sampark RFP for Selection of Banking Partner 29 Aug 2017 F -...
Transcript of sampark RFP for Selection of Banking Partner 29 Aug 2017 F -...
RequestforProposal
ForSelectionofBankingPartnerfore-SamparkProject
Technical&FunctionalSpecifications
&InstructionstotheBidderandBidProcess
DepartmentofI.T,ChandigarhAdministration5thfloorAdditionalDeluxeBuilding,
Sector–9D,Chandigarh
eee ---SSSaaammmpppaaarrrkkk PPPrrrooo jjjeeeccc ttt
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
2
TableofContents
1. Acronyms.........................................................................................................................4
2. BidDataSheet.................................................................................................................5
3. Introduction.....................................................................................................................6
4. ScopeofWork.................................................................................................................7
4.1 ProposedProcedure.........................................................................................................................................74.2 FeaturesofthePaymentService(online,manuallyandviaSwipemachines).......................94.2.1 Displayofmaterial.........................................................................................................................................94.2.2 Authorization...................................................................................................................................................94.2.3 MISandotherreports..................................................................................................................................94.2.4 Availability........................................................................................................................................................94.2.5 DataBackup......................................................................................................................................................94.2.6 Maintenance.....................................................................................................................................................94.2.7 Auditing...........................................................................................................................................................104.2.8 InformationAccessibility.........................................................................................................................10
5. RolesandResponsibilities..........................................................................................11
5.1 Bank......................................................................................................................................................................115.2 DepartmentofTreasuries(throughtheDistrictTreasuryOfficer)..........................................125.3 DIT,ChandigarhAdministration..............................................................................................................125.4 SystemsIntegrator.........................................................................................................................................12
6. EligibilityCriteriaforBidders.....................................................................................14
7. GeneralInstructionsforBidProcess........................................................................16
7.1 CostofBidDocument....................................................................................................................................167.2 Pre-BidConference........................................................................................................................................167.3 SiteVisits.............................................................................................................................................................167.4 SupplementalInformationtotheRequestforproposals..............................................................167.5 BidPreparationCosts....................................................................................................................................167.6 DIT’srighttoterminatetheProcess.......................................................................................................177.7 EarnestMoneyDeposit(EMD)..................................................................................................................177.8 Venue&Deadlineforsubmissionofbids.............................................................................................177.9 LateBids..............................................................................................................................................................17
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
3
7.10 BidOpening.....................................................................................................................................................177.11 GeneralGuidelinesforbidopening......................................................................................................18
8. BidInstructionsandConditions................................................................................19
8.1 Documentscomprisingthebidder’sbid...............................................................................................198.2 QualificationBid..............................................................................................................................................198.3 TechnicalBid.....................................................................................................................................................19
9. BidEvaluationProcess................................................................................................23
10. ServiceLevelAgreements........................................................................................28
11. Annexures...................................................................................................................29
11.1 AnnexureI–ListofexistingCentres...................................................................................................2911.2 AnnexureII–Transactionvolumes.....................................................................................................3111.3 AnnexureIII–ReconciliationReports................................................................................................3411.4 AnnexureIV–FormatforQualificationBidLetter........................................................................3511.5 AnnexureV–FormatforTechnicalBidLetter................................................................................3611.6 AnnexureVI–FormatforCitations......................................................................................................3711.7 AnnexureVII–e-TenderingGuidelines.............................................................................................3811.8 AnnexureVIII-Indicativechecklist.....................................................................................................40
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
4
1. Acronyms
Term Explanation
AMC AnnualMaintenanceCost
BACS Bankers'AutomatedClearingServices
CA ChandigarhAdministration
CV CurriculumVitae
DD DemandDraft
DDI DirectDebitInstruction
DIT DepartmentofInformationTechnology,ChandigarhAdministration
EMD EarnestMoneyDeposit
EOI ExpressionofInterest
GBPS Gigabitspersecond
GST GoodsandServiceTax
H/W Hardware
INR IndianRupees
ISO InternationalOrganizationforStandards
ITSM ITServiceManagement
IVR InteractiveVoiceRecording
PBG PerformanceBankGuarantee
SLA ServiceLevelAgreement
SMS ShortServiceMessaging
SSL SecureSocketsLayer
Tricity Chandigarh,MohaliandPanchkula
VAT ValueAddedTax
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
5
2. BidDataSheet
Event TargetDate
EMD INR 5,00,000/- in the form of Demand Draft/PayOrder/Bank Guarantee in favor of “DirectorInformationTechnology”payableatChandigarhfromanationalized/scheduledbank
RFPAdministrativeCharges INR25,000/- tobe submittedalongwith theEMD inthe form of Demand Draft/Pay Order in favor of“Director Information Technology” payable atChandigarhfromanationalized/scheduledbank
Availability of Request For Proposal(RFP)
29thAugust2017(Tuesday)
Last date to send in requests forclarificationsontheRFP
4thSeptember2017by5:00PM(Monday)
DateandTimeforPre-BidConference 06thSeptember2017at11:00AM(Wednesday)
VenueforPre-bidconference Department of Information Technology, 5th floorAdditionalDeluxeBuilding,Sector–9D,Chandigarh
Issueofclarifications 12thSeptember2017(Tuesday)
Lastdateforsubmissionofbids 19thSeptember2017upto1:00PM(Tuesday)
OpeningofPre–Qualificationbids 19thSeptember2017at3:00PM(Tuesday)
OpeningofTechnicalBids 20thSeptember2017at11:00AM(Wednesday)
Presentation Tobenotifiedtoqualifiedbidders
ContactPerson AC(F&A)
ContactAddressandnumbers
DepartmentofInformationTechnology,5thfloorAdditionalDeluxeBuilding,Sector–9D,ChandigarhTel:0172-2740641
Website www.chandigarh.gov.in;www.chdit.gov.in;
e-Tendering Website http://etenders.chd.nic.in
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
6
3. Introductione-Sampark was initiated to bring together the services of all the departments under one singleumbrellaandgivecitizensofChandigarha“Multi-service–Single-window”experienceapartfromcompletelyremovingtheundueharassmentmetbythecitizensduetolackoftransparency.Thisisan initiativebyDepartmentof IT (DIT) for thedevelopment, integrationandmaintenanceofweb-portal for various departments of the Administration for providing 'One-stop-shop'. It not onlyprovidestheTransactionProcessingthroughitscentresandweb-enabledportalbutalsoisamajorsourceofinformationdissemination.Presently the role of System Integrator (SI) and operator is being played by SPIC (Society forPromotionofI.TinChandigarh),asocietyofDepartmentofIT,ChandigarhU.T.Benefitsofthee-SamparkInitiative:• Reductionofwastageoftimeofacitizenasmultipletasksarebeingperformedatthesecentres• Citizen-centriccentreshavingstate-of-the-artfacilities,apartfromcentrallocation• 8a.m.to8p.m.serviceonalldaysexceptSundays• Betterturn-aroundinreceipt,processingandissueofservices• Transparencyindeliveryofservices• EasymaintenanceofMISleadingtoquickreconciliationoftreasurycollectionse-SamparkProject• ChandigarhAdministrationhassetup43Samparkcentres(includinge–SamparkGramSampark,
Kiosk)andhasalsotiedupwith8PostOfficestorendere-Samparkservices.Thelistofexistingcentres isgiven inAnnexure I.The list isnonexhaustiveastherewillbe increase incentres induecourseoftime.
• Presently45G2Cand4B2CServicesarebeingprovidedatthesecentres.Transactionsvolumesforlast3yearsaregiveninAnnexureII.Thelistisnonexhaustive,infuturetheservicesmayincrease.
TheselectionofBankingPartnerwouldbeonnon-exclusivebasis.TheDirector,DepartmentofInformationTechnology,ChandigarhAdministrationreservestherighttoacceptorrejectorcancelanytenderorrelaxanypartofthetenderofferwithoutassigninganyreasonthereof.
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
7
4. ScopeofWorkChandigarhAdministration is providing services to its citizens through the e-SamparkCenters andPost Offices that involve financial and non-financial transactions. As regards the non-financialtransactions,thesamearemanagedbytheSPICdirectlywiththeconcerneddepartments,whereasfinancialtransactionsrelatetoReceiptofpaymentsrelatingtoutilitybills,taxesetc.Toensuretheproper management of the government revenue collected/disbursed through the above saidfinancial transactions from the e-Sampark centres and Post Offices, the role of a Bank becomesimperative.AccordinglythescopeofworkforaBankcanbedescribedasfollows:
- Collection of cash/cheques received at the e-Sampark centres and Post Offices includingCollection&DepositofmoneyfromanytemporaryeSamparklocation.
- Handlingofsuchcash/cheques- Timelyencashmentofcheques- Supply,Commissioningandmaintenanceofpointofsaleswipemachinesateache-Sampark
CentresandPostOffices.- Handlingthereceiptofpaymentthroughdebitandcreditcardsusingswipemachinesatthe
e-Sampark centres, and also the swipe machines should be compatible with all kind ofcards(VISA,MasterCard,RuPay,AmericanExpressetc)
- Rendering of online payment facility to citizen / depositor with option of paying throughInternet banking, debit cards, credit card, digital wallets, etc. Selected bank would berequiredtoprovideonlinepaymentgatewayonnon-exclusivebasis.
- UndertakingTreasuryoperationsonbehalfofChandigarhAdministrationwithregardtotheabove
- Timelyreportingaboutthedishonoredandbouncedchequestotheconcerneddepartments- Timelytransferoffundstothespecificbankaccountsofgovernmentandprivateentities- Maintain separate accounts under separate receipts/heads/accounts and providing its
onlineaccesstoallparticipatingagenciesforgreatertransparency- EstablishmentofATMsatdesignatedSamparkcentresforensuringBankingServicesatthe
doorstepsofthecitizens.Theselectedbankingpartnerwillhavetopayrent@INR10,000permonthforeachATM,withanannualrentalincrement@10%.ThespacemaybeallottedtosomeotherbanktosetupATMs,howeverselectedbankingpartnerwillhavefirstrightofrefusal.
- Deploymentofdedicatedteamfortimely interactionwithAdministrationandparticipatingagencies
- TimelyReconciliationofallfinancialtransactionswiththeAdministration
4.1 ProposedProcedure
Basedon theAs Isprocessandrequirementsofe-SamparkProject the followingprocesscouldbefollowedforMoneyCollection,OnlineCollection,TransferandBankReconciliation.MoneyCollectionProcess
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
8
• Citizens avail services at e- Sampark centres and Post Offices andmake the payment for theservices.
• Modesofpayment -Cash/Cheque/DD/PO/Debit&Creditcardpaymentusingswipemachines.ThereshallbesameCheque/DD/POforaseparatedepartment/organizationagainstsinglebill.
• Theoperator collects thepayments andacknowledgement receipt is given to the citizen. Thisacknowledgementreceiptrecordsthedepartment/organizationnameandthepurpose(i.e.theservice availed etc.). The receipt for acceptance of Cheque shall be issued as ‘subject torealization’.
• TheBankselectedcollectsallthecash/cheques/DDaccumulatedatthee-SamparkcentresandPostOfficesonthesameday.Thisisdonetobedonetwiceaday,between1-2pmand8-8.30pm along with the MIS reports (which includes debit and credit card transactions) to bepreparedandgeneratedbytheexecutiveatthee-SamparkcentresandPostOffices.
OnlineCollectionProcess• Depositorswilllogintoe-SamparkPortal(http://sampark.chd.nic.in/)andwillchoosetheoption
thathe/shewishestoapply/payforandfillincertainpersonalinformationlikename,address,etc. as requiredby e-SamparkPortal for initiating thepayment.On completionof thedetails,applicants/depositorsshallbeprovidedwithoptionstomakepaymentfortherequisiteamountthroughPaymentGatewayServicesprovidedbytheselectedbankingpartner.
• Thedepositorshouldbeprovidede-Receiptfortheamountdepositedbyhim/her.
MoneyTransferProcess• The Bank will transfer the total amount of successful transactions (as per the MIS) to the
designatedtreasury/bankaccounts,alongwithrequisiteMISreports.• AlltheCashistobedepositedbytheBankinthetreasury/bankaccountasthecasemaybeand
chequessentforrealization.• The Bank to transfer the money collected into the respective treasury/bank accounts of
governmentdepartmentsandprivatepartiesasfollows:• Cash&DebitCard:T+1(whereTisthedateoftransaction)• Cheque&CreditCard:T+3(whereTisthedateoftransaction)
• The Bank to automatically segregate the Cash as well as money collected through debit andcreditcards,intolotsbasedonthedepartmentandtypeofrequirements.
• Acopyofthereceiptscrollsshallalsobesenttothedepartmentsandacopyalsotoberetainedby theBank.Thescrollswill contain thedetailsof the transactions including thedepartment’sname,majorheadofaccount,theserviceavailedandallotherdetailsasperprescribedchallan.
• Detailsof the transactions forwhich thechequehasbeenbounced is tobeupdated in thee-Samparkapplication(e-SamparkSIhastogiveuserID/passwordtoBankforupdatingthestatusofcheques)
ReconciliationProcedure• TheBank tosend report forcollectionanddeposits to theDistrictTreasuryOfficer (DTO)ona
dailybasis.• Alsodailyandmonthlyreconciliationistobedonethroughatransactionsummaryreportsentby
theBanktotheDTO.ThereconciliationcanbedoneusingtableslistedinAnnexureIII.
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
9
• In case of bounced cheques, intimation is to be sent to the respective department anddesignated e-Sampark centre/ post office for updating the payment status and for takingnecessaryactions.
4.2 FeaturesofthePaymentService(online,manuallyandviaSwipemachines)
ThepaymentServiceshouldhavethefollowingfeatures-
4.2.1 Displayofmaterial
SelectedBankisnotentitledtothedisplayofanymaterialonPaymentGatewaywebpageundere-SamparkPortaland fordisplayat samparkcenterpriorpermissionshallbe soughtby thebankingpartnerfromDept.ofIT.
4.2.2 Authorization
Any transaction made with a debit or credit card via swipe machines and online must first beauthorizedbythecardissuingauthority.Theservicemustaffordasecurelinkbetweene-Sampark,citizenandcardprocessortoavoidfraudulenttransactions.Thesecurelineshouldalsoensurefastandefficienttransactionprocessing.
4.2.3 MISandotherreports
TheMISprovidedtoDTOshould includecustomerAccountno.,amountpaid,transactionID,date,timeandpaymentmode(e.g.debitcardandcreditcard).TheMISreportstobesubmittedbytheBankshallbefinalizedwiththeSI.
4.2.4 Availability
The payment Service via swipe machines and online payment gateway should facilitate multipleusersmakingtransactionsfromvariouslocationsatasinglepointoftime.Hence,theServicemustsupportunlimitedorareasonablylargenumberofuseraccess.Serviceunavailabilityresultingfromloss of network availability can be excluded from service availability calculations if the networkavailabilitylossiscausedbyanyfactorsbeyondtheBank’scontrol,suchasnaturaldisastersorenduser'sportionofthenetworkfailure.
4.2.5 DataBackup
TheBankshallmakeregularbackupsofpaymenttransactionsrelateddataviaswipemachines.TheBank shallmake backups available to authorized personnel of the SI orDIT or departments uponrequest.
4.2.6 Maintenance
ScheduledMaintenance:TheBankshallspecifythebasisforscheduledmaintenancecausing/ornotcausingdisruptiontoprovidedelectronicpaymentserviceviaswipemachinesandonlinepaymentgateway.Disruptionofserviceduetoscheduledmaintenanceistobeexcludedfromserviceuptime(availability) calculations provided that SI is notified.Maintenance shall be performed during off-peakhoursandtheBankshallalwaysprovideadvancednoticeofscheduledmaintenancetoSI.Emergency Maintenance: The Bank shall specify the reasons for performing emergencymaintenance (Example:security related issues).TheBankshallnotify immediately theSI regardingtheemergencymaintenance.Un-notifiedserviceunavailabilityduetoemergencymaintenancewillbeincludedintheservicedowntimecalculations.
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
10
4.2.7 Auditing
AllBankrecordsrelatedtopaymentswithrespecttoconsumershallbeavailableforinspectionandauditing byDistrict TreasuryOfficer (DTO) or other authorized representatives. The Bank shall beactingtocorrectorremedyanyauditresultswithinatimeperiodagreeduponwiththeDIT.Duringthecourseoffinancialauditandatanytimeafterthecompletionofthetransaction,incaseofanydiscrepancies,theBankwillbeliabletopayDITtheprincipalamountalongwithinteresttobecalculatedatprevailingrateofPLR+2%fromthedateofthetransactiontillthedateofpayment.
4.2.8 InformationAccessibility
• The Bank shall provide access to payment information to specified users and administratorsauthorizedbytheDITandSIusingtheserviceonatimelybasisinanaccurate,understandableandlogicalformat.
• TheBankshallprovideparticipatingGovernmentdepartments’realtimeaccesstotransactiondataandMISsupport.
• TheBankshallnotprovideaccessofpaymentinformationto"anythirdparty"unlessmutuallyagreedtowiththeDITorrequestedbylegalauthority.
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
11
5. RolesandResponsibilities
5.1 Bank
1. Collection of cash/cheques/drafts from e-Sampark centres and Post Offices twice daily i.e.between1-2pmand8-8.30pm.
2. Collection&DepositofmoneyfromanytemporaryeSamparklocation.3. Provideinformationonlineonbouncedchequestodepartmentsaswellastoe-Samparkcentres
throughthee-Samparkapplication.4. Provideminimum two swipemachines at eache-Sampark centres andPostOffices alongwith
required telephone lines for debit and credit card transactions. The cost of telephoneconnectivity,consumablesandinfrastructurewillbebornebytheBank.TheBankalsoneedstotake care of the uptime and connectivity of the swipemachines and also the swipemachinesshouldbecompatiblewithallkindofcards(VISA,MasterCard,RuPay,AmericanExpressetc)
5. Provide online payment services. Selectedbankwould be required to provide online paymentgatewayonnon-exclusivebasis.
6. To set up ATMs at designated e-Sampark centres to facilitate the provision of the BankingServicesintheneighbourhoodofthecitizen.Theinstallation,operations,maintenance(includingenergycharges),securityetc.willbesoleresponsibilityoftheBank.Theselectedbankingpartnerwillhavetopayrent@INR10,000permonthforeachATM,withanannualrentalincrement@10%.ThespacemaybeallottedtosomeotherbanktosetupATMshowever,selectedbankingpartnerwillhavefirstrightofrefusal.
7. To setup a mechanism for the resolution of failed online transactions and transactions usingswipemachines.
8. DataManagementforallthecollections.9. Provide atleast one Currency counting and Fake note detection machine at each e-Sampark
centreandpostoffice.10. TheBankwouldberesponsibleforreconciliationoffundscollectedduringadaythroughOnline
Transactions, Cash Collections and through Swipe Machines at the centres and will furthertransfer the funds to the Treasury/Departments/Organizations.MIS for the samewill also besubmittedby theBank to the SI,Departments, Treasury andDIT. Bank shall alsohighlight thediscrepancies in case of mismatch between funds collected and the number of transactionsdone.SIshallberesponsiblefortransferringthefundsthroughonlinetransactionsmadeviathePayment Aggregator to the Bank (in cases where payment aggregator services are beingprovidedbyentityotherthanselectedbankingpartner)
11. The Bank shall ensure compliancewith latest international information security standards likeISO27001.
12. TheBankshallensurethatalltheinformationand/ordataobtainedbyitfromclient/customersarestoredsecurelyandequippedwithreasonableprecautionsagainstdamage.
13. ProvideonlineaccesstotheDITwithrespecttoalltransactionsdonebytheBankonitsbehalf.14. The Bank shall be responsible for maintaining the confidentiality of all the transactions
conductedbythemonbehalfoftheChandigarhAdministration.15. TheBankshallpreservealltherecordspertainingtomoneycollection&depositandbeableto
producethesamewheneverrequired.
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
12
5.2 DepartmentofTreasuries(throughtheDistrictTreasuryOfficer)
1. TheDistrict TreasuryOfficer is the authorized representativeofChandigarhAdministration forfinancialtransactionsandisresponsibleforreconciliationoftransactionsconductedthroughe-Sampark.
2. To conduct tripartite reconciliationof receiptswith theSI (at thee-Sampark centresandPostOfficeandonlineportal)andwiththebank(withrespecttothedeposits intheBank/Treasury)onadailybasis.
3. To conduct financial audit with respect to financial transactions from the e-Sampark centres,PostOfficeandonlineportalonaregularbasis.
4. Toconductreconciliationofbounced/dishonouredChequesaswellaschargebacktransactionsincaseofrefundtransactionsate-SamparkcentresandPostOffice.
5. TokeeprecordoftransactionbackupsubmittedbySIondailybasis.
5.3 DIT,ChandigarhAdministration
AsowneroftheProject,theroleofDITincludesdischargingthefollowingresponsibilities:1. SigningMoU/Agreementswithall theparticipatingDepartments,SIandBankforcreating legal
framework.2. Ensuringthatthedifferentstakeholdersparticipatingine-Samparkprojectareresponsivetothe
needsofthecitizens.3. ConductingPerformanceAuditofe-Samparkcentreoperations.4. Openingofnewe-Samparkcentresandaddingonmoreservices.5. FacilitatingtosetupATMsate-Samparkcentres.
5.4 SystemsIntegrator
1. Procurement & installation of Hardware, System software, Anti-virus, Printers, UPS etc. at e-Samparkcentres.
2. Procurementofnon-ITInfrastructure(furnitureetc.)atthecentres.3. Application Development (this would include either upgrading the existing application or
developing a new one)& Implementation (Digital Signature Certificates, Touch Screen Panels,Mobile,ElectronicTokenSystem).Thisshouldbecompliantwithitsrespectivestandards.• GenerateMISforstakeholders• PortalDesignandDevelopment• Integrationofnewe-Govinitiativeswiththee-Samparkapplication
4. Any loss or theft of any infrastructure (furniture, air conditioner etc.) provided by DIT orprocuredbySIwillberesponsibilityoftheSIandshouldbecoveredatitsowncosts.
5. SI should take daily incremental backups in a DVD and deposit it at DTO every day. Also acomplete backup of all the data and transactions should be taken on a monthly basis andsubmittedtoDIT.
6. SI may tie up with Payment Aggregator for payment gateway to manage the financialtransactionsthatoccurattheportalthroughDirectDebit,DebitCards,CreditCards,CashCards,digitalwallets,etc.
7. SIshallcoordinatewithaBankselectedbyDITforcollectionsatthee-SamparkcentresandPostOffices(Cash,Swipemachines)andcompletereconciliationofallthetransactionseitherthrough
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
13
CentresorthroughPortalviaPaymentAggregator.Tohandovercash/cheque/draftstwiceaday,between1-2pmand8-8.30pmeachdaytotheBankfromeverycentre.
8. ProvidereportingandMIS(includinginformationanddetailsregardingbouncedchequesonthesameday)tothestakeholdersonadailybasis.
9. Providephysical spaceat thecentres for swipemachines (providedby thebank) fordebitandcreditcardtransactionsandensuretheapplicationisintegratedwiththeswipemachines.
10. InsuranceandsecurityofthecentresandcashtoberesponsibilityoftheSI.11. TheSIshallberesponsible formaintainingtheconfidentialityofall thetransactionsconducted
byitonbehalfoftheAdministration.
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
14
6. EligibilityCriteriaforBiddersThisinvitationforbidsisopentoallIndianscheduledbanksthatfulfillallthequalificationcriteriaasspecified in this section. The Bidder shall be responsible to DIT & SI for discharging of allresponsibilitiesrelatedtotheBidfinalizationandimplementationofproject.Qualificationcriteriafortheparticipatingbiddersareasgivenbelow:Biddershall complywith the followingqualificationeligibilitycriteria forgettingshort-listed in theQualificationround:i. The Bidder should be a scheduled commercial bank having operations for the previous 5
financialyearsinthetricitycomprisingofChandigarh,MohaliandPanchkulacities.ii. TheBiddershouldbeaprofit-makingbankwithnetprofitsaftertaxofatleastINR750crores
ineachofthelast5financialyearsprecedingthecurrentfinancialyear.iii. The Bidder should be undertaking Treasury banking operations on behalf of either the
Central Government or any of the State Governments. This shall not include themanagementofaccountofanyBoard,CorporationoranyotherUndertakingofeither theCentralorStateGovernment.
iv. TheBidder shallhaveatleast5branches (excludingextensioncounters)operational in theChandigarhason31.03.2017.
v. TheBiddershouldhaveimplementedcore-bankingsolutionsfortheirinternaloperations.vi. TheBiddershouldbeauthorizedbyRBIforofferingdebit,credit&othercardtransactions
throughswipemachinesandalsoonlinepaymentservices.RequirementofDocumentsThe Table below gives the detail of the Documents that the bidder needs to submit for itsQualificationagainsteachcriterionforqualifyingfortheopeningofTechnicalBids.Table-1
S.No. Criteria Referencedocument1. The Bidder should be a scheduled
commercial bank having operations forthe last 5 financial years in the tricity(defined as Chandigarh, Mohali &Panchkulacities)
SelfCertificationbytheBidder
2. The Bidder should be a profit-makingbankwithnet profits after taxof atleastINR 750 crores in each of the last 5financial years preceding the currentfinancialyear.
Relevant extract of Profit and Lossstatements (Duly certified/attested byCharteredAccoutant)
3. The Bidder should be undertakingTreasurybankingoperationsonbehalfof
CopyofAuthorization
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
15
S.No. Criteria Referencedocumenteither theCentralGovernmentoranyofthe State Governments. This shall notinclude the management of account ofany Board, Corporation or any otherUndertakingofeithertheCentralorStateGovernment
4. Shall have atleast 5 branches (excludingextension counters) operational in theChandigarhason31.03.2017
SelfCertificationbytheBidder
5. TheBankshouldhave implementedcorebanking solutions for their internaloperations
SelfCertificationbytheBidder
6. The Bidder should be authorized by RBIfor offering debit, credit & other cardtransactionsthroughswipemachinesandalsoonlinepaymentservices.
Copyofauthorization
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
16
7. GeneralInstructionsforBidProcess
7.1 CostofBidDocument
The bid document is available online on website mentioned in the Bid Data Sheet and can bedownloadedby the interestedbidders.Howeverwhile submitting thebid, thebidderwill have topayanamounttowardsthecostofthebiddocumentandthesameisnon-refundable.ThispaymentshouldbemadeintheformasmentionedinBidDataSheet,whichwillbeinadditiontotheEarnestMoneyDepositandpaidatthetimeofsubmissionofthebid.
7.2 Pre-BidConference
DIT will host a Pre-Bid Conference as per schedule given in Bid Data Sheet. The purpose of theconference is to provide bidders with information regarding the RFP and the proposed Projectsolution requirements, and to provide each bidder with an opportunity to seek clarificationsregardinganyaspectoftheRFPandtheProject.Thebiddersarerequestedtosubmitanyquestionsby email before the pre-bid conference at the email id asmentioned in the Bid Data Sheet. Thesubject lineof themail shouldbe:PreBidClarificationQuestion forSelectionofBankingpartnerfore-SamparkProject:Bidder’sCompanyName.DITwillendeavortoprovideacomplete,accurate,andtimelyresponsetoallquestions.However,DITmakesnorepresentationorwarrantyastothecompletenessoraccuracyofanyresponse,nordoestheDITundertaketoanswerallthequeriesthathavebeenposedbythebidders.Allresponseswillbemadeavailabletoallthebidders.
7.3 SiteVisits
TheBidder at its own responsibilitymay visit anyof the centres and SPIC for reconnaissance andobtain information regarding the functioningof thee-Samparkcentres, servicesprovidedat thesecentres, IT infrastructure available, functionality of the applications deployed etc. The costs ofvisitingthee-SamparkcentresorSPICofficeshallbeatthebidder’sownexpense.
7.4 SupplementalInformationtotheRequestforproposals
If DIT seems it appropriate to revise any part of this RFP or to issue additional data to clarify aninterpretationofprovisionsofthisRFP,itmayissuesupplementstothisRFP.Anysuchsupplementshallbedeemedtobe incorporatedbythisreference intothisRFPwhichwillbe intheformofanaddendum hosted on our website. It would be the sole responsibility of the bidders to regularlycheckthewebsiteforanysuchaddendumsasnoadvertisement,writtencommunicationetc.willbeissued in this regard. Any change decided shall be uploaded on the e-Tendering system ascorrigendum(http://etenders.chd.nic.in)
7.5 BidPreparationCosts
Thebidder is responsible forall costs incurred inconnectionwithparticipation in thebidprocess,including,butnotlimitedto,costsincurredinconductofinformativeandotherdiligenceactivities,participation inmeetings/discussions/presentations,preparationofbid, inprovidinganyadditionalinformation required by DIT to facilitate the evaluation process, and in negotiating a definitiveServiceAgreementandallsuchactivitiesrelatedtothebidprocess.ThisRFPdoesnotcommitDITto
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
17
awardacontractortoengageinnegotiationswithanybidder.Further,noreimbursablecostmaybeincurredinanticipationofaward.
7.6 DIT’srighttoterminatetheProcess
i. DITreservestherighttoexpand,alter,rescind,modifyorannulthetermsofthisRFPatanytimewithoutassigninganyreason.DITmakesnocommitments,expressorimplied,thatthebidprocesswillresultinabusinesstransactionwithbidder.
ii. ThisRFPdoesnotconstituteanofferbyDIT.
7.7 EarnestMoneyDeposit(EMD)
i. The Bidders shall submit, along with their Bids, Earnest Money Deposit as per detailsmentionedinBidDataSheetwithvalidityof180days.TheEMDinanyotherformshallnotbeentertained.TheEMDamountshouldbesubmittedalongwiththequalificationbid.
ii. TheEMDofallunsuccessfulbidderswouldberefundedbyDITwithin60daysafterthebidprocess iscompleted.TheEMDofthesuccessfulbidderwouldbeadjustedtowardspartialfulfillmentofthePerformanceGuarantee.
iii. ThebidwithoutadequateEMDwillbeliableforrejectionwithoutprovidinganyopportunitytothebidderconcerned.
iv. TheEMDcanbeforfeitedifaBidder1. WithdrawsitsbidduringtheperiodofbidvalidityasspecifiedintheRFP2. During the bid process, if a Bidder indulges in any such deliberate act as would
jeopardise or unnecessarily delay the process of bid evaluation and finalisation. Thedecision of the client regarding forfeiture of EMD shall be final & shall not be calleduponquestionunderanycircumstancesor
3. ViolatesanyofsuchimportantconditionsofthisRFPdocumentorindulgesinanysuchactivity as would jeopardize the interest of the client. The decision of the clientregardingforfeitureoftheEMDshallbefinal&shallnotbecalleduponquestionunderanycircumstances.
7.8 Venue&Deadlineforsubmissionofbids
BidsmustbesubmittedattheaddressandaspertheschedulespecifiedinBidDataSheet.
DITmay, inexceptional circumstancesandat itsdiscretion,extend thedeadline for submissionofbidsbyissuinganAddendumwhichshallbehostedonthewebsitementionedintheBidDataSheet,inwhichcaseallrightsandobligationsoftheproposedProjectandthebidderspreviouslysubjecttotheoriginaldeadlinewillthereafterbesubjecttothedeadlineasextended.
7.9 LateBids
Bids received after the due date and the specified time for any reason whatsoever, shall not beentertained.
7.10 BidOpening
Total transparency will be observed while opening of bids. DIT reserves the right at all times topostponeorcancelascheduledBidopening.Thevenueanddateandtimingfortheopeningofbidis
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
18
specifiedinBidDataSheetofRFP.Intheeventofthespecifieddateofbidopeningbeingdeclaredaholiday,thebidsshallbeopenedattheappointedtimeandlocationonthenextworkingday.
7.11 GeneralGuidelinesforbidopening
i. Bids will be in two parts (qualification and technical) as indicated in the RFP through e-Tenderingprocess.Therewillbetwobid-openingevents(i)forthequalificationsand(ii)fortheTechnicalBids.
ii. DITwillopenthequalificationbidsandlistthemforfurtherevaluation.The‘TechnicalBid’coversshallnotbeopeneduntiltheevaluationofthequalificationbidiscomplete.
iii. The technicalbidsofonly thosebidderswhoqualify in thequalificationevaluationwillbeopened.
iv. Allthebidswillbeopenedinpresenceofthebidder’srepresentatives,ifpresentatthetimeofbidopening.However,ifthereisnorepresentativeofanybidder,DITisentitledtostillgoaheadandopenthebidofthequalifiedrepresentative.
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
19
8. BidInstructionsandConditionsFor the bidding process, the bidders shall upload bids at the e-Tendering website(http://etenders.chd.nic.in). For further details about the e-Tendering procedure and itsrequirements,referAnnexureVII.Sealed Tender offers shall be received by the Director, Department of Information Technologythrough thee-Tendering systembefore the timeanddate specified in the scheduleof the tendernotice. In the event of the specified date for the submission of tender offers being declared aholiday,theofferswillbereceiveduptotheappointedtimeonthenextworkingday.The Department of Information Technology may, at its discretion, extend this deadline forsubmissionofoffersbyissuingcorrigendumanduploadingthesameone-Tenderingsystem.CheckListforthePre-QualificationcumTechnicalBidisplacedatAnnexureVIII
8.1 Documentscomprisingthebidder’sbid
Bidssubmittedbythebiddersshallcomprisethefollowing:i. QualificationbidalongwiththeEMDandRFPAdministrativeChargesii. Technicalbid
Thebidsmustbecompleteinallrespects.Thebidsshallbesubmittedinhardcopiesalso.TheDITwillnotacceptdeliveryofbidsbyfaxoremail.Allcopiesofthequalificationandtechnicalbidsmustbesubmittedinasealedpackage.Theoutsideofthepackagemustclearlyindicatethenameoftheproject (“Bid for Selection of Banking Partner for e-Sampark Project”), the bidder’s name andaddress, and thenamesof primary and secondary contact persons. Failure to adequately addressthe outside of a package could cause a bid to be misdirected or to be received at the requireddestinationafterthedeadline.
8.2 QualificationBid
Thequalificationbidshouldcontaindocumenttoevaluatethatthebidder’stechnicalskillbaseand financial capacityareconsistentwith theneedsof theprojectandmeets thequalificationcriteriaasmentioned.Thebidshouldcontainfollowing:-a. Printedcoverletter,aspertemplateinAnnexureoftheRFPb. EMDandRFPAdministrativeChargesc. ComplianceandRequireddocumentsaspertheRFPd. CitationsaretobeprovidedasperformatgiveninAnnexure.
8.3 TechnicalBid
a. Thetechnicalbidshouldcontainacopyofthepresentation.b. Thepresentationshouldaddressthefollowingattheminimum:
i. Implementationmethodology,projectplanandimplementationscheduleii. ProjectManagement,reportingandreviewmethodologyiii. Problemescalationmethodologyiv. Scalability&Performancev. Operationalenvironment
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
20
vi. On-sitePostImplementationSupportStrategyvii. KeyDeliverables(alongwithsampledeliverables,whereverpossible)
c. DITisalsoopentoanysuggestionsthatthebiddermaywanttorenderwithrespecttothe
approach adopted for the assignment in the light of their expertise or experience fromsimilarassignments.However,thisshouldnotleadtothesubmissiondatebeingmissedorextended.
TheTechnicalbidshalladdressthefollowing:
i. Printedcoverletter,aspertemplateinAnnexureoftheRFPii. ComplianceandRequireddocumentsaspertheRFPiii. UnderstandingoftheProject
• OperationsandtheirChallenges• UnderstandingoftheScopeoftheWork
iv. ApproachandMethodologyv. ProjectPlanvi. KeyDeliverables(alongwithsampledeliverables,whereverpossible)
8.4 SignatureofBidsThecoveringlettersmustbesignedwiththebidder’snameandbyarepresentativeofthebidder.8.5 SealingandMarkingofBidsi. ThebiddersshallsealthequalificationbidalongwiththeEMDinaninnerenvelopemarked
"Qualificationbid”.Theinnerenvelopeshallbesealedinanouterenvelope.ii. The bidder shall seal the technical bid in an inner envelopemarked "Technical Bid”. The
innerenvelopeshallbesealedinanouterenvelope.8.6 ValidityofBidThebidassubmittedmustbevalidforacceptanceforatleast180daysfromthedateofopeningofbid,unlessspecifiedotherwise.8.7 AmendmentofBiddingDocumentThe requirements specified in this RFP reflect those presently known. DIT reserves the right tomodifybiddingdocumentsby issuingaddendaatany timeprior to thedeadline for submissionofbids, for any reason,whether at its own initiativeor in response to a clarification requestedby aprospectivebidder.8.8 Disqualificationa. The bid is liable to be disqualified in the following cases or in case bidder fails to meet the
biddingrequirementsasindicatedinthisRFP:i. Bidnotsubmittedinaccordancewiththisdocument.ii. TheBidderqualifiesthebidwithitsownconditions.iii. Bidisreceivedinincompleteform.iv. Bidisreceivedafterduedateandtime.v. Bidisnotaccompaniedbyallrequisitedocuments
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
21
vi. Informationsubmittedintechnicalbidisfoundtobemisrepresented,incorrectorfalse,accidentally,unwittinglyorotherwise,atanytimeduringtheprocessingofthecontract(nomatteratwhatstage)orduringthetenureof thecontract includingtheextensionperiodifany.
vii. TheBiddertriestoinfluencethebidevaluationprocessbyunlawfulmeansatanypointoftimeduringthebidprocess.
viii. Incaseanyonepartysubmitsmultiplebidsorifcommoninterestsarefoundintwoormorebidders,thebiddersarelikelytobedisqualified,unlessadditionalbids/biddersarewithdrawnuponnoticeimmediately.
ix. In case the selected Bidder fails to deposit the Performance Bank Guarantee (PBG)within15workingdaysoftheissueoftheWorkOrderorwithinsuchextendedperiodbyDITbutbeforetheexecutionofthecontract.
b. Bidders may specifically note that while evaluating the bids, if it comes to DIT’s knowledge
expresslyor implied, that somebiddersmayhave compounded in anymannerwhatsoeverorotherwisejoinedtoformanallianceresultingindelayingtheprocessingofbidthenthebiddersso involvedare liable tobedisqualified for thiscontractaswellas fora furtherperiodof twoyears from participation in any of the bids floated by Chandigarh Administration. It is alsoclarifiedthatifneedarisesDITwouldgoinforappointmentofoutsideparty(s)toundertaketheworkunderthecaptionedbid.
8.9 ModificationandWithdrawalofBids No bid may be withdrawn in the interval between the deadline for submission of bids and theexpiration of the validity period specified by the bidder on the bid form. In case any Bidderwithdraws itsbidbefore thecompletionof theevaluationprocess, theEMDsubmittedalongwiththebidwillbeliabletobeforfeited.8.10 ConflictofInterest
DIT requires that the biddermust provide professional, objective, and impartial advice and at alltimes hold DIT’s interests paramount, strictly avoid conflictswith other assignments/jobs or theirowncorporateinterestsandactwithoutanyconsiderationforfuturework.Incasethebiddershaveanysubsisting interest,eitherbythemselvesor throughtheirpartners, that is likely toconflict theworkspecifiedintheScopeofWork,theyshalldeclaresuchinterestsaspartoftheirproposal.
8.11 AcknowledgementofUnderstandingofTerms By submitting a bid, each bidder shall be deemed to acknowledge that it has carefully read allsectionsofthisRFP,includingallforms,schedulesandannexurehereto,andhasfullyinformeditselfastoallexistingconditionsandlimitations.8.12 ConditionsThefollowingtermsareapplicabletotheRFPandthebidder’sbid.i. Any work product, whether acceptable or unacceptable, developed under a contract
awardedasaresultofthisRFPshallbethesolepropertyofDITunlessstatedotherwiseinthedefinitiveserviceagreement.
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
22
ii. TimingandsequenceofeventsresultingfromthisRFPshallultimatelybedeterminedbyDIT.iii. Nooralconversationsoragreementswithanyofficial,agent,oremployeeofDITshallaffect
ormodifyanytermsofthisRFP,andanyallegedoralagreementorarrangementmadebyabidderwithanydepartment,agency,officialoremployeeofDITshallbesupersededbythedefinitiveserviceagreementthatresultsfromthisRFPprocess.OralcommunicationsbyDITtobiddersshallnotbeconsideredbindingonDIT,norshallanywrittenmaterialsprovidedbyanypersonotherthanDIT.
iv. Bids are subject to rejection if they limit or modify any of the terms and conditions orspecificationsofthisRFP.
v. Byresponding,thebiddershallbedeemedtohaverepresentedandwarranted:thatitsbidisnotmadeinconnectionwithanycompetingbiddersubmittingaseparateresponsetothisRFP, and is in all respects fair and without collusion or fraud; that the bidder did notparticipateintheRFPdevelopmentprocessandhadnoknowledgeofthespecificcontentsoftheRFPpriortoitsissuance;andthatnoemployeeorofficialofDITparticipateddirectlyorindirectlyinthebidder’sbidpreparation.
vi. Neither the bidder nor any of bidder’s representatives shall have any claims whatsoeveragainstDIToranyofitsrespectiveofficials,agents,oremployeesarisingoutoforrelatingtothisRFPortheseprocedures(otherthanthosearisingunderadefinitiveserviceagreementwiththebidderinaccordancewiththetermsthereof).
vii. Untilthecontractisawarded,biddersshallnot,directlyorindirectly,solicitanyemployeeofDIT to leave DIT or any other officials involved in this RFP process in order to acceptemploymentwith the bidder, its affiliates, actual or prospective consortiummembers, oranypersonactinginconcertwiththebidder,withoutpriorwrittenapprovalofDIT.
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
23
9. BidEvaluationProcessBidswillbereviewedbytheBidEvaluationCommitteeappointedbyDIT.Evaluationofthebidswillbedoneintwostagesandattheendoffirststageshortlistedbidderswillbeinformedoftheresulttohaveafairandhealthycompetition.Thefollowingistheprocedureforevaluation.9.1 EvaluationofQualificationBidsa. Thedocumentation furnishedby thebidderwillbeexamined tosee if the theyareconsistent
with the requirementsof this project andmeet thequalification criteria as specified above inthisRFP.
b. The Bid Evaluation committee may ask bidder(s) for additional information and/or arrangediscussionstoverifytheclaimsmadeinbiddocumentation.
c. Anybidnotcomplyingwiththerequirementsofthequalificationcriteriawillnotbeprocessedfurther.
9.2 EvaluationofTechnicalBidsThetechnicalbidsofonlythosebidders,whoqualifyintheevaluationofthequalificationbids,shallbeopened.1. ThetechnicalbidsareevaluatedaspertherequirementsspecifiedintheRFPandadoptingthe
evaluationcriteriagivenbelow.TheBiddersarerequiredtosubmitallrequireddocumentationinsupportoftheevaluationcriteriaandasmentionedinthisRFP.
2. The Bid Evaluation committee may ask bidder(s) for additional information and/or arrangediscussionstoverifytheclaimsmadeinbiddocumentation.
3. Basedontheevaluationmethodologymentionedbelow,eachTechnicalBidwillbeevaluatedonascoreofamaximumof100marksandonlythosebidswhosescoreismorethan70(Seventy)marksshallbeconsidered.
4. TheBidderscoringmaximummarksoutofatotalof100marks(aftercrossingthethresholdof70marks) shall qualify for the award of the project by DIT. In case ofmore than one bidderscoringsamemaximummarksDITreservestherighttochoosethesuccessfulbidder.
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
24
TechnicalEvaluationCriteriaTable-2
S.No. EvaluationCriteria Numbers MarksCompliance
1 RelevantExperience 85
1.1
Experience in providing similar services throughcitizenservicecentres(CSCs)(Bankhastoprovideworkorder(s)insupportofeachproject)
None 0
1-2projects 10
3-4projects 15
>=5projects 20
1.2
Experience in undertaking Treasury operationson behalf of State Government/CentralGovernmentministry(Bankhastoprovideworkorder(s)insupportofeachproject)
None 0
1-2projects 5
3-5projects 10
>5projects 20
1.3
Number of Branches of the Bank in the Tricity(defined as Chandigarh, Mohali & Panchkulacities)(selfDeclarationtobeprovided)
None-4branches 0
5 5 6-10 10 >=10 15
1.4
Number of ATMs in the Tricity (defined asChandigarh,Mohali&Panchkulacities)(selfDeclarationtobeprovided)
None-9ATMs 0
10ATMs 5 11-15ATMs 10 16-20ATMs 15 >21ATMs 20
1.5
Experienceofprovidingonlinepaymentgatewayservices(Bankhastoprovideworkorder(s)insupportofeachproject)
None 0 1-3projects 5
>3projects 10
2Proposed Solution, Capability andImplementationPlan 15
2.1 UnderstandingofProjectRequirements
Marks basedonpresentationby thequalifiedbidders
2.2 ApproachandMethodology
2.3
Tools for monitoring compliance with SLArequirementsonarealtimebasis.WaiverofanyMDRchargesorconcession,whichcan be passed on to citizens should written intheproposalsolution.
TotalMarks 100
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
25
9.3 ContractFinalizationandAwardIfDITisunabletofinalizeaserviceagreementwiththebidderrankedfirst,DITmayproceedtothenext rankedbidder,andsoonuntilacontract isawarded.TheDIT reserves the right topresentacontracttothebidderselectedfornegotiationsornottoawardthecontractatall.Thecontractwillbe awarded to the responsible, responsive bidder whose bid conforms to the RFP and is, in theopinionofDIT,themostadvantageous.Evaluationswillbebasedonthebids,andanyadditionalinformationrequestedbyDIT.9.4 AwardingofContractDITwillawardtheContracttothesuccessfulbidderforaperiod5years.Theperiodof5yearswillstartfromdateofsigningoftheagreement.9.5 NotificationofAwardBefore the expiry of the period of bid validity period prescribed in the RFP, DIT will notify thesuccessfulbidder/bank,inwritingorbyfaxoremail,tobeconfirmedinwritingbyletter,thatitsbidhasbeenaccepted.Uponthesuccessfulbidder’sfurnishingofperformanceguaranteedeposit,andsigningofcontract,DITwillnotifytheotherbanksthattheirbidshavebeenunsuccessful.9.6 SigningofContractWhenDITnotifiesthesuccessfulbankthatitsbidhasbeenaccepted,DITwillsendthebanktheFormofContractAgreementincorporatingallagreeabletermsbetweentheparties.Thesuccessfulbank shall sign and execute the contract agreement failing which acceptance of his bid shall becancelledandhisearnestmoneywillbeforfeited.9.7 PerformanceBankGuaranteea. The successfulbidder shall athisownexpensedepositwithDIT,within fifteen (15)working
days of the issue of work order or prior to signing of the contract whichever is earlier, aconfirmed unconditional and irrevocable Performance Bank Guarantee (PBG) for the dueperformanceandfulfillmentofitscontractualobligationsbythebidder.
b. ThisPerformanceBankGuaranteeofRs.4Croresshouldbeprovidedbythesuccessfulbidder.All incidental charges whatsoever such as premium, commission etc. with respect to theissuanceof theperformancebankguaranteeshallbebornebythebidder.Theperformancebankguarantee shallbevalid for63months fromsigningof theagreement. Subject to theterms and conditions in the performance bank guarantee, at the end of 5 years, theperformancebankguaranteewill lapseautomatically.Theperformancebankguaranteemaybedischarged/returnedbyDITuponbeingsatisfiedthattherehasbeendueperformanceoftheobligationsofthebidderunderthecontract.However,nointerestshallbepayableontheperformancebankguarantee.
c. Intheeventofthebidderbeingunabletoservicethecontractforwhateverreason,DITwouldevokethePBG.NotwithstandingandwithoutprejudicetoanyrightswhatsoeverofDITunderthecontract in thematter,DITshall invokethePBGbygivingnotice to thebank issuing thePBGforinvokingthesame,theproceedsofthePBGshallbepaidtoDITascompensationfor
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
26
any loss resulting fromthebidder’s failure toperform/complywith itsobligationsunder thecontract.DIT shall notify thebidder inwritingof the exerciseof its right to invoke thePBGwithin14daysoftheinvocationthereof,indicatingthecontractualobligation(s)forwhichthebidderisindefault.
9.8 DIT’sRighttoAcceptanybidDITreservestherighttoacceptorrejectanybidandtoannulthebiddingprocessandrejectallbids,atanytimepriortoawardofContractwithouttherebyincurringanyliabilitytotheaffectedbidderoranyobligationtoinformtheaffectedbidderofthereasonsforitsaction.9.9 SpecialPowersofterminationIfatanytimeaftertheacceptanceofthebid,DITshall foranyreasonwhatsoevernotrequirethewholeoranypartofthework,tobecarriedout,DITshallgivenoticeinwritingtothefacttotheBank who shall have no claim to any payment ofcompensationorotherwisehowsoeveronaccountofanyprofitoradvantagewhichhemighthavederivedfromtheexecutionoftheworkinfullbutwhichhedidnotderiveinconsequenceoftheforeclosingofthework.9.10 IndemnityofDITagainstanyfraudorfailedtransactionDITstandsindemnifiedagainstanyfraudorfailedtransactions.Thebankmusttakecareandrectifyconsumercomplaintsregardingfraudormoneybeingdebitedinspiteofunsuccessfultransaction.9.11 ForceMajeureIfatanytimeduringthecontinuanceoftheworktheperformanceinwholeorinpartbyeitherpartyofanyobligationunderthiscontract,shallbepreventedordelayedbyreasons,ofanywar, hostility, acts of publicenemy,Civil Commotion, sabotage, floods, explosion,epidemics,firesorotheractsofGod,strikesandlockout(hereinafterreferredtoas'eventualities')then,providednoticeofthehappeningofanysucheventualityisgivenbyeitherpartytotheotherwithin 15days from thedateof occurrence thereof, neither party shall by reasons of sucheventuality be entitled to terminate this contract nor shall eitherpartyhave any claim fordamages against the other in respect of such non performance or delay in performance andconstruction of work under this contract shall be resumed as soon as practicable after sucheventualityhasceased.Appropriateextensionintimeofcompletionshallbegranted.9.12 CompletionofcontractThecontractshallbeconsideredassuccessfullycompletedonfulfillmentoffollowingconditions:
a) Successfulrunning&operationoftheprojectforspecifiedperiodof5yearsandb) Money&requireddatahavebeentransferredtoDIT
9.13 ActionwherenoexplicitspecificationsmentionedintheRFPInthecaseofanyclassofworkforwhichthereisnosuchspecificationmentionedinthecontract,suchworkshallbecarriedoutinaccordancetospecificationsasdecidedbyDIT.In case of any conditions not covered specifically under this contract, the standard terms andconditionsoftheRegulationofDITgoverningsuchcontractswillbeapplicable.
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
27
9.14 TerminationEitherpartycanterminatetheagreementbygiving6monthswrittennoticetotheoppositeparty.Thenoticeperiodwouldbeginfromreceiptofthenotice.9.15 ExitOptionsThebidder’stenureendsafterfiveyearfromacceptance.
• IfDITchoosestodiscontinuewiththeexistingbankaftertheendofhistenure-- Thebidprocessfortheselectionofnewbankwillcommencebeforetheendofhis
tenure.• IfDITchoosestocontinuewiththeexistingbankaftertheendofitstenure–
- DITcanchoosetoextendthecontractwiththesamebankforaperiodofonemoreyear.ThebankmustcontinueonthesameTerms&Conditionsasmutuallyagreeduponinthiscontract.
- DITcaninitiatefreshRFPfortheselectionofbank.9.16 ArbitrationClauseIf at any time any question, dispute or difference,what so-ever, shall arise betweenDIT and theselectedbankingpartner,uponorinrelationto,orinconnectionwiththePurchaseOrder/Contract,either partymay forthwith give to the other, notice inwriting of the existence of such question,dispute or difference and the same shall be referred to Secretary Information Technology,ChandigarhAdministration.Anystatutoryamendment,modificationorre-enactmentthereofforthetimebeinginforceshallbedeemedtoapplytoandbeincorporatedintheContract/PurchaseOrder.The work under the Contract shall, if reasonably possible, continue during the arbitrationproceedings and no payment due or payable to DIT shall be withheld on account of suchproceedings.9.17 JurisdictionJurisdictionforfilinganysuitincaseofanydisputeshallbeChandigarhonly.
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
28
10. ServiceLevelAgreementsS.No. Parameters Norms Penalty
1.
MoneyCollectionProcessThecollectiontimepunchingatthee-SamparkcentreswillberesponsibilityoftheBank.
1-2pmand8-8.30pm
INR50,000/-percenterforfirsthourandINR1,00,000/-percenterforeverynexthalfanhour.
2. MoneyDepositProcess
DebitCard&Cash–DayT+1CreditCard&Cheque–DayT+3
Transactionamount+Perday2%ofthetransactionamount
3.
ReconciliationProcess-TransactionsshouldbereconciledbyBankwithSIandDepartmentofTreasury
DayT(fortransactionsatcentres)DayT+1(foronlinetransactions) INR10/transaction/day
4.
BouncedChequeInformationandreturnofinstrumenttotheconcerneddepartment DayT+4
INR500perbouncedchequeperday
5. Transactionsettlementviaswipemachines
Debit–DayT+1CreditCard–DayT+3
Transactionamount+Perday2%ofthetransactionamount
6. Miscellaneous
a) AnymisreportingonthepartofBank
Transactionamount+Perday2%ofthetransactionamount
b) DowntimeofFakecurrencydetector INR1000/hrafter1dayc) Downtimeofswipemachines INR100/hrafter1day
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
29
11. Annexures
11.1 AnnexureI–ListofexistingCentres
S.No.UrbanCentres
Location
1 Sector-7 NearMaintenaceoffice,Opp.NandSweet,Sec-7A,Chandigarh
2 Sector-10 ElecOpSubdivisionNumber2,opp.GovtModelSeniorSecondarySchool,Sector10A.Chd
3 Sector-12 ShopNumber12,NewShoppingComplex,OppositeSBI,PGICampus,Sector12,Chandigarh
4 Sector-15 ElectricityOperationSubdivisionNumber4,BehindPatelMarket,Sector15C.Chandigarh
5 Sector-17 CentralTreasury,OppositeHotelShivalikview,Sector17F.Chandigarh
6 Sector-18 ElectricityOperationSubdivisionNumber3,BehindGovtPress,Sector18A.Chandigarh
7 Sector-21 NearGovtModelSeniorSecondarySchool,OppositeMarket,Sector21B,Chandigarh
8
Sector-23
OppositeCityBanquet(JhanjGhar),Sector23C.Chandigarh
9
Sector-26
BapuDhamColony
10Sector-27
InsideCommunityCenterSec27ACHD
11Sector32
NearNirmanTheatre,Chandigarh
12 Sector-35 MainMarketSec35CHD
13Sector-40
OppositeShardaPublicSchool,Sector40D,Chandigarh
14 Sector-41 NearAnganwadiBuildingSec41CHD
15 Sector-43 ElectricityOperationSubDivisionNumber9,Sector43A,Chandigarh
16 Sector-47 66KVGridStation,Sector47C,Chandigarh
17 Ind.Area ElectricityOperationsubdivisionnumber5,IndustrialArea,Phase1,Chandigarh
18 ManiMajra NACBuilding,OppositeFunRepublic,Manimajra,Chandigarh
19 HighCourt NearStateBankofPatiala,PunjabandHaryanaHighCourt,Sector1,Chandigarh
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
30
S.No RuralCentres Location
1 Daria NearGovt.HighSchool,VillageDaria
2 MauliJagran AnganwariCentre,NearPostOffice,VillageMouliJagran
3 RaipurKalan PanchyatBhawan,GurudwaraGali,VillageRaipurKalan
4 MakhanMajra AnganwariCentre,NearGovtPrimarySchool,VilageMakhanMajra
5 RaipurKhurd AnganwariCentre,NearGovtHighSchool,VillageRaipurKhurd
6 Behlana AnganwariCentre,NearDispensary,VillageBehlana
7 HalloMajra AnganwariCentre,OldPatwariOffice,VillageHallomajra
8 Palsora AnganwariCentre,NearDharamshala,VillagePalsora
9 DadduMajraVillage DronacharyaStadium,NearGovtHighSchool,VillageDaduMajra
10 Dhanas PanchyatBhawan,NearAmanChamanColony,VillageDhanas
11 KhuddaJassu Govt.ModelMiddleSchool,VillageKhuddaJassu
12 KhuddaAliSher BSNLBuilding,NearAnganwariCentre,VillageKhuddaAliSher
13 Kaimbwala AnganwariCentre,NearAnimalDispensary,VillageKaimbwala
14 Sarangpur NearGurudwara,VillageSarangpur
S.No. Kiosks Location
1Sector-17
Estateoffice,Sector-17(DCoffice)
2 Sec-20kiosk (NearCommunityCenterSec20ACHD)
3 Sector-22 CommunityCentre,Sector-22B,Chandigarh.
4 Sector-27 FrontofChandigarhSweets,Sec-27D,Chandigarh.
5 Sector-37 MCoffice,BehindBatraTreater,Sec-37,Chandigarh.
6 Sector-38 NearPrajapatiBhawan,Sector38West,Chandigarh.
7 Sector-43 DistrictCourt,Sector-43,Chd.
8 Sector-48 CommunityCentre,OppositeMotorMarket,Sec-48,Chandigarh.
9 DadduMajraColoney CommunityCentre,DaduMajraColony,Chandigarh.
10 Dhanas #42,HousingBoardColony,Dhanas,Chandigarh.
S.No. PostOffices Location
1 Sector-9 Sector9,Chandigarh
2 Sector-8 Sector8,Chandigarh
3 Sector-14 Sector14,Chandigarh
4 Sector-26 Sector26,Chandigarh
5 Sector-29 Sector29,Chandigarh
6 Sector-30 Sector30,Chandigarh
7 Sector-31 Sector31,Chandigarh
8 Sector-44 Sector44,Chandigarh
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
31
11.2 AnnexureII–Transactionvolumes
G2CServices
10 ApplicationName 2014-15 2015-16 2016-17Transactions Amount Transactions Amount Transactions Amount
1 AadhaarLinkFormCHB 1496 2994 2 6
2 AcceptanceOfPhform 12284 208828 583 9911
3AdmissionFee 19,288
24,80,80,5
02 379925776122
3 13879 360270925
4 AdmissionFormUpload 1,020 25,500 60 1500 0 0
5 BusPass(Spic) 38,454 11,53,620 82903 2487090 78789 23638506 CasteCertificate 2,198 25 5086 29 5651 30
7 ChandigarhHousingBoard 1,322 13,13,527 1193 1515665 870 1281011
8 CharacterCertificate 1 50 6 300 1 50
9 CommercialPropertyTax 202 962161 289 1906923
10 CommunityCentreBooking 2,579 2,58,000 4969 496900 5424 546100
11 CounterSigning 2 200 3 300 3 300
12 DomesticServantRegistration 392 - 415 0 516 0
13 DependentCertificate 1 50 37 79914 DuplicateBusPass 243 2430 0 015 ETicketCancellation 362 -3,01,190 151 -113305 44 -3561516 ETicketing 2,431 21,60,909 1481 1219975 370 30655217 EFileService 64 14,800 41 10100 18 405018 ElectionDepartment 2,068 2 5824 0 5358 219 EstateOfficeSector-17 42 2,100 30 1500 6 30020 FirmRegistration 1 200 4 800 2 400
21 IssueOfBirthCertificate 3,602 1,52,518 5482 507583 1604 699488
22IssueOfBusPasses 74,915
2,26,13,04
0 82616 31297185 78789 32456085
23 IssueOfDeathCertificate 416 14,966 609 26286 45 1620
24 IssueOfDisabilityCard 663 - 774 0 999 0
25 IssueOfSeniorCitizenCard 4,738 - 2860 0 1260 12740
26 IncomeCertificate 2,003 40,060 2364 47264 1300 2578027 LateEntryBirth 201 6,030 335 10050 72 378028 LateEntryDeath 19 570 21 630 5 250
29 PaymentOfElectricityBill 10,76,286
6,96,89,68,
285 110841068211582
65 1141899 9460987217
30PaymentOfTaxes 1,473
20,85,10,7
27 213634336291
5 3289 419811991
31 PaymentOfVatcst 1,49,086
8,23,69,01, 15397691055255
53 1587591028302194
7
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
32
576
32 PassportApplication 127 12,700 105 10500 104 1040033 PropertyTax 620 4,43,844 28205 37705611 24620 36266899
34 RenewalOfArmLicense 7 1,400 3 600 2 400
35 RentCollection(EstateOffice) 778 1331056 9092 11854703
36 ResidenceCertificate 523 26,150 804 40200 201 400537 SaleOfPdsForm 1 - 3 0 - -
38SpaceBooking 4,243
1,70,37,15
0 4713 18830297 5424 24286845
39StampPaper 8,466
1,10,61,44
6 7699 5094899 1446 24187540 SaleOfForm 15,916 1,36,851 24560 774458 23604 108429741 SaleOfBPLForm 47688 190824 860 353042 ServantDetails 2 - 0 0 516 043 ServiceCharges 3 81,951 0 0 - -44 SocietyRegistration 1 200 1 200 - -45 TenantRegistration 10,988 - 13577 0 15454 0
46 TransferOfArmLicense 2 400 0 0 - -
47 TubewellBookingEngg 29,706 17,92,370 38017 2342965 34682 2112722
48 VehiclesChallanPayment 2,044 6,24,280 1551 467700 1069 321900
49WaterBillPayment 6,39,310
60,50,24,2
71 78631170541792
5 745841 66078715750 E-StampPaperSales - - 5137 10757535 7183 16209885
TOTAL 20,95,585
16,32,61,5
9,030 24,25,146
17,34,92,4
7,219 23699612131686111
0
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
33
B2CServices
Sl.No.
ApplicationName
2014-15 2015-16 2016-17
Transactions Amount Transactions Amount Transactions Amount
1AirtelLandLine 24,120 2,99,09,719 22,559 2,98,42,926 20998 28992230
2
AirtelTelephoneBill 58,662 4,22,31,427 56,560 4,28,89,132 46029 36494121
3BsnlPayment 1,85,907 16,73,51,782 1,89,717 17,87,26,610 175355 169063811
4
HfclTelephoneBill 82,263 8,01,35,452 92,626 9,30,41,831 80514 90311147
TOTAL 3,50,952 31,96,28,380 3,61,462 34,45,00,499 322896 324861309
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
34
11.3 AnnexureIII–ReconciliationReportsS.No. Cash
receivedChequesreceived
Amountreceivedthroughswipemachinesandportal
TotalAmountcollected
Transactionalamount atthecounters
Transactional amountthroughswipemachinesandportal
Totaltransactionalamount
Variation
1 2 3 4
S.No. DateofPayment Service Numberoftransactions AmountCollected
1 2 3
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
35
11.4 AnnexureIV–FormatforQualificationBidLetter
ToTheDirectorDepartmentofI.TChandigarhAdministrationDearSir,Ref:RequestforProposal(RFP):SelectionofBankingPartnerfore-SamparkProjectWe,theundersigned,applytobequalifiedfortheabovereferredProjectanddeclarethefollowing:-(a)WehaveexaminedandhavenoreservationstotheQualificationDocument.(b)Weunderstandthatyoumaycancelthequalificationprocessatanytimeandthatyouarenotboundeithertoacceptanyapplicationthatyoumayreceiveortoinvitethequalifiedapplicantstobidforthecontract(s)subjectofthisqualification,withoutincurringanyliabilitytotheApplicants.Dated(Signature) (Inthecapacityof)DulyauthorizedtosigntheRFPResponseforandbehalfof:(NameandAddressofBank) (Seal/Stampofbidder)
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
36
11.5 AnnexureV–FormatforTechnicalBidLetterToTheDirectorDepartmentofI.TChandigarhAdministrationDearSir,Ref:RequestforProposal(RFP)forselectionofBankingPartnerfore-SamparkProjectHaving examined the RFP documents, the receipt ofwhich is hereby duly acknowledged,we, theundersigned, offer to provide the services as required and outlined in the RFP for selection ofBankingpartnerfore-SamparkProject.WeattachheretoourresponsetotheRFPdocument,whichconstitutesourbidforbeingconsideredforappointmentasBank.If our bid is accepted, we will submit a Performance Bank Guarantee issued by a Nationalized/ScheduledbankinIndia,acceptabletoDIT,asperthedetailsspecifiedintheRFPdocumentsfordueperformanceofthecontract.We agree to abide by our offer for a period of180 days from the last date of submission of bidprescribedbyDIT and thatwe shall remainboundby a communicationof acceptancewithin thattime.Wehavecarefully readandunderstoodthe termsandconditionsof thebidandtheconditionsofthe contract applicable to the bid. We agree to unconditional acceptance of all the terms andconditionssetoutintheRFPdocuments.We confirm that the information contained in this bid or any part thereof, including its exhibits,schedules, and other documents and instruments delivered or to be delivered to the CA is true,accurate, andcomplete.Thisbid includesall informationnecessary toensure that the statementsthereindonotinwholeorinpartmisleadCAastoanymaterialfact.”It isherebyconfirmedthat I/Weareentitledtoactonbehalfofourbankandempoweredtosignthisdocumentaswellassuchotherdocuments,whichmayberequiredinthisconnection.Dated(Signature) (Inthecapacityof)DulyauthorizedtosigntheRFPResponseforandbehalfof:
(NameandAddressofBank) (Seal/Stampofbidder)
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
37
11.6 AnnexureVI–FormatforCitationsForeachoftheprojects,pleaseprovideaprofilebasedonthefollowingtemplate.S.No. InformationSought Details
CustomerInformation1 CustomerName 2 Nameofthecontactpersonfromthe
client organization who can act as areferencewithcontactcoordinates:
• Name• Designation• Address• PhoneNumber• MobileNumber• EmailID
ProjectDetails3 ProjectTitle 4 StateDate/EndDate 5 Current Status (In Progress /
Completed)
6 Number of responding firm’s staffdeployedonthisproject(peaktime)
ValueoftheProject7 Ordervalueof theproject (in rupees
lacs)
8 Narrative description of project:Highlight the components / services involved in theprojectthatareofsimilarnaturetotheprojectforwhichthisRFPisfloated.
9 Descriptionof actual servicesprovidedby the responding firmwithin theproject andtheirrelevancetotheenvisagedcomponents/servicesinvolvedintheprojectforwhichthisRFPisfloated.
10 Descriptionofthekeyareaswheresignificantcontributionsaremadeforthesuccessoftheproject.
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
38
11.7 AnnexureVII–e-TenderingGuidelines
TheAgencies shall submit their tenders online in electronic format andwith digital signatures forparticipation in thee-tenderingprocess.TheAgenciesneed to register themselveson thewebsitehttp//etenders.chd.nic.in.
Forclarificationandnecessaryinformationontheprocesstoobtaindigitalsignatures,the
Agenciesarerequiredtovisitwww.cca.gov.inandwebsitehttp//etenders.chd.nic.in
InstructionstotheAgenciesregardinge-tenderingprocess:-
a. The tenders shall be received electronically through thewebsite http//etenders.chd.nic.inwith digital signatures. Tenders without digital signatures will not be accepted by the ElectronicTenderingSystem.
b. Before submission of online tenders, Agenciesmust ensure that scanned copies of all thenecessary documents including the scanned copy of Processing Fee/Tender document fee andTenderSecurity(EMD)havebeenuploadedwiththeTenderwithinthetimelimitasspecifiedinthetender document. The documents to be submitted by the Agencies, as specified in the tenderdocument,couldbescannedinlowresolution(75-100DPI),andingrayscale.ThePDFsopreparedbytheAgenciescouldbeshrunkinsizeandthenuploadedbytheAgencies.Incaseofanytechnicalproblem,theAgenciesarerequiredtocontacttheDepartmentofInformationTechnology,5thFloor,AdditionalDeluxeBuilding,Sector9-D,Chandigarhon0172-2740641
c. It will bemandatory for all the Agencies to upload all the documents as required in thistenderdocument.
d. Thetendershallbeuploadedin2covers:-
i. Cover1:-Pre-Qualificationdetailsatsection8:Bid Instructions&Condition,otherwisethebidwill be rejected summarily. It shall also contain all thedetaileddocuments as specified in thetenderdocument.
ii. Cover2:-TechnicalBid.Asspecifiedinthetenderdocument,thecover2ofthoseAgenciesshallonlybeopenedwhosecoverNo.1isfoundtobeorderandqualifyfortechnicalevaluationasperevaluationcriteriamentionedintheRFP.
e. Department of Information Technology (DIT), Chandigarh Administration will not beresponsibleforanydelayinonlinesubmissionofthetendersduetoanyreasonwhatsoever.
f. Tenderswillbeopenedonlineasperthetimescheduleasstatedinthistenderdocument.
g. DITreservestherighttoverifytheparticularsfurnishedbytheAgencyindependently.IfanyinformationfurnishedbytheAgencyisfoundincorrectatalaterstage,theAgencyshallliabletobedebarredforfuturebiddinginChandigarhAdministration.
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
39
h. AlldisputesconcerninginanywaywiththisprojectaresubjectedtoChandigarhJurisdictiononly.
i. Corrigendum/Addendum to this tender, if any, will be uploaded on the websitehttp//etenders.chd.nic.in.ThismaybenotedbytheAgency.
j. Conditionalbids,bidswithoutprocessingfeewillberejectedwithoutassigninganyreason.
k. Incase,thedateofreceipt/openingofbidisdeclaredorhappenstobeapublicholiday.Thebidswillbereceived/openedonthenextworkingdayatthestipulatedtime.
l. For any Technical issue related to Electronic Tendering Portal Bidders may contacteProcurement Cell, DIT, Additional Deluxe Building, 5thfloor, Sector 9 Chandigarh or email [email protected].
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
40
11.8 AnnexureVIII-Indicativechecklist
DocumentName DocumentAttached(Yes/No)
TenderDocumentFee ScannedCopy.
EarnestMoneyDeposited ScannedCopy
Covering letter- Qualification Bidletter-AnnexureIV
ScannedCopy
Covering letter- Technical BidLetter-AnnexureV
ScannedCopy
Pre-Qualification
S.No. Criteria Referencedocument Documents Attached (Yes/No)& Page No.
1. The Bidder should be ascheduled commercial bankhavingoperations for the last 5financial years in the tricity(defined as Chandigarh, Mohali&Panchkulacities)
Self Certification bytheBidder
2. The Bidder should be a profit-making bank with net profitsafter tax of atleast INR 750crores in each of the last 5financial years preceding thecurrentfinancialyear.
Relevant extract ofProfit and Lossstatements (Dulycertified/attested byCharteredAccoutant)
3. The Bidder should beundertaking Treasury bankingoperations on behalf of eitherthe Central Government or anyof the State Governments. Thisshall not include themanagement of account of anyBoard,CorporationoranyotherUndertaking of either theCentralorStateGovernment
CopyofAuthorization
4. Shall have atleast 5 branches(excluding extension counters)operationalintheChandigarhas
Self Certification bytheBidder
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
41
Technical Criteria
S.No. EvaluationCriteria
Documents Attached (Yes/No)& Page No. (from __to__)
1 RelevantExperience
1.1
Experience in providing similar services through citizenservicecentres(CSCs)(Bank has to provide work order(s) in support of eachproject)
1.2
Experience in undertaking Treasury operations on behalf ofStateGovernment/CentralGovernmentministry(Bank has to provide work order(s) in support of eachproject)
1.3
Number of Branches of the Bank in the Tricity (defined asChandigarh,Mohali&Panchkulacities)(selfDeclarationtobeprovided)
1.4
Number of ATMs in the Tricity (defined as Chandigarh,Mohali&Panchkulacities)(selfDeclarationtobeprovided)
1.5
Experienceofprovidingonlinepaymentgatewayservices(Bank has to provide work order(s) in support of eachproject)
2 ProposedSolution,CapabilityandImplementationPlan 2.1 UnderstandingofProjectRequirements 2.2 ApproachandMethodology
on31.03.20175. The Bank should have
implemented core bankingsolutions for their internaloperations
Self Certification bytheBidder
6. TheBiddershouldbeauthorizedby RBI for offering debit, credit& other card transactionsthrough swipe machines andalsoonlinepaymentservices.
Copyofauthorization
DraftRFP SELECTIONOFBANKINGPARTNERFORE-SAMPARKPROJECT,CHANDIGARH
42
2.3
ToolsformonitoringcompliancewithSLArequirementsonarealtimebasis.Waiver of any MDR charges or concession, which can bepassedontocitizensshouldwrittenintheproposalsolution.
****