Punjab & Sind Bank · quote (do we need to do a small SRS before submission to understand Banks...
Transcript of Punjab & Sind Bank · quote (do we need to do a small SRS before submission to understand Banks...
Punjab & Sind Bank Addendum - 1
(A Govt. of India Undertaking)
Where service is a way of life
Punjab & Sind Bank (A Government of India undertaking)
Addendum No. 1 Dated: 28.05.2018
RFP No. PSB / HOIT/RFP/112/2018-19 dated 04.05.2018
REQUEST FOR PROPOSAL (RFP)
FOR
SUPPLY OF e-PROCUREMENT
SOFTWARE AND ITS INSTALLATION,
TESTING & COMMISSIONING, TRAINING AND
CUSTOMIZATION FOR PUNJAB & SIND BANK
PUNJAB & SIND BANK
HO – IT Department
21, Rajendra Place, New Delhi 110 008
Punjab & Sind Bank Addendum - 1
(A Govt. of India Undertaking)
Where service is a way of life
_________________________________________________________________________________________________________________________
Addendum No. 1 of RFP No.PSB/ HOIT/RFP/112/2018-19 dated 04.05.2018 Page 2
Introduction Bank has published the Tender No. PSB/ HOIT/RFP/112/2018-19 dated 04.05.2018 for
Selection of Vendor for supply of e-Procurement software and its installation, testing &
commissioning, training and customization for Punjab & Sind Bank.
Following amendments have been made in the RFP. All other terms and conditions of the RFP shall
remain unchanged. Please treat this Addendum along with response to queries as an integral part of the
RFP documents issued.
Sr. No.
Clause No. Original Clause Revised Clause
1. KEY INFORMATION
Last Date and time for submission of Bids
29.05.2018 15:00 Hrs
Last Date and time for submission of Bids
12.06.2018 15:00 Hrs
2. KEY INFORMATION
Date and Time of Opening of Technical Bids
29.05.2018 15:30 Hrs
Date and Time of Opening of Technical Bids
12.06.2018 15:30 Hrs
3. EC-3 The Bidder must have positive net worth in 3 financial years (i.e. FY 2014-15, 2015-16, 2016-17)
Audited Financial Statements (and Annual Reports, if applicable) for the three financial years, viz. 2014-15, 2015-16 and 2016-17 is to be furnished.
The Bidder must have positive Net Worth in 3 financial years (i.e. FY 2015-16, 2016-17, 2017-18)
Audited Financial Statements (and Annual Reports, if applicable) for the three financial years, viz. 2015-16, 2016-17 and 2017-18 is to be furnished
CA certificate with regard to positive Net Worth is required to be submitted by the bidder.
If Audit for FY 2017-18 is not finalized, provisional CA Certificate is to be submitted.
4. EC-4 The bidder should have a minimum turnover of Rs.2.0 Crore during the three financial years.
A certificate from CA with regard to turnover is required to be submitted by the bidder.
The bidder should have a minimum turnover of Rs.2.0 Crore during the three financial years.
Audited Financial Statements (and Annual Reports, if applicable) for the last three financial years, viz. 2015-2016, 2016-17, 2017-18 are to be furnished.
Punjab & Sind Bank Addendum - 1
(A Govt. of India Undertaking)
Where service is a way of life
_________________________________________________________________________________________________________________________
Addendum No. 1 of RFP No.PSB/ HOIT/RFP/112/2018-19 dated 04.05.2018 Page 3
(2014-15, 2015-16, 2016-17).
(2015-16, 2016-17, 2017-18).
(FY 2017-18 may be unaudited)
If Audit for FY 2017-18 is not finalized, provisional CA Certificate is to be submitted.
5. 4.2 1. Unless otherwise instructed, the Vendor shall ensure the work for all risk (including fire, flood, earthquake and third party) for total tendered value and keep them insured until the virtual completion of the work against any loss or damage of the material and of the work. The insurance must be placed with a company approved by the employer in joint names of the Employer and the Firm for such amount and for any further sum if called to do by the Employer. The Firm shall deposit the policy and receipt premium paid with the Employer within 21 days from the date of receipt of order unless otherwise instructed.
2. The responsibility of proper security arrangements of his material shall rest with the Vendor.
Clause 4.2 removed from the RFP as the clause is applicable for Hardware items. As there is no requirement of Hardware in the scope, therefore, it is not applicable.
6. 4.3 PAYMENT TERMS
Payments will be made as per the following terms.
1. 10% advance on accepting
the order against Bank Guarantee of equal amount valid upto the completion of implementation period.
2. 50% on successful completion of User Acceptance Test.
3. 30% after successful
PAYMENT TERMS
Payments will be made as per the following terms.
1. 50% of Purchase Order value
(excluding ATS charges) on delivery of Software License, successful completion of User Acceptance Test, User Signoff and commissioning.
2. 30% of Purchase Order value (excluding ATS charges) after successful completion of at least three (3) procurement processes.
Punjab & Sind Bank Addendum - 1
(A Govt. of India Undertaking)
Where service is a way of life
_________________________________________________________________________________________________________________________
Addendum No. 1 of RFP No.PSB/ HOIT/RFP/112/2018-19 dated 04.05.2018 Page 4
completion of at least five (5) procurement processes and on furnishing Bank Guarantee of equal amount valid for 3 years.
4. 10% on satisfactory final testing and commissioning.
5. Post warranty, payments for ATS will be on quarterly basis in arrears.
3. 20% Purchase Order value
(excluding ATS charges) after successful completion of at least two (2) procurement processes.
4. Post warranty, payments for ATS will be on quarterly basis in arrears.
7. 4.4.3 The Maintenance calls should be attended within 1 hour of the problem reported, for which a register shall be maintained.
The Maintenance calls should be attended & resolved within 4 hours of the problem reported, for which a register shall be maintained.
8. ANNEXURE-IV (A) , 6.
Please mention turnover for last three years and include the copies of Balance Sheet in support of it.
Year Turnover
Profit / Loss(-)
Please mention turnover for last three years and include the copies of Balance Sheet in support of it.
Year Turnover Profit / Loss(-)
2014-15
2015-16
2015-16
2016-17
2016-17
2017-18
9. ANNEXURE-V
EC-3
The Bidder must have positive net worth in 3 financial years (i.e. FY 2014-15, 2015-16, 2016-17)
Compliance (Y/N)
The Bidder must have positive net worth in 3 financial years (i.e. FY 2015-19, 2016-17, 2017-18)
Compliance (Y/N)
10. ANNEXURE- The bidder should have a
Compliance (Y/N)
The bidder should have a
Compliance (Y/N)
Punjab & Sind Bank Addendum - 1
(A Govt. of India Undertaking)
Where service is a way of life
_________________________________________________________________________________________________________________________
Addendum No. 1 of RFP No.PSB/ HOIT/RFP/112/2018-19 dated 04.05.2018 Page 5
V
EC-4
minimum turnover of Rs.2.0 Crore during the three financial years. (2014-15, 2015-16, 2016-17).
minimum turnover of Rs.2.0 Crore during the three financial years. (2015-16, 2016-17, 2017-18).
11. Clapter-2 Scope of Work
Addition of following clause in the RFP.
2.13 Security Compliance :
The bidder should adhere to the following security guidelines related to e-Procurement solution.
i. The Bank shall have right to audit of the complete solution proposed by the bidder, and also inspection by the regulators of the country. The Bank shall also have the right to conduct source code audit by third party auditor. The VA and PT should be conducted before go live of the application.
ii. The bidder shall adhere to all regulatory and legal requirements of the country (existing and future). The bidder shall also comply with the advisories, recommendations, directions and guidelines etc. issued by CSITE-RBI, CERT-In, NCIIPC, Cyber Swachhta Kendra etc. on time to time basis. These should be complied within the timelines provided to the Bank.
iii. The Escrow Mechanism for source code shall be executed with the selected bidder.
iv. The bidder shall continuously monitor the release of application patches and expeditiously apply the same.
v. Assurance from bidder/ application providers/ OEMs that the application is free from embedded malicious/ fraudulent code should be provided. The bidders shall submit security certificate of proposed solutions from application providers/ OEM.
vi. The bidder shall ensure that secure coding practices is implemented for application. The software/ application development practices should address the vulnerabilities based on best practices such as Open Web Application Security Project (OWASP) proactively.
vii. The bidder shall ensure that sensitive information is stored in database in encrypted format with latest encryption standard/ algorithm.
viii. The bidder shall ensure that the communication between end user and solution proposed should be encrypted end-to-end to ensure confidentiality and integrity of user's data.
ix. The bidder shall ensure that only valid type of documents (such as- .doc, .docx, .pdf etc.) should be uploaded on the server. Whitelisting should be used for the same.
x. Digital Certificates should be used to authenticate the users for accessing the e-Procurement Solution.
Punjab & Sind Bank Addendum - 1
(A Govt. of India Undertaking)
Where service is a way of life
_________________________________________________________________________________________________________________________
Addendum No. 1 of RFP No.PSB/ HOIT/RFP/112/2018-19 dated 04.05.2018 Page 6
ANNEXURE VII
Revised Format for Commercial Bids
Supply of e-Procurement Software and its Installation, Testing & Commissioning, Training and Customization for Punjab & Sind Bank along with onsite warranty followed by AMC/ ATS for two years after one year warranty period as per the configuration in Annexure-III
S.No Items as per specifications in Annexure-III Amount in Indian
Rupees (Rs.)
1. Licensed version of e-procurement Application Software with unlimited users and with one year warranty
2. Database (other than Oracle) & Operating System License
3. Implementation and one time training Cost as per tender specifications
4. Additional Development / Customization per person per day (if required in future)
Per Man Day Rate(R) Number of Days(N) R*N 25
5. ATS charges for onsite support for two (2) years (i.e. One year ATS charges X 2)
Total Cost of Ownership (TCO) for determination of L1
TCO in Words Rupees............................................
Optional Item Cost (Not part of TCO)
S.No Items as per specifications in Annexure-III Amount in Indian Rupees (Rs.)
1. Cost of Source Code of software (optional)
Note:
1. Customization as per bank’s requirement (up to user acceptance) shall be done without any extra cost.
2. Integration with any no. of software applications for our bank shall be done without any extra cost.
3. Man day rate shall be applicable only for development/ customization involving more than 6 working days.
Signature of vendor
With Seal of Company
Date:
Place:
S.No. Page No. Clause No. RFP Clause Bidders Remarks Bank's Reply
1 12 1.17
Based on the Bank’s requirements as listed in this
document, the bidder should identify and offer the
best-suited solution / bill of material for the product
that would meet the Bank’s requirements and quote
for the same.
Kindly confirm do we need to suggest&
quote (do we need to do a small SRS
before submission to understand Banks
requirement) or we need to quote as per
your requirement
e-Procurement Software License
2 13 1.25
Escrow arrangement :
Vendor shall provide escrow mechanism, if desired
by the bank, for the product (all components)
supplied by the vendor to bank in order to protect
its interest in an eventual situation. The cost of
escrow arrangement will be borne by the bidder
Kindly give more details on this process "An Escrow agreement is a legal document
that outlines the terms and conditions
between parties involved in an escrow
arrangement. An escrow agreement defines
the arrangement by which one party
(sometimes called the depositor) deposits an
asset with a third person (called an escrow
agent), who, in turn, makes a delivery to
another party (the beneficiary) if and when
the specified conditions of the contract are
met ".
The asset in this case is source code of the
software.
As per RFP the cost of escrow agreement
will be borne by the bidder
3 14 2.2
The product supplied should be capable of
automating whole procurement processes of the
Bank into online mode. The product offered should
be based on open standard, complete and
integratable to Banks’ web sites and other lagecy
systems for making on-line paymen
Kindly provide the details on legacy
systems and define the open standardsin
detail.
No legacy System
PUNJAB & SIND BANK
HEAD OFFICE IT DEPARTMENT
REPLY TO PRE-BID QUERIES RELATED TO RFP NO. PSB// HOIT /RFP/112 /2018-19 DATED 04.05.2018 ON "REQUEST FOR PROPOSAL (RFP) FOR SUPPLY OF e-
PROCUREMENT SOFTWARE AND ITS INSTALLATION, TESTING & COMMISSIONING, TRAINING AND CUSTOMIZATION FOR PUNJAB & SIND BANK"
4 14 2.5
Provide Onsite Warranty for a period of 12 months
and maintenance of this system under ATS for
further period of two years, if required, by Bank.
During Warranty and AMC period vendor will
provide on site support with response time of 1
Hours
The time for resolution of the problems
will mainly depend on type problems
arise like server problem, data center
connectivity problem, technical problem
etc. The time should be decided based on
the nature and severity of the problems.
As per Addendum-1
5 14 2.6
2.1 During Warranty and ATS period vendor has
to ensure that systems gives minimum 99% uptime.
Any additional down time beyond permissible
limited bank may impose penalty. System uptime
will be calculated on quarterly basis.
The time for resolution of the problems
will mainly depend on type problems
arise like server problem, data center
connectivity problem, technical problem
etc. The time should be decided based on
the nature and severity of the problems.
Also, this is bank's responsibility since
the systems /DC is theirs.
This clause is confined only to e-
Procurement Software related issue. The
hardware (server) and networking related
issues will be dealt by the Bank.
6 14 2.10
1. Implementation of the proposed solution should
be completed within 3 months from the award of the
contract or as decided by the Bank. Implementation
includes the following activities.
2. The Bank will provide the necessary hardware
only (as per configuration given under System
Specification in Annexure-III point No.5). The
successful bidder has to install requisite application
solution including operating system and database
(other than Oracle database).
1. Request to increase the time to 6
months after bank signoff on
customization requirements
2. If there are any additional requirement
or changes required depending upon the
situation arise while implementation.
This will be with respect to suggested
hardware and / infrastructure - Will bank
provide the required changes ???
For example: 1 Server for application, 1
Server for database &, 1 Server for file
server. Firewall & Switch.
As per RFP
7 16 3.1
The vendor should ensure that problems/complaints
reported should be resolved/ attended within one
hour of reporting during the warranty and ATS
period otherwise penalty at the rate of Rs.500/-
(Rupees Five hundred only) per event will be levied.
The time for resolution of the problem
will mainly depend on type problems
arise like Server problem, data center
connectivity problem, technical problem
etc. The time should be deceided based
on the nature and severity of the
problem.
Server problem, data center connectivity
problem, technical problem etc will be taken
care by the Bank while the bidder shall be
liable for the issues related to application
software.
8 17 4.3Payment Terms Kindly confirmed, can be the payment
terms changed / altered?
As per Addendum-1
9 17 4.4The Maintenance calls should be attended within 1
hour of the problem reported, for which a register
shall be maintained
Kindly confirm whether the time
permitted 1 hour will be increased.
As per Addendum-1
10 51 5Integration with any number of software
applications for our bank.
Kindly specify the number of software
used in bank, names / type of the
software and technology used.
No legacy System
11 51 9 Cost of Source Code of Software (optional) Kindly furnish more details on this As per RFP
12 17 4.2
Insurances This is not applicable for eProcurement
peoject. So erquest this to be taken out.
Insurance Clause Deleted as mentioned in
Addendum-1.
However, the bidder shall be liable for
backup of data as per RFP scope.
13 17 4.3
30% after successful completion of at least five (5)
procurement processes and on furnishing Bank
Guarantee of equal amount valid for 3 years
10% is already asked as PG. Then 10% is
paid on further 10% BG as advance.
Then 30% is paid only on furnishing BG.
There is too many BGs asked and it
should be removed as anyway we are
getting paid in milestones and already
10% is given as PG.
As per Addendum-1
14 44 5
System Configuration for hosting e-Procurement
Application
Besides application server, we will need
additional servers for database & staging.
We hope we will get servers from you.
Please confirm as quantity is not
mentioned.
Please also confirm that there will be no
DR site.
Shall be discussed with L1 bidder. Also,
there will be no DR site
15 51 Annexure VII
Format for commercial Bids- Customization as pe
Bank's requirement
Please confirm that custiomization is
only limited to what is mentioned in the
RFP and no new requirements will be
added on customization.
Custiomization is only limited to what is
mentioned in the RFP
16 51 Annexure VIIFormat for commercial Bids- Integration with any
number of software applications for our bank
Please provide full details for integration
as unlimited scope cannot be accepted
No legacy System
17 52 Annexure VIII
NON DISCLOSURE AGGREEMENT The NDA should be made mutual. The
party who disclose Confidential
information is called the "Disclosing
Party" and the party who received
Confidential Information is called the
"Receiveing Party".
As per RFP
18 6 1.1
EC-2 : The bidder should be in this line of activity
and should have executed similar projects in three
organizations during last Three years out of which at
least one Scheduled Commercial Bank. The solution
offered should be currently running successfully.
We understand "Similar Projects" means
giving services on SaaS (Software as a
Service Model)"
Is our understanding correct ?
e-Procurement Software
19 6 1.1
EC-7 The e-procurement solution proposed by the
bidder and related system should conform to the
requirements of the IT act 2000, amended IT act
2008
Please confirm that a valid STQC
certification would suffice.
Also please confirm that STQC
certification is a mandatory requirement
to qualify for the minimum eligibility
criteria
If not, please mention any other
certiication if required
As per RFP
20 13 1.22
Contract Period
The contract period will be for the period of three
Years from Go-Live. However, the bank may extend
the service on yearly basis on same terms and
conditions after the contract period.
Please confirm as per RFP once the
contract cycles gets over / will service
provider get an opprortunity to revise
the fee structure, as assumed after three
years resources cost may get impact.
As per RFP
21 13 1.25
Vendor shall provide escrow mechanism, if desired
by the bank, for the product (all components)
supplied by the vendor to bank in order to protect
its interest in an eventual situation. The cost of
escrow arrangement will be borne by the bidder
Will it be a virtual account or each bidder
wise escrow account is desired?
As per RFP the cost of escrow agreement
will be borne by the bidder
22 14 2.3
2.1 Implement and maintain e-procurement
system to enable the Bank to acquire the goods,
works and services etc, using internet and intranet
from all its offices viz., Head Offices, Zonal Offices,
Training Centers etc. as per the specifications
mentioned in Annexure-III.
Application can be used using internet,
why intranet from all offices is required?
As this will demand for VPN connectivity
between all offices of the banks.
Application will be used in Internet
23 14 2.3
2.1 Implement and maintain e-procurement
system to enable the Bank to acquire the goods,
works and services etc, using internet and intranet
from all its offices viz., Head Offices, Zonal Offices,
Training Centers etc. as per the specifications
mentioned in Annexure-III.
Need to clarify data centre location and
who will manage data centre activity, is it
required DR site or not.
DC site is located at Vashi Mumbai. Also,
there will be no DR site
24 14 2.4
Provide training on all modules of e-procurement to
technical officials (technical aspects) and other
officials (commercial and routine activities) of the
Bank each for a duration of at least a week. Vendor
may be required to conduct training atleast for 5
such batches. Further, vendor is required to give
training to suppliers also during implementation
period
Need clarity about Bank location details
for training of user & supplier?
Will Bank provide the training facilities,
accomodation & travel cost, etc.?
Shall be discussed with L1 bidder.
25 14 2.6
During Warranty and ATS period vendor has to
ensure that systems gives minimum 99% uptime.
As mentioned in Annexure-3 point no. 5
only one server's specification is
available which is not suffice to run e-
Procurement application, we will be
required more servers and other IT infra
hardware and software to maintain high-
availablity and redundancy
Shall be discussed with L1 bidder.
26 14 2.7
As part of Warranty and ATS service, Vendor will
provide Helpdesk services for assisting users and
supplier. This will include manning Helpdesk at
central site from 9 AM to 9 PM x 7 days a week
As per our understanding Central Site is
Punjab & Sind Bank Head office is located
at 21, Rajendra Place, New Delhi-110008
to be considered for support desk.
If yes, kindly confirm, you will provide
required equipment i.e. computer,
internet connectivity and work station
etc.
We would also request you to clarify
number of resources required for
handling the support related to task at
central site.
On call event basis, one resource may be
required.
27 14 2.10
The Bank will provide the necessary hardware only
(as per configuration given under System
Specification in Annexure-III point No.5 ).
Need to calify who will provide other
additional hardware and software
(generally routers, switches & network
bandwidth & load balancer & backup
software etc.) will be required to run e
Procurement application.
Shall be discussed with L1 bidder.
28 15 2.12Third Party external audit
Cost of the third party external audit
would be borne by Bnak or supplier
As per RFP
29 16 3.1, 4
All software bugs shall have to be removed by the
Vendor within 1 (one) week of its report to the
Vendor through, predefined reporting mechanism,
failing which penalty shall be charged at Rs.2,000/-
(Rupees Two Thousand only) each day, including for
Saturday and Sunday but except for 3 (three)
national holidays
Please elaborate predefined reporting
mechanism
As per RFP
30 17 4.2
Unless otherwise instructed, the Vendor shall ensure
the work for all risk (including fire, flood,
earthquake and third party) for total tendered value
and keep them insured until the virtual completion
of the work against any loss or damage of the
material and of the work. The insurance must be
placed with a company approved by the employer in
joint names of the Employer and the Firm for such
amount and for any further sum if called to do by the
Employer. The Firm shall deposit the policy and
receipt premium paid with the Employer within 21
days from the date of receipt of order unless
otherwise instructed.
with ref. to point our current
infrastructure and premises are insured
and a proper documentation is done.
Please confirm is there any other
requirement ref. to point (Chapter-4:4.2
INSURANCES) that bank wants us to
serve with certification in future?
As per Addendum (The clause has been
deleted from the RFP)
31 30 Annexure III- 2.1.7
Facility to authorised personnel of Bank for Offline
creation of Tender Documents, multiple Addendum
and multiple Corrigendum and their Online Approval
& Posting;
Kindly elaborate offline creation of
tender documents, multiple addendum
and corrigendum?
As per RFP
32 30 Annexure III- 2.1.8
As and when addendum or corrigendum are posted
by Bank, all suppliers who have officially procured
tender document online should receive automatic
online reminders through registered emails of the
suppliers using strong encrypted DSC.
We understand that system shall send an
email to registered email id's of supplirs
automatically. Does this mail has to be
encrypted with respective DSC (Public
Key) of supplier? What if system doesnot
have DSC detail of supplier
As per RFP
33 31 2.3.8
There should be facility for re-bidding by the Bank
for one or more bid parts without having to re-float
the whole tender.
Kindly elaborate the process of re-
bidding in tender. As per current proces
if tender bids gets open, new tender has
to be floated, please confirm?
As per RFP
34 31 3.1.4
The System must provide suppliers with the ability
to submit the bids online as well as offline.
How to get comparative from the system
in case both bidding type is allowed ?
As per RFP
35 32 3.4.3
System should Facilitate on-line as well as off-line
Tender Opening.
Kindly elaborate the offline tender
opening process.
As it's a PKI solution, bids has to be
decrypted by opening committee
member's private key only. It cannot be
done offline
As per RFP
36 32 3.4.6
It should also be possible to receive the bid offline.
This shall encompass manual entry of the bids after
bids are opened for making online comparative
charts by the system
The won't be authencity of bid submitted
by vendor. Bid will only be considered as
authenticated if it is submitted by bidder
using his private key. (which will be
validated offline)
As per RFP
37 32 3.4.12
Facility to generate Online Comparative Chart of the
Public Tender Opening Event based on the salient
points of each bid as submitted by the suppliers.
These Comparative Selective Charts should be
downloadable by authorised personnel of all
participating bidders
Kindly clarify As per RFP
38 33 4.1.5
The system should be intelligent to give a
recommendation based on the criteria specified by
the Tender creator/ department.
We assume that department is looking
for weightage evaluation where
weightage will be configured for each
envelop and form and evaluation
committee will give marks during
evaluation. System will suggest Pass/ Fail
flag based on minimum passing marks
configured by authorized user. Please
confirm
As per RFP
39 34 5.1.12The system should support Multi Variable Bidding,
assigning weights to different variables and formula
creation in an auction.
Kindly elaborate requirement in details
for to understand software process to be
implemented
As per RFP
40 35 5.1.25
Auction Configuration Auction data may be changes by
administrator or auction originator at
any time. Is this applicable after
publishing the auction?
As per RFP
41 40 2.1.1
The system must be capable of interfacing with
departments legacy systems like Accounting
systems, inventory management System etc.
Does this include any ERP /SAP System,
please give the information about banks
lagacy system's it will help supplier to
understand the integration requirement?
No legacy System
42 General QueriesWill the platform used by PSB only or it
will be implemented for subsidiaries
also?
For PSB only
43 General Queries
Please specify the approx. number of
Tender for last three years (i.e.
01/01/2015-31/04/2018) and same
information for Reverse auctions too.
This will help supplier to decide upon
best price for modules requested?
Shall be discussed with L1 bidder.
44 General Queries
We request bank to confirm how about
forward auction for NPA assets under
DRT / SARFAESI ACT, will the same
software be used for conducting same
auctions?
If yes please give us approx. number of
properties to be put on sale under above
category in forward auction type to be
conducted by bank.
Shall be discussed with L1 bidder.
45 General QueriesWith regards to digital certifications - Non
repudiation systems : “The system should be PKI
enabled and compliant with the Indian IT act 2000
Would the PKI be obtained by the bank or
is the vendor expected to obtain the
same?
PKI will be obtained by the Bank for Bank
officials for the purpose of application use
6+55