


Implementation, Management and Maintenance of all necessary software to
provide standard feature of functional and technical requirements.

7.6.6.2. The schedule of Requirements / Deliverables includes (but not limited to) the
following :

(i) Hardware & Software: Bidder should size & provide all hardware,
Software (OS, Database, Middleware etc.) licenses to meet business
requirements during the contract period.

Page 27 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

(ii) Configuration of the operating system and other software as required for the
application deployment.

(iii) Software : Supply, installation, Development / Configuration, Customization,


Implementation, Management and Maintenance of all necessary software;

(iv) Customized Application: Customization should be done as per the Bank’s


requirements and these should be documented properly. Software provided by
the OEM along with customizations would form the complete software as per
the requirements defined by the Bank.

(v) Implementation services: The Bidder / Vendor must develop a


comprehensive and detailed approach and strategy for implementation of the
proposed solution. The plan should be scalable, flexible as per the requirement
of the Bank.

(vi) System Integration : Early Warning Signal System needs to be integrated with
different system such as CBS, Loan Origination System, Rating System, Treasury
system, MIS, HRMS, KYC & AML, Social Networking Sites, MCA, SEBI, Internet and
Digital Media etc

(vii) Testing Services: Conduct testing for the hardware and software system,
application and any customized components. Testing will include, but not
limited to System Integration Testing (SIT), User Acceptance Testing (UAT),
VAPT etc. and any other testing required for successful go-live of the project.

(viii) Documentation: Provide all necessary documentation relating to the


implementation including, but not limited to the following:

a) Project Charter
b) Solution Architecture and Design
c) Architecture / Technical diagrams
d) User manuals
e) System flow documentation
f) Technical manuals
g) Training Manuals
h) UAT Test and other Tests scripts
i) Standard Operational Procedures
j) Manuals should be provided in printed duly hard bounded form and 2
sets in soft copy duly labeled and indexed working CD / DVD.
k) All installation and configuration reports, documents, diagrams, etc. are
to be supplied before commissioning

(ix) Compliance with COBIT Framework

The EWS solution should comply with the COBIT IP Management Framework and

Page 28 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

help in developing business, organizing and implementing strategies around


information management and governance, COBIT compliance (matrix) to be
submitted by the bidder.

(x) Warranty / Post-Warranty Services: The Bidder shall provide the


maintenance (Warranty, AMC, ATS, FM ) during entire contract period for all the
hardware, software & services including Operating System, Database , third party
software, patch management etc within the scope of work. The Bidder / OEM
must support the solution implemented (including software) under the
contract for the EWS Solution under the warranty period of 2 years from
Go Live and thereafter support period of 5 Years.

Subsequently, ATS / AMC / FM shall be extendable for a minimum period of 2 years,


at the behest of the Bank. The additional support (AMC / ATS / FM Services
(optional) etc.) is required to be provided by the Bidder at a rate equivalent to the
average contracted rates for Year 3 to Year 7, or Year 7 contract rate, whichever is
lesser. The Bidder must factor the costs in the Price Schedule accordingly. The
Warranty, ATS/AMC should have back to back OEM active support and supporting
documents for the same should be provided for releasing of respective payments. As
part of warranty, AMC and ATS support, the Bidder will provide scope of work and
services as mentioned in the above sections of this RFP.

(xi) The Bidder / OEM must submit a detailed plan including the manpower to
be deployed during the post implementation support of the solution.
Manpower can be changed only with an advance approval from the Bank.

(xii) The Bidder / OEM must conduct four DR drills during a year after Go Live of
the solution in conjunction with the Bank or as required by the Bank during
the contract period at no additional cost to the Bank.

(xiii) Solution must meet the RTO (recovery time objective) of 60 minutes and RPO
(recovery point objective) of 15 minutes for the solution.

(xiv) The proposed solution should comply with the existing or future time to time
guidelines on Early warning Signal (EWS) solutions from various
regulators/enforcement agencies like RBI, IBA, FIU-IND, UIDAI, SEBI, FATF etc. As
and when new guidelines are issued from such regulatory authorities, the Bidder
should incorporate the same in the solution without bank’s intervention and at no
additional cost to the Bank during the contract period

(xv) Bidder has to provide onsite support for hardware/ software/ third party tools at no
additional cost to the bank during the warranty/ AMC/ ATS period. Bidder has to
ensure that services under warranty, AMC, ATS should be provided on
comprehensive onsite basis only.

(xvi) Bidder has to provision for required hardware/ software/ third party tools to support

Page 29 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

archiving requirements of the bank for the entire contract period.

(xvii) The selected bidder should also provide backup solution including hardware required
for the same. Also, the bid should include all hardware/ software/ third party tools
required for setting up of DR site in Lucknow for the proposed EWS solution.

(xviii) The bidder should consider application software licenses for providing on-premises
customized enterprise-wide perpetual Licenses including Data Centre (DC), Disaster
Recovery Site (DRS), NDR (if any), branches, and other offices for unrestricted use
across the organization, irrespective of locations or number of users.

(xix) Solution must be a web based, user friendly and the web based application should
work using low bandwidth and high latency. The solution should work seamlessly in
VSAT/LL branches of Bank.

(xx) The solution should work in High Availability i.e. clustered/ virtualized. Database
should provide High availability & Disaster recovery using cost effective option of
automatically synchronizing the transaction logs to disaster site, which in case of
failover the other node provides the availability of all data. EWS setup in Data Center
should be in High Availability mode (Active – Passive) and Disaster Recovery Site in
Standalone mode with the provision for servers being rotated every 3 months .

(xxi) Annual maintenance cost (AMC)/ Annual Technical Support (ATS) services include
version upgradation, patches, bug fixing, and compliance of RBI/IBA/FIU-IND/any
other regulatory authority changes, compliance of irregularities pointed by
Internal/External Auditors etc.

(xxii) Back to Back OEM active support should be available for the hardware, software,
third party applications, OS, Database Licenses etc supplied by the successful Bidder
in the contract and supporting documents for the same should be provided for
releasing of respective payments.

(xxiii) The Bank will not be liable to pay any additional amount in respect of any sort of
maintenance covered under the scope of this tender during the tenure of the contract.
On-site maintenance services without any additional cost shall be provided by the
Bidder during the period of warranty/ATS/AMC

(xxiv) Installation/re-installation, configuration/ reconfiguration of software including OS &


DB, as and when required, whatsoever the reason during the contract period. All
updates and upgrades of OS & DB has to be done by the selected Bidder during
contract period. All these activities are to be covered under scope of AMC/ATS
provided by the vendor and bank will not pay any additional cost for the same

(xxv) Bidder shall ensure necessary changes or modifications announced by RBI/IBA/FIU-


IND/any regulatory authority or any other statutory authorities on the EWS within the
timelines or schedule stated by respective authorities without charging any extra cost

Page 30 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

to the Bank during the contract period. No exclusions / exceptions will be permitted in
complying IBA/FIU-IND / RBI / other statutory authority guidelines.

(xxvi) Bidder shall provide on-site support during quarterly DR drills or as per the
requirement of the Bank at no additional cost to the bank as part of AMC/ATS
services.

(xxvii) Bidder shall provide New patches; Version releases/up-gradations will be


released at periodical intervals, New Version will be provided in case of existing
Software is declared as End of Support / End of Sale / not able to comply the
Regulatory guidelines, Bug fixing, etc as part of ATS

(xxviii) Bidder shall provide required help during VAPT (External & Internal), IS Audit,
Security Audit, various compliances specially government and regulatory, cyber
related, etc to the Bank. Also rectify the irregularities pointed out during IS Audit at
no cost to the Bank.

(xxix) MIS Reports generation: Bidder should provide Daily/Monthly/Quarterly


/Yearly/adhoc reports, Exception reports, Detailed/summary level reports, etc. in the
specified formats as required by the Bank during the contract at no additional cost to
the Bank. Bidder should provide full access to the database along with
required knowledge transfer to Bank’s team to generate required MIS as per
the day to day business requirements.

(xxx) The selected Bidder should agree to supply and install such periodical releases after
removal of all bugs reported till that date and also the other modifications carried out
based on feedback received till that date without any additional cost to the Bank

(xxxi) New Version with full customisation should be provided in case of existing Software
is declared as End of Support / End of Sale not able to comply with the Regulatory
guidelines during the contract period at no additional cost to the Bank.

(xxxii) Selected Bidder shall be fully responsible for any IP rights violation in connection to
the supplied software. Only licensed copies of software shall be supplied and ported.
The bidder shall grant an irrevocable perpetual license to the Bank to use the
software. Further, all software supplied shall be of latest version.

(xxxiii) As a part of AMC/ATS support, Bidder is required to setup one Development/Test


Server at their support centre to simulate and resolve the issues reported by the
Bank (with the help of log generated by the application). Although the backup will be
taken by our DC team, the Bidder will also be responsible to test the backup for the
restorability of using test server once in every 6 months.

The Bidder will be responsible for developing, testing and maintaining all the
required interfaces during the contract period at no extra cost to the Bank. In case of
any subsequent change, modification or alteration to the Bank’s existing Application

Page 31 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

software packages, the Bank will obtain the API for such existing Application and
provide the same to the Bidder for interface at no additional cost during contract
period. The Bank has envisaged all the interfaces to be an online mode (real-time),
with secured Straight through Processing. The Interface mode (i.e. On-line/off-line)
decision will be at the discretion of the Bank. During the contract, mode of any
interface may change from on-line to off-line or vice versa. The Bidder needs to
factor the same in the pricing and no additional cost will be paid by the Bank.

Any new interfaces / changes in the existing interfaces during the contract period
should be provided at no additional cost to the Bank.

The Bidder must ensure that all interfaces are automated with no manual
intervention.

The Bidder will ensure and incorporate all necessary security and control features
within the Application, operating system, data base, etc. so as to maintain integrity
and confidentiality of data at all times

(xxxiv) On-Site Support: The successful Bidder / OEM shall provide onsite support
during the contract period as required by Bank.

(xxxv) Installation, Maintenance and Support:

a) Seamless integration of supplied, customized, developed software


for Allahabad Bank to meet the Bank’s Functional, Operational, Risk
Management, Regulatory and MIS requirements of Credit Monitoring
department with all required interfaces. Integrate the proposed
solution with Bank’s Core Banking Solution, Treasury, CMS, KYC
and AML, Trade Finance and other software with necessary
interface on real time basis.

b) System should support RBI’s guidelines and guidelines of other


regulatory bodies including SEBI, pertaining to Credit Monitoring
framework issued from time to time.

c) The proposed solution should provide audit reports and Tools for the
Bank’s internal / concurrent / statutory / SEBI / RBI Audit /
Inspections / RBS RBI.

d) All data files transmitting through various interfaces should be in


encrypted form.

e) Any new regulatory requirement during / after implementation must


be covered.

f) Necessary support should be provided to the IS Auditor appointed

Page 32 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

by the Bank for conducting Vulnerability Assessment and


Penetration Testing (VAPT) on the solution supplied.

g) Closure of all VAPT / IS Audit / any other Audit / testing observations


pertaining to the proposed solution within time frame stipulated by
Bank without any additional cost to the Bank. The observations may
be made at any frequency by the Bank or Bank appointed external
system audit team.

h) Vendor / OEM will be required to provide root cause analysis for all
performance and availability problems within 5 days of problem
occurrence.

i) The implementation of the software solution should be in line with


applicable standards.

j) Undertake and assist the bank officials for Access control activities,
Performance Tuning activities, server administrator activities, and
any other activities as required by the Bank.

k) Monitoring and confirming the DR replication and performing DR.

l) Compliance to Bank’s policies like IT Policy, Security Policy, etc.

m) The major responsibilities as specified above are indicative only and


are not exhaustive in any manner.

7.6.6.3. The Bidder would be responsible for implementing a well-defined solution for
Early Warning Signals (EWS) for Retail, SME, Corporate Portfolio accounts
and Agriculture Loans, which will enable the Bank to:

a) Implement and Integrate the Solution for data extraction ;


b) Collate and consolidate structured / semi-structure / un-structured
information / data from all available channels ;
c) Generate data analytics & sentimental analysis, which will facilitate
analysis of credit appraisal proposal, identification of early weakness
in the credit portfolio, better decision making, a quick response
system and proactive monitoring of all borrower accounts ;
d) Analytical Dashboards for users ;
e) Support for training, trouble shooting and enhancements ;
f) Compliance of guidelines of regulatory authorities ;
g) Compliance of Security / Audit / DR / Vulnerability aspects of the
Bank.

7.6.6.4. As part of the overall scope of the RFP, the Bidder / Solution Provider needs to
interact with Bank’s different department to gather and finalize functional

Page 33 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

requirements.

7.6.6.5. Bidder / Solution Provider should incorporate regulatory requirements and Global
best practices while defining requirements.

7.6.6.6. Supply, delivery, implementation, management, maintenance of the solution as


per technical and functional product specification, SLA and other RFP terms.

7.6.6.7. Change order: The Bank may, at any time, by a written order given to the
successful Bidder, make changes within the general scope of the Contract in
Technical and functional specifications. However, no billable Change Request (CR)
will be considered for any changes/amendments in the software requested by the
Bank within 6 months from the date of acceptance of EWS solution. It shall be
obligatory on the part of the vendor to comply with revised requirements of the Bank
and arrange to deliver them within reasonable items at no additional cost to the Bank.

Additions /changes in EWS solution including all interfaces with respect to


RBI/Regulatory/ Audit requirements must be carried out by the Bidder with no
additional cost to the Bank during the contract period. Further, new /changes in MIS
reports/statements should be provided at no additional cost to the Bank during the
contract period. In any case, out of scope change order cumulative cost per annum
should not be more than 1/4th of EWS ATS

7.6.6.8. Transition Phase on Contract Expiry / Termination of the Contract: Bidder shall
hand over existing EWS data along with the archival system to the Bank/ Bank’s
appointed System Integrator to migrate the same to new system in case of
termination of contract or completion of contract period at no additional cost to the
Bank as per required format

7.7. Scope Related to Service

7.7.1. The Vendor shall provide technical support for the software application systems
supplied under this contract, and will have overall responsibility of the performance,
functionality and operation of the systems under this contract. On receipt of a
problem/issue, the Vendor shall analyze the problem and resolve the Problem
completely to the satisfaction of the Bank within predetermined time frame. The
Vendor shall also provide escalation matrix in respect of support and maintenance of
the application software. The scope of work is as below:

a) The readily available system as mentioned in the scope.

b) Delivery of predefined deliverables as agreed.

c) The complete documentation –User Manual and Administrator Manual


required for users. Context sensitive help is required.

Page 34 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

d) Maintenance and support of the software application systems during the contract
period, which includes implementation, post-implementation, warranty and
maintenance periods. The coverage shall be at least 99.5%uptime.

e) Post-implementation on-site support should be provided by the vendor for


warranty period of 2 year from the date of Go Live and smooth handover of the
System (On–site support start date will be based on mutual agreement between
the vendor and the Bank) and 05 years under AMC / ATS. During contract period
updation / new patches will be done without any extra cost by the bidder /vendor.
After 7 year contract period, AMC, ATS & FM will be extended at the behest of
the Bank as per terms mentioned in this document.

f) On-site support by functional and Technical team of Vendor


conversant/acquainted with the entire Early Warning Signal (EWS) Solution
during the contract period. Bank may extend this support scope for further
period, based on its requirements.

7.8. Environment Set-up and configuration

Detailed documentation on system set up & configuration of UAT, Production (DC), Fallback (DR)
and Near- DR (if any) environments. Also provide documentation on detailed procedure for
switching to fall back mode in case of disaster / system down time and again switching back to
normal production set up once systems are made available.

a) Comprehensive System Configuration, Customization and testing documentation referred


below, shall be delivered to Allahabad Bank on commencement of the User Acceptance
Testing (UAT) following the correction of any “Non Compliances".

1) Software Executable
2) Customized Software Source Code
3) Logical Data Base Design and Data Dictionary
4) The technical design document including
i. Solution Architecture Overview
ii. Logical & Physical Data Base Design
iii. System Interfaces design
iv. Development Tools, API
v. System Performance Benchmarks (response times, etc.)
vi. Persistency of the Network Connection for remote and dial-up users.

b) Application set-up & Configuration Manual

1) System configuration / set up parameters documentation


2) Documentation for Master data set up, product types mapping
3) Existing Data migration documentation

c) Documentation for Validation /calibration tools

Page 35 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

d) Details of methodology for validation, parameters, data processing etc.


e) Test cases for User Acceptance Testing (UAT)
f) Implementation, configuration of application at Data centre & DR Site.
g) System Administration Manual
h) A copy of the source code of the application customized for Allahabad Bank shall be handed over
to the Bank. A copy of all subsequent updates to the source code shall also be handed over to
Bank after the release/Go Live.

7.9. Support

System Maintenance & Support services will include the following activities.

a) Provide support in setting up Production, Disaster Recovery, Near-DR (if any),


Development and Test Environments.

b) Post-implementation on-site support for 7 year from Go-Live date. The on-site support
can be extended on the same rates after the contract for additional years as per
requirement.

c) Software requests for Change shall be handled in the following manner.

1) Software changes / upgrades as regards to any statutory and regulatory


requirements (e.g.–GOI, RBI, IBA etc.) should be provided by the Vendor / Bidder
at the earliest without any additional cost during the contract period.

2) End user specific functionality change or enhancement requests shall be assessed


and impact analysis shall be performed by the Vendor/Bidder.

3) The Change Impact on schedule for implementation & efforts shall be agreed
between Allahabad Bank & Vendor/Bidder on case-to-case basis.

4) Vendor shall be compensated for change requests implementation as per the


mutually agreed rate at the time of contract

7.10. Proof of concept

7.10.1. Bidder should demonstrate Integrated Proof of Concept (PoC) of the proposed EWS
solution as a part of technical evaluation. Integrated PoC should include demonstration
of all the technical and functional parameters as mentioned in the RFP & addendums, if
any.

7.10.2. POC certification activity will be carried out by certified third party(independent & no way related
to OEM/Bidder) company / agency / Bank. Bank at it's discretion will select the third party
company/agency for the purpose and the fees will be borne by the Bank. Bidder should facilitate
by providing required access / tools for successful completion of the POC certification at their
cost.
Page 36 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

7.10.3. All necessary independent third party software & tools required to be provided pertaining to POC
by Bidder at their cost.

7.10.4. All and any related cost associated with demonstrating the Integrated POC (including provision of
Servers, independent third party software & simulation tools, technical resources, travel cost,
boarding cost etc.) will have to be borne by the Bidder and Bank will not bear any cost.

7.10.5. Bank reserves its right to extend / shorten the period of POC where needed.

7.10.6. In case the proposed EWS solution fails, Bidder has to upgrade to next higher configuration
without any additional cost to Bank. Even after up gradation, the Bidders fail in the Integrated
POC, the technical eligibility of the Bidder will automatically stand cancelled. Further, as per RFP
& addendums, the damage charges, if any, will be recovered from the Bidder.

7.10.7. The date of the POCs, timelines and locations for testing will be shared with Bidders. Evaluation
of the POC exercise will be based on Technical expertise, POC Results, and discussion on POC.
It is to be noted that all expenses related to PoC will be borne by bidder.

7.11. General Implementation and Other Requirements

The detailed listing of the functional requirement specification and technical requirement specifications
(Form-3) of the specific solutions is mentioned in the RFP, the Bidders are expected to comply with
the implementation requirements.

7.11.1. General Implementation: The Bidder should be Original Equipment Manufacturer (OEM)/
Authorised Supplier of the software solution. During contract period, the bidder shall

7.11.1.1 Be a single point of Contact and responsible for Facility management, warranty and back to
back support from OEMs, all the components, hardware, software etc. provided as part of the
project.

7.11.1.2 Build and maintain the interfaces with the internal & external systems as per Bank’s business
requirements during the contract period at no extra cost to the Bank.

7.11.1.3 Bidder will ensure that gaps pointed out by the audit and inspection team, statutory and
regulatory bodies, or any other third party agencies within the contract period shall be
immediate resolved at no extra cost to the Bank.

7.11.1.4 The Bidder is also expected to provide suitable Business Continuity Planning applicable to the
proposed solution in case the said solution is unavailable at any time or any site.

7.11.1.5 Perform a detailed current state assessment to gain understanding of the procedures and
practises adopted by the Bank.

Page 37 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

7.11.1.6 Provide training to the identified core team and end user teams.

7.11.1.7 Parameterise the solution in accordance to the Bank’s requirements, policies and practises
followed.

7.11.1.8 Assess the gaps between the solutions and the practices and procedures followed by the Bank
during all stages of implementation (i.e. current system study, training, parameterisation,
implementation and roll out) and suggest acceptable workarounds to bridge gaps and identify
areas of customisations, modifications and enhancements.

7.11.1.9 Carry out necessary customisations, modifications and enhancements to the solutions to suit
the Bank’s requirements.

7.11.1.10 Perform version migrations and updates during the period of the contract at no extra cost to the
Bank.

7.11.1.11 Support maintenance activities like downloads, trouble shooting, problem resolution, servicing
and maintenance etc.

7.11.1.12 Implement and maintain the database, operating system, and other third party software/ tools
necessary for the proposed solutions including DR site as live including data replication
requirements along with data replication configurations.

7.11.1.13 If the supplied software version is declared ‘End of Support’ by the OEM / Bidder or not able to
comply the RBI / Regulatory / Statutory guidelines / Third party advices, new upgrade with all
the existing customisations should be implemented by the Bidder with no extra cost to the
Bank.

7.11.1.14 If OEM of OS / DB / third party software announces regarding the End of Support, the bidder
has to migrate the solution to the newer version of OS / DB without additional cost to the Bank.

7.11.1.15 All patch update and patch management of Software modules, Firmware etc has to be
deployed by the selected Bidder after obtaining approval from the Bank.

7.11.1.16 The implementation of all updates and upgrades of OS & DB has to be done by the selected
Bidder without any extra cost to the Bank during contract period.

7.11.1.17 Any customization requiring onsite debugging or customization for integration with other
Network & Security equipments of the Bank should be carried out by the Bidder onsite as and
when required to ensure smooth implementation.

7.11.1.18 Bidder has to install / re-install, configure / re-configure the supplied software (including OS,
DB, and third party software) and support the same during warranty and ATS/AMC period
without any extra cost to the Bank.

7.11.1.19 Bidder must adhere to Service Levels as mentioned in the RFP.

Page 38 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

7.11.1.20 Bidder must maintain and support the interfaces, software and other infrastructure at Data
Centre & Disaster Recovery Centre as proposed and provided as a part of this project.

7.11.1.21 Bidder must provide Data archival, retrieval and purging setup as per the requirement of the
Bank.

7.11.1.22 Bidder must provide required help during periodic VAPT (External & Internal), Audit by
regulatory bodies as RBI, other regulatory bodies, Statutory bodies, third party agencies, Bank
Internal teams, Bank’s appointed security audit firms etc. Also, rectification of deficiencies
pointed out during such audits should be done by the Bidder at no cost to the Bank.

7.11.1.23 Bidder will be required to provide root cause analysis for all the performance and availability
problems that occur. Formal root cause analysis should be delivered within 5 days of problem
occurrence including:

 Explanation of root cause


 Action taken to resolve the problem
 Action Plan to prevent reoccurrence with project plan/tasks required and timing for
each major milestone of the correction effort, and identification of the Bank’s
responsibilities at the correction process.

7.11.1.24 Solution must integrate with Bank’s existing network and security solutions

7.11.1.25 Solution must comply with industry best practises for high availability within and across the site
at every component level.

7.11.1.26 Solution should have high level of reliability with particular emphasis on data integrity and
security.

7.11.1.27 The solution should have built in security features to comply with the requirements of
regulatory agencies.

7.11.1.28 The system must be compliant to the IT Act 2000 and its amendment IT Act 2008 and all other
relevant Acts or Schedules.

7.11.2. Gap Identification and Resolution:

7.11.2.1 Bidder shall provide the Gap Identification Report to the Bank along with necessary solutions to
overcome the gaps within the time limit and the time frames. The Bidder shall incorporate all
the suggestions made by the Bank in the Gap Identification Report.

7.11.2.2 Bidder will ensure that all gaps identified at the time of system testing with respect to RFP’s
Functional & Technical Specifications, will be immediately resolved.

Page 39 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

7.11.2.3 Bidder shall resolve gaps by proposing a suitable work around or customizing the proposed
solution by way of modifications / enhancements, as necessary, to the proposed solution.

7.11.2.4 Bidder shall provide all statutory, regulatory and ad-hoc reports as required by the Bank during
the contract period in the desired format as specified in requirements at no additional cost to
the Bank.

7.11.2.5 Bidder shall provide for all subsequent changes to reports as suggested by the statutory and
regulatory bodies from time to time immediately to the Bank at no additional cost to the Bank
throughout the period of the contract.

7.11.2.6 Bidder will ensure that they have the necessary infrastructure and people in place to resolve all
the gaps within the time lines agreed, for the implementation.

7.11.2.7 The Bidder shall document all gaps observed by the Bank at various stages of implementation
including their solution and monitor and track the status of the same throughout the
implementation

7.11.2.8 During the contract, if the Bidder is unable to incorporate the regulatory compliance in the
supplied solution, then the Bidder has to provide the new solution at no additional cost to the
bank.

7.11.2.9 The Bidder will create an exhaustive set of UAT test cases. Bidder shall ensure that the test
cases meet all the testing requirements of the Bank. The bank will review the same and may
propose additional test cases.

7.11.2.10 All errors, bugs, enhancements / modifications required during and after testing will be
immediately resolved by the Bidder (maximum of 5 working days), and sign – off for the same
will be obtained from the Bank. However workaround solution should be provided on the same
day, in respect of errors and bugs affecting the functioning of the Bank.

7.11.3. Training:

7.11.3.1 The Bidder will be responsible for training the designated bank employees for managing the
installed solution. Purpose of this training is to enable bank officials to handle the day to day
system operations / activities in areas of architecture / design of the deployed solution,
administration, configuration and management, framing rules & Policies, extracting report,
Basic user level troubleshooting etc The knowledge transfer to the designated Bank officials
through the training programme should be imparted after completion of installation of the
solution and prior to acceptance of the solution.

7.11.3.2 Training must cover both classroom and hands on sessions. Necessary training material and
documents must be provided to the participants. The location training program should be
conducted at 2 places viz. Lucknow and Mumbai, wherein bidder trainer’s physical presence is
required. However, additional training through video conference should be conducted by the
Bidder as and when required, with no additional cost to the Bank.

Page 40 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

7.11.3.3 Bank will provide all training facilities like classroom, projectors, computers etc. However,
Bidder has to bear the cost for travelling, lodging and other expenses for their own personnel.

7.11.3.4 The Bidder shall provide comprehensive reference material for the training program.

7.11.4. Testing

7.11.4.1 The Bank proposes to conduct a “User Acceptance Test” (“UAT”) testing for the purpose of
ensuring that all the functionality requested by the Bank is available and is functioning
accurately.

7.11.4.2 The Bidder should provide all possible test cases as per RFP functionality requirements to
carry out UAT. Timely resolution of gaps, errors, bugs reported during testing and providing
continuous support to the users for the UAT and acceptance testing. The acceptability rests
with the Bank but the end to end support for the same will have to be provided by the Bidder.
Necessary assistance, whenever required will be provided by the Bank.

7.11.4.3 The Bidder will assist the Bank in conducting all the tests and analyzing / comparing the
results. Bidder shall provide experienced resources conversant in all business areas, for
trouble-shooting during the entire UAT process.

7.11.4.4 Any deviations / discrepancies / errors observed during the testing phase will be formally
reported to the Bidder and the Bidder will have to resolve them within shortest period.

7.11.4.5 The Bidder will be responsible for providing and updating system & user documentation as per
the modifications.

7.11.4.6 Bank will accept the solution only after implementation with successful conduct of acceptance.
Bank will issue an installation certificate after the software/ hardware are installed and Bank will
issue an acceptance certificate after completion of testing and acceptance by Bank.

7.11.5. Manuals and Documentation : Vendor should provide the following:

7.11.5.1 Submit the detail (As Is and To Be) /system requirement specification document before kick-off
of the project. This document should be approved and accepted by Bank before
commencement of the project.

7.11.5.2 Gap Analysis document before the kick-off stage.

7.11.5.3 Detailed implementation schedule (module-wise) for entire solution has to be prepared and
submitted.

7.11.5.4 Delivery challan duly signed and dated by bank officials

Page 41 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

7.11.5.5 Installation Report duly signed and dated by Bank officials. It should also have snap shots of
step by step procedure followed.

7.11.5.6 Detailed Implementation document, Standard Operating Procedure Document (SOP).

7.11.5.7 Business Continuity Plan & Disaster Recovery Plan (BCP-DRP) Document.

7.11.5.8 Vendor is required to submit weekly status reports showing progress against plan.

7.11.5.9 Complete user manual and system documentation (soft and hard copies) of the proposed
solution after the go-live.

7.11.5.10 Copies of back to back warranty and support from OEM, licenses, all the credentials etc

7.11.5.11 Vendor should also provide other documents such as Screenshots of installation steps, Hard
copy of the licenses, if any Documentation for the processes implemented and operational
manual for products commissioned.

7.11.6. Disaster Recovery Mechanism:

7.11.6.1 The proposed system must be capable of and compatible for Disaster Recovery
Implementation. The successful bidder should describe the provisions for disaster recovery
and show that the proposed solution facilitates disaster recovery and implement the same in
the system.

7.11.6.2 The Bidder needs to submit the technical architecture relating to data replication between
primary and secondary site.

7.11.6.3 Any changes made in primary site should be replicated in DR site without any delay. Bidder
should make provision for both Database level replication and storage level replication
between DC & DRS. The replication mechanism will be decided by the Bank.

7.11.6.4 There would be DR Drills i.e. quarterly at present, as per RBI/Regulatory/Bank Guidelines.

7.12. Facility Management – On site:

"Bidder should provide at least one onsite certified dedicated resource from 8 a.m. to 8 p.m (or till EWS
system EOD/SOD Process completion, whichever is later), on all the Bank working days during the period
of contract at the designated location which will be decided by the Bank. In case of exigencies or as and
when Bank requires, the engineer should be available even after office hours as demanded by business
and under the direction of bank team. The bidder has to ensure FM support during the quarterly DR Drill
and during extended hours thereof. However 24*7*365 support should be provided by the Bidder in case of
troubleshooting, resolution of problems, day to day operationalization issues to meet the SLA as mentioned
in the document.

Page 42 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

7.12.1 The deputed resource should be a certified and experienced resource or qualified as a
Professional Certified engineer with at least 1 year post-certification experience. Professional
Certified engineer means at least Graduate/Diploma in Engineering/ Graduate with minimum
of 1 year of relevant work experience. And proposed resource should have experience/
certifications in relevant domain.

7.12.2 The Bank reserves the right to conduct interviews of the proposed engineer. Prior to deployment of
engineer, bidder has to forward complete bio-data along with certifications, if any. In case the
engineer is not found suitable Bank may reject the resource. Bank reserves the right to claim change
in resource based on the performance of the resources.

7.12.3 Bidder is liable to perform complete background verification of on-site resources and also provide the
documents concerned to the Bank so that Bank may also check the same, if required. The deputed
personnel will be employed by the bidder on their payrolls/contracts without having any employment
right with the bank. Moreover deployed personnel will not have any right whatsoever to lodge claim of
any nature directly or indirectly with the bank and it would be responsibility of selected bidder to
address such issues without involving the bank.

7.12.4 The deputed persons have to maintain the utmost secrecy & confidentiality of the bank’s data
including process performed at the Bank premises. At any time, if it comes to the notice of the bank
that data has been compromised/disclosed/misused/misappropriated then bank would take suitable
action as deemed fit and selected vendor would be required to compensate the bank to the fullest
extent of loss incurred by the bank.

7.12.5 Bidder is expected to adhere to Bank's request for removal of any personnel, if bank notices any
negligence/gross misconduct/violation of trade secret/disclosure of bank’s data to third party and any
decision of the bank in this regard would be final and binding upon the selected Bidder. Bidder should
provide undertaking for Know Your Employee (KYE) as per Annexure-XVII

7.12.6 Bidder must ensure all security of data as per the IT security policy of the Bank and of other statutory
body.

7.12.7 The Bidder should share the Periodic SLA reports with the Bank (as detailed in this Bid).

7.12.8 Besides the above information, the bidder has to consider service levels required in this document
and if required provide additional equipment as deemed necessary to adhere to the service levels

7.12.9 The Bidder must meet the defined SLAs for uptime of the software and should ensure lower
turnaround time in the event of software failure.

7.12.10 The FM resource should coordinate with Partners/OEM for AMC/ATS support.

7.12.11 Bidder has to maintain list of software in the scope, their patch details, version, firmware, etc.

Page 43 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

7.12.12 The bidder will provide required help during VAPT (External & Internal), IS Audit, Security Audit,
various compliances specially government and regulatory, cyber related, etc to the Bank. Bidders
shall provide closure / compliance of the audit findings in the solution within the stipulated timelines at
no additional cost to the Bank.

7.13. Confidentiality and Security:

7.13.1. Access to customer information by the staff of the bidder will be on 'need to know' basis i.e., limited to
those areas where the information is required in order to perform EWS activities.

7.13.2. Bidder shall be able to isolate and clearly identify the bank’s customer information, documents, records
and asset to protect the confidentiality of the information. In instances, where service provider acts as
an outsourcing agent for multiple banks, care should be taken to build strong safeguards so that there is
no co-mingling of information/documents, records and assets.

7.13.3. Bidder shall submit documented contingency plans to ensure business continuity of complete operations.

7.14. Monitoring and Audit:

7.14.1. Bank’s IT security Policy in vogue should be followed in spirit which includes password management,
change management, backup, patch update etc.

7.14.2. IS audit of the application at various levels of implementation would be conducted by the Bank and its
important issues should be closed before the acceptance of the software/solution. Additionally, any
changes in the software and periodic IS audit issues would also be required to be attended at respective
levels, within the stipulated time period.

7.14.3. Audit logs should be retained and made promptly available, as and when required during the life cycle of
data retention.

7.14.4. Strict user access controls should be incorporated in the proposed solution both in physical and logical
environment.

7.14.5. Bank is implementing Security Operation Centre (SOC) wherein monitoring of all critical servers mainly
application & database servers would be done for its security, uptime/ downtime, performance, user
access to system, parameter changes, etc would be monitored based on different logs from servers and
devices. Bidder should provide necessary logs of system, application users and database etc for
integration with SOC. For integration of SOC with the system being provided by the bidder, required
support and tools (if any for log generation and pushing to SOC) would be required from bidders at no
additional cost to the bank. Bidder shall ensure creation of secure repository of logs for current and
future analysis, which will be provided to the Bank as and when required. As one of the critical
components of Bank, the proposed solution should have the capability to communicate with SOC by
means of Secured transfer of logs and no extra charge shall be paid to the Bidder for this.

Page 44 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

7.14.6. IT assets, Management of the same, documentation, version control, configuration / parameter controls,
Change Management etc. should meet standards and expectations of ISO 27001 level, as the Bank is
in the process of acquiring the same for our DC / DR.

7.14.7. Bidder should consider to take steps in maintaining confidentiality, integrity and availability of the data
owned by the Bank specially customer information, irrespective of whether the data is stored/in transit
within themselves or with customers or with the third party vendors.

7.15. Third Party Audit:

7.15.1. A Third Party Auditor (TPA), if required, may be selected and appointed by the Bank at its own cost.

7.15.2. The audit may cover one or more of the following aspects of the project: -
 Functional requirement review
 Penetration testing of the systems and networks (External and Internal)
 Application Security Assessment
 System Performance Testing/ Monitoring
 Review and Assessment of Security Policies
 Data Quality Review

7.15.3. The Bidder shall be required to share the testing documents and standards with the designated
third party wherever applicable/ required.

7.15.4. The Bank may appoint the TPA for the entire project period including the Operation and maintenance
period. The TPA may conduct quarterly / bi-annual / annual audits as per the decision of the Bank.

7.15.5. Based on the audit reports submitted by the TPA, the selected Bidder shall make the required changes
to the application and incorporate the suggestions of the auditor at no extra cost to the Bank. The
purchaser shall recover costs from the pending payments or performance security on failure of the
Bidder to make the required changes.

7.15.6. Source code of the Application Software supplied and implemented in bank is subject to be audited by
Third Party Auditor. The vendor has to provide the source code or necessary environment for
conducting the source code audit as per regulatory / Bank’s requirement.

7.15.7. The bidder has to submit a certificate stating that the application supplied and installed in Bank is free
from embedded malicious / fraudulent code annually or / and immediately after any major changes /
version upgrade in the application software. The bidder must ensure that secure coding practices be
implemented for internally / collaboratively developed application.

7.16. Incident Management and Response Management:

The bidder should provide a mechanism for incident management and responding to incidents. The bidder
should define various categories of incidents and response time for resolution of the same. The bidder
should also define an escalation matrix for escalation of incidents in the event that it is not resolved within
the defined time frame. The bidder should also provide periodic reports to Bank detailing the various

Page 45 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

incidents reported, divided category wise along with steps taken to resolve the same and response time for
the same. The bidder should provide access to the incident management system to the authorized users of
Bank.

7.17. Patch Management:

The bidder must ensure that solutions are updated with patches as and when they are released after due
testing. Critical patches should be applied immediately. The bidder should keep track of the patches applied
and report them to Bank at periodic intervals. The bidder ensures that the application of any patch would
not adversely affect the operations of the Bank as a whole and not just network. Sufficient care has to be
taken to ensure that patch application does not result in a downtime. Periodic vulnerability assessments
should be done to check for the appropriate updates.

7.18. Service Level Agreement (SLA)

Bank expects that the Bidder shall be bound by the Service Levels described in this document for entire
contract period. SLA Parameters will be applicable for each appliance independently irrespective of High
Availability and penalty will be calculated, applied and recovered appliance wise. The Bidder need to
execute a Service Level Agreement / Contract with the Bank covering all terms and conditions of this
tender. Service Levels will include Delivery, Implementation, Availability measurements and Performance
measurements. Bank requires the Bidder to provide reports for all availability and performance parameters
a log of all issues that have been raised and Closed / Pending Closure by the Bidder. The frequency of
these reports would be Monthly, Quarterly and Yearly as mutually agreed. Apart from reports on each
availability and performance measurement parameter mentioned below, the reporting should also include
the following:

i. Utilization of CPU, RAM, Hard Disk, NICs, I/O (Peak and Average)
ii. Percent of CPU utilized by the system and user activity.
iii. CPU utilization broken down by user CPU and system CPU. Tabular report of CPU, Memory, NIC
and I/O utilization (peak and average) by application, if possible.
iv. Percent of physical memory utilized by system and user processes.

However, all Availability and Performance measurements will be on a monthly basis for the purpose of
Service Level reporting.

7.18.1. Bidder need to strictly adhere to Service Level Agreement (SLA). Services delivered by bidder should
comply with the SLA mentioned below. The Bank shall without prejudice to its other rights and remedies
under and in accordance with the terms of the RFP levy liquidated damages service penalties
with applicable taxes including Goods and Services Taxes from payments due to the Bidder. SLA will be
reviewed on a monthly/quarterly basis. Violation of SLA will attract penalties on the Bidder.

7.18.2. Time is the essence of the contract and the bank expects the Bidder to complete the project as per the
project timelines specified in the RFP. Bidder will be penalized as mentioned in RFP if the Bidder fails

i. to deliver any or all hardware, software; or


ii. to commence services within the time specified as per the terms of the RFP; or

Page 46 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

iii. to perform the services and extend the support that meets the requirements as stipulated in the
RFP within the time specified in the RFP; or
iv. to maintain the uptime of the solution/component of the solution;

Inability of the Bidder either to provide the requirements as per scope or to meet the project timelines as
specified would attract liquidated damages.

7.18.3. Terminologies Used

Service Levels are calculated based on the “Business Utility” (BU) of the solution, which is described as
the ratio of “System Available for Actual Business Hours” to the “Scheduled System Availability for
Business” i.e. –

{Scheduled Business Operation Hours (SBOH) – Business Downtime (SBDT)} x 100 / Scheduled
Business Operation Hours (SBOH)

BU (%) = (SBOH – SBDT) * 100 / SBOH


The business hours are 8 AM to 8 PM on any
calendar day the Bank’s branch is operational. The Bidder however recognizes the fact that the
branches may be required to work beyond the business hours on need basis.

a) All the infrastructure of Data Center and Disaster Recovery site will be supported on 24x7x365 basis.

b) The “Scheduled Business Operation Hours” for a given time frame are calculated after deducting the
planned downtime from “Business Operation Hours”. The Business Operation Hours will be taken as 8 AM
to 8 PM on any calendar day the Bank’s branch is operational, for the purpose of meeting the Service Level
requirements i.e. availability and performance measurements both.

c) “Business Downtime” is the actual duration for which the system was not able to service Bank or the Clients
of Bank, due to System or Infrastructure failure as defined by Bank and agreed by the Bidder.

d) Service Levels will include Availability measurements and Performance parameters. The Vendor shall
provide Availability Report on monthly basis and a review shall be conducted based on this report. A
monthly report shall be provided to the Bank at the end of every month containing the summary of all
incidents reported and associated Bidder performance measurement for that period. Bidder shall use an
appropriate tool for the purpose of such reporting.

e) Performance measurements would be assessed through audits or reports, as appropriate to be provided by


the Bidder e.g. Utilization reports, response time measurements reports, etc. The tools to perform the audit
will need to be provided by the Bidder. Audits will normally be done on regular basis or as required by
Company and will be performed by Bank or Bank appointed third party agencies.

f) Method for calculation of resolution time starts from the call log by Head Office/ DC / DRS/ Payment
Gateway/ End user through e-mail / telephone etc till the issue resolved. Bidder has to provide Escalation
Matrix details as per Annexure- XV

7.18.4. Calculation of Uptime

Page 47 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Service Levels are calculated based on the Uptime of the solution, which is calculated on monthly basis as

{Total Minutes in the Month – Downtime of EWS Solution in minutes} x 100 / Total Minutes in a
Month

i. All the infrastructure of Data Center and Disaster Recovery site will be supported on 24x7x365
basis.

ii. The total minutes in the month are calculated as 60*24* No. of days in the month for the purpose
of meeting the Service Level requirements i.e. availability and performance measurements both.

iii. “Downtime” is the actual duration (in minutes) for which the Bank was unable to perform any of the
defined functions on the EWS solution due to System or Infrastructure failure as defined by Bank
and agreed by the Bidder.

7.18.5. Availability Measurements :

Type of Measurement Minimum Penalty


Infrastructure Service Level
(Monthly) Cost Allocation (Monthly)

0.5% or equivalent deduction of applicable


base amount for every 0.1% deviation or
part thereof from monthly service level

Availability of EWS Base amount would be cost of AMC,ATS


Application including & FM of all the items/services for one
Infrastructure month
EWS
(Hardware, Software 99.95%
Application However, if uptime is less than 99%, the
etc) in DC and DRC
Bank shall levy penalty and extend the
whole Warranty / ATS period by two days
for every 0.1% or part thereof decrease in
guaranteed monthly uptime (i.e. 99.95%)
for total solution and shall have full right to
terminate the contract

Facility 10% of Monthly FM Cost for each day


Availability of FM
Management 100%
resource
Service

In case EWS application as a whole is available, however any module/functionality/feature is not available
during live operations due to any Infrastructure/ Functional issues of the EWS Solution. The Bank will
classify these types of errors into two categories:

LEVEL Function / Technology Resolution time Penalty


Page 48 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Severity 1 a) Any problem due to which any One (1) Hour


module/functionality/feature of EWS 0.5% or equivalent
Solution are not functional / need to be deduction of applicable
shut down due to inability to perform the base amount for delay
defined functions on the solution or does of every 2 hours or part
not perform according to the defined thereof from monthly
performance parameters required as per service level
the RFP or;
Base amount would be
b) Showstoppers involving major functional cost of AMC,ATS &
failure in the application. There are no FM of all the
usable workarounds available to items/services for one
Severity 2 a) troubleshoot
Any incident which is classified as
the problem. Four (4) Hour month
0.5% or equivalent
“Severity 1” for which an acceptable deduction of applicable
workaround has been provided by the base amount for delay
Vendor or; of every 4 hours or part
thereof from monthly
b) Moderate functional restrictions in the service level
solution irrespective of the cause. Has a
convenient and readily available Base amount would be
workaround. cost of AMC,ATS &
FM of all the
items/services for one
month

Penalty is not applicable for reasons attributable to the Bank (e.g. power outages, network connectivity
disruptions, etc.), Force Majeure causes and pre-planned Preventive Maintenance activities. However,
the onus of proof lies with the Bidder.

The penalty shall be applied for each location (DC / DR) separately. The right of termination shall be in
addition to the extension of warranty period and penalty. The penalty is capped at 10 % of the Total Cost of
Ownership (TCO) of the Project

7.18.6. Performance Measurements

The bidder must also ensure that the hardware resources utilization (CPU, RAM, Interfaces, Disk Space
etc) should not exceed 80% at any point of time for Seven Years from the date of signing of contract. In
case the utilization exceeds the above level, the bidder must provide additional hardware without any
additional cost to the Bank.

If the required upgrade is not carried out by the bidder bank has the right to carry out the upgrade by
own or by third party and recover the expenditure incurred towards such upgradation from any of the
payments due to bidder.

Type of Measurement Expected Penalty


Infrastructure Service Level

Page 49 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Hardware Hardware Peak utilization, 99.90% 0.5% or equivalent deduction


Utilization whether at DC or at DRC of applicable base amount
(CPU, Memory, Hard Disk, for every 1% deviation or
NICs, I/O etc.) levels part thereof from monthly
should not exceed 80%. service level
Base amount would be cost
of AMC,ATS & FM of all the
items/services for one
month
System Response During the tenure of the 98% 1% or equivalent deduction of
Time contract, system should applicable base amount for
support minimum every 1% deviation or part
concurrent logged-in thereof from monthly service
users (as mentioned in level
RFP) at any point of time Base amount would be cost of
AMC, ATS & FM of all the
items/services for one month
from monthly service level.
Disaster Recovery Business operations to Per instance INR 100,000 for every 10
Availability resume from Disaster Minutes of delay above
Recovery Site within 60 defined RTO for the reasons
minutes of the Data Centre solely attributable to the
failing (Failover scenario) selected vendor
Data Point Recovery Point Objective Per instance INR 10,000 for every 5
Availability (RPO) of 15 minutes. Minutes of delay above
defined RPO for the reasons
solely attributable to the
selected vendor
Downtime for Each planned downtime for 98% 1% or equivalent deduction of
servicing Application, hardware, monthly FM amount for every
database and operating 1% deviation or part thereof.
system maintenance and
servicing etc. (up
gradation, bug fixing, patch
uploads, regular
maintenance etc.),
attributable to the Bidder,
will not be more than 4
hours. This activity will not
be carried out during
business hours.
However, such activities
which require more than 4
hours or required to be
carried out during business
hours will be scheduled in
Page 50 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

consultation with the Bank

Security Latest version of patches / 100% In case delay in patch


Management service pack / bug fixes / (Instance management is attributable to
firmware etc. should be Wise) non-compatibility of application
applied on the device / upgrade then penalty would be
server / application / OS / levied as 0.1% of monthly
RDBMS etc. as per the respective AMC,ATS, FM Cost
timeline and patch / service for every day of delay.
pack / firmware version In case application readiness is
mutually agreed between there and delay is attributable
selected vendor and Bank to patch application then
penalty of 0.5% of monthly FM
resources cost for every day of
delay

Apart from the penalty owing to availability and performance parameters, a penalty of INR 5,000/- would be
levied on the Bidder, if any component at DC or DRC (that is not resulting in service disruption) is down for
more than 24 hours. The penalty of INR 5,000/- would be imposed for every 24 hours, or part thereof, of
downtime.

7.18.7. Penalty for Losses/ breaches

This shall be in addition to the liquidated damages for not meeting SLA which is defined separately.

a) Penalties will be levied @ Rs. 50,000/- per instance for any loss bank has suffered due to frauds
taken place during the down time or non-availability of system.

b) Penalties will be levied @ Rs. 50,000/- per instance for violations of rules configured to prevent fraud
and/or generate alerts etc.

c) Penalties will be levied @ Rs. 50,000/- per instance for alerts not sent on time to intended users in
case of Frauds.

Penalty is not applicable for reasons attributable to the Bank and Force Majeure. However, the onus of proof
lies with the bidder.

7.18.8. Penalty for delay in Preventive Maintenance during Warranty / AMC period

i. If the Bidder fails to carry out quarterly preventive maintenance during Warranty and AMC period as
per RFP Terms and submit the PM reports, the Bank shall impose a penalty of Rs.10000/- for each
incidence, subject to maximum of 10% of the vendor’s support cost for the year.

Page 51 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ii. The Bidder shall be required to intimate the PM schedule / plan (with expected downtime details) to
the Bank at least 7 days in advance to enable the Bank to initiate suitable course of action,
calculate downtime for SLA requirements, etc. accordingly.

7.18.9. Penalties if the hardware (including OS, DB, third party tools etc) is not sized as per the
requirement
i. The bidder must also ensure that the hardware resources utilization should not exceed 80% at any
point of time for five years from the date of signing of contract. In case the utilization exceeds the
above level, the bidder must provide additional hardware without any additional cost to the Bank.

ii. If the required upgrade is not carried out by the bidder bank has the right to carry out the upgrade
and recover the expenditure from any of the payments due to bidder

7.18.10. Liquidated Damages

i. The Bank will consider the inability of the Bidder to deliver or install the equipment within the
specified time limit, as a breach of contract and would entail the payment of Liquidated Damages on
the part of the Bidder. The liquidated damages represent an estimate of the loss or damage that the
Bank may have suffered due to delay in performance of the obligations (relating to delivery,
installation, operations, implementation, training, acceptance, warranty, maintenance etc. of the
items mentioned in RFP) by the Bidder.

ii. Installation will be treated as incomplete in one/all of the following situations:


 Non-delivery of any hardware or other components and software mentioned in the order
 Non-delivery of supporting documentation
 Delivery, but no installation of the components and/or software
 Ill-integration
 System operational, but unsatisfactory to the Bank

iii. If the Bidder fails to deliver or install any or all of the Goods or perform the Services within the time
period(s) specified in the RFP, the Bank shall, without prejudice to its other remedies under the
Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to 0.5% of
the delivered price of the delayed Goods or unperformed Services until actual delivery or
performance, per week or part thereof; and the maximum deduction is 10% of the overall contract
value. Once the maximum is reached, the Bank may consider termination of the contract.

iv. However, notwithstanding the schedule, Bank reserves the right to cancel the order at any given
point of time, if vendor fails to meet any of the milestones. In the event of cancellation of order, Bank
will claim entire amount paid to vendor with interest (@18% pa simple) along with additional 10% as
penalty charge.

v. The Purchaser may without prejudice to its right to effect recovery by any other method, deduct the
amount of Penalty from any money belonging to the Bidder in its hands (which includes the
Purchaser’s right to claim such amount against Bidder’s Bank Guarantee) or which may become due
to the Bidder. Any such recovery of penalty shall not in any way relieve the Bidder from any of its

Page 52 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

obligations to complete the works / Services or from any other obligations and liabilities under the
Contract.

7.18.11. All the above mentioned Service Level Penalties excluding FM resources penalty and Liquidated
Damages both are separate penalties and the maximum cap of 10% on contract value, in each case, will
also be separately applicable. The Bank reserves its right to recover these amounts by any mode
including adjusting from any payments to be made by the Bank to the Bidder

7.18.12. In addition to the cancellation of purchase contract, Bank reserves the right to appropriate the damages
through encashment of the Performance Guarantee given by the Bidder

7.18.13. Absence of On-site Engineer

The Bidder must ensure availability of skilled on-site (FM) resources as mentioned under Facility
Management section of the RFP. If on-site engineer fails to attend the site, Bank will deduct penalties
with no cap.

8. OWNERSHIP, GRANT AND DELIVERY

8.1. The Bidder shall procure and provide a non-exclusive, non-transferable, perpetual license to the Bank for all
the software to be provided as a part of this project. The use of software by Bidders on behalf of the Bank
would be considered as use thereof by the Bank and the software should be assignable / transferable to
any successor entity of the Bank.

8.2. The Bank reserves the right to use the excess capacity of the hardware, licenses and other infrastructure
supplied by the Bidder for any internal use of The Bank or its affiliates, subsidiaries at no additional cost
other than the prices mentioned in the commercial bid. The Bidder agrees that they do not have any
reservations on such use and will not have any claim whatsoever against such use of the hardware,
licenses and infrastructure.

8.3. Further, the Bidder also agrees that such use will not infringe or violate any license or other requirements.

9. COMPLETENESS OF THE PROJECT

The project will be deemed as incomplete if the desired objectives of the project Scope of Work of this
document are not achieved.

10. INSTALLATION CERTIFICATE:

On successful installation and configuration of individual components and the solution as a whole, the successful
bidder shall submit the following as part of the commissioning:

 The Installation documentation of the entire solution.


 Security scheme for entire solution.
 Bank will issue an Installation Certificate / sign-off on the submitted installation and commissioning note of
all the Hardware & Software thereafter will be considered as successfully commissioned. The installation
certificate will be jointly signed by both the Bidder’s representative as well as Bank’s official.

Page 53 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

11. ACCEPTANCE TESTING

11.1. The acceptance / performance test will be performed within a week after completion of installation and
commissioning of all the components of the solution at the sites of installation as per schedule of
requirement. Complete hardware and/or Software, as specified in the Purchase Order must have been
supplied, installed and commissioned properly by the Bidder prior to commencement of the testsThe
acceptance test will be conducted by the Bank, their consultant or other such person nominated by the Bank
at its option. The acceptance will involve trouble-free operation for seven consecutive days at site. The
Bidder will be responsible for setting up and running the acceptance test without any extra cost to the Bank.
No malfunction, partial or complete failure of any part of hardware or software is expected to occur. The
Bidder shall maintain necessary log in respect of the result of the test to establish to the entire satisfaction of
the Bank, the successful completion of the test specified. An average uptime of 99.95% in case of
equipment for the duration of test period shall be considered as acceptable.

11.2. Successful conduct and logical conclusion of the acceptance tests for the installed components shall also be
the sole responsibility and at the cost of the Bidder.

11.3. Post award of the contract a detailed acceptance plan will be created within the framework of the RFP
terms. The scope of acceptance test plan would be mutually discussed and agreed upon between the
Bidder & the Bank. The Bidder shall arrange for the tests at the relevant sites in the presence of the officials
of the Bank and / or its consultants. The Bidder should ensure that the tests will involve trouble-free
operation of the complete system apart from physical verification and testing and that there shall not be any
additional charges payable by The Bank for carrying out this acceptance test.

11.4. In case of any discrepancy in the hardware & associated software supplied the Bank reserves the right to
terminate the entire agreement in case the Bidder does not rectify or replace the supplied hardware/software
and the Bidder shall take back Bidder equipment at Bidders’ cost and risk. The Bidder shall ensure that all
costs associated with insurance from the date of transfer of title till the final acceptance by the Bank will be
borne by the Bidder and the asset insured in the name of the Bank. The Bidder shall provide the insurance
certificates for insurance of the ‘Bidder Supplied Equipment’ to the Bank along with supply of Equipment.

11.5. The Installation cum Acceptance Test and Check certificates jointly signed by representative of the Bidder
and official of the Bank or any consultant / auditor appointed by The Bank will be received at Head Office of
the Bank along with Bidders’ invoice for scrutiny before taking up the request for consideration of payment.

11.6. In all cases, the Bidder shall have the sole responsibility for bearing all additional charges, costs or
expenses incurred in correcting, reworking or repairing the defective or non-conforming hardware/software,
unless such failure is due to reasons entirely attributable to The Bank.

11.7. In the event of hardware and software failing to pass the acceptance tests, a period not exceeding two
weeks will be given to rectify the defects and clear the acceptance tests, failing which the Bank reserves the
right to get the equipment replaced by the Bidder at no extra cost to the Bank or to cancel the order and
recall all the payments with interest at 15% per annum from the date of the respective payments till the time
of actual receipt of refund.

11.8. The Bank’s right to inspect, test and, wherever necessary, reject the Goods after the Goods’ arrival at
Page 54 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

destination, shall in no way be limited or waived by reason of the Goods having previously been inspected,
tested and passed by the Bank or its representative prior to the shipment of the goods.

11.9. The date on which such certificate is signed shall be deemed to be the date of successful commissioning of
the systems. No additional charges shall be payable by the Bank for carrying out these acceptance tests.

12. ACCEPTANCE CERTIFICATE

12.1. Bank will issue an acceptance certificate on successful completion of acceptance testing i.e. receipt of
deliverables, installation & configuration of the equipment and satisfaction with the working on the system.
The acceptance certificate will be jointly prepared by the Bank and the selected Bidder at the time of the
execution of the project.

12.2. The date on which such certificate is signed by the Bank shall be deemed to be the date of acceptance of
the system and the Warranty of the system starts from that date.

12.3. The system is said to be go–live if after all the required components of EWS solution are delivered, installed,
commissioned, configured, rules are migrated and/or mapped wherever required, tested both at DC as well
as DR, creation of DMZ, and entire components of the system are smoothly running as per the expectation
of Bank and issuance of Final Acceptancecertificate/letter from BankThe date of Final Acceptance
Certificate/letter will be considered as go-live and warranty start date.

13. MANUFACTURER’S AUTHORIZATION FORM :

Bidders other than sole agents in India of the manufacturers must submit a letter of authority from their
manufacturers (Annexure – XXIV) that they have been authorized to quote on behalf of the manufacturer.

14. LANGUAGE OF BID

The bid as well as all correspondence and documents relating to the bid exchanged by the Bidder and The
Bank shall be in English language only.

15. NON-TRANSFERABLE OFFER

This Request for Proposal (RFP) is not transferable. Only the Bidder who has purchased this document in its
name or submitted the necessary RFP price (for downloaded RFP) will be eligible for participation in the
evaluation process. The Bidder should also submit an undertaking to the effect that they have not made any
modifications in the original copy of RFP and his/her bid would be liable for rejection for any violation of the
above.

16. ERASURES AND ALTERATIONS

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

Page 55 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Filling up of the information using terms such as OK, ACCEPTED, NOTED, AS GIVEN IN BROUCHER /
MANUAL, etc. is not acceptable.

17. PRE BID MEETING

17.1. Only the prospective bidders, who have purchased a copy of the RFP, will be eligible to attend a pre-bid
meeting to be held as per schedule details mentioned in the RFP. Up to a maximum of two representatives
of each prospective bidder will be permitted to attend the pre-bid meeting. However the Bank, at its
discretion, may permit any additional representative of any prospective bidder or any representative of
manufacturer of the related equipment to attend the pre-bid meeting.

17.2. The purpose of the meeting is to clarify issues and to answer questions on any matter that may be raised up
to that stage. Bidders are requested to send their queries in the format mentioned in Annexure-X relating to
RFP to our office by e-mail/ fax / speed post / courier, well in advance (at least two days prior to the Pre Bid
Meeting), so that the same could be discussed during the Pre-Bid meeting with interested Bidders. The
Bank will have liberty to invite its technical consultant or any outside agency, wherever necessary, to be
present in the pre-bid meeting to reply to the technical queries of the bidders in the meeting.

17.3. Clarifications including the text of the questions raised (without identifying the source of inquiry) will be sent
to all prospective bidders who have purchased the RFP.

17.4. Authorization Letter to be submitted as per Annexure IX.

17.5. Non-attendance at the Pre-bid Meeting will not be a cause for disqualification of a Bidder.

18. AMENDMENT OF RFP

18.1. Any modification of RFP, which may become necessary, as a result of the Pre Bid meeting or otherwise,
shall be made by the Purchaser, exclusively through the issue of an Addendum/Corrigendum.

18.2. At any time, prior to the submission of bids, the Bank at its discretion for any reason, whether at its own
initiative or in response to the clarification requested by the Bidder, may modify the RFP, by amendment.

18.3. All prospective Bidders who have purchased the RFP will be notified of the amendment in writing or fax or
by email and will be binding on them

18.4. In case of amendment (s) taking place in RFP, the Bank at its sole discretion may extend the deadline for
the submission of bids, to ensure availability of reasonable time to the prospective bidders for preparing their
Bids.

19. TENDER SUBMISSION- GENERAL DETAILS:

19.1. Tender Document and Fee:

A complete set of tender document can be obtained from the following address during office hours on all
working days on submission of a written application along with non-refundable fee of Rs.20,000/- (Rupees
Twenty Thousand Only) in the form of Demand Draft or Banker’s Cheque in favour of Allahabad Bank,
payable at Kolkata .
Page 56 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Chief Manager - IT
Department of Information Technology
Allahabad Bank, Head Office
2nd Floor, 2 NS Road,
Kolkata-700 001
Tel: 033 –22420995/
Email: ho.ditcbs@allahabadbank.in

The bidder may download the RFP documents from bank’s official web-site : www.allahabadbank.in
<http://www.allahabadbank.in> or E-tendering portal www.tenderwizard.com/abbank
http://www.tenderwizard.com/abbank.

The bidder may also submit a non-refundable fee of Rs. 20,000/- (Rupees Twenty Thousand Only) in the
form of Demand Draft or Banker’s Cheque in favour of ALLAHABAD BANK, payable at Kolkata, at the time
of submission of the technical bid, failing which the bid of the concerned Bidder will be rejected.

19.2. Bid Security:

The Bidder(s) must submit Bid Security at the time of submission of the technical bid in the form of Bank
guarantee as per format given in Annexure-V issued by Public / Private Sector Bank in India (other than
Allahabad Bank), acceptable to the Bank, in favour of ALLAHABAD BANK payable at Kolkata for an amount
mentioned hereunder, on which no interest will be paid by the Bank:

Particulars of Job to be undertaken Bid Security Amount


Supply, Installation, Configuration, commissioning Rs.15,00,000/-(Rupees Fifteen Lac only)
and maintenance of EWS solution in Bank

The bid security is required for protecting the Purchaser against risk of bidder’s conduct during the period of
bid validity.

The bid shall remain valid for 180 days after the scheduled date of opening of Technical Bid prescribed by
the Bank. Therefore, the bid security will have to be submitted for a period of (180+60) days. A bid valid for a
shorter period shall be rejected by the Bank as non responsive.

Non-submission of Bid Security will lead to outright rejection of the Offer.

The BID SECURITY of unsuccessful Bidders will be returned to them on completion of the Bidder selection
process. No interest will be payable on bid security amount. The BID SECURITY of successful Bidder(s) will
be returned on submission of Performance Bank Guarantee of specified amount.

The Bid Security may be forfeited under the following circumstances:

a. If the Bidder withdraws its bid during the period of bid validity (180 days from the date of opening of
Technical bid).

Page 57 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

b. If the Bidder makes any statement or encloses any form which turns out to be false, incorrect and/or
misleading at any time prior to signing of contract and/or conceals or suppresses material information;
and / or

c. In case of the successful Bidder, if the Bidder fails:


 To sign the contract in the form and manner to the satisfaction of THE BANK.
 To furnish performance Bank Guarantee in the form and manner to the satisfaction of THE
BANK.
 To perform, in accordance with the terms and conditions of the RFP or Contract
 To carry out successful Proof of Concept (PoC).

19.3. Performance Bank Guarantee

The Bank will require the selected Bidder to provide a Performance Bank Guarantee (PBG), within 21 days
from the date of issue of purchase order/Letter of Intent (LOI), for a value equivalent to 10% of the project
cost (TCO). The PBG should be valid for 7 Years plus claim period of one year. In case of the expiry of
PBG within this period, the Bidder should furnish a fresh PBG. The Performance Guarantee shall contain a
claim period of six months from the last date of validity. The selected Bidder shall be responsible for
extending the validity date and claim period of the Performance Guarantee as and when it is due on account
of non-completion of the project and/or Warranty period. In case the selected Bidder fails to submit
performance guarantee within the time stipulated, the Bank, at its discretion, may cancel the order placed on
the selected Bidder without giving any notice. Bank shall invoke the performance guarantee in case the
selected Bidder fails to discharge their contractual obligations during the period or Bank incurs any loss due
to Bidder’s negligence in carrying out the project implementation as per the agreed terms & conditions. In
case the project is extended for two more years at the behest of the Bank, the selected Bidder will extend
the Performance Bank Guarantee for two more years plus 01 Year

The Performance Bank Guarantee shall be denominated in Indian Rupees and shall be by way of Bank
Guarantee issued by a Public / Private Sector Bank in India (Other than Allahabad Bank), acceptable to the
Bank, in the Annexure VI provided in the Bid.

20. TWO BID SYSTEM TENDER

Bidders are required to submit the Sealed Technical Bid along with the Masked Commercial Bid without price
details and sealed Indicative Commercial Bid in physical form on or before the last date and time mentioned in
RFP, whereas the Commercial Bid will be Online Reverse Auction, the date for the same will be informed to
technically qualified bidders.

20.1. Submission of Technical Bid -

20.1.1. The RFP response (Technical Bid) should be provided in two envelopes in duplicate (One Original and
One Copy) duly sealed and super-scribed as follows:

a. Technical Bid - “Supply, end to end implementation, and maintenance of Early Warning Signal (EWS)
solutions for credit monitoring in Allahabad Bank– Technical Bid” shall be duly marked as “DO NOT
OPEN BEFORE(date)”

Page 58 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

b. Compliance to Eligibility Criteria – Supply, end to end implementation, and maintenance of Early
Warning Signal (EWS) solutions for credit monitoring in Allahabad Bank– Technical Bid- Compliance to
Eligibility Criteria”

c. Masked Commercial Bid(Annexure-II) - Supply, end to end implementation, and maintenance of Early
Warning Signal (EWS) solutions for credit monitoring in Allahabad Bank– Masked Commercial Bid”

d. Indicative Commercial Bid(Annexure-III)Supply, end to end implementation, and maintenance of Early


Warning Signal (EWS) solutions for credit monitoring in Allahabad Bank– Indicative Commercial Bid
shall be duly marked as “DO NOT OPEN BEFORE(date)”

20.1.2. Sealed separate envelopes carrying the technical Bid (including compliance to eligibility criteria), Masked
Commercial Bid and Indicative Commercial Bid should be put in a single outer cover (one each for
Original & Copy bids) duly sealed and super-scribed “Supply, end to end implementation, and
maintenance of Early Warning Signal (EWS) solutions for credit monitoring in Allahabad Bank– Original /
Copy Bid” (as the case may be) and be submitted at the Bank’s address given in RFP. Any Bid received
by the Bank after deadline for submission of Bids prescribed, will be rejected and returned unopened to
the Bidder.

Note:
a. There should be two outer envelopes i.e. Original Bid and Copy Bid, each with one set of Technical
Bid, Eligibility Criteria, Masked Commercial bid& Indicative Commercial Bid.
b. If the outer cover / envelope is not sealed and super scribed as required, the Bank will assume no
responsibility for bid’s misplaced or premature opening.
c. All Claims made by the Bidder will have to be backed by documentary evidence.

20.1.3. All envelopes must be super scribed with the following information:

a. Name of Bidder
b. RFP Reference
c. Type of Envelop (Technical Bid, Eligibility Criteria , Masked Commercial Bid or Indicative
Commercial Bid)
d. Original Bid / Copy Bid

20.1.4. ENVELOPE - I - Technical Offer

The Technical Offer should be completed in all respects and should contain all information asked for in
the exact format of technical specifications given in the RFP, except prices. The Technical Offer must not
contain any price information. However, the Masked Commercial Bid without price information is to be
submitted along with the Technical Bid. The Bank, at its sole discretion, may not evaluate a Technical
Offer in case of non-submission or partial submission of technical details. Any decision of the Bank in
this regard shall be final, conclusive and binding upon the Bidder.

The Technical offer/Technical bid must be made in an organized and structured manner in the following
form:

Page 59 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

a. Table of Contents (Annexure XXVIII)


b. Tender Forwarding Letter (Annexure – I) along with Power of attorney or Board Resolution of
authorised signatory
c. Valid Bank Guarantee as BID SECURITY (Annexure – V)
d. Proposed Team (Annexure VIII)
e. Letter giving details of authorized representatives (Annexure IX).
f. Bidder’s Information (Annexure-XIII)
g. Details of Offices/Branches/Service support centres (Annexure XIV)
h. Escalation Matrix (Annexure-XV)
i. Undertaking of Authenticity of software ofSupply, end to end implementation, and maintenance of
Early Warning Signal (EWS) solutions for credit monitoring in Allahabad Bank– (Annexure XVI)
j. Conformity/Undertaking letter (Annexure – XVII).
k. Compliance of Broad Scope of Work (Annexure XVIII)
l. Letter of Authority to participate in Reverse Auction ( Annexure –XIX)
m. Business rules for reverse auction (Annexure XX)
n. Bidder Turnover and Profits (Annexure XXII)
o. Litigation Certificate (Annexure XXIII)
p. Deviation Statement (Annexure XXVI)
q. Manufacturers Authorisation Form (Annexure XXIV)
r. Valid Bank Draft/ Pay order as RFP document price if tender document Is downloaded from Bank’s
website
s. Copy of Technical Bid
t. CD (R)/DVD which contains soft copy of all above documents
u. RFP and addendums (if any ) signed and stamped
v. Any other documents deemed necessary.
w. Detailed Technical Bill of Material – Form-2
x. Minimum Technical and Functional Specification of Proposed EWS – Form -3

20.1.5. ENVELOPE - II - Compliance to Eligibility Criteria

This envelope should contain Bidder’s response to the eligibility criteria specified in the RFP and supporting
documents which demonstrate the compliance to eligibility criteria.

This should contain at least the following:

a. Compliance to Eligibility Criteria (Annexure-IV)– All relevant documents like Certificate of


Incorporation, Audited Financial Statements, P& L statements, Customer credentials, CMM / ISO
Certification letter, all other self-certified letters, as mentioned in the RFP should be submitted
along with annexure.
b. Any other documents deemed necessary.

20.1.6. ENVELOPE - III - Masked Commercial Bid

The Bidder should enclose a copy of the Masked Commercial Bid (as per the format provided in
Annexure - II) without the prices (please put ‘XXX’ mark wherever prices are quoted) along with other
bid documents for evaluation purpose.

Page 60 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

20.2. Submission of Indicative Commercial Bid and Reverse Auction:

20.2.1. ENVELOPE- IV- Indicative Commercial Bid

The Bidders should enclose a sealed copy of the Indicative Commercial Bid (as per the format
provided in Form-1) with the prices along with the Technical Bid, duly signed and stamped by the
authorized signatory, latest by last date and time of submission of bids..

The Indicative Commercial Bid should contain the Price Information only and to be submitted strictly as
per the format provided in Form-1.

20.2.2. The Bank will adopt e-Tendering process for conducting reverse auction process for the Commercials of
RFP. The vendor for e-Tendering process is M/s Antares Systems Limited and the portal address for the
same is www.tenderwizard.com/abbank, wherein the necessary details for e-Tendering process are
available.

20.2.3. The date and time for opening Indicative Commercial Bids shall be informed separately to Technically
qualified Bidders.

20.2.4. Indicative Commercial Bid of only those Bidders will be opened who qualify in Technical evaluation &
subsequently reverse auction will be conducted on the total cost of ownership over the contract period of
07 years After the completion of reverse auction, the successful bidder is required to provide the final
commercial bids (FCB) with breakup in next two days, matching the reverse auction price for commercial
evaluation. The FCB will comprise of the Total cost of Ownership for Bank (TCO).The Bidder shall not
add any condition / deviation in the commercial bid. Any such condition / deviation may make the bid
liable for disqualification.

20.2.5. The prospective Service providers/ Bidders are advised to register with the E-Tendering Portal
(www.tenderwizard.com/abbank). The Bidder should also possess valid Class III Digital Signature
Certificate which is a Mandatory requirement.

20.2.6. In case of any clarification/assistance Bidder may contact the following representatives of M/s Antares
Systems Ltd. before the schedule time of Online Reverse auction process.

Contact Persons Mobile No.


Mr. Tousik Ghosh 09674758724
Mr. Kushal Bose 07686913157
E-mail:kumarchandan@antaressystems.com
debrajsaha@antaressystems.com
kushal.b@antaressystems.com
tousik.g@antaressystems.com

21. DEADLINE FOR SUBMISSION OF BIDS

Page 61 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

21.1. Bidders must ensure that their Technical Bids along with other essential documents are received by the
Bank at the address specifies, no later than the time and date mentioned in the schedule details. In the
event of the specified date for the submission of Bids being declared a holiday for the Purchaser, the bids
will be received up to the appointed time on the next working day.

21.2. Bank may at its discretion extend the deadline for submission of bids by amending the RFP in accordance
with the RFP, in which case all rights and obligations of the Purchasers and Bidders previously subjected to
the deadline will thereafter be subject to the deadline as extended.

22. BID OPENING

22.1. As the technical bid will be evaluated first for technical suitability, Bank will open only the Technical Bids as
per the schedule mentioned in the RFP, in presence of the representative of the Bidder. The Indicative
Commercial Bids of Only Technically qualified Bidders will be opened at a later date, subsequent to
Technical Evaluation. The Bank will notify the date and time of opening of Indicative Commercial Bids and
Reverse Auction to the technically qualified Bidders.

22.2. Opening will be taken in a register against name, name of the company and with full signature.

22.3. Each Bid will be numbered serially, signed and dated by two officers of the Bank except printed literature,
brochure and reports.

22.4. Alterations in the bids, if any, made by the Bidder/ companies would be signed legibly to make it perfectly
clear that such alterations were present on the bids at the time of opening. It would be ensured that
alterations are signed by the Bidder/ company’s executive who has signed the Bid or by the Bidder/
company’s representative authorized by the executive who has signed the bid. The Bidder should bring such
alteration in notice of Bank at the time of opening of Bid, failing which such alterations would not be
acceptable to the Bank.

22.5. An “on the spot statement” giving details of the bids opened and other particulars as read out during the
opening of the bids will be prepared.

22.6. Bids and modifications, if any, that are not opened and read out at Bid opening shall not be considered
further for evaluation, irrespective of the circumstances. Such Bids will be returned unopened to the
Bidders.

23. PRELIMINARY SCRUTINY

23.1. Allahabad Bank will examine/scrutinize the bids to determine whether the bids are complete, whether any
computational errors have been made, whether required sureties have been furnished, whether the
documents have been properly signed and whether the bids are generally in order.

23.2. Bids without proper documents showing the tie-up arrangements with the partners involved in the supply of
the total solution shall be treated as non-responsive.

Page 62 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

23.3. Arithmetical errors will be rectified on the following basis. “If there is a discrepancy between unit price and
total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total
price shall be corrected. If the Bidder does not accept the correction of the errors, its Bid will be rejected.”

23.4. The Bank, at its discretion, may waive any minor informality, nonconformity or irregularity in a Bid which
does not constitute a material deviation, provided such waiver does not prejudice or affect the relative
ranking of any Bidder. This shall be binding on all Bidders and Allahabad Bank reserves the rights for such
waivers.

23.5. Prior to the detailed evaluation, Allahabad Bank will determine the substantial responsiveness of each Bid to
the RFP. For purposes of these Clauses, a substantially responsive Bid is one, which conforms to all the
terms and conditions of the RFP without material deviations. 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.

23.6. If a Bid is not substantially responsive, it will be rejected by Allahabad Bank and may not subsequently be
made responsive by the Bidder by correction of the non-conformity.

24. CLARIFICATION OF OFFERS:


In order to facilitate scrutiny, evaluation and comparison of offers, the Bank may, at its discretion, ask some or
all Service providers for clarifications on the offer made by them. The request for such clarifications and the
Service provider’s response shall necessarily be in writing. The Bank has the right to disqualify the Vendor
whose clarification is found not suitable to the proposed project.

25. NO DEVIATION

The bidder is required to put in a no deviation undertaking as per Annexure XVII and Annexure XXVI with NIL
deviations. However in case of any deviation, Bidder should submit the same as per Annexure XXVI. Bank, at
its own discretion may either accept or reject any deviations mentioned by the Bidder. Any assumption,
deviation or exclusion submitted by us in the proposal which is contradictory to the RFP stands null and void, if
Bank not accepts the same.

26. EVALUATION OF BIDS

26.1. Objective of Evaluation Process

26.1.1. The evaluation by Allahabad Bank will be undertaken by an Internal Committee formed by the Bank.
The bank may consider recommendations made by External Experts / Consultants on the Evaluation.
The decision of the committee shall be final.

26.1.2. The Bank will scrutinize the offers to determine whether they are complete, whether any errors have
been made in the offer, whether required technical documentation has been furnished, whether the
documents have been properly signed, and whether items are quoted as per the schedule. The Bank
may, at its discretion, waive any minor infirmity, non-conformity, or irregularity in a Bid, which does not
constitute a material deviation. This shall be binding on all Bidders and the Bank’s decision in the
matter will be final

Page 63 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

26.1.3. Each Recipient acknowledges and accepts that the Bank may, in its sole and absolute discretion, apply
whatever criteria it deems appropriate in the selection of bidder, not limited to those selection criteria
set out in this RFP document.

26.1.4. Bank may call for any clarifications / additional particulars on the technical / commercial bids submitted.
The Bidder has to submit the clarifications / additional particulars in writing within the specified date
and time. The Bidder’s offer may be disqualified, if the clarifications/ additional particulars sought are
not submitted within the specified date and time. Bank reserves the right to call for presentation/s,
product walkthroughs, on the features of the solution offered etc., from the Bidders based on the
technical bids submitted by them. Allahabad Bank also reserves the right to conduct Reference Site
Visits at the Bidder’s client sites. Through this Request for Proposal, Bank aims to select a Bidder/
application provider who would undertake the designing and implementation of the required solution.
The Bidder shall be entrusted with end-to-end responsibility for the execution of the project under the
scope of this RFP. The Bidder is expected to commit for the delivery of services with performance
levels set out in this RFP with a Service Level Agreement.

26.1.5. The Bank has adopted a two bid process in which the Bidder has to submit (1) Technical Bid (including
Indicative Commercial Bid and Masked Commercial Bid) within the time as stipulated in the RFP and
(2) Commercial Bid (as per Reverse Auction), schedule will be informed to the technically qualified
bidders at the later stage.The Bank shall evaluate the Technical Bids (including Eligibility Criteria)
initially. Indicative Commercial Bids of only technically qualified bidder will be opened at a later stage
which will be advised to all the technically qualified bidders. Subsequently reverse auction will be
conducted for the commercials based on the Total Cost of Ownership (for 07 Years ) as per Form-1.

26.1.6. Adherence to Terms and Conditions, The bidders who wish to submit responses to this RFP should
abide by all the terms and conditions contained in the RFP. The bidder is required to put in a no
deviation bid as per Annexure-XVII. If the responses contain any extraneous conditions put in by the
respondents, such responses may be disqualified and may not be considered for the selection
process.

26.1.7. 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, witness demos,
bidders presentation, verify functionalities / response times etc

26.2. Evaluation of Technical Bids

26.2.1. Pursuant to the evaluation of pre-qualification/ minimum eligibility criterion mentioned above,
bidders will be short-listed for technical evaluation. Technical evaluation will be carried out only for
the bidders who succeed the pre- qualification criterion.

26.2.2. Bank will review the technical bids of the short-listed bidders [who qualify the minimum eligibility
criteria] to determine whether the technical bids are substantially responsive. Bids that are not
substantially responsive are liable to be disqualified at Bank’s discretion.

26.2.3. The Technical Bids opened will be evaluated by the Bank on the basis of following criteria -

Page 64 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

a) Completeness of the Technical bid (including eligibility criteria) in all respects and availability of all
information/details.
b) Point to point conformity of the goods offered, to the Technical and functional specifications
provided in the RFP.

26.2.4. The bidders will be required to give a presentation along with product walkthrough on the proposed
solution and it will be a part of technical evaluation as per scoring pattern mentioned in the: Technical
Scoring Chart (Refer 26.2.5).

26.2.5. Technical Scoring Chart


The detailed Technical and functional specification evaluation is in a form of Form-3 (minimum
Technical and Functional Specification) in this RFP. Bidders are required to submit their responses
against each functionality as follows, in the column “Bidder Response”:
Y - If the required functionality is Readily Available in their solution.

C - if the required functionality will be made available with customisation.

N - if the required functionality will not be made available with customization/ is not available.

Scores or Marks will be awarded as per following Matrix:

Available (Y) Unavailable


Customizable- C Non-Customizable/ Not available - N
1 0.5 0

All functionalities should be made available during UAT. Any deviation to this is liable to rejection of the
bid. Unreasonable scope limitations (non-customizable) which defeat the purpose of this RFP shall lead to
reduction in scores or even possibility of disqualification of the bidder. This will be at the sole discretion of
the Bank. The Technical Bid should necessarily contain all Technical details and other terms and
condition of RFP:
a) Bidder's proposal should conform to the contents and format of the technical bid as listed out in
the RFP.
b) Proposals not conforming to the specifications may be rejected summarily. Any incomplete or
ambiguous terms/conditions will disqualify the offer.
All the functions mentioned in the said annexure are mandatory and if not readily available with
the proposed solution then, it should be customized in the solution within 6 months of Go-Live
of project at no additional cost to the bank. The Technical Bid / Scope of the Work submitted by the
Bidder will be evaluated based on the terms and conditions of the RFP. Detailed technical evaluation
will include scrutiny of past experience, technical and functional information of proposed
software/service solution, and system demonstration of proposed solution. The Bidder may highlight the

Page 65 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

noteworthy/superior features of their solution. The Bidder will demonstrate/substantiate all or a few of
the claims made in the Technical Bid to the satisfaction of the Bank, the capability of the solution to
support all the required functionalities at their cost in their lab/office/in any other organization where
solution is in use. The Bidder should use their own tools/utilities/simulators to demonstrate the features
laid in the RFP/evaluation criteria.
The various parameters for technical evaluation and their weightage are given in the table below. At the
sole discretion and determination of the Bank, Bank may add any other relevant criteria for evaluating
the proposals received in response to this RFP.

SNO Particulars Maximum Scoring Mechanism Basis of Minimum


Marks Evaluation qualifying
criteria

A. 1 Bank – 30 i) Client
marks credential
Bidder’s Competitiveness and Letter
B. 2 Banks – 40
i experience 50 ii) Purchase 30
marks
in implementing EWS solution Order with
C. More than 2 installation
banks – 50 marks proof
Site Visit or
ii Site Visit or Client Feedback 10 Client Feedback 7

Form-3
Functional & Technical
submitted by the
iii Requirements evaluation (As 450 405
Bidder
listed out in Form-3)
Technical Presentation and Presentation
Product Demonstration of the Product
proposed solution / Proof of Demo/POC as
Concept for EWS, the Presentation-20 desired by the
iv 150 105
Bidder/OEM is required to Demo/POC-130 Bank
conduct a detailed product
walkthrough and to adhere to
demo scripts provided during
technical evaluation .
v Total Technical Marks (T) 660 547

Bidder’s Competiveness and experience in implementing EWS solution scoring methodology is as under:

The presentations would be rated by a competent panel chosen appropriately by bank and scores would be
assigned to each of the presentations. The agenda for the presentation shall be provided to the bidders
prior to the presentation. The bidders are expected to submit the soft copy of the presentation to the bank
prior to the presentation.
For evaluation and compliance of price bids, Bidder must secure an overall minimum score in combined
Page 66 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

parameters given in table above to be technically eligible. Bank at its discretion may relax the minimum
qualifying score under section iii (Functional and Technical Requirement) mentioned in the above table by
10% i.e. minimum 80%, if the number of bidders qualified is less than three.

26.2.6. 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 affect the relative
ranking of any bidder.

26.2.7. Technical evaluation would be carried out and all bidders who qualify the technical evaluation will be
short listed for commercial evaluation.

26.3. Evaluation of Commercial Bids

26.3.1. The Bidders who qualify both Eligibility Criteria along with Functional and Technical evaluation will be
allowed to participate in the reverse auction for finalizing the L1 Bidder.

26.3.2. The Indicative commercial Bids of the technically qualified bidders (as per the preceding sections of
this RFP), will be opened & evaluated by the Purchaser. Subsequently Allahabad Bank shall publish a
date for the reverse auction to the technically qualified bidders. The guidelines for the reverse auction
are mentioned in Annexure-XX

26.3.3. Evaluation of all eligible bidders will be done in Indian Rupees only.

26.3.4. The indicative commercial bid may be used for arriving at the ceiling price for the reverse auction. Bids
quoting unrealistic prices for any of the solution will be rejected at the discretion of the bank. However
Bank at discretion may also decide the starting bid for reverse auction.

26.3.5. After the completion of reverse auction, the L1 bidder is required to provide the final commercial bids
(FCB) within two days, matching the reverse auction price for commercial evaluation. The FCB will
comprise of the Total cost of Ownership for Bank (TCO). The bidder with the lowest commercials will
be declared successful L1 bidder and shall be awarded the contract/ purchase order.

26.3.6. Bank reserves the right to negotiate the price with the finally successful bidder before awarding the
contract.

26.3.7. The Bank's decision in respect to evaluation methodology will be final and binding and no claims
whatsoever in this respect will be entertained. Bank’s decision on award of contract shall be final and
binding on all Bidders.

26.3.8. Successful Bidder should provide with the price break up and detailed commercials within two working
days, which should be duly signed and stamped by the authorized signatory of the Bidder.

26.3.9. Any variation between online reverse auction price and the signed document will be considered as
sabotaging the tender process and will invite disqualification of Bidders to conduct business with Bank
as per prevailing guidelines.

Page 67 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

26.3.10. The Bank also reserves the right to re-issue / re-commence / cancel the Bid/Bid process at any stage.
Any decision in this regard by the Bank shall be final, conclusive and binding on the Bidders

27. AWARD CRITERIA

After completing the commercial evaluation process, the Purchaser will award the contract to the Successful
Bidder whose bid has been determined to be substantially responsive and has been determined to be the
lowest evaluated bid through e-tendering. If necessary, Purchaser may negotiate with lowest evaluated bidder
to bring down the prices to the reasonable level.

28. PERIOD OF VALIDITY OF THE BID

Bids shall remain valid for 180 (One Hundred eighty) days after the date of bid opening prescribed by the Bank.
The Bank holds the rights to reject a bid valid for a period shorter than 180 days as non-responsive, without any
correspondence. In exceptional circumstances, the Bank may solicit the Bidder’s consent to an extension of the
validity period. The request and the response thereto shall be made in writing. Extension of validity period by
the Bidder should be unconditional and irrevocable. The Bid Security provided shall also be suitably extended.
A Bidder acceding to the request will neither be required nor be permitted to modify its bid. A Bidder may refuse
the request without forfeiting its Bid Security.

29. ADDRESS OF COMMUNICATION

Offers / bid should be addressed to the Bank at the address given in the RFP.

30. EXERTING UNDUE INFLUENCE

Bidder shall NOT contact Allahabad BANK on any matter relating to this bid, from the time of the submission of
commercial bid to the time the contract is awarded. Any effort by a Bidder to influence Allahabad Bank’s bid
evaluation, bid comparison or contract award decision may result in the rejection of the bid.

31. SIGNING OF THE BID

The bid shall be signed by a person or persons duly authorized by the Bidder with signature duly attested. In the
case of a body Head, the bid shall be signed by the duly authorized officers and supported by internal Head
authorizations.

32. COSTS OF PREPARATION & SUBMISSION OF BID

The Bidder shall bear all costs for the preparation and submission of the bid. THE BANK shall not be
responsible or liable for reimbursing/compensating these costs, regardless of the conduct or outcome of the
bidding process.

33. BANK’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS

The Bank reserves the right to accept or reject any offer without assigning any reason thereof. Any decision of
the Bank in this regard shall be final, conclusive and binding upon the Bidders. The bank reserves the right to
accept or reject any bid, and to cancel the bidding process and reject all bids at any time prior to contract
award, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the
affected Bidder or Bidders of the grounds for bank’s action. During the evaluation process at any stage if it is
Page 68 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

found that the Bidder does not meet the eligibility criteria or has submitted false / incorrect information the bid
will be rejected summarily by the bank’s notification of rejection of bid.

34. NO COMMITMENT TO ACCEPT ANY LOWEST OR ANY TENDER

The Bank will be under no obligation to accept the lowest or any other offer received in response to this tender
notice and shall be entitled to reject any or all offers, including those received late or incomplete offers, without
assigning any reason whatsoever. Purchaser will not be obliged to meet and have discussions with any Bidder
and/or to listen to any representations.

Page 69 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

SECTION C- GENERAL TERMS AND CONDITIONS OF CONTRACT

35. DEFINITION:

In this Section, the following terms shall be interpreted as indicated:

a) “The Contract” means the AGREEMENT entered into between the Purchaser and the bidder, as recorded
in the Contract Form signed by the parties, including all the attachments and appendices thereto and all
documents incorporated by reference therein.

b) The “Contract Price” means the price payable to the bidder under the contract for full and proper
performance of its contractual obligations.

c) “The Goods” means all of the equipment, machinery, and/or other materials including peripherals and
software, which the bidder is required to supply under the contract.

d) “Services” means services ancillary to the supply of the Goods, such as transportation, insurance and any
other incidental services, such as installation, commissioning, provision of technical assistance, training and
other obligations of the bidder covered under the Contract.

e) “The Purchaser” means Allahabad Bank.

f) “The Bidder” means the individual or firm supplying the goods and services under the contract.

g) “Day” means calendar day.

36. GOVERNING LANGUAGE:

The governing language of the contract shall be English. All correspondence and other documents pertaining to
the Contract which are exchanged by the parties shall be written in that same language.

37. APPLICABLE LAW:

The contract shall be interpreted in accordance with the laws prevalent in India.

38. NOTICES:

Any notice given by one party to the other, pursuant to this Contract, shall be sent to the other party in writing or
by cable /fax/email and confirmed in writing to the other party’s address specified below.

Purchaser: ALLAHABAD BANK, HEAD OFFICE


DEPARTMENT OF INFORMATION TECHNOLOGY
2, NS ROAD, KOLKATA-700001

Bidder : To be filled in at the time of contract signing

A notice shall be effective when delivered or on the notice’s effective date, whichever is later

Page 70 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

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

Any notice or other communication shall be deemed to have been validly given on date of delivery if hand
delivered & if sent by registered post, then on expiry of seven days from the date of posting.

39. AWARD OF CONTRACT

39.1. Notification to Bidder

The final decision on the vendor will be taken by the Bank. The implementation of the project will commence
upon successful negotiation of a contract between the Bank and the successful bidder. Before the expiry of
the period of validity of the proposal, the Bank shall notify the successful Bidder in writing by registered letter
or by fax or by hand-delivery or by e-mail, that its bid has been accepted. The Bidder shall acknowledge in
writing receipt of the notification of acceptance and has to convey his absolute, unconditional and
unqualified acceptance as per Annexure-XI within seven (7) days of receipt of letter from the bank and
thereafter, enter into agreement / Contract within 30 days of receipt of notification of the acceptance of bid.

39.2. Signing of Contract

The notification of the acceptance shall be followed by submission of Performance Bank Guarantee and
signing of the Contract. The Bidder should sign the Contract Form (Annexure-XII). The signing of Contract
will amount to award of contract and Bidder should implement the project as per agreed delivery & timelines.
The signing of contract shall be completed within 30 days of receipt of notification of the acceptance of bid.

39.3. Discharge of Bid Security

Upon acceptance of the notification of acceptance by the Bidder, the Bank shall promptly request the Bidder
to provide Performance Bank guarantee. Bid Security of successful Bidder shall be discharged on the
Successful Bidder signing the Contract/Agreement and upon furnishing the Performance Bank Guarantee.
The Bid Security of unsuccessful bidders shall be discharged and returned by the bank on completion of the
bidding process.

40. PAYMENT

40.1. Payment Terms

Selected Bidder will have to submit the documents at the Bank’s office along with request letter for payment.
Documents related to each Phase should be submitted for payment in single lot.
Terms of Payment will be as under:

a. No advance payment will be made.

b. All taxes to be paid will be subject to GST applicability. TDS will be applicable.

Page 71 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

c. If the GST paid by the Bank is not uploaded on tax authority’s GST portal within a stipulated period, then
the same will be deducted from the subsequent payments to the selected service provider.

d. The Bank shall make payments to the selected vendor in accordance with the final commercial proposal.
The payments made will be after completion of project milestones as under:

Project Milestone % of payment


1. Delivery, Successful Installation and Acceptance of 60% of the Hardware cost
Hardware (include OS, DB, third party tools) at each
location.
2. After successful Go – Live* of the Solution in each location 30% of the Hardware cost
3 Six months after successful Go Live of the solution in each 10% of the Hardware Cost
location. Final payment will be released after one
successful DR Drill
4 Installation and implementation cost 60% of the cost after
UAT,30% of the cost after
Go Live, 10% on completion
of one month of the
successful Go Live*
5 AMC, ATS and On-Site Facility Management charges Half Yearly in arrears
*Go-Live date will be successful completion of Phase-III date.

Payment for the Supply of required Software, Design, Installation, Implementation,


configuration, integration and Commission of the EWS Solution shall be made as per
Scope of Work.
Delivery of Application Software,
1 Customization, Installation, Phase-I 30% of software license cost
implementation and UAT sign-off
2 Phase-II implementation with UAT sign-off 20% of software license cost

3 Phase-III implementation with UAT sign-off 20% of software license cost


Successful conduction of DR Drill and
4 10% of software license cost
Archival Setup implementation
Completion of training & handing over all the
5 documents and 6 months after sign off. 10% of Software licenses cost

After completion of warranty period or on


submission of Bank Guarantee equivalent to
6 10% of Software licenses cost
this amount$

7 AMC, ATS and On-Site Facility Management


Half Yearly in arrears
. charges
$This BG will be in addition to the PBG to be submitted by the Bidder as mentioned
elsewhere in this document.
Page 72 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

40.2. Paying Authority

The payments as per the Payment Schedule covered herein above shall be paid by Department of
Information Technology, Head Office/ CBS Office, Mumbai / DRS Lucknow. However, Bills would be
payable, on receipt of advice / confirmation for satisfactory delivery / installation / re-installation, live running
/ post-delivery inspection and service report from the user department/concerned offices where the
purchased hardware and software have been delivered and implemented. Also the Bidder has to submit the
certificate of insurance covering all the risks during transit, storage, installation, commissioning, testing and
handling including third party liabilities.No additional charges such as conveyance, travelling, per diem hotel
expenses etc., will be paid to the selected Bidder or their engineers during shifting of equipment or any other
reason.

EWS solutions related software etc should be maintained with back to back 24*7 support from the
respective OEMs by the Bidder till the end of contract period. All payments will be released after only after
submission of proof for the same along with invoices, request for payment and other related documents.

41. WARRANTY & ANNUAL MAINTENANCE CONTRACT

The Bidder shall provide the maintenance (Warranty, AMC/ATS, FM) during entire contract period for all the
hardware, software & services including Operating System, Database & third party software within the scope of
work. The hardware & software (application s/w, OS, DB, subscriptions, third party tools etc) supplied should be
provided with 2 Years on-site comprehensive warranty, which will start from the date of acceptance of the EWS
solution, after being installed and tested. Subsequently, the bidder shall provide the on-site comprehensive ATS
/ AMC support for 5 Years. ATS / AMC shall be extendable for a minimum period of 2 years, at the behest of
the Bank. . The additional support (AMC/ATS Services etc.) in case of extension of contract after seven years,
is required to be provided by the Bidder at a rate equivalent to the average of support rate paid from Year 3
through Year 7, after deduction of SLA if any, or at the rate actually paid to the Bidder in Year 7, whichever is
lesser. FM Services, in case of extension of contract after 7 Years, shall be provided at a rate equivalent to the
average of support rate paid in actual to the Bidder after adjusting SLA deductions, if any, from Year 1 through
Year 7, or at the rate actually paid to the Bidder in Year 7, whichever is lesser. The Bidder must factor the costs
in the Price Schedule accordingly. The Warranty, ATS / AMC should have back to back OEM active support
and supporting documents for the same should be provided for releasing of respective payments. As part of
warranty, AMC and ATS support, the Bidder will provide Scope of Work, Deliverable, services & SLAs as
mentioned in the RFP.

42. EXPENSES FOR THE CONTRACT

The incidental expenses for execution of Agreement / Contract shall be borne by the successful Bidder.

43. FAILURE TO ABIDE BY THE AGREEMENT / CONTRACT

The conditions stipulated in the Agreement/Contract shall be strictly adhered to and any breach/ violation
thereof will entail termination of the Contract without prejudice to the other rights of the Bank including recovery
of penalties as specified in this RFP or Agreement/ Contract.

44. PRICES

Page 73 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Prices payable to the successful Bidder as stated in the Contract shall be firm and not subject to adjustment
during performance of the Contract, irrespective of reasons whatsoever, including exchange rate fluctuations.
The Bidder will pass on to the Bank, the benefit of discounts if any announced in respect of the cost of the items
for which orders have been placed during that period.

45. PRICE DISCUSSION

It is absolutely essential for the Vendors to quote the lowest price at the time of making the offer in their own
interest. The Bank reserves the right to do price discovery and engage the successful bidder in discussions on
the prices quoted. The Bank also reserves the right to enter into price discussions with the OEMs of
applications and other components and the Vendor

46. SUCCESSFUL BIDDER’S INTERGRITY

The successful Bidder is responsible for and obliged to conduct all contracted activities in accordance with the
contract using the state of art methods and economic principles and exercising all means available to achieve
the performance specified in the contract.

47. INTEGRITY PACT

As per Central Vigilance Commission (CVC) directives, it is required that Bidders/Vendors / observe the highest
standard of ethics during the procurement and execution of such contracts in pursuance of this policy. Further,
all bidders need to submit an “Integrity Pact” (duly sealed & signed) as per Annexure-XXVII of the RFP, on non
judicial stamp paper of appropriate value in its technical bid. As per the above pact, an Independent External
Monitor (IEM) shall be nominated by the Bank.

The name, address and contact details of IEMs nominated for the Bank is as under:

Shri Asutosh Mishra, IAS (Retd.) Dr. Bhushan Chander Gupta, IAS (Retd.)
Plot No. 3, Prashasan Nagar, Road No. 72, Jubilee Hills, 116, New Moti Bagh, New Delhi – 110023
Hyderabad – 500110 Landline : 011-24105366
Landline : 040-23551585 Email Id: bcgupta2000@yahoo.com
Email Id : kunu_mishra@yahoo.co.in

Bidders not submitting the prescribed undertaking (Integrity Pact) or submitting the same with deviations/
amendments thereto will be disqualified from further evaluation / participation in the process of relative
procurement

48. SIZING OF OFFERED SOLUTION

As bank intends to procure EWS solution in CAPEX model for the period of 7 Years the proposed hardware
sizing for the EWS solution should meet the requirements of the peak level transactions projected at the end of
7 Years i.e. contract period. The proposed solution should seamlessly adhere to the hardware utilization
parameters mentioned in this RFP. Bidder has to submit the sizing certificate, obtained from the EWS
application OEM regarding the hardware sizing for the proposed solution with the peak level transactions
projected at the end of the Year 7 at any point of time.

Hardware Sizing:

Page 74 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

The bidder can do the sizing based on the following information: (The following is reference purpose; same
may be modified & provided with respect to EWS for hardware sizing etc)

Number of Branches/ Offices 3365


Number of customers (approx) 6,97,00,000
Number of Accounts (approx) 8,12,00,000
Number of Loan Customers (approx) 30,00,000
Number of Borrower Accounts (approx) 40,00,000
Number of Banking Transactions in a Day – Financial (approx) 50,00,000
Number of Banking Transactions in a Day – Non Financial (approx) 80,00,000
Maximum Number of Banking Transaction in an hour (Max Txns.
11,00,000
observed in an hour) (approx)
Number of Fund Transfer Transactions in a Day (approx) 12,00,000
Maximum Number of Fund Transaction in a hour (Max Txns. observed
1,00,000
in an hour)
YoY Transaction Growth % 20%
YoY Customer Growth % 10%
YoY Accounts Growth % 20%
No of concurrent users 3000
YoY concurrent users Growth % 10%

49. SUCCESSFUL BIDDER’S OBLIGATIONS

49.1. The successful bidder is obliged to work closely with the bank’s staff, act within its own authority and abode
by the directives issued by the Purchaser and implementation activities.

49.2. The bidder is responsible for managing the activities of its personnel or sub contracted personnel and will
hold itself responsible for any misdemeanours on their part or on the part of the Sub Contractors.

49.3. 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 Purchaser.

50. USE OF CONTRACT DOCUMENTS AND INFORMATION:

50.1. 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 Purchaser
in connection therewith, to any person other than a person employed by the Bidder in the performance of
the Contract. Disclosure to any such employed person shall be made in confidence & shall extend only as
far as may be necessary for purposes of such performance.

50.2. The Bidder shall not, without the bank’s prior written consent, make use or make copies etc. of any
document or information except for purposes of performing the Contract.

50.3. Any document, other than the Contract itself shall remain the property of the bank and shall be returned (in
all copies) to the bank on completion of the Bidders’ performance under the Contract, if so required by the
bank.

51. PATENT RIGHT:


Page 75 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

51.1. The Bidder shall indemnify the Bank its employees, personnel, officers, directors, representatives against all
third party claims of infringement of patent, trademark or industrial design rights arising from use of the
Goods, Software package or any part thereof in India and abroad.

51.2. In the event of any claim asserted by the third party of infringement of copyright, patent, trademark or
industrial design rights arising from the use of the Goods or any part thereof in India, the Bidder shall act
expeditiously to extinguish such claims. If the Bidder fails to comply and the Bank is required to pay
compensation to a third party resulting from such infringement, the Bidder shall be responsible for the
compensation including all expenses, court costs and lawyer fees. The Bank will give notice to the Bidder of
such claims, if it is made, without delay.

52. TERMINATION FOR DEFAULT:

The Bank may, without prejudice to any other remedy for breach of contract, by written notice of default of 30
days sent to the Supplier, terminate the Contract in whole or in part:

a. If the Bidder fails to deliver any or all of the Goods and Services within the time period(s) specified in the
Contract, or within any extension thereof granted by the Bank or
b. If the Bidder breaches any of its obligations set forth in RFP/ Contract.
c. If the Bidder, in the judgment of the Bank has engaged in corrupt or fraudulent practices in competing for or
in executing the contract.
d. At the discretion of the bank with prior notice.
e. In the event the Bank terminates the Contract in whole or in part, the Bank may procure, upon such terms
and in such manner, as it deems appropriate, Goods and services similar to those undelivered and the
supplier shall be liable to the Bank for any excess costs for such similar Goods and/or Services. However,
the Supplier shall continue performance of the Contract to the extent not terminated.

53. CONTRACT TERMINATION/CANCELLATION:

The Bank reserves the right to cancel the contract placed on the selected Bidder and recover expenditure
incurred by the Bank under the following circumstances:-

a. The selected Bidder commits a breach of any of the terms and conditions of the bid.

b. The Bidder goes into liquidation, voluntarily or otherwise.

c. An attachment is levied or continues to be levied for a period of seven days within the contact period.

d. If the selected Bidder fails to complete the assignment as per the time lines prescribed in the RFP and the
extension if any allowed, it will be a breach of contract. The Bank reserves its right to cancel the order in the
event of delay and forfeit the performance security as liquidated damages for the delay.

e. If deductions on account of Liquidated Damages and / or Service Level Penalties reaches 20% of the total
contract price.
f. In case the selected Bidder fails to deliver the quantity/quality as stipulated in the delivery schedule, The
Bank reserves the right to procure the same or similar product from alternate sources at the risk, cost and
responsibility of the selected Bidder.

g. After award of the contract, if the selected Bidder does not perform satisfactorily or delays execution of the
contract, The Bank reserves the right to get the balance contract (remaining work) executed by another
party of its choice by giving three months’ notice for the same. In this event, the selected Bidder is bound to

Page 76 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

make good the additional expenditure, which The Bank may have to incur in executing the balance contract.
This clause is applicable, if for any reason, the contract is cancelled.

h. The Bank reserves the right to recover any dues payable by the selected Bidder from any amount
outstanding to the credit of the selected Bidder, including the pending bills and/or invoking The Bank
guarantee under this contract.

54. CONSEQUENCES OF TERMINATION

54.1. In the event of termination of the Contract due to any cause whatsoever, whether consequent to the
stipulated term of the Contract or otherwise. The Bank shall be entitled to impose any such obligations and
conditions and issue any clarifications as may be necessary to ensure an efficient transition and effective
business continuity of the Service(s) which the Bidder shall be obliged to comply with and take all available
steps to minimize loss resulting from that termination/breach, and further allow and assist any other person /
organization as may be selected by the Bank to take over the obligations in relation to the
execution/continued execution of the scope of the Contract.

54.2. In the event that the termination of the Contract is due to the expiry of the term of the Contract, a decision
not to grant any (further) extension by The Bank, the Bidder herein shall be obliged to provide all such
assistance to any person / organization as may be required and as the Bank may specify including training,
where the successor(s) is a representative/ personnel of the Bank to enable the successor to adequately
provide the Service(s) hereunder, even where such assistance is required to be rendered for a reasonable
period that may extend beyond the term/earlier termination hereof.

54.3. Nothing herein shall restrict the right of The Bank to invoke the Performance Bank Guarantee and other
guarantees, securities furnished and pursue such other rights and/or remedies that may be available to The
Bank under law or otherwise.

54.4. The termination hereof shall not affect any accrued right or liability of either Party nor affect the operation of
the provisions of the Contract that are expressly or by implication intended to come into or continue in force
on or after such termination.

55. FORCE MAJEURE

Force Majeure is herein defined as any cause, which is beyond the control of the selected Bidder or The Bank
as the case may be which they could not foresee or with a reasonable amount of diligence could not have
foreseen and which substantially affect the performance of the contract, such as:

 Natural phenomenon, including but not limited to floods, droughts, earthquakes and epidemics
 Acts of any government, including but not limited to war, declared or undeclared priorities, quarantines
and embargos
 Terrorist attack, public unrest in work area

Provided either party shall within 10 days from occurrence of such a cause, notify the other in writing of such
causes. The Bidder or The Bank shall not be liable for delay in performing his/her obligations resulting from any
force majeure cause as referred to and/or defined above. Any delay beyond 30 days shall lead to termination of
contract by parties and all obligations expressed quantitatively shall be calculated as on date of termination.
Notwithstanding this, provisions relating to indemnity, confidentiality survive termination of the contract.

56. CONFIDENTIALITY

Page 77 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

The Bidder must undertake that they shall hold in trust any Information received by them, under the
Contract/Agreement, and the strictest of confidence shall be maintained in respect of such Information. The
Bidder has also to agree:

56.1. To maintain and use the Information only for the purposes of the Contract/Agreement and only as permitted
by THE BANK;

56.2. To only make copies as specifically authorized by the prior written consent of The Bank and with the same
confidential or proprietary notices as may be printed or displayed on the original;

56.3. To restrict access and disclosure of Information to such of their employees, agents, strictly on a "need to
know" basis, to maintain confidentiality of the Information disclosed to them in accordance with this Clause
and to treat all Information as Confidential Information.

57. EXECUTION OF NON-DISCLOSURE AGREEMENT

The successful Bidder should execute Non-disclosure Agreement (NDA) as per Annexure-VII within one month
from the date of acceptance of Letter of Appointment.

58. DISPUTE RESOLUTION MECHANISM

58.1. The Bidder and The Bank shall endeavour their best to amicably settle all disputes arising out of or in
connection with the Contract in the following manner:

a. The Party raising a dispute shall address to the other Party a notice requesting an amicable settlement
of the dispute within seven (7) days of receipt of the notice.

b. The matter will be referred for negotiation between Authorized Official of the Bank and the Authorized
Official of the Bidder. The matter shall then be resolved between them and the agreed course of action
documented within a further period of 15 days.

58.2. In case any dispute between the Parties, does not settle by negotiation in the manner as mentioned above,
the same may be resolved exclusively by arbitration and such dispute may be submitted by either party for
arbitration within 20 days of the failure of negotiations. Arbitration shall be held in Kolkata and conducted in
accordance with the provisions of Arbitration and Conciliation Act, 1996 or any statutory modification or re-
enactment thereof. Each Party to the dispute shall appoint one arbitrator each and the two arbitrators shall
jointly appoint the third or the presiding arbitrator.

58.3. The “Arbitration Notice” should accurately set out the disputes between the parties, the intention of the
aggrieved party to refer such disputes to arbitration as provided herein, the name of the person it seeks to
appoint as an arbitrator with a request to the other party to appoint its arbitrator within 45 days from receipt
of the notice. All notices by one party to the other in connection with the arbitration shall be in writing and be
made as provided in this tender document.

58.4. The arbitrators shall hold their sittings at Kolkata. The arbitration proceedings shall be conducted in English
language. Subject to the above, the courts of law at Kolkata alone shall have the jurisdiction in respect of all
matters connected with the Contract/Agreement even though other Courts in India may also have similar
jurisdictions. The arbitration award shall be final, conclusive and binding upon the Parties and judgment may
be entered thereon, upon the application of either party to a court of competent jurisdiction. Each Party shall
bear the cost of preparing and presenting its case, and the cost of arbitration, including fees and expenses
of the arbitrators, shall be shared equally by the Parties unless the award otherwise provides.

Page 78 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

58.5. The Bidder shall not be entitled to suspend the Service/s or the completion of the job, pending resolution of
any dispute between the Parties and shall continue to render the Service/s in accordance with the provisions
of the Contract/Agreement notwithstanding the existence of any dispute between the Parties or the
subsistence of any arbitration or other proceedings.

59. JURISDICTION

Arbitration proceedings shall be held in Kolkata, India.

60. AUTHORIZED SIGNATORY

The selected Bidder shall indicate the authorized signatories who can discuss and correspond with The Bank,
with regard to the obligations under the contract. The selected Bidder shall submit at the time of signing the
contract a certified copy of the resolution of their board, authenticated by the company secretary, authorizing an
official or officials of the Bidder to discuss, sign agreements/contracts with The Bank, raise invoice and accept
payments and also to correspond. The Bidder shall provide proof of signature identification for the above
purposes as required by the Bank.

61. CANCELLATION OF TENDER PROCESS

Allahabad Bank reserves the right to accept any of the offers or reject in part or full any or all offers, without
assigning any reason thereof. Any decision of Allahabad Bank in this regard shall be final, conclusive and
binding upon the Bidders. The Bank reserves the right to accept or reject any Bid in part or in full, and to cancel
the Bidding process and reject all Bids at any time prior to contract award, without thereby incurring any liability
to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for
Bank’s action. During the evaluation process at any stage if it is found that the Bidder does not meet the
eligibility criteria or has submitted false /incorrect information the bid will be rejected summarily by The Bank.

62. PUBLICITY

Any publicity by the Bidder in which the name of The Bank is to be used should be done only with the explicit
written permission of The Bank. The Bidder shall not make or allow making a public announcement or media
release about any aspect of the Contract unless The Bank first gives the Bidder its prior written consent.

63. CORRUPT OR FRAUDULENT PRACTICES:

63.1. As per CVC directives it is required that Bidders/Suppliers/Contractors observes the highest standard of
ethics during the procurement and execution of such contracts. In pursuance of this policy;

a. “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the
action of a public official in the procurement process or in contract execution;

AND

b. “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or


the execution of contract to the detriment of the Purchaser and includes collusive practice among
Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive
levels and to deprive the Purchaser of the benefits of free and open competition.

63.2. The Purchaser will reject a proposal for award if it determines that the Bidder recommended for award has
engaged in corrupt of fraudulent practices in competing for the contract in question.

63.3. The Purchaser will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a
Page 79 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

contract if at any time it determines that the firm has engaged in corrupt or fraudulent practices in competing
for, or in executing a contract.

64. ARBITRATION

All disputes and differences of any kind whatever arising out of or in connection with this agreement shall be
referred to arbitration by sole arbitrator. The sole arbitrator shall be appointed by mutual consent of both the
parties; in case of disagreement, then the arbitration shall be conducted by panel of three arbitrators, one to be
nominated by each party and the two appointed arbitrators shall upon consensus appoint a preceding arbitrator,
before commencing the arbitration proceedings. Decision of the arbitrator or the panel shall be final. Such
arbitration is to be governed by the provision of the Indian Arbitration Act, 1996, and its rules, as amended from
time to time.

Page 80 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

SECTION D- SPECIAL CONDITIONS OF CONTRACT

65. DEFINITION:

In this Section, the following terms shall be interpreted as indicated:

a) “The Contract” means the Agreement entered into between the Purchaser and the Bidder , as recorded in
the Contract Form signed by the parties, including all the attachments and appendices thereto and all
documents incorporated by reference therein.

b) “The Goods” means all of the equipment, machinery, and/or other materials including peripherals and
software, which the Bidder is required to supply to the Purchaser in terms of the purchase order placed
upon the Bidder by the Purchaser under the Contract.

c) “Services” means services ancillary to the supply of the Goods, such as transportation, insurance and any
other incidental services, such as installation, commissioning, provision of technical assistance, training
and other obligations of the Bidder covered under the Contract.

d) “The Purchaser” means Allahabad Bank.

e) “The Bidder/vendor” means the individual or firm supplying the goods and services under the contract.

f) “Day” means calendar day.

66. GOVERNING LANGUAGE:

The governing language of the contract shall be English. All correspondence and other documents pertaining
to the Contract which are exchanged by the parties shall be written in that same language.

67. APPLICATION:

These Terms & Conditions shall apply to the extent that they are not superseded by provisions in specific
purchase order placed by the Purchaser.

68. STANDARDS:

The Goods supplied in terms of the purchase order placed upon the Bidder by the Purchaser under this
Contract shall conform to the standards mentioned in the Technical Specifications and elsewhere in the RFP.

69. PRE/POST DELIVERY INSPECTION TEST:

69.1. The Purchaser or its representative shall have the right to make Pre-Delivery Inspection and/or
Acceptance/Performance Test of the Goods to confirm their conformity to the requirements of the
Purchaser, at no extra cost to the Purchaser. The inspection and testing will be conducted by the
Purchaser, their consultant or other such person nominated by the Purchaser at its option. The Purchaser
shall notify the Bidder in writing of the identity of any representatives retained for these purposes.

69.2. The Pre-Delivery Inspection of Goods may be conducted on the premises of the Bidder or its
subcontractor(s). All reasonable facilities and assistance, including access to drawings and production data
for such inspections shall be furnished by the Bidder to the inspectors at no charge to the Purchaser.
Should any inspected or tested Goods fail to conform to the specifications, the Purchaser may reject them
and the Bidder shall either replace the rejected Goods or make all alterations necessary to meet
specification requirements free of cost to the Purchaser.
Page 81 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

69.3. The selected Bidder is required to provide Certificate after successful commissioning of supplied goods as
per Annexure XXV after successful configuration and commissioning of the EWS solution.

69.4. The Purchaser or its representative shall have the right to make Post-Delivery Inspection as well of the
Goods to confirm their conformity to the requirements of the Purchaser. Post delivery inspection of goods
will be done at the specified locations where equipments are supposed to be supplied. Bidder should assist
the purchaser or its representative in the aforesaid inspection. Should any inspected or tested Goods fail to
conform to the specifications or found to be not inacceptable conditions, the Purchaser may reject them and
the Bidder shall either replace the rejected Goods or make all alterations necessary to meet specification
requirements without any additional cost to the Purchaser.

The Bank reserves the right to carry out inspection by a team of Bank officials, of any of the existing live
installations of the successful Bidder referred to in the Technical Bid or demand a demonstration of the
solution proposed on a representative model in Bank/Bidder’s office.

70. MANUALS / DOCUMENTATION

70.1. Before the goods /equipments are taken over by the Bank, the Supplier shall supply technical / systems
manuals for all the Systems supplied and for all required interfaces. Operation and maintenance Manuals for
all the systems and applications covering the operations needed to start, run, other operations, transfer to
fall back system / site including business continuity plan to be provided by the vendor. These shall be in
such details as will enable the Purchaser to operate, maintain, adjust and repair all parts of the works as
stated in the specifications. User manuals for Administrative Office / Zones / branches for all the models
shall be provided by the vendor. The manuals shall be in English.

70.2. Unless and otherwise agreed the products and equipment shall not be considered to be complete for the
purpose of taking over until such manuals have been supplied to the Bank.

70.3. The Supplier shall provide one set of Design Manual, System Manual, User manual and Security Manual for
all the supplied products. The Supplier shall also provide one soft copy of each of the manuals. Soft and
hard Copy Manuals shall be commensurate with number of installations of Products in the Bank.

70.4. The Bidder shall provide complete and legal documentation of equipment including sub-systems, operating
systems, compiler, system software and the other software. The Bidder shall also provide licensed software
for all software products, whether developed by it or acquired from others. The Bidder shall also indemnify
the Purchaser against any levies/penalties on account of any default in this regard.

70.5. Documentation should be comprehensive & include:

 Product literature
 Operating manuals
 General Specifications
 Operator Reference manuals for each operator task
 Messages manuals
 Documentation on troubleshooting

71. PACKING:

71.1. The Bidder will be required to make separate packages for each consignee. Each package will be marked
on three sides with proper paint/indelible ink with the following –

(i) Contract No.:


Page 82 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

(ii) Purchase Order No.,


(iii) Bidder’s Name;
(iv) Packing List Reference Number.

71.2. The Bidder shall provide such packing of the Goods as required to prevent their damage or deterioration
during transit to their final destination. The packing shall be sufficient to withstand, without limitation, rough
handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open
storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of
the Goods’ final destination and the absence of heavy handling facilities at all points in transit.

72. DELIVERY AND DOCUMENTS:

72.1. Delivery of the goods shall be made by the Bidderwithin6 (Six) weeks from receipt of Purchase Order from
the Purchaser. The goods must be supplied with their original and complete printed documentation.

72.2. The Bidder, on whom purchase order will be placed by the Purchaser, will be required to acknowledge and
update the status of Purchase order to the purchaser within 2 weeks of receipt of order. Non adhering to
above may lead to the cancellation of order without further notice

72.3. For goods manufactured in India or goods of foreign origin already located in India, all activities to transport
the equipment to ultimate destination for delivery as per delivery schedule will be the responsibility of the
Bidder. For goods offered from outside India, all activities to clear the goods and transport the equipment to
ultimate destination for delivery as per delivery schedule will be the responsibility of the Bidder. The Bidder
will be solely responsible for complying with any applicable export/import regulations. The Purchaser will in
no way be responsible for any Deemed Export benefit that may be available to the Bidder.

72.4. Within 24 hours of despatch, the Bidder shall notify the Purchaser and the Insurance Company by Cable/fax
etc. the full details of the despatch including Contract No., Purchase Order No., Description of Goods, Serial
No. of goods, quantity, despatch particulars and the date and name of the consignee etc. The Bidder shall
mail the following documents to the Purchaser with a copy to the Insurance Company.

 Original and three copies of -The Bidder’s invoice showing purchase order number, goods
description, serial number/s of goods, quantity, unit price, total amount;
 Delivery note, packing list;
 Insurance certificate;
 Bidder’s certificate (Annexure-XVI) that the delivered goods are brand new in all its components
and conform to the technical specifications required by the Purchaser. In case of software, the
Bidder should certify that the software supplied to the Purchaser is licensed and legally obtained;
 Manufacturer’s/Bidder ’s warranty certificate;
 Excise gate pass/ octroi receipts, wherever applicable duly sealed indicating payments made; and
 Any other document evidencing payment of statutory levies.

72.5. The above documents shall be received by the Purchaser before arrival of the Goods (except when the
goods are delivered directly to the consignee) and if not received; the Bidder will be responsible for any
consequent expenses.

73. INSURANCE

All the equipments (hardware, software etc.) supplied under the contract shall be fully insured by the
successful Bidder against loss or damage incidental to manufacture or acquisition, transportation, storage,
delivery and installation. The insurance shall be obtained by the Bidder naming Allahabad Bank as the
beneficiary, for an amount equal to 100% of the invoiced value of the goods on "all risks" basis (including

Page 83 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

SRCC clauses). The period of insurance shall be up to the date the supplies are accepted and the rights of
the property are transferred to The Bank.

Should any loss or damage occur, the Selected Bidder shall:-

i. Initiate and pursue claim till settlement and


ii. Promptly make arrangements for repair and / or replacement of any damaged item irrespective of
settlement of claim by the underwriters.

74. TAXES AND DUTIES

74.1. The Bidder will be entirely responsible to pay all taxes including GST, corporate tax and income tax, duties,
license fees, octroi, road permits etc. in connection with delivery of goods at site including incidental
services and commissioning.

74.2. Wherever the laws and regulations require deduction of such taxes at the source of payment, the Purchaser
shall effect such deductions from the payment due to the Bidder. The remittance of amounts so deducted
and issuance of certificate for such deductions shall be made by the Purchaser as per the laws and
regulations in force. Nothing in the Contract shall relieve the Bidder from his responsibility to pay any tax
that may be levied in India on income and profits made by the Bidder in respect of this Contract.

74.3. GST, Octroi / Entry Tax / equivalent local authority cess, applicable shall be paid / reimbursed on actual
basis on production of bills. Further, receipts of such payments made to relevant authorities must be
produced for Octroi / Entry Tax / equivalent local authority cess. The Bank will not pay any other taxes, cost
or charges. In case of any discrepancies found in filing of the tax returns to respective tax authorities, due
to which Bank is unable to get the CENVAT credit, the Bank shall deduct the discrepant tax amount form the
subsequent payments.

75. INCIDENTAL SERVICES:

The Bidder will be required to provide the following services –

75.1. Performance of on-site assembly and start-up of the supplied equipment, operating system & related
software.
75.2. Installation of the equipment.
75.3. Timely and proper maintenance of the supplied Goods.
75.4. Furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied goods
and equipment.
75.5. Performance or maintenance of the supplied Goods during contract period (including 1 year Warranty +
AMC), provided that this service shall not relieve the Bidder of any Warranty obligations.

76. INDEMNITY

76.1.The Bidder hereby indemnifies Bank, and shall always keep indemnified and hold Bank, its employees,
personnel, officers, directors, representatives (hereinafter collectively referred to as “Personnel”) harmless
from and against any and all losses, liabilities, claims, actions, costs and expenses (including attorneys’ fees)
relating to, resulting directly or indirectly from or in any way arising out of any claim, suit or proceeding brought
against Bank as a result of:

 Bank’s authorized/ bonafide use of the Deliverables and/ or the Services provided by Bidder under
this RFP;

Page 84 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

 and/ or an act or omission of the Bidder, employees, agents, sub contractors in the performance of
the obligations (including delivery of equipment and performance of service) of the Bidder under this
RFP;
 and/ or claims made by employees or subcontractors or subcontractors’ employees, who are
deployed by the Bidder, against Bank;
 and/ or breach of any of the term of this RFP or breach of any representation or false representation
or inaccurate statement or assurance or covenant or warranty of the Bidder under this RFP;
 and/ or any or all Deliverables or Services infringing any patent, trademarks, copyrights or such other
Intellectual Property Rights;
 and/ or breach of confidentiality obligations of the Bidder contained in this RFP;
 and/ or willful negligence or gross misconduct solely attributable to the Bidder or its employees or
sub-contractors.
 Non-compliance of the Bidder with Laws/ Governmental Requirements
 IP infringement under any laws including Copyrights Act 1957 and IT Amendment Act 2008
 Loss of data due to any of the reasons mentioned above

76.2. The Bidder shall at its own cost and expenses defend or settle any such claim against Bank, provided Bank
notifies the Bidder in writing. The Bank shall cooperate with the Bidder in the defense and settlement of the
claims.

76.3. It will be the Bidder’s responsibility to rapidly do away with such third-party claims. The Bidder will also pay
any compensation arising from the infringement claims and the Bank will in no manner be responsible for
such payments. In addition, the Bidder will bear all the related expenses and legal fees.

76.4. On its part, the Bank will promptly relay to the Bidder any such claims and offer assistance within
reasonable limits to rid the claim.

76.5. The Bidder must undertake to indemnify that all the components delivered are free of defects, are brand
new and original. If at some stage it is discovered that the components do not meet these criteria, the Bank
has the right to cancel the order and the Bidder will have to refund the total amount received from the Bank
along with the interest and separate penalties. Similar conditions apply to software as well. Software offered
must be licensed and original.

76.6. All indemnities shall survive notwithstanding expiry or termination of the contract and bidder shall continue to
be liable under the indemnities

77. BIDDER’S LIABILITY

77.1. Bidder aggregate liability in connection with the obligations undertaken as a part of RFP regardless of
the form or nature of the action giving rise to such liability ( whether in contract or otherwise), shall be at
actual and limited to the value of the total Contract. This limit shall not apply to third party claims for
 IP infringement indemnity.
 Bodily injury (including death) and damage to real property and tangible personal property caused by
bidder’s gross negligence.

77.2. Bidders liability in case of claims against the Bank resulting from misconduct / fraud or gross negligence
of bidders, its employees and sub-contractors or from infringement of patents, trademarks, copy rights or
such other Intellectual Property Rights or breach of confidentiality obligations shall be unlimited.

77.3. Bidder will declare and undertake that the Bank shall not be held liable for and shall stand absolved of any
responsibility or claim/litigation arising out of the use of any third party equipments / software supplied by
bidder as a part of the RFP.

Page 85 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

78. SITE PREPARATION:

The Bidder will be required to perform a site inspection at its own cost to verify the appropriateness of the
sites thoroughly before the commencement of delivery. The Bidder will guide and provide the necessary
layout plan and such other information to the Purchaser for preparation of site. Thereafter the Bidder shall
inspect the site to verify its appropriateness before installation of the equipment and setting up the network
infrastructure etc.

79. ORDER CANCELLATIONS:

The Purchaser reserves the right to cancel the order in the event of one or more of the following
circumstances–

 Delay in delivery and installation of beyond a period of 45 days.


 Serious discrepancy noticed during the PDI/Acceptance, if any.
 Breach by the Bidder of any terms and conditions of tender.
 If the Bidder goes into liquidation voluntarily or otherwise.

In addition to the cancellation of purchase order, the purchaser reserves the right to forfeit the Security
Deposit/Performance guarantee submitted to the purchaser by the Bidder.

80. GUARANTEES:

The equipment must conform to the highest quality and standard. In case of software, the Bidder should
guarantee that the software supplied under the contract is licensed and legally obtained. All hardware and
software must be supplied with their original and complete printed documentation. Consistency must be
maintained for the entire lot of the equipment ordered. All the required quantity of an item, mentioned in the
schedule of requirement (of any purchase order issued), must be of the same brand and same model
number. Part numbers also must be same for all pieces of an item. The Bidder should not substitute any
internal components or subsystems or equipment by similar items from a different manufacturer. All the
equipment and peripherals should be supplied with the relevant interface cables.

81. MINIMUM WAGES

The bidder hereby agrees and undertakes that during the subsistence of this agreement it will not employ
any personnel/individual below the Minimum Wages fixed by appropriate Government on this behalf from
time to time, as per the provisions of Minimum Wages Act 1948.Bidder should submit confirmation for
Government Rules relating to Minimum wages as per Annexure-XVII.

82. VICARIOUS LIABILITY

The selected Bidder shall be the principal employer of the employees, personnel/individual, engaged by the
selected Bidder and shall be vicariously liable for all the acts, deeds, matters or things, whether the same is
within the scope of power or outside the scope of power, vested under the contract. No right of any employment
in the Bank shall accrue or arise, by virtue of engagement of personnel/individual, etc. by the selected Bidder,
for any assignment under the contract. All remuneration, claims, wages dues etc. of such employees, agents,
contractors, sub-contractors etc. of the selected Bidder shall be paid by the selected Bidder alone and the Bank
shall not have any direct or indirect liability or obligation, to pay any charges, claims or wages of any of the
selected Bidder ‘s employees, personnel/individual, etc. The selected Bidder shall agree to hold the Bank, its
successors, assigns and administrators fully indemnified, and harmless against loss or liability, claims, actions
or proceedings, if any, whatsoever nature that may arise or caused to the Bank through the action of selected
Bidder employees personnel/individual, etc. The Vendor shall maintain all records required to be maintained

Page 86 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

under statutory enactments and shall submit to the Bank a certificate every month to the effect that Vendor has
and is complying with all the statutory regulations as said heretofore.

83. PENALTY

83.1. The Bidder shall perform its obligations under the agreement entered into with The Bank, in a professional
manner.

83.2. If any act or failure by the Bidder under the agreement results in failure or inoperability of systems and if the
Bank has to take corrective actions to ensure functionality of its property, the Bank reserves the right to
impose penalty, which may be equal to the cost it incurs or the loss it suffers for such failures.

83.3. Bank may impose penalty to the extent of loss incurred, if the loss was due to the actions directly
attributable to the staff of Bidder.
83.4. If the Bidder fails to complete the due performance of the contract in accordance with the specification and
conditions of the offer document, The Bank reserves the right either to cancel the order or to recover a
suitable amount as deemed reasonable as Penalty / Liquidated Damage for non-performance.

83.5. Failure to maintain uptime SLA will attract penalty on the Bidder.

83.6. The overall penalty (excluding FM resources penalty) is limited to 20% of the total contract value. FM
resources penalties would be on actual basis, over and above all penalties with no cap.

84. CONFLICT OF INTEREST

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

85. OWNERSHIP AND RETENTION OF DOCUMENTS

85.1. The Bank shall own the documents, prepared by or for the selected Bidder arising out of or in connection
with the Contract.

85.2. Forthwith upon expiry or earlier termination of the Contract and at any other time on demand by The Bank,
the Bidder shall deliver to The Bank all documents provided by or originating from The Bank and all
documents produced by or from or for the Bidder in the course of performing the Service(s), unless
otherwise directed in writing by The Bank at no additional cost.

85.3. The selected Bidder shall not, without the prior written consent of The Bank, store, copy, distribute or retain
any such Documents.

85.4. The selected Bidder shall preserve all documents provided by or originating from the Bank and all
documents produced by or from or for the Bidder in the course of performing the Service(s) in accordance
with the legal, statutory, regulatory obligations of the Bank/Purchaser in this regard.

86. SOURCE CODE AND ESCROW ARRANGEMENTS


86.1. The selected Bidder shall place the source codes of the solution product and their technical documentation
i.e. the procedures necessary to build the Source into executable from the Application solution, within
one year of formal acceptance thereof with an escrow agent as per the terms and conditions of a
tripartite agreement to be signed between the Bank, the selected bidder and the escrow agent.

Page 87 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

86.2. The source code shall contain all information in eye readable form necessary to enable a reasonably
skilled programmer or analyst to maintain and /or enhance the program(s) and that, without prejudice to the
generally of the foregoing, the source shall contain all listing of code, programmer’s comments, logic
manual and flowcharts.

86.3. The escrow will be released to and become the property of the Bank in the event that the Contract is
terminated for either Default or Insolvency, or should the selected bidder cease, or give notice of intention to
cease to provide maintenance or technical support service for the Software as required by the Contract. The
agent will affect the release within 15 days of receipt of written demand from the Bank therefore.

86.4. The selected bidder should also agree to update the media with ‘Source Code’ and related documents with
each modification of the software or at least once in a year if no modification is done during the last one
year. The escrow shall be established so as to maintain the last three versions deposited.

86.5. The Bank and the Bidder shall agree to appoint an escrow agent to provide escrow mechanism for
depositing the source code for the customized EWS Solution supplied/procured by the Bidder to the Bank in
order to protect its interests in an eventual situation. In case of a disagreement between the Bank and the
Bidder regarding appointment of an escrow agent, the Bank shall appoint an escrow agent in its entire
discretion which shall be final and binding on the Bidder. The Bank and the Bidder shall enter into a
tripartite escrow agreement with the designated escrow agent, which will set out, inter alia, the events of the
release of the source code and the obligations of the escrow agent

86.6. On clearance from the Bank, successful bidder should deliver source code under escrow arrangement
relating to customized final version of the EWS Software solution along with executable media in 2 sets
along with technical and user manual to the Information Technology Department of the Bank under escrow
arrangement.

86.7. Source code along with executable CD/DVD Software solution as stipulated above will be kept in safe
custody of the escrow agency and should be periodically updated.

86.8. During warranty as well as AMC period the source code of the software solution provided shall be
periodically refreshed with the latest versions & updates on half yearly basis or whenever there are changes
in the software solution, whichever being earlier.

86.9. All costs related to Escrow Arrangements should be borne by the Bidder.

87. COMPLIANCE WITH LAWS:

Compliance with all applicable laws: The Vendor 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 their
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
there from.

88. COMPLIANCE IN OBTAINING APPROVALS/PERMISSIONS/LICENSES:

The Vendor shall promptly and timely obtain all such consents, permissions, approvals, licenses, etc., as
may be necessary or required for any of the purposes during the duration of the Contract 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 contract, and in the event of any failure or omission to do so,
Page 88 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

shall indemnify, keep indemnified, hold harmless, defend, protect and fully compensate the Bank and their
employees/ officers/ staff/ personnel/ representatives/agents from and against all claims or demands or
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 there from and the Bank will give notice of
any such claim or demand of liability within reasonable time to the vendor.

This indemnification is only a remedy for the Bank. The Vendor is not absolved from its responsibility of
complying with the statutory obligations as specified above. Indemnity would be limited to court or
appropriate authority awarded damages and shall exclude indirect, consequential and incidental damages.
However indemnity would cover damages, loss or liabilities suffered by the Bank arising out of claims made
by its customers and/or regulatory authorities.

FORM – 1: Bill of Material

Ref. No : HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

Group Sl. No. Description Unit Price Qty - Y Total Price


(INR) - X (INR) - (X*Y)
A. Software to be A1 Cost of Early Warning Signal
provisioned for both (EWS) Application- Solution
DC & DR as per for Credit Monitoring with
sizing defined in Two Year Warranty (Covering
RFP (Detailed all the requirements of the
Technical BoM RFP and its subsequent
should be submitted addendums and Perpetual
along with Part No., Enterprise-
Licenses details & wide unlimited license)
detailed Technical
configurations, to be
quoted with 2 years A2 Cost of Operating System
warranty) Licenses (if required)

A3 Cost of Database Licenses (if


required)
A4 Cost of Backup Software &
Other related S/W Licenses
A5 Cost of EMS Software & other
related S/W Licenses
A6 Any Other S/W and License
required at both DC and DR for
the solution
A7 Total [A7] = [A1+A2+A3+A4+A5+A6]
B. Hardware to be B1 Cost of servers required for High
provisioned for both Availability at DC & Standalone at
DC and DR as per DR
sizing document UAT, Training setups at DC
(Detailed Technical B2 Cost of Storages
Bill of Material B3 Cost of Hardware for Backup
should be submitted Solution
along with part B4 Any other Hardware required at
numbers, quantity, both DC and DR for the solution
Page 89 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

etc. with two years’


warranty)
B5 Total [B5] = [B1+B2+B3+B4]
A. C. Other Charges C1 Implementation & Customization
Charges
C2 Cost of Archival Setup
C3 Cost of Training Services
C4 Total [C4] = [C1+C2+C3]
D. Annual Technical D1 ATS for EWS Solution for Year-3
Support for EWS after two years warranty
Solution (Should be D2 ATS for EWS Solution for Year-4
minimum 8%, but D3 ATS for EWS Solution for Year-5
not more than 18% D4 ATS for EWS Solution for Year-6
of software cost i.e. D5 ATS for EWS Solution for Year-7
A1 above) D6 Total (D6) = D1+D2+D3+D4+D5
E. Facility E1 Year 1
Management Cost E2 Year 2
(Onsite certified E3 Year 3
dedicated L2 E4 Year 4
resource available E5 Year 5
on 365 days from 8 E6 Year 6
AM to 10 PM) E7 Year 7
E8 Total (E8) = E1+E2+E3+E4+E5+E6+E7
F. Man Days for F1 Man Day Cost (for 200 man days
Customization & for evaluation purpose)
new developments
beyond RFP scope
G. Cost after two years warranty period
AMC/ATS Charges Year 3 (G1) Year 4 (G2) Year 5 (G3) Year 6 (G4) Year 7 (G5)
(Should be
minimum 8%, but
not more than 10%
for hardware items
& minimum 8% but
not more than 18%
for software items))
Servers
Tape Library / Tape
Drives
Storage
Backup Hardware
Backup Software
Operating System (if
required)
Database (if
required)
EMS Software
Any other
Hardware/Software
Sub total
Total (G6) G1 + G2 + G3 + G4 + G5

Page 90 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Grand Total H Grand Total H= [A7+B5+C4+D6+E8+F1+G6]

Total Cost of Ownership for 7 Years TCO

Amount in Word TCO = Rs………………..…………………………………………..

Note:-
I. In case of discrepancy between the total price and unit price, the unit price shall prevail.
II. Although bidders are required to quote various cost-items for the indicated quantity, the actual payment to the
selected bidder would be reckoned on actual quantity ordered.
III. In case of discrepancy between amount in words and in figures, the amount in words would be considered
right.
IV. All the prices given above should be in INR and inclusive of all taxes.
V. Bank will deduct applicable TDS, if any, as per the law of the land.
VI. The Quantity mentioned here is approximate and Bank reserves the right to alter the quantity as per its
requirement.
VII. Further, we confirm that we will abide by all the terms and conditions mentioned in the Request for Proposal
document.
VIII. The quantity mentioned will be approximate only. The actual requirement may vary i.e., increase /decrease.
IX. Under contract, Bank releases dispatch request as per the branch / offices requirement through-out the
financial year.
X. Initial contract will be signed for a period of 7 Years.
XI. Throughout the contract period successful bidder to provide details of project manager for monitoring the
project execution.

Place:

Date: Seal & Signature of the bidder

Page 91 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

FORM – 2 : Technical Bill of Material

Ref. No :HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

Details of the hardware & software proposed to be delivered and installed at DC & DR

Sl. No. Details Make Model Quantity Detailed Technical


Configuration along
DC DR with Part No., Quantity
to attached for each
line item.

1 Application Servers

2 Web Servers

3 Database Servers

4 Storage

5 Backup Hardware

6 Backup Software
Licenses

7 Operating System
Licenses

8 Database Licenses

9 EMS Software

10 EMS Hardware

11 Tape Drives/Tape
Library

12 Any Other
Hardware/Software

Page 92 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

FORM – 3 - MINIMUM TECHNICAL AND FUNCTIONAL SPECIFICATIONS


(to be included in the Technical Bids duly completed and with comments)

Ref. No :HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

All specifications are mandatory in nature and non-compliance may leads the bid technically disqualified.

TECHNICAL SPECIFICATIONS

Vendor to provide the Architecture and the hardware, OS and other software required
for the solution being procured. Vendor also needs to specify the power and rack
space requirement for the solution being procured.

FUNCTIONAL SPECIFICATIONS

The system feature for each module is covered in the following table. The bidder needs to fill up
the response column according to the criteria given below:

CRITERIA

Description Response

Required functionality is readily available “Y”=1 Marks


Required functionality will be made available with
“C”=0.5 Marks
customization
Required functionality is not available/will not be
“N”=0 Marks
available

Maximum possible marks for functionalities


= 450

Bidder must secure a minimum score of


405 marks to become technically
eligible.

Page 93 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Bidder
General Software Requirements Marks Response
Y,C,N
A Functional Overview

The proposed solution should be an integrated having the


following functionalities:

- Data Integration system from internal and external


- sources as mentioned in scope of work like (Eg:
Internal sources - Core Banking, Rating System,
Bank's Internal reports, KYC & AML, LAMP DeVA
External Sources – Credit Bureau, Internet, Third
party data providers.)
- Appropriate Extraction, Transformation & Loading
application utility
1
- Rule engine - that provides facility of configurable
analytical routines to analyze data and serve as
input for alerts.
- Rating and scoring engine
- Alert Generation and management system
- Work Flow Management
- Reporting Module
- Reverse Integration module to feedback the
other systems
- Account level and Customer level Dashboards at
Departmental and Executive levels

B Data Integration Capabilities: Internal Data systems

The proposed solution must have integration capabilities from


a variety of sources as mentioned in scope of work, like:
Core banking system
Trade Finance System
Treasury system
Rating systems
1 Audit Systems
KYC and AML systems
Document Management Systems
LAMPS
DEVA
Internal databases
BI systems & Data ware houses

System should be capable to integrate to CBS on a real-


2
time/near real-time basis

Page 94 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

The solution should support both online and off line data
3
validations and alerts.
Data Integration Capabilities: Standardization and Data
C
Quality
The EWS Solution should provide for transformation rules
library that can be generic to a data source and which is
reusable for creating other transformation rules. The
1
transformation rules are expected to help clean, standardize,
match and enhance data as it moves into the master reference
file and is reused for downstream processes.

The EWS should be rich in the set of in-built transformations


2 and functions that should include predefined table and column-
level transformations including slowly changing dimensions.
The tool should provide pre-build functionalities for the
following:
3 - Financial Transformations
- Mathematical Transformations
- Statistical Computations

EWS should have user interfaces for Data Profiling, Data


Standardization, and Clustering and Data Augmentation
capabilities. In Data Profiling it should be able to conduct the
following analysis :
4 - Structure discoveries
- Frequency distribution
- Pattern distribution
- Various Statistical Analysis
- Redundant Data Analysis

Support data quality measurement on an on-going basis


5
embedded into batch, near-time, and real- time process
Should support data cleansing and de-duplication, duplicate
suspect processing, house holding, with array of out-of-the-
6 box standardization rules conform data to corporate
standards – or can build customized rules for special
situations.
Should have business rules and GUI’s for automatic merging
7
and manual merging.

The EWS should provide for Master Data Management with


semantic data descriptions of input and output data sources
8 uniquely identify each instance of a business element
customer, account, etc. and standardize the master data to
provide a single source of truth.

The EWS Should provide fuzzy logic to induce tolerance


9
during matching

Page 95 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

D Data Integration Capabilities: Third Party Data Sources

The EWS system should have flexible integrating capabilities


with third party data base (like rating agencies', credit bureaus,
1
providers of ROC information) through formats such as APIs,
JSON, XML, XBRL, flat file upload etc.

Vendor will have to suggest the list of such third party data
2 providers. Bank will take a final call on the same. Bank will
provide the required subscriptions and access.
E Data Integration Capabilities: Document Visualization

The proposed solution must have an utility capable of


visualizing and extracting (text-mining) information relevant for
1
the alerts from internal documents (such as stock audit reports,
inspection reports, annual reports)

The proposed application should be capable of integration


2
with standard DMS systems

The above referred library should be configurable for


3
addition/deletion/modification of keywords/phrases

The text mining utility should be capable of reading


4
documents in standard formats (Eg: .doc, .rtf, .odt,.pdf)

The text mining utility should be capable of accepting bulk


5
upload of documents

After processing document reference and the keyword


6
searched to be included in the alert message
The text mining utility should have algorithms to minimize false
7 positives (E.g.: Standard NLP libraries, stemming /
lemmatization capabilities etc.)
8 Text mining utility should have intelligent self-learning capability

F Data Integration Capabilities: Web Harvesting

The system should have web harvesting capabilities to


1 search for news items, articles etc. relevant for the purpose
of alert generation
The web harvesting application should be capable of
2 integrating to feeds from various business/news/security
exchange/social websites (based on a schedule)
Should contain crawling capabilities which should be able to
retrieve Web pages that go many layers deep originating from
3
a specific URL. (Required websites & Subscription for which
will be provided by the Bank)

Page 96 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

The above referred pre-existing library should be configurable


4
for addition / deletion / modification of keywords/phrases

The internet scanning utility should facility to configure list of


5
company/borrower names, directors'/KMPs' names etc.

G Data Integration Capabilities: Data Entry Screens


Customized branch level data entry screens to be provided
1 as part of application to capture data from branches (E.g.:
Monthly sales/operations data)

The Solution should enable the user to feed the details of top
20 suppliers / debtors/ key persons/key employees of company
such as name, address, UID, CIN, DIN, GST officially valid
documents -PAN No of entity/individuals, Aadhar, Passport
No., Driving License, Voter ID card as part of application to
capture and map them with positive/ negative sentiments
/information based on internal or external information sources
including CKYC (centralized KYC) of CERSAI so that it
combines or establishes relationship/ pattern and present to
the users in a meaningful combination such as the positive /
2
negative reports on such suppliers/ debtors, key persons/
employees of company in the form of summarized report so
that user may arrive at meaningful decision.

Apart from feeding, the system should be capable to retrieve


above information depending on availability from internal
sources such Borrower profile in CBS or Borrower Health
Profile (BHP) in any in-house/third party system or as available
in Bank’s system.

H Data Integration Capabilities: Data Upload Facility


The EWS system should be capable of uploading the
1 existing data from the internal system and should have a
feature of bulk upload of data.
The system should support upload of data in standardized
2
formats like xls, xml, xbrl, csv, txt
I EWS Rules and Analytical Capabilities
EWSS should have the capability of allowing definition of an
Identity oncology framework where relationships of Entities
1
with other entities, people can be mapped and the industry to
which it belongs to can also be mapped.
The EWSS must have facility to de-dupe information tagged
2
to a particular entity.
The EWSS must have facility to map the Directors associated
3
with different companies using DIN (MCA data).
Page 97 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

EWSS must provide an option where performance profiling


of entities can be done on financial parameters (e.g.
4 Financial Ratios, business growth trends etc.) which can be
saved as templates that can be specific to an entity or an
industry.
EWSS must provide an option for template where
5 performance profiling of entities can be matched against
peers and industry averages (for a multitude of parameters).
EWSS must provide with the flexibility to write bank's own
6
rules that trigger early red flags against borrowers
EWSS must support rules for all events suggested in the
7
RBI circular on EWS

Unstructured information analytics and Business Rule


8
Options
EWSS must have text mining analytics capability for
extracting negative news/sentiment from news aggregators
9
like Bloomberg (e.g. Tax/Excise raids/penalties, Regulator
action suits, Loss of large contracts etc.)
EWSS must have text mining analytics capability for
10 extracting negative news/sentiment from regulators sites
(e.g. SEBI, BSE, and NSE etc.)
EWSS should have the capability to carry out intelligent
Facts extraction regarding these accounts by identifying and
11
filtering irrelevant news items and keeping only relevant
news items
EWSS should have the capability to not just administer rules
looking for risk patterns in unstructured data, BUT ALSO
12
automatically discover new rules which explain a particular risk
attribute for the account.
EWSS should have the capability to read unstructured data
13 about accounts and use it for identifying early warning
signals.
EWSS should have the capability to automatically assign
14 sentiment to the text to identify the health of the account from
an early risk perspective

EWSS should have the capability to automatically identify


15
organizations, person, locations mentioned in the article.

EWSS should have the capability to automatically discover


16 rules for different early risk indicators like business risk, market
risk, management risk, account risk, financial risk.

Management Risk indicators like resignation of the key


17
personnel and frequent changes in the management.

Business risk indicators like labor unrest in borrower's


18
company.

Page 98 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

EWSS should have the capability to automatically score the


19
text for early warning indicators.
Rules engine should have the functionality to retrieve
20 historical activity and capture for rule creation /
maintenance.
Rules engine should be able to create a case based on
21 externally and internally created scores as a decision
element.
The proposed solution should provide an in-built ability to
create, modify and enable (or disable) custom concepts and
22
test linguistic rule definitions with validation checks within
the same interactive interface
The proposed solution should include automated parsing,
tokenization, part-of-speech tagging, synonym detection,
23
spell checking and stemming by the in-built Natural
language processing feature provided by the solution

The proposed solution should include additional Text Mining


features such as - Output lists of terms to drop/keep and
term frequency counts, easy drag and drop between keep
24
and drop terms, ability to apply customized start and stop
lists (for terms to include / exclude from processing), ability
to include custom-defined categories and custom concepts

The proposed solution should provide in-built feature of


25 Automated machine discovery to identify the core themes in
the input document collection with associated relevance score
The proposed solution should include a Predefined list of
concepts to automatically identify common definitions like
26
company, person, date, location, time, etc. - without a need
to add rules from scratch for them
Rules engine should have the ability for allowing criteria to
27
be defined / modified (add, delete, create, update).

Rules engine should have the ability to track changes to


28
rules (i.e. who, when, what, why) (audit changes)

Rules engine should have the ability for each transaction to


29
be evaluated by every rule.
Rules engine should be able to identify the rules triggered by
30
a transaction
Rules engine should be able to list, by priority, of all rules
31
triggered by a transaction.

Rules engine should be able to create / modify exclusion criteria,


32
within a rule, to route activity to an ‘exclusion” queue’.
Rules engine should be able to create / modify reactivation
33 criteria, within the rule, for accounts that have previously been
reviewed and excluded
Page 99 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Solution should be able to define systemic actions at the rule


34
level.
35 Rules engine should be able to assign a unique case
number to each item scored and actioned by the rules
engine or out sorted for analyst review.
36 EWSS must provide a framework for deciding what thresholds
of business rules will result in an alert. The thresholds may be:

- Quantity based
- Event based
- Industry based
- or a combination of the above
37 EWSS should have ability to suppress unwanted alerts for
an entity for a particular scenario
38 EWSS must permit an option for creation of a manual alert
for non-standard events that cannot be ordinarily captured
by the EWSS
39 The proposed solution should be able to create networks
based on both transaction as well as relationship based
data, and create a nodes and links among the entities
specified
40 The proposed solution should provide one integrated user
interface and workbench for data wrangling, data exploration,
business intelligence and visualization, feature engineering,
and modern statistical, data mining and machine learning
techniques all in a single, integrated in- memory processing
environment for faster insights, flexible deployment and reliable
and secure governance.
41 The proposed solution should contain a sophisticated and
GUI based predictive modeling and analytical workbench.
42 The proposed solution should enable identification of
suspicious borrowers through a judicious mix of anomaly
detection, business rules, predictive modeling and network
analytics
43 The proposed solution should provide out-of-box entity
analytics and direct intelligence analysts by showing
measures of centrality in entity networks - such as
closeness, betweenness and influence to highlight
suspicious borrowers / directors.
44 The proposed solution should help analysts to visualize
complex network of relationships between entities - such as
people, organizations, places/ locations, things and events
over time and across multiple dimensions
45 The proposed solution should help analysts identify entity
relationships that aren’t obvious, traverse and query
complex relationships, and uncover patterns and
communities interactively

Page 100 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

The proposed solution should have in-built modules for


analysis of variance, multivariate analysis and statistical
algorithms to build prediction models such as Linear,
46
Logistic, Non-Linear and Quantile regression models,
Generalized Linear models, Predictive partial least squares
and Decision trees.
The proposed solution should provide in-built features and
advanced techniques for the analyst to detect rare events,
47 anomalies and outliers and/or influence points to help
determine, capture or remove them from downstream
analysis such as predictive models
The proposed solution should have in-built modules for
48 Unsupervised learning with cluster analysis and mixed variable
clustering
The proposed solution should in-built modules for modern
machine learning algorithms to build predictive models -
49 such as random forests, gradient boosting, artificial neural
networks, support vector machines and factorization
machines
The proposed solution should provide a rich set of data
mining algorithms that can be used for classification,
50 regression, clustering, detection of outliers and anomalies,
feature extraction, association analysis, and attribute
ranking.
The proposed solution should enable automated model
51 assessment and scoring, and generate the associated
model performance statistics and code for model scoring.
The proposed solution should allow analysts to be able to
follow a champion challenger approach in model
52 development through developing different model versions,
compare results on different parameters, and select and
deploy best performing model.
The proposed solution should automatically allow
identification and detection of special types of network
53
behavior such as cyclical flow of transactions and funds,
clusters etc. extractable from the networks.
The proposed solution should provide an in-built Single, point-
and-click GUI interface for guided development and
deployment of text models - through Natural Language
54
Processing, Terms extraction, Topic discovery, Category
definition, Concept specification, Document level sentiment
identification
The proposed solution should be capable of calculating
network analytics and relationships among dealers with a
55
known risky / suspicious entity, thus enabling risk by
association.
The proposed solution should be capable of providing
centrality metrics like betweenness, closeness, eigenvector
56
etc. which determine the importance of a borrower/director in
the network
Page 101 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

The adverse comments made by the company’s Statutory


Auditor in the Audited financials should be extracted by the
57
system and trigger should be emanated for the user as on
Alert.
While on-boarding the new customer in bank, based on
inputs given about entity, individuals such as PAN No of
entity/individuals, UID, CIN, DIN, Aadhar, Passport No., Driving
58 License, Voter ID card the Solution should generate market
intelligence / due diligence reports based on banks internal or
external sources about the profile of customer – both
positive/negative.
The various EWS triggers emanated by Solution should be
able to combine them and present to the users in a
59
meaningful combination in the form of summarized report so
that user may arrive at meaningful decision.

60 Payment to unrelated parties.


Early Warning Signals
J (ability to generate results based on different ranges
such as amount / period/No. of times)
1 Bouncing of the High value Cheque

Alert for funds coming from other banks to liquidate the


2
outstanding loan amount.
Alert for funding of the interest by sanctioning additional
3
facilities.
Alert for large number of transactions with inter connected
4
companies and large outstanding from such companies.

5 Alert for substantial related party transactions.


6 Alert for movement of an account from one bank to another.
7 Alert for frequent ad-hoc and TOD sanctions.

8 Alert for frequent request for general purpose loans.


System should be capable of identifying under insured or
9
over insured inventory and generate alert.
10 Alert for high value RTGS payment to unrelated parties.

11 Alert for heavy cash withdrawal in loan accounts.

12 Alert for financing the unit far away from the branch.
13 Group companies not honoring loans

14 Payouts to promoters from loan accounts

15 Payouts to companies on AML watch list


K Others

Page 102 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Cash / cheque/NEFT/RTGS deposited at the end of month and


thereafter withdrawal at the beginning of month in CC/OD
1
facility to show turnover in the account instead routing all
transactions.
Sanction of TOD/TOL to repay interest component / other
2
dues of Bank.
Floating front / associate companies by investing borrowed
3
money.
Significant movements in receivables, disproportionately higher
4 than the growth in turnover and/or increase in ageing of the
receivables.
Non-cooperative borrowers not furnishing information /
5
thwarting Bank’s attempts for recovery, etc
Routing of transactions through Banks CD account of company
with outside consortium and in case of sole banking opening
6
CD account with other Bank and routing majority transactions
through other banks.
Default in payment to banks (Sole/Consortium/MBA)/ sundry
7
Creditors and other statutory bodies, etc.

8 Company’s performance significantly beyond industry average.


Carrying out search in CIBIL / ROC/CERSAI web sites to find
9 financial discipline / charges filed up to date or not in ROC /
exposure on company by different Banks/ securities charged.
Not disclosing correct status of contingent liabilities of the
10
company.
Delay in submission of Stock Statement/ MSOD/Other
11
monthly /quarterly returns in the borrowal account.
Consistent increase in ageing of book debts and substantial
12
portion is above 180 days.
Whether the turnover in the account is brisk, comparable
13
with the past levels/ operating levels.
14 Credit turnover in the account as per projections?

15 Debits in the accounts are for the assigned purposes only?


16 Whether there are any bills purchased remaining overdue?
Does the BP / BD turnover indicate any unusual level of activity
17 via-a-vis actual business turnover? To check any possibility of
fictitious transactions.
Substantial deviation in provisional Balance Sheet vis-à-vis
18
actual Audited Balance Sheet.
19 Inflated Stock statement by manipulating price of stock
Alert for under / insufficient security i.e. below 10% of
20
outstanding of loan account.

Page 103 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

21 Alert for expiry of valuation of Mortgaged property


For stock audit, user should be able to enter the details of
account, Name of CA firm allotted stock audit and allotment
date, date of receipt of stock audit, Major observations of
22
stock audit, Date and closure of Stock Audit. User should be
able to generate reports on Stock audit – branch wise/zone
wise/ NBG wise.
Able to generate report on date of review, authority, expiry
23
date of review of account.

24 Expired Bank Guarantee and Letters of Credit

The time taken / undue delay in regulation of the account


25
due to invocation of Bank Guarantee & devolvement of LC

Alerts from Trade Finance System


L
(Illustrative listing given below)

Alert for foreign bills remaining outstanding for a long time


1
and tendency for bills to remain overdue (Import/ Export).

2 Alert for frequent invocation of BGs and devolvement of LC.


Alert for In merchanting trade, import leg not revealed to the
3
bank.
4 Alert for LCs issued for local trade/related party transactions.

Advance remittance for import made but details of


5
transaction (Bill of Entry etc.) not provided.
M Alerts from Treasury System
(Illustrative listing given below)

1 Forward rate agreements that can’t be met by client on


account of currency crashes
2 Forward contract booked but not utilized / cancelled
frequently.
N Alerts from L O S / CRILC
(Illustrative listing given below)

1 Loan applications from companies on AML watch list under


process
2 Loan applications from companies that are willful defaulters
in other banks
3 Loan applications from companies that are SMA
4 Loan applications from companies that are on DRT cause
lists
5 Loan applications from companies that have ongoing court
cases
6 Loan applications from companies on bank internal watch /
blacklist

Page 104 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

7 Loan applications from companies approved without adequate


supporting documents
O Alerts from External Rating Sources
(Illustrative listing given below)
1 Alert for migration in rating in either way- positive or negative
for short as well as long term rating

2 Alert for whether ratings renewed upon expiry of 12 months


from the date of last assessment

P Alerts based on financial statements


(Illustrative listing given below)

1 Alert for substantial increase in unbilled revenue year after


year.
2 Alert for significant movements in inventory, disproportionately
higher growth in turnover.
3 Alert for disproportionate increase in other current assets.
4 Alert for significant increase in working capital borrowing as
percentage of turnover.
Alert for increase in fixed assets without corresponding
5
increase in turnover (when project is implemented).
Alert for increase in borrowings despite huge cash and cash
6
equivalents in the borrower's balance sheet.
7 Alert for not routing of sales proceeds through bank.
8 Alert for claims not acknowledged as debt high.
System should be capable of providing alerts based on
9
standard ratio analysis (Illustrative list provided below)
9.1 Net Profit Margin
Inventory Turnover Ratio (Based on cost of sales / average
9.2
inventory)

Debtors Turnover Period (Based on net sales & average


9.3
debtors)
9.4 Interest Coverage
Share Premium and share application money not converted
10
into PUC

Alerts from Bank’s Internal documents


Q
(Illustrative listing given below)
System should be capable of identifying the default in
payment to the banks/sundry debtors and other statutory
1
bodies, etc., bouncing of the high value Cheque and
generate alert.
Alert for Onerous clause in issue of BG/LC/standby letters of
2
credit.
Page 105 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

3 Alert for delay observed in payment of outstanding dues.


4 Alert for critical issues highlighted in the stock audit report.
5 Alert for material discrepancies in the annual report.
Alert for significant inconsistencies within the annual report
6
(between various sections).
Alert for poor disclosure of materially adverse information
7
and no qualification by the statutory auditors.
Alert for frequent change in accounting period and/or
8
accounting policies.
Alerts from Third Party Data Providers
R
(Illustrative listing given below)

1 Alert for Dispute on title of the collateral securities.

2 Alert for same collateral charged to a number of lenders.


Alert for liabilities appearing in ROC search report not
3
reported by the borrower in its annual report.
4 Alert for reduction in the stake of promoter/director.
Alerts from Internet Sources
S
(Illustrative listing given below)
System should be able to identify accounts / customers
1 Raided by Income tax/Sales tax/Central excise duty officials/any
other statutory body and generate alert.
Alert for resignation of the key personnel and frequent
2
changes in the management.

T Other Alerts Mandated by RBI

System should be capable of providing alert in frequent change


1
in the scope of the project to be undertaken by the borrower.
2 Alert for invoices devoid of TAN and other details.
System should be capable of providing alert in costing of the
3 project which is in wide variance with standard cost of
installation of the project.
Alert for request received from the borrower to postpone the
4
inspection of the go down for flimsy reasons.
Alert for concealment of certain vital documents like master
5
agreement, insurance coverage.

6 Alert for non-submission of original bills.


Alerts for H&T finance and other Tie up facilities
U
(Illustrative listing given below)
Capturing individual accounts’ outstanding which are linked to
1 Corporate client which gives Corporate Guarantee to all these
accounts by linking to “Guarantor” field of loan masters.

Page 106 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Alert when one debit entry (liability entity) leading to multiple


2
credit entries into loan accounts (say more than 100 accounts).
Alert when several debit entries from loan accounts leading to
3
single credit entry into one liability (deposit) account.

V All the Alerts related to SMAs

The EWS should be capable of classifying the exposures as


1
SMA 0/ SMA 1/ SMA 2 as per RBI definition.

The EWS Should be capable of classifying the exposures as


2
SMA0/SMA1/SMA2bothindividuallyandaswellasina group.
System should classify borrower’s accounts as
3 SMA0/SMA1/SMA2 considering both fund based and non-
fund based limits.
The EWS Should be classify the accounts as SMA0 if the
4 principal/ interest payment overdue for a period up to 30
days and accounts shows sign of incipient stress.
System should classify the accounts as SMA1 if the
5
principal/interest payment is overdue between 31-60 days.

System should classify the accounts as SMA2 if the


6
principal/interest payment is overdue between 61-90 days.

System should be capable of providing alert where there is


7
delay of 45 days or more in submission of stock statements.
System should be capable of providing alert for non-
8 submission of various operating control documents. List of
documents will be informed by bank.
System should be capable of alerting for non-renewal of
9
facilities on due date and allowing operation in such accounts.

System should be capable for alerting for actual


10
sales/operating profits falling short of projections
Alert for non-cooperation of borrower /prevention from
11
conduct of stock audit.
Alert for reduction of DP by more than 20% after stock
12
audit.
13 Alert for drop in External rating of the borrower.
14 Alert for drop in Internal rating of the borrower

Alert for return of checks (more than 3) due to non-


15
availability of fund /DP in the account in a month.
Alert for third request for extension of time either for creation or
16 perfection of securities as against time specified in original
sanction term.
17 Alert for more numbers of Overdrafts in Current Accounts.

Page 107 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Alert for promoters pledging /selling their shares in the


18
borrower company due to financial stress.

Alert for CC/OD accounts where o/s balance remains


19 continuously in excess of the sanctioned limit/ DP for (i) 0-30
days (ii) 31-60 days (iii) 61-90 days

Alerts in CC/OD accounts where o/s in the principal operating


accounts is within limit / DP but there are no credits
20
continuously for (i) 0-30 days (ii) 31-60 days (iii) 61-90 days or
credits are not sufficient for interest debits.

Bills purchased or discounted (other than those backed by


LCs issued by banks) and derivative exposures with
receivables representing positive mark to market value
21
remaining overdue for 0-30 days to be reported as SMA 0,
31 - 60 days be reported as SMA-1, overdue for 61 - 90
days should be reported asSMA-2

W Alert Generation Mode


EWS must provide a framework for deciding what thresholds of
business rules will result in an alert. The thresholds may be:

Amount based (absolute or % of limit)


1
Count based
Quantity based
Industry based
or a combination of the above
EWS should have ability to suppress unwanted alerts on the
following parameters:
• Permanently or
• Duration based
2
- for a Particular geography of operations
- for a particular industry
- for a particular entity/group of entities
- or a combination of the above
The EWS is expected to have features for setting a time
3
validity for certain alerts
EWS must permit an option for creation of a manual alert for
4 non-standard events that cannot be ordinarily captured by
the EWS
EWS should have capability to group alerts into single entity
5
actionable events.
EWS should be able to differentiate between cases which
6 were created from alerts versus those which were created
manually
The proposed application should be capable of maintaining
7 history of alerts generated and provide a frame work for
trend analysis
X Alerts Scoring
Page 108 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

The EWS is expected to have features for scoring alerts


1
based on suitable statistical rating / scoring models.
The EWS is also expected to have a framework that assigns
provides an overall risk score to each loan account and
2 overall at a customer level, basis the various alerts
accumulated over a period of time and other qualitative
parameters the bank may consider adequate
The EWS must also provide multiple options for suitable
3 statistical rating/scoring models to determine overall risk score
to each loan account and overall at a customer level
The EWS is also expected to have capabilities to
4 remove/not consider from the scoring of the loan account or
the client account, the alerts that are no longer relevant
Y Transaction Monitoring
The system should support detecting implicit and hidden
relationships between:
1 o Different accounts of the same customer
o Different customers
o Customers, non-customers and Walk in Customers
The system should support automated relationship identification
2
between linked accounts
The system should support monitoring transactions at
3
relationship and individual account level

The system should support behavioral analysis and


support detecting and alerting the user in the event of
4
deviation of customer from- the expected behavior (based on
peer group) – historical behavior
The system should be able to know Money laundering,
diversion/siphoning patterns and fraud patterns like structuring,
5 circulation of fund etc. The system should have no limits to
parameterize these patterns based on the banks experiences in
money laundering and fraud
The system should support parameterising regulatory threshold
6
limits and alert the users on violation / breach of these set limits

The system should support artificial intelligence to setup and


7
tune the transaction monitoring logic in run time.

The system should support defining customer / group level


exceptions at any stage e.g. account opening, etc. The
system should be able to generate offline alerts also. If any
8
person approaches the Bank for any enquiry, which is of
doubtful nature and if any KYC document has been provided,
the system should be able to generate a subjective alert.

Page 109 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

The system should perform transactions monitoring by


analyzing transactions and comparing them against set
9
Benchmarks. Any deviation from benchmark should result in
an Alert, which should be then tracked to resolution.
The system should provide for monitoring all amount- based
transactions, whether for the current day or historical by
10 filtering the transaction data. Filters should be available in the
system that will enable a user to monitor any type of
transaction, whether for one or all customers.
The system should provide the user to generate auspicious
transaction report and fill up all the requisite information as per
11 the format provided by regulation and to submit the same. The
user can submit the report to the higher ups for review and
final submission to the concerned regulatory authorities.
The system should have alert scenarios for individual
12 transaction as well as historical transactional behavior. Should
support profiling of customers.
The system should have provision to define global
13 benchmarks as well as account specific benchmarks for an
alert scenario. Should be possible to set threshold limits.
The system should monitor transactions and analyze them
against benchmarks & generate alerts on exceptions.
14
Should be possible to build profiles based on transaction
type and Turnover details.
The user should be able to select transactional attributes &
15
view required transactions (Report Module)
The system should have provision to create user defined
16
rules
System should be capable of handling real time alerts. Real
17 Time /On-Line Solution basically required for fraud detection on
Off-Line mode accordingly data available of T-1 days with Bank
Identify multiple wire transfer transactions with common
18
suspicious characteristics
Automatically generate alerts / reports on Blocked and
19
Rejected items
The system should have tools to analyze historical
transactional attributes of an account & suggest benchmark
20 value. Should support analysis of sequencing of events such
as Placement, Layering and Integration accordingly, look
forward and backward?
The system should enable user to effectively manage alerts
21 generated from the time of generation till such time an
appropriate action is taken
Z Suspicious Activities

1 Transaction beyond threshold limits specified in accounts

Page 110 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

2 Few Operations in accounts

3 Immediate withdrawal/Transfer of inward remittances.

4 Adhoc loans
5 Transactions made by specified category of users.
Frequent transactions in round-sums, especially in respect of
6
bills.
Capability to find out number of cash transactions, amount
7
per day per party / group.
8 Cash credit to multiple account of the same party.

9 Large number of credits to same account.


High velocity of fund balance, frequent in and out of large
10
amounts to various names
Frequent and large debit to account for overseas payment
11
and vice versa

12 Unexpected repayment to sticky or problematic account


13 Structuring
14 Flow-through

15 Circulation of funds

AA Benchmarking

Default Benchmarks – The Solution should allow for


benchmarks to be fixed based on the general behavior of
entities (Customers, Products, and Instruments etc.). The
Default Benchmarks should be definable in the Solution for
1
all customers based on the Customer Category (Individual,
Corporate, Institution, NRI, etc.) and the Amount range in
which they are operating. The user should be able to create,
and even edit an existing benchmark.
2 Visual Benchmarking – The Solution should provide for a
simple and effective tool to fix benchmarks for any alert. The
system should enable historical behavior of the selected
entity plotted as a graph on the screen and the user should
be able to identify the benchmark that is appropriate for that
customer. The Solution should allow the user to change the
parameters and view the number of alerts that would get
fired. The user should then be able to set the required
benchmark through specific bench marking features

3 Specific Benchmarking feature in the system should provide


the user an effective way of monitoring an account, the user
should be able to set specific benchmark to the account for
the applicable alerts.

Page 111 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

AB Reporting Module
1 Reports should be available in XML, XBRL, etc. format, as
per specifications where the data has to be sent to
RBI/statutory boards

2 It should be possible to configure or generate various


reports for daily/week/Month/Quarter/Year and as per the
requirement of the Bank

3 The system should be able to provide configurable reports


like Amount in Full, Lakhs, Millions etc.

4 The system should be capable in providing drill down


reports with Account wise, Branch wise, Customer wise,
Industry wise, Sector wise, Zonal wise, Size wise, etc.

5 The system should be capable of risk categorization of


borrowers based on frequency/gravity of Alerts

EWS should have alert queue reporting dashboard that can


generate reports such as-

- Open alerts pending review (user wise or region wise or


product wise or rule wise)
- Open alerts pending seniors review/approval (user wise or
region wise or product wise or rule wise)
- Open alerts grouped by ratings with % statistics for each
group to total alerts (with ageing)
- Geography wise Alerts (along with rating/severity, status of
6
the alert and ageing thereof)
- Customer wise alerts (along with rating/severity, status of
the alert and ageing thereof)
- Alert trending reports (along with rating/severity, status of
the alert and ageing thereof)
- Manager wise alerts (along with rating/severity, status of
the alert and ageing thereof)
- Product wise alerts (along with rating/severity, status of the
alert and ageing thereof)
- or a combination of the above
The access to the EWS alert dashboards must be based on
7
designation of the user i.e. need to know basis
The EWS should provide features for visualization,
navigating and drilling into listed alerts, rules that triggered
8
the alert and information from the banking systems on the
account/customer impacted by the alert.
System should provide users with the option to print, i.e. print
9
to files of various formats-xls, pdf, csv etc. print to printer etc.
The solution should support distribution of Reports and
Dashboards to iPad and Android devices. The Native App
10
should be freely available for iPad on iTunes App Store and
for Android devices on Google Play
Page 112 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

The solution should allow the analysis / explorations / reports


11 based on in-memory data to be pushed for offline viewing to
mobile devices

The solution should have the ability for Interactive report viewing
12
for information consumers on iPad and Android devices
Reports and Dashboards access on iPad and Android
devices should be using a native application which helps
13 leverage most popular gestures and capabilities, including
zoom, swipe, etc., to optimize ease of use and user
engagement
The solution should support same dashboard / report
14 created on Web to be accessed from iPad and Android
devices without requiring any redesign
The solution should allow users to securely view reports on
15
mobile devices while online or offline
The solution should provide collaboration support with
16
Annotation on Tablet
Various triggers / alerts should be combined /congregated
together account wise and should be sent to the identified
user automatically in a summary form at the end of business
hours on daily basis. Reports should also be made available
for each account at monthly/quarterly/ half yearly / annual
17
intervals or such intervals as may be decided by the Bank.
The Branch should be able to report to Top Management via
system with their comments. Also these reports should be
archived for inspection by Regulator/ Central Statutory
Auditor/ Other Statutory bodies.

AC Work Flow Management


Based on result of the alert triggers, EWS must provide a
1 framework for converting alerts that need deeper analysis or
actions.
EWS should have advanced routing rules to route along any
2
data event.

3 EWS must provide facilities to attach/removed documents


EWS solution should have the ability to assign activities in
4
the workflow to a group of users
The user should have ability to apply a mass action to case
5
- close, append etc.
6 The user should have ability to link cases under investigation

7 The user should have ability to write notes in the cases


In case of alerts where standardized actions have to be
8 taken EWS must have automated case processing
framework

Page 113 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

9 EWS have ability to add several alerts to one case

AD Work Flow Features


EWS should have the ability to rate cases by priority, high to
1 low to the analyst role in the queue. New cases will populate
the queue according to the priority.
EWS have ability for automatic assignment of cases to
2 investigators, ability for supervisor to override and assign cases
manually.
EWS should provide the ability to perform systematic
3
actions based upon an analyst’s work action.

Screen flow and system process must represent the task


4
workflow.

EWS should be able to define the systematic actions to be


5
taken, based upon an analyst’s work action.

Power users should have the ability to configure standard


6
workflows to route case activities to appropriate teams
Detection rules creation/modification and deletion could be
7 subject of approval by more than one appointed person using
work flow functionality.
Alerts should be managed by more than one appointed
8
person using workflow functionality.
Reports review and appropriate reaction could be managed
9 by more than one appointed person using workflow
functionality.
Workflow actions should not be deleted or altered after
10
submission

Internal employee should not be able to delete/modify/recreate


11
work flow steps
EWS should provide different access rights for different
12
users
AE Administrative

Solution should be capable of providing role based access


1
control system.
Parameterized Password standards - Min and Max Length,
Number of Numerals and Special Characters, Number of times
old passwords do not used, Reset Password period, etc. to
done as per Bank's Policy. Password history should be
2 maintained and user shall not be able to reuse previous
passwords. The number of passwords in history should be
parameterized. Password shall be encrypted and not directly
transmitted over WAN / Internet or stored in database or
initialization files, registry etc.
Page 114 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

3 Multiple logins to a single user should not be allowed.


Maker checker for all operations (user administration, Data
4
changes, etc.).
The system should have capability to lock the screen if left
5 attended for parameterized time and facility should be provided
to either logout or reactivate using User's Password.
The system should be able to define different level (profiles) for
6 different type of users like Branch user, Zonal Office user,
Corporate Office user, Admin etc.

Solution should have the capability to handle at least 3000


7 concurrent users at a time and scalable to 5000 concurrent
users over the period.
Results generated should be made available to the users
8
based on their roles and authorized access.
In case any data is not source-able then system should have
9 provision of Gap Data screen, with adequate “Maker Checker
Control” and Audit Trail tracking.
AF Reporting
To build different types of reports, as an information delivery
1 mechanism to the business users, including but not limited to
ad-hoc, analytical, tabular, dashboards, alerts, etc.
User should be able to generate report for any previous generated
date and strict version control of report layout and output to be
2 maintained. It should be possible to configure/ Generate various
reports daily / weekly / Monthly / Quarterly / Yearly and as and when
required by the Bank and regulatory bodies.

Users should be able to generate report in PDF/XLS/ XML


andXBRL format as per specifications. The system should support
export and import of data from MS-Excel and Open Office
3 Formats ad-hoc reports with an easy to use report writing Tool /
Wizard. The system should have flat file export functionality to
export transaction data and static datain.CSV, .txt, .xls, .xlsx, .pdf,
.rtf etc.

Solution should be able to identify Potential NPA, stressed


4 account, RFA account, fraud account, etc. and reports should be
available.

Report / Dashboard for graphical comparison of Peer


companies. Apart from the pan India data, peer grouping can
5 be set (PSU Banks, Private Banks, NBFCs, etc.).To provide
region wise reports to understand portfolio movement by
ticket by product, etc.

Page 115 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Report / Dashboard for analysis of EWS scores at different


administrative levels, dash board facility for trend analysis, with
6
smooth and seamless movement between dashboard layers. Able
to refresh automatically / on- demand the data for dashboard.

Reporting tool should be able to provide in full


amount/Lakh/crore according to requirement. Drill down
reporting should be provided with Account wise/ Branch
7
wise/Zone wise/State wise/ District wise/Sectors wise/Industry
wise, Size wise Population Group wise, portfolio wise/product
wise, etc.

Exhaustive report, which can be used for Strategy outcomes,


8
Delinquency mapping, Portfolio penetration, etc.

The Bidder / Vendor should provide Report/Analysis by studying


dynamics of its customer inside and outside of the Bank 1)
Standard with Allahabad Bank but NPA with other Bank, 2)
9
Standard with Allahabad Bank and other Bank, 3) NPA with
Allahabad Bank but standard with other Bank, and 4) NPA with
Allahabad Bank and other Bank
Identify good customers and Enhance business by cross sell
10
campaigns thereby providing customer excellence

The System should provide all the reports as per bank


11
requirement and any Ad-Hoc Report if needed.

The system should provide reports showing:

Ageing of assets
12 Erosion in value of security
Provisioning
Uncharged Interest
Prudential written off accounts

AG Audit

The system should have Audit Log for all Admin Operations,
1 User Operations, Configuration Options etc. and should be
capable of keeping Audit trail as per Bank policy.

Bank will perform vulnerability Assessment, IS Audit & other


2 Audits, periodically and all the vulnerabilities are to be
mitigated/closed by the bidder without additional cost.

AH Training

Page 116 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Complete training (both class room and hands on mode) on


1 the solution to Bank staff either at locations as per the
requirement of the Bank.

Prepare and submit soft copies of training material, end-


2 user manuals and flow charts. Soft copy of manuals and
testing documentation should be handed over to Bank.

Vendor shall train designated Bank officials on the configuration,


operation / functionalities, maintenance, support & administration
3 for software / Database / OS / Middleware, application
architecture and components, installation, troubleshooting
processes of a proposed solution, etc..

AI Support

Undertake that the online technical support team should be able


1 to resolve the issues/fix bugs identified from time to time and
update the solution accordingly without cost.

2 Escalation process should be In place for unresolved issues

Bidder support staff should be well trained & should have


3 understanding of the application to effectively handle queries
raised by the Bank staff.

AJ General Requirements

1 Multiple Customer Segments

All the modules of the software should be fully integrated and no


2 manual intervention should be needed for inter- modules
operations.
Rules must be modifiable without vendor intervention from
3
the front end, with logs of changes made.

Should support processing on Real time, Online, Off-line, batch


4
mode, etc. Should also support scheduling and defining of jobs.

System should have facility to accept/provide data in standard


5 formats from/for other systems, Import /export facilities like
upload of Negative List, Positive list, filtering rules, etc.

User definition, restricting view for various reports/menu / DBA


6
menu maintenance.
Proper indexing and maintenance of table without loading
7
the system

Page 117 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Should have the ability to Integrate with sources like messaging


8
systems like SMS, Email, etc.
Should be able to evaluate multiple complex, inter-related rules
9
simultaneously

10 Should offer multi-currency support

Should maintain a historical record of Customer, Account,


Transaction, etc. Should be possible to retrieve information as
11 on a previous date i.e., show the status of a customer as of a
particular date. History of Transaction as well as Alert Data to
be kept for minimum of 10Yrs.
Should be possible to generate list of accounts at a given
12
address, Telephone, name, etc.
Support encryption of data during exchange internally and with
13
external systems.

System should also have a Fraud Detection Suite online for


14
IBA prescribed Scenarios
Data Warehousing and Data Mining capabilities. Should be
15
capable to achieve data for minimum of 10 Yrs.
System should have a flexible solution for tuning parameters,
16 modifying and creating new scenarios and risk factors to monitor
risks
System should detect suspicious activity and give Descriptive
17 analytics /Peer grouping /Cluster analysis and provide for setting
threshold limits
System should support Wire Transfer Surveillance with the
following features:
Identify wire transfers originating in Correspondent or Agent
18 banks, Identify suspicious activity based on patterns of multiple
wire transfers, Automatically generate reports on Blocked and
Rejected items, Monitor internal / external and domestic /
international wire transfers.
System should have a alert scoring mechanism with Product
having a relative score for each alert, the Alert scores be
modified through the application of rules, Provide for the
19
categorization of alerts into groups for similar suspicious activity
and Provide the user to drill down into the details of the
transaction on which the alert was generated.

System should be flexible to set-up various views / alerts using


20 parameters and without any intervention of vendor or any
modification of thesoftware

21 Well-defined purging policy mechanism to do from front end.

Page 118 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Should have the ability to capture non-financial events such


22 as change of address, customer life event, advisor
reassignment, etc.

TECHNICAL REQUIREMENTS

Bidder
Bidder
S. No. Technical Requirements Remarks
Response
(If any)

Application Requirements

1 Should support online real time & batch operations.

2 Provide support for scheduling and defining of Jobs.

Should support the minimum concurrent users at any


3
given point in time during the contract period.

Should support data commit at the central location and


4
the respective branch location in real time mode.

Ability of the application to support symmetric


multiprocessing architecture. The bidders have to indicate
5
how many processors the application handle in the
remarks column against this line.

Ability to provide access control authorization/


6 verification mechanisms as per bank's hierarchy for
different loan processes and workflows.

Ability to upgrade the authentication and


7 authorization mechanisms to accommodate the
future requirements.

8 Capability to log out a user from a central location

Application Licensing should be Enterprise


9
Software Licenses only.

Vendor will be responsible for conducting system


10 integration testing to verify that all the systems are
Properly integrated and system performs all functions.

On-line help should be available and complaints


11
should be resolved within 24hours.

Page 119 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Vendor will setup and maintain test environment during


12
entire period of project implementation.
13 Vendor will provide scenarios of UAT and assist in
preparing test cases including the test data to support all
business scenarios. Vendor will assist bank in analyzing
the results.

14 Vendor will maintain appropriate program change


control and version control of the system as well as
documentation of the UAT.

15 Vendor shall ensure that the software application will


have high scalability i.e. without the necessity of re-
writing code or undertaking other major efforts; the
system should be easily upgradeable to increased
workload, better performance, additional users and
improved network connectivity.

16 The Solution should provide the facility to


upload/download data to/from peripheral/existing
systems/Solutions as and when required.

17 Solution to be scalable and flexible to accommodate


future up-gradations/modifications.

18 Solution downtime to be maintained at a tolerable level


as per industry standard.

19 Solution to support prioritization functionality to ensure


standard processes have sufficient resources to run
within required timelines without being affected by ad
hoc user requests.

20 The Solution should allow have a day end back up


process.

21 The Solution should provide for user profiles to be


controlled by a specific administrator.

22 Solution access should be permitted only through


password verification with all user IDs being unique.
Solution should not allow any generic users.

23 The Solution should have the ability to provide or restrict


access privileges based upon hierarchy and multiple
criteria e.g. user access on weekends and holidays,
hours through which the Solution would be accessible
etc.

Page 120 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

The system should show the list of deviations. The


system needs to store or store a reference to the
24
original policy so that user can refer to it during
authorization/ queries/ doubts/etc.

Database Requirements

Ability to support for pooling multiple database


26 connections when the load on the application
increases

Support for database clustering and the number of


27
clusters that can be configured

Support for central storage of data with multiple instances


28
of Database

29 System should support Oracle or MS-SQL database

Operating system

Hardware, Software (OS, DB, Middleware etc) to be


30
provided by Vendor as per sizing.

All software including operating system, Database


31 licenses should be provided by bidder. The system
should support IP V4 and IP V6

System should have Response Time < 10 mili-


32
seconds

Hardware parameters (like CPU, Memory, hard disk,


33 NIC, etc.) should not cross the defined utilization levels
at any point in time.

Should be able to support different protocols (TCP/IP,


34
IPX, etc.)

The response time from the SAN should be < 10 ms


35
for any transaction

The communication between server, data base and


36
other connected systems should be encrypted.

Page 121 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Bank expects that there are additional redundancies built


into the system in addition to providing optimal
37
performance, taking into account the present and future
load on the System

Backup

Bidder should provide the Backup solution and integrate


38
the same

Bank requires that the solution should support all backup


39
application software.

Bank requires that the solution should be capable of


40 automating the backup process for all the applications /
database in the Data center & Disaster Recovery site

Bank requires that the system solution should support IP


41
Protocol.

Bank requires that the system should support


42
Enterprise Management Solutions

Bank requires that the DR site to be sized, configured to


43
provide an RPO of 30 minutes and RTO of 60minutes

Performance requirements of the secondary disaster


44 recovery site, when activated, should exactly match
those of the primary site.

Archival

Bank requires the proposed Applications to be capable of


45 archiving all relevant data as per laid down Bank’s
guidelines

Bank requires that the archived data be retrieved for


46
Inquiry only

Page 122 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

User Interface

Bank requires that the system should have :

- Multi-windowing capability
47 - On-line, context-sensitive help facility
- Error/action messages for wrong entries
- Graphic capability
- Front end data validation

Consistency of the interface - screen layouts,


messages, key stroke handling and other elements of
the user interface should be consistent throughout the
system

• Data input and validation at source


48
• Hot keys for access to common functions
• Non Destructive Exit
• Non Destructive Go Back
• User Defined Reports
• Day end report Selection
. Delivery Channel Interface

The system should provide seamless connectivity to


49 delivery channels using industry standard protocols
and messaging formats.

Documentation

Bank requires Soft Copies of Product Manuals and


50
Training documents to be given

51 Bank requires Manuals for revisions and upgrades

Application Security Audit Trail

52 Bank requires Audit Trail for all Transactions

Bank requires Audit Trail and Authorization for all


53
Parameter changes

Bank requires time out (logout) on specific period of


54
inactivity to be set by bank

55 Bank requires Parameter Based Over ride

Page 123 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

56 Bank requires Time Stamping of Transaction

57 Bank requires Encrypted Passwords to be stored

Bank requires Password Expiry and the duration should


58
be parameter based

59 Bank requires Time Restriction on Activities

60 Bank requires two factor authentications.

Bank requires Authorization of Parameter changes by


61
Data Base Administrator

Security
The system should have surveillance software to
prevent malpractices. The system should provide for a
foolproof security system. The built-in Security System
in the software should ensure that the sensitive data
that the system handles is protected from unauthorized
access and misuse. It should provide the Supervisor
with a high degree of control over assigning system
62
access rights to users. The system should provide for
the users to be assigned individual rights or may be
grouped together and given common rights.
Hierarchical Security, Access level Security, Singular
Log-in per user at any given point of time, are some of
the security features that should be supported by the
system.
The systems should maintain comprehensive Audit
Trails detailing every user activity. Audit Trail reports
63
should be generated and may be viewed on-screen
and / or printed.
There should be a complete and comprehensive
security from unauthorized access and misuse along
64
with necessary audit trail detailing every users
activity.
System must have a Login ID and password for each user
for logging into the system. Indicate as a foot note if
65 support for additional authentication mechanisms such as
Smart Cards, Tokens, etc. exist. Whether the application
also supports Remote logging.

Passwords must be kept encrypted in the database and


66
should not be visible using any source.
Access to the system for all the users should be
67 available only through menu selection of the user
interface.

Page 124 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Access to data should be based on parameters such as


68 viewing, modifying, authority level to access, etc. and
should be linked to user access rights.
System should have provision to block/delete
69
relocated/separated employees (users).

The application should have the capability to integrate its


70 logs to the Bank’s SIEM (Security Information and Event
Monitoring) solution of SOC (Security of Operations Centre).

Bidder should ensure and confirm to the Bank that the


application is developed in the secure SDLC environment.
71
It is the responsibility of the Bidder to keep the application
free from all kinds of operational or security bugs.

Bidder should have in place strict version control


measures. They should get the application tested using
an approved source code testing tool and the relevant
certificate is provided to the Bank at the time of initial
72 implementation as well as at every stage of change of
version of application. Also the bidder should certify that
the application is free from any ‘Backdoors/Trojans’ in the
beginning and whenever there is a change in source
code.

Solution should have mechanism in place to ensure


73 Presently Identifiable Information (PII) of customers is
protected for confidentiality.

Replication
Proposed solution should support a two stage backup
and recovery process where online data stored on a
primary disk array is backed up to a disk- based
74
device (stage one) before being copied to a tape
device (stage two) for longer-term storage and
eventual archiving.
Solution to support local data and remote data
replication for all applications covered under the core
75 suite; however the DMS solution architecture should
be centralized. The solution should have the capability
for federated architecture.

Other Technical Specifications

Data flow and flow of information must be automated


76
with least user intervention

Page 125 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

The Solution should be Secured and must follow a


standard development process to ensure that it meets all
(functional, security, Data Encryption/ Protection,
77
performance, regulatory etc.) requirements of the Bank.
Security requirement as per IT/IS policy of the Bank, will
be shared with the successful bidder.

The proposed system should be capable of running on


a wide area network, capable of being used from
multiple locations, WEB based and on Desktop,
Laptop, TABs/Smart phone, etc and relevant reports on
Mobile Apps (Android, IOS, Windows, etc.). The
78
solution should be capable of integrating with various
Bank systems viz. Core Banking solution, Treasury
system, Loan Origination Systems, Rating systems,
Audit Systems, KYC and AML systems, Data ware
houses etc.
The system should be able to handle multiple
79 business units of the Banks that include
branches/Admin offices where required.

The system should provide a consistent and user-


80 friendly Graphical User Interface generally following
the modern GUI standards

The system should support two –factor authentication


81
and where required interface with Bio Metric Verification.

The software developed or customized should follow


a standard development process to ensure that it
82
meets functional, security, performance &regulatory
requirements of the Bank.

The Vendor should comply with Bank’s IS Security policy


in key concern areas relevant to the RFP. Some of the
key areas are as under:

- Responsibilities for data and application privacy


and confidentiality.
- Responsibilities on system and software access
control and administration,
83 - Custodial responsibilities for data, software and
other assets of the Bank being managed by or
assigned to the Vendor,
- Physical Security of the facilities,
- Physical and logical separation from other
customers of the Vendor,
- Incident response and reporting procedures,
- Password Policy of the Bank,
- Data Encryption/Protection requirement of the Bank

Page 126 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Backup / Recovery solution should be part of the total


solution. Bank will provide required for DR Setup. Bank
84
will also provide Tape Library with Commvault licenses
for offline backup

Solution should be capable of storing large data base


85 and finding out trends in customer activities. Solution
should be able to handle large number of transactions.

Solution should provide response time of maximum 5


86
seconds.

Solution should be capable of working on/ Integrating


87 various platforms/ tools available within the existing IT
architecture of the Bank.
Workflow for creating institutional memory for stake
holders for actionable remarks/ comments with
88 automated reminders through SMS, E-mails, any other
messaging solution (e.g. WhatsApp) to both action &
info-stakeholders.
Institutional memory function to be available on both
browser and mobile access. Dynamic remark access
89
and participation by authorized users on mobile
devices.

The identification and segregation of digital data from


90 various sources and uploading such data to EWS on
real time frequencies.

Capable of integrating with ADAP (Active Directory


91 Access Protocol) for enabling Single Sign on, without
additional cost to the Bank.

Integration of User Authentication with Active Directory


92
of Bank shall be done by bidder.

All integration should be in STP (Straight Through


93 Processing) mode without / minimal intervention from
user & leverage existing platform system.

94 Application should Support Scalability without redesign

The solution architecture should have capability to be


95
configured in active mode

96 Application should have detailed help menu

Page 127 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

The application should have ability to interface with


97
external systems

The application should have seamless replication of


98
data DC to DR

Option to control system access should be available


99
through application

The application should support database & OS level


100
clustering

The application should function satisfactorily with


101 minimum bandwidth 128 kbps / MPLS branches using
existing bandwidth.

102 The application should support session timeout.

103 The solution should show alerts on user dashboard.

The application should support periodic activity report


104
covering security event & Application usage.

The system should allow user to download print


105
report directly from system

106 System should allow archiving of historical reports

The system should have capabilities to send reports


107
to pre-defined users

The system should provide facility to monitor


108
application, performance database, errors monitoring.

Account level and Customer level Dashboards at


109
Departmental and Executive levels

Page 128 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE – I - TENDER OFFER FORWARDING LETTER

Tender Reference No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019


Date: ....................

The Chief Manager (IT)


Department of Information Technology
Allahabad Bank, Head Office,
2 NS Road,
Kolkata – 700 001

Dear Sir,

Sub: Your RFP for Request for Procurement and end to end implementation of Early Warning Signals (EWS)
solution for credit monitoring in Allahabad Bank.

With reference to the above RFP, having examined and understood the instructions including all annexure, terms and
conditions forming part of the Bid, we hereby enclose our offer for Request for Proposal for Procurement and end to
end implementation of Early Warning Signals (EWS) solution for credit monitoring in Allahabad Bank in the RFP
document forming Technical as well as Commercial Bids being parts of the above referred Bid.

In the event of acceptance of our Technical as well as Commercial Bids by the Bank we undertake the Request for
Proposal for Procurement and end to end implementation of Early Warning Signals (EWS) solution for credit
monitoring in Allahabad Bank as per your purchase order.

In the event of our selection by the Bank for Request for proposal for Procurement and end to end implementation of
Early Warning Signals (EWS) solution for credit monitoring we will submit a Performance Bank Guarantee for a sum
equivalent to 10% of the TCO as per Annexure VI to the bank valid for a period of Seven Years in favour of
Allahabad Bank. In case of the expiry of PBG within this period, we shall furnish a fresh PBG.

We agree to abide by the terms and conditions of this tender offer till 180 days from the date of commercial bid
opening and our offer shall remain binding upon us which may be accepted by the Bank anytime before expiry of 180
days.

Until a formal contract is executed, this tender offer, together with the Bank’s written acceptance thereof and Bank’s
notification of award, shall constitute a binding contract between us.

We understand that the Bank is not bound to accept any offer that the Bank may receive. Further, we understand that
the Bank may reject any or all of the offers, without assigning any reason therefore.

We undertake that in competing for (and, if the award is made to us in executing) the above contract, we will strictly
observe the laws against fraud and corruption in force in India, namely “Prevention of Corruption Act 1988”.

We agree that the Bank will have Single Point of Contact with us, at the address stated below, for the entire goods
and services to be delivered by us in case our bid is accepted.
Address of Bidder for Single Point of Contact: ______

We enclose the following Demand Drafts/Pay Orders / BGs:

DD / PO No............... Dated........... for Rupees 20,000/- (Rupees Twenty Thousand only) issued by ……………Bank,
………….Branch in favour of Allahabad Bank, on ……….(date), payable at Kolkata as Cost of RFP Document & BG
No. ______Dated_______ for Rs. 15,00,000/- (Rupees Fifteen Lac only) issued by ……………Bank ……….Branch,
in favour of Allahabad Bank, as BID SECURITY.
Page 129 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Dated this ...........day of 2019

Signature:

(In the Capacity of)


Duly authorized to sign the tender offer for and on behalf of

Note: The Bidder shall necessarily provide a copy of “Power of Attorney” authorising the signatory for signing the Bid
on behalf of the Bidder in its Bid.

Page 130 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE – II - MASKED COMMERCIAL BID FORMAT

RFP Ref No: HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019


(To be included in Technical Bid)

Masked Bill of Material without price information for Procurement and end to end implementation of Early Warning
Signals (EWS) solution for credit monitoring in Allahabad Bank should be submitted in the format mentioned in a
separate file named FORM 1: BILL OF MATERIAL.
.

ANNEXURE III- SCHEDULE OF PRICES (INDICATIVE COMMERCIAL BID)

(To be included in Technical Bid)


RFP Ref No: HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

Indicative Commercial Bill of Material with price information for Procurement and end to end implementation of Early
Warning Signals (EWS) solution for credit monitoring in Allahabad Bank is mentioned in a separate file named FORM
1: BILL OF MATERIAL

Page 131 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE IV - COMPLIANCE TO ELIGIBILITY CRITERIA OF BIDDERS

(To be submitted on Company’s Letter Head)

Tender Reference No.: HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019


Date:....................
<<Name of the Bidder>>

Sr. Documentary Evidence to be submitted to


Eligibility Criteria
No. the bank
Bidder should be a Registered / Company in India for a
minimum period of 5 (five) years as on date of RFP. In Copy of Certificate of Incorporation issued by
case of mergers / acquisitions / restructuring or name the Registrar Of Companies and Articles of
14.
change, the date of establishment of earlier / original Association, Memorandum of Association
Partnership Firm / Limited Company can be taken into should be submitted.
account.
Bidder should have an average annual turnover of more
than INR 5 Crore in the last three financial Years (i.e.
Copy of Audited Balance sheets and Profit &
2015-16, 2016-17, 2017-18).
Loss statements for the financial years 2015-
16, 2016-17, 2017-18 along with the
Net profit should be positive in any 2 (two) of the last
certificate duly certified by the Chartered
three financial years and their net worth should be
Accountant and details as per Annexure –
positive in each of the last three financial years ie.2015-
XXII
16, 2016-17, 2017-18. This must be the individual
15.
company turnover and not of any group of companies /
In case financial statements have not been
subsidiaries.
audited & published for the year 2018-19,
.
unaudited/ provisional ones can be
Net worth is to be calculated as follows: Capital Funds
submitted along-with a declaration that
(Paid up equity capital + Paid up preference shares +
audited statements will be submitted once
Free reserves) – (Accumulated balance of loss +
they are available.
Balance of deferred

The bidder should have permanent office in India.


Further the bidder should have support Center at
Details of own offices / service centres
16. minimum one location out of Kolkata, Lucknow and
should be provided as per Annexure-XIV.
Mumbai.

The bidder should be the Original Equipment


Letter from the OEM authorizing the bidder
Manufacturer (OEM) or certified / authorized agent of the
to participate in the RFP or agreement with
solution offered.
the solution provider with reference to the
Note:
solution offered should be submitted as per
17. Annexure XXIV along with the bid.
(3) The bidder can be an authorized supplier of an
In case OEM is directly participating self
OEM or OEM itself, but both OEM and its
declaration has to be provided.
authorized supplier cannot bid simultaneously for
the same item/product.

Page 132 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Sr. Documentary Evidence to be submitted to


Eligibility Criteria
No. the bank
(4) If a bidder submits a bid on behalf of the OEM, the
same bidder cannot submit a bid on behalf of
another OEM for the same item / product.

Supported by documentary evidence and


also copies of the Service Contracts
wherever entered. (The Bank will consider
the arrangements to be firmed up only when
documents evidencing agreements signed or
undertakings/ commitments made are
submitted. Bidders who have not firmed up
arrangements with other vendors/
Bidder should have supplied, Implemented/under Subcontractors are not likely to be
implementation of end to end Early Warning Signal considered.) Letter from the organization
(EWS) solution successfully in at least one concerned confirming successful
Scheduled Commercial Bank’s Data Centre / implementation/under implementation of
18.
Disaster Recovery Site (DRS) in India (excluding Early Warning Signals (EWS) solution with
RRBs/ Co- operative Bank) with more than 1000 them, to be submitted with following details –
Branches, within last five years as on date of (UAT sign off letters are not acceptable)
submission of the Bid/ tender
Name of the person who can be referred to
from Clients’ side, with Name, Designation,
Postal Address, Contact Phone and Fax
numbers, E-Mail Ids, etc., (Attach copies of
purchase orders) The Bank reserves the right
to inspect such installations while evaluating
bids. The vendor should bear all the
expenses in this regard.
The Bidder should not have been debarred/ blacklisted
for corrupt and fraudulent practices by the Govt. of India /
State Governments / Regulatory Agencies / PSU/other
institutions in last 3 years as on the date of the Bidder should submit a legal undertaking (To
19. submission of bid/tender. be submitted as Annexure -XVII).

Bidder should not be involved in any litigation which


threatens the solvency of the company Bidder should
comply with government’s rules and regulations.
Bidder shall ensure back to back availability of support
Details of Proposed Team as per Annexure –
from OEM at Mumbai or Lucknow and should have
VIII to be submitted and details of offices as
presence of dedicated teams in one of these cities to be
per Annexure XIV to be submitted
20. able to provide efficient and effective support at the banks
OEM should submit an Undertaking on
premises as and when required.
organization’s letter head.
OEM should meet all the terms & conditions of contract in
case SI (Bidder) is not being able to fulfill its obligations.

Page 133 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Sr. Documentary Evidence to be submitted to


Eligibility Criteria
No. the bank
Bidder / OEM should not be owned or controlled by any
Self-Declaration by Bidder/OEM on the
21. Director or Employee (or relatives) of Allahabad Bank.
company’s letter head is to be submitted.

The bidder must have satisfactorily conducted Bank A certificate to that effect from bidder’s Banker
22.
Account. should be furnished along with the bid
Bidder should ensure and confirm to the Bank that
the application is developed in the secure SDLC
23. environment. It is the responsibility of the Bidder to Bidder to submit undertaking
keep the application free from all kinds of
operational or security bugs.
Bidder should have in place strict version control
measures. They should get the application tested
using an approved source code testing tool and the
relevant certificate is provided to the Bank at the
24. time of initial implementation as well as at every Bidder to submit undertaking
stage of change of version of application. Also the
bidder should certify that the application is free from
any ‘Backdoors/Trojans’ in the beginning and
whenever there is a change in source code.
Solution should have mechanism in place to ensure
25. Presently Identifiable Information (PII) of customers Bidder to submit undertaking
is protected for confidentiality.
POC (Proof of Concept) of the solution based on
data provided by Bank or dummy test data (in excel
format) of the bidders for 100 accounts.

The following are some of the features need to


be demonstrated during POC : -

 Market Intelligence and Portfolio


analysis Capabilities
 Inter-Bank Comparison / analysis
Self-Declaration from Bidder to be
26.  Dynamic monitoring of portfolio
The POC and Product demonstration would need to submitted.
be completed within 15 days from the date of
opening of Technical Bid.

Data that will be provided by the Bank is given at


Table-I given below:

Bidder should carry out POC at Bank’s Premises.


All required hardware & software for creating POC
environment should be provided by the Bidder.

Page 134 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Sr. Documentary Evidence to be submitted to


Eligibility Criteria
No. the bank
Bank shall not bear any expenses related to POC.

POCs done will not be treated as experience of the Bidder.

Table-I: POC test data details:

Tentative Details which will be shared by the Bank for conducting POC for 100
Sr.No. borrowers for Corporate and Retail portfolio in EXCEL format
Customer Profile- Customer Id, Name, ID, Geography, Branch, Industry,
1 Business Segment etc
2 Account Information – Customer id, Account no, Name, Account information,
account open date etc.
3 EOD Balances- Outstanding, Sanctioned , limit lines
3 Overdue Amounts / Drawing Power information
4 Information regarding non servicing of interest
5 Cheque returns data
6 External credit rating (if available)
7 Stock Statement submission schedule and actual reporting
8 SMA reporting data
9 Adhoc Sanctions
10 Primary / Secondary valuation and insurance amounts
11 Collateral information
12 Bills due date / Overdues

Yours faithfully,
Authorized Signatories
(Name, Designation and Seal of the Company)
Date:

Page 135 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE V - FORMAT FOR BANK GUARANTEE FOR BID SECURITY

(ON APPROPIATE NON-JUDICIAL STAMP PAPER)

Bank Guarantee No. Date:

To:
The Chief Manager (IT)
Allahabad Bank, Head Office,
Department of Information Technology,
2, Netaji Subhas Road, Kolkata – 700 001, India

WHEREAS _________________________ (hereinafter called “the Bidder”) having its registered office at
__________ has submitted its bid dated_______ (date of submission of bid) and undertaken for providing and end
to end implementation of Early Warning Signals (EWS) solutions for credit monitoringin Allahabad Bank (hereinafter
called “goods and services”) in response to RFP Ref No HO/DIT/CRMON/EWS/2019-20/128 dated 30/03/2019 for
Procurement and End to end implementation of Early Warning Signals (EWS) solutions for credit monitoring in
Allahabad Bank.

KNOW ALL PEOPLE by these presents that, WE______________(name of bank) of ____________ (name of
country) having our registered office at______________ (address of the registered office of the bank situated within
territorial limits of India ) (hereinafter called “the Bank”)which expression, unless it be repugnant to the meaning or
context thereof, also include his successor and assign, are bound unto ALLAHABADBANK a body corporate
constituted under the Banking Companies (Acquisition and Transfer of Undertaking) Act, 1970 having its Head Office
at 2, N.S. Road, Kolkata 700001 (hereinafter called “the Purchaser”), which expression, unless it be repugnant to the
context or meaning thereof be deemed to mean and include its successor and assign, in the sum of Rs. ---------
(Rupees -------------Only) for which payment will and truly to be made to the said Purchaser, the Bank binds itself, its
successors and assigns by these presents.

THE CONDITIONS of this obligation are:

(a) If a Bidder withdraws its bid during the period of bid validity;
Or
(b) If Bidder makes any statement or encloses any form which turns out to be false, incorrect and/or misleading at
any time prior to signing of contract and/or conceals or suppresses material information and/or

(c) In case of the Successful Bidder, if the Bidder fails or refuses:

i) to sign the Contract in accordance with RFP;


Or
ii) to execute, perform with the terms and conditions of RFP and contract.
Or
iii) to furnish performance security in accordance with RFP
Or
iv) To carry out successful Proof of Concept (PoC).

AND WHEREAS we have agreed to give on behalf of the Bidder a Guarantee

THEREFORE WE hereby affirm that we are Guarantors and responsible to you on behalf of the Bidder, up to a
total of Rs.15,00,000/- (Rupees Fifteen Lac Only) and we undertake to pay you, upon your first written demand
declaring the Bidder to be in default under the contract and without cavil or argument, any sum or sums within the

Page 136 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

limit Rs.15,00,000/- (Rupees Fifteen Lac Only) as aforesaid, without your needing to prove or to show grounds or
reasons for your demand or the sum specified therein.

This guarantee is valid until _______ day of ___________ 2019.

Sealed with the common seal of the said Bank this _____ day of_______ , 20___.

Notwithstanding any other term contained herein

a) this bank guarantee shall be valid only up to _________________ (Insert Guarantee End Date) whereupon it
shall automatically expire irrespective of whether the original guarantee is returned to the Bank or not; and

b) the total liability of Bank under this guarantee shall be limited to Rs.15,00,000/- (Rupees Fifteen Lac Only)

Date: Place :

SEAL Code No. SIGNATURE.

NOTE :
1. BIDDER SHOULD ENSURE THAT THE SEAL & CODE NO. OF THE SIGNATORY IS PUT BY THE
BANKERS, BEFORE SUBMISSION OF BG
2. STAMP PAPER IS REQUIRED FOR THE BG ISSUED BY THE BANKS LOCATED IN INDIA

Page 137 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE-VI - FORMAT FOR PERFORMANCE BANK GUARANTEE

(ON APPROPIATE NON-JUDICIAL STAMP PAPER)

Bank Guarantee No. Date:

To :
The Chief Manager (IT)
Allahabad Bank, Head Office,
Department of Information Technology,
2, NS Road, Kolkata – 700 001, India

WHEREAS _________________________ (hereinafter called “the Vendor”) having its registered office at
__________ has submitted its bid dated_______ (date of submission of bid) for providing and end to end
implementation of Early Warning Signals (EWS) solutions for credit monitoringin response to Allahabad Bank’s
Request for Proposal ( RFP ) No. HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019 and thereafter issuance of
Notification of Award vide ref no ______________________ of the aforesaid RFP.

KNOW ALL PEOPLE by these presents that, WE______________(name of bank) of ____________ (name of
country) having our registered office at______________ (address of the registered office of the Bank situated within
the territorial limits of India) (hereinafter called “the Bank”) which expression, unless it be repugnant to the meaning or
context thereof, also include his successor and assign, are bound unto ALLAHABAD BANK a body corporate
constituted under the Banking Companies (Acquisition and Transfer of Undertaking) Act, 1970 having its Head Office
at 2, N.S. Road, Kolkata (hereinafter called “the Purchaser”), which expression, unless it be repugnant to the context
or meaning thereof be deemed to mean and include its successor and assign, in the sum of Rs. --------- (Rupees -------
------Only) for which payment will and truly to be made to the said Purchaser, the Bank binds itself, its successors
and assigns by these presents.

Sealed with the common seal of the said Bank this _____ day of_______ , 20___.

AND WHEREAS we have agreed to give on behalf of the Vendor a Guarantee

THEREFORE WE hereby affirm that we are Guarantors and responsible to you on behalf of the Bidder, up to a
total of Rs. ------------/- (Rupees ------------------------ Only) and we undertake to pay you, upon your first written
demand declaring the Bidder to be in default under the contract and without cavil or argument, any sum or sums
within the limit of Rs. --------------------------/- (Rupees --------------------- Only) as aforesaid, without your needing to
prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until _______ day of ___________20XX.

In consideration of the above premises, the Guarantor hereby unconditionally, absolutely and irrevocably guarantees
to the Purchaser as follows:

1. The Guarantor hereby guarantees and undertakes to pay, on demand, to the Purchaser at its office at
Kolkata forthwith, the ………………………………………. Or any part thereof, as the case may be, as aforesaid due
to the Bank from the Vendor, towards any loss, costs, damages, etc. suffered by the Bank on account of default of
the vendor in the faithful observance and performance of the terms, conditions, covenants, stipulations, provisions
of the Contract, without any demur, reservation, contest, recourse or protest or without any reference to the vendor.
Any such demand or claim made by the Bank, on the Guarantor shall be final, conclusive and binding
notwithstanding any difference or any dispute between the Bank and the vendor or any dispute between the Bank
and the vendor pending before any Court, Tribunal, Arbitrator, or any other authority.

Page 138 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

2. The Guarantor agrees and undertakes not to revoke this Guarantee during the currency of these presents, without
the previous written consent of the Bank and further agrees that the Guarantee herein contained shall continue to
be enforceable until and unless it is discharged earlier by the Bank, in writing.

3. The Bank shall be the sole judge to decide whether the vendor has failed to perform the terms of the Contract for
providing the Services by the vendor to the Bank, and on account of the said failure what amount has become
payable by the vendor to the Bank under this Guarantee. The decision of the Bank in this behalf shall be final,
conclusive and binding on the Guarantor and the Guarantor shall not be entitled to demand the Bank to establish
its claim under this Guarantee but shall pay the sums demanded without any objection, whatsoever.

4. To give effect to this Guarantee, the Bank, may act as though the Guarantor was the principal debtor to the Bank.

5. The liability of the Guarantor, under this Guarantee shall not be affected by

5.1. Any change in the constitution or winding up of the vendor or any absorption, merger or amalgamation of the
Vendor with any other company, corporation or concern; or

5.2. Any change in the management of the Vendor or takeover of the management of the vendor by the
Government or by any other authority; or

5.3. Acquisition or nationalization of the Vendor and/or of any of its undertaking(s) pursuant to any law; or

5.4. Any change in the constitution of Bank/Vendor; or

5.5. any change in the setup of the Guarantor which may be by way of change in the constitution, winding up,
voluntary or otherwise, absorption, merger or amalgamation or otherwise; or

5.6. The absence or deficiency of powers on the part of the Guarantor to give Guarantees and/or Indemnities or
any irregularity in the exercise of such powers.

Notwithstanding any other term contained herein

a) this bank guarantee shall be valid only up to _________________ (Insert Guarantee End Date) whereupon it
shall automatically expire irrespective of whether the original guarantee is returned to the Bank or not; and

b) the total liability of Bank under this guarantee shall be limited to (Rupees ).

Date: Place : SEAL Code No.

SIGNATURE.

NOTE :
1. BIDDER SHOULD ENSURE THAT THE SEAL & CODE NO. OF THE SIGNATORY IS PUT BY THE
BANKERS, BEFORE SUBMISSION OF BG
2. STAMP PAPER IS REQUIRED FOR THE BG ISSUED BY THE BANKS LOCATED IN INDIA

Page 139 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE VII - NON-DISCLOSURE AGREEMENT

(ON APPROPIATE NON-JUDICIAL STAMP PAPER)

RFP Ref No: HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

THIS AGREEMENT made and entered into at Kolkata on this the…..day of………2018 Between ALLAHABAD
BANK, a body corporate constituted under the Banking Companies (Acquisition & Transfer of Undertakings) Act
1970, having its Corporate Office at --------------------------------------------------------------------------------hereinafter called
the “BANK” which term shall wherever the context so require includes its successors and assigns

AND

M/s.……………………………. Limited a company registered under the Companies Act having its registered office
at…………………………………….. Hereinafter called the “Vendor” which term shall wherever the context so require
includes its successors and assigns, WITNESSETH:

WHEREAS
The Bank is inter-alia engaged in the business of banking and has been procuring hardware/software for various
banking operations.

M/s.......................................................................Limited has been engaged in the business of Supply and End to end
implementation of Early Warning Signals (EWS) solutions for credit monitoring.

The parties intend to engage in discussions and negotiations concerning establishment of business relationship
between them. In the course of discussions and negotiations, it is anticipated that the parties may disclose or deliver
to the other certain or some of its trade secrets or confidential or proprietor information for the purpose of business
relationship.

NOW THERFORE THIS AGREEMENT WITNESSETH and it is hereby agreed by and between the parties hereto
as follows:

1. Confidential information
"Confidential Information" means and includes all data, documents and information disclosed or to be disclosed by
either Party to other Party and its Representatives (as defined herein) (including information transmitted in written,
electronic, magnetic or other form and also information transmitted orally or visually) and any and all information, in
whole or in part, directly or indirectly, from such information including all notes, summaries, analyses, compilations
and other writings. Confidential information shall include any copy, abstract, extract, sample, note or module thereof
and electronic material or records.
Receiving Party” means the party who receives the confidential information and is obligated to keep it secret.
“Receiving Party” may use the information solely for and in connection with the Purpose.
"Disclosing Party" means party who discloses Confidential Information.

2. Use of Confidential Information


Each party agrees not to use the other’s confidential information for any purpose other than for the specific purpose.
Any other use of such confidential information by any party shall be made only upon the prior written consent from the
authorized representative of the other party or pursuant to subsequent agreement between the Parties hereto.
The receiving party shall not use or disclose for any purpose any confidential information or any materials derived
there from, to any other person or entity other than persons in the direct employment of the Receiving Party who have
a need to access to and knowledge of the confidential information solely for the purpose authorized above. The
Receiving Party may disclose confidential information to consultants only if the consultant has executed non-
disclosure agreement with the Receiving Party that contains terms and conditions that are no less restrictive than
these and such consultant should also be liable to the original disclosing party for any unauthorized use or disclosure.
Page 140 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

The Receiving party shall take appropriate measures by instruction and written agreement prior to disclosure to such
employees to assure against unauthorized use or disclosure. The Receiving Party agrees to notify the Disclosing
Party immediately if it learns of any use or disclosure of the Disclosing party’s confidential information in violation of
the terms of this Agreement.
Neither party shall make news release, public announcements, give interviews, issue or publish advertisements or
Agreement, the contents/provisions thereof, other information relating to this agreement, the purpose, the
Confidential information or other matter of this agreement, without the prior written approval of the other party.

3. Exemptions
The obligations imposed upon either party herein shall not apply to information, technical data or know how whether
or not designated as confidential, that:

 Is or becomes publicly known through no unauthorized act of the Receiving party.


 Is rightfully received from a third party without restriction and without breach of this agreement.
 Is independently developed by the Receiving party without use of the other party’s Confidential Information
and is so documented.
 Is disclosed without similar restrictions to a third party by the Party owning the confidential information.
 Is approved for release by written authorization of the disclosing party; or
 Is required to be disclosed pursuant to any applicable laws or regulations or any order of a court or a
governmental body; provided, however that the Receiving party shall first have given notice to the Disclosing
Party an made a reasonable effort to obtain a protective order requiring that the confidential information and /
or documents so disclosed used only for the purposes for which the order was issued.
4. Term
This agreement shall be effective from the date of the execution of this agreement and shall continue till expiration
or termination of this agreement due to cessation of the business relationship between the parties. Upon expiration
or termination as contemplated herein the Receiving party shall immediately cease any or all disclosures or uses of
confidential information and at the request of the disclosing party, the receiving party shall promptly return or destroy
all written, graphic or other tangible forms of the confidential information and all copies, abstracts, extracts, samples,
note or modules thereof.
The obligations of the receiving party respecting disclosure and confidentiality shall continue to be binding and
applicable without limit until such information enters the public domain.

5. Title and Proprietary Rights


Notwithstanding the disclosure of any confidential information by the Bank to the Vendor, the Bank shall retain title
and all intellectual property and proprietary rights in the confidential information. No license under any trademark,
patent or copyright or application for same which are or thereafter may be obtained by the Vendor is either granted
or implied by the conveying of confidential information.

6. Return of Confidential Information


Upon written demand of the disclosing party, the receiving party shall (I) cease using the confidential information (ii)
return the confidential information and all copies, abstracts, extracts, samples, note or modules thereof to the
disclosing party within seven (7) days after receipt of notice and (iii) upon request of the disclosing party, certify in
writing that the receiving party has complied with the obligations set forth in this paragraph.
The Vendor shall not make news releases, public announcements, give interviews, issue or publish advertisements or
publicize in any other manner whatsoever in connection with this Agreement, the contents / provisions thereof, other
information relating to this Agreement or information received under this Agreement, the Purpose, the Confidential
Information or other matter of this Agreement, without the prior written approval of the Bank. The Vendor shall not
reverse-engineer, de-compile, disassemble, or otherwise interfere with any software disclosed hereunder.

7. Remedies
The receiving party acknowledges that if the receiving party fails to comply with any of its obligations hereunder, the
disclosing party may suffer immediate, irreparable harm for which monetary damages may not be adequate. The
receiving party agrees that, in addition to all other remedies provided at law or in equity, the disclosing party shall be
Page 141 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

entitled to injunctive relief hereunderor any such other relief/remedies as are otherwise available to the disclosing
party as per law.

8. Entire Agreement
This agreement constitutes the entire agreement between the parties relating to the matter discussed herein and
supersedes any and all prior oral discussion and/or written correspondence or agreements between the parties. This
agreement may be amended or modified only with the mutual written consent of the parties. Neither this agreement
nor any rights, benefits and obligations granted hereunder, shall be assignable or otherwise transferable.

9. Severability
If any provision herein becomes invalid, illegal or unenforceable under any law, the validity, legality and enforceability
of the remaining provisions and this agreement shall not be affected or impaired.

10. Indemnity
The Vendor will indemnify the Bank against all actions, proceedings, Claims, suits, damages and any other expenses
for causes attributable to Vendor in connection with purchase of Hardware/software/goods under this contract. The
total liability of the Vendor under the contract will not exceed the total cost of the project.

11. Dispute Resolution Mechanism


In the event of any controversy or dispute regarding the interpretation of any part of this agreement or any matter
connected with, arising out of, or incidental to the arrangement incorporated in this agreement, the matter shall be
referred to arbitration and the award passed in such arbitration shall be binding on the parties. If the dispute cannot
be settled by mutual discussions within the thirty (30) day period, either party may refer the matter to a panel of three
arbitrators. Each party shall choose one arbitrator, both of whom shall elect the third arbitrator who shall be the
presiding arbitrator. The arbitration proceedings shall be held under the provisions of the Arbitration and Conciliation
Act, 1996 or any of its subsequent amendments. The arbitration proceedings shall be in English and the venue of
arbitration shall be Kolkata, India.

12. Jurisdiction
The parties to this agreement shall submit to the jurisdiction of courts in Kolkata.

13. Governing Laws


The provisions of this agreement shall be governed by the laws of India.

14. Authority to Execute the Contract


Each person executing this Agreement warrants and represents that he or she has the authority to enter into this
Agreement on behalf of the party whose name appears below their signature.

In witness whereof, the parties hereto have set their hands through their authorized signatories.

SIGNED :
For and on behalf of BANK …………..
For and on Behalf of
M/s. .................

Page 142 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE VIII - PROPOSED TEAM

RFP Ref No: HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

Bidder Implementation Capability for the Proposed Solution:


Requirement Response
Current strength of employees in the vendor organization with experience in similar
projects
Does the team possess in-depth knowledge of the industry and is thereby capable of
bringing independent market knowledge to the bank?
Certifications possessed by the Bidder in connection with the quality of internal
processes and services delivered/ methodology used in delivery
Approach to ensure adequate quality control throughout the course of the project

B. Team Profile
Sr. Location Name of Position Professional Total Please provide details
No. Proposed proposed for qualifications years of about the projects
Project (Project and experience undertaken and
Manager/ Director/Team Certifications/ in similar responsibilities on the
Team Leader/Team Accreditations projects project etc.)
leaders Member)
/Proposed
Team
members

Please enclose Documentary proofs to substantiate the claims made.

Note:
 Include details of location-wise team members who will be involved in the project.
 Relevant experience refers to the experience of the employee on either exactly the same product / set of
products being proposed or on similar projects.
 Proposed team structure with count, profile and skills to be provided by Bidder along with proposed
solutions profile, skills etc. to be provided in RFP response

Place:

DATE: SEAL AND SIGNATURE OF THE BIDDER

Page 143 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE IX - AUTHORIZATION LETTER FORMAT

(On the Organization’s Letter Head)


Place:
Date:

Chief Manager (IT),


Department of Information Technology
Allahabad Bank, Head Office,
2, Netaji Subhas Road,
Kolkata – 700 001, (W.B.)
India

Dear Sir,

SUB: Authorization Letter for attending the Pre-Bid Meeting / Bid opening.

Ref: Your RFP Ref. No: HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

This has reference to your above RFP for Procurement and End to end implementation of Early Warning Signals
(EWS) solutions for credit monitoring in Allahabad Bank according to the Industry Best Practices and Guidelines of
RBI. Mr. / Ms. ________________________________________ is hereby authorized to attend the Pre-Bid
Meeting/ Bid opening & to discuss with you on behalf of our organization.

The specimen signature is attested below:


______________________________ Specimen Signature of Mr. /Ms.

--------------------------------------- --------------------------------------
Signature of Authorizing Authority Name & designation of Authorizing Authority

----------------------------------------
Name and designation of Attesting Authority

Note: This Authorization letter is to be carried in person and shall not be placed inside any of the Bid covers

Attested Photograph
of the Authorized
representative

Page 144 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE X - PRE BID QUERY FORMAT

RFP Ref No: HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

Response to Query
Clause/section RFP Text
Sl. No Page no. of RFP Bidder’s Query (to be left blank by the
No. /Clause
vendor)

Page 145 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE XI - NOTIFICATION OF ACCEPTANCE

Note: This letter should be on the letterhead of the Bidder and should be signed by an authorized person.

Date:

Chief Manager (IT)


Department of Information Technology
Allahabad Bank, Head Office,
2, Netaji Subhas Road,
Kolkata – 700 001, (W.B.)
India

Dear Sir/ Madam,

Subject: Response to RFP Ref No: HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

REF: Your Letter No: - _________________ Date ________________.

This has reference to your letter on the subject, notifying us about the selection of our bid. We hereby convey our
absolute, unconditional and unqualified acceptance for the work and activities as per the Scope of Work mentioned
in the subject RFP & its addendums.

Signature of Authorised Person (Seal)

Page 146 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE XII - CONTRACT FORM

(ON APPROPIATE NON-JUDICIAL STAMP PAPER)

THIS AGREEMENT made and entered into at ……..on this the…..day of………201.. Between ALLAHABAD
BANK, a body corporate constituted under the Banking Companies (Acquisition & Transfer of Undertakings) Act
1970, having its Corporate Office at --------------------------------------------------------------------------------------hereinafter
called the “BANK” of one part which term shall wherever the context so require includes its successors and assigns
AND
__________ (Name of Selected Bidder) of ____________ (Address of registered office of the Selected Bidder)
(hereinafter “the Vendor”) of the other part:

WHEREAS the Purchaser invited bids vide RFP No. HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019 for
certain Goods and ancillary services viz., ..................................... (Brief Description of Goods and Services) and has
accepted a bid by the Supplier for the provision of those goods and services in the sum for ..............................
(Contract Price in Words and Figures) (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to
them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:
a. Bid submission Covering Letter and the Total Ownership Cost submitted by the Bidder;
b. The Technical, Functional Compliance documents (Form-1, Form-2, Form-3, Detail technical bill of
material etc)
c. The RFP & addendums, if any.
d. The Scope of Work (SOW) and Service Level Agreement SLA)
e. Purchaser’s Notification of Award
f. Selected Bidder’s Notification of Acceptance

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the
Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy defects
therein in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and
services and the remedying of defects therein, the Contract Price or such other sum as may become
payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

5. In case of conflict between the terms of RFP and that of agreement, the terms of RFP shall prevail.

Brief particulars of the goods and services which shall be supplied / provided by the Supplier are as under:

S. No. Description Qty Unit Price Total Price

1
2
3
4
5

TOTAL VALUE:
Page 147 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

6. The Vendor shall provide technical support for the software application systems supplied under this
contract, and will have overall responsibility of the performance, functionality and operation of the systems
under this contract. Any supporting software provided /installed /configured by the Vendor shall be
maintained /fine-tuned/ parameterized by the Vendor, from time to time, so that the solution delivers optimal
performance. The Bank shall have the Right to use supporting software provided /installed /configured by
the Vendor and/or software application systems supplied under this contract of Sale after the expiry of the
Warranty period under this contract and it shall be at liberty to use/ run the said software solutions with the
help/support of its in house IT Officers or through any other out sourcing service Agencies. The Vendors
shall not have any right to question or object for continuation of the use of such software or software
solutions irrespective of entering into any AMC with the Vendor after the expiry period or not. The Bank will
decide at its sole discretion after expiry of the period under this contract either to enter into an AMC with the
Vendor or not. The Vendor shall not have any right to challenge the decision of the Bank in any manner or
in any proceedings.

7. The Vendor shall ensure the meeting of the Security features, the standards and procedures as per Bank’s
IT Security Policy and procedures should be meticulously followed, in line with prevailing Industry
Standards. In case of the any violation of the industry Standards, if the Bank has to incur any liability or
penalty sanctioned by any Statutory/Supervisory Authority, the Vendor shall reimburse the same.

8. The Vendor has to provide the Bank with the proper backup and recovery procedure, with necessary
documents so as to meet any exigencies.

9. The Vendor should ensure that all verification processes in the software solutions should be governed by
maker checker controls.

10. If the proposed hardware and software components and services do not meet any performance parameters
as defined in the RFP, then the vendor will provide additional equipments and services at no additional cost
to the Bank.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their
respective laws the day and year first above written.

Signed, Sealed and Delivered by the


said ..................................................... (For Allahabad Bank)
in the presence of:.......................................

Signed, Sealed and Delivered by the


said ..................................................... (For the Supplier)
in the presence of:.......................................

Page 148 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE XIII -BIDDER’S INFORMATION

1. Bidder’s Name:
2. Constitution and year of establishment:
3. Registered Office/Corporate office Address:
4. Mailing Address:
5. Name and designations of the persons authorized to make commitments to the Bank:
6. Telephone, Fax, e-mail :
7. Name & Addresses of Directors/Promoters:
8. Description of business, service profile &client profile:
9. No of Employees
10. Whether the bidder is authorized dealer of EWS solutions, if yes then Authorization letter to be enclosed :
11. Gross annual turnover of the bidder (Amt. in lac):
(Not of the Group) –
Year 2015-16 –
Year 2016-17
Year 2017-18 –
12. Positive net worth of the bidder (Amt. in lac) :
(Not of the Group) –
Year 2015-16 –
Year 2016-17
Year 2017-18 –

Details of Similar projects implemented & Managed by the Bidder:

Sr Project Name and Order No. of Brief description of scope Date of Completion of
No Details Address of the Date of work & other details delivery
Organisation As per Actual
Order

Attach copy of Purchase Orders, Delivery and installation proof, credentials from the clients of the above mentioned
items.

DECLARATION

We hereby declare that the information submitted above is complete in all respects and true to the best of our
knowledge. We understand that in case any discrepancy or inconsistency or incompleteness is found in the
information submitted by us, our application is liable to be rejected.

Note : Details provided above must be accompanied by sufficient documentary evidence, in order to verify the
correctness of the information.

Place :
Date: SEAL (Authorized Signatory)

Page 149 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE XIV - DETAILS OF OFFICES / BRANCHES / SERVICE SUPPORT CENTRES

RFP Ref No: HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

We have service support at the following locations across India.

Location Complete Address Name of Contact Service facilities No. of


Persons along with available engineers/
Phone No, Fax No, staff
and E-mail Address
1
2
3
4
5

Date: Signature with seal:

Name and Designation:

Page 150 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE XV - ESCALATION MATRIX

SUB : Procurement and End to end implementation of Early Warning Signals (EWS) solutions for credit monitoring in
Allahabad Bank.

Ref: HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

Name of the Company:

Delivery Related Issues:

Sl. Name Designation Full Phone Mobile Fax Email


No. Office No. No. Address
Address
a. First Level Contact
b. Second level contact
(If response not received in
24 Hours)
c. Regional / Zonal Head
(If response not recd in 48
Hours)
d. Country Head
(If Response not recd in One
week)
e. Order to be placed
on

Service Related Issues:

Sl. Name Designation Full Phone Mobile Fax Email


No. Office No. No. Address
Address
a. First Level Contact
b. Second level contact
(If response not received in
4 Hours)
c. Regional/Zonal Head
(If response not recd in 24
Hours)
d Country Head
(If Response not recd in 48
Hours)

Any change in designation, substitution will be informed by us immediately.

Date Signature with seal :

Name and designation :

Page 151 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE XVI - UNDERTAKING OF AUTHENTICITY OF EWS SOLUTIONS

SUB: Procurement and End to end implementation of Early Warning Signals (EWS) solutions for credit
monitoring in Allahabad Bank.

Ref: HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

We hereby undertake that all the components / parts / assembly / software’s used in the EWS Solutions in
Allahabad Bank under the above shall be original new components / parts / assembly / software only from respective
OEMs of the products and that no refurbished / duplicate / second hand components / parts / assembly / software
are being used or shall be used.

We also undertake that in respect of licensed operating system / Software if asked for by you in the purchase order
the same shall be supplied along with the authorized license certificate (e.g. Product Keys on Certification of
Authenticity in case of Microsoft Window Operating System /Software) and also that it shall be sourced from the
authorized source (e.g. Authorized Microsoft Channel in case of Microsoft Operating System).

Should you require, we hereby undertake to produce the certificate from our OEM supplier in support of above
undertaking at the time of delivery/installation. It will be our responsibility to produce such letters from our OEM
supplier's at the time of delivery or within a reasonable time.

We confirm that the software is free from bugs, malware, covert channels in code etc. Should you require, we hereby
undertake to produce the certificate from our OEM supplier in support of above undertaking at the time of
delivery/installation. It will be our responsibility to produce such letters from our OEM supplier's at the time of delivery or
within a reasonable time

In case of default and we are unable to comply with the above at the time of delivery or during installation, for the IT
Hardware / Software already billed, we agree to take back the Software of Early Warning Signal (EWS) solutions for
credit monitoring, without demur, if already supplied and return the money if any paid to us by you in this regard.

Date

Signature with seal :

Name and designation :

Page 152 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE XVII - CONFORMITY / UNDERTAKING LETTER

(A letter on this Performa is to be given by the Bidders participating in the RFP, on their official letter head)
To,
The Chief Manager (IT)
Allahabad Bank, Head Office,
Department of Information Technology,
2, N S Road, Kolkata – 700 001

Dear Sir,

Supply, end to end implementation, and maintenance of Early Warning Signal (EWS) solutions for credit
monitoring in Allahabad Bank

With reference to our bid dated _________, in response to the Request for Proposal and subsequent clarifications
(Bank’s tender RFP Ref. No. : HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019hereinafter referred to as
“RFP”) issued by Allahabad Bank (“Bank”) we hereby covenant, warrant and confirm as follows:

We hereby agree to comply with all the terms and conditions / stipulations as contained in the RFP and the related
addendums (if any) and other documents including the changes made to the original tender documents issued by the
Bank. We understand that the Bank is not bound by any other extraneous matters or deviations, even if mentioned by
us elsewhere either in our proposal or any subsequent deviations sought by us, whether orally or in writing, and the
Bank’s decision not to accept any such extraneous conditions and deviations will be final and binding on us. We
confirm having read and understood the terms and conditions of the RFP & addendums (if any) as well as the
Procedures relating to the Bidding process. We hereby undertake and agree to abide by all the terms and conditions
stipulated by the Allahabad Bank in the RFP & addendum documents including all annexes and the Procedure for
Bidding Your bank is not bound to accept the lowest or any bid received by you, and you may reject all or any bid. If
our Bid for the above job is accepted, we undertake to enter into and execute at our cost, when called upon by the
Bank to do so, a contract in the prescribed form. Unless and until a formal contract is prepared and executed, this bid
together with your written acceptance thereof shall constitute as a binding contract between us. If our bid is accepted,
we are to be jointly and severally responsible for the due performance of the contract. Your bank may accept or entrust
the entire work to one bidder or divide the work to more than one bidder without assigning any reason or giving any
explanation whatsoever.

Document Correctness:

We certify that the information furnished herein and as per the documents submitted (hardcopy and softcopy) is true
and accurate and nothing has been concealed or tampered with. We further certify that the contents of the softcopy
are same as those provided in the hardcopy. We have gone through all the conditions of RFP document and are
liable to any punitive action for furnishing false information / documents. Further, we certify that we have not made
any modifications in the original copy of RFP (and addendums, if any) which is duly signed, stamped and submitted
as a part of the Technical Bid.

Legal:

We hereby certify that no inquiries or investigations have been threatened, commenced or pending against us or any
other member of the consortium by any statutory or regulatory or investigative agencies or lending institutions.

Not Blacklisted:

As on date of submission of tender, we are not/have not been blacklisted by the Central Government / any of
the State Governments in India or any Financial Institution in India in the last three years. Also, we are not involved in

Page 153 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

any legal case that may affect the solvency / existence of our firm or in any other way that may affect capability to
provide / continue the services to bank.’

No Deviation:

We have submitted a no deviation bid and unconditionally accept all requirements, payment terms, SLAs and the
terms and conditions as mentioned in the said RFP including all corrigendum / addendums. Any assumption, deviation
or exclusion submitted by us in the proposal which is contradictory to the RFP stands null and void, if Bank not
accepts the same.

Know Your Employee (KYE)

We confirm that all the resources (both on-site and off-site) deployed/to be deployed on Bank’s project for the
captioned RFP have undergone KYE (Know Your Employee) process and requisite checks have been performed
prior to employment of said employees as per our policy. We undertake and agree to save defend and keep
harmless and indemnified the Bank against all loss, cost, damages ,claim penalties expenses, legal liability because
of non compliance of KYE and of misconduct of the employee deployed by us to the Bank We further agree to submit
the required supporting documents (Process of screening, Background verification report, police verification report,
character certificate, ID card copy, Educational document, etc) to Bank before deploying officials in Bank premises
for captioned RFP.

Minimum Wages

We confirm that the employees engaged/to be engaged by our Company to carry out the services in your bank for
the above said contract are paid minimum wages / salaries as stipulated in the Government (Central / State)
Minimum Wages / Salaries act in force. We also indemnify the Bank against any action / losses / damages that arise
due to action initiated by Commissioner of Labour for non- compliance to the above criteria. We further authorize the
Bank to deduct from the amount payable to the Company under the contract or any other contract of the Company
with the Bank if Labour Commissioner imposes a penalty towards non-compliance to the “Minimum Wages / Salary
stipulated by government in the Act by your company.

Place:
Date:

Yours faithfully,

Seal and Authorised Signatory


Name & Designation
Bidder’s Corporate Name

Page 154 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE XVIII – COMPLIANCE OF BROAD SCOPE OF WORK

(ON COMPANY’S LETTER HEAD).

RFP Ref No: HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

Compliance
Broad Scope of Work
(Yes / No)

Supply, install/re-install, configure/re-configure, implementation, maintenance


and support of end to end Early warning Signal (EWS) solutions including
required Hardware & Software (Operating System, Database, Middleware
etc.) complying with the technical specifications given in technical bid along
with necessary documentation etc. at Bank’s Data Centre, Navi Mumbai and
DRS, Lucknow. The bidder is to propose the mandatory interfacing cost from
CORE Banking Solution partner of the bank, as part of the bidder’s
commercial offering in the Commercial bid. This is an end to end solution and
all requirements for making the solution operational should be considered by
1.
the bidder, even if the same is not explicitly mentioned in this RFP document.

The EWS solution should be implemented at Allahabad Bank and should


cover all branches / FGMOs / Zonal offices. The DC will be in high availability
mode (i.e. active / active or active / passive) and DRS setups shall be in
standalone mode. The DC & DRS setups shall be in physical / virtual
environments. Bidders should also have provision for UAT and Training setup
in DC. Solution must meet the RTO (recovery time objective) of 60 minutes
and RPO (recovery point objective) of 15 minutes for the solution.

Bidder should also support obtaining the requisite certifications, integration,


maintenance, patching, on boarding of merchant/s, compliance, etc. and day
to day operations during office hours and in case of exigencies, any time
during the day. Licensing will be for the Bank. Onsite support from the bidder
2.
will be till date of go-live and afterwards two dedicated resource i.e. onsite
support engineers (L1 and L2) will be onsite for support. The vendor shall also
provide escalation matrix in respect of support and maintenance of the
application software.
The main scope is implementation of Early Warning Signals (EWS) solution is
to have dynamic and real time reports on market intelligence and portfolio
3. analysis of Corporate, SME and Retail Advances, its Inter Bank comparison
/analysis & dynamic monitoring through Auto Alert System, etc. and
recommendations for strategic decisions at account/ portfolio level.
Customization should be done as per the Bank’s requirements and these
should be documented properly. Software provided by the OEM along with
4.
customizations would form the complete software as per the requirements
defined by the Bank.
Conduct testing for the hardware and software system, application and any
customized components. Testing will include, but not limited to System
5.
Integration Testing (SIT), User Acceptance Testing (UAT), VAPT etc. and any
other testing required for successful go-live of the project.

Page 155 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

6. Provide all necessary documentation relating to the implementation


The Bidder / OEM must support the solution implemented (including software) under
the contract for the EWS Solution under the warranty period of 2 years from Go Live
7.
and thereafter support period of 05 Years. After that, Contract may extend 2 years
at the behest of the Bank as per the terms in the RFP.
The Bidder / OEM must conduct four DR drills during a year after Go Live of the
8. solution in conjunction with the Bank or as required by the Bank during the contract
period at no additional cost to the Bank..
Seamless integration of supplied, customized, developed software for Allahabad
Bank to meet the Bank’s Functional, Operational, Risk Management, Regulatory and
MIS requirements of Credit Monitoring department with all required interfaces.
9.
Integrate the proposed solution with Bank’s Core Banking Solution, Treasury, CMS,
KYC and AML, Trade Finance and other software with necessary interface on real
time basis.
The proposed solution should provide audit reports and Tools for the Bank’s internal
10.
/ concurrent / statutory / SEBI / RBI Audit / Inspections / RBS RBI
Necessary support should be provided to the IS Auditor appointed by the Bank for
11. conducting Vulnerability Assessment and Penetration Testing (VAPT) on the solution
supplied
Closure of all VAPT / IS Audit / any other Audit / testing observations pertaining to
the proposed solution within time frame stipulated by Bank without any additional
12.
cost to the Bank. The observations may be made at any frequency by the Bank or
Bank appointed external system audit team
The Vendor shall provide technical support for the software application
systems supplied under this contract, and will have overall responsibility of the
performance, functionality and operation of the systems under this contract.
13. On receipt of a problem/issue, the Vendor shall analyze the problem and
resolve the Problem completely to the satisfaction of the Bank within
predetermined time frame. The Vendor shall also provide escalation matrix in
respect of support and maintenance of the application software.

EWS system should obtain financial and market intelligence through a variety
of data points in order to determine the level of stress in an existing
14.
account/relationship based on a statistically weighted score. EWS needs to
ingest information from internal and external sources.

Bidder should ensure that installation / operation / commissioning of the proposed solution
15. should not impact business continuity / should not have significant impact on existing
infrastructure
The solutions and services in scope should be designed with adequate redundancy and
16.
fault tolerance to ensure compliance with SLAs for uptime, as outlined in this RFP

Bidder should ensure completion of entire activity span of installation, configuration and
17.
commissioning within the scheduled time period

Page 156 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

The EWS should include but not limited to the following modules detailed in the RFP –
Transaction Surveillance Module
Data Integration Module
Text Mining module,
Internet Scanner module,
18.
Alerts Scoring module,
Reporting module,
Workflow module,
Audit module
Data Analytics Module
The bidder shall provide following functionalities for credit monitoring.

Ability to generate drill down report based on the analysis of CBS data Based
on industry, Based on geography, Based on asset category and Others
19.
Ability to assist in the audit process related to loans which include Credit Audit,
Stock Audit, Statutory Audit, Long Form Audit Report, Concurrent Audit

Ability to follow up on the audit process


EWS should function based on combination of financial intelligence and market
intelligence. Data sources involved for the solutions are as follows:

 Core Banking System


 Trade Finance
 Treasury system
 Loan Origination System
 Sanction Letter
 Rating System
 Loan Assets Monitoring Portal
20.
 Document e-Verification and Archival system
 DMS ( Document Management System)
 KYC and AML
 Financial Statements
 Banks internal documents / Systems
 Third Party Aggregators
 Public data sources including credit information companies with regard to
data providers, macro and micro aggregators
 Any other data sources as required to comply Regulatory / Statutory
guidelines during the contract period.
EWS should cover all the Early Warning Signals (EWS) mentioned in the guidelines of the
21. Reserve Bank of India, as also the other alerts mentioned in the Technical and Functional
specifications.
The EWS solution is expected to have features pertaining to access control which will
cover areas like:
22.
Access privilege level configuration (i.e. who gets what access or what rights)
Access granularity (to what extent can access be restricted e.g. restriction of access at
report level or data extraction/saving etc.)

Page 157 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

The EWS solution is expected to have features pertaining to security and logging which
will cover functionalities around:

User activity logging (reports runs, data deleted etc.).


23. System activity logs around the following system query runs, batch report extractions and
master data/operational data deletions/modifications.
Application error and crash logs (e.g. data ingestion errors, failed sanity checks, API
errors etc.).
The system is expected to be compliant with the Banks security policies
On-site support by functional and Technical team of Vendor conversant/acquainted with
24.
the entire Early Warning Signal (EWS) Solution during the contract period.
Bidder should ensure seamless integration of proposed product(s) with Bank’s existing
25. security devices, network and applications. This should be in consonance with the
established security policy of the Bank.
Installation and performance tuning: Bidder should provide onsite support during
26. installation phase to assist with equipment setup, software installation and configuration
and performance tuning
27. Bidder should enable application visibility and control for remote users
Bidder should manage security environment through GUI: views, details and reports
28.
through dashboard
Solution should have features like formulation of device rules / device policy definition;
29.
detect and block cyber attacks by enforcing security policies at various levels;
Implementation shall be considered formally accepted after signing of acceptance
30.
document jointly by Bank team and vendor
Vendor should provide all feature upgrades or version upgrades during contract period
31.
without any cost
Vendor should plug out any vulnerabilities that are detected in the proposed solution
32. server / application on regular basis as reported by Bank/OEM. All vulnerabilities should
be closed within timelines specified of reporting the same to the vendor.
If vendor expresses inability to integrate any system considered critical by the Bank or
33. does not support any requirement, Bank may reject the process at its sole discretion
without assigning any reason and without incurring any liability towards the bidder.
Cost of all customization efforts required to be included in Commercial Bid and Bank shall
34.
not pay additional cost for such effort
Submission of detailed plan for implementation of the solution. Plan should include the full
35. scope of the project. Implementation / Customization including supply, installation and
testing of the solution etc
The Bidder shall provide the maintenance (Warranty, AMC, ATS, FM ) during entire
contract period for all the hardware, software & services including Operating System,
Database , third party software, patch management etc within the scope of work. The
Bidder / OEM must support the solution implemented (including software)
36. under the contract for the EWS Solution under the warranty period of 2 years
from Go Live and thereafter support period of 5 Years.

Page 158 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Subsequently, ATS / AMC / FM shall be extendable for a minimum period of 2 years, at


the behest of the Bank. The additional support (AMC / ATS / FM Services (optional) etc.)
is required to be provided by the Bidder at a rate equivalent to the average contracted
rates for Year 3 to Year 7, or Year 7 contract rate, whichever is lesser. The Bidder must
factor the costs in the Price Schedule accordingly. The Warranty, ATS/AMC should have
back to back OEM active support and supporting documents for the same should be
provided for releasing of respective payments. As part of warranty, AMC and ATS
support, the Bidder will provide scope of work and services as mentioned in the above
sections of this RFP.

Bidder shall ensure necessary changes or modifications announced by RBI/IBA/FIU-


IND/any regulatory authority or any other statutory authorities on the EWS within the
timelines or schedule stated by respective authorities without charging any extra cost to
37.
the Bank during the contract period. No exclusions / exceptions will be permitted in
complying IBA/FIU-IND / RBI / other statutory authority guidelines

Bidder shall provide New patches; Version releases/up-gradations will be released


at periodical intervals, New Version will be provided in case of existing Software is
38. declared as End of Support / End of Sale / not able to comply the Regulatory
guidelines, Bug fixing, etc as part of ATS

New Version with full customisation should be provided in case of existing Software is
declared as End of Support / End of Sale not able to comply with the Regulatory
39.
guidelines during the contract period at no additional cost to the Bank

The Bank may, at any time, by a written order given to the successful Bidder, make
changes within the general scope of the Contract in Technical and functional
specifications. However, no billable Change Request (CR) will be considered for any
changes/amendments in the software requested by the Bank within 6 months from the
date of acceptance of EWS solution. It shall be obligatory on the part of the vendor to
comply with revised requirements of the Bank and arrange to deliver them within
reasonable items at no additional cost to the Bank.
40.
Additions /changes in EWS solution including all interfaces with respect to
RBI/Regulatory/ Audit requirements must be carried out by the Bidder with no additional
cost to the Bank during the contract period. Further, new /changes in MIS
reports/statements should be provided at no additional cost to the Bank during the
contract period. In any case, out of scope change order cumulative cost per annum
should not be more than 1/4th of EWS ATS

Transition Phase on Contract Expiry / Termination of the Contract: Bidder shall hand
over existing EWS data along with the archival system to the Bank/ Bank’s appointed
41. System Integrator to migrate the same to new system in case of termination of contract or
completion of contract period at no additional cost to the Bank as per required format

Yours faithfully,

Page 159 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

Authorized Signatories
(Name, Designation and Seal of the Company)
Date:

Page 160 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE – XIX- LETTER OF AUTHORITY FOR PARTICIPATION IN REVERSE AUCTION

(TO BE SUBMITTED BY ALL VENDORS PARTICIPATING IN REVERSE AUCTION ON THEIR


LETTER HEAD)
To
The Chief Manager (IT)
Department of Information Technology
Allahabad Bank,
Head Office, Kolkata

Sub: LETTER OF AUTHORITY FOR PARTICIPATION IN REVERSE AUCTION


RFP Ref. No. – HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

1. We ______________________ (name of the company) have submitted our bid for participating in Bank’s above
referred RFP for supply and End to end implementation and maintenance of Early Warning Signals (EWS)
solutions for credit monitoring in Allahabad Bank.

2. We also confirm having read and understood the terms of RFP as well as the Business Rules relating to the
Reverse Auction for this RFP process.

3. As per the terms of RFP and Business rules, we nominate Mr. ______________, designated as
______________ of our company to participate in the Reverse Auction Process.

4. Both Bank and the auction company shall contact the above named official for any and all matters relating to
the Reverse Auction.

5. We, hereby confirm that we will honor the Bids placed by Mr. __________ on behalf of the company in the
auction process, failing which Bank shall forfeit our EMD (Bid security). We agree and understand that the bank
may debar us from participating in future tenders for any such failure on our part.

6. Further we agree to provide the detailed breakup of the commercial, as per the Banks requirement, latest by
next day 05:00PM, post completion of reverse auction process.

Signature of Competent Authority with company seal


Name of Competent Authority
Company / Organization
Designation within Company / Organization
Date

Name of Authorized Representative


Designation of Authorized Representative
Signature of Authorized Representative
Verified above signature
Signature of Competent Authority
Date

Page 161 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE – XX - BUSINESS RULES FOR REVERSE AUCTION


(To be submitted on the letter head of the Bidder)

RFE Ref. No. : HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

Online reverse auction are carried out under the framework of a set of rules. Following are a set of rules/ terms and
conditions for Online Reverse Auction process.

1. APPLICABILITY:

1.1. Reverse Auctions are carried out under the framework of rules that are called Business Rules.

1.2. All vendors participating in Reverse Auction shall understand/accept and give an undertaking for
compliance with the same to the Bank in the prescribed format, as per Annexure-XIX.

1.3. Any vendor not willing to submit such undertaking shall be disqualified for further participation respecting
the RFP Process.

2. ELIGIBILITY:

2.1. Only vendors who are technically qualified (Eligibility, Functional and Technical requirements) in terms of
the RFP and who have submitted the prescribed undertaking to the Bank can participate in Reverse
Auction relevant to the procurement/services for which RFP is floated.

2.2. Bidders not submitting the prescribed undertaking or submitting the same with deviations/ amendments
thereto will be disqualified from further evaluation / participation in the process of relative procurement.

2.3. Bidders should ensure that they have valid digital certificate well in advance to participate in reverse
auction. Bank will not be responsible in case Bidder is not able to participate in reverse auction due to non
availability of Digital Certificate.

3. COMPLIANCE/CONFIRMATION FROM VENDORS

The vendors participating in Reverse Auction shall submit the following duly signed & signed by the Competent
Authority:

3.1. Acceptance of Business Rules for Reverse Auction and undertaking (Annexure-XX).

3.2. Agreement between service provider and vendor, if deemed necessary by the Bank. (This format will be
given by the service provider prior to announcement of Reverse Auction.)

3.3. Letter of authority authorizing the name/s of official/s to take part in Reverse Auction as per format in
Annexure-XIX.

4. TRAINING:

4.1 The Bank will facilitate mock reverse auction /training for participation in Reverse Auction either on its own
or through the e-Tendering vendor to familiarize for the Reverse Auction.

4.2 Any vendor/bidder not participating in training or ‘mock reverse auction’ shall do so at his own risk and it
shall not be open for him to make any complaint/grievance later.

Page 162 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

5. DATE & TIME FOR TRAINING/MOCK REVERSE AUCTION:

5.1. The date, time etc. for Mock Reverse Auction/ training in Reverse Auction shall be advised at the
appropriate time.

5.2. The Bank shall Endeavour to fix such Date/Time at mutual convenience to the vendor/s, service provider
and the Bank.

5.3. No request for postponement/fixing of Training Date/Time shall be entertained which in the sole view and
discretion of the Bank might result in any avoidable delay to either the Reverse Auction or the whole
process of selection of vendor.

6. DATE/TIME OF REVERSE AUCTION:

6.1. The date and time of commencement of Reverse Auction as also duration of ‘Reverse Auction Time’
shall be communicated at least 2 working days prior to such auction date.

6.2. Any force majeure or other condition leading to postponement of auction shall entitle the Bank to
postponement of auction even after communication, but, the Bank shall be obliged to communicate to all
participating vendors the ‘postponement’ prior to commencement of such ‘Reverse Auction’.

7. CONDUCT OF REVERSE AUCTION:

7.1. The Reverse Auction shall be conducted on a specific web portal meant for this purpose.

7.2. The Reverse Auction may be conducted by the Bank itself or through a service provider specifically
identified/appointed/empanelled by the Bank.

8. TRANSPARENCY IN BIDS:

All bidders will be able to view during the auction time the current lowest price in portal. Bidder shall be able to
view not only the lowest bid but also the last bid made by him at any point of time during the auction time.

9. MASKING OF NAMES:

9.1. Names of bidders/ vendors shall be anonymously masked in the Reverse Auction process and vendors
will be given suitable dummy names.

9.2. After completion of Reverse Auction, the auctioneer will reveal the original names of the bidders & L1
bidder and its price quoted..

10. START PRICE & DECREMENTAL BID VALUE:

Bank shall determine the start price either on its own or through asking for information of price band on TCO from
each vendor at appropriate time during or at the conclusion of technical evaluation. Based on the price band so
informed by vendors, Bank would determine the start price for reverse auction. However bank at its discretion may
fix the start price & decrement bid value at its own.

11. REVERSE AUCTION PROCESS:

11.1. In order to reduce the time involved in the procurement process, Bank shall be entitled to complete the
entire procurement process through a single Reverse Auction. For this purpose, Bank shall do all it can to
Page 163 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

award the contract to L1 bidder or in the circumstances where awarding of contract may have to be done
to the L2, L3 bidder as provided for in the RFP.

11.2. The Bank shall however, be entitled to cancel the procurement of Reverse Auction process, if in its view
procurement or reverse auction process cannot be conducted in a fair manner and / or in the interest of
the Bank.

12. EXPENDITURE ON REVERSE AUCTION:

All expenses of training or mock auction or reverse auction shall be borne by bidder at their own cost.

13. CHANGES IN BUSINESS RULES:

13.1. Any change in Business Rules as may become emergent and based on the experience gained shall be
made only by Bank.

13.2. Any / all changes made in Business Rules shall be uploaded communicated to bidder prior to.

13.3. If any reverse auction process has commenced and a change is made in Business Rules, it shall be
informed immediately to each vendor/ bidder and his concurrence to / acceptance of the change shall be
obtained in writing by the Bank.

14. DON’TS APPLICABLE TO THE BIDDER/VENDOR:

14.1. No vendor shall involve himself or any of his representatives in any price manipulation directly or indirectly
with other bidders. If any such practice comes to the notice, Bank shall disqualify the vendor / bidders
concerned from the reverse auction process.

14.2. Bidder shall not disclose details of his bids or any other details concerning Reverse Auction process of the
Bank to any other third party without specific permission in writing from the Bank.

14.3. Neither Bank nor service provider / auctioneer can be held responsible for consequential damages such as
no power supply, system problem, network failure, inability to use the system, loss of electronic information,
power interruptions, UPS failure, etc. (Bank shall, however, entertain any such issues of interruptions,
problems with open mind and fair degree of transparency in the process before deciding to stop or extend
the auction.)

15. GRIEVANCES REDRESSAL:

15.1. Any aggrieved vendor / bidder through Reverse Auction process can make complaint in writing within 48
hours of the Reverse Auction to the Chief Compliance Officer of the Bank.

15.2. The Chief Compliance Officer along with the Chief Law Officer of the Bank and Chief of Audit Dept. of the
bank shall give personal hearing to the aggrieved bidder / vendor and decide upon the complaint / grievance

15.3. Decision of the Grievance Redressal Committee shall be binding on the Bank as well as on all vendors
participating in the Reverse Auction.

16. ERRORS AND OMISSIONS:

On any issue or area of material concern respecting Reverse Auction not specifically dealt with in these Business
Rules, the decision of the bank shall be final and binding on all concerned.

Page 164 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

17. Web Portal and Access


 Reverse Auction will be conducted on a specific web portal meant for this purpose with the help of the Service
Provider identified by the Bank.

 Service Provider will make all necessary arrangement for fair and transparent conduct of Reverse Auction like
hosting the web portal, imparting training to eligible Bidders etc., and finally conduct of Reverse Auction.

 Bidders will be participating in Reverse Auction event from their own office/place of their choice. Internet
connectivity and other paraphernalia requirements shall have to be ensured by Bidder themselves.

 In the event of failure of their internet connectivity (due to any reason what so ever it may be) the service
provider or Bank is not responsible.

 In order to ward off such contingent situation,

 Bidders are advised to make all the necessary arrangements/ alternatives such as back–up power
supply, whatever required so that they are able to circumvent such situation and still be able to
participate in the reverse auction successfully.
 However, the vendors are requested to not to wait till the last moment to quote their bids to avoid any
such complex situations.
 Failure of power at the premises of vendors during the Reverse auction cannot be the cause for not
participating in the reverse auction.
 On account of this the time for the auction cannot be extended and BANK is not responsible for such
eventualities.
 Bank and/or Service Provider will not have any liability to Bidders for any interruption or delay in
access to site of Reverse Auction irrespective of the cause.
 For making the process of Reverse Auction and its result legally binding on the participating Bidders,
Service Provider will enter into an agreement with each Bidder, before the start of Reverse Auction
event. Without this agreement Bidder will not be eligible to participate in the event.

 Bank or service provider/auctioneer is not responsible for consequential damages such as no power supply,
no internet connectivity, system problem, inability to use the system, loss of electronic information, power
interruptions, UPS failure, or any force majeure etc.

Page 165 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE XXII –BIDDER TURNOVER & PROFITS


(To be submitted on the letter head of the Bidder)

RFE Ref. No. : HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019


Name of the Bidder Company / Firm: _____________________________________

Details of turnover and profit for last three years:

Sr. No Financial Annual Turnover (INR) Profit /(Loss) (INR) Net Worth
parameters of the (INR)
bidder’s
Business Results
1 2015-2016
2 2016-2017
3 2017-2018
Only Bidder
company / Firm
figures need to be
mentioned.
(Not to include
subsidiary, affiliate
or group entities
figures)

Also, copies of Audited Balance Sheet and Profit & Loss accounts for the years 2015-16, 2016-17 and 2017-18
should be submitted along with this Annexure.

Certified By: Seal & Signature of authorized signatory


Statutory Auditor (For Bidder)

Place:
Date:

Page 166 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE XXIII - LITIGATION CERTIFICATE


(To Be Submitted on the Chartered Accountant/ Statutory Auditor Letterhead)

RFE Ref. No. : HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

To
The Chief Manager-IT
Department of Information Technology,
Allahabad Bank Head Office

This is to Certify that M/s ____________________ (name of the Bidder), a company incorporated under Companies
Act 1956, having it headquarters at ____________________________ is not involved in any litigation which
threatens the solvency of the company.

Date:
Place:
Name and signature of CA/Statutory Auditor
Seal of the company

Page 167 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE- XXIV - MANUFACTURER’S AUTHORIZATION FORM

Ref No Date:

To
The Chief Manager
Allahabad Bank,
Department Of Information Technology,
Head Office,
2 N.S. Road
Kolkata – 700 001, India

Dear Sir,
Sub: RFP Ref No.:HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

We _________________________who are established and reputed Owner/manufacturers of


____________________________having factories/development facilities at 1)_________and 2)_________ (Name
and address of factory/development facility) do hereby authorize M/s_________________(Name and address of the
Agent/Dealer) to submit a Bid / offer their quotation, negotiate and sign the contract with you against the above Bid
invitation.

We as Original owners / manufacturers of Early Warning Signals (EWS) solutions for credit monitoring and
associated software, extend our full guarantee and warranty for the solution, products and services offered by the
above firm against this invitation for tender. We will extend technical support and updates/upgrades/patches to
software (including management software solution) for our products for the entire contract period of seven (7) Years.
Further, we agree to depute our representative during implementation period for smooth implementation of our
product.

We hereby extend our full guarantee, warranty and AMC support as per the requirement of RFP, for the goods
offered for supply in response to the RFP by us / by the above firm.

We assure that, in the event of M/s ……………… (name of the Bidder’s Company) not being able to fulfil its
obligations as our Service Provider with respect to all terms and conditions of this RFP related to our products, we
would continue to meet these terms through alternate arrangements.

Place: Date:
Seal & Signature
(For OEM)

Note : Please provide the Power of Attorney for the Authorized signatory for the OEM as a part of the bid response.

Page 168 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE- XXV - CERTIFICATE BY PURCHASER AFTER SUCCESSFUL COMMISSIONING

RFP No. HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019 Date:

M/s.

Sub: Certificate of commissioning of solution

1. This is to certify that the Equipment as detailed below has been received in good condition along with all
software, standard and special accessories (subject to remarks in para no.2) in accordance with the
contract/System Configuration /Specifications. The same has been installed and commissioned.

a) Contract No. Dated ______________


b) Description _______________________________
c) Quantity __________________________________
d) Date of Commissioning & Proving test ___________

2. Details of products not yet supplied and recoveries to be made on that account.

S. No. Description Amount to be recovered

3. The Proving test has been done to our entire satisfaction and operators have been trained to use the hardware
and the software.

4. The supplier has fulfilled his contractual obligations satisfactorily. **


OR
The supplier has failed to fulfil his contractual obligations with regard to the following.
a)
b)
c)

5) The amount of recovery on account of non supply of accessories and pars is given under para No. 2

6) The amount of recovery on account of failure of the supplier to meet his contractual obligations is as indicated in
endorsement of the letter.
Signature
Name
Designation with Stamp
** Explanatory notes for filling up the certificates:
Points to be considered while filling up para No.4 of the certificate on contractual obligations of the supplier.

a) He has adhered to the time schedule specified in the contract in dispatching the products / documents.
b) He has installed and commissioned the solution in time i.e. within the period specified in the contract from
the date of the intimation by the Purchaser in respect of the installation of the product.
c) Training of personnel as per contractual obligation by the supplier has been done.
d) In the event of Manuals not having been supplied or installation and commissioning of the solution having
been delayed on account of the supplier, the extent of delay should always be mentioned.

Page 169 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE XXVI - DEVIATION STATEMENT

RFE Ref. No. : HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019

(A) TECHNICAL DEVIATION STATEMENT

The following are the particulars of deviations from the requirements of the RFP specifications:

CLAUSE DEVIATION REMARKS with justification

(B) COMMERCIAL DEVIATION STATEMENT

The following are the particulars of deviations from the requirements of the RFP specifications:

CLAUSE DEVIATION REMARKS with justification

(C) Additional Terms & Conditions (if any proposed by the bidder)

Terms & Conditions Remarks with justification

Except the aforementioned deviations, we agree to all the terms & conditions of the RFP Reference No.:
HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019) and confirm that the bid submitted by us is in conformity with
Bank’s requirement as stipulated in the said RFP& addendums. Further we confirm that, we will withdraw all our
deviations/assumptions if unacceptable to the bank.

Place_____________________

Dated ________________

Seal and Signature of Authorized Signatory


NOTE:
1) Where there is no deviation, the statement should be returned with an endorsement indicating “No
Deviations”.
2) The Bank is not bound to accept any deviation, additional terms and conditions mentioned under (A), (B)
and (C) above and may reject the bid.

Page 170 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE- XXVII - INTEGRITY PACT

Integrity Pact Between ALLAHABAD BANK hereinafter referred to as “The Principal”


And ................................................... hereinafter referred to as “The Bidder / Contractor"

Preamble

The Principal intends to award, under laid down organizational procedures, contract/ s for …………… The
Principal values full compliance with all relevant Jaws of the land, rules, regulations, economic use of
resources and of fairness / transparency in its relations with its Bidder(s) and / or Contractor(s).

In order to achieve these goals, the Principal will appoint Independent External Monitors (lEMs) who will
monitor the tender process and the execution of the contract for compliance with the principles
mentioned above.

Section 1 - Commitment of the Principal

(i) The Principal commits itself to take all measures necessary to prevent corruption and to observe the
following principles>

a) No employee of the Principal, personally or through family members, will in connection with the
tender for , or the execution of a contract, demand, take a promise for or accept, for self or
third person, any material or immaterial benefit which the person is not legally entitled to.

b) The Principal will, during the tender process treat all Bidder(s) with equity and reason. The
Principal will in particular, before and during the tender process, provide to all Bidder(s) the same
information and will not provide to any Bidder(s) confidential / additional information through
which the Bidder(s) could obtain an advantage in relation to the tender process or the
contract execution.

c) The Principal will exclude from the process all known prejudiced persons.

(ii) If the Principal obtains information on the conduct of any of its employees which is a criminal offence
under the IPC/PC Act, or if there be a substantive suspicion in this regard, the Principal will inform the
Chief Vigilance Officer and in addition can initiate disciplinary actions.

Section 2 - Commitment of the Bidder(s)/ Contractor(s)

(i) The Bidder(s) / Contractor(s) commit themselves to take all measures necessary to prevent corruption.
The Bidder(s) / Contractor(s) commit themselves to observe the following principles during participation
in the tender process and during the contract execution.

a) The Bidder(s ) / Contractor(s) will not, directly or through any other person or firm, offer, promise or
give to any of the Principal's employees involved in the tender process or the execution of the
contract or to any third person any material or other benefit which he / she is not legally
entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the
tender process or during the execution of the contract.

b) The Bidder(s) / Contractor(s) will not enter with other Bidders into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to introduce cartelization in the bidding process.

Page 171 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

c) The Bidder(s) / Contractor(s) will not commit any offence under the relevant IPC/PC Act; further
the Bidder(s) / Contractor(s) will not use improperly, for purposes of competition or personal
gain, or pass on to others, any information or document provided by the Principal as part of the
business relationship, regarding plans, technical proposals and business details, including
information contained or transmitted electronically.

d) The Bidder(s) / Contractors(s) of foreign origin shall disclose the name and address of the Agents /
representatives in India, if any. Similarly the Bidder(s) / Contractors(s) of Indian Nationality shall
furnish the name and address of the foreign principals, if any. Further details as mentioned in the
"Guidelines on Indian Agents of Foreign Suppliers" shall be disclosed by the Bidder(s) /
Contractor(s). Further, as mentioned in the Guidelines all the payments made to the Indian agent
/ representative have to be in Indian Rupees only.

e) The Bidder(s) / Contractor(s) will, when presenting their bid, disclose any and all payments made
is committed to or intends to make to agents, brokers or any other intermediaries in connection
with the award of the contract.

f) Bidder(s) / Contractor(s) who have signed the Integrity Pact shall not approach the Courts while
representing the matter to IEMs and shall wait for their decision in the matter.

(ii) The Bidder(s) / Contractor(s) will not instigate third persons to commit offences outlined above or be an
accessory to such offences.

Section 3- Disqualification from tender process and exclusion from future contracts

If the Bidder(s) / Contractor(s), before award or during execution has committed a transgression through a
violation of Section 2, above or in any other form such as to put their reliability or credibility in question,
the Principal is entitled to disqualify the Bidder(s) / Contractor(s) from the tender process or take action as
per the procedure mentioned in the "Guidelines on Banning of business dealings".

Section 4 - Compensation for Damages

(i) If the Principal has disqualified the Bidder(s) from the tender process prior to the award according to
Section 3, the Principal is entitled to demand and recover the damages equivalent to Earnest Money
Deposit/ Bid Security.

(ii) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to
terminate the contract according to Section 3, the Principal shall be entitled to demand and recover
from the Contractor liquidated damages of the Contract value or the amount equivalent to Performance
Bank Guarantee.

Section 5 - Previous transgression

(i) The Bidder declares that no previous transgressions occurred in the last three years with any other
Company in any country conforming to the anti-corruption approach or with any Public Sector
Enterprise in India that could justify his exclusion from the tender process.

(ii) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process
or action can be taken as per the procedure mentioned in "Guidelines on Banning of business dealings".

Section 6 - Equal treatment of all Bidders /I Contractors / Subcontractors

Page 172 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

(i) In case of Sub-contracting, the Principal Contractor shall take the responsibility of the adoption of
Integrity Pact by the Sub-contractor.

(ii) The Principal will enter into agreements with identical conditions as this one with all Bidders and
Contractors.

(iii) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its
provisions.

Section 7 Criminal charges against violating Bidder(s) / Contractor(s) / Subcontractor(s)

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee


or a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption,
or if the Principal has substantive suspicion in this regard, the Principal will inform the same to the Chief
Vigilance Officer.

Section 8 - Independent External Monitor

(i) The Principal appoints competent and credible Independent External Monitor for this Pact after
approval by Central Vigilance Commission. The task of the Monitor is to review independently and
objectively, whether and to what extent the parties comply with the obligations under this agreement.

(ii) The Monitor is not subject to instructions by the representatives of the parties and performs his/her
functions neutrally and independently. The Monitor would have access to all Contract documents,
whenever required. It will be obligatory for him / her to treat the information and documents of the
Bidders / Contractors as confidential. He/ she reports to the MD&CEO, Allahabad Bank.

(iii) The Bidder(s) / Contractor(s) accepts that the Monitor has the right to access without restriction to all
Project documentation of the Principal including that provided by the Contractor. The Contractor will
also grant the Monitor, upon his / her request and demonstration of a valid interest, unrestricted and
unconditional access to their project documentation. The same is applicable to Sub-contractors.

(iv) The Monitor is under contractual obligation to treat the information and documents of the Bidder(s) /
Contractor(s) / Sub-contractor(s) with confidentiality. The Monitor has also signed declarations on ‘Non-
Disclosure of Confidential Information' and of ‘Absence of Conflict of Interest’. In case of any conflict of
interest arising at a later date, the IEM shall inform MD&CEO, ALLAHABAD BANK and recues himself /
herself from that case.

(v) The Principal will provide to the Monitor sufficient information about all meetings among the parties
related to the project provided such meetings could have an impact on the contractual relations
between the Principal and the Contractor. The parties offer to the Monitor the option to participate in
such meetings.

(vi) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he / she will so
inform the Management of the Principal and request the Management to discontinue or take corrective
action, or to take other relevant action. The monitor can in this regard submit non-binding
recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a
specific manner, refrain from action or tolerate action.

(vii) The Monitor will submit a written report to the MD&CEO, Allahabad Bank within 8 to 10 weeks from the
date of reference or intimation to him by the Principal and, should the occasion arise, submit proposals
for correcting problematic situations.

Page 173 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

(viii) If the Monitor has reported to the MD&CEO Allahabad Bank, a substantiated suspicion of an offence
under relevant IPC/ PC Act, and the MD&CEO Allahabad Bank has not, within the reasonable time
taken visible action to proceed against such offence or reported it to the Chief Vigilance Officer, the
Monitor may also transmit this information directly to the Central Vigilance Commissioner.

(ix) The word ‘Monitor’ would include both singular and plural.

Section - 9 - Earnest Money/Security Deposit

(i) Every bidder, while submitting commercial bid, shall deposit an amount* as specified in the RFP as
Earnest Money/Security Deposit, with the buyer through any of the following instruments:-

a) Bank Draft or a Pay Order in favour of the …………………………………..,

b) A confirmed guarantee by an Indian Nationalized Bank, promising payment of the guaranteed


sum to the UCIL, Government of India, represented on behalf of the President of India, on
demand within three working days without any demur whatsoever and without seeking any
reasons whatsoever. The demand for payment by the Buyer shall be treated as conclusive proof
for payment.

c) Any other mode or through any other instrument, as stated in RFP.

(ii) The Earnest Money/Security Deposit shall be valid till the complete conclusion of contractual
obligations to complete satisfaction of both the bidder and the buyer, whichever is later.

(iii) In the case of successful bidder a clause would also be incorporated in the Article pertaining to
Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall be
applicable for forfeiture of Performance Bond in case of a decision by the Buyer to forfeit the same with
assigning any reason for imposing sanction for violation of this pact.

(iv) The provisions regarding Sanctions for Violation in Integrity Pact include forfeiture of Performance
Bond in case of a decision by the Buyer to forfeit the same without assigning any reason for imposing
sanction for violation of Integrity Pact.

(v) No interest shall be payable by the Buyer to the Bidder(s) on Earnest Money/Security Deposit for the
period of its currency.

Section -10 Sanctions for Violation

(i) Any breach of the aforesaid provisions by the Bidder or any one employed by him or acting on his
behalf (whether with or without the knowledge of the Bidder) or the commission of any offence by the
Bidder or any one employed by him or acting on his behalf, as defined in Chapter IX of the Indian
Penal Code, 1860 or the Prevention of Corruption Act 1988 or any other act enacted for the prevention
of corruption shall entitle the Buyer to take all or any one of the following actions, wherever required:-

(ii) To immediately call off the pre-contract negotiations without assigning any reason or giving any
compensation to the Bidder. However, the proceedings with the other Bidder(s) would continue.
(iii) The Earnest Money/Security Deposit/Performance Bond shall stand forfeited either fully or partially, as
decided by the Buyer and the Buyer shall not be required to assign any reason therefore.

(iv) To immediately cancel the contract, if already signed, without giving any compensation to the Bidder.

Page 174 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

(v) To recover all sums already paid by the Buyer, and in case of an Indian Bidder with interest thereon at
2% higher than the prevailing Prime Lending Rate, while in case of a Bidder from a country other than
India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the
Buyer from the Bidder in connection with any other contract for any other stores, such outstanding
payment could also be utilized to recover the aforesaid sum and interest.

(vi) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the
Bidder, in order to recover the payments, already made by the Buyer, along with interest.

(vii) To cancel all or any other Contracts with the Bidder.

(viii) To debar the Bidder from entering into any bid from the Government of India for a minimum period of
five years, which may be further extended at the discretion of the Buyer.

(ix) To recover all sums paid in violation of this Pact by Bidder(s) to any middleman or agent or broker with
a view to securing the contract.

(x) If the Bidder or any employee of the Bidder or any person acting on behalf of the Bidder, either directly
or indirectly, is closely related to any of the officers of the Buyer, or alternatively, if any close relative of
an officer of the Buyer has financial interest/stake in the Bidder’s firm, the same shall be disclosed by
the Bidder at the time of filing of tender. Any failure to disclose the interest involved shall entitle the
Buyer to rescind the contract without payment of any compensation to the Bidder. The term ‘close
relative’ for this purpose would mean spouse whether residing with the Government servant or not, but
not include a spouse separated from the Government servant by a decree or order of a competent
court; son or daughter or step son or step daughter and wholly dependent upon Government servant,
but does not include a child or step child who is no longer in any way dependent upon the Government
servant or of whose custody the Government servant has been deprived of by or under any law; any
other person related, whether by blood or marriage, to the Government servant or to the Government
servant’s wife or husband and wholly dependent upon Government servant.

(xi) The Bidder shall not lend to or borrow any money from or enter into any monetary dealings or
transactions, directly or indirectly, with any employee of the Buyer, and if he does so, the Buyer shall
be entitled forthwith to rescind the contract and all other contracts with the Bidder. The Bidder shall be
liable to pay compensation for any loss or damage to the Buyer resulting from such rescission and the
Buyer shall be entitled to deduct the amount so payable from the money(s) due to the Bidder.

(xii) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by
the Buyer with the Bidder, the same shall not be opened.

(xiii) The decision of the Buyer to the effect that a breach of the provisions of this Integrity Pact has been
committed by the Bidder shall be final and binding on the Bidder, however, the Bidder can approach
the monitor(s) appointed for the purposes of this Pact.

Section 11- Fall Clause

The Bidder undertakes that he has not supplied/is not supplying the similar systems or subsystems at a
price lower than that offered in the present bid in respect of any other Ministry/Department of the
Government of India and if it is found at any stage that the similar system or sub-system was supplied by
the Bidder to any other Ministry/Department of the Government of India at a lower price, then that very price
will be applicable to the present case and the difference in the cost would be refunded by the Bidder to the
Buyer, if the contract has already been concluded.

Section 12 - Pact Duration


Page 175 of 177
RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

This Pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the
last payment under the contract, and for all other Bidders 6 months after the contract has been
awarded. Any violation of the same would entail disqualification of the bidders and exclusion from future
business dealings.

If any claim is made / lodged during this time, the same shall be binding and continue to be
valid despite the lapse of this pact as specified above, unless it is discharged / determined by
MD&CEO of ALLAHABAD BANK.

Section 13 - Other provisions

1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered
Office of the Principal, i.e. Kolkata.

2. Changes and supplements as well as termination notices need to be made in writing. Side
a greements have not been made.

3. If the Contractor is a partnership or a consortium, this a g r e e m e n t must be signed b y all


partners or consortium members.

4. Should one or several provisions of this agreement turn out to be invalid, the remainder of this
agreement remains valid. In this case, the p a r t i e s will strive to come to an agreement t o their
o r i g i n a l intentions.

5. Issues l i ke Warranty / Guarantee etc. Shall b e outside the purview of IEMs.

6. In the e v e n t of a n y contradiction between the Integrity Pact and i t s Annexure, the C l au s e


in the Integrity Pact will prevail.

(For & On behalf o f the Principal) (For & On behalf o f Bidder / Contractor)
(Office Seal) (Office Seal)

Place -------------
Date - - - - - - - - - - - - - -

Witness 1:
(Name & Address)

Witness 2:
(Name & Address)

Page 176 of 177


RFP for Procurement and End-to End implementation of Ref No. HO/DIT/CRMON/EWS/
Early Warning Signals (EWS) Solution for Credit Monitoring 2019-20/128 Date: 30/03/2019
(after incorporation of Addendum-I dated 11.04.2019)

ANNEXURE- XXVIII : TABLE OF CONTENTS

Ref. No : HO/DIT/CRMON/EWS/2019-20/128 dated: 30/03/2019


The Bid should contain the following

Particulars Performa Given


1 Tender forwarding letter Annexure- I
2 Masked Commercial Bid Format and Indicative Commercial Bid Annexure II and
Annexure III
3 Cost of RFP (Demand Draft) Vendor to provide
4 Compliance to Eligibility Criteria of Bidders Annexure IV
5 Bid Security (Bank Guarantee) Format Annexure – V
6 Proposed Team Annexure VIII
7 Authorization Letter Annexure- IX
8 Bidder Information Annexure –XIII
9 Details of Offices/ Branches/ Support Centres Annexure-XIV
10 Escalation Matrix Annexure- XV
11 Undertaking of Authenticity of EWS Annexure XVI
12 Conformity/Undertaking Letter Annexure XVII
13 Compliance of Broad Scope of Work Annexure XVIII
14 Letter of Authority to participate in Reverse Auction Annexure XIX
15 Business Rules for Reverse Auction Annexure XX
16 Bidder Turnover and Profits Annexure XXII
17 Litigation Certificate Annexure XXIII
18 Manufacturers Authorization Form Annexure XXIV
19 Deviation Statement (if any) Annexure XXVI
20 Integrity Pact Annexure XXVII
21 Detailed Technical Bill of Material Form-2
22 Minimum Technical and Functional Specification Form-3

Copy of the tender document along with RFP and addendums (if
23 Vendor to provide
any) duly sealed and signed on all the pages of the document.

24 CD (R) containing soft copy of the Technical Bid in MS Word Vendor to provide

Authorized Signatory
Name: Designation:
Bidder’s Corporate Name & Address
Phone number and email

Page 177 of 177

Vous aimerez peut-être aussi