section iv annexure-a : eligibility criteria s.no ... · goi/rbi promoted a) ... project office, it...

28
SECTION IV ANNEXURE-A : ELIGIBILITY CRITERIA The bidders who wish to bid should conform to the following criteria. S.No. Eligibility Criteria Documents required Page Ref. No. 1 Bidder should be either a Government Organization/PSU/PSE/ partnership firm or a limited Company under Indian Laws or /and an autonomous Institution approved by GOI/RBI promoted a) Partnership firm-Certified copy of Partnership Deed. b) Limited Company-Certified copy of Certificate of Incorporation and Certificate of Commencement of Business. c) Reference of Act/Notification d) For other eligible entities- Applicable documents. 2 Bidder should have been in existence in India for three years as on 31 st March 2012. a) Partnership firm-Certified copy of Partnership Deed. b) Limited Company-Certified copy of Certificate of Incorporation and Certificate of Commencement of Business. c) For other eligible entities- Applicable documents. 3 a) If bidder is OEM Should have a minimum annual turnover of Rs.200.00 crores (Rupees Two Hundred Crores) every year for the last three financial years viz. 2008-09, 2009-10 and 2010-11 b) If bidder is authorized representative/partner of OEM in India Partner should have a minimum annual turnover of Rs.100.00 crores (Rupees One Hundred Crores) every year for the last three Copy of audited Balance Sheet and P&L statement for the financial years 2008-09, 2009- 10 and 2010-11.

Upload: vokhanh

Post on 25-Jul-2018

217 views

Category:

Documents


0 download

TRANSCRIPT

SECTION – IV

ANNEXURE-A : ELIGIBILITY CRITERIA

The bidders who wish to bid should conform to the following criteria.

S.No. Eligibility Criteria Documents required Page Ref. No.

1 Bidder should be either a Government Organization/PSU/PSE/ partnership firm or

a limited Company under Indian Laws or /and an autonomous Institution approved by GOI/RBI promoted

a) Partnership firm-Certified copy of Partnership Deed.

b) Limited Company-Certified

copy of Certificate of Incorporation and Certificate of Commencement of Business.

c) Reference of Act/Notification

d) For other eligible entities- Applicable documents.

2 Bidder should have been in existence in India for three years as on 31st March 2012.

a) Partnership firm-Certified copy of Partnership Deed.

b) Limited Company-Certified copy of Certificate of Incorporation and Certificate of Commencement of Business.

c) For other eligible entities- Applicable documents.

3 a) If bidder is OEM Should have a minimum annual turnover of Rs.200.00 crores (Rupees Two Hundred Crores) every year for the last three financial years viz. 2008-09, 2009-10 and 2010-11 b) If bidder is authorized

representative/partner of OEM in India

Partner should have a minimum annual turnover of Rs.100.00 crores (Rupees One Hundred Crores) every year for the last three

Copy of audited Balance Sheet and P&L statement for the financial years 2008-09, 2009-10 and 2010-11.

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 2 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

financial years viz. 2008-09, 2009-10 and 2010-11.

and

OEM should have a minimum annual turnover of Rs.200.00 crores (Rupees Two Hundred Crores) every year for the last three financial years viz. 2008-09, 2009-10 and 2010-11

4 Should have made net profits for the last 3 financial years viz. 2008-09, 2009-10 and 2010-11.

Copy of audited Balance Sheet and P&L statement for the financial years 2008-09, 2009-10 and 2010-11.

5 The Bidder should be OEM (Original Equipment Manufacturer) or their authorized representative in India.

Certificate of Incorporation or relevant letters from the OEM's authorized signatory

6 The Bidder must have experience of implementing same solution in India in at least -2- institutions out of which at least -1- institution should be from the following industry: Banking, insurance or the Stock exchanges.

Copy of purchase order

8 The Bidder must have at least 2 employees who are OEM Certified professionals on same platform.

As per Annexure G

9 The firm should not be blacklisted / barred by Government of India.

Self Declaration

11 The Bidder has to submit declaration from the OEM that in case the Bidder fails to provide the services or the Bidder firm ceases its Business, OEM will step in and provide the Hardware/Software

Declaration from OEM

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 3 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

maintenance services at the same terms and conditions as agreed with the selected Bidder.

12 The bidder’s solution should have both Application virtualization and Device level authentication using digital certificate proposals

Self Declaration

Annexure-D (Technical Bid format) to be submitted by Bidders should contain detailed responses to each of the above eligibility criteria along with documentary proofs as specified above.

The fulfillment of above eligibility criteria except items 3 & 4 above, would be ascertained as of 31-03-2012.

Those who fulfill all the eligibility criteria as mentioned above are only eligible to take part in this bid exercise. Proposals of those Bidders, who do not fulfill the Eligibility Criteria as stated above fully, will be rejected.

Bidder/Bidders who have been appointed by the Bank for any other project and whose contract has been terminated before completion of the project are not eligible to bid in the proposed project.

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 4 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-B

VENDOR’S SELECTION/ EVALUATION PROCESS Evaluation of Technical Bid First, Technical bid documents will be evaluated for fulfilment of eligibility criteria. Technical bids of only those Bidders who fulfil the eligibility criteria fully as per Annexure-A will be taken up for further evaluation/selection process rejecting the remaining bids. The evaluation/selection process will be done with combination of, technical competence and commercial aspects as detailed here below. A maximum of 100 marks will be allocated for the technical bid. The evaluation of functional and technical capabilities of the Bidders of this RFP will be completed first as per the following guidelines. The technical proposals only will be subjected for evaluation at this stage. The Bidders scoring less than 75 marks (cut-off score) out of 100 marks in the technical evaluation shall not be considered for further selection process. Once the evaluation of technical proposals is completed, the Bidders who score equal to, or more than the prescribed cut-off score of 75 will only be short listed. In case of less than -2- Bidders fails to score more than cut off marks, the cut off marks criteria will be relaxed to cut off marks of 60 in such a case and the top -2- Bidders will be evaluated as per rest of the evaluation criteria. The evaluation of technical proposals, among other things, will be based on the following:

Prior experience of the Bidder in undertaking projects of similar nature.

Professional qualifications and experience of the key staff proposed/ identified for this assignment.

Methodology/Approach proposed for accomplishing the proposed project, Proof of Concept testing/ Activities / tasks, project planning, resource planning, effort estimate etc.

Various stages of technical evaluation are presented below:

1. Eligibility evaluation as per the criteria prescribed in Annexure-A.

2. Evaluation of technical proposals of Bidders qualified in eligibility evaluation, based on response and presentation

3. Arriving at the final score on technical proposal. Presentation The Bidders who are qualified in eligibility evaluation, have to give presentation/interactions before panel of representatives of the Bank on the methodology/ approach, time frame for various activities, strengths of the Bidders in carrying out the tasks as per the RFP. The technical competence and capability of the Bidder should be clearly reflected in the presentation. If any short listed Bidder fails to make such presentation, he will be eliminated from the evaluation process. Bank may at its discretion ask the Bidder to conduct proof of concept testing of the solution being provided to the Bank.

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 5 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

At the sole discretion and determination of the Bank, the Bank may add any other relevant criteria for evaluating the proposals received in response to this RFP. Bank may, at its sole discretion, decide to seek more information from the Respondents in order to normalize the bids. However, Respondents will be notified separately, if such normalization exercise as part of the technical evaluation is resorted to. Technical Evaluation Criteria: The criteria for evaluation of technical bids are as under. Credentials and other evaluation criteria will be computed as of 31-03-2012. Criteria Evaluation Parameters Max Marks Documents to be

submitted

Bidder Credentials The number of Implementation assignments carried out at client premises.

For each Implementation 1

Copies of Work order and client reference.

Additional marks for each implementation in a Bank, Insurance, Stock Exchanges in India

1

Maximum marks 5

The number of OEM certified personnel on solution being offered by the Bidder

Minimum 2 certified employees

2 1. Copy of relevant Certificate; 2. Proof of employment with the Bidder.

Support centre of OEM Minimum 3 years in India 3

List of support offices and manpower

Sub-total (Credentials) 10

Technical Specifications compliance as per Annexure- E

40

Methodology, Approach and Proof of concept testing

Demonstration of in-depth understanding of the Bank’s project requirements through the technical proposal and presentation, with detailed broken-down activities to be performed, effort estimation, manpower to be deployed and results of proof of concept testing.

50

TOTAL MARKS 100

NOTE 1: Experience of last -5- years only will be counted in the Eligibility and Technical Evaluation of the Bids. NOTE 2: Solution implemented by Bidder should include design architecture, configuration and Hardware/Software maintenance for at least -1- year period in the last -5- years. Annexure-D (Technical Bid format) to be submitted by Bidders should contain detailed responses to each of the above evaluation criteria along with documentary proofs as specified there against. Scores for the above individual parameters shall be added to determine the technical scores of the bidders. The bidder with the highest technical score shall be ranked as T1 and shall be considered as Thigh for the techno commercial score. Commercial Bid Evaluation Criteria It may be noted that commercial bids will be subjected to following evaluation process.

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 6 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

Based on the technical evaluation criteria, each Bidder will be given certain marks. Only those Bidders scoring 75% (60% in case cut off marks is relaxed) or above in the technical evaluation will be short-listed for commercial evaluation. Final Calculation The technical score carries a weight of 60 percent and the commercial score carries a weight of 40 percent. The techno-commercial score shall be calculated as follows: Total Score = (CLOW / C)*0.4 + (T / THIGH)*0.6 Here C and T are the commercial and technical scores of the respective bidders. Example: The following table shows techno-commercial calculation done with technical score weightage of 20% and commercial score weightage of 80%.

# Bidder

Technical Evaluation

Marks

(T)

Nominal Bid Price

(T / T high) * 0.20 (C low / C )* 0.80 Score

(S)

1 ABC 95 71 1.00* 0.20 = 0.20 0.845* 0.80 = 0.676 0.876

2 XYZ 85 65 0.894*0.20 = 0.179 0.923* 0.80 = 0.738 0. 917

3 UVW 80 60 0.842*0.20 = 0.168 1.00 *0.80 = 0.80 0.968

In the above example, C low is 60 and T high is 95.

In the above example, UVW, with the highest score becomes the successful bidder.

L1 will be determined on the basis of the composite techno-commercial score as elucidated above. BOB will notify the name of the L1 bidder so arrived as the

Successful Bidder. Commercial bid valuation shall be considered as below in case of any kind of discrepancy:

If there is a discrepancy between words and figures, the amount in words shall prevail.

If there is a discrepancy between percentage and amount, the amount calculated as per the stipulated percentage basis shall prevail.

If there is discrepancy between unit price and total price, the unit price shall prevail.

If there is a discrepancy in the total, the correct total shall be arrived at by BOB.

In case the bidder does not accept the correction of the errors as stated above, the bid shall be rejected. Bank reserves the right to negotiate the price with the successful Bidder before awarding the contract. It may be noted that Bank will not entertain any price

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 7 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

negotiations with any other Bidder, till the successful Bidder declines to accept the offer. In the case of tie between two or more Bidders a fresh commercial bid will be called upon from these Bidders for evaluation and selection.

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 8 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-C

COMPLIANCE CERTIFICATE (on company’s letterhead)

To, Date :

The General Manager

IT & Projects Dept.

Bank of Baroda Baroda Sun Tower

C-34, G Block, Bandra Kurla Complex,

Bandra (East), Mumbai 400 051

Dear Sir,

Ref: - RFP for selection of Vendor for implementing solution to access centralized applications from mobile devices

1. Having examined the Request for Proposal (RFP) including all annexure, the receipt of which is hereby duly acknowledged, we, the undersigned offer to provide the

desired services as per the proposed solution and implementation plan in conformity

with the terms and conditions of the said RFP and in accordance with our proposal

and the schedule of Prices indicated in the Price Bid and made part of this bid.

2. If our Bid is accepted, we undertake to complete the project within the scheduled

time lines.

3. We confirm that this offer is valid for six months from the last date for submission of

RFP to the Bank.

4. This Bid, together with your written acceptance thereof and your notification of

award, shall constitute a binding Contract between us.

5. We undertake that in competing for and if the award is made to us, in executing the

subject Contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.

6. We agree that the Bank is not bound to accept the lowest or any Bid that the Bank may receive.

7. We have not been barred/black-listed by Government of India / statutory authority in India and we have required approval, if any, to be appointed as a service provider.

8. We shall observe confidentiality of all the information passed on to us in course of the tendering process and shall not use the information for any other purpose than

the current tender.

9. We confirm that we have obtained all necessary statutory and obligatory permission

to carry out the assignment, if any.

Signed Dated Seal & Signature of the Bidder

Phone No.: Fax:

E-mail:

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 9 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-D

TECHNICAL BID FORMAT

Particulars to be provided by the Bidder in the technical proposal

No Particulars Bidder to furnish details

Reference Page no of relevant document in RFP response

1 Name of the Bidder

2 Date of establishment and constitution. Certified copy of “Partnership Deed” or “Certificate of Incorporation/commencement of business” should be submitted. For entities other than partnership firm and limited company, other relevant documents to be submitted.

3 Location of Registered Office /Corporate Office/ Mumbai office with addresses.

4 Mailing address of the Bidder

5 Names and designations of the persons authorized to make commitments to the Bank

6 Telephone and fax numbers of contact persons

7 E-mail addresses of contact persons

8 Details of: Description of business and business background Service Profile & client profile Domestic & International presence.

9 Gross annual turnover of the Bidder (not of the group) Year 2008-09 Audited Year 2009-10 Audited. Year 2010-11 Audited. (Copy of audited financial statements for above years to be submitted)

10 Net profit of the Bidder (not of the group) Year 2008-09 Audited Year 2009-10 Audited. Year 2010-11 Audited. (Copy of audited financial statements for above years to be submitted)

11 Experience of assignments executed successfully in the last -5- years (Name of the organization, time taken for execution of the assignment and documentary proofs in the form of copy of work order and Client reference are to be furnished)

As per Annexure G

12 Details of the similar assignments on hand as on date (Name of the Bank, time projected for execution of the assignment and documentary proofs such as work order are to be furnished)

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 10 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

No Particulars Bidder to furnish details

Reference Page no of relevant document in RFP response

13 Names of the Implementation Manager, Operations Manager identified for implementation and operations and their professional qualifications and experience/expertise. Details of similar assignments handled by the

said persons. Documentary proofs for all the assertions are to be enclosed.

As per Annexure H

14 Names of the other team members identified for this assignment and their professional qualifications and experience/expertise. (Should possess qualifications as mentioned in the RFP) Documentary proofs for all the assertions in the form of Certificates, CVs, employment letter to be enclosed.

As per Annexure H

15 Names of the OEM certified staff members. (Copy of relevant certification)

16 Estimated work plan and time schedules for providing services for this assignment.

17 Details of the Bidder’s proposed

methodology/approach with reference to the scope of work.

18 Effort estimate and elapsed time are to be furnished.

As per Annexure I

19 Software Name and their Version

20 Details of deliverables, other than the deliverables with reference to the scope of work.

The Bidder should provide detailed responses for each of the above items along with documentary proofs as prescribed there against and also as

specified in Annexure-A (eligibility criteria) & Annexure B ( Bidder’s Selection/Evaluation Process). Declaration: 1. We confirm that we will abide by all the terms and conditions contained in the

RFP. 2. We hereby unconditionally accept that Bank can at its absolute discretion apply

whatever criteria it deems appropriate, not just limiting to those criteria set out in the RFP, in short listing of Bidders.

3. All the details mentioned by us are true and correct and if Bank observes any

misrepresentation of facts on any matter at any stage, Bank has the absolute right to reject the proposal and disqualify us from the selection process.

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 11 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

4. We confirm that this response, for the purpose of short-listing, is valid for a period of six months, from the date of expiry of the last date for submission of response to RFP.

5. We confirm that we have noted the contents of the RFP and have ensured that

there is no deviation in filing our response to the RFP and that the Bank will have the right to disqualify us in case of any such deviations.

Place: Date: Seal & Signature of the Bidder

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 12 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-E

TECHNICAL SPECIFICATIONS COMPLIANCE

S/N Evaluation Criteria Max Marks

*Comply (YES/NO) or C(Customization Required)

Remarks

1 High Application Availability feature is required for operational continuity. 7

2 During Application access local

peripherals (internal hard disk and External storage) of mobile device running on any platform should be in disabled mode. 10

3 Parameterized printing facility should be available to authorized users on the mobile device. 10

4 Application must have concurrent 500 users support initially and that should be scalable in future.

7

5 Application should be capable of generating, maintaining user log (user and application) performed by end user as per Bank's Security Policy. 10

6 The solution should have capability to integrate User Digital Certificate Authentication. 10

7 There should be no restriction on number of application accessed and no additional license will be incurred for the number of application hosted. 10

8 There shouldn’t be any limitation for the hosted application package size. 10

9 Application should be accessed from any mobile device like laptop, I-Pad and smart phones etc. irrespective of OS. 7

10 No data should flow from central server to end devices except keystrokes, mouse clicks and screen updates. 10

11 There should be no Application conflicts between hosting server and end mobile devices i.e. local application configuration settings shouldn’t conflict. 7

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 13 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

S/N Evaluation Criteria Max Marks

*Comply (YES/NO) or C(Customization Required)

Remarks

12 Centralized management of Application delivery with capability for user self service mode to enhance privileges on temporary basis. 10

13 Monitoring of concurrent application users.

7

14 No client/agent should be installed on the end device.

10

15 Existing Active Directory User Policies to be enforced on employee/users on the end mobile device. 10

16 Active Directory Group policies to be enforced on a group of people with similar tasks.

10

17 When connected to corporate network external connectivity devices such as Wi-Fi, Bluetooth should be disabled. 10

18 The solution must support and incorporate other authentication methods like smart cards, Biometric and also integrate with any other solutions implemented for this by the Bank. 10

19 SSL VPN should be integrated for secure communication between

end devices. 7

20 Split tunneling to access other public networks should be strictly avoided.

10

21 Idle and inactive VPN tunnel should be detected and shutdown. 10

22 Both Application and the VPN connections should be terminated if either of it gets terminated.

10

23 Application should be delivered from any Bank’s WAN connecting through MPLS cloud.

10

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 14 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

S/N Evaluation Criteria Max Marks

*Comply (YES/NO) or C(Customization Required)

Remarks

24 Mobile device should disconnect from public network when connected to internal Bank’s network. 10

25 Application should be delivered over any public network connection like GPRS,CDMA 1x, data card, 3G, GPRS, 2000 1X

and VSAT etc. 10

26 Application should be delivered with minimum bandwidth i.e. around 15-20 Kbps (10 points), 21-25 Kbps (5 Points) and greater than 25 Kbps (0 Points). 10

27 Compression techniques should be implemented for minimum bandwidth usage.

10

28 Once session is closed, cookies are deleted, any cache are removed and all trace of VPN connection are deleted. 10

29 Solution should be future scalable from IPv4 to IPv6.

10

30 Only authenticated device should access corporate network using device certificates and MAC address filtering. 10

31 Web based GUI administration required for certificate management of devices. 10

32 The certificate management for device authentication should be both centralized and distributed. 10

33 The solution should automatically issue a device certificate revocation list after a certificate is revoked. 7

34 Device authentication should be transparent to the end user.

7

35 Certificate management and administration service to be available during CA backup.

10

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 15 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

S/N Evaluation Criteria Max Marks

*Comply (YES/NO) or C(Customization Required)

Remarks

36 Device Certificate Authority logs should be tampered proof and encrypted.

10

37 The solution should support unlimited administrators and users for Certificate Authority.

10

38 There should be integration of device CA with the Bank's AD to avoid issue of multiple device Certificates to the same user. 10

39 Single point integration of adding/removing/modifying mobile device's MAC and Device Certificate for easy management. 10

40 Device certificate expiry alert should be notified to both end user and his/her reporting authority. 10

41 The solution should support X.509 certificate standard and SCEP for scalability.

10

42 The PKI solution should support single, dual and multiple key pairs for CA management.

10

43 The system should have transparent key backup and recovery procedure allowing users to decrypt archived data encrypted under old encryption

keys. 10 * For specifications with reply of ‘Y’ and ‘C-Customization required’, it will be presumed that the price of the feature is included in the commercial quote by the Bidder including customization, if any. Bidder should additionally mention in the remarks column the details of customization in brief. If reply is ‘Y’ 100% of max marks, ‘C’ 50% of max marks and ‘N’ 0 (zero) marks will be given.

The above scores awarded will be added which would carry weight-age of 40 marks in the technical evaluation process mentioned in Annexure B.

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 16 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

Example

# Bidder Max Tech

Score (T)

Marks Scored

(M)

Percentage scored P=(M/T)

Weighted Score S=P*40

Score (S)

1 ABC 406 250 250/406 =0.615

0.615* 40 = 24.6

24.6

2 XYZ 406 370 370/406 =0.911

0.911* 40 = 36.44

36.44

3 UVW 406 380 380/406 =0.935

0.935* 40 = 37.43

37.43

The marks scored by each bidder will be considered for final calculation of “Technical Specifications compliance” in the Technical Evaluation Criteria sheet.

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 17 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-F

SUBMISSION CHECK LIST

Submission Checklist for Technical Bid

The bidder has to ensure that the following have been submitted as a part of the RFP submission process. Failure to provide any of the documents as detailed below could lead to the disqualification of the bidder from the bid.

Technical RFP

The following files/formats/documents need to be submitted with the Bid as per formats provided (wherever applicable).

Letter / Format / Document Submitted (Bidder)

Verified (Bank)

Cover Letter (Technical Bid) Technical Bid format Application Money Compliance certificate Technical Specification compliance sheet Experience certificate Proposed Team profile Estimated effort and elapsed time OEM details Manufacturer authorization form OEM sizing confirmation Bill of material Bid Security Letter Bid Security (Earnest Money Deposit) Eligibility criteria documents Audited Financial Statements Submission Check List Bidder’s Details Soft Copy in CD Original & Duplicate with proper marking

Submission Checklist for Commercial Bid Commercial Bid Documents

The following documents need to be provided by the Bidder for the Commercial Bid in a separately sealed cover.

Commercial Bid Documents

Submitted (Bidder)

Verified (Bank)

Cover Letter for Commercial Bid Commercial Bid

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 18 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-G

EXPERIENCE DETAILS

DETAILS OF IMPLEMENTATION AND MANAGEMENT EXPERIENCE

Sl. No.

Name of the Client and place of implementation

Client segment Bank/ Insurance/Stock Exchange or Others

Date of PO and date of completion of assignment

Brief Scope of work

Name of Lead consultant

Contact person details of the client

Page Ref. No.

Documentary proofs are to be enclosed to substantiate the claims made. Place: Date: Seal and signature of the Bidder

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 19 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-H

PROPOSED TEAM PROFILE

Sl No

Name of Proposed Engagement Manager /Proposed Team Member

Date of Joining

Professional Qualifications

Age and total experience

Certifications/ Accreditations

Experience in Solution implementation

Documentary proofs are to be enclosed to substantiate the claims made. Place: Date: Seal and signature of the Bidder

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 20 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-I

ESTIMATED EFFORT AND ELAPSED TIME

S. No Activities Elapsed Time

Effort in Man days

Number of team members who will be deployed

Remarks

DC site

1 Hardware installation

2 Software installation

3 Solution Implementation (Configuration of devices, High availability, Load balancing etc.)

DR site

1 Hardware installation

2 Software installation

3 Solution Implementation (Configuration of devices, High availability, Load balancing etc.)

Note: Please submit detailed implementation plan for all the activities but not limited to the activities mentioned above

Place: Date: Seal and Signature of Bidder:

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 21 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-J

OEM DETAILS The bidder must provide the following details for the original manufacturers of the products proposed to be provided: Name of the Product with full specifications (please enclose Brochure if available) 1. Name of the Manufacturer

2. No. of years in business

3. Address of the Manufacturer

4. Contact details like phone, fax, and email

5. PAN number and Sales Tax number

6. List of the Manufacturing locations (world wide)

7. Description of manufacturing locations

8. Description of production facilities

9. Description of inspection & testing facilities

10. Certifications possessed by the manufacturer (ISO etc.)

11. Any other information about the manufacturer

12. Industry Recognitions Place: Date: Seal and signature of the bidder

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 22 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-K

MANUFACTURER AUTHORIZATION FORM (This letter should be on the letterhead of the Manufacturer duly signed by an authorized signatory)

Performa of letter to be given by the OEM of devices/hardware to the bank on OEM letterhead by authorized signatory.

Date: To The General Manager (IT & Projects) Bank of Baroda Baroda Sun Tower C-34, G-Block

Bandra Kurla Complex, Bandra (East) Mumbai 400 051

Dear Sir, We ……………………………………………………………… (Name of the Manufacturer) who are established and reputable manufacturers of …………………………………… having factories at ………, …………, ………, …………… and …………… do hereby authorize M/s ……………………… (who is the bidder submitting its bid pursuant to the Request for Proposal issued by the Bank) to submit a Bid and negotiate and conclude a contract with you for supply of equipments and software manufactured by us against the Request for Proposal received from your Bank by the Vendor and we have duly authorized the Vendor for this purpose. We hereby extend our guarantee and warranty as per terms and conditions of the RFP and the contract for the equipment and software offered for supply against this RFP by the above-mentioned Vendor, and hereby undertake to perform the obligations as set out in the RFP in respect of such equipments and software. In case the vendor does not perform its duties as per the terms and conditions stipulated in the RFP for maintaining the hardware, software during warranty/post warranty period, we shall takeover the maintenance of the hardware, software and related components, supplied by the vendor under same terms and conditions or more favorable terms and conditions to the Bank without any additional cost to the Bank. Yours Faithfully Authorized Signatory Name: Phone No Fax Email

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 23 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-L

OEM SIZING CONFIRMATION

Performa of letter to be given by the OEM Solution to the bank on OEM letterhead by authorized signatory.

Date: To The General Manager (IT & Projects) Bank of Baroda Baroda Sun Tower Bandra Kurla Complex, Bandra (East) Mumbai 400 051 Sir, Sub: RFP for implementation of solution to access centralized applications from

mobile devices - Sizing Confirmation We as Original Equipment Manufacturers have sized the hardware, software, SSL certificates and all license requirement based on information provided by the bank in it’s Tender #....... and in accordance with the tender and Service Level requirements and assure the bank that the sizing is for the DC and DR sites envisaged in the tender. However, if the sizing of the hardware including CPUs, Memory, and Hard Disk is found to be inadequate in meeting the tender and the Service Level requirements given by the bank, then we will upgrade the proposed hardware including CPUs, Memory, and Hard Disk without any additional cost to the bank. Yours faithfully, Authorized Signatory Designation Vendor’s corporate name

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 24 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-M

COMMENTS ON TERMS & CONDITIONS & SERVICES/ PRE BID QUERY FORMAT

Please submit your pre bid queries in the format as mentioned below. Please provide your comments on the Terms & conditions in this section. You are requested to categorize your comments under appropriate headings such as those pertaining to the Scope of work, Terms & Conditions etc. You are also requested to provide a reference of the page number, state the clarification point and the comment/ suggestion/ deviation that you propose as shown below.

Sr. No. RFP Page no. #

RFP Point / Section #

Clarification point as stated in the tender document

Comment/ Suggestion/ Deviation/ Query

Place: Date: Seal and signature of the Bidder

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 25 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-N

COMMERCIAL BID FORMAT (Amount in Rupees)

Sl. (A)

Item (B) Units (C)

Unit Cost (Rs.) (D) (incl of all taxes)

Total E = C X D 1st year

2nd year (F) incl of taxes

3rd year (G) incl of taxes

4th year (H) incl of taxes

5th year (I) incl of taxes

Total Cost ( in Rs) (J = E+F+G+H+I) (Incl of all taxes)

Bill of Material Line items as per Annexure ‘O’

Remark

DC site

I Application virtualization

1 Cost of servers (Optional) - Should support HA

X X X X

1a AMC Cost

X X X

2

Cost of hardware other than servers - Should support HA

X X X X

2a AMC Cost

X X X

3 Cost of software

X X X X

3a ATS Cost

X

4 Design & Implementation Cost

X X X X

5 SSL certificate license cost

6 RDP CAL 2000

7 Any other cost

Sub Total (A)

II Device Authentication

1 Cost of servers (Optional) - Should support HA

X X X X

1a AMC Cost

X X X

2 Cost of hardware other than servers - Should support HA

X X X X

2a AMC Cost

X X X

3 Cost of software

X X X X

3a ATS Cost

X

4 Design & Implementation Cost

X X X X

5 Device certificate license cost

6 Any other cost

Sub Total (B)

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 26 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

Total Cost - DC (A+B)

Sl. (A)

Item (B) Units (C)

Unit Cost (Rs.) (D) (incl of all taxes)

Total E = C X D 1st year

2nd year (F) incl of taxes

3rd year (G) incl of taxes

4th year (H) incl of taxes

5th year (I) incl of taxes

Total Cost ( in Rs) (J = E+F+G+H+I) (Incl of all taxes)

Bill of Material Line items as per Annexure ‘O’

Remark

DR site

I Application virtualization

1 Cost of servers (Optional) - Should support HA

X X X X

1a AMC Cost

X X X

2 Cost of hardware other than servers - Should support HA

X X X X

2a AMC Cost

X X X

3 Cost of software

X X X X

3a ATS Cost

X

4 Design & Implementation Cost

X X X X

5 SSL certificate license cost

6 Any other cost

Sub Total (C)

B Device Authentication

1 Cost of servers (Optional) - Should support HA

X X X X

1a AMC Cost

X X X

2 Cost of hardware other than servers - Should support HA

X X X X

2a AMC Cost

X X X

3 Cost of software

X X X X

3a ATS Cost

X

4 Design & Implementation Cost

X X X X

5 Device certificate license cost

6 Any other cost

Sub Total (D)

Total Cost - DR (C+D)

Grand Total Cost – DC+DR

Note:

The sizing/license requirements of items should be done by considering number of concurrent

users as 500.

Cost of servers should be mentioned as optional.

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 27 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

The product costs mentioned in the price bid should include all the implementation related costs

including but not limited to installation, integration, and testing of the item.

All the prices quoted above are inclusive of all taxes etc. Octroi/Entry Tax will be paid extra as

per actual on receipt of original documents.

The above price will remain valid for the terms of the contract.

Please provide price breakup of individual line items, if the line items comprises of various

hardware/software/service components. The bill of material has to be submitted as per Annexure O for the above line items as per project implementation methodology and deployment architecture.

Please provide Annual Maintenance charges/ATS for all the applicable line items below their

product costs and give year wise breakup during the -5- years time span. This will include all costs

such as AMC of hardware items, Annual recurring license fee, version upgrade, patch upgrade etc.

All prices are to be quoted by the Bidder. Bank may at its discretion remove the redundant

components and other components at DC and DR.

The Bank may add further devices / servers/applications under the scope of this project at a

future date.

Bank reserves the right to reduce or increase the quantity and also defer the procurement of a

particular component and/or service under the scope of this RFP.

Please leave the space blank wherever the charges are not applicable.

Optional items if any will be provided by the bank at its discretion. However for TCO calculation, all items including optional items will be taken.

Declaration by bidder: We, M/s _________________, hereby confirm that all the items including Services as required for making system operational as per requirement of the Bank have been included in the commercial bid. Place: Date: Seal & Signature of the bidder

Bank of Baroda RFP No. BCC:PO:ITINFRA:RFP:104:7 Date : 28 April 2012

Project Office, IT & Projects, Baroda Sun Tower, Bank of Baroda, Mumbai Page 28 of 28 RFP for Selection of Vendor for implementing solution to access centralized applications from mobile devices

ANNEXURE-O

BILL OF MATERIAL Please submit complete Bill of Material as per the following format for the materials to be supplied under this RFP preferably in Excel format. Sr. No.

Item Name

Make/ Model No.

Configuration/ Details/ Specifications

Brief Function of Item

Commercial Bid Line item (Leave blank if not applicable)

Qty Page ref. no. of Brochure enclosed

Remarks

Place: Date: Seal and signature of the Bidder Bank Of Baroda, IT & Projects Department 2nd Floor, Bank Sun Tower C-34, G-Block, Bandra Kurla Complex, Bandra (East), MUMBAI – 400051.

End of Document

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